Sei sulla pagina 1di 180

PART A & B

Name of work

Construction of Regional Museum of Natural History at Marchak, Gangtok,


Sikkim. (SH : Construction of Museum & Auditorium, Transit Hostel &
Dormitory including Internal Water Supply & Sanitary Installation, Septic Tank,
Under Ground Sump, Development Works and Internal Electrical Installation,
Street Light, Fire Fighting, Fire Alarm System, Sub-Station, DG-Set, Lift).

INDEX
Description

Page No.

PART-A CIVIL COMPONENTS - TECHNICAL BID, PAGE 1 TO 48


PRESS NOTICE ................................................................................................................................................................................. 2
SALIENT FEATURES OF TENDER DOCUMENTS ...................................................................................................................... 3
INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR E-TENDERING .............................................................. 5
PERIOD OF COMPLETION ............................................................................................................................................................. 5
NIT (FORM CPWD-6) ....................................................................................................................................................................... 9
PERCENTAGE RATE TENDER & CONTRACT FOR WORKS (FORM CPWD-7/8) ................................................................ 17
RECOVERY RATES ....................................................................................................................................................................... 27
GENERAL GUIDELINES FOR BIDDERS .................................................................................................................................... 29
INFORMATION REGARDING ELIGIBILITY .............................................................................................................................. 34
(TECHNICAL BID) ......................................................................................................................................................................... 34
LETTER OF TRANSMITTAL ........................................................................................................................................................ 35
FORM A ........................................................................................................................................................................ 36
FORM B ......................................................................................................................................................................... 37
FORM C ......................................................................................................................................................................... 38
FORM D ........................................................................................................................................................................ 39
FORM E ......................................................................................................................................................................... 40
FORM F ......................................................................................................................................................................... 41
FORM G ........................................................................................................................................................................ 43
FORM H ........................................................................................................................................................................ 44
FORM I .......................................................................................................................................................................... 46
FORM J .......................................................................................................................................................................... 47
PART-B CIVIL COMPONENTS - FINANCIAL BID, PAGE 49 TO 112 (SCHEDULE S-1 TO S-22)
PARTICULAR SPECIFICATIONS & SPECIAL CONDITIONS .................................................................................................. 50
SPECIFIC CONDITIONS TO GREEN BUILDING PRACTICES ................................................................................................. 83
SPECIAL CONDITIONS FOR ROAD ............................................................................................................................................ 92
TABLE OF AGGREGATE GRADATION...................................................................................................................................... 98
FORM OF WATER PROOFING WORKS .................................................................................................................................... 103
PREFERRED MAKES FOR CIVIL WORK. ................................................................................................................................ 112
PART-C ELECTRICAL COMPONENTS - FINANCIAL BID, PAGE 113 TO 180 (SCHEDULE E-1 TO E-45)
PROFORMA FOR QUOTING RATE ................................................................................................................................... E-46
DETAILS OF ADDITIONAL CONDITIONS OF CONTRACT AND SPECIFICATIONS FOR E & M WORKS ................... 113

Certified that this composite NIT contains Part-A, Page 1 to 48, Part-B from
Page 49 to Page 112 and Schedule(civil portion S-1 to S-22) and Part-C from
Page 113 to 180 and Schedule(Electrical portion E-1 to E-45) only.

AE (C)

EE (C)

SE(P)

Chief Engineer, EZ-I


CPWD,Kolkata

CENTRAL PUBLIC WORKS DEPARTMENT


PRESS NOTICE INVITING TENDER
The Executive Engineer, Gangtok Central Division, CPWD, Gangtok invites on behalf of
President of India online Percentage rate bids on two bids system for following work(s) :NIT No. 43/11/2015-16/EE/(CE)EZ-I/GCD/GTK/GCSD-II. Name of work Construction of Regional
Museum of Natural History at Marchak, Gangtok, Sikkim. (SH : Construction of Museum &
Auditorium, Transit Hostel & Dormitory including Internal Water Supply & Sanitary Installation,
Septic Tank, Under Ground Sump, Development Works and Internal Electrical Installation, Street
Light, Fire Fighting, Fire Alarm System, Sub-Station, DG-Set, Lift). Estimated Cost Rs.
28,51,76,773.00 (Rs.25,07,46,298.00. for Civil Components & Rs.3,44,30,475.00 for Electrical & Other
Components) Earnest Money Rs. 38,51,768/-, Period of completion 18 (Eighteen) months. Last
time and date of submission of bid upto 11:59 PM on 05.03.2016.
The bid forms and other details can be obtained from the Website www.tenderwizard.com/CPWD,
www.eprocure.gov.in or www.cpwd.gov.in

Executive Engineer
Gangtok Central Division
CPWD, Gangtok

PRESS NOTICE

AE(P)

EE(P)

3
SALIENT FEATURES OF TENDER DOCUMENTS
Name of work

Construction of Regional Museum of Natural History at Marchak, Gangtok,


Gangtok, Sikkim.
(SH : Construction of Museum & Auditorium, Transit Hostel & Dormitory including
Internal Water Supply & Sanitary Installation, Septic Tank, Under Ground Sump,
Development Works and Internal Electrical Installation, Street Light, Fire Fighting,
Fighting,
Fire Alarm System, SubSub-Station, DGDG-Set, Lift).

The tenderer is advised to read and examine the tender documents for the work and the set of drawings
available with Engineer-in-Charge carefully and inspect and examine the site and its surroundings and
satisfy himself before submitting his tender. Some salient highlights of the tender documents are:Sl.
Description of Salient Features
For details Ref. to
page/conditions No.
1.
In case of Percentage rate tender only percentage quoted shall be
Page-8/Para 10A of
considered. Any tender containing item rates is liable to be
General Conditions
of contract 2014.
rejected..
2.

No conditional rebates/conditions shall be quoted by tenderers.


The tenders of such tenderers who shall quote any condition
or/and conditional rebate shall be summarily rejected.

Part-A/Para 12 of
CPWD-6/Page
No.12

3.

Time allowed for execution of work is 18(Eighteen) months


only. The security deposit will be refunded only after the
satisfactory maintenance period of 12 months.

4.

The schedule of quantities


Components (Part-B) and
(Part-C). It will be
Contractor/Tenderer to sign
of tender documents.

Part-A/Page-22 &
Page-23 /Clause-5,
Clause 10CC and
Clause 17 of the
General Conditions
of the
Contract
2014.
Part-B/page S-1 to
S-22
(Civil Components)
Part-C/page E-1 to
E-45
(Electrical
components)

5.

The contractor (s) shall not be entitled to be paid any interim


payment if the gross work to be done together with net
payment/adjustment of advances for material collected, if any,
since the last such payment is less than Rs. 100 lac for Civil
Components and for Rs. 50 Lac for Electrical & Other
Components.

Part-A/Page23/Clause-7
CPWD-8.
Part-C/Page107/Clause-7
CPWD-8

This work is for construction of buildings in RCC framed


structure G+2 storied residential buildings and single storied
non-residential building with RCC Raft Foundation with
isolated footings. In this connection, the Contractor(s) shall
carefully study the relevant drawings available with EE/NIT.

Architectural/Structur
al Drawings

6.

AE(P)

is given in two parts viz. Civil


Electrical & Other Components.
obligatory on the part of
on Part-B as well as Part-C pages

EE(P)

of

of

4
Sl.

Description of Salient Features

7 7.a)

The required entire quantities of Thermo - Mechanically


Treated (TMT) steel reinforcement bars shall have to be
procured by the contractor(s) from main producers.

b)

The required entire quantities of cement shall have to be


procured from reputed manufacturers having production
capacity of one million tonnes or more per annum and
BIS, such as Ultra tech, ACC, , Vikram, Shree Cement,
Ambuja, Jaypee Cement, J. K. Cement, Century Cement
The materials procured as such shall have to be got tested
as specified before use.

c)

d)

For details Ref. to


page/conditions No.
Part-B/Page-77
to 78/Para 41.2

Part-B/Page-74
to 7/Para 41.1

Part-B/Page-73

The contractor will have to construct cement store of


adequate capacity as per details given on page 92 of
General Conditions of Contract 2014 and to make
arrangements for safe storage of steel bars as per
directions of Engineer-in-Charge.

8
.
9.

Particulars of Composite Bid

Part-A/Page-13 to 15

The contractor shall make his own arrangement for electricity and
water required for the execution of work for which nothing extra
shall be payable.

Part-B/Page-71/Para
19

10
.

Details of Milestones indicating withhold of amount in not


achieving the milestone

Part-A/Page-23

AE(P)

EE(P)

5
INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR e-TENDERING

1.

Time and
date of
opening of
technical
bid

At 04:00 PM on 07.03.2016

18(Eighteen) Months

Rs. 38,51,768.00

(Rupees Thirty eight lac Fifty one Thousand


Seven Hundred and sixty eight) only

Construction
of
Regional Museum of
Natural History at
Marchak, Gangtok,
Sikkim.
(SH :
Construction
of
Museum
&
Auditorium, Transit
Hostel & Dormitory
including
Internal
Water Supply &
Sanitary Installation,
Septic Tank, Under
Ground
Sump,
Development Works
and
Internal
Electrical
Installation,
Street
Light, Fire Fighting,
Fire Alarm System,
Sub-Station, DG-Set,
Lift).

Last date &


time of
submission
of technical
and financial
bids

PM on 05.03.2016

Earnest Money

Upto 11:59

Estimated cost put


to tender

Period of
Completion

NIT No.

Name of Work
& location

Total = Rs.28,51,76,773.00
( Civil Work = Rs. 25,07,46,298.00 )
&
( Electrical Work = Rs.3,44,30,475.00 )

1.

43/11/2015-16/EE/(CE)EZ-I/GCD/GTK/GCSD-II

Sl. No.

The Executive Engineer, Gangtok Central Division, CPWD, Gangtok on behalf of the President of India
invites online the bids from firms/contractors of repute in two bid system for the following work:Period during
which EMD
and other
Documents shall
be submitted
physically

By the lowest
bidder only,
within seven
days after
opening of
financial bids
of eligible
bidders (the
date & time of
opening of
financial bid
would be
communicated
later on to
eligible
bidders only)

Contractors who fulfill the following requirements shall be eligible to apply. Joint
ventures are not accepted.
(a)
Should have satisfactorily completed the works as mentioned below during the
last Seven years ending 31.01.2016.:(i)
Three similar works of each costing not less than Rs.1141 Lac. or two
similar works each costing not less than Rs. 1712 Lac. or one similar
work costing not less than Rs. 2281 Lac.
And
One work of any nature (either part of (i) above or a separate one)
(ii)
costing not less than Rs.1141 Lac with some Central/State
Government Department/Central Autonomous Body/ State
Autonomous Body /Central Public Sector Undertaking .
Similar work shall mean construction of residential / non-residential
building including internal water supply, sanitary installations, Internal
Electrical Installations with or without DG set (minimum 200 KVA) in
India.

AE(P)

EE(P)

(b)

(c)
(d)

6
The value of executed works shall be brought to current costing level by
enhancing the actual value of work done at simple rate of 7% per annum;
calculated from the date of completion to last date of receipt of applications for
bids.
Should have had average annual financial turnover of Rs. 2852 lac on
construction works during the last three years ending 31st March 2015.
(Scanned copy of certificate from CA to be uploaded).
Should not have incurred any loss in more than two years during the last five
years ending 31st March 2015.
Should have a solvency of Rs. 1141 Lac. (Scanned copy of original solvency
to be uploaded). (solvency not required if applicant is class 1(civil) registered
contractor of CPWD and estimated cost is up to Rs 25 crore.)

2.
The intending bidder must read the terms and conditions of CPWD-6 carefully.
He should only submit his bid if he considers himself eligible and he is in
3.

possession of all the documents required.


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

4.

The bid document consisting of plans, specifications, the schedule of quantities of


various types of items to be executed and the set of terms and conditions of the contract
to be complied with and other necessary documents can be seen and downloaded from
website www.tenderwizard.com/CPWD or www.cpwd.gov.in or eprocure.gov.in
free of cost.

5.

But the bid can only be submitted after deposition of original EMD either in the office of
Executive Engineer inviting bids or division office of any Executive Engineer, CPWD
within the period of bid submission. (The EMD document shall only be issued from
the place in which the office of receiving division office is situated) and uploading the
mandatory scanned documents such as Demand Draft of Pay order or Bankers Cheque
or Deposit at call Receipt or Fixed Deposit Receipts and Bank Guarantee of any
Scheduled Bank towards EMD in favour of Executive Engineer as mentioned in NIT,
receipt for deposition of original EMD to division office of any Executive Engineer,
CPWD and other documents as specified.

6.

Those contractors not registered on the website mentioned above, are required to get
registered beforehand. If needed they can be imparted training on online bidding process
as per details available on the website.

7.
8.

The intending bidder must have valid class-III digital signature to submit the bid.
On opening date, the contractor can login and see the bid opening process. After
opening of bids he will receive the competitor bid sheets.

9.

Contractor can upload documents in the form of JPG format and PDF format.
AE(P)

EE(P)

10.

11.

7
Certificate of Financial Turnover: At the time of submission of bid, contractor may
upload affidavit/ Certificate from CA mentioning Financial Turnover of last 3 years or
for the period as specified in the bid documents and further details if required may be
asked from the contractor after opening of technical bids. There is no need to upload
entire volumetric balance sheet.
Contractor must ensure to quote percentage rate for the work. The column meant for
quoting percentage rate in figures appears in pink colour and the moment rate is entered,
it turns sky blue.

12.

The intending bidder has to fill all the details such as Bankers name, number, amount &
date of Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or
Banker`s Cheque or Deposit at Call Receipt (drawn in favour of Executive Engineer,
Gangtok Central Division, CPWD, Gangtok) or Bank Guarantee as part of the earnest
money drawn on any Scheduled Bank while submitting his bid through e-tendering.
(A part of earnest money is acceptable in the form of bank guarantee also. In such case,
minimum 50% of earnest money or Rs 20 Lac, whichever is less, shall have to be
deposited in shape prescribed above, and balance may be deposited in shape of Bank
Guarantee of any scheduled bank having validity for twelve months or more from the
last date of receipt of tenders which is to be scanned and uploaded by the intending
bidders).

13.

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

14.

Pre Bid conference shall be held in the conference Hall of Chief Engineer(EZ-I) ,
C.P.W.D. in the 5th floor, Nizam Palace, Kolkata at 03.00 P.M. on 25.02.2016. to clear
the doubt of intending tenderers, if any.

15.

The department reserves the right to reject any prospective application without assigning
any reason and to restrict the list of qualified contractors to any number deemed suitable
by it, if too many tenders are received satisfying the laid down criterion.

16.

The bidders bid is liable to be rejected / cancelled at any stage even after acceptance if
on verification of their eligible documents found to be forged and misleading later on
and shall be debarred from tendering in CPWD for five years besides taking legal action
as deem fit against such bidder.

Executive Engineer
Gangtok Central Division
C.P.W.D, Gangtok

AE(P)

EE(P)

8
List of Documents to be filled in by the tenderers in various forms as indicated in Section III, to be
scanned and uploaded within the period of bid submission:
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.

11.

12.

Treasury challan/Demand draft/Pay order or Bankers cheque/ Deposit at Call Receipt/


Bank Guarantee of any Scheduled Bank against EMD.
Certificates of Works Experience (Form C, D & E).
Certificate of Financial Turnover from Charted Accountant (Form A).
Bank Solvency Certificate (Form B).
Details of Technical & Administrative Personnel (Form G).
Details of Construction Equipment (Form H).
Affidavit for no back to back execution of work (Form I).
Structure & Organization (Form F).
Certificate of Registration for Sales Tax/VAT and acknowledgement of up to date filed return.
Certificate of Registration for Service Tax and acknowledgement of up to date filed return, if
required as per Notification No. 06/2015 Service Tax dated 01.03.2015 of Department of
Revenue, M/o Finance (to be decided by the NIT approving authority).
Copy of receipt for deposition of original EMD to division office of any Executive Engineer,
CPWD (The EMD document shall only be issued from the place in which the office of
receiving division office is situated).
Any other document as specified in the press notice.

AE(P)

EE(P)

9
CPWD-6

CPWD
NIT (Form CPWD-6)
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
NOTICE INVITING TENDER

1. Percentage rate bids are invited on behalf of President of India from firms/contractors of repute
in two bid system for the work of Construction of Regional Museum of Natural History at Marchak,
Dormitory
tory including
Gangtok, Sikkim. (SH : Construction of Museum & Auditorium, Transit Hostel & Dormi
Internal Water Supply & Sanitary Installation, Septic Tank, Under Ground Sump, Development Works and
Internal Electrical Installation, Street Light, Fire Fighting, Fire Alarm System, SubSub-Station, DGDG-Set, Lift).

Joint ventures are not accepted.


1.1

The work is estimated to cost Rs.28,51,76,773.00( Rs.25,07,46,298.00. for


Civil Components & Rs.3,44,30,475.00 for Electrical & Other Components).
This estimate, however, is given merely as a rough guide.
The authority competent of approve NIT for the combined cost and
1.1.1
belonging to the major discipline will consolidate NITs for calling the
bids. He will also nominate Division which will deal with all matters
relating to the invitation of bids.
For composite bid, besides indicating the combined estimated cost put to
bid, should clearly indicate the estimated cost of each component
separately. The eligibility of bidders will correspond to the combined
estimated cost of different components put to bid.

1.2

Intending bidder is eligible to submit the bid provided he has definite proof from
the appropriate authority, which shall be to the satisfaction of the competent
authority, of having satisfactorily completed similar works of magnitude specified
below:-

1.2.2

Criteria of eligibility.
[A]
Contractors who fulfill the following requirements shall be eligible to
apply. Joint ventures are not accepted.
Should have satisfactorily completed the works as mentioned below
during the last Seven years ending 31.01.2016. The works Completed up
to previous day of last date of submission of tenders shall also be
considered. :(i)
Three similar works of each costing not less than Rs. 1141
Lac. or two similar works each costing not less than
Rs. 1712 Lac. or one similar work costing not less than
Rs. 2281 Lac.
And
(ii)

AE(P)

One work of any nature (either part of (i) above or a


separate one) costing not less than Rs.1141 Lac with
some Central/ State Government Department/Central
Autonomous Body/ State Autonomous Body /Central
Public Sector Undertaking /State Public Sector
Undertaking.
EE(P)

10
Similar work shall mean construction of residential / nonresidential building including internal water supply, sanitary
installations, Internal Electrical Installations with or without DG
set (minimum 200 KVA) in India.
The value of executed works shall be brought to current costing
level by enhancing the actual value of work done at simple rate of
7% per annum; calculated from the date of completion to last date of
receipt of applications for tenders.
Should have had average annual financial turnover on construction works
should be at least 100% of the estimated cost during the last three
consecutive finance years ending 31st March 2015. (Scanned copy of
Audited Balance Sheet to be uploaded).
Should not have incurred any loss in more than two years during the last
five years ending 31st March 2015.

Should have a solvency of Rs. 1141 Lac (Scanned copy of original


solvency to be uploaded)

[B]

2.

To become eligible for issue of bid, the bidders shall also have to
furnish an affidavit as under:
I/We undertake and confirm that eligible similar works(s) has/have not
been got executed through another contractor on back to back basis.
Further that, if such a violation comes to the notice of Department, then
I/we shall be debarred from biding in CPWD in future forever. Also, if
such a violation comes to the notice of Department before date of start of
work, the Engineer-in-Charge shall be free to forfeit the entire amount of
Earnest Money Deposit/Performance Guarantee.

Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 7/8
which is available as a Govt. of India Publication and also available on website
www.cpwd.gov.in. Bidders shall quote his rates as per various terms and conditions of the said
form which will form part of the agreement.
The time allowed for carrying out the work will be 18(Eighteen) 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.

3.

4.

The site for the work is available.


The Architectural Drawings and Structural Drawings shall be made available in phased
manner, as per requirement of the same as per approved programme of completion submitted
by the contractor after award of work.

5.

The bid document consisting of plans, specifications, schedule of quantities of items to be


executed and the set of terms & conditions of the contract to be complied with and other
necessary documents except Standard General Conditions of Contract Form can be seen free of
cost from website www.tenderwizard.com/CPWD or www.cpwd.gov.in.

6.

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

EE(P)

11
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.

7.

8.

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, Gangtok Central Division, CPWD, Gangtok shall be scanned and uploaded to the
e- tendering website within the period of bid submission.
The original EMD should be deposited either in the office of Executive Engineer inviting
bids or division office of any Executive Engineer, CPWD within the period of bid
submission. (The EMD document shall only be issued from the place in which the office
of receiving division office is situated). The EMD receiving Executive Engineer shall
issue a receipt of deposition of earnest money deposit to the bidder in a prescribed format
(enclosed) uploaded by tender inviting EE in the NIT.
The receipt shall also be uploaded to the e-tendering website by the intending bidder
upto the specified bid submission date and time.
A part of earnest money is acceptable in the form of bank guarantee also. In such case,
minimum 50% of earnest money or Rs 20 Lac, whichever is less, shall have to be deposited in
shape prescribed above, and balance may be deposited in shape of Bank Guarantee of any
scheduled bank having validity for 12 (twelve) months or more from the last date of receipt
of tenders which is to be scanned and uploaded by the intending bidders.

Copy of Enlistment Order and certificate of work experience and other documents as specified in the
press notice shall be scanned and uploaded to the e-Tendering website within the period of bid
submission. However, certified copy of all the scanned and uploaded documents as specified in
press notice shall have to be submitted by the lowest bidder only within a week physically in the
office of tender opening authority.
Online bid documents submitted by intending bidders shall be opened only of those bidders, whose
EMD deposited with any division office of CPWD and other documents scanned and uploaded
are found in order.
The bid submitted shall be opened at 04:00 PM on 07/03/2016.
9. The bid submitted shall become invalid and cost of bid & e-Tender processing fee shall not be
refunded if :
i) The bidder is found ineligible.
ii) The bidder does not upload all the documents (including service tax registration/VAT
registration/Sales Tax registration) as stipulated in the bid documents, including the copy of receipt for
deposition of original EMD.
iii) If any discrepancy is noticed between the documents as uploaded at the time of submission of
bid and hard copies as submitted physically in the office of tender opening authority.
iv) The bidder does not deposit original EMD with division office of any Executive Engineer, CPWD
(The EMD document shall only be issued from the place in which the office of receiving division
office is situated) .
v) If a tenderer quotes nil rates against each item in item rate tender or does not quote any percentage
above/below on the total amount of the tender or any section/sub head in percentage rate tender, the
tender shall be treated as invalid and will not be considered as lowest tenderer.
vi) If any discrepancy is noticed between the documents as uploaded at the time of submission of bid and
hard copies as submitted physically by the lowest tenderer in the office of tender opening authority.
AE(P)

EE(P)

12
10. 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 bank/Pay
order of any scheduled bank (in case guarantee amount is less than Rs 100000) or Government
Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of
India in accordance with the prescribed form. In case the contractor fails to deposit the said
performance guarantee within the period as indicated in schedule F including the extended period if
any, the Earnest Money deposited by the contractor shall be forfeited automatically without any notice
to the contractor. The earnest money deposited alongwith bid shall be returned after receiving the
aforesaid performance guarantee.
11. Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is
practicable), the form and nature of the site, the means of access to the site, the accommodation they
may require and in general shall themselves obtain all necessary information as to risks, contingencies
and other circumstances which may influence or affect their bid. A bidders shall be deemed to have
full knowledge of the site whether he inspects it or not and no extra charge consequent on any
misunderstanding or otherwise shall be allowed. The bidders shall be responsible for arranging and
maintaining at his own cost all materials, tools & plants, water, electricity access, facilities for
workers and all other services required for executing the work unless otherwise specifically provided
for in the contract documents. Submission of a bid by a 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.
12. The competent authority on behalf of the President of India does not bind itself to accept the lowest or
any other bid and reserves to itself the authority to reject any or all the bids received without assigning
any reason. All bids in which any of the prescribed conditions is not fulfilled or any condition
including that of conditional rebate is put forth by the bidders shall be summarily rejected.
13. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids
submitted by the contractors who resort to canvassing will be liable to rejection.
14. 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.
15. 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 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.
16. No Engineer of gazetted rank or other Gazetted Officer employed in Engineering or Administrative
duties in an Engineering Department of the Government of India is allowed to work as a contractor for
a period of one year after his retirement from Government service, without the previous permission of
the Government of India in writing. This contract is liable to be cancelled if either the contractor or
any of his employees is found any time to be such a person who has not obtained the permission of the
AE(P)
EE(P)

13
Government of India as aforesaid before submission of the bid or engagement in the contractors
service.
17. The tender for the works shall remain open for acceptance for a period of ninety (90) days from
the date of opening of technical bid. If any bidder withdraws his bid before the said period or
issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms and
conditions of the bid which are not acceptable to the department, then the Government shall,
without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest
money as aforesaid. Further the bidders shall not be allowed to participate in the re-tendering
process of the work.
18. This notice inviting tender shall form a part of the contract document. The successful
bidder/contractor, on acceptance of his bid by the Accepting Authority shall within 15 days from
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 7/8.

19. For Composite Bids (As applicable in the present bid)


19.1.1

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

19.1.2

The bid document will include following three components:

Part A:-

CPWD-6, CPWD-7/8 including schedule A to F for major component of the


work, Standard General Conditions of Contract for CPWD 2014 as
amended/modified up-to-31.01.2016.

Part B:-

General/specific conditions, specifications and schedule of quantities applicable


to major component of the work.

Part C :-

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


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

19.1.3

The bidders must posses valid electrical contractor license.

19.1.4

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

19.1.5

After acceptance of the bid by competent authority, the EE in charge of major


component of the work shall issue letter of award on behalf of the President of
India. After the work is awarded, the main contractor will have to enter into one
agreement with EE in charge of major component and has also to sign two or
more copies of agreement depending upon number of EEs/DDH in charge of
EE(P)

AE(P)

19.1.6

14
minor component. One such signed set of agreement shall be handed over to
EE/DDH in charge of minor component. EE of major component will operate
part A and part B of the agreement. EE/DDH in charge of minor component (s)
shall operate Part C along with Part A of the agreement.
Entire work under the scope of composite bid including major and all minor
components shall be executed under one agreement.

19.1.7

Security Deposit will be worked out separately for each component corresponding
to the estimated cost of the respective component of works. The Earnest Money
will become part of the security deposit of the major components of work.

19.1.8

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

19.1.9

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.

19.1.10

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

AE(P)

Sales Tax, Purchase Tax, Turnover Tax/VAT on Works Contract tax, VAT
or any other tax on materials, statutory charges (except Service Tax),
duties, construction Workers Welfare Cess, Education Cess, etc. shall be
payable by the contractor and Government will not entertain any claim
whatsoever in respect of the same.

EE(P)

15
21. List of Documents to be filled in by the tenderers in various forms as indicated in Section III, to
be scanned and uploaded within the period of bid submission:
1.

Treasury Challan/Demand Draft/Pay order or Banker`s Cheque /Deposit at Call


Receipt/FDR/Bank Guarantee of any Scheduled Bank against EMD.

2.

Certificates of Works Experience (Form C, D & E).

3.

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

4.

Bank Solvency Certificate (Form B).

5.

Details of Technical & Administrative Personnel (Form G).

6.

Details of Construction Equipment (Form H).

7.

Affidavit for no back to back execution of work (Form I).

8.

Certificate of registration of Service Tax.

9.

Structure & Organization (Form F).

10.

a) Certificate of Registration for Sales Tax / VAT of any State in India.


b) Acknowledgement of upto date filed return (if required).
c) Undertaking regarding VAT that the agency will register with that state in which the
contractor has got the work.

11.

Undertaking regarding clause 34 & 36 for deployment of plant and machinery &
Engineering personnel.

12.

Undertaking regarding that the tenderer will either obtain valid electrical license at the
time of execution of electrical work or associate contractors having valid electrical
license of eligible class.

13.

Copy of receipt for deposition of original EMD issued from Division office of any Executive
Engineer, CPWD.

AE(P)

EE(P)

16
FORM OF EARNEST MONEY (BANK GUARANTEE)
WHEREAS, contractor.................. (Name of contractor) (hereinafter called "the contractor") has
submitted his tender dated ............. (date) for the construction of .............................................. (name of
work) (hereinafter called "the Tender")
KNOW ALL PEOPLE by these presents that we ......................................... (name of bank) having our
registered office at ................................... (hereinafter called "the Bank") are bound unto
................................................... (Name and division of Executive Engineer) (hereinafter called "the
Engineer-in-Charge") in the sum of Rs. ......................... (Rs. in words .................................................)
for which payment well and truly to be made to the said Engineer-in-Charge the Bank binds itself, his
successors and assigns by these presents.
SEALED with the Common Seal of the said Bank this ................. day of ................. 20... .
THE CONDITIONS of this obligation are:
If after tender opening the Contractor withdraws, his tender during the period of validity of
(1)
tender (including extended validity of tender) specified in the Form of Tender;
If the contractor having been notified of the acceptance of his tender by the Engineer-in-Charge:
(2)
(a)
fails or refuses to execute the Form of Agreement in accordance with the Instructions
to contractor, if required; OR
fails or refuses to furnish the Performance Guarantee, in accordance with the
(b)
provisions of tender document and Instructions to contractor, OR
(c)
fails or refuses to start the work, in accordance with the provisions of the contract and
Instructions to contractor, OR
(d)
fails or refuses to submit fresh Bank Guarantee of an equal amount of this Bank
Guarantee, against Security Deposit after award of contract.
We undertake to pay to the Engineer-in-Charge up to the above amount upon receipt of his first written
demand, without the Engineer-in-Charge having to substantiate his demand, provided that in his
demand the Engineer-in-Charge will note that the amount claimed by him is due to him owing to the
occurrence of one or any of the above conditions, specifying the occurred condition or conditions.
This Guarantee will remain in force up to and including the date* ............. after the deadline for
submission of tender as such deadline is stated in the Instructions to contractor or as it may be extended
by the Engineer-in-Charge, notice of which extension(s) to the Bank is hereby waived. Any demand in
respect of this Guarantee should reach the Bank not later than the above date.

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

SIGNATURE OF THE BANK


SEAL

*Date to be worked out on the basis of validity period of 12 months from last date of receipt of tender.

AE(P)

EE(P)

17
CPWD-7/8
Percentage Rate Tender & Contract for Works (Form CPWD-7/8)
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

CPWD

Percentage Rate Tender & Contract or Works


(A)

att Marchak,
Tender for the work of:- Construction of Regional Museum of Natural History a
Gangtok, Sikkim. (SH : Construction of Museum & Auditorium, Transit Hostel &
Dormitory including Internal Water Supply & Sanitary Installation, Septic Tank, Under
Ground Sump, Development Works and Internal Electrical Installation, Street Light,
Light,
Fire Fighting, Fire Alarm System, SubSub-Station, DGDG-Set, Lift).

(i)
(ii)

To be submitted by 23:59 hours on 05.03.2016 to


Executive Engineer, Gangtok Central Division, CPWD, Gangtok
To be opened in presence of tenderers who may be present at 16:00 hours on
07.03.2016 in the office of Executive Engineer, Gangtok Central Division,
CPWD, Gangtok
Issued
to
*..
Signature
of
officer
issuing
*

the

documents

Designation
.*
Date of Issue

*.
COMPOSITE TENDER

I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F Specifications
applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, of
2014 with up to date amendments, clauses of contract, Special conditions, Schedule of Rate &
other documents and Rules referred to in the conditions of contract and all other contents in the
tender document for the work.
I/We hereby tender for the execution of the work specified for the President of India within the time
specified in Schedule F viz., schedule of quantities and in accordance in all respect with the
specifications, designs, drawing and instructions in writing referred to in Rule-1 of General Rules
and Directions and in Clause 11 of the Conditions of contract of 2014 with up to date amendments
and with such materials as are provided for, by, and in respect of accordance with, such conditions so
far as applicable.
We agree to keep the tender open for ninety (90) days from the date of opening of technical bid and
not to make any modification in its terms and conditions.
A sum of Rs. 38,51,768.00 is hereby forwarded in cash/receipt treasury challan/deposit at call receipt
of a scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled
bank/bank guarantee issued by a scheduled bank as earnest money.
* Blanks to be filled by EE/GCD

AE(P)

EE(P)

18
A copy of earnest money in receipt treasury challan/deposit at call receipt of a scheduled bank/fixed
deposit receipt of scheduled bank/ demand draft of a scheduled bank/bank guarantee issued by a
scheduled bank is scanned and uploaded. If I/We, fail to furnish the prescribed performance
guarantee within prescribed period, I/We agree that the said President of India or his successors, in
office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest
money absolutely. Further, if I/We fail to commence work as specified, I/We agree that President of
India or the successors in office shall without prejudice to any other right or remedy available in law,
be at liberty to forfeit the said performance guarantee absolutely. The said performance guarantee shall
be guarantee to execute all the works referred to in the tender documents upon the terms and
conditions contained or referred to those in excess of that limit at the rates to be determined in
accordance with the provision contained in Clause 12.2 and 12.3 of the tender form.
Further, I/We agree that in case of forfeiture of Earnest Money & Performance Guarantee as
aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.
I/We undertake and confirm that eligible similar work(s) has/have not been got executed through
another contractor on back to back basis. Further that, if such a violation comes to the notice of
Department, then I/We shall be debarred for tendering in CPWD in future forever. Also, if such a
violation comes to the notice of Department before date of start of work, the Engineer-in-Charge
shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.
I/We hereby declare that I/We shall treat the tender documents drawings and other records connected
with the work as secret/confidential documents and shall not communicate information/derived
therefrom to any person other than a person to whom I/We am/are authorized to communicate the
same or use the information in any manner prejudicial to the safety of the State.
Dated: ..**.

Signature of Contractor **

Witness: **
Postal Address **

Address: **
Occupation: **
ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted
by me for an on behalf of the President of India for a sum of
s.*....
(Rupee*
).
The letters referred to below shall form part of this contract agreement:(a)
(b)
(C)

*
*
*
For & on behalf of President of India

Dated: *..
*.
AE(P)

Signature
Designation

EE(P)

19
PROFORMA OF SCHEDULES
(Separate Performa for Civil and Elect. & Other Works in case of Composite Tenders)
(Operative Schedules to be supplied separately to each intending tenderer)
SCHEDULE A
Page No. S-1 to S-22
Page No. E-1 to E-45

Schedule of quantities Civil (as per PWD-3)


Schedule of quantities Electrical (as per PWD-3)

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

Description of item

Quantity

Rates in figures &


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

Place of
issue

NIL

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

Description

Hire charges per


day
3

Place of Issue
4

NIL

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

AE(P)

NIL

EE(P)

20
SCHEDULE E

PROFORMA OF SCHEDULES

CPWD

Reference to General Conditions of Contract of 2014 with amendments up-to-25.01.2016.

Name of Work

Construction of Regional
Regional Museum of Natural History at
Marchak, Gangtok, Sikkim. (SH : Construction of Museum &
Auditorium, Transit Hostel & Dormitory including Internal
Water Supply & Sanitary Installation, Septic Tank, Under
Ground Sump, Development Works and Internal Electrical
Electrical
Installation, Street Light, Fire Fighting, Fire Alarm System,
SubSub-Station, DGDG-Set, Lift).

Estimated cost of
work
(i)
Civil Components
(ii)
Electrical
& Other
Components
Total

Rs.25,07,46,298.00
Rs.3,44,30,475.00
Rs.28,51,76,773.00

(i)

Earnest Money

Rs. 38,51,768.00

(ii)

Performance Guarantee

5% of tendered value

(iii)

Security Deposit

2.5% of tendered value


The person/persons whose tender(s) may be
accepted (hereinafter called the contractor)
shall permit Govt. at the time of making any
payment to him for work done under the
contract to deduct a sum at the rate of 2.5% of
the gross amount of each running bill till the
sum deducted will amount to security deposit
of 2.5% of the tendered value of the work. For
composite tenders, Security Deposit will be
worked out separately for each component
corresponding to the tendered amount of the
respective component of works.

AE(P)

EE(P)

21
SCHEDULE 'F'
GENERAL RULES & DIRECTIONS : Officer inviting tender EE/GCD/CPWD/Gangtok
Maximum percentage for quantity of items of
work to be executed beyond which rates are
to be determined in accordance with Clauses
12.2 12.3

See below

Definitions:
2(v)

Engineer-in-Charge

EE/GCD/CPWD/Gangtok or successor
thereof for civil work.
EE/SCED/CPWD/Siliguri or successor
thereof for E&M work.

2(viii)

Accepting Authority

CE(EZ)-I/CPWD/Kolkata or successor
thereof.

2(x)

2(xi)

Percentage on cost of materials and


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

2(xii)

Department

CPWD

9(ii)

Standard CPWD Contract Form


GCC 2014,

CPWD Form 8 modified & Corrected upto-25.01.2016

15%
DSR 2014 for civil work & DSR 2014 for
electrical work

Clause 1
(i) Time allowed for submission of Performance
Guarantee, programme chart (time and progress)and
applicable labour license, registration within

7(Seven) days

(ii) Maximum allowable extension with late fee @ 0.1%


per day of performance guarantee amount beyond
the period provided in (i) above

Clause 2

Clause 2A

Clause 5

AE(P)

Authority for fixing compensation under clause


2

Whether Clause 2A shall be applicable

Number of days from the date of issue of


letter of acceptance for reckoning date of
start

15(Fifteen) days
The Superintending
Engineer, Siliguri
Central Circle(EZ),
C.P.W.D or successor
thereof
No

....15... days

EE(P)

22

Mile stone(s) as per table given below:Description of Milestone (Physical) Time allowed
in
Months (from
date of start)

S. No.

1.

2.

3.

4.

RCC work up to plinth level for residential & non


residential buildings i/c providing cable entry
pipes and wet riser pipes for entry to the building.
Complete RCC work for residential and nonresidential building i/c conduit laying in slabs for
all services.
All masonry work, all pipe works related to water
supply and sanitary installation, electrical conduit
drops, switch boxes, installation of electrical
panels, AFAS, DG set, lift, street light, UG cables
fire fighting system etc.
All finishing works such as painting, fittings and
fixtures in all respect, overall completion of
external services and road work, testing,
commissioning and trial run of all E&M
installations, water supply and drainage line i/c
clearing the site.

6 Months
12 Months

Amount to be with-held in
case of non achievement of
mile stone
In the event of non achieving of
necessary progress as indicated
in the table, amount @ 1.25%
of the tender value will be
withheld for each milestone
thus making total 5%

16 Months

18 Months

Time allowed for execution of work

18 (Eighteen) Months.

Authority to decide:
Extension of time: The Superintending Engineer, Siliguri Central
(i)
Circle(EZ), C.P.W.D or successor thereof
Rescheduling
of
mile
stones: The Superintending Engineer, Siliguri
(ii)
Central Circle(EZ), C.P.W.D or successor thereof
Clause 6, 6A
Clause applicable - (6 or 6A)

6A

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

Clause 7A
Whether clause 7A shall be applicable

AE(P)

Rs.100 lac for civil work


Rs.50 lac for electrical work

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.

EE(P)

23
Clause 10A
List of testing equipment to be provided by the contractor at site lab.
(TABLE-1)
Equipments for Testing of Materials & Concrete at Site Laboratory
All necessary equipment for conducting all necessary tests shall be provided at the site laboratory by the
contractor at his own cost. The following minimum laboratory equipments shall be set up at site office
laboratory:Sl.
Equipment
Numbers
No.
(Minimum)
Balances
1.
(i)
7 kg. to 10 kg. capacity, semi-self indicating type - accuracy 10
1
(ii)
(iii)

2.
3.
(i)

(ii)

4.
5.
6.
7.
8.
9.
(i)

(ii)
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.

gm.
500 gm. capacity, semi-self indicating type - accuracy 1 gm.
Pan balance- 5 kg. capacity - accuracy 10 gms.
Ovens-electrically operated, thermostatically controlled upto
110C - sensitivity 1C
Sieves: as per IS 460-1962.
I.S. sieves - 450mm internal dia, of sizes 100 mm, 80 mm,
63mm, 50 mm, 40 mm, 25 mm, 20
mm, 12.5 mm, 10 mm, 6.3 mm, 4.75mm, complete with lid and
pan.
I.S. sieves- 200mm internal dia (brass frame) consisting of
2.36mm, 1.18mm, 600 microns, 425
microns, 300 microns, 212 microns, 150 microns, 90 microns,
75 microns, with lid and pan.
Sieve shaker capable of 200 mm and 300 mm dia sieves,
manually operated with timing switch
assembly.
Equipment for slump test- Slump cone, steel plate, tamping
rod, steel scale, scoop.
Dial gauges, 25 mm travel - 0.01 mm/division least count 2nos.
100 tonnes compression testing machine, electrical-cum
manually operated.
Graduated measuring cylinders 200 ml capacity - 3 Nos.
Enamel trays (for efflorescence test for bricks).
300 mm 250 mm 40 mm
Circular plates of 250 mm dia

Pumps and pressure gauges for hydraulic testing of pipes


Graduated glass cylinder
Cube moulds size 70mmx70mmx70mm
Cube moulds size 150mmx150mmx150mm
Any other equipment for site tests as outlined in BIS and as
directed by the Engineer-in-charge.
Insulation resistance Tester (1000 V).
Earth resistance tester.
Multi-meter.
Tong tester.
All other equipments required for testing & commissioning of
E&M installations.

AE(P)

1
1
1
As per requirement

As per requirement

1
As per requirement
As per requirement
1
As per requirement
As per requirement
2 nos.
4 nos.

2
As per requirement
10
As required
As per requirement
As per requirement
As per requirement
As per requirement
As per requirement
As per requirement

EE(P)

24
Clause 10B(ii)
Whether Clause 10 B (ii) shall be applicable

Yes

Clause 10C
Not Applicable
Clause 10CA:

Materials Covered
under this clause :

1. Cement PPC / PSC

Nearest Materials (other


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

2. Reinforcement bars 2. ..
TMT (Primary Producers)
(i)

Base Price of all the


materials covered under
clause 10 CA

1. Rs.8335.00 per MT
2. Rs.42694.00 per MT

In case contractor is permitted to use TMT reinforcement bars procured from secondary
producers then:
a

The base price of TMT reinforcement bars as stipulated under schedule F shall be
reduced by Rs. 7553.00 (Rupees Seven thousand five hundred fifty three only) per MT.

b The rate of providing & laying TMT reinforcement bars as quoted by the contractor in the
tender shall also be reduced by Rs.9.02 (Rupees Nine and Two Paise only) per kg.
Clause 10CC

----

Applicable

Clause 10 CC to be applicable in contracts with stipulated period


of completion exceeding the period shown in next column
Schedule of component of other Materials, Labour, POL etc. for
price escalation.
Component of civil (except materials covered under clause 10CA)
construction Materials expressed
as percent of total value of work:

12 (Twelve)
months
Nil
Xm = 35.30%

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= 0%

AE(P)

EE(P)

25

Clause 11
Specifications to be
followed
for execution of work

Clause 12

CPWD Specifications 2009 volume -I & II with


corrections of slips up to 25.01.2016 for civil work
C.P.W.D. Specifications Part-I Internal 2013 Part- II
External 1994, Part-III(Lifts & Escalators), Part-V (Wet
riser & Sprinkler system) 2006, Part-VI(Fire alarm
system)1988 with Correction Slips upto 30.11.2014

Type of Work :- Original Work

12.2.
&
12.3

(i)Deviation limit beyond which


clauses 12.2 & 12.3 shall apply
for building work

12.5

(ii) Deviation Limit beyond


which clauses 12.2 & 12.3 shall
apply for foundation
work(except earth work)
(iii) Deviation Limit for items of
earth work for foundation
Under Sub Head Earth work

30% (Thirty percent)

30% (Thirty percent)

100% (One hundred percent)

Clause 16
Competent Authority for
deciding reduced rates.

The Superintending Engineer,


Siliguri Central Circle(EZ), C.P.W.D
or successor up to 5% of contract
value & beyond that Chief Engineer
(EZ)-I, CPWD or successor thereof

Clause 18
List of mandatory machinery, tools & plants to be deployed by the contractor at site:1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.

AE(P)

D.G. Set of required capacity.


Automatic Batching plant of 20 cubic meter per hour capacity or as assessed
by the Engineer in Charge.
Concrete pump.
Needle type vibrator (40/60 mm)-2/3 ,(5) nos.
Water pump set for curing.
Bar Bending machine at least 2(Two) nos.
Bar cutting Machine at least 2(Two) no.
Bar Straightening Machine at least 2(Two) no.
Total Station type Theodolite.
Dumper.
Mechanical operated earth excavator.
Steel shuttering plate at least 7000 sqm plus External scaffoldings for one
floor.
Auto level & staff.

EE(P)

14.

15.

26
The list is not exhaustive. Any other machinery/ equipment / Tools and
plants as required for the proper execution of work required as per
agreement / specification laid down in the agreement to be provided by the
contractor at no extra cost.
Hand drill, Brick wall / chase cutter, Ladder, Welding Machine, All other equipments,
machinery, tools and plants required for proper execution of all the electrical works.

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

Clause 25 Sl.
no.

Constitution of Dispute Redressal Committee:


Constitution

For total Claim exceed Rs.


25.0 lac

For total Claims up to Rs.


25.0 lac

Chairman

Chief Engineer(EZIII),CPWD, Kolkata

Director(Works-cumTLQA), ER-1, CPWD,


Kolkata

Member

Director(Works-cumTLQA), ER-1, CPWD,


Kolkata

Executive Engineer EZ-I


Kolkata(Other than EE
under whose jurisdiction
the work falls)

Member

Superintending Engineer (P)


EZ-I, Kolkata

Executive Engineer EZ-I


Kolkata(Other than EE
under whose jurisdiction
the work falls)

Member

Superintending
Engineer/Project Managerin-charge of the work.

Executive Engineer in
charge of the work

The concern EE, in-charge of the work will put up the case.

AE(P)

EE(P)

27
Recovery Rates
Clause 36 (i) Requirement of Technical Representative(s) and recovery Rate
Sl.No.

Requirement of |Technical staff


Qualification
Number
(of Major +Minor Component)

Graduate
Engineer
1.

2.

(Major
Component)

Graduate
Engineer

1 (one for major


component, civil)

Minimum
Experience

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

3.

Graduate
Engineer
or
Diploma
Engineer

1+1 (one for major


component, civil and
one for minor
component, elect.)

5 years
or
10years
Respectively

4.

Graduate
Engineer
or
Diploma
Engineer

1+1 (one for major


component, civil and
one for minor
component, elect.)

2 years
or
5 years
Respectively

Designation

Rate at which the recovery


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

Project
Manager

Rs. 60,000/- per month


per person.

Deputy
Project
Manager

Rs. 40,000/- per month


per person.

Project /
site
Engineer

Rs. 25,000/- per month


per person.

Project
Planning /
quality/
billing
Engineer

Rs. 15,000/- per month


per person.

Assistant Engineers retired from Government services that are holding Diploma will be treated at
par with Graduate Engineers.
Clause 42 Provision under Clause 42 shall be applicable to the material brought by contractor also.
(a)
(i)
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)
(a)

For works with estimated cost put to


tender more than Rs.5 lakh.

2% (Two percent) minus.

(b)

Bitumen All Works

2.5% minus

(c)

Steel Reinforcement and structural steel


sections for each diameter, section and
category
All other materials

Nil

(d)
AE(P)

Variations permissible on theoretical quantities:


Cement

EE(P)

28
RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Sl
No

1.

2.

3.

AE(P)

Rates in figures and words at which recovery


Shall be made from the Contractor.
Description of item
Base Price in schedule F plus 10%
Excess beyond the
Less use beyond the
Permissible variation
permissible variation
Rs.9169.00 Per MT
Cement PPC
Nil
(Nine thousand one
hundred sixty nine
only per MT)
Steel
Reinforcement
Rs. 46963.00 Per MT.
(TMT Bar)
Nil
(Forty six thousand
nine hundred sixty
a) Primary producer
three only per MT)
Rs.38655.00 Per MT.
b) Secondary producer Nil
(Thirty eight thousand
six hundred fifty five
only) per MT
Rs.51481.00 Per MT.
Structural
Steel Nil
(Fifty one thousand
Sections
four hundred eighty
one only per MT)

EE(P)

29
GENERAL GUIDELINES FOR BIDDERS
GENERAL:
1.1
Letter of transmittal and forms for deciding eligibility are given in Section III.

1.0

2.0

3.0

AE(P)

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 telex and those received
late will not be entertained.

1.3

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.

1.4

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

1.5

The credentials submitted in respect of prequalification of the tender by the first


lowest bidder after opening of the financial bid shall be verified before award of
work. Any information furnished by the bidder found to be incorrect either
immediately or at a later date, would render him liable to be debarred from
tendering/taking up of work in CPWD. If such bidder happens to be enlisted
contractor of any class in CPWD, his name shall also be removed from the
approved list of contractors.

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, Gangtok Central Division, CPWD, Gangtok.

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.

METHOD OF APPLICATION:
3.1
If the bidder is an individual, the application shall be signed by him above his full
type written name and current address.

EE(P)

3.2

3.3

30
If the bidder is a proprietary firm, the application shall be signed by the proprietor
above his full type written name and the full name of his firm with its current
address.
If the bidder is a firm in partnership, the application shall be signed by all the
partners of the firm above their full type written names and current address, or,
alternatively, by a partner holding power of attorney for the firm. In the later case a
certified copy of the power of attorney should accompany the application. In both
cases a certified copy of the partnership deed and current address of all the partners
of the firm should accompany the application.

3.4

4.0

If the bidder is a limited company or a corporation, the application shall be signed


by a duly authorized person holding power of attorney for signing the application
accompanied by a copy of the power of attorney. The bidder should also furnish a
copy of the Memorandum of Articles of Association duly attested by a Public
Notary.
FINAL DECISION MAKING AUTHORITY
The employer reserves the right to accept or reject any bid and to annul the process and reject
all bids at any time without assigning any reason or incurring any liability to the bidders.

5.0

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

6.0

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

7.0

CRITERIA FOR ELIGIBILITY (TECHNICAL BID)


7.1 (i)
Experience of having successfully completed works during the last seven years
ending 31.01.2016. The works completed up to previous day of last date of
submission of tenders shall also be considered.
three similar works each costing Rs. 1141 Lac. or completed two similar works
each costing Rs.1712 Lac. or completed one similar work costing Rs. 2281
Lac
And
(ii)

One completed work of any nature (either part of (i) above or a separate one)
costing not less than Rs.1141 Lac with some Central/State Government
Department/Central Autonomous Body/ State Autonomous Body /Central Public
Sector Undertaking /State Public Sector Undertaking.
Similar work shall mean construction of residential / non-residential
building including internal water supply, sanitary installations, Internal
Electrical Installations with or without DG set (minimum 200 KVA) in India.

AE(P)

EE(P)

31
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 applications for tenders.

7.2

Should have had average annual financial turnover on construction works should
be at least 100% of the estimated cost during the last three consecutive financial
years ending 31st March 2015. (Scanned copy of Audited Balance Sheet to be
uploaded).This should be duly audited by a Chartered Accountant. Year in which
no turnover is shown would also be considered for working out the average.

7.3

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.

7.4

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]-B
Where.

AE(P)

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 a simple rate of 7% per annum.

N=

Number of years prescribed for completion of work for which bids have
been invited.

B=

Value of existing commitments and ongoing works to be completed


during the period of completion of work for which bids have been
invited.

7.5

The bidder should have a solvency of Rs. 1141 Lac. certified by his Bankers.

7.6

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

7.7

The bidder should have sufficient number of Technical and Administrative


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

7.8

The bidders performance for each work 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 and should be obtained in sealed cover.

EE(P)

32
8.0

EVALUATION CRITERIA FOR TECHNICAL QUALIFCATION


8.1
The details submitted by the bidders will be evaluated in the following manner.
8.1.1

The criteria for eligibility prescribed in para 7.1 to 7.5 above in respect
of experience of similar class of works completed, bidding capacity and
financial turn over etc. will first be scrutinized and the bidders
eligibility for the work be determined.

8.1.2

The bidders qualifying the criteria for eligible as set out in para 7.1 to
7.5 above will be evaluated for following criteria by scoring method on
the basis of details furnished by them:
(a)
Financial strength (Form A &
Maximum 20 Marks
B)
(b)
Experience in similar nature of
Maximum 20 Marks
Work during last seven years
(Form C)
(c)
Performance on works (Form
E)
c1. Performance on Time
Maximum 20 Marks
Overrun
c2. Performance on Work
Maximum 15 Marks
Quality
(d)
Personnel and Establishment
Maximum 10 Marks
(Forms F & G)
(e)
Plant & Equipment (Form H)
Maximum 15 Marks
.
Total
100 Marks
.
NOTE:
1)
Criteria for evaluation of performance of the contractor is given
in Form J.
2)
To become eligible for qualification in technical bid evaluation,
the bidder must secure at least fifty percent marks in each
attribute and sixty percent marks in aggregate.
3)
The department, however, reserves the right to restrict the list
of bidders qualification in technical bid evaluation to any
number, as deemed suitable by it.

8.2

AE(P)

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

made misleading or false representation or deliberately suppressed the


information in the forms, statements and enclosures required in the
eligibility criteria document.

(b)

record of poor performance such as abandoning work, not properly


completing the contract, or financial failures/weaknesses etc.

EE(P)

33
9.0

FINANCIAL INFORMATION
Bidder should furnish the financial information like Annual Financial Statement for the last
five years (in Form A) and Solvency Certificate (in Form B).

10.0

EXPERIENCE IN CIVIL WORKS HIGHLIGHTING EXPERIENCE IN SIMILAR


WORKS
10.1 Bidder should furnish the following:
(a)
List of all works of similar nature successfully completed during the last
seven years (in form C).
(b)
List of the projects under execution or awarded (in Form D). This
information should be complete and no work should be left out.
10.2

Particulars of completed works and performance of the applicant duly


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

11.0

ORGANISATION INFORMATION
Bidder is required to submit the information in respect of his organization (in forms F &
G).

12.0

CONSTRUCTION PLANT & EQUIPMENT


Bidders 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 F and available with
the bidder may also be indicated.

13.0

LETTER OF TRANSMITTAL
The bidder should submit the letter of transmittal attached with the document.

14.0

OPENING OF THE FINANCIAL BID


After evaluation of applications, a list of short listed agencies qualified in technical evaluation
will be prepared. Thereafter, the financial bids of only the qualified and technically
acceptable bidders shall be opened at the notified time, date and place in the presence of the
qualified bidders or their representatives. The validity of the tenders shall be 90 days and
shall be reckoned from the date of opening of the technical bids.

15.0

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

15.2

AE(P)

(a)

Amend the scope and value of contract to the bidder.

(b)

Reject any or all of the applications without assigning any reason.

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.

EE(P)

34

SECTION III

INFORMATION REGARDING ELIGIBILITY


(TECHNICAL BID)

AE(P)

EE(P)

35
LETTER OF TRANSMITTAL
From:

To
The Executive Engineer
Gangtok Central Division
CPWD, Gangtok.

Subject:-

Construction of Regional Museum of Natural History at Marchak, Gangtok, Sikkim. (SH :


Construction of Museum & Auditorium, Transit Hostel & Dormitory including Internal
Water Supply & Sanitary Installation, Septic Tank, Under Ground Sump, Development
Works and Internal Electrical Installation, Street Light, Fire Fighting, Fire Alarm System,
Sub-Station, DG-Set, Lift).

Sir,
Having examined the details given in Press Notice and Bid document for the above work, I/we
hereby submit the relevant information.
1. I/We hereby certify that all the statement made and information supplied in the enclosed forms A to
H and accompanying statement are true and correct.
2. I/We have furnished all information and details necessary for eligibility and have no further pertinent
information to supply.
3. I/We submit the requisite certified solvency certificate and authorize the Executive Engineer,
Gangtok Central Division, CPWD, Gangtok to approach the Bank issuing the solvency certificate to
confirm the correctness thereof. I/We also authorize Executive Engineer, Gangtok Central Division,
CPWD, Gangtok to approach individuals, employers, firms and corporation to verify our competence
and general reputation.
4. I/We submit the following certificates in support of our suitability, technical knowledge and
capability for having successfully completed the following works:
Name of Work

Certificate from

Enclosures:
SIGNATURE(S) OF BIDDER(S)
Seal of bidder
Date of submission

AE(P)

EE(P)

36
FORM A
FINANCIAL INFORMATION

I.

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


& loss account for the last five years duly certified by the Chartered Accountant, as
submitted by the applicant to the Income Tax Department (Copies to be attached).
YEARS
i)

Gross Annual turn over


On construction works.

ii)

Profit/Loss

II.

Financial arrangements for carrying out the proposed work.

III.

Solvency Certificate from Bankers of bidder in the prescribed Form B

SIGNATURE OF BIDDER(S)

Signature of Chartered Accountant with Seal

AE(P)

EE(P)

37
FORM B
FORM OF BANKERS SOLVENCY CERTIFICATE FROM A
SCHEDULED BANK
This is to certify that to the best of our knowledge and information
that
M/s./Shri
having
marginally noted address, a customer of our bank are/is respectable
and can be treated as good for any engagement up to a limit of
s(Rupees).
This certificate is issued without any guarantee or responsibility on
the bank or any of the officers.
(Signature)
For the Bank
NOTE:(1) Bankers certificate should be on letter head of the Bank,
sealed in cover addressed to tendering authority.
(2) In case of partnership firm, certificate should include
names of all partners as recorded with the Bank.

AE(P)

EE(P)

FORM C
DETAILS OF ALL WORKS OF SIMILAR NATURE COMPLETED
DURING
THE LAST SEVEN YEARS ENDING 31.01.2016
Sl.
No
.

Name
of
work/
projec
t and
locatio
n

Owner or
sponsorin
g
organizati
on

Cost
of
work
in
crore
s

Date of
comme
ncemen
t as per
contract

Stipula
ted
date of
comple
tion

Actu
al
date
of
comp
letion

Litigation
/
arbitratio
n
cases
pending/i
n
progress
with
details*

Name
Remar
and
ks
address/
telephon
e
number
of officer
to whom
referenc
e may be
made
9
10

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

SIGNATURE OF BIDDER(S)
*indicate gross amount claimed and amount awarded by the Arbitrator.

FORM D
PROJECTS UNDER EXECUTION OR AWARDED
Sl.
No.

Name
of Owner or
work/
sponsoring
project and organizati
location
on

Cost
of
work
in
crore
of
rupee
s
4

Date
of
commence
ment
as
per
contract

Stipulated
date
of
completion

Up
to
date
percenta
ge
progress
of work

Slow
progress
if
any,
and
reasons
thereof

Name and
address/
telephone
number of
officer to
whom
reference
may
be
made
9

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

SIGNATURE OF BIDDER(S)

Remar
ks

10

40
FORM E
PERFORMANCE REPORT OF WORKS
REFERRED TO IN FORM C & D
1.

Name of wok/
Project & Location

2.

Agreement No.

3.

Estimated Cost

4.

Tendered Cost

5.

Date of Start

6.

Date of completion
i)

Stipulated Date of Completion

ii)

Actual Date of Completion

7.

Amount of compensation levied for


delayed completion, if any.

8.

Amount of reduced rate items, if any.

9.

Performance Report
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

Dated:

Executive Engineer or
Equivalent

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

41
FORM F
STRUCTURE & ORGANISATION
1.

Name & Address of the bidder

2.

Telephone No./Telex No./Fax No.

3.

Legal status of the


bidder (attach copies of original
document defining the legal status).

4.

a)

An Individual

b)

A proprietary firm

c)

A firm in partnership

d)

A limited company or
Corporation

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


Organization/Place of registration No.

Registration

1.
2.
3.
5.

Names and Titles of Directors & Officers with


designation to be concerned with this work.

6.

Designation of individuals authorized to act for


the organization.
Was the bidder ever required to suspend
construction for a period of more than six months
continuously after you commenced the
construction? If so, given the name of the project
and reasons of suspension of work.
Has the bidder, or any constituent partner in case
of partnership firm, ever abandoned the awarded
work before its completion? If so, give name of
the project and reasons for abandonment.

7.

8.

9.

Has the bidder, or any constituent partner in case


of partnership firm, ever been debarred/ black
listed for tendering in any organization at any
time? If so, give details.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

42

10.

Has the bidder, or any constituent partner in case


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

11.

In which field of Civil Engineering Construction


the bidder has specialization and interest?

12.

Any other information considered necessary but


not included above.

SIGNATURE OF BIDDER(S)

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

43

FORM G
DETAILS OF TECHNICAL &
ADMINISTRATIVE PERSONNEL TO BE
EMPLOYED FOR THE WORK
Sl. Desi
No gnat
.
ion
1

Total
No.

No.
Nam Qualificatio
available
e
ns
for
this
work
4
5
6

Professional
How these would Rema
experience and be involved in this rks
details of work work
carried out
7
8
9

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

44
FORM H
DETAILS OF CONSTRUCTION AND
EQUIPMENT
LIKELY TO BE USED IN CARRYING OUT THE
WORK
Sl. Name of
No. Equipment

1
1.

2.

3.

4.

5.
6.

No
s.

Capacity
or Type

Age

Condition

Ownership status

Presentl
y
Owned
7

Leased

Current
location

To
be
Purchased
9

Hydraulic Mixer
with
Diesel
Engine/Electricall
y Operated with
Digital
inbuilt
weigh batching.
Batching
plant
electrically
operated
with
automatic
load
cell
weigh
batching system
(30 cum capacity
per hour).
Excavator
cum
loader (JCB 3D
model
or
equivalent).
DG
sets
of
adequate
capacity.
Truck/Tippers/Tr
ansit mixer
Concrete pump
(20 cum/Hr. min
capacity & lift
25M).
Contd

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

Rema
rks

10

11

45

7.
8.
9.
10.

11
12

13
14

Vibrators.
Dumper.
Reinforcem
ent bending
machine.
Reinforcem
ent cutting
machine.
Total
station.
Steel
shuttering
at
least
7000 sqm
plus
External
Scaffolding
s for one
floor
Auto level
& staff.
Any other
machinery
as required
for
completion
of the work.

I, the undersigned, do hereby undertake that our firm M/s.


shall
deploy all plants, equipments and
machineries required for implementation of the project as per technical
specifications. I also undertake to either own or have assured access through hire
or lease the key items of the equipments as specified in this form.

..
Signed by an Authorised Officer of the firm

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

46

FORM I

AFFIDAVIT

I/We undertake and confirm that eligible similar works(s) has/have not been got
executed through another contractor on back to back basis. Further that, if such a
violation comes to the notice of Department, then I/we shall be debarred for
biding in CPWD in future forever. Also, if such a violation comes to the notice of
Department before date of start of work, the Engineer-in-Charge shall be free to
forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.
(Scanned copy of this affidavit to be uploaded at the time of submission of bid).

..
Signed by an Authorised Officer of the firm

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

47
FORM J
CRITERIA FOR TECHNICAL BID EVALUATION OF CONTRACTORS
Attributes
Evaluation
(i)
Financial strength
60% marks for minimum eligibility
(a)
(20 marks)
criteria
(i)

(ii)

Average
annual
turnover
Solvency
Certificat
e

Experience in
similar
class of works

(b)

100% marks for twice the minimum


eligibility criteria or more

16 marks

(ii)

4 marks

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

(20marks)

(i)

60% marks for minimum eligibility


criteria

(ii)

100% marks for twice the minimum


eligibility criteria or more

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


Performance on
works (time over
run)
Parameter

(c)

( 20 marks)

Calculation
For points

Score

If TOR =

1.00

2.00

3.00

Maxim
um
Marks
>3.50
20

(i)Without levy of compensation

20

15

10

10

(ii)With levy of compensation

20

-5

(iii)Levy of compensation not


decided

20

10

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


Note: Marks for value in between the stages indicated above is to be
etermined by
straight line variation basis.
Performance of works
(d)
(15 marks)
(Quality)
(i)
Very Good
15
(ii)

Good

10

(iii)

Fair

(iv)

Poor

0
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

48

(e)

Personnel and Establishment


(i)
Graduate Engineer

(Max. 10 marks)
1
marks for each

(ii)

(f)

Diploma holder
Engineer
Plant & Equipment

marks for each upto Max.3 marks


(Max. 15 marks)

(i)

Total station m/c, Auto level

1/4

mark for each upto Max. 1/2


mark

(ii)

Truck/Tippers/Transit mixer

1/4

mark for each upto Max. 1


mark

(iii)

Steel shuttering at least 7000


sqm. plus External
Scaffoldings for one floor.

mark for each 7000 sqm


upto maximum 4 marks

(iv)

Reinforcement cutting
machine.

1/2

mark for each upto Max. 1/2


mark

(v)

Excavator

mark for each upto Max. 2


mark

(vi)

Batch Mix Plant (capacity of


30 cum/hr)

mark for each upto Max. 4


marks

(vii)

Reinforcement bending
machine

1/2

mark for each upto Max. 1/2


mark

(viii)

Vibration Compactor

1/2

(ix)

Concrete Pumps

mark for each upto Max. 1/2


mark
marks for each upto Max. 2
mark

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

49
PART-B FINANCIAL BID (CIVIL COMPONENT)
COMPOSITE N. I. T./TENDER PAPER

NIT No.

Name of
work

43/11/2015-16/EE/(CE)EZ-I/GCD/GTK/GCSD-II

Construction of Regional Museum of Natural History at Marchak,


Gangtok, Sikkim. (SH : Construction of Museum & Auditorium,
Transit Hostel & Dormitory including Internal Water Supply &
Sanitary Installation, Septic Tank, Under Ground Sump, Development
Works and Internal Electrical Installation, Street Light, Fire Fighting,
Fire Alarm System, Sub-Station, DG-Set, Lift).

Composite Estimated
Cost

Civil Components

=Rs. 25,07,46,298.00

Elect. & Other


Components

=Rs. 3,44,30,475.00

Total

=Rs. 28,51,76,773.00

Earnest Money

Rs 38,51,768.00

Performance Guarantee

5% of tendered value.

Security Deposit

2.5% of tendered value.

Time Allowed

18(Eighteen) months.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

50
PARTICULAR SPECIFICATIONS & SPECIAL CONDITIONS
[A] PARTICULAR SPECIFICATIONS
1.

GENERAL
i)
The work shall be carried out as per CPWD Specifications 2009
Vol. I & II with correction slips issued up to 31.01.2016.
ii)
The work shall be executed and measured as per metric
dimensions given in the Schedule of quantities, drawings etc.
(F.P.S. units wherever indicated are for guidance only).
iii)
The following modifications to the above specifications shall
however apply:
a)
All stone aggregates shall be of hard stone variety to be
obtained from approved quarries at Pakur conforming to
C.P.W.D specification or as approved by the Engineerin-charge.
b)
Sand to be used for cement concrete work, mortar for
masonry and plaster work shall be of standard quality.
Sand shall be obtained from approved quarry and
screened as required. The same shall consist of hard
siliceous material. It shall be clean sand.
c)
Brick of 7.5-class designation shall be used in size
10x5x3instead of 22.9 cm x 11.4cmx7cm)as
mentioned in CPWD Specification. Brick shall be
(d)
obtained from approved kiln.
Fly ash bricks shall be of 22.9x11.4x7 cm size .

2.

Wherever any reference to any Indian Standard Specification occurs in the


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

3.

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

4.

EARTH WORK
i)
Excavation shall be undertaken to the width of footing including
necessary margins for construction operation as per drawing or
directed otherwise. Where the nature of soil or the depth of the
trench and season of the year, do not permit vertical sides, the
contractor at his own expense shall put up the necessary shoring,
strutting and planking or cut slopes with or without steps, to a
safer angle or both with due regard to the safety of personnel and
works and to the satisfaction of the Engineer. Measurement of
plan area at bottom of excavation for payment shall be permitted
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

51

ii)

iii)

5.

only.
All the major excavation shall be carried out by mechanical
excavator. No extra payment shall be made for that.
The contractor shall make at his own cost all necessary
arrangements for maintaining water level, in the area where
works are under execution low enough so as not to cause any
harm to the works or problems in carrying out with the
execution and the rates for all items of work shall be considered
as inclusive of pumping out or bailing out water, if required
and for which no extra payment shall be made. This will
include water coming from any source, such as rains,
accumulated rain water, floods, leakages from sewer and water
mains, subsoil water table being high or due to any other cause
whatsoever. The contractor shall make necessary provision of
pumping, dredging, bailing out water coming from all above
sources and excavation and other works shall be kept free of
water by providing suitable system approved by the Engineerin-Charge.

R.C.C. Work (Mix Design)


i)

Contractor shall be allowed 15 days time for mobilization from


the date of issue of letter of award for the work. During this
period contractor will mobilize plant & equipment and complete
other preliminaries like approval of quarry, mix design, trial mix
etc. The mix design and testing of trial mixes shall be done in
any of the laboratories approved by CPWD after formal letter of
intent.
The concrete mix design with and without admixture will be
carried out by the contractor through one of the following
Laboratories/Test House and ready mix concrete shall
confirm to accepted design mix.
a.
IIT Kharagpur, IIT Guwahati, NIT Gangtok, NIT
Durgapur
b.
Jadavpur University, Deptt.of Civil Engineering
c.
Bengal Engineering and Science University,Shibpur
d.
North Bengal Engineering College, Jalpaiguri.
e.
NIT Gangtok.

ii)

No concreting shall be done until the mix-design is approved by


the Engineer in charge. In case of change of source or
characteristic properties of the ingredients used in the concrete
mix-design during the work, a revised concrete mix-design
conducted by laboratory established at site shall be submitted by
the contractor as per the direction of the Engineer-in-Charge.
Nothing extra shall be paid on this account.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

52
iii)

For concrete work laboratory tests with PPC/PSC cement will be


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

6.

FORM WORK
i)
The work shall be done in general as per CPWD Specifications.
ii)

Only M.S. centering / shuttering and scaffolding material unless


& otherwise specified shall be used for all R.C.C. work to give
an even finish of concrete surface. However, shutter-ply
shuttering in exceptional cases as per site requirement may be
used on specific request from contractor to be approved by the
Engineerin-Charge.
Steel shuttering as approved by the Engineer-in-Charge shall be
used by the contractor. Minimum size of shuttering plates shall
be 600mm x 900mm except for the case when closing pieces
required to complete the shuttering panels.
Dented, broken, cracked, twisted or rusted shuttering plates shall
not be allowed to be used on the work.
The shuttering plates shall be cleaned properly with electrically
driven sanders to remove any cement slurry or cement mortar or
rust. Proper shuttering oil or de-bonding compound shall be
applied on the surface of the shuttering plates in the requisite
quantity before assembly of steel reinforcement.

iii)

For the execution of centering and shuttering, the contractor shall


use propriety Reebole chemical mould release agent of
FOSROC or equivalent as shuttering oil as approved by
Engineer-in-charge and nothing extra shall be paid on this
account.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

53

7.

iv)

Double steel scaffolding having two sets of vertical supports shall


be provided for external wall finish, cladding etc. The supports
shall be sound and strong, tied together with horizontal pieces
over which scaffolding platform shall be fixed. Scaffolding shall
have steel staircase for inspection of works at upper levels.

v)

Nothing extra shall be paid for the centering and shuttering,


circular in shape whenever the form work is having a mean
radius exceeding 6m in plan.

vi)

In order to keep the floor finish as per architectural drawings and


to provide required thickness of the flooring as per
specifications, the level of top surface of R.C.C. shall be
accordingly adjusted at the time of its centering, shuttering and
casting for which nothing extra shall be paid to the Contractor.

vii)

As per general engineering practice, level of floors in toilet / bath,


balconies, shall be kept 12 to 20mm lower than general floors as
required. Shuttering should be adjusted accordingly. Nothing
extra is payable on this account.

viii)

Concreting of upper floor shall not be done until concrete of


lower floor has set at least for 14 days but form work and
reinforcement can be taken up after the concrete has set atleast
for three days.

REINFORCEMENT
i)
The reinforcement work shall be done as per CPWD
Specifications.
ii)

8.

The rate of item of reinforcement of RCC work includes all


operations including straightening, cutting, bending, welding,
binding with annealed steel or welding and placing in position at
all the floors with all leads and lift complete as per CPWD
Specifications.
The contractor shall provide approved type of support for
maintaining the bars in position and ensuring required spacing
and correct cover of concrete to reinforcement as called for in
the drawings, spacer blocks of required shape and size. Chairs
and spacer bars shall be used in order to ensure accurate
positioning of reinforcement.
To ensure proper cover, only round type cover blocks will be
used to avoid displacement of bars in any direction.

WATER PROOFING FOR SUNKEN FLOORS


i)
The work shall be got executed as per CPWD Specifications and
from the specialized agency as approved by the Engineer-inCharge.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

54
ii)

Contractor shall also submit the names of water proofing


specialist along with information about their technical
capabilities and list of similar works executed by the
specialized agency in the past for the approval of Engineer-incharge within 30 days from the date of award of work.

iii)

Total quantity of the water proofing compound required shall be


arranged only after obtaining the prior approval of the make by
Engineer-in-charge in writing. Materials shall be kept under
double lock and key and proper account of the water proofing
compound used in the work shall be maintained. It shall be
ensured that the consumption of the compound is as per
specified requirements.

iv)

The finished surface after water proofing treatment shall have


adequate smooth slope as per the direction of the Engineer-incharge.

v)

Before commencement of treatment on any surface, it shall be


ensured that the outlet drain pipes / spouts have been fixed and
the spout openings have been eased and rounded off properly for
easy flow of drain water.

vi)

The approved specialized agency for the work of water proofing


will have to execute a guarantee bond in prescribed Proforma
enclosed for removing any defects for at least 10 years.
Guarantee bond shall be signed by both the specialized agencies
as approved by the Engineer-in-Charge and the contractor to
meet their liability under the guarantee bond. However, the sole
responsibility about the efficiency of water proofing treatment
shall rest with the building contractor.

vii)

10% of the cost of water proofing work shall be retained as


additional security deposit and the amount so withheld would be
released after ten years from the date of completion of the entire
work under the agreement. If the performance of the work done
is found unsatisfactory and any defects noticed during the
guarantee period, they shall be rectified by the contractor within
seven days of receipt of intimation of defects in the work. If the
defects pointed out are not attended to within the specified
period, the same will be got done from another agency at the
risk and cost of the contractor. However this security deposit can
be released in full if bank guarantee of equivalent amount for 10
(ten) years is produced and deposited with the department.
STEEL WORK
i)
All welded steel work shall be tested for quality of weld as laid
down in IS: 822-1970 before actual erection.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

55
ii)

10.

The work in general shall be carried out as per CPWD


Specifications.

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

All the work in general shall be carried out as per CPWD


Specifications 2009.

iii)

The vitrified tiles shall be double charged. The tiles shall be of


specified colours as shown in the drawings and will be laid in pattern
as per architectural drawings. Nothing extra shall be paid for laying
tiles in specific pattern. The tiles shall be of first quality of approved
make.

iv)

Proper gradient shall be given to flooring for toilets, verandah,


kitchen, courtyard etc. so that the wash water flows towards the
direction of floor trap. Any reverse slop if found, shall be made good
by the contractor by ripping open the floor/grading concrete and
nothing shall be paid for such rectifications.

v)

The flooring and skirting will be executed as per pattern shown in the
Architectural drawings and as per approval of Engineer-in-Charge
and nothing extra shall be payable on this account.

vi)

Samples of flooring material are to be deposited well in advance to


the Engineer-in-Charge for approval. Approved samples should be
kept at site with the Engineer-in-Charge and the same shall not be
removed except with the written permission of Engineer-in-Charge.
No payment whatsoever will be made for these samples.

vii)

The rate shall include the cost of all materials and labour involved in
all the operations. Nothing extra shall be paid for use of cut/sawn
tiles in the work.

viii)

Stone Flooring: Whenever flooring is to be done in patterns of stones,


the contractor shall get samples of each pattern laid and approved by
the Engineer-in-charge before final laying of such flooring. Nothing
extra shall be payable on this account.
a)
The samples shall not be of a size less than 600mm x 600mm
or as required by Engineer in Charge.
b)
The sample produced shall be fully supported by the details
of location/quarry and the same shall not be removed except
with the written permission of Engineer-in-Charge.
c)
Samples for finish granite shall be produced separately.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

56
d)
e)

xi)

11.

Full width stone over kitchen platform shall be provided


except to adjust for closing pieces The marble/any stone
flooring in treads and risers of stair case is to be laid in
single piece. Nothing extra shall be paid on these accounts.

The rate of item of marble/ Kota stone flooring is inclusive of


providing required patters with combination of both and nothing
extra will be paid on this account.

WOOD WORK
i)
The wood work in general shall be carried out as per CPWD
Specifications 2009.

ii)

a)

Specified timber shall be of good quality and well


seasoned. It shall have uniform colour, reasonably
straight grains and shall be free from knots, cracks,
shakes and sapwood.

b)

Wood work shall not be painted, oiled or otherwise


treated before it has been approved by the Engineer-inCharge.

c)

All portion of timber including architrave abutting


against masonry concrete stone or embedded in ground
shall be painted with approved wood preservative or
with boiling coal tar.

d)

All fittings and fixtures shall be got approved from the


Engineer-in-Charge before procurement well in advance
and the approved samples shall be kept at site till
completion of the work.

a)

The samples of species of timber to be used shall be


deposited by the contractor with the Executive Engineer
before commencement of the work. The contractor shall
produce cash vouchers and certificates from standard
kiln seasoning plant operator about the timber section to
be used on the work having been kiln seasoned by them,
failing which it would not be so accepted as kiln
seasoned.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

57
b)

iii)

Factory made shutters, as specified shall be obtained


from factories to be approved by the Engineer-in-Charge
and shall conform to IS: 2202 (Part-I) 1991. The
contractor shall inform well in advance to the Engineerin-Charge the names and address of the factory where
from the contractor intends to get the shutters
manufactured. The contractor will place order for
manufacture of shutters only after written approval of
the Engineer-in-Charge in this regard is given.

The contractor is bound to abide by the decision of the Engineer in


Charge and recommend a name of another factory from the
approved list in case the factory already proposed by the contractor
is not found competent to manufacture quality shutters. Shutters
will however, be accepted only if this meet the specified tests. The
contractor will also arrange stage wise inspection of the shutters at
factory by the Engineer in Charge or his authorized representative.
The contractor will have no claim if the shutters brought at site are
rejected by the Engineer in Charge in part or in full lot due to bad
workmanship/quality. Such shutters will not be measured and
paid. The contractor shall remove the same from the site of work
within 7 days after the written instructions in this regard are issued
by the Engineer in Charge.
a)

The shutters should be brought at site without primer /


painting.

b)

Inspection of shutters shall be carried out for dimensions &


tolerances, size & type general construction &
workmanship, finish & glazing at the following frequency:
Lot Size
Sample Size
Permissible
number of
defectivenes
s
Upto 25
2
0
26 to 50
5
0
51 to 100
8
0
101 to 150
13
1
151 to 300
20
2
301 to 500
32
3
501 to 1000
50
5
1001 & above
80
7

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

58

12.

c)

Criteria for conformity


Any sample shutter failing in any one or more of the
requirements inspected for as above shall be considered as
defective. A lot shall be considered as having satisfied the
requirements of the standard if the number of defective
shutters in the sample does not exceed the corresponding
permissible number of defectiveness given above.

d)

Testing The shutters shall be tested for species


seasoning & treatment, defects in the timber, panel
material, construction & workmanship in the approved
Govt. Laboratory at the frequency mentioned in CPWD
specification: If shutters are found defective in any one of the criterion
double the shutter shall be tested & if found permissible
can be accepted. If shutter is found defective in more
than one criterion, the whole lot shall be rejected.

e)

Finish
i)

All components of door shutter shall have


smooth finish.

ii)

Panels of the door shutters shall be flat and well


sanded to a smooth and level Surface.

iii)

All the surfaces of door shutters which are


required to be painted or polished or varnished
shall be got approved from the Engineer In
Charge before applying protective coat of
primer, polish or varnish.

FINISHING
i)
The work shall be carried out as per CPWD specifications.
ii)

ii)

The Primer, Synthetic Enamel paint, distemper etc., of makes as


approved by the Engineer in charge and of low VOC, shall only
be used and brought to the site of, work in the original sealed
containers. The material brought to the site of work shall be
sufficient for at least 60 days of work. The material shall be
kept under the joint custody of contractor and representative of
the Engineer-in-Charge. The empty containers shall not be
removed from the site till the completion of the work without
permission of the Engineer-in-Charge.
The external acrylic paint should be anti fungal, anti algae, water
repellent, antidust

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

59
13.

CONSTRUCTION JOINTS
i)
The contractor shall give his proposal for location and treatment
of construction joints. The construction joints shall be provided
only at places and in the manner as approved by Engineer-inCharge.
ii)

14.

Except where shown otherwise on the drawing, reinforcement


shall continue through construction joints. The foreign matter
and laitance shall be cleaned properly by compressed air before
starting further work.

WATER SUPPLY, SANITARY INSTALLATIONS AND DRAINAGE


i)
Centrifugally cast (spun) iron S & S pipes and G.I. pipes
wherever necessary shall be fixed to R.C.C. columns, beams etc.
with rawl plugs and nothing extra shall be paid for this.
ii)

The contractor shall be responsible for the protection of the


sanitary and water supply fittings and other fittings and fixtures
against pilferage and breakage during the period of installation
and thereafter until the building is handed over.

iii)

The contractor shall furnish all labour, materials and equipment,


transportation and incidental necessary for supply, installation,
testing and commissioning of the complete Plumbing / Sanitary
system as described in the Specifications and as shown on the
drawings. This also includes any material, equipment,
appliances and incidental work not specifically mentioned
herein or noted on the Drawings/Documents as being furnished
or installed, but which are necessary and customary to be
performed under this contract. The Plumbing / Sanitary System
shall comprise of following:
Sanitary Fixtures and Fittings.
a)
b)
Internal and External Water Supply.
c)
Internal and External Drainage.
d)
Approval from Local Authorities.
e)
Balancing, testing & commissioning.
f)
Test reports and completion drawings.

iv)

The contractor shall procure and install all pipes, Sockets


/Nipples including shut-off valve etc for mounting
sensors/transmitters for the interface to Building Automation
System.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

60
v)

The contractor shall ensure that senior and experienced plumbers


are assigned exclusively for this work. Such plumber(s) should
have valid license from the local authorities. The project
management shall be done through modern technique. For
quality control & monitoring of workmanship, contractor shall
assign at least one engineer who would be exclusively
responsible for ensuring strict quality control, adherence to
specifications and ensuring top class workmanship for the
installation.

vi)

The work shall be in conformity with the Bye-laws, Regulations


and Standards of the local authorities concerned. But if these
Specifications and Drawings call for a higher standard of
materials and / or workmanship than those required by any of
the above regulations and standards, then these Specifications
and Drawings shall take precedence over the said regulations
and standards. However, if the Drawings and specifications
require something which violates the Bye-laws and Regulations,
then the Bye-laws and Regulations shall govern the requirement
of this installation.

vii)

The contractor shall obtain all permits/ licenses and pay for any
and all fees required for the inspection, approval and
commissioning of their installation. However, all receipted
amount shall be reimbursed on production of proof of payment.
The Plumbing / Sanitary Drawings given by the Engineer InCharge or issued with tenders are diagrammatic only and
indicate arrangement of various systems and the extent of work
covered in the contract. These Drawings indicate the points of
supply and of termination of services and broadly suggest the
routes to be followed. Under no circumstances shall dimensions
be scaled from these Drawings. The contractor shall follow these
drawings in preparation of his shop drawings, and for
subsequent installation work.

viii)

ix)

The contractor shall examine all architectural, structural,


plumbing, electrical and other services drawings and check the
as-built works before starting the work, report to the Engineer
In-Charge any discrepancies and obtain clarification. Any
changes found essential to coordinate installation of his work
with other services and trades, shall be made with prior approval
of the Engineer In-Charge without additional cost to the
department.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

61
x)

All the shop drawings shall be prepared on computer through


Autocad System based on Architectural Drawings and site
measurements. Within two months of the award of the contract,
contractor shall furnish, for the approval of Engineer In-Charge,
the two sets of detailed shop drawings of complete work and
materials including layouts for Plant room, Pump room, Typical
toilets drawings showing exact location of supports, flanges,
bends, tee connections, reducers, detailed piping drawings
showing exact location and type of supports, valves, fittings etc;
external insulation details for pipe insulation etc.

xi)

These shop drawings shall contain all information required to


complete the work. These Drawings shall contain details of
construction, size, arrangement, operating clearances,
performance characteristics and capacity of all items of
equipment, also the details of all related items of work by other
contractors. Each shop drawing shall contain tabulation of all
measurable items of equipment/materials/works and progressive
cumulative totals from other related drawings to arrive at a
variation-in-quantity statement at the completion of all shop
drawings. Minimum 4 sets of drawings shall be submitted after
final approval along with CD. When he makes any amendments
in the above drawings, the contractor shall supply two fresh sets
of drawings with the amendments duly incorporated along with
check prints, for approval. The contractor shall submit further
four sets of shop drawings to the Engineer In-Charge for the
exclusive use by the Engineer In-Charge and all other agencies.
No material or equipment may be delivered or installed at the
job site until the contractor has in his possession, the approved
shop drawing for the particular material/equipment / installation.

xii)

Shop drawings shall be submitted for approval four weeks in


advance of planned delivery and installation of any material to
allow the Engineer In-Charge ample time for scrutiny. No
claims for extension of time shall be entertained because of any
delay in the work due to his failure to produce shop drawings at
the right time, in accordance with the approved programme.

xiii)

Samples of all materials like valves, pipes and fittings etc. shall
be submitted to the Engineer In-Charge prior to procurement for
approval and retention by Engineer In-Charge and shall be kept
in their site office for reference and verification till the
completion of the Project. Wherever directed a mockup or
sample installation shall be carried out for approval before
proceeding for further installation without any extra cost.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

62
xiv)

Approval of shop drawings shall not be considered as a guarantee


of measurements or of building dimensions. Where drawings are
approved, said approval does not mean that the drawings
supersede the contract requirements, nor does it in any way
relieve the contractor of the responsibility or requirement to
furnish material and perform work as required by the contract.

xv)

All materials and equipment shall conform to the relevant Indian


Standards and shall be of the approved make and design. Makes
shall be in conformity with list of approved manufacturers.

xvi)

Balancing of all water systems and all tests as called for the
CPWD Specifications shall be carried out by the contractor
through a specialist group, in accordance with the Specifications
and Standards. The installation shall be tested and shall be
commissioned only after approval by the Engineer In-Charge.
All tests shall be carried out in the presence of the
representatives of the Engineer In-Charge and nothing extra
shall be payable on this account.
The contractor shall submit completion plans for water supply,
internal sanitary installations and building drainage work within
15 days of the date of completion. These drawings shall be
submitted in the form of two sets of CDs and four portfolios
(300 x 450 mm) each containing complete set of drawings on
approved scale indicating the work as installed. These drawings
shall clearly indicate complete plant room layouts, piping
layouts and sequencing of automatic controls, location of all
concealed piping, valves, controls and other services. In case the
contractor fails to submit the completion plans as aforesaid,
security deposit shall not be released and these shall be got
prepared at his risk and cost.

xvii)

xviii)

The CCI/CI/PVC pipe and GI pipe etc. wherever necessary shall


be fixed to RCC columns, beams etc. with rawl plugs and
nothing extra shall be paid for this.

xix)

The variation in consumption of material shall be governed as per


CPWD specification and clauses of the contract to the extent
applicable.

xx)

The pig lead to be used in joints of 150mm, 100mm, 75mm,


50mm dia of sand cast iron, centrifugally cast (Spun ) iron pipes
shall be as per relevant CPWD Specifications. However, in
case of 150 mm dia pipes less use of pig lead by more than the
required quantity and the permissible variation thereof ,a
recovery for such quantity shall be made from the contractor at
market rate to be determined by Engineer in Charge whose
decision in the matter will be final.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

63
xxi)

The contractor shall bear all incidental charges for cartage,


storage and safe custody of materials and shall construct
suitable godowns, yards at the site of work for storing
materials so as to be safe against damage by sun, rain, fire or
theft etc., at his own cost and also employ necessary watch
and ward establishment for the purpose at his own cost.

xxii)

All fixtures and fittings shall be provided with all such


accessories as are required to complete the item in working
condition whether specifically mentioned or not in the Schedule
of Quantities, specifications, elsewhere in this tender document
& drawings. The quoted rates shall be deemed to be all inclusive
for a complete item fit for use including all materials, labour
T&P, specials, equipment, testing & commissioning etc.
Accessories shall include proper fixing arrangement, brackets,
nuts, bolts, screws and required connection pieces. Nothing
extra whatsoever shall be payable on this account.

xxiii)

Fixing screws shall be half round head chromium plated brass


screws with C.P. washers where necessary or otherwise as
provided in the item.

xxiv)

Porcelain sanitary ware shall be glazed vitreous china of first


quality free from warps; cracks and glazing defects and shall
conform to relevant BIS codes. Colour of sanitary ware, shall be
specified or as selected by the Engineer-in-Charge. Nothing
extra shall be payable on this account.

xxv)

Horizontal pipes running along ceiling shall be fixed on structural


adjustable clamps of approved design. Horizontal pipes shall be
laid to uniform slope and the clamps adjusted to the proper
levels so that the pipes fully rest on them and are properly
secured.

xxvi)

Contractor shall provide all nuts, bolts, welding material and


paint the Clamps with one coat of red oxide and two or more
coats of black enamel paint.

xxvii)

Slotted angle/channel supports on walls shall be provided


wherever shown on drawings. Angles/channels shall be of sizes
shown on drawings or specified in schedule of quantities.
Angles/channels shall be fixed to brick walls with bolts
embedded in cement concrete blocks and to RCC walls with
suitable anchor fasteners. The spacing of support bolts
horizontally shall not exceed 1 m.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

64
xxviii)

xxix)

15

Wherever M.S. clamps are required to be anchored directly to


brick walls, concrete slabs, beams or columns, nothing extra
shall be payable for clamping arrangement and making good
with cement concrete 1:2:4 mix (1 cement: 2 coarse sand: 4
stone aggregate 20 mm nominal size) or as directed by the
Engineer-in-Charge.
The ground colour shall be applied throughout the entire length
of pipe. Colour bands shall be superimposed on the ground
colour and shall be applied near valves, junctions, joints, service
appliances, bulkheads, valves, etc. for clear identification of
fluid being carried and to avoid confusion. The relative
proportional widths of the first colour band to the subsequent
bands shall be 4:1.The minimum width of the narrowest colour
band shall be 25 mm.

GENERAL
i)
a)

Rates for all items quoted shall be inclusive of all work


and items given in the above mentioned specifications
and Schedule of Quantities and applicable for the work
under floors, in shafts or at ceiling level at all heights
and depths. All rates are inclusive of cutting holes
and chases in RCC and masonry work and making
good the same.
All rates are inclusive of pre testing and on site
testing of the
installations,
materials
and
commissioning.

b)

ii)

16.

Cleaning and Disinfection of Pipelines:On completion of hydraulic tests and before a pipe is disinfected,
it shall be proved to be free from obstruction, debris and
sediment by scouring or by any other process which the
Engineer-in-charge may prescribe.
Upon satisfactory
completion of testing and cleaning, the pipelines shall be
disinfected as order. Chlorine solution shall be applied at the
charging point as the pipeline is being filed and dosing shall be
continued until the pipeline is full and at least 50 parts of
chlorine per million parts of water have been made available and
distributed evenly. If ordinary bleaching power is used,
proportions will 150 gms of power to 1000 litre of water. If a
proprietary brand is used, the proportion shall be as specified by
the manufacturer. The treated water shall be left in pipeline for
a period as directed but not exceeding 24 hours chlorine residual
tests shall be taken at various points along the pipeline. The
disinfection process shall be repeated until the sample of water
taken from the pipeline are declared fit for human consumption
by a recognized laboratory.

VARIATION IN CONSUMPTION OF MATERIALS


The variation in consumption of material shall be governed as per CPWD
specification and clauses of the contract to the extent applicable.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

65

17.

SPECIFICATIONS FOR FACTORY MADE FIRE CHECK DOORS:


The Fire Check doors shall satisfy:
i)

Stability:
The fire check door should not collapse during the rated period of
fire under the specified fire conditions. The fire check doors
provide safe access to the escape route in the building namely
protected corridors and staircase.

ii)

Integrity:
The fire check doors should not allow the passage of hot gases or
the flames through the rebate or the gap between the door frame
and shutters for the duration of its fire railing.

iii)

Insulation:
The mean temperature of fire door on unexposed side should not
exceed 140 degree C above ambient temperature for the duration
of its fire rating.
The fire / smoke check door assembly being offered shall be as
proto-type tested by CBRI, Roorkee, for the prescribed fire
rating as per BS: 476 part 20/22 IS:3614 Part-II. A test report
from CBRI, Roorkee shall be submitted for approval before
executing the work.
The Fire / Smoke check doors should also have Tariff Advisory
Committee approval as admissible.
The tenderer shall employ specialized agency or manufacturer of
the fire check door assembly, having their own manufacturing
facilities and such agency shall be got approved by the EngineerIn-charge.
Door frame and shutter shall in general, be fabricated as per
nomenclature of the item of the work and recommendation of the
specialized agencies as approved by the Engineer-In-Charge.

iv)

Fire check doors shall be of one hour fire rated and shall satisfy the
three performance criteria of stability, integrity and insulation as
per BS 476 part-II and IS 3614 part-II.

v)

One door assembly shall be got tested from the CBRI Roorkee or
any other test-laboratory approved by Engineer-in-Charge as per
nomenclature of the item for the same.

vi)

Tenderer shall be responsible for obtaining No objection


Certification from Local Fire Authority for the executed work.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

66
vii)

Guarantee Bond:
The work shall be guaranteed for a period of five years from the
date of N.O.C. issued by the Local Fire Authority.
The security deposit against this item of work shall be in addition
to the security deposit mentioned in schedule-F.
The contractor shall execute the necessary guarantee bond against
any structural defect, faulty materials, workmanship and defective
finish.
In addition 5% (five percent) of the cost of this item of work shall
be retained as security deposit and the amount so withheld would
be released after five years from the date of completion of the
entire work under the agreement, if the performance of the work
done is found satisfactory. If any defect is noticed during the
guarantee period, it shall be rectified by the contractor along with
any incidental repairs to structure, flooring, finishing, fixtures and
any other related damaged work within fifteen days of receipt of
intimation of such defects in the work. If the defects pointed out
are not attended to with the specified period, the same shall be got
done from another agency at the risk and cost of the contractor
and the cost of attending such repairs shall be deducted from any
dues payable to the contractors. However, the security deposit
deducted may be released in full against bank guarantee of
equivalent amount in favour of Engineer-In-Charge in the
prescribed proforma.

17.0
ALUMINIUM WORK
17.1
Before commencement of the work, the contractor shall co-relate all
relevant structural, architectural, detailed drawings of aluminum doors, windows
etc. and service drawings and shall satisfy himself that the information available
there form is complete and unambiguous. The contractor shall be responsible for
any error/omission owing to any discrepancy in the drawings, which has been
overlooked by him and or had not been brought to the notice of the Engineer-inCharge before execution.
17.2

MATERIAL:

17.2.1
Inspection of materials or works: All materials brought to the site by
the contractor for use in the work, as well as fabricated components shall be
subject to inspection and approval by Engineer-in-Charge. The contractor shall
be required as directed by the Engineer-in-Charge, to get necessary tests carried
out on materials components at his own cost from the laboratories/test houses,
approved by the Engineer-in-Charge.
17.2.2
Manufacturers Test Certificate: The contractor shall, if required by the
Engineer-in-Charge, produce manufacturers test certificates for any material or
particular batch of materials supplied by him. The tests carried out shall be as per
relevant specifications/Indian Standard Code.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

67
17.3

Aluminium Sections:

17.3.1
Aluminium sections to be used for doors, windows, ventilators, fixed
glazing etc. shall be manufactured by reputed companies such as Hindalco, Jindal,
Indian Aluminium Company, NALCO satisfying the design and specification
criteria of relevant components and shall be subject to approval of the Engineerin-Charge.
17.3.2
The aluminium extruded sections shall conform to IS Designations
HEIWP/HVIWP alloy, with chemical composition and technical properties as per
I.S: 733 and IS: 1285.
17.3.3

For sectional weight, tolerance limits shall be (-) 0.5%.

17.3.4
Approval of samples: No work shall commence before samples are
approved. Samples of un-anodised as well as anodized and electro coloured
aluminium sections, neoprene gaskets, thermal barrier sections, glass, screws,
hardware and any other material or components requiring approval of samples in
opinion of Engineer-in-Charge shall be submitted for his approval. These
samples will be retained as standards of materials and workmanship till the
completion of work. Anodising and electro colouring of aluminium section and
fabrication shall be got done from the factory as approved by the Engineer - in Charge.
17.4

Fabrication:

17.4.1
Contractor shall prepare detailed shop drawings of his proposal using
suitable sections based on architectural design/drawings, adequate to meet the
requirement/specifications laid down in this tender document. These detailed
shop drawings shall be got approved from the Engineer-in-Charge before taking
up the fabrications. Actual measurement of each opening shall be measured
before fabrication of framework. Aluminium shall be fabricated in the factory to
the extent possible and feasible, only adjustment, joining, assembling and fixing
shall be done at the site of work.
17.4.2
All hard ware used shall conform to the relevant specifications and as
per samples approved by the Engineer-in-Charge. Design, quality, type, number
and fixing of hardware shall be in accordance with architectural drawings and as
approved by the Engineer-in-Charge.
17.4.3
All doors, windows, ventilators and glazing etc. shall be made
completely leak proof against water and air using neoprene gaskets and silicon
sealants to the satisfaction of the Engineer-in-Charge.
17.4.4
The frames shall be as per architectural drawings and the corners of the
frame shall be true to right angles. Both fixed frames and openable shutter frames
shall be fabricated out of sections which have been cut to length, mitred and
mechanically jointed for satisfactory performance. All members shall be
accurately machine milled and fitted to form hairline joints. The jointing
accessories such as cleats, brackets, screws etc. shall be of such materials as not to
cause any bimetallic action. Nothing extra shall be paid for jointing accessories.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

68

17.4.5
Mixed joints of the doors, windows, ventilators, shutters and frames
shall be either corner crimped or fixed with self tapping stainless steel screws of
approved make and quality to heavy duty extruded aluminium cleats and sealed
with silicon sealant, for which nothing extra shall be paid.
17.4.6
Verticals of the frame shall be embedded in the floors, wherever
required upto 50mm including cutting and making good of the floor, for which
nothing extra shall be paid.
17.5
Fixing.
17.5.1
The screws used for fixing aluminium frames to masonry walls/RCC
members and aluminium members to another aluminium members shall be
stainless steel of approved make and quality. Threads of machine screws used
shall conform to IS : 4218.
17.5.2
The gap between frames and sill, jamb or soffit, shall be filled with
approved polysulphide sealant to ensure complete water tightness. The sealant
shall be of such approved colour and composition that it would not stain the
masonry/RCC work. It should not set or flow and shall not set hard or dry out
under any conditions of weather. The silicon sealant shall be used as required and
shall match the colour of the aluminum sections. Any excess sealant shall be
removed/cleared. Nothing extra shall be paid for the above.
17.5.3
Fixing of glass panes should be designed in such a way that replacing
damaged/ broken glass panes is easy without having to remove or damage any
members or interior finishing materials.
17.6
Anodising/Electro Colouring:
17.6.1
Aluminium sections shall be anodised as per IS: 7088 - 1973.
Anodising to be done as per Grade AC-15 and shall not be less than 15 microns
thick when measured as per IS: 6012, and electro colour with colour fastness
rating no.8 of IS: 1868. Colour anodising shall be done only by electro colour
process. No visual variation in colour shall be permitted.
17.6.2
The anodic coating shall be properly sealed by steam or by boiling in
deiodized water as per IS: 1868 and or IS: 6057. Sealing quality shall be tested in
accordance with the relevant standards. Nothing extra shall be paid on that
account.
17.6.3
The contractor shall satisfy himself by 100% checking in the factory
that the thickness of the anodic coating is found to be minimum 15 microns and
sealing quality appropriate everywhere. The testing shall be done by eddy
current method as per IS: 6012. If thickness is found substandard, the material
shall be rejected. Requisite tests shall also be carried out at site as instructed by
the Engineer-in-Charge. Contractor shall arrange all the equipments required for
these tests at site. Nothing extra shall be paid for the same.
17.6.4
All anodised aluminium works shall conform to relevant IS standards
relating to materials, workmanship, fabrications, finishing, erection, installation
etc. In this connection, IS codes including IS: 1868 1982, IS: 733 1983, IS:
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

69
11141-1961, IS: 7088-1973, 6012-1970, IS: 1285-1975, IS: 740-1975 are
considered relevant and applicable.
17.6.5
A thick layer of clear transparent lacquer based on methacrylates or
cellulose styrate shall be applied on the anodised sections, before they are brought
at site. The lacquer shall be removed after installations are complete or as an
alternative, the exposed surface of the aluminium sections shall be provided with
gummed paper tape protection. After fixing and assuring of proper functioning of
doors, windows etc., such protective layer shall be cleaned out/removed. Nothing
extra shall be paid for above to the contractor.
17.7

Glazing:

17.7.1
All glass panes shall be retained within aluminium framing by use of
exterior grade neoprene gaskets even though PVC gaskets may be mentioned in
the schedule. No water leakage shall occur on the interior even if water
penetrates exterior grade neoprene gaskets. Use of glazing or caulking
compounds around the perimeter of glass will not be permitted. All fixed glass
panes shall be supported by setting blocks. There shall be no whistling or rattling.
Before installation of glass, contractor shall ensure the following: (a) All glazing
rebates shall be square, to plumb, true to plane, dry and free from dust, (b) Glass
edge shall be clean and cut to exact size, (c) glazing shall provide such thermal
expansion and contraction of components, as will be caused by the temperature
variations inside and outside without causing buckling stress on glass, detrimental
effect on structural elements and components.
17.7.2
Samples of typical glazing shall be made and got approved by the
Engineer-in-Charge before mass installation taken in hand.
17.7.3
Glass in doors, windows, ventilators and fixed glazing etc. shall be of
Modi, Atul, Triveni, Asahi, Saint Gobain, Pilkington make as approved by the
Engineer-in-Charge.
17.7.4
4mm (10.00 kg/sqm) thick glass panes shall be provided for openings
not exceeding 0.5 sqm. Openings exceeding 0.5 sqm. in size shall be provided
with 5.5 mm. to 6.00 mm thick (13.75 kg. to 15 kg/Sqm.) glass panes unless
specified otherwise.
17.7.5
Panel inserts shall be exterior grade boiling water proof particle board
of Novapan, Bhutan Board, Kitlam, Green Lam make.
17.7.6
Fitting and fixture shall be of best quality of Classic, Adarsh as
approved by the Engineer-in-Charge.
17.8

Protection and Cleaning

After erection and removal of protective layer, all aluminium works including
glass panes shall be washed with a suitable thinner and water to give a uniform
clear appearance free from any marks and/or blemishes.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

70
17.9

Measurements:

17.9.1
For aluminium framework, the length of each member of the frame
shall be measured correct to half centimeter along the center line of the member.
The weight shall then be calculated on the basis of unit weight specified in the
manufacturers catalogue. The weight shall also be calculated on the basis of the
unit weight of the corresponding sections specified in the approved drawings.
5.9.2
For purpose of payment, the least of the two weights calculated as per
5.9.1 above shall be considered subject to the condition that actual weight per
metre of the respect sections is not less than the weights calculated above. In case
the actual weight per metre is less, the payment then shall be made on the basis of
actual weight per metre.
5.9.3
For glazing and fixed laminated inserts, actual length and breadth of
glass/laminated board shall be measured correct to half a centimeter and area
calculated in square metres correct to two places of decimal.
5.9.4
Weight of cleats, angles, brackets, packing pieces, separators, nuts,
bolts, washers, screws and other fixtures etc. which shall be required for
fabrication and erection of aluminium work shall not be considered for the
purpose of payment.
5.9.5
Rate: The rate shall include the cost of labour & materials incurred in
all the operation
described above.
[B] SPECIAL CONDITIONS
1.

The tenderer shall acquaint himself with the proposed site of work, its approach roads,
working space available before quoting his rates.

2.

The contractor(s) shall give to the local body, police and other authorities all necessary
notices etc. that may be required by law and obtain all requisite licenses for temporary
obstructions, enclosures etc. and pay all fee, taxes and charges which may be leviable on
account of these operations in executing the contract. He shall make good any damage to
the adjoining property whether public or private and shall supply and maintain lights
either for illumination or for cautioning the public at night. The contractor(s) shall do the
barricading upto 3 m height, wherever required, enclosing the area as per direction of
Engineer-in-charge.

3.

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.

4.

Setting Out
4.1

The contractor shall establish, maintain and assume


responsibility for grades, lines, levels and bench marks.
He shall report any errors or inconsistencies regarding
grades, lines, levels, dimensions to the Engineer-in-Charge
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

71
before commencing work. Commencement of work shall
be regarded as the contractors acceptance of such grades,
lines, levels and dimensions and no claim shall be
entertained at a later date for any errors found.
5.

6.

7.

8.

If at any time, any error in the respect of setting out appears during the progress
of the work, the contractor shall, at his own expense rectify such error if so
required, to the satisfaction of the Engineer-in-Charge.
5.1
Though the site levels may be indicated in the drawings, the
contractor shall ascertain himself and confirm the site levels
with respect to GTS bench mark from the concerned
authorities.
5.2

The approval by the Engineer-in-Charge of the setting out by


the contractor shall not relieve the contractor of any of his
responsibilities of any inaccuracy creeping in.

5.3

The contractor shall be entirely and exclusively responsible


for the horizontal, vertical and other alignments, the level and
correctness of every part of the work and shall rectify
effectively any errors or imperfections therein.
Such
rectifications shall be carried out by the contractor at his own
cost to the instructions and satisfaction of the Engineer-inCharge.

Contractor(s) shall provide permanent bench marks, flag tops and other
reference points for the proper execution of work and these shall be preserved
till the end of the work. All such reference points shall be in relation to the
levels and locations, given in the Architectural and plumbing drawings.
On completion of work, the Contractor(s) shall submit at his own cost four prints
of as built drawings to the Engineer-in-Charge. These drawings shall have the
following information.
a)
Run off all piping and their diameters including soil waste pipes
and vertical stacks.
b)
Ground and invert levels of all drainage pipes together with
locations of all manholes and connections, upto outfall.
c)
Run off of all water supply lines with diameters, location(s) of
control valves, access panels etc.
The rates quoted by the contractor are deemed to be inclusive of site clearance,
setting out work, profile, establishment of reference bench mark, spot levels,
construction of all safety and protection devices, barriers, earth embankments,
preparatory works i/c providing culvert & gates for entry in the campus from
road side, all testing of materials, working during monsoon, working at all
depths, height and locations etc. unless specified in the schedule of quantities.
Unless otherwise provided in the Schedule of quantities vide page S1 to S22 the
rates tendered by the contractor shall be all inclusive and shall apply to all
heights, lifts, leads and depths of the building and nothing extra shall be
payable to him on this account. Payment for centering, shuttering, however, if
required to be done for heights greater than 3.5m shall be admissible at rates
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

72
arrived in accordance with clause 12 of the agreement if not already specified.
9.

The Contractor(s) shall take instructions from the Engineer-in-Charge regarding


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

10.

The contractor shall engage specialized agency for carrying out pile foundation.
Before engaging such agency, the contractor shall submit for the approval of
Engineer-in-charge, the name of the agency along with their working experience in
recent past, etc.

11.

The Contractor shall submit for the approval of the Engineer-in-Charge in writing, the
names of specialized agencies, of repute along with their technical capability
proposed to be engaged by him, works executed by them in recent past, etc. for
integral cement based water proofing treatment for sunken floors and on roofs. 10
years Guarantee Bond in prescribed proforma must be given by the specialized firm
on stamp paper which shall be countersigned by the contractor, in token of his overall
responsibility. In addition 10%(ten percent) of the cost of these items would be
retained as Guarantee Bond to watch the performance of the work done. If any defect
is noticed during the Guarantee period of ten years to be reckoned from the date after
the maintenance period prescribed in the contract expires it should be rectified by the
contractor within seven days and if not attended to, the same will be got done by
another agency at the risk and cost of the contractor. However, this security deposit
can be released in full, if bank guarantee of equivalent amount for 10(ten) years is
produced and deposited with the department.
The proposed work is a prestigious work and quality of work is of paramount
importance. Contractor shall have to engage well experienced skilled labour and
deploy modern T&P and other equipments to execute the work to provide the desired
quality. Many items like, stone flooring & other specialized flooring work, wood
work etc. will specifically require engagement of skilled workers having experience
particularly in execution of such items.

12.

13.

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

14.

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

15.

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

16.

Water tanks, taps, sanitary, water supply & drainage pipes, fittings &
accessories should conform to bye-laws of local body/corporation, where
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

73
CPWD specifications are not available. The Contractor (s) should engage
approved, licensed plumbers for the work and get the materials
(fixtures/fittings) tested, by the municipal Body/Corporation authorities
wherever required at his own cost. The Contractor shall submit for the
approval of the Engineer-in-Charge, the name of the plumbing agency
(along with their working experience in recent past) proposed to be engaged
by him.
17.

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

18.

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

19.

The contractor shall make his own arrangements for water and for obtaining
electric connections if required and make necessary payments directly to the
State Govt. departments concerned. Contractor shall get the water tested
from laboratory approved by the Engineer-in-charge at regular interval as per
the CPWD Specifications 2009. All expenses towards collection of samples,
packing, transportation except testing charges etc. shall be borne by the
contractor.

20.

The contractor shall take all necessary precautions to prevent any nuisance
or inconvenience to the owners, tenants
or occupiers of adjacent
properties and to the public in general and to prevent any damage to such
properties from pollutants like smoke, streams and water-ways. The
contractor shall make good at his cost and to the satisfaction of the Engineerin-Charge, any damage to roads, paths, cross drainage works or public or
private property whatsoever caused thereon. All waste or superfluous
materials shall be carried away by the contractor, without any reservation,
entirely to the satisfaction of the Engineer-in-Charge.

21.

Utmost care shall be taken to keep the noise level to the barest minimum so
that no disturbance as far as possible
is caused to the nearby
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

74
occupants/users of building(s), if any.
22.

In the event of any restrictions being imposed by the Security agency,


CPWD, Traffic or any other authority having jurisdiction in the area on the
working or movement of labour /material, the contractor shall strictly
follow such restrictions and nothing extra shall be payable to the contractor
on such accounts. The loss of time on these accounts, if any, shall have to be
made up by augumenting additional resources whatever required.

23.

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

24.

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

25.

No payment shall be made for any damage caused by rain, snowfall, flood, Earth
Quake or any other natural calamity, whatsoever during the execution of the work.
The contractor shall be fully responsible for any damage to the govt. property and the
work for which payment has been advanced to him under the contract and he shall
make good the same at his risk and cost. The contractor shall be fully responsible for
safety and security of his material, T&P/Machinery brought to the site by him.

26.

The contractor shall construct suitable godowns, yard at the site of work for storing all
other materials so as to be safe against damage by sun, rain, damages, fire, theft etc.
at his own cost and also employ necessary watch and ward establishment for the
purpose at his cost.

27.

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

28.

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

29.

If the work is carried out in more than one shift or during night, no claim on this
account shall be entertained. The contractor has to take permission from the police
authorities etc. if required, for working during night hours. No claim/hindrance shall
be considered and allowed in case work is not allowed to be carried out during night
hours.

30.

Existing drains, pipes, cables, over-head wires, sewer lines, water lines and
similar services, if any, encountered in the course of the execution of work
shall be protected against the damage by the contractor at his own expense.
In case the same are to be removed and diverted, expenditure incurred in
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

75
doing so shall be payable to the contractor. The contractor shall work out
the cost, get the same approved by Engineer-in-Charge before taking up
actual execution. The contractor shall not store materials or otherwise
occupy any part of the site in a manner likely to hinder the operation of such
services.
31.

The Contractor shall be responsible for the watch and ward/guard of the
buildings safety, fittings and fixtures provided by him against pilferage and
breakage during the period of installations and thereafter till the building(s)
is physically taken over by the department. No extra payment shall be made
on this account.

32.

The contractor shall render all help and assistance in documenting the total
sequence of this project by way of photography, slides, audio-video
recording, etc. Nothing extra shall be payable to the contractor on this
account. However, cost of photographs, slides, audio-videography etc. shall
be borne by the department.

33.

The rate of items of flooring is inclusive of providing sunken flooring in


bathrooms, kitchen etc. and nothing extra on this account is admissible.

34.

Malba, rubbish & other waste materials shall be reused at site to the extent
possible, as directed by Engineer in Charge or disposed off to recycling
agents, if available, and necessary documentations submitted in the
prescribed proforma. No deduction on this account shall be made from the
contractor.

35.

A site laboratory with the minimum equipments as specified in CPWD


specifications/in this agreement shall be established, made functional and
maintained within one month from the award of work.

35(a)

One computer operator, having good knowledge of MS Project, Prima


Vera, MS Excel shall be deployed by the contractor at the disposal of
the Engineer in charge till completion of work. Nothing extra shall be
payable on this account.

35(b)
The contractor shall construct a site office approx area 60 sqm (one
conference hall with conference table for 30 persons approx & chair
and attached toilet) with all services (Air-conditioners and furniture
etc. & other fixtures) for the use of CPWD site staff. The office shall be
in use till completion of the work. Nothing extra shall be payable on
this account.
36.

SAMPLE OF MATERIALS
Sample of building materials, fittings and other articles required for
execution of work shall be got approved from the Engineer-in-Charge
before use in the work. The quality of samples brought by the contractor
shall be judged by standards laid down in the relevant BIS specifications.
All materials and articles brought by the contractor to the site for use shall
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

76
conform to the samples approved by the Engineer-in-Charge. The samples
shall be preserved till the completion of the work.
37.

BIS marked materials except otherwise specified shall be subjected to quality test at the
discretion of the Engineer-in-Charge besides testing of other materials as per the
specifications described for the item/material. Wherever BIS marked materials are
brought to the site of work, the contractor shall, if required, by the Engineer-in-Charge,
furnish manufacturers test certificate or test certificate from approved testing
laboratory to establish that the material procured by the contractor for incorporation in
the work satisfies the provisions of specifications/BIS codes relevant to the material
and/or the work done.

38.

The contractor shall be fully responsible for the safe custody of materials brought by
him / issued to him even though the materials may be under double lock and key
system.

39.

Testing of materials:
The contractor shall procure all the materials in advance so that there is
39.1
sufficient time for testing, approving of the material and clearance of the
same before use in work. The contractor shall provide at his own cost
suitable weighing and measuring arrangements at site for checking the
weight / dimensions as may be necessary for execution of work. The sealed
samples are to be handed over to the testing lab by contractor in the presence
of the representative of the Engineer-in-charge.
39.2
Samples of various materials required for testing shall be provided free of
charge by the contractor. Testing charges shall be borne by the department.
However, in case the material does not conform to the relevant
codes/specifications, the testing charges shall be borne by the contractor. All
other incidental expenditure required to be incurred like for taking out the
samples, packing, conveyance, etc. shall be borne by the contractor himself.

40.

Conditions for Cement & Steel:


40.1
Conditions for Cement (Grey Cement).
i)
Cement required for the work shall be procured by the contractor.
ii)

(a) The contractor shall procure Portland Pozzolana


Cement (PPC) [conforming to IS:1489 (Part-I)], as
required in the work, from reputed manufacturers of grey
cement having a production capacity of one million tonnes
or more per annum, such as Ultra tech, ACC, , Vikram,
Shree Cement, Ambuja, Jaypee Cement, J. K. Cement,
Century Cement. as approved by the Ministry of Industry,
Government of India and holding licence to use ISI
certification mark for their product whose name shall be
got approved from Engineer-in-charge. Supply of cement
shall be taken in 50 Kg. bags bearing manufacturers
name and ISI marking.
Additional Director General(ER-1), CPWD. Kolkata may
change the brand of cement depending upon availability in
local market if needed. Instructions in this respect can be
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

77
issued by Additional Director General(ER-1),CPWD.
Kolkata at regular intervals.
(b) In addition to Portland Pozzolona cement(PPC) as
specified above, use of portland slag cement conforming to IS:
455 (Latest edition) is permitted for foundation work. Portland
slag cement will also be permitted for super structure works
subjected to enhancement of striping time of " form work" as
per provision of para 11.3.1 of IS: 456-2000 vis--vis the
curing time as per the decision of the Engineer-in-Charge
which shall be final and binding on the contractor. However,
no extra payment will be made on this account.
iii)

Every delivery of cement shall be accompanied by


producers certificate confirming that the supplied cement
conforms to relevant specifications. These certificate
should be endorsed to Engineer-in-charge for his record.

iv)

For each grade, cement bags shall be stored in two separate


godowns, one for tested cement and the other for fresh
cement (under testing) constructed by the contractor at his
own cost as per sketch given in General Conditions of
Contract for CPWD 2014 with weather proof roofs and
walls. The actual size of godown shall be as per site
requirements and as per the direction of the Engineer in
charge and nothing extra shall be paid for the same. The
decision of the Engineer-in-charge regarding the capacity
required/needed will be final. However, the capacity of
each godown shall not be less than 50 tonnes. Each
godown shall be provided with a single door with two
locks. The keys of one lock shall remain with CPWD
Engineer-in-charge or his authorized person and that of
other lock with the authorized agent of the contractor at
the site of work so that the cement is issued from godown
according to the daily requirement with the knowledge of
both the parties. The account of daily receipt and issue of
cement shall be maintained in a register in the prescribed
Proforma and signed daily by the contractor or his
authorized agent in token of its correctness. The contractor
shall be responsible for the watch & ward and the safety of
the cement godown. The contractor shall facilitate the
inspection of the cement godown by the Engineer-incharge any time.
The pages of the register should be machine numbered
and each page initialed by the EE. The cement godown
and the register are required to be checked by the AE/EE
in-charge of the work as mentioned below:At least weekly or fortnightly, respectively in case of
works at the Headquarters of AE/EE and.
Whenever they visit the site of work in case of works

a)
b)

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

78
located outside the Sub-Divisional/Divisional Head
Quarters.
v)

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 Engineerin-charge to do so. The cost of tests shall be borne by the
contractor/Department in the manner indicated below:
a)
By the contractor, if the results show that the cement does not
conform to relevant BIS Codes.
b)
By the Department, if the results show that the cement conforms
to relevant BIS Codes.

vi)

PPC (Portland Pozzolana Cement) shall be used in RCC structures in


accordance with the circular issued by the Directorate General of Works
vide No.CDO/SE(RR)/Fly Ash (Main)/102 dt.09.04.2009. The use of
PPC shall be regulated as per the following conditions stipulated in the
circular dt.09.04.2009:a)
IS:456-2000 Code of Practice for Plain and Reinforced Concrete
(as amended upto date) shall be followed in regard to Concrete
Mix Portion and its production as under:
i)
The concrete mix design shall be done as Design Mix
Concrete as prescribed in clause-9 of IS 456 mentioned
above.
ii)
Concrete shall be manufactured in accordance with
clause 10 of above mentioned IS:456 covering quality
assurance measures both technical and organizational,
which shall also necessarily require a qualified Concrete
Technologist to be available during manufacture of
concrete for certification of quality of concrete.
b)
Minimum M25 grade of concrete shall be used in all structural
elements of RCC except foundation, both in load bearing and
framed structure.
c)
The mechanical properties such as modulus of elasticity, tensile
strength, creep and shrinkage of flyash mixed concrete or
concrete using flyash blended cements (PPCs) are not likely to
be significantly different and their values are to be taken same
as those used for concrete made with OPC.
d)
To control higher rate of carbonation in early ages of concrete
both in flyash admixed as well as PPC based concrete,
water/binder ratio shall be kept as low as possible, which shall
be closely monitored during concrete manufacture.
If necessitated due to low water/binder ratio, required
workability shall be achieved by use of chloride free
chemical admixtures conforming to IS:9103. The
compatibility of chemical admixtures and super
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

79
plasticizers with each set OPC, fly ash and /or PPC
received from different sources shall be ensured by
trails.
In environment subjected to aggressive chloride or
sulphate attack in particular, use of flyash admixed or
PPC based concrete is recommended. In case, where
structural concrete is exposed to excessive
magnesium sulphate, flyash substitution/content shall
be limited to 18% by weight. Special type of cement
with low C3A content may also be alternatively used.
Durability criteria like minimum binder content and
maximum water/binder ratio also need to be given
due consideration is such environment.
Wet curing period shall be enhanced to a minimum of
10 days or its equivalent. In hot & arid regions, the
minimum curing period shall be 14 days or its
equivalent.
Subject to General Guidelines detailed out as above,
PPC manufactured conforming to IS:1489 (Part-I)
shall be treated at par with OPC for manufacture of
Design Mix Concrete for structural use in RCC.

e)

f)

g)

vii)

h)

Till the time, BIS makes it mandatory to print the


%age of flyash on each bag of cement, the certificate
from the PPC manufacturer indicating the same shall
be insisted upon before allowing use of such cements
in works.

i)

While using PPC for structural concrete work, no


further admixing of fly ash shall be permitted.
The actual issue and consumption of cement on work shall be
regulated and proper accounts maintained as provided in
clause 10 of the contract. The theoretical consumption of
cement shall be worked out as per procedure prescribed in
clause 42 of the contract and shall be governed by
conditions therein. No payment for excess consumption of
cement will be allowed. However for consumption lesser
than permissible theoretical variation, a recovery shall be
made in accordance with conditions of contract of schedule
A to F without prejudice to action for acceptance of
work/item of reduced rate or rejection, as the case may be.

viii)

For non-schedule items, the decision of the Superintending


Engineer or successor thereof regarding theoretical quantity
of cement which should have been actually used shall be
final and binding on the contractor.

ix)

Cement brought to site and cement remaining unused after


completion of work shall not be removed from site without
written permission of the Engineer-in-charge.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

80

40.2

x)

Damaged cement shall be removed from site immediately by the


contractor on receipt of notice in writing from the Engineer-in-charge.
If he does not do so within three days of receipt of such notice, the
Engineer-in-charge shall get it removed at the cost of the contractor.

xi)

Cement should be kept in godowns under double lock and key and its
consumption account invariably maintained. Cement register should
contain the columns as shown in Appendix-28. (CPWD Works
Manual 2012).

Conditions for Steel.


i)
The contractor shall procure TMT bars of Fe500/500D
grade from primary steel producers such as SAIL, Tata
Steel Ltd., RINL, Jindal Steel & Power Ltd. and JSW
Steel Ltd. Or any other producer as approved by CPWD
who are using iron ore as the basic raw material/input and
having crude steel capacity of 2.0 Million tonnes per
annum and above.
In case of non-availability of steel from primary
producers the Additional Director General(ER)-I, CPWD,
Kolkata, shall 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.
In case of non-availability of steel from Primary
Producers as well as ISPs then Additional Director
General(ER)-I, may also permit use of TMT reinforcement
bars procured from secondary producers. In such cases
following action shall be taken:
a)

The grade of the steel Fe500/500D to be procured shall be


specified as per BIS 1786-2008.

b)

The secondary producers must have valid BIS licence to


produce HSD bars conforming to IS 1786 : 2008. In
addition to BIS licence, the secondary producer must have
valid licence from either of the firms Tempcore, Thermex,
Evcon, Turbo & Turbo Quench to produce TMT Bars.

c)

The TMT bars procured from primary producers and ISPs


shall conform to manufactures specifications.

d)

The TMT bars procured from secondary producers shall


conform to the specifications as laid by Tempcore,
Thermex, Evcon, Turbo & Turbo Quench as the case may
be.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

81
e)

TMT bars procured either from primary producers or


secondary producers, the specifications shall meet the
provisions of IS 1786 ; 2008 pertaining to Fe 500/500D
grade of steel as specified in the tender.

The contractor shall have to obtain and furnish test certificate to


the Engineer-in-Charge in respect of all supplies of steel brought
by him to the site of work.
ii)

The contractor shall have to obtain and furnish test certificates


to the Engineer-in-charge in respect of all supplies of steel
brought by him to the site of work.

iii)

Samples shall also be taken and got tested by the Engineer-inCharge as per the provisions in this regard in relevant BIS
codes. In case the test results indicate that the steel arranged
by the contractor does not conform to the specifications the
same shall stand rejected, and it shall be removed from the
site of work by the contractor at his cost within a week time
or written orders from the Engineer-in-Charge to do so.

iv)

The steel reinforcement shall be brought to the site in bulk


supply of ten tones or more as decided by the Engineer-incharge.

v)

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.

vi)

For checking nominal mass, tensile strength, bend test, rebend test etc. specimen of sufficient length shall be cut
from each size of the bar at random at frequency not less
than that specified below:
Size of bar
For consignment
For
below
100
consignment
tonnes
above
100
tonnes
Under
One sample for
One sample for
10mm dia.
each 25 tonnes or
each 40 tonnes
Bars
part thereof
or part thereof
10mm
to16mm dia
bars

One sample for


each 35 tonnes or
part thereof

One sample for


each 45 tonnes
or part thereof

Over 16mm
dia bars

One sample for


each 45 tonnes or
part thereof

One sample for


each 50 tonnes
or part thereof

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

82
vii)

The contractor shall supply free of charge the steel required


for testing.

viii) The actual issue and consumption of steel on work shall be


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

41.

ix)

The standard sectional weights referred to shall be as given


in Table 5.4 in para 5.3.4 in CPWD specifications 2009
Vol. 1 and will be considered for conversion of length of
various sizes of TMT bars in to standard weight. Record of
actual sectional weights shall also be kept dia wise and lot
wise. The average sectional weight for each diameter shall
be arrived at from samples from each lot of steel received
at site. The decision of the Engineer in charge shall be final
for the procedure to be followed for determining the
average sectional weight of each lot. Quantity of each
diameter of steel received at site of work each day will
constitute one single lot for the purpose. The weight of
steel by conversion of length of various sizes of bars based
on the actual weighted average sectional weight shall be
termed as Derived Actual Weight.
a)
If the derived weight is less than the standard
weight, then the Derived Actual Weight shall be
taken for payment.
If the derived actual weight is found more than the
b)
standard weight, then standard weight as worked
out above shall be taken for payment and nothing
shall be paid extra for the difference in Derived
Actual Weight and standard weight.

x)

Steel brought to site and steel remaining unused shall not be


removed from site without the written permission of the
Engineer-in-charge.

The following procedure should be followed in case of removal of


rejected/sub-standard materials from the site of work.
i)
Whenever any material brought by the contractor to the site of work is
rejected, entry thereof should invariably be made in the site order
book under the signature of the AE/AEE giving approximate quantity
of such materials.
ii)
As soon as the material is removed, a certificate to that effect may be
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

83
recorded by the AE/AEE against the original entry, giving the date of
removal, mode of removal i.e. whether by truck, carts or by manual
labour. If removal is by truck, the registration number of the truck
should be recorded.
42.

When it is not possible for the AE/AEE to be present at the site of


work at the time of actual removal of the rejected/sub-standard
materials from the site, the required certificate should be recorded
by the Junior Engineer and the AE/AEE should countersign the
certificate recorded by the Junior Engineer.

SPECIFIC CONDITIONS TO GREEN BUILDING PRACTICES


It is made clear that building will be three star rating as per GRIHA
rating. Contractor has to do all the documentation required for that.
GENERAL NOTE ON GREEN BUILDING PRACTICES
All materials and systems used in the project are intended to maximize energy
efficiency for operation of Project throughout service life (substantial completion to
ultimate disposition - reuse, recycling, or demolition) with an emphasis on top
quality. Materials and systems are to maximize environmentally-benign construction
techniques, including construction waste recycling, reusable delivery packaging, and
reusability of selected materials. All vendors / contractors must adhere to best
practices related to Green Buildings. Other than the general guidelines outlined here,
all vendors/contractors will be furnished with a supplementary set of guidelines
more specific to their nature of service/product.
1.

Green Building Practices:


Ensure healthy indoor air quality in final Project.
Maximize use of products with low embodied energy (harvesting, mining,
manufacturing, transport, installation, use, operations, recycling and disposal).
Exceptions might include materials that result in net energy conservation
during their useful life in building and buildings life cycle.
Where possible, select materials harvested and manufactured regionally,
within a 500 km radius of the project site.
1.

Maximize use of durable products.

2.

Maximize use of products easy to maintain, repair and that can be


cleaned using non-toxic substances.

3.

Maximize recycled content in materials, products and systems.

4.

Maximize use of reusable and recyclable packaging.

5.

Where possible and feasible, provide for non-destructive removal and


re-use of materials after their service life in this building.

6.

Re-use existing building materials to extent feasible within design


concept expressed in Contract Documents. Provide materials that
utilize recycled content to maximum degree possible without being
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

84
detrimental to product performance or indoor air quality.

1.

Use construction practices such as material reduction and dimensional


planning that maximize efficient use of resources and materials.

Provide or contribute to O & M Manuals, wherever applicable.

Be conversant with the Site Waste Management Program Manual and


actively contribute to its compilation. Assist the author of the Manual by
estimating the nature and volume of waste generated by the
process/installation in question.

Minimize pollution: Select materials that generate least amount of pollution


during mining, manufacturing, transport, installation, use and disposal.

Avoid materials that emit green-house gases.


2. Avoid materials that

require energy intensive extraction, manufacturing,


processing, transport, installation, maintenance or removal.
3.

Avoid materials that contain ozone-depleting chemicals (e.g. CFCs or HCFCs).

4.

Avoid materials that emit potentially harmful volatile organic chemicals (VOCs).

5.

Employ construction practices that minimize dust production and combustion byproducts.
6. Avoid materials that can leach

harmful chemicals into ground water; do not allow


potentially harmful chemicals to enter sewers or storm drains.
7.

Protect soil against erosion and top soil depletion.

8.

Minimize noise generation during construction; screen mechanical equipment to


block noise.
9. Select

materials that can be reused or recycled and materials with significant


percentage of recycled content; conform with or exceed specified Project recycled
content percentages for individual materials; avoid materials difficult to recycle.
10.

Protect natural habitats; restore natural habitats where feasible within scope of
Project.

CONDITIONS OF CONTRACT SPECIFIC TO GREEN BUILDING PRACTICES


The contractor shall strictly adhere to the following conditions as part of his contractual obligations:
A. SITE

1. The contractor shall ensure that all the top soil excavated during
construction works is neatly stacked and is not mixed with other
excavated earth. The contractor shall take the clearance of the Engineerin-charge before any excavation. Top soil should be stripped to a depth of
20 cm (centimeters) from the areas proposed for buildings, roads, paved
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

85
areas, and external services. It shall be stock-piled to a height of 40 cm in
designated areas and shall be re-applied to site during plantation of the
proposed vegetation. Top soil shall be separated from sub-soil debris and
stones larger than 50 mm (millimeter) diameter. The stored top soil may
be used as finished grade for planting areas.

B.

2.

The Contractor should follow the construction plan as proposed by the


architect to minimize the site disturbance such as soil pollution due to
spilling. Use staging and spill prevention and restrict the spilling of the
contaminated material on site. Protect top soil from erosion by
collection storage and re-application of top soil, constructing sediment
basin, contour trenching, mulching etc.

3.

No excavated earth shall be removed from the campus. All soil shall be
reused in back-filling/landscape, etc as per the instructions of the
architects.

4.

The contractor shall not change the natural gradient of the ground unless
specifically instructed by the architects. This shall cover all natural
features like water bodies, drainage gullies, slopes, mounds,
depressions, rocky out-crops etc.

5.

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

6.

The contractor shall ensure that adequate measures are taken for the
prevention of erosion of the top soil during the construction phase.

7.

The contractor shall ensure that existing grades of soil shall be


maintained around existing vegetation and lowering or raising the levels
around the vegetation is not allowed unless specifically directed by the
landscape architect/architect/engineer-in-charge

CONSTRUCTION PHASE AND WORKER FACILITIES


1.

The contractor shall specify and limit construction activity in preplanned/designated areas and shall start construction work after
securing the approval for the same from the Project Manager/SE. This
shall include areas of construction, storage of materials and material and
personnel movement.

2.

The contractor shall ensure that no existing trees shall be cut down or
harmed during construction.

3.

The contractor shall ensure that no trees, existing or otherwise, shall be


harmed, and damage to roots should be prevented during trenching,
placing backfill, driving or parking heavy equipment, dumping of trash,
oil, paint, and other materials detrimental to plant health. These
activities should be
restricted to the areas outside of the canopy of
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

86
the tree or from a safe distance from the tree/plant.
C.

PRESERVE & PROTECT LANDSCAPE DURING CONSTRUCTION


1.

2.

3.

4.

5.

Contractor should limit all construction activity within the specified area as
per the construction plan proposed by the architect. All the existing trees
should be preserved, if not possible than compensate the loss by re-planting
trees in the proportion of 1:3.
Contractor shall collect all construction waste generated on site. Segregate
these wastes based on their utility and examine means of sending such
waste to manufacturing units which use them as raw material or other site
which require it for specific purpose. Typical construction debris could be
broken bricks, steel bars, broken tiles etc.
The contractor shall provide the minimum level of sanitation and safety
facilities for the workers at site. The contractor shall ensure cleanliness of
work place with regard to the disposal of waste and effluent; provide clean
drinking water and latrines and urinals as per applicable standard. Adequate
toilet facilities shall be provided for the workman within easy access of
their place of work. The total no. to be provided shall not be less than 1 per
25 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 dis-infectant shall be provided. Natural or artificial illumination
shall be provided.
The contractor shall ensure that air pollution due to dust/generators is kept
to a minimum, preventing any adverse effects on the workers and other
people in and around the site. The contractor shall ensure proper screening,
covering stockpiles, covering brick and loads of dusty materials, wheelwashing facility, and water spraying. Contractor shall ensure the following
activities to prevent air pollution during construction:
Clear vegetation only from the area where work will start right away.
Vegetate/mulch area where vehicles dont play. Apply gravel where
mulching is impractical.
Apply surface gravel to all vehicular roads.
Spray water on any dusty material, areas where demolition work is
being carried out, unpaved roads and other dusty areas and
excavated areas.
Provide dust screens sheeting or netting to scaffolding along
perimeter of a building.
Also cover stock pile dusty material & transferring loses material
like bulk cement fly ash etc.

The contractor shall ensure that the speed of vehicles within the site is
limited to 10 km/hr.
Lighting of fires or carrying out heat or gas emitting construction activity
within the ground covered by canopy of the tree shall not be permitted.
6.

7.

The contractor shall ensure that no construction leachate (Ex: cement


slurry), is allowed to percolate into the ground. Adequate precautions are to
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

87
be taken to safeguard against this including reduction of wasteful curing
processes, collection, basic filtering and reuse. Temporary drainage
channels, perimeter dike/swale etc. shall be constructed to carry the
pollutant-laden water directly to the treatment device or facility (municipal
sewer line).
Staging (dividing a construction area into two or more areas to
minimize the area of soil that will be exposed at any given time) should be
done to separate undisturbed land from land disturbed by construction
activity and material storage.
8.

The contractor shall provide for adequate number of garbage bins


around the construction site and the workers facilities and will be
responsible for the proper utilisation of these bins for any solid waste
generated during the construction. The contractor shall ensure that the site
and the
workers facilities are kept litter free.
9.

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.
10.

Comply with the safety procedures, norms and guidelines (as


applicable) as outlined in the document Part 7 _Constructional practices
and safety- 2005, National Building code of India, Bureau of Indian
Standards. A copy of all pertinent regulations and notices concerning
accidents, injury and first-aid shall be prominently exhibited at the work
site. Depending upon the scope & nature of work, a person qualified in
first-aid shall be available at work site to render and direct first-aid to
casualities. A telephone may be provided to first-aid assistant
with telephone numbers of the hospitals displayed. Complete reports of all
accidents and action taken thereon shall be forwarded to the competent
authorities.
11.

Adopt additional best practices, prescribed norms as in Doc No. CED


46(6086), July 2003:Draft National Building Code of India: Part 7
Constructional practices and safety, issued by Bureau of Indian Standards.
12.

The contractor shall ensure that a flush out of all internal spaces is
conducted prior to handover. This shall comprise an opening of all doors
and windows for 10 days to vent out any toxic fumes due to paints,
varnishes, polishes etc.
13.

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


specified in Part 7, Section 2 - Storage, Stacking and Handling practices,
NBC 2005 and shall be to the satisfaction of the Project Manager/SE to
ensure minimum wastage and to prevent any misuse, damage,
inconvenience or accident. Watch and ward of the Contractors materials
shall be his own responsibility. There should be a proper planning of the
layout for stacking and storage of different materials, components and
equipments with proper access and proper manoeuvrability of the vehicles
carrying the materials. While planning the layout, the requirements of
various materials, components and equipments at different stages of
construction shall be considered. The Owner shall not take any
responsibility on any account.
14.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

88
D.

E.

F.

WATER USE DURING CONSTRUCTION


Contractor should spray curing water on concrete structure and shall not
allow free flow of water. After curing on first day, all the concrete
structures should be painted with curing chemical to save water. Concrete
structures should be kept covered with thick cloth/gunny bags and water
should be sprayed on them. Contractor shall do water ponding on all
sunken slabs using cement and sand
mortar.
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.

MATERIALS & FIXTURES FOR THE PROJECT

1.

All materials sourced specifically for construction at this project, shall be strictly
sourced from a distance of 500 km radius from the project site except Kota stone,
marble and granite.

2.

Any material that is to be sourced from outside the prescribed radius shall be done after
securing the necessary approval from the architects and the Project Manager/SE.

3.

All cement used at site for reinforced concrete, precast members, mortar, plaster,
building blocks etc shall be PPC (Portland Pozzolana Cement). The PPC must meet the
requirements of IS 1489: 1991. (Minimum 30% replacement of cement with fly ash in
PPC (Portland Pozzolona Cement) by weight of the cement used in the overall RCC for
meeting the equivalent strength requirements.

4.

As a measure to reduce wastage and water consumption during construction, the


contractor shall source or set up the infrastructure for a small scale ready mix concrete.
All concreting works at site shall utilise only ready mix concrete and not a site mix.

5.

The contractor has to comply as per MoEF issued notification 8.0.763(E) dated 14th
Sept.1999 containing directive for greater fly ash utilization, where it stipulates that Every construction agency engaged in the construction of buildings within a radius of
50 km radius of a Thermal Power Plant, have to use of 100% fly ash based
bricks/blocks in their construction. Any brick/block containing more than 25% fly ash
is designated as fly ash brick/block.

6.

The contractor shall ensure that quarry dust is used in place of sand and in all
concreting works unless specifically instructed otherwise by the Engineer-in-charge.

7.

All timber used in the manufacture of door and window frames and shutters shall
constitute of reclaimed timber. The source of such reclaimed timber shall be approved
by the Engineer-in-charge.

8.

The contractor shall ensure that non toxic anti-termiting and other pest control is
strictly used.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

89
9.

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 Engineer-in-charge before the
application of any such material.

10. All

steel used by the contractor should have a high recycled content of above 75%.
Any deviation from this condition should carry the prior approval of the Engineerin-charge.

11. All

plumbing and sanitary fixtures installed shall be as per the prescription of the
Architects and shall adhere to the minimum LPM and LPF mentioned.

12. The

contractor shall employ 100% zero ODP (ozone depletion potential)


insulation; HCFC (hydro chlorofluorocarbon)/ and CFC (chlorofluorocarbon) free
HVAC and refrigeration equipments and/halon-free fire suppression and fire
extinguishing systems.
13.The contractor shall ensure that all composite wood products/agri fibre products
used for cabinet work etc. do not contain any added urea formaldehyde resin.
G.
1.

2.

3.
4.
5.
6.

RESOURCES CONSUMED DURING CONSTRUCTION

The contractor shall ensure that the least amount of water and electricity is wasted
during construction. The Project Manager/SE can bring to the attention any such
wastage and the contractor will have to ensure that such bad practices are corrected.
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.
The contractor shall ensure that all run-off water from the site, during construction
is collected and reused to the maximum.
The contractor shall use treated recycled water of appropriate quality standards for
construction, if available.
No lights shall be turned on during the period between 6:00 AM to 6:00 PM
without the permission of the Project Manager/SE.
The contractor is encouraged to use bio-diesel in place of petroleum diesel for the
running of generators during construction.
H.

CONSTRUCTION WASTE

1. Contractor

shall ensure that wastage of construction material is kept to a maximum

of 3%.
2.

3.

4.
5.
6.

7.

All construction debris generated during construction shall be carefully segregated


and stored in a demarcated waste yard. Clear, identifiable areas shall be provided
for each waste type. Employ measures to segregate the waste on site into inert,
chemical, or hazardous wastes.
All construction debris shall be used for road preparation, back filling etc. as per
the instructions of the Architects and the Project Manager/SE with necessary
activities of sorting, crushing etc.
No construction debris shall be taken away from the site without the prior approval
of the Project Manager/SE.
The contractor shall recycle the unused chemical/hazardous wastes such as oil,
paint, batteries and asbestos.
If and when construction debris is taken out of the site, after prior permissions from
the Project Manager/SE, then the contractor shall ensure the safe disposal of all
wastes and will only dispose off any such construction waste in approved dumping
sites.
Inert waste to be disposed off by municipal corporation/local bodies at landfill
sites.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

90
I. DOCUMENTATION
1. The contractor shall, during the entire tenure of the construction phase, submit the
following records to the Project Manager/SE on a monthly basis:
i. Water consumption in litres
ii. Electricity consumption in kwh units
iii. Diesel consumption in litres
iv. Quantum of waste generated at site and the segregated waste types divided into inert,
chemical and hazardous wastes.
v. Digital photo documentation to demonstrate compliance of safety guidelines as
specified here and in the Appendix on Safety Conditions.
2. The

contractor shall, during the entire tenure of the construction phase, submit the
following records to the Project Manager/SE on a weekly basis:
i. Quantities of material brought into the site, including the material issued to the
contractor by the client.
ii. Quantities of construction debris (if at all) taken out of the site
iii. Digital photographs of the works at site, the workers facilities, the waste and other
material storage yards, pre-fabrication and block making works etc. as guided by the
Project Manager/SE.
3.

The contractor shall submit one document after construction of the buildings, a brief
description along with photographic records to show that other areas have not been
disrupted during construction. The document should also include brief explanation
and photographic records to show erosion and sedimentation control measures
adopted. (Document CAD drawing showing site plan details of existing vegetation,
existing buildings, existing slopes and site drainage pattern, staging and spill
prevention measures, erosion and sedimentation control measures and measures
adopted for top soil preservation during construction.

The contractor shall submit to the Project Manager /SE after construction of the
buildings, a detailed as built quantification of the following:
i. Total materials used,
ii. Total top soil stacked and total reused
iii. Total earth excavated,
iv. Total waste generated,
v. Total waste reused,
vi. Total water used,
vii. Total electricity and
viii. Total diesel consumed.

4.

5.

The contractor shall submit to the Project Manager/SE, before the start of
construction, a site plan along with a narrative to demarcate areas on site from which
top soil has to be gathered, designate area where it will be stored, measures adopted
for top soil preservation and indicate areas where it will be reapplied after
construction is complete.

6.

The contractor shall submit to the Project Manger, a detailed narrative (not more than
250 words) on provision for safe drinking water and sanitation facility for
construction workers and site personnel.

7.

Provide supporting document from the manufacturer of the cement specifying the fly
ash content in PPC used in reinforced concrete.

8.

The contractor shall, at the end of construction of the buildings, submit to the Project
Manager/SE, 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
Addition Nil
Omission-Nil.
AE(P)

EE(P)

91
i.

Source of products: Supplier details and location of the supplier.

Project Recyclability: Submit information to assist Owner and Contractor in


recycling materials involved in shipping, handling and delivery, and for temporary
materials necessary for installation of products.
ii.

Recycled Content: Submit information regarding product post industrial recycled


and post consumer recycled content. Use the Recycled Content Certification
Form, to be provided by the Commissioning Authority appointed for the Project.
iii.

Product Recyclability: Submit information regarding product and products


components
recyclability including potential sources accepting recyclable
materials.
iv.

Provide certification for all wood products provided by a Forest Stewardship


Council (FSC - or equivalent organization) accredited certifier.
vi. Provide final certification of well-managed forest of origin to provide final
documentation of certified sustainably harvested status: Acceptable wood certified
sustainably harvested certifications shall include:
a)
Wood suppliers certificate issued by one of the Forest Stewardship Council
accredited certifying agencies;
b) Suppliers invoice detailing the quantities of certified wood products for project;
c)
Letter from one of a certifying agency corroborating that the products on the
wood suppliers invoice originate from certified well-managed forests.
vii. Clean tech: Provide pollution clearance certificates from all manufacturers of
materials
viii. Indoor Air quality and Environmental Issues: Submit emission test data, sourced
from the manufacturers, produced by acceptable testing laboratory listed in
QualityAssurance Article for materials as required in each specific Specification
section.
a)
Certifications from manufacturers of Low VOC paints, adhesives, sealant and
polishes used at this particular project site.
b) Certification from manufacturers of composite wood
products/agrifibreproducts 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.
9. Provide total support to the Architects / Project Manager/SE / Green Building
Consultants appointed by the owner in completing all Green Building Rating
related formalities including signing of forms, providing signed letters in the
contractors letterhead.
v.

J. EQUIPMENT
1. To

ensure energy efficiency during and post construction all pumps, motors and
engines used during construction or installed, shall be subject to approval and as per
the specifications of the architects.
2.
All lighting installed by the contractor around the site and at the labour quarters
during construction shall be CFL bulbs of the appropriate illumination levels. This
condition is a must, unless specifically prescribed.
The contractor is expected to go through all other conditions of the TERI-GRIHA
rating stipulations, which can be provided to him by the architects. Failure to adhere
to any of the above mentioned items, without necessary clearances from the
architects and the Project Manager Project Manager /SE, shall be deemed as a
violation of contract and the contractor shall be held liable for penalty as determined
by the Engineer-in-Charge.
K. The contractor has to execute the work complying to the additional conditions
specified above and nothing extra shall be paid to him for the same.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

92

SPECIAL CONDITIONS FOR ROAD


1.

The contractor shall be responsible for sorting, stacking and handing over of
serviceable materials obtained during scarifying and / or dismantling of existing roads
or a portion of road, culvert and / or its head walls or wing walls, boulder pitching ,
G.I. crated netting etc. In case of any loss or damage to serviceable materials prior to
handing over, the value of the same as assessed by the Engineer-in-charge, shall be
recovered from the contractor.

2.

The Contractor shall submit a statement of materials whenever brought to site to the
department, in conformity with plan/ programme approved by the Engineer-inCharge.

3.

Any legal or financial implications resulting out of disposal of earth shall be sole
responsibility of the contractor. Nothing extra shall be paid on this account.

4.

Contractor shall take all precautionary measures to avoid any damage to adjoining
property. All necessary arrangement shall be made at his own cost.

5.

Existing drains, pipes, cables, over-head wires, sewer lines and similar services
encountered in the course of the execution of work shall be protected against the
damage by the contractor at his own expense. The contractor shall store materials or
otherwise occupy any part of the site in a manner which is not likely to hinder the
operation of such services or otherwise the contractor shall make necessary
alternative arrangement at no extra cost.
In case the existing services are to be shifted permanently, then before dismantling
the existing services alternate / diversion of service lines has to be laid by the
contractor so that there is no interruption in use of existing services. The contractor
has to plan the alternate suitable route for diversion /shifting of service lines and get
the same approved from the Engineer-in-charge before starting/shifting of services.
Nothing extra shall be paid except the payment of dismantling and laying of new
service lines as per conditions of contract.

6.

The contractor shall ensure quality construction in a planned and time bound
manner. Any sub-standard material / work beyond set-out tolerance limit shall be
summarily rejected by the Engineer-in-charge & contractor shall be bound to replace
/ remove such sub-standard / defective work immediately.

7.

Actual place / reach for work will be decided by the Engineer-in-charge as per site
condition and actual necessity.

8.

PROCUREMENT AND ACCOUNTING OF BITUMEN


a.)

The contractor shall procure bitumen emulsion rapid setting confirming to


IS:8887-1995 and bitumen of required grade as specified confirming to IS 73
2006 from the manufactures of repute like Indian Oil Corporation Ltd.,
Hindustan Petroleum Corporation Ltd., Bharat Petroleum Corporation Ltd.,
IBP as approved by Ministry of Petroleum, Govt. of India.

b.)

MODE OF PROCUREMENT:
Bitumen of specified grade shall be brought at site in sealed drums only,
bearing following marking (legible).
(i)

Name of Manufacturer.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

93

9.

(ii)

Gross weight, Net weight.

(iii)

Month and Year of Manufacture.

(iv)

Use before ______________ (date).

(v)

Type and Grade.

(vi)

Batch Number.

(vii)

Standard Mark.

(viii)

Name of Contractor / Supplier.

(ix)

Serial No. & Total Nos. of Drums in each batch / lot.

c.)

The contractor will produce original Challan / Voucher for purchase of bitumen
from IOC / HPCL / BPCL / IBP as a proof of having purchased the material from
manufacturer. The Challan / Voucher shall be returned to the contractor after
verification and marking necessary endorsement.

d.)

Bitumen of specific grade shall be brought at site in one or more lots. The
bitumen of grade VG 10 or as specified and bitumen emulsion should be
minimum 25% of theoretical required quantity in one lot. In case the contractor
brings the material in small lot, the same shall not be allowed to be used until the
minimum lot size is achieved & delay on this account shall be entirely
attributable to the contractor.

e.)

The contractor shall have to obtain and furnish test certificates issued by
manufacturer to the Engineer-in-Charge in respect of bitumen procured by him.

f.)

Bitumen brought to site and bitumen remaining unused after completion of work
shall not be removed from site without written permission of the Engineer-inCharge. However nothing extra shall be paid for cartage of bitumen to the site of
work for unused bitumen.

The day to day receipt and issue accounts of bitumen shall be maintained by the Junior
Engineer and signed daily by the contractor or his authorized agent on the following
proforma.
PROFORMA FOR THE BITUMEN REGISTER

Date of Receipt
(1)

Qnty. Issued
(5)

TotalQnty.
(2)

Total issued
(6)

Receipt Progressive
(3)

Balance in hand
(7)

Contractors initial
(8)

Date of Issue
(4)

J.Es initial
(9)

---------------------------------------------------------------------------------------------------------------------------------------DAILY COMPARISON OF ISSUE WITH REQUIRTEMENTS


Name of Approximate Theoretical
Actual
contractor
Initial
Remarks of
work to
Qnty. of
requirement consumption
Initial
of JE
for work
Which
work done
of bitumen
done on
issued
for work
done on
each day
AE
EE
each day
1
2
3
4
5
6
7
8
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

94

10.

The bitumen in drums shall be stacked in fenced enclosures as directed by the


Engineer-in-charge, on one side of the roadway.

11.

All the drums brought to site shall be serially numbered indicating agreement no. and
used in the reverse order.

12.

Testing of Materials:
a)

Sample of materials required for testing shall be provided free of charge by the
contractor. The cost of test shall be borne by the contractor / department in the
manner indicated below:i.

By the contractor, if the results show that the material does not confirm
to relevant specifications

ii.

By the department, if the results show that the material confirms to


relevant specifications.

b)

All other expenditure required to be incurred for taking samples; conveyance,


packing etc. shall be borne by the contractor himself.

c)

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

13.

All materials obtained from Government stores or otherwise shall be got checked by
the Junior Engineer / Assistant Engineer-in-charge of works on receipt of the same at
site before use.

14.

The contractor shall stack 100% (hundred percent) of stone aggregate required for
premixing & pothole/depression filling work in various reaches as per approval of
Engineer-in-charge. Written permission from Engineer-in-charge or his authorized
representative not below the rank of Assistant Engineer is to be obtained before
commencement of bituminous work in a particular reach.

15.

The potholes / depression filling and premixing work has to be planned in a systemic
manner. The potholes / depression filling work has to be completed in a phased
manner for every 2 Km. reach. The same has to be measured record from the
Engineer-in-Charge or his authorized representative before taking up premixing work
in that reach.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

95

PARTICULAR SPECIFICATION FOR ROAD


FOR PREMIX SURFACING

1.

These specifications should be read in conjunction with CPWD


Specifications 2009 with up-to-date correction slips, IRC Specification for
Rural Roads and IRC Rural Roads Manual.
1.1.
1.1.1

Scope
The work shall consist of the preparation, laying and compaction of premix
surfacing material of 20 mm thickness composed of small sized aggregates
premixed with a bituminous binder on a previously prepared surface, in
accordance with the requirements of these Specifications, to serve as a
wearing course.

1.2.

Materials

1.2.1

Binder: The binder shall be viscosity grade bitumen of grade VG 10 or as


specified in the contract and shall satisfy the requirement of IS-73.

1.2.2

Coarse aggregates: The coarse aggregates shall consist of crushed rock,


crushed gravel or other hard material retained on the 2.36 mm sieve. They
shall be clean, hard, durable, of cubical shape, free from dust and soft or
friable matter, organic or other deleterious matter. Where the Contractor's
selected sources of aggregate have poor affinity for bitumen, as a condition for
the approval of that source, the bitumen shall be treated with approved antistripping agents as per the manufacturers recommendations without additional
payment. Before approval of the source, the aggregates shall be tested for
stripping.
The aggregates shall satisfy the physical requirements set forth as follows: Property
Particle shape
Strength
Water
absorption
Stripping

Test
Flakiness Index 1
Aggregate Impact Value 2
Water absorption 4

Specification
Max. 25 percent
Max. 30percent
Max. 2 percent

Coating and stripping of


bitumen aggregate mixtures 5

Min. retained coating 75


percent

Note: 1. IS:2386 Part 1


3. IS:2386 Part 5
5. IS:6241

2. IS:2386 Part 4
4. IS:2386 Part 3

Where crushed gravel is proposed for use as aggregate, not less than 90 per cent
by weight of the crushed material retained on the 4.75 mm sieve shall have at
least two fractured faces.
1.2.3 Fine aggregates: The fine aggregates shall consist of crushed rock, quarry
sands, natural gravel/sand or a mixture of both. These shall be clean, hard, durable,
un-coated mineral particles, dry and free from injurious, soft or flaky particles and
organic
or
deleterious
substances.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

96
1.2.4

Proportioning of materials:
The material shall be proportioned as follows: QUANTITIES OF MATERIALS REQUIRED FOR 10 M2 OF ROAD SURFACE
FOR 20 MM THICK PREMIX CARPET

Aggregate
Nominal stone size 13.2 mm (passing 22.4 mm sieve and retained on 0.18 m3
(a)
11.2 mm sieve)
Nominal stone size 11.2 mm (passing 13.2 mm sieve and retained on 0.09 m3
(b)
5.6 mm sieve)
Total
0.27 m3
Binder (quantities in terms of straight run bitumen)
For 0.18 m3 of 13.2 mm nominal size stone at 52 Kg. bitumen per m3
9.5 Kg.
(a)
(b)

For 0.09 m3 of 11.2 mm nominal size stone at 56 Kg. bitumen per m3


Total

14.6
Kg.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

5.1 Kg.

EE(P)

97
2.

FOR MIX SEAL SURFACING


These specifications should be read in conjunction with CPWD
Specifications 2009 with up-to-date correction slips, IRC Specification for
Rural Roads and IRC Rural Roads Manual.

2.1.
2.1.1

Scope
The work shall consist of the preparation, laying and compaction of mix seal
surfacing material of 20 mm thickness composed of graded aggregates
premixed with a bituminous binder on a previously prepared surface, in
accordance with the requirements of these Specifications, to serve as a
wearing course.
No Mix Seal Surfacing layer shall, however be placed directly over WBM
base.

2.1.2

Mix Seal surfacing shall be of Type A or Type B as specified in the Contract


documents. For normal works, Type B mix seal surfacing shall be provided.
In case Type A surfacing is to be laid, prior permission of Chief Engineer
(EZ)I, CPWD may be obtained.

2.2.

Materials

2.2.1

Binder: The binder shall be viscosity grade bitumen of grade VG 10 or as


specified in the contract and shall satisfy the requirement of IS-73.

2.2.2

Coarse aggregates: The coarse aggregates shall consist of crushed rock,


crushed gravel or other hard material. They shall be clean, hard, and durable
of cubical shape, free from dust and soft or friable matter, organic or other
deleterious matter. Where the Contractor's selected sources of aggregate
have poor affinity for bitumen, as a condition for the approval of that source,
the bitumen shall be treated with approved anti-stripping agents as per the
manufacturers recommendations without additional payment. Before approval
of the source, the aggregates shall be tested for stripping.
The aggregates shall satisfy the physical requirements set forth as follows: Property
Particle shape
Strength
Water absorption
Stripping

Test
Flakiness Index 1
Aggregate Impact Value 2
Water absorption 4
Coating and stripping of
bitumen aggregate mixtures

Specification
Max. 25 percent
Max. 30percent
Max. 2 percent
Min. retained coating 75
percent

Note: 1. IS:2386 Part 1


3. IS:2386 Part 5
5. IS:6241

2. IS:2386 Part 4
4. IS:2386 Part 3

Where crushed gravel is proposed for use as aggregate, not less than 90 per cent
by weight of the crushed material retained on the 4.75 mm sieve shall have at
least two fractured faces.
2.3
Fine aggregates: The fine aggregates shall consist of crushed rock, quarry
sands, natural gravel/sand or a mixture of both. These shall be clean, hard, durable,
un-coated mineral particles, dry and free from injurious, soft or flaky particles and
organic or deleterious substances.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

98
2.4

Aggregate gradation: The coarse and fine aggregates shall be so graded or


combined as to conform to one or the other grading shown in Table and as
specified in the contract
TABLE OF AGGREGATE GRADATION
Cumulative per cent by weight of
IS Sieve Designation (mm)
Total Aggregate Passing
Type A
Type B
13.2 mm
100
11.2 mm
100
88-100
5.6 mm
52-88
31-52
2.8 mm
14-38
5-25
0.090 mm

0-5

0-5

2.5

Proportioning of materials: The total quantity of aggregates used for Type A


or B close-graded premix surfacing shall be 0.27 cum per 10 sqm area. The
quantity of binder used for premixing in terms of straight-run bitumen shall be
22 kg and 19 kg per 10 sqm areas for Type A and Type B surfacing
respectively.

3.

Construction Operations

3.1

Weather and seasonal limitations: Laying of bituminous mixtures shall not


be carried out when the air temperature at the surface over which it is to be
laid is below 100 or when the wind speed at any temperature exceeds 40
km/hr at 2m height unless specifically approved by the Engineer-in-Charge.
Lying shall be suspended while freestanding water is present on the surface to
be covered, or during rain, fog and dust storms. After rain, the surface shall be
left to dry before laying shall start.

3.2

Preparation of surface: The underlying surface on which the bituminous


surfacing is to be laid shall be prepared, shaped and conditioned to the
specified lines, grade and cross-section before taking up mix seal surfacing
work which shall be paid for separately.

3.3

Cleaning of surface: The existing surface shall be cleaned thoroughly before


application of bituminous binder.

3.4

Tack coat: The work shall consist of the application of single coat of low
viscosity liquid bituminous material to an existing bituminous surface
preparatory to the super imposition of bituminous mix.

3.5

Preparation of premix :
Mix shall be prepared in hot mix plant of adequate capacity and
capable of yielding a mix of proper and uniform quality with thoroughly
coated aggregate. Hot mix plant shall be preferably of batch mix type
with electronic load senser device. The requirement of clause 501.3 of
MORTH specifications hall be strictly adhered to.
The temperature of the binder at the time of mixing shall be in the range
at 150C to 163C and that of the aggregate in the range of 155C to
170C provided that the difference in temperature between the binder
and aggregate at no time exceeds 14C. Mixing shall be thorough to
ensure that a homogeneous mixture is obtained in which all particles
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

99
of the aggregates are coated uniformly and the discharge temperature
of mix shall be between 130C and 160C.
The mix shall be immediately transported from the mixer to the point of
use in suitable vehicles or handbarrows. The vehicles employed for
transportation shall be clean.
3.6

Spreading and roIling: The temperature of pre-mixed material at the


time of laying shall be 110C to 135C. The mix material shall be
spread by Necessarily deploy self-propelled mechanical paver with
suitable screeds capable of spreading tamping and finishing the mix
true to the specified lines, grades and cross sections of road. The
paver finisher shall have the following essential features: a)

Loading hoppers and suitable distribution mechanism.

b)

All drives having hydrostatic drive / control.

c)

The machine shall have hydraulically extendable screed for


appropriate width requirement.

d)

The screed shall have tamping and vibrating arrangement for


initial compaction to the layer as it is spread without rutting or
otherwise marring the surface. It shall have adjustable
amplitude and variable frequency.

e)

The paver shall be equipped with necessary control mechanism


so as to ensure that the finished surface is free from surface
blemishes.

f)

The screed shall have the internal heating arrangement.

g)

The paver shall be capable of laying 2.44 mtr width or as


required at site.

h)

The paver shall be so designed as to eliminate skidding /


slippage of the tyres during operation.

If any, extra quantity required to fill-up depressions shall be paid for


separately. The cross-fall should be checked by means of camber boards
and irregularities leveled out. Excessive use of blades of rakes should be
avoided. As soon as sufficient length of bituminous material has been laid,
rolling shall commence with 8 to 10 tonne static weight roller, or other
approved equipment. Rolling shall begin at the edge and progress towards
the center longitudinally, except that on super elevated and unidirectional
cambered portions, it shall progress from the lower to upper edge parallel to
the centerline of the pavement.
The consolidated thickness shall in no place be less than the specified
thickness by more than 25%.
When the roller has passed over the whole area once, any high spots or
depressions, which become apparent, shall be corrected by removing or
adding premixed materials Rolling shall then be continued (Min 10 passes)
until the entire surface has been rolled and all the roller marks eliminated.
The roller wheels shall be kept damp to prevent the premix from adhering to
the wheels. In no case shall fuel/lubricating oil be used for this purpose.
Excess use of water for this purpose shall also be avoided.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

100
Rollers shall not stand on newly laid material. Rolling operations shall be
completed in every respect before the temperature of the mix falls below
1OOC. Joints along and transverse to the surfacing laid and compacted
earlier shall be cut vertically to their full depth so as to expose fresh surface
which shall be painted with thin coat of appropriate binder before the new
mix is placed against it.
4.

Opening to Traffic
Traffic may be allowed after completion of the final rolling when the mix has
cooled down to the surrounding temperature. Traffic speeds should not be
permitted more than 16 KMPH until the following day.

5.

Surface Finish and Quality Control of Work


The surface finish of construction, control on the quality of materials supplied
and the works carried out shall conform to the requirements of Para 6.

6.

CONTROL OF ALIGNMENT, LEVEL AND SURFACE REGULARITY

6.1

General

All works performed shall conform to the lines, grades, cross-sections


and dimensions shown on the drawings or as directed by the
Engineer, subject to the permitted tolerances described hereinafter.
6.2

Surface Levels

The levels of the wearing course as constructed, shall not vary from
those calculated with reference to the longitudinal and cross-profile of
the road shown on the drawings or as directed by the Engineer
beyond the tolerances as specified below:Longitudinal Profile

Cross Profile
Max. permissible variation from specified
Max. permissible undulation when measured
profile when measured with a camber
with 3M straight edge
template
8 mm
6 mm
The longitudinal profile shall be checked during rolling with a three metres long straight
edge and graduated wedge at the centre of the road. Similarly the transverse profile shall
be checked with adjustable templates at intervals of 10 metres.

For checking the compliance with the above requirement,


measurements of the surface levels shall be taken on a grid of points
spaced at 10 m along the length and at 0.5 m from the edges and at
the centre of the pavement. In any length of pavement, compliance
shall be deemed to be met for the final road surface, only if the
tolerance given above is satisfied for any point on the surface.
6.3

Rectification

Where the surface regularity of wearing course fall outside the specified
tolerances, the Contractor shall be liable to rectify these as per para
6.3.1 and to the satisfaction of the Engineer-in-Charge.
6.3.1 The surface accuracy shall be checked immediately after rolling.
Surface irregularities which fall outside the specified tolerance limits
as laid above shall be rectified by removing to full depth the affected
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

101
area which shall not be less than 10 sqm and relaying with fresh
materials.
7.

Measurements for Payment

Mix Seal surfacing, Type A or B shall be measured as finished work, for


the area specified to be covered, in square meters at a specified
thickness. The area shall be the net area covered, and all allowances
for wastage and cutting of joints shall be deemed to be included in the
rate.
8.

Rate
The contract unit rate for Mix Seal Surfacing, Type A or B shall be paid in full
for carrying out the required operations including full compensation for
components listed as follows and as applicable to the work specified in these
Specifications.
(i) Preparation of base to the extent as specified above and excluding the
cost of tack coat & depression filling.
(ii) Providing all materials to be incorporated in the work including
arrangement for stockyards, all royalties, fees, rents (if any) and all leads
and lifts.
(iii) Mixing, transporting, laying and compacting the mix, as specified.
(iv) All labour, tools, equipment, plant including laying trials, as directed by the
Engineer-in-Charge, installation of mini hot mix plant, power roller, power
supply units and all machineries incidental to complete the work to the
Specifications.
(v) Carrying out the work in part widths of the road where directed.
(vi) The rates for premixed material shall include for all wastage in cutting of
joints, etc.
(vii) Carrying out all the required tests for control of quality as follows:Sl.
Test
Test Method
Frequency
No.
For viscosity grade bitumen IS : 73 One test per lot as
1. Quality of binder if
supplied by contractor
For bitumen emulsion IS : 8887
specified or part
thereof.
IS: 2386 (Part 4)
1 test per 100 cum
2. Aggregate impact value
per source
IS: 2386 (Part I)
1 test per 100 cum
3. Flakiness index
per source
IS: 6241-1971
1
set
of
4. Stripping of aggregate
representative
specimens for each
source
Water
absorption
IS:
2386
(Part
3)
1
set
of
5.
representative
specimens for each
source
Grading
of
aggregates
IS:
2386
(Part
I)
1 test per 50 cum
6.
or min 1 per day
Appendix-10.6 of IRC: SP: 20
Regularly
7. Temperature of binder at
application
Appendix-10.6 of IRC: SP: 20
1 test per 50 cum
8. Binder content
(the necessary tests shall
or min 1 per Km.
be carried out at hot mix
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

102
plant or at site as decided
by Engineer-in-Charge
9. Thickness
10. Surface level check

Para 6.2

Regularly
Para 6.2

The necessary testes shall be carried out at hot mix plant or at site as
decided by the Engineer-in-Charge.
All the above tests shall be done by the Contractor. The test reports
shall be submitted by him along with the RA / Final Bill. No payment
shall be released without these test reports. Testing charges shall be
born as per the Condition No. 12 of the Special Condition.
(B.)

WBM work
1.
2.

The work shall be carried out as per CPWD Specification.


Supply of blinding material shall have plasticity index of 4 to 6, liquid
limit less than 20 and percentage passing 0.075 mm < 10 mm.
3.
Aggregate quantity of coarse aggregates and screening required for
compacted thickness of water bound macadam sub-base / course /
base course / surface course for 10 Sqm shall be as follows. : Coarse Aggregate
Stone Screening
Loose
Compac
Specificati
Grading /
Quantity for
ted
Loose
on
Size Range
Classification WBM Sub
Thickne
quantity
& Size
base / Base
ss
coarse
Grading 1
90-45 mm
100 mm 1.21 Cum Type A 13.2
0.21 Cum
Grading 2
63-45 mm
75 mm
0.91 Cum Type A 13.2
0.12 Cum
Grading 2
63-45 mm
75 mm
0.91 Cum Type B 11.2
0.20 Cum
Grading 3 53-22.45 mm
75 mm
0.91 Cum Type B 11.2
----

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

For
WBM
surfa
ce
---------0.18
Cum

103

FORM OF WATER PROOFING WORKS


GUARANTEE BOND ON STAMPED PAPER
This agreement made this....day of two thousand.....
between M/s..(hereinafter called the Guarantor of the
one part) and the President of India (hereinafter called the Govt. of the other part).
Whereas this agreement is supplementary to the contract (hereinafter called the
Contract) dated.. made between the Guarantor of the one part and Govt.
of the other part, whereby the contractor inter alia, undertook to render the
Buildings and structures in the said contract recited completely water and leak
proof.
And whereas the Guarantor agreed to give a guarantee to the effect that the said
structure will remain waterproof for ten years to be reckoned from the date after
the maintenance period prescribed in the contract expires.
During this period of guarantee the Guarantor shall make good all defects and for
that matter, shall replace at his risk and cost such members as may be damaged by
water and in case of any other defect being found he shall render the building
waterproof at his cost to the satisfaction of the Engineer-in-Charge and shall
commence the works of such rectification within seven days from the date of
issuing notice from the Engineer-in-Charge calling upon him to rectify the defects
failing which the work shall be got done by the Department by some other
contractor at the Guarantors cost and risk and in the latter case the decision of the
Engineer-in-charge as to the cost, recoverable from the Guarantor shall be final
and binding.
That if the Guarantor fails to execute the waterproofing or commits breaches
hereunder then the Guarantor will indemnify principal and his successors against
all loss, damage, cost, expense or otherwise which may be incurred by him by
reason of any default on the part of the Guarantor in performance and observance
of this supplemental agreement. As to the amount of loss and/or damage and/or
cost incurred by the Government the decision of the Engineer-in-charge will be
final and binding on the parties.
In witness whereof of these presents have been executed by the
Obligor.and by. For and on behalf of the
President of India on the day, month and year first above written.
SIGNED, SEALED and delivered by OBLIGOR in presence of1.
2.
SIGNED for and on behalf of THE PRESIDENT OF INDIA by..in the
presence of1.
2.
Blanks to be filled by Contractor/EE(GCD)
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

104

To,
The All Bidders

Sub: NIT No 43/11/2015-16/EE/(CE)EZ-I/GCD/GTK/GCSD-II for the work


Construction of Regional Museum of Natural History at Marchak, Gangtok, Sikkim.
(SH : Construction of Museum & Auditorium, Transit Hostel & Dormitory including
Internal Water Supply & Sanitary Installation, Septic Tank, Under Ground Sump,
Development Works and Internal Electrical Installation, Street Light, Fire Fighting,
Fire Alarm System, Sub-Station, DG-Set, Lift).

Dear Sir,
It is hereby 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

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

105

To,
Executive Engineer,
Gangtok Central Division
CPWD, Gangtok.

Sub: Submission of Tender for the work of Construction of Regional


Museum of Natural History at Marchak, Gangtok, Sikkim. (SH :
Construction of Museum & Auditorium, Transit Hostel & Dormitory
including Internal Water Supply & Sanitary Installation, Septic
Tank, Under
Under Ground Sump, Development Works and Internal
Electrical Installation, Street Light, Fire Fighting, Fire Alarm
System, SubSub-Station, DGDG-Set, Lift).

Dear Sir,
I/We acknowledge that CPWD is committed to follow the principles thereof as
enumerated in the Integrity Agreement enclosed with the tender/bid document.

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

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

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

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

106

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


the relevant contract on behalf of CPWD.
INTEGRITY AGREEMENT
This Integrity Agreement is made at .... on this ... day
of ..20..
BETWEEN
President of India represented through Executive Engineer, Gangtok Central
Division, CPWD, Gangtok, (Hereinafter referred as the Principal/Owner,
which expression shall unless repugnant to the meaning or context hereof include
its successors and permitted assigns)
AND

(Name and Address of the Individual/firms/Company)


through
....(Her
einafter referred to as the
(Details of duly authorized signatory)
Bidder/Contractor and which expression shall unless repugnant to the meaning
or context hereof include its successors and permitted assigns)
Preamble
WHEREAS the Principal/Owner has floated the Tender (NIT No. 43/11/201516/EE/(CE)EZ-I/GCD/GTK/GCSD-II (hereinafter referred to as Tender/Bid) and
intends to award, under laid down organizational
procedure, contract for
Construction of Regional Museum of Natural History at Marchak, Gangtok,
Sikkim. (SH : Construction of Museum & Auditorium, Transit Hostel &
Dormitory including Internal Water Supply & Sanitary Installation, Septic
Tank, Under Ground Sump, Development Works and Internal Electrical
Sub--Station, DGInstallation, Street Light, Fire Fighting, Fire Alarm System, Sub
DGSet, Lift).

. 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.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

107
NOW, THEREFORE, in consideration of mutual covenants contained in this Pact,
the parties hereby agree as follows and this Pact witness as under:

Article 1: Commitment of the Principal/Owner


1) The Principal/Owner commits itself to take all measures necessary to prevent
corruption and to observe the following principles:
(a) No employee of the Principal/Owner, personally or through any of his/her
family members, will in connection with the Tender, or the execution of the
Contract, demand, take a promise for or accept, for self or third person, any
material or immaterial benefit which the person is not legally entitled to.
(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with
equity and reason. The Principal/Owner will, in particular, before and during the
Tender process, provide to all Bidder(s) the same information and will not
provide to any Bidders(s) confidential/additional information through which the
Bidder(s) could obtain an advantage in relation to the Tender process or the
Contract execution.
(c) The Principal/Owner shall endeavour to exclude from the Tender process any
person, whose conduct in the past has been of biased nature.
2) If the Principal/Owner obtains information on the conduct of any of its
employees which is a criminal offence under the Indian Penal code
(IPC)/Prevention of Corruption Act,1988 (PC Act) or is in violation of the
principles herein mentioned or if there be a substantive suspicion in this regard,
the Principal/Owner will inform the Chief Vigilance Officer and in addition can
also initiate disciplinary actions as per its internal laid down policies and
procedures.
Article 2: Commitment of the Bidder(s)/Contractor(s)
1) It is required that each Bidder/Contractor (including their respective officers,
employees and agents) adhere to the highest ethical standards, and report to the
Government/Department all suspected acts of fraud or corruption or Coercion
or Collusion of which it has knowledge or becomes aware, during the tendering
process and throughout the negotiation or award of a contract.
2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to
prevent corruption. He commits himself to observe the following principles
during his participation in the Tender process and during the Contract execution:
a) The Bidder(s)/Contractor(s) will not, directly or through any other person or
firm, offer, promise or give to any of the Principal/Owners employees involved
in the Tender process or execution of the Contract or to any third person any
material or other benefit which he/she is not legally entitled to, in order to obtain
in exchange any advantage of any kind whatsoever during the Tender process or
during the execution of the Contract.
b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any
undisclosed agreement or understanding, whether formal or informal. This applies
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

108
in particular to prices, specifications, certifications, subsidiary contracts,
submission or non-submission of bids or any other actions to restrict
competitiveness or to cartelize in the bidding process.
c) The Bidder(s)/Contractor(s) will not commit any offence under relevant
IPC/PC Act. Further the Bidder(s)/Contract(s) will not use improperly, (for the
purpose of competition or personal gain), or pass on to others, any information or
documents provided by the Principal/Owner as part of the business relationship,
regarding plans, technical proposals and business details including information
contained or transmitted electronically.
d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and
addresses of agents/representatives in India, if any. Similarly
Bidder(s)/Contractor(s) of Indian Nationality shall disclose names and address of
foreign agents/representatives, if any. Either the India agent on behalf of the
foreign principal or the foreign principal directly could bid in a tender but not
both. Further, in cases where an agent participate in a tender on behalf of one
manufacturer, he shall not be allowed to quote on behalf of another manufacturer
along with the first manufacturer in a subsequent/parallel tender for the same
item.
e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose (with each
tender as per proforma enclosed) any and all payments he has made, is committed
to or intends to make to agents, brokers or any other intermediaries in connection
with the award of the Contract.
3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences
outlined above or be an accessory to such offences.
4) The Bidder(s)/Contractor(s) will not, directly or through any other person or
firm indulge in fraudulent practice means a willful misrepresentation or
omission of facts or submission of fake/forged documents in order to induce
public official to act in reliance thereof, with the purpose of obtaining unjust
advantage by or causing damage to justified interest of others and/or to
influence the procurement process to detriment of the Government interests.
5) The Bidder(s)/Contractor(s) will not, directly or through any other person or
firm use Coercive Practices (means the act of obtaining something, compelling an
action or influencing a decision through intimidation, threat or the use of force
directly or indirectly, where potential or actual injury may befall upon a person,
his/her reputation or property to influence their participation in the tendering
process).
Article 3: Consequences of Breach
Without prejudice to any rights that may be available to the Principal/Owner under
law or the Contract or its established policies and laid down procedures, the
Principal/Owner shall have the following rights in case of breach of this Integrity
Pact by the Bidder(s)/Contractor(s) and the Bidder/Contractor accepts and
undertakes to respect and uphold the Principal/Owners absolute right:
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

109

1) If the Bidder(s)/Contractor(s), either before award or during execution of


Contract has committed a transgression through a violation of Article 2 above or
in any other form, such as to put his reliability or credibility in question, the
Principal/Owner after giving 14 days notice to the contractor shall have powers to
disqualify the Bidder(s)/Contractor(s) from the Tender process or
terminate/determine the Contract, if already executed or exclude the
Bidder/Contractor from future contract award processes. The imposition and
duration of the exclusion will be determined by the severity of transgression and
determined by the Principal/Owner. Such exclusion may be forever or for a
limited period as decided by the Principal/Owner.
2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the
Principal/Owner has disqualified the Bidder(s) from the Tender process prior to
the award of the Contract or terminated/determined the Contract or has accrued
the right to terminate/determine the Contract according to Article 3(1), the
Principal/Owner apart from exercising any legal rights that may have accrued to
the Principal/Owner, may in its considered opinion forfeit the entire amount of
Earnest Money Deposit, Performance Guarantee and Security Deposit of the
Bidder/Contractor.
3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a
Bidder or Contractor, or of an employees or a representative or an associate of a
Bidder or Contractor which constitutes corruption within the meaning of Indian
Penal code (IPC)/Prevention of Corruption Act, or if the Principal/Owner has
substantive suspicion in this regard, the Principal/Owner will inform the same to
law enforcing agencies for further investigation.
Article 4: Previous Transgression
1) The Bidder declares that no previous transgressions occurred in the last 5 years
with any other Company in any country confirming to the anticorruption approach
or with Central Government or State Government or any other Central/State
Public Sector Enterprises in India that could justify his exclusion from the Tender
process.
2) If the Bidder makes incorrect statement on this subject, he can be disqualified
from the Tender process or action can be taken for banning of business
dealings/holiday listing of the Bidder/Contractor as deemed fit by the
Principal/Owner.
3) If the Bidder/Contractor can prove that he has resorted/recouped the damage
caused by him and has installed a suitable corruption prevention system, the
Principal/Owner may, at its own discretion, revoke the exclusion prematurely.
Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors
1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a
commitment in conformity with this Integrity Pact. The Bidder/Contractor shall
be responsible for any violation(s) of the principles laid down in this
agreement/Pact by any of its Sub-contractors/sub-vendors.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

110
2) The Principal/Owner will enter into Pacts on identical terms as this one with all
Bidders and Contractors.

3) The Principal/Owner will disqualify Bidders, who do not submit, the duly
signed Pact between the Principal/Owner and the bidder, along with the Tender or
violate its provisions at any stage of the Tender process, from the Tender process.
Article 6: Duration of the Pact
This Pact begins when both the parties have legally signed it. It expires for the
Contractor/Vendor, 12 months after the completion of work under the contract or
till the continuation of defect liability period, whichever is more and for all other
bidders, till the Contract has been awarded.
If any claim is made/lodged during the time, the same shall be binding and
continue to be valid despite the lapse of this Pacts as specified above, unless it is
discharged/determined by the Competent Authority, CPWD.
Article 7 : Other Provisions
1) This Pact is subject to Indian Law, place of performance and jurisdiction is the
Head quarters of the Division of the Principal/Owner, who has floated the
Tender.
2) Changes and supplements need to be made in writing. Side agreements have
not been made.
3) If the Contractor is a partnership or a consortium, this Pact must be signed by
all the partners or by one or more partner holding power of attorney signed by all
partners and consortium members. In case of a Company, the Pact must be signed
by a representative duly authorized by board resolution.
4) Should one or several provisions of this Pact turn out to be invalid; the
remainder of this Pact remains valid. In this case, the parties will strive to come to
an agreement to their original intensions.
5) It is agreed term and condition that any dispute or difference arising between
the parties with regard to the terms of this Integrity Agreement/Pact, any action
taken by the Owner/Principal in accordance with this Integrity Agreement/Pact
or interpretation thereof shall not be subject to arbitration.
Article 8: LEGAL AND PRIOR RIGHTS
All rights and remedies of the parties hereto shall be in addition to all the other
legal rights and remedies belonging to such parties under the Contract and/or law
and the same shall be deemed to be cumulative and not alternative to such legal
rights and remedies aforesaid. For the sake of brevity, both the Parties agree that
this Integrity Pact will have precedence over the Tender/Contract documents with
regard any of the provisions covered under this Integrity Pact.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

111

IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact
at the place and date first above mentioned in the presence of following witnesses:
..
(For and on behalf of Principal/Owner)
....
(For and on behalf of Bidder/Contractor)
WITNESSES:
1. .
(Signature, name and address)
2.
(Signature, name and address)
Place:
Date :
Blanks to be filled by Contractor/EE(GCD)

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

112

PREFERRED MAKES FOR CIVIL WORK.


1. The Contractor shall obtain approval from the Engineer-In-Charge before placing
order for
any specific material or engaging any of the specialized agencies.
2. Wherever applicable. The Engineer-In-Charge may approve any material equivalent
to that
specified in the tender subject to proof being offered by the Contractor for
equivalence to
his satisfaction.
3. Unless otherwise specified, in the tender document all the materials which are ISI
Marked
shall be used in the work and if the ISI marked materials are not available, materials
conforming to IS shall be used, and for the materials which are neither ISI marked
nor conform to IS, the manufacturers Specification shall be followed.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

113

DETAILS OF ADDITIONAL CONDITIONS OF CONTRACT


AND SPECIFICATIONS FOR E & M WORKS
1.0

EXECUTION OF LIFT WORK :

1.1

The contractor themselves cannot execute the sub work of Lifts. They shall
have to associate original manufacturer among the preferred makes i.e.
OTIS / KONE / SCHINDLER / MITSUBISHI / JOHNSON for execution
of the work of lift. The firm (lift manufacturer) should possess valid
electrical contractor license.

2.0

GENERAL AND COMMERCIAL CONDITIONS :

2.1

All the E & M works shall be carried out as per direction and to the entire
satisfaction of the Engineer-in-charge.

2.2

Unless otherwise specified in the following conditions, the work shall, in


general, be carried out as per following specifications:
a) CPWD General Specifications for Electrical Works Part-I (Internal),
2013 amended up to date.
b) CPWD General Specifications for Electrical Works Part-II (External),
1994 amended up to date.
c) CPWD General Specifications for Electrical Works Part-III (Lifts and
Escalators) 2003 amended up to date.
d) CPWD General Specifications for Electrical Works Part IV
(Substations) 2013 amended up to date.
e) CPWD General Specifications for Electrical Works Part-V (Wet
Riser and Sprinkler System), 2006 amended up to date.
f) CPWD General Specifications for Electrical Works Part-VI (Fire
Alarm System), 1988 amended up to date.
g) CPWD Code of practice for Fire Alarm System, 1988 amended up to
date.
h) CPWD General Specifications for Electrical Works Part VII (D. G.
Sets) 2013 amended up to date.
i) CPWD General Specifications for Heating Ventilation & Airconditioning (HVAC) works 2004
j) Relevant BIS specifications amended up to date.
k) Indian Electricity Act 2003 and Indian Electricity Rules 1956 amended
up to date.
l) Local Fire Regulations applicable at the place of installation.
m) Relevant and applicable foreign standards and specifications amended
up to date.
n) Any other relevant act or rules and local byelaws.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

114
o) Commercial and additional conditions and specifications for E & M
works for this tender.
2.3

If the specifications for any item or its component are not available in the
CPWD specifications cited above, relevant BIS specification as amended
up to date shall be followed, whether or not the specific reference of a
particular BIS specification has been made in this specification / tender
document.

2.4

Wherever any reference to any Indian Standard specification occurs in the


document relating to this contract the same shall be inclusive of all
amendments issued thereto or revisions thereof, if any, up to the date of
opening of tenders.

2.5

All materials should conform to relevant BIS specifications wherever the


same exists in absence of stipulation in this tender document.

2.6

Where manufacturers furnishes specific instructions / recommendations


relating to the materials used in this job and/or their installation, covering
points not specifically mentioned in these documents, these instructions
shall be followed in all cases and shall be deemed to be included in the
schedule of work whether they have been specifically mentioned or not.

2.7

Manufacturers catalogue / literature on installation, testing, maintenance


and troubleshooting of major equipments shall be submitted to the
department while handing over the installation.

2.8

MATERIALS TO BE USED IN THE WORK :

2.8.1

All materials used in the work shall be new and of good quality,
conforming to the relevant specifications as per good engineering practice.

2.8.2

All the materials proposed to be used in the work should be got approved
from Engineer in Charge before use in work.

2.8.3

The materials to be supplied / provided by the contractor in execution of


the work should be ISI marked, wherever applicable and of make as
specified in the agreement. Where the make of any particular material is
not specified in the contract document, the material shall be supplied as per
makes desired by the engineer-in-charge.

2.8.4

It will be the responsibility of the contractor / bidder to ensure use of


genuine materials in the work. The department reserves the right to get
(any / all materials / components) inspected by the manufacturer or their
authorized representatives at any stage of the execution of work. If any of
the materials, equipments supplied and used in work is found spurious at
any stage, then the department reserves the right to ask the contractor to
replace it by genuine one and make suitable recovery till it is done, even if
any payment against that material is already made.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

115
2.8.5

The department may ask for any valid document like manufacturers test
certificate, document for purchase of the material, document for import /
shipment of imported materials etc. as deemed fit by the engineer-incharge to ascertain genuinity of material supplied by / used in the work by
the contractor. The contractor shall remain bound to submit all such
documents to the department failing which payment may not be made or if
already paid may be recovered / withheld from subsequent running
account payment.

2.8.6

All the equipments and their components and all the materials to be used in
the work shall be suitable for the environmental conditions at the location
of the work.

2.8.7

Dismantle materials, if any, should be returned to the department.

2.9

RATES :

2.9.1

Unless otherwise provided in the schedule of quantities of the work 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.

2.9.2

The rates for all items of work shall, unless clearly specified otherwise,
include cost of all labours, materials and other inputs involved in the
execution of the item irrespective of whether they have been specifically
mentioned in the tender document or not.

2.9.3

This being an indivisible works contract, Sales Tax, Excise Duty etc. are
not payable separately. The rates tendered shall be firm and inclusive of all
taxes, duties, cess and levies as applicable (except service tax), and all
charges for packing, forwarding, insurance, freight and delivery,
installation, testing and commissioning at site, watch and ward etc.
including temporary constructional storage, risks, over head charges,
general liabilities / obligations and clearance from local bodies and State
Fire Services, as applicable. Nothing extra shall be paid. However, fees
payable to the local bodies / authorities for such clearance etc. shall be
borne by the department.

2.9.4

Service Tax, as payable, will be considered by the Department for


reimbursement on actual basis on production of documentary evidence.

2.9.5

Octroi exemption certificate may be issued by the department if required


by the contractor. However, the department is not liable to reimburse the
octroi duty in case exemption certificates are not honoured by the
concerned authorities.

2.9.6

In case the same item (s) appear more than once in the schedule of work /
BOQ under the same sub head or among the different subhead of works,
the lowest rate quoted for that item (s) shall be considered for the
particular item(s) wherever appeared in any part of BOQ / Schedule of
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

116
works for the purpose of tender evaluation although web generated eprice bid may incorporate different quoted rate for same item (s) as per the
quoting pattern of the tenderer. The tendered amount thus worked out shall
be final & shall be binding on the contractor.
2.10

ACCIDENT :

2.10.1

The department (CPWD) shall not have any responsibility or liability in


case of any accident injury to the personnel to the contractor at work site
or to the general public at the work site due to mishandling equipments by
the personnel of the contractor or any other similar reason. The
responsibilities and liabilities for such accidents and incidents shall be
borne by the contractor.

2.11

AFTER SALES SERVICE :

2.11.1

The contractor shall ensure adequate and prompt after sales service in the
form of maintenance personnel and spares as and when required with a
view to minimize the break down period. Particular attention shall be
given to ensure that all spares are easily available during the normal life of
the installation.

2.12

REMOVAL OF SURPLUS MATERIALS AND TOOLS :

2.12.1

After completion of work the agency shall remove his men, materials and
debris etc. from site.

2.13

QUALITY OF WORK AND WORKMANSHIP :

2.13.1

The contractor shall be entirely responsible and answerable for all the
works done by him regarding quality, adherence to the laid down
specifications, terms and conditions, warranty/guarantee etc. and he shall
be liable to bear any compensation that may be levied by the department
under any of the clauses of the agreement.

2.13.2

Clause 1.15 of CPWD General Specifications for Electrical Works, Part


IV, Substation 2013 and clause 1.13 of CPWD General Specifications for
Electrical Works, Part VII (DG Sets), 2013 shall be applicable.

2.13.3

The materials having ISI mark shall have precedence over the one
conforming to IS Specifications.

2.13.4

The contractor is advised to visit the site before quoting for his tender to
apprise himself about the site environments and other conditions.
Drawings and inventories can be seen in the office of the Engineer in
charge.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

117
2.14

SITE ORDER BOOK :

2.14.1

The contractor or his authorized representative shall sign the site order
book and comply with the remarks entered their in by the representative of
the department.

2.15

WATCH AND WARD :

2.15.1

The contractor will make his own storage of his own materials. The watch
and ward of the materials and of the installations would be responsibility
of contractor till the work is completed / handed over to the department.
Nothing extra shall be paid to the contractor on this account.

2.15.2

Making payment to the contractor in any form against supply of materials /


equipments / components or execution thereof shall not absolve the
contractor of his responsibility of watch and ward of the equipments /
materials etc. and their satisfactory functioning until the same is taken over
by the department after successful installation, testing, commissioning and
running in period.

2.15.3

No separate storage space will be provided to the contractor for storage of


his materials and equipments to be brought at site and used in execution.
The available open site space may however be used by the contractor for
storage purposes in which case he may build up temporary store at
available site space at this own cost.

2.16

VARIATION IN QUANTITY :

2.16.1

Quantities shown against each item of work or supply are tentative which
may vary on either side (plus or minus). This variation shall, in general, be
governed by clause no. 12 of the clauses of contract of CPWD form 8. The
contractor should ensure from the Engineer-in-charge the actual quantity
required / to be used/ to be supplied before bringing the materials at site. In
case the actual quantity of material required at the site is less than the
stipulated quantity, the contractor cannot claim to supply entire quantity
stipulated in the schedule of quantities of work (Schedule A) as well as
cannot demand for payment thereof. The contractor shall therefore, be very
careful about the quantity of materials to be supplied / brought at site. The
decision of the Engineer-in-charge in this regard shall be final and binding
on the part of the contractor. Even if initial payment for supply of
materials is made in any form for bringing material at site and if it is found
at later stage that the actual requirement is less as per site requirement or
as per decision of the Engineer-in-charge, the contractor shall have to take
back the additional quantity brought / supplied at site and necessary
adjustment shall be made from his next bill on this account. No claim in
this regard shall be entertained.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

118
2.17

NATURAL CALACMITY :

2.17.1

No payment will be made to the contractor for any damage caused by rain,
snow fall, floods, dampness, fire, sun or any other natural cause
whatsoever during the execution of work. The damage to the work due to
above reason, if any, shall have to be made good by the contractor at his
own cost and no claim on this account shall be entertained.

2.18

INSPECTION AND TESTING :

2.18.1

The Engineer-in-charge or his authorised representative may inspect any


material at manufacturers works and may witness routine tests as per
relevant Indian Standard Specifications or other relevant specifications at
manufacturers works.

2.18.2

The contractor shall give in writing advance notice to the Engineer-incharge and arrange for such inspection / presence for testing at
manufacturers work. The TA/DA etc. of the departmental personnel who
will be deputed to witness the tests etc. shall be borne by the Department.

2.18.3

The Engineer-in-charge or his authorised representatives shall have, at all


the reasonable times, access to the contractors premises or works or other
works where manufacturing / fabrication shall be done and shall have the
power, at all reasonable times, to inspect and examine the materials and
workmanship during its manufacture or fabrication.

2.18.4

Inspection of imported materials at foreign works shall however not be


carried out by the department. These materials shall be inspected and
tested at site. Manufacturers original test certificates and document of
import / shipment should be provided to the department along with the
materials without which no payment should be made to the contractor.

2.18.5

The contractor shall arrange for all the materials and labour required in
connection with inspection of equipment or for any testing to be carried
out at his works / manufacturers works or at site of installation. Notice of
such inspection / presence for testing shall be given by the contractor to the
Engineer-in-charge at least fifteen days in advance.

2.18.6

Notwithstanding approval for such tests / inspection of equipments /


components by the Engineer-in-charge or his authorised representative, the
contractor shall be required to perform site tests as desired by the
Engineer-in-charge and prove the correctness of ratings and performance
of equipments / components and materials supplied and / or installed by
him as per contract specifications and conditions at his own cost.

2.18.7

The Engineer-in-charge reserves the right to reject any equipment /


machinery / material should it, on tests after installation, be found not to
comply with contract specifications or its performance is not satisfactory.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

119
2.18.8

Final inspection and testing will be done by the engineer-in-charge or his


representative as per details to be indicated by the engineer-in-charge.

2.18.9

It shall be the responsibility of the contractor to get the installation


inspected and passed by the local authorities concerned, as may be
required by the local bye laws. The contractor will extend all help
including test facilities to the representatives of the local bodies. In case
the contractor fails to make desired facilities available during inspection,
the department reserves the right to provide the same at the risk and cost of
the contractor. The observation of the local authorities will be promptly
attended by the contractor. The installation will be accepted by the
department only after receiving clearance from the local bodies / fire
authorities. The inspection charges leviable by the local / statutory
authorities for the inspection shall however, be borne by the department.

2.19

COMPLETION DRAWING AND MANUAL :

2.19.1

In addition to the mode and form of submission of completion drawings


and manuals as stipulated in the relevant CPWD Specifications for various
sub-heads of E&M works, the contractor shall also submit soft copy of the
completion drawings in CD / DVD.

2.20

POWER SUPPLY AND WATER SUPPLY :

2.20.1

No Power & Water Supply shall be provided by the department for the
purpose of execution of the work, except for testing and commissioning of
installations. The contractor shall make his own arrangement in this
regards. The power supply for testing and commissioning will be given at
one point inside the premises and the contractor shall have to make
arrangement for required cabling work and switch gears for extension of
the power to the required location for testing. This will be applicable to all
sub-heads of E&M works.

2.21

WORKS TO BE DONE BY THE CONTRACTOR

2.27.1 Unless otherwise mentioned in the tender documents, the following works shall
be done by the contractor and therefore, their cost shall be deemed to be
included in their tendered cost whether specifically indicated in the
schedule of quantity / work or not:
a. Foundations for equipments / structures / fuel tank / pumps including
vibration isolation spring / pads.
b. All minor building works necessary for installation of equipments such
as making of openings in walls / floors, either of RCC or brick
masonry, foundation trench for fuel line and cable, making of opening
in walls or in floors and restoring them to their original condition /
finish and necessary grouting etc. as required.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

120
c. Dismantling of brick wall, if any, for inserting / positioning / placement
of equipments, Control panel / Diesel Tanks or for taking ducting /
cable tray / pipes and rebuilding / making good the same to its original
position / finish.
d. Making good all damages caused to the structure during installation and
restoring the same to their original finish.
e. Supply and installation of all necessary angle / channel / flat iron
supports and brackets etc. for installation of the substation equipments,
D.G. Sets / Diesel Tanks / Exhaust Piping / Water and fuel piping /
Cabling / electric Panels / bus-trunking / pumps / air-conditioning
ducts / air-conditioning equipments and their sub assemblies /
accessories on floor / wall / Shaft / terrace and at other places, as may
be necessary including their installations in position.
f. Responsibility to ensure safety of all materials against pilferage and
damage till the installation is handed over to the department.
g. All scaffolding as may be necessary for installation of Exhaust piping /
Cabling / Electric Panels / exhaust pipe / wet riser and sprinkler pipes /
ducts and all other equipments and their sub assemblies / accessories on
floor / wall / Shaft / terrace and at other places during erection work
and subsequent removal.
h. Painting of all exposed metal surfaces of equipments and components
with appropriate / approved colour as required and as desired by the
Engineer in - charge.
i. All electrical works including cables / wires, earthing etc as specified in
Schedule of work.
j. Small wiring, inter-connection etc. inclusive of all materials and
accessories necessary to comply with the regulations as well as proper
and trouble free operation of the equipment.
k. Closing of the cable entry points in sub-station against seepage of water
rodents etc.
l. Battery and battery charging system for the DG Sets.
m. Supply of POL i.e. HSD oil and lubricating oil and coolant for diesel
engine for testing & commissioning including load testing at
manufacturers works.
n. All control cables of required core and size from HT panel to
Transformer, DG Set to the Control / Manual panel etc. as required.
o. Approval / clearance of the complete installation shall be obtained by
the contractor from CPCB / State Pollution Control Board / Local
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

121
Bodies / Central Electricity Authority (CEA) / other licensing
authorities wherever required. However application shall be made by
the Department and any statutory fee, as applicable, shall be paid by the
department directly to the government authorities concerned.
p. Onsite training of the staff / departmental official (two persons) to be
engaged in the operation of the DG Sets and maintenance of the
substation equipments and air-conditioning equipments for at least 15
days.
2.23

WORKS TO BE ARRANGED BY THE DEPARTMENT :

2.23.1

The works mentioned in clause 1.6 of CPWD General Specifications for


Electrical Works Part IV (Substations) 2013 and clause 1.4 of the CPWD
General Specifications for Electrical Works Part VII (DG Sets) 2013
shall be applicable except that power supply and water supply shall not be
made available by the department for erection purpose but for testing
purpose. The contractor has to make his own arrangement for the same.

3.0

ADDITIONAL CONDITIONS AND SPECIFICATIONS FOR THE


WORK OF INTERNAL & EXTERNAL ELECTRICAL
INSTALLATIONS :

3.1

The laying of conduit in roof will be done properly and with due care and
coordination with other agency. The contractor shall keep a close watch on
civil work and maintain proper coordination among all other discipline so
that the laying of electrical conduit on roof slab is done as soon as the roof
shuttering is ready.

3.2

The layout and orientation of conduit in roof slab as well as that in wall
and position of DBs, switch boxes and fittings shall be finalized in
consultation with the Engineer-in-charge or his authorized representative
and as per drawings supplied by the department.

3.3

When any deviation from the drawing is required, the same shall be
finalized in consultation with the engineer-in-charge or his authorized
representatives. The decision of the engineer-in-charge is final.

3.4

The wires / cables used for point wiring, circuit wiring, sub-main wiring,
power wiring and other wirings shall be done by FRLS grade PVC
insulated copper conductor single core cable of 1100 V grade and of
makes as specified in the list of accepted makes of materials.

3.5

All the wires should be terminated to the switch box / DB / MCB etc. by
crimping with suitable size tinned copper lugs, unless the wire is single
stranded. For termination to switches soldering is permissible. Nothing
extra shall be paid on this account.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

122

3.6

Changes / revisions incorporated by the civil wing in the


construction and / or modification done in the drawings
shall have to be co-related and decision of the engineerin-charge should be obtained in case of any change.

3.7

Junction boxes / pull through boxes of appropriate size


shall be provided wherever required and nothing extra
shall be paid for the same. However, the length of
conduit will be measured on linear basis including the
length of box.

3.8

Where more than one conduit is laid side by side,


instead of small junction boxes for each conduit one
composite / common junction box shall be used.
Nothing extra shall be paid on that account.

3.9

Hidden / concealed items and earthing work shall be done in the presence
of the Engineer-In-charge of the work or his authorized representative
only. The contractor shall give due notice for such work in advance to the
department.

3.10

The wireman / electrician engaged shall possess valid electrical workman


permit in appropriate category as per rule.

3.11

Recess type fittings which shall have to be fixed in false ceiling in recess,
if any, shall be hanged from the real ceiling by conduit / GI wire or chain
as required for which nothing extra shall be paid. Wires to be terminated
up to the fittings through the steel conduit / PVC flexible conduit as
required. The extended portion shall be deemed to be included in the point
wiring, nothing extra shall be paid.

3.12

The drawing showing layout of the main board, allied equipment, if any,
shall be got approved by the contractor from the engineer-in-charge before
fabrication and execution.

3.13

All hardware, fastening material viz nuts, bolts, washer and screws etc. to
be used on work shall be of zinc / cadmium plated iron.

3.14

The contractor shall have to furnish the insulation test report, earth test
report, along with all required detailed of electrical load on the prescribed
proforma for the electric connection from the supply company.

3.15

The contractor shall submit the completion certificates and completion


plan as per clause 1.26 of General specification for Electrical work ( Part-I
internal)-2013
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

123
3.16

The chases in wall shall be done by chase cutting machines, for which the
contractor shall arrange adequate numbers of chase cutting machines (
chase cutters) for cutting chases in wall etc. for laying of conduit within
the scope of work nothing extra shall be paid.

3.17

Whenever there will be fluorescent tube light fittings in kitchen, the power
to the fitting shall be fed from the batten holder through adopter. Similarly
in servant quarters (wherever exist), the only tube light fitting in the servant
room will be fed from batten holder through adopter. The contractor shall
provide adopter in lieu of ceiling rose in such cases. Nothing extra shall be
paid. Payment of batten holder will be made as per schedule item.

3.18

Unless otherwise single sided signage is specifically requisitioned by the


engineer-in-charge, the LED type electric signage shall be of both sided
type. The signages shall be with battery backup for 2 hours. The
inscription shall be as to be decided by the client / Engineer in charge.

3.19

The signages may have to be installed on wall / in recess or to be hanged


from ceiling. In case of hanging from ceiling, suitable anti-corrosive steel
chains should be used for hanging the signage.

3.20

Electrical connection to the signage shall be done by 2 x 1.5 sq.mm copper


conductor single core FRLS PVC cable to be drawn with PVC sleeve /
PVC flexible conduit as deemed fit.

3.21

Point Wiring :
a)

In Block II (G+7) (Combined Building of Officers Mess with


single living accommodation cum Type IV special quarters cum type
V quarters), all the electrical point wiring inside Type IV
quarters, Type IV Special Quarters and Type V quarters will be
treated, measured and paid as Group B points. All other electrical
point wiring in this block including that in servant quarters and
common area shall be treated, measured and paid as Group A
points.

b)

In Block III (G+13) (Combined Building of Single Living


Accommodation for ACs and Mess cum Type III Quarters), all
electrical point wiring shall be treated, measured and paid as Gr A
points.

c)

In Block IV (G+15) (Combined Building of Single Living


Accommodation (Barracks) and Mess cum Type II Quarters), all
the points inside the Barracks (dormitory) shall be treated, measured
and paid as Group B points. All other points in this block including
points in common area shall be treated, measured and paid as Group
A points.

d)

In Dormitory Block near Gate, all the electrical point wiring shall be
treated, measured and paid as Group A points.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

124

e)

3.22

Except as stated above, all other electrical point wirings in the


complex i.e. in non-residential buildings will be treated, measured
and paid as Group C points.

Payment terms : On account payments for part work (after stipulated and
statutory deductions) as assessed by the Engineer in-charge for the
applicable items in the Contract shall be payable at part rates not
exceeding the percentage indicated against the stages of work mentioned
below :
a)

Items connected with point wiring, circuit wiring, sub-main wiring,


power point wiring and light plug wiring
SL

Stage of work

On laying of conduits with accessories, switch boxes,


etc. on pro-rata basis
On drawing of wires including terminations, switches,
sockets etc. on pro-rata basis
On completion of item and after testing and
commissioning
At the time of payment of final bill

b
c.
d

Percentage
of Rate
40%
40%
15%
5%

b) Items of Distribution Boards, MCB, MCCB, electrical signage, rising


main, end fit unit, tap off box, electrical light fittings, fans, exhaust
fans, etc.
S.N Stage of work
a
b
c.
d

On initial inspection of material and delivery at site In


good condition on pro-rata basis
On completion of installation on pro-rata basis
On completion of testing and commissioning
At the time of payment of final bill

Percentage of
Rate
75%
10%
10%
5%

c) For other items, the part rates will be decided by the Engineer-InCharge of the work and shall be binding on the contractor.

3.23

LUMINAIRES :

3.23.1

A sample of each item of schedule of supply shall be handed over by the


bidder in the office of the Engineer in charge (Electrical) before
procurement of the fittings. These samples shall be returned back
afterwards.

3.23.2

The makes of luminaries shall be strictly as per the tender conditions. The
contractor must submit technical literature & photometric data, LM 79 and
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

125
LM 80 type test certificates along with write up of the luminaries to be
supplied by him.
3.23.3

Copy of type test certificate for all types of luminaries as per BIS,
including type test certificate from a Central / State government or public
sector laboratory or a laboratory recognized / accredited by the Central /
State Government for such tests for the light fittings shall be submitted
before acceptance of the fittings.

3.23.4

Contractors should obtain an undertaking from the manufacturer that they


have a system of quality control to ensure consistent good quality of the
finished product and as such has a scheme of inspection of the light
fittings. They should agree for inspection of the light fittings and testing as
per relevant IS and other standards in their labs.

3.23.5

Inspection / Testing of Luminaries : Inspection of the items of supply


shall be done by the Inspecting officer, before they are dispatched to place
of delivery. On completion of inspection, dispatch instruction
accompanied with copies of inspection report, shall be issued by the
Inspecting Officer. Only those materials as passed in inspection by the
Inspecting Officer shall be dispatched. Copy of inspection certificate as
issued by Inspecting Officer shall be dispatched to site of work.

3.23.6

PLACE OF INSPECTION / TEST: Contractor should state the place /


factory where the equipment will be put up for inspection. They should
also clearly indicate the facilities available for different tests.

3.23.7

INSPECTING OFFICER: The inspecting officer will be the Engineer-incharge or any officer appointed by the Engineer-in-charge for the purpose
of inspection/test.

3.23.8

ARRANGEMENT FOR INSPECTION/TEST: All arrangements


required for inspection of materials at factory are to be made by the
supplier and nothing extra shall be paid for the same. The test certificate of
manufacturer for the routine tests conducted as per IS and / or other
relevant standards shall also be furnished to the inspecting officer at the
time of inspection.

3.23.9

MARKING OF INSPECTED MATERIAL: The inspecting officer will


get the stickers {marked INSPECTED} pasted on all items inspected
and an additional sticker marked TESTED only on the items tested.

3.23.10

INSPECTION SCHEDULE : The inspection call should be sent by FAX


/ TELEGRAM after award of work as per Table of Mile Stone. Inspection
call shall be given at least 14 days prior to date of inspection proposed.

3.23.11

PACKING: The Luminaries with accessories shall be enclosed in


polythene sheet cover before packing.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

126
3.23.12

GUARANTEE / WARANTEE : All the electrical light fittings with all its
components (Except LED luminaries) shall be guaranteed for a minimum
period of one year or for the period as normally provided by the
manufacturer, whichever is longer from the date of completion /
acceptance of the installation. All the LED type of luminaries including all
accessories and drivers shall be guaranteed for a minimum period of 2
years or for a period as normally provided by the manufacturer, whichever
is longer from the date of completion / acceptance of the installation. The
contractor shall remain responsible for replacement / repair of the fittings
free of cost if they are found not operating / glowing during maintenance /
guarantee period. Suitable amount of security deposit, as to be decided by
the Engineer-in-charge shall not be released till the guarantee period is
over and no complain remains thereon.

3.24

MCB DISTRIBUTION BOARDS : The MCB distribution


boards to be provided shall be made of 1.6 mm thick sheet steel. They
shall be with integral loose wire box i.e. with adequate space inside the
DB for taking wires and connections easily and conveniently. Make of
MCB DB and MCB shall be same.

4.0

ADDITIONAL CONDITIONS FOR WORK OF AUTOMATIC FIRE


ALARM SYSTEM :

4.1

The main contractor shall engage suitable firm, annually prequalified in


CPWD in Automatic Fire Alarm Category in appropriate Group with valid
enlistment / prequalification for this work.

4.2

Designing of the system : It will be the responsibility of the contractor to


design the entire automatic fire alarm system for this work taking into
consideration of all relevant specifications, standards and guide lines.

4.3

All the components of fire alarm system shall be provided in manufacturers


original new and unopened sealed packing bearing manufacturers name
and label, otherwise they will not be accepted.

4.4

The following tests after installation shall be conducted in the presence of


engineer-in-charge and the test certificate shall be furnished with the
record of tests :
a)

Continuity test.

b)

Test for insulation resistance of the wiring work and the fire alarm
panel.

c)

Earth resistance test

d)

Earth continuity test.

e)

Test for system operation. This test shall be conducted using a test
fire at normal floor level. The number of locations for such a test
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

127
shall be 1 % of the total number of detectors in an installation subject
to a minimum of two and maximum of five. The system operation
for fault conditions shall be conducted by introducing faults such as
open circuit, short circuit, removal of detector, open/ short circuit in
a sounder circuit etc.
4.5

Test Certificate : Copies of all documents of routine and type test


certificates of the equipments and materials carried out at the
manufacturers premises and guarantee certificate shall be furnished to the
department along with the supply of the materials. Payment of major
equipments / materials shall not be released without receipt of such
certificate and inspection / witnessing testing at manufacturers works even
if the materials are reached at site.

4.6

The department reserves the right to send any material / component to


any laboratory of its choice for testing of the material / component. All the
charges for such testing shall be borne by the contractor. Nothing extra
shall be paid on that account. Proper test certificates of such tests carried
out, if any, shall have to be submitted in original to the department without
which payment may not be released by the department.

4.7

The decision of the engineer in charge regarding requirement of test


and
guarantee certificate in respect of particular material / equipment
will be final.

4.8

Detectors, control and indicting panels, sounders, PA system


equipments, battery unit, manual call points, control modules shall be
tested at the manufacturers works to indicate satisfaction to the contract
specifications and test certificate be furnished with the supply.

4.9

In case of imported fire alarm components such as main fire alarm


panel, repeater panel, detectors, manual call points, sounders, control
modules etc.; individual certificate with individual number confirming to
the relevant international standard shall be provided.

4.10

Running in period : After satisfactory commissioning and final


inspection, the contractor shall demonstrate the trouble free working /
running of the entire automatic fire alarm system and accessories for a
continuous period of not less than 10 days (240 hours) before the
department takes over).

4.11

After the installation has operated satisfactorily without any major


break down, mal-functioning or trouble for 10 days (240 hours), it shall be
taken over by the department.

4.12

Date of acceptance : Subject to the guarantee clause, date of taking over


the installation after 10 days (240 hours) of trouble free operation shall be
the date of acceptance.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

128
4.13

Guarantee : The contractor shall guarantee the entire FAS / AFAS


installation as per specifications both for components and for system as a
whole. All equipment shall be guaranteed for one year from the date of
acceptance against unsatisfactory performance or break down due to
defective design, manufacture and / or installation. The installation shall be
covered by the conditions that the whole installation or any part thereof
found defective within one year from the date of taking over shall be
replaced or repaired by the contractor free of charge as decided by the
Department. The warranty shall cover the following:
a)

Quality, strength and performance of materials used.

b)

Safe mechanical and electrical stress on all parts under all specified
conditions of operation.

c)

Satisfactory operation during the maintenance period.

d)

Performance figures and other particulars as specified by the


tenderer under schedule of technical guaranteed particulars (schedule
H).

4.14

After sales service : The contractor shall ensure adequate and prompt
after sales service in the form of maintenance personnel and spares as and
when required with a view to minimise the break down period. Particular
attention shall be given to ensure that all spares are easily available during
the normal life of the installation.

4.15

Training : The contractor should provide necessary onsite training to


operators of the system and engineers of the department which shall
include log in the system, system operation, system initialisation, getting
displays and reports, trouble shooting, password modification, etc. TA /
DA etc. of departmental staff shall however be borne by the department.

4.16

Scope of work : The work in general shall cover design, engineering,


supply, storage, transportation, handling, installation, testing and
commissioning of the entire automatic fire detection and alarm system and
shall be treated as included in the scope of work of the successful tenderer
whether or not they are specifically mentioned in the schedule of work or
elsewhere in this tender document.

4.17

This shall also include planning, programming, demonstration, training


of personnel for maintenance and operation, submission of completion
drawing, providing guarantee and after sales service.

4.18

The contractor has to carry out routine and preventive maintenance as


per manufacturers standards for a period of 12 months from the date of
handing over. Nothing extra shall be paid on this account. This will
include all consumables and spare parts.

4.19

Payment terms for automatic fire alarm works :

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

129
The following percentages of contract rates for the various items of work
included in the contract shall be payable against the stages of work shown
therein:

5.0

5.1

a.

60 % after initial inspection and delivery at site of materials in good


condition supported with proper documents to the satisfaction of the
engineer-in-charge on pro-rata basis.

b.

20 % after completion of installation in all respect.

c.

Balance 20 % will be paid after testing, commissioning trial run and


handing over to the department for beneficial use.

ADDITIONAL SPECIFICATIONS, SCHEME & DESIGN FOR


AUTOMATIC FIRE ALARM SYSTEM
GENERAL :

5.1.1 This section covers the various technical specifications


applicable and to be read in connection with the various
specifications enumerated elsewhere in the tender
documents. The work of entire AFAS system shall be carried
out in accordance with CPWD General Specifications for
Electrical Works Part-VI - Fire Alarm System 1988
amended up to date and CPWD Code of Practice for Fire
Alarm System 1988 amended up to date. In the event of any
discrepancy between these two, the requirements of the
former will be followed.
5.2
5.2.1

SYSTEM REQUIREMENTS :
The complete fire detection and alarm system shall be of high quality, fast
acting, electronic type for early detection and alarm. The system shall be
designed to facilitate accurate identification of the source of heat / smoke /
fire in their early stages as much as possible and to minimise occurrences
of false alarms due to faulty system design, faulty equipments or faulty
installation.
a. The system shall comprise of the following :
a. Modular, microprocessor based, intelligent main fire alarm control
panel.
b. Intelligent addressable detectors of appropriate type as per schedule of
work with built-in micro processor with memory and decision
algorithm and inbuilt loop isolator.
c. Micro processor based break glass manual call points with loop
isolators.
d. Micro processor based electronic sounders with loop isolators.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

130
e. Micro processor based control modules with loop isolators, if required.
5.2.2

The intelligent addressable detectors shall be either thermal (Rate of rise


cum fixed temperature) type or multi-criteria (thermal-cum-optical smoke)
type as specified in the schedule of work.

5.2.3

All the devices in a particular floor shall be put on a single loop and
connected to the main intelligent addressable fire alarm control panel by
two wire and shall form a closed loop i.e. Class A type of wiring.

5.2.4

The system shall be intelligent in operation with advanced de-centralised


intelligence technology. That is to say, each detector shall have its own
micro processor with algorithms built in the device to take a fire or fault
decision.

5.2.5

System with centralised intelligence by providing signal levels to the


control panel is not acceptable.

5.2.6

Short circuit or open circuit fault isolation will be provided within every
device (detectors, manual call points, sounders, control modules) to protect
the system. Removal or disconnection of any component from the loop
shall not affect the functioning and performance of other devices or the
system.

5.2.7

All addressing will be by soft addressing which means addressing will be


carried out automatically by the control panel without requirement of any
manual setting of switches in either the head or the base of the devices. All
the devices on the loops of the fire alarm control panel shall be allocated
addresses automatically from the panel / PC at the time of initial set up.

5.2.8

The system should have additional facility of permanently encoding the


soft address with each device through suitable programme software.

5.2.9

Addressing shall be such that if the devices are inserted or removed all the
existing / remaining devices shall keep the same (original) address without
any change. New devices inserted will be given new addresses
automatically by the panel.

5.2.10

The panel shall allocate the addresses in such a manner as to ensure that it
is impossible for two devices to have the same address.

5.2.11

Hard addressing techniques and system which rely only on coding are not
acceptable.

5.2.12

The entire installation shall be done in accordance with the standards and
codes applicable and also as per recommendations of the manufacturers of
the equipments.

5.2.13

It will be possible to disable each sensor element and the detector


individually or for the whole loop.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

131

5.2.14

The circuit design shall provide for transmission to the control and
indicating panel (s) of fault and fire signal and for transmission of signals
to sounders, indicators and to any other equipment specified to be operated
from the AFAS. Wiring in AFAS shall be continuously monitored and
fault alarm given for open circuit, short circuit and earth faults.

5.2.15

Destruction of wiring or connection after a trigger device has actuated


during a fire, shall not affect the operation of the system and sounding of
the sounders. The alarm state shall be maintained by the main fire alarm
control panel.

5.2.16

Removal of a trigger device shall not affect the operation of a fire alarm
sounder.

5.2.17

If any trigger circuit is isolated for testing or maintenance, operation of


alarm sounders due to fire signal from non-isolated trigger circuits shall
not be affected.

5.2.18

In the event of a short circuit developing in a fire alarm sounder circuit


during a fire, operation of panel sounders and alarm sounders in unaffected sounder circuits shall not be affected. The wiring and protective
devices for sounder circuits should be effectively monitored.

5.3

PANEL :

5.3.1

GENERAL :

5.3.1.1.

All the panels (Main fire alarm control panel, repeater panel) shall in
general may be fabricated and designed according to relevant standard /
guidelines.

5.3.1.2.

All the panels shall be fully microprocessor controlled.

5.3.1.3.

The panels shall have UL / ULC / FM / LPCB / VdS approval /


certification. Indigenous panels may be tested from any suitable laboratory
on request by the department and proper test certificates should be
produced accordingly. Expenses on account of such testing will be borne
by the contractor. Nothing extra shall be paid on this account.

5.3.1.4.

All the panels shall have degree of protection of IP 42 or higher.

5.3.1.5.

The panels shall be suitable to function in an ambient temperature varying


from 0 oC to + 45 o C and relative humidity from 5 % to 95 % without
condensation.

5.3.2.

MAIN FIRE ALARM CONTROL PANEL:

5.3.2.1.

The main fire alarm control panel shall be modular, micro processor based,
multi-functional, computer controlled.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

132

5.3.2.2.

The panel shall be expandable and networkable also.

5.3.2.3.

The panel shall conform to EN 54 Part 2 and Part 4 and fulfil requirements
of UL / FM / VdS / LPCB.

5.3.2.4.

The panels shall be programmable using existing keypad or touch screen


without additional auxiliary equipment.

5.3.2.5.

Facility for programming the panel from a PC with suitable software shall
also be there.

5.3.2.6.

The panel shall be fully redundant (with 100 % standby either in the form
of doubled electronics inside the panel or with standby modules for all the
active modules in the panel). A fully self-contained control unit with an
integrated emergency supplies and facility for integration with building
management system (BMS).

5.3.2.7.

The central processing unit (CPU) shall constantly communicate with and
control all the devices connected in all the loops of the panel as well as all
other cards and internal and external interfaces. It shall have non-volatile
memory for system program storage, for building specific program storage
and a fault / failure diagnosis circuit to detect and report microprocessor
failure.

5.3.2.8.

The microprocessor shall contain and execute all programmes for specific
action to be taken if an alarm condition is detected by the system. The nonvolatile programmable memory shall not be lost even if system primary
and secondary power failure occurs.

5.3.2.9.

The panel will verify and process the devices output signals in
conjunction with the pre-defined used data, e.g. display the event, perform
pre-defined control, signal tasks and respond to manual commands entered
by the system operator.

5.3.2.10.

The microprocessor shall also provide a real-time clock for time


annotation of system displays and history file. The time of a day and the
date of the history file shall not be lost if system primary and secondary
power supplies fail.

5.3.2.11.

The display of the panel shall be alphanumeric liquid crystal (LCD)


display with at least 80 characters capacity.

5.3.2.12.

The panels shall be operable on designed system voltage. Input to the


panel shall be 230 V AC which may be converted by the panel to suitable
DC output 12V or 24 V and / or as per the system design.

5.3.2.13.

The panel shall have suitable battery backup and battery charging facility.

5.3.2.14.

The panel shall have the following provisions / facilities :


Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

133

5.3.2.15.

a)

Main voltage and battery circuit protection.

b)

Automatic reset of the control panel after trouble shooting.

c)

Capability of handling at least 125 devices per loop and operable up


to a loop length of at least two kilometres.

d)

Provision of at least two spare loops with interchangeable loop cards.

e)

LCD display unit. This shall indicate all information associated with
fire alarm condition including the type of alarm point and its location
within the premises.

f)

Serial port (s) for interfaces. Each interface shall be a means of


connecting printers, CRT monitors and other similar peripherals.

g)

Alphanumeric keypad for entry of any alphabetic or numeric


information, for field programming and control of the fire alarm
system.

h)

At least 8 hierarchical passwords with individual password


assignment and access privileges shall be possible in the panel.
Multiple password protection should be there to prevent
unauthorised system control or programming.
i)

Capacity to operate 8 repeater panels.

j)

Acknowledge switch.

k)

Alarm silence switch.

l)

System reset switch.

The panel shall be able to constantly monitor and check the following
circuits and fault conditions :
a) The power supply to the loop (s)
b) Open circuit, short circuit, earth fault and any other fault condition in
the loop wiring.
c) Communication failure and errors in all cards and loops.
d) Faults in keyboard and printer circuits.
e) Monitoring the status of all devices every one to two minutes.

5.3.2.16.

The main fire alarm control panel shall provide necessary audio visual
alarm and actuate the sounders. This shall also initiate signals for any other
operations specified elsewhere in this tender specification.

5.3.2.17.

All programming or editing of the existing programme in the system shall


be achieved without special equipment and without interrupting the alarm
monitoring functions of the fire alarm control panel. The system shall be
fully programmable, configurable and expandable in the field without the
need of special tools or software. PC based programme may be used.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

134
5.3.2.18.

All the fire, fault or warning events shall be recorded with time, date and
place of occurrence in the memory of the fire alarm control panel. These
events shall either be displayed on visual display unit or printed or both as
required.

5.3.2.19.

Audio-visual alarm for fire and fault conditions shall be separate.

5.3.2.20.

This shall be complete with necessary circuitry for providing power supply
to the entire fire alarm system, drawing power from the mains / standby
battery.

5.3.2.21.

This panel shall transmit to its repeater panel signal and alarm of fault and
of fire.

5.3.2.22.

On clearance of a fault or a fire condition, as the case may be, the system
shall reset automatically.

5.3.2.23.

Audio-visual indication shall be provided in this panel for the following :


a) Fire in any place connected to this panel. System alarm LED shall start
flashing and the panel sounder should start sounding in the event of
fire.
b) Fault in any loop / device connected to this panel
c) Fault in this panel itself.
d) Mains supply failure.
e) System trouble.
f) Low battery voltage.
g) A.C. fuse blown out.
h) D.C. fuse blown out.

5.3.2.24.

Only visual indication shall be provided in this panels for the following :
a) A.C. power on / off
b) Stand by battery supply on / off.
c) Battery charger on/off.
d) Isolation of loops for testing purposes.
e) Operation of silencing switch, when there is no alarm condition.
f) Disabled points.
g) Alarm silenced.

5.3.2.25.

This panel shall also be provided with the following :


a) Necessary test switches for testing of circuits, and the panel.
b) Panel sounder and silencing switch.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

135
c) Switches to operate the fire alarm sounders loop-wise and also
collectively at all loops.
d) AC voltage indication.
e) DC voltage indication.
f) Battery charging indication.
g) Auto dialler for automatic connection to various authorities including
Fire Brigade etc. through external telephone lines as per requirement
enumerated in schedule of work.
h) Provision for operation in conjunction with gas extinguishing system,
pressurisation system, smoke control system, air conditioning
system, sprinkler system, stand alone automatic extinguishing
system and other similar systems.
5.3.2.26.

The main fire alarm control panel will be installed at the Ground floor. It
will be connected to all the four loops in four different floors.

5.3.2.27.

Depending on the operating output D.C. voltage of the main fire alarm
control panel suitable capacity (AH) 12 V / 24 V stand by maintenance
free sealed rechargeable battery shall be provided in the panel itself. The
panel shall have automatic and continuous battery charging facility.
Battery supply shall be arranged to automatically feed the FAS in the event
of variation of input AC voltage beyond preset values on high and low
sides.

5.3.2.28.

The battery charger shall be suitable to charge the batteries as per the
requirement of relevant standard. The charger shall be complete with
necessary voltmeter, ammeter, indicting lamps, fuses etc.

5.3.2.29.

The battery shall be in continuous trickle / float charging. The charging


rate shall be such that after re-charging for a period of 8 hours, the battery
shall be capable of feeding load for the capacity specified in this tender
document.

5.3.2.30.

The panel shall have AC to DC conversion system so that the entire system
and the sounders operate from the converted DC from the main AC supply.
In the event of power failure only, the system and the sounders shall be
operated from the stand by battery supply.

5.3.2.31.

In case of power failure the panel shall be able to operate for up to 72


hours under normal operation and 30 minutes under alarm condition. The
capacity of the battery shall be selected accordingly. The contractor should
submit calculation for AH requirement of stand by battery before
procurement.

5.3.2.32.

It will be possible to silence the alarm sounders from the panel but the
visual indication shall remain until the system is reset.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

136
5.3.2.33.

Facility to introduce or change delay periods in operating individual


sounder or group of sounders shall be there by programming from the fire
alarm control panel.

5.3.2.34.

The panel shall have provision / facility of sounding one or two sounder (s)
direct from the panel in the event of fire alarm in any loop / floor. These
sounders may be located at the top of security room or other places as
decided by the engineer-in-charge and will be directly be connected from
the panel by 2 x 1.5 sq. mm. copper conductor cable. These sounders shall
be mutable by silencing switch in the panel.

5.3.2.35.

The panel software shall automatically maintain the detectors desired


sensitivity level by adjusting for the effects of environmental factors,
including the accumulation of dust in each detector.

5.3.2.36.

Maintenance alert shall be provided to warn against excessive dirt or dust


accumulation in the detector.

5.3.2.37.

Any device in the system may be enabled or disabled through the system
key pad.

5.3.2.38.

The capacity of history buffer should be adequate and capable of minimum


8,000 to 10,000 events. The contents of the history buffer may be manually
reviewed, one event at a time or printed in its entirety.

5.3.2.39.

Auto dialler unit may be in built in the panel or as an additional unit


installed by the side of the panel with proper enclosure duly
interconnected. The auto dialler shall have at least 8 dialling facilities /
lines.

5.3.2.40.

The main fire alarm control panel shall be equipped with software feature
like switching between day and night mode, intervention circuit, softwarecontrolled two detector zone dependency for alarm routing, connection to
building management systems, external printers, repeater panels, MIMIC
panels etc., recognition of dirty detectors and deactivation of individual
detectors.

5.3.2.41.

The panel shall contain at least 48 potential free 24 V / 3A fail-safe


programmable relays to activate 48 actuations directly from the main fire
alarm panel.

5.3.2.42.

It shall be possible to integrate the Public Address system with the main
fire alarm control panel through programmable fail-safe potential free
contacts.

5.3.3. REPEATER PANEL :


5.3.3.1.

The repeater panel shall be modular type active repeater panel and micro
processor controlled with all the controls and monitoring as on the main
fire alarm panel.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

137

5.3.3.2.

All indications, both visual and audio as shown on the main fire alarm
control panel shall be indicted in the repeater panel through LCD display
of at least 80 characters.

5.3.3.3.

The repeater panel shall have integrated protocol printer for logging of all
the events automatically.

5.3.3.4.

The power supply to operate the repeater panel shall be drawn from
nearest power plug.

5.3.3.5.

The panel shall conform to EN 54 part 2.

5.3.3.6.

Repeater panel shall have panel sounder and its silencing switch.

5.3.3.7.

The repeater panel will be installed at all the upper floors of the
Administrative Building, at fire control room and at the substation or any
other suitable location which will be manned beyond normal office hours
to repeat fault and fire indication of various sectors / floors. The location
of installation shall be decided by the Engineer-in-charge.

5.3.3.8.

The panel shall be compatible with the main fire alarm control panel and
net-workable.

5.4.

INTELLIGENT ADDRESSABLE FIRE DETECTORS :

5.4.1. GENERAL :
5.4.1.1.

All the detectors in general shall be UL / ULC / FM / LPCB / VdS listed /


approved / certified.

5.4.1.2.

Heat detectors shall conform to IS 2175 1977, BS 5445 (EN 54) Part 5
1977 or any other relevant foreign standard as amended up to date. Where
detectors are graded in the foreign standards, the grade as equivalent to the
above BSS in performance and suitable to the particular situation of use
shall be applicable.

5.4.1.3.

High temperature heat detectors shall conform to BS 5445 (EN 54) Part 8
or any other relevant foreign standards as amended up to date.

5.4.1.4.

Smoke detectors shall conform to IS 11360 1985, BS 5446 Part I 1977,


BS 5445 (EN 54) Part 7 1984 or any other relevant foreign standards as
amended up to date.

5.4.1.5.

In case of combination detectors, each element of the detector shall


conform to respective standards as applicable as indicated in 4.1.1 to 4.1.4
above.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

138
5.4.1.6.

The detector base should be compatible with any detector series of that
make so that the same detector base may be used while upgrading /
replacing the detector by other type.

5.4.1.7.

The detectors shall have built in LED with either blinking facility to
indicate healthy condition or facility of bi-colour LED indicator one
colour for healthy condition and the other for fire condition. In the event of
an alarm the detector should have 360 degree visible Led indication.

5.4.1.8.

The detection and transmission electronics of the detectors shall be in the


detector head and not in detector base for easy exchange of detector in the
event of malfunction or up-gradation.

5.4.1.9.

The detector shall have option to connect a remote external detector alarm
display.

5.4.1.10.

The detectors shall be operable on system DC voltage of 12 V or 24 V or


as per system design.

5.4.1.11.

The detectors shall be intelligent addressable type and shall have in-built
micro processor with memory and decision algorithm and loop isolator.

5.4.1.12.

All detectors shall therefore have real intelligence in itself. This means
even without help of control panel the detector shall be able to make its
own decision, adapt to different environmental condition and diagnose
itself. They shall have automatic function self test, CPU failure mode,
alarm and operating data memory and integrated loop isolators.

5.4.1.13.

The addressable detectors shall make the final decision on whether a fire
or fault exists by comparing the sensed fire / fault patterns against all
known fire and fault patterns held in its memory.

5.4.1.14.

Detectors not capable of making independent alarm decision shall not be


acceptable.

5.4.1.15.

Each detector shall be capable on its own to change or compensate the


sensitivity as per the environmental condition surrounding the individual
detector to give the best result against actual Fire Alarm condition and to
avoid false alarm due to accumulation of dust or other environmental
conditions as much as possible.

5.4.1.16.

Such change of sensitivity in the detector due to environmental condition


will not affect efficiency of the detection and alarm system.

5.4.1.17.

The changed sensitivity of individual devices also will be judged by the


main fire alarm and control panel in the loop and will be registered in it
automatically along with the history. There shall not be any provision of
rotary / mechanical switch.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

139
5.4.1.18.

The sensitivity of all detectors shall be adjustable by a software. It shall be


possible to programme detector sensors sensitivities directly on the loop
using interface with a laptop PC and appropriate software from
manufacturer.

5.4.1.19.

The detectors shall be with soft addressing.

5.4.1.20.

The detectors shall be suitable for Class A (ring main) wiring.

5.4.1.21.

The detectors shall be compact and shall have built-in tamper-resistant


feature. Unauthorised removal of a detector from its base shall trigger a
fault alarm. Removal of detector from its associated base shall however,
not affect the continuity of the detection loop.

5.4.1.22.

The detectors shall also store an internal identifying type code that the
control panel shall use to identify the type of device (photo, thermal,
photo-cum-thermal).

5.4.1.23.

Detectors shall have a plug-in wiring connector for ease of installation and
serviceability. Easy wiring using terminal block shall be provided to
enable removing the detector without loss of power to the remaining loop.

5.4.1.24.

The detectors will provide a means to test whereby they will simulate an
alarm condition and report that condition to the control panel. Such a test
may be initiated at the detector itself by activating a magnetic switch or
may be activated remotely on command from the control panel.

5.4.1.25.

All the detectors and their bases shall be of same make and shall be of
make as that of the main control panel and shall be compatible with each
other. The make shall be any one from makes mentioned in the schedule of
acceptable makes of materials Schedule M.

5.4.1.26.

The detectors shall be plug-in type and shall have common base.

5.4.1.27.

All bases shall be provided with a plastic removable dust cover for
protection during site construction as well as an IP rated sealing gasket to
prevent dirt and moisture from entering from the fixing surface.

5.4.1.28.

The detectors should work in CPU failure mode.

5.4.1.29.

All the detectors shall have degree of protection not less than IP 42.

5.4.1.30.

It shall be possible to change / adjust the sensitivity of the detectors


through the software as per requirements of EN 54 fire-standard.

5.4.1.31.

All the detectors shall be suitable for operation in an environment with


relative humidity varying from 5 % to 95 % without condensation.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

140
5.4.1.32.

The detectors shall have a digital communication with the control unit on
the basis of error recognizing protocol with multiple transmission of
information.

5.4.2. FIXED TEMPERATURE :


5.4.2.1.

The response temperature of the fixed temperature element of the detector


shall be 135 oF (57 or 58 o C) and equivalent to Gr. 1 of IS 2175 i.e. with
response time of 20 seconds.

5.4.2.2.

The detectors shall be suitable to function in a temperature range from 20


C to
+ 65 oC. That is to say that the detectors shall function within
these ambient temperature ranges.
o

5.4.2.3.

The fixed temperature element of the detector shall be restorable type.


Detectors using fusible links or non-restorable element shall not be used.

5.4.2.4.

It will be possible to adjust the detector manually for using the detector for
single operation i.e. either as fixed temperature detector or as fixed
temperature cum rate of rise detector depending on the place of
installation.

5.4.3. COMBINATION HEAT-CUM-SMOKE (PHOTO-THERMAL)


DETECTOR :
5.4.3.1.

The detector shall be combined optical smoke and heat detector capable of
being used temporarily as a smoke detector or heat detector or a logical or
combination of both smoke and heat.

5.4.3.2.

The response temperature of the fixed temperature element of the detector


shall be 135 oF (57 or 58 o C) and equivalent to Gr. 1 of IS 2175 i.e. with
response time of 20 seconds.

5.4.3.3.

The rate of rise element, if provided, will act when the rate of rise in
ambient temperature shall exceed a pre determined level of 15 oF per
minute.

5.4.3.4.

The detectors shall be suitable to function in a temperature range from 20


o
C to + 60 oC. That is to say that the detectors shall function within these
ambient temperature ranges.

5.4.3.5.

The smoke and temperature setting should be possible via PC software as


per the requirements of EN standards.

5.4.3.6.

The fixed temperature element of the thermal unit of the detector shall be
restorable type. Detectors using fusible links or non restorable element as
fixed temperature element shall not be used.

5.6.1 MANUAL CALL POINTS (INTELLIGENT ADDRESSABLE TYPE) :


Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

141
5.6.2 Manual call points shall be micro processor based intelligent addressable type
with built in loop isolator. In the event of localised open or short circuit,
the loop isolator will ensure functioning and continuity of the loop.
5.6.3 They shall be electrically and electronically compatible with the main fire
alarm control panel and other devices in the loop so that they can be
directly connected into the system.
5.6.4 Degree of protection shall be IP 42 or higher.
5.6.5 The manual call points shall be suitable for installation in an ambient
temperature varying from 20 o C to + 50 o C and relative humidity from 5
% to 95 % without condensation.
5.6.6 They shall be surface / flush mounting type and shall conform to EN 54 Part 1
regulations.
5.6.7 The manual call point shall be break glass type or non breakable / re-settable
glass unit type.
5.6.8 The address of the unit shall be automatically provided by the main fire alarm
control panel (soft addressing) and hence it shall be identifiable by the
panel.
5.6.9 Manual call points using hard / manual setting of addresses by using any type
of dipswitches, binary jumpers or rotary switches etc. will not be
acceptable.
5.6.10 Manual call points using a separate monitor module to make the unit
addressable will not be acceptable.
5.6.11 The call boxes shall have suitable knock out for termination of a 20 mm
conduit.
5.6.12 There shall be facility for testing purposes.
5.6.13 The manual call points must be opened to be reset. Closing the box after
opening it shall automatically perform the reset function.
5.6.14 The material of body may be sheet steel or special plastics. The colour shall be
fire red.
5.6.0 SOUNDERS & SILENCING SWITCHES :
5.6.1 Due to various regulations on sound pollution no high intensity sounder has
been proposed. On the other hand auto dial facility has been proposed to be
installed with the main fire alarm control Panel either as a separate unit or
an integral unit so that in the event of fire, automatic dialling to desired
stations such as Local Fire Brigade, nearest Police Station, concerned Care
Taker, Security officer, Maintenance officer etc. as desired and directed by
the engineer-in-charge is possible.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

142

5.6.2 Four numbers micro processor based intelligent low intensity sounders (LIS)
have been proposed to be installed on each floor of the building. They shall
be wired in the same loop along with other devices.
5.6.3 Apart from these sounders one or two no (s) sounders may be provided at the
entrance / exit of the building or at the top of sentry post or any other place
as decided by the engineer-in-charge so as to attract maintenance people
and firemen in the event of fire. These two sounders have not been shown
in the drawing but their actual location will be decided by the engineer-incharge.
5.6.4 The frequency of sound from sounders shall lie in the 500 1000 Hz band. The
sound level shall be at least 65 DB (A) at any part of the building.
5.6.5 The sounders with a level greater than 120 DB (A) shall not be provided.
5.6.6 The sound shall be continuous and of the same characteristics from all fire
alarm sounders in a building. Coded fire alarm signalling from sounders
shall not be provided.
5.6.7 The sounders shall have internal volume control. They shall be addressable and
have built in micro processor and loop isolator.
5.6.8 The unit shall be wall / ceiling mounted and operable on 230 Volt AC or 24 V
DC system voltage.
5.6.9 Silencing facility shall be provided only for panel sounders and not for fire
alarm sounders.
5.6.10 Panel sounders in both the main fire alarm control panel and the repeater panel
shall be actuated automatically from the respective panels.
5.6.11 All the fire alarm sounders shall be actuated from the main fire alarm control
panel.
5.6.12 The operation of sounders shall be independent of operation of any indication
like lamps or flags in the panels.
5.6.13 The panel sounder shall be actuated automatically as soon as fire alarm signal
is initiated from any trigger device connected to it. It shall also be sounded
when there is a fault alarm signal from any of its loop.
5.6.14 Silencing switch in the main fire alarm control panel, when actuated, shall
mute the panel sounder of main fire alarm control panel and repeater panel
only.
5.6.15 Silencing switch provided in repeater panel, when actuated, shall mute the
panel sounder of the repeater panel only.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

143
5.6.16 All the low intensity fire alarm sounders in a particular floor / loop shall be
actuated automatically as soon as fire alarm signal is initiated from any
trigger device in that floor / loop. All other fire alarm sounders shall be
actuated only manually from the main fire alarm control panel, individual
floor wise and collectively for entire installation. Such a manual operation
of fire alarm sounders will be done after operating the silencing switch for
the panel sounder in the fire alarm control panel, within a preset time.
5.6.17 If an alarm of fire sounded by the panel sounder in main fire alarm control
panel is not accepted by a preset time after the panel sounder comes on, the
fire alarm sounders in all the zones controlled by the main fire alarm
control panel shall be actuated automatically. This time delay shall be
manually adjustable from 2 minutes to 10 minutes or as directed by the
engineer-in-charge.
5.6.18 Fault alarm and fire alarm in a panel sounder shall be distinctly different.
5.6.19 Operation of silencing switch shall not affect any visual indication or the
output of fire alarm sounders in the building.
5.6.20 Operation of a silencing switch shall not prevent the receipt of alarms from any
loop / floor as the case may be, not already in an alarm.
5.6.21 Restoration of silencing switch to its normal position when an alarm condition
exists, shall transfer the alarm back to the sounder to the full intensity.
5.6.22 Upon operation of a silencing switch when there is no alarm condition, a
separate indicator shall light up in the panel.
5.6.23 The sounder shall be suitable for functioning in an ambient temperature
varying from - 20 o C to + 60 o C and relative humidity of 5 % to 95 %
without condensation.
5.6.24 The degree of protection shall not be less than IP 42.
5.7.0
PUBLIC ADDRESS SYSTEM :
5.7.1

The PA system shall be provided as a completely separate unit in


separate amplifier rack.

5.7.2

The 5 / 6 watt speakers for PA system announcement will be provided


on walls / ceilings as required.

5.7.3

The main control unit of the PA system which will be installed at the
ground floor near the main fire Panel shall have one goose neck
microphone for announcement, main amplifier of suitable capacity to take
the load of all the speakers and with some spare capacity (but not less than
the Wattage specified in the schedule of works), 6 zone selection call
(floor selector) switch / key with all call facility.

5.7.4

There will be individual volume control for each zone.


Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

144
5.7.5

Control and indication module will be on the front panel so as to be


easily viewable. There shall be priority module.

5.7.6

Built in emergency messaging system with digital pre-recorded


message storage shall be there.

5.7.7

It will be possible to select one or more than one particular floor by


activating zone selection call switch to make announcement to the selected
floors. However, when any floor call switch shall be activated; all the
speakers of that floor will function simultaneously. When all-call switch
shall be activated, all the speakers of all the floors will act simultaneously.

5.7.8

The PA system will be operated manually by the operator as and when


required for announcement purposes.

5.7.9

The PA system shall be provided with suitable battery backup as


required.

5.7.10

The PA system shall be suitable for operation on 230 V AC / 12 or 24


V DC.

5.7.11

The power rating and frequency response shall be to suit the


requirements of the individual installations.

5.7.12

It would be possible to integrate the public address system with the


main fire alarm panel through programmable fail-safe potential free
contacts.

5.7.13

The tenderer shall submit calculation of selection of amplifier capacity


and battery capacity to the Engineer-in-charge and get the same approved
from him before bringing the material.

5.8.1 WIRING :
5.8.2 The wiring for loop elements / devices (detectors, manual call points, loop
sounders, control modules etc.) in a loop shall be close circuit loop type
(Class A type) so that if the communication fails from one side, it is
restored automatically from the other side. The wiring shall be independent
of the detector zoning. The zones shall be software based.
5.8.3 The wiring for loop elements / devices (detectors, sounders, manual call points
etc.) and that of response indicators shall be done by 2 x 1.5 sq. mm FRLS
PVC insulated multi-strand copper conductor, sheathed round flexible
unarmoured cable generally conforming to BS 5308 (Pt I) in recessed
steel conduit as indicated in the schedule of works.
5.8.4 The design of the system wiring shall match the control and indicating
equipments in the system.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

145
5.8.5 FAS wiring shall be exclusive to the FAS and be physically separated from
wiring for any other service in the building.
5.8.6 Wiring for PA system shall be done by one pair (two-core) PVC insulated
telephone (ATC) cable of 0.5 mm size (as stipulated in the tender
schedule) from the main control unit at ground floor to all individual
speakers at different floors. All the speakers on one floor shall be on one
loop / circuit.
5.8.7 Wiring / cabling for repeater panel from the main fire alarm control panel shall
be done with 2 core PVC / XLPE insulated PVC sheathed armoured 1100
V grade copper conductor cable conforming to IS 1554 / IS 7089 if the
repeater panel is located at a distant place away from the main building.
5.9.0

SCHEME AND LAYOUT :

5.9.1

Fixed temperature addressable heat detectors (with high temperature


rating) shall be used in kitchen, pantry etc.

5.9.2

Combined addressable heat-cum-smoke (photo-thermal) detectors shall be


used in all other areas.

5.9.3

The layout of the detectors shall be as per CPWD General Specification


for Electrical Works, Part VI - Fire Alarm System 1988 as amended up
to date and CPWD Code of practice for Fire Alarm System 1988 as
amended up to date.

5.9.4

If any detector shown in the drawing for AFAS coincides with electrical
fittings or other accessories etc. the detector may be suitably shifted
maintaining the layout restrictions and detector coverage as per above
Code and Specification.

5.9.5

The general layout of the detectors and their spacing has been decided
based on the available drawing. The detail drawing of beams, their size
and layout needs to be co-related at site and detector layout / sitting may
be finalised accordingly in consultation with the Engineer in - charge.

5.9.6

All the devices i.e. detectors, manual call points, sounders, control
modules etc. shall be installed on the same loop whether clearly shown or
not in the drawing. Conduit should be laid such that all the devices in a
floor are put on a common loop and in a closed circuit as the wiring shall
be Class A type i.e. closed loop system.

5.10.0

RESPONSE INDICATOR / SPOT INDICATOR :

5.10.1

For indication of triggering of detectors lying above false ceiling space,


spot / remote response indicators shall be provided in the false ceiling at a
suitable location below the detector above false ceiling. These spot
indicators have however, not been shown in the drawing. Their layout will
be finalised at site maintaining proper aesthetics.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

146

5.10.2

The response indicators shall be loop powered and no separate power


supply shall be required to power the response indicator.

5.10.3

The degree of protection shall be IP 42 or higher.

5.10.4

The response indicator shall be suitable for installation at an ambient


temperature ranging from 20 o C to + 60 o C and relative humidity of 5 %
to 95 % without condensation.

5.11.0

EARTHING FIRE ALARM SYSTEM :

5.11.1

A separate earthing with GI pipe earth electrode shall be provided for the
main Control and Indication panel for all the buildings. Loop earthing
from this panel shall be taken up to each repeater panel on each floor, in
case of Administrative Building. Earth continuity wire shall be looped and
tapped at the terminal block / connector to be provided in the junction box
at each floor from which conduit to the respective repeater panel branches
out.

5.12.0

BATTERIES :

5.12.1

Batteries for the panel, PA system etc. shall be maintenance free sealed
battery of appropriate AH capacity. The capacity selection calculation
shall have to be submitted at the time of submission of tender and also
before installation.

5.13.0

LAYING OF STEEL CONDUIT :

5.13.1

The steel conduit for the AFAS system will be laid along with the IEI
work.

5.13.2

Normally majority of the conduit will be 20 mm size as 2 x 1.5 sq. mm


copper conductor cable will run through them. However when more than
one such pair cable are needed to be passed through the same conduit as in
case of isolated detectors which are connected by a conduit such that both
supply and return cable will pass through it, accordingly size of the conduit
will be decided.

6.0

ADDITIOINAL CONDITIONS FOR LIFT WORK

6.1

GENERAL

6.1.1 The main contractor for the work has to associate any one of the manufacturers
of lift specified herein i.e. OTIS / KONE / SCHINDLER / MITSUBISHI /
JOHNSON for execution of this sub head of work. Neither other
associated agency, nor the contractor themselves shall be eligible to
execute the work.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

147
6.1.2 This specification covers manufacture, testing as may be necessary before
dispatch, delivery at site, all preparatory work, assembly and installation,
commissioning putting into operation of lifts and final testing of specified
lifts.
6.1.3 The work shall be executed as per CPWD General Specifications for Electrical
Works Part-III, Lefts & Escalators-2003 as amended up to date (Copy is
readily available in CPWD website www.cpwd.gov.in under link
publication) and as per relevant IS and as per direction of Engineer-incharge. These additional specifications are to be read in conjunction with
above and in case of variations, specifications given in this additional
condition shall apply. However , nothing extra shall be paid on account of
these additional specification & conditions as the same are to be read along
with schedule of quantities for the work.
6.1.4 The statutory provisions of Lift act applicable at the site of work should be
adhered to.
TERMS OF PAYMENTS

6.2

The following percentage of contract rates for the various items included
in the contract shall be payable against the stage of work shown herein.
(a)

70% after initial inspection and delivery at site in good condition on


pro-rata basis.

(b)

20% after completion of installation in all respects.

(c)

Balance 10% will be paid after testing, commissioning & handing


over to the department for beneficial use.

7.0

ADDITIONAL SPECIFICATIONS OF THE LIFT

7.1

Additional specification of lift for different buildings


1.
2.

Type of Lift
No. of lifts

4.

Rated speed

: i.
13 Passenger lift (Gearless)
: a) 02 Nos (for Administrative Building,
Block - I)
b) 02 Nos in Block II (G+7), Officers
Mess
c) 02 Nos in Block III (G+13), Type III
Qtrs cum ACs accommodation
d) 03 Nos in Block IV (G+15), Type II
Qtrs cum Barrack.
: a) 1.00 MPS for lifts in Block - I.
b) 1.5 MPS for lifts in Block II.
c) 1.75 MPS for lifts in Block III and
Block IV.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

148
5.

Travel in meters

6.

Number of floors served

7.
a)
b)
c)

For 13 passenger lift


Inside size of lift well
Pit depth
Head Room

: 2500 mm wide x 1900 mm deep


: 1600 mm (approx)
: 4800 mm (approx)

Clear inside size of the


lift car
a) For 13 passenger lift
9. Position of the counter
weight
10. Position of machine
room
11.
a) Type of control

a) 10.8 Meters (approx) for Administrative


building G+3
b) 23.1 Meters (approx) for Block - II
c) 42.9 Meters (approx) for Block III
d) 49.5 Meters (approx) for Block - IV
a) 4 floors (G+3 upper floors) for
Administrative Building
b) 8 floors (G+7 upper floors) for Block II
c) 14 floors (G+13 upper floors) for Block
III
d) 16 floors (G+15 upper floors) for Block
IV.

8.

b)

Type of operation

c)

Potential free contacts

12. Car Entrance Door


a) Number

:
: 2000 mm wide x 1100 mm deep
: At the side of car or rear
: Above the lift hoist way

: Microprocessor based A.C. variable voltage


variable frequency (VVVF) control
: Microprocessor based duplex collective
selective with or without attendant
: Required for each floor position and up &
down movement of the lift for building
automation and central indicating panel.

b)

Size

: 1 No horizontal sliding, centre opening, door


and door frame both of stainless scratch proof
moon rock finish.
: 900 mm wide x 2000 mm high

c)

Type of door

: Horizontal sliding centre opening door

d)

Car opens in front only


or open through

: Open in front only.

e)

Power or manual
operation
13. Construction design and
finish of car body work

: Both infra red screen based and pressure


switch shall be provided for door opening.
: Stainless steel scratch proof moon rock finish
body work, stainless steel drop ceiling and
CFL / LED lamps lights for lighting inside the
car and fan. Stainless steel flooring. All other
items as per CPWD General Specifications
Correction-Nil
Addition Nil
Omission-Nil.

AE(P)

EE(P)

149

14.

Type of signal system

Part III for Lifts 2003.


a) Digital floor position indicator in the car
and at all landings (to be provided above
the car/ landing doors).
b) Travel direction indicator in the car and
at all landings.
c) Gongs & visual indication through
directional arrows on all landings for prearrival of the car at all floors.
d) Overload warning Audio & Visual
indicator, inside the car (lift should not
start on overload.
e) Battery operated alarm bell and
emergency light duly fed by a suitable
inverter with SMF batteries for 30
minutes backup.
f)

Car operating panel with fade proof


luminous buttons in car and with
intercom.

g) Luminous hall buttons at all landings.


Landing call registered indicator at all
floors.
h) Voice annunciation system. This will
announce the position of the car landing
in Hindi & English besides facilities for
any other announcement to be made from
the central control room/ reception of the
building.

15.
a)
b)

Landing Entrance
Location of landing
entrance on different
floor
Number

c)
Size

i)

Intercom system with 3(three) phones


(One at Ground floor, one at top landing
near to control panel and inside the car
for each lifts).

j)

Protection against over-voltage, undervoltage and single phasing should be


provided.

: All doors on the same side


: 4 pairs (for each lift in (G+ 3) Administrative
building).
8 pairs (for each lift in G+7 Block II
Building).
:
900 mm wide x 2000 mm high

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

150
d)

:
Type of doors

Horizontal sliding centre opening

e)

:
Lift in use / lift out of
order sign

16. Electric supply


17. Is neutral wire available
for control circuits
18. Storage space provided
19. Additional items
a)

b)

c)

d)
e)

f)
g)

A suitable box above the landings with LED


illuminated bilingual (in English & Hindi)
sign of Lift in use / Lift Out of Order
coming up simultaneously on all floors.
: 415 V, 50 Hz, 3 phase 4 wire A.C. Supply,
system.
: Yes
: Yes, compound only
:

car : Should be approximately to have the clear


inside size of car 2000 mm wide x 1100 mm
deep
Ventilation opening in :
The fan should be auto switch off when there
the car body
is no passenger inside the lift car.
Opening panel inside car :
Automatic cum manual flush mounted with
luminous switches suitable for barrier free
environment for physically challenged
persons at ground floor.
:
Firemans switch
Required for all lifts at ground floor.
Emergency
power :
Available from DG set for one lift in each
supply
building.
Dimensions
platform

of

The firms offer should include beam and all structural steel required for the
work
Automatic Rescue Device (ARD) : Automatic Rescue Device for
the
purpose of bringing the lift car to the nearest floor should be provided, one
for each individual lift are to be provided for each lift. This shall consist of:
i)

h)

i)
j)

Control panel with necessary interface/ integration of device with the


main controller.
ii) Inverter of required capacity.
iii) Maintenance free batteries of required Ampere-hours capacity.
iv) Battery charging unit.
v)
Rescue Operation on indicator in the lift car.
Free maintenance for a period of one year from the date of commissioning
and taking over by the Department. The maintenance period of 12 months
for different lifts shall be reckoned from the date of handing over of each lift
separately.
Lift car door & landing door shall have a fire resistance rating of one and
two hours respectively.
Brail system including all facility for physically challenged persons.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

151

7.2

WORK TO BE DONE BY LIFT CONTRACTOR

7.2.1

These Passenger lifts shall have additional special features for use by physically
challenged persons.

7.2.2

The lifts cars and control rooms shall be equipped with a suitable inter-com
system along with facility of intercom with necessary instruments and exchange.
This shall be provided by the Lift contractor.

7.2.3

The tender document also include in its scope a provision of suitable capacity
Inverter with Maintenance Free batteries backup suitable for 30 minutes
duration, so as to supply power to emergency Alarm System and one of the
lights in each lift.

7.2.4

All temporary scaffoldings & minor building works.

7.2.5

One year free maintenance from the date of taking over by the department.

7.2.6

Lift shall be of following Make : OTIS / Schindler / KONE / Mitsubishi /


Johnson.

7.2.7

Additional supporting Channels if required for safety reasons are to be


fixed inside the existing lift shafts for installation of new lifts, the cost
shall be included in the quoted price & no extra payment shall be made on
this account

7.2.8

The gap between the car & the lift shaft shall be filled as per norms and
relevant standards. No extra payment shall be made on this account.

7.2.9

The cost of minor building works necessary for installation of equipments


etc. shall be included in the quoted price. No extra payment shall be made
on this account.

7.2.10

Potential free contacts shall be provided for each floor position and up &
down movement of the lifts as specified in specifications for connection to
BMS system whenever required.

7.2.11

Intercom system with four phones (One at Ground floor, Control room,
one each at inside car for each lift, one at lift machine room) shall be
provided. The cost of wiring for installing the equipments in the lift lobby
at GF, 1 each inside car for each lift, one at machine room shall also be
included in the quoted rate. No extra payment shall be made on this
account.

7.2.12

Suitable audio visual indication of rescue operation shall be provided with


automatic rescue device.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

152
7.2.13

The cost of preparatory works, if any shall be included in the quoted price.
No extra payment shall be made on this account.

8.0

ADDITIONAL CONDITIONS AND SPERCIFICATIONS FOR WET


RISER AND SPRINKLER INSTALLATION.

8.1

Specification : The work of wet riser and sprinkler system shall be executed as
per CPWD General Specification for Electrical works Part V (Wet Riser
and Sprinkler System) 2006.

8.2

Design of the system: It will be the responsibility of the contractor to design


the entire wet riser and sprinkler system including layout / location of
sprinkler, pipe size, capacity of pumps, motors and engines.

8.3

While designing the capacity (BHP) of engine for diesel engine driven main
fire pump, suitable duration of the engine shall be taken into account apart
from other considerations to be taken into account as per CPWD General
Specification for Electrical works Part V (Wet Riser and Sprinkler System)
2006.

8.4

There will be electrical motor driven one main fire pump, electrical motor
driven one sprinkler pump, diesel engine driven one main fire pump, one
electrical motor driven pressurization (jockey) pump and one dewatering /
drain pump.

8.5

The diesel engine driven pump will be common for both the wet riser and the
sprinkler system. So also the pressurization pump will be common for
both.

8.6

There will be terrace pump in Block II and Block I also.

8.7

The pumps, motors, starters for pump motors in panel shall be as per actual
requirement at site depending on the bhp of pump offered / required and in
accordance with the NIT requirement and shall be provided accordingly,
irrespective of what has been indicated, if any, in the tender schedule /
NIT.

8.8

Measurement : Measurements of plumbing work shall be on following


basis: a)

b)

Piping shall be measured along the centre line of installed pipes


including all pipe fittings and accessories but excluding valves and
other items for which quantities are specifically indicated in the
schedule of work. No separate payment shall be made for fittings
and accessories.
The rates for piping work shall include all wastage allowances,
flanges pipe supports, hangers, excavation, refilling, testing, nuts
and check nuts, vibration isolators, suspension where specified or
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

153
required, and any other item required to complete the piping
installation. None of these items will be separately measured and
paid.
8.9

Inspection by Local Fire Officer : After completion of the work and testing
to the entire satisfactory of Engineer-in Charge, the installation shall be
offered for inspection by Chief Fire Officer or his representative. Testing
as desired by the Fire Officer shall be carried out. The contractor will
extend all help including man power during testing. The observation of
Chief Fire Officer which are a part of agreement shall by attended by the
contractor. Nothing extra is to be paid for testing as above. It will be the
responsibility of the contractor to get fire approval / clearance from the
Local Fire-brigade authority.

8.10

Completion drawing and manuals :


Three sets of following laminated drawings shall be submitted by the
contractor while handing over the installation to the Department. Out of
this one of the sets shall be laminated on a hard base for display in the fire
control room. In addition one set will be given on compact disc / DVD.
a)

Installation drawings giving complete details of all the equipments,


including their foundations.

b)

Plumbing layout drawings giving sizes and lengths of all the pipes
and the sizes and locations of all types of valves and including
isometric drawings for the entire piping including the pipe
connections to the various equipments.

c)

Line diagram and lay out of all electrical control panels giving
switchgear ratings and their disposition cable feeder sizes and their
layout.

d)

Control wiring, drawings with all control components and sequence


of operations to explain the operation of control circuits.

Apart from drawings, three sets of manufacturers technical catalogues of


all major equipments and accessories as well as operation and
maintenance manual of all major equipments, detailing all adjustments,
operation and maintenance procedure shall be submitted to the department
after completion of the work before final bill is released.
8.11

The valves and instruments shall normally be flanged type so that they can be
easily dismantled and refixed during maintenance. In case of screwed type
(where flange type is not manufactured) arrangement of flanges shall be
done by the contractor for which nothing extra shall be paid.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

154
8.12

Terms of payments :
The following percentage of contract rates for the various items included
in the contract shall be payable against the stage of work shown herein.

Sl

Stage of work

After initial inspection (wherever


specified) and delivery at site in good
condition on pro-rata basis
On completion of pro-rata installation
On testing, commissioning and
handing over

2
3

AND

Machinery and
Equipments
(Pumps and
Elect. Panels)

All other
items

80%

70%

10%
10%

20%
10%

9.0

ADDITIONAL CONDITIONS
SUBSTATION WORK

SPERCIFICATIONS

9.1

The work of substation shall be carried out as per CPWD General Specification
for Electrical Works, Part IV, Substations 2013 as amended up to date.

9.2

Training : The scope of works includes on the job technical training of two
persons of department / client at site for a period of 15 days so as to train
and acquaint them with operation and routine maintenance of the
substation equipments.

9.3

Maintenance : Sufficient trained and experienced staff shall be made available


to meet any exigency of work during the guarantee period of one year from
the taking over of the installation. The routine and preventive maintenance
of the substation installation as per manufacturers recommendation shall
be carried out for one year. Nothing extra shall be paid.

9.4

Test at Manufacturers works: All routine tests shall be carried out at


manufacturers works and test certificates shall be produced to the
department for all major equipments like HV panel, MV panel,
Transformer.

9.5

MV Panel Boards : All switch gears / MCCBs / ACBs in any panel board
shall be of same make. This will be applicable for all other sub-heads of
work also. The connection from the switch gears up to the terminal block
in cable alley shall be made by aluminium bars of appropriate rating or by
PVC insulated single core copper cable of appropriate rating. For
connection by cable, deration of cable due to temperature, grouping etc.
shall be duly taken into consideration while selecting the size of cable.
Proper colour coding shall be maintained.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

FOR

155
9.6

Terms of payments :
The following percentage of contract rates for the various items included
in this sub-head of work shall be payable against the stage of work shown
herein.

Sl

Stage of work

After initial inspection (wherever


specified) and delivery at site in good
condition on pro-rata basis
On completion of pro-rata installation
On commissioning completion of
successful running in period and
taking over of the installation by the
department.

2
3

9.7

Machinery and
Equipments
(Transformer,
HV Panel, MV
Panel)

All other
items

85%

75%

10%
5%

20%
5%

The following additional documents are required to be submitted by the main


contractor to the engineer in charge of the E&M works before procurement
of the Substation equipments and bringing in the same at site.
a) Written commitment from respective manufacturers to supply the HV
panels, Transformers, MV panels and delivery schedule as per
requirement of department as indicated in the milestones.
b) Required Guarantee of HV panel, Transformer, MV panels from the
respective manufacturers in favour of Engineer-in-Charge to cover
defect liabilities.

9.8

ADDITIONAL SPECIFICATIONS FOR HIGH VOLTAGE PANEL

9.8.1 These shall in general be as per Section 2 of CPWD General Specifications for
Electrical Works, Part IV, Substations 2013.
9.8.2 The panels shall be extensible type with provision for adding on outgoing
panels in future, if required.
9.8.3 Each incoming and outgoing panels shall be BMS compatible so that they can
be integrated with the BMS system of the complex. Necessary
communication ports like RS 485 including suitable hardware and
software for integrating with BMS system for monitoring the power supply
of the building should be available in the HV panels.
9.8.4 The HV panels shall have suitable arrangement for end termination with heat
shrinkable jointing material for cable size of 3 Core x 240 Sq. mm. XLPE
aluminium conductor (earthed) cable.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

156

9.8.5 Both the incoming panels and the bus coupler shall be electrically and
mechanically interlocked so that only one panel is ON at a time.
9.8.6 The CTs, PT, Voltmeter, ammeters, measuring instruments, selector switches,
indicating lights, HRC fuses, MCBs, wiring, power pack, push buttons,
relays, timers and other control equipments to be provided in the HT VCB
panels may be of standard reputed makes of the concerned manufacturer
apart from the makes stipulated in the NIT.
9.8.7 The HT breaker shall be suitable for auto / manual closing.
9.8.8 Each HT outgoing panel shall have relays / auxiliary relays required for
tripping of transformers in case of high winding temperature or other
safety tripping irrespective of whether they have been specifically
mentioned in the particular item in the schedule of work or not and the cost
shall be deemed to be included in the specific item (s). Nothing extra shall
be paid.
9.8.9 The degree of enclosure protection for HT VCB panel shall be IP 4X as per
clause 2.3.1 of CPWD General Specifications for Electrical Work, Part
IV, Substations, 2013.
9.8.10 Power pack for HV Panel : The power pack unit shall be suitable for 220
Volt AC input & 24 Volt DC continuous output. It shall be suitable for
closing / tripping / indication of 3 Nos. HT panel boards. It shall contain at
least 2 Nos. 12 Volts each maintenance free batteries of suitable AH but
not less than 30 AH each. Necessary charging unit, capacitor bank for
emergency delivering for trip system complete with suitable capacity of
Ammeter & Voltmeter shall form part of the power pack unit. Connections
of the unit shall be done with 2.5 sq. mm. FRLS / FRLSH / HFFR grade
PVC insulated copper conductor cable. The power pack shall be capable of
giving continuous current output of at least 5 A for minimum 6 hours. The
item should be deemed to include all component and accessories
irrespective of what has been categorically mentioned in the schedule of
work and shall be provided accordingly at no extra cost to satisfy above
requirement.
9.9

ADDITIONAL SPECIFICATIONS FOR TRANSFORMERS

9.9.1 These shall in general be as per Section 3 of CPWD General Specifications


for Electrical Works, Part IV, Substations 2013 to the extent they are
applicable to the dry type transformers.
9.9.2 The transformer shall be provided with capacitor of suitable capacity in the HT
side or LT side as deemed suitable to compensate for the reactive power
consumed by the transformer itself in no load condition along with suitable
reactor.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

157
9.9.3 The low voltage side of the transformer shall have suitable arrangement to
accommodate sandwich type four strip (with 100 % neutral) aluminium
bus trunking of capacity 1600 Amps.
9.9.4 The HV side of the transformer shall have cable end box suitable for push on
type / heat shrinkable joint for 3 x 240 Sq. mm 11 KV, XLPE (earthed)
cable.
9.9.5 The neutral lead / terminal of the transformer shall be equal to 100 % of phase
terminal /lead.
9.10

ADDITIONAL SPECIFICATION FOR MV PANEL

9.10.1 These shall in general be as per Section 4 of CPWD General Specifications


for Electrical Works, Part IV, Substations 2013.
9.10.2 There shall be separate gland plate for each cable entry.
9.10.3 The cubicle panels with more than 1000 Amps bus shall be made of tested
structural modular sections.
9.10.4 All the ACBs and MCCBs in one panel shall be of one make only from
amongst the list of preferred makes of materials.
9.10.5 All the ACBs shall have microprocessor release with inbuilt overload, short
circuit and earth fault protection. In case of ACBs Icu = Ics = Icw for 1
second. Icw shall be as specified in the schedule of work. Apart from
inbuilt overload, short circuit and earth fault protection, the ACBs shall
have instantaneous over current protection and neutral overloading
protection.
9.10.6 All the MCCBs having microprocessor release shall have inbuilt over load,
short circuit and earth fault protection. For the MCCBs Icu shall be equal
to 100 % Ics.
9.10.7 Individual door earthing of all the compartments shall be done by suitable size
FRLS / FRLSH / HFFR grade PVC insulated single core copper conductor
cable of size not less than 4 Sq. mm.
9.10.8 All the panels are to be manufactured / fabricated as per approved drawings,
inspections and observations. Non compliance shall lead to summarily
rejection of such item and action shall be taken under relevant terms and
condition of the agreement.
9.10.9 Successful bidder will be required to provide such facilities as will be
necessary for inspection of the panels before dispatch at his or his
associated works. Bidder shall furnish all necessary information for the
purpose and will also give sufficient notice regarding the dates proposed
for routine and all such tests to the department to facilitate their presence.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

158
9.10.10

Inspection of the items of supply shall be done by the Engineer in charge


or his authorized representative before they are dispatched to site of work.
Copies of inspection certificates issued by CPWD officers shall be
attached with dispatch documents to consignee. All arrangements for
inspection of the materials at factory shall be made by the bidder and
nothing extra shall be paid for the same. However, the cost of to and fro
fare of the inspection team of the department shall be borne by the
department.

9.10.11

Contractor shall arrange, before dispatch of the LT panels, an inspection


and certification from the authorized engineer of the manufacturer of the
switchgears i.e. ACBs, MCCBs, SDFUs about the genuineness and the
same shall be submitted to the engineer-in-charge along with inspection /
test report prepared by the inspecting officer authorized by the engineer-incharge. This will be applicable for all other electrical panels also.

9.10.12

The MV panels shall be properly packed before dispatch so as to avoid any


damage during transport. If the panels are found to be damaged after they
reach at site, the same will be summarily rejected by the department.

9.10.13

All the MCCBs shall be provided with front operating kit (lockable rotary
handle) irrespective of whether they have been specifically mentioned in
the schedule of work or not.

9.10.14

All small wiring for controls and indication etc. in the panels shall be of
2.5 sq. mm size FRLS/ FRLSH / HFFR grade PVC insulated single core
copper conductor cables conforming to IS 634. Identification ferrules shall
be at both ends of the wires. All control wirings meant for external
connection are to be brought out on a terminal board.

9.11

ADDITIONAL SPECIFICATION FOR APFC PANEL

9.12.1 These shall in general be as per section 8 of CPWD General Specification for
Electrical Works, Part IV, Substations, 2013.
9.12.2 Suitable provisions shall be made in the panel for proper heat dissipation.
9.12.3 Air aspiration louvers for heat dissipation shall be provided as a necessity.
9.12.4 The front portion shall house the switchgears and the rear portion shall house
capacitors and series reactors. The enclosure is to be suitable sized to
accommodate all the components, providing necessary air clearance
between live and non-live parts, providing necessary working clearance.
9.12.5 The system should be capable of real time cycle / dynamic control with no
spikes and transient free.
9.12.6 Capacitor shall be three phase MPP Heavy Duty type, resin bonded, low loss
terminal less capacitors without oil, housed in aluminium cans. The system
shall have 6 / 8 steps dual display mode real time power factor control with
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

159
7% detuned reactors / anti harmonic block reactors and microprocessor
based power factor controller for target power factor setting having LED /
LCD display for V, I, PF, KVAR, KW and / or KVA. Dedicated fan
should be provided for forceful cooling.
9.12.7 The capacitor voltage shall be rated at 480 V / 525 V as required for system
voltage at 415 V / 440 V. The total operating losses shall be less than 0.5
W / KVAR. The peak inrush current capability shall not be less than 350 x
In. The over current capacity shall be 2.5 x In. The maximum switching
operation per year shall not be less than 10000. The ambient temperature
in which the capacitors shall be able to work properly and safely shall be
between 25 degree C to + 70 degree C.
9.12.8 The make of APFC panel, capacitor for APFC panel, contactors for APFC
panel and APFC relays shall be same to have total warranty from the
manufacturer.
9.12.9 The rating of capacitors shall be such as they give the stated KVAR output at
415 V irrespective of what has been stated in the tender schedule /
specification. Nothing extra should be paid.
9.12.10

The APFC panel shall contain all necessary components as may be


necessary for efficient and effective operation of the panel irrespective of
what has been mentioned in the schedule of quantity. Nothing extra shall
be paid.

9.12.11

The APFC panel will be provided with dual relay, CTs and all other
components and accessories as required to correct power factor of the
Main MV Panel in the substation building.

9.12.12

ADDITIONAL SPECIFICATION FOR RISING MAIN AND BUS


TRUNKING :

9.12.1 These shall in general be as per section 6 of CPWD General Specification for
Electrical Works, Part IV, Substations, 2013.
9.12.2 The bus trunking shall be with 100 % neutral.
9.12.3 Continuous earth strip as specified in the schedule of quantity shall run along
the length of the bus duct / trunking.
9.12.4 The degree of protection shall be IP 54.
9.12.5 The supports for hanging the bus trunking shall generally be placed at intervals
not more than one meter.
10.0
10.1

ADDITIONAL CONDITIONS AND SPERCIFICATIONS FOR DG SET


WORK
The work shall be carried out as per CPWD General Specifications for
Electrical Works, Part VII, DG Set, 2013 as amended up to date.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

160

10.2

The following additional documents are required to be submitted by the main


contractor to the engineer in charge of the E&M works before procurement
of the DG Sets and bringing in the same at site.
c) Authorization letter from manufacturer of Engine /Alternator in favour
of OEM of the offered Generating Sets.
d) Written commitment from OEM / OEA to supply the DG Sets and
delivery schedule as per requirement of department as indicated in
the milestones.
e) Certificate from OEM / OEA or authorized service provider of engine
manufacturer for satisfactory installation and commissioning of DG
Set after completion of the work.
f) Certificate from OEM / OEA or authorized service provider of engine
manufacturer certifying that all the indications of engine parameters
as sought for in the BOQ are available in the engine model offered.
g) Required Guarantee of DG Set from OEM / OEA in favour of
Engineer-in-Charge to cover defect liabilities.
h) An undertaking that mandatory free service shall be carried out during
the guarantee period by the authorized service provider of engine
manufacturer.
i) Guarantee that CPCB current norms issued by Central Pollution
Control Board, on 15.01.2008 or thereafter, if any, shall be achieved
in terms of Noise & Emission standards, with the offered DG Sets
with acoustic enclosure.

10.3

Terms of payments :
The following percentage of contract rates for the various items included
in this sub-head of work shall be payable against the stage of work shown
herein.

Sl

Stage of work

After initial inspection (wherever


specified) and delivery at site in good
condition on pro-rata basis
On completion of pro-rata installation
On commissioning completion of
successful running in period and
taking over of the installation by the
department.

2
3

Machinery and
Equipments (DG
Set)

All other
items

85%

75%

10%
5%

20%
5%

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

161
10.4

Compliance with CPCB Norms : The DG Set to be supplied for the work
should be compliant with latest CPCB norms for sound and emissions
standards.

10.5

Climatic Conditions : The output of DG Set shall be as specified in schedule


of work under following climatic conditions to be in conformity with
CPCB latest approved type tests:

(i)

Outside Maximum Ambient Temperature


Deg. C

(ii) Height above Mean Sea Level


Meter
(iii) RH

: 40
:

1000

: 50%

10.6

The bidders shall however provide deration calculation for the DG Sets from
the manufacturers of the engine or from OEM / OEA of the DG Sets for
the actual conditions at site.

10.7

Additional specification for Battery and Battery Charger

10.7.1 These in general shall conform to the CPWD General Specifications for
Electrical Works Part VII (DG Sets) 2013.
10.7.2 The Battery charger may be an integral part of the engine mounted control
panel or a separate unit. It shall be automatic with provision of manual
charging. In case of manual charging, arrangement of current adjustment
shall be provided. The battery charger shall be suitable to charge required
numbers of batteries at 12 V / 24 Volts complete with transformer,
rectifier, charge rate selector switch, indicating ammeter and voltmeter etc.
Connections between the battery charger and batteries shall be provided
with suitable copper leads with lugs etc. The D.G. Sets shall have suitable
arrangement for charging the batteries of the DG Sets. Suitable connection
from existing power supply / control panel to the battery, wherever
required, shall be done by the contractor. Nothing extra shall be paid for
this.
10.7.3 The capacity of the battery for DG Set may be of Ampere Hour rating specified
/ recommended by the engine manufacturer for the particular capacity of
the DG set if the battery is manufactured by themselves, otherwise, the
capacity shall be as per item of the schedule of work. However, specific
recommendation by the manufacturer of engine will be necessary in the
former case.
10.8

The MS fuel tank specified in item of DG Set in the schedule of work is


additional external fuel tank of 990 Lt capacity in addition to the standard
fuel tank provided by the manufacturer inside the canopy.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

162
10.9

Engine Governor : Electronic governor of class A1 with actuator shall be


provided as per standard design of manufacturer. The governor shall be a
self contained unit capable of monitoring speed.

10.10 Frequency Variation : The engine speed shall be so maintained that


frequency variation at constant load including no load shall remain within
a band of 1% of rated frequency.
10.11 The Generator Set shall have suitable communication port with software and
other incidentals in the engine mounted control panel as required so as to
ensure integration of the same with BMS.
10.12 Piping work and exhaust system : This shall be governed by clause 2.2.1.10
and 2.2.1.12 of CPWD General Specifications for Electrical Works PartVII (DG Sets), 2013. While taking fuel pipes and control cables to the DG
Sets to be installed outside, the same shall be taken under ground with
sand cushioning and protective covering. Nothing extra shall be paid. The
pipes taken underground shall be provided with black bituminous paint.
10.13 FOUNDATION:
10.13.1

The DG sets should be mounted on AVM pads. Complete DG set with


base channel shall be finally mounted on the cement concrete / reinforced
cement concrete foundation as required. The firm shall give suitable design
& drawings of foundation, as per manufacturers / OEMs / OEAs
standards and also as per site conditions and as per CPWD Specification.
The foundation shall be done strictly according to the design submitted by
the firm and approved by the department irrespective of the nomenclature
of the item for foundation in the schedule of work, if any. In case any
component of the foundation design is not covered by the items in the
schedule of quantity, the same shall be deemed to be included in the rate
offered by the firm against DG Set and shall be executed accordingly.
Nothing extra shall be paid.

10.13.2

The top and exposed surface of the CC / RCC foundation should be


provided with 15 mm cement plaster and neat cement finish.

10.13.3

Suitable layer of sand cushioning of fine yellow sand for at least 200 mm
depth shall be provided below the foundation. Nothing extra shall be paid.
Brick retainer wall of at least 125 mm thick shall be provided all round the
sand cushioning and up to ground / floor level. Nothing extra shall be paid
for this.

10.14 ENGINE SHUT DOWN


EQUIPMENTS:
10.14.1

AND

ALTERNATOR

PROTECTION

Following shut down and protection system shall be integrated in the


engine mounted instrument panel of the DG Sets.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

163
(i)

Low lubricating oil pressure shut down. This shall be inoperative


during start up and acceleration period.

(ii)

High coolant (water) temperature shut down.

(iii)

Engine over speed shut down.

(iv) Over load over current trip / shut down.


(v)

Over voltage / under voltage trip / shut down

(vi) Over frequency / under frequency trip / shut down.


10.15.0

WORKS TO BE DONE BY THE CONTRACTOR RELATED TO DG


SET WORK :

10.15.1

Unless otherwise mentioned in the tender documents, the following works


shall be done by the contractor and therefore, their cost shall be deemed to
be included in their tendered cost whether specifically indicated in the
schedule of quantity / work or not:

10.15.2

Foundations for equipments / structures / fuel tank including vibration


isolation spring / pads.

10.15.3

All minor building works necessary for installation of equipments such as


making of openings in walls / floors, either of RCC or brick masonry,
foundation trench for fuel line and cable, making of opening in walls or in
floors and restoring them to their original condition / finish and necessary
grouting etc. as required.

10.15.4

Dismantling of brick wall, if any, for inserting / positioning / placement of


equipments, Control panel / Diesel Tanks or for taking ducting / cable tray
and rebuilding / making good the same to its original position / finish.

10.15.5

Making good all damages caused to the structure during installation and
restoring the same to their original finish.

10.15.6

Supply and installation of all necessary angle / channel / flat iron supports
and brackets etc. for installation of the D.G. Sets, Diesel Tanks, Exhaust
Piping, Chimney, water and fuel piping, cabling, bus-trunking, antivibration pads and their sub assemblies / accessories on floor / wall / Shaft
/ terrace and at other places, as may be necessary including their
installations in position.

10.15.7

Responsibility to ensure safety of all materials against pilferage and


damage till the installation is handed over to the department.

10.15.8

All scaffolding as may be necessary for installation of Exhaust piping,


Cabling, Electric Panels, exhaust chimney, bus trunking and their sub
assemblies/ accessories on floor / wall / Shaft / terrace and at other places
during erection work and subsequent removal.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

164
10.15.9

Painting of all exposed metal surfaces of equipments and components with


appropriate / approved colour wherever and as required.

10.15.10

All electrical works including cables / wires, neutral earthing, body


earthing, required for engine and alternator, control panel, control wiring
including loop earthing etc. as specified in Schedule of work.

10.15.11

Small wiring, inter-connection etc. inclusive of all materials and


accessories necessary to comply with the regulations as well as proper and
trouble free operation of the equipment.

10.15.12

Closing of the cable entry points in sub-station against seepage of water


rodents etc.

10.15.13

All pipes, bus trunking and / or cable connections and end terminations.

10.15.14

Battery and battery charging system for the DG Sets.

10.15.15

Supply of POL i.e. HSD oil and lubricating oil and coolant for diesel
engine for testing & commissioning including of load testing at
manufacturers / OEA / OEM works for 12 hours plus 1 hour with 10 %
over loading.

10.15.16

All control cables of required core and size from DG Set to the DG panel
etc. as required.

10.15.17

Clearance / Approval of the complete installation shall be obtained by the


contractor from CPCB / State Pollution Control Board / Central Electricity
Authority (CEA) / Department of Explosives / Local Bodies / other
licensing authorities wherever required. However application shall be
made by the Department and any statutory fee, as applicable, shall be paid
by the department directly to the government authorities concerned.

10.15.18

Training of the staff to be engaged in the operation of the DG Sets for at


least 15 days at site.

11.0

ADDITIONAL CONDITIONS AND SPECIFICATIONS FOR CABLE


AND CALBE LAYING WORK

11.1

The work shall in general be carried out as per CPWD General Specifications
for Electrical Works, Part II, 1994 amended up to date.

11.2

When more than one cables are laid in the same trench, the smallest size of the
cable shall be considered as main cable and the higher size cables shall be
considered as additional cable laying in the same trench. Measurement of
cable laying work shall be taken accordingly.

11.3

The make of UG cable supplied shall be one from the preferred makes of
materials. The MV cables shall have ISI certification mark having valid
ISI certification license.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

165

11.4

A certified copy of the valid BIS license for all sizes and type of UG
Cables covered in this work, shall be furnished before offering of
inspection of cable. Al the UG cables used in this work shall of any one
make from the list of preferred makes of materials. Cables of different
makes, though from list of preferred makes of materials, shall not be used.

11.5

Inspection & Testing Contractor must intimate to the Engineer-inCharge at least 14 days in advance, about the probable dates when the
entire lot of UG Cables of all sizes to be used in this work shall be ready at
the manufacturers premises. Engineer-in-charge or his authorized
representative shall inspect the UG Cables at the manufacturers premises
and carry out the Acceptance and Routine tests on the ISI marked cables of
sizes, ( separate for each size ) as prescribed in IS-7098 (Part-I) 1988 as
amended up to date and in accordance with the sampling plan prescribed
therein.

11.6

In addition to above, contractor shall arrange to furnish certified copies of


all the Type Test Certificates, as prescribed in the relevant IS-7098 (PartI)-1988 to the Engineer-in-charge, along with the call of Inspection of the
UG Cables. The Engineer-in-Charge or his authorized representative shall
be given access to the original Type Test for verification in respect of each
size of the Cables, under inspection, by the manufacturers.

11.7

Inspection of the items of supply shall be done by the Inspecting officer,


before they are dispatched to place of delivery. On completion of
inspection, dispatch instructions accompanied with copies of inspection
report shall be issued by the Inspecting Officer / Engineer-In-Charge. Only
those materials as passed in inspection by the Inspecting Officer shall be
dispatched. Copy of inspection certificate as issued by Inspecting Officer
shall be dispatched to site of work.

11.8

Place of Inspection / Testing : Contractor should state the place / factory


where the equipment will be put up for inspection. They should also
clearly indicate the facilities available for different tests.

11.9

Inspecting Officer : The inspecting officer will be the Engineer-in-charge


or any officer authorized by the Engineer-in-charge for the purpose of
inspection/test.

11.10

Arrangement for Inspection / Testing : All arrangements required for


inspection of materials and testing at factory are to be made by the supplier
and nothing extra shall be paid for the same.

11.11

Marking of Inspected Materials : The inspecting officer will get the


stickers {marked INSPECTED} pasted on all items inspected and an
additional sticker marked TESTED only on the items tested.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

166
11.12

Inspection schedule : The inspection call should be sent by Fax /


Telegram after award of work as per Table of Mile Stone. Inspection call
shall be given at least 14days prior to date of inspection proposed.

11.13

Packing : Strictly in accordance with the provisions as per clause 18.1,


18.2 and 18.2.1 in IS-7098 (Part-I) 1988 as amended up to date.

11.14

Delivery Period : Shortest possible time schedule in delivery is required to


be framed / observed, but not later than the specified. The date of actual
receipt of materials at site will be considered as the relevant date for this
purpose. The delivery schedule shall be as per Table of Mile Stone.

11.15

Payment Terms : The following percentage of contract rates for the


various items included in this sub-head of work shall be payable against
the stage of work shown herein.

Sl

Stage of work

Payment

After initial inspection (wherever specified) and


delivery at site in good condition on pro-rata basis
On completion of pro-rata installation
On commissioning completion of successful running in
period and taking over of the installation by the
department.

85%

2
3

10%
5%

11.16

Placing Order on UG Cables : Before placing orders on the manufacturer


for supply of the cables, the contractor is required to carefully get assessed
the exact requirement of each size of the cable at the site of work and get
the same approved form the Engineer-in-charge. Department shall Not
Take Back any spare quantity of cable whether in pieces or in sealed
drums if procured more than that actually required at site / approved by the
Engineer-in-charge. Even if advance payment is made for the cable and
after erection surplus cables are found, the payment towards surplus cables
made if any, shall be adjusted from the next on account bill of the
contractor.

11.17

However, it may be noted that the contractor shall have to arrange extra
quantity of the cable, over and above that assessed by the contractor,
before start of the work and approved by the Engineer-in-charge, if such
additional quantity of the cable is required at site, in order to make the
installation as covered in the Reach and Scope of this work, in order to
make the installation operational. Such extra quantity shall be paid as per
terms of the Agreement.

12.0

ADDITIONAL CONDITIONS AND SPECIFICATIONS FOR AIRCONDITIONING WORK :

12.1

The work shall be carried out in general as per CPWD General


Specifications for Heating, Ventilation and Air-conditioning (HVAC)
Works 2004.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

167

12.2

Refrigerant: The offers invited in this tender for the Direct Expansion
Unit are based on refrigerant R410a or R407c. The tenderers are
instructed to restrict in quoting for only one refrigerant-based system.

12.3

The obligation of Contractor in fulfillment of this Contract are stated


below:
a)

Detailed Engineering including system design and complete heat


load calculation.

b)

Procurement, fabrication and supply

c)

Inspection and testing

d)

Training the Clients worker / representative in the operation and


maintenance.

e)

Erection, checking and testing

f)

Providing steel structure for supporting indoor / outdoor units, ducts


etc. as required.

g)

Commissioning

h)

Providing Guarantee

i)

Final documentation

j)

Maintenance during defects liability period.

12.4

DRAWINGS AND LITERATURE: The Contractor shall furnish


detailed working drawings for approval by the Engineer-in-Charge /
Department well within time as per mile stone. No installation work at site
shall be taken up without approval of drawings. For this purpose, he shall
submit at least 3 sets of each drawings to the Engineer-in-charge. The
literatures / technical brochure of the equipments to be provided shall also
be submitted.

12.5

Approval of the drawings does not relieve the Contractor of any part of his
obligation to meet all the requirements of the contract or his drawing and
specifications.

12.6

The Contractor shall be responsible for and pay for all alterations of the
work due to the discrepancies or omissions in the drawings or other
particulars supplied by him whether such drawings have been approved by
the Engineer-in-charge or not.

12.7

Three copies of comprehensive manual (operation, maintenance and


service) of the equipments shall be submitted to the department after
execution of the work.

12.8

NOISE LEVEL: All refrigeration and air conditioning equipment and


materials (like motors, compressors, fans, ducts, grilles, acoustic lining
etc,) shall be selected, designed and installed in such a manner that the
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

168
inside noise criterion for all conditioned spaces shall be in the acceptable
range as per standards. Necessary vibration isolation arrangement shall be
provided and installed by the contractor which shall be deemed to be
included in the contract, whether or not they have been specifically
mentioned in the schedule of quantity.
12.9

TESTING OF EQUIPMENTS : All necessary routine test shall be carried


out as per relevant Indian Standards and other applicable standards. Routine
test for various items of equipment shall be performed at the manufacturers
works and test certificates shall be furnished. If required by the Department,
his authorized representative shall be permitted to be present during any of
the tests. Copies of all documents of routine and type test certificate of the
equipment carried out at manufacturers premises shall be furnished, as
required.

12.10

PERFORMANCE TEST : A performance test by keeping the plant


running for a period of 72 hrs shall be carried out in peak summer and peak
monsoon periods in presence of the representative of the department. Test
reports shall be furnished to the department. The contractor shall guarantee
maintenance of the desired indoor condition which is 20 degree centigrade
and 60 % RH in rooms having communication equipments. In all other
places, the inside temperature may be maintained at 23 + 2 degree
centigrade.

12.11

PAYMENT TERMS : The following percentage of contract rates for the


various items included in this sub-head of work shall be payable against
the stage of work shown herein.

Sl

Stage of work

After initial inspection (wherever


specified) and delivery at site in good
condition on pro-rata basis
On completion of pro-rata installation
On commissioning and completion of
successful running in period
On completion of major seasonal test

2
3
4

Machinery and
Equipments
(Indoor &
Outdoor Units,
AHU)

All other
items

80%

70%

10%
5%

20%
5%

5%

5%

12.12

Specification of all the fan shall be as per Clause 6 .3 of the CPWD


General Specification for HVAC works 2004.

12.13

The work of ducting will be as per chapter 9 of CPWD General


Specification for HVAC work 2004.

12.14

Steel sheet for ducting shall be hot deep galvanized with coating of
minimum 120 GSM of zinc. Ducting work shall be covered under chapter
9 of CPWD General Specification for HVAC work 2004.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

169

12.15

Fire dampers shall be as per Clause 9.4 of CPWD General Specification


for HVAC work 2004 and shall be as per approved make.

12.16

The grilles, diffusers and dampers shall be of standard specifications with


good engineering practice and as per item of work.

12.17

AIR HANDLING UNITS :

12.18

a)

The density of PUF of AHU shall be not less than 38 Kg / cum. The
AHUs shall conform to the chapter 6 of the CPWD General
Specification for HVAC work 2004.

b)

The cooling coil of AHUs shall be AHRI certified shall be of copper


only. The frame work / end plate with top and bottom for cooling
coil section of the AHUs shall be made of stainless steel of not less
than 18 SWG.

c)

The supply air fan of AHUs shall be AMCA certified centrifugal


type with forward / backward type blades double inlet double width
type. For static pressure up to 65 mm of WG, forward curved blades
shall be used and for higher sizes, backward curved blades shall be
used.

d)

The fan motor of AHUs shall be totally enclosed fan cooled squirrel
cage induction moor wit IP 54 protection and selected for quiet
running. The motor shall be suitable for operation on 415 + 10 % V,
3 phase, 50 Hz, AC supply. The three phase induction motors shall
have class F insulation.

e)

All the fans of AHUs shall be with EFF 1 type motor.

NITRILE RUBBER INSULATION :


a)

The nitrile rubber insulation used in this work shall not be of


thickness less than 19 mm.

b)

These shall be microcellular closed cell nitrile rubber insulation.

c)

The fire performance as per BS 476 Part 6 shall be Class O and


CFC / HCFC / VOC / SVOC Free.

d)

Self adhesive type insulation (one side self adhesive and the other
side aluminium foil) may also be used in which case application of
CPRX compound may not be necessary.

e)

The insulation shall have FM Global / UL approval / Listing.

f)

The thermal conductivity at + 40 deg C temperature shall not be


more than 0.040 W / m Deg K.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

170

12.19

OUTDOOR UNIT OF VRF SYSTEM :


a. The outdoor unit shall be factory tested and filled with first charge of
refrigerant R-410a / R 407e before delivering at site.
b. The compressors installed in the outdoor units shall be equipped with
inverter type digital scroll compressors. For units above 12 HP there
will be at least two nos. compressors each of digital scroll type with
inverter technology so that operation is not totally disturbed on
failure of any of the compressor. There should not be any fixed
compressor or partial inverter compressor.
c. The outdoor unit shall be suitable for mix match connection of all types
of indoor units.
d. It should be provided with duty cycling for switching the starting
sequence of multiple outdoor units.
e. The outdoor unit shall be modular in design and should be allowed for
side-by-side installation.
f. The unit shall be provided with its own microprocessor control panel
with provision for integration with the Building Management System
in future.
g. The machine must have a sub cool feature to use coil surface more
effectively thru proper circuit/bridge so that it prevents the flushing
of refrigerant from long piping due to this effect thereby achieving
energy savings.
h. The outdoor unit should be fitted with low noise level and should not be
more than 67 db (A) at normal operation when measured at 1.5 m
distance from ground level.
i. The outdoor unit should be fitted with low noise aero spiral design fan
with aero fitting grill for spiral discharge airflow to reduce pressure
loss.
j. The outdoor units are connected to multiple indoor units of various
types as such the outdoor unit shall be able to perform at the
combined loads demand as indicated above.
k. In case of trouble occurs in an indoor unit (s), the continuous operation
of system should be possible.
l. The unit shall be designed in such a way that cleaning of drain Pan
should be easy & inspection /replacement of compressor should be
easy.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

171
m. The condensing unit shall be designed to operate safely when
connected to multiple fan coil units.
n. In modular VRF system, where multiple units will be combined to run
as one larger unit, the system must operate even in case of failure or
maintenance down time or shutdown of one VRF ODU such that the
cooling remains largely un affected even during servicing.

12.20 COMPRESSOR OF OUT DOOR UNIT:


a) The compressor in inverter based / Digital Scroll system shall be highly
efficient. The system should response efficiently in accordance with
the variation in cooling or heating load requirement.
b) All outdoor units shall have multiple steps of capacity control to meet
load fluctuation and indoor unit individual control. All parts of
compressor shall be sufficiently lubricated. Forced lubrication may
also be employed.
c) Oil heater shall be provided in the compressor casing or as per
manufacturer standard equipments.
12.21 OIL RECOVERY SYSTEM OF OUTDOOR UNIT:
a) Unit shall be equipped with an oil recovery system to ensure stable
operation with long refrigeration piping lengths.
b) The system must be provided with oil balancing circuit to avoid poor
lubrication.
12.22 REFRIGERANT CIRCUIT OF VRF SYSTEM:
a) The refrigerant circuit shall include liquid and gas shut-off valves and a
solenoid valves at condenser end.
b) The equipment must have inbuilt refrigerant stabilization control for
proper refrigerant distribution.
c) All necessary safety devices shall be provided to ensure the safe
operation of the system.
12.23 HEAT EXCHANGER OF VRF UNIT:
a) The heat exchanger shall be constructed with copper tubes
mechanically bonded to aluminium fins to form a cross fin coil.
b) The aluminium fins shall be covered by anti-corrosion resin film.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

172
c) The unit should be with bye-pass / e-pass heat exchanger to optimize
the path of heat exchanger and for better arranged for vertical
discharge.
d) Each fan shall have a safety guard.
12.24 SAFETY DEVICES OF VRF UNIT :
All necessary safety devices shall be provided to ensure safe operation of
the system. High pressure switch, fuse, fan drive overload protector,
fusible plug, crankcase heater, over load relay, overload protection for
inverter etc. shall be part of outdoor unit.
12.25 INSTALLATION OF OUTDOOR UNITS :
The outdoor roof mounted units shall be provided in such a fashion that
these do not affect the overall aesthetics and ambience of the building. If
required these units shall be suitably camouflaged to give good aesthetic
look.
12.26 INDOOR UNITS OF VRF SYSTEM :
a. All indoor units as specified under this item shall have, in general,
noise levels less than 46 db.
b. Each Unit shall have electronic control FOR refrigerant flow rate
respond to load variation of the room.
c. The address of the indoor unit shall be set automatically in case of
individual and group control.
d. In case of centralized control system, it shall be possible to set the
address of individual indoor unit through a liquid crystal remote
controller.
e. The fan shall be high static, dual suction, aerodynamically designed
turbo, multi blade type, statically & dynamically balanced to ensure
low noise and vibration free operation of the system. The fan shall be
direct driven type, mounted directly on motor shaft having support from
housing.
f. The cooling coil shall be made out of seamless copper tubes and have
continuous aluminium fins. The fins shall be spaced by collars forming
an integral part. The tubes shall be staggered in the direction of airflow.
The tubes shall be hydraulically/mechanically expanded for minimum
thermal contact resistance with fins. Each coil shall be factory tested at
21 kg/sq.mtr air pressure under water.
g. Indoor unit shall have cleanable type filter to an integrally moulded /
moulded plastic frame. The filter shall be slide in and neatly insertable
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

173
type. It shall be possible to clean the filters either with compressed air
or water.
h. Each unit shall have computerized PID control for maintaining
designed room temperature. Each unit shall be provided with
microprocessor thermostat for cooling.
i. Each ductable unit shall have with corded remote controller and each
high wall & cassette type indoor unit shall be with corded remote
controller as standard features. The remote controller shall memorize
the latest malfunction code for easy maintenance. The controller shall
have self-diagnostic features for each and quick maintenance and
service. The controller shall be able to change fan speed and angle of
swing flap (for high wall unit) individually as per requirement.
12.27 HIGH WALL INDOOR TYPE UNIT :
a. The high wall mounted type unit shall include pre-filters, fan section
and DX-coil section.
b. The housing of the unit shall be powder coated / heat treated galvanized
steel.
c. The body shall be light in weight and shall be able to be suspended
from two corners.
d. The fan shall be aerodynamically designed diffuser turbo type.
e. Unit shall have an external attractive panel for supply and return air.
13.0

SAFETY REQUIREMENTS

13.1

Safety provisions shall be generally in conformity with Chapter 10 of CPWD


General Specifications for Electrical Works (Part 1 Internal) 2013 and
CPWD safety code as indicated in General Conditions of Contract.

13.2

Tool Box : A standard tool box containing necessary tools required for
operation and maintenance shall be provided in the substation.

13.3

Caution Board : Necessary number of caution boards such as Man on Line,


Dont Switch on etc. shall be available in the sub-station.

13.4

Key Board : A keyboard of required size shall be provided at a proper place


containing castle keys, and all other keys of sub-station and allied areas.

14.0

QUALITY ASSURANCE, QUALITY AUDIT AND INSPECTION:

14.1

Sole responsibility for Quality of works rests with the contractor through
routine inspection and testing by the technical staff employed by the
contractor. The quality of the work shall be assured through routine and
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

174
random testing of materials and items of work in the field laboratory and
outside laboratory.
14.2

Quality Audit and Inspection : The Engineer-in-charge and/or his


representative including the Third Party Inspecting Agency (TPIA) duly
deputed by the Government may also assure proper quality being
achieved by the contractor over the materials and items of work. This
could be done by carrying out testing and inspections as may be
considered appropriate. Wherever, TPIA is appearing in this document, it
shall also mean Engineer-in-charge and/or his representative.

14.3

Outside Laboratory : The tests required to be conducted in outside


laboratory shall be conducted in the laboratory as may be approved by the
Engineer-in-charge such as National Test House, Regional Research
Laboratory, Regional Engineering College, laboratory of Engineering
Colleges or any other laboratory.

14.4

Testing:

14.4.1

Non-association during Sampling and / or Testing: In case the contractor


or his authorized representative is not present or does not associate
himself in collection of test samples, the test results/reports of such tests
and consequences thereon shall be binding on the contractor.

14.4.2 Costs:
a.

Samples of materials/items of work required for testing in field or


outside laboratory shall be provided free of cost by the contractor.
The contractor shall also assist inspection and collection of samples
for testing by Engineer-in-charge or his authorized representative
including TPIA.

b.

Sampling: All costs incurred in collection of samples, packing &


transportation to the approved outside lab/field laboratory shall be
borne by the contractor.

c.

Testing: The cost of testing conducted in outside approved


laboratory, shall be borne by the contractor/department in the manner
described below:
(i) By the contractor, if the test results show that the material/items
of work do not conform to the relevant Specifications.
(ii) By the department, if the test results show that the
material/items of work conform to the relevant Specifications.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

175
14.5

Contractor to facilitate all necessary help at no extra cost for carrying out:
(i)

Inspection of works

(ii)

Inspection of factories and collection of test samples there from

(iii) Collection of samples of all materials brought at site


(iv) Testing of all materials at field laboratory/out side laboratory
approved by Engineer-in-Charge
14.6

The contractor shall submit fortnightly work program to the Engineer-inCharge in order to enable him / TPIA to supervise inspection of work and
testing of materials.

14.7

Third Party Inspecting Agency (TPIA) with the view to ensure that
contractors quality control test results and workmanship are adequate, in
order and uniform, it may also

14.8

a.

Audit the method of documentation of test result/reports, monitor


contractors process of testing.

b.

Review all reports and records of regular field testing and other
testings carried out by the contractor as per specification applicable
for execution of work.

c.

Review manufacturers test report/certificate


manufactured materials brought at site.

d.

Randomly/routinely check the workmanship and methods adopted


for completing activities of work by contractor and shall suggest
remedial measures.

e.

Prepare QA/QC reports for tests and inspections.

f.

Carry out quality audit of completed items of works to confirm that


works are of acceptable quality and may order rejection/rectification
wherever necessary

for

all

the

The reports of inspection, test results, whether relating to field tests or


outside laboratory tests and /or suggestions, decision given by TPIA shall
be final and binding upon the contractor.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

176

LIST OF PREFERRED MAKES OF MATERIALS


Sl
Description of items
1 11 KV HT Panel

5
6
7

Preferred makes
Siemens, ABB, Schneider, BHEL,
L&T, Crompton Greaves, Andrw
Yule, Biecco Lawrie.
11 KV / 433 V cast resin dry type Siemens, ABB, Schneider, BHEL,
transformer
Andrew Yule, Crompton Greaves,
Biecco Lawrie.
Main non essential and essential MV L&T, Siemens, ABB, Schneider, GE,
panel in substation building other than and their system houses. The
APFC panel
manufacturers must have CPRI test
certificate of appropriate rating not
older than 5 years from the date of
call of tender.
All other MV panels, feeder pillars
L&T, Siemens, ABB, Schneider, GE
and their System Houses, Electro
Allied Products, OPG, Technomac,
Roy Co Engineering, Mastech
Switchgears Pvt. Ltd, Exim India,
Tricolite Electrical Industries (Pvt.)
Ltd., Advance Panel and Switch gears
Pvt. Ltd, Adlec Mundka, Associated
Switch Gears and Projects Ltd,
Pristine, Neptune, Sudhir Gensets
Ltd, Advance Power Control System
Pvt. Ltd, Control and Switch gears
Pvt. Ltd., Sterling Willson, Milestone,
Unilec. The manufacturers must have
CPRI test certificate of appropriate
rating not older than 5 years from the
date of call of tender.

APFC Panel and APFC Relays


L&T, Siemens, ABB, Schneider, GE
Annunciation window for annunciator
Minilec, Power House
panel (solid state type)
Air Circuit Breakers
Siemens - Sentron 3WL, ABB Emax, GE - Entelliguard, Schneider Master Pact NW, L&T U Power,
Mitsubishi - WS, Legrand - DMX3
MCCBs
For all Electrical Panels and feeder
pillars : Siemens 3VL, ABB-T Max,
L&T-D Shine, Schneider-Compact
NSX, Legrand - DPX3, GE-LM.
For other cases : Siemens, ABB,
L&T, Schneider, Legrand, Havells,
Control and Switch Gears
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

177
9
10
11
12
13
14
15
16
17
18
19

20
21

22

23

24

25
26
27
28

29
30
31

SDFU / SFU

L&T, Siemens, ABB, Schneider, GE,


C&S
Contactors
L&T, Schneider, Siemens, ABB, GE
Protective Relays (ISI marked only)
Schneider, L&T, ABB, Siemens, GE
Meters, MF meters
AE, L&T, Conzerv, Trinity, Secure,
IMP, Minilec, HPL
Indication lamps, push buttons, selector L&T, Siemens, Schneider, GE, BCH,
switch
C& S Electric
CTs / PTs
Kappa, AE, Savio, ECS, Pragati,
Vishal, Precise
Terminal blocks
Connect well, Elmex, Phoenix, Wago
Heat shrinkable jointing kit
Raychem, 3M, CCI, M-Seal
Heavy duty capacitors (To be ISI Marked
L&T, Siemens, ABB, Schneider, GE
only)
Cable lugs / glands
Dowells, Wago, Gripwel, Johnsons,
Comet, Ploycab
Engine for DG Set
Cummins, Caterpillar, Perkins, MTU,
Kirloskar, Kirloskar Green, Ashok
Leyland.
Alternator for DG Set
Crompton,
Kirloskar
Green,
Caterpillar, Stamford, Leroy Somer
Anti-vibration Pad
Dunlop, Cummins, Polybond,
Registoflex. Reputed brand used by
the OEM, OEA of DG Set is also
acceptable.
SMF Batteries for DG Set and for Power Exide, Lucus, Pace Setter, AMCO,
Pack
Cummins Pulselite, Prestolite Gold,
Standard
Single core FRLS PVC insulated copper
Finolex / KEI / Polycab / Havells /
conductor cable and copper control cable KDK evershine / NICCO / Fort
inside panel, RG 6 TV co-axial cable (To Gloster / Rajnigandha / RR Kabael
be ISI marked only).
PVC / XLPE insulated PVC sheathed Havells / Gloster / Polycab / National
armoured / unarmoured copper / / Crystal / CCI / NICCO / KEI
aluminium conductor MV cable and
XLPE insulated HV cable.
Cable tray
Pilco, Ricco / Slotco
Steel Conduit and accessories
ISI marked only
Ceiling Rose (3 Pin), Call Bell (To be ISI Anchor / Canny / Cona
marked only)
MCBDB, MCB, MCB Enclosure, Isolator L&T / Legrand / Siemens / ABB /
etc. (MCB to be ISI marked only)
Havells / HPL / Schneider / Control &
Switchgear.
GI Pipe / MS pipe
Tata / Jindal / Jindal Hissar / Mukut /
IISCO and to be ISI marked
Octagonal hot dip galvanised Steel Poles Bajaj, Valmont, Schredder, Aster
and brackets
Brass batten / angle holder (To be ISI
Kinjal / SSK / Anchor / Antex
marked only)
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

178
32 Call bell / buzzer
33 Modular switch & socket, stepped type
fan regulator, telephone socket, LAN
socket and TV socket, blanking plate
34 A. C. Starter / Motor Starter (Power Unit)
with over load protection
35 Air insulated compact Rising main, tap
off box, end feed unit, sandwich bus duct
/ bus trunking
36 Exhaust fan
37 Electric signage (LED type)
38 Lift
39 Intelligent addressable Main fire alarm
control panel, repeater panel

Anchor / Cona / Havells


Crabtree : Athena / MK : Wraparound
Plus / Schneider : Opale / Legrand :
Myrius / L&T : Oris / Siemens : Delta
Vega, ABB : Cheiron.
Crabtree : Athena / Schneider : Opale
/ L&T : Oris
L&T / Siemens / GE / ABB /
Schneider / C & S / Legrand /
Energypac.
As indicated in the item
Bajaj / CG / GE / Wipro
OTIS / Johnson . / Kone / Schindler /
Mitsu Bisi
Natifier / Bosch / Tyco-simplex /
Radionic / Siemens / Gent / Cerberus
/ Autronica / Honeywel / ESSER /
System Sensor and UL / ULC / FM /
VDS / LPCB / EN 54 Certified /
Listed / Approved.
Natifier / Bosch / Tyco-simplex /
Radionic / Siemens / Gent / Cerberus
/ Autronica / Honeywel / ESSER /
System Sensor and UL / ULC / FM /
VDS / LPCB / EN 54 Certified /
Listed / Approved.
Bosch, TAO, BOSE-USA

40 Intellegent addressable heat detectors,


multi-criteria (Optical smoke cum rate of
rise heat) detectors, addressable manual
call point, addressable low intensity
sounder. (Make of detector and detector
base shall be same)
41 Complete PA system including control
unit, microphone, amplifier, speaker etc.
42 Response Indicator
Natifier / Bosch / Tyco-simplex /
Radionic / Siemens / Gent / Cerberus
/ Autronica / Honeywel / ESSER /
System Sensor Agni / Morley
43 Water supply Pumps and fire pumps

44 Motor
45 Diesel Engine for fire pump
46 CIDF Butterfly valve / Sluice valve /
Non-return valve / SS strainer. (Valves to
be ISI marked only)
47 Gunmetal Ball / Gate / Globe Valve (To
be ISI marked only and shall be heavy
type)
48 Pressure switch
49 Pressure gauge
50 Pressure transducer

Kirloskar / Mather & Platt (Willow) /


Best & Crompton / KSB / Grundfos /
ITT / Armstrong
Siemens / Kirloskar / Crompton /
ABB / Jyoti
Kirloskar / Cummins / Ashok Leyland
/ Catter Pillar / Perkins
Kirloskar / Audco / Advance /
Kalpana / Castle / SKS / CIM
Leader / Zoloto / CIM / Rapidcool /
Castle / Emerald / Sant / Laksmi
Danfoss / Honeywell / Indfox
Feibig / H Guru / Emerald / Taylor
Danfoss / Honeywell / Indfox / Feibig

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

179
51 Flow switch
52 Fire fighting equipments and accessories
such as single headed / double headed
landing valve / hydrant valve, branch
pipe, nozzles, Fire service inlet, fire
brigade inlet etc. (To be ISI marked only)
53 First aid hose reel (To be ISI marked
only)
54 RRL hose pipe, hose coupling (To be ISI
marked only)
55 Sprinkler
56 Installation control valve
57 Fire Extinguishers (To be ISI marked
only)
58 Electrical light fittings
59 Aluminium Paint, Synthetic Enamel
Paint, Metal Primer
60 Insulating mat
61 High wall split Air-conditioner (stand
alone system)
62 VRF Air-conditioning Equipments
(Indoor and outdoor units)
63 Air Handling Units
64 Centrifugal fans for AHUs

65 Grills / Diffusers
66 Fire Dampers (Shall be UL Listed)
67 GI sheet for metal duct
68 Thermometer
69 Room thermostat / humidistat / sensors
70 Dial thermometer (capillary Type)
71 Pre-moulded PUF section for insulation
72 Closed cell nitrile rubber with aluminium
foil
73 Copper refrigerant piping
74 HVAC Controls

Forbes Marshall / Eureka / Rapidcool


/ Siemens / Johnson controls
Newage / Minimax / Ceasefire /
Omex / Vijay

Newage / Minimax / Ceasefire /


Omex / Vijay
Jayasree / Newage / Minimax / Cease
fire / Omex
HD Fire / Newage / Omex / Minimax
/ Cease fire / Tyco / Kidde / Viking
HD Fire / Mather & Platt / TYCO /
Viking / Kidde
Cease Fire / Minimax / Vijay Fire /
Fire Shield
As indicated in the item
Asian Paint, Berger, ICI
ISI marked only
Mitsubisi, Blue Star, Voltas, Carrier,
Toshiba, Hitachi, Daikin
Mitsubisi, Blue Star, Voltas, Carrier,
Toshiba, Hitachi, Daikin
Blue Star / Voltas / Carrier / Zeco /
ETA / Edgetech / Waves
Kruger / Nicotra / Comefree /
Flakwood / Wolter / Greenheck /
System Air
Carryair / Ravistar / Airmaster / Dyna
Craft / System Air
Ravistar / Dyna Craft / Carryair /
Greenheck
Jindal / Sail / Tata
Taylor / H Guru /Fiebig
Honeywell / Siemens / Danfoss /
Belimo
Penn / H Guru / Feibig / Emerald
Llyod / Malanpur / Beardsel /
Supreme
Armacel / Vidoflex / Supreme / KFlex
Diamond /Star / Rajco
Danfoss / Honeywell / Johnson
Controls / Siemens / Penn / Carrier
ALC

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

180
1.

In case the quantity of an item is more than one, same make shall be supplied /
used.

2.

The contractor shall get the samples of all other items, not covered in the above
list, for approval of make by the Engineer-In-Charge. The decision of the
Engineer-in-charge is final in this regard.

3.

In the LT panel switch gears of same make shall be provided only.

4.

The make of capacitor, APFC relay, contactors in APFC panel and the APFC
panels shall be of the same make only to have total warranty from the
manufacturer.

5. The Make of MCB and MCB DB shall be same.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

Potrebbero piacerti anche