Professional Documents
Culture Documents
/TENDER PAPER
NIT No.
Name of work
: 03/NIT/CE/EZ-V/CPWD/2016-2017
: Rs. 7,83,47,483/-
Earnest Money
Performance Guarantee
: 5% of tendered value.
Security Deposit
Time Allowed
: 08 (Eight) months
AE (P)
EE(P)
Approved
CE/EZ-V
SE(P)
1
Name of work
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--
77-83
--do---do---do---do---do--
84-105
106-117
100-101
102-112
113-128
AE(P)
EE(P)
SE(P)
2
PART-A
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.
NIT No.
Sl. No.
Earnest Money
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.
3.
Certificate of Registration for Sales Tax/ VAT and service tax and
acknowledgement of up to date filed return if required.
4.
(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:#
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.
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)
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
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 :-
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
*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)
15:00
hours on
17.05.2016
to
Executive Engineer, BCD-II, CPWD, Bhubaneswar
Date of Issue
*..
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:
*..
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)
SCHEDULE 'B'
Schedule of materials to be issued to the contractor.
S. No.
Description of item
Quantity
Place of issue
NIL
SCHEDULE 'C'
Tools and plants to be hired to the contractor
S. No.
1
Description
2
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
(i)
Earnest Money
Rs.15,66,950/-
(III)
Performance Guarantee
5 % of tendered value
(IIIi)
Security Deposit
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)
15%
DSR 2014
2(xIII)
Department
9(III)
Clause 1
(i)
(III)
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
Yes
7 days
Clause 2A
Clause 5
Time allowed
in
months (from
date of start)
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
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)
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.
3.
Oven
4.
Dial Gauge
5.
6.
Sieve Shaker
7.
8.
Enamel Tray
9.
Clause 10B(III)
Whether Clause 10 B (III) shall be applicable
No
Clause 10C
Component of labour expressed as percent of value of work =
Clause 10CA
S.
No.
Material covered
under this clause
Cement
Reinforcement bars
2.
Structural steel
3.
Base Price of
clause 10 CA*
1.
...
2.
...
3.
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
Clause 12
12.2. & 12.3
12.5
Type of 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.
2.
3.
4.
Needle Vibrator
5.
Drilling Machine
6.
7.
8.
9.
10
Hand Grinder
11
12
13
Concrete Pump
Clause 25
Constitution of Dispute Redressal Committee:A] For total Claims more than Rs. 25 lacs
Chairman
Member
Member
Member
AE (P) /
EE (P)
18
PROFORMA OF SCHEDULES
CPWD
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
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.
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
Description of Item
1.
2.
Nil
3.
Structural Sections
Nil
AE (P) /
EE (P)
20
PART-B
Name of Work
1.
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.
FRP door shutter with FRP door frame shall be provided in toilets.
c)
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.
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
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
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
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
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) /
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
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.
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)
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
7)
8)
9)
10)
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
SIGNED for and on behalf of THE PRESIDENT OF INDIA by..in the presence of1.
2.
AE (P) /
EE (P)
30
AE (P) /
EE (P)
31
To,
The All Bidders
Sub:
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:
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
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:
(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).
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) 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.
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.
..
(For and on behalf of Principal/Owner)
....
(For and on behalf of Bidder/Contractor)
WITNESSES:
1.
.
(Signature, name and address)
2.
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
19
20
21
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.
AE (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
38
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
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.
DESCRIPTION
UNIT
QTY.
Cum
242.00
Cum
23.00
Metre
105.00
SH : 1 : EARTHWORK
1.1
1.2
1.3
AE (P) /
EE (P)
RATE
AMOUNT
42
1.4
1.5
2.1
2.2
2.3
Cum
88.00
Cum
1620.00
Cum
116.00
Cum
104.00
Cum
2.00
Sqm
125.00
AE (P) /
EE (P)
43
2.4
225.00
SH : 3 : REINFORCED CEMENT
CONCRETE
3.1
3.2
22.00
Sqm
362.00
Sqm
59.00
Sqm
1817.00
Sqm
2243.00
Sqm
1838.00
Sqm
181.00
Sqm
28.00
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
AE (P) /
EE (P)
67500.00
44
3.4
3.5
4.1
4.2
cum
322.00
cum
698.00
Cum
17.00
Cum
73.00
Sqm
224.00
EE (P)
45
coarse sand)
4.3
4.4
Sqm
224.00
Cum
730.00
Sqm
3.00
Sqm
481.00
5.2
AE (P) /
EE (P)
46
SH : 6 : WOOD WORK & PVC WORK
6.1
6.2
6.3
6.4
Cum
1.00
Sqm
54.00
Sqm
41.00
Sqm
937.00
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
AE (P) /
Sqm
EE (P)
418.00
48
6.6
6.7
6.8
AE (P) /
Sqm
93.00
Metre
69.00
Kg
1150.00
EE (P)
49
6.9
6.10
6.11
6.12
6.13
Each
26.00
Each
19.00
Each
Each
32.00
40.00
Each
Each
64.00
40.00
Each
32.00
AE (P) /
EE (P)
50
6.14
6.15
6.16
6.17
Metre
99.00
Sqm
32.00
Each
54.00
Each
108.00
Kg
23240.00
SH : 7 : STEEL WORK
7.1
AE (P) /
EE (P)
51
7.2
7.3
7.4
7.5
Sqm
9.00
Each
16.00
Each
11.00
Kg
590.00
AE (P) /
EE (P)
52
SH : 8 : FLOORING
8.1
8.2
8.3
8.4
8.5
8.6
Sqm
1268.00
Sqm
66.00
Sqm
403.00
Sqm
83.00
Mtr
306.00
Sqm
138.00
AE (P) /
EE (P)
53
8.7
8.8
8.9
8.10
Sqm
329.00
Sqm
331.00
Sqm
73.00
Sqm
124.00
AE (P) /
EE (P)
54
8.11
8.12
9.1
9.2
9.2.1
Sqm
7.00
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
Metre
105.00
AE (P) /
EE (P)
55
9.3
9.4
9.5
9.6
Each
11.00
Each
11.00
Each
59.00
Each
11.00
sqm
727.00
EE (P)
56
9.7
9.8
meter
29.00
Sqm
580.00
AE (P) /
EE (P)
57
9.9
AE (P) /
Sqm
EE (P)
597.00
58
9.10
10.1
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
Sqm
3251.00
Sqm
66.00
Sqm
1489.00
Sqm
3749.00
Sqm
3749.00
Sqm
1819.00
Sqm
195.00
Sqm
129.00
AE (P) /
EE (P)
60
10.10
11.1
11.2
11.3
Sqm
3749.00
Each
8.00
Each
6.00
Each
3.00
AE (P) /
EE (P)
61
11.4
11.5
11.6
11.7
11.8
Each
2.00
Each
16.00
11.5.1.1 40 mm dia
Each
16.00
Each
16.00
Each
20.00
Metre
177.00
AE (P) /
EE (P)
62
11.9
11.10
44.00
Each
8.00
Each
44.00
Each
14.00
Each
6.00
Each
215.00
100 mm dia
Each
11.12
54.00
11.11
Each
11.14
11.15
AE (P) /
EE (P)
63
11.16
11.17
11.18
12.1
Each
23.00
Metre
195.00
Each
5.00
Metre
94.00
12.1.2
Metre
75.00
12.1.3
Metre
30.00
AE (P) /
EE (P)
64
12.2
12.3
12.4
12.5
12.6
Metre
208.00
12.2.2
Metre
40.00
12.2.3
Metre
50.00
Metre
10.00
Each
1.00
Each
2.00
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
45 cm length
AE (P) /
EE (P)
65
12.7
Each
3.00
Quintal
0.21
12.8
12.9
Each
1.00
Metre
10.00
Metre
10.00
Per litre
7500.00
12.10
12.11
12.12
12.13
AE (P) /
EE (P)
66
12.13.1
12.14
12.15
12.16
15 mm nominal bore
Each
18.00
Each
5.00
Each
43.00
Each
9.00
Metre
105.00
Metre
105.00
SH : 13 : DRAINAGE
13.1
13.2
13.3
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
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
Each
10.00
AE (P) /
EE (P)
68
13.7
13.8
Each
1.00
Each
1.00
Mtr
2784.00
SH : 14 : PILE WORK
14.1
14.2
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
AE (P) /
EE (P)
70
15.2
15.3
15.4
15.5
16.1
Sqm
53.00
Sqm
4.00
Each
2.00
Metre
198.00
Each
1.00
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
17.1
17.2
Sqm
46.00
cum
35
Kg
4538.00
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
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
91.00
Executive Engineer(P)
BCC, CPWD, Bhubaneswar
AE (P) /
EE (P)
77
PART-C
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
Ceiling Roses
MV Panels
LT UG Cables
Rising Mains and Accessories
HDPE / DWC pipes
MS Conduits
Multifunction / Digital meters
Cable Trays
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)
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
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
80%
10%
5%
5%
1.5
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.
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
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)
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
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.
AHU dampers on that floor shall be closed and basement staircase pressurization fans
will be put on to double speed.
C.1.1.26
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
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:
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
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
Description of Deviation
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.
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 .
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
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
Each
12
Each
26
Each
Each
Each
6
3
4
Each
35
Each
Each
Each
3
8
20.1
20.2
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
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)
AE (P) /
EE (P)
set
set
112
ii)
iii)
iv)
22.4
22.5
22.6
22.7
22.8
22.9
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
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
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
set
Mtr
2000
Each
Each
Each
Executive Engineer(P)
BCEC, CPWD, Bhubaneswar
AE (P) /
EE (P)