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
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.
INDEX
Name of work
Description
Page No.
Invitation of Bid
1-5
2.
6-16
3.
Section I
17-18
4.
Section II
19-25
5.
Section III
i.
Letter of transmittal.
26
ii.
27
iii.
28
iv.
29
v.
30
vi.
31
vii.
viii.
34
ix.
35-37
x.
xi.
xii.
32-33
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
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)]
for
IISER
other
facilities
Campus
at
Vithura,
ThiruvananthapuramPhase II.
SH:
C/o
Guest
House,
Shopping
Centre,
Community
Welfare
external
Civil
&
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/-
NIT No.
1
1
Name of
work &
Location
Sl. No.
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
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)
(ii)
(iii)
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
EE/IISER TVMPD - I
Correction -NIL
Insertion - NIL
Deletion - NIL
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)
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.
Correction -NIL
Insertion - NIL
Deletion - NIL
EE/IISER TVMPD - I
Certified
true
copy
of
Memorandum
of
articles
of
Association
of
Executive Engineer
IISER TVM Project Division - I
CPWD, Trivandrum
Correction -NIL
Insertion - NIL
Deletion - NIL
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.
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
Correction -NIL
Insertion - NIL
Deletion - NIL
EE/IISER TVMPD - I
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.
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
EE/IISER TVMPD - I
10
8.
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
11
9.3
10
10.1
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
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
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
EE/IISER TVMPD - I
14
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.
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
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
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 :
The work site is situated at IISER Campus at Vithura about 45 km away from
Trivandrum City in Kerala state.
3.
(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
-
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
EE/IISER TVMPD - I
18
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
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
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
EE/IISER TVMPD - I
21
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
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
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)
b)
Maximum 20 Marks
Maximum 20 Marks
Maximum 15 Marks
Maximum 10 Marks
c)
d)
e)
f)
Maximum 20 Marks
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)
(b)
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.
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)
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
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,
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
EE/IISER TVMPD - I
27
FORM A
FINANCIAL INFORMATION
I.
Sl.
No.
II.
Particulars
20102011
i)
iii)
Profit / Loss
20112012
20122013
20132014
20142015
Correction -NIL
Insertion - NIL
Deletion - NIL
Signature of Bidder(s)
EE/IISER TVMPD - I
28
FORM B
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).
NOTE: (1)
(2)
(3)
Correction -NIL
Insertion - NIL
Deletion - NIL
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
Addition : NIL
Overwriting: NIL
Correction : NIL
Deletion: NIL
Remarks
10
30
FORM D
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.
Addition : NIL
Overwriting: NIL
Correction : NIL
Deletion: NIL
Remarks
10
31
FORM E
PERFORMANCE REPORT OF WORKS TO BE CONSIDERED FOR ELIGIBILITY
1.
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.
8.
9.
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
32
FORM F
STRUCTURE & ORGANISATION
1.
2.
Telephone No. /
Email id /Telex No./Fax No.
3.
4.
a)
An Individual
b)
A proprietary firm
c)
A firm in partnership
d)
A limited company or
Corporation
5.
6.
7.
8.
Addition : NIL
Overwriting: NIL
Correction : NIL
Deletion: NIL
33
9.
10.
11.
12.
Addition : NIL
Overwriting: NIL
Correction : NIL
Deletion: NIL
34
FORM G
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
Addition : NIL
Overwriting: NIL
Correction : NIL
Deletion: NIL
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
Current
location
Remarks
10
11
36
4
5
6
7
8
IV
1
2
3
4
5
6
7
8
9
10
11
Addition : NIL
Overwriting: NIL
Correction : NIL
Deletion: NIL
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
Addition : NIL
Overwriting: NIL
Correction : NIL
Deletion: NIL
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
Addition : NIL
Overwriting: NIL
Correction : NIL
Deletion: NIL
39
CRITERIA FOR EVALUATION OF THE PERFORMANCE OF CONTRACTORS FOR PRE
ELIGIBILITY
Attributes
(a)
(b)
EVALUATION
(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)
( 20 marks)
Parameter
(i)
Without
levy
compensation
of
(ii)
Maximum
(20 Marks)
1.00
2.00
3.00
>3.50
20
15
10
N.A.
-5
Note: Marks for value in between the stages indicated above is to be determined by straight
line variation basis.
(d)
(e)
(ii)
Good
10
(iii)
Fair
(iv)
Poor
(i)
Graduate Engineer
(ii)
(iii)
Supervisory / Foreman
Addition : NIL
Overwriting: NIL
Correction : NIL
Deletion: NIL
40
(f)
(ii)
(iii)
Truck/Tippers
(iv)
Transit mixer
(v)
(vi)
Tower crane
(vii)
Building hoist
(i)
(ix)
Concrete Pump
(x)
(xi)
(xii)
Air compressor
(xv)
(xx)
(xxvi) Spreaders
(xxvii) Graders
Addition : NIL
Overwriting: NIL
Correction : NIL
Deletion: NIL
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,
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
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
43
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
44
(a)
(b)
(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)
Addition : NIL
Overwriting: NIL
Correction : NIL
Deletion: NIL
45
e)
3)
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)
Addition : NIL
Overwriting: NIL
Correction : NIL
Deletion: NIL
46
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.
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
47
2)
3)
4)
5)
Addition : NIL
Overwriting: NIL
Correction : NIL
Deletion: NIL
48
Addition : NIL
Overwriting: NIL
Correction : NIL
Deletion: NIL
49
Addition : NIL
Overwriting: NIL
Correction : NIL
Deletion: NIL
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
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
Name of Work:
ECPT
EMD
Rs. 63,33,285/-
Office Seal
Name
Designation
Office Address :
Telephone No. :
E-mail ID
Correction-Nil
Insertion-Nil
Deletion-Nil
EE/IISER TVM PD - I
FINANCIAL 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.
: Rs. 53,33,28,453/-
: Rs. 45,16,79,797/-
: 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
Details
Page no
52-65
List of Field testing equipments & Tools and Plants (Annexure I & II)
Conditions for Green Building Practices.
66-67
68-79
80-89
3
4
5
6
7
8
9
10
11
12
13
14
15
16
90-108
109-113
114-115
116-117
118
119
120-122
123-124
125
126
127
128-132
17
18
133-138
139-258
19
20
259-289
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
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
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.
Correction -Nil
Insertion - Nil
Deletion - Nil
EE /IISER TVM PD - I
53
Dated:
Signature of Contractor
Witness:
Postal Address
Address:
Occupation:
Correction -Nil
Insertion - Nil
Deletion - Nil
EE /IISER TVM PD - I
54
ACCEPTANCE
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)
Signature
Dated:
Correction -Nil
Insertion - Nil
Deletion - Nil
Designation .
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
Place of issue
NIL
Note : (i)
SCHEDULE 'C'
Tools and plants to be hired to the contractor
S.No.
Description
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
EE /IISER TVM PD - I
56
Name of Work:
(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/-
: 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
2(x)
15%
2(xi)
(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.
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
: 7 (Seven) days
EE /IISER TVM PD - I
57
Clause 2A
Whether Clause 2A shall be applicable
: 15 days
Clause 5
Number of days from the date of issue of letter
of acceptance for reckoning date of start
:
Yes
i. Guest House
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
Correction -Nil
Insertion - Nil
Deletion - Nil
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
i. Guest House
Correction -Nil
Insertion - Nil
Deletion - Nil
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
internal
water
supply
and
sanitary
i. Guest House
450
days
and
external
services,
cleaning,
0.25%
Tendered
value of the
work
testing,
Correction -Nil
Insertion - Nil
Deletion - Nil
EE /IISER TVM PD - I
60
15 (Fifteen) Months
Authority to decide:
(i) Extension of time
Clause 6, 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
EE /IISER TVM PD - I
61
Yes
Clause 10C
NOT APPLICABLE
Clause 10CA
Sl.
No
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
EE /IISER TVM PD - I
62
Clause 11
Specifications to be followed
for execution of work
Clause 12
Type of work :
30%
30%
100%
Clause 16
Competent Authority for
deciding reduced rates
Clause 18
List of mandatory machinery, tools & plants to be deployed by the contractor
at site:1. ......
2. ............. 3. ..........
4. ......
5. ...........
6.............
Clause 25 (1)
Claim Amount
Up to 25 lakhs
Chairman
Member
Member
Superintending Engineer,
Trivandrum Central Circle
Presenting Officer
Correction -Nil
Insertion - Nil
Deletion - Nil
EE /IISER TVM PD - I
63
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
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
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
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)
(plus / minus)
2 % (Two percent)
.
(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
EE /IISER TVM PD - I
65
Description of Item
Less
use
beyond
permiss
ible
variatio
1.
Nil
8910/- per MT
2.
Nil
39270 /-per MT
3.
Structural steel
Nil
43139 /-per MT
Correction -Nil
Insertion - Nil
Deletion - Nil
EE /IISER TVM PD - I
66
ANNEXURE-I
Correction -Nil
Insertion - Nil
Deletion - Nil
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
3 Nos
Concrete work
1 No
batching plant of
1 No
c) Concrete mixer
2 Nos
5 Nos
e) Needle vibrator
5 Nos
f) Concrete pump
3
Building work
3 Nos
8 Nos
8 Nos
4 Nos
d) Drilling machine
4 Nos
e) Welding machine
4 Nos
1 Nos
10000 sqm
6000 Nos
3000 Nos
5 Nos
3 Nos
2 Nos
1 No
Transportation
2 Nos
5 nos
Dewatering
4 Nos
Road work
Road rollers
1 No
Earth rammers
1 No
1 No
Bitumen paver
1 No
1 No
Spreaders
1 No
Graders
1 No
1 No
Survey
Correction -Nil
Insertion - Nil
Deletion - Nil
EE /IISER TVM PD - I
68
11
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
Correction -Nil
Insertion - Nil
Deletion - Nil
EE /IISER TVM PD - I
69
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
11.1.8
11.1.9
11.1.10
Any other site management measures suggested by the Engineer-incharge/green building consultant shall be followed on site.
11.2
11.2.1.1
11.2.2
Correction -Nil
Insertion - Nil
Deletion - Nil
EE /IISER TVM PD - I
70
a)
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)
11.2.3
11.2.4
Correction -Nil
Insertion - Nil
Deletion - Nil
EE /IISER TVM PD - I
71
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
Correction -Nil
Insertion - Nil
Deletion - Nil
(a)
Clear vegetation only from areas where work will start right away
(b)
(c)
(d)
(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)
EE /IISER TVM PD - I
72
The contractor shall ensure that the speed of vehicles within the
site is limited to 10 km/hr.
(h)
(i)
(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
11.2.9
Correction -Nil
Insertion - Nil
Deletion - Nil
EE /IISER TVM PD - I
73
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
Correction -Nil
Insertion - Nil
Deletion - Nil
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
11.2.17
11.2.18
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
Correction -Nil
Insertion - Nil
Deletion - Nil
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.
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
Correction -Nil
Insertion - Nil
Deletion - Nil
EE /IISER TVM PD - I
76
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
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
a)
b)
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)
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
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)
b)
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)
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
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)
d)
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)
f)
g)
h)
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
EE /IISER TVM PD - I
79
i)
ii)
iii)
iv)
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
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
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.
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
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.
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
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)
(ii)
(iii)
(iv)
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
ii)
IS 3696 Part II
iii)
IS 764
iv)
IS 4138
v)
IS 7293
vi)
IS 7969
vii) IS 4130
Correction -NIL
Insertion - NIL
Deletion - NIL
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
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
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
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)
(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
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)
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)
(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.
EE /IISER TVM PD - I
100
(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
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)
(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
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
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.
(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
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
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.
Correction -NIL
Insertion - NIL
Deletion - NIL
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
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
(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
EE /IISER TVM PD - I
108
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)
68.
Correction -NIL
Insertion - NIL
Deletion - NIL
EE /IISER TVM PD - I
109
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
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
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
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
10 mm to 16mm
dia
Over 16 mm dia
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
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.
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
EE /IISER TVM PD - I
114
1.
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.
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.
of
concrete
Less than 15
16 to 30
31 to 50
51 and above
6. Minimum ordinary Portland cement / Portland pozzolana cement for Mix -25 grade
concrete shall be 330 kg/m3.
Correction -NIL
Insertion - NIL
Deletion - NIL
EE /IISER TVM PD - I
115
Correction -NIL
Insertion - NIL
Deletion - NIL
EE /IISER TVM PD - I
116
ANNEXURE A
CALIBRATION AND WEIGHING EQUIPMENT ACCURACY
1.
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
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)
(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)
(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
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.
c.
d.
Correction -NIL
Insertion - NIL
Deletion - NIL
EE /IISER TVM PD - I
118
i)
ii)
iii)
iv)
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
EE /IISER TVM PD - I
119
120
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
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
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)
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)
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
EE /IISER TVM PD - I
123
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.
EE /IISER TVM PD - I
124
EE /IISER TVM PD - I
125
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
EE /IISER TVM PD - I
126
EE /IISER TVM PD - I
127
Correction -NIL
Insertion - NIL
Deletion - NIL
EE /IISER TVM PD - I
128
MATERIAL
MAKES/MANUFACTURER
No.
A
CIVIL WORKS
Chemical Admixtures
Fevicol/Vamicol/Dunlop
Dash Fasteners
Door Locks
Osolin or Equivalent.
Sika/STP/Cico tech ltd/Pidilite/Fosroc/Fairmate/Mc
Bouchemie/ Chokesy/BASF
10
Hercules / J. Sons/Kantaflex
11
Fire Doors
12
Duro/Greenply/Century/Kutty/Kitply/Archid ply
13
14
Laminates
15
16
Euro
Duro/
Correction -NIL
Insertion - NIL
Deletion - NIL
Greenply/Century/
Kitply/
Greenlam/
EE /IISER TVM PD - I
129
18
19
20
M.S. Pipe
21
Ceramic Tiles
22
23
24
25
Vitrified Tiles
26
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
27
28
29
30
31
Correction -NIL
Insertion - NIL
Deletion - NIL
EE /IISER TVM PD - I
130
32
33
34
35
Texture Paint
36
37
38
Nittobo/
Armstrong/
Uniment/Hunter Duglus
39
Polysulphide Sealant
40
Aluminium Extrusion
41
Godrej/Dorma/Everite/ Hardwyn/Master
Durlum/
Trac/
Cement
43
44
Reinforcement Steel
45
46
Aerolite / Hilux/Armstrong
47
E.P.D.M. Gaskets
48
Flexi Tape
Norton/ Bizzare
49
Ecophon/ Up Twiga
Correction -NIL
Insertion - NIL
Deletion - NIL
EE /IISER TVM PD - I
131
51
White Cement
52
53
Protective Coating
BASF or Equivalent
54
Gyproc or Equivalent
55
56
57
58
59
60
Electrosteel/Kesoram/Jindal
Electrosteel/Kesoram/Jindal/Kartar
63
RCC pipes
64
G.I. pipes
65
66
67
68
50
61
62
Correction -NIL
Insertion - NIL
Deletion - NIL
EE /IISER TVM PD - I
132
69
C.I. valves
(fullway, check and globe valves)
70
71
72
Chilly/Camry
73
74
75
Mirror
76
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
EE /IISER TVM PD - I
PART-C
Correction-Nil
Insertion-Nil
Deletion-Nil
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
Place of
issue
6
NIL
SCHEDULE 'C'
Tools and plants to be hired to the contractor
S.No.
Description
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/-
: 5% of tendered value
Correction-Nil
Insertion-Nil
Deletion-Nil
AE(E)
EE(E)
134
SCHEDULE ' F
GENERAL RULES & DIRECTIONS:
Officer inviting tender:
Definitions:
2(v) Engineer-in-Charge
2(x)
15%
2(xi)
(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.
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
EE(E)
135
Time allowed in
days(from date of
start)
Amount to be with-held in
case of non achievement
of mile stone
15 (Fifteen) Months
Authority to decide:
(i) Extension of time
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
Yes
Clause 10C
Not Applicable
Clause 10CA
S.N.
Material covered
under this clause
* 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
12.5
Clause 16
Competent Authority for
deciding reduced rates
30%
30%
100%
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
Chairman
Member
Member
Presenting Officer
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
Words
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)
Description of Item
Less use
beyond
permissible
variation
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
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
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.
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.
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.
14.
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
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)
ii)
iii)
MDB
Floor DB
SDB
Light Fittings
Earthing Layout
External Electrical Works
Correction-Nil
Insertion-Nil
Deletion-Nil
AE(E)
EE(E)
146
iv)
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
2.0
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
(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)
(i)
(ii)
3. Joints:
(i)
(ii)
4.
4.1
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
Correction-Nil
Insertion-Nil
Deletion-Nil
AE(E)
EE(E)
150
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
Description
Power supply
Absorbed Power
220 W
Absorbed Current
1A
1.400-2.800 rpm
Reduction Ratio
0.0625
Operating Ambient
-20C to +55C
Temperature
84 Kg
Protection class
IP 44
10
Electronic
Declaration
11
Thermal Protection
120C
on motor winding
12
Cooling
Forced air
13
Type of beam
14
Barrier
treatment
Correction-Nil
Insertion-Nil
Deletion-Nil
body
Cataphoresis
AE(E)
EE(E)
152
Description
15
Paint
16
7.00 m
17
Opening time(s)
4(5m)
5.1.1.2
Sr. No.
Features
Description
1.
2.
Absorbed Power
7w
3.
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
9.
Work time
10.
Pause Time
11.
Motor Power
Programmable on 50 levels
12.
13.
Connector inputs
14.
Correction-Nil
Insertion-Nil
Deletion-Nil
for 24 Vdc
max. 500 mA
AE(E)
F2=T 0, 8A-250V
EE(E)
153
Rapid Connector
16.
Programming
17.
Programmable
functions
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
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
AE(E)
EE(E)
158
a)
PoE
IEEE 802.3af
Sensor
Sensor type
Minimum 2MP
0.25 lx
With IR
0.0 lx
75 dB
Video streaming
Video compression
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
Correction-Nil
Insertion-Nil
Deletion-Nil
AE(E)
EE(E)
159
White Balance
Required
Day/Night
IR intensity
Adjustable
Sharpness
Required
Backlight compensation
On/off
Contrast enhancement
On/off
Noise reduction
Defog
Motion Detection
Required
Tamper detection
Required
Recording
Continuous
recording,
ring
alarm/events/schedule recording
recording.
Night vision
Distance
Minimum 15 m
LED
850 nm array
Lens
Lens type
Input/output connections
Analog video output
Required
Alarm input
Required
Alarm out
Required
Audio input
Required
Audio output
Required
Audio streaming
Standard
Signal-to-Noise Ratio
>50 dB
Correction-Nil
Insertion-Nil
Deletion-Nil
AE(E)
EE(E)
160
Audio Streaming
Network
Protocols
Ethernet
Interoperability
Environmental
Operating temperature
-20 C to +50 C
Humidity
Certification
c)
Power
Input voltage
PoE
IEEE 802.3af
Sensor
Sensor type
Minimum 2MP
0.25 lx
With IR
0.0 lx
75 dB
Video streaming
Video compression
Correction-Nil
Insertion-Nil
Deletion-Nil
AE(E)
EE(E)
161
Streaming
Video resolution (H x V)
1080p HD
1920 X 1080
Frame Rate
White Balance
Required
Day/Night
IR intensity
Adjustable
Sharpness
Backlight compensation
On/off
Contrast enhancement
On/off
Noise reduction
Defog
Motion Detection
Required
Tamper detection
Required
Recording
Night vision
Distance
30 m (98 ft)
LED
850 nm array
Lens
Correction-Nil
Insertion-Nil
Deletion-Nil
AE(E)
EE(E)
162
Lens type
Input/output connections
Analog video output
Required
Alarm input
Required
Alarm out
Required
Audio input
Required
Audio output
Required
Audio streaming
Standard
Signal-to-Noise Ratio
>50 dB
Audio Streaming
Network
Protocols
Ethernet
Interoperability
Environmental
c)
Weather Rating
IP66
Impact protection
IK08
Operating temperature
-20 C to +50 C
Humidity
Certification
Correction-Nil
Insertion-Nil
Deletion-Nil
AE(E)
EE(E)
163
Technical Specifications:
Imager
Effective
(Pixels)
Elements
1920 x 1080
Lens
Digital Zoom
12x
Yes
Dynamic Range
75dB
Day/Night
> 50 dB
Backlight Compensation
On/Off
White Balance
Sensitivity
30 IRE
Day Mode:
0.11lux
Night Mode:
0.0lux(IR ON)
Network:
Video compression
Protocols
Ethernet
Connectivity
Mechanical/Electrical:
Input Voltage
Pan Range
360 cont.
Correction-Nil
Insertion-Nil
Deletion-Nil
AE(E)
EE(E)
164
Tilt Range
0 to 90
Pre-position Speed
Local Storage:
Memory Card Slot
Miscellaneous:
Masking
Pre-positions
256
Guard Tours
Built in IR LED.
IR Distance
Environmental:
Operating Temperature
10C to 55C
IP66, NEMA 4X
Certifications:
CE,UL, FCC
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.
2.
3.
4.
The VMS shall support ONVIF compliant cameras. It shall be possible to access
live streams and to control PTZ functionality.
5.
6.
7.
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
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
AE(E)
EE(E)
168
5.
6.
7.
10.5
1.
2.
3.
4.
5.
11.1
11.1
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.
(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)
7.0meter (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
2500m (W) x
1900 mm (D)
1900m (W) x
2100 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
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
Position of Door
Centre opening
(In Front Side)
Centre 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.
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
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.
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
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
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
1.1.2
1.1.3
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
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
2.2
Pumps Casing
2.2.1
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
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
2.4.4
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
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
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
2.9.1
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
3.5
3.6
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
3.9
415 Volt power terminals shall be suitable for receiving 1.1 kv grade armoured
power cables.
3.10
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
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
4.1.5
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
5.1
PUMPS
5.1.1
The pumps shall perform to the standards and codes as given below:
5.1.2
IS:1520
5.1.3
BS:599
5.1.4
PTC:8
5.2
MOTOR
5.2.1
5.2.2
IS:325
5.2.3
IS:900
for
Correction -NIL
Insertion - NIL
Deletion - NIL
AE (E)
EE (E)
183
5.2.4
IS:7816
machines.
Guide for
5.2.5
IS:4029
5.2.6
IS:3043
5.2.7
6.0
6.1
Piping
6.1.1
Pipes of the following types (depending upon the description of item) shall be
used:
6.1.2
6.1.3
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
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
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
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
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
6.9
Pressure Gauge
6.9.1
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
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
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
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
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
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.
7.3
IS:778
purposes.
7.4
IS:780.
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.
7.8
IS:388.
hose tubing.
7.9
IS:4038
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
7.12
IS:5312
8.0
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
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
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.
Correction -NIL
Insertion - NIL
Deletion - NIL
AE (E)
EE (E)
190
8.4.0
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
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
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
Correction -NIL
Insertion - NIL
Deletion - NIL
AE (E)
EE (E)
191
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
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
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
Dining Block
Banquet Hall
Community Welfare
Centre
1.3
Basis of Design
Thiruvananthapuram
Latitude
8.29 ON
Longitude
76.95 OE
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
Area Description
Inside condition
DB
RH
Guest Rooms
24 1C
< 60%
Dining Hall
24 1C
< 60%
24 1C
< 60%
Banquet Hall
24 1C
< 60%
24 1C
< 60%
1.5
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)
102.2
Dining Block
28.6
Banquet Hall
59.9
Correction -NIL
Insertion - NIL
Deletion - NIL
AE (E)
EE (E)
194
S. No.
Area Description
Load (TR)
1.7
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
1.9
i.
ii.
Provision and termination of potential free supply from the fire panel to
LT panels to trip the panel in case of fire.
iii.
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
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
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
Correction -NIL
Insertion - NIL
Deletion - NIL
AE (E)
EE (E)
199
2.10
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
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
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
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)
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)
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)
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)
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)
e)
Wire guard on the fan inlet side and bird screen at the fan outlet.
ii)
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)
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
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
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
5.2.8
The VFD must be able to produce full torque at low speed to operate direct
driven fans.
5.2.9
5.2.10
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
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
5.4.4
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
5.4.7
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
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
5.4.16
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
5.4.19
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
d)
e)
f)
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
5.7
Optional Features
5.9.1
5.8
Service Conditions
5.8.1
Ambient temperature at full speed, full load operation with continuous drive
rated output current:
a)
b)
5.8.2
5.8.3
5.8.4
5.8.5
5.8.6
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
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
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
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
Correction -NIL
Insertion - NIL
Deletion - NIL
AE (E)
EE (E)
218
7.4
7.5
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
Shaft Sleeve
MS/ Bronze
Bearing
White metal
Base plate
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
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
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
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
Correction -NIL
Insertion - NIL
Deletion - NIL
AE (E)
EE (E)
222
8.6
8.7
i)
ii)
iii)
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
AE (E)
EE (E)
224
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
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
9.3.5
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)
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
2(500)
(in mm)
3(750)
4(1000)
6(1500)*4 10(2500)
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
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
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
9.3.15
The deflection of transverse joints should be within specified limit for rectangular
duct deflection as given in SMACNA.
9.3.16
9.4
Support System
9.4.1
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
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)
b)
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
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
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
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
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)
450 mpm
b)
150 mpm
c)
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
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
10.1.7
Acoustic Insulation:
i)
ii)
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)
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)
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
ii)
iii)
ii)
iii)
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
10.7
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
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.
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
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)
d)
e)
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)
ii)
Differential pressure readings across each filter, fan and coil and through
each pump chiller and condenser.
iii)
Correction -NIL
Insertion - NIL
Deletion - NIL
AE (E)
EE (E)
241
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
32.0
25.9
2.
6.0
3.9
Block - 02
3.
52.0
41.4
4.
48.0
38.2
5.
32.0
25.4
6.
8.0
6.1
Block 03
7.
18.0
14.0
8.
34.0
27.1
9.
34.0
27.1
10.
10
6.0
5.0
Banquet Hall
38.0
30.0
18.0
13.2
2.
26.0
20.0
Correction -NIL
Insertion - NIL
Deletion - NIL
AE (E)
EE (E)
243
1.1
COMPRESSOR
Circuit No.
Nos. of Compressor
HP
TR
12 & 20
2.
4.8
3.
12, 18 & 22
4.
12, 14 & 22
5.
12 & 20
6.
6.4
7.
18
14.4
8.
12 & 22
9.
12 & 22
10.
10
4.8
12, 13 & 13
9&9
2.
13 & 13
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
Nos.
To Suit
1.4.3
Speed
Steps
minimum 20
2.0
S. No.
STAR-DELTA
Air Cooled
Type of unit
Static (mmWG)
Capacity (TR)
Qty. (Nos.)
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.)
4 way Cassette
1.3
Type of unit
Capacity (TR)
Qty. (Nos.)
4.0
S.
No.
3.1
Hi-Wall Split
1.6
3.2
Hi-Wall Split
2.0
11
Capacity
(TR)
Qty.
Coil Row
(Nos.)
TSP
mm
WG
(nos.
)
14200
50
12000
50
Actual Deh.
Air Qty. (CMH)
AHU GB1 01
25.9
AHU SC 01 & 02
30.0
AE (E)
EE (E)
245
S.
No.
Unit Capacity
(CMH)
ESP
mm
WG
9400
30
5100
30
Unit Capacity
(CMH)
ESP
mm
WG
11000
40
6000
40
Qty.
(nos.)
AW GB1 01
AW SC 01
AIR SCRUBBER UNIT (DRY TYPE)
S.
No.
Qty.
(nos.)
AS GB1 01
7.0
AS SC 01
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
Description
(TFA Tag No.)
ESP
Air Qty.
(CMH)
(mm WG)
Recovery
Sensible
%
Latent
%
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.)
9.0
S.
No.
HRU GB1 - 01
INLINE FANS
Description (Fan
Tag No.)
Air Qty.
(CMH)
Static
Pressure
Qty.
(Nos.
)
(mm WG)
20
Purpose
ILFE GB1 01
1500
ILFE GB1 02
1100
20
3.
ILFE GB1 03
900
20
Toilet Exhaust
ILFE GB2 01
600
15
Toilet Exhaust
2.
ILFE GB2 02
600
15
3.
ILFE GB2 03
1100
15
Corridor Exhaust
15
Corridor Exhaust
15
Corridor Exhaust
20
Kitchen Exhaust
ILFE GB2 04
1100
ILFE GB2 05
1100
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
ILFE GB1 07
ILFE GB3 01
1100
ILFE GB3 02
1100
20
Corridor Exhaust
3.
ILFE GB3 03
1100
20
Kitchen Exhaust
4.
ILFE GB3 04
1100
20
Toilet Exhaust
ILFE GB3 05
1100
20
Corridor Exhaust
6.
ILFE GB3 06
2200
20
Toilet Exhaust
7.
ILFE GB3 07
1100
20
ILFE SC 01
900
20
2.
ILFE SC 02
900
20
3.
ILFE SC 03
600
20
4.
ILFE SC 04
900
20
5.
ILFE SC 05
900
20
S.
No.
Description (Fan
Tag No.)
Air Qty.
(CMH)
Qty.
(Nos.
)
Static
Pressure
Purpose
(mm WG)
6.
ILFE SC 06
900
20
7.
ILFE SC 07
900
20
20
ILFE CW 01
1700
Correction -NIL
Insertion - NIL
Deletion - NIL
AE (E)
EE (E)
248
ILFE CW 02
1700
20
3.
ILFE CW 03
1500
20
10.0
S. No.
Dia (mm)
Quantity
(Nos.)
RPM
Purpose
230
<=1400
2.
230
<=1400
3.
300
900
<=1400
<=1400
<=1400
<=1400
230
230
230
230
230
<=1400
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
Kcal/hour
2.3
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
CMH
4.3
4.4
4.5
Specified capacity
Kcal/hour
4.6
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
Amps
5.7
Amps
6.0.
6.1
Date
6.2
Day
6.3
Time AM/PM
6.4
Temperature C
-
Dry bulb
Wet bulb
CMH
7.0
NOTES :
7.1
Test Instructions
1.
2.
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
2.
HAND DRIER
3.
G.I. PIPES
4.
5.
6.
C.I.VALVES
(FULLWAY,
CHECK AND GLOBE VALVES)
7.
8.
PERFECT/BURN/HIND / RK
GULLY TRAPS
9.
C.I. MANHOLES
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
14.
HIGH DENSITY
POLYETHYLENE
WATER METERS
16.
HORIZONTAL CENTRIFUGAL
/MONOBLOCK PUMPS
KIRLOSKAR / GRUNDFOS /
HBD-BOMBAY/PENTAIR
17.
MULTISTAGE VERTICAL
CENTRIFUGAL PUMPS
PENTAIR
SUBMERSIBLE DRAINAGE
PUMPS
KSB / KISHORE / JS /
18.
WILO/PENTAIR
19.
ELECTRIC MOTORS
KIRSLOSKAR/GEC/SIEMENS
20.
SIEMENS/L&T/ENGLISH
STARTERS
ELECTRIC / GE
ELECTRICAL PANEL
LIQUID LEVEL
CONTROLLERS
MINILEC / RADAR
21.
BUTTERFLY VALVE
Correction -NIL
Insertion - NIL
Deletion - NIL
AE (E)
EE (E)
253
ELECTRICAL WORKS
S. No.
Item
Name of Manufactures
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
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.
Correction -NIL
Insertion - NIL
Deletion - NIL
AE (E)
EE (E)
254
S. No.
Item
23.
Energy Meter
24.
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
27.
28.
29.
30.
31.
32.
33.
34.
HONEYWELL / BOSCH
35.
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/
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
MOTOR
DIESEL ENGINE
M.S.PIPE
G.I.PIPE
ELECTRICAL PANEL/SYSTEM
CONTROLLER & CONTROL
CONSOLE
PIPE SUPPORTS
HITECH/ HILTI
SLUICE VALVE
LEADER / ZOLOTO
BUTTERFLY VALVE
WATER SOLENOID VALVE
10
11
Correction -NIL
Insertion - NIL
Deletion - NIL
AE (E)
EE (E)
256
13
PRESSURE SWITCH
14
PRESSURE GUAGES
15
17
FLOW SWITCH
18
INTERNAL/EXTERNAL
HYDRANT(LANDING VALVE)
19
20
INSTALLATION VALVE
21
FIRE BRIGADE
INLET/CONNECTION
22
SPRINKLER HEAD
HD / SPRAYSAFE/ TYCO
23
24
25
26
POWER CABLES
27
CONTROL CABLES
28
29
30
STARTERS/CONTACTOR
H GURU / FIEBIG
Description of Item
Approved makes
1.
2.
Correction -NIL
Insertion - NIL
Deletion - NIL
AE (E)
EE (E)
257
3.
4.
5.
6.
Speaker Box
Agni
7.
Agni.
8.
HVAC
1.
Machines
2.
3.
4.
5.
Air Washer
6.
Air Scrubber
7.
Ventilation Fans
7.1
Kruger, Nicotra
With motors
7.2
Inline Fans
7.3
Propeller fans
8.
GI Sheets
8.1
Correction -NIL
Insertion - NIL
Deletion - NIL
AE (E)
EE (E)
258
8.2
Flexible Duct
9.
Copper pipe
10.
11.
Fire Dampers
12.
Armacell, K-flex,
Rubber Insulation
13.
Poly isocynurate
insulation
14.
Air Filters
15.
V belts / Pulley
Dunlop, Fenner
16.
Thermostat
17.
Vibration Isolators
18.
Drain Pipe
19.
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
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.
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
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
250.00 Metre
420.88
Metre
105220.00
1.6
30.00 Metre
1080.05
Metre
32402.00
1.7
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
259
1.8
63.00 Metre
1371.21
Metre
86386.00
1.9
12.00 Metre
3415.10
Metre
40981.00
1.10
1.10.1
1.10.1.1
3782.00 Cum
68.71
Cum
259861.00
1.10.1.2
1199.00 Cum
123.24
Cum
147765.00
1.10.2
1.10.2.1
313.00 Cum
137.43
Cum
43016.00
1.10.2.2
134.00 Cum
246.48
Cum
33028.00
1.10.3
206.14
Cum
9482.00
1.10.3.1
1.10.3.2
20.00 Cum
369.72
Cum
7394.00
1.11
6091.00 Cum
168.31
Cum
1025176.00
1.12
14819.00 Cum
166.99
Cum
2474625.00
1.13
5855.00 Sqm
953.82
100 Sqm
55846.00
1.14
1.14.1
5.00 nos
292.24
each
1461.00
1.14.2
4.00 nos
1294.19
each
5177.00
1.15
240.00 cum
1352.36
cum
324566.00
1.16
11156.00 Sqm
78.55
Sqm
876304.00
1.17
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
326.00 Cum
8121.28
Cum
2647537.00
2.1.2
133.00 Cum
6941.93
Cum
923277.00
2.1.3
452.00 Cum
6390.22
Cum
2888379.00
2.1.4
66.00 Cum
5948.74
Cum
392617.00
260
2.2
2.2.1
211.00 Metre
1469.95 Metre
310159.00
2.2.2
365.00 Metre
1201.93 Metre
438704.00
2.2.3
170.00 Metre
923.36 Metre
156971.00
2.3
29.00 Sqm
467.77
Sqm
13565.00
2.4
100.00 50 kg
71.54
Per 50 kg cement
7154.00
2.5
29.00 Sqm
196.11
Sqm
5687.00
2.6
410.00 Sqm
622.95
Sqm
255410.00
2.7
55.00 Cum
9143.74
Cum
502906.00
2.8
1859.00 cum
10159.51
cum
18886529.00
2.9.1
259.00 cum
12929.75
cum
3348805.00
2.9.2
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
3.3
3.4
3.4.1
3.4.2
9354.19
10421.52
18087.95
Cum
Cum
Cum.
1103.50
Qtl
1697.00 Sqm
291.87
Sqm
495303.00
4441.00 Sqm
536.04
Sqm
2380554.00
3.4.3
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
6230.00 Sqm
673.54
Sqm
4196154.00
3.4.7
553.00 Sqm
587.82
Sqm
325064.00
3.4.8
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
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
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
262
3.7
3.7.1
3.8
3.8.1
3.9
699612.00 Kg
101.18
Kg
70786742.00
724710.00 Kg
101.18
Kg
73326158.00
3.9.1
3.10
120.00 metre
9446.90
metre
1133628.00
3.10.1
3.11
30.00 metre
7548.69
metre
226461.00
263
3.13
3.13.1
3.13.1.1
3.14
3.15
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
420.00 Metre
987.00
Metre
414540.00
265053905.00
4.1.1
10.00 Cum.
6948.99
Cum.
69490.00
4.2
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
5.2
151.00 Cum
264
5821.12
Cum
878989.00
5.2.1
5.3
5.3.1
5.4
5.4.1
5.5
6
6.1
228.00 Cum
4268.42
Cum
973200.00
420.00 Cum
6930.57
Cum
2910839.00
252.00 Cum
5378.23
Cum
1355314.00
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
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
7.53 Cum
135936.94
Cum
1023605.00
7.2.1
2.04 Cum
79780.01
Cum
162751.00
7
7.1
1281950.00
265
7.3
7.3.1
475.00 Sqm
2837.02
Sqm
1347585.00
7.3.2
101.00 Sqm
3031.99
Sqm
306231.00
7.4
1154.00 Sqm
1004.93
Sqm
1159689.00
7.5
475.00 Sqm
260.89
Sqm
123923.00
7.6
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
85.00 nos
811.79
Each
69002.00
7.9
7.00 nos
708.23
each
4958.00
7.10
258.00 nos
692.26
each
178603.00
7.11
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
266
7.15
13.00 sqm
155.33
sqm
2019.00
7.16
24.00 sqm
560.85
sqm
13460.00
7.17
142.00 nos
717.30
Each
101857.00
7.18
2.00 nos
717.30
Each
1435.00
7.19
101.00 nos
1119.85
Each
113105.00
7.20
21080.00
Sqm
126480.00
512.00 nos
401.00
Each
205312.00
6.00 Sqm
7.22
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
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
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
8.2.1
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
8.4
8.4.1
8.5
8.6
24000.00 kg
171.00
kg
4104000.00
8.7
1121.00 kg
920.24
kg
1031589.00
268
8.8
9
9.1
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
2067.00 Sqm
1384.00 Sqm
2088.82
2102.86
Sqm
Sqm
4317591.00
2910358.00
9.3
1897.00 Sqm
1166.87
Sqm
2213552.00
9.4
2290.00 Sqm
1243.01
Sqm
2846493.00
9.5
9.5.1
9.6
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
775.00 Sqm
795.22
Sqm
616296.00
9.9
1233.00 Sqm
524.97
Sqm
647288.00
9.10
78.00 Sqm
2589.00 Metre
560.48
74.36
Sqm
Metre
43717.00
192518.00
9.10.1
9.11
9.12
555.00 Metre
112.62
Metre
62504.00
9.13
55.00 Sqm
2720.54
Sqm
149630.00
9.14
347.00 Sqm
197.75
Sqm
68619.00
9.15
1664.00 Sqm
4709.00
Sqm
7835776.00
9.16
9.16.1
9.17
127.00 Sqm
6.00 Metre
5800.00
782.00
Sqm
Metre
736600.00
4692.00
9.18
105.00 Sqm
4951.62
Sqm
519920.00
9.19
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
10.3
10.3.1
10.3.2
10.4
10.4.1
10.4.2
10.5
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
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
271
98.00 Sqm
1347.68
Sqm
132073.00
10.8
2257.00 Sqm
2450.14
Sqm
5529966.00
272
10.9.1
1966.00 Sqm
1188.00
Sqm
2335608.00
10.9.2
10.10
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
10.12
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
11.6
11.6.1
11.7
11.7.1
11.8
11.8.1
11.9
11.9.1
11.10
11.10.1
11.11
or
more
coats
applied
273
11.11.1
1015.00 Sqm
227.09
Sqm
230496.00
11.12
144.00 Sqm
56.38
Sqm
8119.00
11.13
7922.00 Sqm
427.00
Sqm
3382694.00
11.14
1979.00 Sqm
80.00
Sqm
158320.00
11.15
1196.00 Metre
55.00
Metre
65780.00
12
12.1
12.2
12.2.1
12.2.2
12.2.3
12.3
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
705.00 Cum
8097.73
Cum
5708900.00
12.5
1654.00 Sqm
894.69
Sqm
1479817.00
12.6
supply of
226.00 Sqm
628.15
Sqm
141962.00
12.7
813.00 Sqm
526.23
Sqm
427825.00
12.8
162.00 cum
7868.12
cum
1274635.00
274
12.9
12.9.1
12.10
156.00 sqm
42.00 sqm
12.11
83.00 Cum
157.34 Cum
13059.00
12.12
55.00 Cum
46.80 Cum
2574.00
12.13
28.00 sqm
20.43
12.14
12.14.1
1526.00 Cum
3156.89 Cum
4817414.00
12.15
1044.00 cum
3149.31 cum
3287880.00
12.16
5219.00 sqm
79.86
sqm
416789.00
12.17
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
4190.00 sqm
15.01
sqm
62892.00
12.19
168.00 cum
14974.82
Cum
2515770.00
12.20
735.00 nos
1426.57
each
1048529.00
12.21
700.00 nos
1553.30
each
1087310.00
27538610.00
TOTAL
13
SANITARY INSTALATION
13.1
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
10
nos
24848.26
Each
248483
13.4
13.4.1
nos
6882.95
Each
48181
13.2
276
13.5
13.5.1
13.6
13.6.1
11
nos
4518.31
Each
49701
nos
8863.91
Each
70911
13.6.2
20
nos
6453.06
Each
129061
13.7
8
13
nos
nos
4013.77
1179.57
Each
Each
32110
15334
13.7.1
13.8
13.9
127
Sqm.
4368.85
Sqm.
554844
13.10
97
nos
617.90
Each
59936
13.11
37
nos
1878.00
Each
69486
13.12
nos
73748.00
Each
221244
13.13
13.13.1
111
nos
6079.00
Each
674769
13.14
38
nos
731.00
Each
27778
13.15
60
nos
2310.00
Each
138600
13.16
10
nos
1968.00
Each
19680
277
13.17
24
nos
499.00
Each
11976
13.18
24
nos
2067.00
Each
49608
13.19
282
nos
313.00
Each
88266
13.20
29
nos
4140.00
Each
120060
13.21
no
1672.00
Each
1672
13.22
73
nos
1178.00
Each
85994
13.23
73
nos
1770.00
Each
129210
13.24
105
nos
792.00
Each
83160
13.25
69
nos
822.00
Each
56718
13.26
nos
2218.00
Each
6654
13.27
81
79
nos
nos
905.00
905.00
Each
Each
73305
71495
13.27.1
13.28
13.29
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
11
nos
3512.00
Each
38632
66
nos
8158.00
Each
538428
13.33
278
13.34
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
13.35.1
13.35.2
13.36
38
194
nos
nos
1420.00
1420.00
Each
Each
53960
275480
13.36.1
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
13.37.1
108
nos
1361.00
Each
146988
6140909
14.1.1
14
Metre
242.91
Metre
3401
14.1.2
131
Metre
283.10
Metre
37086
14.1.3
202
Metre
343.64
Metre
69415
14.1.4
304
Metre
440.81
Metre
134006
14.1.5
80
Metre
606.02
Metre
48482
14.1.6
117
Metre
864.01
Metre
101089
14.1.7
162
Metre
2274.16
Metre
368414
14.1.8
14
Metre
3149.09
Metre
44087
14.1.9
17
Metre
4270.79
Metre
72603
14.2
14
14.1
1378
Metre
401.14
Metre
552771
14.2.2
388
Metre
440.36
Metre
170860
14.2.3
99
Metre
521.93
Metre
51671
14.2.4
36
Metre
627.56
Metre
22592
279
14.2.5
12
Metre
793.69
Metre
9524
14.2.6
10
Metre
1140.97
Metre
11410
14.3
14.3.1
External work
15 mm nominal outer dia .Pipes.
Metre
213.42
Metre
1281
14.3.2
Metre
242.61
Metre
1456
14.3.3
28
Metre
311.25
Metre
8715
14.3.4
735
Metre
389.77
Metre
286481
14.3.5
Metre
520.74
Metre
4687
14.3.6
47
Metre
524.10
Metre
24633
14.4
14.4.1
Metre
98.65
Metre
592
14.4.2
Metre
99.99
Metre
600
14.4.3
28
Metre
102.59
Metre
2873
14.4.4
735
Metre
105.26
Metre
77366
14.4.5
Metre
106.60
Metre
959
14.4.6
47
Metre
110.61
Metre
5199
14.5
2
57
nos
nos
387.17
512.34
Each
Each
774
29203
14.6.1
29
nos
637.14
Each
18477
14.6.2
28
nos
745.08
Each
20862
14.6.3
13
nos
869.88
Each
11308
14.6.4
12
nos
1115.39
Each
13385
14.6.5
nos
1913.21
Each
7653
14.6.6
nos
2853.44
Each
5707
14.7
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
no
544.95
Each
545
14.9.1
14.10
nos
5825.88
Each
17478
14.10.1
nos
2071.81
Each
16574
14.5.1
14.5.2
14.6
280
14.11
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
nos
57.35
Each
344
14.16
14.16.1
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
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
16
nos
3908.64
Each
62538
14.19
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
nos
1959.55
Each
5879
2825078
15.1.1
15
Metre
678.15
Metre
10172
15.1.2
65
Metre
927.97
Metre
60318
15.1.3
15
Metre
1665.62
Metre
24984
15.2
15.2.1
15
Metre
517.47
Metre
7762
15.2.2
65
Metre
696.20
Metre
45253
15.2.3
15
Metre
1048.76
Metre
15731
15
15.1
281
15.3
15.3.1
15.3.1.1
15.3.2
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
15.5.1
15.5.1.1
15.6
nos
12982.86
Each
51931
15.6.1
Metre
7194.35
Metre
28777
15.7
282
15.7.1
15.7.1.1
nos
24466.36
Each
73399
Metre
9316.38
Metre
27949
nos
51964.21
Each
155893
Metre
22052.17
Metre
66157
15.8
15.8.1
15.9
15.9.1
15.9.1.1
15.10
15.10.1
15.11
15.11.1
15.12
nos
12694.27
Each
12694
15.12.1
Metre
3727.18
Metre
3727
283
339
nos
462.94
Each
156937
nos
1604.70
Each
9628
35
nos
5879.66
Each
205788
26
nos
6970.98
Each
181245
15.16.2
24
nos
7985.93
Each
191662
15.16.3
24
nos
9268.09
Each
222434
15.17
15.17.1
Metre
5830.85
Metre
40816
15.17.2
Metre
6359.98
Metre
50880
15.17.3
10
Metre
7404.88
Metre
74049
15.18
15.13
15.14
15.14.1
15.15
15.15.1
15.16
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
15.21.1
64
Metre
716.00
Metre
45824
15.21.2
415
Metre
1309.00
Metre
543235
15.21.3
160
Metre
2985.00
Metre
477600
15.22
15.22.1
28
nos
2986.00
Each
83608
15.23
15.23.1
nos
13165.36
Each
78992
15.18.1
15.19
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
5104.00 kg
517.77
Kg
2642698.00
16.1.2
6229.00 kg
603.05
Kg
3756398.00
16.2
16.2.1
962.00 Sqm
1566.22
Sqm
1506704.00
16.2.2
66.00 sqm
1574.84
sqm
103939.00
16.2.3
256.00 Sqm
1988.46
Sqm
509046.00
16.3
16.3.1
127.00 nos
3029.34
Each
384726.00
16.4
2016.00 Metre
131.86
Metre
265830.00
16.5
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
286
17.2
1902.00 sqm
579.94
sqm
1103046.00
17.3
1128.00 sqm
420.60
sqm
474437.00
17.4
2088.00 Sqm
631.94
Sqm
1319491.00
2766.00
Sqm
4066020.00
3 mm thick
17.5
(a)
(b)
1470.00
287
Sqm
(d)
(e)
17.6
51.00 Sqm
919.00
Sqm
46869.00
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
45.00 cum
319.65
cum
14384.00
18.3
45.00 cum
243.80
cum
10971.00
288
18.4
90.00 cum
21.32
cum
1919.00
18.5
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
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
400
Meter
1312
Meter
524800.00
1.2.2.
410
Meter
887
Meter
363670.00
1.2.3
1395
Meter
578
Meter
806310.00
1.2.4
60
Meter
409
Meter
24540.00
1.2.5
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
1.4
437
Nos
587
No.
256519.00
1.5
6165
Meter
241
Meter
1485765.00
1.6
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
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
96
No.
2427
No.
232992.00
2.1.2
Nos
7924
No.
63392.00
2.1.3
18
Nos
3497
No.
62946.00
2.1.4
Nos
7552
No.
37760.00
2.1.5
28
Nos
3612
No.
101136.00
2.1.6
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
Nos
3969
No.
15876.00
2.1.11
Nos
1812
No.
5436.00
Nos
1965
No.
15720.00
No.
12620
No.
12620.00
2.1.12
2.1.13
291
2.1.14
No.
15662
No.
15662.00
2.1.15
57
Nos
1383
No.
78831.00
2.1.16
20
No.
5156
No.
103120.00
2.1.17
63
No.
3609
No.
227367.00
2.1.18
69
No.
2427
No.
167463.00
2.1.19
128
No.
1983
No.
253824.00
2.1.20
32
No.
2230
No.
71360.00
2.1.21
10
No.
7422
No.
74220.00
2.1.22
45
No.
2648
No.
119160.00
2.1.23
Nos
1754
No.
10524.00
2.1.24
Nos
7971
No.
39855.00
2.1.25
71
Nos
6093
No.
432603.00
2.1.26
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
Nos
6833
No.
47831.00
2.1.29
Nos
1585
No.
3170.00
2.1.30
16
Nos
2151
No.
34416.00
2.1.31
Nos
26719
No.
53438.00
2.1.32
25
Nos
5113
No.
127825.00
2.1.33
64
Nos
1877
No.
120128.00
2.1.34
260
Nos
2230
No.
579800.00
292
2.1.35
Nos
4623
No.
18492.00
2.1.36
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
70
Nos
1880
No.
131600.00
2.2.3
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
Nos
27974
Each
167844.00
3.2
13
Nos
21569
Each
280397.00
3.3
Nos
15632
Each
109424.00
3.4
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
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
820
Meter
36
Meter
29520.00
4.2.2
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
294
a)
b)
c)
d)
a)
b)
c)
d)
f)
g)
5.2
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)
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
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)
e)
d)
5.7
5.8
296
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)
c)
5.11
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)
b)
c)
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)
d)
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)
c)
d)
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)
b)
c)
d)
e)
f)
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
240
Meter
625
Meter
150000.00
6.1.3
270
Meter
211
Meter
56970.00
6.1.4
Meter
4468
Meter
35744.00
6.1.5
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
2111
Meter
101
Meter
213211.00
6.2.3
350
Meter
98
Meter
34300.00
299
6.2.4
400
Nos
72
each
28800.00
6.2.5
22
Nos
195
each
4290.00
6.2.6
176
Meter
141
Meter
24816.00
6.2.7
20
Sets
3557
Set
71140.00
6.2.8
20
Set
18587
Set
371740.00
22
9
14
Nos.
Nos.
Nos.
8.2
8.3
PRI Card
Main Distribution Frame (System Side)
8.4
8.5
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
14
Nos.
1388
Nos.
19432.00
8.8
No
21778
Nos.
21778.00
8.9
No
29038
Nos.
29038.00
8.10
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
Nos.
7550
Nos.
45300.00
8.13
74
Nos.
146
Nos.
10804.00
8.14
Nos.
165
Nos.
825.00
9.0
Total
INTERNAL TELEPHONE SYSTEM
887756.00
300
9.1
38
Each
141
Each
5358.00
9.2
38
Each
247
Each
9386.00
9.3
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
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
70
Nos
7687
Each
538090.00
11.0
11.1
987482.00
29
No.
301
13270
No.
384830.00
11.2
22
No.
41541
No.
913902.00
11.3
26
Nos
54358
No.
1413308.00
302
11.4
Nos
11.5
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
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
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
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
Nos.
15500
Nos.
77500.00
12.1.3
No.
126370
No.
126370.00
12.1.4
No.
20000
No.
20000.00
12.1.5
No.
20000
No.
20000.00
12.2
12.2.1
No.
96450
No.
96450.00
12.3
12.3.1
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
Nos.
32000
Nos.
96000.00
12.4.2
No.
35000
No.
35000.00
12.5
12.5.1
No.
20000
No.
20000.00
12.5.2
Nos.
1000
Nos.
3000.00
12.5.3
56
Nos.
125
Nos.
7000.00
304
12.6
CABLES
12.6.1
300
mtrs.
30
mtrs.
9000.00
12.6.2
100
mtrs.
53
mtrs.
5300.00
12.6.3
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
17.00 Nos
9249
Each
157233.00
13.3
34.00 Nos
5902
Each
200668.00
13.4
17.00 Nos
2352
Each
39984.00
13.5
16.00 Sets
12955
Set
207280.00
13.6
17.00 Nos
6400
Each
108800.00
13.7
13.7.1
150 mm dia
10.00 Nos
12566
Each
125660.00
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
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
3.00 Sets
15941
Set
47823.00
13.12
6.00 Sets
2831
Set
16986.00
13.13
duly
13.13.1
13.14
3.00 Sets
3.00 Nos
66175
4514
Set
Each
198525.00
13542.00
13.15
3.00 Sets
32011
Set
96033.00
306
13.16
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
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
68.00 Mtrs
422
Mtr
28696.00
13.20.2
18.00 Mtrs
736
Mtr
13248.00
13.21
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
42.00 Nos
5342
Each
224364.00
14.1.2
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
15.4
15.5
232695
Each
232695.00
220 Nos
4189
Each
921580.00
18 Nos
3875
each
69750.00
15.6
27 Nos
4000
each
108000.00
15.7
27 Nos
4069
each
109863.00
15.8
27 Nos
4921
Each
132867.00
15.9
27 Nos
5548
Each
149796.00
16
16.1
1 No
2295560.00
308
a)
b)
c)
d)
e)
f)
g)
h)
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
1 No
226609
Nos.
226609.00
2 Nos.
183594
Nos.
367188.00
1 No
66240
Nos.
66240.00
1 No
62803
Nos.
62803.00
309
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
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
3 Nos
130500
No.
391500.00
16.8
3400 Mtrs
132
Mtr.
448800.00
16.9
71 Sets
5850
Sets
415350.00
16.10
16.10.1
1 No.
325163
No.
325163.00
1 No.
30963
No.
30963.00
1 No.
27619
No.
27619.00
2 Nos
26962
No.
53924.00
2 Nos
26962
No.
53924.00
11 Nos
21229
No.
233519.00
7 Nos
21229
No.
148603.00
3 Nos
19557
No.
58671.00
16.11
16.11.1
310
16.11.2
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
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
16.13
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
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:
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
16.17.1
16.17.2
16.18
50
425
605
240
981
930
312
241020.00
16.19
23 Sqm.
10559
Sqm.
242857.00
16.20
40 Sqm.
6002
Sqm.
240080.00
16.21
3 Sqm.
12868
Sqm.
38604.00
16.22
4 Sqm.
8311
Sqm.
33244.00
16.23
20 Nos.
5482
Sqm.
109640.00
16.24
3 Sqm.
11857
Sqm.
35571.00
16.25
10 Sqm.
8747
Sqm.
87470.00
16.26
8 Sqm.
29778
Sqm.
238224.00
16.27
200 Sqm.
1284
Sqm.
256800.00
16.28
2815 Sqm.
1414
Sqm.
3980410.00
Total
30510723.00
313
17
17.1.
1 No
2075000
Each
2075000.00
1 No
1525000
Each
1525000.00
17.3
1 No
1815000
Each
1815000.00
314
17.4
1 No
650000
Each
650000.00
17.5
1 No
1955000
Each
1955000.00
17.6
1 No
1400000
Each
1400000.00
18
18.1
Total
MAGNETIC ACCESS PRO BARRIERS
9420000
1 No
130565
Each
130565.00
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
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.
Signature of contractor
Name
Date
533328453
Rupees Fifty Three Crore Thirty Three Lakh Twenty
Eight Thousand Four Hundred Fifty Three Only
316