You are on page 1of 118

N. I. T.

/TENDER PAPER

NIT No.

Name of work

: 03/NIT/CE/EZ-V/CPWD/2016-2017

Construction of multi facility Auditorium with 500 sitting


capacity at NRRI, Cuttack, Odisha i/c internal water supply,
sanitary installation and, drainage, IEI, Fans & Fire fighting
etc.

Composite Estimated Cost

: Rs. 7,83,47,483/-

Earnest Money

: Rs.15,66,950/- (To be returned after receiving performance


guarantee)

Performance Guarantee

: 5% of tendered value.

Security Deposit

: 2.50 % of tendered value.

Time Allowed

: 08 (Eight) months

This Composite NIT contains 1 to 76 pages (Part-A & Part-B) for


Civil Works & Page 77 - 117 (Part-C) for Electrical Works
including this page.

AE (P)

EE(P)
Approved

CE/EZ-V

SE(P)

1
Name of work

Construction of multi facility Auditorium with 500 sitting


capacity at NRRI, Cuttack, Odisha i/c internal water supply,
sanitary installation and, drainage, IEI, Fans & Fire fighting
etc.

INDEX
Sl. No.

Description

Page No.

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

1
2-3
4-9
10
11-19
20-21
22-32
33-36
37-40
41-76

--do--

Additional Conditions for Internal Electrical Installations

77-83

--do---do---do---do---do--

Additional Conditions for Fire Fighting Works


Schedule of Quantity (Electrical)
Additional Conditions for Fire Fighting Works
General Terms & Conditions for DG set
Schedule of Quantity (Electrical)

84-105
106-117
100-101
102-112
113-128

Part-A (Composite work)


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

This Composite NIT contains 1 to 76 pages (Part-A & Part-B) for


Civil Works & Page 77 - 117 (Part-C) for Electrical Works including
this page.

AE(P)

EE(P)

SE(P)

2
PART-A

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR


e-TENDERING
The Executive Engineer, BCD-II Central Public Works Department, Bhubaneswar (Telephone Telephone
No. & Fax No 0674-2560828) on behalf of President of India invites online item rate bids from approved and eligible

2.
3.

4.

5.
6.
7.
8.
9.

Construction of multi
facility Auditorium with
500 sitting capacity at
NRRI, Cuttack, Odisha i/c
internal water supply,
sanitary installation and,
drainage, IEI, Fans & Fire
fighting etc.

Rs.15,66,950 /-

Rs. 7,83,47,483/-

(Rupees Fifteen
lakh Sixty Six
Thousand Nine
Hundred Fifty)
only

Period of
Completion

08 (Eight) months

03/NIT/CE/EZ-V/ 2016-17

1.

1.

Estimated cost put to


bid

NIT No.

Sl. No.

Name of Work & location

Earnest Money

contractors of CPWD for the following work(s):


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

Time & date


of opening of
bid

17.05.2016
3:00 P.M

17.05.2016
4:00 P.M

The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only submit his bid if
he considers himself eligible and he is in possession of all the documents required.
Information and Instructions for bidders posted on website shall form part of bid document.
The bid document consisting of plans, specifications, the schedule of quantities of various types of items to be
executed and the set of terms and conditions of the contract to be complied with and other necessary documents
can be seen and downloaded from website www.tenderwizard. com/CPWD or www.cpwd.gov.in free of cost.
But the bid can only be submitted after depositing processing fee in favour of ITI Limited and uploading the
mandatory scanned documents such as Demand Draft or Pay order or Bankers Cheque or Deposit at call Receipt
or Fixed Deposit Receipts and Bank Guarantee of any Schedule Bank towards EMD in favour of Executive
Engineer, BCD-II, CPWD, Bhubaneswar and other documents as specified.
Those contractors not registered on the website mentioned above, are required to get registered beforehand. If
needed they can be imparted training on online bidding process as per details available on the website.
The intending bidder must have valid class-IIII digital signature to submit the bid.
On opening date, the contractor can login and see the bid opening process. After opening of bids he will receive
the competitor bid sheets.
Contractor can upload documents in the form of JPG format and PDF format.
Contractor must ensure to quote rate of each item. The columns meant for quoting rate in figures appear in pink
colour and the moment rate is entered, it turns sky blue.
In addition to this, while selecting any of the cells a warning appears that if any cell is left blank the same shall be
treated as 0.

AE(P)
* Blanks to be filled by EE/BCD-II.

EE(P)

SE(P)

3
Therefore, if any cell is left blank and no rate is quoted by the bidder, rate of such item shall be treated as
0 (ZERO).

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

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


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

3.

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

4.

The copy of receipt of deposition of original EMD from Executive Engineer of


any Division office, CPWD in the prescribed proforma attached as below.
Receipt of deposition of original EMD

(Receipt No/date)
1. Name of work: Construction of multi facility Auditorium with 500 sitting
capacity at NRRI, Cuttack, Odisha i/c internal water supply, sanitary
installation and, drainage, IEI, Fans & Fire fighting etc.
2. NIT No: 03/NIT/CE/EZ-V/CPWD/2016-2017
3. Estimated Cost. Rs. 7,83,47,483/4. Amount of Earnest Money Deposit: Rs.15,66,950/5. Last date of submission of bid: 17.05.2016
(*To be filled by NIT approving authority/EE at the time of issue of NIT and uploaded
alongwith NIT)
1. Name of Contractor:.#
2. Form of EMD:..#
3. Amount of Earnest Money Deposit:.#
4. Date of submission of EMD:#

Signature, Name and Designation of EMD


Receiving officer (EE/AE(P)/AE/AAO)
alongwith office stamp
(# to be filled by EMD receiving EE)

* Blanks to be filled by EE/ BCD-II

CPWD-6

CPWD
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
NOTICE INVITING BID

1.

Item rate bids are invited on behalf of President of India from approved and eligible contractors of CPWD for the
work of Construction of multi facility Auditorium with 500 sitting capacity at NRRI,

Cuttack, Odisha i/c internal water supply, sanitary installation and, drainage, IEI,
Fans & Fire fighting etc.
The enlistment of the contractors should be valid on the last date of submission of bids.
In case the last date of submission of bid is extended, the enlistment of contractor should be valid on the original date
of submission of bids.
1.1

The work is estimated to cost Rs. 7,83,47,483/- This estimate, however, is given merely as a rough guide.
1.1.1

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

2.

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

3.

The time allowed for carrying out the work will be 08 (Eight) months from the date of start as defined in
schedule F or from the first date of handing over of the site, whichever is later, in accordance with the phasing, if
any, indicated in the bid documents.

4.

The site for the work is available.

5.

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

6.

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

7.

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

8.

A part of earnest money Rs. 15,66,950/- is acceptable in the form of bank guarantee also. In such case minimum
50% of earnest money or Rs. 20 lacs, whichever is less, will have to be deposited in shape prescribed above, and
balance in shape of Bank Guarantee of any scheduled bank having validity for six months or more from the last date
of receipt of bids. which is to be scanned and uploaded by the intending bidders.
The 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.
This receipt shall also be uploaded to the e-tendering website by the intending bidder upto the specified bid
submission date and time.

5
Interested contractor who wish to participate in the bid has also to make following payments within the period of bid
submission.
e-Tender Processing Fee Rs. 5725/- (Rupees Five thousand Seven hundred Twenty Five) only shall be
payable to M/s ITI Limited through their e-gateway by credit/debit card ,internet banking or RGTS/NEFT facility.

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

9.

Online bid documents submitted by intending bidders shall be opened only of those bidders, who has deposited eTender Processing Fee with M/s ITI Limited and Earnest Money Deposit and other documents scanned and uploaded
are found in order.
The bid submitted shall be opened at 04:00 P.M on 17.05.2016.
The bid submitted shall become invalid & e-Tender processing fee shall not be refunded if:
(i)
The bidders is found ineligible.
(III) The bidders does not upload all the documents (including service tax registration/VAT registration/Sales Tax
registration) as stipulated in the bid document including the undertaking about deposition of physical EMD of
the scanned copy of EMD uploaded.
(IIIi) If any discrepancy is noticed between the documents as uploaded at the time of submission of bid and hard
copies as submitted physically by the lowest bidder in the office of tender opening authority.
(iv)

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

10.

The contractor whose bid is accepted, will be required to furnish performance guarantee of 5% (Five Percent)
of the bided amount within the period specified in schedule F. This guarantee shall be in the form of cash (in
case guarantee amount is less than s 10000/-) or Deposit at Call receipt of any scheduled bank/Bankers
cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay order of any scheduled bank (in case
guarantee amount is less than s 100000/-) or Government Securities or Fixed Deposit Receipts or Guarantee
Bonds of any Scheduled Bank or the State Bank of India in accordance with the prescribed form. In case the
contractor fails to deposit the said performance guarantee within the period as indicated in schedule F
including the extended period if any, the Earnest Money deposited by the contractor shall be forfeited
automatically without any notice to the contractor. The Earnest Money deposited along with tender shall be
returned after receiving the aforesaid performance guarantee. The contractor whose bid is accepted will be
required to furnish either copy of applicable licenses/registrations or proof of applying for obtaining
labour licenses, registration with EPFO,ESIC and BOCW Welfare Board and Programme Chart
( Time and Progress) within the specified in Schedule F.

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 bidders implies that he has read
this notice and all other contract documents and has made himself aware of the scope and specifications of the
work to be done and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the
Government and local conditions and other factors having a bearing on the execution of the work.
The competent authority on behalf of the President of India does not bind itself to accept the lowest or any
other bid and reserves to itself the authority to reject any or all the bids received without the assignment of
any reason. All bids in which any of the prescribed condition is not fulfilled or any condition including that of
conditional r ebate is put forth by the bidders shall be summarily rejected.

12.

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.

6
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 Executive Engineer and
Junior Engineer (both inclusive). He shall also intimate the names of persons who are working with him in
any capacity or are subsequently employed by him and who are near relatives to any gazetted officer in the
Central Public Works Department or in the Ministry of Urban Development. Any breach of this condition by
the contractor would render him liable to be removed from the approved list of contractors of this Department.

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 Government of India as aforesaid
before submission of the bid or engagement in the contractors service.

17.

The validity period i.e. the tender shall remain open for acceptance for a period of 30/45/60/90 days from the
opening of date of tenders, for single bid tenders as under:i. Tenders to be accepted by EE upto 30 days.
ii. Tenders to be accepted by SEupto 45 days.
iii. Tenders to be accepted by CE upto 60 days.
iv. Tenders to be approved by ADG / Spl.DG / DG / CWB -upto 90 days.
If any bidder withdraws his bid before the said period or issue of letter of acceptance, whichever is earlier, or
makes any modifications in the terms and conditions of the bid which are not acceptable to the department,
then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the
said earnest money as aforesaid. Further the bidders shall not be allowed to participate in the rebidding
process of the work.

18.

19.

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

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

b)

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

For Composite Bids


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

Part B :-

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


component of the work.

Part C :-

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

19.1.3

The bidders must associate with himself, agencies of the appropriate class eligible to bid for
each of the minor component individually.
The eligible bidders shall quote rates for all items of major component as well as for all items of
minor components of work.

19.1.4

7
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 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.

19.1.6

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.

19.1.8

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

19.1.9

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

19.1.10

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

19.1.11

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

19.1.12

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

19.1.12.A.
The composite work shall be treated as complete when all the
components of the work are complete. The completion certificate of the
composite work shall be recorded by Engineer-in-charge of major
component after record of completion certificate of all other components.
19.1.12B

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

10
FORM OF EARNEST MONEY (BANK GUARANTEE)
WHEREAS, contractor.................. (Name of contractor) (hereinafter called "the contractor") has submitted his tender
dated ............. (date) for the construction of .............................................. (name of work) (hereinafter called "the
Tender")

KNOW ALL PEOPLE by these presents that we ......................................... (Name of bank) having our registered office
at................................... (hereinafter called "the Bank") are bound unto................................................... (Name and
division of Executive Engineer) (hereinafter called "the Engineer-in-Charge") in the sum of Rs. ......................... (Rs. in
words .................................................) for which payment well and truly to be made to the said Engineer-in-Charge the
Bank binds itself, his successors and assigns by these presents.
SEALED with the Common Seal of the said Bank this................. day of................. 20.. .
THE CONDITIONS of this obligation are:
(1)

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

(2)

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

We undertake to pay to the Engineer-in-Charge either up to the above amount or part thereof upon receipt of his first
written demand, without the Engineer-in-Charge having to substantiate his demand, provided that in his demand the
Engineer-in-Charge will note that the amount claimed by him is due to him owing to the occurrence of one or any of the
above conditions, specifying the occurred condition or conditions.
This Guarantee will remain in force up to and including the date* ............. after the deadline for submission of tender as
such deadline is stated in the Instructions to contractor or as it may be extended by the Engineer-in-Charge, notice of
which extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee should reach the Bank not
later than the above date.
DATE .............

SIGNATURE OF THE

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

SEAL

(SIGNATURE, NAME AND ADDRESS)

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

11

CPWD-8

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

(A)

Tender for the work of: - Construction of multi facility Auditorium with 500 sitting

capacity at NRRI, Cuttack, Odisha i/c internal water supply, sanitary installation
and, drainage, IEI, Fans & Fire fighting etc.
(i)

To be submitted by

(III)

To be opened in presence of tenderers who may be present at 16:00


of Executive Engineer, BCD-II , CPWD, Bhubaneswar
Issued to

15:00
hours on
17.05.2016
to
Executive Engineer, BCD-II, CPWD, Bhubaneswar

Date of Issue

17.05.2016 in the office

*..

Signature of officer issuing the documents


Designation

hours on

.*
*.

COMPOSITE TENDER
I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F, Specifications applicable,
Drawings & Designs, General Rules and Directions, Conditions of Contract, of 2014 with up to date amendments,
Clauses of contract, Special conditions, Schedule of Rate & other documents and Rules referred to in the conditions
of contract and all other contents in the tender document for the work.
I/We hereby tender for the execution of the work specified for the President of India within the time specified in
Schedule F viz., schedule of quantities and in accordance in all respects with the specifications, designs,
drawing and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the
Conditions of contract of 2014 with up to date amendments and with such materials as are provided for, by, and in
respect of accordance with, such conditions so far as applicable.
We agree to keep the tender open for Sixty (60) days from the due date of its opening and not to make any
modification in its terms and conditions.
A sum of Rs. 15,66,950/- is hereby forwarded in cash/receipt treasury challan/deposit at call receipt of a
scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled bank/bank guarantee issued by
a scheduled bank as earnest money. If I/We, fail to furnish the prescribed performance guarantee within prescribed
period, I/We agree that the said President of India or his successors, in office shall without prejudice to any other right
or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/We fail to commence work as specified,
I/We agree that President of India or the successors in office shall without prejudice to any other right or remedy
available in law, be at liberty to forfeit the said earnest money and the performance guarantee absolutely, otherwise the
said earnest money shall be retained by him towards security deposit to execute all the works referred to in the tender
documents upon the terms and conditions contained or referred to those in excess of that limit at the rates to be
determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form. Further, I/We
agree that in case of forfeiture of Earnest Money & Performance Guarantee as aforesaid, I/We shall be debarred for
participation in the re-tendering process of the work.
I/We undertake and confirm that eligible similar work(s) has/have not been got executed through another contractor
on back to back basis. Further that, if such a violation comes to the notice of Department, then I/We shall be
debarred for tendering in CPWD in future forever. Also, if such a violation comes to the notice of Department before
date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money
Deposit/Performance Guarantee.

12

CPWD-8

CPWD

I/We hereby declare that I/We shall treat the tender documents drawings and other records connected with the work as
secret/confidential documents and shall not communicate information/derived therefrom to any person other than
a person to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial
to the safety of the State.
Dated: ..**.

Signature of Contractor **

Witness: **
Address: **

Postal Address **

Occupation: **

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

(b)

(c)

*
For & on behalf of President of India
Signature *

Dated:

*..

* Blanks to be filled by EE/BCD-II


** To be filled by Contractor

Designation *.

13

PROFORMA OF SCHEDULES

CPWD

PROFORMA OF SCHEDULES
(Separate Proforma for Civil & Elect. Works in case of Composite Tenders) (Operative Schedules
to be supplied separately to each intending tenderer)
SCHEDULE A
Schedule of quantities (as per PWD-3)

Page No. 41 to 76 (Civil)


Page No. 106 to 117 (Elect.)

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

Description of item

Quantity

Rates in figures &


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

Place of issue

NIL

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

Description
2

Hire charges per day


3

NIL

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

AE (P) /

EE (P)

NIL

Place of Issue
4

14

PROFORMA OF SCHEDULES

CPWD

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

Estimated cost of work:

(i)

Construction of multi facility Auditorium with 500 sitting


capacity at NRRI, Cuttack, Odisha i/c internal water supply,
sanitary installation and, drainage, IEI, Fans & Fire fighting
etc.
dha, Bhubaneswar.
Rs. 7,83,47,483/-

Earnest Money

Rs.15,66,950/-

(III)

Performance Guarantee

5 % of tendered value

(IIIi)

Security Deposit

2.50 % of tendered value

(To be returned after


performance guarantee)

receiving

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

See below

2(v)

Engineer-in-Charge

EE/BCD-II/CPWD/ Bhubaneswar

2(vIIIi)

Accepting Authority

SE/BCC/CPWD/ Bhubaneswar

2(x)
2(xi)

Percentage on cost of materials and


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

15%
DSR 2014

2(xIII)

Department

Central Public Works Department.

9(III)

Standard CPWD Contract Form GCC 2014,

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


dropping of tender

Clause 1
(i)

(III)

Time allowed for submission of Performance Guarantee,


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

AE (P) /

EE (P)

10 (Ten) days

10 (Ten) days

15

PROFORMA OF SCHEDULES

CPWD

Clause 2
Authority for fixing compensation under clause 2

SE/BCC/CPWD/ Bhubaneswar

Whether Clause 2A shall be applicable

Yes

Number of days from the date of issue of letter


of acceptance for reckoning date of start

7 days

Clause 2A

Clause 5

Mile stone(s) as per table given below:


Sl.
No.

Time allowed
in
months (from
date of start)

Description of Milestone (Physical)

1.

All RCC work upto plinth level, Brick Work upto plinth.

RCC work upto 1st floor slab, Balcony slab, casting with
elect conducting, Brick work upto 1st floor level

04 months

RCC work upto first floor roof slab casting with elect
conducting, Fabrication & erecition of Truss, Brick work of
1st floor, plastering upto ground floor.
Sheet roofing work, Plastering (1st floor), flooring work
(ground floor )
Flooring work (1st floor), Aluminum work, door and
windows, Wall paneling, False ceiling, ACP, Structural
glazing,Panting,Sanitary fittings,testing and commissioning
clearing of site and handing over.

3
4
5

Time allowed for execution of work

Amount to be with-held
in case of non
achievement of mile
stone( % of Tendered
amount )
1% of tender amount

05 months

1% of tender amount

06 months

1% of tender amount

07 months

1% of tender amount

08 months

1% of tender amount

08 (Eight) months

Authority to decide:
(i)
(III)

Extension of time SE/BCC/CPWD/ Bhubaneswar.


Rescheduling o f mile stones SE/BCC/CPWD/Bhubaneswar.

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

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.

AE (P) /

EE (P)

Rs. 97 lacs

16

Clause 10A
List of testing equipment to be provided by the contractor at site lab.
1.

Balance

2.

Sieve as per IS460-1962

3.

Oven

4.

Dial Gauge

5.

Equipment for Slump Test

6.

Sieve Shaker

7.

Graduated Measuring Cylinder

8.

Enamel Tray

9.

Compression Testing Machine

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

No

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

25%(Twenty Five percent)

Clause 10CA
S.
No.

Material covered
under this clause

Cement

Nearest Materials (other


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

Reinforcement bars

2.

Structural steel

3.

Base Price of
clause 10 CA*

all Materials covered under

1.

PPC Rs.6400/- Per MT

...

2.

Primary Producer Rs.40000/- Per MT

...

3.

Rs. 38000 /- Per MT

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

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

AE (P) /

EE (P)

17

PROFORMA OF SCHEDULES

CPWD

Clause 10CC
---Not Applicable
Clause 10 CC to be applicable in contracts with stipulated period
of completion exceeding the period shown in next column
Schedule of component of other Materials, Labour, POL etc. for price escalation. Component of civil (except materials covered under clause 10CA) /Electrical
construction Materials expressed as percent of totalDeleted
value of work
Component of Labour
expressed as percent of total value of work.
Component of P.O.L.
expressed as percent of total value of work.

18 (Eighteen) months
Nil
Xm ..........%

..........%

..........%

Clause 11
Specifications to be followed
for execution of work

CPWD Specifications 2009 volume -I & II with corrections of


slips up-to-date of dropping of tender and As per CPWD
General Specification for Electrical Works Part I(Internal),PartIII (External) & Part-V (Wet riser System)

Clause 12
12.2. & 12.3
12.5

Deviation limit beyond which clauses 12.2 &


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

Type of Work

30% (Thirty percent)

30% (Thirty percent)


100%(One Hundred percent)
Original Work

Clause 16
Competent Authority for
deciding reduced rates.

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

Excavator (various capacity)

2.

Bar Bending Machine

3.

Bar Cutting Machine

4.

Needle Vibrator

5.

Drilling Machine

6.

Compression Testing Machine

7.

Cutting tools for Aluminium


section & Glazed tiles

8.

Floor Grinding for kota


stone flooring

9.

Granite cutting tools

10

Hand Grinder

11

Builder Hoist/Cranes for


lifting building materials

12

Concrete mixing machine

13

Concrete Pump

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

Member
Member

CE (EZ-I), CPWD, Kolkata


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

AE (P) /

EE (P)

18

PROFORMA OF SCHEDULES

CPWD

B] For total Claims upto Rs. 25 lacs


Chairman
Member
Member
Member

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

Minimum Qualification
of Technical
Representative

S.
No.

Notes:

Graduate Engineer
Or
Diploma Engineer

Civil

Graduate Engineer
Or
Diploma Engineer

Electric
al

Designation (Principal
Technical/ Technical
Representative)

Project
Planning/quality/site/
billing Engineer

Project
Planning/quality/site/
billing Engineer

Minimum
Experience

Number

Discipline

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

Rate at which recovery shall


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

Two
or
Five Years
respectively

1
(One)

Rs.15,000/- p.m.

Two
or
Five Years
respectively

1
(One)

Rs.15,000/- p.m.

1. Cost of work in table above, means the agreement amount of the work.
2. Rate of recovery in case of non compliance of Clause 36(i) shall be made from the contractor at following rates:-

Assistant Engineers retired from Government services that are holding Diploma will be treated at par with Graduate
Engineers.
Diploma holder with minimum 10 year relevant experience with a reputed construction co. can be treated at par with
Graduate Engineers for the purpose of such deployment subject to the condition that such diploma holders should not
exceed 50% of requirements of degree engineers.
Clause 42
(i)

(a)

(III)
(a)

Schedule/statement for determining theoretical quantity of cement & bitumen on the basis of Delhi
Schedule of Rates 2014 printed by C.P.W.D.
Variations permissible on theoretical quantities:
Cement
For works with estimated cost put to
tender more than Rs.5 lakh.

(b)

(c)
(d)

2% (Two percent)plus/minus.

Steel Reinforcement and structural steel


sections for each diameter, section and category

2%(Two percent) plus/minus

All other materials

Nil
Schedule/statement for determining theoretical consumption of Brick work on the basis of CSR
1994.

AE (P) /

EE (P)

19

PROFORMA OF SCHEDULES

CPWD

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION


S. No.

Description of Item

Rates in figures and words at which recovery


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

1.

Cement PPC Conforming to IS 1489 (Part I)

2.

Steel Reinforcement TMT Bar of all dia

Nil

Rs. 44,000/- Per MT.


( Forty four thousand per
MT)

3.

Structural Sections

Nil

Rs. 41,800 /- Per MT.


( Forty one thousand eight
hundred per MT)

AE (P) /

EE (P)

20
PART-B
Name of Work

1.

BRIEF SCOPE OF WORK


Construction of multi facility Auditorium with 500 sitting capacity
at NRRI, Cuttack, Odisha i/c internal water supply, sanitary
installation and, drainage, IEI, Fans & Fire fighting etc. of 12

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

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

IIIi)

The columns shall be connected by grade beam of specified size at ground level.

iv)

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

v)

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

vi)

2.

Brick work:
a)
230mm thick in cement mortar 1:6 (1 cement: 6 coarse sand) with class 5.0 designation common
burnt clay FPS (non-modular) bricks and as per structural drawings.
SUPERSTRUCTURE
i)
Reinforced Cement Concrete in Columns, Slabs, Lintels, Beams and Staircase:- R.C.C shall be design mix
M25 or mix as specified with TMT bars reinforcement of Fe 500D grade conforming to IS 1786-2008 as per
approved structural drawings.
III)

3.

Brick work in walls:


a)
230mm thick in cement mortar 1:6 (1 cement: 6 coarse sand) with class 5.0 designation flyash FPS
(non-modular) bricks and as per structural drawings.

DOORS & WINDOWS


a)
35mm thick flush door shutters decorative type with teak wood lipping.
b)

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

c)

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

4.

FLOORING
a)
Double charged Vitrified tiles in main area & Ceramic tiles in toilets.
b)
Granite flooring in passage & staircase.

5.

SKIRTING
i)
100mm high skirting of Double charged Vitrified tiles in main area & Ceramic tiles in toilets.
shall be provided matching to the floor finish in all the rooms/places.

6.

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

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

c)

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

d)

All grills and other metal and wood works shall be painted with synthetic enamel paint.
AE (P) /

EE (P)

21

III)

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

7.

Exterior shall be finished with premium acrylic smooth exterior paint.

SANITARY & WATER SUPPLY

i)

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

III)

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

IIIi)

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

iv)

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

v)

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

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

AE (P) /

EE (P)

22

PARTICULAR SPECIFICATIONS & SPECIAL CONDITIONS


[A] PARTICULAR SPECIFICATIONS
1.0

GENERAL

1.1

The work shall be executed and measured as per metric dimensions given in the Schedule of quantities, drawings etc.
(F.P.S. units wherever indicated are for guidance only).
The following modifications to the above specifications and some additional specifications shall however apply:
i)
All stone aggregates shall be of hard stone variety to be obtained from approved quarries at*
III) Sand to be used for cement concrete work, mortar for masonry and plaster work shall be of standard quality.
Sand shall be obtained from approved quarry at* and screened as required. The same shall
consist of hard siliceous material. It shall be clean sand.
IIIi) Common burnt clay FPS (non-modular) brick of 7.5-class designation shall be used in size *..(F.P.S.
units) [size ...*..mm.]. Brick shall be obtained from approved kiln at. *.

1.2

2.0

3.0

Wherever any reference to any Indian Standard Specification occurs in the documents relating to this contract the
same shall be inclusive of all amendments issued thereto or revisions thereof, if any, up to the date or receipt of
tenders on 17.05.2016.
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.

4.0

R.C.C. Work (Mix Design)


4.1

5.0

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

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

6.0

WOOD WORK
The samples of species of timber/PVC to be used shall be deposited by the contractor with the Executive Engineer
before commencement of the work. The contractor shall produce cash vouchers and certificates from standard kiln
seasoning plant operator about the timber section to be used on the work having been kiln seasoned by them, failing
which it would not be so accepted as kiln seasoned.
6.1

Factory made shutters, as specified shall be obtained from factories to be approved by the Engineer-inCharge and shall conform to IS: 2202 (Part-I) 1991. The contractor shall inform well in advance to the
Engineer-in-Charge the names and address of the factory where from the contractor intends to get the
shutters manufactured. The contractor will place order for manufacture of shutters only after written approval
of the Engineer-in-Charge in this regard is given. The contractor is bound to abide by the decision of the
Engineer-in-Charge and recommend a name of another factory from the approved list in case the factory
already proposed by the contractor is not found competent to manufacture quality shutters. Shutters will,
however, be accepted only if this meets the specified tests.
The contractor will also arrange stage-wise inspection of the shutters at factory of the Engineer-in-Charge or
his authorized representative. Contractor will have no claim if the shutters brought at site are rejected by
Engineer-in-Charge in part or full lot due to bad workmanship/quality. Such shutters will not be measured
and paid and the contractor shall remove the same from the site of work within 7 days after the written
instructions in this regard are issued by Engineer-in-Charge or his authorized representative.
Blank to be filled by EE/BCD-II

AE (P) /

EE (P)

23
7.0

STEEL WORK

7.1

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

8.0

INTERNAL WATER SUPPLY AND SANITARY INSTALLATIONS

8.1
8.2

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

9.0

VARIATION IN CONSUMPTION OF MATERIALS

9.1

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

10.0

CONDITIONS

10.1

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

10.2

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

10.3

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

10.4

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

10.5

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

10.6

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

10.7

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

TABLE
Nominal Size
6
8
10
12
16
20

Weight KG/M
0.222
0.395
0.617
0.888
1.58
2.47

AE (P) /

Size (Diameter MM)


25
28
32
36
40

EE (P)

Weight KG/M
3.85
4.83
6.31
7.99
9.86

24
10.8

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

10.9

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

11.0

TESTING OF MATERIAL

11.1

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

11.2

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

12.0

INTEGRAL WATER PROOFING TREATMENT

12.1

The contractor must associate himself with the specialized firm to be approved by the Engineer-in-Charge in
writing, for integral cement based water proofing treatment for sunken floors and on roofs. 10 years Guarantee
Bond in prescribed proforma attached vide page 32 must be given by the specialized firm on stamp paper which
shall be countersigned by the contractor, in token of his overall responsibility. In addition 10%(ten percent) of the
cost of these items would be retained as Guarantee Bond to watch the performance of the work done. If any
defect is noticed during the Guarantee period for ten years to be reckoned from the date after the maintenance
period prescribed in the contract expires it should be rectified by the contractor within seven days and if not
attended to, the same will be got done by another agency at the risk and cost of the contractor. However, this
security deposit can be released in full, if bank guarantee of equivalent amount for 15(Fifteen) years is produced
and deposited with the department.

13.0 Treatment for Roof Surface


13.1

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

13.2

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

13.3

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

13.4

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

13.5

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

13.6

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

13.7

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

13.8
13.9

Curing of water proofing treatment shall be done for a minimum of ten days.
The Measurement shall be taken along with the finished surface of treatment including the rounded and trap
portion of junction of parapet wall.

AE (P) /

EE (P)

25
[B] SPECIAL CONDITIONS
01.

02.
03.

04.
05.
06.

Unless otherwise provided in the Schedule of quantities vide page 41 to 76 (civil) & page 106-117 (elect) the rates
tendered by the contractor shall be all inclusive and shall apply to all heights, lifts, leads and depths of the building
and nothing extra shall be payable to him on this account. Payment for centering, shuttering, however, if required to
be done for heights greater than 3.5m shall be admissible at rates arrived at in accordance with clause 12 of the
agreement if not already specified.
The contractor shall make his own arrangements for water and for obtaining electric connections if required and
make necessary payments directly to the department concerned.
Other agencies doing work related with this project will also simultaneously execute the works and the contractor
shall afford necessary facilities for the same. The contractor shall leave such necessary holes, openings etc. for
laying, burying in the work pipes, cables, conduits, clamps, boxes and hooks for fan clamps, etc. as may be required
for other agencies conduits for Electrical wiring/cables will be laid in a way that they leave enough space for
concreting and do not adversely affect the structural members. Nothing extra over the agreement rates shall be paid
for the same.

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

07.

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

08.

In all contracts where departmental issue of cement and steel is not stipulated, special conditions shall be
incorporated as below:
08.1
i)

Conditions for Cement (Grey Cement).


The contractor shall procure 43 grade Portland Pozzolana Cement (PPC) [conforming to IS:1489 (Part-I)],
as required in the work, from reputed manufacturers of cement such as ACC, Ultra tech, Vikram, Shree
Cement, Ambuja, Jaypee Cement, Century Cement & J. K. Cement or from any other reputed cement
Manufacturer having a production capacity not less than one million tonnes per annum as approved
by ADG for that sub Region.
The tenderers may also submit a list of names of cement manufacturers which they propose to use in
the works whose name shall be got approved from Engineer-in-charge. Supply of cement shall be taken in
50 Kg. bags bearing manufacturers name and ISI marking. Samples of cement arranged by the contractor
shall be taken by the Engineer-in-charge and got tested in accordance with provisions of relevant BIS
codes. In case test results indicate that the cement arranged by the contractor does not conform to the
relevant BIS codes, the same shall stand rejected and shall be removed from the site by the contractor at his
own cost within a weeks time of written order from the Engineer-in-charge to do so.

III)

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

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:

AE (P) /

EE (P)

26
(i)

b)
c)

d)

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

e)

IIIi)

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

iv)

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

v)

The cement shall be got tested by Engineer-in-charge and shall be used on work only after test results have
been received. The contractor shall supply free of charge the cement required for testing. The cost of tests
shall be borne by the contractor/Department in the manner indicated below:
a) By the contractor, if the results show that the cement does not conform to relevant BIS Codes.
b) By the Department, if the results show that the cement conforms to relevant BIS Codes.
The actual issue and consumption of cement on work shall be regulated and proper accounts maintained as
provided in clause 10 of the contract. The theoretical consumption of cement shall be worked out as per
procedure prescribed in clause 42 of the contract and shall be governed by conditions therein.
Cement brought to site and cement remaining unused after completion of work shall not be removed from site
without written permission of the Engineer-in-charge.

vi)

vIII)

vIIIi)

08.2
1)

Damaged cement shall be removed from site immediately by the contractor on receipt of notice in writing
from the Engineer-in-charge. If he does not do so within three days of receipt of such notice, the Engineer-incharge shall get it removed at the cost of the contractor.
Conditions for Steel.
The contractor shall procure TMT bars of grade (the grade to procure is to be specified) from primary steel
producers such as SAIL, Tata Steel Ltd., RINL or any other producer as approved by CPWD who are
using iron ore as the basic raw material/ input and having crude steel capacity of 2.0 Million tones per
annum and above.
In case of non-availability of steel from primary producers the NIT approving authority may permit use of

AE (P) /

EE (P)

27

2)
3)

4)
5)

6)

TMT reinforcement bars procured from steel producers having integrated steel plants (ISPs) using iron
ore as the basic raw material for production of crude steel which is further rolled into finished shapes
in-house having crude steel capacity of 0.5 Million tone per annum and more. A separate list of
producers for this category shall be approved by the ADG concerned for their sub region under
intimation to the Directorate, CPWD/CE, CSQ.
In case of non availability of steel from Primary Producer as well as ISPs then the NIT approving authority
may also permit use of TMT reinforcement bars procured from secondary producers.
In such cases following action is to be taken:
a) The grade of the steel such as Fe 500D or other grade to be procured is to be specified as per BIS 17862008.
b) The secondary producers must have valid BIS licence to produce HSD bars conforming to IS 1786:2008.
In addition to BIS licence, the secondary producer must have valid licence from either of the firms
Tempcore, Thermex, Evcon Turbo & Turbo Quench to produce TMT Bars.
c) The TMT bars procured from primary producers and ISPs shall conform to manufactures
specifications.
d) The TMT bars procured from secondary producers shall conform to the specification as laid by
Tempcore, Thermex, Evcon Turbo & Turbo Quench as the case may be.
e) TMT bars procured either from primary producers or secondary producers, the specifications shall meet
the provisions of IS 1786:2008 pertaining to Fe 500D grade of steel as specified in the tender.
The contractor shall have to obtain and furnish test certificates to the Engineer-in-charge in respect of all
supplies of steel brought by him to the site of work.
Samples shall also be taken and got tested by the Engineer-in-Charge as per the provisions in this regard in
relevant BIS codes. In case the test results indicate that the steel arranged by the contractor does not conform
to the specifications as defined under para 11.2 (1) (d) & (1) (e) above, the same shall stand rejected, and
it shall be removed from the site of work by the contractor at his cost within a week time or written orders
from the Engineer-in-Charge to do so.
The steel reinforcement shall be brought to the site in bulk supply of ten tones or more as decided by the
Engineer-in-charge.
The steel reinforcement shall be stored by the contractor at site of work in such a way as to prevent distortion
and corrosion and nothing extra shall be paid on this account. Bars of different sizes and lengths shall be
stored separately to facilitate easy counting and checking.
For checking nominal mass, tensile strength, bend test, re-bend test etc. specimen of sufficient length shall
be cut from each size of the bar at random at frequency not less than that specified below:

Size of bar

For consignment below 100 tonnes

Under 10mm dia. bars

One sample for each 25 tonnes or


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

10mm to16mm dia bars


Over 16mm dia bars

7)

8)

9)
10)

For consignment above 100


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

The contractor shall supply free of charge the steel required for testing. The cost of tests shall be borne by
the contractor/Department in the manner indicated below:
a)
By the contractor, if the results show that the steel does not conform to relevant BIS codes.
b) By the Department, if the results show that the steel conforms to relevant BIS codes.
The actual issue and consumption of steel on work shall be regulated and proper accounts maintained as
provided in clause 10 of the contract. The theoretical consumption of steel shall be worked out as procedure
prescribed in clause 42 of the contract and shall be governed by conditions laid therein.
Steel brought to site and steel remaining unused shall not be removed from site without the written
permission of the Engineer-in-charge.
In case contractor is permitted to used TMT reinforcement bars procured from ISPs or secondary
producers then:
10.1 The base price of TMT reinforcement bars as stipulated under schedule F shall be reduced
by Rs.5,000/- Per MT.
AE (P) /

EE (P)

28
10.2

08.3
i)

III)

IIIi)

08.4

i)
III)
IIIi)

The rate of providing & laying TMT reinforcement bars as quoted by the contractor in the
tender shall also be reduced by Rs.5.75 per kg. (the rate of reduction shall be same as 10.1
above converted to per kg plus Contractors Profit and Over Heads as applicable) (currently
15%)
The following procedure should be followed in case of removal of rejected/sub-standard materials from the site
of work.
Whenever any material brought by the contractor to the site of work is rejected, entry thereof should invariably
be made in the site order book under the signature of the AE/AEE giving approximate quantity of such
materials.
As soon as the material is removed, a certificate to that effect may be recorded by the AE/AEE against the
original entry, giving the date of removal a mode of removal i.e. whether by truck, carts or by manual labour. If
removal is by truck, the registration number of the truck should be recorded.
When it is not possible for the AE/AEE to be present at the site of work at the time of actual removal of the
rejected/sub-standard materials from the site the required certificate should be recorded by the Junior Engineer
and the AE/AEE should countersign the certificate recorded by the Junior Engineer.
Cement should be kept in godowns under double locks and keys and its consumption account invariably
maintained, whether the cement is supplied departmentally or arranged by the contractor. A register should be
maintained at the site of each work costing above Rs.20,000.00. This register should contain the columns as
shown in Appendix-28. (CPWD Works Manual 2014).
The pages of the register should be machine numbered and each page initialed by the EE. The columns in
the register mentioned above will be provided by the EEs or the SDOs. The cement godown and the register are
required to be checked by the SDO/EE in-charge of the work.
At least weekly or fortnightly, respectively in case of works at the Headquarters of SDO/EE and.
Whenever they visit the site of work in case of works located outside the Sub-Divisional/Divisional Head
Quarters.
In the case of large concentrated projects like major bridges etc., the EE should check the cement register at
least fortnightly.

AE (P) /

EE (P)

29

FORM OF WATER PROOFING WORK


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

SIGNED, SEALED and delivered by OBLIGOR in presence of1.


2.

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

Blanks to be filled by Contractor/EE(BCD-II )

AE (P) /

EE (P)

30

QUALITY ASSURANCE PLAN


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

AE (P) /

EE (P)

31

To,
The All Bidders

Sub:

NIT No. 03/NIT/CE/EZ-V/CPWD/2016-2017 for the work Construction of multi


facility Auditorium with 500 sitting capacity at NRRI, Cuttack, Odisha i/c
internal water supply, sanitary installation and, drainage, IEI, Fans & Fire
fighting etc.

Dear Sir,
It is here by declared that CPWD is committed to follow the principle of transparency, equity and competitiveness in
public procurement.

The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that the Bidder will sign the
integrity Agreement, which is an integral part of tender/bid documents, failing which the tenderer/bidder will stand
disqualified from the tendering process and the bid of the bidder would be summarily rejected.

This declaration shall form part and parcel of the Integrity Agreement and signing of the same shall be deemed as
acceptance and signing of the Integrity Agreement on behalf of the CPWD.

Yours faithfully

Executive Engineer

AE (P) /

EE (P)

32

To,
Executive Engineer,
BCD-II,
CPWD, Bhubaneswar

Sub:

Submission of Tender for the work of Construction of multi facility Auditorium


with 500 sitting capacity at NRRI, Cuttack, Odisha i/c internal water supply,
sanitary installation and, drainage, IEI, Fans & Fire fighting etc.

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

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

I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and further agree that
execution of the said Integrity Agreement shall be separate and distinct from the main contract, which will come into
existence when tender/bid is finally accepted by CPWD. I/We acknowledge and accept the duration of the Integrity
Agreement, which shall be in the line with Article 1 of the enclosed Integrity Agreement.
I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Agreement, while submitting
the tender/bid, CPWD shall have unqualified, absolute and unfettered right to disqualify the tenderer/bidder and reject the
tender/bid is accordance with terms and conditions of the tender/bid.

Yours faithfully
(Duly authorized signatory of the Bidder)

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

AE (P) /

EE (P)

33
INTEGRITY AGREEMENT
This Integrity Agreement is made at .... on this ... day of ..20..

BETWEEN
President of India represented through Executive Engineer, BCD-II, CPWD, Bhubaneswar, (Hereinafter referred as the
Principal/Owner, which expression shall unless repugnant to the meaning or context hereof include its successors and
permitted assigns)

AND

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

through ....(Hereinafter referred to as the


(Details of duly authorized signatory)

Bidder/Contractor and which expression shall unless repugnant to the meaning or context hereof include its successors
and permitted assigns)

Preamble
WHEREAS the Principal/Owner has floated the Tender ( NIT No. 03/NIT/CE/EZ-V/CPWD/2016-2017) (hereinafter
referred to as Tender/Bid) and intends to award, under laid down organizational procedure, contract for
hereinafter referred to as the Contract.
AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules, regulations, economic
use of resources and of fairness/transparency in its relation with its Bidder(s) and Contractor(s).
AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity Agreement
(hereinafter referred to as Integrity Pact or Pact), the terms and conditions of which shall also be read as integral part
and parcel of the Tender/Bid documents and Contract between the parties.
NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby agree as follows and
this Pact witness as under:

Article 1: Commitment of the Principal/Owner


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

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

(d) The Principal/Owner shall endeavour to exclude from the Tender process any person, whose conduct in the past
has been of biased nature.

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

AE (P) /

EE (P)

34
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 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 acting reliance thereof, with the purpose of obtaining unjust advantage by or
causing damage to justifiediest of others and/or to influence the procurement process to detriment of the
Government interests.

5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use Coercive Practices (means
the act of obtaining something, compelling an action or influencing a decision through intimidation, threat or
the use of force directly or indirectly, where potential or actual injury may befall upon a person, his/her
reputation or property to influence their participation in the tendering process).

Article 3: Consequences of Breach


Without prejudice to any rights that may be available to the Principal/Owner under law or the Contract or its established
policies and laid down procedures, the Principal/Owner shall have the following rights in case of breach of this Integrity Pact
by the Bidder(s)/Contractor(s) and the Bidder/Contractor accepts and undertakes to respect and uphold the Principal/Owners
absolute right:

1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract has committed a transgression
through a violation of Article 2 above or in any other form, such as to put his reliability or credibility in question, the
Principal/Owner after giving 14 days notice to the contractor shall have powers to disqualify the
AE (P) /

EE (P)

35
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.

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.

AE (P) /

EE (P)

36
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.
IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place and date first above mentioned
in the presence of following witnesses:

..
(For and on behalf of Principal/Owner)

....
(For and on behalf of Bidder/Contractor)

WITNESSES:
1.

.
(Signature, name and address)

2.

(Signature, name and address)

Place:
Date :

AE (P) /

EE (P)

37
LIST OF APPROVED MAKE OF MATERIALS
(FOR CIVIL WORKS)
Specification/brands names of materials (Refer materials, whichever are applicable for the scope of work) and
finishes approved by the Architect/Engineer-in-Charge are listed below. However approved equivalent material
and finishes of any other specialized firms may be used, in case it is established that the brands specified below
are not available in the market but only after approval of the alternate brand by the Architect/Engineer-in-Charge.
(See also condition of contract).
Sl. No.
1

Materials
CEMENT

2
3
4
5
6
7
8
9
10

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

11
12

LAMINATES
WIRE MESH (MS/SS)

13
14
15
16
17
18

PRELAMINATED PARTICLE BOARD


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

19

FRP DOOR SHUTTERS & FRAME

20

BOARD & PLYWOOD

21

HYDRAULIC DOOR CLOSER/


FLOOR SPRING
S.S.STAIRCASE RAILING

22

23
24
25
26
27
28
29
30

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

CONNECT ARCHITECTURAL PRODUCTS


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

FIRE CHECK DOOR


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

AE (P) /

MODI FLOAT & SAINT GOBAIN, ASAHI.


ST.GOBIAN,
PILKINGTON,
SCHOTT,
EE (P)

38
31
32
33
34
35
36

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

37

GLAZED CERAMIC TILES

38

CEMENT CONCRETE TILES/


HARDONITE TILES
VITRIFIED TILES/DIGITAL TILES

39

40
41
42
43
44
45
46
47
48

49

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

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

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

AE (P) /

EE (P)

39
64
65
66
67
68
69
70
71
72
73
74
75
76
77

78

79

80

81
82
83
84
85
86
87

88

89

C.I.DOUBLE FLANGED SLUICE VALVES.

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

EE (P)

40
90
91
92
93
94
95
96
97
98

99
100
101
102
103

104
105

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

AE (P) /

EE (P)

41
SCHEDULE OF QUANTITIES (CIVIL)

Name of work

ITEM
No.

Construction of multi facility Auditorium with 500 sitting


capacity at NRRI, Cuttack, Odisha i/c internal water supply,
sanitary installation and, drainage, IEI, Fans & Fire fighting
etc.

DESCRIPTION

UNIT

QTY.

Cum

242.00

Cum

23.00

Metre

105.00

SH : 1 : EARTHWORK
1.1

1.2

1.3

Earth work in excavation by mechanical


means (Hydraulic excavator) / manual
means over areas (exceeding 30cm in depth.
1.5 m in width as well as 10 sqm on plan)
including disposal of excavated earth, lead
upto 50m and lift upto 1.5m, disposed earth
to be levelled and neatly dressed.
1.2.1
All kinds of soil
Earth work in excavation by mechanical
means (Hydraulic excavator) / manual
means in foundation trenches or drains (not
exceeding 1.5 m in width or 10 sqm on
plan), including dressing of sides and
ramming of bottoms, lift upto 1.5 m,
including getting out the excavated soil and
disposal of surplus excavated soil as
directed, within a lead of 50 m.
1.2.1 All kinds of soil.
Excavating trenches of required width for
pipes, cables, etc including excavation for
sockets, depth upto 1.5 m, including getting
out the excavated materials, returning the
soil as required, in layers not exceeding 20
cm in depth, including consolidating each
deposited layer by ramming, watering, etc.
stacking
serviceable
material
for
measurements and disposal of unserviceable
material as directed, within a lead of 50 m :
1.3.1 All kinds of soil.
1.3.1.1 Pipes, cables etc. exceeding 80 mm
dia. but not exceeding 300 mm dia

AE (P) /

EE (P)

RATE

AMOUNT

42
1.4

1.5

2.1

2.2

2.3

Filling available excavated earth (excluding


rock) in trenches, plinth, sides of
foundations etc. in layers not exceeding
20cm in depth, consolidating each deposited
layer by ramming and watering, lead up to
50 m and lift upto 1.5 m.

Cum

88.00

Cum

1620.00

Cum

116.00

2.1.2 1:5:10 (1 cement : 5 coarse sand : 10


graded
stone
aggregate
40 mm nominal size)

Cum

104.00

Providing and laying cement concrete in


retaining walls, return walls, walls (any
thickness) including attached pilasters,
columns, piers, abutments, pillars, posts,
struts, buttresses, string or lacing courses,
parapets, coping, bed blocks, anchor blocks,
plain window sills, fillets, sunken floor,etc.,
up to floor five level, excluding the cost of
centering, shuttering and finishing :
2.2.1
1:5:10 (1 Cement : 5 coarse sand :
10 graded stone aggregate 40mm nominal
size).

Cum

2.00

Making plinth protection 50 mm thick of


cement concrete 1:3:6 (1 cement : 3 coarse
sand : 6 graded stone aggregate 20 mm
nominal size) over 75 mm bed of dry brick
ballast 40 mm nominal size well rammed
and consolidated and grouted with fine sand
including finishing the top smooth.

Sqm

125.00

Supplying and filling in plinth with local


sand under floors, including watering,
ramming, consolidating and dressing
complete.
SH : 2 : CONCRETE WORK
Providing and laying in position cement
concrete of specified grade excluding the
cost of centering and shuttering - All work
upto plinth level
2.1.1 1:3:6 (1 Cement : 3 coarse sand : 6
graded stone aggregate 20 mm nominal size)

AE (P) /

EE (P)

43
2.4

Extra for providing and mixing water per 50 kg


proofing material in cement concrete work cement
in doses by weight of cement as per
manufacturers specification.

225.00

SH : 3 : REINFORCED CEMENT
CONCRETE
3.1

3.2

Providing and laying in position specified


grade of reinforced cement concrete,
excluding the cost of centring, shuttering,
finishing and reinforcement - All work upto
plinth level :
3.1.1 1:1.5:3 (1 cement : 1.5 coarse sand :
3 graded stone aggregate 20mm nominal
size).

22.00

Sqm

362.00

Sqm

59.00

Sqm

1817.00

Sqm

2243.00

Sqm

1838.00

Sqm

181.00

Sqm

28.00

Centering and shuttering including strutting,


propping etc and removal of form for:
3.2.1 Foundations, footings,
columns etc. for mass concrete.

bases

of

3.2.2
Walls (any thickness) including
attached pilasters, butteresses, plinth and
string courses etc.
3.2.3 Suspended floors, roofs, landings,
balconies and access platform.
3.2.4 Lintels, beams, plinth beams, girders,
bressumers and cantilevers.
3.2.5 Columns, Pillars, Piers, Abutments,
Posts and Struts.
3.2.6 Stairs, (excluding landing) except
spiral staircases.
3.2.7 Weather shade, Chajjas, corbels etc.,
including edges.
3.3

Cum

Steel reinforcement for R.C.C. work


including straightening, cutting, bending,
placing in position and binding all complete
upto plinth level.
3.3.1 Thermo-Mechanically Treated bars. Kilogram

AE (P) /

EE (P)

67500.00

44
3.4

Steel reinforcement for R.C.C. work


including straightening, cutting, bending,
placing in position and binding all complete
above plinth level.
3.4.1 Thermo-Mechanically Treated bars. Kilogram 111900.00

3.5

Providing and laying in position ready


mixed M-25 grade concrete for reinforced
cement concrete work, using cement content
as per approved design mix, manufactured
in fully automatic batching plant and
transported to site of work in transit mixer
for all leads, having continuous agitated
mixer, manufactured as per mix design of
specified grade for reinforced cement
concrete work, including pumping of
R.M.C. from transit mixer to site of laying ,
, excluding the cost of centering, shuttering
finishing and reinforcement, including cost
of admixtures in recommended proportions
as per IS : 9103 to accelerate/ retard setting
of concrete, improve workability without
impairing strength and durability as per
direction of the Engineer - in - charge.
(Note :- Cement content considered in this
item is @ 330 kg/cum. Excess/less cement
used as per design mix is payable/
recoverable separately).
3.5.1 All works upto plinth level
3.5.2 All works above plinth level upto
floor V level
SH : 4 : BRICK WORK

4.1

4.2

Brick work with common burnt clay F.P.S.


(non modular) bricks of class designation
7.5 in foundation and plinth in:
4.1.1
Cement mortar 1:4 (1 cement : 4
coarse sand)
4.1.2
Cement mortar 1:6 (1 cement : 6
coarse sand)
Half brick masonry with common burnt clay
F.P.S. (non modular) bricks of class
designation 7.5 in superstructure above
plinth level up to floor V level.
4.2.1 Cement mortar 1:4 (1 cement :4
AE (P) /

cum

322.00

cum
698.00

Cum

17.00

Cum

73.00

Sqm

224.00

EE (P)

45
coarse sand)
4.3

4.4

Extra for providing and placing in position 2


Nos 6mm dia M.S bars at every third course
of half brick masonary (with F.P.S bricks).

Sqm

224.00

Brick work with clay fly ash F.P.S. (non


modular) brick of class designation 7.5 in
superstructure above plinth level up to floor
five level in :
4.4.1 Cement mortar 1:6 (1 cement : 6
coarse sand)

Cum

730.00

Providing and fixing stone slab with table


rubbed, edges rounded and polished, of size
75X50 cm deep and 1.8 cm thick, fixed in
urinal partitions by cutting a chase of
appropriate width with chase cutter and
embedding the stone in the chase with
epoxy grout or with cement concrete 1:2:4
(1 cement : 2 coarse sand : 4 graded stone
aggregate 6mm nominal size) as per
direction of Engineer-in-charge and finished
smooth.
5.1.1 Granite Stone of approved shade.

Sqm

3.00

Providing and laying flamed finish Granite


stone flooring in required design and
patterns, in linear as well as curvilinear
portions of the building all complete as per
the architectural drawings with 18 mm thick
stone slab over 20 mm (average) thick base
of cement mortar 1:4 (1 cement : 4 coarse
sand) laid and jointed with cement slurry
and pointing with white cement slurry
admixed with pigment of matching shade
including rubbing, curing and polishing etc.
all complete as specified and as directed by
the Engineerin- Charge :
5.2.1 Flamed finish granite stone slab Jet
Black, Cherry Red, Elite Brown, Cat Eye or
equivalent.

Sqm

481.00

SH : 5 : MARBLE & GRANITE WORK


5.1

5.2

AE (P) /

EE (P)

46
SH : 6 : WOOD WORK & PVC WORK
6.1

6.2

6.3

6.4

Providing wood work in frames of doors,


windows, clerestory windows and other
frames, wrought framed and fixed in
position with hold fast lugs or with dash
fasteners of required dia & length (hold fast
lugs or dash fastner shall be paid for
separately).
6.1.1 Second class teak wood

Cum

1.00

Providing and fixing ISI marked flush door


shutters conforming to IS : 2202(Part I) nondecorative type, core of block board
construction with frame of Ist class hard
wood and well matched commercial 3 ply
veneering with vertical grains or cross bands
and face veneers on both faces of shutters.
6.2.1 35mm thick including ISI marked
Stainless Steel butt hinges with necessary
screws.

Sqm

54.00

Sqm

41.00

Sqm

937.00

Extra for cutting rebate in flush door


shutters (Total area of the shutter to be
measured).
Supply & installation of Anutone or
equivalent soak cord binary of selected
colours kerf edge fabric wrapped ,pinewood
fibers panels of size 600 X 600 /2400 x 20
mm having density 400 Kg /m3 weight 8 Kg
/ mt 2 installed by using GI strut system.
The GI strut works includes cross channels
CC50 having thickness 0.45 mm , length
3600knurled web 50, depth 50 mm& equal
flanges of 13 mm is fastened to wall
positioned horizontally in a regular manner
at 600 mm centres. PVC vinylcore UV
treated H - Spline having thickness 2 mm &
length 2400 mm to be fixed or using Z bar
on the back of tiles & simillar on the back of
channels perpendicular to the cross
channelsCC50 at 600 mm centres. Kerfed
edge fabricwrapped panels shall be then
insert into the H - spline against wall to
perfect fit . Panels shall be backlined with
acoustical in fill of anutone synth PF 10 x
50 mm thick adhered to the wall using stick
AE (P) /

EE (P)

47
7 adhesive. The technical parameters are as
follows : core variant - pinewood fibers. Fire
class 1 & P Acoustic - NRC 0.95 Climate OCRH - 50,90 Termite resistance - yes light
reflectance - colour dependent, Green RC %
- 10 , Hygiene ( Voc ,Clean Room ) - Low ,
Strength , Load Capacity ( Kg ) - Ball
impact .
6.5

Supply & installation of Anutone or


equivalent Slats high density fiber board
made out of pinewood particals , Melamine
laminated finish, perforated wooden
grooved slats L16-2 (2 mm grooves @
8mm centers),tongue-groove edge for a
seamless look, FR grade, of lineal
dimension size 128mm x 2440mm x 16mm
thick having density 800Kg /m3, weight
12.8Kgs/m2
installed by using GI strut
system. The technical parameters are as
follows Core Variants - Fibreboard, Fire
Class 1 & P, Climate (OC RH) 50, 70
Light reflectance 75%,Green (RC %) 25,
Hygiene (VoC, Clean room) Low, Class
1,Strength, Load capacity (Kg) - Antisag,
Ball-Impact. The GI strut system includes
GI Cross channel(CC25) having thickness
0.45mm, length 3600mm, knurled web
40mm, depth 10mm and equal flanges
15mm is fastened vertically at every 600mm
centers. Aluminium core cross channel
(CC18) having thickness 0.5mm, length
2400mm, web 15mm & 27mm, depth 18mm
and flanges of 7mm with suitable edge &
centre brackets is then fixed perpendicular
to the CC25 with the help of fasteners at
every 400mm centers. Contractor to Provide
expansion joints of 3mm at every 5mts
bothways.Panels shall be backlined with
acoustical in fill of anutone synth PF 10 x
50 mm thick adhered to the wall using stick
7 adhesive.

AE (P) /

Sqm

EE (P)

418.00

48
6.6

6.7

6.8

Supply and installation of Anutone or


equivalent smart Septum SSSSPM NSS
square edge magnesite bonded wood particle
panels of size 600 x 1200 x 20mm having
density 600kg/m3, weight 12kg/m2 installed
by using GI strut system.Core - Wood
particle. The technical parameters are as
follows : Fire Class 1 & P, Isolation - 50
STC Acoustics NRC upto 0.5 , Termite
reistance , Green (RC %) 25 ,Hygiene
(VoC, Clean room) Low, Class 3 ,
Strength, Load capacity (Kg) - Antisag,
Ball-Impact. The GI strut work includes
Cross channel(CC50) having thickness
0.45mm, length 3600mm, knurled web 50,
depth 50mm and equal flanges of 13mm is
fastened to wall positioned horizontally at
600mm centers. direct apply of screw on
panels to section made up of GI to be fixed
perpendicular to the Cross channel (CC50)at
600mm centers. The square edge panels
shall be joints will be filled with silicon
sealent to get air passage blocked . Panels
shall be backlined with acoustical infill of
Anutone Synth PF 10X 25 adhered to the
wall using Stick 7 adhesive. Apply
Providing and fixing 18mm thick, 150mm
wide pelmet of coir veneer board ISI marked
IS : 14842 - 2000, including top cover of
6mm coir veneer board, nickel plated M.S
Pipe 20mm dia (heavy type) curtain rod
with nickel plated brackets including fixing
with 25x3 mm M.S. Flat 10cm long and
rawl plug 50mm long (designation 10 No)
etc., complete.
Providing and fixing M.S. grills of required
pattern in frames of windows etc with M.S
flats, square or round bars etc. including
priming coat with approved steel primer. all
complete.
6.8.1 Fixed to openings / wooden frames
with rawl plugs screws etc complete.

AE (P) /

Sqm

93.00

Metre

69.00

Kg

1150.00

EE (P)

49
6.9

6.10

6.11

6.12

6.13

Providing and fixing aluminium extruded


section body tubular type universal
hydraulic door closer (having brand logo
with ISI, IS : 3564, embossed on the body,
door weight upto 36 kg to 80 kg and door
width from 701 mm to 1000mm) with
double speed adjustment with necessary
accessories and screws etc. complete.

Each

26.00

Providing and fixing aluminium sliding door


bolts ISI marked anodised (anodic coating
not less than grade AC 10 as per IS : 1868)
transparent or dyed to required colour or
shade with nuts and screws etc. complete. :
6.10.1 250 X 16mm

Each

19.00

Providing and fixing aluminim tower bolts


ISI marked anodised (anodic coating not
less than grade AC 10 as per IS:1868)
transparent or dyed to required colour or
shade with necessary screws etc. complete.
6.11.1 250 x 10 mm
6.11.2 150 x 10 mm

Each
Each

32.00
40.00

Providing and fixing aluminium handles ISI


marked anodised (anodic coating not less
than grade AC 10 as per IS : 1868)
transparent or dyed to required colour or
shade with necessary screws etc. complete :
6.12.1 125 mm
6.12.2 100 mm

Each
Each

64.00
40.00

Providing and fixing aluminium hanging


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

Each

32.00

AE (P) /

EE (P)

50
6.14

6.15

6.16

6.17

Providing and fixing Fiber Glass Reinforced


plastic (FRP) Door Frames of cross-section
90 mm X 45 mm having single rebate of 32
mm X 15 mm to receive shutter of 30mm
thickness. The laminate shall be moulded
with fire resistance grade unsaturated
polyster resin and chopped mat. Door frame
laminate shall be 2 mm thick and shall be
filled with suitable wooden block in all the
three legs. The frame shall be covered with
fiber glass from all sides. M.S stay shall be
provided at the bottom to steady the frame.

Metre

99.00

Providing and fixing to existing door


frames.
6.13.1 30mm thick Glass Fibre Reinforced
Plastic (FRP) panelled door shutter of
required colour and approved brand and
manufacture, made with fire - retardant
grade unsaturated polyster resin, moulded to
3 mm thick FRP laminate for forming
hollow rails and styles, with wooden frame
and suitable blocks of seasoned wood inside
at required places for fixing of fittings, cast
monolithically with 5 mm thick FRP
laminate for panels conforming to IS :
14856, including fixing to frames.

Sqm

32.00

Providing and fixing zinc alloyed (white


powder coated) touch lock for uPVC sliding
window with necessary screws etc.
complete.

Each

54.00

Providing and fixing steel roller for uPVC


sliding window with necessary screws etc.
complete.

Each

108.00

Kg

23240.00

SH : 7 : STEEL WORK
7.1

Structural steel work riveted, bolted or


welded in built up sections, trusses and
framed work, including cutting, hoisting,
fixing in position and applying a priming
coat of approved steel primer all complete.

AE (P) /

EE (P)

51
7.2

7.3

7.4

7.5

Providing and fixing in position collapsible


steel shutters with vertical channels
20x10x2mm and braced with flat iron
diagonals 20x5 mm size with top and
bottom rail of T-iron 40x40x6mm with
40mm dia steel pulleys, complete with bolts,
nuts, locking arrangement, stoppers,
handles, including applying a priming coat
of approved steel primer.

Sqm

9.00

Providing and fixing M.S fan clamp type I


or II of 16mm dia M.S bar, bent to shape
with hooked ends in R.C.C slabs, beams
during laying including painting the exposed
portion of loop, all as per standard design
complete.

Each

16.00

Providing and fixing circular/ Hexagonal


cast iron or M.S. sheet box for ceiling fan
clamp, of internal dia 140 mm, 73 mm
height, top lid of 1.5 mm thick M.S. sheet
with its top surface hacked for proper
bonding, top lid shall be screwed into the
cast iron/ M.S. sheet box by means of 3.3
mm dia round headed screws, one lock at
the corners. Clamp shall be made of 12 mm
dia M.S. bar bent to shape as per standard
drawing.

Each

11.00

Providing and fixing stainless steel ( Grade


304) railing made of Hollow tubes,
channels, plates etc., including welding,
grinding, buffing, polishing and making
curvature (wherever required) and fitting the
same with necessary stainless steel nuts and
bolts complete, i/c fixing the railing with
necessary accessories & stainless steel dash
fasteners , stainless steel bolts etc., of
required size, on the top of the floor or the
side of waist slab with suitable arrangement
as per approval of Engineer-in-charge, ( for
payment purpose only weight of stainless
steel members shall be considered excluding
fixing accessories such as nuts, bolts,
fasteners etc.).

Kg

590.00

AE (P) /

EE (P)

52
SH : 8 : FLOORING
8.1

8.2

8.3

8.4

8.5

8.6

Cement concrete flooring 1:2:4 (1 cement :


2 coarse sand : 4 graded stone aggregate)
finished with a floating coat of neat cement,
including cement slurry, but excluding the
cost of nosing of steps etc. complete.
8.1.1
40 mm thick with 20 mm nominal
size stone aggregate

Sqm

1268.00

Cement plaster skirting (up to 30 cm height)


with cement mortar 1:3 (1 cement : 3 coarse
sand) finished with a floating coat of neat
cement.
8.2.1 18 mm thick.

Sqm

66.00

Kota stone slab flooring over 20 mm


(average) thick base laid over and jointed
with grey cement slurry mixed with pigment
to match the shade of the slab including
rubbing and polishing complete with base of
cement mortar 1 : 4 (1 cement : 4 coarse
sand) :
8.3.1 25 mm thick

Sqm

403.00

Kota stone slabs 25 mm thick in risers of


steps, skirting, dado and pillars laid on 12
mm (average) thick cement mortar 1:3 (1
cement : 3 coarse sand) and jointed with
grey cement slurry mixed with pigment to
match the shade of the slabs including
rubbing and polishing complete.

Sqm

83.00

Extra for pre finished nosing in treads of


steps of Kota stone/ sand stone slab.

Mtr

306.00

Extra for Kota stone/ sand stone in treads of


steps and risers using single length up to
1.05 metre .

Sqm

138.00

AE (P) /

EE (P)

53
8.7

8.8

8.9

8.10

38mm thick wood block flooring of first


class teak wood laid over 25mm thick
leveling layer of cement concrete 1:2:4 (1
cement : 2 coarse sand: 4 graded stone
aggregate 10mm nominal size) to be paid
separately coated with a thin layer of hot
bitumen penetration 80/25 (blown type)@
2.45 kg per sqm. including fixing blocks in
position after dipping in hot bitumen (blown
type) up to half depth, planed, levelled
smooth and finished complete.

Sqm

329.00

Providing and fixing Ist quality ceramic


glazed wall tiles conforming to IS : 15622
(thickness to be specified by the
manufacturer) of approved make in all
colours, shades except burgundy, bottle
green, black of any size as approved by
Engineer - in - Charge in skirting, risers of
steps and dados over 12 mm thick bed of
Cement Mortar 1:3 (1 Cement : 3 Coarse
sand) and jointing with grey cement slurry
@ 3.3 kg per sqm including pointing in
white cement mixed with pigment of
matching shade complete.

Sqm

331.00

Providing and laying Ceramic glazed floor


tiles 300X300 mm (thickness to be specified
by the manufacturer) of Ist quality
conforming to IS : 15622 of approved make
in colours such as White, Ivory, Grey, Fume
Red Brown, laid on 20 mm thick Cement
Mortar 1:4 (1 Cement : 4 Coarse sand)
including pointing the joints with white
cement and matching pigment etc. complete.

Sqm

73.00

Providing and laying vitrified floor tiles in


different sizes (thickness to be specified by
the manufacturer) with water absorption less
than 0.08%and conforming to IS : 15622 of
approved make in all colours and shades,
laid on 20mm thick cement mortar 1:4 (1
cement : 4 coarse sand) including grouting
the joints with white cement and matching
pigments etc., complete.
8.10.1 Size of Tile 600x600 mm

Sqm

124.00

AE (P) /

EE (P)

54
8.11

8.12

9.1

9.2

9.2.1

Providing and laying Vitrified tiles in


different sizes (thickness to be specified by
manufacturer) with water absorption less
than 0.08 % and conforming to I.S. 15622,
of approved make in all colours & shade in
skirting, riser of steps, over 12 mm thick bed
of cement mortar 1:3 (1cement: 3 coarse
sand), including grouting the joint with
white cement &matching pigments etc.
complete.
8.11.1 Size of Tile 600x600 mm

Sqm

7.00

Providing and fixing prepolished cement


concrete floor tiles conforming to IS : 1237
: 1980 (Reaffirmed in 1996) for heavy duty
tiles (Exterier Grade) of 22 - 25 mm thick of
make Ultra eurocon or Dunacrete or
equivalent Abrasion and water resistant as
per pattern, size and colour as specified or as
approved by Engineer-in-charge to be used
in floor laid over cement mortar (1:4) 20mm
thick required jointed with neat cement
slurry mixed with pigment to match the
shade of tiles including curing, rubbing and
cleaning etc complete.

Sqm

676.00

SH : 9 : ROOFING
Making khurras 45 x 45 cm with average
minimum thickness of 5 cm cement concrete
1:2:4 (1 cement : 2 coarse sand : 4 graded
stone aggregate of 20 mm nominal size)
over P.V.C. sheet 1m x 1m x 400 micron,
finished with 12 mm cement plaster 1:3 (1
cement : 3 coarse sand) and a coat of neat
cement rounding the edges and making and
finishing the outlet complete

Each

11.00

Providing and fixing on wall face


unplasticised- Rigid PVC rain water pipes
conforming to IS : 13592 Type A including
jointing with seal ring conforming to IS :
5382 leaving 10 mm gap for thermal
expansion.(I) Single socketed pipes.
9.4.1 110 mm diameter

Metre

105.00

AE (P) /

EE (P)

55
9.3

9.4

9.5

9.6

Providing and fixing on wall face


unplasticised
PVC
moulded
fittings/accessories for unplasticised Rigid
PVC rain water pipes conforming to IS :
13592 Type A including jointing with seal
ring conforming to IS : 5382 leaving 10 mm
gap for thermal expansion.
9.3.1 Bend 87.5degree.
9.3.1.1 110mm bend.
9.3.2 Shoe (Plain)
9.3.2.1 110mm shoe.
Providing and fixing unplasticised - PVC
pipe clips of approved design to
unplasticised - PVC rain water pipes by
means of 50 x 50 x 50 mm hard wood plugs,
screwed with M.S. screws of required length
including cutting brick work and fixing in
cement mortar 1:4 (1 cement : 4 coarse
sand) and making good the wall etc.
complete.
9.4.1 110 mm
Providing and fixing to the inlet mouth of
rain water pipe cast iron grating 15 cm
diametre and weighing not less than 440
grams.
Providing and fixing precoated galvanised
iron profile sheets (size, shape and pitch of
corrugation as approved by Engineer-incharge) 0.50 mm (+ 0.05 %) total coated
thickness with zinc coating 120 grams per
sqm as per IS: 277, in 240 mpa steel grade,
5-7 microns epoxy primer on both side of
the sheet and polyester top coat 15-18
microns. Sheet should have protective guard
film of 25 microns minimum to avoid
scratches during transportation and should
be supplied in single length upto 12 metre or
as desired by Engineer in-charge. The sheet
shall be fixed using self drilling / self
tapping screws of size (5.5x 55 mm) with
EPDM seal, complete upto any pitch in
horizontal/ vertical or curved surfaces,
excluding the cost of purlins, rafters and
trusses and including cutting to size and
shape wherever required.
AE (P) /

Each

11.00

Each

11.00

Each

59.00

Each

11.00

sqm

727.00

EE (P)

56
9.7

9.8

Providing and fixing precoated galvanised


steel sheet roofing accessories 0.50 mm (+
0.05 %) total coated thickness, Zinc coating
120 grams per sqm as per IS: 277, in 240
mpa steel grade, 5-7 microns epoxy primer
on both side of the sheet and polyester top
coat 15-18 microns using self drilling/ self
tapping screws complete :
9.7.1 Ridges plain (500 - 600mm)

meter

29.00

Supply and Installation of 10 mm thick


Tufbloc HDFR size 1200 x 2400 mm having
density 1000 kg/mt cube with STC 44 50,
weight 8.5 kg /sq mt, fire class 1&P &
thermal 0.11792 W/mK to be fixed with
Philips head screw is fixed by using
concealed ceiling system. The concealed
ceiling system shall include GI Wall
channel(WC22) having thickness 0.45mm,
length 3600mm, unequal flanges of 15 &
20mm and web of 22mm should be fixed
along the perimeters of the wall with nylon
sleeves and suitable fasteners at every
300mm centers. Then suspend Main
channels(MC45) having thickness 0.9mm,
length 3600mm, equal flanges of 15mm and
web 45mm from the soffit at every 1200mm
centers with Suspender angle(SA25) having
thickness 0.45mm, unequal flanges of 25 &
10mm. GI Cross channel(CC22) having
thickness 0.45mm, length 3600mm, knurled
web 35mm, depth of 22mm and equal
flanges 9.5mm is fastened to the Main
channel in the direction perpendicular to the
Main Channel at every 600mm centers.
Now the jointing & finishing of the same
will be done by using Anutone jointing kit
consist of powder mixed with water and
apply the same with flat flap on the boards
joints to finish the surface of the boards so
as to look flush. Apply Synth PF 5 x10
acoustic wool of 50 kg density to be kept on
the top of the ceiling by laying on the frame
work.

Sqm

580.00

AE (P) /

EE (P)

57
9.9

Supply and Installation of 15 mm thick


strand ebony / colour tiles wood wool board
having size 600 X 2400/ 1200 mm having
density 600 - 800 kg/mt cube with fire class
1&P , Climate 0C, RH ( 50,90) NRC - 0.95
& green(Voc ,RC%) - Low ,10 to to be
fixed with Philips head screw by using
concealed ceiling system. The concealed
ceiling system shall include GI Wall
channel(WC22) having thickness 0.45mm,
length 3600mm, unequal flanges of 15 &
20mm and web of 22mm should be fixed
along the perimeters of the wall with nylon
sleeves and suitable fasteners at every
300mm centers. Then suspend Main
channels (MC45) having thickness 0.9mm,
length 3600mm, equal flanges of 15mm and
web 45mm from the soffit at every 1200mm
centers with Suspender angle(SA25) having
thickness 0.45mm, unequal flanges of 25 &
10mm. GI Cross channel(CC22) having
thickness 0.45mm, length 3600mm, knurled
web 35mm, depth of 22mm and equal
flanges 9.5mm is fastened to the Main
channel in the direction perpendicular to the
Main Channel at every 600mm centers.
Now the jointing & finishing of the same
will be done by using sealent to look flush.
Now 15 mm Strand square edge of size
600 x 2400 x15 mm thick shall be fixed.
Apply Synth PF 5 x10 acoustic wool of 50
kg density to be kept on the top of the
ceiling by laying on the frame work.

AE (P) /

Sqm

EE (P)

597.00

58
9.10

10.1

Supply and Installation of Anutone or


equivalent Subtex Nubby Steppe edge Glass
fibre
core
ceiling
tile
of
size
595x595x15mm
having
rear
side
encapsulation with density 100-120Kgs/ m3,
weight 1.5 - 3.0 kg/m2 which is suspended
by using 0.3mm thick and 15mm wide pre
coated metal T15 grid system. The technical
parameters are as follows :Core - Glassfibre,
Fire Class 1 & P , Acoustics NRC
0.95,Climate (OC RH) 40, 95,Termite
resistance ,Light reflectance 85 %,Green
(RC %) 35, Hygiene (VoC, Clean room)
Low, Class 3 Strength, Load capacity (Kg) Antisag. The T15 Grid system of
600x600mm module shall include wall
angle(WA15W30) with unequal flanges of
size 14 x 20 x3000 mm wide, length
3000mm, 0.43mm thick fixed along the
perimeter of wall with the help of nylon
sleeves and suitable fasteners at 300mm
centers.
Then
suspend
the
Main
T15(MT15W36) having flange width
15mm, height 32mm and length 3600mm
thickness 0.30 mm from the soffit with help
of soffit cleat and wire rod along with
leveling spring clip at 1200mm c/c. Cross
T/U15(CT15W12) with flange width 15mm,
height 32mm and length 1200mm is then
interlocked into the pre-cut slots in the Main
T15 at 600mm centers in the direction
perpendicular to the Main T15. Finally
Cross T15 (CT15W06) having flange width
15mm, height 32mm and length 600mm are
then interlocked into the pre cut slots in the
1200mm Cross T15 at 1200mm centers and
in direction parallel to the Main T15.
Subtex Nubby steppe edge of size
595x595x15mm thick shall be placed into
the grid size of 600x600mm. Ensure arrow
marks behind subtex panels are orianted in
one direction to achieve uniform shade.
SH : 10 : FINISHING
12 mm cement plaster of mix :
10.1.1.1 1:6 (1 cement: 6 coarse sand)

AE (P) /

Sqm

124.00

Sqm

3307.00

EE (P)

59
10.2

10.3

10.4

10.5

10.6

10.7

10.8

10.9

15 mm cement plaster on rough side of


single or half brick wall of mix :
10.2.1 1:6 (1 cement: 6 coarse sand)

Sqm

3251.00

15 mm cement plaster on rough side of


single or half brick wall finishede with a
floating coat of neat cement of mix :
10.3.1 1:4 (1 cement : 4 fine sand)

Sqm

66.00

6 mm cement plaster of mix :


10.4.1 1:3 (1 cement : 3 fine sand)

Sqm

1489.00

Distempering with 1st quality acrylic


distemper (ready mixed) of approved
manufacturer, of required shade and colour
complete,
as
per
manufacturer's
specification.
10.5.1 Two or more coats on new work.

Sqm

3749.00

Applying one coat of water thinnable


cement primer of approved brand and
manufacture on wall surface :
10.6.1 Water thinnable cement primer.

Sqm

3749.00

Finishing walls with Premium Acrylic


Smooth exterior paint with Silicone
additives of required shade.
10.7.1 New work (Two or more coats
applied @ 1.43 ltr / 10 sqm over and
including base coat of water proofing
cement paint applied @ 2.20 kg / 10 sqm)

Sqm

1819.00

Painting with synthetic enamel paint of


approved brand and manufacture to give an
even shade :
10.8.1 Two or more coats on new work.

Sqm

195.00

Polishing on wood work with ready mixed


wax polish of approved brand and
manufacture :
10.9.1 New work.

Sqm

129.00

AE (P) /

EE (P)

60
10.10

11.1

11.2

11.3

Providing and applying white cement based


putty of average thickness of 1 mm of
approved brand and manufacturer, over
plastered wall surface
to prepare the
surface even and smooth complete.
SH : 11 : SANITARY INSTALLATIONS

Sqm

3749.00

Providing and fixing water closet squatting


pan (Indian type W.C. pan ) with 100 mm
sand cast Iron P or S trap, 10 litre low level
white P.V.C. flushing cistern, including
flush pipe, with manually controlled device
(handle lever) conforming to IS : 7231, with
all fittings and fixtures complete, including
cutting and making good the walls and
floors wherever required :
11.1.1
White Vitreous china Orissa
pattern W.C. pan of size 580x440 mm with
integral type foot rests

Each

8.00

Providing and fixing white vitreous china


pedestal type water closet (European type)
with seat and lid, 10 litre low level white
vitreous china flushing cistern & C.P flush
bend with fittings & C.I brackets, 40mm
flush bend, overflow arrangement with
specials of standard make and mosquito
proof coupling of approved muncipal design
complete including painting of fittings and
brackets, cutting and making good the walls
and floors wherever required.
11.2.1 W.C pan with ISI marked white
solid plastic seat and lid.

Each

6.00

Providing and fixing white vitreous china


flat back half stall urinal of size
580x380x350 mm with white PVC
automatic flushing cistern, with fittings,
standard size C.P. brass flush pipe,
spreaders with unions and clamps (all in
C.P. brass) with waste fitting as per IS :
2556, C.I. trap with outlet grating and other
couplings in C.P. brass, including painting
of fittings and cutting and making good the
walls and floors wherever required :
11.3.1 Single half stall urinal with 5 litre
P.V.C. automatic flushing cistern.

Each

3.00

AE (P) /

EE (P)

61

11.4

11.5

11.6

11.7

11.8

11.3.2 Range of four half stall urinals with


10 litre P.V.C. automatic flushing cistern.

Each

2.00

Providing and fixing wash basin with C.I.


brackets, 15 mm C.P. brass pillar taps, 32
mm C.P. brass waste of standard pattern,
including painting of fittings and brackets,
cutting and making good the walls wherever
require :
11.4.1 White Vitreous China Flat back
wash basin size 550x400 mm with single 15
mm C.P. brass pillar tap.

Each

16.00

11.5.1.1 40 mm dia

Each

16.00

Providing and fixing mirror of superior


glass (of approved quality) and of required
shape and size with plastic moulded frame
of approved make and shade with 6mm
thick hard board backing.
11.6.1 Rectangular shape 453x357 mm.

Each

16.00

Providing and fixing 600x120x5 mm glass


shelf with edges round off, supported on
anodised aluminium angle frame with C.P.
brass brackets and guard rail complete fixed
with 40 mm long screws, rawl plugs etc.,
complete.

Each

20.00

Metre

177.00

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


sink or wash basin including P.V.C. waste
fittings complete.
11.5.1 Semi rigid pipe

Providing and fixing soil, waste and vent


pipes :
11.8.1 100 mm dia
11.8.1.1 Centrifugally cast (spun) iron
socket & spigot (S&S) pipe as per IS: 3989

AE (P) /

EE (P)

62
11.9

11.10

Providing and fixing M.S. holder-bat clamps


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

44.00

Each

8.00

Each

44.00

Each

14.00

Each

6.00

Each

215.00

100 mm dia

11.11.1.1 Sand cast iron S&S as per IS 3989


Providing and fixing single equal plain
junction of required degree with access
door, insertion rubber washer 3 mm thick,
bolts and nuts complete :
11.12.1 100x100x100x100 mm
11.12.1.1 Sand cast iron S&S as per IS 3989
11.13

Each

Providing and fixing heel rest sanitary bend.


11.11.1

11.12

54.00

Providing and fixing bend of required


degree with access door, insertion rubber
washer 3 mm thick, bolts and nuts complete.
11.10.1 100 mm dia
11.10.1.1 Sand cast iron S&S as per IS 3989

11.11

Each

Providing and fixing terminal guard :


11.13.1 100mm

11.14

11.13.1.1 Sand cast iron S&S as per IS 3989


Providing and fixing collar :
11.14.1 100mm

11.15

11.14.1.1 Sand cast iron S&S as per IS 3989


Providing lead caulked joints to sand cast
iron/centrifugally cast (spun) iron pipes and
fittings of diameter :
11.15.1 100 mm

AE (P) /

EE (P)

63

11.16

11.17

11.18

12.1

Providing and fixing trap of self cleansing


design with screwed down or hinged grating
with or without vent arm complete,
including cost of cutting and making good
the walls and floors :
11.16.1 100 mm inlet and 100 mm outlet
11.16.1.1 Sand cast iron S&S as per IS:
3989

Each

23.00

Painting sand cast iron/ centrifugally cast


(spun) iron soil, waste vent pipes and
fittings with two coats of synthetic enamel
paint of any colour such as chocolate grey,
or buff etc. over a coat of primer (of
approved quality) for new work :
11.17.1 100 mm diameter pipe

Metre

195.00

Each

5.00

Providing and fixing PTMT towel rail


complete with brackets fixed to wooden
cleats with CP brass screws with concealed
fittings arrangement of approved quality and
colour.
11.18.1 600 mm long towel rail with total
length of 645 mm, width 78 mm and
effective height of 88 mm, weighing not less
than 190 gms.
SH : 12 : WATER SUPPLY
Providing and fixing Chlorinated Polyvinyl
Chloride (CPVC) pipes, having thermal
stability for hot & cold water supply,
including all CPVC plain & brass threaded
fittings, including fixing the pipe with
clamps at 1.00 m spacing. This includes
jointing of pipes & fittings with one step
CPVC solvent cement and testing of joints
complete as per direction of Engineer in
Charge.
Internal work - Exposed on wall
12.1.1

25 mm dia nominal bore.

Metre

94.00

12.1.2

32 mm dia nominal bore.

Metre

75.00

12.1.3

40 mm nominal outer dia Pipes

Metre

30.00

AE (P) /

EE (P)

64
12.2

12.3

12.4

12.5

12.6

Providing and fixing Chlorinated Polyvinyl


Chloride (CPVC) pipes, having thermal
stability for hot & cold water supply,
including all CPVC plain & brass threaded
fittings, i/c fixing the pipe with clamps at
1.00 m spacing. This includes jointing of
pipes & fittings with one step CPVC solvent
cement and the cost of cutting chases and
making good the same including testing of
joints complete as per direction of Engineer
in Charge.
Concealed work, including cutting chases
and making good the walls etc.
12.2.1

15 mm nominal outer dia Pipes

Metre

208.00

12.2.2

20 mm nominal outer dia Pipes

Metre

40.00

12.2.3

32 mm nominal outer dia Pipes

Metre

50.00

Providing and fixing G.I. pipes complete


with G.I. fittings including trenching and
refilling etc.
External work
12.3.1
50 mm dia nominal bore

Metre

10.00

Making connection of G.I distribution


branch with G.I main of following sizes by
providing and fixing tee, including cutting
and threading the pipe etc. complete
12.4.1
50 to 80 mm nominal bore

Each

1.00

Each

2.00

Providing and fixing gun metal gate valve


with C.I. wheel of approved quality
(screwed end) :
12.5.1
25 mm nominal bore.
12.5.2
32 mm nominal bore.

Each

4.00

12.5.3

40 mm nominal bore

Each

1.00

12.5.4

50 mm nominal bore

Each

1.00

Each

30.00

Providing and fixing unplasticised PVC


connection pipe with brass unions.
12.6.1

45 cm length

12.6.1.1 15 mm nominal bore

AE (P) /

EE (P)

65
12.7

Providing and fixing C.P. brass shower rose


with15 or 20mm inlet :
12.7.1 150mm diameter.

Each

3.00

Quintal

0.21

12.8

Supplying pig lead at site of work.

12.9

Constructing masonry Chamber 30x30x50


cm inside, in brick work in cement mortar
1:4 (1 cement :4 coarse sand) for stop cock,
with C. I. surface box 100x100 x75 mm
(inside) with hinged cover fixed in cement
concrete slab 1:2:4 mix (1 cement : 2 coarse
sand : 4 graded stone aggregate 20 mm
nominal size), i/c necessary excavation,
foundation concrete 1:5:10 ( 1 cement : 5
fine sand : 10 graded stone aggregate 40mm
nominal size ) and inside plastering with
cement mortar 1:3 (1 cement : 3 coarse
sand) 12mm thick, finished with a floating
coat of neat cement complete as per standard
design :
12.9.1
With common burnt clay
F.P.S.(non modular) bricks of class
designation 7.5

Each

1.00

Painting G.I pipes and fittings with two


coats of anti-corrosive bitumastic paint of
approved quality.
12.10.1 50 mm diameter pipe.

Metre

10.00

Providing and filling sand of grading zone V


or coarser grade allround the G.I pipes in
external work.
12.11.1 50 mm diameter pipe.

Metre

10.00

Providing and placing on terrace (at all floor


level) polythylene water storage tank ISI
12701 marked with cover and suitable
locking arrangement and making necessary
holes for inlet, outlet and overflow pipes but
without fittings and the base support for
tank.

Per litre

7500.00

12.10

12.11

12.12

12.13

Providing and fixing C.P. brass bib cock of


approved quality conforming to IS:8931 :

AE (P) /

EE (P)

66
12.13.1
12.14

12.15

12.16

15 mm nominal bore

Each

18.00

Providing and fixing C.P. brass long body


bib cock of approved quality conforming to
IS standards and weighing not less than 690
gms.:8931 :
12.14.1
15 mm nominal bore

Each

5.00

Providing and fixing C.P. brass stop cock


(concealed)of standard design and of
approved make conforming to IS :
8931.quality and colour.
12.15.1 15 mm nominal bore.

Each

43.00

Each

9.00

Providing and laying cement concrete


1:5:10 (1 cement : 5 coarse sand : 10 graded
stone aggregate 40 mm nominal size) up to
haunches of S.W. pipes including bed
concrete as per standard design :
13.1.1
150 mm diameter S.W. pipe

Metre

105.00

Providing, laying non-pressure NP2 class


(light duty) R.C.C pipes with collars jointed
with stiff mixture of cement mortar in the
proportion of 1:2 (1 cement : 2 fine sand)
including testing of joints etc. complete :
13.2.1
150 mm dia R.C.C pipe

Metre

105.00

Providing and fixing PTMT grating of


approved quality and colour.
12.16.1 Circular type.
12.16.1.1 100mm nominal dia.

SH : 13 : DRAINAGE
13.1

13.2

13.3

Providing and fixing square-mouth S.W.


gully trap class SP-1 complete with C.I.
grating brick masonry chamber with water
tight C.I. cover with frame of 300 x300 mm
size (inside) the weight of cover to be not
less than 4.50 kg and frame to be not less
than 2.70 kg as per standard design :
13.3.1
100x100 mm size P type

AE (P) /

EE (P)

67

13.4

13.5

13.6

13.3.1.1
With common burnt clay F.P.S.
(non modular) bricks of class designation
7.5

Each

8.00

Constructing brick masonry manhole in


cement mortar 1:4 (1 cement : 4 coarse
sand) R.C.C. top slab with 1:2:4 mix (1
cement : 2 coarse sand : 4 graded stone
aggregate 20 mm nominal size), foundation
concrete 1:4:8 mix (1 cement : 4 coarse sand
: 8 graded stone aggregate 40 mm nominal
size) inside plastering 12 mm thick with
cement mortar 1:3 (1 cement : 3 coarse
sand) finished with floating coat of neat
cement and making channels in cement
concrete 1:2:4 (1 cement : 2 coarse sand : 4
graded stone aggregate 20 mm nominal size)
finished with a floating coat of neat cement
complete as per standard design :
13.4.1 Inside size 90 x 80 cm and 45 cm
deep including C.I cover with frame (light
duty) 455x610mm internal dimensions, total
weight of cover and frame to be not less
than 38kg (weight of cover 23kg and weight
of frame 15kg).
13.4.1.1 With common burnt clay F.P.S
(non-modular) . bricks with class
designation 7.5.

Each

15.00

13.5.1
Size 90x80 cm
13.5.1.1
With common burnt clay F.P.S.
(non modular) bricks of class designation
7.5

Metre

2.00

Providing M.S. foot rests including fixing in


manholes with 20x20x10 cm cement
concrete blocks 1:3:6 (1 cement : 3 coarse
sand : 6 graded stone aggregate 20 mm
nominal size) as per standard design :
13.6.1
With 20 mm diameter round bar.

Each

10.00

Extra for depth for manholes :

AE (P) /

EE (P)

68
13.7

13.8

Making connection of drain or sewer line


with existing manhole including breaking
into and making good the walls, floors with
cement concrete 1:2:4 mix (1 cement : 2
coarse sand : 4 graded stone aggregate
20mm nominal size) cement plastered on
both sides with cement mortar 1:3 (1 cement
: 3 coarse sand) finished with a floating coat
of neat cement and making necessary
channels for the drain etc. complete.
13.7.1 For pipes 100 to 250 mm diameter.
Making soak pit 2.5 m diameter 3.0 metre
deep with 45 x 45 cm dry brick honey comb
shaft with bricks and S.W. drain pipe 100
mm diameter, 1.8 m long complete as per
standard design.
13.8.1
With common burnt clay F.P.S.
(non modular) bricks of class designation
7.5

Each

1.00

Each

1.00

Mtr

2784.00

SH : 14 : PILE WORK
14.1

14.2

Boring, Providing and installing cast in situ


single under reamed piles of specified
diameter and length below pile cap in M-25
cement concrete, to carry a safe working
load not less than specified, excluding the
cost of steel reinforcement but including the
cost of boring with bentonite solution and
the length of the pile to be embedded in pile
cap etc. all complete. (Length of pile for
payment shall be measured upto to the
bottom of pile cap) :
14.1.1 400 mm dia piles
Vertical load testing of piles in accordance
with IS 2911 (Part IV) including installation
of loading platform by Kentledge method
and preparation of pile head or construction
of test cap and dismantling of test cap after
test etc. complete as per specification & the
direction of Engineer in-charge.
Note:- 1 . Initial and Routine Load test shall
not be carried out by Dynamic method of
testing.
AE (P) /

EE (P)

69
Note:-2. Testing agency shall submit the
design of loading platform for the approval
of Engineer-in-charge.
14.2.1 Single pile upto 50 tonne safe
capacity
14.2.1.1 Initial test. ( Test load 2.5 times the
safe capacity)
14.2.1.2 Routine test ( Test load 1.5 times
the safe capacity)

Each

2.00

Each

4.00

Kg

386.00

Kg

450.00

SH : 15 : ALUMINIUM WORK
15.1

Providing and fixing aluminium work for


doors, windows, ventilators and partitions
with extruded built up standard tubular
sections / appropriate Z sections and other
sections of approved make conforming to IS
: 733 and IS : 1285, fixing with dash
fasteners of required dia and size, including
necessary filling up of gaps at junctions, i.e
at top, bottom and sides with required
EPDM rubber /
neoprene gasket etc.
Aluminium sections shall be smooth, rust
free,
straight,
mitred
and
jointed
mechanically wherever required including
cleat angle. Aluminium snap beading for
glazing / panelling, C.P brass / stainless
steel screws, all complete as per
architectural drawings and the direction of
Engineer-in-charge.(Glazing, paneling and
dash fasteners to be paid for separately).
15.1.1 For fixed portion.
15.1.1.1 Powder coated aluminium
(minimum thickness of powder coating 50
micron).
15.1.2 For shutters of doors, windows &
ventilators including providing and fixing
hinges / pivots and making provision for
fixing of fittings wherever required
including the cost of EPDM rubber
/neoprene gasket required (Fittings shall be
paid for separately).
15.1.2.1 Powder coated aluminium
(minimum thickness of powder coating 50
micron).

AE (P) /

EE (P)

70
15.2

15.3

15.4

15.5

16.1

Providing and fixing glazing in aluminium


door, window, ventilator shutters and
partitions etc with EPDM rubber / neoprene
gasket etc. complete as per the architectural
drawings and the directions of Engineer-incharge.(Cost of aluminium snap beading
shall be paid in basic item).
15.2.1 With float glass panes of 4.0 mm
thickness.
15.2.2 With float glass panes of 5.50 mm
thickness.

Sqm

53.00

Sqm

4.00

Providing and fixing double action


hydraulic floor spring of approved brand
and manufacture IS : 6315, having brand
logo embossed on the body / plate with
double spring mechanism and door weight
upto 125kg, for doors, including cost of
cutting floors , embedding in floors as
required and making good the same
matching to the existing floor finishing and
cover plates with brass pivot and single
piece M.S sheet outer box with slide plate
etc complete as per the direction of
Engineer-in-charge.
15.3.1 With stainless steel cover plate
minimum 1.25mm thickness.

Each

2.00

Filling the gap in between aluminium frame


& adjacent RCC/Brick/Stone work by
providing weather silicon sealant over
backer rod of approved quality as per
architectural drawings and direction of
Engineer-in-charge complete.
15.4.1 Upto 5mm depth and 5mm width.

Metre

198.00

Each

1.00

Providing and fixing 100mm brass locks


(best make of approved quality) for
aluminium doors including necessary
cutting and making good etc. complete.
SH : 16 : WATER PROOFING
Providing and laying water proofing
treatment to vertical and horizontal surfaces
of depressed portions of W.C., kitchen and
the like consisting of :

AE (P) /

EE (P)

71
i) Ist course of applying cement slurry @ 4.4
kg/sqm mixed with water proofing
compound ' conforming to IS 2645 in
recommended
proportions
including
rounding off junction of vertical and
horizontal surface.
ii) IInd course of 20 mm cement plaster 1:3
(1 cement : 3 coarse sand) mixed with water
proofing compound in recommended
proportion including rounding off junction
of vertical and horizontal surface..
iii) IIIrd course of applying blown or
residual bitumen applied hot at 1.7 kg. per
sqm of area.
iv) IVth course of 400 micron thick PVC
sheet. (Overlaps at joints of PVC sheet
should be 100 mm wide and pasted to each
other with bitumen @ 1.7 Kg/sqm.)
16.2

Cement concrete 1:2:4 (1 cement : 2 coarse


sand : 4 graded stone aggregate 20 mm
nominal size)
SH : 17 : STRUCTURAL GLAZING
AND ALUMINIUM COMPOSITE
PANEL

17.1

Providing and supplying aluminium


extruded tubular and other aluminium
sections as per the architectural drawings
and approved shop drawings , the
aluminium quality as per grade 6063 T5 or
T6 as per BS 1474,including super durable
powder coating of 60-80 microns
conforming to AAMA 2604 of required
colour and shade as approved by the
Engineer-in-Charge. (The item includes cost
of material such as cleats, sleeves, screws
etc. necessary for fabrication of extruded
aluminium frame work. Nothing extra shall
be paid on this account).

17.2

Sqm

46.00

cum

35

Kg

4538.00

Designing, fabricating, testing, protection,


installing and fixing in position semi (grid)
unitized system of structural glazing (with
open joints) for linear as well as curvilinear
portions of the building for all heights and
all levels including:

AE (P) /

EE (P)

72
a) Structural analysis & design and
preparation of shop drawings for the
specified design loads conforming to IS 875
part III (the system must passed the proof
test at 1.5 times design wind pressure
without any failure), including functional
design of the aluminum sections for fixing
glazing panels of various thicknesses,
aluminium cleats, sleeves and splice plates
etc. gaskets, screws, toggles, nuts, bolts,
clamps etc., structural and weather silicone
sealants, flashings, fire stop (barrier)-cumsmoke seals, microwave cured EPDM
gaskets for water tightness, pressure
equalisation & drainage and protection
against fire hazard including:
b) Fabricating and supplying serrated M.S.
hot dip galvanised / Aluminium alloy of
6005 T5 brackets of required sizes, sections
and profiles etc. to accommodate 3
Dimensional movement for achieving
perfect verticality and fixing structural
glazing system rigidly to the RCC/
masonry/structural steel framework of
building structure using stainless steel
anchor fasteners/ bolts, nylon separator to
prevent bimetallic contacts with nuts and
washers etc. of stainless steel grade 316, of
the required capacity and in required
numbers.
c) Providing and filling, two part pump
filled, structural silicone sealant and one part
weather silicone sealant compatible with the
structural silicone sealant of required bite
size in a clean and controlled factory / work
shop environment , including double sided
spacer tape, setting blocks and backer rod,
all of approved grade, brand and
manufacture, as per the approved sealant
design, within and all around the perimeter
for holding glass.
d) Providing and fixing in position flashings
of solid aluminium sheet 1 mm thick and of
sizes, shapes and profiles, as required as per
the site conditions, to seal the gap between
the building structure and all its interfaces
with curtain glazing to make it watertight.

AE (P) /

EE (P)

73
e) Making provision for drainage of
moisture/ water that enters the curtain
glazing system to make it watertight, by
incorporating principles of pressure
equalization, providing suitable gutter
profiles at bottom (if required), making
necessary holes of required sizes and of
required numbers etc. complete. This item
includes cost of all inputs of designing,
labour for fabricating and installation of
aluminium grid, installation of glazed units,
T&P, scaffolding and other incidental
charges including wastages etc., enabling
temporary structures and services, cranes or
cradles etc. as described above and as
specified. The item includes the cost of
getting all the structural and functional
design including shop drawings checked by
a structural designer, dully approved by
Engineer-in-charge. The item also includes
the cost of all mock ups at site, cost of all
samples of the individual components for
testing in an approved laboratory, field tests
on the assembled working structural glazing
as specified, cleaning and protection till the
handing over of the building for occupation.
In the end, the Contractor shall provide a
water tight structural glazing having all the
performance characteristics etc. all complete
as required, as per the Architectural
drawings, as per item description, as
specified, as per the approved shop
drawings and as directed by the Engineer-inCharge.
Note:- 1. The cost of providing extruded
aluminium frames, shadow boxes, extruded
aluminium section capping for fixing in the
grooves of the curtain glazing and vermin
proof stainless steel wire mesh shall be paid
for separately under relevant items under
this sub-head. However for the purpose of
payment, only the actual area of structural
glazing (including width of grooves) on the
external face shall be measured in sqm upto
two decimal places.

AE (P) /

EE (P)

74
Note:- 2 The following performance test are
to be conducted on structural glazing system
if area of structural glazing exceeds 2500
sqm from the certified laboratories
accreditated
by
NABL
(National
Accreditation Board for testing and
Calibration Laboratories), Department of
Science & Technologies, India. Cost of
testing is payble separately. The NIT
approving authority will decide the
necessity of testing on the basis of cost of
work, cost of the test and importance of the
work. Performance testing of Structural
glazing system Tests to be conducted in the
NBL Certified laboratories.
1. Performance Laboratory Test for Air
Leakage Test (-50pa to - 300pa) & (+50pa
to +300pa) as per ASTME-283-04 testing
method for a range of testing limit 1 to 200
mVhr."
2. Static Water Penetration Test (50pa to
1500pa) as per ASTME-331-09 testing
method for a range up to 2000 ml."
3. Dynamic Water Penetration (50pa to
1500pa) as per AAMA501.01-05 testing
method for a range upto 2000ml"
4. Structural Performance Deflection and
deformation by static air pressure test (1.5
times desing wind pressure without any
failure) as per ASTME-330-10 testing
method for a range upto 50 mm"
5. Seismic Movement Test (upto 30 mm) as
per AAMA 501.4-09 testing method for
Qualitative test" Tests to be conducted on
site.
6. Onsite Test for Water Leakage for a
pressure range 50 kpa to 240 kpa (35psi)
upto 2000ml"
17.3

Sqm

Designing, fabricating, testing, installing


and fixing in position Curtain Wall with
Aluminium Composite Panel Cladding, with
open grooves for linear as well as
curvilinear portions of the building , for all
heights and all levels etc. including:

AE (P) /

EE (P)

273.00

75
a) Structural analysis & design and
preparation of shop drawings for pressure
equalisation or rain screen principle as
required, proper drainage of water to make it
watertight including checking of all the
structural and functional design.
b) Providing, fabricating and supplying and
fixing panels of aluminium composite panel
cladding in pan shape in metallic colour of
approved shades made out of 4mm thick
aluminium composite panel material
consisting of 3mm thick FR grade mineral
core sandwiched between two Aluminium
sheets (each 0.5mm thick). The aluminium
composite panel cladding sheet shall be coil
coated, with Kynar 500 based PVDF /
Lumiflon based fluoropolymer resin coating
of approved colour and shade on face # 1
and polymer (Service) coating on face # 2 as
specified using stainless steel screws, nuts,
bolts, washers, cleats, weather silicone
sealant, backer rods etc.
(c) The fastening brackets of Aluminium
alloy 6005 T5 / MS with Hot Dip
Galvanised with serrations and serrated
washers to arrest the wind load movement,
fasteners, SS 316 Pins and anchor bolts of
approved make in SS 316, Nylon separators
to prevent bi-metallic contacts all complete
required to perform as per specification and
drawing.

AE (P) /

EE (P)

76
The item includes cost of all material &
labour component, the cost of all mock ups
at site, cost of all samples of the individual
components for testing in an approved
laboratory, field tests on the assembled
working curtain wall with aluminium
composite panel cladding, cleaning and
protection of the curtain wall with
aluminium composite panel cladding till the
handing over of the building for occupation.
Base frame work for ACP cladding is
payable under the relevant aluminium item.s
The Contractor shall provide curtain wall
with aluminium composite panel cladding,
having all the performance characteristics all
complete , as per the Architectural drawings,
as per item description, as specified, as per
the approved shop drawings and as directed
by the Engineer-in-Charge. However, for the
purpose of payment, only the actual area on
the external face of the curtain wall with
Aluminum Composite Panel Cladding
(including width of groove) shall be
measured in sqm. up to two decimal places.

Sqm

Assistant Engineer (P)


BCC, CPWD, Bhubaneswar

91.00

Executive Engineer(P)
BCC, CPWD, Bhubaneswar

AE (P) /

EE (P)

77
PART-C

Additional Conditions and Specificatoins for Internal Electrical Installations.


1. General
1.1. The work shall be generally carried out in accordance with schedule of quantities and the
following specifications and conditions.
a. CPWD general specifications for electrical work Part-I internal- 2013, as amended upto date.
b. CPWD general specifications for electrical work Part-II external 2005, as amended upto date.
c. Commercial and additional conditions for this work.
d. The Indian electricity Act, 2003 as amended upto date.
e. Indian electricity rules 1956 amended upto date.
1.2. The Department shall not issue any T & P and nothing extra shall be paid on account of this.
2. Rates:
The rates quoted by the tenderer, shall be firm and inclusive of all taxes (Including works
contract tax, labour welfare cess (but excluding service tax), Octroi, duties and levies and all
charges for packing, forwarding, insurance, freight and delivery, installation, testing,
commissioning etc at site i/c temporary constructional storage, risks, over head charges, general
liabilities / obligations and clearance from local authorities.
3. Completeness of tender:
All sundry equipment, fittings, unit assemblies, accessories, hardware items, foundation bolts,
termination lugs for electrical connections, and all other items which are use full and necessary
for efficient assembly and installation of equipment and components of the work shall be deemed
to have been included in the tender irrespective of the fact whether such items are specifically
mentioned in the tender documents or not.
4. Storage and Custody of Materials:
The agency has to make his own arrangement for storage, watch and ward of the stores. Their
safe custody shall be the responsibility of the contractor till the final taking over of the
installation by the department.
5. Care of the Building:
Care shall be taken by the contractor while handling and installing the various equipments and
components of the work to avoid damage to the building. He shall be responsible for repairing all
damages and restoring the same to their original finish at his cost. He shall also remove at his
cost all unwanted and waste materials arising out of the installation from the site of work.
6. Completion period:
The completion period indicated in the tender documents is for the entire work of supplying,
installation, testing, commissioning and handing over of the entire installation to the satisfactory
of the Engineer-in-Charge.
7. Performance Guarantee:
The tender shall guarantee among other things, the following visa-a-vis specifications.
a. Quality, strength and performance of the materials used.
b. Satisfactory operation during the maintenance period.
8. Defect Liability Period:

AE (P) /

EE (P)

78
a) The entire installation in general shall be guaranteed for a period of 12 months from the date
of completion. Any defective materials and equipment shall be replaced free of cost at the
direction of the Engineer-in-Charge.
b) The LED chips / LED fittings shall be guaranteed for a period of 5 years and drivers shall be
guaranteed for a period of 3 years from the date of completion of work and handing over. A
letter from the manufacturer of the LED luminaires regarding the back to back arrangement for
performance of this guarantee clause shall be submitted at the time of supply of LED fittings.
9. Power Supply:
No power supply for the purpose of carrying out the work, except for testing and commissioning,
shall be provided by the department.
10. Data and Programme to be furnished by the tenderers:
The Contractor shall prepare the programme chart for the execution of the work showing clearly
all activities from the start of work to the completion required for the completion of the work
within the stipulated period and submit the same to the Engineer-in-Charge within fifteen days
after the issue of letter for commencement of the work. The contractor shall also submit monthly
programme and progress report and update / re-schedule the same every month. These shall be
submitted by the contractor in soft copy also besides forwarding hard copy of the same.
11. Extent of work:
11.1. The work shall comprise of entire labour including supervision and all materials necessary to
make a complete installation and such tests and adjustments and commissioning as may be
requirement by the department.
11.2. Micor building works necessary like making of opening in walls or in floors and restoring to
their original condition, finish and necessary grouting etc as required to be undertaken.
12. Compliance with Regulations and Indian Standards
12.1. All works shall be carried out in accordance out in accordance with relevant regulation, both
statutory and those specified by the Indian Standards related to this work. In particular, the
equipment and installation shall comply with the following:
a. Factories Act.
b. Indian Electricity Rules.
c. IS & BS Standards as applicable.
d. Workmens compensation Act.
e. Statutory norms prescribed by local bodies.
13. Indemnity:
The successful tenderer shall at all times indemnify the department, consequent on this works
contract. The successful tenderer shall be liable, in accordance with the Indian Law and
Regulations for any accident occurring due to any cause and the department shall not be
responsible for any accident or damage incurred or claims arising there from during the period of
erection, construction and putting into operation the equipments and ancillary equipment under
the supervision of the successful tenderer in so far as the latter is responsible. The successful
tenderer shall also provide all insurance including third party insurance as may be necessary to
cover the risk. No extra payment would be made to the successful tenderer due to the above.
14. Co-operation with Other Agencies:
The successful tender shall co-ordinate with other contractors and agencies engaged in the
construction of the building and exchange freely all technical information so as to make the
AE (P) /

EE (P)

79

15.

16.

17.

18.

19.
20.
21.
22.

23.

execution of this works contract smooth. No remuneration should be claimed from the
department for such technical operation. If any unreasonable hindrance is caused to other
agencies and any existing portion of the building has to be dismantled and re-done for want of
cooperation and coordination by the successful tenderer during the course of work, such
expenditure incurred will be recovered from the successful tenderer if the restoration work to the
original condition or specification of the dismantled portion of the work was not under taken by
the successful tenderer himself. Water proofing of pits shall not be damaged under any
circumstances.
Verification of Correctness of Material at Destination:
The contractor shall have to produce all the relevant records to certify that the genuine material
from the manufacturers has been supplied and erected.
Order of Preference:
Should there be any difference or discrepancy between the description of items as given in the
schedule of quantities, technical specifications for individual items of work (Including additional
and commercial conditions) and IS codes etc, the following order of preference shall be
followed:
a. Schedule of quantities.
b. Commercial and additional conditions for this work.
c. General conditions of contract for CPWD works.
d. Drawings
e. CPWD General Specifications.
f. Relevant IS or any other International code in case is not available.
The main contractor shall also enter into a Memorandum of understanding with the approved
associated contractor on Non-Judicial Stamp Paper as per the enclosed proforma and submit this
MOU duly completed (Duly Signed by him and the associated Contractor) before
commencement of work.
Executive Engineer (Elect.) shall be the Engineer-in-Charge as far as electrical works are
concerned. Separate tender form for electrical component is appended with this tender. It will be
obligatory on part of the main contractor to sign the tender documents for all the components.
The main agency shall be responsible for all acts of omissions and submission of the electrical
contractor or sub-contractor engaged by him, even with approved of department.
Approval of the Engineer-in-charge shall be taken well in advance for all the materials to be
supplied and used in all the works by the contractor.
The contractor has to make his own arrangements for stores and watch and ward and no extra
claim for this will be entertained.
Running payment for electrical / mechanical components shall be made by the EE (E) directly to
the main contractor. The main contractor shall make the payment to associated contractor within
15 Days of receipt of each running account payment.
Payments Terms:
On account payments for part work (After stipulated and statutory deductions) as assessed by the
Engineer-in-Charge for the applicable items in the contract shall be payable at part rate not
exceeding the percentage indicated against the stages of work.
A] Items connected with point wiring, circuit wiring, sub-main wiring, power point wiring and
light plug wiring.

AE (P) /

EE (P)

80

S. N
Stage of work
A
On laying of conduits with accessories, switch boxes,
etc.
B
On drawing of wires i/c terminations, switches, sockets,
cover plates etc.
C
On completion of installation, testing and
commissioning.
D
At the time of payment of final bill.

Percentage of Rate
40%
40%
15%
5%

B] Items of Lighting Fixtures, MV Panels, MCBs, MCB DBs, Rising Main etc
S. N
Stage of work
A
On initial inspection of material and delivery at site in
good condition on pro-rate basis.
B
On completion of installation on pro-rata basis.
C
On completion of testing and commissioning.
D
At the time of payment of final bill.

24.
25.

26.
27.

28.

29.
30.

Percentage of Rate
70%
15%
10%
5%

For other items, the part rates will be decided by the Engineer-in-Charge of the work and shall
be binding on the contractor.
The main contractor shall be responsible for coordinating the activities of all works and will
ensure progress of works as per laid down program.
The main contractor and / or his associated electrical contractor or his representative is bound to
sign the site order books as and when required by the Engineer-in-charge and will comply with
the remarks therein.
The contractor shall make his own arrangement at his own cost for electrical / general tools and
plants required for the work.
The connections, interconnections, earthing and loop earthing shall be done by the contractor
when ever required to be done for energisation of the installation and nothing extra shall be paid
on this account.
The contractor must be able to work on concrete slabs / walls as and when required and in
complete coordination with the civil works. Cutting of chases in the plastered wall shall in no
case be allowed. The contractor shall fix conduits and boxes in the walls soon after the brick
work is completed and finish the case to rough surface with proper cement sand mixture. Only in
exceptional cases e.g. where cutting of plastered surface con not be avoided it will be
contractors responsibility to ensure that plastering is done to match the original finish at no extra
cost.
The contractor shall remove all the debris due to the electrical works from the site as soon as the
work is completed.
The wiring and conduit route shall be marked by the contractor in the drawing first, and shall be
got approved from Engineer-in-Charge.

AE (P) /

EE (P)

81
31. Some light points in lobby / corridors / stair case / lift shaft etc are group controlled which will
be measured as per specifications.
32. The rupturing capacity of the MCBs shall be 10KA. The MCBs shall have ISI mark. Quantities
of MCBs of different rating of 6 amps to 32 amps shall be brought in consultation and after
obtaining approval from the Engineer-in-Charge.
33. All the MCCBs shall be rated for Ics=Icu
34. The copper wires to be used on this work shall be FRLS type and ISI marked.
35. The make of switch boxes shall be the same as that of switches. Only the required knockouts of
the switch boxes are to be removes for terminating the conduit pipes with PVC glands / check
nuts.
Make of MCB / MCCB shall be the same as the make of MCB DB.
All the switch boxes, MCB DBs are to be covered with plastic sheet / petroleum gelly when
installed in brick work till the plastering / painting is done to avoid sticking of cement plaster /
splashes of the paint. Cement plaster / paint are to be cleaned immediately after plaster to avoid
rusting of switch boxes and MCB DBs. The plastic sheet is to be removed at the time of handing
over.
All pin 15 amp and 6 pin 15/16 amps power sockets, fan regulator shall be of 2/3 module type.
36. The electrical works shall be carried out by the contractor, side by side with the progress of the
civil works.
37. The contractor shall on demand by the Engineer-in-charge, furnish the proof to the satisfaction of
Engineer-in-charge regarding purchases of wires, modular switches & accessories, MCBs MCB
DB, fittings, accessories and other items, from the manufacturers authorization outlets.
38. All PVC conduits accessories shall be of the same make as conduits. The conduits shall be
terminated at switch boxes / metallic junction boxes with suitable PVC glands / check nuts.
39. Cutting of brick walls shall be with chase cutting machine only. All repairs and patch works shall
be neatly carries out to match the original finish and to the entire satisfaction of the Engineer-incharge.
40. All the sub main and circuit wiring includes loose wire for connections inside switch boxes and
MCB DBs No payment for these wires shall be made. However wires within the cubical panel
will be measured and paid under relevant item of work. All the circuit/sub main wiring are to be
suitably numbered with stickers/maker pen at LT panel, MCB DBs switch boards (ON backside
of cover plate) for ease of maintenance. Nothing shall be paid extra on this account.
41. The contractor shall submit the completion plan separately in triplicate on blue print with one set
on tracing Cloth as per clause-8 of the contract within 30days of the completion of work. In
case, the contractor fails to submit the plan, he shall be liable to pay a sum equivalent to 2.5% of
the value of the work subject to a ceiling of Rs. 25, 000.00.
42. To facilitate drawing of wires, 18 SWG GI fish wire shall be provided along with laying of
recessed conduit for which no extra payment shall be made. Conduits laid for other services, like
fire alarm, PA etc, where wiring is not done along with EI works, fish wire shall be invariably
drawn.
43. The connection between incoming switch / isolator and bus bar shall be made with suitable size
of thimble and cable at no extra cost.

AE (P) /

EE (P)

82
44. Copper conductor of insulated cables of size 1.5 Sq.mm and above shall be stranded and
terminals provided with crimped lugs.
45. All MS junction box cover should be of phenolic laminated / good quality plastic sheet of
thickness not less than 3 mm and for which nothing extra shall be paid on the account.
46. All sub-main/power/light wiring shall be terminated in the main board as well as in the switch
boards/socket outlets with suitable copper lugs / thimbles for which nothing extra shall be paid
on this account.
47. All hardware items such as screw, thimbles, GI wire etc which are essentially required for
completing an item as per specifications will be deemed to be included in the item even when the
same have not been specifically mentioned.
48. All hardware items such as nuts / bolts / screws / washers etc to be used in work shall be zinc /
cadmium plate iron.
49. Any conduit which is not be wired by the contractor shall be provided with GI fish wire for
wiring by some other agency subsequently. Nothing extra shall be paid for the same.
50. While laying conduit, suitable size junction boxes shall be provided for pulling the wire as per
the decision of the Engineer-in-Charge.
51. Materials to be used in work are to be ISI marked. The make of the materials have been indicated
in the list of acceptable makes. No other makes will be acceptable. The materials to be used in
the work shall be got approved by the Engineer-in-Charge / his representative before use at site.
The Engineer-in-charge shall reserve the right to instruct the contractor to remove the materials
which, in his opinion, is not acceptable.
52. Where switches / sockets / regulator / telephone / TV / internet outlets are to be provided the
same shall be of only one make.
53. While laying conduits for fire alarm system, sufficient junction outlets are to be provided as per
the direction of the Engineer-in-charge for detectors as reqd.
54. Wherever light fittings are proposed to be provided on the false ceiling, the respective light / fan
point wiring will have to be brought up to the terminal of the light fittings / fans by the
contractor. Flexible metal conduits shall be used for drawing wires from ceiling to fittings on
false ceiling and nothing extra shall be paid to the contractor for the same.
55. Rate Rationalization shall be applicable in case the same item appears more than once in the
schedule of work under the same sub-head or among the different subhead of works.
Accordingly the lowest rate quoted for that item among all the sub-heads shall be considered for
all similar items for evaluation of tender and making payment.
56. All statutory deductions like WCT, labour welfare cess etc. shall be made from the bills.

AE (P) /

EE (P)

83
LIST OF ACCEPTABLE MAKES - IEI WORK
If any make stated below does not comply with the technical specifications and or IS Standards then
such a make shall not be used in the work.
ITEM / EQUIPMENT
ACCEPTABLE MAKES
Ceiling Fans
Khaitan / Orient / Crompton
Exhaust Fans
MCCBs / MCB DBs / MCBs /
RCCBs / INDUSTRIAL SOCKETS
Connectors / Terminal Blocks
PVC Insulated (FRLS) Copper
conductor multi stranded cables
DLP U PVC Trunking / Under
Floor GI trunking
Fluorescent Light Fixtures
LED Luminaires
CAT 6 Cable / Telephone wire / TV
Cable
Lamps
PVC Conduits
Medium Class GI pipes
Anchor Fasteners
Modular Switches & Accessories

Khaitan / Orient / Cromton Greaves


Legrand / Hager / Siemens / Schneider Electric / GE / C&S

Ceiling Roses
MV Panels
LT UG Cables
Rising Mains and Accessories
HDPE / DWC pipes
MS Conduits
Multifunction / Digital meters
Cable Trays

Anchor / Cona / Leader / Havells


CPRI approved and type tested
Finolex / Havells / Polycab / KEI / Universal
C &S Electric / Legrand / Schnider / GE
REX / DURALINE / EMTELLE
AKG / BEC / VIMCO / RMCON
Conzerv / AE / Neptune / L&T
Legrand / RMCON / MEK / Profab

Elmex / Connectwell / Essen


Finolex / RR Kable / KEI / Polycab / Havells
MK / Legrand / Schneider
PHILIPS / WIPRO / CROMPTON
PHILIPS / ENDO / WIPRO / ZUMTOBEL / GE
Systimax / D Link / Mollex / Finolex / Avaya
PHILIPS / GE / OSRAM
BEC / Diamond / Precision / AvonPlast / AKG / Pressfit
Tata / Jindal / Zenith
Hilti / Fischer
Legrand Myrius / Schnieder Zencelo / Panasonic Vision

AE (P) /

EE (P)

84
ADDITIONAL CONDITIONS AND SPECIFICATIONS for Fire Fighting Works
1. The Work shall be carried out strictly in accordance with the CPWD General specifications
for Electrical Works, Part- I internal 2005 and Part- II external, 2007 and Part-V(Wet riser
system)-2006 as amended up to date. All installations shall also comply with the
requirements of Indian Electricity rules 1956, as amended up to date. In case of items not
covered by the above specifications, the work shall be carried out as per the instructions of
the Engineer-in-Charge.
2 The prospective tenderer is advised to visit the site before quoting for the work and no
claim whatsoever on account of any deficiency at site shall be entertained like non
availability of water, security restrictions, inaccessibility, local bylaws or rules etc.,
3. The contractor has to follow the local security/safety rules and regulations and such
instructions on restricted hours of work as maybe imposed on him by the department / local
authorities, while working in security/restricted zones, and no claim on account of the loss
of labour/ idle labour will be entertained. His attention is therefore once again drawn to
Para 1 above.
4 The contractor shall also submit insulation and earth test reports before the installation is
handed over to the Engineer-in-Charge in good condition as required under CPWD
specifications, failing which a suitable recovery will be made from the bills.
5 All components shall confirm to relevant Indian standard specification. Wherever existing
the materials with ISI certification mark shall only be used.
6 All the materials to be used in the work shall be got approved by the Engineer-in-Charge
before their actual use in work.
7. The contractor shall give a guarantee for the entire work for a period of one year from the
date of handing over the installation to the department.
8 Bad workmanship shall be rejected in toto.
9 All repairs and patch works shall be neatly carried out to match with the original finish by
the contractor to the entire satisfaction of the Engineer-in-Charge.
10 All the debris due to the electrical work shall be cleared every now and then and site shall
be kept clean by the contractor at all times.
11 The contractor or his authorised representative will have to sign the site order book and
comply with the remarks therein.
12 The contractor has to make his own arrangements for the watch and ward of the materials
and other installations till the installation/work is completely handed over to the
department. No extra claim will be entertained on account of this. Any damage caused to
the materials during or under storage will be to the contractors account.
13 The contractor shall make his own arrangement for all general and special T&P required
for the work and no T & P items shall be supplied by the department.
14. The contractor has to submit the completion plan as per CPWD specification on
completion of work positively for passing and payment of the bill.
15. The performance guarantee and security deposit shall be recovered from the contractor/
firm as per the Modification / New addition of clauses to CPWD form 6,7&8 attached
16 On award of work , the firm shall submit (3) sets of drawings for poles, feeder pillar etc., to
the Engineer-In-Charge within ONE weeks and shall commence work only after receipt of
approval from the Engineer-In-Charge.

AE (P) /

EE (P)

85
17. The Contractor shall make his own arrangement for the Transportation of the materials
issued by the department from the stores to the site of work. No extra claim on any account
whatsoever will be entertained at later date.
18. Work contract tax @ 5% will be recovered from contractor's bill as applicable and to this
effect necessary certificate will be issued by this office.
19 The cables are to be meggered before and after the use on work as per CPWD
specifications and values recorded shall be produced to the office for record.
20 Final Painting of Wet riser pipe and Hose boxes is to be done at site as per the instructions
of Engineer - in - Charge.
21 The General layout of the Cable Laying feeder pillar/ Main switch of St.lights is to be got
approved by the Engineer-in-Charge before actual fabrication/execution.
22 Preferred makes of material:
a) GI / MS 'C' class pipes duly ISI marked: Jindal/ TATA/ ZENITH.
b)
c)
d)
e)
f)
g)
h)
i)
j)

Single/Double Headed GM Landing Valve: Suprex/Safex/Minimax/Winco/Newage.


Sluice Valve : Kalpana/Minimax/Durga /Deepak
CI NRV / Sluice/ Butterfly valves : ZENITH/ Kalpana/Suprex/Deepak/Audco
GM gate valves : ZENITH/ Kalpana/Suprex/Deepak/Audco /zolota/Leader
Branch pipe:Winco/Kalpana/Suprex/Safex/ Newage
First Aid Hose Reel box: Safex/Suprex/Minimax/SRI/Newage/Eversafe
Hydrant valuve : Suprex / Newage / Winco/Safex
Pump sets : Grundfos / Kirloskar / ITT
LT panels: CPRI Approved

.k) LT Cables: Finolex/ KEI / Polycab / Havells


l} Fire Extinguishers: Safex / Fireshield / Minimax / Ceasefire
m) Pressure Switch :Danfoss/Honeywell/indofoss/fiebig.
n) Diesel Engine : Kirloskar/Graves.
23 Earthing - All metal supports and metallic fittings shall be bonded to the continuous earth
wire, and same shall finally be connected to main earthing where ever provided.
24 The rates quoted shall be inclusive of all taxes and duties including Works Contract Tax,
Service Tax and Entry Tax etc.,

AE (P) /

EE (P)

86
SECTION -1
SPECIAL AND GENERAL CONDITIONS
1.1

The work shall be carried out as per tender specifications and in accordance with the followings :
a) CPWD General Specifications for Electrical works Part - VI -Fire Alarm System-1988.
b) BIS Code of practice (IS: 2189 1988) for Selection, Installation and Maintenance of
Automatic Fire detection and Alarm system with amendments up to date.
c) CPWD General Specifications for Electrical works Part - I Internal - 2013 as amended up
to date.
d) CPWD General Specifications for Electrical works Part - II External - 1994 as amended
up to date.
1.2

The contractor shall carry out the work as per requirements of the AP Fire Services and
Local body regulations as applicable.

1.3

BUILDING CONSTRUCTION AND DRAWINGS


1.3.1 The Contractor shall prepare detailed working drawings in coordination with other
Architectural and Services drawing and get these working drawings approved by the
Engineer-in-charge. The approval of such drawings by the Engineer-in-charge shall
be from the point of view of assisting the Contractor in Coordination of Services with
other agencies and shall not absolve the contractor from his absolute and indivisible
responsibility on performance and operation of his installation.

1.4

S.No

Payments terms:
On account payment for part work as assessed by the Engineer-in-Charge for the various
items included in the contract shall be payable at part rates not exceeding the percentage
indicated against the stages of work.
Stage of work
Percentage of Rate

a) On initial inspection of materials and delivery at


Site in good condition on pro-rata basis.

80%

b) On completion of pro-rata installation

10%

c) On completion of Testing and commissioning

5%

d) On approval of installation by Local Fire


Authority and local body, if any.

5%

1.5

Inspection and Testing

AE (P) /

EE (P)

87

1.6

1.5.1

The contractor shall provide all necessary facilities for inspection of his equipment. In
case of imported equipments, the contractor shall furnish the routine and type test
certificates to the satisfaction of Engineer-in- charge.

1.5.2

All information, documents and tests as required by AP Fire Services and other local
bodies and their final approval for this installation shall have to be arranged by the
contractor. All expenditure arising out of inspections of AP Fire Services or Local body
shall have to be borne by the contractor and the same shall not be reimbursed by the
department.
Completion Plan: Completion plan indicating the wiring layout, location of detectors,
inventories & manuals as per Technical specification shall be provided by the contractor
after completion of work and before payment of Final Bill.

A. GENERAL CONDITIONS
A.1

SCOPE OF WORK

A.1.1 These specifications shall cover the Design, Supply, Erection, Testing, and Commissioning of
Intelligent Addressable Fire Detection System for the CDSCO Office Building, at Sanjeeva
Reddy Nagar, Hyderabad.
A.2.

SCHEDULE OF REQUIREMENTS

A.2.1 It is the intent of this specification to define a state-of-art addressable Fire Alarm System, which
is user friendly, modular, flexible and expandable. The system is to be designed, installed,
customised, tested, commissioned and supported by a local office or agent of the manufacturer
by Engineers skilled in providing functional and efficient solutions to the needs of the Engineer
in charge.
A.2.2 The Vendor shall have an in-place support facility in Hyderabad equipped with Competent
Support Staff, Spare Parts Inventory and all the necessary Test and Diagnostic Equipment to
provide support within 24 hours of any breakdowns.
A.2.3 The entire installation shall be in accordance with the requirements and stipulations of the AP
Fire Services and his office. In addition, it shall also be in accordance with the national and local
electrical codes and the Underwriters Laboratories standards.
A.2.4 All electronic equipment shall conform to the pertinent regulations governing radio frequency
electromagnetic interference and should be so labelled.
A.2.5 All system components and sub-systems are to be fault tolerant and provide satisfactory
operation without damage at + 10% of the rated voltage and at + 3 Hz variation in line
frequency.
A.3. TECHNICAL DATA
A.3.1 The tenderer shall submit comprehensive technical information for all the equipment and
material. This must include but not necessarily be restricted to, all data as required under
SCHEDULE OF TECHNICAL DATA
A.3.2 Information given by the tenderer under chapter "SCHEDULE OF TECHNICAL DATA" is
meant for general information only. In case of discrepancies between tender specifications and
details given by the tenderer under chapter "SCHEDULE OF TECHNICAL DATA", the
decision of Engineer-in-charge will be final and binding on Contractor unless departures are
AE (P) /

EE (P)

88
indicated by the Tenderer under chapter "SCHEUDLE OF DEPARTURE FROM
SPECIFICATION as mentioned here in after.
A.4.

PERFORMANCE GUARANTEE AND TESTING

A.4.1 The Contractor shall execute the work on the basis of indicative designs hereby given and
accepted by him with or without modifications or new designs submitted by him at the tender
stage and accepted by Engineer in charge, as the case may be. All Variations, i.e. additions,
omissions or substitutions necessitated at anytime for any reason whatsoever, shall be deemed to
have been accepted by the Contractor as not vitiating the performance based nature of this
contract. If any such variations, irrespective of whether such variations are intended to be
executed by other agencies employed by the Engineer-in-charge, have any bearing on the
performance of this Contract, the same shall immediately be brought to the notice of Engineerin-charge by the Contractor in writing. In any case the Contractor shall have to guarantee for due
and proper performance of the works agreed to be so erected.
A.4.2 The Fire Detection and alarm System installation shall be designed and guaranteed to perform as
per these specifications read in conjunction with statutory requirements.
A.4.3 In addition to the above, all equipment and systems shall be tested after installation as required
by various statutory authorities, certifying agencies and as required by various sections of these
specifications.
A.4.4 The Contractor shall take full responsibility for proper operation of the entire system including
debugging and proper calibration of each component and sub-system.
A.4.6 The Contractor shall leave necessary provisions required for fixing instruments, gauges, meters,
etc. for testing the installation. The Contractor at his own cost shall arrange all such instruments,
services etc. needed for the tests.
A.4.7 It is the sole responsibility of Contractor to obtain all the necessary approvals from the statutory
authorities, either prior to, during or after installation as required. All tests specified herein-after
and witnessed/ approved by Engineer-in-charge, may be deemed to be invalid at the option of
Engineer-in-charge, if the requisite, final and unconditional approvals from the concerned
statutory authorities are not obtained by the Contractor.
A.4.8 The Contractor shall intimate in writing to Engineer-in-charge as and when individual
components of the installation are ready for tests required for further progress of erection. All
such tests shall be carried out as per these specifications and/ or as directed by Engineer-incharge and recorded in the presence of Engineer-in-charge or his authorized representatives.
A.4.9 On completion of erection, the contractor shall thoroughly clean all the equipment, inspect and
check the entire installation for correctness and completeness and furnish a detailed report on all
components of the installation to Engineer-in-charge. The contractor shall also inspect and check
the services required by him and provided by other agencies employed by the Engineer-in-charge
and confirm the completeness and correctness of such services to the extent necessary.
A.4.10The Contractor shall intimate in writing to Engineer-in-charge, the proposed date of initial
startup.
A.4.11 The Contractor shall, on approval of Engineer-in-charge, proceed with necessary precommissioning activities and tests and put the installation in initial operation and start-up during
which preliminary adjustments and addressing shall be carried out.
A.4.12 Based on preliminary observations during the initial operation described above, necessary
modifications/ repairs/ replacements/ etc. if any shall be carried out by the Contractor to the
entire satisfaction of Engineer-in-charge. On successful completion of initial operation, the
Contractor shall proceed with trial runs.
AE (P) /

EE (P)

89

A.4.13 Notwithstanding approval of tests or equipment or materials by Engineer-in-charge etc., up to the


tests in static state as described here-in above, the Contractor shall be required to perform site
tests to prove correctness of ratings and performance of equipment and materials supplied and
installed by him, in normal operating condition.
A.4.14 All equipment shall be capable of performing the duties specified in these specifications without
damage, distortion or failure of any component.
A.4.15 Individually, the performance of various equipments shall not be less than quoted ratings and
consumption of power shall not exceed the ratings quoted by the tenderer, when tested in normal
operating conditions. Otherwise the equipment / material is liable for rejection.
A.4.16 All test instruments shall be calibrated for accuracy prior to taking the performance tests.
A.5
INSTALLATION:
A.5.1 Installation shall be in accordance with the local and state codes and as recommended by the
equipment manufacturer.
A.5.2 Smoke detectors shall not be installed prior to the system programming and test period. If
construction is ongoing during this period, measures shall be taken to protect smoke detectors
from contamination and physical damage.
A.5.3 All wiring shall be properly supported and run in a neat and workmanship like manner. All
wiring exposed and in equipment rooms shall be parallel to or at right angles to the building
structure. All wiring within enclosures shall be neatly bundled and anchored to prevent
obstruction to devices and terminals.
A.5.4 The Contractor shall be responsible for all electrical installation required for a fully functional
control system and not shown on the electrical plans or required by the electrical specifications.
A.5.5 All fire detection and alarm system devices, control panels and remote enunciators shall be flush
mounted or surface mounted as per instructions of the Engineer-in-charge.
A.5.6 Manual call boxes shall be suitable for surface mounting or semi-flush mounting and shall be
installed at a height of not less than 1,000 mm, and not more than 1200 mm above the finished
floor level.
A.5.7 The service of a competent, factory-trained engineer or technician authorised by the
manufacturer of the fire alarm equipment shall be provided to technically supervise and
participate during all of the adjustments and tests for the system.
A.5.8 At the final inspection, an authorized representative of the manufacturer of the major equipments
shall demonstrate that the system functions properly in every respect.
A.6
DEMONSTRATION :
A.6.1 The Contractor shall completely check, calibrate and test all connected hardware and software to
ensure that the system performs in accordance with the approved specifications and sequences of
operations submitted.
A.6.2 This demonstration shall consist of the following:
a) Display and demonstrate each type of data entry to show site-specific customizing capability.
b) Demonstrate parameter changes.
c) Demonstrate scan, update and alarm responsiveness.
A.7
MANUALS
The following manuals shall be provided at the time of Handing over:
A.7.1 An Operators Manual containing graphic explanations of keyboard use for all operator functions
specified under Operator Training.

AE (P) /

EE (P)

90
A.7.2 Computerized printouts of all data file layouts including all point processing assignments,
terminal relationships, scales and offsets, command alarm limits, program flowcharts, etc.
A.7.3 On completion of works "As Built drawings for completed installation shall be prepared by the
Contractor and three (3) copies of the same shall be supplied to the Engineer-in-Charge. In
addition, Three (3) sets of the followings shall be supplied to the Engineer-in-charge:
1) Operation Manuals,
2) Technical Literature for the various components of equipment,
3) Controls and Accessories installed,
4) Recommended Spares and Service Manuals
A.8
TRAINING & HANDING -OVER
A.8.1 All training by the Contractor shall utilize manuals and as-built documentation and the on-line
help utility.
A.8.2 Operator training shall include:
a. Sequence of Operation review
b. Sign ON - Sign OFF
c. Selection of all displays and reports
d. Commanding of points, keyboard
e. System initialization
f. Trouble shooting of sensors (determining bad sensors)
g. Password modification
A.8.3 Supervisor training shall include:
a. Password assignment / modification
b. Operator assignment/modification
c. Operator authority assignment/modification
d. Point disable/enable
e. Terminal and data segregation/modification
A.9
GUARANTEE
A.9.1 The contractor shall guarantee the entire Intelligent Addressable Fire Alarm system 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 completion against unsatisfactory performance or
breakdown due to defective design, manufacture and/or installation.
AE (P) /

EE (P)

91

A.9.2 Labour to trouble shoot, repair, reprogram or replace system components shall be furnished by
the contractor at no charge to the Engineer-in-charge during the guarantee period.
A.9.3 All corrective software modifications made during guarantee period shall be updated on all user
documentation.
A.10. MISCELLANEOUS:
A.10.1 The onus of incorporating the statutory requirements as per local rules and obtaining necessary
approval for the fire alarm systems shall rest fully with the Contractor.
A.10.2 All the Equipment Supplied and Installed by the Contractor shall have compatibility to be
connected to Standard Building Management System (BMS). Adequate Potential Free Contacts
shall be provided for sending/ receiving digital signals.
A.10.3 The installation shall be carried out using new Equipment/ Materials complying with applicable
standards in a workmanship like manner. Engineer-in-charge reserves the right to reject any part
of installation having poor workmanship.
A.10.4 All minor Masonry, Carpentry and Civil works such as cutting / opening in Masonry Walls/
Internal Partitions, Chasing on Walls, etc. and making good the same to match existing surface
shall be done by the Contractor. Nothing extra shall be paid on this account.

SECTION - 2
SPECIFICATIONS FOR INTELLIGENT ADDRESSABLE FIRE ALARM SYSTEM
TECHNICAL SPECIFICATIONS
CHAPTER A: SYSTEM DESCRIPTION
A.1SCOPE OF WORK AND EXCLUSIONS
The work shall comprise entire labour including supervision and all materials necessary to make a
complete installation to the entire satisfaction of the department. The term complete installation shall
mean, not only major items of equipment covered by these specifications, but also incidental sundry
components necessary for complete execution and satisfactory performance of the installation, with all
labour charges, whether or not these have been mentioned in detail in the tender documents. The work
shall include data entry, programming, start up test and demonstration, training of personnel for
maintenance and operation, submission of construction and installation drawings and wiring diagrams,
as built documents and system guarantee.
A.1.1 The Contractors scope of work will include all items of work as per these specifications, terms
and conditions of contract etc. and briefly described in schedule of quantities. This shall include,
but not be restricted to the following: a)
b)
c)
d)

Analog Addressable Photo-Electric Smoke Detectors


Analog Addressable Thermal Detectors
Analog Addressable Photo-Electric cum Thermal Detector
Addressable Manual Call Points.

AE (P) /

EE (P)

92

A.2

e) Microprocessor Based Intelligent Analog Addressable Main Fire Alarm Control Panel for
connecting and monitoring the Fire Detectors and other devices.
f) Strobe
g) Providing suitable compatibility in the Main Fire Alarm Control Panel for the Public
Address System, audio Amplifiers, speakers.
h) Providing suitable compatibility in the Main Fire Alarm Control Panel with the Building
Automation System, for AHUs, lifts and Auto-dialer to Fire Brigade etc.
i) Electrical works, including Cabling, Earthing etc. for the installation.
j) All other works associated with above items as per specifications, conditions of contract
and the AP Fire Services requirements except those specifically excluded in Schedule of
Quantities.
GENERAL DESCRIPTION OF INTELLIGENT FIRE ALARM SYSTEM

The Proposed Fire Detection and Early Warning System consists of Analog Addressable
Detectors. All the Analog Addressable Detectors, Addressable Manual Call Points and the
Addressable input, out put Modules will be looped together and terminated onto an Analog
Intelligent Addressable Main Fire Alarm Control Panel.
The Fire alarm system consists of the following elements:
A.2.1 Analog Addressable Photo-Electric Smoke Detectors for enclosed Areas like Office Rooms,
Meeting Rooms, Cabins and the areas above false ceiling.
A.2.2 Analog Addressable Photo-Electric cum Thermal Detectors for Critical Fire Risk areas like
AHU Rooms, Electric Rooms and Lift Machine Rooms.
A.2.3 Addressable Manual Call Points are proposed to be installed at each Fire Exit Staircase on
each floor.
A.2.4 Addressable Input Module shall be provided in suitable location for the purpose of providing
location address for flow switch.
A.2.5 Addressable Output Modules shall be provided in suitable location for the purpose of shutting
off Fire Dampers on detection of smoke within its zone and for increasing the speed of exhaust /
ventilation fans.
A.2.6 Main Fire Alarm Control Panel: All the above Addressable Input Modules,
Addressable Output Modules, Addressable Manual Call Points and the
Addressable Detectors shall be connected to Intelligent Addressable
Panel, which will raise an alarm, in case fire is detected at any of the locations mentioned above.
It shall be provided in Fire control room / Main Reception.
A.2.7 Sounders will be located on each floor which will be activated in emergency. Sounder Circuit
controllers shall be provided for the purpose of operating sounders at any location on an
addressable loop on the basis of command from control panel. It shall be possible to set a unique
address to the devices fed from sounder circuit controller. Controller shall monitor open/short
circuit in the wiring to the sounders as well as the external power supply to the sounders.
A.2.8 Power for Modules shall be provided from Main Fire Alarm Control panel .

AE (P) /

EE (P)

93
A.2.9 Sounders, Battery Back-up, Power Transformers, Software, Communication link shall be
provided.
A.2.10.The general scheme for spatial and logical disposition of the various elements of the system is as
follows:
a) Analog Addressable Photoelectric Smoke Detectors to be located under the false ceiling
and distributed in open work station areas such that there is one detector in every 50 sq.
m area. The maximum distance between the detectors shall not exceed 8 mtrs and from
wall shall not exceed 4mtrs.
b) Analog Addressable Photoelectric Smoke Detectors to be located above the false ceiling
area. These detectors shall be provided with response indicators.
c) Addressable Manual Call Points shall be located near all escape routes to enable any
person to raise a fire alarm.
d) The Fire Panel that connects all the detector devices shall be capable of polling all the
points in its loop so as to register an alarm within 3/7 seconds. The Fire Panel shall be
capable of displaying the zone/address of the occurrence of the smoke and shall be
capable of initiating action like Voice Evacuation, Activating Hooters, Dampers and
initiating other alarm procedures.
e) It shall be possible to program the Fire Panel such that meaningful alpha-numeric
descriptions can be assigned to each Detector Address. This shall be useful in identifying
the location of Fire very quickly and easily.
f) Output Modules shall be logically attached to particular AHU or Fans. As soon as
Fire/Smoke is detected in a particular area, the Fire Panel through its software shall
activate the appropriate Output Module program linked to the affected area.
g) The Output Module on being activated shall immediately shut off the fire dampers on the
supply and return duct of the particular AHU associated with it. Thus, airflow to the
affected problem area shall be immediately stopped.

AE (P) /

EE (P)

94

CHAPTER B
LIST OF APPROVED MAKES OF EQUIPMENT AND MATERIALS
B.1

The equipment and materials to be used in the execution of this contract shall be selected from
the following list unless other wise specifically agreed by Engineer-in-charge.

B.2

The successful contractor shall prepare a list of equipment and materials selected from the
approved list, proposed to be used by him for execution of the contract. Before placing orders
on suppliers or delivering the equipment and materials to site, the Contractor shall obtain
approval from Engineer-in-charge, whose decision shall be final and binding on the Contractor.
Any equipment of material not specified under here but required for execution of the work shall
be as per Technical Specification, of best quality, preferably with ISI approval and from a
reputed manufacturer for which the prior approval of the Engineer-in-Charge is required.

B.3

B.4

S. No.
1.
2.
3.
4.
5.

6.
7.
8.
9.
10.
11.
12.

All the Components of the system given below from Sl No 1 to 11 shall be of the same
manufacturer.

Item Description
Addressable Optical Smoke Detectors
Addressable Thermal Detectors
Addressable Multi Criteria Photo
Electric Smoke cum Heat Detectors
Addressable Manual call Point.
Intelligent Analog Addressable Main
Fire Alarm Control Panel with Battery
Backup and Repeater Panel
Addressable Input Module
Addressable Output Module
Addressable Fault Isolator Module
Addressable Sounder cum strobe
Addressable Control Module
Response Indicator
LSZH Control Cables

Manufacturer
NOTIFIER / SIEMENS / EDWARDS
NOTIFIER / SIEMENS / EDWARDS
NOTIFIER / SIEMENS / EDWARDS
NOTIFIER / SIEMENS / EDWARDS
NOTIFIER / SIEMENS / EDWARDS

NOTIFIER / SIEMENS / EDWARDS


NOTIFIER / SIEMENS / EDWARDS
NOTIFIER / SIEMENS / EDWARDS
NOTIFIER / SIEMENS / EDWARDS
NOTIFIER / SIEMENS / EDWARDS
Reputed Make
Finolex / Polycab / KEI / Havells

AE (P) /

EE (P)

95
CHAPTER C: EQUIPMENT AND MATERIALS
C.1.1 MAIN FIRE ALARM CONTROL PANEL:
C.1.1.1 The Main Fire Alarm Control Panel shall contain a microprocessor based Central Processing
Unit (CPU). The CPU shall communicate with and control the following types of equipment
used to make up the system: analog addressable smoke and thermal (heat) detectors, addressable
modules, printer, annunciators, and other system controlled devices.
C.1.1.2 The system shall include 2 loops (Each loop accessing minimum 159 detectors + 159
addressable devices)
C.1.1.3 The microprocessor shall be a state-of-the-art high speed, at least 32-bit device and it shall
communicate with, monitor and control all external interfaces. It shall include an EPROM for
system program storage, non-volatile memory for building-specific program storage, and a
"watch dog" timer circuit to detect and report microprocessor failure.
C.1.1.4 The microprocessor shall contain and execute all control-by-event programs for specific action
to be taken if an alarm condition is detected by the system. Control-by-event equations shall be
held in non-volatile programmable memory, and shall not be lost even if system primary and
secondary power failure occurs.
C.1.1.5 The microprocessor shall also provide a real-time clock for time annotation of system displays,
printer, and history file. The time-of-day and date shall not be lost if system primary and
secondary power supplies fail.
C.1.1.6 The Main Fire Alarm Control Panel display shall provide all the controls and indicators used by
the system operator and may also be used to program all system operational parameters.
C.1.1.7 The display shall include MINIMUM 500-character backlit alphanumeric Liquid Crystal Display
(LCD). It shall also provide Light-Emitting-Diodes (LEDs),that indicate the status of the
following system parameters:
AC POWER,
FIRE ALARM,
PREALARM WARNING,
LOW BATTERY,
SUPERVISORY SIGNAL,
SYSTEM TROUBLE,
DISABLED POINTS,
ALARM SILENCED.
AE (P) /

EE (P)

96

C.1.2.8 The Main fire alarm control panel shall include a full featured operator interface control and
annunciation panel that shall include as part of the standard system a backlit Liquid Crystal
Display (LCD), individual color coded system status LEDs, and an alphanumeric keypad for
entry of any alphabetic or numeric information, for field programming and control of the fire
alarm system. Minimum two different password levels shall be provided to prevent unauthorized
system control or programming.
C.1.1.9 All programming or editing of the existing program 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 for special tools, PROM programmers or PC based programmers.
C.1.1.10 The main power supply shall continuously monitor all field wires for earth ground conditions,
and shall have the following LED indicators:
Ground Fault LED
Battery Fail LED
AC Power Fail LED
C.1.1.11 The main power supply shall operate on 230 VAC, 50 Hz, and shall provide all necessary
power for the Main Fire Alarm Control Panel. It shall be provided with SMF Battery for 24
hours along with charger for stand-by supply with a provision to indicate battery voltage and
charging current. It shall provide very low frequency sweep earth fault detect current capable of
detecting earth fault on sensitive addressable module. It shall be power limiting using positive
temperature coefficient (PTC) resistor.
C.1.1.12 The Main fire alarm control panel shall receive analog information from all addressable
detectors to be processed to determine whether normal, alarm, pre-alarm, or trouble conditions
exist for each detector. The software shall automatically maintain the detector's desired
sensitivity level by adjusting for the effects of environmental factors, including the accumulation
of dust in each detector. The analog information shall also be used for automatic detector testing
and for the automatic determination of detector maintenance requirements.
C.1.1.13 To eliminate nuisance alarms each smoke detector shall be provided with alarm verification
with field-adjustable time from 0 to 55 seconds. Only a verified alarm shall initiate the alarm
sequence for the zone.
C.1.1.14 Maintenance alert shall be provided with two levels to warn of excessive smoke
detector dirt or dust accumulation.
C.1.1.15 A means shall be provided for adjusting the sensitivity of any or all Analog Addressable
detectors in the system from the system keypad. Sensitivity range shall be within the allowed
UL window and have a minimum of 9 levels.
C.1.1.16 Day/Night Automatic Adjustment of detector sensitivity shall be possible.
AE (P) /

EE (P)

97

C.1.1.17 Any addressable device or conventional circuit in the system may be enabled or disabled
through the system keypad.
C.1.1.18 Upon command from an operator of the system, a status report will be generated and printed,
listing all system status. The system shall be able to display or print the following point status
diagnostic functions:
a. Device status
b. Device type
c. Custom device label
d. View analog detector values
e. Device zone assignments
f. All program parameters
The printer shall provide hard-copy printout of all changes in status of the system and shall timestamp such printouts with the current time-of-day and date. The printer shall be enclosed in a
separate cabinet suitable for placement on a desktop or table. The printer shall communicate with
the control panel using an interface. Power to the printer shall be 230 VAC @ 50 Hz.
C.1.1.19 The fire alarm control panel shall contain a history buffer that will be capable of storing
up to 4000 events. Each of this activation will be stored and time and date stamped with the
actual time of the activation. The contents of the history buffer may be manually reviewed, one
event at a time, or printed in its entirety. The history buffer shall use non-volatile memory.
C.1.1.20 The system shall include one serial EIA-232/ Centronics Parallel interfaces. Each interface
shall be a means of connecting multiple printers, CRT monitors and other similar peripherals.
C.1.1.21 Smoke Detectors (Photo-Electric) and Heat Detectors shall be located as per the approved
working drawings. Loop communications and processing scheme shall assure that in a fully
loaded loop, alarms will be detected in no more than 3 seconds.
C.1.1.22 The Output module shall provide auxiliary relay circuits rated at minimum 5 amperes, 28 VDC.
An expansion circuit board shall allow expansion to eight relays per module.
C.1.1.23 The control panel shall be housed in a cabinet suitable for surface or semi-flush mounting. The
cabinet and front shall be corrosion protected, given a rust-resistant prime coat, and
manufacturers standard finish.
C.1.1.24 The door shall provide a key lock and shall include a glass or other transparent opening for
viewing of all indicators. The control panel shall be modular in structure for ease of installation,
maintenance & future expansion

AE (P) /

EE (P)

98
C.1.1.25
When a fire alarm condition is detected and reported by one of the system initiating
devices, the following functions shall immediately occur:

The system alarm LED on the Main fire alarm control panel shall flash.

A local piezo electric signal in the Main fire alarm control panel shall sound.

A backlit 500-character LCD display on the Main fire alarm control panel shall indicate
all information associated with the fire alarm condition, including the type of alarm point
and its location within the protected premises.

Printing on the Main fire alarm control panel and history storage equipment shall log the
information associated each new fire alarm control panel condition, along with time and
date of occurrence.

All system output programs assigned via control-by-event interlock programming to be


activated by the particular point in alarm shall be executed, and the associated system
outputs (alarm notification appliances and/or relays) shall be activated.

AHU dampers on that floor shall be closed and basement staircase pressurization fans
will be put on to double speed.

C.1.1.26

The following Operator Control shall be provided:

Acknowledge Switch: Activation of the control panel acknowledge switch in response to


a single new alarm and/or trouble condition shall silence the local panel piezo electric
signal and change the system alarm or trouble LED from flashing mode to steady-ON
mode. If additional alarm or trouble conditions exist or are detected and reported in the
system, depression of this switch shall acknowledge and/or advance the 80-character
LCD display to the nest alarm or trouble condition.

Alarm Silence Switch: Activation of the alarm silence switch shall cause all notification
appliances and relays, which are programmed to de so to return to the normal condition
after an alarm condition. The selection of notification circuits and relays that are silence
able by this switch shall be fully programmable within the confines of all applicable
standards.

Alarm Activate (Drill) Switch: Activation of system drill switch shall initiate an
automatic test of all analog/addressable detectors in the system. The system test shall
activate the electronics in each analog/addressable sensor, simulating an alarm condition
and causing the transmission of the alarm condition from that sensor to the Main fire
alarm control panel. The Main fire alarm control panel shall interpret the data from each
sensor installed in the system. A report summarizing the results of this test shall be
displayed automatically on the control panels LCD display, CRT and printer. This report
shall display the number of detectors tested per SLC/Loop, the total number tested in the
system, any detector that failed, or an all Tested OK message. Time/Date stamp of
when the test was performed shall also be included in the report.

AE (P) /

EE (P)

99

System Reset Switch: Activation of the system reset switch shall cause all
electronically-latched initiating devices, appliances or software zone, as well as all
associated output devices and circuits, to return to their normal condition. If the alarm
conditions still exist, or if they reoccur in the system after system reset switch activation,
the system shall then respond the alarm condition.

Lamp Test: Activation of the lamp test switch shall sequentially turn on all LED
indicators, LCD display and local piezo electric signal, and then automatically return the
fire alarm panel to the previous condition.

C.1.1.27 An alarm from a water flow detection device shall activate the appropriate alarm message on
the 500-character display, turn on all programmed notification appliance circuits and shall not be
affected by the signal silence switch.
C.1.1.28 The Main fire alarm control panel shall be capable of mapping diagnostics with the diagnostic
codes so that the alphanumeric description of the same shall be displayed on the Fire Display
Panel.
C.1.1.29 The Response Time for each loop shall not exceed 750 millisecond.
C.2.

ADDRESSABLE DEVICES

C.2.1 General
C.2.1.1Addressable Detectors Shall be of Optical, Photoelectric type, Photoelectric cum Heat Type and
Thermal type to be installed as indicated.
C.2.1.2The Detectors shall be Analog Addressable and shall connect with two wires to the Main
fire alarm control panel Signaling Line Circuit (SLC) loops.
C.2.1.3Detectors will operate in an analog fashion, where the detector simply measures its
designed environment variable and transmits an analog value to the Main fire alarm control
panel based on real-time measured values. The Main fire alarm control panel software, not the
detector, shall make the alarm/normal decision, thereby allowing the sensitivity of each
detector to be set in the Main fire alarm control panel program and allowing the system
operator to view the current analog value of each detector.
C.2.1.4The Detectors above false ceiling shall be ceiling-mounted and mount to a single suitable
square/round M.S. box fixed direct on the ceiling and detectors below false ceiling shall have
anchoring arrangement of the base with the false ceiling with use of a round / square 16 gauge
M.S. plate mounted above false ceiling to which the base shall be screwed and shall have a
twist-lock removable base and insect-resistant screen for field cleaning.
C.2.1.5The Detectors shall be Compact of Stylish Design and shall have built-in tamper-resistant
feature.
C.2.1.6The detectors shall provide address setting.
AE (P) /

EE (P)

100

C.2.1.7Detectors 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).
C.2.1.8The detectors shall be provided with a LED. The LED will flash under normal conditions,
indicating that the detector is operational and in regular communication with the control panel.
The LED shall be placed into steady illumination by the control panel, indicating that an alarm
condition has been detected. It shall also be possible to connect an external remote alarm LED if
required.
C.2.1.9Detectors 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.
C.2.1.10 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.
C.2.1.11 The detectors shall have fully coated circuit boards, RF/transient protection circuits and shall
withstands air velocities exceeding 1,500 feet-per-minute without triggering false alarm.
C.2.2 ANALOG ADDRESSABLE PHOTO-ELECTRIC SMOKE DETECTORS
C.2.2.1 The analog addressable Photo-Electric smoke detectors shall use the Photo-Electric (lightscattering) principle to measure smoke density and shall, on command from the control panel,
send data to the panel representing the analog level of smoke density. The sensors shall be
monitored continuously to measure any change in their sensitivity because of the environment
(dirt, smoke, temperature, humidity, etc.). The sensor shall provide advanced indication of the
analogue value of the level of smoke density to the panel that maintenance is required thus
reducing the maintenance required to inspect routinely all sensors, in order to ensure normal
operation.
C.2.3 ADDRESSABLE THERMAL DETECTORS
The addressable Thermal sensor shall have low profile and operate on the combination of rate
of rise and fixed temperature principles with fixed temperature set point at 135F (58C) &
have a rate-of-rise element rated at 15F(9.4C) per minute. It shall connect via 2 wires to the
fire alarm control panel signaling line circuit.
C.2.4 ANALOG ADDRESSABLE PHOTO-ELECTRIC CUM HEAT DETECTORS
The analog addressable photo-electric cum Heat detector shall use both photo-electric (light
scattering) principle as well as on thermal sensing by combination of rate of rise and fixed
temperature.
C.2.5 ADDRESSABLE INPUT MODULE

AE (P) /

EE (P)

101
C.2.5.1 The addressable input module shall allow the connection of simple contacts to an addressable
detection line of the control panel. No separate power supply
shall be required. The
addressable monitor module shall represent one address on the
control panel.
C.2.6 ADDRESSABLE OUTPUT MODULE
C.2.6.1 Addressable output Modules shall be provided to allow a compatible Main fire alarm control
panel to switch discrete contacts by code command. The Module shall mount in a standard
electrical box or to a surface mounted back box. The Module shall provide two isolated sets of
Form-C contacts for fan shutdown and other auxiliary control functions.
C.2.6.2 The Module contact ratings shall support up to 1 Amp/30 VDC of Inductive load or
2Amps/30VDC (coded) of Resistive load (up to 3 Amps in non-coded applications). The relay
coil shall be magnetically latched to reduce wiring connection requirements and to insure that
100% of all auxiliary relays or
may be energized at the same time on the same pair of
wires.
C.2.6.3 The Module shall provide address-setting and shall also store an internal identifying code that
the Main fire alarm control panel shall use to identify the type of device. An LED shall be
provided that shall flash under normal conditions, indicating that the Module is operational and
is in regular communication with the control panel.
C.2.6.4

A magnetic test switch shall be provided to test the module without opening or shorting its
internal circuit wiring.

C.2.6.5 The interface unit shall be suitable for connecting normally open (N.O.) alarm
initiating
devices such as pressure switch, flow switch, level switch, potential
free contacts etc
in the addressable loop.
C.2.6.6 The interface unit shall be a sealed electronic unit with individual address. It shall be housed in
a metallic/high impact plastic enclosure and suitable for indoor/outdoor installation.
C.2.6.7 The operating voltage shall be 20 V to 28 V D.C
C.2.7

ADDRESSABLE MANUAL CALL POINT:

C.2.7.1 The manual Call Box units shall be addressable type and suitable to connect with two wires to
the Main fire alarm control panel, Signaling Line Circuit (SLC) loops.
C.2.7.2 These Units shall be designed for semi-flush mounting.
C.2.7.3 The Units shall be either with Push And Pulling Lever to activate the unit or with Pulling lever
and breakable glass rods such that the front glass rod is broken on pulling the lever to activate
the unit.
C.2.7.4 Manual Call points shall be connected with two wires to one of the control panel SLC loops. The
Manual Station shall, on command from the control panel, send data to the panel representing
the state of the manual switch.

AE (P) /

EE (P)

102
C.2.7.5 The word FIRE shall appear on the front of the stations in 1.75 inches or larger.
Manual Call Point shall be electrically compatible with standard range of detectors so that it can
be connected directly into the system. The manual call
points shall be addressable and
identifiable by the master fire alarm control panel, Address assignments shall be set
electronically and reside within the
station in non volatile memory.
C.2.7.6 It shall be of pleasant streamlined and flat appearance permitting its use as
surface mounted or semi flush mounting.

flush,

C.2.7.7 It shall have a built-in LED lighting up automatically to confirm its actuation.
C.2.7.8 Operating instructions must be clearly marked in the Manual call Point.
C.2.7.9 All Manual Call stations shall be furnished with a spare glass rod.
C.3

OTHER DEVICES:

C.3.1 FAULT ISOLATOR MODULE


C.3.1.1 Fault Isolator Modules shall be provided to automatically isolate wire-to-wire short circuits on an
SLC loop. The Isolator Module shall limit the number of modules or detectors that may be
rendered inoperative by a short circuit fault on the SLC Loop. At least one isolator module shall
be provided after group of 10-20 detectors.
C.3.1.2 If a wire-to-wire short occurs, the Isolator Module shall automatically open-circuit (disconnect)
the SLC loop. When the short circuit condition is corrected, the Isolator Module shall
automatically reconnect the isolated section of the SLC loop.
C.3.1.3 The Fault isolator module shall be an automatic switch and shall open when the line voltage
drops below 4 volts.
C.3.1.4 The Fault Isolator Module shall not require any address setting, and its operations shall be totally
automatic. It shall not be necessary to replace or reset an Isolator Module after its normal
operation.
C.3.1.5 The Fault Isolator Module shall mount in a standard electrical box or in a surface mounted back
box. It shall provide a single LED that shall flash to indicate that the Isolator is operational and
shall illuminate steadily to indicate that a short circuit condition has been detected and isolated.
C.3.2 RESPONSE INDICATOR
C.2.2.1 The response indicator shall provide a remote indication for any analogue addressable detector
installed above the false ceiling.
C.2.2.2 The response indicator shall be driven directly from its associated local detector.
C.2.2.3 The connection to the response indicator shall be monitored for open and short

AE (P) /

EE (P)

circuits.

103
C.2.2.4 Each Response indicator shall be looped with detectors above the false ceiling.
C.4

BATTERIES:
C.4.1 The battery shall have sufficient capacity to power the fire alarm system for not less than
24 hours upon a normal AC power failure.

C.4.2 Battery Capacity Calculation shall be submitted to Engineer in charge for their approval.
C.4.3 The batteries are to be completely maintenance free. No liquids are required to
C.5

ELECTRONIC HOOTERS:

C.5.1

ADDRESSABLE TYPE SOUNDERS:

replenish.

C.5.1.1. The dual tone electronic sounder provided shall be such that it gives discontinuous /intermittent
audible alarm automatically whenever automatic /manual detector operates and is distinct from
the background noise in
every part of the premises.
C.5.1.2 The mode of the alarm sounders shall be quite distinct from any other sounder
heard.

to be

All hooters shall produce a similar sound and shall maintain the same during
their
operation. Hooter shall be complete with electronic oscillations, magnetic
coil (sound
coil) and accessories, ready for mounting (fixing) and confirming to
IS : 2189 1999.

AE (P) /

EE (P)

104

SCHEDULE OF DEPARTURE FROM SPECIFICATIONS


Ref to Clause of the Specification

Description of Deviation

Reason for Departure

1)

2)

3)

4)

5)

6)

7)

8)

9)

10)
Certified that except for departure mentioned above tender is in accordance with CPWD General
Specifications for Electrical works, BIS Code of practice (IS: 2189 1988) for Selection, Installation
and Maintenance of Automatic Fire detection and Alarm system with amendments up to date, CPWD
General Specifications for Electrical works Part - I Internal - 2013 as amended upto date, CPWD
General Specifications for Electrical works Part - II external - 1994 as amended upto date and in
accordance with detailed requirements specified in tender specifications /BOQ.

(Signature of the contractor)

AE (P) /

EE (P)

105
SECTION 3
CERTIFICATE
Certified that the items of the work as described in the Schedule of Quantities in Price Bid have been
read in conjunction with the Technical Specifications and the Scope of Work has been fully understood
by us.
Further, we also certify that there are no departures from the nomenclature of items specified in the
Schedule of Quantities except those specifically brought out in the Schedule of departure from
Specifications .

SIGNATURE OF THE CONTRACTOR

AE (P) /

EE (P)

106
SCHEDULE OF QUANTITIES (ELECTRICAL)

18.1

18.2

18.3

18.4

18.5

18.6

19.1

19.2

SH: 18 :WIRING
Wiring for light point/ fan point/ exhaust fan point/ call bell
point with 1.5 sq.mm FRLS PVC insulated copper
conductor single core cable in surface / recessed steel
conduit, with modular switch, modular plate, suitable GI
box and earthing the point with 1.5 sq.mm. FR LS PVC
insulated copper conductor single core cable etc as
required.
i)Group -C
Points
Wiring for light/ power plug with 2X4 sq. mm FRLS PVC
insulated copper conductor single core cable in surface/
recessed steel conduit alongwith 1 No 4 sq. mm FRLS Meter
PVC insulated copper conductor single core cable for loop
earthing as required.
Wiring for light/ power plug with 4X4 sq. mm FRLS PVC
insulated copper conductor single core cable in surface/
recessed steel conduit alongwith 2 Nos 4 sq. mm FRLS Meter
PVC insulated copper conductor single core cable for loop
earthing as required.
Wiring for circuit/ submain wiring alongwith earth wire with
the following sizes of FRLS PVC insulated copper
conductor, single core cable in surface/ recessed steel
conduit as required
i)2 x 1.5 sq.mm + 1 x 1.5 sq.mm earth wire
Meter
ii)2 x 6 sq.mm + 1 x 6 sq.mm earth wire
Meter
iii)4 x 10 sq.mm + 2 x 10 sq.mm. earth wire
Meter
Supplying and fixing of following sizes of steel conduit
along with accessories in surface/recess including
painting in case of surface conduit, or cutting the wall and
making good the same in case of recessed conduit as
required.
i)20 mm
Meter
ii)25 mm
Meter
iii)32 mm
Meter
Supplying and drawing of UTP 4 Pair Cat 6 LAN cable in
the existing surface/ recessed steel/ PVC conduit etc as Meter
required.
SH: 19 :FAN & FITTINGS
Supplying and fixing stepped type electronic fan regulator
on the existing modular plate switch box including
connections but excluding modular plate etc. as required.
Supplying and fixing suitable size GI box with modular
plate and cover in front on surface or in recess, including
providing and fixing 6 pin 5/6 & 15/16 amps modular
socket outlet and 15/16 amps modular switch, connection
etc. as required.

AE (P) /

EE (P)

581

500

200

450
50
400

500
500
200
1000

Each

137

Each

33

107
19.3

Supplying and fixing following size/ modules, GI box


alongwith modular base & cover plate for modular
switches in recess etc as required.
i)1 or 2 Module (75mmX75mm)
ii)3 module (100 mmx 75mm)
Supplying and fixing following modular switch/ socket on
the existing modular plate & switch box including
connections but excluding modular plate etc. as required.

Each
Each

6
40

Each
i)LAN Socket outlet (RJ 45)
ii)25 amp modular starter
Each
iii)TV antenna socket outlet
Each
Supplying and fixing skirting foot light with white LED in
19.5 the Modular box i/c connection,testing, commissioning etc Each
as reqd
Supplying and fixing 3 pin, 5 amp ceiling rose on the
19.6 existing junction box/ wooden block including connection Each
etc as required.
Supplying and fixing of indoor decorative recessed
mounted
Energy
efficient
LED
luminaire
of
600mmx600mm size with power rating not more than 36
watt and lumen output not less than 3000 lumens
19.7
Each
complete with electronic driver and all other accessories
suitable for 230 V,50 Hz supply as reqd. (Similar to model
no:RC380B G2 LED355-4000 PSU OD WH, Make: Philips
or similar make of CG / WIPRO/BAJAJ)
SITC of recessed mounting
type Circular LED
downlighter with power rating not more than 24 watt
having minimum lumen output of 1500 lumens complete
19.8 as required along with electronic driver etc as required. Each
(For Auditorium & Entrance Hall) (Make: Philips DN194B
LED15S-4000PSUWHSI C or equivalent of Wipro /
Zumtobel / ENdo / GE)
Supplying and fixing of Energy efficient surface mounted
Circular LED downlighter with power rating not more than
15 W and nominal lumen output not less than 1000
lumens complete with electronic driver and all other
19.9
Each
accessories suitable for operation on 230 V, 50 Hz supply
as reqd. (Similar to PHILIPS model no: DN194B LED1554000PSUWH SI or similar make of / WIPRO / GE /
ZUMTOBEL / ENDO )
Supplying and fixing bulk head LED light fitting on wall
complete with all accessories having minimum system
19.10
Each
lumen 600 etc as required. (Similar to Phillips ENDURA or
equivalent of CG/Wipro)
S.I.T.C. of 1200 mm (5 Star Rated) sweep ceiling fan i/c
wiring the down rod of standard length (upto 30 cm ) with
19.11
Each
1.5 sq mm FR PVC insulated copper conductor single
core cable etc. as required.
Supplying and fixing extra down rod of 20 cm length G.I
19.12 pipe 15 mm diavy gauge including painting etc. as
Each
required

20
4
4

19.4

AE (P) /

EE (P)

40

210

53

163

64

137

800

108

19.13

19.14

19.15

19.16

19.17

Supply, installation, testing and commissioning of 450 mm


sweep 900 RPM exhaust fan i/c cutting the hole to suit the
size and making good the damage, connection, testing,
commissioning etc as required.
Supply, installation, testing and commissioning of 300 mm
sweep 900 RPM exhaust fan i/c cutting the hole to suit the
size and making good the damage, connection, testing,
commissioning etc as required.
Supplying & Fixing of following type 2 mm thick photo
luminescent signages non-toxic, non-radio active
maintenance free self glowing safety signages comprising
of supplied chargeable crystals to glow in the dark with
high intensity luminous 1.2 mm aluminum sheet properties
by chemical coated (Vinayal & Tap not accepted) and
covered with UV protection layer printed with graphic
symbol etc as required.
i)For EXIT (Size 12" x 6")
ii) For ENTRANCE (Size 16" x 6")
iii)For TOILET
(size 12"x 6")
Suppyling and fixing 400 mm sweep wall fan
aerodynamically rotor blade with fixing arrangement in
wall,suitable for 230v.50 HZ AC supply i/c connection with
1.5 sqmm copper wire etc as reqd.
Supplying and fixing of Energy efficient surface mounted
LED flood lighting luminaire with power rating not more
than 70 W and nominal lumen output not less than 7000
lumens complete with electronic driver and all other
accessories suitable for operation on 230 V, 50 Hz supply
as reqd. (Similar to PHILIPS model no: BVP120 LED 70
CW NB FG S1 PSU GR or similar make of / WIPRO / GE /
ZUMTOBEL / ENDO )

Each

12

Each

26

Each
Each
Each

6
3
4

Each

35

Each

Each
Each

3
8

SH: 20 :DB & SWITCHGEARS

20.1

20.2

Supplying and fixing following way, horizontal type three


pole and neutral, sheet steel, MCB distribution board, 415
volts, on surface/ recess, complete with tinned copper bus
bar, neutral bus bar, earth bar, din bar, interconnections,
powder
painted
including
earthing etc. as required. (But without /RCCB/Isolator)
i)4way (4 + 12), Double door
ii)8 way (4+24) Double door
Supplying and fixing following ways surface/recess
mounting,vertical,415 volts,TPN MCB distribution board of
sheet steel,dust protected,duly powder painted,inclusive
of 200 amps tinned copper bus bar,common neutral
link,earth bar,din bar for mounting MCB's with 100 amps
TP 16 KA MCCB as incomer,interconnection between
incomer MCCB and bus bars(but without MCB's/MCCB)
as required.(Note:Vertical type MCB TPDB is normally
used where 3 phase outlets are required.)
AE (P) /

EE (P)

109

20.3

20.4

20.5

20.6

i)8 way
Supplying and fixing following ways surface/recess
mounting,vertical,415 volts,TPN MCB distribution board of
sheet steel,dust protected,duly powder painted,inclusive
of 200 amps tinned copper bus bar,common neutral
link,earth bar,din bar for mounting MCB's with 160 amps
TP 16 KA MCCB as incomer,interconnection between
incomer MCCB and bus bars(but without MCB's/MCCB)
as required.(Note:Vertical type MCB TPDB is normally
used where 3 phase outlets are required.)
i)8 way
Supplying and fixing 5 amps to 32 amps ratting 240/415
volt C series, miniature circuit breaker of suitable for
lighting and other load of following poles in the existing
MCB DB complete with connections, testing and
commissioning etc. as required.
i)Single pole
Supplying and fixing following rating 415 volt C curves,
miniature circuit breaker suitable for lighting and other
load of following poles in the existing MCB DB complete
with connections, testing and commissioning etc. as
required.
i)63 Amps TP&N
ii)40 Amps TP&N
Supplying, installation, testing & commissioning of Indoor
type IP43 construction, Wall mounted Cubical Panel
Board suitable for 415V, 3 Phase, 4Wire, 50Hz AC supply
system, fabricated in compartmentalized design from
CRCA sheet steel of 2 mm thick for frame work and
covers, 3mm thick for gland plates i/c cleaning & finishing
complete with 7/8 tank process for powder coating in
approved shade, having following capacity 4 strip Pre
insulated Al. Busbar of high conductivity, DMC/ SMC
busbar supports, bottom base channel of MS section not
less than 75mmx50mmx5mm thick, 2 nos. earthing stud
and continious run of earthing strip at the bottom of the
panel, control wiring with 1.5 sq.mm. FR LS PVC
insulated copper conductor S/C cable, cable alleys,
individual cable gland plate for each outgoing, i/c
providing
following
switchgears,
connection
&
interconnection etc as required. (General arrangement
and schematic Drawings to be approved by the Deptt.
before start of fabrication) Note- All MCCB's shall be
Ics=Icu with thermal - magnetic based release with
overload & short circuit with adjustable settings .
Incoming
400A, 4P,36kA MCCB (Make of MCCB: Legrand DPX 250
/ L&T / C&S)-1 No.
Digital Multi function Meter of accuracy class 1.0 (Make:
L&T/Rishabh/ AE/ Conzerve) - 1 No.
R, Y, B phase indicating lights (LED Type ) - 1 Set
AE (P) /

EE (P)

Each

Each

Each

228

Each
Each

16
6

Job

110
2 A, 10KA , SP MCBs for instrument protection.-3 Nos
(Make: Legrand/L&T/C&S)
Bus Bar
400 A, 415V, 50 Hz FP Pre insulated Al. Bus bar with
cast resin type CT of 400/5A of 15VA burden-1 set
Outgoing
100A, 4P, 25kA MCCB (Make of MCCB: Legrand DPX
160/ L&T/C&S)-3Nos.
125A, 4P, 25kA MCCB (Make of MCCB: Legrand DPX
160/ L&T/ C&S)-5 Nos.

21.1

21.2

21.3

21.4
21.5

21.6

21.7

21.8

22

SH: 21 :LIGHTNING CONDUCTOR.


Providing and fixing lightning conductor finial made of
25mm dia 300mm long copper tube having single prong at
top wth 85mm dia 3mm thick copper base plate including
holes etc complete as required .
Providing and fixing of G.I tape 20mm X 3mm thick on
parapet or surface of wall for lightning conductor as
required . ( Horizontal run )
Providing and fixing of G.I tape 20mm X 3mm thick on
parapet or surface of wall for lightning conductor as
required . ( Vertical run )
Providing and fixing testing joint of 20mm X 3mm thick
G.I strip , 125mm long with 4nos G.I bolt, nut, check nut &
spring washer as required .
Providing and laying 32 mm x 6 mm G.I tape from earth
electrode directly in ground as required.
Earthing with G.I earth plate 600 mm X 600 mm X 6 mm
thick including accessories, and providing masonry
enclosure with cover plate having locking arrangement
and watering pipe of 2.7 metre long etc. with charcoal/
coke and salt as required.
Providing and fixing 25mm X 5mm G.I strip in 40 mm dia
G.I.pipe from earth electrode i/c connection with G.I nut
bolt,spring washer excavation and refilling etc.as required
.
Providing and fixing 25mm X 5mm G.I strip on surface or
in recess for connection etc.as required .
SH: 22 :FIRE FIGHTING (WET RISER SYSTEM)
Supplying, Installation, testing and commissioning of the
Electric Motor driven Fire Pump Set for Wet Riser system
suitable for manual and automatic operation and
consisting of the following:

AE (P) /

EE (P)

set

Mtr

150

Mtr

90

set

Mtr

40

set

Mtr

10

Mtr

10

111

i)

ii)

iii)
iv)

22

i)

ii)

iii)
iv)

22.3

i)

Horizontal centrifugal end suction multistage fire pump of


cast iron body, bronze impeller with stainless steel shaft,
mechanical seal to ensure a minimum pressure of 3.5 Kg /
sq. cm at the highest and farthest outlet at specified flow
of 2280 LPM at 60 m head conforming to IS 1520. (The
pump should also be capable of giving 150% of rated
discharge at a head not less than 65% of the rated head)
Suitable HP squirrel cage AC induction motor, TEFC,
synchronous speed of 1500 RPM suitable for operation on
415 Volts 50 Hz, 3 phase, AC supply with IP 55 protection
for enclosure, horizontal foot mounted type with class F
insulation, conforming to IS 325.
MS Fabricated common base plate, coupling, coupling
guard, foundation bolts etc as required.
Suitable cement concrete foundation duly plastered with
anti vibration pads
Supplying, Installation, testing and commissioning of
Diesel Engine driven Main Fire Pump set suitable for
automatic operation and consisting of following: complete
in all respects as required.
Horizontal centrifugal end suction multistage fire pump of
cast iron body, bronze impeller with stainless steel shaft,
mechanical seal to ensure a minimum pressure of 3.5 Kg /
sq. cm at the highest and farthest outlet at specified flow
of 2280 LPM at 60 m head conforming to IS 1520. (The
pump should also be capable of giving 150% of rated
discharge at a head not less than 65% of the rated head)
Suitable HP 1500 RPM water cooled with radiator diesel
engine conforming to relevant BS & IS standard complete
with auto starting mechanism, 12V/24 V electric starting
equipment, diesel tank, exahust pipe extended upto 1 m
outside pump house duly insulated with 50 mm thick glass
wool with 1 mm thick aluminium sheet cladding,
residential silencer, instruments and protection as per
specification, stop solenoid for auto stop in the event of
fault with audio indications, painted with post office red
colour etc as required.
MS fabricated common base plate, coupling, coupling
guard, foundation bolts etc as required.
Suitable cement concrete foundation duly plastered with
anti vibration pads.
Supplying, Installing, Testing and Commissioning of
electric driven pressurisation pump suitable for automatic
operation and consisting of following complete in all
respects as required.
Horizontal type centrifugal end suction multistage fire
pump of cast iron body, bronze impeller with stainless
steel shaft, mechanical seal and flow of 180 LPM at 60 m
head conforming to IS 1520.

AE (P) /

EE (P)

set

set

112

ii)

iii)
iv)

22.4

22.5

22.6

22.7

22.8

22.9

Suitable HP squirrel cage AC induction motor, TEFC,


synchronous speed of 1500 RPM suitable for operation on
415 Volts 50 Hz, 3 phase, AC supply with IP 55 protection
for enclosure, horizontal foot mounted type with class F
insulation, conforming to IS 325.
MS fabricated common base plate, coupling, coupling
guard, foundation bolts etc as required.
Suitable cement concrete foundation duly plastered with
anti vibration pads.
Providing laying testing and commissioning of C Class
heavy duty MS pipe conforming to IS 1239 i/c fitting like
elbows, tees, flanges, tapers, nuts bolts, gaskets etc fixing
the pipe on the wall / ceiling with suitable clamps and
painting with two or more coats of sysnthetic enamel paint
of requred shade complete as required.
i)100 mm dia
Providing laying testing and commissioning of C Class
heavy duty MS pipe conforming to IS 1239 i/c fitting like
elbows, tees, flanges, tapers, nuts bolts, gaskets etc in
ground including excavation and providing cement
concrete blocks as supports, anti corrosive treatment with
coaltar / asphalt tape as per IS 10221 refilling the trench
etc as required..
i)100 mm dia
Supply, fixing, testing and commissioning of CI double
flanged type butterfly valve of class PN 1.6 as per IS: 780
of 1984 of following sizes complete i/c necessary rubber
insertions, nuts, bolts etc as reqd.
i)100 mm dia
Providing, fixing including testing and commissioning the
following sizes of wafer type non-return valves made out
of C.I. body dual plate conforming to IS 5312 complete
with flanges, bolts and nuts, rubber insertions etc.as per
specification complete as required.
i)100 mm dia(Horizontal)
Providing, fixing including testing and commissioning the
following size of gun metal Gate valves with threaded end,
ISI marked etc.as per specification complete as required.
i)100 mm dia
Providing, fixing including testing and commissioning of
100 mm dia pressure gauge of range 0 - 15 Kg / sqcm
conforming to IS - 3624 having bourdon tube of stainless
steel 310 in cast aluminium,stove enamelled, black,
weather proof case with outer, screwed aluminium bezel
and complete with necessary U-type stainless steel
siphon tube and cock including providing suitably painted
angle iron support to the tube etc.as per specification
complete as required.

AE (P) /

EE (P)

set

Mtr

Mtr

60

150

Each

2.00

Each

Each

Each

113

22.10

22.11

22.12

22.13

22.14

22.15

Providing and fixing internal hydrants comprising double


headed double outlet gun metal landing valves conforming
to type -B of IS: 5290-1977 with separate valves one on
each of the two heads, cap and chain arrangement of one
head of the outlet with an instantaneous pattern female
coupling suitable for connecting to hose pipe and adaptor
on the other head for first aid hose reel connection, GI
Tee tapping from the wetriser, distance piece and any
other accesories as required. INTERNAL HYDRANTS
Providing, fixing and testing of 2 lengths of 63 mm dia,15
mtrs. long rubber lined woven jacketed hose pipe, type-A,
ISI marked (Reinforced Rubber Lined) of IS:636 complete
with necessary instantaneous spring lock type copper wire
bounded ss coupling, at the ends to match with landing
valves / hose pipe/ branch pipe etc. as per specification
complete as required. HOSE PIPES
Supplying and fixing first aid hose reel with MS
construction spray painted in post office red conforming to
IS:884 comprising of hose reel drum, swinging type fixing
bracket, 19 mm size shut off nozzle and G.M. gate valve,
(ISI marked) and Thermoplastic hose of 19 mm dia x 30
mtr. long Type 2 as per IS 12585, connections from riser
with 40 mm dia stop valve etc. as per specification
complete as required. FIRST AID HOSE REEL
Supplying and fixing 63mm dia branch pipe of gunmetal
complete with male instantaneous spring lock type
coupling (for connection to the hose pipe ) on one end,
20mm dia (internal ) nozzle of copper /gunmetal having
screw thread and hexagonal head at the inlet end to
facilitate screwing of nozzle on the branch pipe both
confirming to IS: 903-1985 complete as required
Providing, fixing, testing and commissioning of 'SIAMESE'
type Fire Service inlet connection with 4 instantaneous
male inlet of 63 mm dia built in spring type non-return
couplings, 1 no 100 mm dia non return valve, plug and
chains etc., fitted on 100 mm dia x 1 mtr. long GI pipe
header in the existing cabinet etc. as per specification
complete as required. FIRE BRIGADE INLET for SUMP
Providing, fixing including testing and commissioning air
vessel tank fabricated out of 8 mm thick steel and hot dip
galvanised conforming to IS:4736-1966 having 300 mm
dia and a height of 1.2 mtr with dished ends and
supporting legs, drain with valve, Air release nipple with
plug, mounted on the terrace, with 15mm dia air release
valve, necessary piping, etc. as per specification complete
as required.

AE (P) /

EE (P)

Each

Each

16

Each

Each

Each

Each

114
Fabricating,
Supplying,
installation,
testing
&
commissioning of Indoor floor mounted modular
construction, extendable type, compartmentalized cubicle
panel of suitable size, fabricated from cold rolled sheet
steel 2 mm thick for enclosure, 1.6 mm thick for doors, top
covers and partitions with stiffeners whereever required,
having vibration free structure chemically treated with
seven tank process, epoxy powder coated, making earth
22.16
connection,
with suitable Electrolytic grade high
conductivity copper busbar, suitable for operation on 3
phase 415 V 50 HZ AC supply i/c providing and fixing the
following switchgear mounted thereon complete with
gaskets and interconnections. The board shall be dust
free, vermin proof, totally enclosed, confirming to
protection class IP 42, free standing type with suitable
cable alleys.
INCOMING SECTION :
I) 315 Amps. 4P MCCB 35 KA panel mounting type. -- 1
No.
ii) Digital Load manager with suitable ratio CTs - 1 Set.
iii) 400 Amps 4 strip Copper bus bars
--1 set
iv) LED type Phase indicating lamps -- 3 Nos.
OUTGOING SECTION
Electric fire pump section with 200 A, 35 KA panel
mounting type TP MCCB with suitable HP fully automatic
star/delta starter with over load protection, current sensing
i)
type single phase preventer complete with all accessories
and internal wiring required for automatic operation
selector switch for local / remote, auto / manual / Off
opeation
Pressurisation pump section with 63 A TP MCCB, 10 KA
rating with suitable HP fully automatic star/delta starter
with over load protection, current sensing type single
ii)
phase preventer complete with all accessories and
internal wiring required for automatic operation selector
switch for local / remote, auto / manual / Off opeation
Control
for
Diesel
Engine
comprising:
a) Auto / manual selector switch and 3 attempt starting
device, timers and relays as required, push buttons, start /
stop
in
manual
mode.
B) indication lamps for High / Low lub oil pressure, high
iii)
water
temperature
and
engine
ON
indication
c) Battery charger suitable for 12 V / 24 V DC with boost
and trickle selector switch, 0-30 V DC voltmeter, 0-20 A
DC
ammeter
d) All standard relays and accessories for automati
operation of diesel engine
Pressurisation pump section with 63 A TP MCCB, 10 KA
rating with suitable HP fully automatic star/delta starter
with over load protection, current sensing type single
iv)
phase preventer complete with all accessories and
internal wiring required for automatic operation and
AE (P) /

EE (P)

115
selector switch for local / remote, auto / manual / Off
operation

System controller: Designing supply installation testing


and commissioning of system controller to control
operation of Main Electric Fire pump, Diesel pump,
v)
pressurisation pump, terrace pump in sequence as per
specification consisting of relays, timers, sensors,
annunciation window for fault indication, complete as
required.
Supplying of following sizes of XLPE insulated and PVC
sheathed Armoured aluminium conductor cable of 1.1 KV
22.17
grade on surface on wall / ceiling / floor etc as per
specification complete as required.
i) 3 x 120 sq. mm. ( for Main Fire pump )
ii) 3 x 25 sq. mm. ( for jockey pump )

23.1

23.2

23.3

24.1

24.2

24.3

SH: 23 :EARTHING
Earthing with GI earth plate 600 mm X 600 mm X 6 mm
thick i/c accessories, and providing masonary enclosure
with cover plate having locking arrangement and watering
pipe of 2.7 m long etc with charcoal / coke and salt etc as
required
Providing and fixing 25 mm X 5 mm GI strip in 40 mm dia
GI pipe from earth electrode i/c connection with GI nut,
bolt, spring, washer excavation and refilling etc as
required
Providing and fixing 25 mm X 5 mm GI strip on surface or
in recess for connections etc as required
SH: 24 :FIRE ALARM SYSTEM
Supplying, installation, testing and commissioning of
Optical type Addressable smoke Detector
including
connections etc. above false ceilling on a suitable MS
Junction box / below the false ceiling complete as per
specifications complete as required
Supplying, installation, testing and commissioning of
Addressable Heat Detector including connections etc.
above false ceilling on a suitable MS Junction box / below
the false ceiling complete as per specifications complete
as required
Supplying, installation, testing and commissioning of LED
type Response Indicator having 2 Nos. red coloured LED
lamps including connections etc. as per specifications
complete as required.

AE (P) /

EE (P)

Job

Mtr
Mtr

50
50

set

Mtr

10

Mtr

10

Each

100

Each

Each

50

116

24.4

24.5

24.6

24.7

24.8

24.9

Supplying, installation, testing and commissioning of semiflush mounted Addressable Manual Pull Station (Manual
call point), UL listed, including visual indicator for
activated condition, built- in bicolor LED (Flashes in
normal operation and steady red when in alarm), key
reset, decimal rotary switch, connections etc. complete as
required.
Supplying, installation, testing and commissioning of fault
isolator module
including
mounting
accessories
connections etc. as per specifications complete as
required.
Supplying, installation, testing and commissioning of
Analog
addressable
Control
modules/Relay
modules/Monitor modules/Input modules
including
mounting accessories
connections etc. as per
specifications complete as required.
Supplying, installation, testing and commissioning
Addressable type low intensity dual tone electronic hooter
alongwith flasher and having sound output of 90-100dB at
1 mtr suitable for indoor application and suitable for
operation on 24V DC supply including connections etc. as
per specifications complete as required.
Supplying, installation, testing and commissioning
Addressable type high intensity dual tone electronic
hooter alongwith flasher and having sound output of 90120dB around 10 Km radious suitable for outoor
application and suitable for operation on 24V DC supply
including connections etc. as per specifications complete
as required.
Supplying, installation, testing and commissioning of 2
loop Analog intelligent, Main Fire Alarm Control panel to
accept 318 Addressable detectors / devices per loop
suitable for operatiopn on 230 V, 1 Ph, 50Hz, AC supply
with sufficient number of control relay modules, data entry,
programming and comprising of the following as per
specification complete as reqd.
Intelligent Detection Panel : MAIN FACP
i) Microprocessor based Central processing unit of at least
32 bit device, EPROM, non volatile memory with real time
clock for communicating and controlling the intelligent /
addressable devices and History buffer of 5000 events
with time and date stamp.
ii) 10 Signaling Line Circuits capable of communicating
159
Addressable detectors and 159 Addressable
modules.
iii) Operator interface, control and annunciation panel with
at least 500-character back-lit alphanumeric liquid crystal
display, system status LED's, two level password access
and with alphanumeric key pad.
iv) One no. serial EIA -232 / Centronics parallel interface
to connect printers and other similar peripherals.

AE (P) /

EE (P)

Each

10

Each

Each

Each

Each

117

24.10

24.11

24.12

24.13

v) Suitable capacity Maintenance free battery with 24


hours back up alongwith battery charger.
vi) The cabinet shall be corrosion proof, with manufacture
standard finish and having door lock and transparent
viewing facility of the front panel alongwith painting with
rust-resistant prime coat complete as rqed.
Supplying and laying/fixing of 2 core 1.5 Sq.mm 1100 V
grade with Low Smoke Zero Halogen PVC outer
sheathing, XLPE insulated copper conductor armoured
cable including connections etc.as required on surface
above false ceiling complete as required.
FIRE EXTINGUISHER
Supplying, installing, testing and commissioning of 4.5 kG
capacity stored pressure type carbon dioxide type fire
extinuishers made from brand new seamless drawn steel
cylinder as per IS 7285 with ISI mark, fitted with wheel
valve as per IS 3224 with ISI mark, with discharge bend
and horn and complete with initial charge as per IS 15683
with ISI mark and wall bracket complete as required.
Supplying, installation, testing and commissioning of ABC
stored pressure type Fire extinguishers of 4 KG capacity
fitted with discharge control valve and pressure gauge,
filled with mono ammonium phosphate powder as per EN
3615 approved and supplied complete with initial charge
as per IS: 15683 with ISI mark and wall bracket complete
as required.
Supplying, installation and testing of 2 kG capacity Eco
Friendly, Stored pressure type filled with HFC 134 A (
clean agent fire extinguishant having Zero Ozone
depletion potential ) Clean Agent Fire Extinguishers with
safety seal, pressure guage, controllable discharge
mechanism, helium leak detection tested and conforming
to IS 15683 complete with initial charge as required.

Assistant Engineer (P)


BCEC, CPWD, Bhubaneswar

set

Mtr

2000

Each

Each

Each

Executive Engineer(P)
BCEC, CPWD, Bhubaneswar

AE (P) /

EE (P)

You might also like