Anda di halaman 1dari 317

INDEX

Name of work: Construction of Civil Structures and other Infrastructure facilities for IISER
Campus at Vithura, Thiruvananthapuram- Phase II.
SH: C/o Guest House, Shopping Centre, Community Welfare Centre including internal and
external Civil & Electrical services, HVAC, Lift, Fire fighting, Site Development, Road work
etc.

Sl.No

PARTICULARS

PAGES

Eligibility Bid

1 to 51

Financial Bid

52 to 316

Correction-Nil
Insertion-Nil
Deletion-Nil

AE/IISER TVM PSD -1

EE/IISER TVM PD - I

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
OFFICE OF THE CHIEF PROJECT MANAGER
IISER TVM PROJECT ZONE

PART - I
ELIGIBILITY BID
Name of work : Construction of Civil Structures and other Infrastructure facilities for IISER
Campus at Vithura, Thiruvananthapuram- Phase II.
SH: C/o Guest House, Shopping Centre, Community Welfare Centre including internal and
external Civil & Electrical services, HVAC, Lift, Fire fighting, Site Development, Road work etc.

Estimated cost (composite) : Rs. 53,33,28,453/-

[(Civil) = Rs. 45,16,79,797,/-+ (Electrical) = Rs. 8,16,48,656/- ]

INDEX
Name of work

: Construction of Civil Structures and other Infrastructure facilities for IISER

Campus at Vithura, Thiruvananthapuram- Phase II.


SH: C/o Guest House, Shopping Centre, Community Welfare Centre including internal and external
Civil & Electrical services, HVAC, Lift, Fire fighting, Site Development, Road work etc.
Sl. no.

Description

Page No.

PART I (ELIGIBILITY BID DOCUMENT)


1.

Invitation of Bid

1-5

2.

Notice inviting e-tender-CPWD -6

6-16

3.

Section I

- Brief particulars of the work.

17-18

4.

Section II

- Information & instructions for bidders.

19-25

5.

Section III

- Information regarding eligibility.

i.

Letter of transmittal.

26

ii.

Financial information - Form A

27

iii.

Form of bankers certificate - Form B

28

iv.

Details of all works of similar class - Form C

29

v.

Performance report on work completed - Time overrun - Form D

30

vi.

Performance report of works - Quality - Form E

31

vii.

Structure and organization - Form F

viii.

Details of technical and admn. Personnel - Form G

34

ix.

Details of construction plant & equipment - Form H

35-37

x.

Affidavit regarding non black listing - Form J

xi.

Criteria for evaluation of the performance of contractors for preEligibility.


Integrity Pact & Agreement

xii.

32-33

xiii. Form of Earnest Money Deposit (Bank Guarantee Bond)


xiv. Form of Performance Security (Bank Guarantee Bond)
xv.

EMD Receipt Format

38
39-40
41-47
48
49-50
51

Certified that this Eligibility bid NIT document contains total 51 (Fifty one) pages.

Executive Engineer
IISER TVM PED
Thiruvananthapuram

Correction-Nil
Insertion-Nil
Deletion-Nil

AE/IISER TVM PSD -1

Executive Engineer
IISER TVM Project Division - 1
Thiruvananthapuram

EE/IISER TVM PD - I

1
INVITATION OF BIDS
ON TWO BID SYSTEM [(i) Eligibility Bid, (ii) Financial Bid)]

01/IISER TVM PZ/2016-17

for

IISER

other
facilities

Campus

at

Vithura,
ThiruvananthapuramPhase II.
SH:

C/o

Guest

House,

Shopping

Centre,

Community

Welfare

Centre including internal


and

external

Civil

&

Electrical services, HVAC,


Lift,

Fire fighting, Site

Development, Road work


etc.

Time Period allowed for


submission of originals of all the
scanned and uploaded
documents except EMD as
specified in NIT by the lowest
bidder.

Date & Time of opening of


Eligibility bid

Last date & time for


submission of bid
(Eligibility Bid & Financial bid),
original EMD or a copy of receipt
for deposition of original EMD in
any other CPWD division

23.05.2016 after 11.00 AM

Infrastructure

Up to 3.00 PM on 20.05.2016

and

Civil

15 (Fifteen) Months

Structures

Time Period

4
of

Earnest Money

3
Construction

Rs. 63,33,285/-

Estimated cost put to bid

NIT No.

1
1

Name of
work &
Location

Rs. 53,33,28,453/- [Civil : Rs. 45,16,79,797/- +


Electrical: Rs. 8,16,48,656/-]

Sl. No.

1. The Executive Engineer, IISER TVM Project Division - 1, CPWD,


Melethumele, Vattiyoorkavu P.O. Thiruvananthapuram-695013, invites
on behalf of the President of India online percentage rate composite bids from
firms/contractors of repute in two bid system [(i) Eligibility bid & (ii) Financial bid]
for the following work :

Within a
week of
opening of
the
financial
bid in the
office of
tender
opening
authority.

** To be filled by the EE
2. Contractors who fulfill the following requirements shall be eligible to apply.
(a) Should have satisfactorily completed the works as mentioned below during the
last Seven years ending previous day of last date of submission of
tenders.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

(i) Three similar works each costing not less than Rs. 2135 lakhs, or two
similar works each costing not less than Rs. 3200 lakhs or one similar work
costing not less than Rs. 4270 lakhs and;
(ii) One completed work of any nature (either part of (i) above or separately)
costing not less than Rs. 2135 lakhs with any Central or State Government
Department/ Autonomous Body/Public Sector Undertaking/City Development
Authority/ Municipal Corporation formed under any Act of Central/State
Government and published in Central/State Gazette.
Similar work means RCC framed structure Building work
comprising of Civil work items necessary to complete the building
including internal Electrical Installations, water supply, sanitary
installations & drainage work.
The value of executed works shall be brought to current costing level by
enhancing the actual value of work at simple rate of 7% per annum; calculated
from the date of completion to last date of receipt of application for bid.
(b) Should have had average annual financial turnover (gross) of Rs. 5333.28
lakhs on construction works during the last three financial years ending
31st March, 2015 (Scanned copy of the certificates from Chartered
accountant to be uploaded).
(c) Should not have incurred any loss in more than two years during the
immediate last five consecutive financial years ending 31st March 2015
duly audited and certified by the Charted Accountants.
(d) Should have a solvency of Rs. 2135 Lakhs certified by the Bankers (Scanned
copy of original solvency to be uploaded).
3. (i)

Joint ventures/ consortium and special purpose vehicles are


not eligible.

(ii)

Firms/Contractors whose contract is rescinded during the last


seven years ending previous day of last date of submission of
tender are not eligible.

(iii)

Firms/Contractors who are black listed and/or debarred are


not eligible.

4. The intending bidder must read the terms and conditions of CPWD-6
carefully. The intending bidder should submit his/their bid only if she/he/they
considers himself/themselves eligible and she/he/they is/are in possession of
all the documents required.
5. Information and Instructions, for bidders posted on website shall form part of
bid documents.
6. Bid documents consisting of plans, specifications, schedule of quantities of
various types of items of works to be executed and 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 free of
cost.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

7. Bid can be submitted only after


(i) Depositing processing fee in favour of M/s ITI Ltd. through their e-gate
way by credit/debit card, Internet Banking or RTGS/NEFT facility.
(ii) Uploading the mandatory scanned documents such as Demand Draft or
Pay order or Bankers Cheque or Deposit at call Receipt or Fixed Deposit
Receipts and Bank Guarantee of any Scheduled Bank towards EMD drawn
in favour of The Executive Engineer, IISER TVM Project Division-I,
CPWD, Thiruvananthapuram and;
(iii) Other documents as specified in the NIT.
The Contractors already registered on the e-tendering portal will have option
to continue by paying tender processing fee up to one year from the date of
registration, or to switch over to (new) registration without tender processing
fee any time. All new registrations from 01.04.2015 will be without tender
processing fee.
8. Those contractors, who have 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.
9. The intending bidder must have valid Class-III digital signature to
submit the bid.
10. On opening date, the contractor can login and see the bid opening process.
After opening of bids he will receive the competitor bid sheets.
11. Contractor can upload documents in the form of JPG format and PDF format.
12. Certificate of Financial Turnover: At the time of submission of bid,
contractor may upload Affidavit/Certificate from Chartered Accountant
mentioning Financial Turnover of last 5 (five) years or and further details if
required may be asked from the contractor after opening of Eligibility bids.
There is no need to upload entire voluminous balance sheet.
13. Eligibility bids shall be opened first on the due date and time as mentioned
above. The date and time of opening of Financial bids of contractors who
qualifies in the Eligibility Bid shall be communicated to them at a later date
after evaluation of eligibility bids.
14. Pre-Bid conference shall be held in the chamber of Chief Project Manager,
IISER TVM Project Zone, CPWD, CGO Complex, Poonkulam, Trivandrum at
11.30 AM on 12.05.2016 to clear the doubt if any of intending bidders. If
further pre bid conferences are required for complete and effective
interactions, the date and time of same will be communicated at the end of the
pre bid meeting.
15. The department reserves the right to reject any prospective Applications/ bids
without assigning any reason thereof and to restrict the list of qualified
contractors to any number deemed suitable by it, if too many bids/applications
satisfying the laid down criteria are received.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

16
16.1

16.2

If the bidder is a firm in partnership, the bid should be signed by each and
every partner thereof. All the partners of the firm should sign above their full
typewritten names and current addresses with mobile no and e-mail id. In the
event of absence of any partner, it must be signed on his behalf by a person
holding a power of attorney authorized by him to do so. Alternatively it should
be signed by a partner holding power of attorney of the partnership firm
authorizing to do so on behalf of all the partners. In the later case a certified
true copy of the power of attorney should also be scanned and uploaded to the
e-tendering website. In both cases a certified true copy of the partnership
deed and current address of all the partners of the firm should be submitted
along with the bid and it must disclose that the firm is duly registered under
the Indian Partnership Act 1932.
If the bidder is a limited company or a corporation, the bid shall be signed by a
duly authorized person holding power of attorney for signing the bid
accompanied by a copy of the power of attorney. The bidder should also
upload a certified true copy of the Memorandum of Articles of Association duly
attested by a Public Notary.

17

17.1 List of documents to be scanned and uploaded within the period of bid
submission by CPWD Composite category Class -1 (Super), Class-1
(AAA), Class-1(AA) contractors:
i) Treasury Challan / Demand Draft/ Pay order or Bankers cheque / Deposit at call
receipt/ FDR/ Bank guarantee of any Schedule bank against EMD.
ii) Enlistment order of the Contractor.
iii) If original EMD is deposited with other Divisions than the tender inviting Division,
copy of receipt for deposition of Original EMD of which the scanned copy of the
EMD uploaded with division office of any Executive Engineer, CPWD (The EMD
document issued shall only be from the place were the office of receiving
division office is situated).
iv)

Registration certificate of Service tax, VAT/Sales tax.

v)

Two letters from CPWD Composite category Class -1 (Super), Class-1 (AAA), Class1(AA) contractors as specified under Clause 1.2.3 of CPWD-6.

vi) Notarized Affidavit of Non-black listing by State/Central departments/


PSU/Autonomous bodies on non judicial stamp paper of value Rs.100/(Form J).
vii) Certified true copy of Memorandum of articles of Association of
company/Corporation (if applicable).
viii) Certified true copy of partnership deed of the firm (if applicable).
ix)

Certified true copy of power of attorney (if applicable).

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

17.2 List of documents to be scanned and uploaded within the period of


bid submission by the bidders other than CPWD Composite category
Class -1 (Super), Class-1 (AAA), Class-1(AA) contractors) as well as
Non-CPWD contractors:
i) Treasury Challan / Demand Draft/ Pay order or Bankers cheque / Deposit at call
receipt/ FDR/ Bank guarantee of any Schedule bank against EMD.
ii) Enlistment order of the Contractor.
iii) If original EMD is deposited with other Divisions than the tender inviting Division,
copy of receipt for deposition of Original EMD of which the scanned copy of the
EMD uploaded with division office of any Executive Engineer, CPWD (The EMD
document shall only be issued from the place which the office of
receiving division office is situated).
iv) Letter of transmittal.
v) Certificate of Financial Turnover from Chartered Accountant. (Form A)
vi) Bank Solvency Certificate.(Form B)
vii) Certificates of Work Experience (Form C, D & E)
viii) Structure and organization (Form F)
ix) Details of Technical and administrative Personal (Form G)
x) Details of Construction equipments. (Form H)
xi) Proof of no Loss suffered.
xii) Notarized Affidavit of Non-black listing by State/Central departments/
PSU/Autonomous bodies on non judicial stamp paper of value Rs.100/(Form J).
xiii) Two affidavits as per clause 1.2.3(i) and 1.2.3(ii) of CPWD-6 on nonjudicial stamp paper of value Rs 200/- each.
xiv) Registration certificate of Service tax, VAT/Sales tax.
xv)

Certified

true

copy

of

Memorandum

of

articles

of

Association

of

company/Corporation (if applicable).


xvi) Certified true copy of partnership deed of the firm (if applicable).
xvii) Certified true copy of power of attorney (if applicable).

Executive Engineer
IISER TVM Project Division - I
CPWD, Trivandrum

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

CPWD-6
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
NOTICE INVITING TENDER
1. Online percentage rate composite bids in two bid system [Eligibility bid &
Financial bid] are invited on behalf of President of India from firms/contractors of
repute for the work of:
Construction of Civil Structures and other Infrastructure facilities for IISER Campus at
Vithura, Thiruvananthapuram- Phase II.
SH: C/o Guest House, Shopping Centre, Community Welfare Centre including internal
and external Civil & Electrical services, HVAC, Lift, Fire fighting, Site Development,
Road work etc.

1.1 The work is estimated to cost Rs. 53,33,28,453/-[Civil : Rs. 45,16,79,797/-+


Electrical : Rs. 8,16,48,656/-]. This estimate, however, is given merely as a
rough guide.
1.1.1 The authority competent to approve NIT for the combined cost and belonging
to the major discipline will consolidate NITs for calling the bids. He will also
nominate Division which will deal with all matters relating to the invitation of
bids.
The eligibility of bidders will correspond to the combined estimated cost of
different components put to bid.
1.1.2 Joint ventures consortium and special purpose vehicles are not
eligible.
1.1.3 Firms/Contractors whose contract is rescinded during the last seven
years ending previous day of last date of submission of tender are not
eligible.
1.1.4 Firms/Contractors who are black listed and/or debarred are not
eligible.
1.2 Intending bidder is eligible to submit his bid provided he has definite proof
from the appropriate
authority, which shall be to the satisfaction of the
competent authority, of having satisfactorily completed similar works of
magnitude specified below :1.2.1 Criteria of eligibility for CPWD Composite category Class -1 (Super),
Class-1 (AAA), Class-1(AA) contractors.
(i)
CPWD Class -1 (Super), Class-1 (AAA), Class-1(AA) Composite category
contractors are eligible to submit the bids without submission of work
experience certificate and affidavit. Therefore CPWD Class -1 (Super), Class-1
(AAA), Class-1(AA) Composite category contractors shall upload two separate
letters for experience certificate and affidavit that these documents are not
required to be submitted by them. Uploading of these two letters is mandatory
otherwise system will not clear mandatory fields and the bid submitted by
them become invalid and rejected. The CPWD Class -1 (Super), Class-1 (AAA),
Class-1(AA) Composite category contractors are required to submit and upload
the certified true copy of their valid CPWD enlistment order within the
prescribed period of bid submission failing which their bid will be invalid and
their Financial bid will not be opened.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

(ii)

The bidder should not have been black listed and/or debarred by
any State/Central Department or PSU or Autonomous bodies. The
applicant must submit a duly notarized affidavit to this effect in
form J in Rs. 100/- stamp paper as specified in under Section III and
scanned copy of the same shall be uploaded at the time of tendering.
Applications received without this declaration in original shall stand
automatically rejected.

1.2.2 Criteria of eligibility for CPWD other than Composite category CPWD
Class -1 (Super), Class-1 (AAA), Class-1(AA) contractors) as well as
Non-CPWD contractors.
(i) Three similar works each of value not less than Rs. 2135 lakhs or two
similar works each of value not less than Rs. 3200 lakhs or one similar work
of value not less than Rs.4270 lakhs satisfactorily completed in last 7
years ending previous day of the last date of submission of bid.
AND
(ii) One completed work of any nature (either part of (i) above mentioned
similar works or a separate one) costing not less than Rs. 2135 lakhs with
any Central Government 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.
For this purpose:
Similar work means RCC framed structure Building work
comprising of Civil work items necessary to complete the building
including internal Electrical Installations, water supply, sanitary
installations & drainage work.
Cost of work shall mean Gross value of the completed work including the
cost of materials supplied by the Government/Client, but excluding those
supplied free of cost. This should be certified by an Officer not below the rank
of Executive Engineer / Project Manager or equivalent concerned.
Bidders are required to submit TDS Certificates in Form 16-A, in case the
similar works are executed for a private body, which shall form basis for
establishing the completion cost of similar work executed by the bidder.

1.2.3

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 bid.
To become eligible for submission of bid, the bidders (other than
CPWD Composite category Class -1 (Super), Class-1 (AAA), Class1(AA) contractors) shall have to furnish affidavit in non-judicial
stamp paper worth of Rs 200/- each as under:(i) I/We undertake and confirm that eligible similar works(s) has/have not
been got executed through another contractor on back to back basis.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

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 of the
affidavit to be uploaded at the time of submission of bid.)
(ii)

I/We undertake and confirm that I/We have not abandoned any of the
work entrusted to me /us nor any of the work entrusted to me/us have
been rescinded by any of the Central /State Govt Departments,
Undertakings, Autonomous institutions, Agencies, Societies, Enterprises
and Companies during last 7 (seven) years ending previous day of last
date of submission of bid (scanned copy of the affidavit to be uploaded at
the time of submission of bid).

(iii) The bidder should not have been black listed and/or debarred
by any State/Central Department or PSU or Autonomous
bodies. The applicant must submit a duly notarized affidavit
to this effect in form J in Rs. 100/- stamp paper as specified in
under Section III and scanned copy of the same shall be
uploaded at the time of tendering. Applications received without
this declaration in original shall stand automatically rejected.
1.2.3 The bidder should have had average annual financial turnover (gross) of
Rs. 5333.28 lakhs on construction works during last three consecutive
financial years, duly certified and audited by the Chartered Accountant. Year in
which no Turnover is shown would also be considered for working out the
average.
1.2.4 The bidder should not have incurred any loss in more than two years during
the immediate last five consecutive financial years, duly certified by the
Chartered Accountant.
1.2.5 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 = [AxNx2.0] - 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 work shall be brought to current
costing level by enhancing it at simple rate at 7% per annum.
N = Number of years prescribed for completion of work for which bids has
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.
1.2.6 The bidder should have a solvency of Rs. 2135 lakhs certified by his Bankers.
Correction -NIL
Insertion - NIL
Deletion - NIL
AE/IISER TVM PSD-1
EE/IISER TVMPD - I

1.2.7 The bidder should own construction equipment required as per list for proper
and timely execution of the work or else, he should certify that he would be
able to manage the equipment by hiring etc. and submit the list of firms from
whom he proposes to hire it.
1.2.8 The bidder should have sufficient number of Technical and Administrative
employees for proper execution of the contract. The bidder should submit a list
of the employees stating clearly how they would be involved in this work.
1.2.9 The bidder should submit certificate of bidders performance for each work
completed in the last seven years and the works in hand duly certified by an
officer not below the rank of Executive Engineer or equivalent.
2.

Agreement shall be drawn with the successful bidder on prescribed Form No.
CPWD 7 (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 their rates as per various terms and conditions of the said form
which will form part of the agreement.

3.

The time allowed for carrying out the work will be 15 (Fifteen) Months from
the date of start as defined in schedule F or from the first date of handing
over of the site, whichever is later, in accordance with the phasing, if any,
indicated in the bid documents.
4. i) The site for the work is available.
OR
The site for the work shall be made available in parts as specified below:
ii) The architectural and structural drawings for the work is available.
The architectural and structural drawing 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 and pace of progress
of work made by the contractor.

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 except Standard
General Conditions of Contract Form can be seen on website
www.tenderwizard.com/cpwd free of cost.
Plans can also be seen in the office of Executive Engineer, IISER TVM Project
Division- I, CPWD, Vattiyoorkavu, Thiruvananthapuram. The standard publications
like General conditions of works and Delhi Schedule of Rates (for civil and
electrical) with amendments/ correction slips can be seen free of cost from
website www.cpwd.gov.in .

6.

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

7.

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

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

10

8.

When bids are invited in two/three stage/bid/envelope system and if it is


desired and requested to submit revised financial bid then it shall be mandatory
for the bidder to submit revised financial bid. If not submitted then the bid
submitted earlier shall become invalid.

9
9.1

Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or
Bankers Cheque or Deposit at Call Receipt or Fixed Deposit Receipt drawn in
favour of Executive Engineer, IISER TVM Project Division-I, CPWD,
Trivandrum shall be scanned and uploaded to the e-Tendering website within
the period of bid submission. The original EMD should be deposited either in the
office of the Executive Engineer, IISER TVM project Division-I, CPWD, Trivandrum
or Division office of any other Executive Engineer, CPWD within the period of bid
submission and if EMD document is submitted to Division office of any other
Executive Engineer, CPWD EMD document should have been issued only from the
place in which Division office received the EMD document is situated. The
Executive Engineer receiving EMD document shall issue a receipt of deposition of
Earnest Money Deposit to the bidder in the format prescribed in the NIT Page 51
(Annexure) and the receipt should be obtained and uploaded to the e-tendering
website along with the tender by the intending bidder within the stipulated period
of bid submission.
A part of earnest money is acceptable in the form of bank guarantee also. In
such case, 50% of earnest money or Rs. 20 lakh, whichever is less, will
have to be deposited in shape prescribed above, and balance in shape
of Bank Guarantee of any scheduled bank which is to be scanned and
uploaded by the intending bidders.
Amount of EMD can be paid by multiple demand draft /pay order / bankers
cheque / deposit at call receipt / Fixed deposit receipts along with multiple bank
guarantees of any scheduled bank if EMD is also acceptable in the form of Bank
guarantee.
Bank Guarantee of any scheduled bank should be valid for a period of 6 (six)
months which is to be scanned and uploaded by the intending bidders.
The intending bidder has to fill up all the details such as Bankers name, Demand
draft/ Fixed deposit Receipt Pay Order/ Bankers Cheque / Bank Guarantee
number, amount and date.

9.2

Copy of Enlistment Order and certificate of Work experience and other


documents as specified in the invitation of bid shall be scanned and
uploaded within the period of bid submission. However, certified true
copy of all the scanned and uploaded documents as specified in
invitation of bid shall have to be submitted by the lowest bidder
only within a week physically in the office of tender opening
authority.

Online bid documents submitted by the intending bidders shall be


opened only of those bidders, whose EMD deposited either in the
office Executive Engineer inviting bid or Division office of any
Executive Engineer, CPWD and other documents scanned and
uploaded are as specified in the NIT and are found in order.
Correction -NIL
Insertion - NIL
Deletion - NIL
AE/IISER TVM PSD-1
EE/IISER TVMPD - I

11

9.3

10
10.1

The contractors registered prior to 01.04.2015 on e-tendering portal of CPWD


shall have to deposit tender processing fee at existing rates, or they have
option to switch over to the new registration system without tender processing
fee any time.
The bid submitted shall be opened after 11.00 AM on 23.05.2016

The bid submitted shall become invalid and cost of bid and e-Tender
processing fee shall not be refunded if:
(i) The bidder is found ineligible.
(ii)

The bidder does not deposit original EMD either in the office Executive
Engineer inviting bid or Division office of any Executive Engineer, CPWD
(iii) The EMD document submitted to the CPWD Division office other than the
one invited tender found have been issued from the place other than the
place of the Division received the EMD document.
(iv) The bidder does not upload all the documents (including service tax
registration, VAT registration/Sales tax registration and Receipt for
deposition of original EMD of which the scanned copy of the EMD uploaded
as stipulated in the bid document).
(v) 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.
(vi) Bids on which any of the prescribed conditions is not fulfilled or any
condition including that of conditional rebate is put forth by the bidders.
(vii) The bidder hide facts and furnish false information, details and certificates
and has not furnished the certified performance of work as per NIT
condition.
10.2 In case any discrepancy is noticed between the documents as uploaded at
the time of submission of the bid online and hard copies as submitted
physically in the office of Executive Engineer, then the bid submitted shall
become invalid and the Government shall, without prejudice to any other
right or remedy, be at liberty to forfeit 50% of the said earnest money as
aforesaid. Further, the tenderer shall not be allowed to participate in the
retendering process of the work.
10.3 After opening of the eligibility bid, the deficiencies found in the bid of each bidder
viz-a-viz requirements as per NIT will be communicated to individual bidders by
Speed Post and/or by email with a request to furnish required documents within
one week of receipt, and if the bidder failed to furnish the requisite document
/details within the time limit specified, it will be presumed that the individual
bidder do not have any further documents to furnish and decision on bids will be
taken accordingly.
11. The contractor 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 Rs. 10000/-) or Deposit at Call receipt of any scheduled
bank/Bankers cheque of any scheduled bank/Demand Draft of any scheduled
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

12

bank/Pay order of any Scheduled Bank of any scheduled bank (in case guarantee
amount is less than Rs. 1,00,000/-) or Government Securities or Fixed Deposit
Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India in
accordance with the prescribed form. In case the contractor fails to deposit the
said performance guarantee within the period as indicated in Schedule F,
including the extended period if any, the Earnest Money deposited by the
contractor shall be forfeited automatically without any notice to the contractor.
The Earnest Money deposited along with bid shall be returned after
receiving the aforesaid performance guarantee.
The contractor whose bid is accepted will also be required to furnish
either copy of applicable licenses/registrations or proof of applying for
obtaining labour licenses, registration with EPFO, ESIC and BOCW
Welfare Board and programme Chart (Time and Progress) within the
period specified in Schedule F.
12. Intending Bidders are advised to inspect and examine the site, structures and its
surroundings and satisfy themselves before submitting their bids as to the nature
of the ground and sub-soil (so far as is practicable), the form and nature of the
site, the means of access to the site, the accommodation they may require and in
general shall themselves obtain all necessary information as to risks,
contingencies and other circumstances which may influence or affect their bid. A
bidders shall be deemed to have full knowledge of the site whether he inspects it
or not and no extra charge consequent on any misunderstanding or otherwise
shall be allowed. The bidders shall be responsible for arranging and maintaining
at his own cost all materials, tools & plants, water, electricity access, facilities for
workers and all other services required for executing the work unless otherwise
specifically provided for in the contract documents. Submission of a bid by a
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 and local conditions and other factors having a bearing
on the execution of the work.
13. The competent authority on behalf of the President of India does not bind itself to
accept the lowest or any other bid and reserves to itself the authority to reject
any or all the bids received without the assignment of any reason. All bids in
which any of the prescribed condition is not fulfilled or any condition including
that of conditional rebate is put forth by the bidders shall be summarily rejected.
14. Canvassing whether directly or indirectly, in connection with bidders is strictly
prohibited and the bids submitted by the contractors who resort to canvassing
will be liable for rejection.
15. The competent authority on behalf of President of India reserves to himself the
right of accepting the whole or any part of the bid and the bidders shall be bound
to perform the same at the rate quoted.
16. The contractor shall not be permitted to bid for works in the CPWD Circle
(Division in case of contractors of Horticulture/Nursery category) responsible for
award and execution of contracts, in which his near relative is posted a Divisional
Accountant or as an officer in any capacity between the grades of Superintending
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

13

Engineer and Junior Engineer (both inclusive). He shall also intimate the names of
persons who are working with him in any capacity or are subsequently employed
by him and who are near relatives to any gazetted officer in the Central Public
Works Department or in the Ministry of Urban Development. Any breach of this
condition by the contractor would render him liable to be removed from the
approved list of contractors of this Department.
17. 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 had not obtained
the permission of the Government of India as aforesaid before submission of the
bid or engagement in the contractors service.
18. The bid for the works shall remain open for acceptance for a period of ninety
(90) days from the date of opening of Eligibility 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.
19. This notice inviting Bid 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 the stipulated date of start of the work, sign the contract consisting
of:a) The Notice Inviting Bid, all the documents including additional conditions,
specifications and drawings, if any, forming part of the bid as uploaded at the
time of invitation of bid and the rates quoted online at the time of submission
of bid and acceptance thereof together with any correspondence leading
thereto.
b) Standard C.P.W.D. Form 7 or other Standard C.P.W.D. Form as applicable.
20.
For Composite Bids
20.1.1 The Executive Engineer in charge of the major component will call bids for the
composite work. The cost of bid document and Earnest Money will be fixed
with respect to the combined estimated cost put to tender for the composite
bid.
20.1.2 The bid document will include following three components:
Part A: CPWD-6, CPWD-7 including schedule A to F for the major component
of the work, Standard General Conditions of Contract for CPWD 2014 amended
upto DG/CON/292 dated 29.02.2016.
Part B: General conditions, special conditions, specifications of major
component of work.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

14

Part C: Schedule A to F for minor component of the work. General


conditions, special conditions, specifications of minor component of work.
Part D: Schedule of major component of the work and schedule of minor
component of the work.
20.1.3 The bidder must associate himself with agencies of the appropriate class
eligible to bid for each of the minor component individually.
20.1.4

20.1.5

20.1.6

(i) The eligible bidders shall quote overall percentage above or below
of the composite amount of estimated cost put to tender only.
(ii) The percentage quoted shall be written both in figures and words.
Tenders, which propose any alteration in the work specified in the NIT, in
the form or document of invitation to tender, or in the time allowed for
carrying out the work, or which contain any other conditions of any sort
whatsoever including conditional rebates, will be summarily rejected.
In case the lowest tendered percentage or amount of two or more
contractors is same, such lowest bidders will be asked to submit sealed
revised offer in the form of letter mentioning percentage above/below on
estimated cost of tender including all sub sections/sub heads as the case
may be, but the revised percentage quoted above/below on the estimate
cost put to tender should not be higher than the tendered percentage
quoted at the time of original (initial) submission of tender. The lowest
tender shall be decided on the basis of revised offers submitted by them.
If the revised tendered percentage of two or more contractors received in
revised offer is again found to be equal, the lowest tender, among such
contractors, shall be decided by draw of lots in the presence of SE in the circle,
EEs-in-charge- of major and minor component(s) (also DDH in case
Horticulture work is also included in the tender), EE(P)or EE(HQ) of the circle &
the lowest contractors those who have quoted equal amount/percentage in
their tenders.
In case any of such contractor refuses to submit revised offer, then it shall be
treated as withdrawal of his tender before acceptance and 50% of earnest
money shall be forfeited.
In case all the lowest bidders those who have quoted same tendered amount
or percentage, refuse to submit revised offers, then tenders shall be recalled
after forfeiting 50% of EMD of each of those bidders.
Bidders/Contractor(s), whose earnest money is forfeited because of nonsubmission of revised offer, shall not be allowed to participate in the retendering process of the work.

20.1.7 In case of Percentage Rate Tenders, percentage quoted shall be considered.


Any tender containing item rates is liable to be rejected. Percentage quoted by
the contractor in percentage rate tender shall be accurately filled in figures and
words, so that there is no discrepancy.
20.1.8 In Percentage Rate Tender, the tenderer shall quote overall
percentage below/above (in figures as well as in words) at which he
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

15

will be willing to execute the work. He shall also work out the total
amount of his offer and the same should be written in figures as well
as in words in such a way that no interpolation is possible.
20.1.9 The percentage quoted shall not be beyond two decimal.
20.1.10 The tender submitted shall also be treated as invalid if :(i)
The contractor does not quote percentage above/below on the total amount of
estimated cost of work put to tender.
(ii)
The percentage above/below is not quoted in figures & words both on the total
amount of estimated cost of work put to tender.
(iii)
The percentage quoted above/below is different in figures and in words.
20.1.11 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 EE/DDH in charge of
minor components. 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
Part A, Part B and schedule of quantity of major component under
Part D of the agreement. EE/DDH in charge of minor component(s) shall
operate Part C along with Part A and schedule of quantity of minor
component under Part D of the agreement.
20.1.12 Entire work under the scope of composite bid including major and all minor
components shall be executed under one agreement.
20.1.13 Security Deposit will be worked out separately for each component
corresponding to the estimated cost of the respective component of works.
20.1.14 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).
20.1.15 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.
20.1.16 The main contractor has to enter into agreement with contractor(s) associated
by him for execution of minor component(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.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

16

20.1.17 Running payment for the major component shall be made by EE of major
discipline to the main contractor. Running payment for minor components shall
be made by the Engineer-in-charge of the discipline of minor component
directly to the main contractor. In case main contractor fails to make payment
to the contractor associated by him within 15 days of receipt of each Running
Account payment, then on the written complaint of contractor associated for
such minor component, EE in charge of minor component shall serve the show
cause to the main contractor and after considering the reply of the same he
may make the payment directly to the contractor associated for minor
component as per the terms and condition of the agreement drawn between
main contractor and associated contractor fixed by him, if reply of the main
contractor either not received or found un satisfactory. Such payment made to
the associate contractor shall be recovered by EE of major or minor component
from the next Running Account/Final bill due to the main contractor as the
case may be.
20.1.18 (A)The composite work shall be treated as complete when all the components
of the work are complete. The completion certificate of the composite work
shall be recorded by Engineer-in-charge of major component after record of
completion certificate of all other components.
(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.
20.1.19 Specialized works shall be got executed only through associated agencies
specialized in these fields. Engineer-in-charge shall define list of specialized
work.
Executive Engineer
IISER TVM Project Division - I
CPWD, Trivandrum

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

17

SECTION - I
BRIEF PARTICULARS OF THE WORK

1.

Salient details of the work for which bids are invited are as under :

Name of work :

Construction of Civil Structures and other Infrastructure facilities


for IISER Campus at Vithura, Thiruvananthapuram- Phase II.
SH: C/o Guest House, Shopping Centre, Community Welfare
Centre including internal and external Civil & Electrical services,
HVAC, Lift, Fire fighting, Site Development, Road work etc.

Estimated cost : Rs. 53,33,28,453/[Civil : Rs. 45,16,79,797/-+ Electrical : Rs. 8,16,48,656/-]

Period of completion: 15 (Fifteen) months


2.

The work site is situated at IISER Campus at Vithura about 45 km away from
Trivandrum City in Kerala state.

Scope of work under Phase II construction of IISER Campus Vithura which


includes construction of Guest House, Shopping Centre, Community Welfare Centre
including necessary internal and External Civil & Electrical services, HVAC Work, Lift,
Fire fighting work, Site Development, Road work etc.

3.

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

(I) Guest House

(II) Shopping Centre

Four storeyed RCC framed structure building in three


blocks at different level accommodating about 39
Double units, 10 Double bed unit (long stay) and 10
Suites.
Double storeyed RCC framed structure with
provision for accommodating about 14 shops, Bank
and Post Office, Anchor store at Ground Floor and
10 shops, Cafeteria and kitchen and Banquet hall in
+1 level.

(III) Community Welfare Centre Single storeyed RCC framed structure with provision
for Dining, Women/Men games
room lounge,
Gymnasium etc.
(IV) Development of site and
Service
-

Site development and construction of Road from


Makki bridge to Guest House for a length of about
700 Metre.

Above details and status are only indicative but not exhaustive.

The

intending bidder shall inspect the site and fully acquaint with nature and
quantum of work and site condition and assess and satisfy themselves
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

18

before quoting and submission of his/their bid. No claim on this account


shall be entertained by the Department.
4.

5.

The building is targeted for 4 Star GRIHA rating. In order to secure this rating,
a high degree of responsibility and cooperation is necessary from the
contractors. All materials and systems used in the project are intended to
maximize energy efficiency for operation of Project throughout service life
(substantial completion to ultimate disposition reuse, recycling, or
demolition) with an emphasis on top quality. Materials and systems are to
maximize
environmentally-benign
construction
techniques,
including
construction waste recycle, reusable delivery packaging, and reusability of
selected materials. All vendors / contractors must adhere to best practices
related to Green Buildings. Nothing extra on this account shall be payable.
Work shall be executed according to: (i) GCC 2014 (General condition for
CPWD Work CPWD Form 7) amended and corrected upto DG/CON/292 dated
29.02.2016
(ii) CPWD Specification 2009 volume I & II with upto date correction slips,
General conditions of contract, special conditions, particular specification etc.
specified in the contract.
(iii) CPWD General Specification for Electrical works Part Internal 2013,
with up to date correction slips General conditions of contract, special
conditions, particular specification etc. specified in the contract.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

19

SECTION-II
INFORMATION & INSTRUCTION FOR BIDDERS
1.0 GENERAL :
1.1 Letter of transmittal and forms for deciding eligibility are given in Section III.
1.2 All information called for in the enclosed forms should be furnished against the
relevant columns in the forms. If for any reason, information is furnished on a
separate sheet, this fact should be mentioned against the relevant column. Even
if no information is to be provided in a column, a nil or no such case entry
should be made in that column. If any particulars / query is not applicable in case
of the bidder, it should be stated as not applicable. The bidders are cautioned
that not giving complete information called for in the application forms or not
giving it in clear terms or making any change in the prescribed forms or
deliberately suppressing the information may result in the bid being summarily
disqualified. Bids made by telegram or telex and those received late will not be
entertained.
1.3 The bidder shall quote overall percentage below/above (in figures as
well as in words) at which he will be willing to execute the work. He
shall also work out the total amount of his offer and the same should be
written in figures as well as in words in such a way that no interpolation
is possible.
1.4 Overwriting 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. They should be submitted as a package with
signed letter of transmittal.
1.5 References, information and certificates from the respective clients certifying
suitability, technical knowledge or capability of the bidder should be signed by an
officer not below the rank of Executive Engineer or equivalent.
1.6 The bidder should not have been black listed and/or debarred by any
State/Central Department or PSU or Autonomous bodies. The
applicant must submit a duly notarized affidavit to this effect in form
J in Rs. 100/- stamp paper as specified in under Section III and scanned
copy of the same shall be uploaded at the time of tendering. Applications
received without this declaration in original shall stand automatically
rejected.
1.7 The bidder may furnish any additional information which he thinks 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 opening of Eligibility Bids unless it is called for by the Employer.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

20

1.8 After opening of the Eligibility bid, Executive Engineer shall prepare a list of
deficiencies if any found in the bids of each bidder vis--vis requirements as per
NIT and send the lists to individual bidders by Speed Post/e-mail with a request
to furnish required documents within one week of receipt, and if the bidder fail
to submit the requisite documents and details within the said time limit fixed by
EE it will be presumed that the individual bidder do not have any further
documents to furnish and decision on bids will be taken accordingly.
1.9 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.
2.0 DEFINITIONS
2.1 In this document the following words and expressions have the meaning hereby
assigned to them.
2.2 Employer: Means the President of India, acting through the Executive Engineer,
IISER TVM Project Division - I, CPWD, Trivandrum.
2.3 Bidder : Means the individual, proprietary firm, firm in partnership, limited
company private or public or corporation.
2.4 Year means financial year unless stated otherwise.
3.0 METHOD OF APPLICATION:
3.1 If the bidder is an individual, the bid should be signed by him above his full type
written name and current address, mobile no and e-mail id.
3.2 If the bidder is a proprietary firm, the bid should be signed by the proprietor
above his full type written name and the full name of his firm with its current
address, mobile no and e-mail id.
3.3 If the bidder is a firm in partnership, the bid should be signed by each and every
partner thereof. All the partners of the firm should sign above their full
typewritten names and current addresses with mobile no and e-mail id. In the
event of absence of any partner, it must be signed on his behalf by a person
holding a power of attorney authorized by him to do so. Alternatively it should be
signed by a partner holding power of attorney of the partnership firm authorizing
to do so on behalf of all the partners. In the later case a certified true copy of the
power of attorney should also be scanned and uploaded to the e-tendering
website. In both cases a certified true copy of the partnership deed and current
address of all the partners of the firm should be submitted along with the bid and
it must disclose that the firm is duly registered under the Indian Partnership Act
1932.
3.4 If the bidder is a limited company or a corporation, the bid shall be signed by a
duly authorized person holding power of attorney for signing the bid accompanied
by a copy of the power of attorney. The bidder should also upload a certified true
copy of the Memorandum of Articles of Association duly attested by a Public
Notary.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

21

4.0 FINAL DECISION MAKING AUTHORITY


The employer reserves the right to accept or reject any bid and to annul the
process and reject all bids at any time, without assigning any reason or
incurring any liability to the bidders.
5.0 PARTICULARS PROVISIONAL
The particulars of the work given in Section-I are provisional. They are liable to
change and must be considered only as advance information to assist the bidder.
6.0 SITE VISIT
The bidder is advised to visit the site of work and structures, at his own cost,
and examine it and its surroundings, satisfy to himself collect all information that
he considers necessary for proper assessment of the prospective assignment.
7.0 INITIAL CRITERIA FOR ELIGIBILTY
7.1

The Bidder should have satisfactorily completed during the last Seven years
ending previous day of last date of submission of bid.

(i)

Three similar works each costing not less than Rs. 2135 lakhs or two similar
works each costing not less than Rs. 3200 lakhs or one similar work costing
not less than Rs. 4270 lakhs,
and
One completed work of any nature (either part of (i) above or a separate one)
costing not less than Rs. 2135 lakhs with any Central Government
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.
For this purpose:
Similar work means RCC framed structure Building work
comprising of Civil work items necessary to complete the building
including internal Electrical Installations, water supply, sanitary
installations & drainage work.

(i)

Cost of work shall mean Gross value of the completed work including the cost
of materials supplied by the Government/Client, but excluding those supplied
free of cost. This should be certified by an Officer not below the rank of
Executive Engineer / Project Manager or equivalent.
Bidders are required to submit TDS Certificates in Form 16-A in case the similar
works are executed for a private body which shall form basis for establishing the
completion cost of similar work executed by the bidder.
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 tenders.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

22

7.2

At the time of bidding, the tenderer other than CPWD Composite category Class
-1 (Super), Class-1 (AAA), Class-1(AA) contractors) as well as Non-CPWD
contractors shall have to furnish an affidavit as under :

(i)

I/ We undertake and confirm that eligible similar work(s) has/have not been got
executed through another contractor on back to back basis. Further that, if such
a violation comes to the notice of Department then I/ We shall be debarred for
tendering in CPWD contracts in future forever. Also if such a violation comes to
the notice of the Department before date of start of work the Engineer-in-charge
shall be free to forfeit the entire amount of Earnest money Deposit and
Performance Guarantee amount.

(ii)

I/We undertake and confirm that I/We have not abandoned any of the work
entrusted to me /us nor any of the work entrusted to me/us have been
rescinded by any of the Central /State Govt Departments, Undertakings,
Autonomous institutions, Agencies ,Societies, Enterprises and Companies.

(iii)

I/we undertake and confirm that our firm/partnership firm/company has not
been blacklisted by any state/Central Departments/PSUs/Autonomous bodies
during the last 7 years of its operations. Further that, if such an information
comes to the notice of the department then I/we shall be debarred for bidding
in CPWD in future forever. Also, if such an information comes to the notice of
department on any day before date of start of work, the Engineer-in-charge
shall be free to cancel the agreement and to forfeit the entire amount of Earnest
Money Deposit/Performance Guarantee Scanned copies of these notarized
affidavits are to be uploaded at the time of submission of bid.
7.3 The bidder should have had average annual financial turnover (gross) of Rs.
5333.28 lakhs on civil/electrical construction works during the last available
three consecutive financial years [may range from six to eighteen months] duly
audited by a 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
immediate last five consecutive financial years, 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
=
[AxNx2.0] 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 work shall be brought to current
costing level by enhancing at simple rate at 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.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

23
7.6
7.7

7.8

The bidder should have a solvency of Rs. 2135 lakhs certified by his bankers.
The bidder should own constructions equipment required as per list for
proper and timely execution of the work or else, he/they should certify that
he/they would be able to manage the equipment by hiring etc., and
submit the list of firms from whom he proposes to hire.
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 the employees stating clearly how those employees would be
involved in this work.

The bidders performance for each eligible works completed in the last 7
(seven) years and in hand should be certified by an officer not below the
rank of Executive Engineer or equivalent.
8.0 EVALUATION CRITERIA
8.1 The details submitted by the bidders will be evaluated in the following manner.
7.9

8.1.1 The bid will first be scrutinized and evaluated for satisfying the initial criteria
prescribed in para 7.1 to 7.9 above in respect of experience of similar class of
works completed, bidding capacity and financial turn over etc. and the bidders
eligibility for the work will be determined.
8.1.2 The bidders qualifying the initial criteria as set out in para 7.1 to 7.9 above
will be evaluated the following criteria by scoring method on the basis of details
furnished by them.
a)

Financial strength (Form A & B)


A - Turn over 16 marks
B - Solvency
4 marks

b)

Experience in similar class of work


during last seven years (Form C)

Maximum 20 Marks

Performance on completed works


(Form D) Time over run

Maximum 20 Marks

Performance on completed works


(Form E) Quality

Maximum 15 Marks

Personnel and Establishment


(Form F & G)

Maximum 10 Marks

c)

d)

e)

f)

Maximum 20 Marks

Plant & equipment (Form H)


Maximum 15 Marks
Total
100 Marks
To become eligible for short listing the bidder must secure at least 50%
(fifty percent) marks in each and 60% (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.
Correction -NIL
Insertion - NIL
Deletion - NIL
AE/IISER TVM PSD-1
EE/IISER TVMPD - I

24

8.2

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

(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 financial information:
a) Annual financial statement for the last five years ending up to 31 March 2015
in (Form A). This should be supported by audited balance sheets and profit
and loss accounts duly certified by a chartered accountant, as submitted by
the applicant to the income tax department (Form A).
b) Solvency certificate in (Form B).
10.

EXPERIENCE IN WORKS HIGHLIGHTING EXPERIENCE IN SIMILAR


WORKS

10.1 Bidder should furnish the following :


a) List of all works of similar nature successfully completed during the last seven
years in (Form C).
b) List of the projects under execution or awarded in (Form D)
10.2

Particulars of completed works and performance of the bidder duly


authenticated/certified by an officer not below the rank of Executive Engineer
or equivalent should be furnished separately for each work completed (Form
E).

10.3 Information in Form D should be complete and no work should be left out.
10.4

The Bidder should submit certificate of satisfactory progress for works of on-going
works from the Officer-in-charge of work not below the rank of Executive Engineer
of concerned department to the satisfaction of Engineer-in-charge.
11. ORGANISATION INFORMATION
Bidder is required to submit the information in respect of his organization in
(Forms F & G).
12. CONSTRUCTION PLANT & EQUIPMENT
Bidder should furnish the list of construction plant and equipment including steel
shuttering, centering and scaffolding 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. LETTER OF TRANSMITTAL
The bidder should submit the letter of transmittal attached with the document.
Correction -NIL
Insertion - NIL
Deletion - NIL
AE/IISER TVM PSD-1
EE/IISER TVMPD - I

25

14.

OPENING OF PRICE BID


After evaluation of eligibility bid, a list of short - listed agencies will be prepared.
Thereafter the financial bids of only the qualified and technically acceptable
bidders shall be opened at the notified time, date and place in the presence of the
qualified bidders or their representatives. The financial bids shall remain valid for
90 days from the date of opening of Eligibility Bids.

15
15.1 Credentials for the works submitted by the agency may, if required, be
inspected, checked and verified physically by the Engineer-in-charge or
his authorized representative or by an authorized committee
constituted for the purpose and the agency will make necessary
arrangement for local transport, arranging meeting with the client
department etc.
16. AWARD CRITERIA
16.1 The employer reserves the right, without being liable for any damages or
obligation to inform the bidder, to:
a)
b)

Amend the scope and value of contract to the bidder.


Reject any or all the bids without assigning any reason.

16.2 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.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

26

SECTION III
INFORMATION REGARDING ELIGIBILITY
LETTER OF TRANSMITTAL
To
The Executive Engineer,
IISER TVM Project Division I
Melethumele, Vattiyoorkavu P.O.,
Thiruvananthapuram
Sub : Submission of bids in two bid system for the work of Construction of Civil
Structures

and

other

Infrastructure

facilities

for

IISER

Campus

at

Vithura,

Thiruvananthapuram- Phase II.


SH: C/o Guest House, Shopping Centre, Community Welfare Centre including internal
and external Civil & Electrical services, HVAC, Lift, Fire fighting, Site Development,
Road work etc.

Sir,
Having examined the details given in the bid document for the above work, I/ We
hereby submit the relevant information.
1. I/ We hereby certify that all the statement made and information supplied in the
enclosed forms A to J and accompanying statements are true and correct.
2. I/ We have furnished all information and details necessary for eligibility and have
no further pertinent information to supply.
3. I/We submit the requisite certified solvency certificate and authorize the Executive
Engineer, IISER TVM Project Division - I, CPWD, Vattiyoorkavu P.O.
Thiruvananthapuram to approach the bank issuing the solvency certificate to
confirm the correctness thereof. I/We also authorize Executive Engineer,
IISER TVM Project Division - I, CPWD to approach individuals, employers,
firms and corporation to verify our competence and general reputation.
4. I/We submit the certificates as per the form E in support of our suitability,
technical knowledge and capability for having successfully completed the following
works:S.N.

Name of work

Amount

Certificate issued
by

1.
2.
3.
and
5. Eligibility Documents and Earnest money amounting to Rs. 63,33,285/- in the
prescribed forms have been scanned and uploaded to concerned e-tendering web
site and the originals / hard copy of same physically submitted to the EE as
specified in the NIT within dates of submission and receipt upload along with bid.
6. Financial bid is submitted online.
Enclosures:
Seal of bidder
Date of submission
SIGNATURE(S) OF BIDDER(S)
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

27

FORM A
FINANCIAL INFORMATION

Name of the firm / contractor.:

I.

Financial Analysis-Details to be furnished duly supported by figures in


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

Sl.
No.

II.

Fig in lakhs Rs.


Financial Years

Particulars
20102011

i)

Gross Annual turnover


on construction works

iii)

Profit / Loss

20112012

20122013

20132014

20142015

Financial arrangements for carrying out the proposed work.

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

Signature of Chartered Accountant with Seal

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

Signature of Bidder(s)

EE/IISER TVMPD - I

28

FORM B

FORM OF BANKERS SOLVENCY CERTIFICATE FROM A SCHEDULED BANK

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

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


any of the officers.
(Signature)
For the Bank

NOTE: (1)

Bankers certificate should be on letter head of the Bank, sealed in


cover addressed to Executive Engineer, IISER TVM Project
Division - I, CPWD, Vattiyoorkavu P.O. Thiruvananthapuram.

(2)

In case of partnership firm, certificate should include names of all


partners as recorded with the Bank.

(3)

Correction -NIL
Insertion - NIL
Deletion - NIL

The certificate should not be more than 6 months old.

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

29

FORM C
DETAILS OF ALL WORKS OF SIMILAR NATURE COMPLETED DURING THE LAST SEVEN YEARS ENDING APRIL, 2016.
Name of the firm / contractor.
Sl.
No.

Name of
work /
project and
location

Owner or
sponsoring
organization

Cost of
work in
crores

Date of
commencement
as per contract

Stipulated
date of
completion

Actual date Litigation/


Name and
of completion arbitration
Address
cases pending (Postal & Email) /
/ in progress
telephone
with details*
number of
officer to
whom
reference
may be made
7

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


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

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

Remarks

10

30

FORM D

PROJECTS UNDER EXECUTION OR AWARDED

Sl.
No.

Name of
work /
project
and
location

Owner or
sponsoring
organization

Cost of
Work in
crores

Date of
commencement
as per contract

Stipulated
date of
completion

Upto date
percentage
progress of
work

Slow
progress if any,
and reasons
thereof

Name and
Address (Postal
& E-mail) /
telephone
number of
officer to whom
reference may
be made

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

SIGNATURE OF BIDDER(S) WITH STAMP

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

Remarks

10

31

FORM E
PERFORMANCE REPORT OF WORKS TO BE CONSIDERED FOR ELIGIBILITY

1.

Name of work / Project & Location

2.

Agreement No.

3.

Estimated Cost

4.

Tendered Cost

5.

Date of Start

6.

Date of completion
i) Stipulated Date of Completion
( as mentioned in work order )
ii) Actual Date of Completion

7.

Amount of compensation levied for delayed


completion, if any

8.

Amount of reduced rate items, if any.

9.

Whether any litigation / arbitration case


pending / in progress in respect of this work.

10.

Performance Report

11

1) Quality of Work

Very Good/Good/Fair/Poor

2) Financial Soundness

Very Good/Good/Fair/Poor

3) Technical Proficiency

Very Good/Good/Fair/Poor

4) Resourcefulness

Very Good/Good/Fair/Poor

5) General Behaviour

Very Good/Good/Fair/Poor

Remarks ( if any ):

Dated:

Addition : NIL
Overwriting: NIL

Executive Engineer
or
Equivalent Officer with stamp

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

32

FORM F
STRUCTURE & ORGANISATION
1.

Name & Address of the bidder

2.

Telephone No. /
Email id /Telex No./Fax No.

3.

Legal status of the bidder


(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 company or
Corporation

Particulars of registration with various Government bodies (attach attested


photo-copy).
ORGANIZATION/PLACE OF REGISTRATION REGISTRATION No.
1.
2.
3.

5.

Names and Titles of Directors & Officers with


designation to be concerned with this work.

6.

Designation of individuals authorized 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, given the name of the project and reasons of
suspension of work.
Has the bidder, 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.

8.

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

33

9.

Has the bidder, or any constituent partner in case


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

10.

Has the bidder, 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 bidder has specialization and interest?

12.

Any other information considered necessary but


not included above.

Signature of bidder(s) with stamp

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

34

FORM G

DETAILS OF TECHNICAL & ADMINISTRATIVE PERSONNEL TO BE EMPLOYED FOR THE WORK

Sl.
No.

Designation

Total Number

Number
available
for this
work

Name

Qualifications

Professional/
Construction
experience
and details of
work carried
out

How these
would be
involved in
this work

Remarks

SIGNATURE OF BIDDER(S) WITH STAMP

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

35

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

S.No.

Name of Equipment

2
I Earth moving equipment
1 Excavators cum loader JCB 3D
II Equipment for hoisting &
lifting

Nos

Capacity
or Type

Age

Condition

Ownership status
Presently Leased
To be
owned
purchased

1 Tower crane
2 Builder's hoist
III Equipment for concrete
work
1 Digitalised Automatic concrete
batching plant of minimum
capacity 15 cum/hr
Mini batching plant 6 cum/ hr
2
3

Concrete pump
Concrete transit mixer

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

Current
location

Remarks

10

11

36

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

10
11

Concrete hopper mixer


(diesel)
Concrete
hopper
mixer
(electrical)
Needle vibrator (electrical)
Needle vibrator (petrol)
Plate vibrator (elect. / petrol)
Equipment for building
work
Block making machine
Bar bending machine
Bar cutting machine
Wood thickness plainer
Drilling machine
Welding generators
Cube testing machines
M.S pipes
Steel shuttering with
necessary props and
adjustable telescopic span
Steel scaffolding and
staging material
Grinding and polishing
Machines

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

37

V Equipment for
transportation
1 Tippers
2 Trucks
VI Pneumatic equipment
1 Air compressor(diesel)
VII De-watering equipment
1 Pump(Diesel)
2 Pump(Electrical)
VIII Power equipment
1 Diesel generators
2 Any other plant/equipment
IX
1
2
3
4
5
6
7

Equipment for Road work


Road rollers
Earth rammers
Vibratory Road Rollers
Bitumen paver
Hot mix plant
Spreaders
Graders
Signature of Bidder (s)

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

38

FORM J

AFFIDAVIT

I/we undertake and confirm that our firm/partnership firm has not
been

blacklisted

and/or

debarred

by

any

state/Central

Departments/PSUs/Autonomous bodies during the last 7 years of its


operations. Further that, if such an information comes to the notice of the
department then I/we shall be debarred for bidding in CPWD in future
forever. Also, if such an information comes to the notice of department on
any day before date of start of work, the Engineer-in-charge shall be free to
cancel the agreement and to forfeit the entire amount of Earnest Money
Deposit/Performance Guarantee (Scanned copy of this notarized affidavit to
be uploaded at the time of submission of bid)

NOTE: Affidavit to be furnished on a Non-Judicial stamp paper worth


Rs.100/-

Signature of Bidder(s) or an authorized


Officer of the firm with stamp

Signature of Notary with seal

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

39
CRITERIA FOR EVALUATION OF THE PERFORMANCE OF CONTRACTORS FOR PRE
ELIGIBILITY
Attributes
(a)

(b)

EVALUATION

Financial strength (Form A&B)


(i) Average annual
turnover
(ii) Solvency
Certificate

(20 marks)
16 marks

(i)

4 marks

(ii)

Experience in similar
class of works (Form C)

(20marks)

(i)
(ii)

(c)

Performance on completed
works (time over run) (Form D)

60% marks for minimum eligibility


criteria
100% marks for twice the minimum
eligibility criteria or more In between (i)
& (ii) on pro-rata basis
60% marks for minimum eligibility
criteria
100% marks for twice the minimum
eligibility criteria or more In between (i)
& (ii) on pro-rata basis

( 20 marks)

Parameter

Calculation For Score


points
If TOR =

(i)

Without
levy
compensation

of

(ii)

With levy of compensation

Maximum
(20 Marks)

1.00

2.00

3.00

>3.50

20

15

10

N.A.

-5

(iii) Levy of compensation not


N.A.
10
decided
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)

(e)

Performance of completed works (Quality)


(Form E)
(i)
Very Good

Maximum (15 marks)


15

(ii)

Good

10

(iii)

Fair

(iv)

Poor

Personnel and Establishment (Form F & G)

Maximum (10 marks)

(i)

Graduate Engineer

3 marks for each (upto max. 6 marks)

(ii)

Diploma Holder Engineer

2 marks for each (upto max.4 marks)

(iii)

Supervisory / Foreman

1 mark for each (upto max.3 marks)

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

40
(f)

Plant & Equipment (Form H)

Maximum (15 marks)

Digitalized automatic concrete Batch Mixing


plant of minimum capacity 15 cum/hr

2 marks for each upto max. 4 marks

(ii)

Mini Concrete Batch Mixing plant 6 cum/hr

1 mark for each upto max. 2 marks

(iii)

Truck/Tippers

1 mark for each upto max 2 marks

(iv)

Transit mixer

1 mark for each upto max 2 marks

(v)

Steel shuttering with necessary props and


adjustable telescopic span

1 mark for each 10000 sqm upto maximum 4 marks

(vi)

Tower crane

2 marks for each upto max 4 marks

(vii)

Building hoist

1 mark for each upto max. 2 marks

(i)

(viii) Excavator cum loader JCB 3D

1 mark for each upto max. 2 marks

(ix)

Concrete Pump

1 mark for each upto max. 2 marks

(x)

Block making machine

1 mark for each upto max. 2 marks

(xi)

Steel scaffolding and staging material

1 mark for each 5000 Nos upto max. 2 marks

(xii)

Air compressor

1 mark for each upto max. 1 mark

(xiii) Diesel / Electrical pumps

1 mark for each upto max. 1 mark

(xiv) Diesel Generator set

1 mark for each upto max. 1 mark

(xv)

1 mark for each upto max. 2 marks

Plate and needle vibrator

(xvi) Bar bending machine/cutting machine.

1 mark for each upto max. 1 mark

(xvii) Wood thickness plainer

1 mark for each upto max. 1 mark

(xviii) Drilling machine

1 mark for each upto max. 1 mark

(xix) Welding Machine

1 mark for each upto max. 1 mark

(xx)

1 mark for each upto max. 1 mark

Grinding and polishing machine

(xxi) Road rollers

1 mark for each upto max. 1 mark

(xxii) Earth rammers

1 mark for each upto max. 1 mark

(xxiii) Vibratory Road Rollers

1 mark for each upto max. 1 mark

(xxiv) Bitumen paver

1 mark for each upto max. 1 mark

(xxv) Hot mix plant

1 mark for each upto max. 1 mark

(xxvi) Spreaders

1 mark for each upto max. 1 mark

(xxvii) Graders

1 mark for each upto max. 1 mark

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

41

INTEGRITY PACT

To,
..,
..,
..

Sub: NIT No.: 01/IISER TVM PZ/2016-17 for the work Construction of Civil
Structures

and

other

Infrastructure

facilities

for

IISER

Campus

at

Vithura,

Thiruvananthapuram- Phase II.


SH: C/o Guest House, Shopping Centre, Community Welfare Centre including internal and
external Civil & Electrical services, HVAC, Lift, Fire fighting, Site Development, Road work
etc.

Dear Sir,
It is here by declared that CPWD is committed to follow the principle of transparency,
equity and competitiveness in public procurement. The subject Notice Inviting Tender
(NIT) is an invitation to offer made on the condition that the Bidder will sign the
integrity Agreement, which is an integral part of tender/bid documents, failing which
the tenderer/bidder will stand disqualified from the tendering process and the bid
of the bidder would be summarily rejected.
This declaration shall form part and parcel of the Integrity Agreement and signing of
the same shall be deemed as acceptance and signing of the Integrity Agreement on
behalf of the CPWD.
Yours faithfully

Executive Engineer

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

42

INTEGRITY PACT
To,
The Executive Engineer,
IISER TVM Project Division - I,
CPWD, Melethumele,
Vattiyoorkavu P O
Thiruvananthapuram
Subject: Submission of Tender for the work of Construction of Civil Structures and other
Infrastructure facilities for IISER Campus at Vithura, Thiruvananthapuram- Phase II.
SH: C/o Guest House, Shopping Centre, Community Welfare Centre including internal and
external Civil & Electrical services, HVAC, Lift, Fire fighting, Site Development, Road work
etc.

Dear Sir,
I/We acknowledge that CPWD is committed to follow the principles thereof as
enumerated in the Integrity Agreement enclosed with the tender/bid document.
I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the
condition that I/We will sign the enclosed integrity Agreement, which is an integral
part of tender documents, failing which I/We will stand disqualified from the tendering
process. I/We acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS AN
UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.
I/We confirm acceptance and compliance with the Integrity Agreement in letter and
spirit and further agree that execution of the said Integrity Agreement shall be
separate and distinct from the main contract, which will come into existence when
tender/bid is finally accepted by CPWD. I/We acknowledge and accept the duration of
the Integrity Agreement, which shall be in the line with Article 1 of the enclosed
Integrity Agreement.
I/We acknowledge that in the event of my/our failure to sign and accept the Integrity
Agreement, while submitting the tender/bid, CPWD shall have unqualified, absolute
and unfettered right to disqualify the tenderer/bidder and reject the tender/bid is
accordance with terms and conditions of the tender/bid.
Yours faithfully
(Duly authorized signatory of the Bidder)

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

43

To be signed by the bidder and same signatory competent / authorized to sign


the relevant contract on behalf of CPWD.
INTEGRITY AGREEMENT
This Integrity Agreement is made at ............... on this .........day of ............20..
BETWEEN
President of India represented through Executive Engineer, IISER TVM Project
Division - I, CPWD, Trivandrum (Hereinafter referred as the Principal/Owner,
which expression shall unless repugnant to the meaning or context hereof include its
successors and permitted assigns)
AND
.................................................................................................................................
Name
and
Address
of
the
Individual/firm/Company)
through.................................................................... (Hereinafter referred to as the
(Details of duly authorized signatory)
Bidder/Contractor and which expression shall unless repugnant to the meaning
or context
here of include its successors and permitted assigns)
Preamble
WHEREAS the Principal/Owner has floated the Tender (NIT No . 01/IISER TVM
PZ/2016-17)

(hereinafter referred to as Tender/Bid)

and

intends

to award,

under laid down organizational procedure, contract for Construction of Civil Structures
and other Infrastructure facilities for IISER Campus at Vithura, ThiruvananthapuramPhase II.
SH: C/o Guest House, Shopping Centre, Community Welfare Centre including internal and
external Civil & Electrical services, HVAC, Lift, Fire fighting, Site Development, Road work
etc. hereinafter referred to as the Contract.

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

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

44

(a)

(b)

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.
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)

a)

b)

c)

d)

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:
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.
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.
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.
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

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

45

e)

3)

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.
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.
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


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

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

46

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.

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.

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

47

Article 7- Other Provisions


1)

2)
3)

4)

5)

This Pact is subject to Indian Law, place of performance and jurisdiction


is the Headquarters of the Division of the Principal/Owner, who has floated
the Tender.
Changes and supplements need to be made in writing. Side agreements have not
been made.
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.
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.
It is agreed term and condition that any dispute or difference arising between the
parties with regard to the terms of this Integrity Agreement / Pact, any action
taken by the Owner/Principal in accordance with this Integrity Agreement/
Pact or interpretation thereof shall not be subject to arbitration.

Article 8- LEGAL AND PRIOR RIGHTS


All rights and remedies of the parties hereto shall be in addition to all the other
legal rights and remedies belonging to such parties under the Contract and/or law
and the same shall be deemed to be cumulative and not alternative to
such legal rights and remedies aforesaid. For the sake of brevity, both the
Parties agree that this Integrity Pact will have precedence
over
the
Tender/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 :

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

48

Form of Earnest Money Deposit (Bank Guarantee Bond)


WHEREAS, contractor.................. (Name of contractor) (hereinafter called "the
contractor") has submitted his tender dated ............. (date) for the construction of
.............................................. (name of work) (hereinafter called "the Tender")
KNOW ALL PEOPLE by these presents that we ......................................... (name of
bank) having our registered office at ................................... (hereinafter called "the
Bank") are bound unto Executive Engineer, IISER TVM Project Division - I,
CPWD, Thiruvananthapuram in the sum of Rs. ......................... (Rs. in words
.................................................) for which payment well and truly to be made to the
said Executive Engineer, IISER TVM Project Division - I, CPWD,
Thiruvananthapuram the Bank binds itself, his successors and assigns by these
presents.
SEALED with the Common Seal of the said Bank this ................. day of .................
20.... THE CONDITIONS of this obligation are:
(1) If after tender opening .. 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, IISER TVM Project Division - I, CPWD,
Thiruvananthapuram:
(a) Fails or refuses to execute the Form of Agreement in accordance with the
Instructions to contractor, if required;
OR
(b) Fails or refuses to furnish the Performance Guarantee, in accordance with the
provisions of tender document and Instructions to contractor,
We undertake to pay to the Executive Engineer, IISER TVM Project Division - I,
CPWD, Thiruvananthapuram either up to the above amount or part thereof upon
receipt of his first written demand, without the Executive Engineer, IISER TVM
Project Division - I, CPWD, Thiruvananthapuram having to substantiates his
demand, provided that in his demand the Executive Engineer, IISER TVM Project
Division - I, CPWD, Thiruvananthapuram 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, IISER TVM Project
Division - I, CPWD, Thiruvananthapuram, 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.

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

49

FORM OF PERFORMANCE SECURITY (GUARANTEE)


BANK GUARANTEE BOND

In consideration of the President of India (here in after called The Government)


having offered to accept the terms and conditions of the proposed agreement between
.. and (herein after called the said
Contractor(s)) for the work (herein after called the said agreement)
having agreed to production of an irrevocable Bank Guarantee for Rs
(Rupees..only) as a security / guarantee from the
contractor(s) for compliance of his obligations in accordance with the terms and
conditions in the said agreement.
1. We,.(hereinafter referred to as the Bank) hereby
undertake to pay to the Government an amount not exceeding
Rs(RupeesOnly) on demand by the Government.
2. We,..(indicate the name of the Bank) do hereby
undertake to pay the amounts due and payable under this guarantee without any
demure, merely on a demand from the Government stating that the amount
claimed as required to meet the recoveries due or likely to be due from the said
contractor(s). Any such demand made on the bank shall be conclusive as regards
the amount due and payable by the bank under this Guarantee. However, our
liability under this guarantee shall be restricted to an amount not exceeding
Rs..... (Rupeesonly).
3. We, the said bank further undertake to pay the Government any money so
demanded not withstanding any dispute or dispute 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, .. (indicate the name of the bank) further agree that
the guarantee herein contained shall remain in full force and effect during the
period that would be taken for the performance of the said agreement and that it
shall continue to be enforceable till all the dues of the Government under or by
virtue of the said agreement have been fully paid and its claims satisfied or
discharged or till Engineer-in-Charge on behalf of the Government certified that
the terms and conditions of the said agreement have been fully and properly
carried out by the said Contractor(s) and accordingly discharges this guarantee.
5. We, .. (indicate the name of the Bank) further agree with
the Government that the Government shall have the fullest liberty without our
consent and without affecting in any manner our obligation hereunder to vary any
of the terms and conditions of the said agreement or to extend time of

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

50

performance by the said Contractor(s) from time to time or to postpone for any
time or from time to time any of the powers exercisable by the Government
against the said contractor(s) and to forbear or enforce any of the terms and
conditions relating to the said agreement and we shall not be relieved from our
liability by reason of any such variation, or extension being granted to the said
Contractor(s) or for any forbearance, act of omission on the part of the
Government or any indulgence by the Government to the said Contractor(s) or by
any such matter or thing whatsoever which under the law relating to sureties
would, but for this provision, have effect of so relieving us.
6. This guarantee will not be discharged due to the change in the constitution of the
Bank or the Contractor(s).
7. We, (indicate the name of the Bank) lastly undertake
not to revoke this guarantee except with the previous consent of the Government
in writing.
8. This guarantee shall be valid up to .. unless extended on demand
by the Government. Notwithstanding anything mentioned above, our liability
against
this
guarantee
is
restricted
to
Rs(Rupees
..) and unless a claim in writing is lodged with us within
six months of the date of expiry or the extended date of expiry of this guarantee
all our liabilities under this guarantee shall stand discharged.
Dated theday offor... (indicate the
name of the Bank)

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

51
Annexure

EMD RECEIPT
Receipt No. . Dated: .
Received from (Intending bidder name and address) EMD of Rs.
(Rupees.only) in the form of FDR/DD/BG No.. dated:..
issued by (Bank Name, branch, place of issue) in this office on. for the below
mentioned work for which tenders are

invited by the Executive Engineer, IISER TVM

Project Division-I, CPWD, Trivandrum.


NIT No.

Name of Work:

01/IISER TVM PZ/2016-17

Construction of Civil Structures and other Infrastructure facilities for


IISER Campus at Vithura, Thiruvananthapuram- Phase II.
SH: C/o Guest House, Shopping Centre, Community Welfare Centre
including internal and external Civil & Electrical services, HVAC, Lift,
Fire fighting, Site Development, Road work etc.

ECPT

Rs.53,33,28,453/- [Civil: Rs. 45,16,79,797/- + Elect: Rs.8,16,48,656]

EMD

Rs. 63,33,285/-

Office Seal

Name

Designation

Office Address :
Telephone No. :
E-mail ID

Correction-Nil
Insertion-Nil
Deletion-Nil

AE/IISER TVM PSD-1

EE/IISER TVM PD - I

FINANCIAL BID

NOTICE INVITING TENDER NO : 01/IISER TVM PZ/2016-17

Name of Work: Construction of Civil Structures and other Infrastructure facilities for
IISER Campus at Vithura, Thiruvananthapuram- Phase II.
SH: C/o Guest House, Shopping Centre, Community Welfare Centre including internal
and external Civil & Electrical services, HVAC, Lift, Fire fighting, Site Development,
Road work etc.

COMPOSITE ESTIMATED COST

: Rs. 53,33,28,453/-

MAJOR COMPONENT (CIVIL)

: Rs. 45,16,79,797/-

MINOR COMPONENT (ELECTRICAL)

: Rs. 8,16,48,656/-

TIME PERIOD

: 15 (Fifteen) Months

INDEX
Name of work: Construction of Civil Structures and other Infrastructure facilities for IISER Campus

at Vithura, Thiruvananthapuram- Phase II.


SH: C/o Guest House, Shopping Centre, Community Welfare Centre including internal and external
Civil & Electrical services, HVAC, Lift, Fire fighting, Site Development, Road work etc.
Sl.No

Details

Page no

PART II Financial Bid Document


PART - A
1

Percentage rate composite tender and contract for works ( CPWD 7 )

52-65

List of Field testing equipments & Tools and Plants (Annexure I & II)
Conditions for Green Building Practices.

66-67
68-79

Tender drawings in PDF Format

80-89

3
4

PART - B (Major component- Civil )

5
6
7
8
9
10
11
12
13
14
15
16

Special conditions for major component.

90-108

Special conditions for cement and steel

109-113

Special conditions for both RMC and DMC

114-115

Calibration and weighing equipment accuracy

116-117

Special conditions for solid / hollow cement concrete(CC) block work

118

Special conditions for Aluminium work

119

Special conditions for Fire resistant door

120-122

Special condition for pre construction anti termite treatment

123-124

Special condition for Tang Bar

125

Guarantee bond for water proofing

126

Guarantee bond for Anti termite Treatment

127

List of approved make of materials (Civil)

128-132

PART - C (Minor component - Electrical)

17
18

Schedule A to F (Minor Component)

133-138

Additional conditions for Electrical work

139-258

PART - D (Schedule of Quantities)

19
20

Schedule of quantities with rate (Major Component - Civil)

259-289

Schedule of quantities with rate (Minor Component - Electrical)

290-316

Certified that this Financial bid NIT document contains total 316 (Three hundred sixteen)pages.

Executive Engineer
IISERTVMPED
CPWD, Trivandrum

Correction-Nil
Insertion-Nil
Deletion-Nil

Executive Engineer
IISERTVMPD-I
CPWD, Trivandrum

AE/IISER TVM PSD -1

EE/IISER TVM PD - I

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
OFFICE OF THE CHIEF PROJECT MANAGER
IISER TVM PROJECT ZONE

PART - II
FINANCIAL BID
DOCUMENT
Name of work : Construction of Civil Structures and other Infrastructure facilities for IISER
Campus at Vithura, Thiruvananthapuram- Phase II.
SH: C/o Guest House, Shopping Centre, Community Welfare Centre including internal and
external Civil & Electrical services, HVAC, Lift, Fire fighting, Site Development, Road work etc.

Estimated Cost (Composite) : Rs. 53,33,28,453/[(Civil) = Rs. 45,16,79,797/-+ (Electrical) = Rs. 8,16,48,656/- ]

PART A
PERCENTAGE RATE (COMPOSITE) TENDER,
CONTRACT FOR WORKS (CPWD-7),
CONDITIONS FOR GREEN BUILDING PRACTICES,
AND
TENDER DRAWINGS.
(Page No. 52 to 89)

Correction-Nil
Insertion-Nil
Deletion-Nil

AE/IISER TVM PSD-1

EE/IISER TVM PD - I

52

CPWD 7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
Percentage Rate Composite Tender & Contract for Works
(A) Tender for the work of Construction of Civil Structures and other Infrastructure
facilities for IISER Campus at Vithura, Thiruvananthapuram- Phase II.
SH: C/o Guest House, Shopping Centre, Community Welfare Centre including internal and
external Civil & Electrical services, HVAC, Lift, Fire fighting, Site Development, Road work
etc.

To be submitted by 15.00 hours on 20.05.2016 to The Executive Engineer, IISER TVM


Project Division-1, CPWD, Thiruvananthapuram.
To be opened in presence of tenderers who may be present after 11.00 hours on
23.05.2016 in the office of the Executive Engineer, IISER TVM Project Division-I,
CPWD, Thiruvananthapuram.
.............. Issued to intending eligible bidders Signature
of officer issuing the documents Designation: Executive Engineer, IISER TVM
Project Division - I, CPWD, Thiruvananthapuram.
Date of issue 06.05.2016.
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, particular specification, Schedule of
Rates & other documents and Rules referred to in the conditions of contract and all other
contents in the tender document for the work.
I/We hereby tender for the execution of the work specified for the President of India
within the time specified in Schedule F viz., schedule of quantities and in accordance in
all respects with the specifications, designs, drawings and instructions in writing referred
to in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of
contract and with such materials as are provided for, by, and in respect of accordance
with, such conditions so far as applicable.
We agree to keep the tender open for ninety (90) days from the due date of its
Eligibility bid opening and not make any modification in its terms and conditions.

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

53

A sum of Rs. 63,33,285/- is hereby forwarded in cash/receipt treasury challan /


deposit at call receipt of a scheduled bank/fixed deposit receipt of scheduled
bank/demand draft of a scheduled bank/bank guarantee issued by a scheduled bank as
earnest money. If I/We, fail to furnish the prescribed performance guarantee within
prescribed period, I/We agree that the said President of India or his successors, in office
shall without prejudice to any other right or remedy, be at liberty to forfeit the said
earnest money absolutely. Further, if I/We fail to commence work as specified, I/We
agree that President of India or the successors in office shall without prejudice to any
other right or remedy available in law, be at liberty to forfeit the said earnest money and
the performance guarantee absolutely, otherwise the said earnest money shall be
retained by him towards security deposit to execute all the works referred to in the
tender documents upon the terms and conditions contained or referred to those in
excess of that limit at the rates to be determined in accordance with the provision
contained in Clause 12.2 and 12.3 of the tender form. Further, I/We agree that in case
of forfeiture of Earnest Money & Performance Guarantee as aforesaid. I/We shall be
debarred for participation in the re-tendering process of the work.
I/We undertake and confirm that eligible similar work(s) has/have not been got
executed through another contractor on back to back basis. Further that, if such a
violation comes to the notice of Department, then I/we shall be debarred for tendering
in CPWD in future forever. Also, if such a violation comes to the notice of Department
before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire
amount of Earnest Money Deposit/Performance Guarantee.
I/We hereby declare that I/We shall treat the tender documents drawings and
other records connected with the work as secret/confidential documents and shall not
communicate information/derived there from to any person other than a person to
whom I/We am/are authorized to communicate the same or use the information in any
manner prejudicial to the safety of the State.

Dated:

Signature of Contractor

Witness:

Postal Address

Address:
Occupation:

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

54

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:-

(a)

(b)

(c)

For & on behalf of President of India

Signature

Dated:

Correction -Nil
Insertion - Nil
Deletion - Nil

Designation .

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

55

PROFORMA OF SCHEDULES
(Composite Tender -MAJOR COMPONENT-[Civil])
SCHEDULE A
Schedule of quantities (as per PWD-3): Enclosed in page No. 259 to 289

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

Description of item

Quantity

Unit

Rates at which the


material will be
charged to the
contractor

Place of issue

NIL

Note : (i)

Quantity indicated is approximate and it may vary.

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

Description

Hire charges per


day

Place of issue

Nil

Nil

Nil

NA

SCHEDULE D
Extra schedule for specific requirements/document for the work, if any:
NIL
SCHEDULE ' E
Reference to General Conditions of contract: GCC 2014, CPWD Form 7 modified and
corrected up to and including No. DGW/CON/292
dated 29.02.2016.

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

56

Name of Work:

Construction of Civil Structures and other Infrastructure facilities

for IISER Campus at Vithura, Thiruvananthapuram- Phase II.


SH: C/o Guest House, Shopping Centre, Community Welfare Centre including internal and
external Civil & Electrical services, HVAC, Lift, Fire fighting, Site Development, Road work
etc.

(I)Estimated cost of work : Rs. 53,33,28,453/[Civil : Rs. 45,16,79,797/-+ Electrical : Rs. 8,16,48,656/-].
(II) Earnest Money

Rs. 63,33,285/-

(ii) Performance Guarantee

: 5% of tendered value

(iii) Security Deposit

: 2.5% of tendered value

SCHEDULE ' F
GENERAL RULES & DIRECTIONS:
Officer inviting tender:
Executive Engineer, IISER TVM Project Division -I,
CPWD, Thiruvananthapuram.
Definitions:
2(v) Engineer-in-Charge

: Executive Engineer, IISER TVM Project Division- I,


CPWD, Thiruvananthapuram or successor thereof.

2(viii) Accepting Authority

2(x)

Chief Project Manager, IISER TVM Project Zone,


CPWD, Trivandrum or successor thereof.

Percentage on cost of materials and


Labour to cover all overheads and profits:

15%

2(xi)

Standard Schedule of Rates:


Delhi Schedule of Rates 2014 with
correction slips No.DG/DSR/08 dtd.23.04.2015.

(xii)

Department

9(ii)

Standard CPWD Contract Form: GCC 2014 CPWD Form 7 modified and
corrected up to and including No.
DGW/CON/292 dated 29.02.2016.

Central Public Works Department

Clause 1
(i) Time allowed for submission of Performance Guarantee,
Programme Chart (Time and Progress) and applicable
labour licenses, registration with EPFO, ESIC and
BOCW Welfare Board or proof of applying thereof
from the date of issue of letter of acceptance
Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

: 7 (Seven) days

EE /IISER TVM PD - I

57

(i) Maximum allowable extension with late fee @ 0.1% of


Performance Guarantee amount per day beyond the
period provided in (i) above
Clause 2
Authority for fixing compensation under clause 2:

Clause 2A
Whether Clause 2A shall be applicable

: 15 days

Chief Project Manager,


IISER TVM Project Zone
CPWD, Thiruvananthapuram
or successor thereof.
:

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

Yes

22 (Twenty Two) days

Mile Stone(s) as per table given below


Sl.
No.

Description of Milestone (Physical)

i. Guest House

Completion of foundation and RCC frame works upto


+1 level.

Time
allowed
in days
(from
date of
start)

Amount to be
with- held in
case of nonachievement of
milestone

150
days

0.50 %
Tendered
value of the
work

ii. Shopping Centre

Completion of foundation and RCC frame works upto


roof level except Banquet hall roof.

iii. Community Welfare Centre

Completion of foundation and RCC frame works upto


roof level.
Completion of CC block masonry work.

iv. Road work

Correction -Nil
Insertion - Nil
Deletion - Nil

Collection of materials required for sub base.

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

58

i. Guest House

240
days

1.00%
Tendered
value of the
work

300
days

1.00%
Tendered
value of the
work

Completion of RCC foundation works upto roof level.


Completion of CC block masonry works upto +3 level.

ii. Shopping Centre

Completion of RCC frame work and CC block masonry


work upto roof level including parapet.
Completion of internal and external plastering.
Completion of drawing of wires.

iii. Community Welfare Centre

Completion of all Civil and Electrical works except final


coat of painting and fixing of electrical fans, lights and
fittings.

iv. Road work

Completion and laying of sub base, WMM including


spraying and rolling.

i. Guest House

Completion of RCC frame work CC block masonry


work, internal and external plastering work, flooring
work, roofing treatment, fixing of doors and window
frames and shutters, internal painting works.
Completion of Laying electrical conduits, fixing of
switch boxes and drawing of wire.
Completion of laying of fire fighting pipeline.
Completion of HVAC ducting.

ii. Shopping Centre

Completion of all Civil and Electrical works in the


building.

iii. Community Welfare Centre

Completion of all Civil and Electrical works in the


building
including
services,
testing
and
commissioning.

iv. Road work

Correction -Nil
Insertion - Nil
Deletion - Nil

Completion of laying of DBM.

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

59

i. Guest House

360
days

0.75%
Tendered
value of the
work

420
days

0.50%
Tendered
value of the
work

Completion of all internal Civil and Electrical works


including

internal

water

supply

and

sanitary

installation except final coat of painting and fixing of


Electrical fittings and fixtures and AC units and fire
fighting.

ii. Shopping Centre

Completion of entire Shopping Centre work including


external service connection both Civil and Electrical.

iii. Road Work

Completion of laying of base course and DBC.

i. Guest House

Completion of all internal and external Civil and


Electrical works.

Completion of HVAC, Fire fighting and erection of Lift.

ii. Site Development and Road Work

Completion of Site Development works and Road


works.

450
days

Guest House, Shopping Centre and Community Welfare


Centre

Completion of entire work i/c site development, Bulk


services

and

external

services,

cleaning,

0.25%
Tendered
value of the
work

testing,

commissioning, obtaining all approvals and clearance,


cleaning of the site and handing over all documents.

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

60

Time allowed for execution of work

15 (Fifteen) Months

Authority to decide:
(i) Extension of time

Executive Engineer, IISER TVM


Project Division - I, CPWD,
Thiruvananthapuram
or successor thereof.

(ii) Rescheduling of milestones

Chief Project Manager, IISER TVM


Project Zone, CPWD,
Thiruvananthapuram
or successor thereof.

(iii)Shifting of date of start in case of


delay in handing over of site

Chief Project Manager, IISER TVM


Project Zone, CPWD,
Thiruvananthapuram
or successor thereof.

Clause 6, 6A

Clause applicable - (6 or 6A)

Clause 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
:
Rs. 150 Lakhs
(Rupees One hundred Fifty Lakhs only)

Clause 7A
Whether Clause 7A shall be applicable

Yes
No Running Account bill
shall be paid for the work till the applicable labour licenses, registration with EPFO, ESIC
and BOCW Welfare Board, whatever applicable are submitted by the contractor to the
Engineer-in-Charge.
Clause 10A
List of testing equipment to be provided
by the contractor at site lab.
Correction -Nil
Insertion - Nil
Deletion - Nil
AE/IISER TVM PSD-1

: As per Annexure I (Page 66)

EE /IISER TVM PD - I

61

Clause 10B (ii)

Whether Clause 10 B (ii) shall be applicable

Yes

Clause 10C

NOT APPLICABLE

Clause 10CA

Sl.
No

Material covered under


this clause

Nearest Materials (other than cement,


reinforcement bars and the structural
steel) for which All India Wholesale
Price Index to be followed

Base Price of all


Materials covered
under clause 10 CA

NA

8100/MT

NA

35700/MT

NA

39217/MT

Portland Pozzolana
Cement (PPC)
2 Steel for Reinforcement
TMT Fe 500D
2.1 Primary Producers
3

Structural Steel

Clause 10CC
Clause 10 CC to be applicable in contracts where the stipulated period
of completion exceeding the period shown in next column
:More than 12
months
Schedule of component of other Materials, Labour, POL etc.
for price escalation.
Component of civil (except materials covered
Under clause 10CA) /Electrical construction Materials) - :
expressed as percent of total value of work.
Component of Labour
expressed as percent of total value of work.
:
Component of P.O.L. expressed as percent of total value of work.

Xm=40%

Y = 25%
Z = NIL%

Note: Xm..% should be equal to (100) (materials covered under clause 10 CA i.e.
cement, steel and other material specified in clause 10 CA + Component of Labour +
Component of P.O.L)
Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

62

Clause 11
Specifications to be followed
for execution of work

: C.P.W.D Specification 2009 Vol. I & II.


With correction Slip no. 3
dt: 05.06.2015

Clause 12
Type of work :

Original & Project work

12.2. & 12.3 Deviation Limit beyond which clauses


12.2 & 12.3 shall apply for building work
12.5

(i)Deviation Limit beyond which clauses


12.2 & 12.3 shall apply for foundation work
(Except Earth Work)
(ii)Deviation Limit for items in earth work
Sub head of DSR and or related items.

30%

30%

100%

Clause 16
Competent Authority for
deciding reduced rates

Chief Project Manager, IISER TVM Project


Zone, CPWD, Thiruvananthapuram
or successor thereof.

Clause 18
List of mandatory machinery, tools & plants to be deployed by the contractor
at site:1. ......
2. ............. 3. ..........
4. ......

5. ...........

6.............

As per Annexure II (Page No. 67)

Clause 25 (1)
Claim Amount

Up to 25 lakhs

More than 25 lakhs

Chairman

Director(WORKS cum TLQA) (SR)II

Member

Executive Engineer, Trivandrum Central


Division

Chief Project Manager, NIT


Project Zone, Calicut.
Director of works (SR) II

Member

Executive Engineer(P), O/o CE(SZ)V

Superintending Engineer,
Trivandrum Central Circle

Presenting Officer

Executive Engineer in charge of the


work

Superintending Engineer incharge /Executive Engineer


in charge of the work

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

63

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

Project
Manager with
degree in
major
discipline of
Engineering

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

Deputy
Project
Manager

Graduate
Engineer

1+1

Graduate
Engineer
or
Diploma
Engineer

2+1

Graduate
Engineer

Quality
Engineer

Diploma
Engineer

Surveyor

Graduate
Engineer

1+1

Project
Planning/
billing
Engineer

5 or 10
respectively

Project/Site
Engineer

Rs.60000/- Pm
per person

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

Words
Rupees
Thousand
month

Rs.40000/- pm
per person

(Major
component)

Figures

Rupees
Forty
Thousand only per
month per person

Rs. 25000/- pm
per person

Rate at which recovery shall be


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

Rs.25000/pm
per person

Graduate
Engineer

Designation

Rs. 15000/ pm
per person

Minimum
experience in
Year

Rs.20000/-pm
per person

Sl Requirement of
No. Technical staff
(of major + minor
component)
Qualification Number
(of Major + Minor
component)

only

Sixty
per

Rupees twenty five


Thousand only per
month per person

Rupees Twenty five


thousand per month
per person.

Rupees
Fifteen
thousand per month
per person.

Rupees
Twenty
thousand per month
per person.

Assistant Engineers retired from Government services who are holding Diploma
will be treated at par with Graduate Engineers.
Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

64

Clause 42
(i) (a) Schedule/statement for determining theoretical
quantity of cement & bitumen on the basis of
Delhi Schedule of Rates
(ii)

Delhi Schedule of Rates


2014 with correction
slips No.DG/DSR/08
dtd.23.04.2015.

Variations permissible on theoretical quantities:


(a) Cement

(plus / minus)
2 % (Two percent)
.

(b) Bitumen for all works

+ (plus ) 2.5% (Two


point five percent) only
and nil on (minus) side.

(c) Steel Reinforcement and structural steel sections


for each diameter, section and category

(plus / minus)
2% (Two percent) only.

(d) Paint

As per co-efficient of
standard Delhi Analysis of
Rate 2014

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

65

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION (FOR


MATERIALS UNDER CLAUSE 10 C A)
S. No.

Description of Item

Rates in figures and words at


which recovery shall be made from
the Contractor
Excess
beyond
permissible
variation

Less
use
beyond
permiss
ible
variatio

1.

Portland Pozzolana Cement (PPC)

Nil

8910/- per MT

2.

Steel Reinforcement TMT Bar of all


diameters

Nil

39270 /-per MT

3.

Structural steel

Nil

43139 /-per MT

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

66
ANNEXURE-I

LIST OF TESTING EQUIPMENTS TO BE PROVIDED BY THE CONTRACTOR AT


SITE LAB
1. Balances
(I)
7 Kg to 10 kg capacity, semi-self indicating type- Accuracy 10 gm
(II) 500 gm capacities, semi-self indicating type- Accuracy 1 gm
(III) Plan balance- 5kg capacity- Accuracy 10 gms
2. Ovens- electronically operated, thermostatically controlled upto 110oC to 10C.
3. Sieves as per IS 460-1962.
(i)
IS sieves - 450mm internal dia, of sizes 100mm, 80mm, 63mm, 50mm, 40mm,
25mm, 12.5mm, 10mm, 6.3mm and 4.75mm complete with lid and pan.
(ii) IS sieves - 200mm internal dia(brass frame), consisting of 2.36mm, 1.18mm,
600 microns, 425 microns, 212 microns, 90 microns, 75 microns with lid and
pan.
4. Sieve shaker capable of 200mm and 300 mm dia sieves, manually operated with
timing switch assembly.
5. Equipment for slump test-slump cone, steel plate, tamping rod, steel scale, scoop.
6. Dial gauges, 25mm travel- 0.01mm/division least count-2 nos.
7. 100 tonnes compression testing machine, electrical cum manually operated.
8. Graduated measuring cylinders 200 ml capacity 3 Nos.
9. Enamel trays (for efflorescence test of bricks)
(i)
300 mm x 250 mm x 40 mm 2 Nos.
(ii)
Circular plates of 250mm dia 4 Nos.
10. Steel tapes-3m
11. Vernier calipers
12. Micrometer screw 25mm gauge.
13. A good quality plumb bob.
14. Spirit level, minimum 30cms long with 3 bubbles for horizontal vertical.
15. Wire gauge (circular type) disc.
16. Foot rule
17. Long Nylon thread
18. Rebound hammer for testing concrete.
19. Dynamic penetrometer.
20. Magnifying glass.
21. Screw driver 30cms long
22. Bell pin hammer, 100 gms
23. Plastic bags for taking samples.
24. Moisture meter for timber.
25. Earth resistance test.
26. Megger

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

67

ANNEXURE II
List of mandatory machinery, Tools and plants to be deployed by the
contractor at site
Sl.
No

Activity

Name of equipment

Number

Earth work

Earth moving equipment like JCB 3D

3 Nos

Concrete work

a) Digitalized automatic concrete


minimum capacity 15 cum/ hr
b) Mini Batching plant 6 cum/hr

1 No

batching plant of

1 No

c) Concrete mixer

2 Nos

d) Plate vibrator, screed leveler

5 Nos

e) Needle vibrator

5 Nos

f) Concrete pump
3

Building work

3 Nos

a) Bar cutting machine

8 Nos

b) Bar bending machine

8 Nos

c) Wood thickness planer machine

4 Nos

d) Drilling machine

4 Nos

e) Welding machine

4 Nos

f) Cube testing machine

1 Nos

g) Steel shuttering plates

10000 sqm

h) Steel scaffolding Adjustable telescopic props.


Adjustable spans
i) Grinding / polishing machines
j) Building hoist
k) Tower crane
l) DG set
m) Concrete block making machine

6000 Nos
3000 Nos
5 Nos
3 Nos
2 Nos
1 No

Transportation

Truck & Tippers

2 Nos
5 nos

Dewatering

Diesel and electrical pumps

4 Nos

Road work

Road rollers

1 No

Earth rammers

1 No

Vibratory Road Rollers

1 No

Bitumen paver

1 No

Hot mix plant

1 No

Spreaders

1 No

Graders

1 No

Electronic Total station instrument

1 No

Survey

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

68
11

CONDITIONS OF CONTRACT SPECIFIC TO GREEN BUILDING PRACTICES

The contractor shall strictly adhere to the following conditions as part of his
contractual obligations:
11.1
11.1.1

SITE
The contractor shall ensure that adequate measures are taken for the
prevention of erosion of the top soil during the construction phase. The
contractor shall prepare and submit Soil Erosion and Sedimentation
Control Plan (ESCP) in accordance with GRIHA norms and get it approved
from the Engineer-in-Charge as part of the larger Construction
Management Plan (CMP) before start of the work and implement
effectively. At no time soil should be allowed to erode away from the site.
Sediments should be trapped wherever necessary.
The contractor shall take the clearance of the Engineer-in-Charge before
any excavation. Top soil should be stripped to a depth of 20 cm
(centimetres) from the areas to be disturbed, such as proposed area for
buildings, roads, paved areas, external services and area required for
construction activities etc. It shall be stockpiled to a maximum height of 40
cm in designated areas, covered or stabilized with temporary seeding for
erosion prevention. It should be reapplied to site during plantation of the
proposed vegetation. The contractor shall ensure that all the top soil
excavated during construction works is neatly stacked and it is not mixed
with other excavated earth. 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. The contractor should
protect top soil from erosion by collection storage and reapplication of top
soil, constructing sediment basin, contour trenching, mulching etc.

11.1.2

The contractor shall prepare and submit spill prevention and control plan
clearly stating measures to stop/prevention of spill it to contain spills, to
dispose the contaminated materials and hazardous wastes the designation
and details of the personnel trained to prevent and control spills, etc and
get it approved from the Engineer-in-Charge, before start of the work. The
Contractor should follow the construction plan as approved by the
Engineer-in-Charge to minimize the site disturbance such as soil pollution
due to spilling. The contractor should use staging and spill prevention and
control plan to restrict the spilling of the contaminating material on site.

11.1.3

No excavated earth shall be removed from the campus unless


suggested/approved otherwise by Engineer in Charge. All subsoil shall be
reused in backfilling/landscape, etc as per the instructions of the Engineerin-Charge. The surplus excavated earth shall be disposed of by the

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

69

contractor at his own cost for reuse. A certificate of reuse as required by


the Engineer-in-Charge shall be submitted by the contractor.
11.1.4

The contractor shall not change the natural gradient of ground unless
specifically instructed by the Engineer-in-Charge. This shall cover all
natural features like water bodies, drainage, gullies, slopes, mounds,
depressions, etc.
Existing drainage patterns through or into any preservation area shall not
be modified unless specifically directed by the Engineer-in-charge.

11.1.5

The contractor shall not carry out any work which results in the blockage
of
natural drainage.

11.1.6

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 Engineer-incharge.

11.1.7

Contractor shall reduce pollution and land development impacts from


automobiles use during construction.

11.1.8

Overloading of trucks is unlawful and no overloading shall be permitted.


When loose materials like stone dust, excavated earth, sand etc. are
moved. Proper covering must be provided.

11.1.9

The contractor/sub contractor shall prepare and submit a Site


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

11.1.10

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

11.2

CONSTRUCTION PHASE AND WORKER FACILITIES

11.2.1.1

The contractor shall specify and limit construction activity in pre-planned


and pre-designated areas and shall start construction work after securing
the approval for the same from the Engineer-in-Charge. This shall include
areas of construction, storage of materials, and material and personnel
movement.

11.2.2

Preserve and Protect Landscape during Construction

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

70

a)

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 by means of barricading. Trees
will not be used for support; their trunks shall not be damaged by cutting
and carving or by nailing posters, advertisements or other material.
Lighting of fires or carrying out heat or gas emitting construction activity
within the ground, covered by canopy of the tree is not to be permitted.

b)

The contractor shall take steps to protect trees or saplings identified for
preservation within the construction site using tree guards of approved
specification.

c)

Contractor should limit all construction activity within the specified area as
per the Construction Management Plan (CMP) approved by Engineer-inCharge.

d)

The contractor shall avoid cut and fill in the root zones, through
delineating and fencing the drip line (the spread limit of a canopy
projected on the ground) of all the trees or group of trees. Separate the
zones of movement of heavy equipment, parking, or excessive foot traffic
from the fenced plant protection zones.

e)

The contractor shall ensure that maintenance activities during construction


period shall be performed as needed to ensure that the vegetation remains
healthy.

11.2.3

Contractor shall be required to develop and implement a waste


management plan, quantifying material diversion goals. He shall establish
goals for diversion from disposal in landfills and incinerators and adopt a
construction waste management plan to achieve these goals. A projectwide policy of Nothing leaves the Site should be followed, in such a case
when strictly followed, care would automatically be taken in ordering and
timing of materials such that excess doesnt become waste. The
Contractors ingenuity is especially called towards meeting this
prerequisite/ credit (as per GRIHA). Consider recycling cardboard, metal,
brick, acoustical tile, concrete, plastic, clean wood, glass, gypsum
wallboard, carpet and insulation. Designate a specific area(s) on the
construction site for segregated or comingled collection of recyclable
material, and track recycling efforts throughout the construction process.
Identify construction haulers and recyclers to handle the designated
materials. The diversion may include donation of materials to charitable
organizations and salvage of materials on-site.

11.2.4

Contractor shall collect all construction waste generated on site and


segregate these wastes based on their utility and examine means of
sending such waste to manufacturing units which use them as raw

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

71

material or other site which require it for specific purpose. Typical


construction debris could be broken bricks, steel bars, broken tiles, spilled
concrete and mortar etc.
11.2.5

The contractor shall provide potable water for all workers

11.2.6

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 number to be provided shall not be
less than 1 per 30 employees 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.

11.2.7

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, gravel pit, and water spraying. Contractor shall
ensure the following activities to prevent air pollution during construction:

Correction -Nil
Insertion - Nil
Deletion - Nil

(a)

Clear vegetation only from areas where work will start right away

(b)
(c)

Vegetate / mulch areas where vehicles do not ply.


Apply gravel / landscaping rock to the areas where mulching /
paving is impractical.

(d)

Identify roads on-site that would be used for vehicular traffic.


Upgrade vehicular roads (if these are unpaved) by increasing the
surface strength by improving particle size, shape and mineral
types that make up the surface & base. Add surface gravel to
reduce source of dust emission. Limit amount of fine particles
(smaller than 0.075mm) to 10 20%.

(e)

Water spray, through a simple hose for small projects, to keep dust
under control. Fine mists should be used to control fine particulate.
However, this should be done with care so as not to waste water.
Heavy watering can also create mud, which when tracked onto
paved public roadways, must be promptly removed. Also, there
must be an adequate supply of clean water nearby to ensure that
spray nozzles dont get plugged.

(f)

Water spraying shall be done on:


i. Any dusty materials before transferring, loading and unloading.
ii. Area where demolition work is being carried out.

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

72

iii. Any un-paved main haul road.


iv. Areas where excavation or earth moving activities are to be
carried out.
(g)

The contractor shall ensure that the speed of vehicles within the
site is limited to 10 km/hr.

(h)

All material storages should be adequately covered and contained


so that they are not exposed to situations where winds on site
could lead to dust / particulate emissions.

(i)

Spills of dirt or dusty materials will be cleaned up promptly so the


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

(j)

Provide hoardings of not less than 3m high along the site boundary,
next to a road or other public area.
Provide dust screens, sheeting or netting to scaffold along the
perimeter of the building.
Cover stockpiles of dusty material with impervious sheeting.
Cover dusty load on vehicles by impervious sheeting before they
leave the site.

(k)
(l)
(m)
11.2.8

Contractor shall be required to provide an easily accessible area that


serves the entire building and is dedicated to the separation, collection and
storage of materials for recycling including (at a minimum) paper,
corrugated cardboard, glass, plastics, and metals. He shall coordinate the
size and functionality of the recycling areas with the anticipated collections
services for glass, plastic, office paper, newspaper, cardboard, and organic
wastes to maximize the effectiveness of the dedicated areas. Consider
employing cardboard balers, aluminium can crushers, recycling chutes,
and collection bins at individual workstations to further enhance the
recycling program

11.2.9

The contractor shall ensure that no construction leachate (e.g. cement


slurry etc.), is allowed to percolate into the ground. Adequate precautions
are to be taken to safeguard against this including, reduction of wasteful
curing processes, collection, basic filtering and reuse. The contractor shall
follow requisite measures for collecting drainage water run-off from
construction areas and material storage sites and diverting water flow
away from such polluted areas. Temporary drainage channels, perimeter

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

73

dike/swale, etc. shall be constructed to carry the pollutant-laden water


directly to the treatment device or facility (municipal sewer line).
11.2.10

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.

11.2.11

The contractor shall 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 causalities. 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.

11.2.12

The contractor shall ensure the following activities for construction workers
safety among other measures:
(a)
Guarding all parts of dangerous machinery.
(b)
Precautionary signs for working on machinery
(c)
Maintaining hoists and lifts, lifting machines, chains, ropes, and
other lifting tackles in good condition.
(d)
Durable and reusable formwork systems to replace timber
formwork and ensure that formwork where used is properly
maintained.
(e)
Ensuring that walking surfaces or boards at height are of sound
construction and are provided with safety rails or belts.
(f)
Provide protective equipment; helmets etc.
(g)
Provide measures to prevent fires. Fire extinguishers and buckets of
sand to be provided in the fire-prone area and elsewhere.
(h)
Provide sufficient and suitable light for working during night time.

11.2.13

The storage of material shall be as per standard good practices as


specified in Part VII, Section 2 Storage, Stacking and Handling practices,
NBC 2005 and shall be to the satisfaction of the Engineer in Charge 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 maneuverability 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.

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

74

11.2.14

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 utilization 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. Separate bins should be provided for plastic,
glass, metal, biological and paper waste and labelled in both Hindi and
English with suitable symbols.

11.2.15

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.

11.2.15.1

Contractor shall collect & submit the relevant material certificates for
materials with high recycled (both post-industrial and post-consumer)
content, including materials like RMC mix with fly-ash, glass with recycled
content, calcium silicate boards etc.

11.2.16

Contractor shall collect the relevant material certificates for rapidly


renewable materials such as bamboo, wool, cotton insulation, agri-fiber,
linoleum, wheat board, strawboard and cork etc.

11.2.17

Where possible, the contractor shall select materials / vendors, harvested


and manufactured regionally, within a 800-km radius of the project site.

11.2.18

Contractor shall adopt an IAQ (Indoor Air Quality) management plan to


protect the HVAC system during construction, control pollutant sources,
and interrupt pathways for contamination. He shall sequence installation of
materials to avoid contamination of absorptive materials such as
insulation, carpeting, ceiling tile, and gypsum wallboard. He shall also
protect stored on-site or installed absorptive materials from moisture
damage.

11.2.19

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 14 days to vent out any toxic fumes due to paints,
varnishes, polishes, etc.

11.2.20

Contractor shall make efforts to reduce the quantity of indoor air


contaminants that are odorous or potentially irritating harmful to the
comfort and well-being of installer and building occupants. Contractor shall
ensure that the VOC (Volatile Organic Compounds) content of paints,
coatings and primers used must not exceed the VOC content limits
mentioned below:

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

75

1. Paints
a. Non-flat - 150 g/L
b. Flat (Mat) - 50 g/L
c. Anti corrosive/ anti rust - 250 g/L
2. Coatings / Clear wood finishes
a. Varnish - 350 g/L
b. Lacquer - 550 g/L
c. Floor coatings - 100 g/L
d. Stains - 250 g/L
3. Sealers
a. Water proofing sealer - 250 g/L
b. Sanding sealer - 275 g/L
c. Other sealers - 200 g/L
4. The VOC (Volatile Organic Compounds) content of adhesives and
sealants used must be less than VOC content limits mentioned:
Architectural Applications VOC Limit (g/l less water)
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
m.
n.
o.
p.

Indoor Carpet adhesives - 50 g/L


Carpet Pad Adhesives - 50 g/L
Wood Flooring Adhesive - 100 g/L
Rubber Floor Adhesives - 60 g/L
Sub Floor Adhesives 50 g/L
Ceramic Tile Adhesives - 65 g/L
VCT and Asphalt Tile adhesives - 50 g/L
Dry Wall and Panel Adhesives - 50 g/L
Structural Glazing Adhesives - 100 g/L
Multipurpose Construction Adhesives 70 g/L
Substrate Specific Application VOC Limit (g/l less water)
Metal to Metal - 30 g/L
Plastic Foams - 50 g/L
Porous material (except wood) - 50 g/L
Wood - 30 g/L
Fiber Glass 80 g/L

11.2.20.1 Wherever required, Contractor shall meet and carry out documentation of all
activities on site, supplementation of information, and submittals in
accordance with GRIHA program standards and guidelines. Towards meeting
the aforementioned building environmental rating standard(s) expert
assistance shall be provided to him up on request.
11.2.21

Water Use during Construction


Contractor should spray curing water on concrete structure and shall not
allow free flow of water. Concrete structures should be kept covered with

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

76

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.
11.2.22

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.

11.2.23

The contractor shall provide O & M Manuals wherever applicable.

11.2.24

The contractor shall make himself conversant with the Site Waste
Management Program Manual and actively contribute to its compilation by
estimating the nature and volume of waste generated by the
process/installation in question.

11.2.25

MATERIALS & FIXTURES FOR THE PROJECT

a)

Contractor will produce wherever feasible certificate regarding distance of


the source of the relevant material.

b)

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.
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.

c)

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 Engineerin-Charge before the application of any such material.

d)

All plumbing and sanitary fixtures installed shall be as per the prescription
of the Engineer-in-Charge and shall adhere to the minimum LPM (litres per
minute) and LPF (litres per flush) mentioned. The contractor shall employ
100% zero ODP (ozone depletion potential) insulation; HCFC (hydrochlorofluorocarbon)/ and CFC (chlorofluorocarbon) free HVAC and
refrigeration equipments and/halon-free fire suppression and fire
extinguishing systems.

e)

The contractor shall ensure that all composite wood products/agro-fibre


products used for cabinet work, etc do not contain any added urea
formaldehyde resin.
RESOURCES CONSUMED DURING CONSTRUCTION

11.2.26

a. The contractor shall ensure that the water and electricity is not wasted
during construction. The Engineer-in-Charge can bring to the attention any
Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

77

such wastage and the contractor will have to ensure that such bad
practices are corrected.
b. 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.
c. The contractor shall ensure that all run-off water from the site, during
construction is collected and reused to the maximum.
d. The contractor shall use treated recycled water of appropriate quality
standards for construction, if available.
e. No lights shall be turned on during the period between 6:00 AM to 6:00
PM, without the permission of the Engineer-in-Charge.
11.2.27

CONSTRUCTION WASTE

a)

Contractor shall ensure that wastage of construction material is within 3%.

b)

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.

c)

All construction debris shall be used for road preparation, back filling, etc,
as per the instructions of the Engineer in Charge, with necessary activities
of sorting, crushing, etc.

d)

No construction debris shall be taken away from the site, without the prior
approval of the Engineer-in-Charge.

e)

The contractor shall recycle the unused chemical/hazardous wastes such


as oil, paint, batteries, and asbestos.

f)

If and when construction debris is taken out of the site, after prior
permissions from the Engineer-in-Charge, then the contractor shall ensure
the safe disposal of all wastes and will only dispose of any such
construction waste in approved dumping sites.

11.2.28
Documentation
a)
The contractor shall, during the entire tenure of the construction phase, submit
the following records to the Engineer-in-Charge on a monthly basis:
i) Water consumption in litres
ii) Electricity consumption in kwh units
iii) Diesel consumption in litres
iv) Quantum of waste (volumetric/weight basis) 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.
b)

The contractor shall, during the entire tenure of the construction phase,
submit the following records to the Engineer in Charge on a fortnightly basis:

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

78

i) Quantities of material brought into the site, including the material issued to
the contractor by the Engineer-in-charge.
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 Engineer-in-Charge.
c)

The contractor shall submit a document after construction of the buildings, a


brief description along with photographic records to show that other areas
have not been disturbed 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.

d)

The contractor shall submit to the Engineer-in-Charge after construction of


the buildings, a detailed as built quantification of the following:
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.

Total
Total
Total
Total
Total
Total
Total
Total

materials used,
top soil stacked and total reused
earth excavated
waste generated,
waste reused,
water used,
electricity, and
diesel consumed.

e)

The contractor shall submit to the Engineer-in-Charge, 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.

f)

The contractor shall submit to the Engineer-in-Charge, a detailed narrative (not


more than 250 words) on provision for safe drinking water and sanitation facility
for construction workers and site personnel.

g)

Provide supporting document from the manufacturer of the cement specifying


the fly-ash content in PPC used in reinforced concrete.

h)

Provide supporting document from the manufacturer of the pre-cast building


blocks specifying the fly ash content of the blocks used in an infill wall system.

i)

The contractor shall, at the end of construction of the buildings, submit to the
Engineer-in-Charge, 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:

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

79

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 Commissioning Authority appointed
for the Project.

iv)

Product Recyclability: Submit information regarding product and products


components recyclability including potential sources accepting recyclable
materials where ever applicable.

v)

Indoor Air quality and Environmental Issues: Submit emission test data,
sourced from the manufacturers, produced by acceptable testing laboratory
listed in Quality Assurance 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/agro fibre
products on the absence of added urea formaldehyde resin in the
products supplied to them to this particular site.
c) Submit environmental and pollution clearance certificates for all diesel
generators installed as part of this project.
Provide total support to Engineer-in-Charge and Green Building Consultants
appointed by the Engineer-in-Charge in completing all Green Building Rating
related formalities, including signing of forms, providing
signed letters in
the contractors letterhead whenever required.

11.2.29

EQUIPMENT

a)

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 Engineer-in-Charge.

b)

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 GRIHA
rating stipulations.
Failure to adhere to any of the above mentioned items, without approval of
the Engineer-in-Charge, shall be deemed as a violation of contract and the
contractor shall be held liable for penalty as per terms of the agreement.

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

PART -B
MAJOR COMPONENT CIVIL
SPECIAL CONDITIONS,PARTICULAR SPECIFICATIONS,
ANNEXURE I &II, EQUIPMENTS LIST OF T&P AND
LIST OF APPROVED MATERIALS OF MAJOR COMPONENT.
(Pages from 90 to 132)

Correction-Nil
Insertion-Nil
Deletion-Nil

AE/IISER TVM PSD-1

EE/IISER TVM PD - I

90

SPECIAL CONDITIONS
(MAJOR COMPONENT - CIVIL)

1.

The contractor shall execute the whole work in the most substantial and workman
like manner in strict accordance with the specifications, approved design, drawings,
particular specifications, special conditions, additional conditions and instructions of
the Engineer-in-Charge.

2.

Labour huts at site shall not be allowed.

3.

Before tendering, the contractor shall inspect the site of work and structures and
shall fully acquaint himself about the conditions prevailing at site, availability of
materials, availability of land and suitable location for construction of go-downs,
stores, site office, transport facilities, constraints of space for establishing design
mix plants, weather condition at site, the extent of leads and lifts involved in
execution of work etc., which may affect or influence the tenders.

4.

The contractor shall at his own expense and risk arrange land for accommodation
of labour, setting up of office, storage of materials, erection of temporary
workshops, and construction of approach roads to the site of work, including land
required for carrying out of all jobs connected with the completion of the work.
The contractor shall have to abide by the regulations of the authorities concerned
and the directions of the Engineer-in-Charge for use of land available at the site of
work. If it becomes necessary during construction to remove or shift the stored
materials, shed, workshop, access roads, etc, to facilitate execution of the work
included in this agreement or any other work by any other agency, the contractor
shall remove or shift these facilities as directed by the Engineer-in-Charge and no
claim whatsoever shall be entertained on this account.

5.

It shall be deemed that the contractor has satisfied himself as to the nature and
location of the work, transport facilities, availability of land for setting up of camp,
etc. The department will bear no responsibility for lack of such knowledge and the
consequences thereof.

6.

The contractor shall have to make approaches to the site, if so required and keep
them in good condition for transportation of labour and materials as well as
inspection of works by the Engineer-in-Charge. Nothing extra shall be paid on this
account.

7.

The contractor shall carry out true and proper setting out of the work in coordination with the Engineer-in-Charge or his authorized representatives and shall
be responsible for the correctness of the positions, levels, dimensions and
alignments of all parts of the structure. If at any time during the progress of the
work any error appears or arises in the position, level, dimensions or alignment of

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

91

any part of the work, the contractor shall rectify such error to the entire satisfaction
of Engineer-in-charge. The checking by the Engineer-in-Charge or his authorized
representatives shall not relieve the contractor of his responsibility for the
correctness of any setting out of any line or level. The contractor shall carefully
protect and preserve all bench marks, pegs and pillars provided for setting out of
works.
8.

All setting out activities concerning establishment of bench marks, theodolite


stations, centre line pillars, etc. including all material, tools, plants, equipments,
theodolite and all other instruments, labour, etc. required for performing all the
functions necessary and ancillary there to at the commencement of the work,
during the progress of the work and till the completion of the work shall be carried
out by the contractor and nothing extra shall be paid on this account.

9.

The work shall be carried out in such a manner so as not to interfere or adversely
affect or disturb other works being executed by other agencies, if any.

10. Any damage done by the contractor to any existing works or work being executed
by other agencies shall be made good by him at his own cost.
11. The work shall be carried out in the manner complying in all respects with the
requirement of relevant rules and regulations of the local bodies under the
jurisdiction of which the work is to be executed and nothing extra shall be paid on
this account.
12. The contractor may have to work in two or more shifts for completing the work in
time, and no claims whatsoever shall be entertained on this account,
notwithstanding the fact that the contractor will have to pay or may have paid to
the labourers and other staff engaged directly or indirectly on the work according to
the provisions of the labour regulations and the agreement entered upon and/or
extra amount for any other reasons.
13. The contractor shall make his own arrangements at his own cost for water,
electricity and obtaining electric connections required and make necessary
payments directly to the State / Central Govt. departments concerned. Contractor
shall get the water tested from laboratory approved by the Engineer-in-charge at
regular interval as per the CPWD Specifications 2009. All expenses towards
collection of samples, packing, transportation etc. shall be borne by the contractor.
14. The drawings for the work issued by the Engineer-in-Charge during execution of
work shall at all times be properly correlated before executing any work and no
claim whatsoever shall be entertained for discrepancies in the drawings.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

92

15. The works to be governed by this contract shall cover delivery and transportation
up to destination, safe custody at site, insurance, erection, testing and
commissioning of the entire works.
The works to be undertaken by the contractor shall inter-alia include the following:
(i)

Preparation of detailed shop drawings and as built drawings wherever


applicable.

(ii)

Obtaining of Statutory permissions where-ever applicable and required.

(iii)

Pre-commissioning tests as per relevant standard specifications, code of


practice, Acts and Rules wherever required.

(iv)

Warranty obligation for the equipments and / or fittings/fixtures supplied


by the contractor. Contractor shall provide all the shop drawings or layout
drawings for all the co-ordinated services before starting any work or
placing any order of any of the services etc. These shop drawings /layout
drawings shall be got approved from Engineer-in-charge before
implementation and this shall be binding on the contractor. The contractor
shall submit material sample for approval of Engineer-in-charge get it
approved prior to bulk supply of the material at site.

16. The contractor shall maintain in good condition all work executed till the completion
of entire work entrusted to the contractor under this contract.
17. No payment shall be made to the contractor for damage caused by rain,
whatsoever during the execution of works and any damage to the work on this
account shall have to be made good by the contractor at his own cost.
18. Unless otherwise provided in the Schedule of quantities, the rates tendered by the
contractor shall be all inclusive and shall apply to all heights, lifts, leads and depths
of the building and nothing extra shall be payable to him on this account. Payment
for centering, shuttering, however, if required to be done for floor heights greater
than 3.5m shall be admissible at rates arrived in accordance with clause 12 of the
agreement if not already specified.
19.

20.

The rates quoted by the Contractor are deemed to be inclusive of site clearance,
setting out work (including marking of reference points, 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.

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
Correction -NIL
Insertion - NIL
Deletion - NIL
AE/IISER TVM PSD-1
EE /IISER TVM PD - I

93

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

21. No claim whatsoever for idle labour, additional establishments, costs of hire and
labour charges for tools and plants, scaffolding etc, would be entertained under any
circumstances.
22. The Contractor(s) shall take all precautions to avoid accidents by exhibiting
necessary caution boards day and night. In case of any accident of labours/
contractual staffs the entire responsibility will rest on the part of the contractor and
any compensation under such circumstances, if becomes payable, shall be entirely
borne by the contractor.
23. Contractor shall within two weeks of award of work, submit to the Engineer-inCharge for his approval, list of measures for maintaining safety of manpower
deployed for construction and avoidance of accidents.
24. For the safety of all labour directly or indirectly employed in the work the
contractors shall, in addition to the provision of CPWD safety code and directions
of the Engineer-in-Charge, make all arrangements to provide facility as per the
provision of Indian Standard Specifications (Codes) listed below and nothing extra
shall be paid on this account.
i)

IS 3696 Part I

Safety Code for scaffolds and ladders.

ii)

IS 3696 Part II

Safety Code for scaffolds and ladders Part II ladders.

iii)

IS 764

Safety Code for excavation work.

iv)

IS 4138

Safety Code for working in compressed air.

v)

IS 7293

Safety Code for working with construction machinery.

vi)

IS 7969

Safety Code for storage and handling of building materials.

vii) IS 4130

Correction -NIL
Insertion - NIL
Deletion - NIL

Safety code for demolition of buildings.

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

94

25. The contractor shall take all precautions to avoid all accidents by exhibiting
necessary caution boards and by providing red flags, red lights and barriers. The
contractor shall be responsible for any accident at the site of work and
consequences thereof.
26. Scaffolding: Wherever required for the execution of work, all the scaffolding shall
be provided and suitably fixed, by the Contractor. It shall be provided strictly with
steel scaffolding system, suitably braced for stability, with all the accessories,
gangways, etc. with adjustable suitable working platforms to access the areas with
ease for working and inspection. It shall be designed to take all incidental loads. It
should cater to the safety features for workmen. It shall be ensured that no
damage is caused to any structure due to the scaffolding. Nothing extra shall be
payable on this account.
27. Royalty if any payable and all other incidental expenditure shall have to be paid by
the contractor on all the boulders, metal shingle, earth, sand bajri, etc. collected
by him for the execution of the work, direct to the concerned Revenue Authority
of the State or Central Govt. and the amount paid shall not be reimbursed in any
form whatsoever.
28. Other agencies working at site may also simultaneously execute the works entrusted
to them and to facilitate their working, the contractor shall make necessary provisions
e.g. holes, openings, etc. for laying/burying pipes, cables, conduits, clamps, hooks,
etc. as may be required from time to time. The contractor shall extend full cooperation to other agencies for smooth execution of works by other agencies. The
final finishing of the work is to be executed in co-ordination with other agencies as
directed by the Engineer-in-Charge.
29. On account of security considerations, there could be some restrictions on the
working hours, movement of vehicles for transportation of materials and location of
labour camp. The contractor shall be bound to follow all such restrictions and adjust
the programme for execution of work accordingly. Nothing extra shall be paid on this
account.
30. Stacking of materials and excavated earth shall be done as per the directions of the
Engineer-in-Charge. Double handling of materials or excavated earth if required shall
have to be done by the contractor at his own cost.
31. In case of construction joints, the cost of applying cement slurry over the concrete
surface before fresh concrete is laid as per para 5.4.4.4. of CPWD Specification 2009
is included in the relevant items of the schedule of quantities and nothing extra shall
be paid on this account.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

95

32. Unless otherwise specified in the Schedule of Quantities the rates for all items of work
shall be considered as inclusive of working in or under water and/or liquid mud and/or
foul conditions including pumping or bailing out liquid mud or water accumulated in
excavations during the progress of the work from springs, tidal or river seepage, rain,
broken water mains or drains and seepage from subsoil aquifer.
33.

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

34.

Water supply pipe lines shall not be embedded in floor. PVC pipe casing sleeve of
next bigger diameter shall be provided to GI pipe line for full thickness of wall
(including finishing) across the wall, to protect it from corrosion. The gap between
the PVC and GI pipes shall be sealed at the ends with poly-sulphide or other suitable
sealant. Nothing extra shall be paid on this account.

35.

Stone slabs for risers and treads of staircases and steps, where specified, shall be of
single piece of required width and length. No joint shall be permitted. The holes of
required shape and size shall be drilled in the single piece stone slabs of treads for
fixing balustrades wherever necessary. Pattern of stone slabs for landings of
staircase shall be decided by the Engineer-in-Charge. Nothing extra is payable on
this account.

36.

Stone slabs used for treads of staircase shall be provided with three machine cut
grooves of size 3mm wide x 2mm deep, 25 mm apart near the nosing of the steps.
Nothing extra is payable on this account.

37.

To protect the flooring and steps of staircases during construction and until the
completion of the work, finished/semi-finished surface of flooring shall be covered
with a thick layer of plaster of Paris and this layer shall be maintained in good
condition till its removal. The removal of the layer of plaster of Paris and cleaning
the surface shall be done as and when decided by the Engineer-in-Charge. After the
removal of plaster of Paris and cleaning of the surface, damage, if any, shall have to
be made good by the contractor. No extra payment shall be made for protection
with plaster of Paris, removal of plaster of Paris, cleaning and making good the
damages.

38. The contractor shall give a performance test of the entire installation(s) as per
specifications before the work is finally accepted and nothing extra whatsoever shall
be payable to the contractor for the test.
39. The steel work in railing includes fish tailing of the section to be embedded in
concrete and fixing the same.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

96

40. Only factory made round / square type cover blocks should be used in RCC work,
to avoid displacement of reinforcement bars in any direction and to ensure proper
cover.
41. Nothing extra will be paid for centering; shuttering, reinforcement and RCC work
for sloped slabs and beams, unless otherwise specified in the item.
42. Steel bars shall be stored about 30 to 45 cm above ground and where the storage
is for more than 3 months, a coat of cement wash shall be given to the bars.
Nothing extra shall be paid towards cost of application of cement wash.
43. Some restrictions may be imposed by the State Government on quarrying of sand,
stones etc, from certain areas. The contractor shall have to bring such materials
from other quarries located elsewhere for timely completion of work and nothing
extra shall be paid on this account.
44.

The contractor shall give ten years guarantee in the prescribed proforma for
water proofing items specified in the schedule of quantities. In addition to this
10% of the quoted cost of items shall be retained either in cash /fixed deposit
or in the form of bank guarantee, which shall be released after the expiry of ten
years from the date of completion if no defects is found in water proofing or
the defects are made good. This amount shall be adjusted against the expenses
incurred on making good the defects if the contractor commits breach of
guarantee.

45. In case of any difference in the Hindi version and English version in any of the
condition of contract, English version shall prevail.
46. To facilitate gas connection, holes (if required by the Engineer-in-Charge) including
suitable rubber gasket shall be provided in the kitchen platform of RCC
slab/granite /marble/ other stone slab etc. Nothing extra will be paid on the
account and rates quoted for relevant items are inclusive of making such provision.
47. Concrete mixers to be used on the work shall have arrangement for weighing
aggregate, cement, water, admixture and controlling water cement ratio and
admixture.
48. Any cement slurry added over base surface (or) for continuation of concreting for
better bond is deemed to have been in built in the items and nothing extra shall be
payable nor extra cement considered in consumption on this account.
49. If the actual weight of reinforcement and structural steel to be used in the work
differs from standard weight given in table 5.4 of CPWD Specification, the
following procedure shall be followed for arriving at the quantity for payment.
(a) If the actual weight is more than standard weight only standard weight shall be
considered for payment.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

97

(b) If the actual weight is less than standard weight but within the permissible
variation, only actual weight shall be considered for payment.
50.

The contractor shall arrange to keep the premises neat and clean. The
rubbish/malba and unserviceable materials shall be removed on day to day basis.

51.

The Contractor shall arrange electricity at his own cost for testing of the various
electrical installations as directed by Engineer-in-Charge and for the consumption
by the contractor for executing the work. Also all the water required for testing
various electrical installations, fire pumps, wet riser / fire fighting equipments, fire
sprinklers etc. and also testing water supply, sanitary and drainage lines, water
proofing of underground sump, over head tanks, water proofing treatment etc.
shall be arranged by the contractor at his own cost. Nothing extra shall be
payable on this account.

52.

Bar Chart
The contractor shall give scientifically analyzed detailed bar chart for all the
activities of the work within 15 days from the date of issue of letter of acceptance
of tender. The bar chart shall be prepared covering the physical milestones as
envisaged in the tender documents. Nothing extra shall be paid for preparation/
modification of bar chart, CPM and PERT chart.

(i)

While preparing the above detailed bar chart, effort shall be made to take all
possible items of work simultaneously.

(ii)

Separate bar chart should be prepared exclusively for procurement of materials.


The detailed bar chart should distinctly bifurcate the items of work and of
materials required for the execution of that item. Both should not be clubbed
together. For example, for internal plumbing work the bar chart should show the
procurement of pipe and other fittings with start and finish dates and items of
work with start and finish dates separately. Both items should be interlinked
preceding and succeeding activity. The bar chart not indicating procurement items
separately will not be accepted.

(iii) Similarly bar chart should be prepared separately for arrangement of labour.
(iv) The bar chart so finalized and accepted by department should be got reviewed by
the department, once in a month regularly. Modified / revised bar chart shall be
prepared in the event of not adhering to the targets mentioned in the earlier bar
chart. The contractor shall augment additional resources, materials and man
power for achieving the targets, so submitted in the revised bar chart, CPM and
PERT chart.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

98

(v)

In addition to the above bar chart, the contractor shall submit detailed programme
of activities CPM and PERT chart using Primavera or equivalent soft ware. He
shall furnish the details both in hard copies as well as soft copies. Nothing extra
shall be paid on this account.

(vi) In case the above details are not furnished within 15 days as mentioned above,
recovery @ Rs. 1000/-per day till its receipt by Engineer-in-Charge shall be
effected from the first RA bill.
(vii) If at any time, it appears to the Engineer-In-Charge that the actual progress of the
work does not conform to the approved program referred above, the contractor
shall produce a revised program showing the modifications to the approved
program by additional inputs to ensure completion of the work within the
stipulated time.
(viii) The submission for approval by the Engineer-in-Charge of such program or the
furnishing of such particulars shall not relieve the contractor of any of his duties or
responsibilities under the contract. This is without prejudice to the right of
Engineer-in-Charge to take action against the contractor as per terms and
conditions of the agreement.
SUBMISSION OF PROGRESS REPORTS:
(ix) Apart from the above integrated program chart, the contractor shall be
required to submit fortnightly progress report of the work in a
computerized form on 1st and 16th of every month. The progress report shall
contain the following, apart from whatever else may be required as specified
above:
a) Construction schedule of the various components of the work through a bar
chart for the next two fortnights (or as may be specified), showing the icromilestone/milestones, targeted tasks (including material and labour
requirement) and up to date progress. At least 10 digital photographs showing
all the parts of construction site along with at least 5 minutes video of
executions of different items in soft copy has to be submitted in every
fortnightly progress report.
b) Progress chart of the various components of the work that are planned and
achieved, for the fortnight as well as cumulative up to the fortnight under
reckoning, with reason for deviations, if any in a tabular format.
c)

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

d) Man-power statement indicating:


Individually the names of all the staff deployed on the work, along with their
designations.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

99

No. of skilled workers (trade wise) and total no. of unskilled workers deployed
on the work and their location of 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 alvan payment
received, extra/substituted/deviation items if any, etc.
f) In case of non compliance / delay in compliance in submission of
fortnightly, a penalty @ Rs. 5000/- per fortnightly report will be
imposed which will be recovered from the immediate next R/A Bill of
the Contractor.
53. QUALITY ASSURANCE
(i)

The proposed work is a prestigious campus development project and quality


of work is of paramount importance. Contractor shall have to engage wellexperienced skilled labour and deploy modern T&Ps and other equipment in the
execution of the work.
Many items like specialized flooring work, silicon sealant and backer rod fixing in
expansion joints, factory made door- window shutters, proper slope maintaining
in toilet units, sanitary- water supply installation, water proofing treatment, will
specially require engagement of skilled workers having experience particularly in
execution of such items.

(ii)

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

(iii) In addition to the supervision of work by CPWD engineers, the Committee of


IISER or the Consultants deployed by the IISER shall also be carrying out regular
and periodic inspection of the ongoing activities in the work and deficiencies,
shortcomings, inferior workmanship pointed out by them shall be communicated
by CPWD engineers to the contractor. Upon receipt of instructions from Engineer
in Charge these are also to be made good by necessary improvement,
rectification, replacement upto the complete satisfaction of Engineer-in-charge.
Special attention should be paid towards quality of materials, workmanship of
execution of required standard and finish, lines and levels internal and external
plastering, finish of exposed smooth surface of RCC members by providing
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

100

fresh shuttering plates, rubberized linings to all the shuttering joints,


accurate joinery work in wooden doors and windows, accurate joints in stone/
tiling / cladding work, non-hollowness in floor and dado tiles work, protection of
scratches over flooring by providing layer of plaster of Paris, water tight pipe
linings, proper compaction of joints in brick masonry, proper compaction of filled
up earth etc. as per specification to achieve prescribed standards, Quality
assurance for the project shall be of paramount importance.
(iv) Third party quality assurance. The department may decide to engage
third party quality assurance system and the contractor shall render all
the necessary assistance and make arrangement for the inspection of
work similar to clause 16 of agreement.

(v)

The Contractor shall submit, within 15 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 make 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-inCharge, 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-inCharge.

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

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

101

(vii) The Contractor shall procure and provide all the materials from the
manufacturers / suppliers as per the list attached with the tender documents, as
per the item description and particular specifications for the work. The equivalent
brand for any item shall be permitted to be used in the work, only when the
specified make is not available. This is, however, subject to documentary
evidence produced by the contactor for non-availability of the brand specified and
also subject to independent verification by the Engineer-in-Charge. In exceptional
cases, where such approval is required, the decision of Engineer-in-Charge as
regards equivalent make of the material shall be final and binding on the
Contractor. No claim, whatsoever, of any kind shall be entertained from the
Contractor on this account. Nothing extra shall be payable on this account. Also,
the material shall be procured only after written approval of the Engineer-inCharge.
(viii) 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.
(ix) To avoid delay, contractor should submit all samples well in advance so as to give
timely orders for procurement.
(x) The contractor has to establish field laboratory at site including all
necessary equipment for field tests as given in Schedule F. All the
relevant and applicable standards and specifications shall be made
available by the contractor at his cost in the field laboratory. The
contractor shall designate one of his technical representatives
possessing required qualification and experience specified in the
Schedule F as Quality Assurance Engineer, who shall be responsible for
carrying out all mandatory field/laboratory tests. The contractor shall
also provide adequate supporting staff at his cost for carrying out field
tests, packaging and forwarding of samples for outside laboratory tests
and for maintaining test records.
(xi)

All the registers of tests carried out at Construction Site or in outside


laboratories and all material at site (MAS) registers including cement register
shall be maintained by the contractor which shall be issued to the contractor by
Engineer-in-charge. All the entries in the registers will be made by the
designated Engineering Staff of the contractor and same should be regularly
reviewed by AE/AEE/EE. Contractor shall be responsible for safe custody of all
the registers.

(xii)

The contractor shall at his own cost submit samples of all materials sufficiently in
advance and obtain approval of Engineer-in-Charge. The materials to be used in

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

102

actual execution of the work shall strictly conform to the quality of samples
approved by the Engineer-in-Charge and nothing extra shall be paid on this
account. The acceptance of any sample or material on inspection shall not be a
bar to its subsequent rejection, if found defective.
(xiii) The contractor shall at his cost, make all arrangements and shall provide
necessary facilities as the Engineer-in-Charge may require for collecting,
preparing, packing, forwarding and transportation of the required number of
samples for tests and for analysis at such time and to such places as directed by
the Engineer-in-Charge. Nothing extra shall be paid for the above operations
including the cost of materials required for tests and analysis. Testing charges, if
any, will be borne by the department if the test passes. In case it fails, the same
shall be borne by the contractor.
(xiv) The necessary tests shall be conducted in the laboratory approved by the
Engineer-in-Charge. The samples for carrying out all or any of the tests shall be
collected by the Engineer-in-charge or on his behalf by any other officer of
CPWD. The contractor or his authorized representative shall associate himself in
collection, preparation, packing and forwarding of such samples for the
prescribed tests and analysis. In case the contractor or his authorized
representative is not present or does not associate him in the aforesaid operation
the results of such tests and consequences thereon shall be binding on the
contractor.
(xv)

(xvi)

Materials used on work without prior inspection and testing (where testing is
necessary) and without approval of the Engineer-in-Charge are liable to be
considered unauthorized, defective and not acceptable. The Engineer-in-Charge
shall have full powers to require the removal of any or all of the materials
brought to site by contractor which are not in accordance with the contract
specifications or do not conform, in character or quality to the samples approved
by the Engineer-in-Charge. In case of default on the part of the contractor in
removing rejected materials, the Engineer-in-Charge shall be at liberty to have
them removed at the risk and cost of the contractor.
The contractor shall make his own arrangement of water required for execution
of work and get the water tested at his own cost with regard to its suitability for
use in the works and get written approval from the Engineer-in-Charge before he
proceeds with the use of same for execution of work and thereafter it is got
tested at he prescribed interval as per specification.

(xvii) All the hidden items such as reinforcement, 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
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

103

duly test checked shall be deposited with Engineer in charge or his authorized
representative, prior to hiding these items.
(xviii) Water tanks, taps, sanitary, water supply and drainage pipes, fittings and
accessories should conform to local bye-laws rules and specification of municipal
/corporation, if CPWD Specifications are not available for the same. 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.
54.

The Contractor shall depute Site Engineer & skilled workers as required for the work. He
shall submit organization chart along with details of Engineers and supervisory staff. It
shall be ensured that all decision making powers shall be available to the representatives
of the Contractor at the work site 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 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. Nothing extra shall be payable on this account.

55. Specialized Agencies


The composite tender comprises of two components: viz. Major Component Civil and Minor Component - Electrical. The list of specialized items for the major
component civil works which are to be got executed through specialized
agencies are mentioned below:
CIVIL WORKS:
a.
Anti-termite treatment.
b.
Water proofing works.
c.
Aluminium works.
d.
Wooden floorings.
e.
Granite stone flooring.
(i)

(ii)

The main contractor shall submit the credential of specialized agency well in advance as
per the direction of Engineer-in-charge. After verification of the same, written approval
will be conveyed to main contractor in this regard. The credentials and expertise of the
specialized agencies in the similar works should be commensurate the quantum and
nature of the specialized works as per the CPWD guidelines. The main contractor shall
not change the specialized agency without taking prior approval of Engineer-in-Charge.
However before making any such change he has to enter into agreement with new
agency and submit the same to Engineer in Charge for approval. This shall however
be without any change in the accepted rates of the contract agreement and without
any cost implications to the Department.
It shall be the responsibility of main contractor to sort out any dispute / litigation with

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

104

the Specialized Agencies without any time & cost overrun to the Department. The main
contractor shall be solely responsible for settling any dispute / litigation arising out of
his agreement with the Specialized Agencies. The contractor shall ensure that the work
shall not suffer on account of litigation/ dispute between him and the specialized
agencies / sub- contractor(s). No claim of hindrance in the work shall be entertained
from the Contractor on this account. No extension of time shall be granted and no claim
what so ever, of any kind, shall be entertained from the Contractor on account of delay
attributable to the selection/rejection of the Specialized Agencies or any dispute
amongst them.

56. 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 should deploy adequate and suitable equipment,
machinery and labour as required for the 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 workshop for this work, shall be exclusively intended for use in the
construction of this work and they shall not be shifted/ removed from site without
the permission of the Engineer-in-Charge.
57.
INCENTIVE FOR EARLY COMPLETION OF WORK
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 (15 months) as given
in this tender document. 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. For the purpose of calculating the Bonus payment, the stipulated time limit given
in this document is firm (fixed) and no adjustment / 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
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

105

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.
58. INSURANCE POLICIES
The contractor in his own interest before commencing the execution of work, without in
any way limiting his obligations and liabilities under this contract, 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.
59. TEMPORARY BARRICADING :Proper temporary barricading by fencing with G.I.
sheets, shall be carried out by the Contractor at the start of work to physically define the
boundaries of the plot for restricted entry to only those involved in the work and also to
prevent any accidents, at the same time without causing any inconvenience to the traffic
and the users of the buildings in the adjacent plots. It shall be done by providing,
erecting, maintaining temporary protective barricading, 5 metres in height, made in
panels, with each panel having MS frames / MS scaffolding pipes of suitable size and
stiffness, with 24 gauge thick Colour coated GI corrugated sheets fixed on frames. Such
panels shall be suitably connected to each other for stability with nuts and bolts, hooks,
clamps etc. and fixed firmly to the ground at about 2 metres spacing, for the entire
duration till completion of the work. He shall also provide and erect temporary protective
barricades within the plot, if required, to prevent any accident. Temporary protective
roofing near the Entrance to the building, under construction, shall be made to protect
the visiting officials from getting hurt by falling debris etc. Also, one or more coat of
enamel paint of shade as approved and directed by the Engineer-in-Charge shall be
applied on the panels and "CPWD" shall be painted over that in suitable sizes, shapes and
numbers as directed by the Engineer-in-Charge. It shall be dismantled and taken away by
the Contractor after the completion of work at his own cost with the approval of the
Engineer-in- Charge. Nothing extra shall be payable on this account.
60.

WARNING / CAUTION BOARDS


All temporary warning / caution boards / glow signals 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 signals and red lights shall be suitably
illuminated during night also. The Contractor shall be solely responsible for damage and

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

106

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.
These signals 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.

61. Display Boards: The Contractor shall provide and erect a display board of size
and shape as required, in a legible and workman like manner, the details about
the salient features of the project, as directed by the Engineer-in-Charge. The
Contractor shall fabricate and put up a display board of approved design indicating
name of the project, Client/Owner, Engineer-in-charges, Structural Consultants,
Department etc. besides providing space for names of other Contractors, SubContractors and specialized agencies etc at the site within 15 days from issue of
award letter. Nothing extra shall be payable on this account. In case of non
compliance/delay in compliance in this, a penalty @ Rs. 1000/- per day
will be imposed which will be recovered from the immediate next R/A
Bill of the Contractor.
62. 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.

63. The rate quoted shall be for all heights and levels for centering, RCC and finishing
to be done including providing necessary scaffolding for the work unless otherwise
specified.
64. Preparation of Sample units:
The contractor shall prepare in actual position of each and every item and obtain
approval of Engineer-in-charge before execution en masse. Similarly contractor
shall prepare one sample suite room and toilet block comprising of all finishes and
fittings included in the scope of the contract. Approval of Engineer-in-charge shall
be obtained before taking up finishing work en masse.
65. INSPECTION OF WORK
(i) In addition to the provisions of relevant clauses of the contract, the work shall also
be open to inspection by Senior Officers of CPWD, the committee of IISER
constituted for the purpose and the representative of the IISER Consultants. The
contractor shall at times during the usual working hours and at all times at which
reasonable notices of the intention of the Engineer-in-charge or other officers as
stated above to visit the works shall have been given to the contractor, either
himself be present to receive the orders and instructions or have a responsible
representative duly accredited in writing, to be present for that purpose.
(ii) Inspection of the work by IISER
a) The committee/consultant appointed by IISER, may inspect the works
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

107

including workshops and fabrication factory to ensure that the works in general
being executed according to the design, drawings and specifications laid down in
the contract. Their observations shall be communicated by the Engineer-in Charge
and compliance is to be reported by the contractor to the Engineer-in-Charge.
66. Senior Officers of CPWD, Dignitaries from Central Ministry / Department, IISER
Authorities shall be inspecting the on-going work at site at any time with or
without prior intimation. The contractor should keep up-to-date the following:
a) Display Board showing detail of work, weekly progress achieved with respect
to targets, reason of shortfall, status of manpower, wages being paid for
different categories of workers.
b) Entrance and area surrounding to be kept clean.
c) Display layout plan key plan, Building drawings including plans, elevations
and sections.
d) Display of up to date Bar chart, CPM and PERT Chart etc.
e) Keep details of quantities executed, balance quantities, deviations, possible
Extra item, substituted Item etc.
f) Keep one sets of plastic / cloth mounted building drawings.
g) Sets of Helmets and safety shoes for exclusive use for officers/dignitaries
visiting at site.
67. PROJECT REVIEW MEETINGS:
The contractor, immediately on award of work shall submit details of his key
personnel to be engaged for the work at site. In addition, he shall furnish to the
Engineer-in-charge detailed site organization set up diagram.
The contractor shall present the programme, target, progress and status at
various review meetings as required.
(i) Weekly Review Meetings: Shall be attended by Local Team headed by Projectin-charge of the Contractor and specialized agencies engaged by the
Contractor.
Agenda

a) Weekly programme v/s actual achieved in the past


week and programme for next week.
b) Remedial actions and hold up analysis.
c) Any decision on quarries raised either by contractor/
PMC/AED.

(ii) Monthly Review Meetings: Shall be attended by Project in charge and the
Management Representative of the Contractor who can take independent
decisions and Management Representative of the specialized agencies
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

108

engaged by the Contractor as per the contract conditions who is to take


decisions.
a) Progress Status/Statistics v/s program in target.

Agenda

b) Completion Outlook.
c) Major hold ups/slippages and remedial action.
d) Assistance required.
e) Critical issues.
f)

Any

decision

on

queries

raised

either

by

Contractor/PMC.
g) Anticipated cash flow, financial progress and monthly
requirement for next three months.

(iii)

Apart from the above meeting the Engineer-in-Charge may convene


meeting at any time according to the necessity and the Contractor is
bound to attend the meeting with his team and specialized agencies with
requisite details.

68.

Unless otherwise specified, nothing extra, whatsoever shall be paid for


executing the work as per the above SPECIAL CONDITIONS from serial
number 1 to 67.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

109

SPECIAL CONDITIONS FOR CEMENT AND STEEL BROUGHT BY THE CONTRACTOR

1. CEMENT
1.1. The contractor shall procure Portland Pozzolana Cement conforming to IS:1489
(Part-I) as required in the work, from reputed manufacturers of cement such as
ACC, Ultratech, Vikram, Shree Cement, Ambuja, Jaypee Cement,
Chettinad, Coramandal, Ramco, Zuari, Century Cement & J.K. Cement or
from any other reputed cement Manufacturer having a production capacity not less
than one million tonnes per annum as approved by ADG for that sub region.
The tenderers may also submit a list of names of cement manufacturers
which they propose to use in the work. The tender accepting authority reserves right
to accept or reject name(s) of cement manufacturer(s) which the tenderer proposes
to use in the work. No change in the tendered rates will be accepted if the tender
accepting authority does not accept the list of cement manufacturers, given by the
tenderer, fully or partially. Supply of cement shall be taken in 50 kg bags or bulk
container bearing manufacturers name and ISI marking. The bulk supply of cement
shall be accompanied by the manufactures certificates giving full details (brand, type,
grade and specification along with the requisite test certificate, copy of relevant IS
specifications). Samples of cement arranged by the contractor shall be taken by the
Engineer-in-Charge and got tested in accordance with provisions of relevant BIS
codes. In case test results indicate that the cement arranged by the contractor does
not conform to the relevant BIS codes, the same shall stand rejected and shall be
removed from the site by the contractor at his own cost within a weeks time of
written order from the Engineer-in-Charge to do so. Every fresh cement batch should
be brought to site at least 30 days before they are to be used / consumed in the
work.
1.2. The cement shall be brought at site in bulk supply of approximately 100 tonnes or
as decided by the Engineer-in-Charge.
1.3. The cement go-down of the capacity to store a minimum of 2 months requirement
shall be constructed by the contractor at site of work for which no extra payment
shall be made. Double lock provision shall be made to the door of cement godown. The keys of one lock shall remain with Engineer-in-Charge or his authorized
representative and keys of the other lock shall remain with the contractor. The
contractor shall be responsible for the watch and ward and safety of the cement
go-down. The contractor shall facilitate the inspection of the cement go-down by
the Engineer-in-Charge or his authorized representatives.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

110

1.4. The cement shall be got tested by the Engineer-in-Charge and shall be used on the
work only after satisfactory test results have been received. The contractor shall
supply free of charge the cement required for testing including its transportation
cost to testing laboratories. The frequency and details of the tests shall be decided
by the Engineer-in-Charge depending on the quantum of supply in each batch. The
cost of tests shall be borne by the contractor / Department in the manner indicated
below:
a. By the contractor, if the results show that the cement does not conform to the
relevant BIS codes.
b. By the Department, if the results show that the cement conforms to relevant
BIS codes.
1.5. The actual issue and consumption of cement on work shall be regulated and proper
accounts maintained as provided in clause 10 of the contract. The theoretical
consumption of cement shall be worked out as per procedure prescribed in clause
42 of the contract and shall governed by the conditions laid therein. In case the
cement consumption is less than theoretical consumption including permissible
variation, recovery at rate so prescribed shall be made. In case of excess
consumption no adjustment shall be made.
1.6. Cement brought to site and cement remaining unused after completion of work
shall not be removed from site without written permission of the Engineer-incharge.
1.7. Damaged cement shall be removed from the site immediately by the contractor on
receipt of a notice in writing from the Engineer-in-charge. If he does not do so
within 3 days of receipt of such notice, the Engineer-in-charge shall get it at the
cost of the contractor.
1.8. The cement bags shall be stacked on proper floors consisting of two layers of dry
bricks laid on well consolidated earth at a level of at least one foot above ground.
The stacks shall be in rows of 2 and 10 bags high with minimum of 0.6m clear.
Bags should be placed horizontally continuous in each line. Actual size / shape of go
down shall be as per site requirement and nothing extra shall be paid on this
account. The decision of Engineer-in-charge regarding capacity shall be final.
1.9. Cement register for the cement shall be maintained at site. The account of daily
receipts and issues of cement shall be maintained in the register in the proforma
prescribed and signed daily by contractor or his authorized agent.
2. STEEL
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

111

2.1. The contractor shall procure TMT bars of Fe 500D grade from primary producers
such as SAIL, Tata Steel Ltd., RINL, Jindal Steel & Power Ltd. and JSW Steel Ltd. or
any other producer as approved by CPWD who are using iron ore as the basic raw
material/input and having crude steel capacity of 2.0 Million tonnes per annum and
above.
In case of non-availability of steel from primary producers the NIT approving
authority may permit use of TMT reinforcement bars procured from steel producers
having integrated Steel Plants (ISPs) using iron ore as the basic raw material for
production of crude steel which is further rolled into finished shapes in-house having
crude steel capacity of 0.5 Million tonne per annum and more. A separate list of
producers for this category shall be approved by the ADG concerned for their sub
region under intimation to the Directorate, CPWD/CE, CSQ.
In case of non-availability of steel from Primary producers as well as the NIT
approving authority may also permit use of TMT reinforcement bars procured from
secondary producers. In such cases following conditions are to be stipulated in the
NIT by NIT approving authority.
a) The grade of the steel such as Fe 500D or other grade to be procured is to be
specified as per BIS 1786-2008.
b) The secondary producers must have valid BIS license to produce HSD bars
conforming to IS 1786: 2008. In addition to BIS license, the secondary producer
must have valid license from either of the firms Tempcore, Thermex, Evcon Turbo
& Turbo Quench to produce TMT bars.
c) The TMT bars procured from Primary Producers and ISPs shall conform to
manufactures specifications.
d) The TMT bars procured from secondary producers shall conform to the
specifications as laid by Tempcore, Thermex, Evcon Turbo & Turbo Quench as
the case may be.
e) TMT bars procured either from Primary Producers, ISPs or secondary producers,
the specifications shall meet the provisions of IS 1786: 2008 pertaining to Fe
500D or other grade of steel as specified in the tender.
2.2. The contractor shall have to obtain and furnish test certificates to the Engineer-incharge in respect of all supplies of steel brought by him to the site of work.
2.3. Samples shall also be taken and got tested by the Engineer-in-charge as per the
provisions in this regard in relevant BIS codes. In case the test results indicate that
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

112

the steel arranged by the contractor does not conform to the specifications as
defined under Para 2.1 above, the same shall stand rejected, and it shall be
removed from the site of work by the contractor at his cost within a weeks time of
written orders from the Engineer-in-charge to do so.
2.4. The steel reinforcement bars shall be brought to the site in bulk supply of 10 tonnes
or more or as decided by the Engineer-in-Charge.
2.5. The steel reinforcement shall be stored by the contractor at site of work in such a
way as to prevent distortion and corrosion, and nothing extra shall be paid on this
account. Bars of different sizes and lengths shall be stored separately to facilitate
easy counting and checking.
2.6. For checking nominal mass, tensile strength, bend test, re-bend test, etc., specimen
of sufficient length shall be cut from each size of the bar at random, and at
frequency not less than that specified below:-

Size of bar

For consignment below


100 tonnes

For consignment over 100


tonnes

Under 10mm dia

One sample for each 25 One sample for each 40 tonnes


tonnes or part thereof
or part thereof

10 mm to 16mm
dia

One sample for each 35


tonnes or part thereof

One sample for each 45 tonnes


or part thereof

Over 16 mm dia

One sample for each 45


tonnes or part thereof

One sample for each 50 tonnes


or part thereof

2.7. The contractor shall supply free of charge the steel required for testing including its
transportation to testing laboratories. The cost of tests shall be borne by the
contractor
2.8. The steel brought to site and steel remaining unused shall not be removed from
site without the written permission of the Engineer-in-Charge.
2.9 The contractor should submit pre measurement of existing exposed reinforcement
to the Engineer-in-charge before taking up any further reinforcement work on the
portion and nothing extra shall be paid on this account.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

113

2.10 The standard section weight referred to as standard tables in Para 5.3.3. in CPWD
specifications 1996 Volume II to be considered for conversion of length of
various sizes of MS bars and High yield strength deformed bars into weight are as
under.

Size (Diameter MM)

Weight in Kg/ Meter

0.222

0.395

10

0.617

12

0.888

16

1.579

18

1.999

20

2.467

22

2.985

25

3.855

28

4.836

32

6.316

36

7.994

40

9.869

45

12.490

50

15.424

For steel, measurement will be regulated on sectional weight basis, weight being
calculated with help of the above tables. The weight shall be taken as per actual weight
basis of found lower than the standard weight but within tolerance limit as per relevant IS
codes. Nothing extra shall be paid for over weight of steel sections than given in the table.
The Contractor has to produce the cash bills to the JE/AE as and when he
brings the cement and steel to the site.
2.11

In case the contractor is permitted to use TMT reinforcement bars procured from
ISPs or secondary producers then the base price of TMT reinforcement bars
as stipulated under schedule F shall be reduced by 4.00 per kg. The rate of
providing and laying TMT reinforcement bars as quoted by the contractor in the
tender shall also be reduced by 4.65 per kg.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

114

SPECIAL CONDITIONS FOR RMC AND DMC

1.

The cost of packaging, scaling, transportation, loading, unloading, cost of samples


and the testing charges for mix design in all cases shall be borne by the contractor.

2.

The various ingredients for mix design / laboratory tests shall be sent to the lab /
test houses through the Engineer-in-Charge and the samples of such ingredients sent
shall be preserved at site till completion of work or change in Design Mix / Ready Mix
whichever is earlier. The sample shall be taken from the approved materials which
are proposed to be used in the work.

3.

For each change of source or quality / characteristic properties of the ingredients


during the work, from that approved and used in the concrete mix, a fresh mix
design shall be got done by the contractor. Revised trial mix test shall be conducted
and shall be submitted by the contractor as per the direction of the Engineer-inCharge.

4.

The items of RMC and DMC shall be inclusive of all the ingredients including
admixtures if required, labour, machinery T&P etc., (except shuttering which will be
measured and paid for separately) required for a ready mix concrete of required
strength and workability. The rate quoted by the agency shall be net and nothing
extra shall be payable on account of change in quantities of concrete ingredients like
aggregates and admixtures etc., as per the approved mix design.

5.

Sampling and Testing


Quantity
(cum)

of

concrete

delivered Number of sample

Less than 15

16 to 30

31 to 50

51 and above

Three plus one sample for each


additional 30 cum or part thereof.

6. Minimum ordinary Portland cement / Portland pozzolana cement for Mix -25 grade
concrete shall be 330 kg/m3.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

115

Batching Plants and Batching Equipment


Hoppers for weighing cement, mineral admixtures, aggregates and water and
chemical admixture shall consist of suitable containers freely suspended from a scale
or other suitable load measuring devices and equipped with a suitable discharging
mechanism. The method of control of the loading mechanism shall be such that, as
the quantity required in the weighing hopper is approached, the material may be
added at a controllable rate and shut off precisely within the weighing tolerances
specified in Annexure-A. The weighing hoppers for cement, mineral admixtures, and
aggregate shall be capable of receiving their rated load, without the weighed
material coming into contact with the loading mechanism. The weighing hoppers
shall be constructed so as to discharge efficiently and prevent the build up of
materials. A tare adjustment up to 10 percent of the nominal capacity of the weigh
scale shall be provided on the weighing mechanism so that the scale can be adjusted
to zero at least once each day. Dust seals shall be provided on cement hoppers
between the loading mechanism and the weigh hopper, and shall be fitted so as to
prevent the emission of cement dust and not to affect weighing accuracy. The
hopper shall be vented to permit escape of air without emission of cement dust.
Vibrators or other attachments, where fitted, shall not affect the accuracy of
weighing. There shall be sufficient protection to cement and aggregate weigh
hoppers and weighing mechanisms to prevent interference with weighing accuracy
by weather conditions or external build-up of materials.
Where chemical admixture dispensers are used, they shall be capable of
measurement within the tolerances in Annexure-A and a calibrated container or
weigh scale shall be provided to check the accuracy of measurement at least once a
month.
Each control on the batching console and weigh-dial or display shall be clearly
labeled with its function and where concerned with the batching of materials, the
material type.
When pulverized fuel ash and other mineral admixtures are batched through the
cement weigh system, the weighing device and discharge screw or other parts of the
transfer system shall be empty when the weighing system has returned to zero
reading or completed the batch.
Where a back weigh system is utilized to weigh materials a system shall be in place
so as to prevent materials being loaded during the process of weighing.
Fully automatic production systems shall be fitted with control equipment to allow
the correct operation of the plant to be monitored during weighing and batching.
Automatic control systems on batching plants shall not commence batching until all
hoppers have been emptied and / or tared and the scales zeroed unless such
systems are designed to take account of build up in their programming.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

116

ANNEXURE A
CALIBRATION AND WEIGHING EQUIPMENT ACCURACY
1.

The following limits shall apply to all design-mixed concrete plants:


A)

The accuracy, sensitivity and arrangement of the weighing devices shall be such
as to enable the materials to be batched within the following tolerances:
1) Cement, mineral admixtures
: Within + 2 percent of the quantity of
the constituent being measured
2) Aggregate, chemical admixtures

: With + 3 percent of the quantity and


water of the constituent being measured

B)

Analogue scales shall have scale increments not exceeding 5 kg for cement and
mineral admixtures, 25 kg for aggregate and 2 kg for water.

C)

Preset controls shall be calibrated in increments not exceeding 5 kg for cement


and mineral admixtures, 10 kg for aggregate and 2 kg for water.

(i)

Digital readouts shall have a scale increment not exceeding 2 kg for cement and
mineral admixtures, 10 kg for aggregate and 1 kg for water.

(ii)

At the time of installation, or reconditioning, the accuracy of the indicated mass


at any point on the scale shall be within 0.25 percent of the full scale reading.

(iii) At any other time during operation the accuracy shall be within 0.50 percent of
the full scale reading.
(iv) Chemical admixture dispensers shall have scale increments not exceeding:
Range of Scale
In kg/l
0.1 0.5
0.5 1.0
1.0 10.0
more than 10.0

Scale increment
in kg/l
0.01
0.02
0.2
0.4

(v) All weighing and measuring equipment shall be tested and calibrated over its full
working range at the following intervals:

Correction -NIL
Insertion - NIL
Deletion - NIL

1) Mechanical / knife edge systems:

At least once every two months

2) Electrical /load cell systems

At least once every three months

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

117

Adequate and identified facilities shall be provided for the application of the test
loads.

a.

In the case of batch weighing systems, testing and calibration shall be based
on the application test loads to the weigh hoppers.

b.

Checks on continuous weigh systems shall be based on comparison of Preset


quantities with those actually produced.

c.

To achieve the required accuracy of calibration, a minimum of 500 kg of


Stamped weights are required, except that for low capacity scales an
acceptable limit on the total mass of calibration weights would be 20 percent
of the scale capacity.

d.

When calibration of weighing equipment is carried out all personnel involved


should be competent and fully trained, the procedures should be fully
documented, and special attention should be paid to the health and safety
aspects of the procedure.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

118

SPECIAL CONDITION FOR SOLID/ HOLLOW CEMENT CONCRETE (CC) BLOCK


WORK

i)

ii)

iii)

iv)

Precast CC blocks shall be procured from approved manufactures or


manufactured at site as per specification. Nothing extra shall be payable
on account of adding any admixture for making pre-cast blocks or for
steam curing.
The CC blocks shall have nominal size of 400mm x 200mm x 100m and
400mm x 200mm x 200mm respectively for 100mm and 200mm thick
masonry wall, and shall confirm to IS 2185.
The samples of CC blocks (each sample consisting of 6 specimens) shall be
chosen randomly from the lot and tested for various parameters specified
below. One samples shall be tested for every 100 cum or part thereof.
Following parameters shall be tested.
a)
Compressive strength.
b)
Water absorption
c)
Density
d)
Dimensional Tolerances.
The material shall meet following parameters :
a)
b)
c)
d)

Compressive strength shall be no less than 5.0 N/sq. mm.


Water absorption shall not be more than 5%.
Density shall be not less than 1500 kg/cum.
Dimensional tolerance in the size shall be not more than + 5mm
length and + 3mm for height and width.

for

Top course of all plinth, parapets, steps and top of walls below floor and
roofs shall be laid with solid blocks, properly radiated and keyed into position to
form cut (meru) corner. Where blocks cannot be cut to meru corners, cement
concrete 1:2:4 ( 1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm
nominal size) equal to thickness of the coarse shall be provided in lieu of cut
blocks. No additional payment shall be made on this account. Nothing extra shall
be payable on account of chasing the CC block masonry work for embedding
pipes, electrical boards / boxes etc. and also filling the chases with cement
mortar 1:4 (1 Cement:4 coarse sand). The chasing shall however be carried out
using machine cutters so as not to disturb the joints in the masonry and without
any cracks being developed in the masonry.
All other specifications for 100 mm thick and 200 thick block work shall be
as describes for full brick and half brick masonry work respectively.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

119

SPECIAL CONDITION FOR ALUMINIUM WORK


1.0 Aluminum Doors, Windows and Ventilators
1.1. Bronze Anodized aluminium doors, windows, ventilators and fixed glazing shall be
generally as per the architectural drawing and shall be fabricated using aluminium alloy
standard extruded sections of "JINDAL", "INDAL", HINDALCO or equivalent as
approved by the Engineer-in-Charge. Alternatively, the contractor shall submit the
drawings indicating the sections proposed to be used by him and the fixing
arrangement for approval. The Engineer-in-Charge shall have the right to reject or
modify these drawings before approval and the contractor is bound to execute the work
in accordance with drawings approved by the Engineer-in-Charge.
1.2. Samples of doors, windows and ventilators as per the drawings approved by the
Engineer-in-Charge shall be fabricated and got approved by the Engineer-in-Charge
before taking up the execution of these items of work.
1.3. The aluminium sections shall be jointed to each other wherever required with extruded
aluminium angle cleats of suitable size and of thickness not less than 6mm for doors
and 4mm for windows and ventilators with stainless steel screws. Unless otherwise
specified all joints shall be mitred.
1.4. Various tests on aluminium sections shall be conducted in accordance with the relevant
provisions of IS: 1868 (anodic coatings on aluminium and its alloys) and IS: 5523
(Method of testing anodic coating on aluminium and its alloys).
1.5. The fabricated aluminium frame work shall be given a laquer coating which shall be
maintained during the entire period of construction to prevent damage to the anodic
coating of aluminium sections. The surface shall be cleaned and polished before
handing over the works.
1.6. The doors, windows, ventilators, fixed glazing etc. individually or forming composite unit
shall be provided with glazing and paneling as specified with PVC weather sealing
gaskets/neoprene felt. Glazing and paneling shall be fixed with aluminium snap beading.
The sliding shutters of windows shall be provided with nylon pullers with concealed
bearings, aluminium stoppers and special locking arrangements as approved by the
Engineer-in-Charge. The interlocking styles of sliding windows shall be provided with
PVC/ neoprene weather sealing gaskets. The windows with side hung shutters shall be
provided with best quality heavy type anodized aluminium hinges with stainless steel
pins/bolts, anodized aluminium peg stays and fasteners of suitable size and shape.
1.7. For the purpose of payment, the weight of each door, window, ventilator, louvered
window, fixed glazing etc. individually or forming composite unit shall be the actual
weight of extruded aluminium sections, cleat angles and aluminium snap beading
excluding the weight of all fittings & fixtures. If the variation between the actual unit
weight and unit weight specified in the manufacturers catalogue is more than +10%,
the materials shall be rejected as being substandard. The cost of hinges, locking
arrangements, gaskets, stainless steel screws, pins/bolts etc and the wastage of
extruded aluminium sections shall be deemed to be included in the agreement rate and
nothing extra whatsoever shall be payable. Paneling and glazing shall be paid
separately.
Correction -NIL
Insertion - NIL
Deletion - NIL
AE/IISER TVM PSD-1
EE /IISER TVM PD - I

120

SPECIAL CONDITION FOR FIRE RESISTANT DOOR (FRD) SHUTTERS

Hollow metal fire rated doors as per IS 3614 part-1 & part-2 for stability and integrity.
Pressed Galvanized steel confirming to IS 277 with the following specification.
Recommended fire door shall have doors tested at CBRI or ARAI for maximum rating of
2hrs with vision panel. Test certificates should be available for vision lites /panels as part
of the fire door assembly. Independent glass test certificates will not be accepted.
Manufacturer test certificate shall cover doors both single and double leaf and all doors
supplied should be within the tested specimen, deviation in specification and sheet
thickness other than what is mentioned in the test certificates are not allowed. Proper
label confirming the type of door and the hourly rating is mandatory. Approved
manufacturer Shakti Hormann or approved equivalent.
Door frame shall be double rebate Kerf frame profile of size 143 x 58mm made out of
1.60mm (16gauge) minimum thick galvanized steel sheet. Frames shall be Mitred and
field assembled with self tabs. All provision should be mortised, drilled and tapped for
receiving appropriate hardware. Frames should be provided with back plate bracket and
anchor fasteners for installation on a finished plastered masonry wall opening. Once
frame installed should be grouted with cement & sand slurry necessary for fire doors on
the clear masonry opening. The frame shall be finished with one coat of self etching Zinc
phosphate primer of 35 micron with over coating of Polyurethane aliphatic grade paint (35
micron) of Akzoneable brand of approved RAL colour. All frame shall have passed
minimum 250 hours of salt spray test.
Door leaf shall be 46mm thick fully flush double skin door with or without vision lite. Door
leaf shall be manufactured from 1.2mm (18guage) minimum thick galvanised steel sheet.
The internal construction of the door should be rigid reinforcement pads for receiving
appropriate hardware. The infill material shall be resin bonded honeycomb core. All doors
shall be factory prepped for receiving appropriate hardware and provided with necessary
reinforcement for hinges, locks, and door closers. The edges should be interlocked with
lock seam. For pair of doors astragals will be provided as required. Vision lite wherever
applicable should be provided as per manufacturers recommendation with a beeding and
screws from inside. The glass should be 6mm clear borosilicate fire rated glass of relevant
rating of the door.
All doors/shutter shall be finished with one coat of self etching zinc phosphate primer of
35 micron with over coating of polyurethane aliphatic grade paint of approved colour. The
door leaf shall have passed minimum 250 hours of salt spray test.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

121

Rate should include supply and installation of door and hardware set as mentioned in the
door and hardware schedule.
2Hrs Fire Rated Door Single leaf of size (1200 x 2100)mm : with vision panel (200 x
300)mm with all necessary hardware set as per instruction of engineer in charge.
Wooden fire retardant door, frames made out of hard wood (Hollock wood) of approved
size with heat activated intumescent seal strip of size 15mm x 3mm suitable for mounting
shutters of 120 minutes fire rating mounted on the rebate of the frame with one coat of
approved brand of fire retardant primer and tested for 120 minutes with and including
embedding frames in floors or walls, cutting masonry for hold fasts with supply and fixing
of M.S. hold fasts as required including CBRI approved non-metallic asbestos free fire
resisting door shutter of 120 minutes fire rating conforming to BS:476 Part-20 & 22,
ISO:3614 Part-II as per

prototype tested and certified at Central Building

Research

Institute, Roorkee, suitable for mounting on door frame. The shutter shall comprise of
52mm thick made out of 2 Nos. 12mm thick non-combustible board with insulation sand
witched in between, faced with 4mm thick water proof commercial ply facing on both
sides and Second Class Teak Wood lipping for smoke sealing on all edges and heat
activated intumescent seal strips of sizes 15mm x 3mm on
bottom)

three sides (excepting

with and including one coat of anti-termite fire retardant primer and wood

finished paint each shutter shall also include 200mm x 200mm Vision Panel of sand
witched glass rated at 120 minutes along with shutter as per CBRI, Roorkee complete etc.
(The Items includes the cost of Door Frame, Door Shutter, Hold Fast, Screws, including all
necessary hardwares as approved by Local Fire Services, fixing charges all taxes,
transportation, sundries etc. complete).
(ii)
a)

TESTING OF FRD SHUTTERS


Destructive Testing for fire resistance of the door shutters along with door frames

shall be done in a accredited laboratory approved by Engineer-in-Charge. The shutters


shall be able to resist thermal stresses and should not fail on account of shrinkage,
cracking or distortion or any other reason, during testing for the duration for which it is
fire rated.

The cost of samples of door shutters along with the frames, packaging,

sealing, transportation of samples to the approved laboratory and testing charges etc.,
shall be borne by the Contractor. At least one finished sample (door shutters fixed to the
door frames with hinges) of door shutters (double leaf) for Two-hour fire rating and one
sample of door shutters (single leaf) for Two-hour fire rating shall be tested. The shutters
along with the door frames shall, therefore, be procured from one of the approved
manufacturer and in one lot only. The glazing / vision panel opening of required size and
shape shall be made in the door shutters as per the architectural drawings and fire rated
Correction -NIL
Insertion - NIL
Deletion - NIL
AE/IISER TVM PSD-1
EE /IISER TVM PD - I

122

glass panel as per the drawing and item description shall be fixed in the opening including
the beadings as specified.
(b)

The samples shall be randomly chosen by the Engineer-in-Charge, from the lot (of

shutters along with frames) procured and brought to the site of work for fixing.
Therefore, the Contractor shall procure additional numbers of complete door assembly
(shutters and frames), fire rated glass, stainless steel hinges, G.I angle beadings, wooden
beadings etc. taking into account the samples required for the destructive testing. No
claim for hindrance shall be entertained from the Contractor on this account. If the first
selected shutters fail to pass any of the test requirements, two further samples shall be
selected for the testing. Should the test samples from both these additional samples pass,
the material represented by the test samples shall be deemed to comply with the
requirement of the test. Should the test samples from either of these additional samples
fail, the entire lot shall be rejected and replaced by the Contractor at his own cost.
Nothing extra shall be payable on this account and no delay shall be accepted on this
account.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

123

SPECIAL CONDITION FOR PRE- CONSTRUCTIONAL ANTI TERMITE


TREATMENT
1. GENERAL
1.1. Anti termite treatment shall be executed through one of the approved agencies.
1.2

The contractor shall furnish the following particulars immediately after the issue of
letter of acceptance by the Department.
a) The name of the special firm
b) The trade names of the product, which would be used.
c) List of works where the treatment has been used.

1.3 The work shall be carried out by trained personnel having experience in application
of Anti-Termite Treatment. Material to be used shall be Herbal product called
Osolin-AT-CT for construction and Osolin AT-WT for wood treatment or other
approved brand.
i.

OSOLIN AT-CT
Application
a) Column Bed : The product shall be hand sprayed in evenly rammed &
prepared foundation column beds before PCC, on to bottom & sides upto a
height of 300mm Or 1 foot (In case of column & plinth beam
foundation)without mixing water and applied @ 0.13 litres/sqm OR upto plinth
level.
b) Column or footings: The treatment shall be continued on all the sides of
vertical & horizontal surfaces of the footings upto 300mm above plinth level.
c) Plinth Beams: All the outer and inner plinth beams shall be treated by the
product on all 4 sides, upto the interior flooring levels.
d) Interior Flooring, Plinth protection and Flagging area: Osolin AT-CT shall also
be sprayed over the rammed & prepared sub floor earth (ie before laying sub
base PCC). The plinth protection and flagging area shall be sprayed @ 0.13
litres/sqm.
e) In all the above said stages, the product should be carpet sprayed on to the
specified surface only and need not be injected by drilling holes or by any
other method.
f)

Correction -NIL
Insertion - NIL
Deletion - NIL

The sprayer nozzle may be set to Rain sprinkle spray so that the product can
clearly reach the mud surface and cover up the surface homogenously.

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

124

ii) OSOLIN AT-WT (Wood Treatment)


a)
The product is to be applied by brush to cut section wood rafters and
beams both in New construction and shall be sprayed on wide ply boards.
b)
Application
New Frames and Furniture: Apply ATC(WT) by a brush to all wooden
section surfaces coming in contact with the masonry work before primer,
painting or varnishing. Apply the product on the needed surface keeping it
in FACE UP position. Spray the product to wide wooden surfaces.
iii) Guarantee
The Contractor shall be responsible to keep the building including wood work and
joinery free of Termite infestation for a period of 10 years from the date of
completion of the project. A Guarantee Bond on Non Judicial stamp paper of
appropriate value to this effect shall be submitted. During this Guarantee period of
10 years any defect with regards to termite infestation noticed shall be rectified by
the Contractor
2. MEASUREMETS: The Complete work of anti-termite treatment shall be measured
for plinth area treated. This includes treatment, to foundations, walls, trenches,
basements, plinth, burried pipes, conduits etc. The extended portions of foundation
and like beyond plinth limit shall be the part of complete work and no extra payment
shall be made.
3. RATES: The rate shall include the cost of all labour and materials involved in all the
operations described above and as per the item description.
4. GUARANTEE FOR ANTI TERMITE TREATMENT
Ten years guarantee in prescribed proforma attached shall be given by the
contractor for the Anti termite treatment. In addition 10% (ten percent) of the cost
of these items of Anti termite under the Earth Work sub head shall be taken in the
form of the B.G. on completion of the work and before releasing of PG for main
work as guarantee to watch the performance of the work executed. However, half
of this amount (withheld) would be released after five years from the date of
completion of the work, if the performance of the anti termite works is satisfactory.
If any defect is issuing of notice by the Engineer-in-Charge and , If not attended to,
the same shall be got done amount retained towards guarantee. In any case, the
contractor and the specialist agency, during the guarantee period, shall inspect and
examine the treatment once in every year and make good any defect observed and
on firm the same in writing. The security deposit can be released in full, if bank
guarantee of equivalent amount, valid for the duration of guarantee period, is
produced and deposited with the Department.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

125

SPECIAL CONDITION FOR TANG BAR

Tang bar reinforcement shall be of best and superior quality mild steel strips each
about 183 cm long, 23 cm wide and 3.15 mm thick punched to form double comb.
The comb string is then twisted in a cylindrical shape to form tangs projecting in all
directions. It is to be laid on one row of 183 cm centres to embed in 300 mm thick
reinforced cement concrete walls, floors, slabs etc.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

126

GUARANTEE TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF DEFECTS AFTER


COMPLETION IN RESPECT OF WATER PROOFING WORKS
The Agreement made this ....................... day of ....................... two thousand and
....................... between....................... son of ....................... of ....................... (hereinafter
called the Guarantor of the one part) and the PRESIDENT OF INDIA (hereinafter called 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 buildings and structures in
the said contract recited completely water and leak-proof.
AND WHEREAS GUARANTOR agreed to give a guarantee to the effect that the said
structures will remain water and leak-proof for five years from the date of giving of water proofing
treatment.
NOW THE GUARANTOR hereby guarantees that water proofing treatment given by him will
render the structures completely leak-proof and the minimum life of such water proofing treatment
shall be five years to be reckoned from the date after the maintenance period prescribed in the
contract.
Provided that the guarantor will not be responsible for leakage caused by earthquake or
structural defects or misuse of roof or alteration and for such purpose:
(a) Misuse of roof shall mean any operation which will damage proofing treatment, like
chopping of firewood and things of the same nature which might cause damage to the
roof;
(b) Alteration shall mean construction of an additional storey or a part of the roof or
Construction adjoining to existing roof whereby proofing treatment is removed in parts;
(c) The decision of the Engineer-in-Charge with regard to cause of leakage shall be final.
During this period of guarantee the guarantor shall make good all defects and in case of any
defect being found, render the building water-proof to the satisfaction of the Engineer-in-Charge at
his cost, and shall commence the work for such rectification within seven days from the date of
issue of the notice from the Engineer-in-Charge calling upon him to rectify the defects, 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 GUARANTOR fails to execute the water proofing or commits breach there under then
the GUARANTOR will indemnify the Principal and his successors against all loss, damage, cost,
expense or otherwise which may be incurred by him by 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 the parties.
IN WITNESS WHEREOF these presents have been executed by the Obligor ...............and
by....................... and for and on behalf of the PRESIDENT OF INDIA on the day, month and year
first above written.
Signed, sealed and delivered by OBLIGOR in the presence of
1.
2.
Signed for and on behalf of THE PRESIDENT OF INDIA by ............... In the presence of
1.
2.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

127

GUARANTEE BOND FOR ANTITERMITE TREATMENT


(For Guarantee to be executed by contractors for removal of defects of anti termite treatment works
after maintenance period)
This agreement made this______________________ day of ____________________________ two
thousand
_______________________________________________
between
M/s.
_________________________________ (hereinafter called the Guarantor of the one part) and the
PRESIDENT OF INDIA (hereinafter called the Government of the other part.)
Whereas this agreement is supplementary to the contract (hereinafter called the Contract)
dated__________ made between the Guarantor of the one part and Government of the other part,
whereby the Contractor, inter-alia, undertook to render the buildings and structure in the said
contract recited, completely termite proof.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect that the said structure will
remain termite proof for ten years to be reckoned from the date after the maintenance period
prescribed in the contract expires.
NOW THE GUARANTOR hereby guarantees that the anti-termite treatment provided by him will
render the structures completely termite proof and the minimum life of such anti-termite treatment
shall be ten years to be reckoned from the date of after the maintenance period prescribed in the
contract expires.
Provided that the Guarantor will not be responsible for damages caused due to structural defects or
misuse of premises/area.
a) Misuse of premises shall mean any operation which will disturb the chemical barrier like
excavation under floors, breaking of walls at G.L. disturbing the treatment already carried out.
The decision of the Engineer-in-Charge with regard to cause of damage shall be final.
During this period of guarantee the guarantor shall make all the arrangements to do the post
constructional anti-termite treatment in all the buildings in case of any termite nuisance being found
in the building, to the satisfaction of the Engineer-in-Charge at the cost of guarantor and shall
commence the work for such treatment within seven days from the date of calling upon him to
rectify the defects, by the Engineer-in-Charge, 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 anti-termite treatment or commits breaches hereunder
then the Guarantor will indemnify the principal and his successors against all loss, damage, cost,
expense or otherwise which may be incurred by the Department by reason of any default on the part
of the GUARANTOR in performance and observance of this supplemental agreement. As to the
amount of loss and/or damage and/or cost incurred by the Government, the decision of the
Engineer-in-Charge will be final and binding on the parties.
IN
WITNESS
WHEREOF
these
presents
have
been
executed
by
the
Obligor
__________________________and by________________________________________ and for and
on behalf of the PRESIDENT OF INDIA on the day, month and year first above written.
SIGNED, sealed and delivered by OBLIGOR in the presence of :
1.
2.
SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY ..

.....................................................................................................in the presence of:


1.
2.
**

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

128

LIST OF APPROVED MAKES


SL.

MATERIAL

MAKES/MANUFACTURER

No.
A

CIVIL WORKS

Anti - Termite Treatment

Chemical Admixtures

Heat Reflective Glass

Glaverbel/Asahi India / Saint Gobain/

Adhesive For Door Work

Fevicol/Vamicol/Dunlop

Dash Fasteners

Hilti/ Faischer/ Bosch/ Canon

Door Locks

Osolin or Equivalent.
Sika/STP/Cico tech ltd/Pidilite/Fosroc/Fairmate/Mc

Bouchemie/ Chokesy/BASF

Godrej/ Harrison/ Link

Aluminium Doors & Windows Fixtures/


Fitting

Everlite / Argent/ Classic/ Crown/ Earl Bihari


Styrofoam By Dow Chemicals/ Insuboard By

Extruded Polystyrene Board

Bitumastic Fibre Board

Shalimar Tar Product/Fosroc/BASF

10

Expansion Joint System

Hercules / J. Sons/Kantaflex

11

Fire Doors

Navair/ Shakti - Met Dor/ Godrej

12

Flush Door Shutters

Duro/Greenply/Century/Kutty/Kitply/Archid ply

13

Supreme Indus Ries

Stainless Steel Hardware

Arkay/ Godrej/ Carl-F/Garg/Rishi


Duro/ Century/ Greenlam/ Formica/ Decolam/

14

Laminates

15

Plywood/ Blockboard/ Ply Board

Novapan/ Marrino/ Greenply/ Euro

16

Pre- Laminated Particle Board

Anchor/ Novapan/ Century/ Green Ply/Archid ply

Euro
Duro/

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

Greenply/Century/

Kitply/

Greenlam/

EE /IISER TVM PD - I

129

PVC Continuous Fillet For Periphery


17

Roop/ Anand/ Forex Plastic/ Nagalia

Packing of Glazings/ Structural/


Glazings

18

Stainless Steel Bolts, Washers, Nuts &


Screws

19

Stainless Steel Friction/Spring Hinges

20

M.S. Pipe

21

Ceramic Tiles

22

Ceramic Tiles Adhesive

23

Compressed Chequered Tiles

24

Vacuum Dewatered Flooring

25

Vitrified Tiles

26

Kundan/ Puja/ Atuli

Earl Bihari/ Securistyle/ Ebco /Arkay


Jindal/ Prakash- Surya/ Kalinga/ Tata / TT
Swastik
Nitco/ Naveen/ Bell/ H.R. Johnson/ Kajaria/
Somany/Asian
Cico

Tech

Ltd

Bell/

Pidilite/Bal

Endura/

BASF/Sika/Fair Mate
Johnson/ Somany/ Kajaria/ Spartek/ Nitco/
Orient/ Bell / Scorpio/ Asian
Tremix/ Sun Build/ Avcon Technics
Nitco/ Naveen/ Bell/ H.R. Johnson(Marbonite)/
Kajaria/ Somany / Asian

Thermal Insulation/Rockwool/Mineral
Wool/Puf

M/S Lloyd Insulations India Ltd./ Malarpur


Entech/Armacell
Shalimar Tar Products/ IWL (India) Ltd. / Llyod
Insulations India Ltd. / Chemisol Adhesive Pvt.

27

Waterproofing Agencies/ Material

Ltd. Mumbai/ Indian Water Proofing /Overseas


Water Proofing/ (Chemistik) Texas Ltd/ Fosroc
/Sika / Cico Tech Ltd/ Mc Boucheme/ BASF

28
29

M/S Lloyd Insulations India Ltd./ M/S Kirby/ M/s

Metal Sheet Roofing

Tata Blue Scope/ M/s Inter Arch/ Karthik Roofing


Distemper/Acrylic Washable Distemper
Paints shall be first quality of ICI, Berger, Asian,

30

Other Paints/ Primer

31

Plastic Emulsion Paint

Correction -NIL
Insertion - NIL
Deletion - NIL

Shalimar, Nerolac and Johnson & Nicholsan

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

130

32

Synthetic Enamel Paints

33

Resin Based Paints

34

External Emulsion Paint

35

Texture Paint

Berger/ Johnson & Nicholsan /Narolac/Asian / ICI

36

Clear Glass/ Clear Float Glass/


Toughened Glass

Modi/ Saint Gobain (Sg)/ Asahi India / GSC/ ATUL

37

Gypsum False Ceiling

India Gypsum/ Laffarge /St. Gobain (Gyproc)

38

Metal False Ceiling

Nittobo/
Armstrong/
Uniment/Hunter Duglus

39

Polysulphide Sealant

Pidilite/ Fosroc/ Choksey /Sika, Mc Bouchemie,


BASF/Fair Mate

40

Aluminium Extrusion

Indal/ Hindalco/ Jindal.

41

Door Closer / Floor Spring

Godrej/Dorma/Everite/ Hardwyn/Master

Paints shall be first quality of ICI, Berger, Asian,


Shalimar, Nerolac and Johnson & Nicholsan

Durlum/

Trac/

ACC, Ultratech, Vikram, Shree Cement, Ambuja,


42

Cement

Jaypee Cement, Chettinad, Coramandal, Ramco,


Zuari, Century Cement & J.K. Cement
ACC/ Unitech/RMC Ltd./ L&T / Coromandal/

43

Ready Mix Concrete

Computrised BMC Plant By Contractor/ Poab


Sons/ PTC
SAIL, Tata Steel Ltd., RINL, Jindal Steel & Power

44

Reinforcement Steel

45

Calcium Silicate Boards

Hilux / Aerolite / Armstrong

46

Cacium Silicate Tiles

Aerolite / Hilux/Armstrong

47

E.P.D.M. Gaskets

Anand Reddiplex/ Enviro Seals

48

Flexi Tape

Norton/ Bizzare

49

Glass Fibre Acoustical Tiles

Ecophon/ Up Twiga

Correction -NIL
Insertion - NIL
Deletion - NIL

Ltd. and JSW Steel Ltd., IISCO

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

131

Silicon Sealants (I) Weather Sealant

Ge- Silicon/ Pidilite/Choksey/ Wacker/ Forsoc/

(Ii) Structural Glazing Sealant

Cico/ Dow Corning/ Sika

51

White Cement

Birla White/ J.K. / Grasim

52

False Floor S5ystem

53

Protective Coating

BASF or Equivalent

54

Acostical Wall And Ceiling System

Gyproc or Equivalent

55

Vitreous china sanitary ware

Hindware / Parryware /Cera /Commander

56

W.C. seats & cover

Hindware / Parryware /Cera /Commander

57

Stainless Steel sinks

Jayna/Kingston/ Neelkanth /Nirali

58

C.P. fittings & accessories & flush


valves

Jaquar/Parko/ Kingston/Hindware / Ess-Ess

59

Liquid soap dispenser

Chilly/Euronics/Camry/ Utec / Kopal

60

UPVC pipes & fittings conforming to IS


: 13592

Supreme / Finolex / Prince /AKG / Kisan

Ductile iron pipes (IS:8329)

Electrosteel/Kesoram/Jindal

Ductile iron fittings (IS:9523)

Electrosteel/Kesoram/Jindal/Kartar

63

RCC pipes

Indian Hume Pipe/Pragati Concrete


Udyog/Thirunelveli Spun Pipes/Thuluvanikkal
Pipes

64

G.I. pipes

Tata/ Jindal / Prakash / Surya

65

Malleable cast iron fittings

R/Ks / Unik / Zoloto

66

CPVC pipes & fittings

Ajay / Astral / Ashirwad /Supreme/Flow Guard

67

UPVC pipes conformingto IS: 49852000

Supreme / Finolex / AKG / Kisan/ Flow Guard

68

Gun metal valves (fullway, check and


globe valves)

Zoloto / Leader / Sant/Kartar/Atam

50

61
62

Correction -NIL
Insertion - NIL
Deletion - NIL

Dg False Flooring & Technologies Pvt. Ltd/United


Access Floor Pvt. Ltd.

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

132

69

C.I. valves
(fullway, check and globe valves)

Zoloto/ Kirloskar / Sant / Castle / Kartar/Atam

70

Ball cocks, check & foot valve, prv, air


valve

GPA/Sant/L & K / Tbs / Zoloto/Atam

71

C.I. manhole covers and frames

Neco / R.I.F. / B.C. /Neer/Hepco/Skf

72

Stainless Steel/C P grating

Chilly/Camry

73

RCC/SFRC manhole covers/precast


RCC grating

KK / S K precast concrete/advent concretovision

74

PVC-u pipes for sewerage and drainage


conforming to IS:15328:2003

Supreme / Finolex / Kisan/Flow Guard

75

Mirror

Atul/ Modi Guard /Golden Fish / Saint Gobain

76

High density polyethylene(HDPE) water


storage tank

Sintex / Rotex / Fusion Plasto / Polycon

NOTE: Equivalent material and finishes of any other specialized make may be used,
in case it is established that the brands specified above are not available in the
market but only after approval of the alternate brand by the Engineer-in-charge.
The contractor shall quote his rates on the basis of the price of best quality product
of the brand / make in case any particular brand of item is not acceptable to the
client, the contractor shall supply items of other approved brands at no extra cost.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

PART-C

MINOR COMPONENT- ELECTRICAL


SCHEDULE A TO F, ADDITIONAL CONDITIONS
(Page 133 to 258)

Correction-Nil
Insertion-Nil
Deletion-Nil

AE/IISER TVM PSD-1

EE/IISER TVM PD - I

133

PROFORMA OF SCHEDULES
ELECTRICAL WORKS [Composite Tender -MINOR COMPONENT]
SCHEDULE A
Schedule of quantities (as per PWD-3): Enclosed in page No. 292 to 316
SCHEDULE 'B'
Schedule of materials to be issued to the contractor.
S.No.
1

Description of
item
2

Quantity Unit
3

Rates at which the material will be


charged to the contractor
5

Place of
issue
6

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

Description

Hire charges per day

Place of Issue

Nil

Nil

Nil

Nil

SCHEDULE D
Extra schedule for specific requirements/document for the work, if any:
NIL
SCHEDULE ' E
Reference to General Conditions of contract: GCC 2014, CPWD Form 7 modified and
corrected up to and including No. DGW/CON/292
dated 29.02.2016.
Name of Work:
Construction of Civil Structures and other Infrastructure facilities for
IISER Campus at Vithura, Thiruvananthapuram- Phase II.
SH: C/o Guest House, Shopping Centre, Community Welfare Centre including internal and
external Civil & Electrical services, HVAC, Lift, Fire fighting, Site Development, Road work
etc.

(I)Estimated cost of work : Rs. 53,33,28,453/[Civil : Rs. 45,16,79,797/-+ Electrical : Rs. 8,16,48,656/-].
(II) Earnest Money

Rs. 63,33,285/-

(ii) Performance Guarantee

: 5% of tendered value

(iii) Security Deposit

: 2.5% of tendered value

Correction-Nil
Insertion-Nil
Deletion-Nil

AE(E)

EE(E)

134

SCHEDULE ' F
GENERAL RULES & DIRECTIONS:
Officer inviting tender:

Executive Engineer, IISER TVM Project Division -1, CPWD,


Thiruvananthapuram.

Definitions:
2(v) Engineer-in-Charge

2(viii) Accepting Authority

2(x)

Executive Engineer, IISER TVM Project Electrical division,


CPWD, Thiruvananthapuram.
Chief Project Manager, IISER TVM Project Zone,
CPWD, Trivandrum or successor thereof.

Percentage on cost of materials and


Labour to cover all overheads and profits:

15%

2(xi)

Standard Schedule of Rates:


Delhi Schedule of Rates 2014 with
correction slips No. DG/DSR/07 dtd.21.10.2014.

(xii)

Department

9(ii)

Standard CPWD Contract Form: GCC 2014 CPWD Form 7 modified and
corrected up to and including No.
DGW/CON/292 dated 29.02.2016.

Central Public Works Department

Clause 1
(i) Time allowed for submission of Performance Guarantee,
Programme Chart (Time and Progress) and applicable
labour licenses, registration with EPFO, ESIC and
BOCW Welfare Board or proof of applying thereof
from the date of issue of letter of acceptance

: As per Major component

(i) Maximum allowable extension with late fee @ 0.1% of


Performance Guarantee amount per day beyond the
period provided in (i) above
: As per Major component
Clause 2
Authority for fixing compensation under clause 2:
Chief Project Manager, IISER TVM
Project Zone, CPWD,
Thiruvananthapuram
or successor thereof.
Clause 2A
Whether Clause 2A shall be applicable
:
Yes
Clause 5
Number of days from the date of issue of letter
of acceptance for reckoning date of start
:
Correction-Nil
Insertion-Nil
Deletion-Nil
AE(E)

22 (Twenty Two) days

EE(E)

135

Mile stone(s) as per table given below:


S.No.

Description of Milestone (Physical)

Time allowed in
days(from date of
start)

Amount to be with-held in
case of non achievement
of mile stone

Same as per Page 57 to 59 of


major component.

Time allowed for execution of work

15 (Fifteen) Months

Authority to decide:
(i) Extension of time

Executive Engineer, IISER TVM


Project Division - I, CPWD,
Thiruvananthapuram
or successor thereof.

(ii) Rescheduling of milestones

Chief Project Manager, IISER TVM


Project Zone, CPWD,
Thiruvananthapuram
or successor thereof.

(iii)Shifting of date of start in case of


delay in handing over of site

Chief Project Manager, IISER TVM


Project Zone, CPWD, Thiruvananthapuram
or successor thereof.

Clause 6, 6A
Clause applicable - (6 or 6A)
:
Clause 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
:
Rs. 50 Lakhs
(Rupees Fifty lakhs only)
Clause 7A
Whether Clause 7A shall be applicable
:
Yes
No Running account bill
shall be paid for the work till the applicable labour licenses, registration with
EPFO, ESIC and BOCW Welfare Board, whatever applicable are submitted by the
associated contractor to the Engineer-in-Charge.
Clause 10A
List of testing equipment to be provided
by the contractor at site lab.
:
As per Annexure I of
major component
Correction-Nil
Insertion-Nil
Deletion-Nil
AE(E)
EE(E)

136

Clause 10B (ii)


Whether Clause 10 B (ii) shall be applicable

Yes

Clause 10C

Not Applicable

Clause 10CA
S.N.

Material covered
under this clause

Nearest Materials (other than


cement, reinforcement bars and the
structural steel) for which All India
Wholesale Price Index to be
followed
Refer schedule A to F of major component

Base Price of all


Materials covered
under clause 10
CA*

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

Clause 10CC
Clause 10 CC to be applicable in contracts where the stipulated period
of completion exceeding the period shown in next column
:More than 12
months
Schedule of component of other Materials, Labour, POL etc.
for price escalation.
Component of civil (except materials covered
Under clause 10CA) /Electrical construction Materials) - :
Xm=40%
expressed as percent of total value of work.
Component of Labour
expressed as percent of total value of work.
:
Y = 25%
Component of P.O.L. expressed as percent of total value of work.

Z = NIL%

Note: Xm..% should be equal to (100) (materials covered under clause 10 CA i.e.
cement, steel and other material specified in clause 10 CA + Component of Labour +
Component of P.O.L
Clause 11
Specifications to be followed for execution of work: CPWD Technical Specifications for
Electrical works Part-I Internal (2013),
Part II External (1994), Part III Lifts &
Escalators (2003), Part-IV Substation
(2007), Part-V Wet Riser & Sprinkler
System(2006), HVAC 2004 Part and with
up to date amendments and to confirm to
the Indian Electricity Act & rules and
Direction of Engineer-in-charge and
Additional Conditions.
Correction-Nil
Insertion-Nil
Deletion-Nil

AE(E)

EE(E)

137

Clause 12
Type of work :
12.2. & 12.3

Original & Project work

Deviation Limit beyond which clauses


12.2 & 12.3 shall apply for building work

12.5

(i)Deviation Limit beyond which clauses


12.2 & 12.3 shall apply for foundation work
(Except Earth Work)
(ii)Deviation Limit for items in earth work
Sub head of DSR and or related items.

Clause 16
Competent Authority for
deciding reduced rates

30%

30%

100%

Chief Project Manager, IISER TVM Project


Zone, CPWD, Thiruvananthapuram
or successor thereof.

Clause 18
List of mandatory machinery, tools & plants
to be deployed by the contractor at site: Clause 25 (1)

As per Annexure II

of civil

Claim Amount

Up to 25 lakhs

More than 25 lakhs

Chairman

Director(WORKS cum TLQA) (SR)II

Chief Project Manager, NIT


Project Zone, Calicut.

Member

Executive Engineer, Trivandrum Central


Division

Director of works (SR) II

Member

Executive Engineer(P), O/o CE(SZ)V

Presenting Officer

Executive Engineer in charge of the work

Superintending Engineer,
Trivandrum Central Circle
Superintending Engineer incharge /Executive Engineer in
charge of the work

Clause 36 (i)
Requirement of Technical Representative(s) and recovery Rate
Sl.
No.

Minimum
Qualification of
Technical
Representative

Discipline

Designation
(Principal
Technical/
Technical
Representative)

Minimum
Experience

Number

Rate at which recovery


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

Words

Refer schedule A to F of major component


Assistant Engineers retired from Government services that are holding Diploma will be treated at
par with Graduate Engineers.
Correction-Nil
Insertion-Nil
Deletion-Nil

AE(E)

EE(E)

138

Clause 42
(i) (a) Schedule/statement for determining theoretical quantity of cement & bitumen on the
basis of Delhi Schedule of Rates 2014 printed by C.P.W.D.

ii)
(i) (a) Schedule/statement for determining theoretical quantity DSR 2014 with
of cement & bitumen on the basis of Delhi Schedule of correction slips
Rates
No.DG/DSR/07
dtd.21.10.2014.
(ii)

Variations permissible on theoretical quantities:


Refer schedule A to F of major component

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION


S. No.

Description of Item

Rates in figures and words at which


recovery shall be made from the
Contractor
Excess
beyond
permissible
variation

Less use
beyond
permissible
variation

Refer schedule A to F of major component

Correction-Nil
Insertion-Nil
Deletion-Nil

AE(E)

EE(E)

139

ADDITIONAL CONDITIONS
MINOR COMPONENT (ELELCTRICAL)
Only Contractors who fulfill the following requirements shall be engaged for the Electrical Works.
I

Internal & External EI, Boom Barrier, Solar Water Heater.

The main contractor should associate contractor who is registered under Class I ( Electrical ) or
Composite category Class I and above in CPWD .
OR
1. Agency having ( It is mandatory to possess the electrical licence issued by the Govt. of
Kerala before the commencement of the work ) license and experience of satisfactorily
completed similar works of value as mentioned below during the last seven years before their
date of engagement:
(i) Three similar works each costing not less than Rs. 142 Lakhs
OR
(ii) Two similar works each costing not less than Rs. 213 Lakhs
OR
(iii) One similar work costing not less than Rs. 284 Lakhs
Similar work means Providing Internal and External Electrical Installations 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 up to the
date of engagement.
II -

CCTV.

The associated firms engaged for this work should fulfil the following eligibility criteria. Should
produce definite proof from appropriate authority which shall be to the satisfaction of competent
authority having satisfactorily completed similar works of magnitude specified below during the
last 7 years ending as on the date of engagement.
Similar work means SITC of CCTV system
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 up to the date of engagement.
(i) Three similar works each costing not less than Rs. 4 Lakhs
OR
(ii) Two similar works each costing not less than Rs. 5.70 Lakhs
OR
(iii) One similar work costing not less than Rs. 7.60 Lakhs
Correction-Nil
Insertion-Nil
Deletion-Nil

AE(E)

EE(E)

140

III Fire,Hydrant System & FAS.


The associated firms engaged for this work should fulfil the following eligibility criteria. Should
produce definite proof from appropriate authority which shall be to the satisfaction of competent
authority having satisfactorily completed similar works of magnitude specified below during the
last 7 years ending as on the date of engagement.
Similar work means SITC of Hydrant system & FAS
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 up to the date of engagement.
(i) Three similar works each costing not less than Rs. 21 Lakhs
OR
(ii) Two similar works each costing not less than Rs. 31 Lakhs
OR
(iii) One similar work costing not less than Rs. 42 Lakhs
IV

HVAC Works

The associated firms engaged for this work should fulfil the following eligibility criteria. Should
produce definite proof from appropriate authority which shall be to the satisfaction of competent
authority having satisfactorily completed similar works of magnitude specified below during the
last 7 years ending as on the date of engagement.
Similar work means SITC of HVAC
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 up to the date of engagement.
(i) Three similar works each costing not less than Rs. 122 Lakhs
OR
(ii) Two similar works each costing not less than Rs. 183 Lakhs
OR
(iii) One similar work costing not less than Rs. 244 Lakhs.
V

LIFT

Correction-Nil
Insertion-Nil
Deletion-Nil

AE(E)

EE(E)

141

Manufacturers who classified under category A type of lifts. (JOHNSON / OTIS / KONE/
Schindler/ Mitsubishi)

1.0

GENERAL CONDITIONS

1.

The works will be executed to comply with the CPWD Technical Specifications for
Electrical works Part-I Internal (2013), Part II External (1994), Part III Lifts &
Escalators (2003), Part-IV Substation (2013), Part-VII DG Set (2013) and with up to
date amendments and to confirm to the Indian Electricity Act & rules, BIS & Direction
of Engineer-in-charge/PMC.

2.

The items of work shall be executed as per detailed technical specifications and
scheme. In case of contradiction between schedule of work with its Additional
Specification and the Technical Specification, the former shall prevail.

3.

The work will be executed as per general arrangement drawing including conduit
layout and detailed fabrication drawings duly approved by the Engineer-in-charge.
The various items of equipment will be ordered only after the drawings are approved
and quantities in detail of various items are ascertained as per actual requirements.
Therefore the actual quantities / measurement may vary from the stipulated
quantities, which are only estimate.

4.

The contractor/agency will engage suitable qualified/experienced/ licensed


engineering supervisor for the work and suitable skilled personnel with required
license for doing the erection work. Required special tools to be operated in the
execution of the job.

5.

The work will be performed as per the day to day instruction and approval of the
engineer-in-charge. All materials/ equipment will be used after taking approval of the
Engineer-in-charge/PMC.

6.

Equipment will be duly inspected in the manufacturers works / premises before


dispatch to the site, as per instructions of Engineer-in charge/PMC.

7.

The rates are to be inclusive of all taxes, levies, insurance, freight, octroi etc. except
service tax which will be reimbursed by the department, in full, on presentation of
receipted original deposit slip, against the work. Nothing extra will be paid.

8.

The work will be executed as per the programme of completion of the project. The
delivery & erection schedule of various materials/ equipment will be as per approval
of Engineer-in-charge.

Correction-Nil
Insertion-Nil
Deletion-Nil

AE(E)

EE(E)

142

9.

10.

This contract holds the contractor responsible for the entire job as per relevant
CPWD specifications. If any item is left out within the schedule of work but if it is
considered essential for the completion of the job, the contractor has to carry out the
items as extra substituted item.
The contractor shall have to make arrangements, at his own risk and cost, for
transportation of materials from the point of issue of stores to site of work, if any.

11.

The contractor shall ensure that the staff employed by him for execution of the
electrical work, possess the valid electrical license issued by competent authority.
Consequences arising due to the default of the contractor in not complying with the
above condition shall be the entire responsibility of the contractor.

12.

All concealed work and earthing shall be done in the presence of the Engineer-incharge or his authorized representative as per approved shop drawings prepared by
contractor.

13.

The schematic diagram/dimensional drawings of the various electrical cubical panels


shall be got approved from the Engineer-in-charge before fabrication and shall
comply with CPWD specifications and Indian Electricity Rules. The panels shall
conform to IS: 8623/1993. All panels shall be powder coated inside out, in shade
approved by the Engineer-in-charge.

14.

All panels/DBs/SDBs shall be suitable for 45C ambient temperature.

15.

The MCCB/MCB shall be of the same make as that of DBs/SDBs. Contractor shall
obtain approval of the Engineer-in-charge before procurement of MCB DBs. All DBs
shall be double door type confirming to minimum IP-43 degree of protection.

Miniature Circuit Breaker shall comply with IS 8828-1996 / IEC 898.Miniature Circuit
Breakers shall be quick make and break type for 230 / 415 V A.C. ,50Hz application
with magnetic thermal release for over current and short circuit protection. The
breaking capacity shall not be less than 10KA at 415V A.C. The MCB shall be DIN
mounted. The MCB shall be current limiting type (class 3).
MCB shall be classified (B, C, D ref. IS standard) as per their tripping characteristics
curves defined by the manufacturer The MCB shall have the minimum power loss
(watts) per pole defined as per the IS / IEC and the manufacturer shall publish the
values.
The MCB housing shall be heat resistant and having high impact strength. The
terminal shall be protected against finger contact to IP20 degree of protection.

Correction-Nil
Insertion-Nil
Deletion-Nil

AE(E)

EE(E)

143

All model of modular accessories required for the work shall be got approved from
the Engineer-in-charge among the approved makes. The base plate shall be
preferably in sheet steel or otherwise in unbreakable polycarbonate. The cover plates
shall be screw less type in shade approved by the Engineer-in-charge. The GI box
shall be of the same make as the modular accessories.
Contractor shall have to check the site order Book for any instructions of
PMC/Engineer-in-charge or his authorized representative and sign the site order
book. He shall be bound to ensure compliance with the instructions recorded there
in.
All the MCCBs shall have microprocessor based trip unit for reliable protection and
accurate measurement. The rated Service breaking capacity (kArms) shall be 100%
of Ultimate breaking capacity (kArms). All MCCBs shall be current limiting type with
features as per relevant IS codes and CPWD specification. All MCCBs shall be rated
for minimum operating voltage of 600 V and minimum insulation voltage of 690V.
There has to be total discrimination between the incoming and outgoing MCCBs and
MCBs, as required, at the MDBs and DBs level.
MCCBs shall be used with rotary handle and terminal spreaders and all terminals
shall be shrouded to avoid direct contact.
All measuring CTs, unless otherwise specified shall be cast resin CTs with class 0.5
accuracy. All digital measuring meter shall be with class o.5 accuracy unless specified
otherwise.
Mechanical Castle key interlock shall be provided among the incomer MCCBs,
wherever, as applicable, two different incomer sources are provided in the panel as
per the directions of the Engineer in charge. The same is deemed included in the
scope of work.
All measuring and indicating instruments shall be protected through MCBs of 0.5
Amps rating.
General arrangement drawing of the switchboard shall be got approved by PMC/ the
Engineer-in-Charge before commencement of manufacturing.
Conduit layout as per switching arrangement shall be prepared by contractor and got
approved from the Engineer-in-Charge before slab casting and got approved .No
extra claim will be considered.. At all expansion joints in the building suitable
arrangement shall be ensured during conduiting.
Ratings, sizes and quantities shall be checked and considered for satisfactory
operation of electrical system complete in all respect. Ratings, sizes and quantities
mentioned in Bill of Quantities and drawings are indicative and minimum.

Correction-Nil
Insertion-Nil
Deletion-Nil

AE(E)

EE(E)

144

Conduits, Switchboards, Sockets to be provided on walls shall be recessed type


unless specifically approved by Engineer-In-Charge.
Conduits on ceiling in existing system may be provided on surface and in new
construction shall be recessed type.
a) All measuring and indicating instruments shall be protected through MCBs and
isolating switches.
b) Breaker shall have LCD display to show the metering and protection parameters.
c) The Lift & Escalator manufacturer shall ensure that all basic equipment like Drive
units, Car body & Doors, Ropes, Controllers, Guide rails, Balustrade, Steps etc. are
sourced from their manufacturing facilities/ vendors abroad. The material shall be
of best quality and shall be offered for inspection before dispatch from the
manufacturing facilities, as per respective clauses in the tender.
d) The firm shall deploy only licensed personnel as required under IE Rules, for
execution of the electrical works. The firm shall be liable to submit the list of such
personnel along with the attested copy of the licenses at the time of execution.
It is important that every equipment is tested fully before dispatch.
e) All materials for the work shall be supplied from approved list of manufacturer and
any item, not covered in approved list, shall be supplied after getting approval
from PMC/ Engineer- in-charge or his authorized representative.
f) Any materials brought for work which is not matching with specification will be
rejected and the rejected materials shall be removed from site on the same day.
g) All fees payable to KSEB, KSEI and other local bodies shall be paid by the
contractors and the same shall be reimbursed by department on production of
documentary evidence.
h) Contractor shall obtain permit/approval from KSEI before commencement of work.
All documents/drawings required for such permit/approval shall be prepared by
the contractor.
i) Test certificates both type test and routine tests wherever required shall be
furnished along with supply for all Electrical/Mechanical items.
j) The entire straight through Joints shall be in the manhole only.

16. TESTING/MEASURING/EQUIPMENTS
Correction-Nil
Insertion-Nil
Deletion-Nil

AE(E)

EE(E)

145

a)

The agency shall have the following testing/measuring equipment in addition to standard
tools.
i)
Insulation Tester, 500V, 1000V, 5000V
ii)
Earth tester with kit, 0, 10,100 ohms with selector switch
iii)
Tong tester with (1) Ammeter 0-800 A with different ranges and selector
switch.
iv)
Voltmeter o/300V/600V with different ranges and selector switches.
v)
Phase sequence tester
vi)
Multimeter/Avometer:-Digital to measure 0/10/100 mV, mA, ohm, Kilo
ohm resistance.
vii)
Frequency meter 45 to 55 Hz.
viii)
Lux meter to measure upto 2000 lux with selector switches.
ix)
Micrometer(digital)
x)
Vernier Caliper(digital)
xi)
Data to be furnished by the bidder after award of work.

b)

The contractor shall submit following detail shop/fabrication/layout drawings, datasheets


and calculations.
i)
Internal Electrical Works

Conduit layout with number of wires in each conduit, circuiting.

ii)

iii)

Equipment datasheet and GA drawing

MDB

Floor DB

SDB

Light Fittings

Wires and cables

Switches and sockets

Conduit, Junction box

Lux level calculation

Datasheet and catalogue.

Bus duct and light fitting fixing arrangement

Earthing Layout
External Electrical Works

External lighting layout

Correction-Nil
Insertion-Nil
Deletion-Nil

Phase balancing calculation


DB, SDB load calculation
Cable and submain wire sizing
Earthing and Lightning protection

Circuiting and phase balancing of external illumination scheme


Power feeding arrangement
Lux level calculation based on final lighting fitting
Datasheet and catalogue of light fittings

AE(E)

EE(E)

146

iv)

Datasheet, catalogue structural calculation and GA /foundation drawings


Six Set of copies of installation, operation and maintenance manuals, descriptive
bulletins etc., shall be furnished prior to / at the time of despatch of all materials.
Manuals shall include the following aspects:

Outline dimension drawing showing relevant cross sectional views, earthing


details and constructional features including foundation drawing.

Rated voltage, current, duty cycle and all other technical information which
may be necessary for correct operation of the switchgear.
Storage details for prolonged duration.
Unpacking.
Handling at site.

Erection
Pre-commissioning test.
Operating procedure.
Maintenance procedures.
Precaution to be taken during operation and maintenance work.
List of spares for two years trouble free operation.

c)

Test Certificates
i)
ii)

iii)

Correction-Nil
Insertion-Nil
Deletion-Nil

Type/Routine test certificate for all types of equipment, cables, etc. included in the
order.
Specified number of copies of the approved test certificates shall be furnished to
the Engineer-in-Charge before despatch of all materials / equipment and cables,
etc.
On completion of work the contractor shall submit six sets of all drawings,
manuals and test certificates, etc. for all equipment / materials ordered and as
specified by the Engineer-in-Charge.

AE(E)

EE(E)

147

PART I - ELECTRICAL WORKS (INTERNAL)

2.0

LIGHT FITTING, FANS AND ACCESSORIES

SCOPE
This specification covers the design, material specification, manufacture, testing, inspection
and delivery to site and installation & commissioning of lighting fittings and their associated
accessories.
2.0

STANDARDS
The lighting fittings and their associated accessories such as lamps/tubes, reflectors,
housings, ballasts, etc. shall comply with the latest applicable standards as specified.
Where no standards are available, the supply items shall be backed by test results shall be
of good quality and workmanship & any supply items which are bought out by the VENDOR
shall be procured from approved manufacturers acceptable to the PURCHASER/ENGINEER.

2.1

LIGHTING FITTINGS - GENERAL REQUIREMENTS


Fittings shall be designed for continuous trouble free operation under atmospheric
conditions without reduction in lamp life or without deterioration of materials and internal
wiring. Outdoor fittings shall be weather-proof and rain-proof type.
The fittings shall be designed so as to facilitate easy maintenance, including cleaning,
replacement of lamps/starters etc.

3.0 LIGHTNING CURRENT ARRESTOR (CLASS B) AND SURGE PROTECTION DEVICE


(CLASS C)
LIGHTING PROTECTION SYSTEM
1. Air termination:

(i)

(ii)

(iii)

Correction-Nil
Insertion-Nil
Deletion-Nil

A Vertical air termination, where provided, need not have more than one point,
and shall project at least 30 cm, above the object, salient point or network on
which it is fixe
For a flat roof, horizontal air termination along the outer perimeter of the roof
shall be used. For a roof of larger area a network of parallel horizontal conductors
shall be installed. No part of the roof should be more than 9 m from the nearest
horizontal protective conductor.
Horizontal air termination should be carried along the contours such as ridges,
parapets and edges of flat roofs, and, where necessary, over flat surfaces, in such
a way as to join each air termination to the rest, and should themselves from a
closed network.

AE(E)

EE(E)

148

(iv)

All metallic projections including reinforcement, on or above the main surface of


the roof which are connected to the general mass of the earth, should be bonded
and form a part of the air termination network.
(v)
If portion of a structure vary considerably in height, any necessary air
terminations or air termination network for the lower portions should be bonded
to the down conductors of the taller portions, in addition to their own down
conductors.
2. INSTALLATION:

(i)

Conductors shall be securely attached to the building, or other object to be


protected by fasteners, which shall be substantial in construction, not subject to
breakage, and shall be of galvanized steel or other suitable materials, with
suitable precautions to avoid corrosion.
The lighting conductors shall be secured not more than 1.2 m apart for
horizontal run, and 1 m for vertical run.

(ii)
3. Joints:

(i)
(ii)

4.

A lighting protective system should have as few joints as possible.


Joints should be mechanically and electrically effective, for example, bolted,
riveted or welded.
(iii)
With overlapping joints, the length of the overlap should not be less than 20 mm
for all types of conductors.
(iv)
Contact surfaces should first be cleaned, and then inhibited from oxidation with a
suitable non-corrosive compound.
Test Joints:
Each down conductor should be provided with a test joint in such a position that, while not
inviting unauthorized interference, it is convenient for use when testing.

4.1

SURGE PROTECTION DEVICE (CLASS C)


4.1.1

Surge Protection Device shall provide the following:


4.1.1.1

The SPD component shall be designed to withstand In of 20 KA at 8/20 s


and Imax of 40KA at 8/20s waveform based Single sealed Metal Oxide
Varistor technology for line to neutral and single GD tube based for neutral
to earth SPD. SPD shall be tested as per latest IEC 61643-11:2011 or
equivalent EN 61643-11:2012 standards from third party international
independent test labs KEMA or VDE.

4.1.1.2

The lightning arrester shall have remote indication and mechanical flag
based visual indication for Line to Neutral and Neutral to Earth SPD for
continuous health monitoring of the SPD as per IEC 60364-5-53 and

Correction-Nil
Insertion-Nil
Deletion-Nil

AE(E)

EE(E)

149

4.1.1.3
4.1.1.4
4.1.1.5

4.1.1.6
4.1.1.7
4.1.1.8

61643-12 standards.
The SPD shall have a voltage protection level of 1.5 KV with arrester
rated voltage (Uc) of maximum 320 V AC.
The SPD component shall have a rating of IP 20 according to IEC.
The SPD component shall have modular / pluggability feature with module
locking system for all line to neutral and neutral to earth SPD for ease of
maintenance.
The SPD component shall have integral label holder to mark each terminal
block.
The SPD component shall have an operating temperature range of at least
-40C to +80C.
Connection made in parallel by using connecting cables of at least 10 sq
mm for class C between each phase of the device and the neutral to the
device as per TT configuration.

AUTOMATIC BARRIER

5.1 SCOPE

This specification covers the design, product specification of security systems.

Correction-Nil
Insertion-Nil
Deletion-Nil

AE(E)

EE(E)

150

Low voltage cabling

Power cabling (230V)

nr.3 cables 3x0,5

nr.1 cable 2x1,5+T

nr.1 cable 2x0,5

nr.1 cable 2x1,5

Automatic Barriers shall be installed at each entry & exit gates. Barriers shall have gate
operators connected to it which shall be operational using remote control or a push button located
in the Guard room.

Correction-Nil
Insertion-Nil
Deletion-Nil

AE(E)

EE(E)

151

Operator required should have a capacity to operate barrier weighing up to 84 Kgs. In the
event of power failure, the key-operated release device makes it possible to open and close the
gate manually.
Gear motor is to be operated by single phase supply. The gear motor can be controlled by
a dedicated control board with microprocessor. It integrates the contactors and has an electronic
braking device ensuring immediate barrier stop.

5.1.1.1

Product Specification

Sr. No. Features

Description

Power supply

230 Vac Single phase, bi-directional (+6%-10%), 50 (60) Hz

Absorbed Power

220 W

Absorbed Current

1A

Motor rotation speed

1.400-2.800 rpm

Reduction Ratio

0.0625

Max Use Frequency


100
(Cycles/hour)

Operating Ambient
-20C to +55C
Temperature

Weight with oil

84 Kg

Protection class

IP 44

10

Electronic
Declaration

Adjustable with cams

11

Thermal Protection
120C
on motor winding

12

Cooling

Forced air

13

Type of beam

Rectangular ,rectangular with skirt

14

Barrier
treatment

Correction-Nil
Insertion-Nil
Deletion-Nil

body

Cataphoresis

AE(E)

EE(E)

152

Sr. No. Features

Description

15

Paint

RAL 2004 polyester

16

Beam max. Length

7.00 m

17

Opening time(s)

4(5m)

5.1.1.2

Sr. No.

Product Specification( Control Unit)

Features

Description

1.

Power supply voltage

230Vac(+6% - 10%) - 50Hz

2.

Absorbed Power

7w

3.

Motor maximum load

300 W

4.

Power
supply
accessories

5.

Accessories
current

6.

Ambient Temperature

20 C to + 55 C

7.

Fuses

F1=F 5A-250V

8.

Function logics

Automatic, Semiautomatic, Parking, Parking


automatic, Condo, Condo automatic, FAACCITY, Dead-man, Remote, Custom

9.

Work time

Programmable (from 0 to 4 min.)

10.

Pause Time

Programmable (from 0 to 4 min.)

11.

Motor Power

Programmable on 50 levels

12.

Technical board inputs

Loop1, Loop2, Open, Close, Closing Safety


Devices, Stop, Emergency, Power supply
230Vac + Earth

13.

Connector inputs

Opening and closing limit switch,


Detector, Motor capacitor, Rod detachment
sensor

14.

Terminal board output

Flashing light, Fan, Motor, Power supply


24Vdc, Fail-safe, Status output, Indicator

Correction-Nil
Insertion-Nil
Deletion-Nil

for 24 Vdc

max. 500 mA

AE(E)

F2=T 0, 8A-250V

EE(E)

153

light 24 Vdc, Bus


15.

Rapid Connector

5-pin minidec board coupling, decoder,


Receiver RP/PR2

16.

Programming

No.3 keys(+,-,F) & display

17.

Programmable
functions

Logics, Pause time, power, Loop 1 &2,


Thrust torque, preflashing, Slow closure,
Deceleration time, Work time, Indicator
light output, Fail-safe output, Status output,
Bus output, Assistance request

SOLAR WATER HEATING SYSTEM

6.1

Scope of Work

a)
b)
c)
d)
e)
f)
g)

The scope of work for Solar Water Heating System shall comprise the following:Erection of frames.
Installation of solar panel collectors, S S tank (insulated) and provision for electrical backup.
Commissioning of the unit.
Output hot water connection to outlet at the unit completed with associated piping and
valves.
Input cold-water connection at the unit completed with associated piping and valves.
Commissioning and testing.
Training and hand over.
The FPC based systems will be from BIS approved manufacturers and ETC/ Heat pipe
based systems from MNRE approved manufacturers/suppliers. The Systems will have the
following minimum requirements for installation under subsidy/ soft loan scheme of
MNRE: General Requirements i) System will be well grouted/ clamped with collectors
installed so as to enable it to sustain the highest wind pressure of that area. ii) All the
collectors will be south facing inclined at suitable angle to give best performance in
winter iii) There will not be any shadow falling on the collectors from nearby structures
or of other collectors in front or back row iv) Hot water pipe lines of any kind in colder
regions will be fully insulated from the point of drawl of water from tank to delivery
points. In other regions also care will be taken to avoid heat losses from pipelines. v)
System will be installed nearest to the point of hot water usage to avoid longer pipeline
& higher heat losses. vi) Where water quality is bad either FPC based systems with Heat
Exchanger or ETC based systems will be installed. vii) The workmanship & aesthetics of
the system will be good and it should be visible to anybody viii) Air vent pipe, make up
water and cold water tanks will be installed as required for smooth functioning of the
system ix) There wont be any leakage observed in the system from tanks/ collectors/
pipelines x) No electric back up will be provided in hot water storage tank at places
where electric geysers are already installed. At places where electric geysers are not
installed, electric back up could be provided in upper portion of storage tank, if necessry.
Other option is to have an instant/ very small geyzer in bathroom with outlet of solar hot

Correction-Nil
Insertion-Nil
Deletion-Nil

AE(E)

EE(E)

154

water storage tank connected to its inlet and thermostat set at say 40 C.This will help
consuming less amount of electricity during non-sunny days. Technical Requirements
Flat Plate Collectors : ISI mark (2 sq. m. absorber area for 100 liter tank capacity system
in colder region and 125 liter for other regions)
Storage Tanks, Piping, Support structure etc.

7.0

Inner tank material : SS 304 or 316 grade min/ MS or any other material with
anticorrosive coating for hard water with chlorine contents. Inner tank thickness : For SS
minimum thickness will be 0.5 mm when using argon arc or metal inert gas for welding
and 0.8 mm when using other type of welding. For MS minimum thickness will be 1.5
mm. No leakage under any kind of negative or positive pressure of water will be
ensured. Inner tank welding : TIG / Seam/ pressurized weld (Open arc weld not
permitted ) Storage tank capacity : Not less than system capacity. In case of ETC based
system, volume of tubes & manifold not to be included in tank capacity. Thermal
insulation of : Minimum 50mm thick with CFC free PUF having density tanks & hot water
piping of 28-32 kg per Cu.mtr. For regions with sub zero temperatures, it will be
doubled. Outer cladding & Frames : Al/SS/FRP or GI powder coated. MS may also be
used with special anti-corrosive protective coatings Valves, cold water tank, : Of ISI
mark or standard make vent pipe, heat exchanger, make up tank & measuring
instruments Support structure for : Of non corrosive material or have corrosion resistant
Collectors, pipng, tanks etc. protective coating. They will be strong enough to sustain
their pressure during the lifetime of system. An undertaking will be given by the
manufacturer/supplier confirming to above requirements.
Key Switches

7.1 General:
Key switches energizing a circuit by inserting key or a smart card (access card for a room) to be
installed near the Entry door. Operating voltage of key switch shall be 230V .Time delay should be
approximate 30 sec after card removal. Single pole latching relay/ power contactor along with
suitable number of incoming and outgoing breakers to control light ,fan, power points & HVAC etc.
as per the required rating with enclosure and internal wiring complete in all respect shall be
provided above false ceiling in each room. The key shall take the maximum space of 2 module.
PART II - ELECTRICAL WORKS (EXTERNAL)
8.0
8.1

EXTERNAL ILLUMINATION
POLES
Polygonal poles shall be designed as per ILE TR7 & BS5649 for structural design & as per
IS875 (Part III), 1987 for dynamic loading.
The pole shaft shall be made single piece MS structure continuously tapered having
polygonal (8/12 sides) cross section and a single longitudinal welding. The welding will be
done as per BS 5135 / IS 9595. No circumferential welding shall be allowed in the pole
shaft. The MS shall conform to BSEN 100025/100027. The structure shall be single hot dip

Correction-Nil
Insertion-Nil
Deletion-Nil

AE(E)

EE(E)

155

galvanized as per BS 729 / IS 2629. A suitably designed door shall be provided at 600mm
height from the pole base. The door opening will be suitably reinforced for structural
strength. The door shall be flushed with pole external surface and shall provide easy
access for electrical connections at a maintainable height. A Suitable base flange and a
top flange will be welded and suitable reinforcements will be provided. Foundation
accessories will be as per IS 1367.
9

Tray Specification
Pre-fabricated ladder type trays made of galvanised 2 mm thick sheet steel shall be used
for laying control cables. The trays shall have vertical edge of height not less than 50 mm
on both sides. The control/power cable shall be clamped by means of suitable PVC straps
both for horizontal to vertical direction and vice-versa. The clamps shall be placed at an
interval of 1000 mm apart in horizontal run and 500 mm in vertical run.

10.

CCTV SYSTEM
This specification covers the design, material specification, manufacture, testing, inspection
and delivery to site and installation & commissioning and system completion in all respect
including as below:
10.1 System Description
10.1.2.1 Video Management System Components
1. The IP Video Management Appliance shall manage all IP and digital video,
audio, and security data transmitted across an IP network.
2. The IP Video Management Appliance shall be an all-in-one recording and
management solution for network surveillance systems of up to 32 channels.
3. The IP Video Management Appliance shall be a pre-configured and pre-installed
IP video management solution with up to 8 TB (4 x 2 TB) storage capacity.
4. The IP Video Management Appliance shall offer front-swappable SATA-II hard
drives providing 8 TB of gross storage capacity.
5. The IP Video Management Appliance shall run the Video Streaming Gateway to
allow third-party camera integration.
6. The IP Video Management Appliance shall allow remote video monitoring via a
desktop application, Web browser, or iOS-based mobile device.
10.1.2 Video Management System Concept of Operation
The VMS shall be designed around the following key objectives and capabilities:

10.1.2.1

10.1.2.2

10.1.2.3
Correction-Nil
Insertion-Nil
Deletion-Nil

The IP Video Management Appliance shall manage all IP and digital video,
audio, and security data transmitted across an IP network.
The IP Video Management Appliance shall come with a pre-installed VMS
license for connecting 32 concurrent recordable cameras.
Software updates shall be available free of charge during the product

AE(E)

EE(E)

156

warranty period. The software installed on the IP Video Management


Appliance shall not be subject to any additional Software Maintenance
Agreements (SMAs).
10.1.2.4

10.1.2.5
10.1.2.6
10.1.2.7
10.1.2.8

10.1.2.9
10.1.2.10
10.1.2.11
10.1.2.12

The IP Video Management Appliance shall be a pre-configured and preinstalled IP video management solution with up to 8 TB (4 x 2 TB)
storage capacity.
The IP Video Management Appliance shall offer front-swappable SATA-II
hard drives providing 8 TB of gross storage capacity.
The IP Video Management Appliance shall run the Video Streaming
Gateway to allow third-party camera integration.
The IP Video Management Appliance shall allow remote viewing.
The IP Video Management Appliance shall offer a maximum of up to 8 TB
of gross capacity storage with a corresponding 7400 GB of net storage
capacity.
The IP Video Management Appliance shall offer a bandwidth of 120 Mbit/s
(read and write).
The IP Video Management Appliance shall offer an Intel Core i3-2120
processer.
The IP Video Management Appliance shall utilize Microsoft Windows
Storage Server 2008 R2 (64-bit).
The IP Video Management Appliance shall be configurable to a RAID-1
software configuration (with reduced performance and net capacity
values).

10.2

Functions
10.2.1
The IP Video Management Appliance shall come pre-installed and pre
configured with all necessary software.
10.2.2
The IP Video Management Appliance shall enable viewing of high-quality
HD video despite low or limited bandwidth by utilizing Dynamic
Transcoding technology.
10.2.3
The IP Video Management Appliance shall decode and decompress the
data stream to a lower bit rate stream tailored to the bandwidth of the
connection.
10.3 Management
10.3.1
The IP Video Management Appliance shall provide a user interface for
system configuration and unified appliance management.
10.3.2
The IP Video Management Appliance shall come with the VMS
management application pre-installed and pre-licensed.
10.3.3
The IP Video Management Appliance shall allow operators to use one
central tool for configuration and operations management.
10.4 Processor
10.4.1
The IP Video Management Appliance shall contain an Intel i3 or better
Correction-Nil
Insertion-Nil
Deletion-Nil

AE(E)

EE(E)

157

processor.
10.5 Memory
10.5.1
The IP Video Management Appliance shall come with 4 GB or better of
memory installed.
10.6 Storage
10.6.1
The IP Video Management Appliance shall contain four (4) 3.5 in. SATA
storage trays.
10.6.2
The IP Video Management Appliance shall include a 1x1 GbE Rj45 network
port.
10.7 Environmental:
10.7.1
Operating Temperature: +10C to +35C (+50F to +95F)
10.7.2
Operating Relative Humidity: 8 to 90%, non-condensing
10.8 IP Cameras
The VMS shall support IP cameras, with these video feeds streamed directly to the
VMS from the video LAN or WAN. The VMS manufacturer shall produce its own
family of IP cameras for advanced operation with the VMS. These IP cameras shall
be incorporated into the Video Management System as follows:
1. This IP camera family shall include a choice of
Fixed-format Mega pixel Bullet models.
Fixed-format Mega pixel dome models.
Pan/Tilt/Zoom (PTZ) dome models.
2. These IP cameras shall offer M-JPEG, H.264 and MPEG-4 video compression in
order to align with or optimize network bandwidth and video storage
provisioning.
3. All standard-resolution IP cameras shall provide a minimum of 25 FPS at the
following resolutions. Final determination of frame rate and resolution used for
the application will be determined during final system design.
a) 1080 (1920 x 1080 pixels PAL).
4.

5.

6.
7.
8.
9.
Correction-Nil
Insertion-Nil
Deletion-Nil

The Megapixel-resolution IP cameras shall be supplied with Megapixel lenses.


The housing enclosuer for megapixel cameras shall be IP66 complient. Suitable
mounting accessories are supplied as per the mounting needs.
Depending on the model selected, the megapixel-resolution IP cameras shall
provide the image detail listed above at capture rates of up to 15 and 30 Frames
per Second (FPS) over standard IP networks.
The fixed-format bullet & dome cameras shall support a Power over Ethernet
(PoE) interface.
The fixed-format megapixel cameras shall offer an industry-standard SD or
SDHC card slot for limited local storage of essential video.
The fixed-format cameras shall offer a wide dynamic range and light sensitivity
down to 0.8 lux for operation in low-light environments.
The fixed-format cameras shall be capable of generating up to 3 or more
simultaneous video streams, with the following attributes:

AE(E)

EE(E)

158

a)

Individual camera feeds shall be recorded by the VMS at different


compression, resolution and capture rate settings simultaneously.
b)
An adaptive transmission algorithm shall throttle these video
streams to a preset maximum data rate or scale that rate based
on variable network bandwidth available at the time of
transmission.
10. All IP cameras shall provide backlight compensation and AGC/auto iris functions.
11. IP Cameras shall meet the following minimum technical specifications:
(a)
Fixed IR Dome Cameras
Technical Specifications:
Power
Input voltage

Power-over-Ethernet (48 VDC nominal) or 24 VAC


/ +12 VDC

PoE

IEEE 802.3af

Sensor
Sensor type

1/2.8-inch CMOS or better

Total sensor pixels

Minimum 2MP

Video performance - Sensitivity


Color

0.25 lx

With IR

0.0 lx

Wide Dynamic range

75 dB

Video streaming
Video compression

H.264 (MP); M-JPEG

Streaming

Multiple configurable streams in H.264 and MJPEG, configurable frame rate and bandwidth.

Video resolution (H x V)
1080p HD

1920 X 1080

Frame Rate

Upto 25Fps or better.

Video functions color


Adjustable picture settings

Correction-Nil
Insertion-Nil
Deletion-Nil

Contrast, Saturation, Brightness

AE(E)

EE(E)

159

White Balance

Required

Day/Night

Auto (adjustable), Color, Monochrome

IR intensity

Adjustable

Sharpness

Required

Backlight compensation

On/off

Contrast enhancement

On/off

Noise reduction

Dynamic Noise Reduction

Defog

Required for automatically adjusts parameters for


best picture in foggy or misty scene.

Motion Detection

Required

Tamper detection

Required

Memory card slot

Supports up to 2 TB over SD card.

Recording

Continuous
recording,
ring
alarm/events/schedule recording

recording.

Night vision
Distance

Minimum 15 m

LED

850 nm array

Lens
Lens type

Varifocal 3 to 10 mm, DC Iris, IR corrected

Input/output connections
Analog video output

Required

Alarm input

Required

Alarm out

Required

Audio input

Required

Audio output

Required

Audio streaming
Standard

G.711, L16, AAC-LC

Signal-to-Noise Ratio

>50 dB

Correction-Nil
Insertion-Nil
Deletion-Nil

AE(E)

EE(E)

160

Audio Streaming

Full-duplex / half duplex

Network
Protocols

IPv4, IPv6, UDP, TCP, HTTP, HTTPS, RTP/RTCP,


IGMP V2/V3, ICMP, ICMPv6, RTSP, FTP, iSCSI.

Ethernet

10/100 Base-T, auto-sensing, half/full duplex

Interoperability

ONVIF Profile S; GB/T 28181

Environmental
Operating temperature

-20 C to +50 C

Humidity

20% to 90% relative humidity (non condensing)

Certification

UL, CE, FCC

Fixed IR Box Cameras


Technical Specifications:

c)

Power
Input voltage

Power-over-Ethernet (48 VDC nominal) or


24 VAC / +12 VDC

PoE

IEEE 802.3af

Sensor
Sensor type

1/3-inch CMOS or better

Total sensor pixels

Minimum 2MP

Video performance - Sensitivity


Color

0.25 lx

With IR

0.0 lx

Wide Dynamic range

75 dB

Video streaming
Video compression

Correction-Nil
Insertion-Nil
Deletion-Nil

H.264 (MP); M-JPEG

AE(E)

EE(E)

161

Multiple configurable streams in H.264


and M-JPEG, configurable frame rate and
bandwidth.

Streaming

Video resolution (H x V)
1080p HD

1920 X 1080

Frame Rate

Upto 25Fps or better.

Video functions color


Adjustable picture settings

Contrast, Saturation, Brightness

White Balance

Required

Day/Night

Auto (adjustable), Color, Monochrome

IR intensity

Adjustable

Sharpness

Sharpness enhancement level selectable

Backlight compensation

On/off

Contrast enhancement

On/off

Noise reduction

Dynamic Noise Reduction

Defog

Required for automatically adjusts


parameters for best picture in foggy or
misty scene.

Motion Detection

Required

Tamper detection

Required

Memory card slot

Supports up to 2 TB over SD card.

Recording

Continuous recording, ring recording.


alarm/events/schedule recording

Night vision
Distance

30 m (98 ft)

LED

850 nm array

Lens

Correction-Nil
Insertion-Nil
Deletion-Nil

AE(E)

EE(E)

162

Automatic Varifocal 2.7 to 12 mm, DC


Iris, IR corrected

Lens type
Input/output connections
Analog video output

Required

Alarm input

Required

Alarm out

Required

Audio input

Required

Audio output

Required

Audio streaming
Standard

G.711, L16, AAC-LC

Signal-to-Noise Ratio

>50 dB

Audio Streaming

Full-duplex / half duplex

Network

Protocols

IPv4, IPv6, UDP, TCP, HTTP, HTTPS,


RTP/RTCP, IGMP V2/V3, ICMP, ICMPv6,
RTSP, FTP, iSCSI.

Ethernet

10/100 Base-T, auto-sensing, half/full


duplex

Interoperability

ONVIF Profile S; GB/T 28181

Environmental

c)

Weather Rating

IP66

Impact protection

IK08

Operating temperature

-20 C to +50 C

Humidity

20% to 90% relative humidity (non


condensing)

Certification

UL, CE, FCC

PTZ Dome Outdoor Cameras

Correction-Nil
Insertion-Nil
Deletion-Nil

AE(E)

EE(E)

163

Technical Specifications:
Imager
Effective
(Pixels)

1/3-type Exmor CMOS sensor


Picture

Elements

1920 x 1080

Lens

30x optical zoom,(4.3 to 129 mm)

Digital Zoom

12x

Electronic Shutter Speed (AES)

Yes

Dynamic Range

75dB

Day/Night

Monochrome, Color, Auto

Signal to Noise Ratio

> 50 dB

Backlight Compensation

On/Off

White Balance

ATW, AWB Hold, Extended ATW, Manual,


Sodium Lamp Auto, Sodium Lamp

Anti-fog image feature

Improves visibility when viewing foggy or


other low-contrast scenes.

Sensitivity

30 IRE

Day Mode:

0.11lux

Night Mode:

0.0lux(IR ON)

Network:
Video compression

H.264 (ISO/IEC 14496-10), M-JPEG, JPEG

Protocols

IPv4, IPv6, UDP, TCP, HTTP, HTTPS,


iSCSI.

Ethernet

10-Base T/100 Base-TX, auto-sensing,


half/ full duplex, RJ45

Connectivity

ONVIF Profile S, Auto-MDIX

Mechanical/Electrical:
Input Voltage

24 VAC & POE+

Pan Range

360 cont.

Correction-Nil
Insertion-Nil
Deletion-Nil

AE(E)

EE(E)

164

Tilt Range

0 to 90

Pre-position Speed

Pan: 300/s, Tilt: 300/s

Local Storage:
Memory Card Slot

Supports up to 2TB over SD Card.

Miscellaneous:
Masking

24 individually configurable privacy masks

Pre-positions

256

Guard Tours

2 Nos. Of Guard tour

Night Vision (IR)

Built in IR LED.

IR Distance

upto 180m at night

Environmental:
Operating Temperature

10C to 55C

Ingress Protection Rating

IP66, NEMA 4X

Certifications:

CE,UL, FCC

10.1.4 Network Communications


The VMS shall have robust IP networking features, in line with IT management team
expectations. These features shall include the following:
1.

2.

3.

4.
Correction-Nil
Insertion-Nil
Deletion-Nil

The VMS host server(s) shall connect to an enterprise LAN or WAN network via a
Gigabit Ethernet connection. The client viewing and configuration applications
shall operate on workstations connected (locally or remotely) to the LAN/WAN,
and shall communicate with the VMS across this network. The VMS host server(s)
and client applications shall communicate using the TCP/IP protocol.
The VMS host server(s) shall operate using either DHCP or static IP addressing. If
using DHCP addressing, client software must be able to connect to a VMS server
using its new address without any action on the part of the user.
The VMS shall offer bandwidth limiting such that video data traffic on this network
will not exceed a preset maximum when distributing live video or delivering
recorded video. Administrators shall have the ability to program this bandwidth
limit as part of the customizable user privileges offered by the VMS software (see
Section 1.03 C.).
The VMS shall operate using a peer-to-peer architecture with no central video-

AE(E)

EE(E)

165

streaming server and there shall be no imposed limit to the scalability of the
system. The VMS system shall be field-upgradeable by adding additional host
and/or storage servers to support increased camera capacities. This clustering of
servers shall yield a fully scalable, transparent surveillance network. All other
system components (alarms, audio inputs and all supporting software) shall also
scale in this fashion to support application or configuration growth.
10.1
System Software Characteristics
10.1.1 VMS Software

1.

The management server software shall run as services on Windows Server


2008R2, Windows Server 2012 R2 or Windows 7 SP1 or higher.

2.

The configuration client software shall run as an application on Windows Server


2012 R2.

3.

The operator client software shall run as an application on Windows 7 SP1 or


Windows 8.1.

4.

The VMS shall support ONVIF compliant cameras. It shall be possible to access
live streams and to control PTZ functionality.

5.

It shall be possible to record Onvif compliant cameras.

6.

It shall be possible to view the connection status of Onvif compliant cameras in


the Operator Client.

7.

It shall be possible to display Onvif compliant cameras in live view on a digital


monitor wall.

8.

It shall be possible to connect cameras via RTSP stream or MJPEG to the video
management system.

9.

The VMS shall provide service for supporting iPad and iPhone devices as well as
html5 based web clients as mobile video clients.

10.2
1.

2.
3.

4.
Correction-Nil
Insertion-Nil
Deletion-Nil

Video Management System:


The video management system (VMS) specified shall be a centrally managed,
scalable client/server based architecture that allows full virtual matrix switching
and control systems.
The VMS shall be designed to use a facilitys existing IT infrastructure and require
no special cabling.
The VMS shall be capable to be deployed in Local Area Networks (LAN) as well as
in Wide Area Networks (WAN). For establishing remote connections across WAN,
it shall be possible to setup a port mapping table within the configuration manager
in order to map the public port to a private IP and port of the devices.
The VMS shall provide the possibility to the operator to view transcoded video

AE(E)

EE(E)

166

5.

6.

7.

8.
9.
10.
11.

12.

13.

14.
15.

16.

17.
Correction-Nil
Insertion-Nil
Deletion-Nil

streams (live and playback) in order view high quality images, when the remote
operator client accesses the camera via a low bandwidth connection. On selection,
there shall be an indication in the image pane of the operator client to indicate,
that the stream is being transcoded.
The pre-alarm shall be recorded in the local storage of IP cameras supporting
Automatic Network Replenishment and only be transferred to the central storage
in the event of an alarm in order to reduce network strain caused by pre-alarms.
It shall be possible to configure up to 7 different pre-alarms for each IP camera
supporting Automatic Network Replenishment for different events or compound
events.
It shall be possible to configure the use of Regions of Interest (ROI) in IP cameras
supporting it. When an operator uses the region of interest, only the selected area
shall be transmitted over the network to reduce network strain.
The VMS shall support all MPEG-4 and H.264 encoders, decoders, IP cameras, IP
PTZ,NVRs, Allegiant matrix switches, POS/ATM bridge.
The VMS shall have one operator client that can playback DATABASE MANAGER
recordings, and NVR recordings simultaneously.
The VMS shall have one operator client that can export all recording listed in (E)
to one single archive.
The VMS shall provide up to 10 different and independent programmable
recording schedules. The schedules may be programmed to provide different
record frames rates for day, night, and weekend periods as well as special days.
Advanced task schedules may also be programmed that could specify allowed
logon times for user groups, when events may trigger alarms, and when data
backups should occur.
The VMS shall allow the establishment of user groups and Enterprise user groups
that have access rights to specific cameras, priority for pan/tilt/zoom control,
rights for exporting video, and access rights to system event log files. Access to
live, playback, audio, PTZ control, preset control, and auxiliary commands shall be
programmable on an individual camera basis.
The VMS shall support Lightweight Directory Access Protocol (LDAP) that allows
integration with enterprise user management systems such as Microsoft Active
Directory.
LDAP shall also be available for an Enterprise Management System. LDAP shall be
configurable in an Enterprise user group.
The VMS shall export video and audio data optionally in ASF format to a CD/DVD
drive, a network drive, or a USB drive. The exported data in ASF format may be
played back using standard software such as Windows Media Player.
The VMS shall export video and audio data optionally in its native recording format
to a CD/DVD drive, a network drive, or a direct attached drive. The exported data
in native recording format shall include all associated metadata. Viewer software
shall be included with the export. Once installed, the viewer software allows
playback of the streams on any compatible Windows PC.
The VMS shall auto-discover encoder, decoder, DATABASE MANAGER devices and

AE(E)

EE(E)

167

18.
19.

20.
21.

10.3
1.

2.
3.

4.
5.

10.4
1.
2.
3.

4.
Correction-Nil
Insertion-Nil
Deletion-Nil

DVRs. Device detection shall support devices in different subnets.


The VMS shall auto-discover IP devices with their default IP addresses, and allow
auto-assignment of unique IP addresses.
The VMS shall support continuous operation during management server downtimes as live viewing, playback of recording and export of video data. The
operator client shall indicate its connection status to the management server.
An Enterprise Operator Client shall be capable of working offline. The status of
each connection to a subsystems management server shall be indicated.
The VMS shall be designed in such a way that configuration changes to any part
of the system shall not interrupt operational tasks, until the operator decides to
update re-fresh the workstation configuration.
Video Management System Components:
The management server software shall provide management, monitoring, and
control of the entire system. The management server software should typically be
installed on a server-class computer, but may be installed, with all the other video
management software modules on one workstation. The management server shall
also maintain data stream management, alarm management, priority
management, central logbook, central configuration and user management.
Software updates to the operator client and configuration client shall be
automatically deployed from the management server.
The VMS shall be designed in such a way the management server downtimes do
not affect the functionality of the recording services , DVRs. Normal recording and
Motion recording shall continue during the management server downtimes, only
Alarm Recording cannot be activated as the management server is responsible for
evaluating the alarm conditions. During management server downtime the
recording services shall still be able to change the recording parameters schedule
dependent.
Configuration client software shall provide the user interface for system
configuration and management.
Operator client software shall provide the user interface for system monitoring
and operation. The operator client maintains live monitoring, storage retrieval,
and alarm handling.
Alarm Management Capability:
The video management system shall provide the capability to allow alarms to be
schedule-dependent.
The video management system shall allow alarms to be individually allocated to
specific user groups for processing.
The video management system shall support replication of events such that a
single physical event causes multiple system events. These multiple events shall
be independently configurable to allow independent handling of the alarms by
multiple operator groups, or to be handled differently according to different
schedules.
The video management system shall be programmable to selectively, per alarm

AE(E)

EE(E)

168

5.

6.
7.

10.5
1.
2.

3.
4.

5.

11.1
11.1

and per user group, automatically pop-up the alarm video.


The video management system shall support display of alarm video in a special
Alarm Image Window so users do not have to search their display screens to find
the alarm images.
The video management system shall provide an alarm reaction time of maximum
2 seconds when sufficient network bandwidth is available.
The video management system shall distribute alarm notifications, via entries in
the alarm list of the operator user interface, to all members of the user groups to
which the alarm is assigned. The alarms shall appear in all said users' alarm lists.
Operator Client:
If an operator client loses its connection to the management server, the user shall
nevertheless be able to continue working with the connected devices.
The video management system shall provide an administrator-configured Logical
Tree. The logical tree shall be freely configurable with any tree structure, with
nodes consisting of folders or maps, and leaves consisting of devices (cameras,
inputs, and relays), sequences, documents, URLs, or command scripts. Each user
group shall only see items in the logical tree for which the administrator has
granted access.
The user shall be able to search the logical tree for item names.
The VMS shall provide a user-dependent bookmark Tree. The bookmark tree shall
allow saving a time period or a single point in time for later investigation and
export. Bookmarks shall be available both for live mode and for playback mode.
The video management shall implement the concept of a selected image pane.
The selected image pane shall be highlighted. There shall always be a selected
image pane in the operator client application. The selected image pane is always
used for control commands, e.g. PTZ control, instant playback control, and audio
replay.
SIGNAGES
An elegant looking, slim, surface ceiling mounting Type, multi LED which provides
illumination on normal mains power supply and the same lamp continues to
provide illumination during mains failure on self contained battery
source. ON resumption of mains supply, the lamp switches back to the
mains automatically & simultaneously starts recharging the battery to
the required level. Maintained models provide uninterrupted
illumination.

TECHNICAL SPECIFICATIONS
Confirms
IS : 9583 1981.
Ingress Protection
IP 20.
Housing
Made up of uniformly extruded, aluminum alloy.
Paint & Colour
Epoxy polyester powder coating/anodised, in colour.
Message Panel
CAD Designed printing/itching/engraving on 10 M. M. clear acrylic sheet.
Input (V)
~ 230 Volts, 50 Hz.
Correction-Nil
Insertion-Nil
Deletion-Nil
AE(E)
EE(E)

169

LED
Mains Connector
Battery type
Duration
Charging Type
Recharging Cycle
Mounting
Weight (Kg)
Application

Multiple LEDs.
5 A, 250 Volts, PCB Mount with electrical grade brass contacts.
Ni-Mh/Ni-Cd, rechargeable.
3hours back up; + 10%.
Constant current charger.
16 to 24 hours recharging period.
Ceiling/Wall with 2 Nos. of hooks.
Below 1 Kg.
Very useful for lit information boards at domestic & commercial premises,
corridors of hotels, Battery rooms, staircases, underground parking.

12.
12.1.

LIFTS
General
This specification covers manufacture, testing as may be necessary before despatch,
delivery at site, all preparatory work, assembly and installation, commissioning putting
into operation of Lifts.

12.2.

Location
The Lifts will be installed at Indian Institute of Science, Education and Research,
Thiruvananthapuram, Kerala

12.3.

Technical specification
The technical specification shall be as per CPWD Technical Specifications for Electrical
Works (Part III Lifts & Escalators-2003) and latest editions of relevant IS codes.

12.4.

Power Supply
The lift shall be suitable for power supply of 415 V, 3 Phase, 4wire, 50 Hz, AC.

12.5.

Compliance with Regulations and Indian standards


All works shall be carried out in accordance with relevant regulation, both statutory and
those specified by the Indian Standards related to the works covered by these
specifications. In particular, the equipment and installation will comply with the following:

(i)
Factories Act.
(ii)
Indian Electricity Rules
(iii)
I.S.& BS Standards as applicable
(iv)
Workmen's compensation Act
(iv)
Statutory norms prescribed by local bodies like NDMC etc.
12.6. Detailed Technical Parameters for the lifts to be supplied
The proposed lifts are gear less and machine room less. The hoisting equipment shall be
kept inside the shaft and machinery unit shall be compact & highly energy efficient. The
hoisting equipment shall be gearless type with 3 phase AC motor with permanent magnet
technology. Motor efficiency shall be 70 % 75 % and power factor shall not be less
than 0.8. The bearings shall be of spherical roller type and main suspension ropes shall
be of round steel wire.
Correction-Nil
Insertion-Nil
Deletion-Nil
AE(E)
EE(E)

170

Sl.
No.

PASSENGER
LIFT

DESCRIPTION

PASSENGER

SERVICE
LIFT

LIFT

DUMB WAITER

PASSENGER LIFT

SERVICE

No of Lifts required

No of Persons/ Load
in Kg

13(884Kg)

10(664Kg)

500 Kg

250 Kg

13(884Kg)

500 Kg

Rated speed

1.0 meter/sec.

1.0 meter/sec.

0.5
meter/sec.

0.34 meter/sec.

1.0 meter/sec.

0.5 meter/sec.

Traveling Meter

14.4meter
(approx)

10.8meter
(approx)

14.4 Meter
(approx)

4.2 Meter (approx)

7.0meter (approx)

7.0 Meter (approx)

No of Floor served

G+3 Floors

-1 to First
Floor

G+3 Floors

-1 to Ground Floor

G+1 Floors

G+1 Floors

171

Sl.
No.

DESCRIPTION

PASSENGER
LIFT

PASSENGER
LIFT

SERVICE
LIFT

DUMB WAITER

PASSENGER LIFT

SERVICE

Inside Size of Lift


well as per IS 14665
(Part-I), 2000

2500m (W) x
1900 mm (D)

1900m (W) x
2100 mm (D)

1900m (W) x 1500m (W) x 1200 mm


1500 mm (D) (D)

2500m (W) x 1900


mm (D)

1950m (W) x 1850


mm (D)

Pit Depth

1600 mm

1600 mm

1600 mm

1600 mm

1600 mm

1600 mm

1350 mm (W)
x 1300mm (D)
x 2300 mm (H)
including
ceiling

1100 mm
(W) x
1200mm (D)
x 2300 mm
(H) including
ceiling

1000 mm (W) x
1000mm (D) x 1200
mm (H) including
ceiling

2000 mm (W) x
1100mm (D) x 2300
mm (H) including
ceiling

1100 mm (W) x
1200mm (D) x
2300 mm (H)
including ceiling

As per design
Side / Rear

As per
design Side
/ Rear

As per design Side /


Rear

As per design Side


/ Rear

As per design
Side / Rear

Clear Inside size of


Lift Car

2000 mm (W)
x 1100mm (D)
x 2300 mm (H)
including ceiling

Position of counter
weight

As per design
Side / Rear

172

Sl.
No.

10

11

12

DESCRIPTION

PASSENGER
LIFT

PASSENGER
LIFT

SERVICE
LIFT

DUMB WAITER

PASSENGER LIFT

SERVICE

Position of Machine
room

Above the lift


shaft

Above the lift


shaft

Above the lift


shaft

Above the lift shaft

Above the lift shaft

Above the lift shaft

Position of Door

Centre opening
(In Front Side)

Centre opening
(In Front Side)

Side opening
( In Front
Side)

Side opening (In Front


Side)

Centre opening( In
Front Side)

Side opening ( In
Front Side)

Opening of car
Door

900 mm(W) x
2100 mm(H).
SS vandal proof
finish.

800 mm(W) x
2100 mm(H).
SS vandal
proof finish.

900 mm (W)
x 2100
mm(H). SS
hairline
finish.

1000 mm(W) x 1200


mm(H). SS hairline
finish.

900 mm(W) x 2100


mm(H). SS vandal
proof finish.

900 mm(W) x 2100


mm(H). SS hairline
finish

173

Sl.
No.

13

DESCRIPTION

Type of Control

PASSENGER
LIFT

Microprocessor
Based AC V3F,
Selective
Collective
simplex control

PASSENGER
LIFT

SERVICE
LIFT

Microprocessor
Based AC V3F,
Selective
Collective
simplex control

Microprocess
or Based AC
V3F,
Selective
Collective
simplex
control

14

Type of operation

Simplex

Simplex

15

Type of signal
system

As per technical
specification.

As per
technical
specification.

Simplex
As per
technical
specification.

DUMB WAITER

PASSENGER LIFT

SERVICE

.
Microprocessor Based
AC V3F, Selective
Collective simplex
control

Simplex
As per technical
specification.

Microprocessor
Based AC V3F,
Selective Collective
simplex control

Microprocessor
Based AC V3F,
Selective Collective
simplex control

Simplex
As per technical
specification.

Simplex

174

Sl.
No.

16

DESCRIPTION

Type of signal
system

PASSENGER
LIFT

PASSENGER

a) Digital floor
position
indicator in the
car and at all
landings

SERVICE
LIFT

DUMB WAITER

PASSENGER LIFT

a) Digital floor
position
indicator in the
car and at all
landings

a) Digital
floor position
indicator in
the car and
at all
landings

a) Digital floor position


indicator in the car and
at all landings (to be
provided above landing
doors)

a) Digital floor
position indicator in
the car and at all
landings

As per technical
specification.

b) Travel
direction
Indicator in the
car and at all
landings

b) Travel
direction
Indicator in the
car and at all
landings

b) Travel direction
indicator in the car and
at all landings (to be
provided above landing
doors)

b) Travel direction
Indicator in the car
and at all landings

a) Digital floor
position indicator in
the car and at all
landings

c) Overload
warning audio
& visual
indicator

c) Overload
warning audio
& visual
indicator

b) Travel
direction
indicator in
the car and
at all
landings
c) Overload
warning
audio &
visual
indicator

c) Overload warning
audio & visual indicator

c) Overload warning
audio & visual
indicator

b) Travel direction
indicator in the car
and at all landings

LIFT

SERVICE

175

Sl.
No.

DESCRIPTION

PASSENGER
LIFT

PASSENGER

d) Battery
operated alarm
bell and
emergency
light.

d) Battery
operated alarm
bell and
emergency
light.

d) Battery
operated
alarm bell
and
emergency
light.

d) Battery operated
alarm bell and
emergency light.

d) Battery operated
alarm bell and
emergency light.

c) Overload
warning audio &
visual indicator

e) Car
operating panel
with
Sophisticated
design
buttons flush
with back plate.
LED
illumination.

e) Car
operating
panel with
Sophisticated
design
buttons flush
with back
plate. LED
illumination.

e) Car
operating
panel with
Sophisticated
design
buttons flush
with back
plate. LED
illumination

e) Car operating panel


with Sophisticated
design buttons flush
with back plate. LED
illumination

e) Car operating
panel with
Sophisticated design
buttons flush with
back plate. LED
illumination.

d) Battery operated
alarm bell and
emergency light.

f) Luminous hall
buttons at all
landings.

f) Luminous
hall buttons at
all landings.

f) Luminous
hall buttons
at all
landings.

f) Luminous hall
buttons at all landings.

f) Luminous hall
buttons at all
landings.

e) Car operating
panel with
Sophisticated design
buttons flush with

LIFT

SERVICE
LIFT

DUMB WAITER

PASSENGER LIFT

SERVICE

176

Sl.
No.

DESCRIPTION

PASSENGER
LIFT

PASSENGER
LIFT

SERVICE
LIFT

DUMB WAITER

PASSENGER LIFT

SERVICE

back plate. LED


illumination

g) Firemans
switch at
ground floor

g) Firemans
switch at
ground floor

g) Firemans
switch at
ground floor

g) Firemans switch at
ground floor

g) Firemans switch
at ground floor

f) Luminous hall
buttons at all
landings.

h)Infra-Red
Door Screen

h)Infra-Red
Door Screen

h) Infra-Red
Door Screen

h) Collapsable-gate

h)Infra-Red Door
Screen

g) Firemans switch
at ground floor

j) MBW

j) MBW

j) MBW

j) MBW

j) MBW

h) Infra-Red Door
Screen

k) Scaffolding

k) Scaffolding

k)
Scaffolding

k) Scaffolding

k) Scaffolding

j) MBW

l) Pit ladder

l) Pit ladder

l) Pit ladder

l) Pit ladder

l) Pit ladder

k) Scaffolding

177

Sl.
No.

DESCRIPTION

PASSENGER
LIFT

M) FlooringGranite

Electric supply
17

18

Is neutral wire
available for control
circuits

AC 400/440
VOLTS, 3
PHASE, 50
CYCLES

Yes

PASSENGER
LIFT

M) FlooringGranite

AC 400/440
VOLTS, 3
PHASE, 50
CYCLES

Yes

SERVICE
LIFT

DUMB WAITER

PASSENGER LIFT

SERVICE

M) FlooringMS
Chequered

M) Flooring- - MS
Chequered

M) Flooring- Granite

l) Pit ladder

AC 400/440
VOLTS, 3
PHASE, 50
CYCLES

AC 400/440 VOLTS, 3
PHASE, 50 CYCLES

AC 400/440 VOLTS,
3 PHASE, 50 CYCLES

M) Flooring- MS
chequered

Yes

AC 400/440 VOLTS,
3 PHASE, 50
CYCLES

Yes

Yes

178

Sl.
No.

19

20

PASSENGER
LIFT

PASSENGER

ARD

To be provided

To be provided

To be
provided

To be provided

To be provided

Disable friendly
features

Handicap
Provision,
Braille Button &
SS Handrail on
rear side to be
provided

Handicap
Provision,
Braille Button
& SS Handrail
on rear side to
be provided

Handicap
Provision,
Braille Button
& Stretcher
impact
protection to
be provided

Handicap Provision,
Braille Button & SS
Handrail on rear side to
be provided

Handicap Provision,
Braille Button & SS
Handrail on rear side
to be provided

DESCRIPTION

LIFT

SERVICE
LIFT

DUMB WAITER

PASSENGER LIFT

SERVICE

178

FIRE PROTECTION WORKS


1.0

General

1.1

Scope of Work
The scope of work for the Housing consists of the following, but is not limited to
the same:

1.1.1

Hydrant System consisting of Internal Hydrant and Sprinkler Downcommers,


Hydrant Stations with all accessories such as Hydrants, Hoses, First Aid Hose
Reel, Branch Pipe etc. Sprinkler System in Guest House to be provided.

1.1.2

Pumping System consisting of Terrace Hydrant Pump and equipments such as


Valves, piping, Instrumentation and Motor Starting System.

1.1.3

Supply of Fire Extinguishers such as Water type, Power type etc.

1.1.4

Automatic / Manual Fire Alarm System. This shall include a Main Fire Alarm
panel, Manual Call Boxes, wiring and conduiting.

1.1.5

Obtain approval from Local Fire Service for the Systems installed as well as for
the overall Building. This shall be without any cost to the Owners.
HYDRANT SYSTEM
Each Floor shall be provided with Hydrant Stations. The Hydrant Station on
every Floor shall have one number Hydrant, 2 nos. Hose and a Branch Pipe.
The Hydrant Station shall also be provided with a First Aid Hose Reel consisting
of a double braided rubber hose wound on a drum. This set shall be connected
to the Hydrant Down Comer through a 25 mm dia Ball Valve.
All internal Riser piping shall be M S and shall have welded jointing for pipes
above 50 mm dia.
PUMPING SYSTEM
To cater for the Hydrant System, the following pumps are being provided:

Discharge

Head

Drive

900 LPM

35

Electric

The Pump shall have a Gate Valve on the Suction Side as well as Gate Valve
and Non Return Valve on the Delivery Side. The Delivery of each Pump shall be
connected to the Common Delivery Header.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

179

The Main Pumps shall be end suction type coupled to motor and at 2900 RPM.
All Pumps shall have mechanical seal.
An Air Vessel shall be provided with the Pumps. The Air Vessel shall be partly
filled with water and shall provide for dampening effect to prevent water
hammer when the Pump starts. The Air Vessel shall be provided with pipe spool
piece on which pressure switches shall be fitted. The Pressure Switches shall be
connected to the Starter on the Pump Starter Panel.
2.0
2.1

FIRE PUMPS
General

2.1.1

The Pumps shall be single stage designed for continuous operation and shall
have a continuously rising head characteristic without any zone of instability.

2.1.1

The head vs. capacity, input power vs. capacity characteristics, etc. shall match
to ensure load sharing and trouble free operation throughout the range.

2.1.1

In case of accidental reverse flow through the pump the driver shall be capable
of bringing the pump to its rated speed in the normal direction from the point of
maximum possible reverse speed.

2.1.4

The motor shall have a 15% margin of power rating over the rated pump input
power.

2.1.5

In case the Pump & Motor are from different manufacturers, the contractor
under this specification shall assume full responsibility in the operation of the
pump and the drive as one unit.

2.1.6

The pump shall be capable of a minimum of 150 percent of rated capacity at a


total head of not less than 65 percent of the total rated head. The total shut-off
head shall not exceed 120 percent of total rated head on the pump.

2.1.7

An automatic air release valve shall be provided to vent air from the pump. This
valve shall be located at the highest point in the discharge line between the
pump and the discharge check valve.

2.1.8

Pumps coupled with motor on a common platform shall perform smoothly


without any excessive noise or vibration.

2.2

Pumps Casing

2.2.1

The casing shall be capable of withstanding to the maximum pressure


developed by the pump at the pumping temperature.

2.3

Impeller

2.3.1

The impeller shall be of bronze and the bush shall also be of stainless steel.

2.4

Pump

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

180

2.4.1

The pumps shall be horizontal end suction type.

2.4.2

The impeller shall be secured to the shaft and shall be retained against
circumferential movement by keying, pinning or lock rings.

2.4.3

All screwed fasteners shall tighten in the direction of normal rotation.

2.4.4

All Pumps shall be provided with Mechanical Seal.

2.5

Shaft

2.5.1

Shaft size shall be selected on the basis of maximum combined shear stress.

2.5.2

The shaft shall be of stainless steel ground and polished to final dimensions and
shall be adequately sized to withstand all stresses from rotor weight, hydraulic
loads, vibrations and torques coming in during operation.

2.5.3

Length of the shaft sleeves must extend beyond the outer faces of gland
packing or seal and plate so as to distinguish between the leakage between
shaft and shaft sleeve.

2.5.4

Shaft sleeves shall be securely fastened to the shaft to prevent any leakage or
loosening. Shaft and shaft sleeve assembly should ensure concentric rotation.
The sleeve shall be of stainless steel.

2.6

Pump Shaft-Motor Shaft Coupling

2.6.1

All shafts shall be connected with adequately sized flexible couplings of suitable
approved design. Necessary guards shall be provided for the couplings.

2.7

Base Plate

2.7.1

A common base plate mounting both for the pump and drive shall be provided.
The base plate shall be of rigid construction, suitably ribbed and reinforced.

2.7.2

Base plate and pump supports shall be so constructed and the pumping unit so
mounted as to minimise misalignment caused by mechanical forces such as
normal piping strain, hydraulic piping thrust etc.

2.8

Vibration & Balancing

2.8.1

The rotating elements shall be so designed to ensure least vibration during start
and throughout the operation of the equipment. All rotating components shall
be statically and dynamically balanced at workshop.

2.9

Instruction Manual & Tools/Spares

2.9.1

A comprehensive instruction manual shall be provided by the contractor


indicating detailed requirements for operation, dismantling and periodic
operation and maintenance procedures.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

181

3.0

ELECTRIC MOTORS

3.1

The motor shall be designed not to draw starting current more than 3 times
normal running current. It shall be designed for continuous full load duty. The
motor shall be full load duty & shall be capable of handling the required starting
torque of the pumps. Speed of motor shall be compatible with the speed of the
pump.

3.2

The cooling fans shall be directly driven from the motor shaft.

3.3

Motors shall be enclosed type and shall have a dust tight construction with
suitable means of breathing and of drainage to prevent accumulation of water
from condensation.

3.4

All components shall be of adequate mechanical strength and robustness and


shall be constructed of metal unless otherwise approved.

3.5

The rating and design shall conform to relevant IS specification.

3.6

The motors shall be Squirrel Cage TEFC Induction type.

3.7

The motors shall be wound for Class-F insulation, and the winding shall be
vacuum impregnated with head and moisture resisting varnish, and glass wool
insulated to withstand tropical conditions.

3.8

Two independent earthing points shall be provided on opposite sides of the


motor for bolted connections.

3.9

415 Volt power terminals shall be suitable for receiving 1.1 kv grade armoured
power cables.

3.10

The cable boxes and terminations shall be designed to enable easy


disconnection and replacement of cables.

3.11

Motor shall be suitable for +/- 10% variation in voltage and +/- 3 % variation
in frequency.

4.

CONTROL PANEL

4.1

General

4.1.1

The Panel shall be fabricated with 16 SWG for Doors and Covers and 14 SWG
for frame and of CRCA M.S. Sheet Construction with Red Oxide Primer and
finally with approved colour paint to be stove enameled. The busbar shall be of
aluminium with PVC sleeving of appropriate colour code, have a minimum
current carrying capacity of 400 Amps. Colour shade shall be RAL 7032 as per
DIN and shall be powder coated.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

182

4.1.2

The Panel should be cubical compartmentalised type with separate cable


chamber & Busbar Chamber. The Control terminals & Power terminals should
be separated and necessary ferrule markings, Colour code shall be followed. A
space for 300 mm shall be provided at the Bottom of the panel and necessary
M.S. channel for the foundation shall be provided.

4.1.3

The Busbar calculation shall be made for 1 Amp / mm2 for Aluminium. The
necessary interlocks shall be provided as per system description. The fuse
switch/switch fuse unit shall be IS:4064-1978 and HRC fuse links shall be
IS:2208-1962 or IS:9224-1979.

4.1.4

The Contractor shall submit the drawings, interconnections diagram for


approval of the Client/Consultant. Drawings shall indicate cable inlets, outlets,
chamber dimensions and front and side elevations. Further, the Contractor shall
also submit complete schematic of the electrical circuits for all pumps from the
point of cable entry upto supply to the pumps. This drawing shall take into
account all fuses, contactors, switches, meters etc.

4.1.5

The apparatus and circuits in the panels shall be so arranged as to facilitate


their operation and maintenance and at the same time to ensure the necessary
degree of safety.

4.1.6

Provision shall be made in the panel for terminating the incoming cables as
required in the single line diagram. Only Top entries shall be permitted and all
cables shall be provided with cable terminations.

4.1.7

Provision shall also be made for permanently earthing the frames and other
metal parts of the switchgear by two independent connections.

5.0

CODES AND STANDARDS FOR PUMPS AND MOTORS

5.1

PUMPS

5.1.1

The pumps shall perform to the standards and codes as given below:

5.1.2

IS:1520

Horizontal centrifugal pumps for clear, cold and fresh water.

5.1.3

BS:599

Methods of testing pumps.

5.1.4

PTC:8

ASME Power Test Codes - Centrifugal Pumps.

5.2

MOTOR

5.2.1

The following codes shall be applicable for the motor.

5.2.2

IS:325

Induction motors, three-phase

5.2.3

IS:900
for

Induction motors, installation and maintenance, code of practice

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

183

5.2.4

IS:7816
machines.

Guide for

testing insulation resistance of rotating

5.2.5

IS:4029

Guide for testing three phase induction motors.

5.2.6

IS:3043

Code of practice for earthing.

5.2.7

Further to those stated above, the design, manufacture, installation and


performance of motors shall conform to the latest Indian Electricity Act and
Indian Electricity Rules. The motor shall also be acceptable to the Tariff
Advisory Committee.

6.0

FIRE FIGHTING ACCESSORIES

6.1

Piping

6.1.1

Pipes of the following types (depending upon the description of item) shall be
used:

6.1.2

MS pipes conforming to IS:1239, ISI marked ( heavy / medium grade, as


required ) for pipes of sizes 150mm NB and below).

6.1.3

Piping ( for Pipes upto 150 mm dia )


The pipes shall be manufactured by Electric Resistant Welded ( ERW ) / High
Frequency Induction Welding or Hot Finished Welded process. The sulphur and
phosphorus requirements in steel shall not be more than 0.05 percent each.
The tubes shall be manufactured from hot rolled steel skelps / strips conforming
to IS :10748.

6.1.4

Hangers and supports shall be capable of carrying the sum total of all
concurrently acting loads. They shall be designed to provide the required
supporting effects and allow pipelines movements as necessary.

6.1.5

The piping system and components shall be capable of withstanding 150 per
cent of the working pressure including water hammer effects and test pressure
upto 10.0 kg/cm2.

6.1.6

Flanged joints shall be used for connections to vessels, equipment, flanged


valves and also on suitable straight lengths of pipeline of strategic points to
facilitate erection and subsequent maintenance work.

6.1.7

All pipe to pipe recieving edges shall be bevel finished to a clean edge by a
electric grinder. A requisite gap determined by the thickness of the weld
electrode shall be given between the joints before start of welding.

6.1.8

Weld Electrodes shall be of approved make, of grade and type as suitable for
the job.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

184

6.1.9

Joints shall be given a first weld in full width without burrs on the full dia of the
pipe. Welding shall be carried out vertically from the surface to be welded. Weld
fluxes shall not be so plastic such as to fall or drip down.

6.1.10

After application of first coat the weld shall be ground and then another layer of
welding shall take place. The weld shall also be cleaned by grinding. Similarly, a
third weld shall also be applied.

6.2

Valves

6.2.1

Sluice valves shall be used for isolation of flow in pipe lines For sizes upto
50 mm, gate valves shall be outside screw rising spindle type and shall be as
per IS: 778 Class-I and Class-II, as applicable. For sizes 80 mm to 300 mm,
gate valve shall be as per IS: 14846, PN=1.0 and shall be of outside screw and
rising type and cast iron double flanged. The valves shall, however, be tested
to PN:1.6.

6.2.2

Gate valves shall be provided with a hand wheel arrangement.

6.2.3

Non-return valves shall be cast iron spring action swing check type. An arrow
mark in the direction of flow shall be marked on the body of the valve. These
valves shall conform to IS:5312. The flap shall be of cast iron and flap seat ring
of leaded gun metal.

6.2.4

Valves below 50 mm size shall have screwed ends while those of 50 mm and
higher sizes shall have flanged connections. Drain lines will have valves for
draining.

6.3

Hydrant

6.3.1

Hydrant valve shall be as per IS: 5290 of stainless steel. The valve shall be
oblique type complete with hand wheel, quick coupling connection, spring and
gun metal blank cap as per I.S.:5290. The hydrant shall be fixed on Hydrant
Riser through a 80 mm dia spool piece, at approx. 1.2 mtr from floor level. The
Hydrant shall be IS marked.

6.3.2

The Hydrant shall be constructed from stainless steel as per IS, and finished to
a smooth polish on screwed ends. The Hydrant shall have screwed inlet of 75
mm dia, flanged type with 4 nos holes. The outlet shall be 63 mm female
instantaneous oblique type. The spindle shall be of gun metal with cast iron
wheel. The Hydrant shall have a PVC plug with chain fixed to the main body of
the Hydrant. The Hydrant shall conform to IS:5290. The Hydrant shall be tested
to 25 kg / cm2 test pressure. All threaded joints shall be sealed with Holdtite.
The lug shall be wing type.

6.4

First Aid Hose Reel

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

185

6.4.1

The Hose Reel shall be cabinet type with in built drum and hub wheel ties. The
supply pipe shall be of copper and be a part of the suspension assembly. The
drum shall rotate freely on the assembly. The drum shall be fabricated from MS
/ GI sheet of minimum 18 guage thickness. The drum shall have a glazed front
shutter.

6.4.2

The hose reel shall be directly tapped from the riser through a 25 mm dia pipe,
the drum and the reel being firmly held against the wall by use of dash
fasteners. The Hose Reel shall be swinging type (180 degrees) and the entire
Drum, Reel etc shall be as per and IS:884 including marking. The tubing shall
be of thermo plastic. The nozzle shall be 6 mm dia gun metal rotating head
shut off type. A Ball Valve shall be used to shut off the water supply to the
Hose Reel.

6.5

External Hose Cabinets

6.5.1

Each hydrant / Fire Brigade inlet shall be housed in a Hose Cabinet. The
Hydrant Cabinet shall hold single headed hydrant, 2 nos. Hoses and 1 no.
Branch pipes or Fire Brigade Inlets.

6.5.2

The cabinet shall be of 3 mm aluminium sheet with MS angle stand. The Box
shall have twin shutter with glass of 5.5 mm thickness.

6.5.3

The box work shall be powder coated with red paint. The words "Yard
Hydrant", "Hydrant" etc. shall be painted in white (or red on the glass) in 75
mm high letters. The hose box shall be lockable with socket spanner. All
horizontal surfaces shall be sloped adequately with water discharge holes. Vents
shall also be located on sides of the Hose Box.

6.5.4

A brick pedestal with brick wall complete with plaster shall also be constructed
for supporting the hose box. All surfaces shall be plastered with 1 : 4 ratio ( 1
cement : 4 fine sand ) mortar.

6.6

Air Vessel

6.6.1

The Air Vessel shall be provided to compensate for slight loss of pressure in the
system and to provide an air cushion for counter acting pressure surges
whenever the pumping set comes into operation. It shall be normally partly full
of water, the remaining being filled with air which will be under compression
when the system is in normal operation. Air vessel shall be fabricated from 8
mm thick MS plate with dished ends and suitable supporting legs. It shall be
provided with a 100 mm dia flanged connections from pump, one 50 mm drain
with valve, one water level guage and 25 mm sockets for pressure switches.
The air vessel shall be hydraulically tested to 20.0 kg / cm2 pressure for 30
minutes. All Valves shall be Ball Valves in gunmetal.

6.6.2

The Vessel shall be at least 1.2 M long ( excluding dished ends ) and shall be
of 250 mm dia.

6.7
Fire Brigade Inlet
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

186

6.7.1

Fire Brigade Inlet Connection shall be taken directly to the Down Commer. It
shall comprise of multiple instanteous male inlet coupling with plug and steel
chain. The Inlet shall have a dual plate wafer type non return valve and a
Butterfly Valve on the line upto the Riser. The Fire Brigade Inlet shall be
complete with necessary components like special fittings of medium quality MS
bends, flanged tees etc. The plug shall be of moulded P V C.

6.7.2

Fire Brigade Inlet for Tank Filling by Fire Brigade shall be four way with gun
metal instanteous male inlet coupling connection for connection with Fire
Brigade vehicles.

6.7.3

The inlets shall be provided with ABS Quality by Plastic Blank caps with chain
and arrangement for attaching the blank cap & chain to the FB inlet.

6.8

System Drainage

6.8.1

The system shall be provided with suitable drainage arrangements with MS


piping of 40 mm dia, complete with all accessories, and provided with 40 mm
dia ball valve.

6.9

Pressure Gauge

6.9.1

The Pressure Gauge shall be constructed of die cast aluminium. It shall be


weather proof with an IP 55 enclosure. It shall be a stainless steel Bourden
tube type Pressure Gauge with a scale range from 0 to 16 Kg / CM square and
shall be constructed as per IS: 3624.

6.10

Painting

6.10.1

All Hydrant pipes shall be painted with post office red colour paint. All pipes
shall first be cleaned thoroughly before application of primer coat. After
application of primer coat two coats of enamel paint shall be applied. Each coat
shall be given minimum 24 hours drying time. No thinners shall be used.
Wherever required all pipe headers shall be worded indicating the direction of
the pipe and its purpose such as " TO RISER NO. 1 " etc. All necessary
protection to adjacent objects shall be taken by the Contractor.

6.11

Butterfly Valve

6.11.1

The Butterfly Valve shall be suitable for waterworks and tested to minimum of
20 kg / sq cm pressure. The Valves shall fulfil the requirements of AWWA (
American Water Works Association ) C 504, API 609 and MSS-SP-67.

6.11.2

The body shall be of cast iron to IS:210 in circular shape and of high strength
to take the minimum water pressure of 20 kg / cm2. The disc shall be heavy
duty ductile iron with anti corrosive epoxy or nickel coating.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

187

6.11.3

The valve seat shall be of high grade nitrile rubber and shall be teflon coated or
silicon coated. The Valve in closed position shall have complete contact
between the seat and the disc throughout the perimeter. The elastomer rubber
shall have a long life and shall not give away on continuous applied water
pressure. The shaft shall be of EN 8 grade carbon steel.

6.11.4

The Valve shall be fitted between two flanges on either side of pipe flanges.
The Valve edge rubber shall be projected outside such that they are wedged
within the pipe flanges to prevent leakages. The flap shall be of ductile iron and
nylon coated.

6.11.5

The Valves shall be supplied with manual gear operated opening / closing
system by lever as required by the specifications.

6.12

Couplings

6.12.1

Couplings shall be of gun metal, machined and polished to requirements. Both


Male and female couplings shall be fitted into each other smoothly and without
any unnecessary force. Couplings shall IS:903 marked with the name of the
manufacturer. The coupling shall be tested to 25 kg / cm2 test pressure. The
Male couplings shall be provided with lugs for inserting female coupling. The
lugs of the coupling shall be wing type.

6.13

Branch Pipe

6.13.1

The Branch Pipe shall be constructed from Gunmetal and finished to a smooth
polish. The Branch shall have hook for control and grip type handle for holding.
The Branch pipe shall be able to give straight stream. The Branch shall be as
per IS:903. The Branch Pipe shall be tested to 20 kg / cm2 pressure.

6.14

Pendant type Sprinkler Head

6.14.1

Sprinkler heads shall be of quartzoid bulb type with bulb, valve assembly, yoke
and the deflector. The sprinkler shall be of approved make and type with 15
mm nominal dia outlets.

6.14.2

The bulb shall be made of corrosion free material strong enough to withstand
any water pressure likely to occur in the system. The bulb shall shatter when
the temperature of the surrounding air reaches at 68o / 79o C. Certificate from
manufacturer is to be submitted.

6.14.3

The nominal bore shall be 15 mm dia and colour of liquid shall be Red / Yellow.

6.14.4

The Sprinkler head shall be UL listed.

6.14.5

The sprinklers below false ceiling shall also be provided with a double plate
captive rosette assembly to seal the junction between the between the pipe and
the false ceiling.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

188

6.15

Extended Coverage Sidewall Sprinkler

6.15.1

The intent of use of this Sprinkler Head is to reduce piping within office and
shop spaces as well as to provide complete sprinkler coverage.

6.15.2

The Sprinkler head shall be fast response quartzoid bulb type with bulb, valve
assembly, yoke and top mounted deflector. The sprinkler shall be of approved
make and type with 20 mm nominal dia outlet. The water spray shall be equally
distributed along the axis of the sprinkler head with a minimum reach of 6.0 M
at 3 kg / cm2 pressure, with K value of 115.

6.15.3

The bulb shall be made of corrosion free material strong enough to withstand
any water pressure likely to occur in the system. The bulb shall shatter when
the temperature of the surrounding air reaches at 68o C.

6.15.4

The nominal bore shall be 20 mm dia and colour of liquid shall be Red.

6.15.5

The Sprinkler head shall be approved by UL with 'EC' stamped on the deflector
along with the direction of flow.

7.0

Codes & Standards

7.1

The following codes and standards and their subsequent modifications shall
apply for the design, manufacture, shop testing, erection, fabrication at site,
testing and trial operation of piping, valves and specialities requirements :

7.1

IS:554.
Dimensions for pipe threads where pressure tight joints are
required on the threads.

7.2

IS:638.

Sheet rubber jointing and rubber insertion jointing.

7.3

IS:778
purposes.

Copper alloy gate, globe and check valves for water

7.4

IS:780.

Sluice valves for water-works purposes (50 mm to 300 mm).

7.5

IS:901.
Couplings, double male and double female, intantaneous pattern
for fire fighting.

7.6

IS:1239
steel fittings.

7.7

IS:884.

Swinging type wall mounted hose reel with drum,

7.8

IS:388.

hose tubing.

7.9

IS:4038

Foot valves for water-works purposes.

7.10

IS:5290

Landing valves.

Mild steel tubes, tubulars and other wrought (Part I & II)

Correction -NIL
Insertion - NIL
Deletion - NIL

work

AE (E)

EE (E)

189

7.11

IS:10221

Anti corrosion treatment for underground MS pipes.

7.12

IS:5312

8.0

FIRE ALARM SYSTEM

8.1

Scope of Work

8.1.1

Automatic Fire Alarm System is proposed for the Guest House and Shopping
Centre. Both the Buildings shall have Detection System with Main Panel and
Local Panels.

8.1.2

For the Public Address System there shall be a PA System with the Fire Alarm
panel having rack mounted Amplifier with microphone. The PA Console shall be
provided with one channel system for allowing the fire signal annunciation to be
transferred directly to the floor. The Console shall be provided with a Selector
Switch Panel to allow for Voice Announcement for any particular floor.

8.1.3

The work under this system shall consist of furnishing all materials, equipments
and appliances and labour necessary and required to install automatic Fire
Detection and Alarm System complete with Main Control Panel, Local Control
Panel, Detectors,
Hooters, Manual Push Button, Visual Alarm etc. Any
openings / chasing in the wall / ceiling required to be made for the installation
shall be made good in manner to the satisfaction of the Engineer. The system
shall incorporate a P.A. System at the Main Control Panel with multi Channels,
Selector Switch and Hooter / Speaker as indicated in drawings.

8.2.0

Hooter cum Speaker

8.2.1

Dual Tone hooter shall have speaker with line matching transformer and shall
give discontinuous / intermittent audible alarm automatically whenever smoke
detector or heat detector operates. Hooter shall be complete with magnetic coil
and accessories, ready for mounting. The hooter cum speaker should also have
facilities for speaker announcement. Each speaker shall be provided with a Line
Matching Transformer.

8.2.2

Hooter casing shall be made from high grade ABS of red colour. The Line
Matching Transformer shall be as per Approved Makes given.

8.3.0

Manual Push Button

8.3.1

Manual Push Button shall be of Break Glass Type units, completely made from
red coloured ABS plastic. with provision for cable or conduit coupling. The
Manual Push Button shall have the word prescribed in clear bold letters on facia
window "In Case of Fire Break Glass". Installation of manual push button shall
be as per IS:2189.

8.3.2

The Box shall be red colour in Post Office red colour. It shall also have red LEDs
to indicate Fire signal. All Manual Call Boxes shall be flush type.

Swing check type reflux (non-return) valves.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

190

8.4.0

Rate of Rise Cum Fixed Temperature Heat Detector

8.4.1

Heat detectors shall be Thermistor type, working on rate of rise and fixed
temperature principle. The rate of rise element shall be a Thermistor whose
change in resistance value due to temperature rise shall determine an alarm
signal. It shall be calibrated to ignore any normal fluctuation in temperature,
but to respond quickly when the temperature rise is 9 degrees centigrade or
more per minute.

8.4.2

The operating temperature of fixed temperature should be factory set at 57o C


+ 8oC. The detector shall incorporate Response Indicator facility also. The area
of coverage per heat detector will depend upon structural configuration, but for
flat ceiling and unpartitioned space, it shall be 50 M2 per detector. The detector
shall be on the approved by LPCB / UL..

8.5.0

Optical Detector :

8.5.1

The optical detector shall work on light scattering principle, and capable of
responding to any heavy smoke particles of size exceeding 1 Micron. It shall
have a coverage of approx. 80 M2 on flat surface. The detectors shall be listed
by LPCB / UL. The detector shall have LED at the base to indicate visually in
case of a fire. The base of detector shall be interchangeable with Heat Detector.
The body shall be of white and of Poly-carbonate material.

8.5.2

The Detector shall be able to sense incipient fire by detecting the presence of
visible and invisible products of combustion. The Detector shall be suitable for
low voltage (24 volts D C) two wire supply. The sensitivity of the Detector shall
not vary with change in ambient temperature, humidity, pressure of voltage
variation.

8.5.3

It shall have in-built safety device to monitor the removal and pilferage of the
Detector. The Detector also must have facility for remote indication.

8.6.0

Fire Alarm Control Panel

8.6.1

The Control Panel in general shall conform to IS:2189. The panel shall be totally
enclosed dust and vermin proof type made of 2 mm thickness dust inhibited
sheet with even baked finish. The panel shall be of completely solid state
design. The system shall operate satisfactorily from 5 degrees C to 50 degrees
C and 95 % humidity. The components shall be suitable for satisfactory
operation even when the auxiliary supply voltage falls to 70 % of their rated
voltage.

8.6.2

The primary function of control panel shall be to respond automatically to the


operation of one or more Detectors / Manual Call Box give fire alarm and to
indicate area / areas where the device has activated. The operation of one or
more Detector / MCB shall result in simultaneous alarm given by the following:
The external alarm hooters at floor of actuation.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

191

A visible indication on control panel.


Audible alarm on control panel itself (common for all zone, through a piezo
sounder).
8.6.3

The secondary function on the control panel shall be to indicate the faults
within the system. An immediate fault warning shall be given by an audible and
visual signal on the control panel. A fault warning shall be given in case of any
of the following occurring:
Failure or disconnections of leads to all zones.
Failure or disconnections of main normal supply or battery or low voltage
battery voltage beyond 5%.
Short circuit or open fault.
Failure of any fuse / protective device.

8.6.4

The system shall be supervised for the following conditions:


Open circuit in detector wiring.
Short circuit in detector wiring.
Normal conditions.
Fire conditions.
A.C Mains failure.
Battery Low Voltage Alarm.
A common fault light shall be provided to indicate each of the above points.
Dual lamps shall be provided to indicate fire conditions and to ensure against
lamp failure both lamps shall be connected in parallel. A common electronic
audible alarm shall be provided but the fire signal shall be different from the
fault signal by providing different tones for fire and fault conditions.

8.6.5

There shall be one indicator for fire and one for fault in the control panel
corresponding to each zone. Each zone shall have two illuminating units of fire
fault indication. Each indicator shall be clearly labelled with zone number and
inscribed with the "Code Name" i.e words "Fire" or "Fault" or "Silence".
Separate indicator must be provided in green for system, standby on etc.

8.6.6

The Main control panel shall also have the facility of Public Address system with
built in Microphone. The P A System shall be coupled with the Fire Alarm Panel.
The P A System shall have a floor wise selector switch to provide
announcements to that particular floor.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

192

AIR CONDITIONING AND VENTILATION WORKS


1.0
1.1

SYSTEM DESIGN DATA


General
The basis of design, system selection, estimated requirements and other relevant data
are outlined in this section.

1.2

Scope of Work
The scope of work includes supply, installation, testing and commissioning of central airconditioning and ventilation system to provide designed conditions in the following areas
of Guest House, Shopping Centre and Community Welfare Centre Blocks:

Description of area

AC System

Mechanical ventilation

Guest Rooms

Suites, Double Bed Room,


Double Bed Room (Long
Stay)

House Keeping, Toilet &


Kitchen

Dining Block

Dining Hall, Spl. Dining,


Reception, Office,
Manager

Kitchen, House Keeping, Toilet,


Store, etc.

GUEST HOUSE BLOCK

SHOPPING CENTRE BLOCK


Banquet Hall

Banquet Hall

Kitchen & Toilets

COMMUNITY WELFARE CENTRE BLOCK


Gym, Reception, Lounge,
Games Room & Dining

Community Welfare
Centre
1.3

Kitchen & Toilets

Basis of Design

1.3.1 Site Location

Thiruvananthapuram

Latitude

8.29 ON

Longitude

76.95 OE

1.3.2 Outside Temperature:

Month

Summer

Monsoon

Winter

May

August

January

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

193

DB

33.3 0C

29.4 0C

22.2 0C

WB

26.7 0C

26.7 0C

18.3 0C

RH

59

80

69

1.3.3 Inside design Conditions:


S.
No.

Area Description

Inside condition
DB

RH

GUEST HOUSE BLOCK


1

Guest Rooms

24 1C

< 60%

Dining Hall

24 1C

< 60%

24 1C

< 60%

SHOPPING CENTRE BLOCK


1

Banquet Hall

COMMUNITY WELFARE CENTRE BLOCK


1

Gym, Recep., Lounge

24 1C

< 60%

Games Room & Dining

24 1C

< 60%

1.5

Energy Conservation Techniques

1.5.1

Use of Air cooled variable refrigerant flow (VRF) system using Inverter scroll
compressors operating on environment friendly refrigerant R-410A for the areas opted
for airconditioning system.

1.5.2

Use of variable frequency drives on AHUs complying with section 5.3.1.1 of ECBC.

1.5.3

Motors shall comply with section 8.2.2 of energy efficient motors as per ECBC.

1.6

Cooling Loads
Based on above parameters the cooling loads of various areas have been calculated as
under:

S. No.

Area Description

Load (TR)

GUEST HOUSE BLOCK


1

Guest House Block

102.2

Dining Block

28.6

SHOPPING CENTRE BLOCK


1

Banquet Hall

59.9

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

194

S. No.

Area Description

Load (TR)

GUEST HOUSE BLOCK


COMMUNITY WELFARE CENTRE BLOCK
1

1.7

Gym, Reception, Lounge, Men &


Women Games Room & Dining

34.7

System Design

A central Variable Refrigerant Flow (VRF) air-conditioning system has been proposed for
environment control in the Guest House, Shopping Centre & Community Welfare Centre
building.
VRF system has been selected to meet the building load requirements with outdoor units
installed at the roof level/ground level. Independent circuits of VRF system have been
considered in the design depending on the operational requirement of the units.
Guest House Block :The indoor units have been selected based upon requirements and the suitability. The
large, high occupancy areas like dining hall, etc. have been considered with air-handling
units (AHUs) where more fresh air and large dehumidified air quantities are required and
the guest rooms of the guest house building have been conditioned through concealed
duct type units of appropriate capacity.
Heat recovery unit has been used to recover the energy on fresh air load for the Air
handling unit served to Dining area.
Shopping Centre Block :Banquet in this block have been considered with air-handling units (AHUs) where more
fresh air and large dehumidified air quantities are required.
Community Welfare Centre Block :Multiple Split Unit System has been selected to meet the building load requirements with
outdoor units installed at the ground level.

Refrigerant piping for the AHUs and ducted type units will be routed above the false
ceiling to interconnect between outdoor and indoor units for all the buildings.
Treated fresh air (TFA) units have been considered for supplying the fresh air in guest
rooms.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

195

The conditioned air through air handling units shall be uniformly distributed through
insulated GI sheet metal ductwork and powder coated aluminum grilles / diffusers.
Return air shall be brought back to the equipment through sheet metal ducts.
Kitchen, house keeping, pantry, store, electrical room, toilets, etc. in the building shall be
provided with mechanical ventilation.
Provision shall be kept to trip the air handling units on getting signal from fire panel to
stop the air circulation using fire dampers.
The air conditioning system shall be integrated with fire protection system to avoid
spreading of fire through air conditioning ducts.
Elimination of noise is the major consideration. Acoustic lining of sheet metal ducts
equipment rooms, etc shall be considered in the system design. It is contractors
responsibility to take into account all the vibration/noise isolating accessories for air
conditioning equipment to eliminate transmission of vibration and noise through building
structure.
1.8

Items not included in HVAC Tender


The following related items of works shall be provided by other agencies and are not to
be included in the scope of work of air-conditioning contractor :

1.9

i.

Provision and termination of main 3 phase, 50 Hz, 415 volts electric


supply including main earth upto AC panels for VRF system units .

ii.

Provision and termination of potential free supply from the fire panel to
LT panels to trip the panel in case of fire.

iii.

Provision of single phase power supply within two meters of exhaust


fans and indoor units.

iv.

False ceiling to cover the ducts and frames for fixing grilles and
diffusers.

vi.

All the works for isolation of AC and non-AC areas wherever required.

Specifications
The CPWD General specifications for HVAC Works 2007 shall be applicable for the
items, whose specifications are not covered in the enclosed specifications or wherever
the specifications enclosed are not adequate. The chapter-1 General and Chapter17 inspection, testing and commissioning shall be read, as applicable, in conjunction
to these specifications.

1.10

Drawings
The drawing forming a part of these specifications indicate broadly the
proposed scheme for equipment layout and location. The contractor shall have
to execute the scheme as proposed. However, minor changes in outdoor units,

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

196

indoor units, piping - cabling routes, etc. may be permitted to suit the
equipment offered and actual conditions, subject to the engineer's approval.
The fabrication and working drawings shall be prepared by the Contractor and
got approved from the engineer before erection.
1.11

Test Data
The plant shall be tested as per the specifications given elsewhere and
complete `Test Performa' shall be furnished on prescribed sheet.

1.12

Technical Data
The Contractor shall furnish complete technical data on the equipment offered
by him as required under the heading `Technical Data'.

1.13

Performance Data
The contractor shall guarantee that the air-conditioning system performance
and shall maintain the designed inside temperature and the relative humidity as
specified.
The Contractor shall also guarantee that the capacity of various components as
well as the whole system shall not be less than specified.

1.14

Foreign Exchange
No foreign exchange shall be provided for import of any item for this work.

2.0

VARIABLE REFRIGERANT FLOW UNITS (VRF)

2.1

General
It shall be air cooled, modular type variable refrigerant volume air conditioning
unit consisting of outdoor unit and multiple indoor units, each suitable for
cooling in summer and heating during winters as per the requirements.
The refrigerant piping shall be extendable up to 200m with 50m level difference
without any oil traps.

2.2

Outdoor Unit
The outdoor unit shall be a factory assembled unit housed in a sturdy weather
proof casing constructed form rust-proof mild steel panels coated with a baked
enamel finish.
The outdoor unit shall have a inverter scroll compressors and be able to operate
even in case of breakdown of one of compressors.

The noise level shall not be more than 62 dB(A)at normal operation measured
horizontally 1m away and 1.5m above ground.
The outdoor unit shall be modular in design which can be installed side by side.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

197

Each outdoor unit shall have multiple inverter scroll compressors above 14 HP.
The Minimum COP of each module shall not be less than 3.5 at 100% load at
ARI Conditions.
2.3

Compressor
The compressor shall be of highly efficient hermetic inverter capable of capacity
modulation by frequency modulation.

2.4

Heat Exchanger
The heat exchanger shall be constructed with copper tubes mechanically
bonded to aluminium fins to form a cross fin coil. The aluminium fins shall be
covered by anti-corrosion resin film and hydrophilic coating.

2.5

Refrigerant Circuit
The refrigerant circuit shall include an accumulator, liquid and gas shut off
valves and a solenoid valves or pulse width modulation valve.
All necessary safety devices shall be provided to ensure the safety operation of
the system.

2.6

Safety Devices
The following safety devices shall be part of the outdoor unit;
High Pressure Switch, Low Pressure Switch, Fan Motor Safety Thermostat, Over
Current Relay, Fusible Plugs, Fuses.

2.7

Oil Recovery System


Each unit shall be equipped, with an oil separator to ensure oil recovery with
long refrigerant piping for the long life of unit.

2.8

Indoor Unit
The Indoor unit shall be air handling unit, concealed or ductable type, as
specified in scope of work. It shall have electronic control valve to control
refrigerant flow rate in response to load variations of the room. The fan shall be
of the dual suction multi blade type and statically and dynamically balanced to
ensure low noise and vibration free operation.

The identification number of the indoor unit shall be set automatically in case of
individual and group control. In case of centralized control, liquid crystal remote
controller shall set the same.
The indoor unit can be floor mounted type, AHU, concealed, ductable or hi-wall
split units complete with the following components:
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

198

The unit shall be with pre-filter; fan section & DX coil section. The housing of
unit shall be light weight powder coated galvanized steel. The unit shall be
perfectly concealed in overhead boxing. Noise level should not be more then 35
db at low speed.
The cooling coil shall be of seamless copper tubes, and shall have continuous
aluminium fins. The tubes shall be staggered in the direction of airflow. The fins
shall be uniformly bonded to the tubes by mechanical expansion of the tubes.
The coils shall be tested against leaks.
Unit shall have cleanable type filter of resin net (with mold resistant) fixed to an
integrally moulded plastic frame. The filter should be slide away type but neatly
inserted.
The filter shall be preferable with ionizer to inhibit the spread of bacteria or
virus.
The indoor unit shall have an electronic expansion valve kit including controller
etc. to control refrigerant flow rate in response to load variations of room. The
maximum capacity of kit should be 20 H.P. Multiple kits shall be used for
capacity more than 20 H.P.
The computerized PID control shall be used to maintain a correct room
temperature. Each unit to be provided with microprocessor thermostat for
cooling & heating.
Each unit shall be with wired remote controller LCD type. The LCD remote
controller shall memorize the latest malfunction code for easy maintenance.
2.9

Centralized System Remote Controller


A multifunctional compact centralized controller shall be provided with the
system.
The System Controller shall act as an advanced air conditioning management
system to give complete control of VRV air conditioning equipment. The system
shall be user friendly.
It shall be able to control up to 256 nos. indoor units with the following
functions :Programmable touch screen with coloured LCD display.
Starting/stopping of Air conditioners as a zone or group or individual unit.
Temperature setting for each indoor unit or zone.
Switching between temperature control modes, switching of fan speed and
direction of airflow, enabling/disabling of individual remote controller operation.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

199

Monitoring of operation status such as operation mode & temperature setting of


individual indoor units, maintenance information, trouble shooting information
and facility to programme on daily / weekly basis.
The controller shall be wired by a non polar 2 wire transmission cable to a
maximum distance of 1 km. from indoor unit.
2.9.1

Integrated Data Management Control System


A multifunctional centralized controller capable of controlling, monitoring,
managing and maintaining historical data for further analysis.
The Controller shall have built in web server for PC independent management
and remote access control.
It shall be able to control up to 256 groups of indoor units with error history
management.
It shall be suitable to feed in schedule daily or weekly.
The data shall be stored in non volatile memory and shall able to maintain data
even after power failures.
It shall monitor and control the following functions:
Operation Mode
Temperature settings
Airflow direction
Fan speed
It shall display temperatures of all rooms connected with the controller.
It shall have power distribution system capable upto 256 indoor units and data
query for watt hour, use time and use ratio. File shallbe saved in excel format.

2.10

Guestroom Room Management System


The System shall have External contact interface module for direct indoor
control by external contact signal. The Indoor unit shall interface with the key
tag interface installed for switching off the electrical appliances while room is
closed. The Air conditioner Indoor unit will switch off along with other electrical
accessories

2.11

Refrigerant Piping
All refrigerant piping for the air conditioning system shall be constructed from
hard drawn seamless copper refrigerant pipes with copper fittings and silverbrazing joints. The refrigerant piping arrangements shall be in accordance with

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

200

good practice within the air conditioning industry, and shall include expansion
valves, charging connections, suction line insulation and all other items normally
forming part of proper refrigerant circuits.
All pipes shall be degreased, clean inner surface, free from any lubricant,
carbon residue and suitable for refrigerant R-410A.
Each tube shall be capped, plugged at both ends so as to maintain the internal
cleanliness of the tube under normal conditions of handling and storage.
Straight tube shall be marked at repeated distances along the length, the
number of standard, cross sectional dimensions, manufacturers identification
mark, date of manufacture and batch/lot number etc. All joints in copper piping
shall be through Copper-Phos-Silver brazing filter metals. Before joining copper
pipes all burrs shall be removed from inside and outside of pipes. Brazing joint
shall be oxygen free nitrogen, piping shall be pressure tested using nitrogen at
32 kg/cm2 to be maintained for 24 hours.
The suction line pipe size and the liquid line pipe size shall be selected
according to the manufacturers specified outside diameter. All refrigerant pipes
shall be properly supported and anchored to the building structure using steel
hangers, slotted angle tray, anchors, brackets and supports which shall be fixed
to the building structure by means of inserts or expansion shields of adequate
size and number to support the load imposed thereon.
The OD & wall thickness of copper refrigerant piping shall be as follows:
Outside Dia (mm)

2.12

Wall Thickness(mm)

a)
41.3, 34.0
b)
31.8, 28.6, 25.4, 22.2
c)
19.1, 15.9
d)
12.7, 9.5, 6.4
Condensate Drain Piping

1.3
1.2
1.0
0.8

The indoor units shall be connected to drain pipe made of hard UPVC.
The pipes shall be laid in proper slope for efficient drainage of condensate
water.
Drain Pipe Insulation
Drain pipes carrying condensate water shall be insulated with 6 mm thick
chemically cross-linked closed cell Nitrile Rubber, fire retardant type having
Thermal conductivity of elastomeric nitrile rubber shall not exceed 0.036 W/mK
at an average temperature of 0C. Density of material shall be between 40 60
Kg/m.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

201

The joints shall be properly sealed with synthetic glue to ensure proper bonding
of the ends.
2.13

Pipe Insulation
Refrigerant Pipe Insulation
The whole of the liquid and suction refrigerant lines including all fittings, valves
and strainer bodies, etc. shall be insulated with 19mm /13 mm thick chemically
cross-linked closed cell Nitrile Rubber, fire retardant type having Thermal
conductivity of elastomeric nitrile rubber shall not exceed 0.036 W/mK at an
average temperature of 0C. Density of material shall be between 40 60
Kg/m. and water vapour permeability not more than 0.024 per inch i.e. water
vapour diffusion resistance factor not less than 7000. Nitrile rubber
insulation material shall meet Class 0 fire rating as per BS 476 part 6 & 7.
Material shall also be FM Global & UL-94 approved.
The joints shall be properly sealed with synthetic glue to ensure proper bonding
of the ends.

3.0

AIR HANDLING UNITS

3.1

General
The work under this part shall consist of furnishing all labour, material equipment
and appliances as specified and required to install Air Handling Units and other
allied work to make air conditioning system ready for operation as per drawings.
Except or otherwise specified air handling unit and related item shall be in
accordance with these specifications.

3.2

Housing/Casing
The Air handling unit shall be of sectionalized, draw through type double skin
construction, consisting of fan section, Dx coil section, filter section, insulated
drain pan, etc. as specified.
Double skinned air handling unit shall be in modular construction. Frame work
shall be fabricated out of extruded aluminium sections. Panel shall be removable
and made out of GSS sheets in sandwitched construction. Outside sheet of panel
shall be minimum 0.6 mm thick pre-plastified GSS sheet while inside GSS sheet
thickness shall be 0.6 mm minimum in natural finish. Polyurethene foam
insulation of minimum 38 kg/m density shall be injected/sandwitched between
these panels. Panel thickness shall be 25mm. Suitable doors with die cast
aluminium handles and hinges and latches shall be provided for access to various
panels for maintenance. The entire housing shall be mounted on Aluminium
channel frame work.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

202

3.3

Cooling/Heating Coils
Coils shall be of the fin and tube type having aluminium fins mechanically bonded
to copper tubes. All tubes shall be in staggered pattern. The fins shall be
minimum 0.14 mm thick aluminium at a pitch of 5 fins/cm. All the tube
connections to headers and return bends shall be brazed with silver brazing alloy.
Capacity of the coil shall be as required under the schedule of equipment. All coils
shall be duly pressure tested for required pressure.

3.4

Fan
Fan shall be backward / forward curved/Plug type. The fan housing, impeller
shall be fabricated from 1.2/1.6 mm GI sheet. Fan impeller shall be mounted on a
solid steel shaft statically and dynamically balanced. Shaft shall be supported to
the housing with angle iron frame and pillow block heavy duty ball bearing. Fan
housing shall be made of die-formed side sheets with streamlined inlets and
guide vanes to ensure smooth air-flow into the fans. Fan housing and TEFC Fan
motor in IP-55 Construction shall be mounted within the fan section on a
common extruded aluminium base mounted inside the air handling unit on antivibration mounts. Fire retarding double canvas flexible connection shall be
provided between fan outlet and AHU casing. The operation of the fan shall be
quiet.

3.5

Motor and Drive


Fan motor shall be totally enclosed fan cooled type in IP-55 construction suitable
for AC supply of 415 + 10% V, 3 phase, 50 Hz. Motor shall be selected for quiet
operation and a maximum motor speed of 1440 RPM. Drive to fan shall be
provided through belt-drive arrangement. Belts shall be oil-resistant type.

3.6

Mixing Plenum
Wherever return air is ducted, double skin mixing plenum shall be provided
having construction similar to air handling unit with provisions of flanged
connections for return air and fresh air and factory fitted, manually operated,
gear driven extruded aluminium volume control dampers. Filter plenum,
wherever required shall be of the same construction and shall be factory
fabricated by the AHU manufacturer only.

3.7

Safety features
The fan access door shall be equipped with micro-switch interlock with fan motor
enabling switching OFF the fan motor automatically in the event of door opening.
Wire guard for fan section access door shall be provided.

3.8

Accessories
Each air handling unit shall be complete with:

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

203

a)
b)
c)
d)
e)

Flexible connection between fan outlet and unit casing. Stainless steel
chicken wire mesh screen shall be provided at the duct connection.
Vibration isolator of high efficiency.
Suitable concrete/steel foundation.
Motor and drive package.
Test pocket with thermometer for checking the air inlet and outlet
temperature.

Powder coated extruded aluminium fresh air louvers with frame, damper, and
fresh air filters (if required), etc. to be measured separately as per BOQ shall be
provided in the clear opening in masonry wall. Wherever fresh air ducting is
involved, it shall be carried out as specified in Section "SHEET METAL WORK"
and insulated with 25mm thick fibre glass as specified in section "INSULATION".
3.9

Filters at Air Handling Unit and Fresh air intakes


The filter shall be constructed out of 50mm deep non-woven polypropelene
media stitched between 40 sieve HDPE mesh and aluminium mesh on the other
side. All three stitched together and housed in 14 gauge anodised aluminium
frame. All the edges of the filter element shall be protected from polyester
beading and perfectly sealed within the frame with ductile epoxy resin to avoid
bypassing of unfiltered air. Filter element shall have minimum 38 folds per
meter of filter face area. Filter shall be in foamless construction with rubber
gasket fixed on the flange. All hardware used shall either be chrome plated or
brass. The maximum pressure drop shall not exceed 2.5m to 3.5mm WG when
clean. Filter shall be complete with mounting arrangement, nut bolts etc. and
whatever is required to complete the installation. The efficiency of filter shall
be 90% down to 20 micron.

3.10

CO2 Sensor
The sensor shall be non-dispersive infrared (NDIR) type, with a measuring
range of 0-2000 ppm with an accuracy of 5% or 95 ppm. The response
time shall be less than 1 minute. The sensor shall be suitable for operation in
0-500C DB temperature and 0-99% RH. It should be capable of providing an
analog output of 0-10 VDC/ 4-20 mA. Warm up time shall be 5 minutes. The
sensor shall have digital display with 4 digit 9.5mm LED. The sensor shall be
UL listed or as approved by the Engineer-in-Charge. The sensor is required to
be installed incase it is quantified in the Bill of Quantities.

3.11

Testing
The air handling unit shall be tested to measure air quantity and coil performance
by measuring temperature difference and pressure drop through the coil and
then calculating the capacity by using the above measurements.

3.12

Limitations
The air velocity across the filter media shall not exceed 2.5 M/S (500 FPM).

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

204

The air velocity across the coil shall not exceed 2.5 M/S (500 FPM).
The air velocity at the fan outlet shall not exceed 9.14 M/S (1800 FPM).
4.0

VENTILATION FANS

4.1

General
The ventilation fans listed below shall be complete in all respects and shall
comply with the specifications. The fans shall be supplied as applicable or as
specified and shown elsewhere.

4.2

Inline Fan
Inline fan shall be complete with centrifugal impeller, casing, direct driven
motor and vibration isolators. Direction of discharge, and rotation position shall
be as per the job requirement and shall be marked on the fan assembly. In
case of lower ceiling heights the unit shall be with swing out motor type fans.
a)

Housing shall be constructed of hot rolled GSS sheets in double skin/single skin
construction with FRP corners.
Housing metal parts shall be either spot welded or screwed or mounted together
with rivets. Indication showing rotation arrow and make, model number and
duty conditions of the fan shall be available on the housing.

b)

Fan Wheel shall be backward curved type. Fan wheel shall be statically and
dynamically balanced.

c)

Bearings shall be completely maintenance free and can be used in any


mounting position, at maximum indicated temperature. The bearing lubricant
shall be suitable for low temperature applications. The life expectancy at
maximum indicated temperature shall be minimum 40,000 hours operation.

d)

Fan motor shall be suitable for 415 + 10% volts, 50 cycles, 3 phase/1 phase
power supply, squirrel cage, totally enclosed fan cooled motor (IP-44/IP-55),
provided with class B or F insulation. Motor shall be with built-in thermal contact
which will open and break the power supply at critical high temperature point.

e)

Drive to fan shall be direct belt driven.

f)

Painting : Complete fan assembly, and other steel components shall be epoxy
painted.

4.3

Propeller Fans
Propeller fans shall be direct-drive, three or four blade type, mounted on a steel
fixed plate with orifice ring.
a)

Mounting Plate shall be of steel construction, square with streamlined


venturi inlet (reversed for supply applications) coated with epoxy paint
finish. The mounting plate shall be of standard size, constructed of 2 to

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

205

18 gauge sheet steel depending upon the fan size. Orifice ring shall be
correctly formed by spinning or stamping to provide easy passage of air
without turbulence and to direct the air stream.

4.4

4.5

b)

Fan Blades shall be constructed of aluminum or steel. Fan hub shall be


of heavy duty welded steel construction with blades bolted to the hub.
Fan blades and hub assembly shall be statically and dynamically balanced
at the factory.

c)

Shaft shall be of steel, accurately ground and shall be of ample size for
the load transmitted. The shaft shall not pass through first critical speed
through the full range of specified fan speeds.

d)

Motor shall be standard (easily replaceable) permanent split capacitor or


shaded pole for small sizes, totally enclosed with pre-lubricated sleeve or
ball bearings, designed for quiet operation with maximum speed of 900
rpm for fans 300 mm dia or larger and 1440 rpm for fans lesser than 300
mm dia. The fan motor upto 500 watts ratings shall be suitable for 220240V, 1 ph, 50 cycles power supply where as motors above 500 watts
rating shall be suitable for 415V, 3 ph, 50 cycles power supply. Motors
shall be suitable for either horizontal or vertical services.

e)

Accessories The following accessories shall be provided with the


propeller fans as per the application and as required by engineer.
i)

Wire guard on the fan inlet side and bird screen at the fan outlet.

ii)

Gravity operated/fixed louvered shutter, built into a steel frame as


per "Schedule of Quantities", to be provided at the fan outlet.

Installation
a)

The Contractor shall supply all foundation bolts, base frame wherever
required, vibration isolators and other accessories and shall assure that
the components are placed securely in proper position while the
foundation is cast.

b)

Vibration isolators shall be provided with an efficiency of not less than


80%.

Testing
All the fans shall be tested for performance at the factory in accordance with the
guidelines laid down by ASHRAE/AMCA standards and the following test results
shall be furnished.
a)
b)
c)

CFM
Static pressure at the specified flow rate
KW input to motor and its P/F

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

206

5.0

VARIABLE FREQUENCY DRIVES FOR FANS

5.1

General
The section describes the type of Variable Frequency Drive (VFD) for
fan speed control. The drive shall not be general purpose product, but
a dedicated HVAC design.
The VFD and its options shall be factory mounted and tested to UL
508C as a single unit under full load and appropriate UL label shall be
applied before dispatch. VFD shall be manufactured in ISO 9000, 2000
certified facilities. The VFD shall be CE marked and conform to the
European Union Electro Magnetic Compatibility directive or equal
international certification as approved by the engineer. It shall be UL
listed for a short circuit current rating of 100 kA and labeled with this
rating. The frequency converter shall be supported locally by the
manufacturer who will provide full technical support, spares holding
and trouble shooting capability from their own local facility. A training
course shall be provided by the manufacturer to the client /
contractor / maintenance engineers.

5.2

Technical Parameters

5.2.1

The VFD shall convert incoming fixed frequency three-phase AC power into an
adjustable frequency and voltage for controlling the speed of three-phase AC
motors. The motor current shall closely approximate a sine wave. Motor voltage
shall be varied with frequency to maintain desired motor magnetization current
suitable for the driven load and to eliminate the need for motor derating.

5.2.2

5.2.3

When properly sized, the VFD shall allow the motor to produce full rated power
at rated motor voltage, current, and speed without using the motor's service
factor. VFDs utilizing sine weighted/coded modulation (with or without 3rd
harmonic injection) must provide data verifying that the motors will not draw
more than full load current during full load and full speed operation.
The VFD shall include an input full-wave bridge rectifier and maintain a
fundamental (displacement) power factor near unity regardless of speed or
load.
The VFD shall have a dual 5% impedance DC link reactor (harmonic filters) on
the positive and negative rails of the DC bus to minimize power line harmonics
and protect the VFD from power line transients. The chokes shall be nonsaturating. Swinging chokes that do not provide full harmonic filtering
throughout the entire load range are not acceptable.
VFDs with saturating (non-linear) DC link reactors shall require an additional
3% AC line reactor to provide acceptable harmonic performance at full load,
where harmonic performance is most critical.
IEEE519, 1992 recommendations shall be used for the basis of calculation of
total harmonic distortion (THD) at the point of common coupling (PCC). On
request VFD manufacturer shall provide THD figures for the total connected

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

207

load. The contractor shall provide details of supply transformer rating,


impedance, short circuit current, short circuit impedance etc to allow this
calculation to be made.
5.2.4

All VFDs shall contain integral EMC Filters to attenuate Radio Frequency
Interference conducted to the AC power line. The VFDs shall comply with the
emission and immunity requirements of IEC 61800-3 : 2004, Category C1 with
50m motor cable (unrestricted distribution). The suppliers of VFDs shall include
additional EMC filters if required to meet compliance to this requirement.

5.2.5

The VFDs full load output current rating shall meet or exceed the normal rated
currents of standard IEC induction motors. The VFD shall be able to provide full
rated output current continuously, 110% of rated current for 60 seconds and
120% of rated torque for up to 0.5 second while starting.

5.2.6

The VFD shall provide full motor torque at any selected frequency from 20 Hz to
base speed while providing a variable torque V/Hz output at reduced speed.
This is to allow driving direct drive fans without high speed derating or low
speed excessive magnetization, as would occur if a constant torque V/Hz curve
was used at reduced speeds. Breakaway current of 160% shall be available.

5.2.7

A programmable automatic energy optimization selection feature shall be


provided as standard in the VFD. This feature shall automatically and
continuously monitor the motors speed and load to adjust the applied voltage
to maximize energy savings.

5.2.8

The VFD must be able to produce full torque at low speed to operate direct
driven fans.

5.2.9

Output power circuit switching shall be able to be accomplished without


interlocks or damage to the VFD.

5.2.10

An Automatic Motor Adaptation algorithm shall measure motor stator resistance


and reactance to optimize performance and efficiency. It shall not be necessary
to run the motor or de-couple the motor from the load to perform the test.

5.2.11

Galvanic isolation shall be provided between the VFDs power circuitry and
control circuitry to ensure operator safety and to protect connected electronic
control equipment from damage caused by voltage spikes, current surges, and
ground loop currents. VFDs not including either galvanic or optical isolation on
both analog I/O and discrete digital I/O shall include additional isolation
modules.
VFD shall minimize the audible motor noise through the used of an adjustable
carrier frequency. The carrier frequency shall be automatically adjusted to
optimize motor and VFD operation while reducing motor noise. VFDs with fixed
carrier frequency are not acceptable.

5.2.12

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

208

5.2.13

The VFD shall allow up to at least 100 meters of SWA (Single Wire Armour)
cable to be used between the FC and the motor and allow the use of MICS
(Mineral Insulated Copper Sheath) cable in the motor circuit for fire locations.

5.3

Protective Features

5.3.1

A minimum of Class 20 I2t electronic motor overload protection for single motor
applications shall be provided. Overload protection shall automatically
compensate for changes in motor speed.

5.3.2

Protection against input transients, loss of AC line phase, output short circuit,
output ground fault, over voltage, under voltage, VFD over temperature and
motor over temperature. The VFD shall display all faults in plain language.
Codes are not acceptable.

5.3.3

Protect VFD from input phase loss. The VFD should be able to protect itself
from damage and indicate the phase loss condition. During an input phase loss
condition, the VFD shall be able to be programmed to either trip off while
displaying an alarm, issue a warning while running at reduced output capacity,
or issue a warning while running at full commanded speed. This function is
independent of which input power phase is lost.

5.3.4

Protect from under voltage. The VFD shall provide full rated output with an
input voltage as low as 90% of the nominal. The VFD will continue to operate
with reduced output, without faulting, with an input voltage as low as 70% of
the nominal voltage.

5.3.5

VFD shall include current sensors on all three output phases to accurately
measure motor current, protect the VFD from output short circuits, output
ground faults, and act as a motor overload. If an output phase loss is detected,
the VFD will trip off and identify which of the output phases is low or lost.

5.3.6

If the temperature of the VFDs heat sink rises to 80C, the VFD shall
automatically reduce its carrier frequency to reduce the heat sink temperature.
It shall also be possible to program the VFD so that it reduces its output current
limit value if the VFDs temperature becomes too high.

5.3.7

In order to ensure operation during periods of overload, it must be possible to


program the VFD to automatically reduce its output current to a programmed
value during periods of excessive load. This allows the VFD to continue to run
the load without tripping.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

209

5.3.8

The VFD shall have temperature controlled cooling fan(s) for quiet operation,
minimized losses, and increased fan life. At low loads or low ambient
temperatures, the fan(s) may be off even when the VFD is running.
Protect from output switching : The VFD shall be fully protected from switching
a contactor / isolator at the output with out causing tripping e.g.: for switching
on/off the isolators of the AHU / ventilation fans / pumps near the motor with
VFD in ON mode.
The VFD shall store in memory the last 10 alarms. A description of the alarm,
and the date and time of the alarm shall be recorded.

5.3.9

5.3.10

5.3.11

5.4

When used with a pumping system, the VFD shall be able to detect no-flow
situations, dry pump conditions, and operation off the end of the pump curve. It
shall be programmable to take appropriate protective action when one of the
above situations is detected.
Interface Features

5.4.1

Hand, Off and Auto keys shall be provided on the control panel to start and
stop the VFD and determine the source of the speed reference. It shall be
possible to either disable these keys or password protect them from undesired
operation.

5.4.2

There shall be an Info key on the keypad. The Info key shall include on-line
context sensitive assistance for programming and troubleshooting.

5.4.3

The VFD shall be programmable to provide a digital output signal to indicate


whether the VFD is in Hand or Auto mode. This is to alert the Building
Automation System whether the VFD is being controlled locally or by the
Building Automation System.

5.4.4

Password protected keypad with alphanumeric, graphical, backlit display can be


remotely mounted. Two levels of password protection shall be provided to
guard against unauthorized parameter changes.

5.4.5

All VFDs shall have the same customer interface. The keypad and display shall
be identical and interchangeable for all sizes of VFDs.

5.4.6

To set up multiple VFDs, it shall be possible to upload all setup parameters to


the VFDs keypad, place that keypad on all other VFDs in turn and download the
setup parameters to each VFD. To facilitate setting up VFDs of various sizes, it
shall be possible to download from the keypad only size independent
parameters. Keypad shall provide visual indication of copy status.

5.4.7

Display shall be programmable to communicate in plain English language.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

210

5.4.8

A red FAULT light, a yellow WARNING light and a green POWER-ON light shall
be provided. These indications shall be visible both on the keypad and on the
VFD when the keypad is removed.

5.4.9

A quick setup menu with factory preset typical HVAC parameters shall be
provided on the VFD. The VFD shall also have individual Fan, Pump, and
Compressor menus specifically designed to facilitate start-up of these
applications.

5.4.10

A three-feedback PID controller to control the speed of the VFD shall be


standard. This controller shall accept up to three feedback signals. It shall be
programmable to compare the feedback signals to a common set point or to
individual set points and to automatically select either the maximum or
minimum deviating signal as the controlling signal. It shall also be possible to
calculate the controlling feedback signal as the average of all feedback signals
or the difference between a pair of feedback signals.

5.4.11

The VFD shall be able to apply individual scaling to each feedback signal.

5.4.12

For fan flow tracking applications, the VFD shall be able to calculate the square
root of any or all individual feedback signals so that a pressure sensor can be
used to measure air flow.

5.4.13

The VFDs PID controller shall be able to actively adjust its set point based on
flow. This allows the VFD to compensate for a pressure feedback sensor which
is located near the output of the pump rather than out in the controlled system.

5.4.14

The VFD shall have three additional PID controllers which can be used to
control damper and valve positioners in the system and to provide setpoint
reset.

5.4.15

Floating point control interface shall be provided to increase/decrease speed in


response to contact closures.

5.4.16

Five simultaneous meter displays shall be available. They shall be selectable


from (at a minimum), frequency, motor current, motor voltage, VFD output
power, VFD output energy, VFD temperature in degrees, feedback signals in
their own units, among others.

5.4.17

Programmable Sleep Mode shall be able to stop the VFD. When its output
frequency drops below set sleep level for a specified time, when an external
contact commands that the VFD go into Sleep Mode, or when the VFD detects a
no-flow situation, the VFD may be programmed to stop. When the VFDs speed
is being controlled by its PID controller, it shall be possible to program a
wake-up feedback value that will cause the VFD to start.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

211

To avoid excessive starting and stopping of the driven equipment, it shall be


possible to program a minimum run time before sleep mode can be initiated
and a minimum sleep time for the VFD.
5.4.18

A run permissive circuit shall be provided to accept a system ready signal to


ensure that the VFD does not start until dampers or other auxiliary equipment
are in the proper state for VFD operation. The run permissive circuit shall also
be capable of initiating an output run request signal to indicate to the external
equipment that the VFD has received a request to run.

5.4.19

VFD shall be programmable to display feedback signals in appropriate units,


such as inches of water column (in-wg), pressure per square inch (psi) or
temperature (F). Examples can be room temperature in 0C, return air
temperature in 0C, supply air temperature in 0C, CO2 concentration in ppm,
pressure in bar, differential pressure in PSI etc.

5.4.20

VFD shall be programmable to sense the loss of load. The VFD shall be
programmable to signal this condition via a keypad warning, relay output
and/or over the serial communications bus. To ensure against nuisance
indications, this feature must be based on motor torque, not current, and must
include a proof timer to keep brief periods of no load from falsely triggering this
indication.

5.4.21

Standard Control and Monitoring Inputs and Outputs


a)
b)
c)

d)

e)

f)

Four dedicated, programmable digital inputs shall be provided for


interfacing with the systems control and safety interlock circuitry.
Two terminals shall be programmable to act as either as digital outputs
or additional digital inputs.
Two programmable relay outputs, Form C 240 V AC, 2 A, shall be
provided for remote indication of VFD status. Each relay shall have an
adjustable on delay / off delay time.
Two programmable analog inputs shall be provided that can be either
direct-or-reverse acting.
i)
Each shall be independently selectable to be used with either an
analog voltage or current signal.
ii)
The maximum and minimum range of each shall be able to be
independently scalable from 0 to 10 V dc and 0 to 20 mA.
iii)
A programmable low-pass filter for either or both of the analog
inputs must be included to compensate for noise.
The VFD shall provide front panel meter displays programmable to show
the value of each analog input signal for system set-up and
troubleshooting.
One programmable analog current output (0/4 to 20 mA) shall be
provided for indication of VFD status. This output shall be programmable

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

212

5.4.22

5.4.23

5.4.24

to show the reference or feedback signal supplied to the VFD and for
VFD output frequency, current and power. It shall be possible to scale
the minimum and maximum values of this output.
g)
It shall be possible to read the status of all analog and digital inputs of
the VFD through serial bus communications.
h)
It shall be possible to command all digital and analog output through
the serial communication bus.
Optional Control and Monitoring Inputs and Outputs
a)
It shall be possible to add optional modules to the VFD in the field to
expand its analog and digital inputs and outputs.
b)
These modules shall use rigid connectors to plug into the VFDs control
card.
c)
The VFD shall automatically recognize the option module after it is
powered up. There shall be no need to manually configure the module.
d)
Modules may include such items as:
i)
Additional digital outputs, including relay outputs
ii)
Additional digital inputs
iii)
Additional analog outputs
iv)
Additional analog inputs, including Ni or Pt temperature sensor
inputs
It shall be possible through serial bus communications to control the status of
all optional analog and digital outputs of the VFD.Standard programmable
firefighters override mode allows a digital input to control the VFD and override
all other local or remote commands. It shall be possible to program the VFD so
that it will ignore most normal VFD safety circuits including motor overload. The
VFD shall display FIREMODE whenever in firefighters override mode. Firemode
shall allow selection of forward or reverse operation and the selection of a
speed source or preset speed, as required to accommodate local fire codes,
standards and conditions.
A real-time clock shall be an integral part of the VFD.
a)
It shall be possible to use this to display the current date and time on
the VFDs display.
b)
Ten programmable time periods, with individually selectable ON and OFF
functions shall be available. The clock shall also be programmable to
control start/stop functions, constant speeds, PID parameter setpoints
and output relays. Is shall be possible to program unique events that
occur only during normal work days, others that occur only on non-work
days, and others that occur on specific days or dates. The manufacturer
shall provide free PC-based software to set up the calendar for this
schedule.
c)
All VFD faults shall be time stamped to aid troubleshooting.
d)
It shall be possible to program maintenance reminders based on date
and time, VFD running hours, or VFD operating hours.
e)
The real-time clock shall be able to time and date stamp all faults
recorded in the VFD fault log.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

213

5.4.25
5.4.26

The VFD shall be able to store load profile data to assist in analyzing the system
demand and energy consumption over time.
The VFD shall include a sequential logic controller to provide advanced control
interface capabilities. This shall include:
a)
Comparators for comparing VFD analog values to programmed trigger
values
b)
Logic operators to combine up to three logic expressions using Boolean
algebra
c)
Delay timers
d)
A 20-step programmable structure

5.4.27

The VFD shall include a Cascade Controller which allows the VFD to operate in
closed loop set point (PID) control mode one motor at a controlled speed and
control the operation of 3 additional constant speed motor starters.

5.5
5.5.1

Serial Communications
The VFD shall include a standard EIA-485 communications port and capabilities
to be connected to the following serial communication protocols at no additional
cost and without a need to install any additional hardware or software in the
VFD:
a)
Metasys N2
b)
Modbus RTU
VFD shall have standard USB port for direct connection of Personal Computer
(PC) to the VFD. The manufacturer shall provide no-charge PC software to allow
complete setup and access of the VFD and logs of VFD operation
through the USB port. It shall be possible to communicate to the VFD through
this USB port without interrupting VFD communications to the building
management system.
The VFD shall have provisions for an optional 24 V DC back-up power interface
to power the VFDs control card. This is to allow the VFD to continue to
communicate to the building automation system even if power to the VFD is
lost.
Adjustments

5.5.2

5.5.3

5.6
5.6.1

5.6.2
5.6.3
5.6.4

5.6.5

The VFD shall have a manually adjustable carrier frequency that can be
adjusted in 0.5 kHz increments to allow the user to select the desired operating
characteristics. The VFD shall also be programmable to automatically reduce its
carrier frequency to avoid tripping due to thermal loading.
Four independent setups shall be provided.
Four preset speeds per setup shall be provided for a total of 16.
Each setup shall have two programmable ramp up and ramp down times.
Acceleration and deceleration ramp times shall be adjustable over the range
from 1 to 3,600 seconds.
Each setup shall be programmable for a unique current limit value. If the output
current from the VFD reaches this value, any further attempt to increase the
current produced by the VFD will cause the VFD to reduce its output frequency

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

214

5.6.6

5.6.7

5.6.8

5.6.9

to reduce the load on the VFD. If desired, it shall be possible to program a


timer which will cause the VFD to trip off after a programmed time period.
If the VFD trips on one of the following conditions, the VFD shall be
programmable for automatic or manual reset: external interlock, under-voltage,
over-voltage, current limit, over temperature, and VFD overload.
The number of restart attempts shall be selectable from 0 through 20 or
infinitely and the time between attempts shall be adjustable from 0 through 600
seconds.
An automatic start delay may be selected from 0 to 120 seconds. During this
delay time, the VFD shall be programmable to either apply no voltage to the
motor or apply a DC braking current if desired.
Four programmable critical frequency lockout ranges to prevent the VFD from
operating the load at a speed that causes vibration in the driven equipment
shall be provided. Semi-automatic setting of lockout ranges shall simplify the
set-up.

5.7

Optional Features

5.9.1

All optional features shall be built and mounted by VFD manufacturer as an


inbuilt factory solution. All optional features shall be UL listed by the VFD
manufacturer as a complete assembly and carry a UL label.

5.8

Service Conditions

5.8.1

Ambient temperature at full speed, full load operation with continuous drive
rated output current:
a)

-10 to 45C for ratings upto 90 kW without derating

b)

-10 to 40C for ratings 110 kW and higher without derating

5.8.2

Relative Humidity : 0 to 95%, non-condensing.

5.8.3

Elevation : Up to 3,300 feet without derating.

5.8.4

AC line voltage variation : + 10% of nominal with full output.

5.8.5

VFD Enclosure protection: For VFD Sizes < 90 KW - IP 55 with Mains


Disconnect switch, integral, with no additional cabinets.
For VFD Sizes > 110 KW - IP 54 with Mains Disconnect switch, integral, with no
additional cabinets.

5.8.6

Side Clearances : No side clearance shall be required for cooling.

5.8.7

All power and control wiring shall be done from the bottom.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

215

5.8.8

All VFDs shall be plenum rated.

5.9

Quality Assurance

5.9.1

To ensure quality, the complete VFD shall be tested by the manufacturer. The
VFD shall drive a motor connected to a dynamometer at full load and speed and
shall be cycled during the automated test procedure.

5.9.2

All optional features shall be functionally tested at the factory for proper
operation.

5.10

Submittals

5.10.1

This specification lists the minimum VFD performance requirements for this
project. The deviations to the specifications are not acceptable. Each supplier
shall clearly list the deviations to these specifications, if any.

6.0

DRY TYPE AIR SCRUBBER

6.1

General
The work under this part shall consist of furnishing all labour, material equipment and
appliances as specified and required to install Dry Type Air Scrubber and other allied
work to make ventilation system ready for operation as per drawings.
The dry scrubber should be modular in construction and consist of the following;

6.2

Electrostatic Section
Electrostatic precipitation technology based dry type air cleaner to remove Oil, Smoke &
fumes from the Kitchen exhaust air.

6.3

Construction
Made of 16 gauge galvanized sheet, High bake epoxy powder coated to withstand
adverse weather conditions in case of outdoor mounting.
Pre Filter: Washable type aluminum mesh pre-filter.
Ionizer: Stainless steel spiked ionizers plates to create high voltage DC field.
Collector Plate: aluminum collector plates, which should be alternatively charged positive
& negative with large collecting area with at least 14 deep cell, to work as magnet for
charged smoke & oil particles and other particles.
Average efficiency should be 90 to 95% in single pass as per ASHRAE test method.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

216

Electrostatic Precipitator should be able to charge particles from 0.01 micron to 10


micron through solid-state power supply.
Collector cell should be of permanent type and should slide out for easy removal for
cleaning.
6.4

Power Supply
Power supplies shall be 100% solid state UL Listed and operate on 240 VAC, 50 Hz, 1
Phase input and provide a dual high voltage output of (+) 12 to 13 KVDC for the
ionizer and (+) 6.0 to 6.5 KVDC for the collector. Module of capacity above 3000 CFM
shall be equipped with Pulse width modulating (PWM) to maintain the specified
collection efficiency by maintaining a constant charge in the event of Low/High Voltage
from source thus ensuring that the unit functionality is not affected with these voltage
fluctuations. Power Consumption should not be more that 50 watts per 1500 CFM.
System should be fitted with interlock switch for safety.
The system should be able connected to a fan section to achieve airflow of 500 FPM
across the air cleaner and should be interlocked with the fan to prevent dry run of the
units.

6.5

Fan Section
The fan section should be a double skinned enclosure consisting of a polymer based
acoustic material to reduce the fan noise instead of injected PUF.
The electrostatic precipitator shall be fitted in the fabricated aluminum frame double
skinned enclosure.
A back ward inclined plug fan of the required rating shall be fitted to ensure even flow
through the filter at velocities not more than 500 FPM at any point.
The fan shall be fitted with a variable speed drive so that the client is able to set the
correct CFM or change the same to suit multiple requirements.
The unit shall be complete in all respects with a suitable electrical control panel
consisting of a multifunction meter indicating lamps and start stop push button or
selector switches.
The fan should be designed at the airflow mentioned in the BOQ at static of 80mm. In
case of a change in static the variable speed drive will be set to give the required
airflow at the system static.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

217

6.6

Absorber Module
The unit shall be fitted, where required with a carbon-activated filter to absorb all types
of kitchen exhaust smells. The filter shall be at least 20 mm thick and have carbon
activated granules for absorption of smell.

7.0

AIR WASHER

7.1

General
The work under this part shall consist of furnishing all labour, material equipment and
appliances as specified and required to install Air Washer and other allied work to make
ventilation system ready for operation as per drawings.
The air washer should be modular in construction and consist of the following;

7.2

Type
Unit shall be compact; factory assembled and in sectionalised construction, suitable for
outdoor mounting.

7.3

Double skin Air-washers


Double skin panels will be fabricated out of best quality Pre-painted GSS sheet on outer
side. The panels will be fixed on al. extruded section in such a manner that fixing screw
head does not project on outer face on the panel and sharp end of the screw hope on
panel will be blocked with Nylon sleeve with cap. The panels shall be minimum 23 mm
thick. The screw cavity on panel will be blocked with nylon sleeve with cap.
Blower section will consists of extruded sections of proper size to facilitate the mounting
of fan and motor bracket. Direct contact of fan base frame and casing will be eliminated
through vibration isolator. Also flexible connection will be provided at the fan outlet.
Suitable panel of blower section will be provided with hole for cable entry with required
arrangement to cover the sharp edge GI sheet, if required, a proper size box cover will
be provided on cable entry location. A provision for earthing will be provided on
mainframe near the cable entry hole.
Inspection doors at required location will be provided with elegant design hinges. Two
or more number of hinges per door will be provided depending upon the size of the door
to provide required rigidity to the door panel. One or more number of door handles will
be provided with carn type tightening arrangement. The handle and carn will be made
out of filled nylon having galvanized iron spindle. The inspection door for blower section
will be provide at such a location that the motor and drive package and fan bearing can
be assessed for easily maintenance. An additional guard made out of GI wire mesh of
required strength will be provided at inner side of blower section inspection door. An
inspection glass fitting having the transparent element on both side of the panel with a
common gasket sleeve between two elements will be provided on blower section

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

218

inspection door to facilitate inspection of drive package in running condition without


opening the inspection door.
Fan wheels and scrolls shall be fabricated from best quality sheet steel. The fan wheels
shall be of the forward/Backward curved, multi-blade type enclosed in housing and
mounted on a common shaft. Fan scrolls shall be fitted with die formed side sheet
streamlined inlet and guide vanes to ensure smooth flow into the fans. The fan motor
shall be mounted on adjustable, vibration isolating, base located on the discharge panel
of the fan section. Belt guards shall be provided to enclose the pulley sheaves and belts.
Fan bearings shall be heavy duty self aligning type capable of absorbing radial and / or
thrust loads. Fans shall be certified for noise and vibration performance.
The AHU shall have a fan section and a filter section. The general arrangement drawing
shall be submitted by the vendor for approval from before taking up for fabrication.

7.4

Cooling Pad Section


The cooling media shall be built-up pads of totally imported origin (Cel-dek brand). These
pads shall be manufactured from special cellulose acetate paper, impregnated with
insoluble anti-rot salts, rigidifying saturates and wetting agents. The pads shall be made
of corrugated sheets, which shall be assembled in self supporting pads of light weight
sturdy construction . The pads shall be with exclusive cross-fluted configuration. The air
velocity across the pads shall not exceed 2.50 m/s and shall provide 90% saturation
efficiency; the cross depth of the cooling pads shall be sufficient for specified efficiency.
It shall be complete with galvanised supports for mounting the pads and a 3 mm thk.
FRP water distributor for uniform supply of water over the entire surface.
The bidder shall furnish Manufacturer's performance curves for the cooling pad/media in
support of their claim on saturation efficiency.

7.5

Water sump and distribution


The water sump below the pad section shall be of 3 mm FRP and shall be steel
reinforced. The tank shall be complete with make-up (float valve), quick-fill, overflow and
drain connections. Tank height shall be minimum 400 mm. The water distribution shall
be with GI 'B' class perforated pipe impinging on FRP header. Suitable strainer (double
suction screen filter, made of GS/Brass frame and brass mesh screen) shall be provided
in the tank at the suction line. Valves shall be gun metal screwed-end type.

7.6

Filter Section
Filter section shall be made of at least 16 gauge galvanised sheet, on which dry panel
filters shall be mounted. Dry panel filters shall be fabricated from special filter fabric
stitched with GI aluminum wire mesh layer. The filters shall have dust retention capacity
and high flow rate. The filters shall be reusable type and mounted on angle iron frame.
The filter shall have a minimum efficiency of 90% down to 10 microns and pressure drop

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

219

in dirty condition should not exceed 10 mm WC. Velocity across filters shall be restricted
to 2.5 m/s.
7.7

Pump
Pump shall be provided for circulation of water. The pump shall be mono-block type
complete with drive motor. NRV, dial-type pressure gauge and isolation valves shall be
provided. The capacity and pressure shall be adequate for the intended duty.
Pump shall be rated for continuous operation. Operating speed of the pumps should not
be more than 1500 rpm. Pump shall be provided with suitable bearings sized adequately
to take the maximum unbalance. The impeller and shaft assembly should be statically
and dynamically balanced.
Materials of the pump shall preferably be as follows:
Casing

Cast Iron

Impeller

Bronze

Shaft

High tensile steel

Shaft Sleeve

MS/ Bronze

Bearing

Heavy duty ball/ Roller bearing

Stuffing box bushes

White metal

Base plate

Cast iron/ fabricated MS

Gland

Cast iron

Packing

Graphite asbestos

Drive motor for pumps shall be suitable for 415 V 10%, 50 Hz 3%, 3 phase power
supply and shall be of Class-B/F, IP-55 protection.
7.8

Fasteners
All nuts, bolts and washers for grouting the unit and that for fastening various sections,
panels, etc. shall be provided. These shall be galvanised.

8.0

HEAT RECOVERY UNITS

8.1

General
The double-skin Heat Recovery Units shall conform to the specifications
hereunder. The manufacturer or their principals shall have sufficient experience
of designing and manufacturing directly in the product i.e. energy recovery
devices, with a two tier, two air stream unit design. The heat recovery wheel
and box should be from the same manufacturer.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

220

8.2

Type
The Heat Recovery Units shall be two stream units in double skin construction
comprising of supply air section, return air section and heat recovery section.
The supply air section shall include the cooling/heating section, mixing box
section, sound attenuator section, damper section, humidifier section,
inspection section. Option shall be available for digital air flow measurement,
pressure transmitter and filter cleaning alarm, if required in Bill of Quantities.

8.3

Casing
The units shall be made of extruded aluminium hollow profile frames. The
profile box size shall be of minimum 30mm for capacities upto 22000 CMH, such
that it provides the required mechanical strength and rigidity. The unit should
be devoid of any welded construction and shall be of cabinet type. All the
frames should be assembled using pressure die cast aluminium joints/corners to
make a self-supporting frame.

The panels shall be of double skin construction with both inner and outer steel
sheets being minimum 0.63 mm thick pre coated and plasticized. 25mm thick
fire retardant, fibre glass PUF insulation shall be sandwiched between the
sheets. The fibre glass density shall be 48 kg/m3. Materials emitting toxic
gases shall not be used for insulation.
The Inspection and access panels shall be hinged type. The hinges shall be
casted, powder coated zinc alloy. Flushed locks and handles shall be of
galvanized steel. Other panels will be screwed on to the frame with sealant and
soft rubber gasket thus making the joints air tight. All screws used for panel
fixing shall be covered with PVC caps.
Special hollow gaskets and seals shall be used on inspection doors and to
create separation between the airstreams to ensure negligible air leakage and
mixing.
The entire casting shall be mounted on electro galvanized channel frame work
with level screws. Condensate drain pan shall be fabricated from 18g GSS/SS
construction.
8.4

Supply Air Section


The supply air section shall comprise of the following :

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

221

8.4.1

Fan Section
The fan shall be centrifugal forward curved or backward curved, double inlet
double width type. The impeller and the fan casing shall be made of hot
galvanized sheet steel. The impeller shall be mounted on a solid shaft
supported to housing with angle iron frame and pillow block heavy duty ball
bearing. The impeller shall be statically and dynamically balanced. The fan
shall be selected such that unit noise level is less than 85 db. Fan housing and
motor shall be mounted on a common galvanized steel or aluminium block base
which can be drawn out from side for ease of maintenance. A quarter pin lock
arrangement between the slide and guide pin lock arrangement between Fan
and TFA outlet should be provided.

8.4.2

Motor and Drive


Fan motor shall be energy efficient and suitable for 41510% volts, 50 cycles,
3 phase squirrel cage, totally enclosed fan cooled with IP 55 protection.
Motor shall be designed for quiet operation. Drive shall be provided through
belt drive arrangement. Belts shall be of oil resistant type.

8.4.3

Filter Section
The filter section shall be normally designed for deep folded disposable
synthetic pre filters for Class EU3. The filter elements shall be mounted on rails
and shall be easily pulled out for replacement. The rails shall be provided with
efficient gaskets to minimize the risk of leakage. If mentioned in the Bill of
Quantities, the section shall be designed to include filters upto class EU8.

8.4.4

Mixing Section
The casing for mixing shall be as described in 11.3. The mixing section shall
have built in dampers made up of aluminium profiles with leakage Class III.
The damper blades shall be controlled with plastic gear wheels and silicone
gaskets shall be provided between the blades. Inspection hatch shall be
provided.

8.4.5

Damper Section
Damper section shall contain a built in damper of aluminium profile with
leakage class III. The damper blades shall be connected with plastic gear
wheels with a gasket of silicon rubber to produce tightness between the blades.

8.5

Return Air Section


The return air section shall comprise of fan section including motor and drive
and filter section. The specification for these sections shall remain same as
defined in items 11.4.1, 11.4.2 and 11.4.3 respectively.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

222

8.6

Heat Recovery Section


The Heat Recovery section shall include enthalpy wheels and shall have
minimum recovery of 95% of total heat, i.e. both sensible and latent (each
being 95%). The recovery of sensible and latent shall be equal. The wheel
shall be made of pure aluminum foil coated with molecular sieve desiccant with
pore diameter of 3 Angstrom. The cross contamination between the two air
streams shall be nil and leakage less than 0.04%. The vertical and radial run of
the wheel shall be less than 1 mm per meter of diameter. The wheels shall
have non contact labyrinth seals for effective sealing between the two air
streams.

8.7

Heat Recovery Wheels


The Substrate : The substrate
aluminum foil so as to allow.

or wheel matrix should be only of pure

i)

Quick and efficient uptake of thermal energy.

ii)
iii)

Sufficient mass for optimum heat transfer.


Maximum sensible heat recovery at a relatively low rotational speed of
20 to 25 rpm.

Non metallic substrates made from paper, plastic, synthetic or glass fibre
media, will therefore, not be acceptable.
The substrate shall not be made from any material which is combustible or
supports combustion.
The Desiccant: The desiccant should be water molecule selective and nonmigratory.
The desiccant should be molecular sieve 3 Angstrom, so as to keep the cross
contamination to absolute minimum and also ensure the exclusion of
contaminants from the air streams, while transferring the water vapour
molecules.
The desiccant, of sufficient mass, should be coated with non masking porous
binder adhesive on the aluminium substrate so as to allow quick and easy
uptake and release of water vapour. A matrix with desiccants impregnated in
non metallic substrates, such as synthetic fibre, glass fibre, etc., will not be
accepted. The rotor / wheel matrix shall have equal sensible and latent
recovery.
The weight of desiccant coating and the mass of aluminium foil shall be in a
ratio so as to ensure equal recovery of both sensible and latent heat over the
operating range. Accordingly, a rotor matrix which has an etched or oxidized
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

223

surface to make a desiccant on a metal foil and results in insufficient latent


recovery and hence unequal recovery or a rotor matrix made from desiccant
integrated in a synthetic fibre matrix which result in insufficient sensible
recovery, high rotation speed and unequal recovery, will not be accepted.
Rotor With optimum heat and mass through matrix formed by desiccant, of
sufficient mass, coated on an aluminium foil, the rotor shall rotate at lower than
20 to 25 RPM, thereby also ensuring long life of belts and reduced wear and
tear of seals.
The rotor shall be made of alternate flat and corrugated aluminum foil of
uniform width.
The rotor honeycomb matrix foil shall be so wound and adhered as to make a
structurally very strong and rigid media which shall not get cracked, deformed,
etc., due to change of temperature or humidity.
The rotor having a diameter upto 2800mm shall have spokes to reinforces the
matrix. From 2000mm diameter upwards, the option of a special wing
structure, to prevent the rotors from wobbling or deforming due to the
successive pressure differential will be available.
Sectioned wheels, with pie segments, capable of being assembled in the field,
shall be available as an option, above 2000mm in diameter.
The surface of the wheel / rotor should be highly polished to ensure that the
vertical run out does not exceed 1mm for every one meter diameter, thereby
ensuring, negligible leakage, if labyrinth non-contact seals are provided and
minimal drag, if contact wiper seals are provided.
The radial run out also shall not exceed 1mm for every one meter diameter,
thereby minimizing the leakage / drag on the radial seals, and minimize the
fluctuation in the tension of the drive belt.
The number of wraps (of alternative corrugated and flat foil) for every inch of
rotor radii shall be very consistent so as to ensure uniform airflow and
performance over the entire face in the air stream. Flute height and pitch will
be consistent to a very tight tolerance to ensure uniform pressure drop and
uniform airflows across the rotor face.
The rotor shall be a non clogging aluminium media, having a multitude of
narrow alunminium foil channels, thus ensuring a laminar flow and will allow
particles upto 800 microns to pass through it.
The media shall be cleanable with compressed air or low pressure steam or
light detergent without degrading the latent recovery.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

224

The Cassette / Casing


The recovery wheel cassette / casing shall be manufactured from tubular
structure to provide a self supporting rigid structure, complete with access
panels, purge sector, rotor, bearings, seals, drive mechanism complete with
belt.
The rotor / wheel should have a field adjustable purge mechanism to provide
definite separation of air flow minimizing the carry over of bacteria, dust and
other pollutants, from the exhaust air to the supply air. It shall be possible,
with proper adjustment, to limit cross contamination to less than 0.04% of that
of the exhaust air concentration.
The face and radial seals shall be four (4) pass non contact labyrinth seals for
effective sealing between the two air streams and also for a minimum wear and
tear ensuring infinite life of the seals.
9.0

DUCT WORK AND OUTLET

9.1

General
The work under this part shall consist of providing all labour, materials,
equipment and appliances as specified and required to install all sheet metal
and other allied work to make the air conditioning system ready for operation
as per drawings.
Except or otherwise specified all duct work and related items shall be in
accordance with these specifications.
Duct work shall mean all ducts, casings, dampers, access doors, joints, stiffeners
and hangers.
The factory fabricated ducts shall be manufactured and supplied in L shape.
The duct accessories and supports shall be as per SMACNA and approved by the
Engineer.

9.2

Duct Materials
The ducts shall be fabricated from galvanized steel coils conforming to IS:277
(latest edition) with grade of coating not less than 120 or aluminum sheets
conforming to IS:737 latest edition(wherever aluminum ducts are specified). The
material for the factory fabricated duct works shall be of lock forming quality with
mill test certificate.
All duct work, sheet metal thickness and fabrication unless otherwise directed
shall strictly meet requirements, as described in IS:855 -latest edition.
The thickness of all four sides shall be determined by the thickness required for
the longest side of the duct.
The ducts are to be fastened through clinching, rivets, bolts or sheet metal screw.
The sealant shall be non hardening, water and fire resistant. Duct hanger rods

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

225

shall be galvanized having threading on one end/both ends/full length as per the
requirement.
9.3

Duct Construction

9.3.1

Coil lines shall be used to ensure location of longitudinal seams at


corners/folded edges only to obtain the required duct rigidity and low leakage
characteristics. No longitudinal seams shall be permitted along any face side of
the duct.

9.3.2

All ducts, transformation pieces and fittings to be made on CNC profile cutters
for required accuracy of dimensions, location and dimensions of notches at the
folding lines.

9.3.3

All edges shall be machine treated using lockformers, flangers and roller for
turning up edges.

9.3.4

Sealant dispensing equipment shall be used for applying built-in sealant in


Pittsburgh lock where sealing of longitudinal joints are specified.

9.3.5

Duct construction shall be the rolamate/equivalvent in compliance with 3 (750


Pa) w.g. static norms as per SMACNA.
All transverse connectors shall be Rolamate/equivalent 4 bolt slip on flanges
system.

9.3.6

9.3.7

The specific class of transverse connector and duct gauge for a given duct
dimensions shall be as per Table-1 below for the 3 (750 Pa) pressure class.
Table-1
FOR SELECTION OF ROLAMATE /TRANSVERSE FLANGE CLASS AND DUCT GAUGES
AT 1200MM SPACING

Duct
1(250)*5
Dimension

2(500)

(in mm)
150 250

3(750)

4(1000)

6(1500)*4 10(2500)

Reinforcement Class Duct Gauge


*3

E-26

E-26

E-26

E-26

E-26

E-24

251 300

E-26

E-26

E-26

E-26

E-24

E-24

301 350

E-26

E-26

E-26

E-26

E-24

E-22

351 400

E-26

E-26

E-26

E-26

E-24

E-22

401 450

E-26

E-26

E-26

E-26

E-24

H-20

451 500

E-26

E-26

E-24

E-24

E-24

H-20

501 550

E-26

E-26

E-24

E-24

H-24

H-20

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

226

FOR SELECTION OF ROLAMATE /TRANSVERSE FLANGE CLASS AND DUCT GAUGES


AT 1200MM SPACING
Duct
1(250)*5
Dimension

2(500)

(in mm)

3(750)

4(1000)

6(1500)*4 10(2500)

Reinforcement Class Duct Gauge

551 600

E-26

E-26

E-24

E-24

H-22

H-20

601 650

E-26

E-26

E-24

E-24

H-22

H-20

651 700*2

E-26

E-26

E-24

H-24

H-22

H-18

701 750

E-26

E-26

E-24

H-24

H-22

J-18

751 900

E-26

E-24

H-22

H-22

H-20

J-18

901 1000

E-26

H-24

H-22

H-20

J-18

J-16

10011200

E-24

H-22

H-20

H-18

J-18

H-20

J-18

J-18

J-16

J-16

1201-1300

*3

H-24

1301-1500

H-24

H-18

J-18

1501-1800

H-22

J-18

J-16

1801-2100

J-20

J-18

2101-2400

J-18

J-18

2401-2700

J-18

9.3.8

Non-toxic, AC-applications grade P.E. or PVC gasket is to be provided between all


mating Rolamate flanged joints.
Gasket sizes should conform to flange
manufacturers specification.

9.3.9

The fabricated duct dimensions should be as per approved drawings and all
connecting sections are dimensionally matched to avoid any gaps.

9.3.10

Dimensional Tolerances : All fabricated dimensions will be within 1.0mm of


specified dimension. To obtain required perpendicularity, permissible diagonal
tolerances shall be 1.0mm per metre.

9.3.11

Each and every duct pieces should be identified by color coded sticker which
shows specific part numbers, job name, drawing number, duct sizes and gauge.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

227

9.3.12

Ducts shall be straight and smooth on the inside. Longitudinal seams shall be
airtight and at corners only, which shall be either Pittsburgh or Snap Button
Punch as per SMACNA practice, to ensure air tightness.

9.3.13

Changes in dimensions and shape of ducts shall be gradual (between 1:4 and
1:7). Turning vanes or air splitters shall be installed in all bends and duct collars
designed to permit the air to make the turn without appreciable turbulence.

9.3.14

Plenums shall be shop/factory fabricated panel type and assembled at site.

9.3.15

The deflection of transverse joints should be within specified limit for rectangular
duct deflection as given in SMACNA.

9.3.16

Reinforcement of ducts shall be achieved by either cross breaking or straight


beading depending on length of ducts.
Duct sizes 19 (483mm) wide and larger which have more than 10 sq.ft. of
unbraced panel shall be beaded or cross broken unless ducts will have insulation
covering or acoustical liner. This requirement is applicable to 20 g (1.00mm) or
less and 3 W.G. (750Pa) pressure or less. Ducts for 4 W.G. (1000 Pa) or more
do not require beads or cross-breaks.

9.4

Support System

9.4.1

A completely galvanized system consisting of fully threaded rods, slotted angles


or double-L bottom brackets (made out of 3.0mm M.S. sheet) nuts, washers and
anchor bolts conforming to SMACNA standards should be used.
Table 3 Support for Horizontal Rectangular Duct
Sr. No.

Maximum Duct Size


(mm)

Hanger Rod
Diameter

Interval (mm)

Up to 700

6mm

2400

701 1200

8mm

2400

1201 2000

10mm

2400

Above 2000

12mm

2400

9.4.2

As an alternative, slotted galvanized brackets attached to the top two bolts of the
Rolamate/equivalent system may also be used as appropriate for the site
condition.

9.4.3

To provide the required thermal brake effect, Neoprene or equivalent material of


suitable thickness shall be used between duct supports and duct profiles in all
supply air ducts not enclosed by return air plenums.

9.5

Installation

9.5.1
Tools and tackles for site work
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

228

The duct installation shall conform to SMACNA norms. For duct assembly and
installation suitable tools and tackles should be used to give the required duct
quality and speed of installation including (but not restricted to)

9.5.2

a)

Electric Pittsburgh Seamer used for closing Pittsburgh joints

b)

Electric Slitting shear to make cut-outs

c)

Drilling machine with drill bits for drilling holes in sheet metal work

d)

Hammer drill machine with drill bits for drilling holes in building
structures for anchors

e)
Hoisting system for lifting the duct assembly upto mounting heights
Installation Practice
All ducts shall be installed as per tender drawings and in strict accordance with
approved shop drawings to be prepared by the Contractor.
The Contractor shall provide and neatly erect all sheet metal work as may be
required to carry out the intent of these specifications and drawings. The work
shall be in accordance to the approval of Engineer in all its parts and details.
All necessary allowances and provisions shall be made by the Contractor for
beams, pipes, or other obstructions in the building whether or not the same are
shown on the drawings. Where there is interference/fouling with other beams,
structural work, plumbing and conduits, the ducts shall be suitably modified as
per actual site conditions.
Ducting over false ceilings shall be supported form the slab above, or from
beams. In no case shall any duct be supported from false ceilings hangers or
be permitted to rest on false ceiling. All metal work in dead or furred down
spaces shall be erected in time without causing delay to other contractors work
in the building.
Where ducts pass through brick or masonry openings, it shall be provided with
25mm thick appropriate insulation around the duct and totally covered with fire
barrier mortar for complete sealing.
All ducts shall be totally free from vibration under all conditions of operation.
Whenever ductwork is connected to fans, air handling units or blower coil units
that may cause vibration in the ducts, ducts shall be provided with a flexible
connection, located at the unit discharge.

9.6

Documentation & Measurement for Duct Work


All ducts fabricated and installed should be accompanied and supported by
following documentation:

9.6.1

For each drawing, all supply of ductwork must be accompanied by computergenerated detailed, bill of materials indicating all relevant duct sizes, dimensions
and quantities. In addition, summary sheets are also to be provided showing
duct area by gauge and duct size range as applicable.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

229

9.6.2

Measurement sheet covering each fabricated duct piece showing dimensions and
external surface area along with summary of external surface area of duct gaugewise.

9.6.3

All duct pieces to have a part number, which should correspond to the serial
number, assigned to it in the measurement sheet. The above system will ensure
speedy and proper site measurement, verification and approvals.

9.6.4

The entire work shall be measured as per the chapter Mode of Measurement
enclosed in the document.

9.7

Testing
After duct installation, a part to duct section (approximately 5% of total
ductwork) may be selected at random and tested for leakage. The procedure for
leak testing should be followed as per SMACNA HVAC Air Duct Leakage Test
Manual (First Edition).

9.8

Dampers

9.8.1

Volume Control Damper


Volume dampers must be provided at the junction of each branch duct with
main duct and split of main duct. Dampers shall be two gauge heavier than
gauge of the large duct, and shall be rigid in construction to the passage of air.
Volume dampers shall be of an approved type, lever operated and complete with
locking devices which will permit the dampers to be adjusted and locked in any
positions.
The dampers shall be of spliter, butterfly type. Damper blade shall not be less
than 1.25 mm (18 gauge) reinforced with 25mm angles 3mm thick along any
unsupported side longer than 250mm. Angles shall neither interfere with the
operation of dampers, nor cause any turbulence. The damper shall be so
fabricated as to avoid any leakage of air through the bearing space around
damper leave rod.
Automatic and manual opposed blade dampers shall be complete with frames
and bronze bearings as per drawings. Dampers and frames shall be constructed
of 1.8mm steel and blades shall not be over 225mm wide. Dampers for fresh air
inlet shall additionally have extruded aluminum rain protection louvers with wire
mesh screen fixed on the air inlet side of louver.
Wherever required for system balancing, provide a volume balancing opposed
blade damper with quadrant and fly-nut lock.
After completion of the duct work, dampers are to be adjusted and set to deliver
the required amounts of air as specified on the drawings.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

230

9.9

Access Panel
A hinged and gasketed access panel shall be provided on duct work before each
reheat coil and at each control device that may be located inside the duct work.

9.10

Miscellaneous
All ducts above 450mm to be cross broken to provide rigidity to the ducts.
All duct work joints to be square or approaching square with all sharp edges
removed.
Sponge rubber gaskets also to be provided behind the flange of all grilles.
Longitudinal and circumferential joints of toilet extract air duct shall be further
sealed with flexible permanent mastic to avoid unwanted infiltration of outside
air into the duct work and thus affecting the system exhaust adversely.
Each shoot from the duct, leading to a grille, shall be provided with an air
defector to divert the air into the grille through the shoot.
Inspection doors measuring at least 450mm x 450mm are to be provided in each
system at an appropriate location as directed by Engineer-in-Charge.
Diverting vanes must be provided at the bends exceeding 500mm and at
branches connected into the main duct without a neck.
Proper hangers and supports should be provided to hold the duct rigidly to keep
them straight to avoid vibrations. Additional supports to be provided where
required for rigidity or as directed by Engineer-in-Charge.
The duct should be routed directly with a minimum of directional change.
The ductwork shall be provided with additional supports/ hangers, wherever
required or as directed by the Engineer-in- Charge, at no extra cost.
All duct supports, flanges, hangers and damper boxes etc. shall be given 2 coats
of red oxide paint before installation and one coat of aluminum paint after the
erection, at no extra cost.
All angle iron flanges are to be welded by electric arc welding and holes to be
drilled.
All the angles iron flanges are to be connected to the GSS duct by rivets at
100mm centers.
All the flanged joints to have 4mm thick felt packing stick to the flanges with
shellac varnish. The holes in the felt packing are to be burnt through.
The GSS duct should be lapped 8mm across the flanges.
The duct should be supported by approved type supports at a distance not
exceeding 2.4m.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

231

Sheet metal connection pieces, partitions and plenums required shall be


constructed of 1.25mm (18 gauge), sheet thoroughly stiffened with 25mm x
25mm angle iron braces and fitted with access door.
Duct sections in general shall be provided with 18 gauge galvanised weld mesh
with about 8mm center for rat protection in the supply air ducts at AHU/fan
outlets, return air openings in AHU room and above return air slits in conditioned
spaces or as directed by the Engineer-in-Charge at no extra cost.
9.11

Grilles
The supply and return air grilles shall be fabricated from extruded aluminum
sections. The supply and return air grilles shall have double adjustable louvers.
The supply air grille shall additionally have an opposed blade extruded aluminum
damper. The grilles shall be with outer frames.
The opposed blade dampers in black anodised finish shall be suitable for
operation from the grille face.
Grilles longer than 450mm shall have intermediate supports for the horizontal
louvers. The grilles shall generally be the design of Tuttle and Balley grilles and
registers. Grilles shall be powder coated as per the shade approved by Engineer.
Linear grilles shall be fabricated from extruded aluminum section have horizontal
fixed sections of minimum 3 mm uniformly thick at angle of 15 Deg.
Return air grilles in MS construction (if included in BOQ) shall be provided with
vertical and horizontal adjustable bars and volume control dampers operational
from front of grille. The frame shall be of minimum 20G and louvers out of 24g
sheet steel. The damper blade shall be of 20G sheet steel.

9.12

Diffusers
The ceiling type rectangular , square/ Plaque diffusers shall be fabricated from
extruded aluminum section in removable core construction and provided with
anti-smudge ring.
All supply diffusers shall be provided with extruded aluminum, opposed blade
dampers, adjustable and lockable from bottom. Dampers shall be in black
anodised finish.
Linear diffuser shall be multislot type fabricated from extruded aluminum
sections. Each slot shall have air direction controllers with sliding damper for
supply air portion only.

9.13

Fresh air intake and Extract Louvers


All the louvers shall be rain protection type and shall be fabricated from extruded
aluminum section. The minimum depth of louver assembly shall be 76mm in case
of air volumes larger than 8000 CMH. The louvers shall additionally be provided

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

232

with heavy duty expanded metal (aluminum-alloy) bird screen. In case of smaller
air volumes the depth of louver assembly can be 38mm.
9.14

Painting
All grilles, diffusers shall be powder coated in the shade approved by the
Engineer in charge.
All ducts immediately behind the grilles/diffusers etc. are to be given two coats of
black paint in matte finish.

9.15

Testing
The entire air distribution system shall be balanced to supply the air quantity as
required in various areas and the record of balanced air quantity through each
outlets shall be submitted to the Engineer for approval.

9.16

Design parameter

10.0

a)

Maximum Velocity in main duct

450 mpm

b)

Maximum Velocity in supply outlet

150 mpm

c)

Maximum friction in duct

1.0 cm WG / 100 m run.

INSULATION

10.1

General
The insulation of water piping, air handling units, ducting, chillers, hot water
generator etc. and acoustic treatment of AHU enclosures, plant room, etc. as
applicable, shall be carried out as per specifications given under:

10.1.1

Materials
The materials to be used for insulation shall be as follows, unless some other
material is specifically mentioned elsewhere.

S.No.

Application

Material

Duct thermal
insulation

Elastomeric Closed Cell


Nitrile Rubber
Insulation.

Acoustic
insulation of
duct, walls,

Engineered elastomeric
open cell Nitrile Rubber
Insulation.

Density
(Kg/M3)

`K' Value
(W/MK)

I.S./ B.S.
Code
(Latest)

DIN EN
12667

DIN EN
12667

40-60

Not to exceed
0.033
at mean temp.
of 0C

140 - 180

0.047 at 20
deg C

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

233

S.No.

Application

Material

Density
(Kg/M3)

`K' Value
(W/MK)

I.S./ B.S.
Code
(Latest)

ceiling etc.

10.1.2

Under Deck
Insulation
and wall
panelling

Polyisocyanurate
machine cut shiplap
joint slabs pre
laminated with 0.05mm
aluminium foil.

36 2 /
32 2

Not to exceed
0.021

IS:12436

Polyisocyanurate Foam
Rigid polyisocyanate foam made from a specially formulated mixure of polyol
and isocyanate chemicals, modified suitably to make it fire safe, CFC free,
closed cell, rigid and minimum vapour permeability. The material shall be
laminated suitably with aluminium foil or Kraft paper as specified. The material
shall be available in slabs and pipe sections provided with shiplap joints finished
at the edges. The product shall be machine cut from buns and shall conform to
IS-12436.

10.1.5

Polyethylene Foam
Polyethylene insulation shall be made by addition Polymerization of Ethene
molecules and specifically formulated to give Fire Retardant properties, good
compressive strength and minimum water vapour permeability. The material
shall be suitably packed to avoid damage during transit.

10.1.6

Cross linked Closed Cell Polyethylene


The chemically cross linked closed cell polyethylene insulation material shall be
made by polyethylene resin and foaming done through nitrogen gas. It should
be chemically cross linked to give strength to air cell and shall be added by the
chemicals to give fine retardant properties. It should have tiny, non-inter
communicating air cells forming close-cells to provide resistance to flow of heat.
It shall have low thermal conductivity, weather resistant, self extinguishing non
dripping, non toxic, resistive to fungus/bacteria, vermin proof resilient, and shall
not detoriate during handling.

10.1.7

Acoustic Insulation:
i)

Material shall be engineered Nitrile Rubber open cell foam.

ii)

The Random Incidence Sound Absorption Coefficient (RISAC); tested as


per ISO 354, should be minimum as per the chart below:

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

234

Freq (Hz)

125

250

500

1000

2000

4000

NRC

10 mm

0.03

0.04

0.14

0.04

0.88

1.00

0.35

15 mm

0.01

0.09

0.29

0.74

1.08

0.83

0.55

20 mm

0.04

0.13

0.4

0.9

1.04

0.90

0.60

25 mm

0.02

0.25

0.86

1.14

0.88

0.99

0.80

30 mm

0.07

0.32

0.99

1.16

0.93

1.08

0.85

50 mm

0.23

0.73

1.29

0.99

1.09

1.11

1.05

iii)
iv)
v)

The material should be fibre free.


The density of the same shall be within 140-180 Kg/m3
It should have Microban*; antimicrobial product protection, and should
pass Fungi Resistance as per ASTM G 21 and Bacterial Resistance as per
ASTM E 2180.
vi)
The material should have a thermal conductivity not exceeding 0.047
W/m.K @ 20 Deg. C
vii)
The material should withstand maximum surface temperature of +850C
and minimum surface temperature of -200C
viii)
The material should conform to Class 1 rating for surface spread of
Flame in accordance to BS 476 Part 7 & UL 94 (HBF, HF 1 & HF 2) in
accordance to UL 94, 1996.
ix)
The insulation should pass Air Erosion Resistance Test in accordance to
ASTM Standard C 1071-05 (section 12.7).
Thickness of the material shall be 10mm for duct work and 30mm for
mechanical rooms.
10.2

Condensate/Refrigerant Pipes
Condensate piping and refrigerant piping shall be insulated as applicable in the
manner specified above.
All valves, fittings, strainer etc. in chilled
water/refrigerant piping shall be insulated to the same thickness as specified for
the main run of piping and applied generally in the manner specified above.
Valve bonnets, yokes and spindles shall be insulated in such a manner to allow
the dismantling of pumps without damaging the insulation. Tanks wherever
required in chilled water piping system i.e. expansion tanks shall be insulated to
same thickness as for the pipes to which they are connected.

10.3

Ducting
a)

Insulation Material Thickness

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

235

Case-1

Supply Air & Return Air Duct (When both are above the false ceiling
of the conditioned area).

Case-2

Supply duct

25/23 mm thick

Return duct

19/18 mm thick

Supply and return air duct (when both are in the non A.C. area but in
side the building).
Supply duct - 25/23 mm thick.
Return Duct - 19/18 mm thick.

10.4

Installation
a)

b)

10.5

Unexposed Ducts: (Insulation laminated with metallised polyester


foil).
i)

Clean the duct surface to be insulated and apply a thin film of


adhesive (Pidilite SR 998/MAS-83) and leave it for drying. Once
the adhesive is tacky to touch, place the insulation sheet in
position.

ii)

Press the sheets in position and butt the joints well.

iii)

Apply 50mm wide self adhesive tape laminated with metallised


polyester foil on both longitudinal and transverse joints.

Exposed Ducts: (Insulation laminated with ultra violet).


i)

Clean the duct surface to be insulated and apply a thin film of


adhesive (Pidilite SR 998/MAS-83) and leave it for drying. Once
the adhesive is tacky to touch, place the insulation sheet
laminated with UV barrier film in position.

ii)

Press the sheets in position and butt the joints well.

iii)

Apply 75mm wide self adhesive tape laminated with UV barrier


film on both longitudinal and transverse joints.

Acoustic Lining (Ducts)


The first 5 meters length of duct or upto the first supply grille or as shown on
the drawings, starting from each fan outlet, shall be provided with 15 mm thick
Open Cell Nitrile Rubber insulation for acoustic purposes.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

236

The inside surface for the ducts shall be covered with adhesive as per approved
make list. Cut Foamed sheets into required sizes apply adhesive on the foam
and stick it to the duct surface.
10.6

Acoustic Treatment of Walls and Ceiling of Equipment Room


Two walls and ceiling of air conditioning plant room and air handling unit rooms
may be provided with acoustic lining with open cell Nitrile Rubber insulation
sheets. The recommended insulation thickness is 30 mm.
Installation Procedure
The wall surface shall be cleaned and required surface preparation shall be
done for applying adhesive. Rubber based contact adhesive recommended by
the manufacturer (Pidelite make - SR 998) shall be used. The foam sheets shall
be cut to required size and a thin layer of adhesive shall be applied to both the
surfaces; wall and acoustic sheet. When it is tack dry, it is should applied /
stuck with enough pressure to the walls/ceiling. Minimum 5 fasteners with
washer (of G.I Sheet 2.5 inch x 2.5 inch) / square meter, 4 at corners & 1 at
centre shall be put immediately after sticking with the help of adhesive. The
length of the fastener should be minimum 75 mm.

10.7

Thermal Insulation (Under Deck / Partition Walls)


a)

Installation
i)

Clean the surface thoroughly with mild wire brush to make it free
from dust and loose particles.
Apply a coat of cold adhesive MAS-83/CPRX to the R.C.C. ceiling.
Fix rawl plugs with screws at a distance of 1000 x 500 mm.
Fix 40 mm thick polyisocyanurate/polyurethane foam slabs pre
laminated with aluminium foil of the size 1000 mm x 500 mm
with cold adhesive compound MAS-83.
Through the screw take out 26 G GI wire and fix 0.50 mm thick
pre coated GI sheet washers of size 50x50 mm at the joints of
PIR/PUF slabs.

11.0

MODE OF MEASUREMENT

11.1

General
This specification
applicable) at site.

11.2

covers

measurement

of

various

items/materials

(as

Unit Prices in the Bill of Quantities


The item description in the Bill of Quantities is in the form of a condensed
resume. The unit price shall be held to include every thing necessary to

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

237

complete the work covered by this item in accordance with the specifications
and drawings. The sum of all the individual item prices shall represent the total
price of the installation ready to be handed over.
The unit price of the various items shall include the following:
All equipment, machinery, apparatus and materials required as well as the cost
of any tests which the consultant may request in addition to the tests generally
required to prove quality and performance of equipment.
All the labour required to supply and install the complete installation in
accordance with the specifications.
Use of any tools, equipment, machinery, lifting tackle, scaffolding ladders etc.
required by the contractor to carry out his work.
All the necessary measures to prevent the transmission of vibration.

The necessary material to isolate equipment foundations, from the building


structure, wherever necessary and suggested by the Engineer.
Storage and insurance of all equipment apparatus and materials.
The Contractor's unit price shall include all equipment, apparatus material and
labour indicated in the drawings and/or specifications in conjunction with the
item in question, as well as all additional equipment, apparatus, material and
labour usual and necessary to complete the system even though not specifically
shown, described or otherwise referred to.
11.3

Measurements of Sheet metal ducts, grilles/diffusers, etc.


a)

Sheet Metal Ducts


All duct measurements shall be taken as per actual outer duct surface
area including bends, tees, reducers, collars and other fittings. Gaskets,
nuts, bolts vibration isolation pads, vanes are included in the basic duct
items of the B.O.Q.
The unit of measurements shall be the finished sheet metal surface area
in metre squares. No extra shall be allowed for overlaps.
All the guide vanes, deflecters access panels, splitter dampers within the
duct work shall be considered as part of the duct and nothing will be
paid extra on this account.
The unit duct price shall include all the duct hangers, supports and
`Hilti' metallic fasteners as well as any materials and labour required to
complete the duct frame.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

238

b)

Box Dampers
Box dampers wherever shown or required in ducts shall be measured as
per finished inside cross-sections and paid as per the calculated are in
sq.m.

c)

Grilles/Diffusers
All measurements of grilles/diffusers shall be the normal outlet size
excluding the outer flanges.
The square or rectangular grilles/diffusers shall be measured in plain
sq.m. Minimum area of air outlet shall be considered as 0.1 sqm.
All round diffusers shall be measured by their diameters in centimeter.
All linear diffusers shall be measured as per actual length in meters.

11.4

Measurements of Piping, Fittings, Valves, Fabricated Items


a)

Structural Supports
Structural supports including supports fabricated from pipe lengths for
pipes shall be measured as part of pipe line and hence no separate
payment will be made. Rates shall be inclusive of hoisting, cutting,
jointing, welding, cutting of holes and chases in walls, slabs or floors,
painting supports and other items as described in specifications,
drawings and Bill of quantities or as required at site by Engineer-inCharge.

11.5

Painting
Painting of all pipes, supports, valves and fittings shall be included with the cost
of these items. Nothing extra shall be paid for this work.
Painting of grilles/diffusers, tanks and equipment wherever required shall be in
the cost of these items.

11.6

Insulation
Measurement of insulation for vessels, piping, equipment and ducts shall be
made over the bare uninsulated surface area of the metal.
a)

Ducts
The measurements for insulation of ducts shall be made in actual square
meters of bare uninsulated duct surface.
In case of bends the area shall be worked out by taking an average of
inner and outer lengths of the bends. Measurements for damper,

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

239

flanges, fittings shall be for the surface dimension for the connecting
duct. Nothing extra over the above shall be payable for insulation over
dampers, flanges and fittings in duct routing.
b)

Accessories Insulation
The unit of measurement for accessories such as expansion tank,
pumps, chiller heads etc. shall be of uninsulated area in square meters.
n case of curved or irregular surfaces, measurements shall be taken
along the curves. The unit insulation price shall include all necessary
adhesives, vapour proofing and finishing materials as well as additional
labour and material required for fixing the insulation.

c)

Acoustic Duct Lining


In case of acoustic lining of air ducts, measurements of the bare inside
duct surface in square metre, shall be final for billing purpose.
The insulation/acoustic treatment shall include cost of battens/sections,
supports, adhesives, vapour proofing, finished tiles/boards/sheets as
well as additional labour and materials required for completing the work.

d)

Roof and Wall Insulation and Acoustic Treatment


The unit of measurement for all underdeck roof insulation wall
insulation, wall/roof acoustic panel shall be the acoustic uninsulated area
of walls, roofs, to be treated, in square metres.
The insulation/acoustic treatment shall include cost of battens supports,
adhesives, vapour proofing, finished boards/sheets as well as additional
labour and materials required for completing the work.

e)

Acoustic Baffle Boxes (wherever required)


The unit of measurement shall be the exposed inside face of the
acoustic baffle boxes in square meters.
The unit price shall include all hold fasts, nuts, bolts connecting the size
of wall opening and making it good as well. Any additional materials and
labour to fabricate and fix the boxes.

12.0

TESTS AT SITE

12.1

General
The Contractor must perform all inspection and tests of the system as a whole
and of components individually as required, under the supervision of the
Engineer, in accordance with the provisions of the applicable 'ASHRAE' standards
or approved equal and as per site requirements. All tests shall be recorded in the
format approved by Engineer-in-Charge.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

240

Piping System
In general pressure tests shall be applied to piping only before connection of
equipment and appliances. In no case shall piping, equipment or appliances be
subjected to pressures exceeding their test ratings.
Tests shall be completed and approved before any insulation is applied.
After tests have been completed, the system shall be drained and cleaned of all
dust and foreign material. All strainers, valves and fittings shall be cleaned of all
dirt, fillings and debris.
12.2

Duct Work
All branches and outlets shall be tested for air quantity, and the total of the air
quantities shall be within plus ten percent (+10%) of fan capacity.
Fire dampers, volume dampers and splitter dampers shall be tested for proper
operation.

12.4

Electrical Equipment
All electrical equipment shall be cleaned and adjusted on site before application
of power.
The following minimum tests shall be carried out by contractor as per relevant
IS/IE rules.
Wire and Cable continuity tests.
Insulation resistance tests, phase to phase and phase to earth, and phase to
neutral on all circuits and equipment, using a 500 Volt meggar.
The earth resistance between conduit system and earth must not exceed half
(0.5) OHM.
The phase rotation tests.
Operating tests on all protective relays to prove their correct operation before
energising the main equipment including secondary injection test at site.
Operating tests on all starters, circuit breakers, etc.

12.5

Performance Tests
The installation as a whole shall be balanced and tested upon completion, and all
relevant information as per 'Test Proforma' Section - 2 including the following
shall be submitted to the Engineer-in-Charge.
i)

Air volume passing through each unit, duct, grilles, etc.

ii)

Differential pressure readings across each filter, fan and coil and through
each pump chiller and condenser.

iii)

Electrical current readings, in ampers of full and average load running,


and starting, together with name plate current of each electrical motor.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

241

Daily records should be maintained of hourly readings, taken under varying


degrees of internal heat load and use and occupation, of wet and dry bulb
temperatures, upstream 'ON-COIL' of each cooling coil, also suction temperatures
and pressures for each refrigerating unit, the current and voltage drawn by each
machine.
Any other reading shall be taken which may subsequently be specified by the
Engineer.
12.6

Miscellaneous

12.6.1

The above tests are mentioned herein amplification but not by way of limitation
to the provisions of conditions of contract and specification. Duration of the test
shall be continuous 120 working hours. Contractor shall carry out three seasonal
tests each of 48 hours duration during defect liability period of the approved
dates.
The date of commencement of all tests listed above shall be subject to the
approval of the Engineer and in accordance with the requirements of this
specification.
The Contractor shall supply the skilled staff and all necessary instruments and
carry out any test of any kind on a piece of equipment, apparatus, part of system
or on a complete system if the Engineer-in-Charge requests such a test for
determining specified or guaranteed data, as given in the specifications or on the
drawings.
Any damage resulting from the tests shall be repaired and/or damaged material
replaced, all to the satisfaction of the Engineer.
In the event of any repair or any adjustment having to be made, other than
normal running adjustment, the tests shall be void and shall be recommended
after the adjustment or repairs have been completed.
The Contractor must inform the Engineer-in-Charge when such tests are to be
made, giving sufficient notice, in order that the Engineer-in-Charge or his
nominated representative may be present.
Complete records of all tests must be kept and 3 copies of these and location
drawings must be furnished to the Engineer-in-Charge.
The Contractor may be required to repeat the test as required, should the
ambient conditions at the time not given, in the opinion of the
Engineer-in-Charge sufficient and suitable indication of the effect and
performance of the installation as a whole or of any part, as required.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

242

SCHEDULE OF EQUIPMENT
1.0
VARIABLE REFRIGERANT FLOW UNITS

Capacity
S. No.

Circuit No.
HP

Quantity

Area Served

TR

GUEST HOUSE BLOCK


Block - 01
1.

32.0

25.9

Entrance Level (Dining Hall & Spl.


Dining)

2.

6.0

3.9

Entrance Level (Reception, Office &


Manager)

Block - 02
3.

52.0

41.4

+1 Level (Guest Rooms)

4.

48.0

38.2

Entrance Level (Guest Rooms)

5.

32.0

25.4

-1 Level (Guest Rooms)

6.

8.0

6.1

Treated Fresh Air Unit

Block 03
7.

18.0

14.0

+3 Level (Guest Rooms)

8.

34.0

27.1

+2 Level (Guest Rooms)

9.

34.0

27.1

+1 Level (Guest Rooms)

10.

10

6.0

5.0

Treated Fresh Air Unit

Banquet Hall

SHOPPING CENTRE BLOCK


1.

38.0

30.0

COMMUNITY WELFARE CENTRE BLOCK


1.

18.0

13.2

Gym, Reception & Lounge

2.

26.0

20.0

Lounge, Men & Women Games


Room & Dining

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

243

1.1

COMPRESSOR

Capacity of each Compressor


S. No.

Circuit No.

Nos. of Compressor
HP

TR

GUEST HOUSE BLOCK


1.

12 & 20

9.6 & 16.0

2.

4.8

3.

12, 18 & 22

9.6, 14.4 & 17.5

4.

12, 14 & 22

9.6, 11.4 & 12.8

5.

12 & 20

9.6 & 16.0

6.

6.4

7.

18

14.4

8.

12 & 22

9.6 & 17.5

9.

12 & 22

9.6 & 17.5

10.

10

4.8

12, 13 & 13

9.6, 10.4 & 10.4

SHOPPING CENTRE BLOCK


1.

COMMUNITY WELFARE CENTRE BLOCK


1.

9&9

7.2 & 7.2

2.

13 & 13

10.4 & 10.4

Note: - Refrigerant used R 410A


1.2

MOTOR

1.2.1

Duty Condition

1.2.2

Rating

HP

To suit

1.2.3

Speed (Max.)

RPM

2900

1.2.4

Type of motor

TERC

415 V, 3, 50 Hz

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

244

1.3

STARTER

1.3.1

Type

1.4

CONDENSER

1.4.1

Type

1.4.2

Fans (each unit)

Nos.

To Suit

1.4.3

Speed

Steps

minimum 20

2.0

DUCTABLE TYPE UNITS

S. No.

STAR-DELTA

Air Cooled

Type of unit

Static (mmWG)

Capacity (TR)

Qty. (Nos.)

GUEST HOUSE BLOCK


2.1

Ductable type

1.6

22

2.2

Ductable type

2.0

15

2.3

Ductable type

15

3.2

34

3.0

CASSETTE UNITS
S. No.

Type of unit

Capacity (TR)

Qty. (Nos.)

GUEST HOUSE BLOCK


3.1
3.0

4 way Cassette

1.3

HI-WALL SPLIT UNITS


S. No.

Type of unit

Capacity (TR)

Qty. (Nos.)

COMMUNITY WELFARE CENTRE BLOCK

4.0
S.
No.

3.1

Hi-Wall Split

1.6

3.2

Hi-Wall Split

2.0

11

FLOOR MOUNTED AIR HANDLING UNIT


Description (AHU
Tag No.)

Capacity
(TR)

Qty.

Coil Row
(Nos.)

TSP
mm
WG

(nos.
)

14200

50

12000

50

Actual Deh.
Air Qty. (CMH)

GUEST HOUSE BLOCK (Ground Floor Dining Area)


1.

AHU GB1 01

25.9

SHOPPING CENTRE BLOCK (Banquet Hall)


2.

AHU SC 01 & 02

30.0

(FM) Floor Mounted Air Handling Unit.


Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

245

Note: - The AHU is with Variable Frequency Drives


5.0

AIR WASHER UNIT

S.
No.

Description (Tag No.)

Unit Capacity
(CMH)

ESP
mm
WG

9400

30

5100

30

Unit Capacity
(CMH)

ESP
mm
WG

11000

40

6000

40

Qty.
(nos.)

GUEST HOUSE BLOCK


1.

AW GB1 01

SHOPPING CENTRE BLOCK


2.
6.0

AW SC 01
AIR SCRUBBER UNIT (DRY TYPE)

S.
No.

Description (Tag No.)

Qty.
(nos.)

GUEST HOUSE BLOCK


1.

AS GB1 01

SHOPPING CENTRE BLOCK


2.

7.0

AS SC 01

TREATED FRESH AIR UNITS

S.
No.

Description (TFA
Tag No.)

Capacity

1.
2.

8.0

S.No.

TSP

(TR)

Air Qty.
(CMH)

Coil Row
(Nos.)

(mm WG)

Qty.
(Nos.)

TFA GB2 01

6.0

1990

40

TFA GB3 - 01

5.0

1630

40

HEAT RECOVERY UNITS

Description
(TFA Tag No.)

ESP

Air Qty.
(CMH)

(mm WG)

Recovery
Sensible
%

Latent
%

GUEST HOUSE BLOCK


Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

Qty.
(Nos.)

246

S.No.

Description
(TFA Tag No.)

Air Qty.
(CMH)

2720

Recovery

ESP
(mm WG)

Sensible
%

Latent
%

25

78.1

75.1

Qty.
(Nos.)

GUEST HOUSE BLOCK


1.

9.0
S.
No.

HRU GB1 - 01

INLINE FANS
Description (Fan
Tag No.)

Air Qty.
(CMH)

Static
Pressure

Qty.
(Nos.
)

(mm WG)

20

Toilet & Change Room


Exhaust

Purpose

GUEST HOUSE BLOCK


For Block 01 (-1 Level)
1.

ILFE GB1 01

1500

For Block 01 (Entrance Level)


2.

ILFE GB1 02

1100

20

Yard, Dish wash, Servery


Exhaust

3.

ILFE GB1 03

900

20

Toilet Exhaust

For Block 02 (-1 Level)


1.

ILFE GB2 01

600

15

Toilet Exhaust

2.

ILFE GB2 02

600

15

House Keeping Exhaust

3.

ILFE GB2 03

1100

15

Corridor Exhaust

15

Corridor Exhaust

15

Corridor Exhaust

20

Kitchen Exhaust

For Block 02 (Entrance Level)


4.

ILFE GB2 04

1100

For Block 02 (+1 Level)


5.

ILFE GB2 05

1100

For Block 02 (+2 Level)


6.

ILFE GB1 06

1100

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

247

S.
No.

Description (Fan
Tag No.)

Static
Pressure

Air Qty.
(CMH)

Qty.
(Nos.
)

(mm WG)

3100

20

Toilet Exhaust

20

Corridor Exhaust

Purpose

GUEST HOUSE BLOCK


7.

ILFE GB1 07

For Block 03 (+1 Level)


1.

ILFE GB3 01

1100

For Block 03 (+2 Level)


2.

ILFE GB3 02

1100

20

Corridor Exhaust

3.

ILFE GB3 03

1100

20

Kitchen Exhaust

4.

ILFE GB3 04

1100

20

Toilet Exhaust

For Block 03 (+3 Level)


5.

ILFE GB3 05

1100

20

Corridor Exhaust

6.

ILFE GB3 06

2200

20

Toilet Exhaust

7.

ILFE GB3 07

1100

20

Electrical Room Exhaust

SHOPPING CENTRE BLOCK


1.

ILFE SC 01

900

20

Gents Toilet Ground Floor

2.

ILFE SC 02

900

20

Ladies Toilet Ground Floor

3.

ILFE SC 03

600

20

Bank Office Toilet

4.

ILFE SC 04

900

20

Gents Toilet First Floor

5.

ILFE SC 05

900

20

Ladies Toilet First Floor

S.
No.

Description (Fan
Tag No.)

Air Qty.
(CMH)

Qty.
(Nos.
)

Static
Pressure

Purpose

(mm WG)

6.

ILFE SC 06

900

20

Banquet Ladies Toilet

7.

ILFE SC 07

900

20

Banquet Gents Toilet

20

Men Change Room

COMMUNITY WELFARE CENTRE BLOCK


1.

ILFE CW 01

1700

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

248

COMMUNITY WELFARE CENTRE BLOCK


2.

ILFE CW 02

1700

20

Women Change Room

3.

ILFE CW 03

1500

20

Pantry & Kitchen Exhaust

10.0

PROPELLER FANS (EF)

S. No.

Dia (mm)

Quantity
(Nos.)

RPM

Purpose

GUEST HOUSE BLOCK


For Block 01 (-1 Level)
1.

230

<=1400

Driver Toilet Exhaust

2.

230

<=1400

Staff Dining Exhaust

3.

300

900

Pantry, Store & Laundry


Exhaust

<=1400

Butchery, Dish Wash &


Toilet Exhaust

<=1400

House Keeping Exhaust

<=1400

House Keeping Exhaust

<=1400

Waste Collection Room &


Handicap Toilet

For Block 01 (Entrance Level)


1.

230

For Block 02 (Entrance & +1 Level)


1.

230

For Block 03 (+1, +2 & +3 Level)


1.

230

SHOPPING CENTRE BLOCK


1.

230

COMMUNITY WELFARE CENTRE BLOCK


1.

230

<=1400

Snacks Corner Exhaust

2.

380

900

Toilet Exhaust

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

249

TEST PROFORMA

S.No.

Item

1.0

CONDITIONS

1.1.

Ambient Conditions

Unit

Date

Day

Time

AM/PM

Temp. D.B.

.C

Temp. W.B.

.C

RH

2.0

COMPRESSOR

2.1

Compressor

Make/Model

2.2

Capacity specified at full load

Kcal/hour

2.3

Current at full load

Amp

3.0

CONDENSER

3.1

No. of Fans

Nos.

3.2

Speed

rpm

4.0

INDOOR UNIT

4.1

Indoor Unit

Make/Model

4.2

Air flow rate

CMH

4.3

Air Temperature - entering

4.4

Air Temperature - leaving

4.5

Specified capacity

Kcal/hour

4.6

Capacity at 100% LOAD

Kcal/hour

5.0

FANS

5.1

Fan

Test Result

Make/Model

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

250

5.2

Air Qty.

5.3

Static pressure

WG

5.4

Fan speed

RPM

5.5

Motor rating

KW/Amps

5.6

Fan motor current (actual)

Amps

5.7

Fan motor voltage (actual)

Amps

6.0.

ROOM CONDITIONS AT DESIGNED PARAMETERS

6.1

Date

6.2

Day

6.3

Time AM/PM

6.4

Temperature C
-

Dry bulb

Wet bulb

CMH

(A no. of reading shall be taken and computed)


6.5

Controls Report on test and functioning of all controls

7.0

NOTES :

7.1

Test Instructions

1.

All instruments for testing shall be provided by the Airconditioning Contractor.

2.

Thermometers used for measurement of temperature shall have graduations of 0.1C


and shall be got calibrated from NPL or any recognised test house beforehand.

3.

Thermometers used in the Psychrometers shall have graduations of 0.2C and shall be
calibrated as at (2) above.

NOTE: THE CONTRACTOR SHALL QUOTE HIS RATES ON THE BASIS OF THE PRICE OF BEST
QUALITY PRODUCT OF THE BRAND / MAKE. IN CASE ANY PARTICULAR BRAND OF ITEM IS
NOT ACCEPTABLE TO THE CLIENT, THE CONTRACTOR SHALL SUPPLY ITEMS OF OTHER
APPROVED BRANDS AT NO EXTRA COST.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

251

SL.
NO.

MATERIAL

MANUFACTURER

1.

THERMAL
ROCKWOOL/
WOOL/ PUF

INSULATION/
MINERAL

M/S LLOYD INSULATIONS INDIA LTD./ MALARPUR


ENTECH/ ARMACELL

2.

HAND DRIER

KOPAL / EURONICS / UTEC

3.

G.I. PIPES

TATA/ JINDAL HISSAR /Zenith

4.

UPVC PIPES CONFORMING


TO IS:4985-2000

SUPREME / FINOLEX / AKG / KISAN

5.

GUN METAL VALVES

ZOLOTO / LEADER / SANT/ (FULLWAY, CHECK AND


KARTAR GLOBE VALVES

6.

C.I.VALVES
(FULLWAY,
CHECK AND GLOBE VALVES)

ZOLOTO/ KIRLOSKAR / SANT / CASTLE /


KARTAR/ATAM

7.

BALL COCKS, CHECK & FOOT


VALVE, PRV, AIR VALVE

GPA/SANT/L & K / TBS / ZOLOTO/ATAM

8.

STONEWARE PIPES &

PERFECT/BURN/HIND / RK

GULLY TRAPS
9.

C.I. MANHOLES

NECO / R.I.F. / B.C. /NEER/HEPCO/SKF

COVERS AND FRAMES


10.

STAINLESS
GRATING

STEEL/C

CHILLY/CAMRY

11.

SOLAR WATER

MNRE Approved.

12.

WATER COOLERS

BLUE STAR/VOLTAS/USHA

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

252

13.

WATER HEATER

RACOLD/VENUS / BAJAJ / SPHEREHOT / AO SMITH


(JAQUAR)

14.

HIGH DENSITY
POLYETHYLENE

SINTEX / ROTEX / FUSION


PLASTO / POLYCON

(HDPE) WATER STORAGE


TANK
15.

WATER METERS

CAPSTAN / KRANTI / ANAND

16.

HORIZONTAL CENTRIFUGAL
/MONOBLOCK PUMPS

KIRLOSKAR / GRUNDFOS /
HBD-BOMBAY/PENTAIR

17.

MULTISTAGE VERTICAL

GRUNDFOS / WILO /D.P./

CENTRIFUGAL PUMPS

PENTAIR

SUBMERSIBLE DRAINAGE
PUMPS

KSB / KISHORE / JS /

18.

WILO/PENTAIR
19.

ELECTRIC MOTORS

KIRSLOSKAR/GEC/SIEMENS

20.

ELECTRICAL SWITCHGEAR &

SIEMENS/L&T/ENGLISH

STARTERS

ELECTRIC / GE

ELECTRICAL PANEL

SIEMENS/SPC/ADVANCE PANELS & SWITCHGEAR PVT.


LTD. / SCHNEIDER/ ISRO approved Panel
manufactures under Category B.

LIQUID LEVEL
CONTROLLERS

MINILEC / RADAR

21.

LIQUID LEVEL INDICATORS


22.

BUTTERFLY VALVE

AUDCO / ZOLOTO / ADVANCE/ATAM

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

253

ELECTRICAL WORKS

S. No.

Item

Name of Manufactures

1.

Voltmeter and Ammeter

2.

Selector Switch, Push Buttons, KAYCEE / L & T / GE / BCH


Emergency Switches
Current Transformer
AE / KAPPA / PRECISE / ADVANCE / GILBERT
MAXWELL / INDCOIL
HRC Fuses
L & T / GE / SIEMENS
Main / Sub Distribution Board ( SIEMENS / LEGRAND (LEXIC) / L & T /HAGER /
MCB DB )
SCHNEIDER
RCBO
SIEMENS / LEGRAND(LEXIC) / ABB / L & T
/HAGER / SCHNEIDER
FRLS PVC insulated copper FINOLEX / POLYCAB/ Havells/L&T/Lapp
conductor single / multi core
stranded wires of 650 / 1100
volt grade
Telephone Wires
SKYTONE / FINOLEX / BELDEN / HAVELLS /
DELTON/ BATRA HENLEY
Telephone Tag Block
TVS R & M / KRONE
MS Conduit / PVC Conduit
BEC / AKG / INTER CRAFT NEC / ATUL PIPE

3.
4.
5.
6.
7.

8.
9.
10.
11.

12.
13.
14.

Switches, TV & Telephone LEGRAND (ARTEOR)/ MK(BLENZE)


Socket outlets, Boxes (Modular
Type) (RJ - 11, RJ - 45)
Ceiling Fan / Wall Bracket Fans
HAVELLS(Velocity) /CROMPTONN GREAVES(HS)
/USHA ( Sonata).
Exhaust Fan
HAVELLS / ALMONARD / CROMPTONN GREAVES
Terminal Blocks / Cage Clamp / WAGO & CONTROLS / PHOENIX CONTACTS
Connectors

15.

Lightning Protection

16.

Transient
Voltage
Suppressor
Floor
Trunking
/
Channels/SPD
Multi - function Meter
DWC HDPE Pipe
Computer Networking
Light Fixtures
Lamps & Tubes

17.
18.
19.
20.
21.
22.

AE / MECO / UNIVERSAL / RISHAB/L&T

SOUTH ASIAN ENTERPRISE LTD. / DEHN INDIA


PVT. LTD.
Surge PHOENIX / SIEMENS / DEHN
Wall MK / LEGRAND / NEXO/OBO
ABB / SIEMENS / L & T / HPL
DURA LINE / REX / EMTELLE
AKSH / SIGNAMAX / SIMON
As per BOQ
OSRAM / PHILIPS / CROMPTON GREAVES

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

254

S. No.

Item

23.

Energy Meter

24.

Moulded Case Circuit Breaker

25.

MCB

26.

Indicating Lights

Name of Manufactures
HAVELLS/HPL SOCOMEC / SIEMENS (PAC) /
SCHNEIDER/L & T
L&T(D SINE) / SIEMENS (SENTRON) VA /
SCHNEIDER COMPACT - NSX
SCHENEIDER (MULTI9) / L&T /HAGAR / SIEMENS
(BETAGARD) / LEGRAND LEXIC

ABB / SIEMENS / L&T / AE / VAISHNAV /


SCHNEIDER
Indicating Instruments
RISHABH / CONSERVE / L&T / YOKINS
INSTRUMENTS / ENERCON
LT Cable
CABLE CORPORATION OF INDIA / UNIVERSAL /
GLOSTER / FINOLEX / POLYCAB
Cable Glands
DOWELS / CROMPTION / BICO / SIEMENS /
COMET / RAYCHEM
Cable Trays
CTM ENGINEERING / LEGRAND CABLOFIL /
INDIANA / SLOTCO / MEM / VENUS /
Cable Lugs
DOWEL / CROMPTION / BICO / SIEMENS /
COMET / CABSEAL
Octagonal / ornamental Pole PHILIPS / BAJAJ / TRANSRAIL LIGHTING LTD.
(G.I.)
(TLL) / SCHREDER
Lift
JOHNSON / OTIS / KONE/Schindler/Mitsubishi

27.
28.
29.
30.
31.
32.
33.
34.

HONEYWELL / BOSCH

35.

All other Items not covered AS PER SAMPLE APPROVED


above
CCTV
List of Approved Makes

S.No

Material

Approve makes

Dome Cameras

AXIS/Bosch/Avigilion/Vicon/ HONEYWELL

Bullet Cameras

AXIS/Bosch/Avigilion/Vicon/ HONEYWELL

PTZ Cameras

AXIS/Bosch/Avigilion/Vicon/ HONEYWELL

Network
video
management
System

AXIS/Bosch/Avigilion/Vicon/ HONEYWELL

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

255

Network switches

Juniper/D-link/Brocade/ HONEYWELL

Passive
component
patchcord
pigtails

D-link/Amp/Schneider/

i.e.,
LIU,

CAT-6 Cable

D-link/Amp/Schneider/

single mode fiber


cable

D-link/Amp/schneider

Power cable

10

Equipment Rack

D-link/valrack/APW

11

LED monitors

Samsung/Panasonic/LG

Polycab/RR Cable/finolex

FIRE FIGHTING
Sl.No.

ITEM.

ACCEPTABLE MAKE

PUMP

KIRLOSKAR/ MATHER PLATT/ Grundfos/


BEACON

MOTOR

KIRLOSKAR/ CROMPTON GREAVES/ TEXMO/


Grundfos/ NGEF

DIESEL ENGINE

KIRLOSKAR/ CUMMINS/ CATERPILLAR

M.S.PIPE

TATA/ JINDAL/ ZENITH

G.I.PIPE

TATA/ JINDAL/ ZENITH

ELECTRICAL PANEL/SYSTEM
CONTROLLER & CONTROL
CONSOLE

AS PER CPWD APPROVED

PIPE SUPPORTS

HITECH/ HILTI

SLUICE VALVE

KALPANA /UPADHAYA / KARTAR/ KIRLOSKAR

GUN METAL VALVE

LEADER / ZOLOTO

BUTTERFLY VALVE
WATER SOLENOID VALVE

INTERVALVE / AUDCO / KALPANA / ZOLOTO /


KARTAR
HD / SPRAYSAFE

10
11

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

256

13

PRESSURE SWITCH

WAREE / INDFOS/ DANFOS

14

PRESSURE GUAGES

15

WATER LEVEL CONTROLLER

V GUARD/ HONEYWELL/ MINILEC

17

FLOW SWITCH

HD / SYSTEM SENSOR/ INDFOS / DANFOS

18

INTERNAL/EXTERNAL
HYDRANT(LANDING VALVE)

WINCO/ NEW AGE / ARIHANT/ MINIMAX /


PADMINI

19

HOSE REEL 20 MM DIA

JYOTHI/ PADMINI /POLYHOSE / MINIMAX

20

INSTALLATION VALVE

HD / SYSTEM SENSOR/ NEWAGE / MINIMAX /


KALPANA

21

FIRE BRIGADE
INLET/CONNECTION

WINCO / NEW AGE / ARIHANT/ PADMINI /


MINIMAX/ KALPANA/ KARTAR

22

SPRINKLER HEAD

HD / SPRAYSAFE/ TYCO

23

RRL HOSE PIPE 63mm. DIA

CRC / PADMINI / NEW AGE

24

GM BRANCH PIPE 63 mm.X 20


mm.DIA

WINCO / NEW AGE / ARIHANT/ CRC /


PADMINI / KARTAR

25

FIRST AID HOSE REEL DRUM

NEW AGE / OMEX / VILAS/ MINIMAX /


PADMINI

26

POWER CABLES

HAVELLS / POLYCAB/ FINOLEX/GLOSTER

27

CONTROL CABLES

HAVELLS/FINOLEX/ L&T / ANCHOR/


STANDARD / POLYCAB

28

SINGLE PHASE PREVENTOR

L&T Minilec / H&H

29

SDFU/SFU WITH HRC FUSES

L&T / SIEMENS / SCHNEIDER

30

STARTERS/CONTACTOR

L&T / SIEMENS / SCHNEIDER.

H GURU / FIEBIG

Fire Alarm System:S.No

Description of Item

Approved makes

1.

Addressable Smoke detector, Siemens / Notifier / Bosch /


Addressable Heat detector

2.

Addressable input / output Siemens / Notifier / Bosch /


control module,

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

257

3.

Addressable Manual fire alarm Siemens / Notifier / Bosch /


push button station

4.

Addressable fire alarm hooter

Siemens / Notifier / Bosch /

5.

Addressable fire alarm panel

Siemens / Notifier / Bosch /

6.

Speaker Box

Agni

7.

Manual Call Box

Agni.

8.

Amplifier, LMT & Speaker

Philips / Ahuja / system Sensor

HVAC
1.

Variable Refrigerant Flow

Daikin, LG, Samsung

Machines
2.

Air Handling Units

3.

Heat Recovery Units

Edge-Tech, Zeco, VTS


Desiccant Rotor
International,Flakt,
Greenheck, Novelair Technologies

4.

Variable Frequency Drives

ABB, Allen Bradley, Alstan,


Danfoss

5.

Air Washer

Conaire, Edgetech, Roots cooling

6.

Air Scrubber

Conaire, Edgetech, Trion

7.

Ventilation Fans

7.1

Centrifugal Fans of AHUs

Kruger, Nicotra

With motors

7.2

Inline Fans

Kruger, System Air

7.3

Propeller fans

Crompton Greaves, Kruger,


Systemair

8.

GI Sheets

HSL, Jindal (HISSAR), SAIL,


TATA

8.1

Factory Fabricated Duct

Rola Star, Seven Star, Zeco

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

258

8.2

Flexible Duct

Atco, Ruskin Titus, UP Twiga

9.

Copper pipe

Mandev, Mexflow, Rajco

10.

Grilles/ Diffusers/ Louvers/


Dampers

Air master, Systemaire (Ravistar),


Ruskin Titus

11.

Fire Dampers

Dynacraft, Systemaire, Ruskin


Titus

12.

Open & Closed Cell Nitrile

Armacell, K-flex,

Rubber Insulation
13.

Poly isocynurate
insulation

Lloyd Insulations, Malanpur


Entech

14.

Air Filters

Mechmaark, Puromatic, Spectrum,


Thermadyne

15.

V belts / Pulley

Dunlop, Fenner

16.

Thermostat

Anergy, Honeywell, Johnson


Control, Siemens

17.

Vibration Isolators

18.

Drain Pipe

19.

Under Deck insulation

Dunlop, Emerald, Resistoflex


Ashtral, Finolex, Prince, Supreme
Polyurethane Foam (PUF) /
Polyisocyanurate Foam

All other Items not covered


above

AS PER SAMPLE APPROVED

Assistant Engineer (E)

Executive Engineer (E)

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

PART D
SCHEDULE OF QUANTITIES
MAJOR COMPONENT (CIVIL) &
MINOR COMPONENT (ELECTRICAL)
(Page No. 259 to 316)

Correction-Nil
Insertion-Nil
Deletion-Nil

AE/IISER TVM PSD-1

EE/IISER TVM PD - I

Name of Work : Construction of Civil Structures and other Infrastructure facilities for IISER Campus at Vithura, Thiruvananthapuram- Phase II.
SH: C/o Guest House, Shopping Centre, Community Welfare Centre including internal and external Civil & Electrical services, HVAC, Lift, Fire
fighting, Site Development, Road work etc.

I. MAJOR COMPONENT (CIVIL)


NAME OF CONTRACTOR

Sl. No.
1

1.1

1.1.1
1.1.2
1.1.3
1.2

1.3

1.3.1
1.3.2
1.3.3
1.4

1.4.1
1.4.1.1

Description

Quantity

Rate

Unit

Amount

EARTH WORK

Earth work in excavation by mechanical means


(Hydraulic excavator) / manual means over areas
(exceeding 30cm in depth. 1.5 m in width as well as
10 sqm on plan) including disposal of excavated
earth,lead upto 50m and lift upto 1.5m, disposed
earth to be levelled and
neatly dressed.
All kind of soil
Ordinary Rock
Hard Rock (blasting Prohibited)
Removing of top 200mm virgin soil from the area
where excavation is to be carried out, stock piling the
same at a protected place and taking adequate
measures to protect, the stock pile from erosion by
natural growth of vegetation or other wise. The top
soil shall be used for landscaping.
Earth work in excavation by mechanical means
(Hydraulic excavator) / manual means in foundation
trenches or drains (not exceeding 1.5
m in width or 10 sqm on plan), including dressing of
sides and ramming of bottoms, lift upto 1.5 m,
including getting out the excavated soil and disposal
of surplus excavated soil as directed, within a lead of
50m.
All kind of soil
Ordinary Rock
Hard Rock (blasting Prohibited)
Excavating trenches of required width for pipes,
cables, etc., including excavation for sockets and
dressing of sides, ramming of bottoms, depth upto
1.5m including getting out the excavated soil and
then returning the soil as required, in layers not
exceeding 20cm in depth including consolidating each
deposited layer by ramming, watering, etc., and
disposing of surplus excavated soil as directed, within
a lead of 50m :
All kind of soils
Pipes, cable etc. exceeding 80mm dia. but not
exceeding 300mm dia.

11983.00
4162.00
832.00
1171.00

Cum
Cum
Cum
Cum

231.17
363.40
918.31
399.49

Cum
Cum
Cum
Cum

2770110.00
1512471.00
764034.00
467803.00

475.00 Cum
148.00 Cum
30.00 Cum

234.00
391.48
921.95

Cum
Cum
Cum

111150.00
57939.00
27659.00

1299.00 Metre

309.47

Metre

402002.00

1.5

Extra for excavating trenches for pipes, cables etc. in


all kinds of soil for depth exceeding 1.5 m, but not
exceeding 3 m.(Rate is over corresponding basic item
for depth upto 1.5 metre.)

250.00 Metre

420.88

Metre

105220.00

1.6

Extra for excavating trenches for pipes, cables, etc, in


all kinds of soil for depth exceeding 3 m in depth, but
not exceeding 4.5 m. (Rate is over corresponding
basic item for depth upto 1.5 metre.)

30.00 Metre

1080.05

Metre

32402.00

1.7

Excavating trenches of required width for pipes,


cables, etc, including excavation for sockets, depth
upto 1.5 m including getting out the excavated
materials, returning the soil as required in layers not
exceeding 20 cm in depth including consolidating
each deposited layers by ramming, watering etc.
stacking serviceable material for measurements and
disposal of unserviceable material as directed, within
a lead of 50m :
Ordinary Rock
Pipes, cables etc. exceeding 80 mm dia but not
exceeding 300 mm dia.

283.00 Metre

669.01

Metre

189330.00

113.00 Metre

1293.60

Metre

146177.00

1.7.1
1.7.1.1
1.7.2
1.7.2.1

Hard Rock (blasting Prohibited)


Pipes, cables etc. exceeding 80 mm dia but not
exceeding 300 mm dia.

259

1.8

Extra for excavating trenches for pipes, cables, etc.


in ordinary/hard rock exceeding 1.5 m in depth but
not exceeding 3 m. (Rate is over corresponding basic
item for depth upto 1.5 metre.)

63.00 Metre

1371.21

Metre

86386.00

1.9

Extra for excavating trenches for pipes, cables, etc. in


ordinary/hard rock exceeding 3 m in depth but not
exceeding 4.5m. (Rate is over corresponding basic
item for depth upto 1.5 metre.)

12.00 Metre

3415.10

Metre

40981.00

1.10

Extra for every additional lift of 1.5 m or part thereof


in excavation/banking excavated or stacked materials.

1.10.1

From 1.5 m to 3.0 m

1.10.1.1

All Kinds of Soil

3782.00 Cum

68.71

Cum

259861.00

1.10.1.2

Ordinary or Hard Rock

1199.00 Cum

123.24

Cum

147765.00

1.10.2

From 3.0 m to 4.5 m

1.10.2.1

All Kinds of Soil

313.00 Cum

137.43

Cum

43016.00

1.10.2.2

Ordinary or Hard Rock

134.00 Cum

246.48

Cum

33028.00

1.10.3

From 4.5 m to 6.0 m


46.00 Cum

206.14

Cum

9482.00

1.10.3.1

All Kinds of Soil

1.10.3.2

Ordinary or Hard Rock

20.00 Cum

369.72

Cum

7394.00

1.11

Removal and disposal of surplus excavated earth by


mechanical transport including loading, unloading ,
stacking and spreading at all lift and lead up to 2 km
approved by Engineer -in -charge.

6091.00 Cum

168.31

Cum

1025176.00

1.12

Filling available excavated earth (excluding rocks) in


trenches, plinth, sides of foundation etc. in layers not
exceeding 20cm. in depth, consolidation each
deposited layer by ramming & watering, all lead and
lift with in the site.

14819.00 Cum

166.99

Cum

2474625.00

1.13

Clearing jungle including uprooting of rank


vegetation, grass, brush wood, trees and saplings of
girth upto 30 cm measured at a height of 1 m above
ground level and removal of rubbish upto a distance
of 50 m outside the periphery of the area cleared.

5855.00 Sqm

953.82

100 Sqm

55846.00

1.14

1.14.1

Felling trees of the girth (measured at a height of 1m


above ground level) including cutting of trunks and
branches removing the roots and stacking of
serviceable material and disposal of unserviceable
material.
Beyond 30 cm girth upto and including 60 cm girth

5.00 nos

292.24

each

1461.00

1.14.2

Beyond 60 cm girth upto and including 120 cm girth

4.00 nos

1294.19

each

5177.00

1.15

Supplying and filling in plinth with quarry dust under


floors, including watering, ramming, consolidating and
dressing complete.

240.00 cum

1352.36

cum

324566.00

1.16

Supplying /injecting /Spraying Herbal Anti-Termite


Treatment Osolin AT -CT(construction Treatment) as
per manufacturer's specification

11156.00 Sqm

78.55

Sqm

876304.00

1.17

Providing & laying 500 micron polythene sheet


including lapping, tapping etc complete

3946.00 Sqm

2
2.1

52.00 Sqm

205192.00
12182557.00

TOTAL
CONCRETE WORK
Providing & laying in position cement concrete of
specified grade excluding the cost of centering and
shuttering -All works upto plinth level:

2.1.1

1:2:4 (1 Portland Pozzolana cement: 2 coarse


sand: 4 graded stone aggregate 20 mm nominal size)

326.00 Cum

8121.28

Cum

2647537.00

2.1.2

1:3:6 (1 Portland Pozzolana cement: 3 coarse sand:


6 graded stone aggregate 40 mm nominal size)

133.00 Cum

6941.93

Cum

923277.00

2.1.3

1:4:8 (1 Portland Pozzolana cement: 4 coarse sand:


8 graded stone aggregate 40 mm nominal size)

452.00 Cum

6390.22

Cum

2888379.00

2.1.4

1:5:10 (1 Portland Pozzolana cement : 5 coarse sand


: 10 graded stone aggregate 40 mm nominal size)

66.00 Cum

5948.74

Cum

392617.00

260

2.2

Providing and laying cement concrete 1:2:4 mix (1


Portland Pozzolana cement : 2 coarse sand : 4 stone
aggregate 20mm down grade) alround soil and
waste pipes including 75mm in bed concrete as per
standard design.

2.2.1

150mm dia pipe under floor including shuttering and


centering

211.00 Metre

1469.95 Metre

310159.00

2.2.2

100mm dia pipe under floor including shuttering and


centering

365.00 Metre

1201.93 Metre

438704.00

2.2.3

75mm dia pipe under floor including shuttering and


centering

170.00 Metre

923.36 Metre

156971.00

2.3

Providing & laying damp proof course 50mm thick


with cement concrete 1:2:4 (1 Portland Pozzolana
cement: 2 coarse sand: 4 graded stone aggregate 20
mm nominal size).

29.00 Sqm

467.77

Sqm

13565.00

2.4

Extra for providing and mixing water proofing material


in cement concrete work in doses by weight of
cement as per manufacture's specification.

100.00 50 kg

71.54

Per 50 kg cement

7154.00

2.5

Applying a coat of residual petroleum bitumen of


grade of VG-10 of approved quality using 1.7 kg per
square metre on damp proof course after cleaning the
surface with brushes and finally with a piece of cloth
lightly soaked in kerosene oil.

29.00 Sqm

196.11

Sqm

5687.00

2.6

Making plinth protection 50mm thick of cement


concrete 1:3:6 (1 Portland Pozzolana cement :3
coarse sand : 6graded stone aggregate 20mm
nominal size) over 75mm bed by dry brick ballast
40mm nominal size well rammed and consolidated
and grouted with fine sand including finishing the top
smooth.

410.00 Sqm

622.95

Sqm

255410.00

2.7

Providing & laying in position cement concrete of


specified grade -All works above plinth for all level:
1:2:4 (1 Portland Pozzolana cement: 2 coarse sand:
4 graded stone aggregate 12.5 mm nominal size)below flooring

55.00 Cum

9143.74

Cum

502906.00

2.8

Providing and constructing masonry wall using


cement concrete hollow blocks of compressive
strength not less than 5.0 N/mm2 in cement mortar
1:6 ( 1 Portland Pozzolana cement : 6 Coarse sand)
for superstructure including raking out joints, when
plastering is to be done/striking joints when no
plastering is to be done, curing and scaffolding etc all
as per specification.
200 mm thick wall

1859.00 cum

10159.51

cum

18886529.00

2.9.1

Providing and constructing masonry wall using


cement concrete solid blocks of compressive strength
not less than 5.0 N/mm2 in cement mortar 1:6 ( 1
Portland pozzolana cement : 6 coarse sand ) for
superstructure including raking out joints, when
plastering is to be done/striking joints when no
plastering is to be done, curing and scaffolding etc.all
as per specification.
100 mm thick wall

259.00 cum

12929.75

cum

3348805.00

2.9.2

200 mm thick wall

791.00 cum

12929.75

cum

10227432.00

2.8.1
2.9

3
3.1

cement

41005132.00

TOTAL
REINFORCED CEMENT CONCRETE WORK
Providing and laying in position machine batched and
machine mixed design mix M-25 grade cement
concrete for reinforced cement concrete work, using
cement content as per approved design mix, including
pumping of concrete to site of laying but excluding
the cost of centering, shuttering, finishing and
reinforcement, including 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
Engineer-in-charge including smooth shutter
finish concreting of suspended floors such that
exposed surface of ceiling after removal of
centering shuttering shall have smooth level ,
and even surface and require no ceiling plaster.

261

Uneveness if any should be grounded and


levelled smooth without affecting the minimum
cover prescribed. (Rate is inclusive of all the
operation mentioned above. (Note :- Cement
content considered in this item is @ 330 kg/cum.
Excess/less cement used as per design mix is
payable/recoverable separately). Note: Ceilings of
suspended floors should have shutter finish after
casting. So that no plastering require over it. Care
should be taken while shuttering to get shutter finish
with minor grinding wherever required. to apply putty
over the surface directly.(Rate includes all operations
except putty which will be paid seperately in the
relevent item.
3.1.1
3.1.2
3.2

All works upto plinth level


All works above plinth level upto floor V level.
Providing, hoisting and fixing up to floor five level
precast reinforced
cement concrete in shelves
including setting in cement mortar 1:3 (1 Portland
Pozzolana cement : 3 coarse sand), cost of required
centering, shuttering and finishing with neat cement
punning on exposed surfaces but excluding the cost
of reinforcement with 1:2:4 (1 Portland Pozzolana
cement : 2 coarse sand : 4 graded stone aggregate
12.5mm nominal size).

3.3

Add for using extra cement in the items of design


mix over and above the specified cement content
therein.

3.4

Centering & shuttering including strutting, propping


etc.& removal of form for:

3.4.1

Foundations, footings, bases of columns etc. for mass


concrete.

3.4.2

9354.19
10421.52
18087.95

Cum
Cum
Cum.

1103.50

Qtl

1697.00 Sqm

291.87

Sqm

495303.00

Walls (any thickness) including attached pilasters,


buttresses, plinth & string courses etc.

4441.00 Sqm

536.04

Sqm

2380554.00

3.4.3

Suspended floors, roofs, landings, balconies & access


platform except folded slab including providing
marine plywood to get smooth shutter finish of
suspended floors such that exposed suface of
ceiling after removal of centring shuttering
shall have smooth level, and even suface and
require no ceiling plaster.( Rate is inclusive of
all the operation mentioned above).

8927.00 Sqm

596.73

Sqm

5327009.00

3.4.4
3.4.5

180.00 Sqm
16369.00 Sqm

596.73
493.48

Sqm
Sqm

107411.00
8077774.00

3.4.6

Shelves (Cast in situ)


Lintels, beams, plinth beams, girders, bressumers &
cantilevers.
Columns, pillars, piers, abutments, posts & struts.

6230.00 Sqm

673.54

Sqm

4196154.00

3.4.7

Stairs, (excluding landings) except spiral-staircase.

553.00 Sqm

587.82

Sqm

325064.00

3.4.8

Weather shade, Chajjas, corbels etc, including edge.

150.00 Sqm

731.48

Sqm

109722.00

3.4.9
3.4.10

Coffer slab.
Edges of Slabs and breaks in floors and walls

306.00 Sqm

678.00

Sqm

207468.00

Under 20cm wide


Extra for shuttering in circular work in columns

85.00 Metre
107.00 Sqm

172.94 Metre
134.71
Sqm

14700.00
14414.00

3.4.10.1
3.4.11
3.5

3.5.1
3.6

3.6.1

Extra for additional height in centering, shuttering


where ever required with adequate bracing, propping
etc., including cost of de-shuttering 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 ).

4438.00 Cum
4831.00 Cum
4.00 Cum.

3595

Quintal

41513895.00
50346363.00
72352.00

3967083

6099.00 Sqm

236.30

Sqm

1441194.00

140.00 Sqm

1084.49

Sqm

151829.00

Providing precast cement concrete Jali 1:2:4 (1


Portland Pozzolana cement : 2 coarse sand: 4 graded
stone aggregate 6 mm nominal size), reinforced with
1.6 mm dia mild steel wire, including centering and
shuttering, roughening cleaning, fixing and finishing
in cement mortar 1:3 (1 Portland Pozzolana cement :
3 fine sand) etc. complete, excluding plastering of the
jambs, sills and soffits.
50mm thick

262

3.7

3.7.1
3.8

3.8.1
3.9

Steel Reinforcement for R.C.C work including


straightening, cutting, bending, placing in position
and binding all complete upto plinth level:
Thermo-mechanicaly Treated Bars (Fe 500 D)

699612.00 Kg

101.18

Kg

70786742.00

724710.00 Kg

101.18

Kg

73326158.00

Steel Reinforcement for R.C.C work including


straightening, cutting, bending, placing in position
and binding all complete above plinth level:
Thermo-mechanicaly Treated Bars (Fe 500 D)
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 location 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.)

3.9.1
3.10

Floor Joint of 100 mm gap


Providing and fixing of expansion joint system related
with wall joint (internal/external) location as per
drawings and direction of Engineer-In- Charge. 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 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.)

120.00 metre

9446.90

metre

1133628.00

3.10.1
3.11

Wall Joint of 100 mm gap


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.

30.00 metre

7548.69

metre

226461.00

263

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 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. 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.
3.11.1
3.12

Roof Joint of 100 mm gap


Providing and fixing in position 12 mm thick bitumen
impregnated fibre board conforming to IS: 1838,
including cost of primer, sealing compound in
expansion joints.

3.13

Providing and fixing sheet covering over expansion


joints with stainless steel screws as per design.

3.13.1
3.13.1.1
3.14

Aluminium fluted strips 3.15 mm thick.


150 mm wide
Add for plaster drip course/ groove in plastered
surface or moulding to R.C.C. projections.

3.15

Providing and fixing in position Stainless steel Grade


304 plate-1.0 mm thick as per design for expansion
joints.

3.15.1
3.16

3.16.1

30.00 metre
430.00 per cm
depth per
m

9446.90
metre
663.96 per cm depth per
100 m

283407.00
2855.00

114.00 Metre
497.00 Metre

490.36
45.69

Metre
Metre

55901.00
22708.00

300 mm wide.
Providing and filling expansion joints with approved
polysulphide sealing compound (confirming to grade
BS:4254:1983 or IS-12118, Part-I&II - 1987)
including painting the sides of slab and wall upto a
depth of 20mm with approved appropriate primer to
receive the specified sealing compound and rubber &
backer rod, providing and applying bond breaking
tape on top edges of joint to prevent accidental
spillage of sealant on top surface and to give a neat
finish to the sealant has been applied and tooled, all
complete as per specification and direction of
Engineer-in-Charge.

43.00 Metre

1237.59

Metre

53216.00

50mm wide x 25mm depth


TOTAL
BRICK WORK
Brick work with F.P.S. bricks of class designation 5.0
in foundation and plinth in:

420.00 Metre

987.00

Metre

414540.00
265053905.00

4.1.1

Cement mortar 1:6 (1 Portland Pozzolana cement : 6


coarse sand).

10.00 Cum.

6948.99

Cum.

69490.00

4.2

Providing weep holes with 110 mm dia PVC pipes


upto 1.5m length including packing with stone
chippings/aggregate in abutments, wing walls,
retaining walls, return walls etc. complete .

20.00 nos

150.28

Each

3006.00

4
4.1

5
5.1

72496.00

TOTAL
STONE WORK
Random rubble masonry with hard stone in
foundation and plinth including levelling up with
cement concrete 1:6:12 (1 Portland Pozzolana
cement : 6 coarse sand : 12 graded stone aggregate
20mm nominal size) at plinth level with :

5.1.1

Cement mortar 1:6 (1 Portland Pozzolana cement : 6


coarse sand)

5.2

Random rubble masonry with hard stone in


foundation and plinth including levelling up with
cement concrete 1:6:12 (1 Portland Pozzolana
cement : 6 coarse sand : 12 graded stone aggregate
20mm nominal size) at plinth level (Using
available excavated rocks) including cost of
making the stone to required sizes, carriage etc,
complete: Note: available excavated rock/RR will be
issued at free of cost at site as and where is
condition.

151.00 Cum

264

5821.12

Cum

878989.00

5.2.1

Cement mortar 1:6 (1 Portland Pozzolana cement : 6


coarse sand)

5.3

Random rubble masonry with hard stone in


superstructure above plinth level and upto floor five
level, including leveling up with cement concrete
1:6:12 (1 Portland Pozzolana cement : 6 coarse sand
: 12 graded stone aggregate 20mm nominal size) at
window sills, ceiling level and the like including
pointing complete .

5.3.1

Cement mortar 1:6 (1 Portland Pozzolana cement : 6


coarse sand).

5.4

Random rubble masonry with hard stone in


superstructure above plinth level and upto floor five
level, including leveling up with cement concrete
1:6:12 (1 Portland Pozzolana cement : 6 coarse sand
: 12 graded stone aggregate 20mm nominal size) at
window sills, ceiling level and the like including
pointing complete (Using available excavated
rocks) including cost of making the stone to required
sizes, carriage etc, complete: Note: available
excavated rock/RR will be issued at free of cost at site
as and where is condition.

5.4.1
5.5

6
6.1

228.00 Cum

4268.42

Cum

973200.00

420.00 Cum

6930.57

Cum

2910839.00

Cement mortar 1:6 (1 Portland Pozzolana cement : 6


coarse sand).

252.00 Cum

5378.23

Cum

1355314.00

Extra for Random rubble masonry with hard stone


curved on plan for a mean radius not exceeding 6m

57.00 Cum

663.74

Cum

37833.00

6156175.00

TOTAL
MARBLE AND GRANITE WORK
Providing and fixing 18 mm thick , mirror polished,
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
Portland Pozzolana cement : 4 coarse sand), joints
treated with white cement, mixed with matching
pigment, epoxy touch ups, including rubbing, uring,
moulding and polishing to edges to give high gloss
finish etc. complete at all levels.

6.1.1
6.1.1.1
6.1.1.2
6.2

Granite of any colour and any shade


Area of slab upto 0.50 sqm
Area of slab over 0.50 sqm
Providing edge moulding to 18 mm thick granite
stone counters, Vanities etc., including machine
polishing to edge to give high gloss finish etc.
complete as per design approved by Engineer-inCharge.

6.2.1
6.3

11.00 Sqm
180.00 Sqm

5743.72
5805.22

Sqm
Sqm

63181.00
1044940.00

Granite Work
Extra for providing opening of required size & shape
for wash basins/ kitchen sink in kitchen platform,
vanity
counters
and
similar
location
in
marble/Granite/stone work including necessary holes
for pillar taps etc. including rubbing and polishing of
cut edges etc. complete.
TOTAL
WOOD AND PVC WORK
Providing wood work in frames of doors, windows,
clerestory windows & other frames, railings, wrought
framed & fixed in position as per IS:4021 : 1995 with
hold fast lugs or with dash fasteners of required dia
and length ( hold fast lugs or dash fastner shall be
paid for seperatly).

318.00 Metre
113.00 nos

342.53
574.37

Metre
Each

108925.00
64904.00

7.1.1
7.2

Second Class Teak Wood


Providing wood work in frames of doors, windows,
clerestory windows & other frames, railings, wrought
framed & fixed in position as per IS:4021 : 1995 with
hold fast lugs or with dash fasteners of required dia
and length ( hold fast lugs or dash fastner shall be
paid for seperatly).

7.53 Cum

135936.94

Cum

1023605.00

7.2.1

Kiln seasoned chemically treated Anjili/Irul wood

2.04 Cum

79780.01

Cum

162751.00

7
7.1

1281950.00

265

7.3

Providing & fixing ISI marked flush door shutters


comfirming to IS:2202 (Part-I) non decorative type,
core of block board construction with frame of first
class hard wood & well matched commercial 3 ply
veneering with vertical grains or cross bands & face
veneers on both faces of shutters:

7.3.1

35 mm thick including ISI marked stainless steel butt


hinges with necessary screws.

475.00 Sqm

2837.02

Sqm

1347585.00

7.3.2

30mm thick including ISI marked stainless steel butt


hinges with necessary screws including aluminium 'U'
beading of required size to flush door shutter.
Including fixing etc. Complete as per direction of
engineer in- charge.

101.00 Sqm

3031.99

Sqm

306231.00

7.4

Providing and fixing 1.0 mm thick 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 adehsive of approved quality.

1154.00 Sqm

1004.93

Sqm

1159689.00

7.5

Extra for providing lipping with 2nd class teak wood


battens 12 mm minimum depth on all edges of
shutters (over all area of door shutter to be
measured)

475.00 Sqm

260.89

Sqm

123923.00

7.6

Providing & fixing aluminium sliding door bolts ISI


marked anodised (anodic coating not less then grade
AC 10 as per IS : 1868) transparent or dyed to
required colour & shade with nuts & screws etc.
complete:

7.6.1
7.7

300 X 16 mm
Providing & fixing aluminium tower bolts ISI marked
anodised (Anodic coating not less then grade AC 10
as per IS : 1868) transparent or dyed to required
colour & shade with necessary screws etc. complete:

2.00 nos

341.19

Each

682.00

7.7.1

300 X 10 mm

166.00 nos

166.55

Each

27647.00

7.7.2

150 X 10 mm

372.00 nos

97.09

Each

36117.00

7.8

Providing & fixing bright finished brass 100 mm


mortice latch & lock ISI marked with 6 levers and a
pair of lever handle with necessary screws etc.
complete. (Best make of approved quality)

85.00 nos

811.79

Each

69002.00

7.9

Providing and fixing bright finished brass 100 mm


mortice latch with one dead bolt and a pair of lever
handles of approved quality with necessary screws
etc. complete.

7.00 nos

708.23

each

4958.00

7.10

Providing and fixing bright finished brass 100 mm


mortice lock with 6 levers without pair of handles of
approved quality for aluminium door, with necessary
screws etc complete as per direction of Engineer-incharge.

258.00 nos

692.26

each

178603.00

7.11

Providing & fixing aluminium hanging floor door


stopper ISI marked anodised (anodic coating not less
then grade AC 10 as per IS : 1868) transparent or
dyed to required colour & shade with necessary
screws etc. complete:
Twin rubber stopper
Providing and fixing aluminium door handles ISI
marked anodised (anodic coating not less than grade
AC 10 as per IS : 1868) transparent or dyed to
required colour or shade with necessary screws etc.
complete :
125 mm
100 mm
Providing and fixing wooden moulded beading using
2nd class teak wood to door and window frames with
iron screws, plugs and priming coat on unexposed
surface etc. complete :

31.00 nos

124.72

Each

3866.00

323.00 nos
329.00 nos

103.70
81.86

Each
Each

33495.00
26932.00

611.00 metre
5.00 metre
4198.00 nos

164.69
102.96
174.35

metre
metre
Each

100626.00
515.00
731921.00

7.11.1
7.12

7.12.1
7.12.2
7.13

7.13.1
7.13.2
7.14

size - (50 x 20 mm)


size - (25 x 25 mm)
Providing 40x5 mm flat iron hold fast 40 cm long
including fixing to frame with 10 mm diameter bolts,
nuts and wooden plugs and embedding in cement
concrete block 30x10x15cm 1:3:6 mix (1 Portland
Pozzolana cement : 3 coarse sand : 6 graded stone
aggregate 20mm nominal size)

266

7.15

Extra for cutting rebate in flush door shutters (Total


area of the shutter to be measured).

13.00 sqm

155.33

sqm

2019.00

7.16

Extra if louvers (not exceeding 0.2 sqm) are provided


in flush door shutters (overall area of door shutters
to be measured). Decorative type door

24.00 sqm

560.85

sqm

13460.00

7.17

Providing and fixing 50cm long aluminium kicking


plate 300 x3.15mm 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.

142.00 nos

717.30

Each

101857.00

7.18

Providing and fixing 50cm long aluminium push plate


300 x3.15mm 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.

2.00 nos

717.30

Each

1435.00

7.19

Providing and fixing aluminium die cast body tubular


type universal hydraulic door closer (having brand
logo with ISI, IS : 3564, embossed on the body, door
weight upto 35 kg and door width upto 700 mm),
with necessary accessories and screws etc. complete.

101.00 nos

1119.85

Each

113105.00

7.20

Providing and fixing of Hollow metal fire rated doors


as per BS 476 part-22 for stability and integrity.
Pressed Galvanized steel confirming to IS 277 with
the following specification. Recommended glazed fire
door shall have maximum rating of 120Mins, as a
complete assembly. Manufacturer test certificate
shall cover doors both single and double leaf and all
doors supplied shall be within the tested specimen,
deviation in specification and sheet thickness other
than what is mentioned in the test certificates are not
allowed. Proper label confirming the type of door and
the hourly rating is mandatory. Approved
manufacturer Shakti Met-dor or approved equivalent.
Door frame shall be double rebate profile of size 154
x 77 mm made out of 1.60mm (16gauge) minimum
thick galvanized steel sheet.

21080.00

Sqm

126480.00

512.00 nos

401.00

Each

205312.00

6.00 Sqm

Frames shall be Mitered and field assembled with self


tabs. All provision should be mortised, drilled and
tapped for receiving appropriate hardware. Rubber
door silencers should be provided on the striking
jamb.Frames should be provided with back plate
bracket and anchor fasteners for installation on a
finished plastered masonry wall opening. Once frame
installed should be grouted with cement & sand slurry
necessary for fire doors on the clear masonry
opening. Door leaf shall be of galavanised steel rails
47mm thick and 100mm Door leaf profile shall be
manufactured from minimum 1.2mm (18guage) thick
galvanised steel sheet. The internal construction of
the door should be rigid reinforcement pads the
bottom rail shall be 200mm. The glass shall be
minimum 6mm thick fire rated glass of make schott.
Glazing and glass material shall be fixed on rails with
steel GI beedings. The gasket shall be 4mm ceramic
based of approved make. All doors shall be factory
prepped for receiving appropriate hardware and
provided with necessary reinforcement for hinges,
locks, and door closers. The edges should be
interlocked for pair of doors astragals has to be
provided on the meeting stile for both active and
inactive leaf.
7.21

Providing and fixing 150mm long stainless steel


handles with necessary stainless steel screws etc.
complete.

7.22

Providing & fixing stainless steel sliding door bolts of


2.5 mm thick with stainless steel screws and
accessories etc. complete:

7.22.1
7.23

300 X 16 mm
Providing & fixing stainless steel tower bolts with
necessary screws etc. complete:

262.00 nos

532.00

Each

139384.00

7.23.1

300 X 10 mm

315.00 nos

194.00

Each

61110.00

267

7.24

Providing & fixing stainless steel hanging floor door


stopper with necessary stainless steel screws etc.
complete

7.24.1
7.25

Twin stopper
Supply & fixing of stain finish stainless steel 304
grade d-line DPL or equivalent 19mm dia C shape
lever handle set complete with entrance lockcase of
55mm back set having latch and lock with double
through locking bolt operated with one side key other
side thump lump cylinder, including cost of material
and labour as directed by Engineer -in- charge.

55.00 nos
4.00 Nos

167.00
1824.00

Each
Each

9185.00
7296.00

7.26

Supplying /injecting /Spraying Herbal Anti-Termite


Treatment Osolin AT -CT(construction Treatment) on
wood surface as per manufacturer's instruction @
0.06 Litre/ Sqm

420.00 Sqm

58.00

Sqm

24360.00

8
8.1

8.1.1

8.1.2

6143151.00

TOTAL
STEEL WORK
Steel work welded in built up sections/framed work
including cutting hoisting, fixing in position and
applying a priming coat of approved zinc chromate
primer using structural steel etc.as required.
In stringers, treads, landings etc. of stair cases
including use of chequered plates wherever required,
all complete.
In grating, frames, guard bar, ladders, pipe railings
and balusters, brackets, gates & similar works.

8.2

Supplying and fixing rolling shutters of approved


make, made of required size M.S. laths interlocked
together through their entire length and jointed
together at the end by end locks mounted on
specially designed pipe shaft with brackets, side
guides and arrangements for inside and outside
locking with push and pull operation complete
including the cost of providing and fixing necessary
27.5 cm long coil springs grade No. 2 and M.S. top
cover of required thickness for rolling shutters.

8.2.1

80x1.25 mm M.S. laths with 1.25 mm thick top cover.

100.00 kg

111.87

kg

11187.00

7185.00 kg

133.86

kg

961784.00

250.00 Sqm

3182.52

Sqm

795630.00

58.00 nos

652.15

each

37825.00

34.00 sqm
43.00 sqm

1076.91
465.92

sqm
sqm

36615.00
20035.00

8.3

Providing and fixing ball bearing for rolling shutter

8.4

Extra for providing mechanical device chain and crank


operation for operating rolling shutters.

8.4.1
8.5

Exceeding 16.80 sqm in area


Extra for providing grilled
rolling shutters
manufactured out of 8 mm dia M.S. bar instead of
laths as per design approved by Engineer-in- charge,
(area of grill to be measured).

8.6

Steel work in built up tubular ( round , square or


rectangular hollow tubes etc.) trusses etc., including
cutting, hoisting, fixing in position and applying a
priming coat of approved steel primer,including
welding and bolted with special shaped washers etc.
Complete as shown in drawing with hot finished
seamless type tubes.

24000.00 kg

171.00

kg

4104000.00

8.7

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.).

1121.00 kg

920.24

kg

1031589.00

268

8.8

9
9.1

Supplying and placing in position at site one row of


MS Tang bars of 183 cm long, 23 cm wide and 3.15
mm thick punched to form double comb structure and
twisted to form fangs in all directions, and fangs
overlap and interlock each other and are so
distributed in the RCC walls, floors and/or roof slabs
that they deflect the incoming drill imparting burglar
resistance to the vault room including provision of
fixing stong room door in RCC wall etc complete and
as per the direction of Engineer-in-charge.

125.00 Sqm

4907.00

Sqm

613375.00

7612040.00

TOTAL
FLOORING WORK
Providing and laying fully polished vitrified floor tiles
in different sizes (thickness to be specified by the
manufacturer) with water absorption less than 0.08%
and conforming to IS : 15622, of approved make, in
all colours and shades, laid on 20mm thick cement
mortar 1:4 (1 Portland Pozzolana cement : 4 coarse
sand), including grouting the joints with white cement
and matching pigments etc., complete.

9.1.1
9.2

Size of tile 600 x 600 x 9.5 mm (min)


Providing and laying fully polished Vitrified tiles in
different sizes (thickness to be specified by
manufacturer), with water absorption less than 0.08
% and conforming to I.S. 15622, of approved make,
in all colours & shade, in skirting, riser of steps and
dado, over 12 mm thick bed of cement mortar 1:3
(1 Portland Pozzolana cement: 3 coarse sand),
including grouting the joint with white cement &
matching pigments etc. complete.

2067.00 Sqm
1384.00 Sqm

2088.82
2102.86

Sqm
Sqm

4317591.00
2910358.00

9.3

Providing and laying Anti skid Ceramic glazed floor


tiles of size 300x300 mm (thickness to be specified by
the manufacturer) of 1st quality conforming to IS :
15622 of approved make in colours such as White,
Ivory, Grey, Fume Red Brown, laid on 20 mm thick
cement mortar 1:4 (1 Portland Pozzolana Cement : 4
Coarse sand), including pointing the joints with white
cement and matching pigment etc., complete.

1897.00 Sqm

1166.87

Sqm

2213552.00

9.4

Providing and fixing Ist quality ceramic glazed wall


tiles conforming to IS:15622 (thickness to be
specified by the manufacturer), of approved make, in
all colours, shades except burgundy, bottle green,
black of any size as approved by Engineer-in-Charge,
in skirting, risers of steps and dados, over 12 mm
thick bed of cement mortar 1:3 (1 Portland
Pozzolana cement : 3 coarse sand) and jointing with
grey cement slurry @ 3.3kg per sqm, including
pointing in white cement mixed with pigment of
matching shade complete.

2290.00 Sqm

1243.01

Sqm

2846493.00

9.5

Chequerred precast cement concrete tiles 22 mm


thick in footpath & courtyard jointed with neat
Portland Pozzolana cement slurry mixed with pigment
to match the shade of tiles including rubbing and
cleaning etc. complete on 20 mm thick bed of
cement mortar 1:4 (1 Portland Pozzolana cement: 4
coarse sand).

9.5.1
9.6

Dark shade using ordinary cement


Kota stone slab flooring over 20 mm (average) thick
base laid over & jointed with grey cement slurry
mixed with pigment to match the shade of the slab
including rubbing & polishing complete with base of
cement mortar 1:4 (1 Portland Pozzolana Cement: 4
coarse sand):
25 mm thick and 550 mm X 550mm size
Kota stone slab 20 mm thick in riser of steps, skirting,
dado & pillars laid on 12 mm (avg.) thick cement
mortar 1:3 (1 Portland Pozzolana cement: 3 coarse
sand) & jointed with grey cement slurry mixed with
pigment to match the shade of the slabs, including
rubbing & polishing complete.

410.00 Sqm

1033.97

Sqm

423928.00

761.00 Sqm
154.00 Sqm

1695.78
1769.84

Sqm
Sqm

1290489.00
272555.00

9.6.1
9.7

269

9.8

52 mm thick cement concrete flooring with concrete


hardener topping, under layer 40 mm thick cement
concrete 1:2:4 (1 Portland Pozzolana cement : 2
coarse sand : 4 graded stone aggregate 20 mm
nominal size) and top layer 12 mm thick cement
hardener consisting of mix 1:2 (1 Portland Pozzolana
cement hardener mix : 2 graded stone aggregate 6
mm nominal size) by volume, hardening compound
mixed @ 2 litre per 50 kg of cement or as per
manufacturers specifications. This includes cost of
cement slurry, but excluding the cost of nosing of
steps etc. complete.

775.00 Sqm

795.22

Sqm

616296.00

9.9

Cement concrete flooring 1:2:4 (1 Portland Pozzolana


cement : 2 coarse sand : 4 graded stone aggregate)
finished with a floating coat of neat cement, including
cement slurry, but excluding the cost of nosing of
steps etc. complete.
40mm thick with 20mm nominal size stone aggregate.

1233.00 Sqm

524.97

Sqm

647288.00

9.10

Cement plaster skirting (upto 30 cm height) with


cement mortar 1:3 (1 Portland Pozzolana cement : 3
coarse sand) finished with a floating coat of neat
cement :
18 mm thick
Providing and fixing glass strips in joints of terrazo /
cement concrete floor - 40 mm wide and 4 mm thick

78.00 Sqm
2589.00 Metre

560.48
74.36

Sqm
Metre

43717.00
192518.00

9.10.1
9.11

9.12

Extra for pre finished nosing in treads of steps of Kota


stone/ sand stone slab.

555.00 Metre

112.62

Metre

62504.00

9.13

Providing and laying 500x500x40 mm thick Turf paver


(Turfpave XD) on 150 mm thick sub grade of
compacted bed of 20 mm thick nominal size stone
aggregate and base course and filling with 150 mm
thick local sand, including spreading, well ramming,
consolidating and finishing smooth etc. all complete
as per direction of Engineer-in-charge.

55.00 Sqm

2720.54

Sqm

149630.00

9.14

Extra for Kota stone/ sand stone in treads of steps


and risers using single length up to 1.50 metre
including making required grooves in treads .

347.00 Sqm

197.75

Sqm

68619.00

9.15

Providing and fixing pre polished mirror finish 18mm


thick sadarali granite flooring with green/black granite
boarder as per specification over 20mm (average)
thick base of cement mortar 1:4 (1 Portland
Pozzolana cement : 4 coarse sand) laid over and
jointed with white cement slurry mixed with pigment
to match the shade of the slab including rubbing and
polishing complete.

1664.00 Sqm

4709.00

Sqm

7835776.00

9.16

Providing and fixing mirror polished machine cut


granite stone for dado, skirting, riser, wall lining in
cement mortar 1:3 (1 Portland Pozzolana cement: 3
coarse sand) 12mm thick jointed with grey cement
slurry (@ 3.3 Kg/ sqm including pointing with white
cement mixed with pigment epoxy touch ups
including rubbing, curing etc. complete at all level.

9.16.1
9.17

18mm thick green / black granite


Providing and fixing 12 mm thick and 100 mm high
polished teak wooden skirting as shown on drawings

127.00 Sqm
6.00 Metre

5800.00
782.00

Sqm
Metre

736600.00
4692.00

9.18

25 mm wooden planking, tongued and grooved in


flooring, including fixing with iron screws complete
with :
Second class teak wood

105.00 Sqm

4951.62

Sqm

519920.00

9.19

Extra for marble/Granite stone flooring in treads of


steps and risers using single length up to 2.00 metre.

79.00 Sqm

475.87

Sqm

37594.00

10
10.1

10.1.1

25190120.00

TOTAL
ROOFING WORK
Providing gola in 75 X 75mm in cement concrete
1:2:4 (1 Portland Pozzolana cement: 2 coarse sand:
4 graded stone aggregate 10 mm & down gauge)
including finishing with cement mortar 1:3 (1
Portland Pozzolanacement: 3 fine sand) as per
standard design:
In 75 X 75mm deep chase.

383.00 Metre

270

212.60

Metre

81426.00

10.2

Making khurras 45x45 cm with average minimum


thickness of 5 cm
cement concrete 1:2:4 (1
Portland Pozzolana cement : 2 coarse sand : 4 graded
stone aggregate of 20 mm nominal size) over P.V.C.
sheet 1 m x1 m x 400 micron, finished with 12 mm a
cement plaster 1:3 (1 Portland Pozzolana cement : 3
coarse sand) and a coat of neat cement, rounding the
edges and making and finishing the outlet complete.

10.3

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 10mm gap for thermal expansion.

10.3.1
10.3.2
10.4

10.4.1
10.4.2
10.5

Single socketed pipes


75 mm diameter
110 mm diameter
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 10mm gap for thermal expansion.
Shoe (Plain)
75mm Shoe
110mm Shoe
Providing and fixing unplasticised - PVC pipe clips of
approved design to unplasticised - PVC rain water
pipes by means of 50 x 50 x 50mm hard wood plugs,
screwed with M.S. screws of required length including
cutting brick work and fixing in cement mortar 1:4
(1 Portland Pozzolana cement : 4 coarse sand) and
making good the wall etc. complete.

10.5.1
10.5.2
10.6

75mm
110mm
Providing and fixing to the inlet mouth of rain water
pipe cast iron grating 15 cm diameter and weighing
not less than 440 grams.

10.7

Providing and fixing false ceiling at all height including


providing and fixing of frame work made of special
sections, power pressed from M.S. sheets and
galvanized with zinc coating of 120 gms/sqm (both
side inclusive) as per IS : 277 and consisting of angle
cleats of size 25 mm wide x 1.6 mm thick with flanges
of 27 mm and 37mm, at 1200 mm centre to centre,
one flange fixed to the ceiling with dash fastener 12.5
mm dia x 50mm long with 6mm dia bolts, other
flange of cleat fixed to the angle hangers of
25x10x0.50 mm of required length with nuts & bolts
of required size and other end of angle hanger fixed
with intermediate G.I. channels 45x15x0.9 mm
running at the spacing of 1200 mm centre to centre,
to which the ceiling section 0.5 mm thick bottom
wedge of 80 mm with tapered flanges of 26 mm each
having lips of 10.5 mm, at 450 mm centre to centre,

35.00 nos

277.31

Each

9706.00

18.00 Metre
427.00 Metre

216.47
344.16

Metre
Metre

3896.00
146956.00

4.00 nos
49.00 nos

249.37
438.43

Each
Each

997.00
21483.00

5.00 nos
237.00 nos
62.00 nos

256.73
280.87
61.06

Each
Each
Each

1284.00
66566.00
3786.00

shall be fixed in a direction perpendicular to G.I.


intermediate channel with connecting clips made out
of 2.64 mm dia x 230 mm long G.I.wire at every
junction, including fixing perimeter channels 0.5 mm
thick 27 mm high having flanges of 20 mm and 30
mm long, the perimeter of ceiling fixed to
wall/partition with the help of rawl plugs at 450 mm
centre, with 25mm long dry wall screws @ 230 mm
interval, including fixing of gypsum board to ceiling
section and perimeter channel with the help of dry
wall screws of size 3.5 x 25 mm at 230 mm c/c,
including jointing and finishing to a flush finish of
tapered and square edges of the board with
recommended jointing compound , jointing tapes ,
finishing with jointing compound in 3 layers covering
upto 150 mm on both sides of joint and two coats of
primer suitable for board,

271

all as per manufacturer's specification and also


including the cost of making openings for light
fittings, grills, diffusers, cutouts made with frame of
perimeter channels suitably fixed, all complete as per
drawings, specification and direction of the Engineer
in Charge but excluding the cost of painting with :
10.7.1

12.5 mm thick tapered edge gypsum plain board


conforming to IS: 2095- Part I

98.00 Sqm

1347.68

Sqm

132073.00

10.8

Providing and Fixing 15 mm thick densified tegular


edged eco friendly light weight calcium silicate false
ceiling tiles of approved texture spintone/ cosmos /
Hexa or equivalent of size 595 x 595 mm in true
horizontal level, suspended on inter locking metal grid
of hot dipped galvanised steel sections (galvanising @
120 grams per sqm including both side) consisting of
main T runner suitably spaced at joints to get
required length and ofsize 24x38 mm made from 0.33
mm thick (minimum) sheet, spaced 1200 mm centre
to centre,

2257.00 Sqm

2450.14

Sqm

5529966.00

and cross T of size 24x28 mm made out of 0.33 mm


(Minimum) sheet, 1200 mm long spaced between
mainT at 600 mm centre to centre to form a grid of
1200x600 mm and secondary cross T of length 600
mm and size 24 x28 mm made of 0.33 mm thick
(Minimum) sheet to be inter locked at middle of the
1200x 600 mm panel to from grid of size 600x600
mm,resting on periphery walls /partitions on a
Perimeter
wall
angle
pre-coated
steel
of
size(24x24X3000 mm made of 0.40 mm thick
(minimum)
sheet with the help of rawl plugs at 450 mm centre to
centre with 25 mm long dry wall screws @ 230 mm
interval and laying 15 mm thick densified edges
calicum silicate ceiling tiles of approved texture
(Spintone / Cosmos/hexa) in the grid, including,
cutting/ making opening for services like diffusers,
grills, light fittings, fixtures, smoke detectors etc.,
wherever required. Main T runners to be suspended
from ceiling using G.I. slotted cleats of size 25x35x1.6
mm fixed to ceiling with 12.5 mm dia and 50 mm long
dash fasteners, 4 mm G.I. adjustable rods with
galvanised steel level clips of size 85 x 30 x 0.8 mm,
spaced at 1200 mm centre to centre along main T,
bottom exposed with 24 mm of all Tsections shall be
pre-painted with polyster baked paint, for all heights,
as per specifications, drawings and as directed by
engineer-in-charge.
Note :- Only calcium silicate false ceiling area will be
measured from wall to wall. No deduction shall be
made for exposed frames/opening (cut outs) having
area less than 0.30 sqm.The calcium silicate ceiling
tile shall have NRC value of 0.50 (Minimum), light
reflection > 85%, non-combustible as per B.S. 476
part IV, 100% humidity resistance and also having
thermal conductivity <0.043 w/m 0 KC.
10.9

Providing and fixing permanently colour coated tile


profiled sheets having depth of 28-30mm at min. 195200mm pitch distance with steps at 200-300mm
having height of 12-15mm, over the purlins and fixed
with self drilling galvanized fasteners. Profiled sheets
shall be min. 0.55mm TCT, high tensile zinc
aluminium alloy coated steel (300mpa) having a
coating mass of 150gsm zinc-aluminum alloy coating
total of both sides as per AS 1397:1993 and finished
with 20 microns colour coating of Super
Polyester/SMP quality paint coat on exposed
surface over a primer coat of 5 microns of approved
colour and a alkyd back coat of 5 microns on the
reverse side over a 5 macrons primer coat.
The sheet to be fixed over the purlins with hexagonal
head self drilling fasteners including neoprene/EPDM
washer on crest of sheet. The profile sheets shall
conform to AS:1397, IS: 277 & 14246. The work shall
include, erection of all fasteners, flashing and capping
for all edges, caps corners etc. made out steel of
same specs as above all complete as per
manufacturers printed instructions.

272

10.9.1

Over RCC sloped roof structure including RHS section


purlin of size 60 x40 x 4 mm @ 750 mm c/c fixed to
RCC slab with anchor fastner.

1966.00 Sqm

1188.00

Sqm

2335608.00

10.9.2
10.10

Over Steel Struture


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 10mm gap for thermal expansion.

1338.00 Sqm

1056.00

Sqm

1412928.00

174.00 Metre

647.00

Metre

112578.00

15.00 nos

396.00

Each

5940.00

97.00 nos

300.00

Each

29100.00
9894293.00

6065.00 Sqm

222.04

Sqm

1346673.00

7268.00 Sqm.

256.73

Sqm.

1865914.00

7332.00 Sqm

357.39

Sqm

2620383.00

10915.00 Sqm

200.12

Sqm

2184310.00

23054.00 Sqm

133.19

Sqm

3070562.00

16125.00 Sqm

67.90

Sqm

1094888.00

12167.00 Sqm

119.60

Sqm

1455173.00

2459.00 Sqm

110.54

Sqm

271818.00

126.00 Sqm

288.15

Sqm

36307.00

15.00 Sqm

85.95

Sqm

1289.00

10.10.1 Single socketed pipes


10.10.1.1 160 mm diameter
10.11
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 10mm gap for thermal expansion.
10.11.1
10.11.1.1

10.12

10.12.1
11
11.1
11.1.1
11.2
11.2.1
11.3

11.4
11.4.1

Shoe (Plain)
160mm
Providing and fixing unplasticised - PVC pipe clips of
approved design to unplasticised - PVC rain water
pipes by means of 50 x 50 x 50mm hard wood plugs,
screwed with M.S. screws of required length including
cutting brick work and fixing in cement mortar 1:4 (1
cement : 4 coarse sand) and making good the wall
etc. complete.
160mm
TOTAL
FINISHING WORK
12 mm cement plaster on fairface with mix :
1:6 (1 Portland Pozzolana cement: 6 fine sand)
15mm cement plaster on rough side of single or half
brick wall of mix :
1:6 (1 Portland Pozzolana cement : 6 fine sand)
18 mm cement plaster in two coats under layer
12mm cement plaster 1: 5 (1 Portland Pozzolana
cement : 5 coarse sand) and top layer 6mm thick
cemen plaster 1: 6 ( 1 Portland Pozzolana cement : 6
fine sand) finsihed smooth with trowel.
6 mm cement plaster of mix:
1: 3 (1 Portland Pozzolana cement: 3 fine sand)

11.5

Providing and applying white cement based putty in


two coats to a thickness of 1mm (total thickness )
over cement plastered wall surface and ceiling to
make it even and smooth using 'JK' wall putty or
'Birla' wall care putty or equivalent all complete ( The
rate quoted is inclusive of all operations of removal of
dust, dirt and foreign matter etc., before applying the
putty and curing the applied surface with water for
sufficient days after the application of the putty and
preparing the dried surface with fine emery paper fit
to receive the paint )

11.6

Distempering with 1st quality acrylic distemper,


having VOC (Volatile Organic Compound ) content
less than 50 grams/ litre, of approved brand and
manufacture, including applying additional coats
wherever required,
to achieve even shade and colour.
Two coats
Wall painting with acrylic emulsion paint of approved
brand and manufacture to give an even shade :

11.6.1
11.7

11.7.1
11.8

11.8.1
11.9

Two or more coats on new work.


Painting with synthetic enamel paint of approved
brand & manufacture to give an even shade:
Two or more coats on new work
French spirit polishing

11.9.1

Two or more coat on new work including a coat of


wood filler

11.10

Finishing walls with water proofing cement paint of


required shade :

11.10.1

11.11

New work (Two


3.84kg/10sqm)

or

more

coats

applied

Pointing on stone work with cement mortar 1:3 ( 1


Portland Pozzolana cement : 3 fine sand)

273

11.11.1

Flush / ruled pointing.

1015.00 Sqm

227.09

Sqm

230496.00

11.12

Extra for plastering exterior walls of height more than


10 m from ground level for every additional height of
3 m or part thereof.

144.00 Sqm

56.38

Sqm

8119.00

11.13

Finishing wall with textured exterior paint Tartaruga


of Berger or equivalent including finishing coats of
exterior emulsion paint in required shade (Two or
more coats applied as per manufacturer's printed
instructions.)

7922.00 Sqm

427.00

Sqm

3382694.00

11.14

Providing and Fixing 25 x 25 mm Synthetic mesh of


Reinplast or approved equivalent in junction such as
column/Beam fixing position before plaster. as per
manufacture's specification and as directed by the
Engineer-in-charge.

1979.00 Sqm

80.00

Sqm

158320.00

11.15

Forming groove of uniform size (25mmx6mm) in


external plaster as per drawing and as directed by the
Engineer-in-charge.
TOTAL
ROAD WORK
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 rerolling the sub grade and disposal of surplus earth
with lead upto 50 metres.

1196.00 Metre

55.00

Metre

65780.00

12
12.1

12.2
12.2.1
12.2.2
12.2.3
12.3

Supplying and Stacking at site


63 mm to 45 mm size stone aggregate
Stone
screening
13.2
mm
nominal
size
(Type A)
Moorum
Laying, spreading and compacting stone aggregate of
specified sizes to WBM specifications in uniform
thickness, hand picking, rolling with 3 wheeled road/
vibratory roller 8-10 capacity in stages to proper
grade and camber applying and brooming requisite
type of screening / binding material to fill up
interstices of coarse aggregate, watering and
compacting to the required density .

17792726.00
1642.00 Sqm

120.77

Sqm

198304.00

473.00 Cum
64.00 Cum

2003.02
2314.94

Cum
Cum

947428.00
148156.00

24.00 Cum
989.00 Cum

960.28
631.50

Cum
Cum

23047.00
624554.00

12.4

Cement concrete 1:2:4 (1 Portland Pozzolana cement


: 2 coarse sand : 4 graded stone aggregate 40 mm
nominal size) in pavements, laid to required slope and
camber in panels as required including consolidation
finishing and tamping complete.

705.00 Cum

8097.73

Cum

5708900.00

12.5

Providing and laying 60mm thick factory made


cement concrete interlocking paver block of M -30
grade made by block making machine with strong
vibratory compaction and of approved size and
design/ shape laid in required colour and pattern over
and including 50mm thick compacted bed of course
sand, filling the joints with coarse sand etc. all
complete as per the direction of Engineer-in-charge.

1654.00 Sqm

894.69

Sqm

1479817.00

12.6

Dry stone pitching 22.5cm thick including


stones and preparing surface complete.

supply of

226.00 Sqm

628.15

Sqm

141962.00

12.7

Providing and laying and making kerb channel 30cm


wide and 50mm thick of cement concrete 1:3:6 (1
Portland Pozzolana cement:3 coarse sand:6 graded
stone aggregate 20mm nominal size) over 75mm bed
of dry brick ballast 40 mm nominal size well rammed
and consolidated and grouted with fine sand including
finishing the top smooth etc. complete and as per
direction of Engineer-in-charge.

813.00 Sqm

526.23

Sqm

427825.00

12.8

Providing and laying at or near ground level factory


made kerb stone of M-25 grade cement in position
to the required line, level and curvature jointed with
cement mortar 1:3 (1 Portland Pozzolana cement: 3
coarse sand) including making joints with or without
grooves (thickness of joints except at sharp curve
shall not to more than 5mm) 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-incharge).

162.00 cum

7868.12

cum

1274635.00

274

12.9

Painting runway/taxi track/apron marking with


adequate nos of coats to give uniform finish with road
marking paint of superior make as approved by the
Engineer-in-charge, i/c cleaning the surface of all dirt,
scales, oil, grease and other foreign material etc. and
lining out complete.

12.9.1
12.10

New work (Two or more coats)


Painting road surface marking with adequate nos of
coats to give uniform finish with ready mixed road
marking paint conforming to IS : 164, on
bituminous surface in white/yellow shade, including
cleaning the surface of all dirt, scales, oil, grease and
foreign material etc. complete.

156.00 sqm
42.00 sqm

12.11

Construction of sub-grade and earthen shoulders with


approved material available at site with all lifts &
leads, transporting to site, spreading, grading to
required slope and compacted to meet requirement of
table No. 300-2 as per Technical specifications and
as directed by the Engineer-in-charge.

83.00 Cum

157.34 Cum

13059.00

12.12

Loosening, leveling and Compacting original ground


supporting subgrade upto a level of 500 mm below
the subgrade level, watered, graded and compacted
in layers to meet requirement of table 300-2 for
subgrade construction complete as per Technical
specifications and as directed by the Engineer-incharge.

55.00 Cum

46.80 Cum

2574.00

12.13

Scarifying metalled (water-bound) road surface


including disposal of rubbish, lead upto 50 m and
consolidation of the aggregate received from
scarifying with power road roller of 8 to 10 tonne
capacity.

28.00 sqm

20.43

12.14

Construction of granular sub-base by providing close


graded Material conforming to specifications, mixing
in a mechanical mix plant at OMC, carriage of mixed
material by tippers to work site, for all leads & lifts,
spreading in uniform layers of specified thickness with
motor grader on prepared surface and compacting
with vibratory power roller to achieve the desired
density, complete as per specifications and directions
of Engineer-in-Charge.

12.14.1

With material conforming to Grade-II (size range 53


mm to 0.075 mm ) having CBR Value-25

1526.00 Cum

3156.89 Cum

4817414.00

12.15

Providing, laying, spreading and compacting graded


stone aggregate (size range 53 mm to 0.075 mm ) to
wet mix macadam (WMM) specification including
premixing the material with water at OMC in
mechanical mix plant, carriage of mixed material by
tipper to site, for all leads & lifts, laying in uniform
layers with mechanical paver finisher in sub- base /
base course on well prepared surface and compacting
with vibratory roller of 8 to 10 tonne capacity to
achieve the desired density, complete as per
specifications and directions of Engineer-in-Charge.

1044.00 cum

3149.31 cum

3287880.00

12.16

Providing and applying tack coat using hot straight


run bitumen of grade VG - 10, including heating the
bitumen, spraying the bitumen with mechanically
operated spray unit fitted on bitumen boiler, cleaning
and preparing the existing road surface as per
specifications :
On W.B.M. @ 0.75 Kg / sqm

5219.00 sqm

79.86

sqm

416789.00

12.17

Providing and laying Dense Graded Bituminous


Macadam using crushed stone aggregates of specified
grading, premixed with bituminous binder and filler,
transporting the hot mix to work site by tippers,
laying with paver finisher equiped with electronic
sensor to the required grade, level and alignment and
rolling with smooth wheeled, vibratory and tandem
rollers as per specifications to achieve the desired
compaction and density, complete as per
specificatons and directions of Engineer-in-Charge.
50 to 100 mm average compacted thickness with
bitumen of grade VG-30 @5% (percentage by weight
of total mix) and lime filler @ 2% (percentage by
weight of Aggregate) prepared in Batch Type Hot Mix
Plant of 100-120 TPH capacity.

251.00 cum

13060.71

cum

3278238.00

275

162.39
181.48

sqm
sqm

sqm

25333.00
7622.00

572.00

12.18

12.18.1

Providing and applying tack coat using bitumen


emulsion conforming to IS: 8887, using emulsion
pressure distributer including preparing the surface &
cleaning with mechanical broom.
With rapid setting bitumen emulsion

12.18.1.1 On bituminous surface @ 0.25kg/sqm

4190.00 sqm

15.01

sqm

62892.00

12.19

Providing and laying Bituminous concrete using


crushed stone aggregates of specified grading,
premixed with bituminous binder and filler,
transporting the hot mix to work site by tippers,
laying with paver finisher equiped with electronic
sensor to the required grade, level and alignment and
rolling with smooth wheeled, vibratory and tandem
rollers to achieve the desired compaction and density
as per specification, complete and as per directions of
Engineer-in-Charge.
40/50 mm compacted thickness with bitumen of
grade VG-30 @5.5% (percentage by weight of total
mix) and lime filler @ 3% (percentage by weight of
Aggregate) and waste plastic additive @8%
(percentage by weight of bitumen) prepared in Batch
Type Hot Mix Plant of 100- 120 TPH capacity.

168.00 cum

14974.82

Cum

2515770.00

12.20

Providing and fixing factory made precast RCC


perforated drain covers, having concrete of strength
not less than M-25, of size 1000 x 450x50 mm,
reinforced with 8 mm dia four nos longitudinal & 9
nos cross sectional T.M.T. hoop bars, including
providing 50 mm dia perforations @ 100 to 125 mm
c/c, including providing edge binding with M.S. flats of
size 50 mm mm x 1.6 mm complete, all as per
direction of Engineer-in-charge

735.00 nos

1426.57

each

1048529.00

12.21

Providing and fixing drainage spouts for as per


drawing and Technical specifications Clause 2705

700.00 nos

1553.30

each

1087310.00

27538610.00

TOTAL
13

SANITARY INSTALATION

13.1

Providing and fixing white vitreous china pedestal


type water closet (European type) with seat and lid,
including flush pipe, with manually controlled device,
overflow arrangement with specials of standerd make
and mosquito proof coupling of approved municipal
design complete, including painting of fittings and
brackets, cutting and making good the walls and
floors wherever required :

13.1.1

W.C. pan with ISI marked white solid plastic seat and
lid.
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.

34

nos

4347.46

Each

147814

60

nos

15006.91

Each

900415

13.3

Providing and fixing white vitreous china battery


based infrared sensor operated urinal of approx. size
610 x 390 x 370 mm having pre & post flushing with
water (250 ml & 500 ml consumption), having water
inlet from back side, including fixing to wall with
suitable brackets all as per manufacturers
specification and direction of Engineer-in-charge.

10

nos

24848.26

Each

248483

13.4

Providing and fixing white vitreous china flat back or


wall corner type lipped front urinal basin of
430x260x350mm
and
340x410x265mm
sizes
respectively with urinal valve Auto closing system
with in built control cock with standard flush pipe and
C.P. brass spreaders with brass unions and G.I clamps
complete, including painting of fittings and brackets,
cutting and making good the walls and floors
wherever required :

13.4.1

One urinal basin with urinal valve Auto closing system


with in built control cock.

nos

6882.95

Each

48181

13.2

276

13.5

Providing and fixing wash basin with C.I. brackets, 15


mm C.P. brass pillar taps,32 mm C.P. brass waste, 32
mm CP. Bottle trap and unions of standard pattern,
including painting of fittings and brackets, cutting and
making good the walls wherever require :

13.5.1

White Vitreous China Flat back wash basin size


550x400 mm

13.6

Providing and fixing Stainless Steel A ISI 304 (18/8)


kitchen sink as per IS 13983 with C.I. brackets and
stainless steel plug 40 mm , pvc waste fitting with
PVC flexible waste pipe including painting of fittings
and brackets, cutting and making good the walls
wherever required

13.6.1

11

nos

4518.31

Each

49701

Kitchen sink - with drain board 1040x 510mm bowl


depth 200mm

nos

8863.91

Each

70911

13.6.2

Kitchen sink - with drain board 610x510mm bowl


depth 200mm

20

nos

6453.06

Each

129061

13.7

Providing and fixing white vitreous china Janitor sink


with C.I. Brackets, 40mm C.P. brass waste and
40mm dia pvc flexible pipe with necessary C.P. brass
unions complete including painting of fittings and
brackets, cutting and making good the wall wherever
required.
Size 600 x 450 x 200mm
Providing and fixing 600 x 450mm beveled edge
mirror of superior glass (of approved quality)
complete with 6mm thick hard board ground fixed to
wooden cleats with C.P. brass screws and washers
complete.

8
13

nos
nos

4013.77
1179.57

Each
Each

32110
15334

13.7.1
13.8

13.9

Providing and fixing beveled edge mirror of superior


glass (of approved quality) complete with 6mm thick
hard board ground fixed to wooden cleats with C.P.
brass screws and washers complete.

127

Sqm.

4368.85

Sqm.

554844

13.10

Providing and fixing CP. Brass toilet paper holder

97

nos

617.90

Each

59936

13.11

Providing and fixing Hindware "SLEEK +" PVC low


level dual flushing cistern 3/6 Litres capacity with all
fittings and fixtures complete as approved equivalent.

37

nos

1878.00

Each

69486

13.12

Providing and fixing white vitreous china wash down


water closet (MATRIX Set-1) of Hindware Cat. No.
70002 including wash basin (460 x 360mm) with one
pair mounting brackets, C P pillar tap Jaquar Cat. No.
15001, 32mm diameter C.P. brass waste , 32mm
diameter C.P. brass bottle trap Jaquar Cat. No. ALD769L 300X190, EWC & cistern complete with fittings
and seat cover, one no. hinged rail 760mm and five
nos. of grab rails 600mm complete all respect.

nos

73748.00

Each

221244

13.13

Providing and fixing white glazed vitreous china wash


basins with C.P. pillar tap, C.P. brass waste 32mm
C.P. bottle trap and unions and sealing of joints
between wash basins and counter slabs around the
wash basins with Silicone rubber cement of approved
make of matching colour all complete including
cutting and making good the walls and floors where
required.

13.13.1

Hindware Wash basin ZEN Cat. No. 10049 (under


counter) oval shape (560mm x 430mm) or approved
equivalent make with CP pillar tap (Jaquar Cat. No.
15001 or approved equivalent).

111

nos

6079.00

Each

674769

13.14

Extra over and above item no. 13.13.1 for providing


and fixing CP pillar cock auto closing system instead
of pillar tap (Jaquar cat. No. 031 or approved
equivalent).

38

nos

731.00

Each

27778

13.15

Extra over and above item no. 13.13.1 Providing and


fixing CP Single lever basin mixer without popup
waste system with 450 mm long braided houses
(Jaquar cat. No. 15011B or approved equivalent).

60

nos

2310.00

Each

138600

13.16

Extra over and above item no. 13.5.1 for providing


and fixing CP pillar cock auto closing system (Jaquar
cat. No. 031 or approved equivalent).

10

nos

1968.00

Each

19680

277

13.17

Providing and fixing Jet Spray with 1.5m pvc tube


(fixed with EWC. Seat cover) of approved make.

24

nos

499.00

Each

11976

13.18

Providing and fixing CP brass bib cock auto closing


system of approved make (Jaquar cat. No.043 or
approved equivalent).

24

nos

2067.00

Each

49608

13.19

Providing and fixing 450mm long braded hose with


two 15 mm nuts & rubber washers without nipple
Jaquar Cat No. 803, complete with C.P. brass flange
including cutting and making good the walls wherever
required.

282

nos

313.00

Each

88266

13.20

Providing and fixing single lever CP Sink Mixer with


Swinging Spout (Wall Mounted Model) With Wall
Flange (Jaquar Cat. No. OPL-15163 or approved
equivalent).

29

nos

4140.00

Each

120060

13.21

Providing and fixing single lever CP Sink Cock with


Regular Swinging Spout (Wall Mounted Model) With
Wall Flange (Jaquar Cat. No. FLR-5347N or approved
equivalent).

no

1672.00

Each

1672

13.22

Providing and fixing hand shower (Health Faucet)


with 6mm dia., 1 m long PVC tube and wall hook all
complete Jaquar cat no. 563 or approved equivalent.

73

nos

1178.00

Each

85994

13.23

Providing and fixing CP brass two way bib tap Jaquar


Cat. No. 15037 or approved equivalent.

73

nos

1770.00

Each

129210

13.24

Providing and fixing in position best quality approved


Indian coat hooks with flanges fixed to wall/door
shutter etc. with necessary screws, washers and
plugs all as specified and directed (Jaquar Cat. No.
1161 or approved equivalent).

105

nos

792.00

Each

83160

13.25

Providing and fixing stainless steel soap dish of


approved make Jaquar Cat. No. 1131 or approved
equivalent.

69

nos

822.00

Each

56718

13.26

Providing and fixing CP brass shower with revolving


ball joint and shower arm of approved make ( Jaquar
Cat No. 1709 & No. 483) .

nos

2218.00

Each

6654

13.27

Providing and fixing in position best approved quality


and type towel rail of length mentioned below 25mm
dia with a pair if brackets or flanges fixed to wall with
necessary screws, plugs, etc. all specified and
directed (Jaquare Cat. No.1111 or approved
equivalent).
CP brass towel rail of 600 mm long
Providing and fixing CP brass towel ring of approved
make fixed to rawl plug of approved make design
with CP brass screws (Jaquare Cat. No.15463 or
approved equivalent).

81
79

nos
nos

905.00
905.00

Each
Each

73305
71495

13.27.1
13.28

13.29

Providing and fixing CP brass long body bib cock of


approved quality conforming to IS standards and
weighing not less than 690 gms (Jaquare Cat.
No.15037 or approved equivalent).

13.29.1
13.30

15 mm nominal bore
Providing and fixing CP brass stop cock (concealed )
of standard design and approved make conforming to
IS:8931 (Jaquare Cat. No.15083 & ALD-089 or
approved equivalent).

nos

1428.00

Each

8568

13.30.1
13.31

15 mm nominal bore
Providing and fixing S.S. Hinged grating, 103 mm Dia
overall size with frame Chilly Cat. No. SK-004 or
approved equivalent) including setting in floor with
cement mortar 1:3.

3
239

nos
nos

1489.00
289.00

Each
Each

4467
69071

13.32

Providing and fixing white glazed vitreous china


division plates for urinals (H.S.I. Cat. No. 61001 or
approved equivalent) of size 690x 325 mm.
Providing and fixing bath and shower arrangement
comprising single lever concealed divertor for bath
and shower system Jaquar Cat NO. 15075 &075or
approved equivalent, shower with shower arm
Jaquar Cat No. 1789 & 483 or approved equivalent
with CP bath spout Jaquar Cat. No. 429 or approved
equivalent.

11

nos

3512.00

Each

38632

66

nos

8158.00

Each

538428

13.33

278

13.34

Providing, fixing and testing UPVC soil waste and vent


pipes UV stabilize and conforming to IS: 13592 - TypeB including all fittings conforming to IS:14735 such as
W.C. connector, bends, junctions, inspection doors,
offsets, vent cowls, access pieces/plugs, cleanout
plugs etc. clamps/ structural steel supports as
required/directed at site, jointing with rubber ring and
rubber lubricant including cutting holes in walls and
making good the same.

13.34.1

160 mm dia

206

Metre

1074.00

Metre

221244

13.34.2

110 mm dia

1290

Metre

275.00

Metre

354750

13.34.3

75 mm dia

293

Metre

450.00

Metre

131850

13.35

Providing and fixing UPVC trap ('P' or 'S') of self


cleaning design with C.P. grating with or without vent
horn complete, as shown in detailed drawing
including inlet fitting wherever required including cost
of cutting and making good the walls & floors.

13.35.1
13.35.2
13.36

38
194

nos
nos

1420.00
1420.00

Each
Each

53960
275480

13.36.1

110 mm inlet and 110 mm outlet


110 mm inlet and 75 mm outlet
Providing & laying in trenches of uPVC pipes of class
III (6 kg/ cm2) as per IS:4985 and as per
specification
with
rubber
ring
and
rubber
lubricant,(EPDM/SBR) for all depths including well
graded granular bedding (Type-E) for pipe length as
per drawing and specification including hydraulic field
testing and commissioning etc complete as directed
by Engineer. Note : Earthwork will be measured and
paid separately.
40mm dia

258

Metre

282.00

Metre

72756

13.36.2

50mm dia

50

Metre

341.00

Metre

17050

13.36.3

63mm dia

50

Metre

424.00

Metre

21200

13.37

Providing and fixing in position best quality approved


make liquid soap holder with CP. brass brackets, CP.
Brass screws, washers etc, fixed to wall with
necessary plugs etc. all as specified and directed.

13.37.1

108

nos

1361.00

Each

146988
6140909

14.1.1

With CP brass container


TOTAL
WATER SUPPLY
Providing, fixing, Chlorinated polyvinyl chloride
(CPVC) pipes , having thermal stability for hot and
cold water supply, including all CPVC plain and brass
threaded fittings, including fixing the pipe with clamps
at 1m spacing . This includes jointing of pipes and
fittings with one step CPVC solvent cement and
testing of joints complete as per direction of Engineerin-charge.
Internal work - Exposed on Wall
15 mm nominal outer dia .Pipes.

14

Metre

242.91

Metre

3401

14.1.2

20 mm nominal outer dia .Pipes.

131

Metre

283.10

Metre

37086

14.1.3

25 mm nominal outer dia .Pipes.

202

Metre

343.64

Metre

69415

14.1.4

32 mm nominal outer dia .Pipes.

304

Metre

440.81

Metre

134006

14.1.5

40 mm nominal outer dia .Pipes.

80

Metre

606.02

Metre

48482

14.1.6

50 mm nominal outer dia .Pipes.

117

Metre

864.01

Metre

101089

14.1.7

65mm dia. nominal inner dia.

162

Metre

2274.16

Metre

368414

14.1.8

75mm dia. nominal inner dia.

14

Metre

3149.09

Metre

44087

14.1.9

100mm dia. nominal inner dia.

17

Metre

4270.79

Metre

72603

14.2

Providing, fixing, Chlorinated polyvinyl chloride


(CPVC) pipes , having thermal stability for hot and
cold water supply, including all CPVC plain and brass
threaded fittings, including fixing the pipe with clamps
at 1m spacing . This includes jointing of pipes and
fittings with one step CPVC solvent cement and cost
of cutting chases and making good the same
including testing of joints complete as per direction of
Engineer-in-charge.

14
14.1

Concealed work including cutting chases and making


good the wall etc.
14.2.1

15mm nominal outer dia. Pipes

1378

Metre

401.14

Metre

552771

14.2.2

20mm nominal outer dia. Pipes

388

Metre

440.36

Metre

170860

14.2.3

25mm nominal outer dia. Pipes

99

Metre

521.93

Metre

51671

14.2.4

32mm nominal outer dia. Pipes

36

Metre

627.56

Metre

22592

279

14.2.5

40mm nominal outer dia. Pipes

12

Metre

793.69

Metre

9524

14.2.6

50mm nominal outer dia. Pipes

10

Metre

1140.97

Metre

11410

14.3

Providing, and fixing Chlorinated Polyvinyl Chloride


(CPVC) pipes , having thermal stability for hot and
cold water supply including all CPVC plain and brass
threaded fittings. This includes jointing of pipes and
fittings with one step CPVC solvent cement,
trenching, refilling and testing of joints complete as
per direction of Engineer-in-Charge

14.3.1

External work
15 mm nominal outer dia .Pipes.

Metre

213.42

Metre

1281

14.3.2

20 mm nominal outer dia .Pipes.

Metre

242.61

Metre

1456

14.3.3

25 mm nominal outer dia .Pipes.

28

Metre

311.25

Metre

8715

14.3.4

32 mm nominal outer dia .Pipes.

735

Metre

389.77

Metre

286481

14.3.5

40 mm nominal outer dia .Pipes.

Metre

520.74

Metre

4687

14.3.6

50 mm nominal outer dia .Pipes.

47

Metre

524.10

Metre

24633

14.4

Providing and filling quarry dust alround the CPVC


pipes in external work

14.4.1

15 mm nominal outer dia .Pipes.

Metre

98.65

Metre

592

14.4.2

20 mm nominal outer dia .Pipes.

Metre

99.99

Metre

600

14.4.3

25 mm nominal outer dia .Pipes.

28

Metre

102.59

Metre

2873

14.4.4

32 mm nominal outer dia .Pipes.

735

Metre

105.26

Metre

77366

14.4.5

40 mm nominal outer dia .Pipes.

Metre

106.60

Metre

959

14.4.6

50 mm nominal outer dia .Pipes.

47

Metre

110.61

Metre

5199

14.5

Providing and fixing brass stop cock of approved


quality
15mm nominal bore
20mm nominal bore
Providing and fixing gun metal gate valve with C.I.
wheel of approved quality (screwed end) :

2
57

nos
nos

387.17
512.34

Each
Each

774
29203

14.6.1

25mm nominal bore

29

nos

637.14

Each

18477

14.6.2

32mm nominal bore

28

nos

745.08

Each

20862

14.6.3

40mm nominal bore

13

nos

869.88

Each

11308

14.6.4

50mm nominal bore

12

nos

1115.39

Each

13385

14.6.5

65mm nominal bore

nos

1913.21

Each

7653

14.6.6

80mm nominal bore

nos

2853.44

Each

5707

14.7

Providing and fixing ball valve (brass) of approved


quality, High or low pressure, with plastic floats
complete :

14.7.1
14.8

25 mm nominal bore
Providing and fixing brass ferrule with C.I mouth
cover including boring and tapping the main :

nos

668.49

Each

4011

14.8.1
14.9

25mm nominal bore


Providing and fixing C.I. Sluice valves (with cap)
complete with bolts, nuts, rubber insertions etc. (the
tail pieces if required will be paid separately) :

no

544.95

Each

545

14.9.1
14.10

100mm diameter class II


Constructing masonry Chamber 30x30x50 cm inside,
in brick work in cement mortar 1:4 (1 Portland
Pozzolana cement :4 coarse sand) for stop cock, with
C. I. surface box 100x100 x75 mm (inside) with
hinged cover fixed in cement concrete slab 1:2:4
mix (1 Portland Pozzolana cement : 2 coarse sand : 4
graded stone aggregate 20 mm nominal size), i/c
necessary excavation, foundation concrete 1:5:10 ( 1
Portland Pozzolana cement : 5 fine sand : 10 graded
stone aggregate 40mm nominal size ) and inside
plastering with cement mortar 1:3 (1 Portland
Pozzolana cement : 3 coarse sand) 12mm thick,
finished with a floating coat of neat cement providing
and fixing painted CI frame and cover of size
300X300 weighing not less than 7.2Kgs with locking
arrangement fixing the frame in CC 1:2:4 including
form work, curing, etc complete as per standard
design :

nos

5825.88

Each

17478

14.10.1

With common burnt clay F.P.S.(non modular) bricks


of class designation 7.5

nos

2071.81

Each

16574

14.5.1
14.5.2
14.6

280

14.11

Providing and fixing CP brass long nose Bib cock of


approved quality conforming to is standards and
weighing not less than 810 gms

14.11.1
14.12

15 mm nominal bore
Providing and fixing CP brass bib cock of approved
quality conforming to IS :8931

nos

1183.66

Each

3551

14.12.1
14.13

15 mm nominal bore
Providing and fixing C.P. brass angle valve for basin
mixer and geyser points of approved quality
conforming to IS:8931

nos

907.24

Each

6351

14.13.1
14.14

15 mm nominal bore
Cutting holes up to 15x15 cm in R.C.C. floors and
roofs for passing drain pipe etc. and repairing the
hole after insertion of drain pipe etc. with cement
concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded
stone aggregate 20 mm nominal size), including
finishing complete so as to make it leak proof.

450
228

nos
nos

754.29
286.74

Each
Each

339431
65377

14.15

Providing and fixing in position 25 mm diameter


mosquito proof coupling
of approved municipal design.

nos

57.35

Each

344

14.16

14.16.1

Providing and fixing 600mm long puddle flanges


fabricated out of 6mm thick M.S. plates along with
flanges of suitable size hot dip galvanized properly
fixed in walls and top slabs of underground and
overhead tanks.
32mm dia

nos

250.48

Each

2254

14.16.2

40mm dia

12

nos

260.93

Each

3131

14.16.3

50mm dia

nos

524.80

Each

1574

14.16.4

65mm dia

nos

738.00

Each

2214

14.16.5

80mm dia

nos

977.50

Each

2933

14.16.6

100mm dia

nos

1435.00

Each

12915

14.16.7

150mm dia

nos

2649.00

Each

18543

14.17

Providing and fixing class-O Kaiflex ST 6mm thick


insulation to hot water pipe and fittings and valves as
per manufacturer's recommendations.

14.17.1

15mm dia

604

Metre

44.28

Metre

26745

14.17.2

20mm dia

167

Metre

63.25

Metre

10563

14.17.3

25mm dia

Metre

75.90

Metre

380

14.18

Supplying and fixing C.I. Cover without frame light


duty total weight 38 kg. (23 cover and 15 kg. Frame)
(for overhead tank) 600x600mm rectangular C.I.
Cover light duty the wt. of cover not to be less than
23 kg.

16

nos

3908.64

Each

62538

14.19

Providing and fixing mosquito proof overflow brass


coupling of on approved design.

14.19.1
14.20

80mm dia
Providing and fixing brass ferrule with C.I mouth
cover including boring and tapping the main :

nos

354.20

Each

2125

14.20.1

40mm nominal bore


TOTAL
DRAINAGE
Providing and laying cement concrete 1:5:10 (1
Portland Pozzolana cement : 5 coarse sand : 10
graded stone aggregate 40 mm nominal size) up to
haunches R.C.C. pipes including bed concrete as per
standard design:

nos

1959.55

Each

5879
2825078

15.1.1

150 mm dia. R.C.C. pipe

15

Metre

678.15

Metre

10172

15.1.2

250 mm dia. R.C.C. pipe

65

Metre

927.97

Metre

60318

15.1.3

450 mm dia. R.C.C. Pipe

15

Metre

1665.62

Metre

24984

15.2

Providing and laying non-pressure NP2 class (light


duty) R.C.C. pipes with collars jointed with stiff
mixture of cement mortar in the proportion of 1:2 (1
Portland Pozzolana cement : 2 fine sand) including
testing of joints etc. complete :

15.2.1

150 mm dia. R.C.C. pipe

15

Metre

517.47

Metre

7762

15.2.2

250 mm dia. R.C.C. pipe

65

Metre

696.20

Metre

45253

15.2.3

450 mm dia. R.C.C. pipe

15

Metre

1048.76

Metre

15731

15
15.1

281

15.3

Constructing brick masonry manhole in cement


mortar 1:4 (1 Portland Pozzolana cement: 4 coarse
sand), R.C.C. top slab with 1:2:4 mix (1 Portland
Pozzolana cement : 2 coarse sand : 4 graded stone
aggregate 20mm nominal size) foundation concrete
1:4:8 mix (1 Portland Pozzolana cement : 4 coarse
sand : 8 graded stone aggregate 40mm nominal size)
inside plastering 12mm thick with cement mortar 1:3
(1 Portland Pozzolana cement : 3 coarse sand)
finished with floating coat of neat cement and making
channels in cement concrete 1:2:4 (1 Portland
Pozzolana cement : 2 coarse sand: 4 graded stone
aggregate 20mm nominal size) finished with a
floating coat of neat cement complete as per standard
design.

15.3.1

Inside size 90cm x 80cm and 45cm deep including


C.I. cover with frame (light duty) 455 x 610mm
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.) :

15.3.1.1
15.3.2

With F.P.S. bricks with class designation 7.5


Inside size 120cm x 90cm and 90cm deep including
C.I. cover with frame (medium duty) 500mm 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.) :
With F.P.S. bricks with class designation 7.5
Extra for depth for manholes
Size 90 x 80 cm with F.P.S. bricks class designation
7.5
Size 120 x 90 cm with F.P.S. bricks class designation
7.5

15.3.2.1
15.4
15.4.1
15.4.2

nos

12638.85

Each

37917

no

27194.92

Each

27195

Metre

8376.67

Metre

8377

Metre

10033.90

Metre

10034

15.5

Constructing brick masonry circular type manhole


0.91m internal dia at bottom and 0.56m dia at top in
cement mortar 1:4 (1 Portland Pozzolana cement :4
coarse sand), in side cement plaster 12 mm thick
with cement mortar 1:3 (1 Portland Pozzolana
cement : 3 coarse sand) finished with a floating coat
of neat cement, foundation concrete 1:3:6 mix (1
Portland Pozzolana cement : 3 coarse sand : 6 graded
stone aggregate 40mm nominal size), and making
necessary channel in cement concrete 1:2:4 (1
Portland Pozzolana cement : 2 coarse sand : 4 graded
stone aggregate 20mm nominal size) finished with a
floating coat of neat cement all complete as per
standard design :

15.5.1

0.91 m deep with S.F.R.C. cover and frame (heavy


duty, HD-20 grade designation) 560mm internal
diameter conforming to I.S. 12592, total weight of
cover and frame to be not less than 182kg., fixed in
cement concrete 1:2:4 (1 Portland Pozzolana cement
: 2 coarse sand : 4 graded stone aggregate 20 mm
nominal size) including centering shuttering all
complete. (Excavation, foot rests and 12mm thick
cement plaster at the external surface shall be paid
for separately) :

15.5.1.1
15.6

With F.P.S. bricks class designation 7.5


Extra depth for circular type manhole 0.91m internal
dia (at bottom) with beyond 0.91m to 1.67m

nos

12982.86

Each

51931

15.6.1

With F.P.S. bricks class designation 7.5

Metre

7194.35

Metre

28777

15.7

Constructing brick masonry circular manhole 1.22m


internal dia at bottom and 0.56m dia at top in
cement mortar 1:4 (1 Portland Pozzolana cement : 4
coarse sand) inside cement plaster 12mm thick with
cement mortar 1:3 (1 Portland Pozzolana cement : 3
coarse sand) finished with a floating coat of neat
cement foundation concrete 1:3:6 (1 Portland
Pozzolana cement : 3 coarse sand : 6 graded stone
aggregate 40mm nominal size) and making necessary
channel in cement concrete 1:2:4 (1 Portland
Pozzolana cement : 2 coarse sand : 4 graded stone
aggregate 20mm nominal size) finished with a
floating coat of neat cement all complete as per
standard design.

282

15.7.1

15.7.1.1

1.68m deep with SFRC cover and frame (heavy duty


HD-20 grade designation) 560mm internal diameter
conforming to IS:12592, total weight of cover and
frame to be not less than 182 kg., fixed in cement
concrete 1:2:4 (1 Portland Pozzolana cement : 2
coarse sand : 4 graded stone aggregate 20mm
nominal size) including centering shuttering all
complete. (Excavation, foot rests and 12mm thick
cement plaster at the external surface shall be paid
for separately)
With common burnt clay F.P.S. (non modular) bricks
of class designation 7.5

nos

24466.36

Each

73399

Metre

9316.38

Metre

27949

nos

51964.21

Each

155893

Metre

22052.17

Metre

66157

15.8

Extra depth for circular type manhole 1.22 m internal


dia (at bottom) beyond 1.68 m to 2.29 m :

15.8.1

With common burnt clay F.P.S. (non modular) bricks


of class designation 7.5

15.9

Constructing brick masonry circular manhole 1.52m


internal dia at bottom and 0.56m dia at top in cement
mortar 1:4 (1 Portland Pozzolana cement : 4 coarse
sand) inside cement plaster 12mm thick with cement
mortar 1:3 (1 Portland Pozzolana cement : 3 coarse
sand) finished with a floating coat of neat cement
foundation concrete 1:3:6 (1 Portland Pozzolana
cement : 3 coarse sand : 6 graded stone aggregate
40mm nominal size) and making necessary channel in
cement concrete 1:2:4 (1 Portland Pozzolana cement
: 2 coarse sand : 4 graded stone aggregate 20mm
nominal size) finished with a floating coat of neat
cement all complete as per standard design.

15.9.1

2.30m deep with SFRC cover and frame (heavy duty


HD-20 grade designation) 560mm internal diameter
conforming to IS:12592, total weight of cover and
frame to be not less than 182 kg., fixed in cement
concrete 1:2:4 (1 Portland Pozzolana cement : 2
coarse sand : 4 graded stone aggregate 20mm
nominal size) including centering shuttering all
complete. (Excavation, foot rests and 12mm thick
cement plaster at the external surface shall be paid
for separately)

15.9.1.1

With common burnt clay F.P.S. (non modular) bricks


of class designation 7.5

15.10

Extra depth for circular type manhole 1.52 m internal


dia (at bottom) beyond 2.30 m :

15.10.1

With common burnt clay F.P.S. (non modular) bricks


of class designation 7.5

15.11

Providing sand cast iron drop connection externally


for 60 cm drop from branch sewer line to main sewer
manhole including inspection and cleaning eye with
chain and lid, sand cast iron drop pipe and bend
encased all-round with cement concrete 1:5:10 (1
cement : 5 fine sand : 10 graded stone aggregate 40
mm nominal size) with all centering and shuttering
required, cutting holes in walls and making good with
brick work in cement mortar 1:4 (1 cement : 4 coarse
sand) plastered with cement mortar 1:3 (1 cement : 3
coarse sand) on inside of the manhole wall lead
caulked joints between sand cast iron pipes and
fittings, stiff cement mortar 1:1 (1 cement : 1 fine
sand) joints between sand cast iron tee and S.W.
pipe, making required channels complete as per
standard design and specifications :

15.11.1
15.12

150 mm dia. sand cast iron drop connection


Extra for depths beyond 60 cm of sand cast iron drop
connection complete :

nos

12694.27

Each

12694

15.12.1

For 150 mm dia. sand cast iron drop connection

Metre

3727.18

Metre

3727

283

339

nos

462.94

Each

156937

nos

1604.70

Each

9628

35

nos

5879.66

Each

205788

Inside dimensions 455x610 mm and 45 cm deep for


single pipe line : With common burnt clay F.P.S. (non
modular) bricks of class designation 7.5

26

nos

6970.98

Each

181245

15.16.2

Inside dimensions 500x700 mm and 45 cm deep for


pipe line with one or two inlets :With common burnt
clay F.P.S. (non modular) bricks of class designation
7.5

24

nos

7985.93

Each

191662

15.16.3

Inside dimensions 600x 850 mm and 45 cm deep for


pipe line with three or more inlets : With common
burnt clay F.P.S. (non modular) bricks of class
designation 7.5

24

nos

9268.09

Each

222434

15.17

Extra for depth beyond 45cm of brick masonry


chamber.

15.17.1

For 455x610 mm size with common burnt clay F.P.S.


(non modular) bricks of class designation 7.5

Metre

5830.85

Metre

40816

15.17.2

For 500x700 mm size With common burnt clay F.P.S.


(non modular) bricks of class designation 7.5

Metre

6359.98

Metre

50880

15.17.3

For 600x850 mm size With common burnt clay F.P.S.


(non modular) bricks of class designation 7.5

10

Metre

7404.88

Metre

74049

15.18

Making soak pit 2.5 m diameter 3.0 metre deep with


45 x 45 cm dry brickhoney comb shaft with bricks and
S.W. drain pipe 100 mm diameter, 1.8 mlong
complete as per standard design.

15.13

Providing orange colour safety foot rest of minimum


6mm thick plastic encapsulated as per IS:10910 on
12mm dia steel bar conforming to IS:1786 having
minimum cross section as 23 mm x 25mm and over
all minimum length 263mm and width as 165mm with
minimum 112mm space between protruded legs
having 2mm tread on top surface by ribbing or
chequering besides necessary and adequate
anchoring projections on tail length on 138mm as per
standard drawing and suitable to with stand the bend
test and chemical resistance test as per specifications
and having manufacture's permanent identification
mark to be visible even after fixing, including fixing in
manholes with 30 x 20 x 15cm cement concrete
block 1:3:6 (1 Portland Pozzolana cement : 3 coarse
sand : 6 graded stone aggregate 20mm nominal size)
complete as per design.

15.14

Providing and fixing in position pre-cast R.C.C.


manhole cover and frame of required shape and
approved quality

15.14.1

M D - 10 Square shape 450mm internal dimension

15.15

Constructing brick masonry road gully chamber


50x45x60 cm with bricks in cement mortar 1:4 (1
Portland Pozzolana cement : 4 coarse sand) including
500x450 mm pre-cast R.C.C. horizontal grating with
frame complete as per standard design :

15.15.1

With common burnt clay F.P.S. (non modular) bricks


of class designation 7.5

15.16

Constructing brick masonry chamber for underground


C.I. inspection chamber and bends with bricks in
cement mortar 1:4 (1 Portland Pozzolana cement : 4
coarse sand) C.I. cover with frame (light duty)
455x610 mm internal dimensions, total weight of
cover with frame to be not less than 38 kg (weight of
cover 23 kg and weight of frame 15 kg), R.C.C. top
slab with 1:2:4 mix (1 Portland Pozzolana cement : 2
coarse sand : 4 graded stone aggregate 20 mm
nominal size), foundation concrete 1:5:10 (1 Portland
Pozzolana cement : 5 fine sand : 10 graded stone
aggregate 40 mm nominal size), inside plastering 12
mm thick with cement mortar 1:3 (1 Portland
Pozzolana cement : 3 coarse sand), finished smooth
with a floating coat of neat cement on walls and bed
concrete etc. complete as per standard design :

15.16.1

284

nos

27202.42

Each

54405

nos

583.66

Each

1751

160mm diameter

520

Metre

1224.00

Metre

636480

15.20.2

200mm diameter

160

Metre

1765.00

Metre

282400

15.21

Providing and laying uPVC pipes of class III (6 kg/


cm2) as per IS:4985 and as per specification with
rubber ring with socket and spigot joint,(EPDM/SBR)
in trenches for all depths including well graded
granular bedding (Type-E) for pipe length as per
drawing and specification including hydraulic field
testing and commissioning etc complete as directed
by Engineer. Note : Earthwork will be measured and
paid separately.

15.21.1

110mm diameter UPVC. pipe

64

Metre

716.00

Metre

45824

15.21.2

160mm diameter UPVC. pipe

415

Metre

1309.00

Metre

543235

15.21.3

200mm diameter UPVC. pipe

160

Metre

2985.00

Metre

477600

15.22

Providing and fixing UPVC gully trap complete with


grating and brick masonry chamber with water tight
C.I. cover with frame of 300 x300 mm size (inside)
the weight of cover to be not less than 4.50 kg and
frame to be not less than 2.70 kg as per standard
design :

15.22.1

160 x 110mm size

28

nos

2986.00

Each

83608

15.23

Construction of grease trap chamber of internal


dimensions 450X450X760mm in 230mm thick brick
masonry using first class country brick in CM 1:3 over
a bed of 150mm thick 1:2:4 CC, plastering with CM
1:2, 12mm thick on internal, external, top surfaces
and inside and exposed top surfaces finished smooth
with a floating coat of neat cement, and inserting a
G.I Tray with perforated bottom & M S Rod handles
in suitable position also providing and fixing light
single seal CI frame and cover of size 450X450mm
weighing not less than 25Kgs confirming to IS 1726,
CC 1:2:4 for fixing the CI frame and cover, painting
with 3-coats of anticorrosive black bitumastic paint,
providing 1 no SW Tee of size 100mm on the outlet,
encasing sewer connection to chamber in CC 1:2:4
etc. Complete all as directed and specified.
Note: CC 1:2:4 in the above Item is using 20mm
graded granite aggregate obtained from approved
quarry.

15.23.1

With bricks of class designation 35

nos

13165.36

Each

78992

15.18.1

With common burnt clay F.P.S. (non modular) bricks


of classdesignation 7.5

15.19

Providing and fixing S.W. intercepting trap in


manholes with stiff mixture of cement mortar 1:1 (1
Portland pozzolana cement : 1 fine sand) including
testing of joints etc. complete :

15.19.1
15.20

150mm dia
Providing , lowering & laying in trenches, aligning &
jointing of PVC-U pipes for SDR 34/Ring Stiffness SN
8KN per Sqm as per IS: 15328 and as per
specification with rubber ring with socket and spigot
joint, (EPDM/SBR) for all depths including well graded
granular bedding (Type-E) for pipe length as per
drawing and specification including hydraulic field
testing and commissioning etc complete as directed
by Engineer. Note : Earth work will be measured and
paid separately.

15.20.1

4006004.00

TOTAL

285

16.0
16.1

ALUMINIUM WORK
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 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, stainless steel screws, all complete as per
architectural drawings and the directions of Engineerin-charge. (Glazing, paneling and dash fasteners to be
paid for separately) :

16.1.1

Overall portion treated as fixed .Bronze Anodised


aluminium (anodised transparent or dyed to required
shade according to IS: 1868, Minimum anodic coating
of grade AC 15)

5104.00 kg

517.77

Kg

2642698.00

16.1.2

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 neoprene gasket required
(Fittings shall be paid for separately)

6229.00 kg

603.05

Kg

3756398.00

16.2

Providing and fixing glazing in aluminium door,


window, ventilator shutters and partitions etc. with
neoprene gasket etc. complete as per the
architectural drawings and the directions of Engineerin-charge. (Cost of aluminium snap beading shall be
paid in basic item)

16.2.1

With float glass panes of 5.50 mm thickness

962.00 Sqm

1566.22

Sqm

1506704.00

16.2.2

Frosted glass panes of 5.50 mm thickness

66.00 sqm

1574.84

sqm

103939.00

16.2.3

With float glass panes of 8 mm thickness

256.00 Sqm

1988.46

Sqm

509046.00

16.3

Providing and fixing double action hydraulic floor


spring of approved brand and manufactures
conforming to IS : 6315 marked, for doors including
cost of cutting floors as required, embedding in floors
and cover plate with brass pivot and single piece M.S
sheet outer box with slide plate etc complete as per
the direction of Engineer- in- charge

16.3.1

With stainless steel cover plate minimum 1.25 mm


thickness

127.00 nos

3029.34

Each

384726.00

16.4

Filling the gap in between aluminium frame &


adjacent RCC/ Brick/ Stone work(up to 5mm depth
and 5mm width) by providing weather silicon sealant
over backer rod of approved quality as per
architectural drawings and direction of Engineer-incharge complete.

2016.00 Metre

131.86

Metre

265830.00

16.5

Providing and fixing stainless steel adjustable friction


windows stays of approved quality with necessary
stainless steel screws etc. to the side hung windows
as per direction of Engineer-in- charge complete.

16.5.1

250 x 19 mm
TOTAL
WATER PROOFING /INSULATION WORK
For all water proofing work describe below,
The contractor shall Provide 10 year Guarantee
for water tightness of the complete system in
the manner as provided in the specfication.

350.00 nos

408.94

Each

143129.00
9312470.00

111.00 Cum

8276.17

Cum

918655.00

17

17.1
17.1.1

Grading roof for water proofing treatment with


Cement concrete 1:2:4 (1 Portland Pozzolana cement
: 2 coarse sand : 4 graded stone aggregate 20 mm
nominal size) finished smooth.

286

17.2

Providing and laying approved proprietary water


proofing treatment on roofs of slabs by applying
cement slurry mixed with water proofing cement
compound consisting of applying: a) after surface
preparation, first layer of slurry of cement @ 0.488
kg/sqm mixed with water proofing cement compound
@ 0.253 kg/sqm. b) laying second layer of Fibre glass
cloth when the first layer is still green. Overlaps of
joints of fibre cloth should not be less than 10 cm. c)
third layer of 1.5 mm thickness consisting of slurry of
cement @ 1.289 kg/sqm mixed with water proofing
cement compound @ 0.670 kg/sqm and coarse sand
@ 1.289 kg/sqm. This will be allowed to air cure for 4
hours followed by water curing for 48 hours. The
entire treatment will be taken upto 30cm on parapet
wall and tucked into groove in parapet all around. d)
fourth layer of plaster using cement mortar which will
be paid for separately.
Payment will be for the entire treated surface.

1902.00 sqm

579.94

sqm

1103046.00

17.3

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.

1128.00 sqm

420.60

sqm

474437.00

17.4

Providing and laying APP (Atactic Polypropylene


Polymer) modified prefabricated five layer 3 mm thick
water proofing membrane, black finished reinforced
with non-woven polyester matt consisting of a coat of
bitumen primer for bitumen membrane @ 0.40
litre/sqm by the same membrane manufacture of
density at 25C, 0.87-0.89 kg/ litre and viscocity 70160 cps. Over the primer coat the layer of membrane
shall be laid using Butane Torch and sealing all joints
etc, and preparing the surface complete. The vital
physical and chemical parameters of the membrane
shall be as under : Joint strength in longitudinal and
transverse direction at 23C as 650/ 450N/5cm. Tear
strength in longitudinal and transverse direction as
300/250N. Softening point of membrane not less than
150C. Cold flexibility shall be upto -2C when tested
in accordance with ASTM, D - 5147. The laying of
membrane shall be got done through the authorised
applicator of the manufacturer of membrane :

2088.00 Sqm

631.94

Sqm

1319491.00

2766.00

Sqm

4066020.00

3 mm thick

17.5

Providing and laying approved proprietary water


proofing treatment on RCC roof slabs consisting of
the following.

(a)

Application of one coat of


Acrylic Modified
Cementeous slurry over the RCC roof slab surface and
continued upto a height of 200mm on the parapet
wall.

(b)

Application of 2nd coat of Acrylic Modified


Cementeous slurry coating over the 1st coat of in
cross direction. and continued upto a height of
200mm on the parapet wall.

1470.00

This shall be allowed to air cure for 24 hours followed


by water curing for 72 hours. The entire treatment
will be taken up to 20 cm on parpet wall and tuked
into groove in parapet all around.
(c)

Providing concrete screed to provide slope . (which


will be paid separately)

287

Sqm

(d)

Providing and laying 3 mm thick APP (Atactic


Polypropylene Polymer) modified prefabricated water
proofing membrane, black finish reinforced with nonwoven polyester matt consisting of a coat of bitumen
primer for bitumen membrane @ 0.40 ltr/sqm. of
density at 25C, 0.87-0.89 kg/ltr and viscocity 70-160
cps. Over the primer coat the membrane shall be laid
using Butane Torch and sealing all joints etc., and
preparing the surface complete. The vital physical and
chemical parameters of the membrane shall be as
under : Joint strength in longitudinal and transverse
direction at 23C as 650/450N/5cm.
Tear strength in longitudinal and transverse direction
as 300/250N. Softening point of membrane not less
than 150C. Cold flexibility shall be upto -2C when
tested in accordance with ASTM, D - 5147. The laying
of membrane shall be got done through the
authorised applicator of the manufacturer of
membrane & complete work shall be done as per the
manufacturer's printed instruction.
Providing concrete screed to provide slope . (which
will be paid separately)

(e)

Providing and laying ceramic matt finished antiskid


tiles 300mm x 300mm size (thickness to be specified
by the manufacturer) of 1st quality conforming to IS :
15622 of approved make in colours such as White,
laid on 20 mm thick Cement Mortar 1:4 (1 Portland
Pozzolana Cement : 4 Coarse sand) including pointing
the joints with white cement and matching pigment
etc., complete.

17.6

Providing and laying waterproofing treatment for


basement or other RCC water retaining structure of
pre construction method Raft: Cleaning PCC surface,
smoothening with cement sand mortor and applying
two coats of acrylic polymer modified cementitious
slurry coating over lean concrete surface. Providing
and laying 12mm cement sand plaster ratio (1:4) over
the acrylic polymer modified cementitious coating.
Providing and fixing of 75 mm long 15 NB MS
threaded nozzles in grid pattern. (The spacing of
nozzles should not be more than 1.5 m apart ) while
concreting and after 28 days curing, grouting with
cement slurry admixed with Non-shrink polymer grout
by hand-operated pump under maximum pressure of
2.5 kg/cm2, all complete as per manufacturer's
specification.

51.00 Sqm

919.00

Sqm

46869.00

Basement walls (Retaining wall): Cleaning PCC


surface, smoothening with cement sand mortor and
applying two coats of acrylic polymer modified
cementitious slurry coating over lean concrete
surface. Providing and laying 12mm cement sand
plaster ratio (1:4) over the acrylic polymer modified
cementitious coating. Providing and fixing of 75 mm
long 15 NB MS threaded nozzles in grid pattern. (The
spacing of nozzles should not be more than 1.5 m
apart ) while concreting and after 28 days curing,
grouting with cement slurry admixed with Non-shrink
polymer grout by hand-operated pump under
maximum pressure of 2.5 kg/cm2, all complete as per
manufacturer's specification.
18.0
18.1

TOTAL
HORTICULTURE AND LANDSCAPING
Grassing with selection No.1 grass including watering
and maintenance of the lawn for 30 days or more till
the grass forms a thick lawn, free from weeds and fit
for mowing including supplying good earth, if needed
(the good earth shall be paid for separately).
In rows 5 cm apart in both directions.

7928518.00
464.00 Sqm

1040.36

Sqm

482727.00

18.2

Supplying and stacking sludge at site including royalty


and carriage up to 1 km (sludge measured in stacks
will be reduced by 8% for payment).

45.00 cum

319.65

cum

14384.00

18.3

Supplying and stacking at site dump manure from


approved source, including carriage up to 1 km
(manure measured in stacks will be reduced by 8%
for payment) :

45.00 cum

243.80

cum

10971.00

288

18.4

Mixing earth and sludge or manure in the required


proportion specified or directed by the Officer-incharge.

90.00 cum

21.32

cum

1919.00

18.5

Spreading of sludge, dump manure and / or good


earth in required thickness as per direction of Officerin-charge (Cost of sludge, dump manure and / or
good earth to be paid separately).

90.00 cum

31.20

cum

2808.00

19
19.1

19.2

TOTAL
MISCELLANEOUS ITEMS
Providing
and
laying
5mm
thick
modular
polypropylene surface top as per manufactured
printed instruction or as directed by Engineer-incharge.
Providing and fixing G.I. chain link fabric fencing of
required width in mesh size 25x25 mm made of G.I.
wire of dia 3 mm including strengthening with 2 mm
dia wire or nuts, bolts and washers as required
complete as per the direction of Engineer-in-charge.

512809.00
775.00

Sqm

1179.00

Sqm

913725.00

122.40

Sqm

956.94

Sqm

117129.00

TOTAL
GRAND TOTAL

1030854.00
451679797.00

289

II. MINOR COMPONENT (ELECTRICAL)

1.0
1.1

WIRING
Wiring for light point / fan point / exhaust fan point
with 1.5 sq.mm FRLS PVC insulated stranded 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 stranded copper
conductor single core cable etc. as required.

1.1.1
1.1.2
1.2

Group "B"
Group"C"
Wiring for circuit / submain / power sockets wiring
along with earth wire with the following sizes of FRLS
PVC insulated stranded copper conductor, single core
cable in surface/recessed PVC conduit as required.

1645
1230

Point
Point

869
1067

Point
Point

1429505.00
1312410.00

1.2.1

4 X 16 sqmm + 2 x 16 sqmm earth wire (submain


wiring)

400

Meter

1312

Meter

524800.00

1.2.2.

4 X 10 sqmm + 2 x 10 sqmm earth wire (submain


wiring)

410

Meter

887

Meter

363670.00

1.2.3

4 X 6 sqmm + 2 x 6 sqmm earth wire (submain


wiring)

1395

Meter

578

Meter

806310.00

1.2.4

4 X 4 sqmm + 2 x 4 sqmm earth wire (submain


wiring)

60

Meter

409

Meter

24540.00

1.2.5

2 X 10 sqmm + 1 x 10 sqmm earth wire (submain


wiring)

800

Meter

486

Meter

388800.00

2445

Meter

241

Meter

589245.00

1775

Meter

157

Meter

278675.00

477

Nos

450

No.

214650.00

1.2.6
1.2.7
1.3

2 X 4 sqmm + 1 x 4 sqmm earth wire (circuit wiring)


2 X 1.5 sqmm + 1 x 1.5 sqmm earth wire (circuit
wiring)
Supply and fixing of suitable size GI box with modular
plate and cover in front on surface or in recess
including providing and fixing 3 pin 5/6 amps
modular socket outlet and 5/6 amps modular switch,
connection, painting etc. as required.

1.4

Supply and fixing of suitable size GI box with modular


plate and cover in front on surface or in recess
including providing and fixing 6 pin 5/6 & 15/16 amps
modular socket outlet and 15/16 amps modular
switch, connection, painting etc. as required
(including hand drier power plug).

437

Nos

587

No.

256519.00

1.5

Wiring for power plug with 2x4 sq.mm FRLS PVC


insulated stranded copper conductor single core cable
in surface / recess medium class PVC conduit along
with 1 no. 4 sq.mm FRLS PVC insulated stranded
copper conductor single core cable for loop Earthing
as required.

6165

Meter

241

Meter

1485765.00

1.6

Supplying and fixing of following sizes of medium


class PVC conduit along with fish wire and accessories
in surface/ recess including cutting the wall and
making good the same in case of recessed conduit as
required.(for Telephone).
2915
800
64

Meter
Meter
Point

97
126
1144

Meter
Meter
Point

282755.00
100800.00
73216.00

Nos

8468

No.

42340.00

50

Nos

3674

No.

183700.00

1.6.1
1.6.2
1.7

1.8

1.9

25 mm
32 mm
Wiring for twin control light point with 1.5 sqmm
FRLS PVC insulated stranded copper conductor single
core cable in surface/recessed Medium class PVC
conduit, two way modular switch, modular plate,
suitable GI box and Earthing the point with 1.5
sq.mm. FRLS PVC insulated stranded copper
conductor single core cable etc. as required.
Supplying and fixing 63A 4P, 25 kA MCCB with
Thermal magnetic release including providing and
fixing sheet metal enclosure, on surface or in recess,
complete
with
connections,
testing
and
commissioning etc. as required.
Supplying and fixing 32 amps, 415 volts, TPN
industrial type, socket outlet, with 4 pole and earth,
metal enclosed plug top along with 30 amps C
curve, TPMCB, in sheet steel enclosure, on surface or
in recess, with chained metal cover for the socket out
let and complete with connections, testing and
commissioning etc. as required .

290

1.10

1.11
1.12

2.0

Supplying and fixing call bell/ buzzer suitable for


single phase, 230 volts, complete as required.
Supply and fixing of modular LAN outlet with CAT- 6
standard RJ - 45 ( computer jack).
Supply and laying of CAT-6(E) Cable on surface/
recess in existing MS conduits/PVC Conduit /Wall
Trunking.
Total
LIGHT FIXTURES, FANS AND ACCESSORIES
(Inside Buildings)

70

Nos

91

No.

6370.00

24

Nos

535

No.

12840.00

240

Meter

30

Meter

7200.00

8384110.00

2.1

LIGHT FITTINGS
Supply, installation, testing & commissioning of the
following light fixtures complete with lamps ( T5 - 28
W & 14 W lamp shall be similar to Philips make model
No. MASTER TL5 HE ECO ), electronic ballasts, lamp
holder, starter, starter holder, LED driver and heat
sink for dissipating heat, 2 Nos Anchor fastener ,
flexible chain etc wherever required as per site
requirement for use on 240 V single phase 50 Hz AC
supply including all accessories required for mounting
at surface/ recess/ wall/ suspended as mentioned in
BOQ and drawings conforming to relevant IP
protection and IS codes complete as required.

2.1.1

2X28W Box type FLUORESCENT TYPE LIGHT


FIXTURE. (PHILIPS CAT NO. TMS122M 2XTL5-28W
EBT ,Wipro Cat. No.WIF 30228)

96

No.

2427

No.

232992.00

2.1.2

2X28W SUSPENDED FLUORESCENT UP DOWN LIGHT


FIXTURE with high transmitivity non yellowing
diffuser and with original suspension kit of same
make (PHILIPS CAT NO. SERENO TPH 824X2XTL528W EBP OD /WIPRO CAT. NO.GCF 32228 SGW/GE
CAT. NO.AN 228P5)

Nos

7924

No.

63392.00

2.1.3

2X28W FLUOROSCENT DECORATIVE TYPE RECESS


MOUNTED
MIRROR OPTICS LIGHT FIXTURE
(PHILIPS CAT NO. TBS520 2XTL5-28W /WIPRO CAT.
NO.WCF93236SGW/GE CAT.NO.GETC 2X36 MO MLCR-300 HF)

18

Nos

3497

No.

62946.00

2.1.4

4X14W FLUOROSCENT RECESS MOUNTED front


openable CLEAN ROOM LIGHT FIXTURE. (PHILIPS
CAT NO. CLARIA PLUS TBS651 4XTL5-14W EB CR
FOP GT,Wipro Cat. No.WIF41414SGWSL01)

Nos

7552

No.

37760.00

2.1.5

20W /24 W LED WALL MOUNTED MIRROR LIGHT


FIXTURE with control driver and 20 W LED tube (
PHILIPS CAT. NO. LED LINEA BN 550 WLED 20 6500,Wipro Cat. No. LL20-221-xxx-60-xx )

28

Nos

3612

No.

101136.00

2.1.6

12 W LED WALL MOUNTED MIRROR LIGHT FIXTURE


with control driver and 12 W LED tube ( PHILIPS CAT.
NO. LED LINEA BN 550 W LED 12 -6500, Wipro Cat.
No. LCL-11-CDL )
23 W LED RECESS MOOUNTED DOWN LIGHTER with
control driver (PHILIPS CAT. NO. DN194B LED15S6500
PSU
WH
S1,WIPRO
CAT.
NO.CRDL11RO23HP57)
15 W LED RECESS MOUNTED DOWN LIGHTER with
control driver (PHILIPS CAT. NO. DN 192 LED12S6500
PSU
WH
S1,
WIPRO
CAT.
NO.CDRL11RO17HP57 )
16W LED SURFACE MOUNTED DOWN LIGHTER with
control driver ( PHILIPS SM518C LED9S 6500 PSU
OD GR , Wipro Cat. No.CRCO17RO13HP57 )

64

Nos

2554

No.

163456.00

452

Nos

3447

No.

1558044.00

76

Nos

2289

No.

173964.00

19

Nos

3741

No.

71079.00

2.1.7

2.1.8

2.1.9

2.1.10

1X14W CFL WALL BRACKET LIGHT FIXTURE with 14


W CFL lamp (PHILIPS CAT. NO. 36349/
WIPRO/Havells )

Nos

3969

No.

15876.00

2.1.11

15 W LED RECESS MOUNTED DOWN LIGHTER with


control driver (PHILIPS CAT. NO. DN 192 LED12S6500
PSU
WH
S1,
WIPRO
CAT.
NO.CDRL11RO17HP57 )
1X12W CFL DECORATIVE WALL BREACKET LIGHT
FIXTURE (PHILIPS CAT. NO.37712 WALL LAMP
BRONZE /WIPRO/Havells )

Nos

1812

No.

5436.00

Nos

1965

No.

15720.00

8 X 9W/11W/12W CFL DECORATIVE TYPE


DECORATIVE TYPE PENDENT CHANDELIER (PHILIPS
CAT. NO. 37713 CEILING BRONZ 8X40W
/WIPRO/Havells )

No.

12620

No.

12620.00

2.1.12

2.1.13

291

2.1.14

4 X 12W CFL WARM WHITE DECORATIVE TYPE


CHANDELIER (PHILIPS CAT NO.36326 CHANDELIER
CHROME/WIPRO/Havells )

No.

15662

No.

15662.00

2.1.15

1X9W CFL WALL/SURFACE MOUNTED LIGHT


FIXTURE. (PHILIPS CAT NO. FXC 101,1XPL-S/2P 9W
AC GR,Wipro Cat. No.WKP14109/WIPRO/Havells )

57

Nos

1383

No.

78831.00

2.1.16

1x23 W SUSPENDED LIGHT FIXTURE (PHILIPSQPG311/WIPRO/Havells )

20

No.

5156

No.

103120.00

2.1.17

25W TL-5 W SURFACE MOUNTED LIGHT FIXTURE


(PHILIPSTCG-700,Wipro
Cat.
No.FWP42126
/WIPRO/Havells )

63

No.

3609

No.

227367.00

2.1.18

2x28 W WALL MOUNTED LIGHT FIXTURE (PHILIPS


CAT NO. TMS122M 2XTL5-28W EBT ,Wipro Cat.
No.WIF 30228)

69

No.

2427

No.

167463.00

2.1.19

1x40 W WALL MOUNTED DECORATIVE LIGHT


FIXTURE. (PHILIPS- 32035,Wipro Cat. No. FWP42126
)

128

No.

1983

No.

253824.00

2.1.20

15W LED RECESSED MOUNTED LIGHT FIXTURE


(PHILIPS-BBS170 1 x DLED -4000 PSU WH,Wipro Cat.
No.LD71-121-XXX-65-XX)

32

No.

2230

No.

71360.00

2.1.21

38 W LED RECESS MOUNTED LIGHT FIXTURE


(PHILIPS-RC380B LED-25-4000 PSE OD WH,Wipro
Cat. No.CRCO10R036HP57)

10

No.

7422

No.

74220.00

2.1.22

LED STRIP FOR COVE LIGHTING 5M LENGTH


COMPLETE AS REQUIRED WITH DRIVER (Wipro Cat.
No.LS06-005-120-WH-50)

45

No.

2648

No.

119160.00

2.1.23

1x 18 W CFL fitting WALL MOUNTED LIGHT FIXTURE


(PHILIPS CAT NO- EWC-300 Black ,Wipro Cat.
No.FWP42126)

Nos

1754

No.

10524.00

2.1.24

1x70W CDMT SURFACE MOUNTED LIGHT FIXTURE


(PHILIPS CAT NO-MCS 250, Osram Cat. No.SITECO
LUNIS 2 Surface, Wipro cat. No.CRDL11S023HP57)

Nos

7971

No.

39855.00

2.1.25

1x25 W LED SURFACE MOUNTED LIGHT FIXTURE


(PHILIPS CAT NO.INNOVATION 1x1 QUBILED)
6030,Wipro Cat. No.CRDL11S033HP57)

71

Nos

6093

No.

432603.00

2.1.26

1x24 W SURFACE MOUNTED LIGHT FIXTURE


(PHILIPS CAT NO ECB-300,Wipro Cat. No.FWP42126)

71

Nos

2715

No.

192765.00

2.1.27

14W LED Down lighter (Philips: DN 192 B LED9S 6500 PSU WH S1/ Osram Cat. No.Luxtar 14W,Bajaj
Cat. NO.BZSOL 18W LED,Wipro Cat. No.LD71-121XXX-65-XX)

271

Nos

2859

No.

774789.00

2.1.28

4 x 14 W TL-5 recessed mounted light fixture (Philips


Cat No. SERENO TBS 869 4 XtTL5-14W EBP D8,Wipro
Cat. No.WVF 14414SGW)

Nos

6833

No.

47831.00

2.1.29

23W CFL wall bracket light fixture (PHILIPS CAT. NO.


GLS E27 MAX. EWC300 60 W,Wipro Cat.
No.FWP42126 )

Nos

1585

No.

3170.00

2.1.30

2 x 18W CFL based surface mounted light fixture


(Philips Cat No. FCS 518 2X PL-L 18W 1240 V,Wipro
Cat. No.WVP 41218)

16

Nos

2151

No.

34416.00

2.1.31

5 nos. 2 x 400W metal halide lamp ( Philips Cat Each


NOCTURNE RVP 302, Bajaj Cat. No. BJENF24 ,GE Cat
EachCONTOUS,Wipro Cat. No.WFH 68400)

Nos

26719

No.

53438.00

2.1.32

1 X 70W Metal halide lamp based wall mounted light


fixture (Philips Cat Each RVP 339 1xCDM-TD 70R/
Bajaj Cat EachBJFL 70 MH SE AS, )

25

Nos

5113

No.

127825.00

2.1.33

1X10W RECESSED MOUNTED LIGHT FIXTURE.


(Philips - DN191B LED6S-6500 PSU WH S1 / Wipro
Cat.No.LD74-101-XXX-65-XX)

64

Nos

1877

No.

120128.00

2.1.34

1X15W RECESSED MOUNTED LIGHT FIXTURE.


(Philips: DN 192B LED9S-6500 PSU WH S1/ Wipro
Cat.No.LD71-151-XXX-65-XX )

260

Nos

2230

No.

579800.00

292

2.1.35

1X54W SURFACE MOUNTED DOWN LIGHT FIXTURE.


((SCHEREDER CAT NO.FTR 390 1X55W T5 ,Legero
make HARBOR 1x55W T5R)

Nos

4623

No.

18492.00

2.1.36

1X70W mega polis-quadro CDMT UP & douwn light


(PHILIPS CAT. NO.DCP721 1X CDM-T 70 W,Osram
Cat. No.Siteco CL LED Wall 10 MIDI,Jaguar Cat. No.2
X 5W LED Updownlighter IP54)

Nos

22808

No.

91232.00

2.2
2.2.1

Fans
Supply, installation, testing and commissioning of
230 V single phase, 1200 mm sweep double ball
bearing ceiling fans, 350 RPM, service value more
than 4, complete with modular type two module
electronic regulator of 120 Watts, down rod and other
fixing accessories as required.(Crompton Greaves
model High Speed/ Bajaj model Speed Star / Havells
Model Velocity HS-3)

145

Nos
Nos

2244

No.

325380.00

2.2.2

Supply, installation, testing and commissioning of


300 mm sweep, three blade light duty exhaust fan
complete with bird guard, louvers etc and other fixing
accessories as required.(Havells model VentilAir DSP
3/, Bajaj model No.Bahar, Crompton model no.
Driftair)

70

Nos

1880

No.

131600.00

2.2.3

Supply of 400 mm sweep, three blade bracket fan,


ocilating type complete with wall mounting bracket
including all other accessories complete as requried
(Havells Model No. Platina / Bajaj Model No. Rushair )

Nos

2507

No.

5014.00

3.0

Total
SUB DISTRIBUTION BOARDS ( SDB)
Supply, installation testing and commissioning of
following way SPN /TPN prewired, sheet steel, MCB
distribution board, 240V/ 415V, on surface/recess,
complete
with
loose
wire
box,
terminal
blocks(incomer terminal block and outgoing terminal
blocks, phase, neutral and earth) , duly prewired with
suitable size FRLS PVC insulated stranded copper
conductor cable up to terminal blocks, tinned copper
bus bars, neutral link, earth bar, din bar, detachable
gland plate, interconnections, phosphatized and
powder painted including Earthing etc. as required
complete with incoming and outgoing wire
terminations with suitable thimbles and complete with
incoming and outgoing switches as below complete as
required: (IP 42:Protection, 16 SWG)

6614290.00

3.1

12 way TPN (8+36) vertical type, Double Door DB,


incomer 63A 4P RCBO 10 KA & outgoing 36 nos. 620A SP MCB, 10 KA

Nos

27974

Each

167844.00

3.2

8 way TPN (8+24) vertical type, Double Door DB,


incomer 63A 4P RCBO 10 KA & outgoing 24 nos. 620A SP MCB, 10 KA

13

Nos

21569

Each

280397.00

3.3

4 way TPN (8+12) vertical type, Double Door DB,


incomer 32A 4P RCBO 10 KA & outgoing 12 nos. 620A SP MCB, 10 KA

Nos

15632

Each

109424.00

3.4

8 way SPN (4+8) Double Door DB, incomer 40A DP


RCBO & outgoing 8 nos. 6-16A SP MCB, 10 KA

27

Nos

7941

Each

214407.00

4.0

4.1

4.1.1
4.1.2
4.1.3
4.1.4
4.1.5
4.1.6
4.1.7
4.1.8
4.1.9
4.1.10
4.1.11
4.1.12
4.1.13

Total
LT CABLES , CABLE LAYING & TERMINATION

Supply of following sizes 1.1 KV XLPE insulated, FRLS


Al. armoured Conductor, PVC inner sheathed, overall
PVC sheathed cable in conformity to the technical
specification and as per latest IS - codes complete as
required.
3.5C x 300 sq mm
3.5C x 150 sq mm
3.5C x 120 sq mm
3.5C x 35 sq mm
4C x 35 sq mm
4C x 16 sq mm
4C x 10 sq mm
3C x 95 sq mm
3C x 70 sq mm
3C x 50 sq mm
3C x 25 sq mm
3C x 16 sq mm
3C x 10 sq mm

772072.00

2632
395
631
145
45
320
60
160
120
110
40
15
10

293

Meter
Meter
Meter
Meter
Meter
Meter
Meter
Meter
Meter
Meter
Meter
Meter
Meter

2249
1170
986
363
402
239
211
697
545
405
255
196
185

Meter
Meter
Meter
Meter
Meter
Meter
Meter
Meter
Meter
Meter
Meter
Meter
Meter

5919368.00
462150.00
622166.00
52635.00
18090.00
76480.00
12660.00
111520.00
65400.00
44550.00
10200.00
2940.00
1850.00

4.1.14
4.1.15
4.2

3C x 6 sq mm
3C x 4 sq mm

220
170

Meter
Meter

148
126

Meter
Meter

32560.00
21420.00

Laying of LT cables
Laying and fixing of one number PVC insulated and
PVC sheathed / XLPE power cable of 1.1 KV grade of
following size on wall surface as required.

4.2.1

Upto 35 sq. mm (clamped with 1mm thick saddle)

820

Meter

36

Meter

29520.00

4.2.2

Above 35 sq. mm and upto 95 sq. mm (clamped with


25x3mm
MS flat clamp)
Above 95 sq. mm and upto 185 sq. mm
Above 185 sq. mm and upto 400 sq. mm (clamped
with 40x3mm
MS flat clamp)
Laying of one number PVC insulated and PVC
sheathed / XLPE power cable of 1.1 KV grade of
following size in the existing masonry open duct as
required.
Above 95 sq. mm and upto 185 sq. mm
Above 185 sq. mm and upto 400 sq. mm
CABLE TERMINATION
Supplying and making end termination with brass
compression gland and aluminum lugs for following
size of PVC insulated and PVC sheathed / XLPE
aluminum conductor cable of 1.1 KV grade as
required
3 X 300 sq. mm (70mm)
3 X 150 sq. mm (50mm)
3 X 120 sq. mm (45mm)
3 X 95 sq. mm (38mm)
3 X 70 sq. mm (35mm)
3 X 50 sq. mm (32mm)
3 X 35 sq. mm (32mm)
3 X 25 sq. mm (25mm)
4 X 35 sq. mm (32mm)
4 X 16 sq. mm (28mm)
4 X 10 sq. mm (25mm)
Total
DISTRIBUTION BOARDS
FLOOR MOUNTED
Supplying, installation, testing and commissioning of
cubicle type prewired LT Panel suitable for 415 Volt, 3
phase, 4 wire 50 HZ AC supply system, floor
mounted, fabricated in compartmentalized design
from CRCA steel of 2 mm thick for frame work and
covers, 3 mm thick for gland plates, including
cleaning and finishing powder coated, dust and
vermin proof complete with 7 tank process having
extensible type TPN aluminum alloy bus bar of high
conductivity, with base frame of M.S. channel section
of not less than 75 mm x 50 mmx5mm thick, copper
earth bar of size 25mmx 5mm at the rear with 2 No.
earth stud, complete with control wire, cable alleys,
cable gland plates, including following complete as
required:

390

Meter

104

Meter

40560.00

825
1710

Meter
Meter

120
171

Meter
Meter

99000.00
292410.00

201
922

Meter
Meter

40
74

Meter
Meter

8040.00
68228.00

18
2
6
12
4
16
10
4
6
18
112

Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos

1613
856
719
617
519
395
401
290
403
364
287

Each
Each
Each
Each
Each
Each
Each
Each
Each
Each
Each

29034.00
1712.00
4314.00
7404.00
2076.00
6320.00
4010.00
1160.00
2418.00
6552.00
32144.00
8088891.00

4.2.3
4.2.4

4.2.5

4.2.6
4.2.7
4.3

4.3.1
4.3.2
4.3.3
4.3.4
4.3.5
4.3.6
4.3.7
4.3.8
4.3.9
4.3.10
4.3.11
5.0

All MCCB shall have ICU =100% ICS


Incomer MCCB shall have O/L, S/C & E/F protection
All MCCB upto 250A shall have Thermal release &
above 250A shall have microprocessor based release
All MFM shall have Ammeter, Ammeter selection
switch, Voltmeter, Voltmeter selection switch, kWh
meter, frequency meter, P.F. meter, KW meter.
WALL MOUNTED PANEL
Supplying, installation, testing and commissioning of
cubicle type prewired Distribution board suitable for
415 Volt, 3 phase, 4 wire 50 HZ AC supply system,
wall mounted, fabricated from CRCA steel of 2 mm
thick for frame work and covers, 2mm thick for gland
plates, including cleaning and finishing powder
coated, dust and vermin proof complete with 7 tank
process having extensible type TPN aluminum alloy
bus bar of high conductivity, with 2 No. earth stud,
complete with control wire, cable gland plates,
including following complete as required :
All MCCB shall have ICU =100% ICS
All MCCB shall be microprocessor based release.

294

The description of the distribution boards are as


follows.
EMERGENCY MAIN DISTRIBUTION BOARDS
All incoming and outgoing breakers shall be suitable
for SCADA communication through potential free
digital inputs & outputs.
All MFM shall have Ammeter, Ammeter selection
switch, Voltmeter, Voltmeter selection switch, kWh
meter, frequency meter, P.F. meter, KW meter.
5.1

a)
b)
c)
d)

a)
b)
c)
d)

LT PANEL(FLOOR MOUNTED) Faculty Club

f)

0-32A ammeter and ammeter selector switch with


32/5A CTs -4 set.

g)

Set of phase indicating lamp (LED Type) with 2A, SP


MCB -9 Sets.

5.2

MAIN LT PANEL FOR (FLOOR MOUNTED) Guest


House
Incoming
1 no. 630 A, 4P MCCB, 35 KA
Multifunction meter -1 no. with 630/5A CT. Class - 0.5
accuracy and 15 VA burden - 1 set
Three phase digital KWH meter -1 no. with 630/5A
CT. Class - 0.5 accuracy and 15 VA burden - 1 set

d)

a)
b)
c)
d)
e)
f)
5.3

a)
b)

a)
b)
c)
5.4

a)
b)

222684

No.

222684.00

No.

372350

No.

372350.00

No.

63989

No.

63989.00

No.

50257

No.

50257.00

Outgoing
63 A, 4P MCCB, 25 KA -4 no.
40 A, 4P MCCB, 25 KA -1 no.
32 A, 4P MCCB, 25 KA -4 no.
0-63A ammeter and ammeter selector switch with
63/5A CTs -4 set.
0-40A ammeter and ammeter selector switch with
40/5A CTs -1 set.

c)

No.

Incoming
1 No. 125 A, 4P MCCB, 35 KA
Multifunction meter -1 no. with 125/5A CT. Class - 0.5
accuracy and 15 VA burden - 1 set
Surge Suppressor Class (B & C) - 1 no.
Set of phase indicating lamp (LED Type) with 2A, SP
MCB - 1 Set.
Busbar
4 Strip aluminum bus bar of 200 A, 415 V capacity
with heat shrinkable colored sleeves complete for
withstanding 50 KA fault - 1 set

e)

a)
b)

Set of phase indicating lamp (LED Type) with 2A, SP


MCB - 1 No.
Busbar
4 Strip aluminum bus bar of 1000 A, 415 V capacity
with heat shrinkable colored sleeves complete for
withstanding 50 KA fault - 1 set
Outgoing
150 A, 4P MCCB, 25KA - 2 nos.
100 A, 4P MCCB, 25KA - 4 nos.
63 A, 4P MCCB, 25KA - 11 nos.
40 A, 4P MCCB, 25 KA -2 no.
32 A, 4P MCCB, 25 KA -1 no.
Set of phase indicating lamp (LED Type) with 2A, SP
MCB -15 Sets.
FDB (FOR+1 LVL )(WALL MOUNTED) (Guest
House )
Incoming
1 no. 150 A, 4P MCCB, 25 KA
Set of phase indicating lamp (LED Type) with 2A, SP
MCB - 1 No.
Busbar
4 Strip aluminum bus bar of 200 A, 415 V capacity
with heat shrinkable colored sleeves complete for
withstanding 50 KA fault - 1 set
Outgoing
100 A, 4P MCB, 10 KA - 4 no.
40 A, SP MCB, 10 KA - 1 no.
Set of phase indicating lamp (LED Type) with 2A, SP
MCB - 5 Sets.
FDB (FOR +2LVL.)(WALL MOUNTED) Guest
House
Incoming
1 no. 100 A, 4P MCCB, 25 KA
Set of phase indicating lamp (LED Type) with 2A, SP
MCB - 1 No.
Busbar
4 Strip aluminum bus bar of 200 A, 415 V capacity
with heat shrinkable colored sleeves complete for
withstanding 50 KA fault - 1 set
Outgoing

295

a)
b)
5.5

a)
b)

a)
b)
c)

5.6

63 A, 4P MCB, 10 KA - 4 no.
Set of phase indicating lamp (LED Type) with 2A, SP
MCB - 4 Sets.
FDB (FOR +3LVL.)(WALL MOUNTED) Guest
House
Incoming
1 no. 100 A, 4P MCCB, 25 KA
Set of phase indicating lamp (LED Type) with 2A, SP
MCB - 1 No.
Busbar
4 Strip aluminum bus bar of 200 A, 415 V capacity
with heat shrinkable colored sleeves complete for
withstanding 50 KA fault - 1 set
Outgoing
63 A, 4P MCB, 10 KA - 2 no.
32 A, 4P MCB, 10 KA - 1 no.
Set of phase indicating lamp (LED Type) with 2A, SP
MCB - 3 Sets.
HVAC PANELS for Guest House
ACDB-01(FLOOR MOUNTED) Guest House
Incoming
1 no. 630 A, 4P MCCB,35 KA
Set of phase indicating lamp (LED Type) with 2A, SP
MCB - 1 No.

No.

45302

No.

45302.00

No.

193543

No.

193543.00

No.

237860

No.

237860.00

No.

190024

No.

190024.00

Multifunction meter -1 no. with 630/5A CT. Class - 0.5


accuracy and 15 VA burden - 1 set

a)
b)
c)

Busbar
4 Strip aluminum bus bar of 1000 A, 415 V capacity
with heat shrinkable colored sleeves complete for
withstanding 50 KA fault - 1 set
Outgoing
400 A, 4P MCCB,25 KA - 2 nos.
250A, 4P MCCB,25KA -2nos.
0-400A ammeter and ammeter selector switch with
400/5A CTs -2 set.

d)

0-250A ammeter and ammeter selector switch with


250/5A CTs -2 set.

e)

0-500V voltmeter and voltmeter selector switch-2 set.

d)

Set of phase indicating lamp (LED Type) with 2A, SP


MCB - 4 Sets.

5.7

ACSDB-01(WALL MOUNTED) Guest House


Incoming
1 no. 400 A, 4P MCCB,35 KA
Set of phase indicating lamp (LED Type) with 2A, SP
MCB - 1 No.
0-400A ammeter and ammeter selector switch with
400/5A CTs - 1 set.
0-500V voltmeter and voltmeter selector switch with 1 set.
Busbar
4 Strip aluminum bus bar of 600 A, 415 V capacity
with heat shrinkable colored sleeves complete for
withstanding 50 KA fault - 1 set
Outgoing
160 A, 4P MCCB,10KA,0-160A ammeter and ammeter
selector switch with 160/5A CTs, phase indicating
lamp (LED Type) with 2A, SP MCB - 3 Nos
100A, 4P MCCB,0-100A ammeter and ammeter
selector switch with 100/5A CTs phase indicating
lamp (LED Type) with 2A, SP MCB...2 Nos
40A, 4P MCB,10KA,0-32A ammeter and ammeter
selector switch with 32/5A CTs phase indicating lamp
(LED Type) with 2A, SP MCB..2 Nos.
10A, TP MPCB,10KA,0-10A ammeter and ammeter
selector switch with 10/5A CTs phase indicating lamp
(LED Type) with 2A, SP MCB,DOL Starter -1no.

5.8

ACSDB-02(WALL MOUNTED) Guest House


Incoming
1 no. 250 A, 4P MCCB, 25KA
Set of phase indicating lamp (LED Type) with 2A, SP
MCB - 1 No.
0-250A ammeter and ammeter selector switch with
250/5A CTs - 1 set.
0-500V voltmeter and voltmeter selector switch with 1 set.
Busbar
4 Strip aluminum bus bar of 400 A, 415 V capacity
with heat shrinkable colored sleeves complete for
withstanding 50 KA fault - 1 set
Outgoing

296

100A, 4P MCCB,10KA,0-100A ammeter and ammeter


selector switch with 100/5A CTs phase indicating
lamp (LED Type) with 2A, SP MCB..3 Nos.
63A, 4P MCB,0-63A ammeter and ammeter selector
switch with 63/5A CTs phase indicating lamp (LED
Type) with 2A, SP MCB.. -2nos.
32A, 4P MCB,10KA,0-32A ammeter and ammeter
selector switch with 32/5A CTs phase indicating lamp
(LED Type) with 2A, SP MCB -2no.
10A, TP MPCB,10KA,0-10A ammeter and ammeter
selector switch with 10/5A CTs phase indicating lamp
(LED Type) with 2A, SP MCB,DOL Starter -1no.
5.9

ACDB-02(FLOOR MOUNTED) Guest House


Incoming
1 no. 200 A, 4P MCCB,35KA
Set of phase indicating lamp (LED Type) with 2A, SP
MCB - 1 No.
Multifunction meter
0-250A ammeter and ammeter selector switch with
250/5A CTs - 1 set.
0-500V voltmeter and voltmeter selector switch with 1 set.
Busbar
4 Strip aluminum bus bar of 400 A, 415 V capacity
with heat shrinkable colored sleeves complete for
withstanding 50 KA fault - 1 set

No.

244568

No.

244568.00

No.

163632

No.

163632.00

No.

80815

No.

80815.00

Outgoing
100 A, 4P MCCB,25KA,0-100A ammeter and ammeter
selector switch with 100/5A CTs with LED Phase
indication light -2 nos.

5.10

a)
b)
c)

a)
b)

32 A, 4P MCB ,0-10A ammeter and ammeter selector


switch with 32/5A CTs with LED Phase indication light2 nos.
25 A, TP MPCB,25KA,0-25A ammeter and ammeter
selector switch with 25/5A CTs with LED Phase
indication light,VFD -1 nos.
25 A, TP MPCB,0-25A ammeter and ammeter selector
switch with 25/5A CTs with LED Phase indication
light,DOL Starter -2 no.
25 A, TP MPCB,25KA,0-25A ammeter and ammeter
selector switch with 25/5A CTs with LED Phase
indication light -1 no.
10A, TP MPCB,25KA,0-10A ammeter and ammeter
selector switch with 10/5A CTs with LED Phase
indication light,DOL Starter -3nos.
10A, DP MCB,0-10A ammeter and ammeter selector
switch with 10/5A CTs with LED Phase indication
light,DOL Starter -3nos.
LT PANEL(FDB) FOR SHOPPING CENTRE
BANKING COMPLEX & POST OFFICE (FLOOR
MOUNTED)
Incoming
1 no. 400 A, 4P MCCB, 50 KA
Multifunction meter -1 no. with 400/5A CT. Class - 0.5
accuracy and 15 VA burden - 1 set
Set of phase indicating lamp (LED Type) with 2A, SP
MCB - 1 No.
Busbar
4 Strip aluminum bus bar of 600 A, 415 V capacity
with heat shrinkable colored sleeves complete for
withstanding 50 KA fault - 1 set
Outgoing
400 A, 4P MCCB, 50 KA - 2 no.
0-400A ammeter and ammeter selector switch with
400/5A CTs -2 set.

c)

Set of phase indicating lamp (LED Type) with 2A, SP


MCB - 2 No.

5.11

MDB (FOR SHOPS AT FIRST FLOOR,BANQUET


HALL & CAFETERIA)(WALL MOUNTED)

a)
b)

Incoming
1 no. 200 A, 4P MCCB, 25 KA
Set of phase indicating lamp (LED Type) with 2A, SP
MCB - 1 No.
Busbar
4 Strip aluminum bus bar of 300 A, 415 V capacity
with heat shrinkable colored sleeves complete for
withstanding 50 KA fault - 1 set
Outgoing

297

a)

63 A, 4P MCB, 10 KA with phase indication lamp- 4


no.

b)

32 A, 4P MCB, 10 KA with phase indication lamp - 2


no.

c)

32 A, DP MCB, 10 KA with phase indication lamp- 10


no.

5.12

a)
b)

MDB(FOR
BANKING
COMPLEX)(WALL
MOUNTED)
Incoming
1 no. 100 A, 4P MCCB, 25 KA
Set of phase indicating lamp (LED Type) with 2A, SP
MCB - 1 No.

No.

55003

No.

55003.00

No.

56946

No.

56946.00

Busbar
4 Strip aluminum bus bar of 200 A, 415 V capacity
with heat shrinkable colored sleeves complete for
withstanding 50 KA fault - 1 set
Outgoing
63 A, 4P MCB, 10 KA - 2 no.
40 A, 4P MCB,10 KA - 1 no.
32 A, 4P MCB, 10 KA - 1 no.
MDB(FOR COMMON AREA)(WALL MOUNTED)

No.

82586

No.

82586.00

Incoming
1 no. 100 A, 4P MCCB, 25 KA
Set of phase indicating lamp (LED Type) with 2A, SP
MCB - 1 No.
0-100A ammeter and ammeter selector switch with
100/5A CTs - 1 set.
Busbar
4 Strip aluminum bus bar of 200 A, 415 V capacity
with heat shrinkable colored sleeves complete for
withstanding 50 KA fault - 1 set
Outgoing
63 A, 4P MCCB, 10 KA - 3 no.
40 A, 4P MCB, 10 KA - 1 no.
ACMDBFC(Faculty Club)(FLOOR MOUNTED)

No.

144717

No.

144717.00

No.

244568

No.

244568.00

c)

0-100A ammeter and ammeter selector switch with


100/5A CTs - 1 set.

d)

Three phase digital KWH meter with suitable CT--1 No

a)
b)
c)

Busbar
4 Strip aluminum bus bar of 200 A, 415 V capacity
with heat shrinkable colored sleeves complete for
withstanding 50 KA fault - 1 set
Outgoing
63 A, 4P MCB, 10 KA - 2 no.
32 A, 4P MCB, 10 KA - 1 no.
40 A, DP MCB, 10 KA - 1 no.

5.13

a)
b)

MDB(FOR POST OFFICE)(WALL MOUNTED)


Incoming
1 no. 100 A, 4P MCCB, 25 KA
Set of phase indicating lamp (LED Type) with 2A, SP
MCB - 1 No.

c)

0-100A ammeter and ammeter selector switch with


100/5A CTs - 1 set.

d)

Three phase digital KWH meter with suitable CT--1 No

a)
b)
c)
5.14

a)
b)
c)

a)
b)
5.15

a)
b)
c)
d)

a)

b)

5.16

Incoming
1 no. 125 A, 4P MCCB, 25 KA
Set of phase indicating lamp (LED Type) with 2A, SP
MCB - 1 No.
0-125A ammeter and ammeter selector switch with
125/5A CTs - 1 set.
0-500V voltmeter and voltmeter selector switch - 1
set.
Busbar
4 Strip aluminum bus bar of 200 A, 415 V capacity
with heat shrinkable colored sleeves complete for
withstanding 20 KA fault - 1 set
Outgoing
100 A, 4P MCCB ,0-100A ammeter and ammeter
selector switch with 100/5A CTs with LED Phase
indication light , 10 KA - 2 no.
63 A, 4P MCB,0-63A ammeter and ammeter selector
switch with 63/5A CTs with LED Phase indication light
10 KA - 2 no.
ACMDB( SHOPPING CENTRE)
Incoming

298

a)
b)
c)
d)

a)

1 no. 250 A, 4P MCCB, 25 KA


Set of phase indicating lamp (LED Type) with 2A, SP
MCB - 1 No.
0-250A ammeter and ammeter selector switch with
250/5A CTs - 1 set.
0-500V voltmeter and voltmeter selector switch - 1
set.
Busbar
4 Strip aluminum bus bar of 400 A, 415 V capacity
with heat shrinkable colored sleeves complete for
withstanding 25 KA fault - 1 set
Outgoing
125 A, 4P MCCB ,0-125A ammeter and ammeter
selector switch with 125/5A CTs with LED Phase
indication light , 10 KA - 3 no.

b)

40 A, TP MPCB,0-25A ammeter and ammeter selector


switch with 25/5A CTs with LED Phase indication light
,DOL Starter, 10 KA - 2 no.

c)

40 A, TP MPCB ,0-25A ammeter and ammeter


selector switch with 25/5A CTs with LED Phase
indication light , Star Delta Starter,10 KA - 2 no.

d)

40 A, TP MPCB ,0-25A ammeter and ammeter


selector switch with 25/5A CTs with LED Phase
indication light , 10 KA - 2 no.

e)

16 A, DP MCB,0-16A ammeter and ammeter selector


switch with 16/5A CTs with LED Phase indication light
, DOL starter,10 KA -2 no.

f)

16 A, DP MCB ,0-16A ammeter and ammeter selector


switch with 16/5A CTs with LED Phase indication light
, 10 KA -1 no.

5.17

Supply, installation, testing and commissioning of 530 A single phase digital KWH meter including
providing and fixing suitable size modular type
weather proof ( IP 65) meter boxbox made up of
Polystyral/ Polycarbonat with locknuts for cable entry
and complete as required.

6.0
6.1
6.1.1

Total
EARTHING AND LIGHTNING PROTECTION
SYSTEM
Earthing
Supply, installation, testing and commissioning of
Earthing with GI earth plate 600 mm x 600 mm x 6
mm thick including accessories & providing masonry
enclosure with cover plate having locking
arrangement and watering pipe etc. (but without
charcoal or coke and salt) as required.

24

No.

2705

No.

64920.00

2513764.00

Sets

5285

Set

21140.00

6.1.2

Supply, installation, testing and commissioning of


Providing and fixing 25 mm X 5 mm G.I. strip in 40
mm dia G.I. pipes from earth electrode, as required.

240

Meter

625

Meter

150000.00

6.1.3

Supply, installation, testing and commissioning of


Providing and fixing 25mm x 5 mm G.I strip on
surface or in recess for connections etc. as required

270

Meter

211

Meter

56970.00

6.1.4

Supply, installation, testing and commissioning of


Earthing with G.I. earth pipe 4.5 meter long, 40 mm
dia including accessories, and providing masonry
enclosure with cover plate having locking
arrangement and watering pipe etc.(but with
charcoal/coke and salt) as required

Meter

4468

Meter

35744.00

6.1.5

Extra for using chemical for artificial treatment of soil


with 20 Kgs for each earth pit as required (To be
replaced by agricultural soil).

Sets

18587

Set

74348.00

6.2
6.2.1

Lightning Protection
Providing and fixing of lightning conductor finial,
made of 25 mm dia 300 mm long, copper tube,
having single prong at top, with 85 mm dia 3 mm
thick copper base plate including holes etc. Complete
as required.

17

Nos

1135

nos

19295.00

6.2.2

Providing and fixing G.I. tape 20 mm X 3 mm thick on


parapet or surface of wall for lightning conductor
omplete as required.(For horizontal run)

2111

Meter

101

Meter

213211.00

6.2.3

Providing and fixing G.I. tape 20 mm X 3 mm thick on


parapet or surface of wall for lightning conductor
complete as required.(For vertical run)

350

Meter

98

Meter

34300.00

299

6.2.4

Jointing copper / G.I. tape (with another copper/ G I


tape, base of the finial or any other metallic object)
by riveting / nut bolting/ sweating and soldering etc
as required.

400

Nos

72

each

28800.00

6.2.5

Providing and fixing testing joint, made of 20 mm X 3


mm thick G.I. strip, 125 mm long, with 4 nos. of G.I.
bolts, nuts, chuck nuts and spring washers etc.
complete as required.

22

Nos

195

each

4290.00

6.2.6

Providing and laying G.I. tape 32 mm X 6 mm from


earth electrode directly in ground as required.

176

Meter

141

Meter

24816.00

6.2.7

Supply, installation, testing and commissioning of


Earthing with GI earth plate 600 mm x 600 mm x 6
mm thick including accessories & providing masonry
enclosure with cover plate having locking
arrangement and watering pipe etc. (but without
charcoal or coke and salt) as required.

20

Sets

3557

Set

71140.00

6.2.8

Extra for using chemical for artificial treatment of soil


with 20 Kgs for each earth pit as required (To be
replaced by agricultural soil).
Total
ELECTRICAL LED SIGNAGES
Supply, installation, testing and commissioning of
hanging type 1W LED based EXIT signage's including
with legend on both sides, nickel metal hydride
battery having 3 hours duration complete as required
(Approved makes : Prolite /Pasolite/Legrand)

20

Set

18587

Set

371740.00

EXIT SIGNAGE LIGHT


TOILET SIGNAGE
LIFT SIGNAGE
Total
EPABX SYSTEM
DIGITAL IP PBX FOR
06 CO card
10 Digital Phone Extension
96 Analog Phone Extension with Caller ID
LAN Port Inbuilt
2 Port Simplified voice Mail with
(2 hours
recording)

22
9
14

Nos.
Nos.
Nos.

8.2
8.3

PRI Card
Main Distribution Frame (System Side)

8.4
8.5

Digital Phone 24 keys (for Front office)


Digital Phone
8 keys (for Managers & Senior Executives)
Phone (for Rooms)

7.0
7.1

7.1.1
7.1.2
7.1.3
8.0
8.1

8.6

1105794.00

2927
2927
2927

Nos.
Nos.
Nos.

64394.00
26343.00
40978.00
131715.00

No

409080

Nos.

409080.00

1
1

No
No

53118
28766

Nos.
Nos.

53118.00
28766.00

1
1

No
No

23777
10344

Nos.
Nos.

23777.00
10344.00

61

Nos.

610

Nos.

37210.00

8.7

Basic Phone with Caller ID

14

Nos.

1388

Nos.

19432.00

8.8

Installation Charges for PBX

No

21778

Nos.

21778.00

8.9

PMS Interface Software (Optional)


(if Integrate with IDS)

No

29038

Nos.

29038.00

8.10

Supply, Installation and testing of Category 6, 4-Pair,


23 AWG Solid Unscreened (UTP) Cable, CMR (PVC)
(305
mtrs.
Box)
As
per
Specification
(SIGNAMAX/AKSH)

6405

Mtr.

28

Mtr.

179340.00

8.11

Supply, Installation and testing of Category 6 MTSeries High-Density Keystone Jack, T568A/B Wiring
For Voice As per Specification(SIGNAMAX/AKSH)

74

Nos.

256

Nos.

18944.00

8.12

Supply , Installation and testing of 24-Port Category


6 Patch Panel, T568A/B Wiring, 1.75"-High - Voice &
Voice
Resource
As
per
Specification(SIGNAMAX/AKSH)

Nos.

7550

Nos.

45300.00

8.13

Supply and Installation of 1-Port Single-Gang


Keystone Faceplate with Labeling Windows As per
Specification(SIGNAMAX/AKSH)

74

Nos.

146

Nos.

10804.00

8.14

Supply and Installation of 2-Port Single-Gang


Keystone Faceplate with Labeling Windows As per
Specification(SIGNAMAX/AKSH)

Nos.

165

Nos.

825.00

9.0

Total
INTERNAL TELEPHONE SYSTEM

887756.00

300

9.1

Supplying and fixing of telephone socket outlet


modular switch/ socket on the existing modular plate
& switch box including connections but excluding
modular plate etc. as required.

38

Each

141

Each

5358.00

9.2

Supplying and fixing of 1 or 2 Module (75 mm X


75mm) size/ modules, GI box along with modular
base & cover plate for modular switches in recess
etc. as required.

38

Each

247

Each

9386.00

9.3

Supplying and fixing following telephone tag block


including cover plate fabricated out of 1.6 mm thick
MS sheet suitable for housing following pair of krone
type connectors complete as required.

9.3.1
9.3.2
9.3.3
9.3.4
9.4

5 pair
20 pair
50 pair
100 pair
Supplying and drawing following pair, 0.60 mm FRLS
PVC insulated stranded copper conductor telephone
cable in the existing surface/ recessed steel conduit
as required (in one or more run).

1
4
1
1

Set
Set
Set
Set

1354
1498
2276
3659

Set
Set
Set
Set

1354.00
5992.00
2276.00
3659.00

800

Meter

21

Meter

16800.00

10
125
50
250

Meter
Meter
Meter
Meter

112
277
606
1166

Meter
Meter
Meter
Meter

1120.00
34625.00
30300.00
291500.00
402370.00

9.4.1
9.4.2
9.4.3
9.4.4
9.4.5
10.0
10.1

Unarmored
2 pair
Armored
5 pair
20 pair
50 pair
100 pair
Total
TV SYSTEM
Supplying and fixing following modular switch/ socket
on the existing modular plate & switch box including
connections but excluding modular plate etc. as
required

10.1.1
10.2

TV antenna socket outlet


Supplying and fixing following size/ modules, GI box
along with modular base & cover plate for modular
switches in recess etc.
as required.

76

Nos

140

Each

10640.00

10.2.1
10.3

1 or 2 Module (75mmX75mm)
Supplying and fixing of following sizes of steel conduit
along with accessories in surface/recess including
painting in case of surface conduit, or cutting the wall
and making good the same in case of recessed
conduit as required

76

Nos

247

Each

18772.00

10.3.1
10.4

25mm dia
Supplying and 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.

1660
1660

Mtr
Mtr

211
42

Mtr
Mtr

350260.00
69720.00

10.5
10.5.1

KEY CARD SWITCH


Key card switch 230 Volt, 2 module, with 2 NO
contactor of 25A (For Guest Rooms)
Total
EXTERNAL LIGHTING AND IT'S ACCESSORIES

70

Nos

7687

Each

538090.00

11.0
11.1

Supply, fixing and commissioning of Bollard 850 mm


to 1000mm) die cast aluminium body internal louvres,
painted white and suitable for 15 W to 20 W
LED.Tightness: IP 66 including providing suitable CC
foundation ( Philips model No. BCP150LED150/WW
PSU/ Schereder / K-Lite)

987482.00

29

No.

301

13270

No.

384830.00

11.2

Supply,installation testng commissioning of post top


luminaire in a contemporary design consisting of a
highpressure powder-coated die-cast aluminium base
and gear plate, a top cover made of Acrylonitrile
styrene acrylate (ASA) and a high impact acrylic
protector. The luminaire emits a pleasant, glare-free
light due to the highly efficient white reflector
(symmetrical light distribution). The complete
luminaire is sealed to IP 66 & Impact resistance of
IK08. Electronic temperature monitoring prevents
overheating of LEDs and power supply within the LED
compartment (ThermiX). It is designed for LED light
sources of 37W having a neutral white light with a
CRI>70 and a nominal luminous flux of 4000 lumens.
Ta = -15oC to 50oC; Surge protection of
10kV;Lifetime @ Tq=+25C L80 : 60000hrs; ; Power
Factor > 0.90 & THD <20%, Luminaire efficiency >
70% & luminaire efficacy of more than 75lumen/watt;
Suitable for input voltage of 230V - 50Hz; Dimensions
- Dia. 578mm x Height 324mm along with 4mtr high
Conical tapered Pole, tubular decorative pole above
the Ground level made out of hot dipped galvanized
iron (GI), primered and painted in PU base MRF paint
factory finished having a Diameter of 140mm at the
bottom reducing to 76mm at the top. Base plate has
to be 300mm x 300mm with 16mm thickness having
suitable holes for bolts, welded at the bottom of the
pole. The column shall also be provided with flush
door at the bottom with proper strengthening to the
cutout of the door opening. A junction/ looping box
with Heavy duty connector shall be built into the pole
including providing suitable CC foundation. (Preferred
make : Schereder CAT REF: ZELA - 16 LED - 37W SYM - NW IP66 + 4M HIGH CONICAL TAPERED POLE
IN GI WITH BASE PLATE/Philips/K-Lite).

22

No.

41541

No.

913902.00

11.3

Supply,installation testng commissioning of IP66


sealsafe optics indirect lighting Urban post top
mounted luminaire made out of Die cast aluminium
base and rings, Spun aluminium Cover, spun
cadmium plated top and acrylic protector. Optics
comprise of PMMA tube, a tapered anodised
Aluminium reflector on bottom and an upper reflector
of the symmetrical type. The optical compartment and
the control gear are accessed by loosening 3
mounting screws and rotating the base of the
luminaire through 90 degrees and is pushed down. To
facilitate access to the lamp, the control gear plate,
which is a removable pivot around a spindle. It is
suitable for 70W metal halide G12 base Lamp along
with Schreder make 4m high Nemo Pole, tubular
decorative pole above the ground level made of hot
dipped galvanized iron (GI), primered and painted in
PU base MRF paint factory finished. Diameter has to
be 140mm upto 1mtr & 60mm dia upto next 3m with
GI base plate of 300mmx300mmx16mm thickness
having suitable holes for bolts, welded at the bottom
of the pole. The column shall also be provided with
flush door at the bottom with proper strengthening to
the cutout of the door opening. A junction/ looping
box with Heavy duty connector shall be built into the
pole. including suitable CC foundation. (Preferred
make :Schereder CAT REF: NEMO LANTERN - IB 70W - 1710 - CDM-T - SYMMETRIC + 4M HIGH NEMO
POLE IN GI WITH BASE PLATE./Philips/K-Lite)

26

Nos

54358

No.

1413308.00

302

11.4

Supply Installation testing and commissioning of 10


mtr above the ground pole having three sections base of 1000mm having a dia of 194mm of 5mm +/5% thickness, middle section 5800mm having a dia of
140mm of 4.5mm +/- 5% thickness and top section
3200mm having a dia of 89mm of 4mm +/- 5%
thickness, made out of G.I. tubular pole T washed,
primered and PU painted and base of the pole has
stainless steel brush finish cladding. The column shall
also be provided with flush door at the bottom with
proper strengthening to the cutout of the door
opening. A junction/ looping box with 32 Amps.
Heavy duty connector shall be built into the pole
including foundation and foundation bolts, with base
plate of 400mm x400mm x 20mm, with 180 degree
crown made of 25sqmm having a thickness of 3mm
supported by S.S stay rods and with 4 nos. of
floodlights having IP-66 tightness for the optical
compartment with 3 Nos 250W metal halide
luminaries made of die cast aluminum alloy, with
asymmetric reflector, the protector is made of
hardened glass sealed to the cover with a silicone
gasket, complete with lamp and control gear in all
respect including internal wiring and suitable CC
foundation. (Preferred make Schreder make Fario
Pole
10m+180
degree
crown+
Neos3/IB/250/1709/HPL Cat Ref: FARIO POLE 10m in
GI with 180 degree Crown with 3 Nos.
NEOS3/IB/250/1709/HPL/Philips/K-Lite)

Nos

11.5

Providing, laying and fixing following dia G.I. pipe


(medium class) in ground complete with G.I. fittings
including trenching (75 cm
deep)and re-filling etc. as required

11.5.1
11.6

50 mm dia
Wiring for circuit/ submain wiring along with earth
wire with the following sizes of FRLS PVC insulated
copper conductor, single core cable in surface/
recessed steel conduit as required.

130

Meter

11.6.1
11.7

2 X 6 sq. mm + 1 X 6 sq. mm earth wire


FEEDER PILLARS
Supply, installation, testing and commissioning of
415V, 3-phase, 50 Hz, totally enclosed, free standing,
dust, damp, vermin proof, hinged, lockable, double
door on both side with 70 cm long legs, out door type
Feeder Pillar with IP:65 protection made out of 2 mm
thick MS sheet complete with Bus Bars, M.V. danger
notice plate, voltmeter, voltmeter selector switch,
indicating lamps, with suitable capacity aluminum
leads/solid aluminum strips/rods, connections of
incoming and outgoing cables by thimble, base frame
of 50x50x6 MS angle iron,with canopy on top,
complete as required and having following incoming
and outgoing feeders separately housed in 16 SWG
sheet steel enclosure contactors, timers, HRC switch
fuse unit complete as per specifications and as
required.

190
3

Meter
Nos

11.7.1

FDP-1
Incomer
40 A 4P MCCB, 25 KA-1 No.
50 A TPN Contactor with Timer -1 No.
Set of phase indicating lamp (LED Type) with 2A, SP
MCB - 1 No.
Outgoing
32 A 4P MCB, 10 KA - 6 Nos.
Earthing with G.I. earth pipe 4.5 meter long, 40 mm
dia including accessories, and providing masonry
enclosure with cover plate
having locking arrangement and watering pipe etc.
with charcoal/ coke and salt as required.

Sets

80

500

(i)
(ii)
(iii)

(i)
11.7.2

11.7.3

11.7.4

11.8

Providing and fixing 25 mm X 5 mm G.I. strip in 40


mm dia G.I. pipe from earth electrode including
connection with G.I. nut,
bolt, spring, washer excavation and re-filling etc. as
required
Providing and fixing 6 SWG dia G.I. wire on surface or
in recess for loop Earthing as required.
LT CABLES , CABLE LAYING & TERMINATION

303

211401

No.

634203.00

643

Meter

83590.00

450
126463

Meter
No.

85500.00
379389.00

5833

Set

34998.00

Meter

625

Meter

50000.00

Meter

52

Meter

26000.00

11.8.1

Supply of following sizes 1.1 KV XLPE insulated, FRLS


Al. armored Conductor, PVC inner sheathed, overall
PVC sheathed cable in conformity to the technical
specification and as per latest IS - codes.

11.8.1.1
11.8.2

4C x 10 sq mm
Laying of LT cables
Laying of one number PVC insulated and PVC
sheathed / XLPE power cable of 1.1 KV grade of
following size direct in ground including excavation
and refilling the trench etc. as required, but excluding
sand cushioning and protective covering.

835

Meter

211

Meter

176185.00

11.8.2.1
11.8.3

Upto 35 sq. mm
CABLE TERMINATION
Supplying and making end termination with brass
compression gland and aluminum lugs for following
size of PVC insulated and PVC sheathed / XLPE
aluminum conductor cable of 1.1 KV grade as
required
4 X 10 sq. mm (25mm)
2 X 6 sq. mm (19mm)
Total
Sub Head-II
CCTV SYSTEM
IP Camera
Supply, Installation, Testing & Commissioning of
D1/(800x600) 25/20fps IP Fixed Dome Camera, Varifocal 3.3-12mm, H.264, PoE, DC12V/AC24V, ONVIF
with all accessories like tamper proof screws, clamps,
wiring etc. complete as required. (HIDC-P-0100EIRV)

835

Meter

36

Meter

30060.00

102
58

Nos
Nos

287
218

Each
Each

29274.00
12644.00
4253883.00

23

Nos.

16000

Nos.

368000.00

12.1.2

Supply, Installation, Testing & Commissioning of


D1/(800x600) 25/20fps IP Fixed IR True Day/Night
Bullet Camera with Vari-focal 3.3-12mm lens, H.264,
PoE, DC12V/AC24V,ONVIF with all accessories like
Outdoor weatherproof Housing, brackets, tamper
proof screws, clamps, wiring etc. complete as
required. (HICC-P-0100EIRV)

Nos.

15500

Nos.

77500.00

12.1.3

Supply, Installation, Testing & Commissioning of 36x


Optical Zoom D1 25fps IP PTZ, WDR, outdoor, IP66,
PAL. The cameras shall be in an integrated IP66
Weatherproof Housing and shall be with all
accessories like tamper proof screws, clamps, wiring
etc. complete as required. (HSD-361PW-NETS)

No.

126370

No.

126370.00

12.1.4

Supply and installation of 6 mtr high MS Pole/ Wall


Mount for installation of PTZ Cameras

No.

20000

No.

20000.00

12.1.5

Supply, Installation, Testing & Commissioning of


Power Supply for the above PTZ cameras-

No.

20000

No.

20000.00

12.2
12.2.1

Network Video Recorder (NVR)


Supply, installation, Testing and Commissioning of
NVR to support minimum 32 cameras and shall
support min 10 simultaneous users over LAN. This
shall include the required hardware cost and the
software cost for the same as per the system
requirement. Each NVR shall have a 8Tb storage
capacity so as to record at 4CIF resolution, H.264
compression and 25 fps per camera and keep a
backup for 30 days.

No.

96450

No.

96450.00

12.3
12.3.1

CCTV COLOR MONITOR


Supply, installation, testing & commissioning of 32"
Flat LED Color Monitors

No.

25000

No.

25000.00

11.8.3.1
11.8.3.2

12.0
12.1
12.1.1

12.4

ETHERNET SWITCHES

12.4.1

Supply, installation & testing of Layer II Managed


Ethernet switch: 12 port RJ45 10 base 1000T PoE

Nos.

32000

Nos.

96000.00

12.4.2

Supply, installation & testing of Layer II Managed


Ethernet switch: 24 port RJ45 10 base 1000T

No.

35000

No.

35000.00

12.5
12.5.1

19 INCH RACK MOUNT


19 inch rack mount console unit - 21 U with 4 cooling
fans on top and bottom at control room.

No.

20000

No.

20000.00

12.5.2

19 inch rack mount console unit - 6 U with 4 cooling


fans on top and bottom at control room

Nos.

1000

Nos.

3000.00

12.5.3

Supply of network Patch Chords, Splicing and LIU


required for completion of above works

56

Nos.

125

Nos.

7000.00

304

12.6

CABLES

12.6.1

Supply, laying & testing of Cat 5 / 6 UTP cable with all


termination crimping etc

300

mtrs.

30

mtrs.

9000.00

12.6.2

Supply, laying & testing of 2 x 1.5 sqmm Power Cable


for powering all the cameras.

100

mtrs.

53

mtrs.

5300.00

12.6.3

Supply and Laying of 25mm dia PVC Conduit


Total
FIRE FIGHTING
Providing, laying, testing and commissioning of Class
"C" heavy duty MS pipe conforming to IS:1239
including fittings like elbows, tees, flanges, tapers,
nuts, bolts, gaskets etc., fixing the pipe on pipe on
the wall / ceiling with approved clamps and painting
with two or more coats of synthetic paint of required
shade complete as required. Pipes from 25 mm dia to
50 mm dia shall have threaded fittings. Pipe
connections from 25 - 50 mm pipes to higher size
pipes shall be through half threaded sockets. Rectifier
shall be used for welding for pipes and use of
supports. Pipe supports shall be by means of GI
threaded rods and sprinkler clevis hangers.

400

mtrs.

97

mtrs.

38800.00
947420.00

13
13.1

13.1.1

150 mm dia

305.00 Mtr

1446

Mtr

441030.00

13.1.2

100 mm dia

185.00 Mtr

1025

Mtr

189625.00

13.1.3

80 mm dia

95.00 Mtr

788

Mtr

74860.00

13.1.4

65 mm dia

35.00 Mtr

583

Mtr

20405.00

13.1.5

25 mm dia

630.00 Mtr

309

Mtr

194670.00

13.2

Supplying and fixing gun metal single headed internal


and external hydrant valve with instantaneous
couplings of 63 mm dia with cast iron wheel, ISI
marked conforming to IS:5290 ( Type A ) with blank
plastic cap and chain as required.

17.00 Nos

9249

Each

157233.00

13.3

Supplying and fixing 63 mm dia, 15 mtr. long RRL


hose pipe with 63 mm dia Male and Female Gun
metal couplings duly binded with GI wire, rivets etc.
conforming to IS 636 (type-A) as required.

34.00 Nos

5902

Each

200668.00

13.4

Supplying and fixing 63 mm dia stainless steel branch


pipe with 25 mm ( nominal internal diameter ) size
gun metal nozzle conforming to IS:903, suitable for
instantaneous connection to interconnect hose pipe
coupling as required.

17.00 Nos

2352

Each

39984.00

13.5

Supplying and fixing First Aid Hose Reel with MS


construction powder coated in Post Office Red,
conforming to IS:884 with upto date amendments,
complete with the following as required :

Connections from Riser with 25 mm dia ball valve (


gun metal ) & MS pipe.

16.00 Sets

12955

Set

207280.00

13.6

Supplying and fixing of hose cabinet of size 750 mm x


450 mm x 300 mm made of 3 mm thick powder
coated aluminium sheet with 6 mm thick glazed glass
doors including necessary locking arrangement
suitable to accommodate external hydrants, 2 nos 15
m long hose pipe, 1 no branch pipe with 4 nos MS
angle ( 40 x 40 x 8 ) supports grouted in floor and
duly powder coated with post office red external and
white internal paint complete in all respects, for
external hydrant, as required.

17.00 Nos

6400

Each

108800.00

13.7

Providing & fixing, testing and commissioning of


double flanged sluice valve of rating PN 1.6 with
rising spindle, bronze / gun metal seat complete with
nuts, bolts, washers, gaskets, conforming to IS:780 of
following sizes as required :

13.7.1

150 mm dia

10.00 Nos

12566

Each

125660.00

30 m long 25 mm ( nominal internal ) dia


thermoplastic water hose.
25 mm ( nominal internal ) dia brass ball valve and
nozzle.
GI Drum and brackets for fixing the equipments on
wall.

305

13.7.2

100 mm dia

2.00 Nos

8703

Each

17406.00

13.7.3

65 mm dia

3.00 Nos

7993

Each

23979.00

13.8

Providing, Installation, testing and commissioning of


non return valve of following sizes confirming to
IS:5312 complete with rubber gaskets, GI bolts, nuts,
washers etc as required.

13.8.1
13.8.2
13.9

150 mm dia
65 mm dia
Providing, installation, testing and commissioning of
gun metal ball valves of following sizes as required :

3.00 Nos
3.00 Nos

13081
4735

Each
Each

39243.00
14205.00

13.9.1
13.10

50 mm dia
Supplying and fixing 4 way Fire Brigade connection of
cast iron body with 3 nos gun metal male
instantaneous inlet couplings complete with cap and
chain as required for 150 mm dia MS pipe connection,
conforming top IS:904 and with 150 mm dia Butterfly
Valve complete as required.

10.00 Nos
3.00 Nos

3157
16310

Each
Each

31570.00
48930.00

13.11

Supplying and fixing air vessel made of 250 mm dia,


8 mm thick MS sheet, 1200 mm. in height with air
release valve on top and flanged connection to riser,
drain arrangement with 25 mm dia Gun metal wheel
valve, with required accessories, pressure gauge and
painting with synthetic enamel paint of approved
shade as required.

3.00 Sets

15941

Set

47823.00

13.12

Providing and fixing 100 mm dia Pressure Guage on


Sprinkler / Hydrant Header / Drain Lines including Ball
Valve and pipe stem complete as required.

6.00 Sets

2831

Set

16986.00

13.13

Supplying, Installatoin, Testing, & Commissioning of


electric driven Terrace Pump suitable for automatic
operation consisting of the following complete in all
respects as required.
Horizontal type centrifugal, end suction pump of cast
iron body & bronze impeller with stainless steel shaft,
mechanical seal and flow of following capacities and
conforming to IS:1520.
Suitable HP Squirrel cage induction motor, TEFC,
synchronous speed 2900 RPM, suitable for operation
on 415 V, 3 phase 50 Hz, AC with IP 55 protection for
enclosure, horizontal foot mounted type with class F
insulation, conforming to IS:325.
MS fabricated Common base plate, coupling, coupling
guard, foundation bolts etc as required.
Suitable cement concrete pump foundation
plastered with anti vibration pads.

duly

13.13.1
13.14

900 LPM x 35 M Head


Supplying, testing, installation & commissioning of
pressure switches (including cut off mini ball valves )
for Terrace Pumps

3.00 Sets
3.00 Nos

66175
4514

Set
Each

198525.00
13542.00

13.15

Fabricating, supplying, erection, testing and


commissioning of totally enclosed cubicle type free
standing,
floor
mounted,
compartmentalised,
sectionalised, dust, damp and vermin proof, with
suitable natural ventilation arrangement, front and
rear accessible, lockable power cum control panel,
fabricated from 1.6 / 2 mm thick MS sheet ( to give IP
54 protection ) spray painted with approved colour
shade, heavy 4 strip sleeved aluminium / aluminium
alloy bus bar, bus bar supports, interconnecting from
busbars to outgoing switches / MCCBs including
earthing the board suitable to accomodate the
following including numbering etc., as required:

3.00 Sets

32011

Set

96033.00

Cubical panel as described above with following:


Outgoing Section 450 / 900 LPM Pump:
63 A FP MCCB, thermal magnetic type 25 kA 415 V =
1 No.
On / Off indicating Lamp = 1 set.
Suitable DOL starter for motor complete with single
phase preventer relay = 1 no.
Ammeter with Phase selection with CT = 1 No.

306

13.16

Supplying and laying of XLPE insulated, PVC sheathed


aluminium conductor 1.1 KV grade armoured Cable of
following sizes on surface / in existing cable tray
suitably clamped as required :

13.16.1
13.17

3 x 25 sq. mm
Supplying and laying control wiring with multicore
copper stranded conductor of following sizes PVC
insulated, PVC sheathed armoured cable between
various sensors and system controller / starter etc. in
pump house and out side on surface / existing cable
tray complete with connections at both end with
glands etc. as required.

60.00 Mtrs

279

Mtr

16740.00

13.17.1
13.18

2 x 2.5 sq mm
Providing and fixing 25 mm x 5 mm GI Strip in on
surface or in recess for earth connection etc. as
required.

60.00 Mtsr
50.00 Mtrs

139
211

Mtr.
Mtr

8340.00
10550.00

13.19

Fabrication and installation of following sizes of


perforated MS cable trays including horizontal and
vertical bends, reducers, tess, cross members and
other accessories as required and duly suspended
from the ceiling with MS suspenders and including
painting with post office red synthetic paint as
required.
100 mm (W) x 50 mm ( D) x 1.6 mm ( T )
300 mm (W) x 50 mm ( D) x 1.6 mm ( T )
Providing, fixing and testing of the following types of
UL listed sprinkler heads. Sprinkler body in brass with
glass bulb sensors.

30.00 Mtrs
30.00 Mtrs

685
1172

Mtr
Mtr

20550.00
35160.00

13.19.1
13.19.2
13.20

13.20.1

Pendant / Upright type with quartzoid bulb, operating


temperature 68 / 79 degree centigrade of 15 mm dia
BSP and K Factor 80 ( 5.6)

68.00 Mtrs

422

Mtr

28696.00

13.20.2

Extended Throw Sidewall Sprinkler with quartzoid


bulb, operating temperature 68 / 79 degree
centigrade of 15 mm dia BSP and K Factor 80 ( 5.6)

18.00 Mtrs

736

Mtr

13248.00

13.21

Providing and fixing, testing and commissioning of


Installation Control Valve of Cast Iron Body and brass
/ bronze working parts comprising of water motor
alarm, bronze seat clapper, and clapper arm,
hydraulically driven mechanical gong bell to sound
continuous alarm when the Sprinkler System
activates, pressure guages, emergency releases,
strainer, pressure switch, cock valve and by pass, test
control box, ball valves, MS pipe of required sizes,
flanges, orifice plate, retard chamber, gasket etc of
size 150 mm dia as required.

2.00 Mtrs

36331

Mtr

72662.00

14
14.1

Total
PORTABLE FIRE EXTINGUISHERS
Providing and fixing with brackets wall mounted /
ceiling mounted Fire Extinguishers as per details
below ;

2514403.00

14.1.1

9 litres water type fire extinguisher IS 15683 marked


deep drawn cylinder with internal water proof lining
and 60 gms CO2 cartridge, siphon tube, plunger (
spring operated ) and discharge tube

42.00 Nos

5342

Each

224364.00

14.1.2

Stored pressure ISI 15683 marked fire extinguishers


of ABC Dry Chemical powder type 4 Kg capacity made
of high pressure steel cylinder complete with wheel
type valve, internal discharge tube, 1 M long high
pressure wire braided discharge hose, pressure guage
and fully charged with MAP 90 powder.

42.00 Nos

4558

Each

191436.00

15
15.1

Total
FIRE ALARM SYSTEM
Supplying and fixing of folowing sizes of steel conduit
alongwith the accessories in surface / recess, or
cutting the wall and making good the same in case of
recessed conduit as required.

15.1.1

20 mm dia

15.2

Supplying,
drawing,
connecting,
testing
&
commissioning of shielded and stranded insulated
FRLS copper conductor cable in existing conduit of
the following sizes :

15.2.1
15.2.2

2 x 1.5 sq mm
4 X 1.5 Sq.mm

415800.00

2250.00 Mtr

180

2813.00 Mtrs
180.00 Mtrs

53
94

307

405000.00

mtr
metre

149089.00
16920.00

15.3

Supply, installation, testing and commissioning of


micoroprocessor based Three loop fire alarm/
detection control panel with Single loop card having
capacity to connect 125 detectors & 125 devices.The
panel shall be able to give location of fire / fault
conditions of addressable units by text messages and
rectifier loop cards, min.80 characters display to
intiate fire / fault signal with addressable out put,
provision of external/ inbuilt printer to log all fire or
fault events complete in all respects. The panel shall
have built in power supply and battery charger along
with maintenance free 2x12 V, 25 AH smf lead acid
batteries suitable for minimum 12 hrs back up as
required. (Make:Notifier / Siemens / Bosch) (UL / VdS
Listed)

15.4

Supply, installation, testing and commissioning of


Analogue addressable Smoke detector complete with
inbuilt turbo isolator and detector shall communicate
3 danger levels for differentiated alarm activation and
high tolerance to dust,dirt, temperature fluctuations
and air currents Mounting Base as required Note :
(Detectors without built-in fault isolator is also
acceptable but in such case the contractor shall
provide one independent fault isolator module for
every 15 addressable devices without any additional
cost) (Make:Notifier / Siemens / Bosch) (UL / VdS
Listed)

15.5

232695

Each

232695.00

220 Nos

4189

Each

921580.00

Supply, installation, testing and commissioning of


Intelligent Analog Addressable Heat Detector (Static
+ ROR) with inbuilt turbo Isolator and integral
response indicator with 360 degree viewing angle.
Detector shall communicate 3 danger levels for
differentiated alarm activation. Detector should have
unque address for communication with Mounting Base
as required. (Detectors without built-in fault isolator is
also acceptable but in such case the contractor shall
provide one independent fault isolator module for
every 15 addressable devices without any additional
cost) (Make:Notifier / Siemens / Morley IAS / System
Sensor/ Bosch) (UL / VdS Listed)

18 Nos

3875

each

69750.00

15.6

Supplying, installation, testing and commissioning of


Analogue addressable Input Control modules (monitor
modules)
including
mounting
accessories
connections etc. as per specifications complete as
required. (Make:Notifier / Siemens / Bosch) (UL /
VdS Listed)

27 Nos

4000

each

108000.00

15.7

Supplying, installation, testing and commissioning of


analogue addressable output Control modules
including mounting accessories connections etc. as
per
specifications
complete
as
required.
(Make:Notifier / Siemens / Bosch) (UL / VdS Listed)

27 Nos

4069

each

109863.00

15.8

Supply, installation, testing and commissioning of


manual push button Station to initiate audio alarm
resetable, intelligent and addressable type complete
as required (Make:Notifier / Siemens / Bosch) (UL /
VdS Listed)

27 Nos

4921

Each

132867.00

15.9

Supply, installation, testing and commissioning of


addressable type fire alarm hooter suitable for wall/
ceiling
mounting
complete
as
required
.
(Make:Notifier / Siemens / Bosch) (UL / VdS Listed)
(Non addressable type hooter along with addressable
control module is also acceptable in place of
addressable hooter but the cost of control Module
shall be included in the item).
TOTAL
HVAC
Variable Refrigerant Flow (VRF) System
Supplying, erecting, testing and commissioning of
variable refrigerant flow (VRF) system, suitable to
operate upto 48oC ambient temperature comprising of
the following and complete as per specifications:

27 Nos

5548

Each

149796.00

16
16.1

1 No

2295560.00

308

a)

Combination of vapour injection variable inverter


scroll/rotary compressors suitable for operation on R410A, complete with high/low pressure cut-outs, oil
pressure failure switch, fan motor, safety thermostat,
over current relay, fusible plugs, fuses etc. and
suitable for operation on 380-440V, 3 phase, 50 Hz
A.C. supply.

b)

Matching air cooled condenser with copper tubes and


aluminium fins duly covered by anti-corrosion and
hydrophillic resin film.
Oil separator suitable for the refrigerant piping.
Lot - Accumulator, liquid and gas shut-off valves and
solenoid valves/modulation valve with fittings to
interconnect compressor, condenser and evaporator
coils.
Lot, frame work for mounting the above condensing
unit.
Lot, initial charge of R-410A Gas and Oil

c)
d)

e)
f)
g)

Lot, Anti-vibration/noise mountings including masonry


foundations as required.

h)

COP of the VRF System shall be more than 3.5


Actual capacity of Unit :
52 HP
48 HP
38 HP
34 HP
32 HP
26 HP
18 HP
8 HP
6 HP
Air Handling Unit with VFD
Supply, installation, testing and commissioning of
factory built, cabinet type, floor mounted
airhandling unit in double skin construction of
following capacity at 50mm static pressure complete
with factory fabricated independent sections, housing
the various components e.g. blower, TEFC blower
motor suitable for operation on 415 10% volts, 3
phase, 50 Hz AC supply with variable frequency
drive (VFD-IP-55),
including
copper
tube
aluminium finned direct expansion cooling coil, prefilters & fine filter, electronic expansion valve, electric
strip heater with humidistat, thermostat, controls,
corded remote, power and control wiring, drain
connections with anti-vibration mountings, compatible
to operate on BMS system etc. as required and as per
"schedule of equipment" and specifications.

16.1.1
16.1.2
16.1.3
16.1.4
16.1.5
16.1.6
16.1.7
16.1.8
16.1.9
16.2

16.2.1

16.2.2

Note:
16.3

16.3.1

1
1
2
2
2
1
2
1
2

No.
No.
Nos.
Nos.
Nos.
No.
Nos.
No.
Nos.

1072500
991500
784500
703500
694500
577500
369000
270000
207000

No.
No.
Nos.
Nos.
Nos.
Nos.
No.
No.
Nos.

1072500.00
991500.00
1569000.00
1407000.00
1389000.00
577500.00
738000.00
270000.00
414000.00

AHU Tag......(AHU - GB1 - 01)


Cooling Load (TR)....(25.9)
Air Qty. (CMH)......(14200)
Cooling Coil............6 (Row)
AHU Tag......(AHU - SC - 01 & 02)
Cooling Load (TR)....(30.0)
Air Qty. (CMH)......(12000)
Cooling Coil............6 (Row)
VFD shall be supplied by the Electrical Panels.
Treated Fresh Air Unit
Supply, installation, testing and commissioning of
factory built, cabinet type, ceiling suspended treated
fresh air unit in double skin construction of
following capacity at 40mm static pressure complete
with factory fabricated independent sections, housing
the various components e.g. blower, TEFC blower
motor suitable for operation on 415 10% volts, 3
phase, 50 Hz AC supply including DDC and sensors,
copper tube aluminium finned direct expansion
cooling coil, pre-filter, electronic expansion valve,
corded remote and power and control wiring, drain
connections with anti-vibration mountings etc. as
required and as per "schedule of equipment" and
specifications.

1 No

226609

Nos.

226609.00

2 Nos.

183594

Nos.

367188.00

AHU Tag......(AHU - GB2 - 01)(CS)

1 No

66240

Nos.

66240.00

1 No

62803

Nos.

62803.00

Cooling Load (TR)....(6.0)


Air Qty. (CMH)......(1990)
Cooling Coil............8 (Row)
16.3.2

AHU Tag......(AHU - GB3 - 01)(CS)


Cooling Load (TR)....(5.0)

309

Air Qty. (CMH)......(1630)


Cooling Coil............8 (Row)
16.4

Ductable / Hi-Wall Split / 4-way Cassette Type Units


Supply, installation and commissioning of ductable / 4way cassette type direct expansion indoor units
including blower, TEFC blower motor, suitable for
operation on 240 10% volts, 1 phase, 50 Hz A.C.
supply, copper tube aluminium finned direct
expansion cooling coil, pre filters, electronic
expansion valve with cordless remote and control
wiring, drain connections with anti-vibration
mountings etc., as required and as per schedule of
equipment and specifications.

16.4.1
16.4.1.1
16.4.1.2
16.4.1.3
16.4.2
16.4.2.1
16.4.2.2
16.4.3
16.4.3.1
16.5

16.6

Cooling capacity (Ductable Type) :


1.6 TR
2.0 TR
3.2 TR
Cooling capacity (Hi-Wall Split Type) :
1.6 TR
2.0 TR
Cooling capacity (4-way Cassette Type) :
1.3 TR
Supply and installation of 'Y' and header refrigerant
joints for liquid line and suction line including
channels, supports, clamping arrangement and all
safety measures for the item Sr No. 1, 2, 3 & 4
above.
Supply, installation, testing and commissioning of
centralised system controller for controlling the indoor
unit and outdoor unit operation, complete as per
specifications.

22 Nos.
15 Nos.
34 Nos.

26550
28800
32550

Nos.
Nos.
Nos.

584100.00
432000.00
1106700.00

7 Nos.
11 Nos.

18300
19800

Nos.
Nos.

128100.00
217800.00

3 Nos.
3 Lot

28050
360000

Nos.
Lot

84150.00
1080000.00

3 Nos

22500

No.

67500.00

16.7

Supply, installation, testing and commissioning of


Integrated Data Management Control System for
maintaining the historical data, with built in web
server for PC independent management and remote
access control. The data as per specifications.

3 Nos

130500

No.

391500.00

16.8

Supply, installation, testing and commissioning of 2c x


1.5
sqmm
control
cum
transmission
wiring/power/control cabling with PVC insulated, PVC
sheathed, multicore copper conductor control cable in
suitable conduits between indoor and outdoor units
and its remote controllers.

3400 Mtrs

132

Mtr.

448800.00

16.9

Supply, installation, testing and commissioning of Key


Card Interface for interfacing Indoor AC unit with Key
Card. (for shutting off the units along with electrical
appliances when room is not occupied)

71 Sets

5850

Sets

415350.00

16.10

Supply, installation, testing and commissioning of


Heat Recovery Units comprising of Heat Recovery
wheel having minimum 75% efficiency (with equal
recovery of latent and sensible heat) supply air
section with blowers and filter, return air section with
blower and filter, TEFC efficiency 1 motor, and as per
the specifications in following capacity:-

16.10.1

AHU Tag......(AHU - GB1 - 01)


Air Qty. (CMH)......(2720)
Ventilation Fans
Supply, installation, testing and commissioning, of
duct mounted Inline fans complete with direct/belt
driven centrifugal fan, TEFC squirrel cage induction
motor, direct drive arrangement, heavy gauge sheet
metal casing, rubber isolator mounts and other
accessories. Inline fans shall be of following
capacities:

1 No.

325163

No.

325163.00

16.11.1.1 3100 CMH at SP of 20mm WG

1 No.

30963

No.

30963.00

16.11.1.2 2200 CMH at SP of 20mm WG

1 No.

27619

No.

27619.00

16.11.1.3 1700 CMH at SP of 20mm WG

2 Nos

26962

No.

53924.00

16.11.1.4 1500 CMH at SP of 20mm WG

2 Nos

26962

No.

53924.00

16.11.1.5 1100 CMH at SP of 20mm WG

11 Nos

21229

No.

233519.00

16.11.1.6 900 CMH at SP of 20mm WG

7 Nos

21229

No.

148603.00

16.11.1.7 600 CMH at SP of 20mm WG

3 Nos

19557

No.

58671.00

16.11
16.11.1

310

16.11.2

Supply, installation, testing and commissioning, of


wall/window type Exhaust fan complete with CRCA
casing, polypropylene blades impeller, motor
automatic aluminium louvered shutter with stove
enamel paint, nut bolts, for use on 220/240 volts,
single phase, 50 Hz, power supply with all
accessories, ancillary work, etc.

16.11.2.1
16.11.2.2
16.11.2.3
16.12

230 mm dia
300 mm dia
380 mm dia
Supply, installation, testing and commissioning of
spray nozzle type Air Washer having saturation
efficiency of 90% at 500 FPM velocity across air
washer spray chamber of 200mm thick cellulose
based paper fill with in-built eliminator, DIDW Class-I
backward curved centrifugal fan with TEFC weather
proof motor of IP:55 protection suitable for 415
+10% Volts, 3 phase, 50 cycles power supply,
mounted on a common base with vibration isolators,
multi sheave pullies for fan and fan motor. The fan
capacity shall be based on outlet velocity not
exceeding 2000 FPM. The Air washer shall be
complete with spray type nozzle in two banks,
Eliminators, 3mm thick FRP steel reinforced tank,
water pump 2 Nos. (1w+1standby), distribution pipe,
distribution pan, filters at air inlet, water piping, make
up & quick fill water connection with valves/ball
valves, drain and overflow connection, all housed in
M.S. tank 3mm thick with 1 mm thick FRP lining from
inside complete in all respects as per specifications
and drawings. Capacity as under:

16.12.1

Air Washer Tag......(AW - GB1 - 01)

16 Nos
4 Nos
2 Nos

10132
13253
26217

No.
No.
No.

162112.00
53012.00
52434.00

1 No.

207113

No.

207113.00

1 No.

166655

No.

166655.00

1 No.

1369015

No.

1369015.00

1 No.

981892

No.

981892.00

Air Qty. (CMH)......(9400)


Static Pr.(mmWG)............30
16.12.2

Air Washer Tag......(AW - SC - 01)


Air Qty. (CMH)......(5100)
Static Pr.(mmWG)............30

16.13

Supply, Installation, Testing and Commissioning of


Dry Type Air Scrubber each comprising of extract
air
intake
section,
electrostatic
precipitation
technology, dry type air cleaner to remove odour,
smoke and fumes from exhaust air.
Electrostatic section shall be made of 16 gauge
galvanised sheet, high bake epoxy powder coated,
washable type aluminium mesh filters, stainless steel
spiked ionizers to create high voltage DC field,
aluminum collector plates which should be
alternatively charged positive and negative with large
collecting area with 14" deep cell, to work as magnet
for charged smoke and oil particles. Average
efficiency of 90-95% in single pass as per DOP test
method. Electrostatic Precipitator should be able to
charge particles from 0.01 micron to 10 microns
through solid state power supply. Collector cell should
be of permanent type and incorporate slide out
facility for easy removal for cleaning. The system
should be fitted with interlock switch for safety . The
system should allow connection to a fan section to
achieve 500 FPM velocity across the air cleaner.

16.13.1

16.13.2

16.14

The Scrubber enclosure shall be fabricated out of precoated double skin panel complete with inspection
doors wherever required as per the specifications.
Velocity across the filters shall not be exceed 450
FPM. The blower motor shall be suitable for operation
on 415 +10% Volts, 3 phase AC complete in all
respects as per specifications and drawings. Capacity
as under:
Air Scrubber Tag......(AS - GB1 - 01)
Air Qty. (CMH)......(11000)
Static Pr.(mmWG)............40
Air Scrubber Tag......(AS - SC - 01)
Air Qty. (CMH)......(6000)
Static Pr.(mmWG)............40
SUB HEAD : 'B' PIPING WORKS

311

16.14.1

Supply
and
installation
of
interconnecting
Refrigerant piping with hard drawn copper
including elbows and other necessary fittings duly
insulated with 19/13 mm thick chemically cross linked
closed cell nitrile rubber, fire retardant grade, duly
clamped and supported on GI tray as per the drawing
and site conditions for connection between outdoor
and indoor units.

16.14.1.1

41.20 mm OD

180 Mtrs

1339

Mtr

16.14.1.2
16.14.1.3

38.10 mm OD

20 Mtrs

1048

Mtr

20960.00

34.90 mm OD

170 Mtrs

1040

Mtr

176800.00

16.14.1.4

31.75 mm OD

55 Mtrs

811

Mtr

44605.00

16.14.1.5

28.50 mm OD

120 Mtrs

788

Mtr

94560.00

16.14.1.6

25.40 mm OD

30 Mtrs

658

Mtr

19740.00

16.14.1.7

22.23 mm OD

30 Mtrs

558

Mtr

16740.00

16.14.1.8

19.05 mm OD

600 Mtrs

451

Mtr

270600.00

16.14.1.9

15.88 mm OD

290 Mtrs

360

Mtr

104400.00

16.14.1.10 12.70 mm OD

180 Mtrs

275

Mtr

49500.00

16.14.1.11 9.50 mm OD

385 Mtrs

176

Mtr

67760.00

16.14.1.12 6.30 mm OD

140 Mtrs

122

Mtr

17080.00

215 Mtrs
490 Mtrs

130
290

Mtr
Mtr

27950.00
142100.00

Sqm.
Sqm.
Sqm.
Sqm.
Sqm.
Sqm.

1868
1492
1322
1077
783
807

Sqm.
Sqm.
Sqm.
Sqm.
Sqm.
Sqm.

93400.00
634100.00
799810.00
258480.00
768123.00
750510.00

1100 Sqm.
750 Sqm.
3 Sqm.

1545
1192
8042

Sqm.
Sqm.
Sqm.

1699500.00
894000.00
24126.00

16.14.2

Supply, installation, testing and commissioning of


condensate drain UPVC piping as per BIS 4985 with
necessary clamps, supports, hangers and fitting such
as bend, tees, reducers etc. duly insulated with 6 mm
thick chemically cross-linked closed cell nitrile rubber,
fire retardant grade as per the drawing and
specifications.

16.14.2.1
16.14.2.2
16.15
16.15.1

32mm dia
25mm dia
SUB HEAD : 'C' DUCTING WORKS
Supply, installation, testing and balancing of factory
fabricated rectangular / round GSS ducting of
following thickness including necessary supports,
flexible hangers with isolators, flexible connections,
nut bolts, neoprene rubber gaskets,vanes, canvas
connections etc. complete as per SMACNA
specifications in accordance to the specifications and
the approved shop drawings.

NOTE:

(a) Splitter dampers shall be provided at all duct


branch - offs.
(b) Bend and other equipment connection duct pieces
shall be cut by plasma cutting and made with
special/required tools.

16.15.1.1
16.15.1.2
16.15.1.3
16.15.1.4
16.15.1.5
16.16

1.25 mm
1.00 mm
0.80 mm
0.63 mm
0.50 mm
Supply and fixing acoustic lining of supply air duct
and plenum with 25 mm thick resin bonded glass
wool having density of 32 Kg/cu.m with 25 x 25 mm
GI section of 1.25 mm thick, at 600mm centre to
centre covered with reinforced plastic tissue paper
and 0.5 mm thick perforated aluminium sheet fixed to
inside surface of ducts with cadmium plated nuts,
bolts,stick pins,CPRX compounds etc complete as
required and as per specifications.

16.17

Supply and fixing of external thermal insulation of


Elastomeric closed cell nitrile rubber with
rubber/solvent based adhesive or as per insulation
manufacturer, with UV protection on the supply and
return air duct with density 32 Kg/CuM as mentioned
below:-

16.17.1
16.17.2
16.18

23/25 mm thick insulation


18/19 mm thick insulation
Supply, installation, testing and balancing of box type
GI Volume Control Damper to be provided with
neoprene rubber gaskets, nuts, bolts, screws, suitable
links, levers and quadrants for manual control of
volume of air flow and for proper balancing of the air
distribution complete as per specifications

50
425
605
240
981
930

312

241020.00

16.19

Supply, installation, testing and commissioning of


powder coated extruded aluminium Supply air
grilles of various sizes, with volume control dampers
and adjustable horizontal and vertical air deflection
louvers complete as per specifications.

23 Sqm.

10559

Sqm.

242857.00

16.20

Supply, installation, testing and commissioning of


powder coated extruded aluminium Return air
grilles of various sizes, without volume control
dampers and adjustable horizontal and vertical air
deflection louvers complete as per specifications.

40 Sqm.

6002

Sqm.

240080.00

16.21

Supply, installation, testing and commissioning of


square/rectangular
powder
coated
extruded
aluminium Supply air diffusers of various sizes with
volume control dampers complete as required.

3 Sqm.

12868

Sqm.

38604.00

16.22

Supply, installation, testing and commissioning of


square/rectangular
powder
coated
extruded
aluminium Return/Exhaust air diffusers of various
sizes complete without volume control dampers, and
as per specifications.

4 Sqm.

8311

Sqm.

33244.00

16.23

Supply, installation, testing and commissioning of


square/rectangular
powder
coated
extruded
aluminium Plaque diffusers of size 595 x 595mm
complete with volume control dampers, and as per
specifications.

20 Nos.

5482

Sqm.

109640.00

16.24

Supply, installation, testing and commissioning of


powder coated extruded aluminium Fresh air
louvers with aluminium bird screen and MS volume
control damper as per specifications.

3 Sqm.

11857

Sqm.

35571.00

16.25

Supply, installation, testing and commissioning of


powder coated extruded aluminium Exhaust air
louvers with aluminium bird screen as per
specifications.

10 Sqm.

8747

Sqm.

87470.00

16.26

Supply, installation, testing and commissioning of GI


multi-leaf Motorised Fire Dampers complete with
chrome plated spindles in self lubricated bronze
bushes, linkages, actuator (to be integrated with fire
alarm system), motor, limit switch, control wiring DP
Switch etc. complete as per specifictaions.

8 Sqm.

29778

Sqm.

238224.00

16.27

Supply and fixing acoustic lining on walls and ceiling


of AHU Rooms with 50 mm thick, density 32 Kg/cu.m
resin bonded glass fibre insulation friction fixed in 610
mm x 610mm frame work made of 25 x 50 x 50 x50 x
25 made out of 0.6mm thick GI sheet U shaped
channel and covered with reinforced fibre glass tissue
and finished with 0.80mm perforated aluminium sheet
etc. complete as required and as per specification.

200 Sqm.

1284

Sqm.

256800.00

16.28

Supply and fixing of under deck roof insulation with


40mm thick polyisocyanurate machine cut shiplap
joint slabs prelaminated with 0.05mm aluminium foil
etc. as per specifications.

2815 Sqm.

1414

Sqm.

3980410.00

Total

30510723.00

313

17
17.1.

Passenger & Goods Lifts.


Supply, Installation, Testing and Commissioning of
Passenger Lift with 13 Person capacity ( 884kgs ),
1.25 mps speed / Machine room less (Gearless)/
Travel 14.4 m / Ground to Third Floor / 4 Stops/
Shaft Size 2500 mm W X 1900 mm D/ Car Size: 2000
mm W X 1100 mm D/ Clear Door Opening: 900mm W
X 2100mm H / Center Opening doors/ horzontal
sliding / V3F Microprocessor based AC Variable,
Variable Freq/. Full Collective Simplex Control with or
without attendant / Vandal Proof Stainless steel Finish
/ Center Opening Power Operated sliding Car Door in
SS Vandeal Proof Finish / Centre Opening Power
Operated Landing Door in SS Vandeal Proof Finish /
Granite Flooring / Automatic Rescue Device / InfraRed Screen Sensor / Floor Annunciator with music /
Over Load Warning Indicator / hand rail not less than
600 mm long at 900 mm above floor level to be fixed
adjacent to control panel in the lift car/ False Ceiling
in Car / LED type recessed false ceiling fitting for
minimum 15 lux / Digital Floor Position Indicators In
Car & Landings Orange Colour / Push Button
Orange L E D Illumination / Full Car Operating Panel
Press & Speak / Sill Angle / Sill Support /

1 No

2075000

Each

2075000.00

Firemans Switch at Ground Floor / Battery Operated


Alarm Bell and Emergency Light / Pit Ladder / Minor
Builders Works / Scaffolding / Obtain Lift License from
inspectorate/ Free Service for One Year. ( Guest
Hosue).
17.2

Supply, Installation, Testing and Commissioning of


service lift with capacity 500kgs /Machine Room
(Geared) / 0.50 Mps /Travel- 14.4Mtr./ (Ground to
Third Floor =4 Stops) /Shaft Size: 1900mm W x
1500mm / Car Size: 1100 mm W X 1200 mm D/
Clear Door Opening: 1100mm W X 2100mm H /SS
Finish / External Extended Push Buttons with or
without attendant/ Car - Stainless Steel / 6 mm tkick
MS chequered plate flooring / screen/Over Load
Warning
Indicator/
Automatic
Rescue
Device/Firemans Switch at Ground Floor/sill angle/sill
support/ Minor Builders Works/Scaffolding/ Obtain Lift
License from inspectorate / Free Service for One
Year. ( Guest Hosue).

1 No

1525000

Each

1525000.00

17.3

Supply, Installation, Testing and Commissioning of


Passenger Lift with 10 Person / 664kgs / 1.25 mps
speed /Machine room (Gearless) / Travel 10.8m / -1
Lvl TO First Floor / 3 Stops Shaft Size required: 1900
mm W X 2100 mm D/ Car Size: 1350 mm W X 1300
mm D/ Clear Door Opening: 900mm W X 2100mm H
/ Center Opening doors / V3F Microprocessor based
AC Variable, Variable Freq. Full Collective Simplex
Control with or without attendant / Vandal Proof
Stainless steel Finish / Center Opening Power
Operated horzontal sliding Car Door in SS Vandeal
Proof Finish / Centre Opening Power Operated
Landing Door in SS Vandeal Proof Finish / Granite
Flooring / Automatic Rescue Device / Infra-Red
Screen Sensor / Floor Annunciator with music / Over
Load Warning Indicator / False Ceiling in Car / LED
type recessed false ceiling fitting for minimum 15 lux/
Digital Floor Position Indicators In Car & Landings
Orange Colour / Push Button Orange L E D
Illumination / Full Car Operating Panel Press &
Speak / Sill Angle / Sill Support / Firemans Switch At
Ground Floor / Battery Operated Alarm Bell and
Emergency Light / Pit Ladder / Minor Builders Works /
Scaffolding / Obtain Lift License from inspectorate /
Free Service One Year ( Guest Hosue).

1 No

1815000

Each

1815000.00

314

17.4

Supply, Installation, Testing and Commissioning of


Dumbwaiter with capacity 250kgs /Machine Room
(Geared) / 0.34 Mps /Travel 4.2 m ( -1Lvl TO Ground
Floor =2 Stops) /Shaft Size: 1500mm W x 1200mm
D/ Car Size: 1000mm W X 1000mm D / Clear
Opening; 1000mm W X 1200mm H / MS Finish /
External Extended Push Buttons with or without
attendant / Car - Stainless Steel Hairline Finish / MS
Chequered plate Flooring / Landing Door : Collapsible
Gate Ms painted Black / UP & Down Arrows in
Landings only / Steel Cubicle for Controller & Dpi in
car & landings / Minor Builder Work / Scaffolding /
Obtain Lift License from inspectorate / Free Service
for One Year

1 No

650000

Each

650000.00

17.5

Supply, Installation, Testing and Commissioning of


Passenger Lift with 13 Person / 884kgs / 1.25 mps
speed /Machine room less (Gearless) / Floors G + 1 /
02Stops/ 02 Openings/ Shaft Size required: 2500 mm
W X 1900 mm D/ Car Size: 2000 mm W X 1100 mm
D/ Clear Door Opening: 900mm W X 2100mm H /
Center Opening doors /horzontal sliding/ V3F
Microprocessor based AC Variable, Variable Freq. Full
Collective Simplex Control with or without attendant /
Vandal Proof Stainless steel Finish / Center Opening
Power Operated sliding Car Door in SS Vandeal Proof
Finish / Centre Opening Power Operated Landing
Door in SS Vandeal Proof Finish / Granite Flooring /
Automatic Rescue Device / Infra-Red Screen Sensor /
Floor Annunciator with music / Over Load Warning
Indicator / False Ceiling in Car / LED type recessed
false ceiling fitting for minimum 15 lux/ Digital Floor
Position Indicators In Car & Landings Orange Color
/ Push Button Orange L E D Illumination / Full Car
Operating Panel Press & Speak / Sill Angle / Sill
Support / Firemans Switch At Ground Floor / Battery
Operated Alarm Bell and Emergency Light / Pit Ladder
/ Minor Builders Works / Scaffolding / Obtain Lift
License from inspectorate / Free Service One Year (
Shopping Centre).

1 No

1955000

Each

1955000.00

17.6

Supply, Installation, Testing and Commissioning of


Service lift in the existing shaft with capacity 500kgs
/Machine Room (Geared) / 0.5 Mps / G+1=2 Stops
/Shaft Size: 1900 mm W x 1500 mm D/ Car Size:
1100mm W X 1200mm D /Clear Door Opening:
1100mm W X 2100mm H /SS Finish / External
Extended Push Buttons with or without attendant /
Car - Stainless Steel / 6 mm tkick MS chequered plate
flooring / screen/Over Load Warning Indicator/
Automatic Rescue Device/Firemans Switch at Ground
Floor/sill
angle/sill
support/
Minor
Builders
Works/Scaffolding/
Obtain
Lift
License
from
inspectorate / Free Service for One Year ( Shopping
Centre).

1 No

1400000

Each

1400000.00

18
18.1

Total
MAGNETIC ACCESS PRO BARRIERS

9420000
1 No

130565

Each

130565.00

Supply, Installation, Testing & Commissioning of


Magnetic Access Pro Barriers with 5/6 meter clear
passage length along with boom skirting , inbuilt GUI
controller , pendulum support , inbuilt two channel
loop detector , flashing lamp including wiring, cables
and conduits from Guard/Security Room suitable for
operation on 230 Volt AC power supply complete in all
respects as required.
19.0

19.1
19.2

Total
Water Heaters
Providing and fixing automatic high pressure electric
water heaters suitable for operation on 230 Volt AC
power supply with glass lining thermostats with each
element and high temperature cut off, necessary
insulation, safety valve, etc., all complete ( Make:
Recold/ V Guard/ ISI Marked ).

130565.00

15 Litres
25 Litres
Total

65 Nos
7 Nos

315

8621
9655

Each
Each

560365.00
67585.00
627950.00

20.0
20.1

21
21.1

Hand Dryer
Providing and fixing Hand dryer having digital circuit,
infra red senser, 15 to 20 sec drying time, Maximum
power consumption 2500 W , 270 CuMtr/hour
blowing volume, 30 Mtr/Sec air speed, durable vantal
resistant suitable for operation on 200 V to 240 V, 50
Hz, Satin finish stainless steel etc as required. ( Make
UTEC Cat No. TURBO UT- 524/ Euronics ).

20 Nos

TOTAL
SOLAR WATER HEATING SYSTEM
Supply, erection and commissioning of MNRE
approved 1000 litres capacity solar water heating
system comprising BIS marked not less than 8 Nos
flat plate collectors, hot water tanks (insulated), stand
and supports, power back-up/electric heaters,
associated pipes between tant and collectors and
valves with proper insulation etc. all complete as
specified ( Make: TATA BP/ EMMVEE/).

8881

Each

177620.00

177620.00
3 Nos

155496

Each

466488.00

466488.00
81648656

TOTAL

533328453

GRAND TOTAL ( COMPOSITE : CIVIL + ELECTRICAL)

Note:
1. The tenderer may note that the rates indicated in the above schedule are par rates. The tenderer is to quote a single consolidated percentage only at
par/above/below to cover all the rates of all the items under the schedule.
2. The percentage shall be written both in words and figures to 2 (two) places of decimal.
3. In case of ambiguity in the percentage quoted by the tenderer in words or in figures, the percentage quoted in words will only be taken into
consideration.
4. If the percentage quoted both in words and figures are not clear, or if the rate is not quoted in percentage, the offer will be treated as invalid.

1. At par Rate shown in the schedule


2. Above the rate shown in the schedule
3. Below the rate shown in the schedule
Contractor shall quote Percentage in Figures and upto two decimal only
If the quoted rate is @ estimate rate, enter 0.
If the quoted rate is above the estimate cost, enter the percentage in figures ( upto two
decimel only) with plus sign. Eg. + 0.25%
If the quoted rate is below the estimate cost , enter the percentage ( upto two decimel
only) with minus sign
Eg. -0.25%

Quoted Percentage in Words


Total Quoted Amount in figures:
Total Quoted Amount in words Rs.

Signature of contractor
Name
Date

533328453
Rupees Fifty Three Crore Thirty Three Lakh Twenty
Eight Thousand Four Hundred Fifty Three Only

Signature of Executive Engineer


IISER TVM Project Division- I
CPWD, Trivandrum

316

Anda mungkin juga menyukai