You are on page 1of 273

1

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
OFFICE OF THE CHIEF ENGINEER,
SOUTH ZONE, NIRMAN BHAWAN, SULTAN BAZAR,
KOTI, HYDERABAD - 500095.

NIT No:01/EE/NITPD-II/2015-16
(CE NIT No.06 /CE/SZ-II/2015-16) (2nd call)

Name of work: Construction of Dr. B.R. Ambedkar Learning Centre and 450 Nos.
capacity Auditorium with Steel Structure for National Institute of Technology (NIT)
including Internal Water Supply, Sanitary Installations, Drainage, Development
works and Providing Internal Electrical Installations & Fans, Power wiring, Street
lighting, Ductable split AC units, Fire Fighting, Fire Alarm System and PA System
etc. at Warangal, Telangana State.

NIT Amount :Rs.10,73,71,397/Civil Amount : Rs.9,30,89,248/Electrical Amount Rs.1,42,82,149/-

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

INDEX
Name of work: Construction of Dr. B.R. Ambedkar Learning Centre and 450 Nos. capacity Auditorium
with Steel Structure for National Institute of Technology (NIT) including Internal Water Supply,
Sanitary Installations, Drainage, Development works and Providing Internal Electrical Installations &
Fans, Power wiring, Street lighting, Ductable split AC units, Fire Fighting, Fire Alarm System and PA
System etc. at Warangal, Telangana State.

Sl.No

Content
Part A

Page
5

1
2
3
4
5

Press Notice
Information and instructions for bidders for e- tendering
List of Documents
Notice Inviting Tender CPWD-6 for e-tendering
C.P.W.D 8, Acceptance

7
9-12
13
14-20
21-22

6
7
8

Proforma of Schedules A to F (Civil Component)


Conditions of Contract
General Rules & Directions

23-29
30-32
33-36

9
10
11
12
13

Form of Earnest Money (Bank Guarantee ) [ Annexure I ]


Form of Performance Guarantee/ Bank Guarantee Bond [ Annexure II]
Form of Acceptance and Commencement letters [ Annexure III & IV]
Rates of Seignior age Fee
Part B (Civil Component)

37
38-39
40-41
42-44
45

14

General Conditions for Civil works

47-57

15
16
17
18

Particular Specifications & CPWD Specifications with upto date correction slips
Sketch showing Fixing Details of Vertical CI / SCI Pipes / Stacks
Special Conditions & Additional Conditions for civil work
Guarantee Bond for removal of defects in water proofing treatment (Annexure-V) and
Proforma of Affidavit for Non-Black Listing Annexure-VI (Form M)
List of preferred brand/Manufacturers/makes
Description of Schedule of Quantities (Civil Component)

58-61
62
63-79
80-81

19
20

82--85
86-139

Part C (Electrical Component)


Eligibility criteria for E&M works (C1 & C5) & Schedule A to F (E&M) works
Special Conditions E&M works & Annexure VII to X
C-1 SH: - Providing IEI & Fans, Power points etc.

141
143-150
151-158

23.1

Additional Conditions for IEI

159-166

23.2

Preferred Makes for IEI

167-169

21
22
23

24

C-2

SH: - Providing Fire fighting- Wet riser system.

24.1 Additional Conditions, Specifications & Technical Specifications for Fire Fighting System
24.2 Acceptable Makes for Firefighting system.

170-173
174

24.3 Appendix I ( List of IS Codes )

175-176

24.4 Schedule of Technical Data ( to be uploaded by firm in Technical Bid ) Annexure -A

177-178

24.5 List of Technical Literature & Catalogue and any other information ( to be uploaded by
firm in Technical Bid ) Annexure -B

Cor NIL
Omi NIL
AE(P)

179

Ins
Ovw
EE(P)

NIL
NIL

4
Sl.No

25

Page

Content
C-3 SH: - Providing Addressable Fire Alarm System.

25.1

Additional Conditions & Specifications for Fire Alarm System.

25.2

List of Preferred makes of equipment and materials

25.3

Schedule of Technical Data ( to be uploaded by firm in Technical Bid ) Annexure A

25.4

List of Technical Literature & Catalogue and any other information ( to be uploaded by
firm in Technical Bid ) Annexure -B
C-4 SH: - Providing Ductable Split / Split type Air conditioner System.

26
26.1

Additional Conditions & Specifications for Air-Conditioning

26.2

List of Approved makes of equipment and materials

26.3

Schedule of Technical Data ( to be uploaded by firm in Technical Bid ) Annexure A

26.4

List of Technical Literature & Catalogue and any other information ( to be uploaded by
firm in Technical Bid ) Annexure -B
C-5 SH: - Providing Audio PA system & Projection system

27
27.1

Additional Conditions & Specifications for PA System

27.2

Acceptable Makes

27.3

Schedule of Technical Data ( to be uploaded by firm in Technical Bid ) Annexure A

27.4
28

List of Technical Literature & Catalogue and any other information ( to be uploaded by
firm in Technical Bid ) Annexure -B
Price Bids (To be uploaded by the Contractor)

28.1
28.2

C-1P - Schedule of Quantities for IEI


C-2P Schedule of Quantities for Firefighting system with down comer.

28.3

C-3P Schedule of Quantities for Addressable Fire Alarm System.

28.4

C-4P Schedule of Quantities for Ductable split /split Air conditioner System

28.5

C-5P Schedule of Quantities for Audio PA system & Projection system

29

180-204
205-207
208-214
215

216-224
225
226
227

228-229
230-231
232-241
242

243-252
253-263
264-266
267-268
269-272
273

Abstract of cost of Civil, E & M Components

Certified that this N.I.T contains 1 to 273 pages only


Assistant Engineer (P)

Assistant Engineer (P) (E)

Executive Engineer (P)-II

Executive Engineer (P) (E)

Superintending Engineer (P)


Notice Inviting Tender approved for Rs.10,73,71,397/- (Rupees Ten Crores Seventy Three Lakhs
Seventy One Thousand Three Hundred and Ninety Seven Only).
Approved by
Chief Engineer,
SZ(II), CPWD, Hyderabad.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

PART - A

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

7
CENTRAL PUBLIC WORKS DEPARTMENT
NOTICE INVITING E-TENDERS
The Executive Engineer, NITPD-II, CPWD, Warangal invites on behalf of President
of India online item rate bids from the approved and eligible contractors of CPWD and those
non CPWD registered Contractors registered with Railways, M.E.S., BSNL, State P.W.Ds.
(B&R) Departments of State Governments dealing with Buildings and Roads in open bid
system for the following work :-

NIT No:01/EE/NITPD-II/2015-16,
(CE NIT No: 06/CE/SZ-II/2015-16)(2nd call)
Name of work :- Construction of Dr. B.R.Ambedkar Learning Centre and 450 Nos. capacity
Auditorium with Steel Structure for National Institute of Technology (NIT) including Internal
Water Supply, Sanitary Installations, Drainage, Development works and Providing Internal
Electrical Installations & Fans, Power wiring, Street lighting, Ductable split AC units, Fire
Fighting, Fire Alarm System and PA System etc. at Warangal, Telangana State.
Estimated Cost Put to Tender

: Rs.10,73,71,397/-

Civil Work

: Rs.9,30,89,248/-

Electrical Work

: Rs.1,42,82,149/-

Earnest Money

: Rs.20,73,714/-

Period of completion

: 450 days

Last time and date of submission of bid : 15:30 hours on 04-9-2015


The bid forms and other details can be obtained from the website www.tenderwizard.com/CPWD
or www.cpwd.gov.in

Assistant Engineer (P)

Assistant Engineer (P) (E)

Executive Engineer (P)-II

Executive Engineer (P) (E)

Superintending Engineer (P)


Approved by
Chief Engineer,
SZ(II), CPWD, Hyderabad.
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

9
INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING
FORMING PART OF BID DOCUMENT AND TO BE POSTED ON WEBSITE
(Applicable for inviting open bids)
The Executive Engineer, NITPD-II, CPWD, Warangal invites on behalf of President of India
online item rate bids from the approved and eligible contractors of CPWD and those non CPWD
registered Contractors registered with Railways, M.E.S., BSNL, State P.W.Ds. (B&R) Departments of
State Governments dealing with Buildings and Roads in open bid system for the following work :-

Sl. No.
1

Description
NIT No.

Details
NIT No:01/EE/NITPD-II/2015-16,

(CE NIT No: 06/CE/SZ-II/2015-16)(2nd call)


2

Name of Work & Locations

Estimated Cost Put to Bid

Construction of Dr. B.R. Ambedkar Learning


Centre and 450 Nos. capacity Auditorium with
Steel Structure for National Institute
of
Technology (NIT) including Internal Water
Supply,
Sanitary
Installations,
Drainage,
Development
works and Providing Internal
Electrical Installations & Fans, Power wiring,
Street lighting, Ductable split AC units, Fire
Fighting, Fire Alarm System and PA System
etc. at Warangal, Telangana State.
Rs. 10,73,71,397/-

Civil Work (Major Component)

Rs.9,30,89,248/-

Electrical Work (Minor Component)

Rs.1,42,82,149/

Earnest Money (EMD)

Rs.20,73,714/-

7
8

Period of Completion
Last date & time of online submission
of bid.
Time & date of online opening of
documents
Time & date of opening of Online
Financial Bids.
Last date & time of submission of hard
copies
of
EMD,
Experience
Certificates, Registration Certificates,
Affidavit, Undertaking and other
Documents to Division Office by the
Lowest Tenderer Only.

450 days
Up to 15:30 Hours on 04-9-2015

9
10
11

Up to 16:00 Hours on 04-9-2015


Up to 16:00 Hours on 05-9-2015
To be submitted during office hours within a
week from the date of opening of Financial Bid.
In case the last day happens to be closed
holiday, these documents shall be submitted on
the next working day.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

10

1. 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.
2. Information and Instructions for bidders posted on website shall form part of bid
document.
3. 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.
4. E-Tender Processing Fee:
The contractors already registered on the e-tendering portal will have option to
continue by paying tender processing fee upto one year from the date of
registration, or to switch over to (new) registration without tender processing fee
any time. All new registration from 01.04.2015 will be without tender processing
fee.
The following system of annual registration charges with no tender processing fee has
been established with effect from 01.04.2015. service tax is extra.
S.No
Particulars
Registration Charges
Rs. 15000/- per bidder
1.
Registration charges on e-tendering website for
per annum
CPWD registered Class I, Class I composite
category, Class 1(A), Class I (AA) and Class I
(AAA) contractors.
Rs. 12000/- per bidder
2.
Registration charges on e-tendering website for
per annum
CPWD registered Class II, and class II
composite category contractors.
Rs. 10000/- per bidder
3.
Registration charges on e-tendering website for
per annum
CPWD registered Class III, and class III
composite category contractors.
Rs. 8000/- per bidder per
4.
Registration charges on e-tendering website for
annum
CPWD registered Class IV
and Class IV
composite category contractors.
Rs. 5000/- per bidder per
5.
Registration charges on e-tendering website for
annum
CPWD registered Class V contractors.
6.

7.
8.
9.

Registration charges on e-tendering website for


CPWD registered Class V contractors with
SC/ST concessions for enlistment.
Registration charges on e-tendering website for
Non CPWD contractors. .
Registration charges for bidders to participate in
e-action.
Auction processing fee payable by successful
bidder on completion of the auction.

Rs. 1000/- per bidder per


annum
Rs. 5000/- per bidder per
annum
Rs. 1000/- per bidder per
annum
1% (one per cent) of the
final bid amount
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

11
The bidders will have the option to continue to pay tender processing fee up to 1 year from
the date of registration or to switch over to the new system any time by making payment of
above registration fee. All new registration from 01.04.2015 will be without tender
processing fee.
(i)

e-Tender Processing Fee Rs.5,700/-, if registration with tender processing fee is


continued, shall payable to M/s. ITI Limited through their e-gateway by credit / debit
card, internet banking or RTGS/NEFT facility.

5. Earnest Money Rs.20,73,714/- can be paid in the form of Treasury Challan or Demand
Draft or Pay order or Bankers Cheque or Deposit at Call Receipt or Fixed Deposit Receipt
(drawn in favour of Executive Engineer, HCD-II, CPWD, Hyderabad) shall be scanned
and uploaded to the e-Tendering website within the period of bid submission.
A part of earnest money is acceptable in the form of bank guarantee also. In such case,
50% of earnest money or Rs.20 lakhs, whichever is less, will have to be deposited in
shape prescribed above, and balance in shape of Bank Guarantee of any schedule bank
which is to be scanned and uploaded by the intending bidders.
The physical EMD of the scanned copy of EMD uploaded shall be deposited by the
lowest tenderer within a week after opening of financial bid failing which the tender
shall be rejected and enlistment of the agency shall be withdrawn by the enlisting
authority / Agency shall be debarred from tendering in CPWD.
The following undertaking in this regard shall also be uploaded by the intending
bidders:The Physical EMD and certified copy of all the scanned and uploaded documents
as specified in the NIT shall be deposited by me / us with the Executive Engineer
calling the tender in case I / We become the lowest tenderer within a week of the
opening of financial bid otherwise department may reject the tender and also take
action to withdraw my / our enlistment / to debar me/us from tendering in CPWD.
Interested contractor who wish to participate in the bid has also to make following
payments within the period of bid submission:
6. Those contractors not registered on the website mentioned above, are required to
get registered beforehand. If needed they can be imparted training on online bidding
process as per details available on the website.
7. The intending bidder must have valid class-III digital signature to submit the bid.
8. On opening date, the contractor can login and see the bid opening process. After opening
of bids he will receive the competitor bid sheets.
9. Contractor can upload documents in the form of JPG format and PDF format.
10. Contractor must ensure to quote rate of each item. The column meant for quoting rate in
figures appears in pink colour and the moment rate is entered, it turns sky blue.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

12
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.
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).
11. Tenders with any condition including that of conditional rebates shall be rejected forthwith.
Rates of such tenders shall neither be read out, nor entered in tender opening register at
the time of opening of financial bid.
12. The rates of each item must be quoted in words as well as in figures. The Contractor has to
work out the total amount as well in words and figures both.
13. The successful tenderer shall be required to submit a Performance Guarantee of 5% (Five
Percent) of the agreement amount within 7 days of issue of letter of intent. This period can
be further extended by Engineer-in- Charge up to a maximum period of 3 days on the
written request of the contractor and upon payment of late fee as per Schedule F.
14. The separate tender form of Electrical component of work is appended with this tender as
Part-C of financial bid. It will be obligatory on the part of the Tenderer to tender for and
sign the tender documents for all the component parts. The department reserves right to
accept tender in full or in part.
15. The Building is targeted to comply with 3 Star rating from GRIHA. In order to secure the
desired ratings, a high degree of responsibility and cooperation is necessary from the
contractors. All materials and systems used in the project are intended to maximize
energy efficiency for operation of project throughout service life (substantial completion to
ultimate disposition, reuse, recycling, or demolition) with an emphasis on top quality.
Materials and systems are to maximize environmentally-benign construction techniques,
including construction waste recycle, reusable delivery packaging, and reusability of
selected materials. All vendors / contractors must adhere to best practices related to
Green Buildings. Other than the general guidelines outlined here, all vendors/contractors
will be furnished with a supplementary set of guidelines more specific to their nature of
service/product. Nothing extra shall be paid for the same, unless specifically provided in
any item.
16. The department reserves the right to reject any prospective application without assigning
any reason and to restrict the list of qualified contractors to any number deemed suitable
by it, if too many bids are received satisfying the laid down criterion.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

13

List of Documents to be scanned and uploaded within the period of bid submission:
(i)

Treasury Challan /Demand draft/Pay order or Bankers Cheque/ Deposit at Call Receipt/ FDR
/ Bank Guarantee of any Scheduled Bank against EMD in favour of Executive Engineer,
HCD-II, CPWD, Hyderabad.

(ii)

Enlistment Order of the Contractor.

(iii)

Certificates of Work Experience. (From Non CPWD Contractors & CPWD Class II Contractors
and in case of Non-Government works TDS issued shall also be submitted and uploaded)

(iv)

Affidavit as mentioned under Para 1.2 (B) of Criteria of Eligibility in CPWD 6 from Non-CPWD
contractors and CPWD Class II Contractors.

(v)

Two letters from CPWD Class I contractors as specified under clause 1.2 ( C) of CPWD-6.

(vi)

a. Certificate of Registration for Sales Tax / VAT.


b. Certificate of Registration for Service Tax.

(vii)

An undertaking that The Physical EMD and certified copy of all the scanned and
uploaded documents as specified in the NIT shall be deposited by me / us with the
Executive Engineer calling the tender in case I / We become the lowest tenderer within
a week of the opening of financial bid otherwise department may reject the tender and
also take action to withdraw my / our enlistment / to debar me/us from tendering in
CPWD.

(viii)

Affidavit to the effect that the bidder has not been black listed by any State/ Central
Department or PSU or Autonomous bodies. (As per form M, Annexure VI /Page.81 of
NIT)
Note: The Postal address of Executive Engineer, NITPD-II may be noted as below for
correspondence and submission of Physical documents.
Executive Engineer, NITPD-II,
CPWD, QTR No: B-4/2,
NIT Staff Quarters,
Kazipet,
Warangal 506 004
(Telangana)

Executive Engineer,
NITPD-II, CPWD, Warangal.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

14

CPWD-6 for e-Tendering


Online Item rate bids are invited on behalf of President of India from approved and eligible
contractors of CPWD and those of appropriate list of M.E.S., BSNL, State P.W.Ds. (B&R) or State
Govt.s Department dealing with building and roads on open bid system for the work of :
Construction of Dr. B.R. Ambedkar Learning Centre and 450 Nos. capacity Auditorium with Steel
Structure for National Institute of Technology (NIT) including Internal Water Supply, Sanitary
Installations, Drainage, Development works and Providing Internal Electrical Installations & Fans,
Power wiring, Street lighting, Ductable split AC units, Fire Fighting, Fire Alarm System and PA
System etc. at Warangal, Telangana State.

1.

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.10,73,71,397/- Civil : Rs.9,30,89,248/- and Electrical :


Rs.1,42,82,149/-. This estimate, however, is given merely as a rough guide.

1.1.1

The authority competent to approve NIT for the combined cost and belonging to the major
discipline will consolidate NITs for calling the bids. He will also nominate Division which will
deal with all matters relating to the invitation of bids.

1.2

Intending bidders may submit the bid after satisfying themselves that they fulfill the eligibility
criteria:-.

(A)

Criteria of Eligibility

Non-CPWD Contractors and CPWD Class II contractors should have completed Three similar
works each of value not less than Rs.429 lakhs or Two similar works each of value not less
than Rs.644 lakhs or one work of value not less than Rs.858 lakhs in last 7 (seven) years
upto previous day of last date of submission of tenders.
**Similar works means Building work in R.C.C framed structure including Internal Electrical
Installations and services.
Components of work executed other than those included in definition of similar work shall be
deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work in
support of this. For the purpose, Cost of work shall mean gross value of the completed work
including the cost of materials supplied by the Government/Client, but excluding those supplied free
of cost. This should be certified by an officer not below the rank of Executive Engineer / Project
Manager or equivalent.
The value of executed works shall be brought to current costing level by enhancing the actual value
of work at simple interest rate of 7% per annum, calculated from the date of completion to the last
date of submission/uploading bid.
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

15
(B) To become eligible for submission/uploading of bid, the bidders shall also have
to furnish an Affidavit as under: ( To be furnished on a Non-Judicial Stamp Paper
worth 10/- )
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 bidding in
CPWD in future forever. Also, if such a violation comes to the notice of Department
before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire
amount of Earnest Money Deposit / Performance Guarantee. (Scanned copy to be
uploaded at the time of submission of bid).
(C) When bids are invited from Non CPWD contractors and CPWD Class II Contractors
as per provisions of clause 1.2.A above, it will be mandatory for them to upload the work
experience certificate(s) and the affidavit as per the provisions of clause 1.2.B.
But for such bids, Class-I contractors of CPWD are eligible to submit the bids without
submission of work experience certificate and affidavit. Therefore, CPWD Class-I
contractors shall upload two separate letters for experience certificate and affidavit that
these documents are not required to be submitted by them. Uploading of these two
letters is mandatory otherwise system will not clear mandatory fields.
2.

Agreement shall be drawn with the successful tender on prescribed Form No. CPWD 8
which is available at Govt. of India Publication and also available on website
www.cpwd.gov.in. Tenderer 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 450 days from the date of start as
defined in schedule F or from the first date of handing over of the site, whichever is
later, in accordance with the phasing, if any, indicated in the bid documents.

4.

(i) The site for the work is available.


(ii) The Architectural and structural drawings shall be made available in phased manner,
as per requirement of the same as per approved programme of completion submitted by
the contractor after award of the work.

5.

The tender document consisting of specifications, the schedule of quantities of various


types of items to be executed and the set of terms and conditions of the contract to be
complied with and other necessary documents except Standard General Conditions of
Contract Form can be seen free of cost from website www.tenderwizard.com/CPWD or
www.eprocure.gov.in. The standard publications like General Conditions of Contract,
Delhi schedule of rates 2014 (for civil and electrical), Specifications for Civil and Electrical
works and Delhi analysis of rates 2013 (for civil) and Delhi analysis of rates 2013 (for
electrical) with amendments / correction slips up to the last date of submission of tender
can be seen free of cost from website www.cpwd.gov.in. or www.eprocure.gov.in

6.

After submission of the tender 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
any number of times (he need not re-enter rate of all the items) but before
date of submission of tender as notified.
Cor NIL
Omi NIL
AE(P)

more item(s)
last time and
Ins
Ovw
EE(P)

NIL
NIL

16
8. The available menu for financial instruments has been modified and new mode of payment
towards tender processing fee and EMD has been introduced.
9. The EMD Rs.20,73,714/- can be paid in the form of Treasury Challan or Demand Draft or
Pay Order or Bankers Cheque or Deposit at call receipt or Fixed Deposit Receipts (drawn
in favour of Executive Engineer, HCD-II, CPWD, Hyderabad) shall be scanned and
uploaded to the e-Tendering website within the period of bid submission. A part of
earnest money is acceptable in the form of bank guarantee also. In such case, minimum
50% of earnest money or Rs.20 lakhs, whichever is less, shall have to be deposited in
shape prescribed above, and balance may be deposited in shape of Bank Guarantee of
any scheduled bank having validity for six months or more from the last date of receipt
of bids which is to be scanned and uploaded by the intending bidders. The intending bidder
has to fill all the details such as Bankers name, Demand Draft/ Fixed deposit Receipt/ Pay
Order/ Bankers Cheque/ Bank Guarantee number, amount and date. As per the new
system, the amount of EMD can be paid by multiple Demand Draft / Pay Order /Bankers
Cheque / Deposit at call receipt / Fixed deposit Receipts along with multiple Bank
Guarantee of any Scheduled Bank.
The Physical EMD of the scanned copy of EMD uploaded shall be deposited by the lowest
bidder within a week after opening of financial bid failing which the bid shall be rejected and
enlistment of the agency shall be withdrawn by the enlisting authority/the agency shall be
debarred from tendering in CPWD.
The following undertaking in this regard shall also be uploaded by the intending bidders:The Physical EMD shall be deposited by me/us with the EE calling the bid in case I/we
become the lowest bidder within a week of the opening of financial bid otherwise department
may reject the bid and also take action to withdraw my/our enlistment/ debar me/us from
tendering in CPWD.
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.
Online bid documents submitted by intending bidders shall be opened only of those bidders,
who has deposited e-tender processing fee with M/s. ITI Limited & Earnest Money Deposit
and other documents scanned and uploaded are found in order.
Interested contractor who wish to participate in the bid has also to make following payments
within the period of bid submission:
(i)

e-Tender Processing Fee Rs.5,700/-, if registration with tender processing fee is


continued, shall payable to M/s. ITI Limited through their e-gateway by credit / debit
card, internet banking or RTGS/NEFT facility.

The bid submitted shall be opened at 16.00 Hours on 05.09.2015.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

17

The bid submitted shall become invalid and e-Tender processing fee shall not be refunded if:
(i)
(ii)
(iii)
(iv)

The bidder is found ineligible.


The bidder 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.
If any discrepancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted physically by the lowest tenderer in the
office of tender opening authority.
The lowest bidder does not deposit physical EMD within a week of opening of tender.

10. The contractor whose bid is accepted, will be required to furnish performance guarantee of
5% (Five Percent) of the bid amount within the period specified in Schedule F. This
guarantee shall be in the form of cash (in case guarantee amount is less than Rs. 10000/-)
or Deposit at Call receipt of any scheduled bank/Bankers cheque of any scheduled
bank/Demand Draft of any scheduled bank/Pay order of any Scheduled Bank (in case
guarantee amount is less than Rs. 1,00,000/-) or Government Securities or Fixed Deposit
Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India in
accordance with the prescribed form. In case the contractor fails to deposit the said
performance guarantee within the period as indicated in Schedule F, including the
extended period if any, the Earnest Money deposited by the contractor shall be forfeited
automatically without any notice to the contractor. The Earnest Money deposited along with
bid shall be returned after receiving the aforesaid performance guarantee. The contractor
whose bid is accepted will also be required to furnish either copy of applicable
licenses/registrations or proof of applying for obtaining labour licenses, registration with
EPFO, ESIC and BOCW Welfare Board and Programme Chart (Time and Progress) within
the period specified in Schedule F.
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.
12. The competent authority on behalf of the President of India does not bind itself to accept the
lowest or any other bid and reserves to itself the authority to reject any or all the bids
received without the assignment of any reason. All bids in which any of the prescribed
condition is not fulfilled or any condition including that of conditional rebate is put forth by the
bidders shall be summarily rejected.
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

18
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 for
rejection.
14. In case of any discrepancy is noticed between the documents as uploaded at the time of
submission of the bid online and hard copies as submitted physically in the office of
Executive Engineer, then the bid submitted shall become invalid and the Government shall,
without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest
money as aforesaid. Further the tenderer shall not be allowed to participate in the
retendering process of the work.
15. The Site for construction is located in NIT campus at Kazipet, Warangal.
16. 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.
17. Canvassing whether directly or indirectly, in connection with tenderers is strictly prohibited
and the tenders submitted by the contractors who resort to canvassing will be liable to
rejection.
18. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in case of
contractors of Horticulture/Nursery category) responsible for award and execution of
contracts, in which his near relative is posted a Divisional Accountant or as an officer in any
capacity between the grades of Superintending Engineer and Junior Engineer (both
inclusive). He shall also intimate the names of persons who are working with him in any
capacity or are subsequently employed by him and who are near relatives to any gazetted
officer in the Central Public Works Department or in the Ministry of Urban Development. Any
breach of this condition by the contractor would render him liable to be removed from the
approved list of contractors of this Department.
19. No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering or
Administrative duties in an Engineering Department of the Government of India is allowed to
work as a contractor for a period of one year after his retirement from Government service,
without the prior permission of the Government of India in writing. This contract is liable to
be cancelled if either the contractor or any of his employees is found any time to be such a
person who had not obtained the permission of the Government of India as aforesaid before
submission of the bid or engagement in the contractors service.
20. The bid for the works shall remain open for acceptance for a period of Sixty (60) days from
the date of opening of bids. If any bidders 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.
21. This notice inviting Bid shall form a part of the contract document. The successful
bidders/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:Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

19
a) The Notice Inviting Bid, all the documents including additional conditions, specifications and
drawings, if any, forming part of the bid as uploaded at the time of invitation of bid and the
rates quoted online at the time of submission of bid and acceptance thereof together with
any correspondence leading thereto.
b) Standard C.P.W.D. Form 8 or other Standard C.P.W.D. Form as applicable.
22. The person/persons whose tender(s) may be accepted (herein after called the contractor)
shall permit Government at the time of making any payment to him for work done under the
contract to deduct a sum at the rate of 2.5% of the gross amount of each running and final
bill till the sum deducted will amount to security deposit of 2.5% of the tendered value of the
work. Such deductions will be made and held by Government deposit by way of Security
Deposit unless he/they has/have deposited the amount of Security at the rate mentioned
above in cash or in the form of Government Securities of fixed deposit receipts. In case a
fixed deposit receipt of any Bank is furnished by the contractor to the Government as part of
the security deposit and the Bank is unable to make payment against the said fixed deposit
receipt, the loss caused thereby shall fall on the contractor and the contractor shall forthwith
on demand furnish additional security to the Government to make good the deficit.
All compensations or the other sums of money payable by the contractor under the
terms of this contract may be deducted from, or paid by the sale of a sufficient part of his
security deposit or from the interest arising there from, or from any sums which may be due
to or may become due to the contractor by Government on any account whatsoever and in
the event of his Security Deposit being reduced by reason of any such deductions or sale as
aforesaid, the contractor shall within 10 days make good in cash or fixed deposit receipt
tendered by the State Bank of India or by Scheduled Bank or Government Securities (if
deposited for more than 12 months) endorsed in favour of the EE,HCD-II, CPWD,
Hyderabad, any sum or sums which may have been deducted from, or raised by sale of his
security deposit or any part thereof. The security deposit shall be collected from the running
bills of the contractor at the rates mentioned above.
23. In case of reduction in scope of work no claim on account of reduction in value of work, loss
of expected profit, consequential overheads etc shall be entertained.
24. The bidder has not been black listed by any State/Central Department or PSU or
Autonomous bodies. The applicant must submit a duly notarized affidavit to this effect In
Form VI applications received without this declaration shall stand automatically rejected.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

20

C.P.W.D 8
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

21

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
STATE

: Telangana/Telangana State

DIVISION : NITPD II, CPWD

CIRCLE
ZONE

: HCC II BRANCH : B & R


: South Zone-II

ITEM RATE TENDER & CONTRACT FOR WORKS


Tender for the work of :- Construction of Dr. B.R. Ambedkar Learning Centre and 450 Nos.
capacity Auditorium with Steel Structure for National Institute of Technology (NIT) including
Internal Water Supply, Sanitary Installations, Drainage, Development works and Providing
Internal Electrical Installations & Fans, Power wiring, Street lighting, Ductable split AC
units, Fire Fighting, Fire Alarm System and PA System etc. at Warangal, Telangana State.

To be submitted on line by 15:30 hours on 04.09.2015.


(i)

To be opened at 16:00 hours on 05.09.2015 in the office of O/o Executive Engineer,


NITPD-II, CPWD, Warangal.

Issued to: ______________________________________________


(Contractor)
Signature of Officer issuing the documents ________________________
Designation: Executive Engineer, NITPD-II, CPWD, Warangal.
Date of issue: _______________________________________

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

22

ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted
by me for and on behalf of the President of India for a sum of Rs.
_______________________________
(Rupees
____________________________________________________________________)
The letters referred to below shall form part of this contract Agreement:(i)
(ii)
(iii)

For & on behalf of President of India.


Signatures
Dated: _____________
Designation :

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

23
SCHEDULES
SCHEDULE A
Schedule of Quantities (Enclosed) Page No.86 to Page No.139
Estimated Cost Put to Bid
Civil Work
Electrical Work

: Rs.10,73,71,397/: Rs.9,30,89,248/: Rs.1,42,82,149/-

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

Description of Item

Quantity
Rates in figures & words
at which the material will be charged
to the contractor
3
4

Place of Issue

-N I LSCHEDULE C
Tools and plants to be hired to the contractor
Sl.No.
1

Description
2

Hire charges per day


3
-N I L-

Place of Issue
4

SCHEDULE D
Extra schedule for specific requirements / documents for the work, if any
-N I LSCHEDULE E
Reference to General Conditions of contract: GCC for CPWD Works 2014 modified and amended
up to date of submission of online tender.

Name of work:

: Construction of Dr. B.R. Ambedkar Learning Centre and 450 Nos. capacity
Auditorium with Steel Structure for National Institute of Technology (NIT) including Internal Water
Supply, Sanitary Installations, Drainage, Development works and Providing Internal Electrical
Installations & Fans, Power wiring, Street lighting, Ductable split AC units, Fire Fighting, Fire Alarm
System and PA System etc. at Warangal, Telangana State.

Estimated Cost Put to Bid


Civil Work
Electrical Work

: Rs.10,73,71,397/: Rs.9,30,89,248/: Rs.1,42,82,149/-

This estimate however, is given nearly as a rough guide.


(i)

Earnest money :

Rs.20,73,714 /- (To be returned after receiving


Performance Guarantee).
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

24
(ii) Performance Guarantee

5% of accepted tendered value

(iii)

2.5% of accepted tendered value

Security Deposit

SCHEDULE F
General Rules & Directions :
Officer inviting tender
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
2(v)
Engineer-in-Charge
2(viii) Accepting Authority
2(x)
2(xi)
2(xii)
9(ii)

Percentage on cost of materials and labour


to cover all overheads and profits.
Standard schedule of Rates
Department
Standard CPWD contract Form

Executive Engineer,
NITPD-II, CPWD, Warangal.

See below under Clause 12

Executive Engineer,
NITPD-II, CPWD, Warangal.

Chief Engineer,
SZ-II, CPWD, Hyderabad.

15%

DSR 2014 with correction slips upto


date.

:
:

Clause I
(i)
Time allowed for submission of performance
Guarantee, Programme Chart (Time and
Progress) and applicable labour licenses,
registration with EPFO, ESIC and BOCW
Welfare Board or Proof of applying
thereof from the date of issue of letter of
acceptance
(ii)
Maximum allowable extension with late fee
at 0.1% per day of performance Guarantee
amount beyond the period as provided in (i)
above
Clause 2
Authority for fixing compensation under clause-2.
Clause 2A
Whether clause 2A shall be applicable
Clause 5
Number of days from the date of issue
of letter of acceptance for reckoning
date of start

Central Public Works Department


GCC 2014 , CPWD Form 8 as amended
up to date of submission of online
tender.

7 days

3 days

Superintending Engineer(P) cum


HCC-II, CPWD, Hyderabad.

Applicable

15 days
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

25
Table of Mile Stone(s)

Sl. Time allowed


No.
in days
1

120 days

180 days

270 days

360 days

430 days

450 days

Amount to be
withheld in case
of non
achievement of
milestone.

Physical progress

Earth work, RCC work upto plinth level


including casting of footings, pedestals,
columns, plinth/grade beams etc.
Casting of RCC beams & slabs at F2 level
except in auditorium.
Casting of RCC beams & slab at F3 level and in
auditorium and completion of brickwork at
ground floor except in auditorium
Floorings except auditorium flooring, roof
treatment, completion of brick work at first
floor & on terrace, internal plastering at ground
floor, completion of erection of trusses and
fixing of roofing to Auditorium and courtyard.
Finishings, wall paneling, false ceiling,
sanitary, water supply & drainage, road work,
electrical works, cabling, external connections.
Cleaning of site, handing over of inventory and
preparation of other documentation for
handing over etc. complete.

0.6% of tender
amount
0.8% of tender
amount
0.8% of tender
amount
0.8% of tender
amount

0.8% of tender
amount

0.2% of tender
amount

Authority to decide:
(i) Extension of time : Executive Engineer, NITPD-II, CPWD, Warangal
(ii) Rescheduling of mile stones: Superintending Engineer (P) cum HCC-II, CPWD,
Hyderabad.
(iii) Shifting the date of start in case of delay in handing over of site SE (P) Cum HCCII, CPWD, Hyderabad.
Time allowed for execution of work.

450 days

Clause 5.1
The Contractor shall submit a Programme chart (Time and Progress) for each mile stone alongwith
performance guarantee and get it approved by the department. The chart shall be prepared in direct
relation to the time stated in the contract documents for completion of items of the works. It shall
indicate the forecast of the dates of Commencement and completion of various trades of sections
of the work and may be amended as necessary by agreement between the Engineer-in-charge and
the Contractor within the limitations of time imposed in the contract documents, and further to
ensure good progress during the execution of the work, the contractor shall in all cases in which the
time allowed for any work, exceeds one month (save for special jobs for which a separate
programme has been agreed upon) complete the work as per mile stones given in Schedule F.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

26
Clause 6, 6A
Clause applicable-(6 or 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

6A - Applicable

Rs.71 lakhs

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.
Whether Clause 7A shall be applicable

Yes

Clause 10A
List of testing equipment to be provided by the contractor at site lab1. Leveling Instrument, 2. Slump cone apparatus, 3. Cube moulds of required numbers,
4. Compression testing machine for cubes, 5. Balance upto 10kg capacity with accuracy
upto 1gm.,
6. I.S. Sieves 450mm internal dia. Consisting of 80mm, 63mm, 40mm,
20mm, 12.5mm, 10mm, 6.3mm, 4.75mm, 2.36mm, 1.18mm, 600 microns, 425 microns, 300
microns, 212 microns, 150 microns with lid and pan & 7. measuring cylinders 200ml capacity
3 Nos. 8. Any other equipment required as per item of execution.
Clause 10 B (ii)
Whether clauses 10 B (ii) shall be applicable : Applicable
Clause 10C --- NOT Applicable-Clause 10 CA
Materials covered under this clause
1. Cement : PPC confirming to IS : 1489 (Part-I)
OPC 43 grade -

2.Reinforcement - Steel TMT bars of all dia from


Primary Producers only.
3. Structural Steel (Primary Producers only)
RSJ / Channel sections / MS
Angles / Flats / Steel Plates.

Applicable
Base price covered under clause 10 CA
During June 2015
Rs.5800/ - per MT
(Rupees Five Thousand Eight Hundred
only).
Rs.6000/-per MT
(Rupees Six Thousand only).
Rs.39320/- per MT
(Rupees Thirty Nine Thousand Three
Hundred Twenty only).
Rs.42215/- per MT
(Rupees Forty Two Thousand Two
Hundred and Fifteen only).
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

27
*The rates are inclusive of all taxes i.e Excise duty, VAT etc.
Note:
i)Base price of TMT reinforcement bars ( Fe 500D grade conforming to IS:1786-2008) produced by
Main Producers such as RINL, SAIL, TATA Steel Limited, Jindal Steel & Power Ltd and JSW Steel
Ltd. is
Rs. 39320/- per MT
ii) Conditions for allowing TMT reinforcement bars(Fe 500D grade conforming to IS:1786-2008)
procured from Secondary Producers having valid BIS license and license from either of the firms
Tempcore, Thermex, Evon Turbo & Turbo Quench:
a) The base price of TMT reinforcement bars as stipulated under para(i) above shall be
reduced by Rs.4200/- per MT
b) The rate of providing and laying TMT reinforcement bars as quoted by the contractor in the
tender shall also be reduced by Rs.4.45/- per Kg.

Clause 10CC -

Applicable.

Component of Labour, Material & POL


expressed as Percent of total value of Civil
Components of Work

Materials other
than specified in 10
CA above + POL
40%

Clause 11
Specification to be followed for execution
of work.

Labour

25%

CPWD Specifications 2009 Vol.I and


Vol-II with upto date correction slips.

Clause 12
Type of work :
12.2 & 12.3

12.5

Project and Original work.

Deviation limit beyond which


clauses 12.2 & 12.3 shall apply
for building work

30% (Thirty percent)

(i) Deviation limit beyond which clauses


12.2 & 12.3 shall apply for foundation work 30%( Thirty percent)
(except earth work ).
(ii) Deviation limit for items in earth work
sub head of DSR or related items.

100% (Hundred Percent)

Clause 16
Competent Authority for deciding reduced rates :

Superintending Engineer(P) cum,


HCC-II, CPWD, Hyderabad

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

28
Clause 18
List of mandatory machinery, tools & plants to be deployed by the contractor at site:1. T&P and machinery required at site as per site condition as directed by the Engineer in charge.
Clause: 25

Constitution of Dispute Redressal Committee (DRC) As per clause 25 of GCC


2014.

CHIEF ENGINEER, SOUTH ZONE-II, HYDERABAD.


(a) For total claims up to Rs. 25.00 Lakhs

Dispute Redressal Committe


Member I
Member II

Name of the Office

Chairman

Executive Engineer,
NITPD-II, Warangal

Director (Works
cum TLQA) SR I

Executive
Engineer,
Hyderabad Central
Division II

Presenting Officer

Executive Engineer
(P), O/O CE(SZ) II,
Hyderabad

Executive Engineer
in charge of the work

(b) For total claims more than Rs. 25.00 Lakhs

Dispute Redressal Committe


Member I
Member II

Name of the Office

Chairman

Superintending
Engineer, Hyderabad
Central Circle II,
Hyderabad

Chief Engineer SZ
VI, Vijayawada

Clause: 31
Clause: 31 A

Director (Works
cum TLQA) SR I

Presenting Officer

Superintending
Engineer,
Hyderabad Central
Circle-I,
Hyderabad.

Superintending
Engineer in charge of
the work

Yes, Applicable
Not Applicable

Clause 36 (i)
(a) For Major Component : Civil Works

SL
No

Requirement of Technical Staff

Qualification
1

Graduate
Engineer

Graduate
Engineer
Or
Diploma
Engineer
Graduate
Engineer
Or
Diploma
Engineer

Number (0f
Major +
minor
component)
1

1+1

Minimum
experience
(years)

Designation of
technical staff

Rate at which recovery shall be made from


the contractor in the event of not fulfilling
provision of clause 36 (i)
Figures(per Month)

Words(per
month)
Rupees Thirty
Thousand only.

10 ( and
having
experience of
one similar
nature of work)
5
or
10
respectively

Project Manager

Rs.30,000/- per
month

Project / Site
Engineer

Rs.25,000/- per
month

Rupees Twenty
Five Thousand
only.

2
or
5
respectively

Project Planning
/ quality / billing
Engineer

Rs.15,000/- per
month per person

Rupees Fifteen
Thousand only
per person.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

29

Assistant Engineers retired from Government services those are holding Diploma will be
treated at par with Graduate Engineers.
The contractor shall submit a certificate of employment of the Technical
Representative (s) (in the form of copy of Form-16 or CPF deduction issued to
the Engineer Employed by him) along with every account bill/final bill and shall
produce evidence if at any times so required by the Engineer-in-Charge.
Clause 42
(i) (a) Schedule / statement for determining theoretical quantity of cement & bitumen on
the basis of Delhi Schedule of Rates 2014 printed by C.P.W.D with correction slips issued
upto date.
(ii)
Variations permissible on theoretical quantities.
(a)

Cement for works with estimated cost put


to tender not more than Rs. 5 lakhs
and for works with estimated cost put to
to tender more than 5 lakhs

b)

Bitumen for all works

(c)

Steel Reinforcement and structural


steel sections for each diameter,
section and category

(d)

All other materials

: 3% plus /minus
: 2% plus/minus
: 2.5% plus only & nil on minus Side
: 2% plus/minus

: Nil

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION


Rates in figures and words at which recovery
shall be made from the contractor
Sl. No.

1.

Description of Item

Less use beyond


the permissible
variation

Cement
Not applicable

Rs.6380/- per MT

Not applicable

RS.6600/- per MT

(a) Primary Manufacturer

Not applicable

Rs.43252/- per MT

(b) Secondary manufacturer

Not applicable

Rs.38632/- per MT

(a) PPC
(b) OPC
2.

Excess beyond
permissible variation

Steel reinforcement

Executive Engineer
NITPD-II, CPWD, Warangal.
Cor NIL
Ins
NIL
Omi NIL
Ovw
NIL
AE(P)

EE(P)

30
CONDITIONS OF CONTRACT
Definitions
1
The contract means the documents forming the bid and acceptance thereof and the
formal agreement executed between the competent authority on behalf of the President of India
and the Contractor, together with the documents referred to therein including these conditions, the
specifications, designs, drawings and instructions issued from time to time by the Engineer-inCharge and all these documents taken together, shall be deemed to form one contract and shall
be complementary to one another.
2
In the Contract, the following expressions shall, unless the context otherwise requires,
have the meanings, hereby respectively assigned to them:i. The expression works or work shall, unless there be something either in the subject or
context repugnant to such construction, be construed and taken to mean the works by or by virtue
of the contract contracted to be executed whether temporary or permanent, and whether original,
altered, substituted or additional.
ii. The site shall mean the land/ or other places on, into or through which work is to be
executed under the contract or any adjacent land, path or street through which work is to be
executed under the contract or any adjacent land, path or street which may be allotted or used for
the purpose of carrying out the contract.
iii. The contractor shall mean the individual, firm or company, whether incorporated or not,
undertaking the works and shall include the legal personal representative of such individual or the
persons composing such firm or company, or the successors of such firm or company and the
permitted assignees of such individual, firm or company.
iv. The President means the President of India and his successors.
v. The Engineer-in-Charge means the Engineer Officer who shall supervise and be in-charge
of the work and who shall sign the contract on behalf of the President of India as mentioned in
Schedule F hereunder.
vi. Government or Government of India shall mean the President of India.
vii. The terms Director General of Works includes Additional Director General and Chief
Engineer of the Zone.
viii. Accepting Authority shall mean the authority mentioned in Schedule F
ix. Excepted Risk are risks due to riots (Other than those on account of Contractors
employees), war(Whether declared or not) invasion, act of foreign enemies, hostilities, civil war,
rebellion revolution, insurrection, military or usurped power, any acts of Government damages
from aircraft, acts of God, such as earthquake, lightening and unprecedented floods, and other
causes over which the contractor has no control and accepted as such by the Accepting Authority
or causes solely due to use or occupation by Government of the part of the works in respect of
which a certificate of completion has been issued or a cause solely due to Governments faulty
design of works.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

31
x. Market Rate shall be the rate as decided by the Engineer-in-Charge on the basis of the cost
of materials and labour at the site where the work is to be executed plus the percentage
mentioned in Schedule F to cover, all overheads and profits.
xi. Schedules(s) referred to in these conditions shall mean the relevant schedule(s)annexed to
the bid papers or the standard Schedule of Rates of the Government mentioned in Schedule F
hereunder, with the amendments thereto issued up to the date of receipt of the bid.
xii. Department means CPWD or any department of Government of India which invites bids on
behalf of President of India as specified in Schedule F.
xiii. District Specifications means the Specifications followed by the State Government in the
area where the work is to be executed.
xiv. Bided value means the value of the entire work as stipulated in the letter of award.
Scope and Performance
3. Where the context so requires, words imparting the singular only also include the plural
and vice versa. Any reference to masculine gender shall whenever required include feminine
gender and vice versa.
4. Headings and Marginal notes to these General Conditions of Contract shall not be
deemed to form part thereof or be taken into consideration in the interpretation or construction
thereof or of the contract.
5. The contractor shall be furnished, free of cost one certified copy of the contract
documents except standard specifications, Schedule of Rates and such other printed and
published documents, together with all drawings as may be forming part of the bid papers. None
of these documents shall be used for any purpose other than that of this contract.
Works to be carried out:
6. The work to be carried out under the Contract shall, except as otherwise provided in
these conditions, include all labour, materials, tools, plants, equipment and transport which may
be required in preparation of and for and in the full and entire execution and completion of the
works. The descriptions given in the Schedule of Quantities (Schedule-A) shall, unless otherwise
stated, be held to include wastage on materials, carriage and cartage, carrying and return of
empties, hoisting, setting, fitting and fixing in position and all other labour necessary in and for the
full and entire execution and completion of the work as aforesaid in accordance with good practice
and recognized principles.
Sufficiency of Bid
7.
The contractor shall be deemed to have satisfied himself before bidding as to the
correctness and sufficiency of his bid for the works and of the rates and prices quoted in the
Schedule of Quantities, which rates and prices shall, except as otherwise provided, cover all his
obligations under the Contract and all matters and things necessary for the proper completion and
maintenance of the works.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

32
Discrepancies and Adjustment of Errors
8.
The several documents forming the contract are to be taken as mutually explanatory
of one another, detailed drawings being followed in preference to small scale drawing and figured
dimensions in preference to scale and special conditions in preference to General conditions.
8.1
In the case of discrepancy between the Schedule of Quantities, the Specifications and/
or the drawings, the following order of preference shall be observed :
i)
ii)
iii)
iv)
v)

Description of Schedule of Quantities.


Particular Specification and Special condition, if any.
Drawings.
C.P.W.D. Specifications.
Indian Standard Specifications of B.I.S.

8.2 If there are varying or conflicting provisions made in any one document forming part of
the contract, the Accepting Authority shall be the deciding authority with regard to the intention of
the document and his decision shall be final and binding on the contractor.
8.3 Any error in description, quantity or rate in Schedule of Quantities or any omission there
from shall not vitiate the Contract or release the Contract from the execution of the whole or any
part of the works comprised therein according to drawings and specifications or from any of his
obligations under the contract.
Signing of Contract
The Successful bid/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 :i) The notice inviting bid, all the documents including drawings, if any, forming the bid as
issued at the time of invitation of bid and acceptance thereof together with any correspondence
leading thereto.
ii) Standard C.P.W.D. Form as mentioned in Schedule F consisting of:
(a) Various standard clauses with corrections up to the date stipulated in Schedule F
along with annexure thereto.
(b)

C.P.W.D. Safety Code.

(c) Model Rules for the protection of health, sanitary arrangements for workers employed by
CPWD or its contractors.
(d) CPWD Contractors Labour Regulations.
(e) List of Acts and omissions for which fines can be imposed.
iii) No payment for the work done will be made unless contract is signed by the contractor.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

33
GENERAL RULES & DIRECTIONS
General Rules & Directions
1. All work proposed for execution by contract will be notified in a form of invitation to tender
pasted in public places and signed by the officer inviting tender or by publication in News
papers as the case may be.
This form will state the work to be carried out, as well as the date for submitting and opening
tenders and the time allowed for carrying out the work, also the amount of earnest money to
be deposited with the tender, and the amount of the security deposit to be deposited by the
successful tenderer and the percentage, if any, to be deducted from bills. Copies of the
specifications, designs and drawings and any other documents required in connection with the
work signed for the purpose of identification by the officer inviting tender shall also be open for
inspection by the contractor at the office of officer inviting tender during office hours.
2. In the event of the tender being submitted by a firm, it must be signed separately by each
partner thereof or in the event of the absence of any partner, it must be signed on his behalf
by a person holding a power-of attorney authorizing him to do so, such power of attorney to be
produced with the tender, and it must disclose that the firm is duly registered under the Indian
Partnership Act. 1952.
3. Receipts for payment made on account of work, when executed by a firm, must also be signed
by all the partners, except where contractors are described in their tender as a firm in which
case the receipts must be signed in the name of the firm by one of the partners, or by some
other person having due authority to give effectual receipts for the firm.
4. Any person who submits a tender shall fill up the usual printed form, stating at what rate he is
willing to undertake each item of the work. Tenders, which propose any alteration in the work
specified in the said form of invitation to tender, or in the time allowed for carrying out the
work, or which contain any other condition of any sort including conditional rebates will be
summarily rejected. No single tender shall include more than one work, but contractors who
wish to tender for two or more works shall submit separate tender for each. Tender shall have
the name and number of the works to which they refer, written on the envelopes.
The rate(s) must be quoted in decimal coinage. Amounts must be quoted in full rupees by
ignoring fifty paisa and considering more than fifty paisa as rupee one.
5.

The officer inviting tender or his duly authorized assistant, will open tender in the presence of
any intending contractors who may be present at the time, and will enter the amounts of the
several tenders in a comparative statement in a suitable form, in the event of a tender being
accepted, a receipt for the earnest money forwarded therewith shall thereupon be given to the
contractor who shall thereupon for the purpose of identification sign copies of the
specifications and other documents mentioned in Rule-I In the event of a tender being
rejected, the earnest money forwarded with such unaccepted tender shall thereupon be
returned to the contractors remitting the same, without any interest.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

34
6. The officer inviting tenders shall have the right of rejecting all or any of the tenders and will not
be bound to accept the lowest or any other tender.
7. The receipt of an accountant or clerk for any money paid by the contractor will not be
considered as any acknowledgement or payment to the officer inviting tender and the
contractor shall be responsible for seeing that he procures a receipt signed by the officer
inviting tender or a duly authorized Cashier.
8. The memorandum of work tendered for and the schedule of materials to be supplied by the
department and their issue-rates shall be filled and completed in the office of the officer
inviting tender before the tender form is issued. If a form is issued to an intending tenderer
without having been so filled in and incomplete, he shall request the officer to have this done
before he completes and delivers his tender.
9. In the case of Item Rate Tenders, only rates quoted shall be considered. Any tender
containing percentage below/above the rates quoted is liable to be rejected. Rates quoted by
the contractor in item rate tender in figures and words shall be accurately filled in so that there
is no discrepancy in the rates written in figures and words. However, if a discrepancy is found,
the rates which correspond with the amount worked out by the contractor shall unless
otherwise proved be taken as correct. If the amount of an item is not worked out by the
contractor or it does not correspond with the rates written either in figures or in words then the
rates quoted by the contractor in words shall be taken as correct. Where the rates quoted by
the contractor in figures and in words tally but the amount is not worked out correctly, the rates
quoted by the contractor will unless otherwise proved be taken as correct and not the amount.
In the event no rate has been quoted for any item(s), leaving space both in figure(s), word(s)
and amount blank, it will be presumed that the contractor has included the cost of this/these
item(s) in other items and rate for such item(s) will be considered as zero and work will be
required to be executed accordingly.
10. All rates shall be quoted on the tender form. The amount for each item should be worked out
and requisite totals given. Special care should be taken to write the rates in figures as well as
in words and the amount in figures only, in such a way that interpolation is not possible. The
total amount should be written both in figures and in words. In case of figures, the word Rs.
should be written before the figure of rupees and word P after the decimal figures, e.g. Rs.
2.15 P and in case of words, the word, Rupees should precede and the word Paisa should
be written at the end. Unless the rate is in whole rupees and followed by the word only it
should invariably be upto two decimal places. While quoting the rate in schedule of quantities,
the word only should be written closely following the amount and it should not be written in
the next line.
11. (i) The contractor whose tender is accepted will be required to furnish performance
guarantee of 5% (five percent) of the tendered amount within the period specified
Schedule F . This guarantee shall be in the form of cash ( in case guarantee amount is
less than Rs 10,000/-) or deposit at call receipt of any scheduled bank / bankers cheque
of any scheduled bank / Demand Draft of any scheduled Bank / Pay Order any scheduled
Bank (In case guarantee amount is less than Rs.1,00,000/-) or government securities or
Fixed Deposit or Guarantee Bond. Of any scheduled of bank or the state bank of India in
accordance with the prescribed form.
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

35
(ii) The person/persons whose tender(s) may be accepted (herein after called the contractor)
shall permit Government at the time of making any payment to him for work done under
the contract to deduct a sum at the rate of 2.5% of the gross amount of each running and
final bill till the sum deducted will amount to security deposit of 2.5% of the tendered value
of the work. Such deductions will be made and .additional security to the
Government to make good the deficit.
All compensations or the other sums of money payable by the contractor
underdeposit or any part thereof. The security deposit shall be collected
from the running bills of the contractor at the rates mentioned above.
12. On acceptance of the tender, the name of the accredited representative(s) of the contractor
who would be responsible for taking instructions from the Engineer-in-Charge shall be
communicated in writing to the Engineer-in-Charge.
13. Sales-tax, purchase tax, turnover tax, VAT, Excise duty and Labour Welfare Cess or any other
tax in respect of this contract shall be payable by the contractor and Government will not
entertain any claim whatsoever in respect of the same. However in respect of Service tax the
same shall be actually paid by the contractor to the concerned department on demand and it
will be reimbursed by the Engineer in charge after satisfying the genuine records maintained
by the contractor.
14. The contractor shall give a list of both gazetted and non-gazetted CPWD employees related to
him.
15. The tender for the work shall not be witnessed by a contractor or contractors who
himself/themselves has/have tendered or who may and has/have tendered for the same work.
Failure to observe this condition would render, tenders of the contractors tendering, as well as
witnessing the tender, liable to summary rejection.
16. The tender for composite work includes in addition to building work all other works such as
sanitary and water supply installations drainage installation, Electrical work, horticulture work,
roads and paths etc. In the composite tender, the tenderer apart from being a registered
contractor (B&R) of appropriate class, must associate himself with agencies of appropriate
class which are eligible to tender for sanitary and water supply, drainage, electrical and
horticulture works.
17. The contractor shall submit list of works which are in hand (progress) in the following form:-

Name of
work
1

Name and
particulars of
Division where
work is being
executed
2

Value of work

Position of
works in
progress

Remarks

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

36

18. The contractor shall comply with the provisions of the Apprentices Act 1961, and the rules and
orders issued there under from time to time. If he fails to do so his failure will be a breach of
the contract and the Superintending Engineer/Executive Engineer may in his discretion without
prejudice to any other right or remedy available in law cancel the contract. The contractor shall
also be liable for any pecuniary liability arising on account of any violation by him of the
provisions of the said Act.

-------

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

37
ANNEXURE I
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 Engineerin-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 substantiates his
demand, provided that in his demand the Engineering- Charge will note that the amount claimed by
his is due to him owing to the occurrence of one or any of the above conditions, specifying the
occurred condition or conditions.
This Guarantee will remain in force up to and including the date* ............. after the deadline for
submission of tender as such deadline is stated in the Instructions to contractor or as it may be
extended by the Engineer-in- Charge, notice of which extension(s) to the Bank is hereby waived.
Any demand in respect of this Guarantee should reach the Bank not later than the above date.

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

SIGNATURE OF THE BANK


SEAL

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

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

38
ANNEXURE II
Form of Performance Guarantee/ Bank Guarantee Bond

1.

2.

3.

4.

In consideration of the President of India (hereinafter called "The Government") having


agreed under the terms and conditions of agreement
No._______________________________________ Dated.____________ made between
________________________________ and ____________________________
(hereinafter called "the said contractor(s)") for the work
________________________________________________________________________
_____________________________________________________________ (herein after
called "the said Agreement") having agreed to production of a irrevocable Bank Guarantee
for Rs._____________ (Rupees_____________________________________
____________________________________only) as security/guarantee from the
contractor(s) for compliance of his obligations in accordance with the terms and conditions
in the said agreement,
We,_________________________________ hereinafter referred to as "the Bank")
(Indicate the name of the Bank)
hereby undertake to pay to the Government an amount not exceeding Rs._____________
(Rupees____________________________________________________________Only)
on demand by the Government.
We__________________________________________ do hereby undertake to pay the
amounts
(Indicate the name of the Bank)
due and payable under this Guarantee without any demure, merely on a demand from the
Government stating that the amount claimed is required to meet the recoveries due or likely
to be due from the said contractor(s). Any such demand made on the Bank shall be
conclusive as regards the amount due and payable by the Bank under this Guarantee.
However, our liability under this guarantee shall be restricted to an amount not exceeding
Rs._______________(Rupees____________________________________
_________________________________________________ only).
We, the said Bank further undertake to pay to the Government any money so demanded
notwithstanding my dispute or disputes raised by the contractor(s) in any suit or proceeding
pending before any court or Tribunal relating thereto, out liability under this present being
absolute and unequivocal. The payment so made by us under this bond shall be valid
discharge of our liability for payment there under and the contractor(s) shall have no claim
against us for making such payment.
We___________________________________________ further agree that the guarantee
herein
(Indicate the name of the Bank)
contained shall remain in full force and effect during the period that would be taken for the
performance of the said agreement and that it shall continue to be enforceable till all the
dues of the Government under or by virtue of the said agreement have been fully paid and
its claims satisfied or discharged or till Engineer-in-charge on behalf of the government
certified that the terms and conditions of the said agreement have been fully and properly
carried out by the said contractor(s) and accordingly discharges this guarantee.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

39
5.

We_____________________________________________ further agree with the


Government (Indicate the name of the Bank) that the Government shall have the fullest
liberty without our consent and without effecting in any manner our obligations hereunder to
vary any of the terms and conditions of the said agreement or to extend time of performance
by the said contractor(s) from time to time or to postpone for any time or from time to time
any of the powers exercisable by the Government against the said contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall
not be relieved from our liability by reason of any such variation, or extension being granted
to the said contractor(s) or for any forbearance, act of omission on the part of the
Government or any indulgence by the Government to the said contractor(s) or by any such
matter or thing whatsoever which under the law relating to sureties would, but for this
provision, have effect of so relieving us.

6.

This guarantee will not be discharged due to the change in the constitution of the Bank or
the contractor(s).

7.

We______________________________________________ lastly undertake not to revoke


this
(Indicate the name of the Bank)
guarantee except with the previous consent of the Government in writing.

8.

This guarantee shall be valid up to ______________ unless extended on demand by


Government. Notwithstanding any mentioned above, our liability against this guarantee is
restricted
to
Rs.________________(Rupees_______________________________________________
only) and unless a claim in writing is lodged with us within six months of the date of expiry
or the extended date of expiry of this guarantee all our liabilities under this guarantee shall
stand discharged.
..
Dated the ______________ day of _____________________
for ______________________________________(Indicate the name of the Bank)

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

40
Annexure-III
Sample letter for Acceptance of tender
By REGISTERED POST

No.

Dated,

To
(Name and Address of the contractor)
Subject: (Name of work as appearing in the tender for the work).
Dear Sir(s)
Your tender for the work mentioned above has been accepted on behalf of the President
of India at your tendered / negotiated tender amount of
Rs(Rupees.) which is ..% below / above the estimated
cost of Rs..(Rupees..)
1.

2.

You
are
requested
to
submit
the
performance
guarantee
of
Rs. (Rupees.) within 7 days of issue of this letter. The
Performance Guarantee shall be in any of the prescribed form as provided in Clause I of the
General Condition of Contracts for CPWD Works and shall be valid upto
On receipt of prescribed performance guarantee necessary letter to commence the work shall
be issued and site of work shall be handed over to you thereafter.
Please note that the time allowed for carrying out the work as entered in the tender (
)
days, will be reckoned from 15 days subject to maximum allowable extension under Clause
1(ii), from the date of issue of this letter.

Yours faithfully,
Executive Engineer
For & on behalf of President of India
Division, CPWD

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

41
Annexure-IV
Sample letter for Commencement of works
By Registered Post

No.

Date:

To
(Name and Address of the contractor)
Subject: (Name of work as appearing in the tender for the work).
Ref:

1. Performance guarantee submitted by you vide your letter


No . Dated for above work.
2. This office letter of intent/ acceptance of tender No.dt

Dear Sir(s)

1.
In continuation to the letters referred above, you are requested to attend this office to
complete formal agreement within 15 days from stipulated date of start.
2.
You are requested to contact the Assistant Engineer (complete address) for
taking possession of site and starting the work on or before days from the date of letter of
acceptance of tender. Please note, that the time allowed for carrying out the work as entered in the
tender
(
) days, will be reckoned from 15 to 30 days subject to maximum
allowable extension under Clause 1(ii), from the date of issue of acceptance letter

Yours faithfully,

Executive Engineer
For & on behalf of President of India
Division, CPWD

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

42
Government Of Andhra Pradesh
ABSTRACT
Mines and Minerals : Andhra Pradesh Mines & Minerals Concession Rules, 1966. Amendments Orders - Issued.
Industries And Commerce (M.I) Department
GO MS No.198
Dated: 13.08.2009
Read the following:GO MS. No.217, Industries and Commerce (Mines I) Department, Dt.29.09.2004.
From the Director of Mines and Geology, lr. No.25395/MR/2007 Dt.29.09.09
G.o.Ms.No.104,Ind& Com.(M.I) Department,dt.15.5.2009.O
order:
The following notification will be published in the Extra ordinary issue of the Andhra Pradesh
Gazette, Dated 13-08-2009.
This order shall come into force with immediate effect.
Notification
In exercise of the powers conferred by sub-section (1) of section 15 of the Mines and
Minerals (Regulation and Development) Act, 1957 (Central Act 67 of 1957) the Governor of
Telangana State hereby makes the following amendments to the Andhra Pradesh Minor Mineral
Concession Rules 1966, issued in G.O. Ms. No.1172, Industries and Commerce Department, dated
4th September, 1967 as subsequently amended from time to time.
Amendment
For schedule I and II, under rule 10 of the said rules, the following shall be substituted, namely:
SCHEDULE - I
Rates Of Seigniorage Fee
S.No.
Name of the Mineral
Unit
Rate of seigniorage fee
1.
Building Stone
M3 / MT Rs.50/33/-(Rupees fifty / thirty three)
2.
Rough Stone / Boulders
M3 / MT Rs.50/33/-(Rupees fifty / thirty three)
3.
Road Metal & Ballast
M3 / MT Rs.50/33/-(Rupees fifty / thirty three)
3(a) Dimensional stone used for kerbs MT
Rs. 88/- (Rupees eighty eight)
& cubes
4.
Lime Kankar/Lime stone
MT
The rate of royalty as applicable to lime stone
(other than LD grade) in respect of 77Major
Mineral as per the 2nd schedule of the Mines
and Minerals (D & R) act 1957.
5.
Lime Shell
MT
Rs.88/- (Rupees eighty eight)
6.
Marble
M3/MT
Rs. 165/66 (Rupees One Hundred and sixty five/
sixty six)
7.
Mosaic chips
MT
Rs.44/-(Rupees forty four)
8.
Moorum/Gravel & Ordinary
M3/MT
Rs.22/14/- (Rupees twenty two /fourteen)
earth
9.
Ordinary sand / sand
M3
Rs.40/- (Rupees forty)
manufactured from boulders
useful for civil construction
10.
11.
12.

Shingle
Chalcedony Pebbles
Fullers earth / Bentonite

M3
MT
MT

Rs.17/-(Rupees Seventeen)
Rs.33/-- (Rupees thirty three)
Rs.110/- (Rupees one hundred and ten)
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

43

13.
14.
15.

16.

17.

(a)

(b)

(c)

(d)

Shale / slate
Rehmati
Lime Stone slabs
(a)(i) Colour

MT
M3

Rs 44/- (Rupees forty four)


Rs.110/- (Rupees one hundred and ten)
Rs.17/- (Rupees Seventeen)

Rs.7/-(Rupees Seven) per Sqm or Rs.88/(Rupees eighty eight) per MT whichever is


higher
(a)(ii) White
Rs.5/-(Rupees five) per Sqm or Rs.55/-(Rupees
fifty five) per MT whichever is higher
b) Black
Rs.4/- (Rupees four) per Sqm or Rs.44/- (Rupees
forty four) per MT whichever is higher
Ordinary clay, silt and brick earth Rs.3,850/-(Rupees Three thousand Eight
used in the manufacture of bricks
hundred and fifty.) per annum for bricks and
including Mangalore tiles
tiles
Granite Useful for Cutting
(Rate per Cubic Metre)
Item
Super Gang Saw Mini Gang Saw
Below
Below 75
above 300CM
Above 270CM
270x150 cm cm size
x180 CM
x150Cm &less
size
than300CMx180C
M
Black granite Galaxy variety Rs. 3300/Rs. 2625/- (Rupees Rs.2475/Rs.1100/(Rupees Three
Two thousand six
(Rupees
(Rupees
thousand three
hundred twenty
Two
One
hundred)
five)
thousand
thousand
four hundred one
seventy five) hundred)
Black granite other than
Rs. 2475/Rs. 2000/- (Rupees Rs 1925/Rs 825/galaxy variety
(Rupees Two
Two thousand)
(Rupees One (Rupees
thousand two
thousand
Eight
hundred fifty)
nine hundred hundred
twenty five) twenty
five)
Colour granite Srikakulam
Rs. 2475/Rs. 2000/- (Rupees Rs 1925/Rs 825/blue, Indian aurora,
(Rupees Two
Two thousand)
(Rupees One (Rupees
Nazamabad Dist., Leptinites
thousand two
thousand
Eight
of Costal Dists., Black pearl
hundred fifty)
nine hundred hundred
of Prakasam & Guntur dists.
twenty five) twenty
five)
Colour granite of other
Rs 1925/Rs. 1625/- (Rupees 1650/Rs 825/varieties
(Rupees One
One thousand six
(Rupees One (Rupees
thousand nine
hundred twenty
thousand six Eight
hundred twenty
five)
hundred
hundred
five)
fifty)
twenty
five)

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

44

S.no.
01
02
03

04

SCHEDULE- II
RATE OF DEAD RENT
(PER HECTAR PER ANNUM )
Name of the Minor Mineral

Rate of Dead Rent per hectare


per Annum.
Black Granite
Rs .55,000/-(Rupees Fifty five
thousand only)
Colour Granite
Rs .44,000/-(Rupees Forty four
thousand only)
Lime stone other than classified as Major Minerals used for Rs 27,500/- (Rupees Twenty
Lime burning for building construction purpose ,Marble, seven thousand and five hundred
Boulders, Building Stone including Stone used for Road only)
Metal, Ballast Concrete and other Construction purposes,
Shale, Slate and Phyllites, Mosaic Chips, Fullers Earth /
Bentonite & Dimensional Stone s used for cubes & Kerbs.
Gravel, Morrum, Shingle, Limestone Slabs used for Flooring Rs 16,500/- (Rupees Sixteen
purposes Limekankar, Chalcedeny pebbles used in the thousand and five hundred only.)
building purposes Limeshell for burning used for building
purposes and Rehmatti.

3.
This order issues with the concurrence of finance department vide their U.O
No.19878/363/Exp,I&C/2009,dated 1-8-2009.
BY ORDER AND IN THE NAME OF THE GOVERNOR OF ANDHRA PRADESH)

SD/Secretary to Government
The Secretary to Government of India, Dept. of Mines, New Delhi.
The Law (E) Department.
The Industries and Commerce (M.II/M.III) Department.
The P.S. to Minister for Mines and Geology.
The P.S. to Secretary to Government, Ind & Com.Dept.
Sf/Sc. (8740/MI(2)/2007)

//FORWARDED :: BY ORDER//
SECTION OFFICER

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

45

PART - B
Civil Work
(Major Component)

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

46

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

47
GENERAL CONDITIONS FOR CIVIL WORKS
1.

The work in general shall be executed as per the description of the items, special
conditions, particular specifications provisions of this tender document and the CPWD
Specifications 2009 Vol-I&II with upto date correction slip as referred in the tender
document supplemented with the specifications.

2.

The order of preference in case of any discrepancy as indicated in condition no. 8.1 under
"Condition of contract" given in the General Conditions of contract for Central P.W.D 2014
modified and corrected up to date may be read as the following:
i) Nomenclature of item as per Schedule of Quantities
ii) Particular specifications, Additional Specifications, Additional conditions for civil and
electrical, General conditions for civil works.
iii) Architectural/structural drawings and specifications mentioned in drawings.
iv) CPWD Specifications for civil and electrical works as applicable.
v) Indian Standard Specifications of BIS
vi) Manufacturers specifications.
vii) Sound engineering practice as per direction of the Engineer-in-Charge.
A reference made to any Indian Standard Specifications in these documents, shall imply
reference to the latest version of that Standard, including such revisions/ amendments as
issued by the Bureau of Indian Standards upto last date of receipt of tenders. The
contractor shall keep at his own cost all such publications of relevant Indian Standards
applicable to the work at site.

3.

The contractor(s) shall give to the Municipality, police, Labour officer and other authorities
all necessary notices etc. that may be required by law and obtain all requisite licenses for
temporary obstructions, enclosures etc. and pay all fee, taxes and charges which may be
leviable on account of these operations in executing the contract. He shall make good any
damage to the adjoining property whether public or private and shall supply and maintain
lights either for illumination or for cautioning the public at night. The contractor(s) shall do
the barricading upto 2.40 m height enclosing the area as per direction of Engineer-incharge.

4.

The Contractor(s) shall take all precautions to avoid accidents by exhibiting necessary
caution boards day and night, speed limit boards, red flags, red lights and providing
barriers. He shall be responsible for all damages and accidents caused to existing/new
work due to negligence on his part. No hindrances shall be caused to traffic during the
execution of the work. In case of any accident of labours / contractor(s) staff the entire
responsibility will rest on the part of the contractor and any compensation under such
circumstances if becomes payable the same shall be borne entirely the contractor.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

48
5

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

Contractor(s) shall provide permanent bench marks, flag tops and other reference points
for the proper execution of work and these shall be preserved till the end of the work. All
such reference points shall be in relation to the levels and locations, given in the
Architectural and plumbing drawings.
On or before submission of final bill, the Contractor(s) shall submit at his own cost
4(four) colour prints of as built drawings duly signed by Engineer in charge, along
with soft copy of the same to the Engineer-in-Charge. These drawings shall have
the following information:-

Layout of piping and their diameters including soil waste pipes and vertical stacks.

Ground and invert levels of all drainage pipes together with locations of all manholes and
connections, upto outfall.

Layout of all water supply line with diameters, locations of control valves, access panels
etc.

Water tanks, taps, sanitary, water supply and drainage pipes, fittings and accessories
should conform to bye-laws of municipal body/corporation, where CPWD specifications
are not available.

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

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 is payable for extra
cement considered in consumption on this account.

10

Other agencies will also simultaneously execute and install the works of electrification,
lifts, fire-fighting etc. of this work and the contractor shall extend necessary facilities for the
same. The contractor shall leave such recesses, holes, opening etc. as may be required
for the electric and other related works and nothing extra shall be payable on this account.

11

The information and site data shown in the drawings and mentioned herein and also
elsewhere in the tender documents are being furnished for general information and
guidance only. The department shall not bear responsibility for lack of such knowledge
and also the consequences thereof. The Engineer-in-charge in no case shall be held
responsible for the accuracy thereof or any interpretation / or conclusions drawn there
from by the contractor

12

The contractor shall conduct his work, so as not to interfere with or hinder the progress or
completion of the work being performed by other contractor(s) or by the Engineer-inCharge and shall as far as possible arrange his work and shall place and dispose off the
Cor NIL
Ins
NIL
Omi NIL
Ovw
NIL
AE(P)

EE(P)

49
materials being used or removed, so as not to interfere with the operations of other
contractor(s) simultaneously working or he shall arrange his work with that of the others in
an acceptable and coordinated manner and shall perform it in proper sequence to the
complete satisfaction of Engineer-in-charge.
13

The work shall be carried out in accordance with the Architectural drawings and structural
drawings, to be issued from time to time, by the Engineer-in-Charge. Before
commencement of any item of work, the contractor shall correlate all the relevant
architectural and structural drawings issued for the work and satisfy himself that the
information available there from is complete and unambiguous. The discrepancy, if any,
shall be brought to notice of Engineer-in-Charge before execution of the work. The
contractor alone shall be responsible for any loss or damage occurring by the
commencement of work on the basis of any erroneous and or incomplete information.

14

The contractor shall leave such recesses, holes, openings etc. as may be required for the
electric, air-conditioning and other related works (for which inserts, sleeves, brackets,
conduits, base plates, clamps etc. shall be supplied free of cost by the department unless
otherwise specifically mentioned) and the contractor shall fix the same at the time of
casting of concrete, stone work & brick work, if required, and nothing extra shall be
payable on this account.
No payment shall be made for any damage caused by snowfall, rain, flood or any other
natural calamity, whatsoever during the execution of the work. The contractor shall be
fully responsible for any damage to the Govt. property and work for which the payment
has been advanced to him under the contract and he shall make good the same at his risk
and cost.

15

The works in general shall be supervised by the Engineers of CPWD. However, outside
Consultant(s) may be appointed for quality assurance, field inspection/ measurements,
structural design and monitoring, if so considered necessary and expedient by the
Department.
The work shall be carried out strictly in conformity with the issued drawings and in
accordance with the nomenclature of the items, attached specifications etc. Any
discrepancy in the drawing /nomenclature of item /additional specifications etc shall be got
clarified from Engineer in Charge. Decision of Engineer in Charge shall be final and
binding on the agency..

16.

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

17.

Existing drains, pipes, cables, over-head wires, sewer lines, water lines and similar
services encountered in the course of the execution of work shall be protected against the
damage by the contractor at his own expense. In case the same are to be removed and
diverted. The same shall be payable to the contractor. The contractor shall work out the
cost and the same should be got approved by Engineer-in-Charge. The contractor shall
not store materials or otherwise occupy any part of the site in a manner likely to hinder the
operation of such services.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

50
18.

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

19.

SAMPLE OF MATERIALS

19.1

Sample of building materials, fittings and other articles required for execution of work shall
be got approved from the Engineer-in-Charge before use in the work. The quality of
samples brought by the contractor shall be judged by standards laid down in the relevant
BIS specifications. All materials and articles brought by the contractor to the site for use
shall conform to the samples approved by the Engineer-in-Charge which shall be
preserved till the completion of the work.

19.2

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

19.3

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

19.4

The contractor shall procure the required materials in advance so that there is sufficient
time for testing of the materials and clearance of the same before use in the work. The
contractor shall provide at his own cost suitable weighing and measuring arrangements at
site for checking the weight / dimensions as may be necessary for execution of work. The
sealed samples are to be handed over to the testing lab by contractor in the presence of
authorised representative of the Engineer-in-charge of work.

20

The rate of item of flooring is inclusive of providing sunken flooring in bathrooms, kitchen
etc. and nothing extra on this account is admissible.

21.

Malba, rubbish & other waste materials shall be reused at site as directed by Engineer in
Charge or disposed off to recycling agents.

22.

It shall be deemed that the contractor has satisfied himself as to the nature and location of
the work, general and local conditions and particularly those pertaining to transport,
including the restrictions on plying trucks etc. The department may provide all assistance
by way of reasonable recommendations, in obtaining permits for plying trucks etc. from the
concerned traffic authorities but bears no responsibility for the same. It shall be assumed
that the contractor has also satisfied himself about, handling, availability and storage of
materials, availability of labour, weather conditions at site and general ground level and
the contractor has estimated and calculated his cost accordingly.

23.

The tenderer shall study carefully, the building drawings, specifications, schedule of
quantities and conditions of the tender documents to fully appreciate the scope of work
before quoting his rates.
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

51
24.

The building work shall be carried out in the manner complying in all respects with the
requirements of relevant bye-laws of the local body under the jurisdiction of which the work
is to be executed or as directed by the Engineer-in-Charge and nothing extra shall be paid
on this account.

25.

The contractor shall ensure the stability of the excavation so that the surrounding ground
and all adjoining structures and plants will be safe against settlement, subsidence, and
damage and that there is no risk of injury to personnel.

26.

Before start of work, the Contractor keeping in view that the space available is limited
shall furnish a construction yard layout, specifying areas for constructions, positioning of
machinery, material yard, cement and other storage, steel fabrication yard, site laboratory,
water tank, conveyer belt etc. and seek formal approval of the Engineer-in-Charge. The
contractor shall not stack building material/ malba on the GHMC land or road or on the
land owned by any other authority, as the case may be. In case, the Contractor is found
stacking the building material/ malba as stated above, he shall be liable to pay the
stacking charges as may be levied by GHMC or any other local body or authority and also
to face penal action as per the rules, regulations and bye-laws of the said body or
authority. The Engineer-in-Charge shall be at liberty to recover the sums due but not paid
to the concerned authorities on the above counts from any sums due to the contractor
including amount of the Security Deposit or Retention Money in respect of this contract or
any other contract.

27

The contractor shall give a trial run of the equipments and machinery for establishing its
capability to achieve the specifications within laid down tolerances to the satisfaction of the
Engineer-in-charge before commencement of work.

28.

The contractor shall be responsible for arranging at his own cost all necessary tools and
plants required for proper execution of work.

29.

All tools, plant and machinery provided by the contractor shall, when brought on to the
site, be deemed to be exclusively intended for the construction and completion of this
work and the contractor shall not remove the same or any part thereof ( save for the
purpose of moving it from one part of the site to another ) without the consent of the
Engineer-in-Charge.

30.

No foreign exchange shall be made available by the department for the purchase of
equipments, plants, machinery, materials of any kind or any other items required to be
carried out in execution of work.

31.

The contractor shall make his own arrangements for temporary electric connection, if
required and make necessary payment including electric charges for its use direct to the
Department concerned. The department will not at all be responsible for making
arrangements in this regard. The department will provide all possible assistance by way of
reasonable recommendation for obtaining electric connection to the concerned authorities
but bears no responsibility for the same.

32

The contractor has to make his own arrangement for stores and field offices at site of
work. The arrangements of water for drinking purposes shall also be made by the
contractor at his own cost. No space for labour hutment shall be provided in the Campus.
The Contractor has to arrange the labour hutment anywhere else at his own cost and no
extra payment in this regard will be given to contractor.
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

52
33

There will be some depression in the raft for lift pit, sumps, pipes etc. for which necessary
arrangements shall have to be made by the contractor. The raft, waterproofing and lean
concrete may be laid in mild slopes. Depth of foundation raft may vary as per the site
conditions and approved structural drawings. Nothing extra shall be paid on this account
beyond the rates of various components of the work under the agreement.

34.

The rates for various items of the work shall apply for all floor heights and depths unless
otherwise specified in the relevant items or Schedule of Quantity attached with this tender
document.
All incidental charges of any kind whatsoever including cartage, storage, cutting and
wastage etc., shall be borne exclusively by the contractor and nothing extra shall be paid
to him on this account.

35.

36.
37.
38.

The contractor shall provide at his own cost suitable weighing measures, levelling
equipments and measuring equipments etc. at site for checking the weight, dimensions
and levels as may be necessary for execution of work.
The department intends to get the Green Building Certificate from GRIHA rating of 3
Star for this work. The contractor shall execute the work according to requirements for this
Certification.
The work of water supply, internal / external sanitary installations and drainage etc. shall
be carried out as per bye-laws of the local body and the contractor shall produce
necessary completion certificate wherever required from such authority after completion
of work.

39.

TESTING OF MATERIALS:

39.1

Samples of various materials, required for testing should be exact representation of the
material intended to be used in the work. The procurement of materials shall be done only
after satisfactory test results have been received. All incidental expenditure required such
as taking the samples, conveyance, packing etc. shall be borne by the contractor himself.
B.I.S marked materials shall also be got tested beyond certain quantity of the various
items required on the works. The technical sanctioning authority, shall decide the quantity
limit as well as the test categories and decision of such technical sanctioning authority
shall be final and binding on the contractor. The testing shall mandatorily be carried out
in the Laboratories setup by the Government Sector, Semi Government or NABL
approved Private Sector.
All Government Institutes, Indian Institutes of
Technology, National Institutes of Technology, Central and State Research Centers,
Centrally and State Funded Laboratories stands approved. No approval is required
for Testing in these Laboratories / Institutes. However, the outside Private
Laboratories shall be got approved from the Engineer-in-charge, if no approved labs
as above is available within 200 kms. of the work site. A particular private lab shall
be approved for specified tests and work / project. The approving authority will
specify the tests while approving the laboratories.

39.2

The cost of test required for all the materials shall be borne by the Contractor until
unless specified elsewhere in the NIT.
However the cost of the following tests shall be borne by the Contractor if the test results
does not conform to CPWD Specifications/relevant BIS codes, or by the Department if the
test results conform to CPWD Specifications/relevant BIS codes.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

53
1)
2)
3)
4)
5)

Fire check/Retardant Doors,


Wind Pressure Test in structural glazing work.
Tests like X-Ray, Dye-Penetration for structural welding
Ascertaining the classification of Wood/Timber.
Ultrasonic Pulse Velocity Method of test for RCC

39.3
In case of concrete and reinforced concrete work also the contractor shall be required to
make arrangement for carrying out compression strength tests at his own cost. He shall
render all assistance for the preparation of cubes, safe custody of the same, proper curing
and carriage up to the laboratory where the test is to be performed.
40

Contractor shall establish a laboratory at site of work at his own cost. The laboratory shall
be adequately equipped and uptodate caliberated as per the requirements of work and as
directed by Engineer in charge.

41

The day to day receipt and issue accounts of different grade/ brand of cement shall be
maintained separately in the standard proforma by the Junior Engineer/Assistant
Engineer-in-charge of the work and which shall be duly signed by the contractor or his
authorized representative.

42

The contractor shall carry-out the documentation of total sequence of this work by way of
photography, slides, audio-video recording as directed by the Engineer-in-charge, and
nothing extra shall be payable to the contractor on this account

43

Following specialized items should be got executed only through associate agencies
specialized in the field and the contractor submit the details of such agencies to the
Engineer-In-Charge and obtain necessary approval:(i)
Waterproofing treatment work.
(ii)
Structural glazing work.

44

LABORATORY AND SITE OFFICE:


44.1

A site laboratory with the minimum equipments as specified above shall be


established, made functional and maintained within one month from the award of
work without any extra cost to the department. In case of non compliance of the
same, a penalty/recovery @ Rs.25,000/- per month may be made from the
contractor on pro-rata daily wages basis. The Contractor shall be required to
arrange all the relevant codes and standards alongwith qualified staff to
handle/operate testing equipment.

.
44.2 One sample keeping room of minimum area of 40 sqm may also be fabricated at
site for keeping various material brought by the contractor at site and approved by
the Engineer-in-charge. No extra payment on account of this shall be made to the
contractor.
44.3 All the above structures should be decent looking and shall be fabricated as per
direction of Engineer-in-charge.
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

54

44.4 All the above structure shall be demolished after completion of work and the
dismantled material shall be the property of the contractor.
44.5 15% of the Cement concrete cubes including RMC of RCC work, as per the
direction of Engineer in charge, shall be got tested from an approved laboratory.
The cost of cubes, transportation, testing charges etc shall be borne by the
contractor and nothing extra shall be paid.
45 THIRD PARTY QUALITY ASSURANCE:
45.1 Third party quality assurance shall be done through a team of any reputed
institution such as NCCBM/CBRI/IIT Chennai and like. The report submitted by the
quality assurance team shall be communicated to the contractor by the Engineer-incharge. The contractor has to comply / rectify the defects/ shortcomings pointed out by
the quality assurance team at his own cost.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

55

Minimum Quality Assurance Plan


1. The proposed building is a prestigious project and quality of work is of
paramount importance. Contractor shall have to engage well-experienced skilled
labour and deploy modern T&P and other equipment to execute the work. Many
items like exposed finish form work, Fire rated doors, specialized flooring work,
Polysulphide sealant and backer rod fixing in expansion joints, water proofing
treatment with Integral water proofing and APP, Elastomeric nitrile insulation
rubber for Server rooms etc., will specially require engagement of skilled workers
having experience particularly in execution of such items.
2. The contractor shall ensure quality construction in a planned and time bound
manner. Any sub-standard material / work beyond set out tolerance limit shall be
summarily rejected by the Engineer-in-charge & contractor shall be bound to
replace / remove such sub-standard / defective work immediately. If any material,
even though approved by Engineer-In-Charge is found defective or not conforming
to specifications, it shall be replaced / removed by the contractor at his own risk &
cost.
3. Regular supervision of work by CPWD engineers shall be carrying out and periodic
inspection of the ongoing activities in the work and deficiencies, shortcomings,
inferior workmanship pointed out by them shall be communicated by CPWD
engineers to the contractor. Upon receipt of instructions from Engineer in Charge
these are also to be made good by necessary improvement, rectification,
replacement up to his complete satisfaction. Special attention shall be paid towards
line and level of internal and external plastering, exposed smooth surface of RCC
members by providing fresh shuttering plates/ marine ply sheets, rubberized linings
to all the shuttering joints, non-hollowness in floor and dado tiles work, protection
of scratches over flooring by providing layer of plaster of Paris, water tight pipe
linings, absence of hollow vertical joints in brick masonry, proper compaction of
filled up earth etc. to achieve an Institution of International standards and up
keeping of quality assurance shall be of paramount importance, as such.
4. The Contractor shall submit, within 20 days after the date of award of work, a
detailed and complete method statement for the execution, testing and Quality
Assurance, of such items of works, as directed by the Engineer-in-Charge. All the
materials to be used in the work, to give the finished work complete in all respects,
shall comply with the requirements of the specifications and shall pass all the tests
required as per specifications as applicable or such specifications / standards as
directed by the Engineer-in- Charge. However, keeping the Quality Assurance in
mind, the Contractor shall submit, on request from the Engineer-in- Charge, his
own Quality Assurance procedures for basic materials and such items, to be
followed during the execution of the work, for approval of the Engineer-in-Charge.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

56

5. All materials and fittings brought by the contractor to the site for use shall conform
to the samples approved by the Engineer-in-charge which shall be preserved till the
completion of the work. If a particular brand of material is specified in the item of
work in Schedule of Quantity, the same shall be used after getting the same
approved from Engineer-In-Charge. Wherever brand / quality of material is not
specified in the item of work, the contractor shall submit the samples as per
suggested list of brand names given in the tender document / particular
specifications for approval of Engineer-In-Charge. For all other items, materials and
fittings of ISI Marked shall be used with the approval of Engineer-In-Charge.
Wherever ISI Marked material / fittings are not available, the contractor shall
submit samples of materials / fittings manufactured by firms of repute conforming
to relevant specifications or IS codes and use the same only after getting the
approval of Engineer-In-Charge.
6. The Contractor shall procure and provide all the materials from the
manufacturers / suppliers as per the list attached with the tender documents, as per
the item description and particular specifications for the work. The equivalent
brand for any item shall be permitted to be used in the work, only when the
specified make is not available. This is, however, subject to documentary evidence
produced by the contactor for non-availability of the brand specified and also
subject to independent verification by the Engineer-in-Charge. In exceptional cases,
where such approval is required, the decision of Engineer-in-Charge as regards
equivalent make of the material shall be final and binding on the Contractor. Also,
the material shall be procured only after written approval of the Engineer-inCharge.
7. The tests, as necessary, shall be conducted in the laboratory approved by the
Engineerin- Charge. The samples shall be taken for carrying out all or any of the
tests stipulated in the particular specifications and as directed by the Engineer-inCharge or his authorized representative.
8. The Contractor shall at his own risk and cost make all arrangements and shall
provide all such facilities including material and labour, the Engineer-in-Charge
may require for collecting, preparing, forwarding the required number of samples
for testing as per the frequency of test stipulated in the contract specifications or as
considered necessary by the Engineer-in-Charge, at such time and to such places, as
directed by the Engineer-in-Charge. Nothing extra shall be payable for the above.
9. The Contractor or his authorized representative shall associate in collection,
preparation, forwarding and testing of such samples. In case he or his authorized
representative is not present or does not associate him, the result of such tests and
consequences thereon shall be binding on the Contractor .The Contractor or his
authorized representative shall remain in contact with the Engineer-inCharge or
his authorized representative associated for all such operations. No claim of
payment or claim of any other kind, whatsoever, shall be entertained from the
Contractor.
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

57

10. All the hidden items such as water supply lines, drainage pipes, conduits, sewers
etc. are to be properly tested as per the design conditions before covering and their
measurements in computerized measurement book duly test checked shall be
deposited with Engineer in charge or his authorized representative, prior to hiding
these items.
11. Water tanks, taps, sanitary, water supply and drainage pipes, fittings and accessories
should conform to bylaws and municipal body / corporation where CPWD
Specifications are not available. The contractor should engage licensed plumbers
for the work and get the materials (fixtures/fittings) tested by the Municipal
Body/Corporation authorities wherever required at his own cost.
12. The contractor shall give performance test of the entire installation(s) as per the
standing specifications before the work is finally accepted and nothing extra
whatsoever shall be payable to the contractor for the test.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

58
PARTICULAR SPECIFICATIONS
In case of items not covered by the CPWD specifications referred to above, or particular
specifications attached, reference shall be made to appropriate latest IS codes and the
decision of the Engineer-in-Charge shall be final and binding on the contractor.
1.2.

Wherever any reference to any Indian Standard specification occurs in the documents
relating to this contract the same shall be inclusive of all amendments issued there to or
revisions thereof if any, upto the date of receipt of tenders.

1.3

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).

1.4

(i) All stone aggregate and stone ballast shall be of hard stone variety to be obtained from
approved quarries or any other source to be got approved by the Engineer-in-charge.
(ii) Sand to be used for cement concrete work, mortar for masonry and plaster work shall be
of standard quality sand shall be obtained from a source to be got approved from the
Engineer-in-Charge and screened as required. The same shall consist of hard silicious
material. It shall be clean sand.

1.5

Before taking up the finishing work such as Flooring, Plastering, sample unit of toilet, room
etc. Contractor shall prepare full-scale sample for large-scale repetitive items and get
approved from Engineer-in-Charge before taking up for execution on large scale.

1.6

The contractor shall get the samples of various materials, fittings to be used in work
approved well in advance from the Engineer-in-Charge before placing orders.

1.7

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

1.8

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

1.9

The information and details given in the Architectural & Structural drawings, preliminary soil
investigation report and mentioned herein and also elsewhere in the tender documents are
being furnished for general information and guidance only. The Department in no case shall
be held responsible for the inaccuracy thereof or any interpretation/ or conclusion drawn
from them by the contractor.

1.10

The rate quoted by the contractor / agency shall be inclusive of mobilization to site all
necessary machineries and equipments, furnishing, handling, storing, installation including
placing, cutting holes, splicing, driving, re-driving, bailing out water ,pulling out and removal
of the temporary earth retaining structure / strutting etc. from site and other machineries,
equipments, instrumentations etc. men ,materials etc. , other incidental to works, for
execution of work, with all safety measures as required for the execution of construction
work for safety of surrounding existing buildings structures, parked / moving vehicles,
equipments and machines etc. as per direction of Engineer-in-charge.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

59
2.0 R.C.C.WORKS:
2.1

In respect of projected balconies, projected slabs at roof level and projected verandah, the
payment for the RCC work shall be made under the item of RCC slabs. The payment for
centering and shuttering of such items shall similarly be paid under the item of centering and
shuttering of RCC slab.

2.2

Any cement slurry added over base surface or for continuation of concreting for better bond is
deemed to have been in built in the items and nothing extra shall be payable nor any extra
cement shall be considered in cement consumption on this account.

2.3

For proper control of water cement ratio, the contractor shall arrange concrete mixers having
arrangement of weighing water and controlling water cement ratio. A simple water dosing
attachment developed by CDO, CPWD may be adopted by attaching it to the concrete mixers
for use on works.

2.4 As per Technical Circular no.18 issued by CE(CSQ), CPWD, New Delhi vide no.G- 2/SE(QA)
/CSQ/69 dated 12.2.2013 , Ultrasonic Pulse Velocity Method of Test for RCC members is
required to be conducted for CPWD works as a routine test. The acceptance criteria applicable
is as per IS 13311 (Part I) 1992. It may be ensured that, Good and Excellent grading are
acceptable and below these grading the concrete will not be acceptable. This test must be
carried out in 5% of RCC structural members, to ensure quality of concrete.
Wherever concrete is found with less than required quality as per acceptance criteria, repairs
to concrete shall be made. Honeycombed areas and loose pockets shall be repaired by
grouting using Portland Cement Mortar/ Polymer Modified Cement Mortar/ Epoxy Mortar after
chipping loose concrete in appropriate manner. In areas where concrete is found below
acceptance criteria and defects are not apparently visible on surface, injecting approved grout
in appropriate proportion using epoxy grout/acrylic polymer modified cement slurry made with
shrinkage compensating cement/ plain cement slurry etc. shall be resorted to for repairs.
Repair to concrete shall be done till satisfactory results are obtained as per the acceptance
criteria by retesting of the repaired areas. If satisfactory results are not obtained, dismantling
and relaying of concrete shall be done.
Nothing extra shall be payable over and above the agreement item for executing such
rectification works.
3.0
3.1

FLOORING:
Only machine cut stone slabs as specified, shall be used for flooring works and will be
executed as per pattern shown in the architectural drawings and nothing extra shall be
payable on this account.

3.2

The rate of items of flooring is inclusive of providing sunken flooring in bathrooms. Kitchen
etc, and to the required slopes and nothing extra on this account is admissible.

4.0

WATER SUPPLY AND SANITARY INSTALLATIONS:

4.1

The centrifugally cast (spun) iron S&S pipe and G.I pipe wherever necessary shall be fixed
to RCC columns, beams etc. with steel dash fastener and nothing extra shall be paid for this.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

60
4.2

The contractor shall be responsible for the protection of the sanitary and water supply fittings
and other fittings and fixtures against pilferages and breakage during the period of
installation and thereafter until the building is handed over.

4.3

The theoretical consumption of pig lead for caulking of joints of centrifugally cast (spun) iron
S&S pipes of size 100 mm, 75 mm, 50 mm shall be calculated at the rate of 0.98 kg., 0.88
kg, and 0.77 kg per joint respectively over and above the theoretical quantity of lead as
worked out, a variation of 5% shall be allowed. In case the variation on lower side is more
than 5%, the cost of lead less used after allowing for the variation shall be recovered from
the contractor at market rate to be determined by Engineer-in-charge whose decision in the
matter will be final.

4.4

The fixing and jointing of vertical CI/SCI pipes/Stacks shall be done on MS brackets as per
TECHNICAL CIRCULAR No. 20 Dated 16-04-2013, issued by SE (QA), CSQ, CPWD, New
Delhi. A copy of Sketch / Figure showing Fixing Details of Vertical Pipes / Stacks is attached.
The piping stack shall be installed atleast 50mm, away from the finished / plastered shaft
wall. The Item of Brackets and Clamps shall be paid for separately. From floor traps to
outside CI fittings only single piece connection pipe shall be used.

5.
WATER PROOFING TREATMENT
5.1
IN SUNKEN/DEPRESSED FLOOR SLABS
5.1.1 INTEGRAL WATER PROOFING TREATMENT
5.1.1.1 The specification given for the roof surface shall apply for treatment of sunken floor slabs
except that instead of brick bats, well burnt brick aggregates of about 40 mm, size shall be
used and rounding and tapering at junctions of floor and beam/wall shall be done to a height
of 300 mm, The finishing layer of 20 mm. thick cement mortar and cement slurry shall be
continued on the vertical surfaces for the entire sunken portion. The finished surface shall
be true to line/ level and gradient as specified and of the required thickness.
5.1.1.2 Water proofing treatment shall be cured for 10 days.
5.1.1.3 Before the water proofing treatment is done it shall be ensured that the outlet pipes are
properly fixed and the gap between the wall and pipes are properly filled with brick/stone
aggregate and cement mortar admixed with proprietary water proofing compound and
grouted with cement slurry admixed with proprietary water proofing compound by injection
process.
5.1.2 MEMBRANE WATER PROOFING TREATMENT
5.1.2.1
5.1.2.2

The work in general shall be carried out as per CPWD Specifications or / as per
Manufacturers Specifications . The Applicators authorized by the manufacturers shall
only be engaged in the work.
Before the water proofing treatment is done it shall be ensured that the outlet pipes are
properly fixed and the gap between the wall and pipes are properly filled with
brick/stone aggregate and cement mortar admixed with proprietary water proofing
compound and grouted with cement slurry admixed with proprietary water proofing
compound by injection process.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

61
5.2

ON TERRACE/ROOF/BALCONIES ETC

5.2.1

The work in general shall be executed as per Manufacturers Specifications or CPWD


Specifications as applicable.

5.2.2

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

5.2.3

The finished surface after water proofing treatment for floor in sunken portion shall
have minimum slope of 1 in 48 unless otherwise decided by the Engineer in Charge.
Before commencement of treatment on floor surface, it shall be ensured that outlet
drain/spouts have been fixed and the spout openings have been eased and rounded
off properly for easy flow of water.

5.2.4

5.2.5

Contractor shall associate himself with anyone of the specialist firms relating to the
water proofing treatment with the approval of Engineer in charge .

5.2.6

Water proofing treatment of all types of work: The Contractor(s) shall submit for
the approval of the Engineer-in-Charge, the names of specialized agencies, of
repute along with their technical & financial capability proposed to be engaged
by him within three months from the date of award who have executed
satisfactorily at least one similar work of equal or more magnitude or two similar
works of minimum 50% magnitude (Financial) of water proofing items in the
agreement during the last seven years.

5.3

Guarantee for water proofing works:


Five years guarantee bond in prescribed proforma (Annexure-V) attached herewith
shall be submitted by the contractor which shall also be signed by both the specialized
agency and the contractor to meet their liability/liabilities under the guarantee bond.
However, the sole responsibility of above efficiency of water proofing treatment shall
rest with the building contractor. Separate guarantee bonds shall be submitted by the
contractor for different type of water proofing works. Additional 5% (five percent) of
the cost water proofing work (other than Security Deposit mentioned in schedule
E) shall be retained as security deposit and the amount so withheld would be
released after five years from the date of expiry of maintenance period under the
agreement, if the performance of the work done is found satisfactory. If any defect is
noticed during the guarantee period, it shall be rectified by the contractor within
7(seven) days of receipt of intimation of defects pointed out, and if not attended within
the specified period, the same will be got done from other Agency/Agencies at the risk
and cost of contractor. While attending to the rectification work, the Contractor is
responsible to restore and make good any collateral damages likely to occur, to its
original specifications. The cost of executing these contiguous works while attending
the rectification works shall be borne by the contractor. The security deposit against this
item of work shall be in addition to the security deposit mentioned elsewhere in contract
form.
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

62
SKETCH SHOWING FIXING DETAILS OF VERTICAL CI / SCI PIPES / STACKS

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

63
SPECIAL CONDITIONS
General
1. Except for the items, for which Particular Specifications are given or where it is specifically
mentioned otherwise in the description of the items in the schedule of quantities, the work shall
generally be carried out in accordance with the CPWD Specifications 2009 Vol. I & II with up to
date correction slips, additional / Particular Specifications, Architectural / structural drawings and
as per instructions of Engineer-in-Charge.
The several documents forming the tender are to be taken as mutually complementary
to one another. Detailed drawings shall be followed in preference to small scale drawings
and figured dimensions in preference to scaled dimensions.
Should there be any difference or discrepancy between the description of items as
given in the schedule of quantities, particular specifications for individual items of work
(including special conditions) and I.S. Codes etc., the following order of preference shall be
observed :
i) Nomenclature of item as per Schedule of Quantities
ii) Particular specifications, Additional Specifications, Additional conditions for civil and
electrical, General conditions for civil works.
iii) Architectural/structural drawings and specifications mentioned in drawings.
iv) CPWD Specifications for civil and electrical works as applicable.
v) Indian Standard Specifications of BIS
vi) Manufacturers specifications.
vii) Sound engineering practice as per direction of the Engineer-in-Charge.
2.
Unless otherwise provided in the schedule of quantities or CPWD specifications 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.
3. The contractor shall make his own arrangements for obtaining electric connections if
required and make necessary payments directly to the department concerned.
4. Other agencies doing works related with this project may also simultaneously execute their
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 effect the structural members. Nothing extra over
the agreement rates shall be paid for the same.
5. Some restrictions may be imposed by the local police etc. on the working time and for
movement of labour, materials etc. the contractor shall be bound to follow all such
restrictions/instructions and nothing extra shall be payable on this account.
6. The works shall be carried out in a manner complying in all respects with the requirements
of relevant bylaws of the local body under the jurisdiction of which the work is to be
executed and/ or as directed by the Engineer-in-charge and nothing extra will be paid on this
account.
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

64
7. If as per municipal rules the huts for labour are not to be erected at the site of work by
contractors, the contractors are required to provide such accommodation as is acceptable
to local bodies and nothing extra shall be paid on this account.
8. The contractor shall comply with proper and legal orders and directions of the local
or public authority or municipality and abide by their rules and regulations and pay all fees
and charges, which he may be liable.
9. Unless otherwise specified in the schedule of quantities, the rates for all the items shall be
considered as inclusive of working in or under water and / or liquid mud and/ or foul
conditions including pumping or bailing out liquid mud or water accumulated in excavations
during the progress of the work from springs, tidal or river seepage, rain, broken water
mains or drains and seepage from subsoil aquifer.
10. All the materials to be used on works shall bear ISI certification mark unless otherwise
the make is specified in the item or special conditions appended with this
tender
document. In case of make of materials is specified in item, only articles classified as best
quality shall only be used.
11. For Structural Steel work
For carrying out the structural steel work either the main Contractor should have
completed structural steel works ( i.e C/o Auditorium/ godown etc.) two works each
of value not less than Rs.60 lakhs or one work of value not less than Rs.80 lakhs
in last 7 (seven) years up to previous day of last date of submission of tenders.
If not, the Contractor(s) shall submit for the approval of the Engineer-in-Charge,
the names of specialized agencies, of repute along with their technical capability
proposed to be engaged by him who have executed satisfactorily at least two
works each of value not less than Rs.60 lakhs or one work of value not less than
Rs.80 lakhs in last 7 (seven) years up to previous day of last date of submission of
tenders during the last seven years within one month after award of the work.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

65
11. MINES & QUARRIES- RECOVERY OF SEIGNIORAGE CHARGES FROM THE BILL
OF THE CONTRACTORS:
Royalty at the prevalent rates shall be deducted from the bills of the contractors on
the materials (Where royalty is payable, like boulders, sand etc) as per ORDER NO. G.O
Ms. No.198 dated 13.08.2009 of Industries and Commerce (M.I) Department of Andhra
Pradesh State. (copy enclosed along with tender documents). or as per consequent /latest

G.O if any issued by the Government of Telangana State due to bifurcation of the Andhra
Pradesh State.
The quoted rate of the contractor shall be inclusive of such royalty and taxes etc and
nothing extra shall be payable on this account.
12. The contractor will have to work according to the program of work, approved by the
Engineer-in-charge.
13. The contractor shall take instructions from the Engineer-in-charge for stacking of
materials in any place. No excavated earth or building material shall be stacked on areas
where other buildings, roads, services or compound walls are to be constructed.
14. The contractor shall be fully responsible for the safe custody of the materials issued to
him even if the materials are under double lock system.
15. The contractor shall construct suitable godowns, yards at the site of work for storing all
other materials so as to be safe against damage by sun, rain, fire, theft etc., at his own cost
and also employ necessary watch and ward establishment for the purpose at his cost.
16. The contractor shall submit bar chart for completion of the work duly signed by the
contractor so as to complete the work in stipulated time period and get it approved from the
Engineer-in-Charge before commencement of work.
17. Any delay/failure on the part of tenderer to arrange for men and materials at required
time shall not be considered as valid hindrance.
18. Water charges:
The contractor has to make his own arrangements towards
procurement of water for construction purpose, which shall be got tested periodically from a
recognized laboratory as directed by the Engineer in charge. The testing charges shall be
borne by the contractor.
CONDITIONS FOR CEMENT:
19. The contractor shall procure 43 grade (conforming to IS: 8112) Ordinary Portland cement
as required in the work from reputed manufacturers of cement having a production capacity
of one million tonnes or more as per the list of preferred materials attached or from agencies
approved by Ministry of Industry, Government of India, and holding License to use ISI
certification mark for their product. If Portland Pozzolana cement (PPC) is to be used, the
same shall be conforming to IS 1489 (Part-I) used and shall only with the prior approval of
the Technical Sanction authority and the cost adjustment shall be made as per the
difference of rates between OPC and PPC as mentioned at Clause 10CA NIT SCHEDULE
F
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

66
20.The Supply of cement shall be taken in 50Kg bags bearing manufacturers name, batch No.
and ISI marking, samples of cement shall be taken by the Engineer-in-Charge or his authorized
officer in the presence of the contractor or his authorized representative and got tested in
accordance with provisions of relevant BIS codes. In case test results
indicate that the sample cement does not conform to the relevant BIS codes, the same shall
stand rejected and shall be removed from the site of work by the contractor at his own risk and
cost within a weeks time of written order from the Engineer-in-Charge to do so. and no payment
what so ever may be paid to the contractor in this regard.
21.The cement shall be brought at site in bulk supply of approximately 50 tones or as decided
by the Engineer-in-Charge.
22. The cement godown of the capacity to store a minimum of 2000 bags of cement shall be
constructed by the contractor at site of work for which no extra payment shall be made.
23. Double lock provision shall be made to the door of the cement godown. 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 godown. The cement shall facilitate the inspection of the
cement godown by the Engineer-in-charge at any time.
24.The Cement shall be got tested by the Engineer-in-charge and shall be used on the work
only after satisfactory test results have been received. The contractor shall supply free of
charge the cement required for testing. The cost of tests including sampling and transportation
etc., shall be borne by the Contractor.
25.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 laid there in. In case the cement consumption is less than
theoretical consumption including permissible variation, recovery at the rate so prescribed shall
be made. In case of excess consumption no adjustment need to made.
26.The 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.
27.The damaged cement shall be removed from the site immediately by the contractor on
receipt of a notice in writing from the Engineer-in-charge. If he does not do so within 3
days of receipt of such notice, the Engineer-in-charge shall get it removed at the cost of the
contractor.
28. The contractor shall supply free of charge the cement required for testing including
its transportation to testing laboratories. The cost of tests including sampling and
transportation etc., shall be borne by the Contractor

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

67
CONDITIONS FOR STEEL:
1. The contractor shall procure Thermo Mechanically Treated (TMT) steel reinforcement bars
of grade Fe 500 conforming to BIS 1786-2008 from Primary Producers such as SAIL, TATA
STEEL Ltd., RINL, JINDAL STEEL & POWER Ltd. and JSW STEEL Ltd. or any other
Producer as approved by CPWD who are using Iron Ore as the basic raw material /
input and having crude steel capacity of 2.0 Million Tonnes per Annum and above.
In case of Non-availability of steel from Primary Producers, then the NIT Approving
Authority may also permit use of TMT Reinforcement bars procured from Secondary
Producers. For allowing TMT bars produced by secondary producers, refer conditions
mentioned under note in schedule F at Clause 10 CA.
2. The contractor shall have to obtain and furnish test certificates to the Engineer-in- Charge
or his authorized officer in respect of all supplies of steel brought by him to the site of
work.
3. Samples shall also be taken and got tested by the Engineer-in-Charge as per the
provisions in this regard in relevant BIS codes. In case the test results indicate that
sample of steel does not conform to BIS codes, the same shall stand rejected and shall be
removed from the site of work by the contractor at his own risk and cost within a
weeks time from written orders from the Engineer-in-Charge to do so and no payment
whatsoever in this regard shall be made by the Department.

The steel reinforcement shall be brought to the site in bulk manufacturers along with test
certificate of each lot supply of 10 tonnes or more or as decided by the Engineer-in-Charge.
4. The steel reinforcement shall be stored by the contractor at site of work in such a way as
to prevent distortion & corrosion. The steel bars shall be stored, about 30 to 45 cms
above ground. Bars of different sizes and lengths shall be stored separately to facilitate
easy counting and checking. A coat of cement wash should be given to steel bars, which
are likely to be stored for a long time. In places where rainfall is heavy; steel bars
may be stored in protective environment to reduce corrosion. Nothing extra shall be
paid on this account.
5.

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.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

68

Size of bar
Under 10 mm. dia

10mm to 16 mm. dia

For consignment below


100 tonnes
One sample for each
consignment of 25
tones or part thereof

For consignment
over 100 tonnes
One sample for each
consignment of 40
tones or part thereof

One sample for each


consignment of 35
tones or part thereof

One sample for each


consignment of 45
tones or part thereof

Over 16 mm. dia

One sample for each


One sample for each
consignment of 45
consignment of 50
tones or part thereof
tones or part thereof
______________________________________________________________________________
6. The contractor shall supply free of charge the steel required for testing including its
transportation to testing laboratories. The cost of tests including sampling and
transportation etc., shall be borne by the Contractor.
7. Weights being calculated with the help of table 5.4 in para 5.3.4 of CPWD Specifications
2009 (Volume-I). However, for Thermo mechanically treated bars the following procedure
shall be adopted.
The average sectional weight for each diameter shall be arrived at from samples from each lot of
steel received at site. The actual weight of steel issued shall be modified to take in to account the
variation between the actual and the standard coefficient given in table 5.4 and the contractors
account will be debited by the cost of modified quantity only. The decision of the Engineer- in charge shall be final for the procedure to be followed for determining the average sectional
weight of each lot. Quantity of each diameter of steel received at site of work each day will
constitute one single lot for this purpose.
8. The Steel brought to site and steel remaining unused shall not be removed from site
without
the written permission of the Engineer in Charge.
9. The contractor shall furnish to the department all the purchase invoices for cement and
Steel for every consignment.
10. All materials obtained from government stores or otherwise shall be got checked by the
Junior Engineer-in-charge of the works on receipt of the same at site before use.
11. The contractor should use factory made round type cover blocks for all RCC works to
avoid displacement of bars in any directions and to ensure proper cover.
12. Contractor shall ensure that no laborers stay in the work site except chowkidars and other
essential staff.
13. Contractor shall arrange hutments outside or elsewhere for the stay of Workers /
labourers working for the project.
14. Contractor shall employ qualified graduate quantity surveyor for computing running bills.
15. Contractors shall submit computerized running bills in approved format.
16. TOOLS AND PLANTS.
The necessary T&P shall be deployed by the contractor as required to facilitate and ensure the
work to be completed smoothly within the stipulated scheduled time.
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

69
SPECIAL CONDITIONS FOR DESIGN MIX CONCRETE
1

The term machine batched, machine mixed and machine vibrated design mix cement concrete
used in the document shall mean the concrete produced in fully automatic concrete batching &
mixing plant, placed in position by the concrete pump and vibrated by surface vibrator/ needle
vibrator/ plate vibrator, as the case may be to achieve required strength and durability.
(However for small elements like lintels, chajjas, shelves etc, the requirement of pumping would
be dispensed with as per direction of Engineer in charge and placement would be done
through alternative means).

2.

Design mix concrete shall be used in the work for all structural members. For design mix
concrete revised CPWD specifications 2009 along with relevant IS codes shall be followed in
general along with the specific provisions made herein.

3. Following parameters shall be adopted for mix design.


Grade of
M25
M30
Concrete
(i) Nominal Max
20 mm angular.
20mm angular
size of aggregate
as per CPWD
as per CPWD
specification
specification
(ii)Degree of
0.80 compacting
0.80 compacting
workability
factor.
factor.
(iii) Degree of
Good.
Good.
quality control
(iv) Type of
Moderate.
Moderate.
exposure
(v) Max free water
0.50
0.50
cement/ ratio
(vi) Type of
OPC 43 grade
OPC 43 grade
cement used
conforming to ISconforming to IS-8112 /
8112 / PPC
PPC conforming to IS:
conforming to IS:
1489
1489
(Vii) Sand
Coarse sand as per
Coarse sand as per
CPWD specification
CPWD specification

M35
20 mm angular.
as per CPWD
specification
0.80 compacting
factor.
Good.
Moderate.
0.50
OPC 43 grade
conforming to IS-8112 /
PPC conforming to IS:
1489
Coarse sand as per
CPWD specification

3.1 Design parameters for M10 design mix concrete :


Following parameters shall be adopted for mix design.
Sl.No

Grade of Concrete

M10

Nominal Max size of aggregate

20 mm angular as per CPWD specification

Degree of workability (Slump)mm


a) with out pump b) with pump
Degree of quality control
Type of exposure
Max free water cement/ ratio

50 to 100 mm
75 to 125mm
Good.
Moderate.
0.65

3
4
5

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

70
6

Type of cement used

OPC 43 grade conforming to IS-8112 / PPC


conforming to IS: 1489

Minimum Cement Content

220 Kg/Cum

Sand

Coarse sand as per CPWD specification

Mix applicable

Plain cement concrete

10

Method Application

Pumping

11

Max Cement Content

500 Kg/Cum

12

(A) Characteristic Compressive


Strength complains requirement
compliance.( Mean of group of 4
Non-overlapping tests and
consecutive test (N/Sqmm)
(B)Individual test (N/Sqmm)

Greater than or equivalent to fck+0.825xEstablished standard Deviation


Or
Fck+3
whichever is more
Fck -3

13

Testing frequency

As per Para 15.2 of IS : 456 -2000

4. Approved admixtures conforming to IS-9103 shall be permitted to be used. The chloride


content in the admixture shall satisfy the requirement of BIS 5075. The total amount of
chloride content in the admixture mixed concrete shall satisfy the requirement of IS 4562000.
5. The concrete mix design with and without admixture will be carried out by the contractor
through the laboratory to be approved by the Engineer-in- Charge.
6.

The various ingredients for mix design/ laboratory tests shall be sent to the
lab/test
houses through the Engineer-in-Charge and the samples of such ingredients sent shall be
preserved at site till completion of work or change in Design Mix whichever is earlier. The
sample shall be taken from the approved materials, which are proposed to be used in the
work.
7. The contractor shall submit the mix design report from approved laboratory for approval of
Engineer-in-charge within 30 days from the date of issue of letter of acceptance of the
tender. No concreting shall be done until the mix design is approved.
8. The contractor shall make cubes of trial mixes as per approved mix design at site laboratory
for all grades of concrete in presence of the Engineer-in-charge using same ingredients as
adopted for design mix, prior to commencement of concreting and get them tested in
presence of Engineer- in Charge for 7 days and 28 days. For each design mix, a set of six
cubes shall be prepared from each of the three consecutive batches. Three cubes from
each set shall be tested at the age of 7 days and three cubes at the age of 28 days. The
cubes shall be made, cured, transported and tested strictly in accordance with CPWD
specification. The average strength of nine cubes at the age of 28 days shall exceed the
specified target mean strength for which design mix has been approved.
9. Tests shall be done at the laboratory as approved by the Engineer-in-charge.
10. For each change of source or quality / characteristic properties of the ingredients during the
work, from that approved & used in the concrete mix a fresh mix design shall be got done by
the contractor. Revised trial mix test shall be conducted and shall be submitted by the
contractor as per the direction of the Engineer-in-charge.
Cor NIL
Ins
NIL
Omi NIL
Ovw
NIL
AE(P)

EE(P)

71
11. The cost of packaging, scaling, transportation, loading, unloading cost of samples and the
testing charges for mix design in all cases shall be borne by the contractor.
12. The mix design shall be done considering the degree of quality control as good in all
cases.
13. The Item of design mix cement concrete shall be inclusive of all the ingredients including
admixtures it required labour, machinery, T&P etc. (Expect shuttering which will be
measured & paid for separately) required for a design mix concrete of required strength and
workability. The rate quoted by the agency for the mix design items shall be net & nothing
extra shall be payable on account of change in quantities of concrete ingredients like sand,
aggregates and admixtures etc. as per the approved mix design, un less otherwise specified
elsewhere in the NIT.
14. No fly ash shall be allowed to be added in the Design Mix at site.
GENERAL INFORMATION FOR READY MIX CONCRETE (RMC) TO BE GIVEN
TO THE SUPPLIER BY THE CONTRACTOR
1
Mix code
M-25
2
Grade (N/mm2) (Characteristic strength)
25
3
Minimum Cement content (Kg/m3 )(OPC)
330
4
5
6
7
8

Mineral Additives (Pulverized fuel ash/slag/Others) (kg/m3)


Maximum Free water cement ratio
Nominal Maximum aggregate size
Cement Type and Grade (if preferred)
Target workability at site (slump)(mm)
45.1.1.1 Without pumping
45.1.1.2
With pumping
9
Exposure condition
10 Mix application
11 Method of placing
12 Any other requirements(early strength, workability, retention,
permeability testing, chloride content restriction, maximum
cement content etc)

0.50
20mm
43 OPC
25 to 75mm
75 to 100mm
Moderate
RCC frame work
pumping
Maximum
cement
content 500 Kg/m3

The contractor shall bring Ready Mix Concrete from approved RMC plants as mentioned
in the list showing preferred Brands/ Manufacturers/Makes enclosed in this NIT. The contractor
has to produce text of MOU proposed to be entered between purchaser (the contractor) and
supplier (R.M.C. plant) to the Engineer-in-charge. The Engineer-in-charge shall give approval in
writing (subject to drawal of MOU). The contractor shall draw the MOU with approved RMC plant
owner / company and submit to Engineer-in-charge within a week of such approval. The
contractor will not be allowed to purchase ready mixed concrete without completion of above
stated formalities for use in this project.
Notwithstanding the approval granted by Engineer-in-charge in aforesaid manner, the contractor
shall be fully responsible for quality of concrete including input control, transportation and
placement etc.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

72
1. The Engineer-in-charge will reserve right to inspect at any such stage and reject the concrete if
he is not satisfied about quality of product. The contractor should therefore draw MOU /
agreement with RMC owner / company very carefully keeping all terms and conditions /
specifications forming a part of this tender document.
(i)

(ii)
(iii)
(iv)
(v)

The Engineer-in-charge reserves the right to exercise control over the ingredients, water
and admixtures purchased, stored and to be used in the concrete including conducting of
tests for checking quality of materials, recordings of test results and declaring the
materials fit or unfit for use in production of mix.
Calibration check of the RMC.
Weight and quantity check on the ingredients, water and admixtures added for batch
mixing.
Time of mixing of concrete.
Testing of fresh concrete, recordings of results and declaring the mix fit or unfit for use.
This will include continuous control on the workability during production and taking
corrective action.

For exercising such control, the Engineer-in-charge shall periodically depute his authorized
representative at the RMC plant. It shall be responsibility of the contractor to ensure that all
necessary equipment manpower & facilities are made available to E-in-C and / or his
authorized representative at RMC plant.
2.

Ingredients, admixtures & water declared unfit for use in production of mix shall not be used.
A batch mix found unfit for use shall not be loaded into the truck for transportation.

3.

All required relevant records of RMC shall be made available to the Engineer-in-charge or his
authorized representative. The E-in-C shall, as required, specify guidelines & additional
procedures for quality control & other parameters in respect of materials and production &
transportation of concrete mix, which shall be binding on the contractor & the RMC plant.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

73
ADDITIONAL CONDITIONS FOR CIVIL WORKS
1.

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

2.

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

3.

Utmost care shall be taken to keep the noise level to the barest minimum so that no
disturbance as far as possible is caused to the occupants / users of building.

4.

SETTING OUT

4.1

The contractor shall establish, maintain and assume responsibility for grades, lines,
levels and bench marks. He shall report any errors or inconsistencies regarding grades,
lines, levels, dimensions to the Engineer-in-Charge before commencing work.
Commencement of work shall be regarded as the contractors acceptance of such
grades, lines, levels and dimensions and no claim shall be entertained at a later date for
any errors found.

4.2

If at any time, any error in this respect shall appear during the progress of the work, the
contractor shall, at his own expense rectify such error if so required to the satisfaction of
the Engineer-in-Charge.

4.3

Though the site levels may be indicated in the drawings the contractor shall ascertain
himself and confirm the site levels with respect to GTS bench mark from the concerned
authorities.
The approval by the Engineer-in-Charge of the setting out by the contractor shall not
relieve the contractor of any of his responsibilities.

4.4
4.5

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

4.6.

The rates quoted by the contractor are deemed to be inclusive of site clearance, setting
out work, profile, establishment of reference bench mark, spot levels, construction of all
safety and protection devices, barriers, earth embankments, preparatory works, all
testing of materials working during monsoon, working at all depths, working in foul
condition, under water condition including bailing out, height and locations etc. unless
specified in the Schedule of Quantities.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

74
4.7

4.8

5.

The Contractor shall carry out survey of the work area, at his own cost, setting out the
layout of building in consultation with the Engineer-in-Charge & proceed further. Any
discrepancy between the architectural drawings and actual layout at site shall be
brought to the notice of the Engineer-in-charge. It shall be responsibility of the
Contractor to ensure correct setting out of alignment. Total station survey instruments
only shall be used for layout, fixing boundaries, and centre lines, etc., along with
theodolites. Nothing extra shall be payable on this account.
Contractor shall provide permanent bench marks, flag tops and other reference points
for the proper execution of work and these shall be preserved till the end of work. All
such reference points shall be in relation to the levels and locations, given in the
Architectural and plumbing drawings.
Contractor shall have to engage well experienced skilled labour and deploy modern
T&P and other equipments to execute the work. Many items like stone masonry & stone
cladding work, stone flooring & other specialized flooring work, wood work polysulphide/
/ Sufield expansion joints and water proofing work will specifically require engagement of
skilled workers having experience particularly in execution of such items.

6.

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

7.
7.1

STORAGE AND ISSUE OF MATERIALS :


Steel reinforcement shall be stored in such a way as to avoid distortions and to prevent
deterioration by corrosion.
The contractor shall construct suitable godowns as per specifications of work for storing
the materials safe against damage due to sun, rain, dampness, fire, theft etc. He shall
also employ necessary watch and ward establishment for the purpose.

7.2

7.3

The day to day receipt and issue accounts of different grade/brand of cement shall be
maintained separately in the standard proforma by the Junior Engineer, in-charge of
work and which shall be duly signed by the contractor or his authorized representative.

8.

SECURITY & TRAFFIC ARRANGEMENTS :

8.1

Wherever the construction is taken up, the contractor shall provide at his own cost an all
weather motorable track/parking place if considered necessary by the Engineer-incharge entirely to his satisfaction to facilitate the movement and parking of inspection
vehicles.
No inflammable materials including P.O.L. shall generally be allowed to be stored at
site. However, reasonable quantity may be permitted for storage subject to the
compliance of all rules / instructions issued by the competent authorities and as per the
direction of Engineer-in-Charge.
In the event of any restrictions (including temporary suspension of work) being imposed
by the Security agency, CPWD, Traffic or any other authority having jurisdiction in the
area on the working or movement of labour /material, the contractor shall strictly follow
such restrictions and nothing extra shall be payable to the contractor on this account.
The loss of time on this account, if any, shall have to be made up by generating
additional resources etc.

8.2

8.3

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

75
9.

DISPUTE REDRESSAL COMMITTEE

9.1

If the dispute between contractor and Engineer-in-Charge arises, the dispute Redressal
committee shall be formed with the approval of special DG to resolve the dispute with the
contractor as given below. The decision of special DG in charge in this regard is final and
binding.

9.2

In the first instance, the Executive Engineer, Superintending Engineer, or the Chief
Engineer shall positively give his decision on any matter relating to the contract, for which
he is competent to do so. If the decision so given is not acceptable to the contractor due to
any legitimate reason, efforts shall be made to reason with the contractor to arrive at a
consensus that is reasonable and legitimate under the terms and conditions of the contract.
If, however, no consensus can be reached, the matter shall be referred to the next higher
authority, and if no consensus can be reached at that level too, then the Chief Engineer
shall refer the matter to the Committee for adjudication. In other words, cases shall be
referred to the Committee only after exhausting all other remedies available with the officers
of the department who are a party to the contract.

9.3

The Superintending Engineer/Executive Engineer, whoever is party to the contract under


dispute, shall present the case of the department before the Committee, alongside the
contractor who shall present his case. The Committee shall hear both the parties, and
suggest an amicable and legitimate solution to the problem, based on the principle of equity
and natural justice. If the same is acceptable to both the parties, it shall be accepted by the
officer in the department under whose competence the matter falls, and conveyed for
implementation. If, however, the Committee fails to resolve the issue, the decision taken by
the competent authority of the department in the matter would stand. It would then be upto
the contractor to either accept it, or to apply for arbitration under the provisions of the
contract.

9.4

Special DG in charge shall be the competent authority to constitute DRC . The DRC shall
have to give decision on the claims of contractor or department within three months of
receipt of reference. If no decision is given by DRC within three months then claimant shall
be at liberty to seek appointment of arbitrator. In case, either department or contractor is to
satisfied with the decision of DRC, each can seek appointment of arbitrator. The contractor
shall be entitled to invoke the arbitration clause only after exhausting the remedy available
under the Dispute Redressal Committee.

9.5

Agency will provide to the department latest configured computer with internet connection
and printer along with the computer operator for the entire construction period till
completion of work as directed by the Engineer in charge. Nothing extra shall be paid in this
regard on this account. If the agency fails to provide the same, an amount of
Rs.15,000/-per month will be recovered from amount payable to the agency.

9.6

The Contractor shall submit completion plan for water, sewerage and drainage line
plan within thirty days of the completion of the work. In case, the contractor fails to
submit the completion plan as aforesaid, the department will get it done through
other agency at his cost and actual expenses incurred plus Rs.15,000/- for the same
shall be recovered from the contractor.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

76
ENVIRONMENT MANAGEMENT
1.
1.1

1.2.
1.3.

1.4.

1.5.
1.6.

AIR QUALITY
The Contractor shall take all necessary precautions to minimize fugitive dust emissions from
operations involving excavation, grading, and clearing of land and disposal of waste. He
shall not allow emissions of fugitive dust from any transport, handling, construction or
storage activity to remain visible in atmosphere beyond the property line of emission source
for any prolonged period of time without notification to the Engineer-in-Charge.
The Contractor shall use construction equipment designed and equipped to minimize or
control air pollution.
If after commencement of construction activity, Engineer-in-Charge believes that the
Contractor's equipment or methods of working are causing unacceptable air pollution
impacts then these shall be inspected and remedial proposals shall be drawn up by the
Contractor, submitted for review to the Engineer-in-Charge and implemented.
In developing these remedial measures, the Contractor shall inspect and review all dust
sources that may be contributing to air pollution. Remedial measures include use of
additional/ alternative equipment by the Contractor or maintenance/modification of existing
equipment of the Contractor.
In the event that approved remedial measures are not being implemented and serious
impacts persist, the Engineer-in-Charge may direct the Contractor to suspend work until the
measures are implemented as required under the Contract.
Contractor's transport vehicles and other equipment shall conform to emission standards
fixed by Statutory Agencies of Government of India or the State Government from time to
time. The Contractor shall carry out periodical checks and undertake remedial measures
including replacement, if required, so as to operate within permissible norms.

1.7.

The Contractor shall establish and maintain records of routine maintenance program for
internal combustion engine powered vehicles and equipment used on this project.

1.8.

The Contractor shall cover loads of dust generating materials like debris and soil being
transported from construction sites. All trucks carrying loose material should be covered and
loaded with sufficient free-board to avoid spills through the tail board or side boards

1.9.

The Contractor shall promptly transport all excavation disposal materials of whatever kind so
as not to delay work on the project. Stockpiling of materials will only be allowed at sites
designated by the Engineer-in-Charge. The Contractor shall place excavation materials in
the dumping/disposal areas designated by Engineer-in-Charge.

1.10.

The temporary dumping areas shall be maintained by the Contractor at all times until the
excavate is re-utilised for backfilling or as directed by Engineer-in-Charge. Dust control
activities shall continue even during any work stoppage

1.11.

The contractor shall place material in a manner that will minimize dust production. Material
shall be minimized each day and wetted, to minimize dust production. During dry weather,
dust control methods must be used daily especially on windy, dry days to prevent any dust
from blowing across the site perimeter.

1.12.

The Contractor shall water down construction sites as required to suppress dust, during
handling of excavation soil or debris or during demolition. The Contractor will make water
sprinklers, water supply and water delivering equipment available at any time that it is
required for dust control use. Dust screens will be used, as feasible when additional dust
control measures are needed specially where the work is near sensitive receptors.
Cor NIL
Ins
NIL
Omi NIL
Ovw
NIL
AE(P)

EE(P)

77
1.13

The Contractor shall provide a wash pit or a wheel washing and/or vehicle cleaning facility at
the exits from work sites. At such facility, high-pressure water jets will be directed at the
wheels of vehicles to remove all spoil and dirt.

2.

WATER QUALITY

2.1

The Contractor shall comply with the Indian Government legislation and other State
regulations in existence so far as they relate to water pollution control and monitoring. A
drainage system should be constructed at the commencement of the Works, to drain off all
surface water from the work site into suitable drain outlet.

2.2.

The Contractor shall provide adequate precautions to ensure that no spoil or debris of any
kind is pushed, washed, falls or deposited on land adjacent to the site perimeter including
public roads or existing stream courses and drains within or adjacent to the site. In the event
of any spoil or debris from construction works being deposited or any silt washed down to
any area, then all such spoil, debris or material and silt shall be immediately removed and
the affected land and areas restored to their natural state by the Contractor to the
satisfaction of the Engineer-in-Charge.

2.3.

The Contractor shall ensure that earth, bentonite, chemicals and concrete agitator washings
etc. are not deposited in the watercourses but are suitably collected and residue disposed
off in a manner approved by local authorities.

2.4.

All water and waste products (surface runoff and wastewater) arising on the site shall be
collected and removed from the site via a suitable and properly designed temporary
drainage system and disposed off at a location and in a manner that will cause neither
pollution nor nuisance.

2.5.

Any mud slurry from drilling, diaphragm wall construction or grouting etc. shall not be
discharged into the drainage system unless treatment is carried out that will remove silt,
mud particles, bentonite etc. The Contractor shall provide treatment facilities as necessary
to prevent the discharge of contaminated ground water.
The Contractor shall discharge wastewater arising out of site office, canteen or toilet
facilities constructed by him into sewers after obtaining prior approval of Engineer-inCharge. A wastewater drainage system shall be provided to drain wastewater into the
sewerage system.

2.6.

2.7.

The bentonite mixing, treatment and handling system shall be established by the contractor
giving due regard to its environmental impacts. The disposal of redundant bentonite shall be
carefully considered whether in bulk or liquid form. The disposal location will be advised and
agreed with the relevant authorities.

2.8.

The Contractor shall take measures to prevent discharge of oil and grease during spillage
from reaching drainage system or any water body. Oil removal / interceptors shall be
provided to treat oil waste from workshop areas etc.

2.9.

The Contractor shall apply to the appropriate authority for installing bore wells for water
supply at site.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

78
3.

WASTE MANAGEMENT

3.1.

The contractor is required to develop, institute and maintain a Waste Management


Programme (WMP) during the construction of the project for his works, which may include: i) Identification of disposal sites.
ii) Identification of quantities to be excavated and disposed off.
iii) Identification of split between waste and inert material
iv) Identification of amounts intended to be stored temporarily on site location of Such
storage.
v) Identification of intended transport means and route.
vi) Obtaining permission, where required, for disposal.

3.2.

Such a mechanism is intended to ensure that the designation of areas for the segregation
and temporary storage of reusable and recyclable materials are incorporate into the WMP.
The WMP should be prepared and submitted to the Engineer-in-Charge for approval.

3.3.

The Contractor shall handle waste in a manner that ensures they are held securely without
loss or leakage thus minimizing potential for pollution. The Contractor shall maintain and
clean waste storage areas regularly.

3.4.

The Contractor shall remove waste in a timely manner and dispose off at landfill sites after
obtaining approval of Conservancy and Sanitation Engineering Department of Municipal
Corporation for its disposal.

3.5.

Burning of wastes is prohibited. The Contractor shall not burn debris or vegetation or
construction waste on the site but remove it.

3.6.

The Contractor shall make arrangement to dispose of metal scrap and other saleable waste
to authorized dealer and make available to the Engineer-in-Charge on request, records of
such sales.

4.

HAZARDOUS WASTE MANAGEMENT

4.1.

If encountered or generated as a result of Contractor's activity, then waste classified as


hazardous under the "Hazardous Wastes (Management & Handling) Rules, 1989,
amendments 2000, 2003" shall be disposed off in a manner in compliance with the
procedure given in the rules under the aforesaid act.

4.2.

Chemicals classified as hazardous chemicals under "Manufacture, Storage and Import of


Hazardous Chemical Rules, 1989 of Environment (Protection) Act, 1986 shall be disposed
off in a manner in, compliance with the procedure given in the rules under the aforesaid act.

4.3.

The contractor shall identify the nature and quantity of hazardous waste generated as a
result of his activities and shall file a 'Request for Authorization' with A.P Pollution Control
Committee along with a map showing the location of storage area.

4.4.

Outside the storage area, the contractor shall place a 'display board', which will display
quantity and nature of hazardous waste, on date. Hazardous Waste needs to be stored in a
secure place.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

79
4.5.

It shall be the responsibility of the contractor to ensure that hazardous wastes are stored,
based on the composition, in a manner suitable for handling, storage and transport. The
labeling and packaging is required to be easily visible and be able to withstand physical
conditions and climatic factors.

4.6.

The contractor shall approach only Authorized Recycler of Hazardous Waste for disposal of
Hazardous Waste, under intimation to the Engineer-in-Charge

4.7.

Submittal of all environment related documents and records pertaining to monitoring and
trend analysis on key parameters such as but not limited to consumption/efficient use of
resources such as energy, water, material such as cement, fly ash, iron and steel,
recycle/reuse of waste etc that shall have demonstrated continual improvement in the
implementation of Environmental management System. Failure to do so the employer shall
impose appropriate penalty as indicated under penalty clause.

5.

ENERGY MANAGEMENT.

5.1.

The contractor shall use and maintain equipment so as to conserve energy and shall be
able to produce demonstrable evidence of the same upon of Engineer-in-Charge request.

5.2.

Measures to conserve energy include but not limited to the following:


i) Use of energy efficient motors and pumps.
ii) Use of energy efficient lighting, which uses energy efficient luminaries.
iii) Adequate and uniform illumination level at construction sites suitable for the task.
iv) Proper size and length of cables and wires to match the rating of equipment.
v) Use of energy efficient air conditioners.
***

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

80
ANNEXURE- V
GUARANTEE FOR REMOVAL OF
DEFECTS AFTER COMPLETION IN RESPECT OF WATER PROOFING WORKS.
The agreement made this _________________day of _________two thousand and
_________________________________between ______________________ son of
________________________of _________________________(hereinafter called the
Guarantor of the one part) and the PRESIDENT of INDIA (hereinafter called the Government
of the other part).
WHEREAS this agreement is supplementary to a contract (here in after called the
contract), dated_________and made between the GUARANTOR of the ONE part and the
GOVERNMENT of the other part, whereby the contractor, interalia, undertook to render the
buildings and structures in the said contract recited completely water and leak- proof.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect that the
said structures will remain water and leak-proof FOR FIVE years to be reckoned from the
date after the maintenance period prescribed in the contract.
NOW THE GUARANTOR hereby guarantees that water proofing treatment given by
him will render the structures completely leak- proof and the minimum life of such water
proofing treatment shall be FIVE years to be reckoned from the date after the maintenance
period prescribed in the contract:
Provided that the Guarantor will not be responsible for leakage caused by earthquake
or structural defects or misuse of roof or alteration and for such purpose:
(III)
Misuse of roof shall mean any operation which will damage proofing
treatment like chopping of firewood and the things of same nature which might cause
damage to the roof
(IV)
Alteration shall mean construction of an additional storey or a part of the roof
or construction adjoining to existing roof whereby proofing treatment is removed in parts.
(V)
The decision of the Engineer-in-charge with regard to cause of leakage
shall be final.
During this period of guarantee the Guarantor shall make good all the defects and in
case of any defect being found render the building water proof to the satisfaction of the
Engineer-in-charge at his cost and shall commence the work for such rectification within
seven days from the date of issue of the notice from the Engineer-in-charge calling upon him
to rectify the defects failing which the work shall be got done by the department by some
other contractor at the GUARANTORS cost and risk. The decision of the Engineer-in-charge
as to the cost payable by the Guarantor shall be final and binding.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

81

That if the Guarantor fails to execute the waterproofing or commits breach there under,
then the Guarantor will indemnify the principal and his successors against all loss, damage,
cost, expense or otherwise which may be incurred by him by reason of any default on the
part of the GUARANTOR in performance and observance of this supplementary agreement.
As to the amount of loss and/or damage and/or cost incurred by the Government, the
decision of the Engineer-in-charge will be final and binding on the parties.
IN WITNESS WHERE-OF these presents have been executed by the
obligor_____________________ and by_______________________ and for and on behalf
of the PRESIDENT OF INDIA on the month and year first above written.
SIGNED, sealed and delivered by (OBLIGOR) in the presence of.
1.
2.
Signed
for
and
on
behalf
of
the
PRESIDENT
____________________________________ in presence of:
1.

OF

INDIA

by

2.

Annexure-VI
FORM M

PROFORMA OF AFFIDAVIT FOR NON BLACK LISTING


I/we undertake and confirm that our firm/partnership firm has not been blacklisted by any
State/Central Departments/PSUs/Autonomous bodies during the last 7 years of its operations.
Further that, if such information comes to the notice of the department then I/we shall be debarred
for bidding in CPWD in future forever. Also, if such an information comes to the notice of
department on any day before date of start of work, the Engineer in-charge shall be free to cancel
the agreement and to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee
(Scanned copy of this notarized affidavit to be uploaded at the time of submission of bid)
NOTE: Affidavit to be furnished on a Non-Judicial stamp paper worth Rs. 10/-

Signature of Bidder(s) or an authorized


Officer of the firm with stamp
Signature of Notary with seal
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

82
LIST SHOWING PREFERRED BRANDS/MANUFACTURERS/MAKES
NOTE: - 1) A List of Preferred Brand Names of Various Materials / Products are shown below for
usage in execution of Work. However, Approved equivalent material of any other Specialized
Companies / Firms may also be used , in case it is established that the Brands Specified below are
not available in the market and subject to Approval of the alternate Brand by the Engineer In
charge.
2) It must be ensured, in general, that all materials to be used in the works shall bear BIS
Certification mark. In cases where for a particular material/product, BIS Certification Mark is not
available, then the material proposed to be procured can be used subject to the condition that it
should conform to CPWD Specifications and relevant BIS codes. In such cases written approval of
the Engineer-in -Charge shall be obtained before use of such material in their works.
3) The list given below does not absolve the Executing Agency from their responsibility for using
these products. It is only after, they are satisfied about the quality and performance, the products
shall be used. To achieve this, proper check on the quality of the product, actually to be used,
should be exercised.
S.NO
1

MATERIALS
Ordinary Portland Cement / Portland
Pozzolana Cement

Portland Slag Cement

3
4

White Cement
Reinforcement steel (Primary Producers)

Ready Mix Concrete (RMC)

Polymer based Curing Compounds

Structural Steel Sections

Hollow Steel Sections

Fly ash Cement Bricks

10

Autoclaved Aerated Concrete Blocks (AAC)

11

Binding Wire

12

Factory Made Cement Concrete Cover


Blocks

PREFERRED MAKE
ACC, Ultratech, Vikram, Shree Cement,
Ambuja, Jaypee Cement, Century Cement , JK
cement Bharati Cements and Brands
Approved by ADG(SR) I.
JSW Portland Slag Cement
Birla, J.K. White, Travancore.
RINL, SAIL, TATA STEEL Ltd., JSW STEEL
Ltd., JINDAL STEEL & POWER Ltd.
Ultra Tech, ACC, LAFARGE , RMC Ready
Mix (India),M/S Sai Vani, Vishaka & other
make approved by Tender Accepting
Authority.
FOSROC, SIKA, BASF
TATA, SAIL,RINL, JINDAL Steel & Power
Ltd., J SW
TATA, Jindal
KSP Industries, Prakash International Ltd,
NUBRIC,M/S Someswara Fly Ash Bricks &
other make approved by Tender Accepting
Authority.
M/s. Hyderabad Industries Ltd., M/s. Ultra
Tech India Limited, M/s. Siporex India Ltd.,
NCL, NUBRIC.
TATA, JSW
A.S.R. Cover Blocks
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

83
13

RCC Door Frames

Ambience Industries, Ventura.

14

Flush Door Shutters

15

Fire Rated Doors (Metal)

Raavela Doors, Indian Timber Products,


Kitply,
Navair, Godrej, Shaktimet

16

Plain / Prelaminated Particle Board

ECO Board, TESA Action Co., Kitlam.

17

Ply wood / Laminate

18

Veneers

Kitply, Centuryply, Greenply, Merino, Sonear


(Donear).
Kitply, Centuryply, Sonear (Donear).

19

Adhesive / Glue

Pidilite, Dunlope.

20

Steel Windows/ Pressed Steel Frames -

21

Cement Bonded Particle Board

Madhu Industries, (Bengaluru), San Harvic,


NCL
BISON Boards.

22

PVC Doors

Rajshri Plastiwood, Sintex.

23

UPVC Windows

Fenesta, Kommerling , Rehau.

24

Ceramic Floor /Dado Tiles

25

Vitrified Tiles

Somany, Johnson, Kajaria, RAK, NITCO.,


Orient Bell.
Somany, Johnson, Kajaria, RAK.

26

Precast Terrazo Tiles

NITCO, Hindustan, Modern.

27
28

Precast Chequered Tiles


Metallic Floor Hardners

NITCO, Hindustan, INDO.


Ironite, Hardonite .

29

Precast Cement Concrete Tiles

NITCO, Hindustan, INDO, Ultra.

30
31

Factory made Cement Concrete Interlocking Earth Pavers Hyd. Pvt. Ltd., NITCO, Classic
Paver BlocksTiles.
Glass Mosaic Tiles
Palladio, Coral, Mridul, Bisazza.

32

PVC Flooring

LG Hausys, Ger Flor, Armstrong .

33

Pergo, Armstrong.

34

High Density Fibre (HDF) Pre-laminated


Flooring boards
Unglazed Heavy Duty Vitrified Tiles

Somany ( Dura Gres ), Kajaria (Pavigres).

35

Unglazed Heavy Duty Paver/Parking Tiles

Somany ( Dura Stone ), Johnson (Endura),

36

Tile Adhesives

37

Grout Compound/ Epoxy Grouts

38

Water Proofing Compound

Laticrete, ,Ardex Endura Weber, Roff. SIKA,


Ferrous.
Laticrete, Ardex Endura, Weber, Fosroc,
Pidilite .
Fosroc, CICO, SIKA, Pidilite, , BASF.

39

Actactic Polypropylene (APP) Modified


Water Proof Membrane Admixtures / Platisizers -

40

S T P, Bitumat Co. Ltd.


Fosroc, CICO, Sika, BASF
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

84

42

Ethylene Propylene Diene Monomer


(EPDM) Gasket
Aluminium Extruded sections

Jindal, Hindalco, Indian Aluminium Co.

43

Poly Sulphide Sealant

Pidilite, Tuffseal, Choksey chemicals.

44

Cement Based Wall putty

45

Paints/ Primer / Polish

Birla Wall Care, J.K. Wall putty, Asian Paints,


Berger.
ICI Dulux, Asian Paints, Berger, Nerolac.

46

Water Proofing Cement Paint

Snowcem India, ICI Dulux, Berger.

47

PU Enamel Metallic Paints on MS Structure.

SKK, Akzomobal, Asian

48

Calcium Silicate False Ceiling Tiles -

Aerolite Co. Hilux

49

Gypsum Board False Ceiling Tiles -

Saint Gobain, Lafarge, Amstrong Co.

50

Mineral Fibre Board False Ceiling Tiles

Armstrong , Decosonic.

51
52

Rockwool / Glasswool insulation.


False Flooring System .

Twigafiber, Llyod Insulation, Supreme.


Kebao, Pinnacle Access Floor System

53

Anodised / Powder Coated Aluminium


Fittings / Fixtures -

Everite, Jyoti, Shakti.

54
55

Stainless Steel Wire Mesh Float/Plain/Tinted/Tempered Glass.

56

Mirror Glass.

Champion Make, GKD.


Modi, Saint Gobain, Asahi, Atul, Gloverbel,
Pilkington .
Modi Guard, Atul, Asahi

57

Hydraulic Door Closers / Floor Springs -

58

Steel Nuts, Bolts and Screws -

Godrej, Hardwyn, Everite, Dorma, Dorset,


Magnum.
Atul, Hilti .

59

Ball Bearing Hinges and Spring Hinges

Dorma, Hafele, Geze, Dorset, Magnum.

60
61

Stainless Steel Screws


Clamping System Using Dash / Anchor
Fastners.

Kundan, Arrow, Nettlefold, GKW.


Hilti, Fischer,Bosch, Canon.

62

Locks in Cabinets, Furniture.

Hettich, Blum, Hafel, Godrej.

63

Four Point / Multi Point Locking Handle.

Hefele, Alu-Alfa, Geze, Dorma, Godrej .

64
65

Stainless Steel Friction stay hinges


Precoated Galvolume Iron Profile Sheets -

Hafele, Earl Bihari


Pennar, TATA Blue scope, NCL.

66

Multi Walled PolyCarbonate Roofing


Sheets

Lexan GE

67

Bitumen

Indian Oil, Hindustan Petroleum Corporation.

68

Aluminium Composite Panels (ACP)

Alstrong, Alucobond, Aluplex, Alubond.

41

Hanu /Anand

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

85
69

Structural Glazing

Modi, Saint Gobain, Asahi, Gloverbel.

70

Structural and Weather Sealants

Dow Corning, Wacker., GE, BASF

71

Adhesive Tape

Norton

72

Spider Fittings for Structural Glazing

Dorma, Sevax.

73

G.I. Pipes -

TATA, Jindal, Zenith .

74
75

G.I. Fittings
Gun Metal Valves / Non Return Valves

HB, R Brand.
Zoloto, Leader, Sant.

76

C.I. Sluice Valves

Zoloto, Leader, SANT, Kirloskar.

77

PTMT fittings/ fixtures -

Prayag, Shakti

78
79

C.P. Brass fittings/ fixtures C.P.V.C pipes & specials -

80

uPVC Pipes & Fittings.

81

84

Poly Propylene Random Co polymer (PPR)


Pipes & Specials Centrifugally Cast (spun) Pipes & Fittings
(Sanitary Pipes)
Centrifugally Cast (spun) Pipes (LA) &
Fittings ( Water Supply Pipes)
Vitreous China Sanitary ware

Jaquar , Marc, Plumber, ESS ESS, TOTO.


Supreme , Prince , Sudhakar, Ashirvad,
Astral,, Finolex.
Supreme , Prince , Sudhakar, Ashirvad,
Astral,, Finolex.
SFMC, Victus, Supreme , Prince.

85

Stainless Steel Sinks

86

Fire Clay Sinks

87

Sensor Based Auto Flush Systems

88

PVC Water Storage Tanks

A O S Systems, TOTO, Parryware, Hindware,


Grohe, Kochler.
Sintex, Uniplast, Durocon, Polycon.

89

Flood Valve

Prayag, Leader.

90
91

Water Meter
RCC Non Pressure (NP-2) Pipes -

92

Factory Made SFRC (RCC) Manhole Covers

Zoloto, Leader, Dashmesh.


Indo., Hindustan, Balaji Pipe Industries,
Indian Hume Pipes Ltd.
Indo, Balaji Pipe Industries.

93

CI Manhole Covers

SKF, HIF, Neco

82
83

NECO , HIF, SKF.


Electro steel, Kesoram, LANCO Industries.
Parryware, Neycer, Hindware, Cera.
Nirali, Kaff, Hindware, Johnson, Signature,
Neelkanth.
Sunfire, Parryware, Hindware.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

86
SCHEDULE OF QUANTITIES FOR MAJOR WORK (CIVIL COMPONENT)
Name of work : Construction of Dr. B.R. Ambedkar Learning Centre and 450 Nos. capacity
Auditorium with Steel Structure for National Institute of Technology (NIT) including Internal Water
Supply, Sanitary Installations, Drainage, Development works and Providing Internal Electrical
Installations & Fans, Power wiring, Street lighting, Ductable split AC units, Fire Fighting, Fire Alarm
System and PA System etc. at Warangal, Telangana State.
Item No

Description

1
1.1

SUB HEAD - 1 : EARTH WORK


Earth work in excavation by
mechanical means
(Hydraulic
excavator) / manual means over
areas (exceeding 30 cm in depth,
1.5 m in width as well as 10 sqm on
plan)
including
disposal
of
excavated earth, lead up to 50 m
and lift up to 1.5 m, disposed earth
to be levelled and neatly dressed.
All kinds of soil

1.1.1
1.2

1.2.1
1.3

1.3.1

Earth work in excavation by


mechanical means
(Hydraulic
excavator) / manual means over
areas (exceeding 30 cm in depth,
1.5 m in width as well as 10 sqm on
plan)
including
disposal
of
excavated earth, lead up to 50 m
and lift up to 1.5 m, disposed earth
to be levelled and neatly dressed.
Hard rock (blasting prohibited)
Earth work in excavation by
mechanical means
(Hydraulic
excavator) / manual means in
foundation trenches or drains (not
exceeding 1.5 m in width or 10 sqm
on plan), including dressing of sides
and ramming of bottoms, lift up to
1.5 m, including getting out the
excavated soil and disposal of
surplus excavated soil as directed,
within a lead of 50 m.
All kinds of soil

Unit

Quantity

cum

5500

cum

950

cum

2100

Rate in
words and
figures

Cor NIL
Omi NIL
AE(P)

Amount in
Rupees

Ins
Ovw
EE(P)

NIL
NIL

87
1.4

1.4.1
1.5

1.5.1
1.5.1.1
1.6

1.6.1
1.6.1.1

Excavation work by mechanical


means (Hydraulic excavator) /
manual means in foundation
trenches or drains (not exceeding
1.5 m in width or 10 sqm on plan),
including dressing of sides and
ramming of bottoms, lift up to 1.5
m, including getting out the
excavated soil and disposal of
surplus excavated soils as directed,
within a lead of 50 m.
Hard rock (blasting prohibited)
Excavating trenches of required
width for pipes, cables, etc
including excavation for sockets,
and dressing of sides, ramming of
bottoms, depth up to 1.5 m,
including getting out the excavated
soil, and then returning the soil as
required, in layers not exceeding
20 cm in depth, including
consolidating each deposited layer
by ramming, watering, etc. and
disposing of surplus excavated soil
as directed, within a lead of 50 m :
All kinds of soil
Pipes, cables etc. exceeding 80 mm
dia but not exceeding 300 mm dia
Excavating trenches of required
width for pipes, cables, etc,
including excavation for sockets,
depth up to 1.5 m including getting
out the excavated materials,
returning the soil as required in
layers not exceeding 20 cm in
depth, including consolidating each
deposited layers by ramming,
watering etc., stacking serviceable
material for measurements and
disposal of unserviceable material
as directed, within a lead of 50 m :
Hard rock (blasting prohibited)
Pipes, cables etc. exceeding 80 mm
dia but not exceeding 300 mm dia

cum

370

metre

250

metre

50

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

88
1.7

1.8

1.8.1
1.8.2
1.9

1.10

1.11

1.12

1.12.1
1.13

Supplying and filling earth suitable


for filling brought from out side, of
approved quality
in trenches,
plinth, sides of foundation etc. in
layers not exceeding 20cm in
depth,
consolidating
each
deposited layer by
watering,
ramming and dressing etc.
complete as directed by the
Engineer - in - charge .(Volume of
consolidated filling only will be
measured for payment) for all
leads, lifts including Royalty.
Extra for every additional lift of 1.5
m or part thereof in excavation /
banking excavated or stacked
materials.
All kinds of soil
Ordinary or hard rock
Supplying and filling in plinth with
river sand under floors, including
watering, ramming consolidating
and dressing complete.
Clearing jungle including uprooting
of rank vegetation, grass, brush
wood, trees and saplings of girth
up to 30 cm measured at a height
of 1 m above ground level and
removal of rubbish up to a distance
of 50 m outside the periphery of
the area cleared.
Disposal of excavated earth
beyond initial lead of 50 metre
including loading, unloading and
transportation by mechanical
means complete upto lead upto 2
kms.
Supplying chemical emulsion in
sealed
containers
including
delivery as specified.
Chlorpyriphos
/
Lindane
emulsifiable concentrate of 20%

cum

4600

1
1

cum
cum

1850
350

cum

260

100

sqm

5760

cum

7600

litre

700

Diluting and injecting chemical


emulsion
for
POSTCONSTRUCTIONAL
anti-termite
treatment (excluding the cost of
chemical emulsion) :
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

89
1.13.1

1.13.1.1
1.14

1.14.1

Along external wall where the


apron is not provided using
chemical emulsion @ 7.5 litres
/sqm of the vertical surface of the
substructure to a depth of 300 mm
including excavation channel along
the wall & rodding etc. complete:
With Chlorpyriphos / Lindane E.C.
20% with 1 % concentration

metre

250

Treatment of soil under existing


floors using chemical emulsion @
one litre per hole, 300 mm apart
including drilling 12 mm diameter
holes and plugging with cement
mortar 1 :2 (1 cement : 2 Coarse
sand) to match the existing floor :
With Chlorpyriphos /Lindane E.C.
20% with 1% concentration

sqm

1200

cum

22

cum

515

cum

77

Total for S.H - 1- EARTH


WORK
2
2.1

2.1.1

2.1.2

2.2

2.2.1

SUB HEAD - 2: CONCRETE WORK


Providing and laying in position
cement concrete of specified grade
excluding the cost of centering and
shuttering - All work up to plinth
level:
1:2:4 (1 cement : 2 coarse sand : 4
graded stone aggregate 20 mm
nominal size)
1:5:10 (1 cement : 5 coarse sand :
10 graded stone aggregate 40 mm
nominal size)
Providing and laying cement
concrete in retaining walls, return
walls, walls (any thickness)
including
attached
pilasters,
columns, piers, abutments, pillars,
posts, struts, buttresses, string or
lacing courses, parapets, coping,
bed blocks, anchor blocks, plain
window sills, fillets, sunken floor,
etc. up to floor five level, excluding
the cost of centering, shuttering
and finishing :
1:2:4 (1 cement : 2 coarse sand : 4
graded stone aggregate 20 mm
nominal size)

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

90
2.3

Centering and shuttering including


strutting, propping etc. and
removal of form work for :

2.3.1

Retaining walls, return walls, walls


(any thickness) including attached
pilasters, buttresses, plinth and
string courses fillets, kerbs and
steps etc.
Providing and laying damp-proof
course 40 mm thick with cement
concrete 1:2:4 (1 cement : 2 coarse
sand : 4 graded stone aggregate
12.5 mm nominal size).
Applying a coat of residual
petroleum bitumen of grade of VG10 of approved quality using 1.7 kg
per square metre on damp proof
course after cleaning the surface
with brushes and finally with a
piece of cloth lightly soaked in
kerosene oil.
Making plinth protection 50 mm
thick of cement concrete 1:3:6 (1
cement :3 coarse sand : 6 graded
stone aggregate 20 mm nominal
size) over 75 mm thick bed of dry
brick ballast 40 mm nominal size,
well rammed and consolidated and
grouted with fine sand, including
finishing the top smooth.

2.4

2.5

2.6

sqm

110

sqm

130

sqm

130

sqm

200

cum

15

Total for S.H - 2- CONCRETE


WORK
3
3.1

SUB HEAD - 3: REINFORCED


CEMENT CONCRETE WORK
Reinforced cement concrete work
in beams, suspended floors, roofs
having slope up to 15 landings,
balconies, shelves, chajjas, lintels,
bands,
plain
window
sills,
staircases and spiral stair cases up
to floor five level excluding the cost
of centering, shuttering, finishing
and reinforcement, with 1:2:4 (1
cement : 2 coarse sand : 4 graded
stone aggregate 20 mm nominal
size).

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

91
3.2

Centering and shuttering including


strutting, propping etc. and
removal of form for :

3.2.1

Foundations, footings, bases of


columns, etc. for mass concrete

sqm

650

3.2.2

Walls (any thickness) including


attached pilasters, butteresses,
plinth and string courses etc.

sqm

270

Suspended floors, roofs, landings,


balconies and access platform

sqm

3000

3.2.4

Lintels, beams, plinth beams,


girders, bressumers and cantilevers

sqm

3600

3.2.5

Columns, Pillars, Piers, Abutments,


Posts and Struts

sqm

1950

3.2.6

Stairs, (excluding landings) except


spiral-staircases

sqm

80

3.2.7

Small lintels not exceeding 1.5 m


clear span, moulding as in cornices,
window sills, string courses, bands,
copings, bed plates, anchor blocks
and the like
Weather shade, Chajjas, corbels
etc., including edges

sqm

100

sqm

50

sqm

2500

3.2.3

3.2.8
3.3

3.3.1

3.4

3.4.1
3.5

Extra for additional height in


centering, shuttering where ever
required with adequate bracing,
propping etc. including cost of deshuttering and decentering at all
levels, over a height of 3.5 m, for
every additional height of 1 metre
or part thereof (Plan area to be
measured).
Suspended floors, roofs, landing,
beams and balconies (Plan area to
be measured)
Steel reinforcement for R.C.C. work
including straightening, cutting,
bending, placing in position and
binding all complete upto plinth
level
Thermo-Mechanically Treated bars
Steel reinforcement for R.C.C. work
including straightening, cutting,
bending, placing in position and
binding all complete above plinth
level.

1 kilogram

53700

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

92
3.5.1
3.6

3.7

3.8

3.9

3.9.1

Thermo-Mechanically Treated bars


Providing and fixing in position 50
mm thick bitumen impregnated
fibre board conforming to IS: 1838,
including cost of primer, sealing
compound in expansion joints.
Add for plaster drip course /
groove in plastered surface or
moulding to R.C.C. projections.
Add for using extra cement in the
items of design mix over and above
the specified cement content
therein.
Providing and laying in position
ready mixed M-25 grade concrete
for reinforced cement concrete
work, using cement content as per
approved
design
mix,
manufactured in fully automatic
batching plant and transported to
site of work in transit mixer for all
leads, having continuous agitated
mixer, manufactured as per mix
design of specified grade for
reinforced cement concrete work
including pumping of R.M.C. from
transit mixer to site of laying ,
excluding the cost of centering,
shuttering
finishing
and
reinforcement including cost of
admixtures
in
recommended
proportions as per IS : 9103 to
accelerate/ retard setting of
concrete, improve workability
without impairing strength and
durability as per direction of the
Engineer
in
charge.
Note:- Cement content considered
in this item is @ 330 kg/ cum.
Excess/ less cement used as per
design mix is payable/ recoverable
separately.
All work upto plinth level

1 kilogram

143500

sqm

210

metre

150

quintal

290

cum

450

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

93
3.10

3.10.1
3.11

3.11.1

Providing and laying in position


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

cum

1095

Providing and fixing in position


Stainless steel Grade 304 plate-1.0
mm thick as per design for
expansion joints including making
oval shaped holes for fixing with
screws
to
allow
expansion/contraction as
per
direction of Engineer in charge.
200 mm wide

metre

320

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

94
3.12

Providing specialised polysulphide


sealant treatment to expansion
joints of size 50x25mm with
following operations. 1. surface
preparation by cleaning the area.
2. Application of one coat of Acrylic
polymer
bonding
agent
POWERBOND PB or its equivalent
(ESSAR/FOSROC makes) mixing
with cement as per manufacturers
specifications. 3. Making groove
with Polymer cement mortar in 1:
4 ratio mixing with acrylic polymer
modified
admixture
for
reinstatement
concrete/mortar
CANPOWER
or its equivalent
(ESSAR) FOSROC Makes) (Part.I
polymer liquid) 2 litres per bag of
50 Kg. cement to make the groove
of uniform width of 50mm.
4. Fixing of supportive polythylene
foam inside of groove by leaving
the depth of 25mm. 5. Fixing of
masking tapes on both sides of the
joints. 6. Application of primer
coat POWER primer or its
equivalent (ESSAR/FOSROC makes)
500ml is tobe used for 4 RMT. 7.
Filling of polysulphide sealent
POWER SEAL PS or its equivalent
(ESSAR/FOSROC makes) 2 -Kg has
to be used for 0.8 RMT for the
expansion in joints (to the width
50mm. and 25mm. depth)
8.
Removing of masking tape and
applying two coats of Acrylic
polymer
cementitiuos
water
proofing coating on the groove on
both sides.

metre

cum

160

Total for S.H - 3- REINFORCED


CONCRETE WORK

4
4.1

4.1.1

SUB HEAD - 4: BRICK WORK


Brick work with non modular fly
ash cement bricks class designation
7.5 average compressive strength
in super structure above plinth
level up to floor V level in :
Cement mortar 1:6 (1 cement : 6
coarse sand)

1040
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

95
4.2

4.2.1
4.3

4.4

4.4.1

Brick work with non modular fly


ash cement bricks class designation
7.5 average compressive strength
in foundation and plinth in :
Cement mortar 1:6 (1 cement : 6
coarse sand)
Brick edging 7 cm wide 11.4 cm
deep to plinth protection with fly
ash cement
bricks of class
designation 7.5 including grouting
with cement mortar 1:4 (1 cement
: 4 fine sand).
Half brick masonry with non
modular fly ash cement bricks of
class designation 7.5, conforming
to IS : 12894, in super structure
above plinth and upto floor V level.

cum

80

metre

210

sqm

270

cum

510

Cement mortar 1 : 4 (1 cement : 4


coarse sand)
Total for S.H - 4 - BRICK WORK

5
5.1

5.1.1

SUBHEAD -5 :STONE WORK


Random rubble masonry with hard
size stone in foundation and plinth
including levelling up with cement
concrete 1:6:12 (1 cement : 6
coarse sand : 12 graded stone
aggregate 20 mm nominal size)
upto
plinth
level
with
:
( The stone for masonry work
which is available free of cost in
the campus received from Agmt,
No 1.2 & 1.4 at various locations
shall be used after cutting and
dressing to required size and
specifications. The cost of above
operations including providing and
fixing bond / through stone with
all leads and lifts, is included in
this item)
Cement mortar 1:6 (1 cement : 6
coarse sand)
Total for S.H - 5 - STONE
WORK

SUB HEAD - 6 : MARBLE &


GRANITE WORK
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

96
6.1

6.1.1

6.1.1.1
6.1.1.2
6.2

6.3

6.3.1
6.4

6.4.1
6.4.1.1

Providing and fixing 18 mm thick


gang saw cut, mirror polished,
premoulded and prepolished,
machine cut for kitchen platforms,
vanity counters, window sills, facias
and similar locations, of required
size, approved shade, colour and
texture laid over 20 mm thick base
cement mortar 1:4 (1 cement : 4
coarse sand), joints treated with
white
cement,
mixed with
matching pigment, epoxy touch
ups, including rubbing, curing,
moulding and polishing to edges to
give high gloss finish etc. complete
at all levels.
Granite of Rajshri Red, Hasan
Green, Jet Black, Lavender Blue,
Sader Ali, Ruby Red, and Cats Eye
or equivalent.
Area of slab upto 0.50 sqm
Area of slab over 0.50 sqm
Extra for providing opening of
required size & shape for wash
basin/ kitchen sink in kitchen
platform, vanity counter and
similar location in marble/ granite/
stone work, including necessary
holes for pillar taps etc. including
moulding, rubbing and polishing of
cut edges etc. complete.
Providing and fixing cramps of
required size & shape in RCC/ CC /
Brick masonry backing with cement
mortar 1:2 ( 1 cement :2 coarse
sand), including drilling necessary
hole in stones and embedding the
cramp in the hole (fastener to be
paid separately).
Stainless steel cramps
Providing and fixing expansion hold
fasteners on C.C. /R.C.C./Brick
masonry surface backing including
drilling necessary holes and the
cost of bolt etc complete.
Wedge expansion type
Fastener with threaded dia 10 mm

1
1

sqm
sqm

16
42

each

28

kg

20

each

50
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

97
6.5

6.5.1

6.6

6.6.1

7
7.1

7.1.1

Providing and fixing 18mm thick


mirror polished work for wall
lining (veneer work), backing filled
with a grout of 12 mm thick
average in cement mortar 1:3 (1
cement : 3 coarse sand), including
pointing with white cement mortar
1:2 (1 white cement : 2 marble
dust) with an admixture of pigment
to match the Granite shade (To be
secured to the backing by means of
cramps, which shall be paid for
separately).
Granite of Rajshri Red, Hasan
Green, Jet Black, Lavender Blue,
Sader Ali, Ruby Red and Cats Eye or
equivalent.
Area of slab over 0.5 sqm
Providing and fixing stone slab with
table rubbed, edges rounded and
polished, of size 75x50 cm deep
and 18mm thick, fixed in urinal
partitions by cutting a chase of
appropriate width with chase
cutter and embedding the stone in
the chase with epoxy grout or with
cement concrete 1:2:4 (1 cement :
2 coarse sand : 4 graded stone
aggregate 6 mm nominal size) as
per direction of Engineer-in-Charge
and finished smooth.
Granite of Rajshri Red, Hasan
Green, Jet Black, Lavender Blue,
Sader Ali, Ruby Red and Cats Eye or
equivalent.

sqm

40

sqm

cum

4
Cor NIL
Omi NIL

Total for S.H - 6 - MARBLE


WORK
SUB HEAD - 7 : WOOD AND PVC
WORK

Providing wood work in frames of


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

AE(P)

Ins
Ovw
EE(P)

NIL
NIL

98
7.2

7.2.1
7.2.1.1
7.3

7.3.1
7.3.2
7.3.2.1
7.4

7.5

7.5.1

Providing and fixing panelled or


panelled and glazed shutters for
doors, windows and clerestory
windows, including ISI marked
M.S.pressed butt hinges bright
finished of required size with
necessery
screws,
excluding
panelling which will be paid for
separately, all complete as per
direction of Engineer-in-charge.
Second class teak wood
35 mm thick shutters
Providing and fixing panelling or
panelling and glazing in panelled or
panelled and glazed shutters for
doors, windows and clerestory
windows (Area of opening for
panel inserts excluding portion
inside grooves or rebates to be
measured). Panelling for panelled
or panelled and glazed shutters 25
mm to 40 mm thick:
Second class teak wood
Float glass panes
5.5 mm thick glass pane
Providing and fixing 3650 x 1200
mm size prefabricated ceramic
steel black board of 12 mm thick
and approved colour with alround
aluminium U beading 8 mm BWP
ply backing including fixing to the
wall as per directions of Engineer in - Charge.
Providing and fixing ISI marked
flush door shutters conforming to
IS : 2202 (Part I) decorative type,
core of block board construction
with frame of 1st class hard wood
and well matched teak 3 ply
veneering with vertical grains or
cross bands and face veneers on
both faces of shutters.
35 mm thick including ISI marked
Stainless Steel butt hinges with
necessary screws

sqm

80

sqm

50

sqm

30

each

sqm

85

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

99
7.6

7.6.1
7.7

7.7.1
7.8

7.9

7.9.1
7.10

7.10.1
7.10.2
7.11

7.11.1
7.12

Extra for providing vision panel not


exceeding 0.1 sqm in all type of
flush doors (cost of glass excluded)
(overall area of door shutter to be
measured) :
Rectangular or square
Providing and fixing M.S. grills of
required pattern in frames of
windows etc. with M.S. flats,
square or round bars etc. including
priming coat with approved steel
primer all complete.
Fixed to openings/ wooden frames
with rawl plugs screws etc

sqm

kg

2650

each

360

250x10 mm
Providing and fixing bright finished
brass door latch with necessary
screws etc. complete:

each

70

300x16x5 mm
250x16x5 mm
Providing and fixing bright finished
brass handles with screws etc.
complete:
125 mm
Providing and fixing bright finished
brass hanging type floor door
stopper with necessary screws, etc.
complete.

1
1

each
each

15
4

each

128

each

70

Providing 40x5 mm flat iron hold


fast 40 cm long including fixing to
frame with 10 mm diameter bolts,
nuts and wooden plugs and
embeddings in cement concrete
block 30x10x15 cm 1:3:6 mix (1
cement : 3 coarse sand : 6 graded
stone aggregate 20 mm nominal
size)
Providing and fixing bright finished
brass tower bolts (barrel type) with
necessary screws etc. complete:

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

100
7.13

7.14

7.14.1
7.14.2

7.15

7.15.1
7.15.2
7.16

7.16.1
7.17

Providing and fixing aluminium


extruded section body tubular type
universal hydraulic door closer
(having brand logo with ISI, IS :
3564, embossed on the body, door
weight upto 36 kg to 80 kg and
door width from 701 mm to 1000
mm),
with
double
speed
adjustment
with
necessary
accessories and screws etc.
complete.
Providing and fixing bright finished
brass sliding door bolts with nuts
and screws(brass) etc. complete :
300x16 mm
250x16 mm
Providing and fixing aluminium
sliding door bolts, ISI marked
anodised anodic coating not less
than grade AC 10 as per IS : 1868),
transparent or dyed to required
colour or shade, with nuts and
screws etc. complete :
250x16 mm
Providing and fixing aluminium
tower bolts, ISI marked, anodised
(anodic coating not less than grade
AC 10 as per IS : 1868 ),
transparent or dyed to required
colour or shade, with necessary
screws etc. complete:
250x10 mm
150 x 10
Providing and fixing aluminium
handles, ISI marked, anodised
(anodic coating not less than grade
AC 10 as per IS : 1868) transparent
or dyed to required colour or
shade, with necessary screws etc.
complete:
100 mm
Providing and fixing factory made
P.V.C. door frame of size 50x47
mm with a wall thickness of 5 mm,
made out of extruded 5 mm rigid
PVC foam sheet, mitred at corners
and joined with 2 Nos. of 150 mm

each

70

1
1

each
each

15
40

each

40

1
1

each
each

40
40

each

80

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

101
long brackets of 15x15 mm M.S.
square tube, the vertical door
frame profiles to be reinforced
with 19x19 mm M.S. square tube
of 19 gauge, EPDM rubber gasket
weather seal to be provided
through out the frame. The door
frame to be fixed to the wall using
M.S. screws of 65/100 mm size,
complete as per manufacturers
specification and direction of
Engineer-in-Charge.
7.18

metre

210

Providing and fixing factory made


panel PVC door shutter consisting
of frame made out of M.S. tubes of
19 gauge thickness and size of 19
mm x 19 mm for styles and 15x15
mm for top & bottom rails. M.S.
frame shall have a coat of steel
primers of approved make and
manufacture . M.S. frame covered
with 5 mm thick heat moulded PVC
'C' channel of size 30 mm
thickness, 70 mm width out of
which 50 mm shall be flat and 20
mm shall be tapered in 45 degree
angle on both side forming styles
and 5 mm thick, 95 mm wide PVC
sheet out of which 75 mm shall be
flat and 20 mm shall be tapered in
45 degree on the inner side to form
top and bottom rail and 115 mm
wide PVC sheet out of which 75
mm shall be flat and 20 mm shall
be tapered on both sides to form
lock rail. Top, bottom and lock rails
shall be provided both side of the
panel. 10 mm (5 mm x 2 ) thick, 20
mm wide cross PVC sheet be
provided as gap insert for top rail &
bottom rail. paneling of 5 mm thick
both side.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

102
PVC sheet to be fitted in the M.S.
frame welded/ sealed to the styles
& rails with 7 mm (5 mm+2 mm)
thick x 15 mm wide PVC sheet
beading on inner side, and joined
together with solvent cement
adhesive. An additional 5 mm thick
PVC strip of 20 mm width is to be
stuck on the interior side of the 'C'
Channel using PVC solvent
adhesive etc. complete as per
direction of Engineer-in-charge,
manufacturers specification &
drawing.
7.18.1
7.19

7.19.1

30 mm thick pre laminated PVC


door shutters

sqm

70

Providing and fixing bright finished


SS handles with screws etc
complete from the makes of
Dorma or equivalent, all complete
as per direction of Engineer in
charge.
Door handles one side of door "H"
shape of size 30mm dia x 600mm
long
TGDI
H600/30
of
Dorma/Hafele 90319716, Hettich
or equivalent as per the direction
of Engineer-in-charge.

set

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

103
7.20

7.21

Supplying and fixing wall panelling


made of Anutone Excel Soak Plane
of any approved color and shade of
size 1200x600x23 mm thick groove
edge having density 400Kgs / m3,
weight 4.20 Kgs / m2, with high
impact resistance, recyclable,
environmentally-friendly, UV stable
- resistant to fading, natural
surface for mid and high
frequencies sound absorption
installed on H-splines having UV
surface PVC vinyl core of thickness
2mm and length 2400mm, which
are fixed to synthe panels with
necessary screws etc. The synth
panels are to be made of synthetic
polyster fibre 25mm thick (synth PF
10x25mm) adhered to wooden
frame work which is to be fixed to
wall. The synthe is to be back lined
to acoustical infill soak plane and
fixed to wooden frame work by
using suitable SR adhesive stick 7
and SS chicken wire mesh etc. all as
per drawing and as per the
directions of the Engineer-incharge.
(Wooden frame work will be paid
separately).
Providing and fixing wall panelling
of any approved color and shade
veneered made of green panelmax
MDF board 12mm thick with
3.50mm thick veneering or
equivalent having density 800Kg /
m3, installed on wooden frame
work fixed on the Wall with the
help of screws including melamine
finishing the veneering two or
more coats. Panels to be backlined
with acoustical infill of synthetic
polyester fibre 25mm thick (Synth
PF 10x25) adhered to wall using
suitable SR adhesive Stick S7 and
SS chicken wire mesh etc. all as per
the drawing and as per the
directions of the Engineer-incharge.

sqm

280

sqm

650
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

104
7.22

7.22.1
7.23

8
8.1

8.2

8.2.1
8.3

8.3.1

Providing wood work in frames of


false ceiling, partitions etc. sawn
and fixed in position :
Sal wood
Applying a coat of antitermite paint
(terminator or equivalent) of
approved brand on wooden frame
work as per direction of Engineerin-charge.
Total for SH - 7 : WOOD AND PVC
WORK
SUB HEAD - 8 : STEEL WORK
Structural steel work riveted,
bolted or welded in built up
sections, trusses and framed work,
including cutting, hoisting, fixing in
position and applying a priming
coat of approved steel primer all
complete.
Providing and fixing 1 mm thick
M.S. sheet door with frame of
40x40x6 mm angle iron and 3 mm
M.S. gusset plates at the junctions
and corners, all necessary fittings
complete, including applying a
priming coat of approved steel
primer.
Using M.S. angels 40x40x6 mm for
diagonal braces
Providing and fixing T-iron frames
for doors, windows and ventilators
of mild steel Tee-sections, joints
mitred
and welded, including
fixing of necessary butt hinges and
screws and applying a priming coat
of approved steel primer.
Fixing with 15x3 mm lugs 10 cm
long embedded in cement concrete
block 15x10x10 cm of C.C. 1:3:6 (1
Cement : 3 coarse sand : 6 graded
stone aggregate 20 mm nominal
size)

cum

15

sqm

750

kg

sqm

10

kg

120

50400

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

105
8.4

8.4.1
8.5

8.6

8.7

Steel work in built up tubular


(round, square or rectangular
hollow tubes etc. ) trusses etc.,
including cutting, hoisting, fixing in
position and applying a priming
coat of approved steel primer,
including welding and bolted with
special shaped washers etc.
complete.
Hot finished welded type tubes
Providing and fixing M.S. fan clamp
type I or II of 16 mm dia M.S. bar,
bent to shape with hooked ends in
R.C.C. slabs or beams during laying,
including painting the exposed
portion of loop, all as per standard
design complete.
Providing and fixing circular /
hexagonal cast iron or M.S. sheet
box for ceiling fan clamp, of
internal dia 140 mm, 73 mm
height, top lid of 1.5 mm thick M.S.
sheet with its top surface hacked
for proper bonding, top lid shall be
screwed into the cast iron / M.S.
sheet box by means of 3.3 mm dia
round headed screws, one lock at
the corners. Clamp shall be made
of 12 mm dia M.S. bar bent to
shape as per standard drawing.
Providing and fixing stainless steel
(Grade 304) railing made of Hollow
tubes,
channels,
plates
etc.,
including welding, grinding, buffing,
polishing and making curvature
(wherever required) and fitting the
same with necessary stainless steel
nuts and bolts complete, i/c fixing
the
railing
with
necessary
accessories & stainless steel dash
fasteners , stainless steel bolts etc.,
of required size, on the top of the
floor or the side of waist slab with
suitable arrangement as per
approval of Engineer-in-charge, (for
payment purpose only weight of
stainless steel members shall be
considered excluding fixing accessories
such as nuts, bolts, fasteners etc.).

kg

19000

each

20

each

24

kg

7300
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

106

9
9.1

9.1.1
9.2

9.2.1
9.3

9.4

9.4.1

Total for SH:8 STEEL WORK


SUB HEAD - 9 : FLOORING
Cement concrete flooring 1:2:4 (1
cement : 2 coarse sand : 4 graded
stone aggregate) finished with a
floating coat of neat cement,
including cement slurry, but
excluding the cost of nosing of
steps etc. complete.
40 mm thick with 20 mm nominal
size stone aggregate
Cement plaster skirting upto 30 cm
height, with cement mortar 1:3 (1
cement : 3 coarse sand), finished
with a floating coat of neat
cement.
18 mm thick
Providing and fixing high density
fiber prelaminated board of size
1288x195x11mm for flooring /
skirting using pergo (public
extreme range) or equivalent make
of approved colour of shade fixed
as
per
the
manufacturers
specifications with an under layer
of 2mm thick polythelyne foam
over the existing flooring/frame
work including fixing of end
terminators and end profiles using
high density fiber boards with
maching shades including fixing of
risers complete in all respects as
per the directions of the Engineerin-Charge.
Chequerred
precast
cement
concrete tiles 22 mm thick in
footpath & courtyard, jointed with
neat cement slurry mixed with
pigment to match the shade of
tiles, including rubbing and
cleaning etc. complete, on 20 mm
thick bed of cement mortar 1:4 (1
cement: 4 coarse sand).
Dark shade pigment using ordinary
cement

sqm

730

sqm

150

sqm

905

sqm

160

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

107
9.5

9.5.1

9.5.1.1
9.6

9.6.1

9.7
9.8

Mirror polished Granite stone


flooring of 18 mm thick
of
required size of approved shade
and pattern, colour and texture
laid over 20 mm thick base cement
mortar 1:4 (1 cement : 4 coarse
sand), joints treated with white
cement, mixed with matching
pigment, epoxy touch ups, curing
etc. complete as per the directions
of Engineer in Charge.
Granite of Rajshri Red, Hasan
Green, Jet Black, Lavender Blue,
Sader Ali, Ruby Red, and Cats Eye
or Equivalent.
Area of slab over 0.50 sqm
Mirror polished Granite stone slabs
of 18 mm thick of required size of
approved shade and pattern,
colour and texture in risers of
steps, skirting laid over 12 mm
thick base cement mortar 1:3 (1
cement : 3 coarse sand), joints
treated with white cement, mixed
with matching pigment, epoxy
touch ups, curing etc. complete as
per the directions of Engineer in
Charge.
Granite of Rajshri Red, Hasan
Green, Jet Black, Lavender Blue,
Sader Ali, Ruby Red, and Cats Eye
or Equivalent.
Extra for pre finished nosing to
treads of steps of granite stone.
Extra for granite stone flooring in
treads of steps and risers using
single length up to 2.00 metre.

sqm

1475

sqm

60

metre

390

sqm

120

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

108
9.9

9.10

9.11

9.11.1

Providing and fixing 1st quality


ceramic glazed wall tiles of size 300
x 450 mm conforming to IS : 15622
(thickness to be specified by the
manufacturer), of approved make,
in all colours, shades except
burgundy, bottle green, black as
approved by Engineer-in-Charge, in
skirting, risers of steps and dados,
over 12 mm thick bed of cement
mortar 1:3 (1 cement : 3 coarse
sand) and jointing with grey
cement slurry @ 3.3 kg per sqm,
including pointing in white cement
mixed with pigment of matching
shade complete.
Providing and laying Ceramic
glazed floor tiles of size 300x300
mm (thickness to be specified by
the manufacturer), of 1st quality
conforming to IS : 15622, of
approved make, in colours such as
White, Ivory, Grey, Fume Red
Brown, laid on 20 mm thick cement
mortar 1:4 (1 Cement : 4 Coarse
sand), including pointing the joints
with white cement and matching
pigment etc., complete.
Providing and laying vitrified floor
tiles (double charged / full body) in
different sizes (thickness to be
specified by the manufacturer)
with water absorption less than
0.08% and conforming to IS :
15622, of approved make, in all
colours and shades, laid on 20 mm
thick cement mortar 1:4 (1 cement
: 4 coarse sand), including grouting
the joints with white cement and
matching pigments etc., complete.
Size of Tile 600x600 mm

sqm

915

sqm

330

sqm

600

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

109
9.12

9.12.1
9.13

9.13.1
9.14

9.15

Providing and laying Vitrified tiles


(double
charge/full
body)in
different sizes (thickness to be
specified by manufacturer), with
water absorption less than 0.08 %
and conforming to I.S. 15622, of
approved make, in all colours &
shade, in skirting, riser of steps,
over 12 mm thick bed of cement
mortar 1:3 (1 cement: 3 coarse
sand), including grouting the joint
with white cement & matching
pigments etc. complete.
Size of Tile 600x600 mm
Extra for grouting the joints of
flooring tiles instead of pointing in
white cement having joints of 3mm
width, using epoxy grout (Weber
from Saint Gobain or Equivalent)
mix of 0.70 kg of organic coated
filler of desired shade (0.10 kg of
hardener and 0.20 kg of resin per
kg), including filling/ grouting and
finishing complete as per direction
of Engineer-in-charge.
Size of Tile 600x600mm
Extra for flame finishing on Granite
stone to make flame finished strips
50 mm wide on treads of steps etc.
as per directions of Engineer-incharge.
Providing and fixing Glass mossaic
tiles at finished plain wall surface
of size 20 mm x 20 mm x 4 mm in
all colour, design , fixing in
customize design as per direction
of Engineer-in- Charge. The glass
mosaic tiles to be fixed on the wall
surface with the help of approved
adhesive applied at the rate of 2.5
kg per sqm and grouting of the
same. The rate is inclusive of all
operation, material and required
pattern approved by Engineer-inCharge:
Total for SH:9 FLOORING

sqm

75

sqm

600

metre

390

sqm

100

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

110
10
10.1

10.1.1

10.2

10.3

SUB HEAD - 10 : ROOFING


Providing and fixing Polycarbonate
sheet roofing
at all heights
including vertical/ curved surface
fixed with polymer coated J or L
hooks, bolts and nuts 8 mm
diameter with bitumen and G.I.
limpet washers or with G.I. limpet
washers filled with white lead and
including a coat of approved steel
primer and two coats of approved
paint on overlapping of sheets
complete upto any pitch in
horizontal/ vertical or curved
surfaces) excluding the cost of
purlins, rafters and trusses and
including cutting to size and shape
wherever required.
10
mm
thick
Multi-Walled
polycarbonate sheet (LEXON model
of GE Plastic or equivalent make)
Making khurras 45x45 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 1 mx1
mx400 micron, finished with 12
mm cement plaster 1:3 (1 cement :
3 coarse sand) and a coat of neat
cement, rounding the edges,
making and finishing the outlet
complete.
Providing fixing thermal insulation
of ceiling (under deck insulation)
with Resin Bonded Fibre glass wool
confoming to IS : 8183, density 24
kg / m3, 50 mm thick, wrapped in
200 G Virgin Polythene bags, fixed
to ceiling with mettalic cleats (50
x 50 x 3 mm ) @ 60 cm and wire
mesh of 12.5mm x 24 guage wire
mesh, for top most ceiling of
building.

sqm

200

each

16

sqm

780

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

111
10.4

10.4.1
10.5

10.5.1
10.5.1.1
10.5.2
10.5.2.1
10.6

10.6.1
10.7

Providing and fixing on wall face


unplasticised Rigid PVC rain water
pipes conforming to IS : 13592
Type A, including jointing with seal
ring conforming to IS : 5382,
leaving 10 mm gap for thermal
expansion, (i) Single socketed
pipes.
110 mm diameter
Providing and fixing on wall face
unplasticised - PVC moulded
fittings/
accessories
for
unplasticised Rigid PVC rain water
pipes conforming to IS : 13592
Type A, including jointing with seal
ring conforming to IS : 5382,
leaving 10 mm gap for thermal
expansion.
Bend 87.5
110 mm bend

metre

230

each

23

each

23

each

106

each

23

Shoe (Plain)
110 mm Shoe
Providing and fixing unplasticised PVC pipe clips of approved design
to unplasticised - PVC rain water
pipes by means of 50x50x50 mm
hard wood plugs, screwed with
M.S. screws of required length,
including cutting brick work and
fixing in cement mortar 1:4 (1
cement : 4 coarse sand) and
making good the wall etc.
complete.
110 mm
Providing and fixing to the inlet
mouth of rain water pipe cast iron
grating 15 cm diameter and
weighing not less than 440 grams.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

112
10.8

Providing and fixing false ceiling at


all height including providing and
fixing of frame work made of
special sections, power pressed
from M.S. sheets and galvanized
with zinc coating of 120 gms/sqm
(both side inclusive) as per IS : 277
and consisting of angle cleats of
size 25 mm wide x 1.6 mm thick
with flanges of 27 mm and 37mm,
at 1200 mm centre to centre, one
flange fixed to the ceiling with dash
fastener 12.5 mm dia x 50mm long
with 6mm dia bolts, other flange of
cleat fixed to the angle hangers of
25x10x0.50 mm of required length
with nuts & bolts of required size
and other end of angle hanger
fixed with intermediate G.I.
channels 45x15x0.9 mm running at
the spacing of 1200 mm centre to
centre, to which the ceiling section
0.5 mm thick bottom wedge of 80
mm with tapered flanges of 26 mm
each having lips of 10.5 mm, at 450
mm centre to centre, shall be fixed
in a direction perpendicular to G.I.
intermediate
channel
with
connecting clips made out of 2.64
mm dia x 230 mm long G.I. wire at
every junction, including fixing
perimeter channels 0.5 mm thick
27 mm high having flanges of 20
mm and 30 mm long, the
perimeter of ceiling fixed to
wall/partition with the help of rawl
plugs at 450 mm centre, with
25mm long dry wall screws @ 230
mm interval, including fixing of
gypsum board to ceiling section
and perimeter channel with the
help of dry wall screws of size 3.5 x
25 mm at 230 mm c/c, including
jointing and finishing to a flush
finish of tapered and square edges
of the board with recomme-nded
jointing compound ,

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

113
jointing tapes , finishing with
jointing compound in 3 layers
covering upto 150 mm on both
sides of joint and two coats of
primer suitable for board, all as per
manufacturers specification and
also including the cost of making
openings for light fittings, grills,
diffusers, cutouts made with frame
of perimeter channels suitably
fixed, all complete as per drawings,
specification and direction of the
Engineer in Charge but excluding
the cost of painting with :
10.8.1

10.9

12.5 mm thick tapered edge


gypsum fire resistant board
conforming to IS: 2095- Part I
Providing and fixing precoated
galvanised iron profile sheets (size,
shape and pitch of corrugation as
approved by Engineer-in-charge)
0.50 mm (+ 0.05 %) total coated
thickness with zinc coating 120
grams per sqm as per IS: 277, in
240 mpa steel grade, 5-7 microns
epoxy primer on both side of the
sheet and polyester top coat 15-18
microns. Sheet should have
protective guard film of 25 microns
minimum to avoid scratches during
transportation and should be
supplied in single length upto 12
metre
or
as
desired by Engineerin-charge. The
sheet shall be fixed using self
drilling / self tapping screws of size
(5.5x 55 mm) with EPDM seal,
complete upto any pitch in
horizontal/ vertical or curved
surfaces, excluding the cost of
purlins, rafters and trusses and
including cutting to size and shape
wherever required.

sqm

600

sqm

1050

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

114
10.10

10.10.1

Providing and fixing precoated


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

10.10.2

Gutter .(600 mm over all girth)

10.11

metre

34

metre

114

Providing and Fixing 15 mm thick


densified tegular edged eco
friendly light weight calcium
silicate false ceiling tiles of
approved
texture
spintone/
cosmos / Hexa or equivalent of size
595 x 595 mm in true horizontal
level, suspended on inter locking
metal grid of hot dipped galvanised
steel sections (galvanising @ 120
grams per sqm including both side)
consisting of main T runner
suitably spaced at joints to get
required length and of size 24x38
mm made from 0.33 mm thick
(minimum) sheet, spaced 1200 mm
centre to centre, and cross T of
size 24x28 mm made out of 0.33
mm (Minimum) sheet, 1200 mm
long spaced between mainT at
600 mm centre to centre to form a
grid of 1200x600 mm and
secondary cross T of length 600
mm and size 24 x28 mm made of
0.33 mm thick (Minimum) sheet to
be inter locked at middle of the
1200x 600 mm panel to from grid
of size 600x600 mm, resting on
periphery walls /partitions on a
Perimeter wall angle pre-coated
steel of size(24x24X3000 mm made
of 0.40 mm thick (minimum) sheet
with the help of rawl plugs at 450
mm centre to centre with 25 mm
long dry wall screws @ 230 mm
interval and laying 15mm thick
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

115

11
11.1
11.1.1
11.2

11.2.1
11.3
11.3.1
11.4

densified edges calicum silicate


ceiling tiles of approved texture
(Spintone / Cosmos/hexa) in the
grid, including, cutting/ making
opening for services like diffusers,
grills, light fittings, fixtures, smoke
detectors etc., wherever required.
Main T runners to be suspended
from ceilingusing G.I. slotted cleats
of size 25x35x1.6 mm fixed to
ceiling with 12.5 mm dia and 50
mm long dash fasteners, 4 mm G.I.
adjustable rods with galvanised
steel level clips of size 85 x 30 x 0.8
mm, spaced at 1200 mm centre to
centre along main T, bottom
exposed with 24 mm of all T
sections shall be pre-painted with
polyster baked paint, for all
heights, as per specifications,
drawings and as directed by
Engineer-in-charge.
Note :- Only calcium silicate false
ceiling area will be measured from
wall to wall. No deduction shall be
made for exposed frames/opening
(cut outs) having area less than
0.30 sqm.The calcium silicate
ceiling tile shall have NRC value of
0.50 (Minimum), light reflection >
85%, noncombustible as per B.S.
476 part IV, 100% humidity
resistance and also having thermal
conductivity <0.043 w/m 0 KC.
Total for SH:10 ROOFING
SUB HEAD - 11 : FINISHING
12 mm cement plaster of mix:
1:6 (1 cement : 6 fine sand)
15 mm cement plaster on the
rough side of single or half brick
wall of mix:
1:6 (1 cement : 6 fine sand)
20 mm cement plaster of mix:
1:6 (1 cement : 6 fine sand)
12 mm cement plaster finished
with a floating coat of neat cement
of mix:

sqm

900

sqm

6200

sqm

6200

sqm

250

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

116
11.4.1
11.5
11.5.1
11.6

11.7

11.8

11.8.1

1:3 (1 cement : 3 fine sand)


6 mm cement plaster of mix:
1:3 (1 cement : 3 fine sand)
Extra for providing and mixing
water proofing material in cement
plaster work in proportion
recommended
by
the
manufacturers.
Extra for plastering exterior walls
of height more than 10 m from
ground level for every additional
height of 3 m or part thereof.
12 mm thick plain cement mortar
bands in cement mortar 1:4 (1
cement : 4 fine sand) :
Raised Band

11.9

White washing with lime to give an


even shade:

11.9.1

New work (three or more coats)


Applying one coat of water
thinnable cement primer of
approved brand and manufacture
on wall surface :
Water thinnable cement primer
Finishing walls with textured
exterior paint of required shade :

11.10

11.10.1
11.11
11.11.1

11.12

11.13

New work (Two or more coats


applied @ 3.28 ltr/ 10 sqm) over
and including priming coat of
exterior primer applied @ 2.20 kg/
10 sqm
Melamyne polishing of teak veneer
surfaces by using spray units over
and including shellac polish of two
or more coats on new work
including applying wood filler,
thinner, sand papering for getting
glossy finish, finishing etc all
complete as per directions of
Engineer in charge.
Providing and applying white cement
based putty of average thickness 1
mm, of approved brand and
manufacturer, over the plastered
wall surface to prepare the surface
even and smooth complete.

sqm

60

sqm

3000

per bag
of 50 kg
cement
used in
the mix.

10

sqm

900

cm per
metre

450

sqm

3000

sqm

6200

sqm

5000

sqm

200

sqm

10450
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

117
11.14

11.14.1
11.15

11.15.1
11.16

11.16.2

12
12.1

Wall painting with premium acrylic


emulsion paint of interior grade,
having VOC
(Volatile Organic
Compound ) content less than 50
grams/ litre. of approved brand
and
manufacture,
including
applying additional coats wherever
required to achieve even shade
and colour.
Two coats

Sqm

10450

Sqm

1500

sqm

200

sqm

400

Painting with synthetic enamel


paint, having VOC (Volatile Organic
Compound) content less than 150
grams/ litre, of approved brand
and
manufacture,
including
applying additional coats wherever
required to achieve even shade
and colour.
Two coats
Applying priming coats with primer
of approved brand
and
manufacture, having low VOC
(Volatile Organic Compound )
content.
With ready mixed red oxide zinc
chromatic on steel / iron works
having VOC content less than 250
grams/litre
Total for SH:11 FINISHING
SUB HEAD - 12: ROAD WORK
Providing and laying 60 mm thick
factory made cement concrete
interlocking paver block of M -30
grade made by block making
machine with strong vibratory
compaction, of approved size,
design & shape, laid in required
colour and pattern over and
including 50 mm thick compacted
bed of coarse sand, filling the joints
with fine sand etc. all complete as
per the direction of Engineer-incharge.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

118
12.2

Providing and laying at or near


ground level factory made kerb
stone of M-25 grade cement
concrete in position to the required
line, level and curvature jointed
with cement mortar 1:3 (1 cement
: 3 coarse sand), including making
joints with or without grooves
(thickness of joints except at sharp
curve shall not to more than 5
mm), including making drainage
opening
wherever
required
complete etc. as per direction of
Engineer-in-Charge.(length
of
finished kerb edging shall be
measured
for
payment).
(Precast C.C. kerb stone shall be
approved by Engineer-in-Charge).

12.3

Providing and laying C.C. pavement


of mix M25 with Ready mix
cement concrete. The Ready mix
concrete shall be laid and finished
with screed board vibrator ,
vacuum dewatering process and
finally finished by floating,
brooming with wire brush etc.
complete as per specifications and
directions of Engineer-in-charge
(The panel shuttering work shall be
paid for separately). (Note: Cement
content considered in this item
@330 kg/cum. Excess / less cement
used as per design mix is
payable/recoverable separately).

cum

25

cum

225

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

119
12.4

13

Providing and erecting 2.4 metre


high temporary barricading with
(galvanized colour coated profile
sheet 0.5 mm thick )at site as per
drawing/ direction of Engineer-inCharge which includes writing and
painting, arrangement for traffic
diversion such as traffic signals
during construction at site for day
and night, glow lamps, reflective
signs, marking, flags, caution tape
as directed by the Engineer-inCharge. The barricading provided
shall be retained in position at site
continuously i/c shifting of
barricading from one location to
another location as many times as
required during the execution of
the entire work till its completion.
Rate include its maintenance for
damages, painting, all incidentals,
labour materials, equipments and
works required to execute the job.
The barricading shall not be
removed without prior approval of
Engineer-in-Charge. (Note :- One
time payment shall be made for
providing barricading from start of
work till completion of work i/c
shifting. The barricading provided
shall remain to be the property of
the contractor on completion of
the work).
Total for SH:12 ROAD WORK
SUB HEAD INSTALLATIONS

13:

metre

820

SANITARY

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

120
13.1

13.1.1
13.2

13.3

Providing and fixing white vitreous


china pedestal type water closet
(European type) with seat and lid,
10 litre low level white vitreous
china flushing cistern & C.P. flush
bend with fittings & C.l.brackets,
40 mm flush bend, overflow
arrangement with specials of
standard make and mosquito proof
coupling of approved municipal
design complete, including painting
of fittings and brackets, cutting and
making good the walls and floors
wherever required:
W.C. pan with ISI marked white
solid plastic seat and lid
Providing and Fixing of Toilet unit
of 70003 of model Matrix set - 2 of
Hindware make for differently
abled persons by providing 1
no.Matrix EWC of Hindware along
with Agicoil flushing cistren with
necessary fittings, washbasin with
fittings of size 450 mm x 300 mm,
1No. powder coated MS Handrail
near EWC and 1 No.1No. powder
coated MS Handrail near of size
600 x 200 mm near EWC and 3 No.
Handrail of 450 x 130 mm size at
appropriate location where ever
required inclusive of necessary
screws etc, complete as per
manufacturer's spefication of
approved Hindware make or
equivalent and as per directions of
Engineer-in-Charge.
Providing and fixing white vitreous
china oval shape wash basin of size
550x400mm including brackets, 15
mm C.P. brass long neck pillar tap
of Jaquar make of Continental
series or equivalent as approved by
the Engineer-in-Charge, 32 mm CP
brass waste of standard pattern
including painting of fittings etc.,
complete as per the directions of
Engineer-in-Charge.

each

36

each

each

28
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

121
13.4

13.4.1

13.5

13.5.1
13.5.1.1
13.6

13.7
13.7.1
13.8
13.8.1
13.8.1.1

13.8.2
13.8.2.1
13.9

13.9.1

Providing and fixing white vitreous


china flat back half stall urinal of
size 580x380x350 mm with fittings,
standard size C.P. brass flush pipe,
spreaders with unions and clamps
(all in C.P. brass) with waste fitting
as per IS : 2556, C.I. trap with
outlet grating and other couplings
in C.P. brass, including painting of
fittings and cutting and making
good the walls and floors wherever
required:
Single half stall urinal with C.P.
brass push cock of approved make
and quality.
Providing and fixing P.V.C. waste
pipe for sink or wash basin
including PVC. waste fittings
complete.
Flexible pipe
32 mm dia

each

24

each

28

Providing and fixing 600x450 mm


beveled edge mirror of superior
glass (of approved quality)
complete with 6 mm thick hard
board ground fixed to wooden
cleats with C.P. brass screws and
washers complete.
Providing and fixing toilet paper
holder:
C.P. brass
Providing and fixing soil, waste and
vent pipes:

each

32

each

36

100 mm dia
Centrifugally cast (spun) iron
socket & spigot (S&S) pipe as per
IS: 3989
75 mm diameter
Centrifugally cast (spun) iron
socketed pipe as per IS: 3989

metre

230

metre

300

Providing and fixing bend of


required degree with access door,
insertion rubber washer 3 mm
thick, bolts and nuts complete.
100 mm dia
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

122
13.9.1.1

Sand cast iron S&S as per IS - 3989

13.9.2

75 mm dia
Sand cast iron S&S as per IS- 3989

13.9.2.1
13.10
13.10.1
13.10.1.1

13.10.2
13.10.2.1

13.11
13.11.1
13.11.1.1

13.11.2
13.11.2.1

13.12

13.12.1
13.12.1.1

13.12.2
13.12.2.1

13.13

13.13.1
13.13.1.1

13.13.2
13.13.2.1

13.14
13.14.1
13.14.1.1

each

40

each

60

each

40

each

60

each

20

each

30

each

20

each

30

each

20

each

30

each

10

Providing and fixing plain bend of


required degree.
100 mm dia
Sand cast iron S&S as per IS : 3989
75 mm dia
Sand cast iron S&S as per IS - 3989
Providing and fixing heel rest
sanitary bend.
100 mm dia
Sand cast iron S&S as per IS - 3989
75 mm dia
Sand cast iron S&S as per IS - 3989
Providing and fixing double equal
junction of required degree with
access door, insertion rubber
washer 3mm thick, bolts and nuts
complete:
100x100x100x100 mm
Sand cast iron S&S as per IS - 3989
75x75x75x75 mm
Sand cast iron S&S as per IS - 3989
Providing and fixing single equal
plain junction of required degree
with access door, insertion rubber
washer 3mm thick, bolts and nuts
complete.
100x100x100 mm
Sand cast iron S&S as per IS - 3989
75x75x75 mm
Sand cast iron S&S as per IS - 3989
Providing and fixing terminal
guard:
100 mm
Sand cast iron S&S as per IS - 3989
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

123
13.14.2
13.14.2.1

13.15

13.15.1
13.15.2
13.16

13.16.1
13.16.2
13.17

13.17.1
13.17.1.1

13.18

13.18.1
13.18.2
13.19

13.19.1

75 mm
Sand cast iron S&S as per IS - 3989
Providing lead caulked joints to
sand cast iron/centrifugally cast
(spun) iron pipes and fittings of
diameter:
100 mm
75 mm
Providing and fixing M.S. stays and
clamps
for
sand
cast
iron/centrifugally cast (spun) iron
pipes of diameter:
100 mm
75 mm
Providing and fixing trap of self
cleansing design with screwed
down or hinged grating with or
without vent arm complete,
including cost of cutting and
making good the walls and floors:
100 mm inlet and 75 mm outlet
Sand cast iron S&S as per IS - 3989
Painting sand cast iron /
centrifugally cast (spun) iron soil,
waste vent pipes and fittings with
two coats of synthetic enamel
paint of any colour such as
chocolate grey, or buff etc. over a
coat of primer (of approved
quality) for new work:
100 mm diameter pipe
75 mm diameter pipe
Providing and fixing Stainless steel
towel rail complete with brackets
fixed to wooden cleats with CP
brass screws with concealed fitting
arrangement of approved quality
and colour.
600 mm long towel rail (ESSCO
Range, Jaquar make cat no.AEC
1111 or equivalent)

each

15

1
1

each

180
220

1
1

each
each

8
15

each

40

1
1

metre
metre

180
240

each

20

each

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

124
13.20

13.20.1

Providing and fixing M.S. holder


bat clamp of approved design to
sand cast iron / cast iron (spun)
pipes comprising of M.S. flat
brackets made of 50x5 mm flat of
specified shape, projecting 75 mm
outside the wall surface and fixed
on wall with 4 nos, 6 mm dia
expansion hold fasteners, including
drilling necessary holes in brick
wall / CC / RCC surface and the cost
of bolts etc. The pipes shall be
fixed to the already fixed brackets
with the help of 30 mm x 1.6 mm
galvanised M.S. flats of specified
shape and of total length 420 mm
and shall be fixed with M.S. nuts,
bolts, & washers of size 25x6 mm,
one bolts on each side of the pipe.
Total bracket length 810 mm of
approved shape and design (for 75
or 100 mm dia pipe)

each

150

1
1
1

metre

85
20
40

1
1

metre

metre

SUB HEAD :13 SANITARY


INSTALLATIONS

14
14.1

14.1.1
14.1.2
14.1.3
14.2

14.2.1
14.2.2
14.3

14.3.1

SUB HEAD - 14 : WATER SUPPLY


Providing and fixing G.I. pipes
complete with G.I. fittings and
clamps, including cutting and
making good the walls etc.
Internal work - Exposed on wall
25 mm dia nominal bore
40 mm dia nominal bore
50 mm dia nominal bore
Providing & Fixing GI pipes
complete with GI fittings and
clamps including making good the
walls etc. concealed pipe including
painting with anti corrosive
bitumastic paint, cutting chases
and making good the wall:
15 mm dia nominal bore
20 mm dia nominal bore
Providing and fixing G.I. pipes
complete with G.I. fittings including
trenching and refilling etc.
External work
80 mm dia nominal bore

metre
metre

metre

20
120

200
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

125
14.4

14.4.1
14.5

14.5.1
14.5.2
14.5.3
14.4

14.4.1
14.5

14.5.1
14.5.1.1
14.6

14.6.1
14.6.2
14.6.3
14.7

14.7.1
14.8

14.8.1
14.9

14.9.1

Making
connection
of
G.I.
distribution branch with G.I. main
of following sizes by providing and
fixing tee, including cutting and
threading the pipe etc. complete:
50 to 80 mm nominal bore
Providing and fixing gun metal gate
valve with C.I. wheel of approved
quality (screwed end) :
25 mm nominal bore
40 mm nominal bore
80 mm nominal bore
Providing and fixing ball valve
(brass) of approved quality, High or
low pressure, with plastic floats
complete:
25 mm nominal bore
Providing and fixing uplasticised
PVC connection pipe with brass
unions:
30 cm length
15 mm nominal bore
Painting G.I. pipes and fittings with
synthetic enamel white paint with
two coats over a ready mixed
priming coat, both of approved
quality for new work:
25 mm diameter pipe
40 mm diameter pipe
50 mm diameter pipe
Painting G.I. pipes and fittings with
two coats of anti-corrosive
bitumastic paint of approved
quality :
80 mm diameter pipe
Providing and filling sand of
grading zone V or coarser grade,
all- round the G.I. pipes in external
work.
80 mm diameter pipe
Providing and fixing G.I. Union in
G.I. pipe including cutting and
threading the pipe and making long
screws etc. complete (New work):
20 mm nominal bore

each

1
1
1

each
each

18
8
4

each

each

72

1
1
1

metre
metre

85
20
40

metre

200

metre

200

each

each

metre

40
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

126
14.9.2
14.9.3
14.9.4
14.10.

14.10.1
14.11

14.11.1
15
15.1

15.1.1
15.1.2
15.2

15.2.1
15.2.2
15.3

15.3.1
15.3.1.1

40 mm nominal bore
50 mm nominal bore
80 mm nominal bore
Providing and fixing C.P. brass bib
cock of Jaquar make of Continental
series CON 037 KN or equivalent
as approved by Engineer-in-Charge.

1
1
1

each
each

15
15
20

15 mm nominal bore
Providing and fixing C.P. brass
angle valve for basin mixer and
geyser points of of Jaquar make of
Continental series CON-053 KN or
equivalent as approved by
Engineer-in-Charge.
15 mm nominal bore
Total for SH:14 WATER SUPPLY
SUB HEAD - 15 : DRAINAGE
Providing, laying and jointing
glazed stoneware pipes class SP-1
with stiff mixture of cement mortar
in the proportion of 1:1 (1 cement :
1 fine sand) including testing of
joints etc. complete:
100 mm diameter
150 mm diameter
Providing and laying cement
concrete 1:5:10 (1 cement : 5
coarse sand : 10 graded stone
aggregate 40 mm nominal size) allround SW pipes including bed
concrete as per standard design:
100 mm diameter pipe
150 mm diameter pipe
Providing and fixing square-mouth
S.W. gully trap class SP-1 complete
with C.I. grating brick masonry
chamber with water tight C.I. cover
with frame of 300x300 mm size
(inside) the weight of cover to be
not less than 4.50 kg and frame to
be not less than 2.70 kg as per
standard design :
100x100mm size P type
With fly ash cement bricks of class
designation 7.5

each

40

each

32

1
1

metre

30
80

1
1

metre
metre

27
75

each

12

each

metre

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

127
15.4

15.4.1
15.5

15.5.1

15.5.1.1
15.5.2

15.5.2.1
15.6
15.6.1

Providing and laying non-pressure


NP2 class (light duty) R.C.C. pipes
with collars jointed with stiff
mixture of cement mortar in the
proportion of 1:2 (1 cement : 2 fine
sand) including testing of joints etc.
complete:
250 mm dia R.C.C. pipe
Constructing
brick
masonry
manhole in cement mortar 1:4 ( 1
cement : 4 coarse sand) with R.C.C.
top slab with 1:2:4 mix (1 cement :
2 coarse sand : 4 graded stone
aggregate 20 mm nominal size),
foundation concrete 1:4:8 mix (1
cement : 4 coarse sand : 8 graded
stone aggregate 40 mm nominal
size), inside plastering 12 mm thick
with cement mortar 1:3 (1 cement
: 3 coarse sand) finished with
floating coat of neat cement and
making channels in cement
concrete 1:2:4 (1 cement : 2 coarse
sand : 4 graded stone aggregate 20
mm nominal size) finished with a
floating coat of neat cement
complete as per standard design:
Inside size 90x80 cm and 45 cm
deep including C.I. cover with
frame (light duty) 455x610 mm
internal dimensions, total weight of
cover and frame to be not less than
38 kg (weight of cover 23 kg and
weight of frame 15 kg):
With fly ash cement bricks of class
designation 7.5

metre

150

each

Inside size 120x90 cm and 90 cm


deep including C.I. cover with
frame (medium duty) 500 mm
internal diameter, total weight of
cover and frame to be not less than
116 kg (weight of cover 58 kg and
weight of frame 58 kg):
With fly ash cement bricks of class
designation 7.5

each

Extra for depth of manholes


Size 90x80cm
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

128
15.6.1.1

With fly ash cement bricks of class


designation 7.5

metre

15.6.2

Size 120x90cm
With fly ash cement bricks of class
designation 7.5

metre

each

each

15.6.2.1
15.7

15.7.1
15.8

15.8.1

16

Making connection of drain or


sewer line with existing manhole
including breaking into and making
good the walls, floors with cement
concrete 1:2:4 mix (1 cement : 2
coarse sand : 4 graded stone
aggregate 20 mm nominal size)
cement plastered on both sides
with cement mortar 1:3 (1 cement
: 3 coarse sand) finished with a
floating coat of neat cement and
making necessary channels for the
drain etc. complete:
For pipes 250 to 300 mm diameter
Constructing brick masonry road
gully chamber 50x45x60 cm with
bricks in cement mortar 1:4 (1
cement : 4 coarse sand) including
500x450 mm pre-cast R.C.C.
horizontal grating with frame
complete as per standard design :
With fly ash cement bricks of class
designation 7.5
Total for SH - 15 : DRAINAGE
SUB HEAD - 16 : ALUMINIUM
WORK

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

129
16.1

Providing and fixing aluminium


work
for
doors,
windows,
ventilators and partitions with
extruded built up standard tubular
sections/ appropriate Z sections
and other sections of approved
make conforming to IS: 733 and IS:
1285, fixing with dash fasteners of
required dia and size, including
necessary filling up the gaps at
junctions, i.e. at top, bottom and
sides with required EPDM rubber/
neoprene gasket etc. Aluminium
sections shall be smooth, rust free,
straight, mitred and jointed
mechanically wherever required
including cleat angle, Aluminium
snap beading for glazing / paneling,
C.P. brass / stainless steel screws,
all complete as per architectural
drawings and the directions of
Engineer-in-charge.
(Glazing,
paneling and dash fasteners to be
paid for separately) :

16.1.1

For fixed portion

16.1.1

Powder
coated
aluminium
(minimum thickness of powder
coating 50 micron)

16.1.2

For shutters of doors, windows &


ventilators including providing and
fixing hinges / pivots and making
provision for fixing of fittings
wherever required including the
cost of EPDM rubber / neoprene
gasket required (Fittings shall be
paid for separately).

16.1.2.1

Powder
coated
aluminium
(minimum thickness of powder
coating 50 micron)

kg

1250

kg

1200

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

130
16.2

Providing and fixing glazing in


aluminium
door,
window,
ventilator shutters and partitions
etc. with EPDM rubber / neoprene
gasket etc. complete as per the
architectural drawings and the
directions of Engineer-in-Charge.
(Cost of aluminium snap beading
shall be paid in basic item):

16.2.1

With float glass panes of 4.0 mm


thickness

16.2.2

With float glass panes of 5.50 mm


thickness

16.2.3

sqm

120

sqm

60

sqm

20

sqm

30

With float glass panes of 8 mm


thickness

16.3

Providing and fixing 12 mm thick


prelaminated particle board flat
pressed three layer or graded
wood particle board conforming to
IS: 12823 Grade l Type ll, in
panelling fixed in aluminum doors,
windows shutters and partition
frames with C.P. brass / stainless
steel screws etc. complete as per
architectural
drawings
and
directions of engineer-in-charge.

16.3.1

Pre-laminated particle board with


decorative lamination on both
sides
Total for SH-16 : ALUMINIUM

17

SUB HEAD
PROOFING

17

WATER

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

131
17.1

Providing and laying water


proofing treatment to vertical and
horizontal surfaces of depressed
portions of W.C., kitchen and the
like
consisting
of:
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).
1

17.2

sqm

180

Providing and laying integral


cement based water proofing
treatment including preparation of
surface as required for treatment
of roofs, balconies, terraces etc
consisting of following operations:
a) Applying a slurry coat of neat
cement using 2.75 kg/ sqm of
cement admixed with water
proofing compound conforming to
IS. 2645 and approved by Engineerin-Charge over the RCC slab
including adjoining walls upto 300
mm height including cleaning the
surface before treatment. b) Laying
brick bats with mortar using
broken bricks/brick bats 25 mm to
115 mm size with 50% of cement
mortar 1:5 (1 cement : 5 coarse
sand) admixed with water proofing
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

132
compound conforming to IS : 2645
and approved by Engineer-inCharge over 20 mm thick layer of
cement mortar of mix 1:5 (1
cement : 5 coarse sand) admixed
with water proofing compound
conforming to IS : 2645 and
approved by Engineer-in-Charge to
required slope and treating
similarly the adjoining walls upto
300 mm height including rounding
of junctions of walls and slabs c)
After two days of proper curing
applying a second coat of cement
slurry using 2.75 kg/ sqm of
cement admixed with water
proofing compound conforming to
IS : 2645 and approved by
Engineer-in-Charge. d) Finishing
the surface with 20 mm thick
jointless cement mortar of mix 1:4
(1 cement : 4 coarse sand) admixed
with water proofing compound
conforming to IS: 2645 and
approved by Engineer-in-Charge
including laying glass fibre cloth of
approved quality in top layer of
plaster and finally finishing the
surface with trowel with neat
cement slurry and making pattern
of 300x300 mm square 3 mm deep.
e) The whole terrace so finished
shall be flooded with water for a
minimum period of two weeks for
curing and for final test. All above
operations to be done in order and
as directed and specified by the
Engineer-in-Charge:

17.2.1

With average thickness of 120 mm


and minimum thickness at khurra
as 65 mm

Total for
PROOFING

SH-

17

sqm

950

WATER

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

133
18

18.1

18.2

SUB HEAD - 18 : STRUCTURAL


GLAZING AND ALUMINIUM
COMPOSITE PANEL
Providing and supplying aluminium
extruded tubular and other
aluminium sections as per the
architectural
drawings
and
approved shop drawings , the
aluminium quality as per grade
6063 T5 or T6 as per BS
1474,including
super
durable
powder coating of 60-80 microns
conforming to AAMA 2604 of
required colour and shade as
approved by the Engineer-inCharge. ( The item includes cost of
material such as cleats, sleeves,
screws
etc.
necessary
for
fabrication of extruded aluminium
frame work. Nothing extra shall be
paid on this account).
Designing, fabricating, testing,
protection, installing and fixing in
position semi (grid) unitized system
of structural glazing (with open
joints) for linear as well as
curvilinear portions of the building
for all heights and all levels,
including:
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

kg

1050

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

134
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
Dimentional
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 seperator 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.
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
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

135
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, duly 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 EngineerinCharge.
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
subhead.
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. up to
two decimal places.

Sqm

85
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

136
18.3

Providing,
assembling
and
supplying vision glass panels (IGUs)
comprising of hermetically-sealed
6-12- 6 mm insulated glass (double
glazed) vision panel units of size
and shape as required and
specified, comprising of an outer
heat strengthened float glass 6mm
thick, of approved colour and
shade with reflective soft coating
on surface # 2 of approved colour
and shade, an inner Heat
strengthned clear float glass 6mm
thick, spacer tube 12mm wide,
dessicants, including primary seal
and secondary seal (structural
silicone sealant) etc. all complete
for the required performances, as
per the Architectural drawings, as
per the approved shop drawings,
as specified and as directed by the
Engineer-in-Charge. The IGUs shall
be assembled in the factory/
workshop of the glass processor.
(Payment for fixing of IGU Panels in
the curtain glazing is included in
cost of item No.18.2) For payment,
only the actual area of glass on
face # 1 of the glass panels
(excluding the areas of the grooves
and weather silicone sealant)
provided and fixed in position, shall
be
measured
in
sqm.
(i) Coloured tinted float glass 6mm
thick substrate with reflective soft
coating on face # 2, + 12mm Airgap
+ 6mm Heat Strengthened clear
Glass of approved make having
properties
as
visible
Light
transmittance (VLT) of 25 to 35 %,
Light reflection internal 10 to 15%,
light reflection external 10 to 20 %,
shading coefficient (0.25- 0.28) and
U value of 3.0 to 3.3 W/m2 degree
K etc. The properties of
performance glass shall be decided
by technical sanctioning authority
as per the site requirement.

sqm

50
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

137
18.4

18.5

Extra for openable side/top hung


vision glass panels (IGUs) including
providing and supplying at site all
accessories and hardwares for the
openable panels as specified and of
the aprroved make such as heavy
duty stainless steel fiction hinges,
min 4 point cremone locking sets
with stainless steel plates, handles,
buffers etc including necessary
stainless steel screws/fasteners,
nuts, bolts, washers etc all
complete as per the Architectural
drawings, as per the approved
shop drawings, as specified and as
directed by the Engineer in charge.
Designing, fabricating, testing,
installing and fixing in position
Curtain Wall with Aluminium
Composite Panel Cladding, with
open grooves for linear as well as
curvilinear portions of the building
, for all heights and all levels etc.
including:
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 metalic
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).

sqm

10

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

138
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 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 items. 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
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

139
of the curtain wall with Aluminium
composite
Panel
Cladding
(including width of groove) shall be
measured in sqm. up to two
decimal places.
Total for SH-18 :
GLAZING
AND
COMPOSITE PANEL

sqm

80

STRUCTURAL
ALUMINIUM
Total:

Contractor

Executive Engineer

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

140

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

141

PART C
Electrical
COMPONENT

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

142

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

143

Eligibility criteria for E&M works (C1 TO C5)


For components of E&M works (C1 TO C5), the eligibility criteria in last 7 (seven) years
ending on 30 .06.2015 will be as detailed below:
Sl
no
C1

Component of E&
M works
Providing IEI &
Fans, Power points.

Estimated
cost in Rs.
43,29,149/-

C2

fire fighting-Wet
riser and
Automatic Water
Sprinkler System
Addressable type
Automatic Fire
Alarm System
Ductable split /
split type Air
conditioner
Audio PA system

23,77,875/-

C3

C4

C5

19,93,694/-

Eligibility

CPWD enlisted contractors


in Composite
category of Class-I. The CPWD Enlisted Civil
contractors as well as Non CPWD Contractors
will have to give an undertaking that they will
either obtain valid electrical license at the time of
execution of electrical work or associate
contractors having valid electrical license of
eligibility class.

36,75,251/-

19,06,180/-

The contractor will have to associate such firms


who have executed similar works as given below
with completion certificate issued by an officer not
below the rank of Executive Engineer or
equivalent.
Three similar completed works each of value not
less than Rs. 7,62,472/or
Two similar completed works each of value not
less than Rs. 11,43,708/or
one similar completed work of value not less than
Rs. 15,24,944/-.
Similar work shall mean "SITC of Audio PA
system.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

144

Schedule A to F (E & M Works) Minor Component


(Operative Schedules to be supplied to each intending bidder)
SCHEDULE A
Schedule of Electrical quantities (as per PWD-3) enclosed

Estimated Cost of work


Part I : Major component (civil)
Part II : Minor component (electrical)
Total

Page no.243 to 272

- Rs. 9,30,89,248 /- Rs. 1,42,82,149/- Rs.10,73,71,397/-

SCHEDULE B
Schedule of materials to be issued to the contractor.

S.no.

Description
of Item

Quantity Rates in figures & words at


which the material will be
charged to the Contractor
3.
4
.
----------------------- NIL -------------------------

1.

Place of
issue
5.

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

Description
2.

Hire charges per


day
3.

Place of Issue
4.

All the required T & P shall be arranged by the contractor.


SCHEDULE D
Extra schedule for specific requirements/documents for the work, if any, are attached.
SCHEDULE E
Schedule of component of cement, steel, other Materials, Labour etc. for price escalation. As per
Part A
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

145
SCHEDULE F
Reference to General Conditions of contract:
Please refer to Schedule F of Part A
Name of work: Construction of Dr. B.R. Ambedkar Learning Centre and 450 Nos. capacity
Auditorium with Steel Structure for National Institute of Technology (NIT) including Internal Water
Supply, Sanitary Installations, Drainage, Development works and Providing Internal Electrical
Installations & Fans, Power wiring, Street lighting, Ductable split AC units, Fire Fighting, Fire Alarm
System and PA System etc. at Warangal, Telangana State.

Estimated cost: Part I Major component- Civil : Rs.9,30,89,248 /Part II : Minor component (Electrical)

: Rs. 1,42,82,149/-

Earnest money
Performance Guarantee
Security Deposit

: As per Schedule F of Civil works.


: Please refer to Schedule F of Part A
: Please refer to Schedule F of Part A

General Rules and Directions:


Officers inviting bid
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:
2(v)

Engineer-in-Charge

2(viii)

Accepting Authority

2(x)

Percentage on cost of materials and


labour to cover all overheads and
profits.

2(xi)

Standard Schedule of Rates

2(xii)

Department

9(ii)

Standard CPWD contract form

i)

Clause 1 :
Time allowed for submission of
performance guarantee from the
date of issue of letter of acceptance in
days

As per Part A

see below

Executive Engineer (E) / HCED-I / CPWD /


Hyderabad.
As per Part A

15%
Schedule of Rates 2014 (Electrical) with
correction slip upto date.
Central Public Works Department
Standard CPWD Contract Form GCC 2014,
CPWD Form 7/8 modified & Corrected up
to DG/CON/285 dt: 04/06/2015
As per Major component ( Part A)

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

146
ii)

Maximum allowable extension with late


fee @0.1% per day of performance
guarantee amount beyond the period as
provided in (i) above
Clause 2
Authority for fixing compensation
Under clause 2.

As per Major component ( Part A)

Please refer Schedule F of Part A

Clause 2A :
Whether clause 2A shall be applicable

Please refer Schedule F of Part A

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

Please refer Schedule F of Part A

Mile stone(s) as per the table given below:TABLE OF MILESTONE (S)


Electrical & Mechanical services
C-1 for IEI & Fans.
S.
N
O.

Description of Milestone
(Physical)

1.

Submission of Electrical
drawings for approval
Laying of conduits and
switch board boxes
Wiring

2.
3.
4.
5.

Supply & installation


Fittings and Fans
Testing and
commissioning

Time allowed in
Amount to be with held in case of
days (from the date non-achievement of milestone. ( %
of start)
of tendered amount of respective
Electrical component )
30 Days
1%
270 Days

1%

360 Days

1%

430 Days

1%

450 Days

1%

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

147

S.
N
O.

Description of Milestone
(Physical)

1.

Submission of Fire
Fighting drawings for
approval
Supply of Engine and
Pump sets
Supply and Laying of
pipes and Hydrants
Installation of Whole
system
Testing and
commissioning

2.
3.
4.
5.

C-2 for Fire Fighting.


Time allowed in
Amount to be with held in case of
days (from the date non-achievement of milestone. ( %
of start)
of tendered amount of respective
Electrical component )
30 Days
1%

120 Days

1%

270 Days

1%

430 Days

1%

450 Days

1%

2.

C-3 for Addressable Fire Alarm system.


Description of Milestone Time allowed in
Amount to be with held in case of
(Physical)
days (from the date non-achievement of milestone. ( %
of start)
of tendered amount of respective
Electrical component )
Submission of
30 Days
1%
Addressable Fire Alarm
drawings for approval
Supply of control panels
270 Days
1%

3.

Wiring

360 Days

1%

4.

Supply and Installation of


Smoke detector, Heat
detector & Installation of
Whole system
Testing and
commissioning

430 Days

1%

450 Days

1%

S.
N
O.
1.

5.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

148

S.
N
O.
1.

2.
3.
4.

S.
N
O.
1.
2.
3.
4.
5.

C-4 for Ductable Split / Split type Air conditioner


Description of Milestone Time allowed in
Amount to be with held in case of
(Physical)
days (from the date non-achievement of milestone. ( %
of start)
of tendered amount of respective
Electrical component )
Submission of drawings
30 Days
1%
for approval
Supply & Installation of
Ducting
Supply and Installation of
Package units.
Testing and
commissioning

270 Days

1%

430 Days

1%

450 Days

2%

C-5 for Audio PA system & Projection system


Description of Milestone Time allowed in
Amount to be with held in case of
(Physical)
days (from the date non-achievement of milestone. ( %
of start)
of tendered amount of respective
Electrical component )
Submission of drawings
30 Days
1%
for approval
Supply of components
270 Days
1%
Audio Speaker &
amplifiers wiring
Installation of Whole
system
Testing and
commissioning

360 Days

1%

430 Days

1%

450 Days

1%

As per Part- A
Time allowed for execution of work
Authority to give fair and reasonable extension of Please refer Schedule F of Part A
time for completion of work.
Clause 6,6A
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 6A

Rs. 30.00 lakhs

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

149
Clause 10 A
List of testing equipments to be provided by the
contractor at site lab
Clause 10 B(ii)
Whether Clause 10 B(ii) shall be applicable
As per Part-A

Clause 10C
Component of labour expressed as percent of
value of work
Clause 10CA
Clause 10CC
Clause 10CC to be applicable in
contracts with stipulated period of
completion exceeding the period
shown in next column.
Clause 11

12
months

Specifications to be followed for execution of


work
Clause 12
12.2 & 12.3
Deviation limit beyond which clause 12.2 & 12.3
shall apply for building work
12.5
Deviation limit beyond which clause
(I)
12.2 & 12.3 shall apply for foundation
work.(except earth work) 30%
(II)

As per Part-A

As mentioned in the additional


conditions

30% (Thirty percent)

Not Applicable

Not Applicable

Deviation limit for items in earth work


subhead of DSR or related items
100%

Clause 16
Competent Authority for deciding reduced rates

Superintending Engineer(E) ,
HCEC, CPWD, Hyderabad

Clause 18
List of mandatory machinery, tools & plants to be
deployed by the contractor at site.

T& P and machinery required at


site as per site condition & as
directed by the Engineer in charge

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

150
Clause 36 (i) Requirement of Technical Representative(s) and Recovery Rate
S.No

Minimum
Qualification of
Technical
Representative

Discipline

Designation
(Principal
Technical /
Technical
Representative

Minimum
Experience

Number

Rate at which recovery


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

As per Schedule F of Major component

Clause 42
i) a

Schedule/statement for determining


theoretical quantity of cement & bitumen on
the basis of
---------

Delhi Schedule of Rates 2012 (printed


by C.P.W.D. with up to date
Corrections)

Recovery rates for quantities beyond permissible variation


Sl. No. Description of Item

Rates in figures and words at which recovery shall be made


from the contractor (Rate in schedule 'B' plus 10% in case
materials issued by department.)
Excess beyond
Less use beyond the permissible
permissible Variation
variation
**

** To be filled by EE (E)

Executive Engineer (E)


HCED-I, CPWD, Hyderabad.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

151

SPECIAL CONDITIONS FOR ASSOCIATION WITH MINOR COMPONENT WORKS


FOR
COMPOSITE TENDERS

1.

a) Main contractor shall have to associate himself with contractors of appropriate class and
category of CPWD or specialized agencies having experience as per eligibility criteria for
E&M Works as given in pages ----------------- of this tender document and submit the same as
per proforma in Annexure VII along with the technical bid.
b) The contractor has to submit consent letters as per Annexure-VII from each of the
Electrical contractor given in Annexure-VII for each component of the Electrical work along
with the technical bid.
c) Copy of registration/ annual prequalification or completion certificates, valid electrical
contractor licence, sales tax/VAT registration as the case may be, duly attested, by the
applicant shall be submitted to the Engineer-in-Charge of the minor component, before 7
days of submission of performance guarantee to the Engineer-in-Charge of the major
component.

2.

In case the main contractor is himself eligible for executing any specific minor component
and intends doing the job himself, he may not be required to associate with another agency
for that minor component of work.

3.

Main agency shall also have to submit attested copies of documents showing their eligibility
for executing the minor components of work of the proposed associated agencies for
verification and approval of the department in proforma at Annexure-VII. Main agency may
propose one name of eligible associates for each minor component in proforma at AnnexureVII, in their own interest, to avoid rejection of proposed associate on technical grounds /
valid reasons / not meeting the eligibility criteria. Within one month after award of work
Consent letters of such selected agencies for association shall also be enclosed in the
prescribed format at Annexure-VIII.

4.

All technical bids and discussions shall be attended by the associate agency and the main
agency.

5.

Price-bid for all the minor components of works shall be submitted by the main agency.

6.

Award of work shall be made by the Engineer-in-charge of the major component to the main
agency for complete work.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

152
7.

Running payments shall be made by the Engineer-in-charge of the respective minor


components of work to the main contractor. In case Main contractor fails to make the
payment to the contractor associated by him within 15 days of receipt of each running
account payment / final bill, then on written complaint of the contractor associated for such
minor component, EE/DDH in charge of the minor component shall serve the show cause to
main contractor and after considering the reply of the same he may make the payment
directly to contractor associated for minor component as per terms and conditions of the
agreement drawn between the main contractor and associate contractor fixed by him, if reply
of main contractor either not received or found unsatisfactory. Such payment made to the
associate contactor shall be recovered by EE of Major or Minor component from the next
RA/Final Bill due to main contractor as the case may be.
8. 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
shall operate Part- C along with Part- A of the agreement.

9.

Main contractor has to enter into MOU in Annexure IX with his associated contractor for
each minor component of works separately, contained in the agreement with the Department.
Supply of material by the main contractor and association only for Labour of minor
component of work is not acceptable. Copy of such MOU shall be supplied to the Executive
Engineer in charge of the minor components of work as well as the Executive Engineer in
charge of major component within 15 days of the award of work or date of start of minor
component of works whichever is earlier..

10.

The main contractor shall be entirely responsible and answerable for all the works done by
his associated contractor regarding their quality, adherence to the laid down specifications,
terms and conditions, warranty/guarantee etc as stated in the terms and conditions of
respective minor components of work and he shall be liable to bear any compensation that
may be levied by the department under any of the clauses of the agreement.

11.

Necessary documents of handing / taking over of the installation will be duly signed by the
three parties namely the representative of Engineer-in-Charge of minor component, the main
contractor and the associate contractor. The main contractor will ensure that the maintenance
during the guarantee period shall also be carried out by the associated agency or the
manufacturers or their authorized dealers.

12.

The main contractor shall also give necessary general power of attorney under the contract to
the associated agency to enable him to receive instructions from the Engineer-in-Charge or
his representatives of the minor component, sign the site order book, bills, MBs for
acceptance of measurements and receive stipulated materials, if any etc.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

153

13.

Normally, there shall be no change in associated contractor for minor component work
during the execution of the work. In case the main contractor wants to change the associated
agency for any valid reasons during the currency of the contract, he shall obtain prior
permission of the Engineer-In-Charge of the minor component. The substitute should fulfill
the requisite eligibility criteria as given in tender document.

14.

In the event of the concerned associated agency of any minor component not performing
satisfactorily or not completing the work, the Engineer-in-Charge of minor component can
also direct the main contractor to disassociate with such associated agency and ask him to
associate with another agency who fulfills the eligibility conditions. Such associated agency
shall also fulfill all the conditions given above and shall enter into a memorandum of
understanding as stated in earlier case.

15.

In the event of change of associated agency as stated in 13/14 above, the main contractor has
to complete the balance works of minor components without any extension of time and
increase in cost to the department.

16.

The main contractor shall be responsible for coordinating the activities of all the works and
will ensure progress of all works as per the laid down programme. The main contractor shall
also arrange for proper storage of the materials of minor component of works at site and will
be responsible for their watch and ward.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

154
ANNEXURE VII
PROPOSAL FOR ASSOCIATING AGENCIES FOR MINOR COMPONENTS OF WORK
I / We hereby propose the following agencies as per details mentioned against each for
executing corresponding minor components of work. Their consent letters are also attached as per
Annexure VIII

Sl.
No.

Name of
Associated
contractor

Category
and class of
registration
in CPWD

Enlistment
copy /
Completion
Certificates
attached

Monetary
Limit of
Work

Validity
of
registration

Consent
letter
attached
(Yes/No)

(f) Audio PA system


& Projection system

Note: Attested photocopies of enlistment or / annual pre-qualification order / work experience shall
be attached for each agency.

Contractor
Signature

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

155
ANNEXURE VIII
CONSENT LETTER FROM CONTRACTOR OF MINOR COMPONENT OF WORK
NAME OF WORK: - Construction of Dr. B.R. Ambedkar Learning Centre and 450 Nos.
capacity Auditorium with Steel Structure for National Institute of Technology (NIT)
including Internal Water Supply, Sanitary Installations, Drainage, Development works
and Providing Internal Electrical Installations & Fans, Power wiring, Street lighting,
Ductable split AC units, Fire Fighting, Fire Alarm System and PA System etc. at
Warangal, Telangana State.

1. I / We hereby give my consent to associate with M/s ,


for executing the minor component of work of . (Mention category).
2. I / We will execute the work as per specifications and conditions of the
agreement and as per directions of the Engineer-in-Charge for the corresponding minor
work till the completion of the work.
3. I / We will be responsible for necessary action to handover the installations and for
rectification of defects and repair during the maintenance / warranty period.
4. Also I / We will employ full time technically qualified Engineer / supervisor for
the minor component of the work as required for the work. I / We will attend
inspection of officers of the department as and when required.

Date:
Signature with date of Major component
Component

Contractor
Address

Signature with date of Associate/ Minor

Contractor
Address

1. Witness with address


(From major component contractor side)
2. Witness
(From minor component contractor side)

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

156
ANNEXURE IX
MEMORANDUM OF UNDERSTANDING (M.O.U) ON Rs. 100.00 NON JUDICIAL STAMP
PAPER BETWEEN
1) M/s
Enlistment Status
Valid upto:
(Henceforth, called the main contractor)

And
2) M/s .
Enlistment Status
Valid upto:
(Henceforth, called the associated contractor or Minor component contractor)

For the execution of Electrical work


"..

We state that MOU between us will be treated as an agreement and has legality as per
Indian Contract Act (amended upto date) and the Department (CPWD) can enforce all the
terms and conditions of the agreement for execution of the above work. Both of us shall be
responsible for the execution of work as per the agreement to the extent this MOU allows.
Both the parties shall be paid consequent to the execution as per agreement to the extent
this MOU permits.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

157
We have agreed as under
1. The Associated contractor will execute the minor component of work stated above in
a wholesome manner as per terms and conditions of the agreement.
2. The Associated contractor shall be liable for disciplinary action if he fails to
discharge the action(s) and other legal action as per agreement.
3. All the machinery and equipments, tools and tackles required for execution of the
minor component works stated above, as per agreement shall be the responsibility
of the associated contractor.
4. The site staff required for the minor component work shall be arranged by the
Associated Contractor as per terms and conditions of the agreement.
5. Site order book maintained for the said work shall be signed by the main contractor
as well as by the Engineer of the Associated Contractor and by Associated
Contractor himself.
6. All the correspondence regarding execution of the minor component of the work
shall be done by the Department with the Associated Contractor with a copy to the
main contractor. In case of non-compliance of the provisions of agreement, the
main contractor, as well as the associated contractor shall be responsible. The
action under clauses 2 and 3 shall be initiated and taken against the main
contractor.

SIGNATURE OF MAIN CONTRACTOR

SIGNATURE OF ASSOCIATED
MINOR CONTRACTOR

Date:

Date:

Place:

Place:

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

158

ANNEXURE X
UNDERTAKING LETTER FROM MANUFACTIRERES OF LED FITTINGS
We hereby agree that
1. All the LED fittings supplied by us are guaranteed for five years including drivers from
the date of handing over.
2. In case of discontinuation of model and non-availability of spares, we will replace the
fittings with equivalent/ higher model in case of manufacturing defect during the
warranty period of 5 years.
3. After defect liability period of one year from the main contractor, we agree to submit
security deposit of 5% of the price quoted by the main contractor for SITC of LED
fittings for the remaining 4 years warranty period in acceptable form i.e. FDR / Bank
guarantee.
For M/S ..,
.
(Authorised signatory of manufacturer of LED luminaire)
Counter Signature,
Major contractor

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

159

C.1. ADDITIONAL CONDITIONS FOR INTERNAL ELECTRICAL INSTALLATIONS


1
General:
1.1
The work shall be generally carried out in accordance with schedule of
quantities and the following specifications and conditions.
a) CPWD General Specifications for Electrical work Part I Internal - 2013, as
amended upto date.
b) CPWD General Specifications for Electrical work Part II External - 1994, as
amended upto date.
c) CPWD General Specifications for Electrical work Part IV Sub-station-2013 as
amended upto date.
d) Commercial and Additional conditions for this work.
e) The Indian Electricity Act, 2003 as amended upto date.
f) Indian Electricity Rules 1956 amended upto date.
1.2
The Department shall not issue any T & P and nothing extra shall be paid on
account of this.
2
Rates:
The rates quoted by the tenderer, shall be firm and inclusive of all taxes (including
works contract tax, labour welfare cess but excluding service tax), octroi, duties and
levies and all charges for packing forwarding, insurance, freight and delivery,
installation, testing, commissioning etc at site i/c temporary constructional storage,
risks, over head charges, general liabilities/obligations and clearance from local
authorities. The fee for the inspection of installations by government authorities, if
any, shall be reimbursed by the department on production of receipts. The
contractor has to, however, initially make the payment. Likewise service tax
applicable shall be initially paid by the contractor and shall be reimbursed to him by
the department after verification of payment receipts etc.
3

Completeness of tender:
All sundry equipment, fittings, unit assemblies, accessories, hardware items,
foundation bolts, termination lugs for electrical connections, and all other items
which are useful and necessary for efficient assembly and installation of equipment
and components of the work shall be deemed to have been included in the tender
irrespective of the fact whether such items are specifically mentioned in the tender
documents or not.

Storage and custody of materials:


The agency has to make his own arrangement for storage, watch and ward of the
stores. Their safe custody shall be the responsibility of the contractor till the final
taking over of the installation by the department.
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

160
5

Care of the Building:


Care shall be taken by the contractor while handling and installing the various
equipments and components of the work to avoid damage to the building. He shall
be responsible for repairing all damages and restoring the same to their original
finish at his cost. He shall also remove at his cost all unwanted and waste materials
arising out of the installation from the site of work.
6
Completion period:
The completion period indicated in the tender documents is for the entire work of
supplying, installation, testing, commissioning and handing over of the entire
installation to the satisfaction of the Engineer-in-charge.
7
Performance Guarantee:
The tenderer shall guarantee among other things, the following vis--vis
specifications.
a) Quality, strength and performance of the materials used.
b) Satisfactory operation during the maintenance period.
8
Defect Liability Period:
(i) In case of T-5, CFL fittings, Ceiling fans, Exhaust fans are to be guaranteed for
1(one) Year including lamps. LED fittings are to be guaranteed for 5 Years by
the manufacturer.
(ii)

10

11

All the equipments shall be guaranteed for a period of 12 months from the date of
taking over the installation by the department against unsatisfactory
performance and / or break down due to defective design, workmanship of
material. The equipments or components, or any part thereof, so found defective
during guarantee period shall be forthwith repaired or replaced free of cost, to
the satisfaction of the Engineer-in-Charge. In case it is felt by the department
that undue delay is being caused by the contractor in doing this, the same will
be got done by the department at the risk and cost of the contractor. The
decision of the Engineer-in-Charge in this regard shall be final.

Power Supply:
No Power Supply for the purpose of carrying out the work, except for testing and
commissioning, shall be provided by the department.
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
reports 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.
Extent of work:
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

161

12

13

14

15

16

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 required by the department.
11.2
Minor 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.
Compliance with Regulations and Indian standards
12.1 All works shall be carried 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) I.S. & BS Standards as applicable
d) Workmen's compensation Act
e) Statutory norms prescribed by local bodies
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.
Cooperation 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 execution of this works contract smooth. No remuneration should be
claimed from the department for such technical cooperation. 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 undertaken
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
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

162

17

18

19

20
21
22

23

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 code 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 submissions of the
electrical contractor or sub-contractor engaged by him, even with approval 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 rates 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.
S.No.
A
B
C
D

Stage of work
On laying of conduits with accessories,
switch boxes, etc.
On drawing of wires i/c terminations,
switches, sockets, cover plates etc.
On completion of item and after testing and
commissioning.
At the time of payment of final bill

Percentage of Rate
40% of Quoted rate
85% of Quoted rate
95% of Quoted rate
100% of Quoted rate

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

163

B] Items of Distribution Boards, MCBs, RCBOs, etc.

24
25

26
27

28

29
30
31
32

33
34

S.No.
Stage of work
Percentage of Rate
a
On initial inspection of material and
70% of Quoted rate
delivery at site in good condition on prorata basis.
b
On completion of installation on pro-rata
85% of Quoted rate
basis.
c
On completion of testing and
95% of Quoted rate
commissioning.
Fd
At the time of payment of final bill.
100% of Quoted rate
o
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 programme.
The main contractor and / or his Associated electrical Contractor or his
representative is bound to sign the site order book 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, inter-connections, earthing and loop earthing shall be done by the
contractor her 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 chase to rough surface
with proper cement sand mixture. Only in exceptional cases e.g. where cutting of
plastered surface cannot 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 the Engineer-in-charge.
Some light points in lobby / corridors/ stair case/ lift shaft etc are group controlled
which will be measured as per Items mentioned under C-I.
The rupturing capacity of the MCBs shall be 10 KA. The MCBs shall have ISI mark.
Quantities of MCBs of different rating of 6 amps to 32 amps shall be brought in
consultation with the Engineer-in-Charge or his representative.
All the MCCBs shall be rated for Ics=Icu
The copper wire to be used on this work shall be FRLS type and ISI marked.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

164
35

36
37

38

39

40

41

42

43
44

35.1

The maker of switch boxes shall be the same as that of switches. Only the
required knockouts of the switch boxes are to be removed for terminating the
conduit pipes with PVC glands / check nuts.
35.2
Make of MCB/MCCB shall be the same as the maker of MCB DB.
35.3 All the switch boxes, MCBDBs are to be covered with plastic sheet /
petroleum jelly 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.
35.4 All 3 pin 5 amp and 6 pin 15 / 16 amp power sockets shall be of 3 module
type.
The Electrical works shall be carried out by the contractor, side by side with the
progress of the civil works.
The Contractor shall on demand by the Engineer-in-charge, furnish the proof to the
satisfaction of Engineer-in-charge regarding purchase of Wires, Modular switches &
accessories, MCBs, MCBDB, Fittings, accessories and other items, from the
manufacturer's authorized outlets.
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.
Cutting of brick walls shall be with chase cutting machine only. All repairs and
patch works shall be neatly carried out to match the original finish and to the entire
satisfaction of the Engineer in Charge.
All the sub main and circuit wiring includes loose wire for connections inside switch
boxes and MCB DB s. No payment for these loose wires shall be made. However
wires within the cubicle panel will be measured and paid under relevant item of
work.
40.1 All the circuits / sub-main wiring are to b e suitably numbered with stickers /
marker pen at LT panel, MCBDBs, switch boards (on backside of cover plate)
for ease of maintenance. Nothing shall be paid extra on this account.
The contractor shall submit the completion plan separately in triplicate printed
drawing one set and soft copy of same in Auto cad as per Clause-8 of the contract
within 30 days 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.25000.00
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 IEI
works; fish wire shall be invariably drawn.
The connection between incoming switch / isolator and bus bar shall be made with
suitable size of thimble and cable at no extra cost.
Copper conductor of insulated cables of size 1.5 Sq.mm and above shall be stranded
and terminals provided with crimped lugs.
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

165
45

46
47

48
49

50
51

52
53

54

55

56
57

All MS junction box cover should be of phenolic laminated / good quality plastic
sheet of thickness not less than 3mm and for which nothing extra shall be paid on
the account.
All sub-main wiring shall be terminated in the main board with suitable copper lugs
and thimbles for which nothing extra will be paid on this account.
All hardware items such as screws, 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.
All hardware items such as nuts/ bolts/ screws/ washers etc. to be used in work
shall be zinc/ cadmium plated iron.
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.
While laying conduit, suitable size junction boxes shall be provided for pulling the
wire as per the decision of the E-in-C.
Materials to be used in work are to be ISI marked. The maker 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 its use at site. The E-in-C shall reserve the right to
instruct the contractor to remove the material which, in his opinion, is not
acceptable.
Where switches/ sockets/ regulator/ telephone/ TV / internet outlets are to be
provided, the same shall be of only one make.
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 required, for
which no extra payment shall be made.
Wherever light fittings are proposed to be provided on the false ceiling, the
respective light/ fan point wiring will have to be brought upto the terminal of the
light fittings / fans by the contractor. Flexible metal conduits shall be used for
drawing wires from PVC conduits on ceiling to fittings on false ceiling and nothing
extra shall be paid to the contractor for the same.
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, the lowest rate quoted for
that item shall be taken for other items also.
The work should be carried out in B R Ambedkar Learning Centre for NIT
Warangal Telengana state.
All statutory deductions like WCT, Labour welfare cess etc. shall be made from the
bills.

58. Defect Liability Period:


(i) T-5, CFL fittings, Ceiling fans, Exhaust fans are to be guaranteed for 1(one) Year
including lamps.
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

166

(ii) All the equipments shall be guaranteed for a period of 12 months from the date of
taking over the installation by the department against unsatisfactory performance and / or
break down due to defective design, workmanship of material. The equipments or
components, or any part thereof, so found defective during guarantee period shall be
forthwith repaired or replaced free of cost, to the satisfaction of the Engineer-in-Charge. In
case it is felt by the department that undue delay is being caused by the contractor in doing
this, the same will be got done by the department at the risk and cost of the contractor. The
decision of the Engineer-in-Charge in this regard shall be final.
(iii) LED fittings, as a whole including driver are to be guaranteed for 5 years. All the LED
fittings are to be suitably engraved/ stickered inside with for date of handing over.
(iv) The guarantee for LED fittings is to be got submitted from the manufacturer also in
addition to the guarantee from the contractor. The manufacturer should give undertaking
that in case of discontinuation of model and non-availability of spares, they will replace the
fittings with equivalent/ higher model in case of manufacturing defect during the
warranty period of 5 years in Annexure X.
( v )Before completion of defect liability period of one year, the main contractor has to
obtain security Deposit of 5% of the amount quoted by him for SITC of LED fittings for
the remaining 4 years warranty period in acceptable form i.e. FDR / Bank guarantee from
the manufacturers and submit the same to the concerned Executive Engineer (E).
The security deposit deducted from the bills of contractor shall be refunded to the main
contractor only after submission of Security Deposit for LED fittings from the
manufacturer, failing which this amount shall be deducted from Security Deposit for
total work and balance amount only will be refunded after completion of defect
liability period. The LED Security Deposit will be released after completion of warranty
period of 5 years to the manufacturer / main contractor, who have submitted the LED
Security Deposit.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

167
LIST OF PREFERRED MAKES OF MATERIAL
C.1.2 (IEI & FANS)
Sr. No.

Product

Make

1.

Wires ( PVC Insulated copper


conductor cable FRLS ISI marked )

Anchor
Havells
Finolex
KEI

2.

PVC Conduits (ISI marked)

Avon Plast
Mercury
Precision
Sudhakar
Diamond
AKG
Bajaj plast

3.

Steel Conduit ( ISI marked )

BEC
AKG
Bharat
Gupta
NIC
RM CON

4.

MCB DBs/ Industrial Socket outlets

Legrand
L&T
Schneider
ABB

5.

MCBs/RCCBs

Legrand ( Lexic )
L&T( Exora )
Schneider ( Acti 9)
ABB ( SH200M)

6.

MCCBs

Legrand ( DPX3)
L&T ( D sine )
Schneider ( Compact NSX)
ABB ( T max )

7.

Co- axial TV cable

Anchor
Havells
Finolex
KEI

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

168
Sr. No.

Product

Make

8.

Cat-6 LAN cable

D-link
Finolex
Systimax
D- Link
Belden

9.

Modular Switches / Sockets / TV


Socket / Telephone sockets / Data
sockets / Regulators etc.

Legrand (Myrius)
MK (Blenze)
Crabtree(Havells)
Schneider (OPAL )

10.

Celing rose

Antex
Leader
Emperor
Anchor

11.

PVC batten/ Angle Holders

Aristo
Antex
Prakash
Kinjal
Anchor

12.

Ceiling fans

Bajaj-Model-Supreme HS
Crompton Greaves-Model-High Speed
Usha-Model-New Prima
Orient-Model-New Breeze

13.

Exhaust fans

Bajaj-Model- Freshee MK II
Crompton Greaves- Model- Driftair
Khaitan- HD Exhaust Fan

14.

Cable Management Sytstem

Legrand ( DLP )
Schneider
MK ( Premier system )

15.

Luminaries
a) 1 x 36W Box type Fluorescent fitting

Philips-Model No. TMS021 1 X TLD-D36W EBE


Wipro-Model No. WIF14140SG
Osram Model No. 4008321384331 INDL BATTEN

T8 1 x 36

b) 4 x 14 Watt T5 Recess Fitting

Philips- Model No:-TBS669 4xTL5-14W EBP D6


WIPRO-Model No. WVF 14414 SGW
Osram- Model No. 408321866691 T5LO&UVER
RE-414-MO VS2 IN UNP

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

169
Sr. No.

Product

Make

c) 23/24 watt recess mounted LED


down light

Philips: Model No. DNI194BLED15S-6500PSUWH


Wipro-Model No. CRDL11R023HP57
Osram- Model No.4052899216150 LEDCOMFO
ACE 823 830 12x1

d) LED recess mounted high Bay


Luminaries

Philips-Model No. BY400V LED72S CW SY60


PSD S2FG LILO WH
Crompton- Model No. LHBX-80-CDL/RA

e) 12/15 watt surface mounted mini


square LED luminaries

Philips: Model No. SM518CLED9S-6500PSUOD


WH
Wipro-Model No. CRCO17R013HP57
Osram- Model No. 4052899085398 KIT AURIO
SQUARE DL 15W 827 6x1

f) 6 presets Digital Addressable


Lighting

Philips Model No-CCBC516FR, DTK500,


PABPE & DACM, DUS804C)
Crompton Model No. LMAA50KB01

16.

Lamps

17.

All other items not covered above

Philips
Wipro
OSRAM
As per approval of the Engineer-in-charge.

Note:1. Tenderers shall quote for any of the make & models mentioned above in the Price
bid for C1 component.
2. The Chief Engineer, SZ-II, CPWD, Hyderabad. Reserves the right to add or delete
any materials and Brands in the list of approved materials/brands

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

170

C.2.1 ADDITIONAL CONDITIONS AND SPECIFICATIONS


(Wet Riser and Sprinkler System for Fire fighting installation)
1) The work shall be executed as per CPWDs general specification for Electrical Works Part-I
(Internal 2013), Part-II(External), Part IV -Substation, Part-V (Wet Riser and Sprinkler
System for Firefighting installation) 2006, IE Rules, Indian Standards as amended up to date
and as per direction of Engineer-in-Charge. The additional specifications are to be read with
above and in case of any variations; specifications given along with the tender shall apply. A
list of relevant BIS standards applicable for this work is given in Annexure - I enclosed
for ready reference.
2)

All components shall conform to relevant Indian Standard Specifications. wherever existing,
those materials with ISI certification mark shall only be used.

3)

All the materials to be used in the work shall be got approved by the Engineer-in-charge
before their actual use in work.

4)

Bad workmanship shall be rejected in Toto.

5)

All the debris due to the electrical work shall be cleared every now and then. Site shall be kept
clean by the contractor at all times.

6)

The Contractor or his authorized representative will have to sign the site order book and comply
with the remarks therein.

7)

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 contractor's account.

8)

The Contractor shall make his own arrangement for all general and special T&P required for the
work and no T&P shall be supplied by the department.

9)

The Contractor should clearly indicate the maker of the various components offered and suitable
catalogues should also be uploaded along with this tender in technical bid section.

10) Contractor should submit completion plan (soft copy in auto cad format & printed copies) and
certificate along with final bill, failing which 2.5% of value of work, subject to a ceiling of
Rs.25, 000/- will be deducted from the bills or the final bill shall not be paid. Decision of
Engineer-in-charge shall be final and binding in this regard. .
11) For connecting the cables to the switch gears on LT panel boards etc the contractor has to make
jointing arrangement with crimping tools duly applying inhibitive grease and required lugs. No
extra payment will be made on this account.
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

171
12) Samples of materials to be used on the work shall be got approved by the Engineer-in-charge
before actual use. If any materials are rejected they shall be removed from the site forthwith.
13) T.S. Government Work Contract Tax will be deducted from the bills paid to contractor as
applicable as per rules in force @ 5% Add Labour Cess @ 1%.
14) The sprinklers shall be installed as approved by the Engineer-in-Charge.
15) The successful tenderer shall have to get the entire layout drawing including pipeline and
equipments, valves; accessories got approved by the Engineer-in-Charge before execution of the
work.
16)
Necessary clarifications required by the department shall have to be furnished by the tenderer
within the time given by the department for the same. The tenderer will have to depute his
representative to discuss with the officer(s) of the department as and when so desired. In
case, in the opinion of the department a tenderer is taking undue long time in furnishing the
desired clarifications, his bid will be rejected without making any reference.
a.

After obtaining clarifications from all the tenderers, the department may modify the
Technical & Commercial Conditions / Specifications, if required, and will intimate the
tenders whose Technical cum Commercial bids are acceptable. The date and time of
opening Price Bid will be intimated in advance.

b.

A tenderer will not be allowed to withdraw or modify any condition at a time after the
eligibility bids have been accepted and the decision to open the price bid has been taken by
the department.

17)

ACCEPTANCE OF TENDER
The department reserves the right to reject any or all the tenders without assigning any
reason. The department may call for fresh tenders with or without modification in the tender
from the same firms whose applications are already approved by the competent authority.

18)

RATES

a.

The rates shall be inclusive of all taxes, levies, packing, transportation; handling etc. nothing
extra shall be paid. Octroi exemption certificate shall be issued by the department if
requested by the contractor. However department will not be responsible in case octroi
exemption is not granted to the contractor.

b.

Service Tax paid if any shall be reimbursed ONLY on production of documents in


support of having paid Service Tax to the Service Tax authorizes/ Central Excise.

19)

STORAGE
The pump house may be used for storage of material. Watch & ward of equipment till
handing over to the department will be contractors responsibility.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

172

20)

WATER & POWER


Water and power arrangement has to be arranged by the contractor himself at no extra cost.

21)

ACCEPTABLE MAKE
The acceptable make of various equipment are indicated in the list attached. Alternative or
equivalent make will not be accepted.

22)

TIME OF COMPLETION
The entire work shall be completed within time period as per major component.

23)

MATERIAL APPROVAL
The material brought at site shall be approved by the Engineer in Charge before use in the
work. In case during execution any material is used in the work is found not as per agreement
specifications, Engineer in Charge may issue instruction to the contractor to remove the
material from site and the contractor will be bound to do so.

24)

INTERPRETING SPECIFICATIONS:
In interpreting the specifications, the following order of decreasing importance shall be
followed in case of contradictions:
(a) Schedule of quantities.
(b) Technical specifications.
(c) Drawing (if any).
(d) General specifications.
(e) Relevant BIS or other international code as given in Annexure I (Enclosed).
(f)Relevant BIS or other international code in case BIS code is not available.

TERMS OF PAYMENT
The following percentage of contract rates for the various items included in the contract shall
be payable against the stage of work shown herein. 80% of full rates after initial inspection and
delivery at site in good condition on pro-rata basis.
Further 10% after completion of installation in all respects.
Further 5% will be paid after testing, commissioning.
Balance 5% will be paid on handing over to the department.
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

173

TECHNICAL SPECIFICATIONS

The work shall be carried out as per CPWD General Specifications for Electrical Works
(Part-V-WET-RISER

AND

SPRINKLER

SYSTEM

FOR

FIRE

FIGHTING

INSTALLATION) 2006 as amended up to date and CPWD General Specifications for


Electrical Works Part-I & II, as amended up to date, relevant IE rules, BIS Specifications and
standards and as per directions of Engineer-in-Charge.

Appendix I stipulates various IS codes to be followed in the work. Though the list is not
limited one.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

174

C.2.2 ACCEPTABLE MAKES


The Contractor shall use any of the following makes of material on the work.
Sl.No.

Details of Materials

Manufacturers name

1.

Diesel Engine

KIRLOSKAR / ASHOK LEYLAND/ CUMMINS

2.

Pumps (Pressurization pump,


Fire pump, Terrace Pump)

Kirloskar Brothers/ Mather+ Platt/ Xylem (AC Fire


Pump)/ Best & Crompton/ Crompton Greaves/ Jyoti

3.

Motors

Kirloskar Electric/ Siemens/ Crompton Greaves/


Jyoti

4.

GI Pipe/ MS pipe

Tata/ Jindal Hissar/ Zenith Birla/ Khandelwal steel


& pipes

5.

Pressure gauge/switch

H. Guru/ Indfos/ Switzer

6.

Valves (non return, sluice,


butterfly, gate)

Kirloskar Brothers/ Kalpana Valves/ Leader Valves/


Switzer / Intervalve/ CRI Valves

7.

Hose pipes, hose reel, cabinets New Age Industries / Safex/ Firex/ Dunlop/
Minimax/ Alert

8.

Branch pipes, Nozzles and


couplings. hydrant valves

New Age Industries / Safex/ Firex/ Dunlop/


Minimax/ WINCO /Safe guard

9.

U.G Cables.

Universal/Gloster/CCI/Havells

10.

LT Switchgear

Larsen & Toubro Ltd.,/ Schneider Electric India Pvt


Ltd.,/ GE Power Controls India Pvt Ltd.,/
C&S Electric Ltd./ Siemens / ABB

11.

Starter

Crompton/ L&T/Siemens/Eaton / BCH / ABB

12.

Ammeter/ Voltmeter

IMP/AE/MECO / L&T

13.
14.

Sprinkler Heads, valves


Batteries

HD/Spray Safe / Newage


Panasonic/ Yuasa/ Exide/ Amaron

Note: - The contractor shall have to obtain prior approval from Engineer-in-charge before placing
the order for any specific materials. The Engineer- in- charge may approve any of the make
brands out of the above list. Also the firm shall produce proof of purchase of materials for
payment.
Signature of the Tenderer

Executive Engineer (Elect)


Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

175

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

176

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

177

C.2.4 Annexure- (A)


SCHEDULE OF TECHNICAL DATA
S.
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
1
2
3
4
5
6
7
8
9
10
11
12
13
14

Particulars
(A) Main Fire Pump (Electric & Diesel)
Make
Model No.
Discharge
Total head full discharge
BHP absorbed at rated head
Speed
Casing material
Impeller material
Shaft material
Number of stages
Type of Drive
Type of sealing
Motor make
Motor type
Motor H.P.
Motor Speed
Motor insulation class
(B) Pressurisation Pump

Guaranteed Data

Make
Model No.
Discharge
Total head full discharge
BHP absorbed at rated head
Speed
Casing material
Impeller material
Shaft material
Number of stages
Type of Drive
Type of sealing
Motor make
Motor type
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

178
15
16
17
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
1
2
3
4
5
6
7
8

Motor H.P.
Motor Speed
Motor insulation class
(C) Terrace Pump
Make
Model No.
Discharge
Total head full discharge
BHP absorbed at rated head
Speed
Casing material
Impeller material
Shaft material
Number of stages
Type of Drive
Type of sealing
Motor make
Motor type
Motor H.P.
Motor Speed
Motor insulation class
(D) Diesel Engine
Make
Model No.
H.P.
Speed
Number of cylinders
IS / BS confirming to
Type of cooling
Fuel consumption at full load
Signature of the Contractor

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

179

C.2.5 Annexure - B
List of Technical Literature & Catalogue and any other information
The tenderer should furnish the list of technical literature & catalogues of the
Equipments offered.
Sl. No.

Data / Information

Remarks

Note: The above technical literature & catalogues of the Equipments shall be Uploaded
to the website in technical bid section

Date:-

Signature of Tenderer

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

180

C 3.1 ADDITIONAL CONDITIONS AND SPECIFICATIONS ( Fire Alarm )


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) BIS Code of practice (IS: 2189 2008) for Selection, Installation and Maintenance of
Automatic Fire detection and Alarm system with amendments up to date.
b) CPWD General Specifications for Electrical works Part - I Internal - 2013 as amended
up to date.
c) CPWD General Specifications for Electrical works Part - II External - 1994 as
amended up to date.
1.2

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

1.3

BUILDING CONSTRUCTION AND DRAWINGS


1.3.1

1.4

The Contractor shall prepare detailed working drawings in coordination with other
Architectural and Services drawing and get these working drawings approved by
the Engineer-in-charge. The appro0val of such drawings by the Engineer-incharge shall be from the point of view of assisting the Contractor in Coordination
of Services with other agencies and shall not absolve the contractor from his
absolute and indivisible responsibility on performance and operation of his
installation.
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.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

181

S.
No
1

a) On initial inspection of materials


and delivery at
Site in good condition on pro-rata
basis.

80% of Quoted rate

b) On completion
installation

pro-rata

90% of Quoted rate

c) On completion of Testing and


commissioning

95% of Quoted rate

d) On approval of installation by
Local Fire
Authority and local body, if any.

100% of Quoted rate

1.5

1.6

of

Inspection and Testing


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.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

182

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.

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 Warangal 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 Telangana state authorise Fire Services. 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
indicated by the Tenderer under chapter "SCHEUDLE OF DEPARTURE FROM
SPECIFICATION as mentioned here in after.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

183

A.4.

PERFORMANCE GUARANTEE AND TESTING

A.4.1 The Contractor shall execute the work on the basis of indicative designs hereby given and
accepted by him with or without modifications or new designs submitted by him at the tender
stage and accepted by Engineer in charge, as the case may be. All Variations, i.e. additions,
omissions or substitutions necessitated at anytime for any reason whatsoever, shall be
deemed to have been accepted by the Contractor as not vitiating the performance based
nature of this contract. If any such variations, irrespective of whether such variations are
intended to be executed by other agencies employed by the Engineer-in-charge, have any
bearing on the performance of this Contract, the same shall immediately be brought to the
notice of Engineer-in-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.
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

184
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.
A.4.13 Notwithstanding approval of tests or equipment or materials by Engineer-in-charge etc., up to
the tests in static state as described here-in above, the Contractor shall be required to perform
site tests to prove correctness of ratings and performance of equipment and materials
supplied and installed by him, in normal operating condition.
A.4.14 All equipment shall be capable of performing the duties specified in these specifications
without damage, distortion or failure of any component.
A.4.15 Individually, the performance of various equipments shall not be less than quoted ratings and
consumption of power shall not exceed the ratings quoted by the tenderer, when tested in
normal operating conditions. Otherwise the equipment / material is liable for rejection.
A.4.16 All test instruments shall be calibrated for accuracy prior to taking the performance tests.

A.5

INSTALLATION:

A.5.1 Installation shall be in accordance with the local and state codes and as recommended by the
equipment manufacturer.
A.5.2 Smoke detectors shall not be installed prior to the system programming and test period. If
construction is ongoing during this period, measures shall be taken to protect smoke detectors
from contamination and physical damage.
A.5.3 All wiring shall be properly supported and run in a neat and workmanship like manner. All
wiring exposed and in equipment rooms shall be parallel to or at right angles to the building
structure. All wiring within enclosures shall be neatly bundled and anchored to prevent
obstruction to devices and terminals.
A.5.4 The Contractor shall be responsible for all electrical installation required for a fully
functional control system and not shown on the electrical plans or required by the electrical
specifications.
A.5.5 All fire detection and alarm system devices, control panels and remote enunciators shall be
flush mounted or surface mounted as per instructions of the Engineer-in-charge.
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

185

A.5.6 Manual call boxes shall be suitable for surface mounting or semi-flush mounting and shall be
installed at a height of not less than 1,000 mm, and not more than 1200 mm above the
finished floor level.
A.5.7 The service of a competent, factory-trained engineer or technician authorised by the
manufacturer of the fire alarm equipment shall be provided to technically supervise and
participate during all of the adjustments and tests for the system.
A.5.8 At the final inspection, an authorized representative of the manufacturer of the major
equipments shall demonstrate that the system functions properly in every respect.
A.6

DEMONSTRATION:

A.6.1 The Contractor shall completely check, calibrate and test all connected hardware and
software to ensure that the system performs in accordance with the approved specifications
and sequences of operations submitted.
A.6.2 This demonstration shall consist of the following:
a) Display and demonstrate each type of data entry to show site-specific customizing
capability.
b) Demonstrate parameter changes.
c) Demonstrate scan, update and alarm responsiveness.
A.7

MANUALS
The following manuals shall be provided at the time of Handing over:

A.7.1 An Operators Manual containing graphic explanations of keyboard use for all operator
functions specified under Operator Training.
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
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

186
A.8

TRAINING & HANDING -OVER

A.8.1 All training by the Contractor shall utilize manuals and as-built documentation and the online 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.
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.
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

187

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 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.10.3 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.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

188
SECTION - 2
SPECIFICATIONS FOR INTELLIGENT ADDRESSABLE FIRE ALARM SYSTEM
TECHNICAL SPECIFICATIONS
A.1

SCOPE 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) Addressable type Fire Alarm Control Panel
b) Addressable type Photo electric Smoke Detector (light scattering smoke sensor)
c) Addressable type Photo electric Smoke Detector (optical sensor)
d) Addressable photoelectric duct type smoke detector
e) Conventional type Reflective Beam detector
f) Addressable, manual break the glass unit ( Double action) with in-built isolators
g) Addressable Control Relay Module with in-built isolators
h) Addressable Input/Output Module with in-built isolators
i) Loop Powered Addressable sounder with in-built isolators
j) Loop Powered sounder-cum-strobe with in-built isolators
k) Wiring with FRLS PVC insulated copper conductor, single core cable
All other works associated with above items as per specifications, conditions of contract and the
Telangana State authority Fire Services requirements except those specifically excluded in Schedule
of Quantities.
A-2 General Fire Alarm System Description
1) Fire detection and Alarm System shall consist of Fire Alarm Control Panels, various types of
equipments like Detectors, hooters, Strobes, monitor & control modules, Repeater panel, and
different types of cables located at various strategic locations of the building.
2) In case of a Fire alarm initiation by an alarm initiating device, the audio-visual fire alarm
shall be generated at the respective Fire Alarm Control Panels and at Repeater panel located
in the Control Room, various location and also initiate signal to operate hooters located in
various locations.
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

189
3) All types of addressable detectors / interface units shall be compatible with the fire alarm
panel.
4) All the alarm initiating devices that are asked for to be self addressable type shall be of self
addressable type. In case of non addressable detectors the detector status shall be monitored
through a Conventional Zone Interface Module (CZIM) to send the analogue information
available from the detector to FACP. The BIDDER shall clearly indicate what are all the
device / detectors which are not self addressable in type and shall include CZIM module to
make that device / detector addressable. The CZIM module cost shall also be considered as
included in the detector cost
5) The detector shall be suitable to connect to the control unit via a four wire circuit (Class A
wiring) as per NFPA.
6) The Fire Alarm System envisaged for this Building is 2-Wire Analog Addressable type.
7) The communication between detectors and the FACP is by means of digital communication
over 2-wire, which further provides power to the detectors, devices & Sounders. There shall
be A/D and D/A conversion happening inside the detectors and FACP.
8) All the detectors shall be incorporated with microprocessors and shall be provided with
Analog to Digital Converter (ADC), which enables the detector to provide linear output
corresponding to the quantity of smoke or fire, the detector encounter.
9) All types of detectors offered will be of restorable type i.e. suitable for operating afresh after
each actuation on alarm without replacement or adjustment.
10) The sensitivity of each sensor shall be individually adjusted from the FACP to suit the
conditions of each location. Each detector shall have self-test facility, which is monitored in
the FACP. Each detector shall have drift compensation.
11) The response sensitivity shall also be field adjustable and not only from fire panel over a
wide range to suit site conditions. It shall be possible to test the sensitivity of a detector in the
field. The sensitivity / threshold value of detectors which are cross zoned must be
compatible.
12) The FACP shall also check each sensor for contamination of dust/dirt and give signal for
Service in case of accumulation of dust/dirt reaches a preset limit.
13) The fire alarm system shall work without any problem both in networked mode and in
standalone mode.
14) All the alarm initiating devices shall be of self addressable type. In case of non addressable
detectors the each detector status shall be monitored through a CZIM module in terms of
analogue information available from the detectors.
15) The electronic circuit shall be of solid state and of failsafe design and virtually hermetically
sealed to have resistance to humidity and corrosion and to prevent its operation from being
impaired by dust and dirt.
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

190
16) The circuit shall be protected against usual electrical transients, electromagnetic and
electrostatic interference (EMI & RFI) present in the Building.
17) Reverse polarity or fault in the field wiring shall not damage the detector.
18) No moving parts subject to wear & tear shall be provided.
19) All types of detectors & devices offered shall have a inbuilt fault isolator. The fire detectors
shall be plug in type. Suitable locking device shall be supplied along with each detector. It
shall be inserted into or removed from the standard base by simple push twist mechanism to
facilitate easy exchange / cleaning and maintenance.
20) The system shall have following self diagnostic features:
i)

Detector cabling shall be completely supervised for open circuit and short circuit and
exact location of fault shall be displayed in the panel under Trouble/Faults.

ii)

Un-authorized removal of a detector head from its base shall be supervised to give an
alarm on the connected control panel.

iii)

Annunciation shall be provided for DC fuse blown and loss of main AC supply etc.

iv)

Alarm verification features.

Fire Alarm Control Panel (FACP)


The FACPs used in the Building shall confirm to the EN54/UL standards having the
following features
Features
1)

All the FACPs provided shall have the capacity to expand from 1 to 32 loops for Future
expansion.

2)

Each loop shall accommodate maximum 254 detectors and devices in any combination with
a loop length capable up to 1.6 kms with 2C x 1.5 sq mm cable.

3)

It shall have facility to discriminate between a real fire alarm and false alarms.

4)

FACP will function as fully stand-alone panel & also networked to other FACPs with peer to
peer communication.

5)

Each FACP shall have a possibility of accommodating redundant controller to takeover in


case of a Failure in the Primary Controller and also redundant loop card for each loop to
takeover in case of a Failure in the Primary Loop Card.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

191
6)

Each FACP shall have inbuilt LCD colour touch screen (320*240 pixels)to clearly indicate
the location of fire, type of device activated other indications like service requirement of a
component, etc.

7)

It shall have a provision for battery storage.

8)

In case of a Loop Card Failure, the FACP shall allow to replace the Loop card without
switching off the panel and reprogramming.

9)

The FACP shall have facility such that alteration or access to the stored program shall be
done through a pass-code, for protection against unauthorized personnel interference.

10)

The FACP shall be capable of PA Integration with the use of RS232 module or with the use
of relays. (Before submission of the bid, pls check with the authorities for the no of PA zones)

11)

FACP shall have provision to accept 230V single phase, 50 Hz supply.

12)

All the major components like processor, memory, etc., shall be available as spare in case of
emergency requirement.

13)

FACPs shall have inbuilt buzzer to alert the personnel in case of maintenance requirement.

14)

FACP shall be programmed for sequence of events to happen in case of fire like closing of
fire dampers, shutting down supply fans for HVAC, Deactivating the access control system
and activating the hooters with the help of a control relay module provided near the system to
be activated.

15)

The fire alarm control panel shall be suitable for Class-A type of wiring as per NFPA-72.

16)

The fire alarm control panel shall work on positive sequence as per NFPA 72.

17)

The fire alarm control panel shall be capable of disabling an individual detector, a group and
or zone of for building maintenance purposes. Facility shall be provided on the FACP for
simulating the fire condition to enable testing of the various alarm circuits.

18)

All the fire alarm modules (loop cards, networking cards, communication card...etc) should
be hot pluggable and hot swappable to facilitate easy replacement of faulty modules. All the
electronic components shall be compatible to non-air-conditioned environment for working
satisfactorily.

19)

The fire alarm control panel normal power supply failure shall be annunciated audio-visually.

20)

In case of multiple alarms the multiple alarm indication shall be ON. The multiple alarm
indication shall be displayed in chronological order.

21)

FACP shall have the facility such that each detector can be identified as a separate zone.

22)

The FACP shall be reset only by authorized users after the clearance of a fault.
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

192
23)

Whenever there is a third party actuation to happen, like closing of fire dampers , switching
off supply / exhaust units etc , the actuation shall happen only when the fire signal is received
from two different initiating devices located in a zone connected to different fire alarm
panels. The communication between the FACPs shall happen with two pair cables and the
fire alarm status of one panel shall be communicated to the second panel in which the control
relay module of the third party device is connected to. Inter panel communication is a must
and needs to be provided for controlled actuations. All the necessary systems to ensure
reliable communications between panels are to be built into the FACPs.

24)

FACP shall have the facility to silence / acknowledge / reset the alarm. Apart from the
FACP, Repeater panel present in the control room shall have the facility to silence /
acknowledge / reset the alarm of all FACPs.

25)

The FACP shall have FALSE ALARM REDUCTION algorithms like


Alarm Verification, Dual Detector/Group Dependency, Intermediate Alarm Storage to
eliminate False alarms due to Dirt/Dust/Disturbance values.
EMC/EMI Monitoring - To inform the possibility of a false alarm caused due to
interferences from sources such as Motors, power cables, wi-fi routers, fluorescent lamps,
network switches, mobile signalsetc. The panel shall display the EMI/EMC Current
and Average Values reported by the detector. The User/Installer shall have access to this
reading during Maintenance (with password protection)

26)

When fire condition is confirmed, the following sequence of annunciation will take place on
the FACP:

1.

Alarm Condition

First Fire Condition


Acknowledge
(first Alarm)
New Fire Alarm Condition
(after acknowledge of
first alarm)
Acknowledge
(New fire alarm)
Back to normal
Reset
Reset Before Normal

2.

Audible
Alarm

3.

Visual Alarm

ON

ON FLASHING/Description of
area of fire origin with detector
type

OFF

ON STEADY

ON

ON FLASHING

OFF

ON STEADY

OFF
OFF
OFF

ON STEADY
OFF
ON STEADY

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

193

Construction details
1)

The FACP shall have an ingress protection of at least IP 30.

2)

The housing containing the fire alarm control panel shall be of 2 mm thick steel construction
finished in colour as per relevant standard.

3)

It shall be capable of being surface, semi-flush or fully flush mounted with additional bezel.
The fully flush bezels shall be painted to specification, stainless steel or brass as required.

4)

The FACPs shall be provided with triplicate earthing terminals on the either side. The
grounding terminal G1 shall be for safety grounding, G2 shall be for shield grounding and
G3 shall be for signal grounding.

5)

The panel shall be completely factory wired, absolutely ready-in all respects for installation
at site and termination of all external cabling. The internal wiring of the panel shall be carried
out with 650V grade, stranded copper wires of size rated for the current in the corresponding
circuit. The minimum size of the wire shall not be less than 0.8 sq. mm for electronic circuits
and 1.5 sq. mm for electrical circuits &16 SWG for grounding.

6)

All the wiring shall be done using ferrules having indelible marking.

7)

Cable entry for the FACP from the bottom

8)

FACP shall mount in wall.

CPU
1)

The FACP shall have a processor which shall be of at-least 32 bit, which shall be designed to
accept all the inputs and process the outputs within the time stipulated by the standards.

2)

A redundant CPU shall be provided with the same configuration which shall be made as hot
standby in case of failure of the main CPU, the standby shall takeover without interrupting
the system.

3)

The CPU shall have the facility to communicate with other FACPs and process the fire
signals received from other FACPs to actuate a third party device.

4)

The capacity of the processor shall be adequately designed include all input / output signals
and various functional requirements.

5)

The processor shall be designed in such a way that the parameters in the repeater panels shall
be refreshed in 1 sec.

6)

It shall have its own, built in advanced microprocessor, sophisticated software and extensive
memory for storing the logs of alarms, times and action taken report.
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

194

A.

Loop Modules
The loop module shall have a microprocessor inbuilt & shall be capable of handling 254
detectors/devices in any combination.
It shall have a line length up to 1600m or 3000m depending upon the configuration & cable
type.
It shall have an LED test button.
The loop module shall be encapsulated & shall be hot pluggable.
The front fascia of the loop cards shall be visible for easy identification of faults.
In case of the failure of loop card, it should be replaced without the need of any additional
programming.

B.

Repeater Panels

1)

It shall be a LCD touch screens same as main panel. The MMI shall be the same as the main
Controller.

2)

Repeater panels shall be suitable for Wall mounting which will be displayed all the major
entrances and stair cases which will enable the staff and fire fighting personnel to exactly
locate the fire.

3)

It shall be compatible to receive data from FACPs.

4)

Audio visual Alarms during fire shall be generated in case of fire.

5)

It shall connect to any of the Fire Panels in the Network using a 2 core 1.5 sq.mm wire.

6)

The Power supply to the Repeater Panel shall be drawn from the nearest Fire Panel and also
be supervised by the Main Panel.

7)

The Repeater Panel shall display Messages like Alarm & Fault similar to the Main Panel and
shall be accessed only by Authorized Users through a pass code.

8)

The Repeater Panel shall be connected to the Main Panel and other repeater panels in such a
way 1 pt Failure in the cable shall not affect the performance and shall intimate the exact
location of failure in all Panels.

9)

The Repeater Panel shall be equipped with a Key switch that allows Authorized users to
Acknowledge/Reset Alarms.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

195
10)

The Repeater Panel shall be equipped with 2 different power inputs. On failure of primary
power, the secondary shall take over.

11)

The Repeater panel shall allow the users to login locally or login to the remote FACP.

12)

The Repeater panel shall allow creating users with different access levels locally and shall
also allow users of panels to login based on access levels.

13)

The repeater panels shall integrate with the main panels without any additional interface or
the bidder shall consider necessary accessories required to complete the system and quote as
part of this model.

C.

Intelligent Addressable Photoelectric Smoke Detector with 2 LEDs-Infrared & Blue


The Intelligent Addressable Photoelectric Smoke Detector with 2 LEDs-Infrared & Blue
used in this Building shall confine to the relevant standards having the following features

1)

The smoke detection system shall work on Light scattering type principle using Infrared &
Blue Leds. The detector shall better false alarm immunity and shall have a processor inbuilt
with ISP.

2)

It shall have the sensitivity of 0.15 db/m. The sensitivity shall be field settable.

3)

The detector shall be of Spot type and Addressable type.

4)

The Detector shall be addressed either by DIP switches or through Programming from the
Panel.

5)

The Detector shall monitor EMC/EMI values in the surroundings on a continuous basis
and report the current & average values to the panel. The detector and the panel shall
together avoid the possibility of false alarm caused due to interferences from sources
such as Motors, power cables, wi- fi routers, fluorescent lamps, network switches,
mobile signalsetc

6)

All the detectors shall have a visible multi color LED to indicate the healthiness / trouble /
alarm condition of the detector. The LED shall be located in such a way that it shall be
visible from all the 360 degree from below. In some cases where the visibility of the detector
is obstructed by cable trays, false ceiling etc. Facility for connecting the detector to a
response indicator has to be present. The response indicator derives the power to glow from
the loop.

7)

It shall possess False alarm immunity and a superior signal to noise ratio

8)

It shall have a Built in signal processor

9)

It shall be with inbuilt fault isolators.(Detectors without Inbuilt Isolators may be considered
with separate Isolator Base)
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

196
10)

It shall have drift compensation facility built in.

11)

The detectors shall communicate the ambient reading to the FACP on time to time basis, and
the FACP shall make the decision about the current status of the detector, whether it is in
fire/pre-alarm/maintenance requirement etc.

12)

The detector shall have at least 3 levels of sensitivity settings based on the application and
room where it is installed.

13)

The detector shall provide a chamber maid plug to blow out the dust/dirt using a blower.

14)

In case of a failure, panel shall allow to replace the detector with the same type without the
need of additional programming

15)

The detector shall work with 2 different sensitivity settings at any point of time and the User
shall have access to choose the desired settings without programming or Laptop/PC for
configuration.

16)

The detector shall change sensitivity settings based on day/night mode or with schedules
based on the programming.

17)

The detector shall have Intermediate Alarm Storage, Dual Detector Dependency, Dual group
Dependency features that shall be programmed based on site application.

18)

The detector shall be capable of detecting both smoldering fires and open fires and shall be
EN54 / UL approved.

D.

Addressable Ventilation Duct Smoke Detectors


The detector shall have housing for accommodating a special detector that detects smoke in
ventilation ducts, with input and output for air sample extraction, streamlined connection
pipes for optimum air flushing of the detector, with dust-proof connection board for the loop
outside the air flow, with air intake and exhaust pipe, seals and the required installation
material. The Duct smoke Detector used in this Building shall confine to the relevant
standards having the following features
1. The smoke detection system shall work on Light scattering type principle using Infrared. The
detector shall better false alarm immunity and shall have a processor inbuilt with ISP.
2. Duct Detector shall be Addressable type.
3. The Dual Detector shall be loop powered and addressed either by DIP switches or through
Programming from the Panel.
4. All the detectors shall have a visible multi colour LED to indicate the healthiness / trouble /
alarm condition of the detector. The LED shall be located in such a way that it shall be
visible from all the 360 degree from below. In some cases where the visibility of the detector
is obstructed by cable trays, false ceiling etc. Facility for connecting the detector to a
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

197
response indicator has to be present. The response indicator derives the power to glow from
the loop.
5. It shall possess False alarm immunity and a superior signal to noise ratio
6. It shall have a Built in signal processor
7. It shall be with inbuilt fault isolators.(Detectors without Inbuilt Isolators may be considered
with separate Isolator Base)
8. It shall have drift compensation facility built in.
9. The detectors shall communicate the ambient reading to the FACP on time to time basis, and
the FACP shall make the decision about the current status of the detector, whether it is in
fire/pre-alarm/maintenance requirement etc.
10. The detector shall have at least 3 levels of sensitivity settings.
11. The detector shall provide a chamber maid plug to blow out the dust/dirt using a blower.
12. In case of a failure, panel shall allow to replace the detector with the same type without the
need of additional programming
13. The detector shall work with 2 different sensitivity settings at any point of time and the User
shall have access to choose the desired settings without programming or Laptop/PC for
configuration.
14. The detector shall change sensitivity settings based on day/night mode or with schedules
based on the programming.
15. The detector shall have Intermediate Alarm Storage, Dual Detector Dependency, Dual group
Dependency features that shall be programmed based on site application.
16. The detector shall have Air intake and exhaust pipe , extendable up to 3m
17. The detector shall have necessary filters in the air intake and exit pipes.
18. The detector considered shall be a special detector designed for Duct applications and not a
Spot type Optical detector.
19. The detector shall be EN54 /UL approved.

E.

Addressable interface (Conventional Zone Interface module - CZIM)


The CZIM Modules used in this building shall confine to the relevant standards having the
following features

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

198
6)

Addressable interface units will be provided for all non-addressable detectors/devices such as
beam detectors or to integrate existing conventional detectors, etc. to assign an address to
such detectors and to be compatible with addressable FACP.

7)

Each conventional detector will have its own addressable unit in the form of CZIM Modules
for individual address. The addressable unit will facilitate connection of non-addressable
detectors in the same circuit/loop consisting of addressable detectors.

8)

It shall supervise the circuit of open dry contact I/P device & signal alarms during change of
state of detectors.

9)

The interface device shall have an LED, which flashes during polling of the FACP.

10)

It shall have inbuilt fault isolator module or the bidder shall consider additional isolator
modules

11)

The CZIM shall be capable of powering the Detectors through the Aux Source and shall
supervise the cable, aux power and the external power supply. The CZIM shall communicate
Faults and Troubles related to Detector, Power supply to the Panel.

12)
The CZIM shall allow to reset conventional detectors from the panel.
The CZIM shall offer 2 separate zones, 2 Aux power circuits and shall monitor the external
power supply and supervise the zone cables.
The CZIM shall allow Intermediate Alarm Storage, Dual detector & Dual group dependency
based on site applications.
The CZIM shall allow configuring the conventional zones with Different EOL and Alarm
resistor based on the existing detector type.
The CZIM shall either be din rail mount or Surface mount.
The CZIM shall have the intelligence to detect faults like 4 wire shortetc
The CZIM shall be EN54 /UL approved
Manual Call Points
The Manual call points (MCP) used in the building shall confine to the relevant standards
having the following features
Manual call points shall be of Double action - break glass type with Push Button.
The mounted arrangement shall be such that it can be either surface mounted or flush
mounted.
Each addressable MCP will comprise of an electronic circuit built into it to provide addressing
capability.
The MCPs shall be provided with inbuilt fault isolator. (The bidder shall consider a external
isolator if not inbuilt)
The MCP shall have a LED to indicate Alarms
The MCP shall be EN54/UL approved
F.

Control relay module(CRM)

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

199
The Control Relay Modules used in this Building shall confine to the relevant standards
having the following features
1)

The CRM shall provide a dry potential contact o/p for activating a variety of auxiliary
devices and other fire fighting / ventilation equipment.

2)

The CRM shall have inbuilt fault isolator module.(bidder shall consider external isolators if
not inbuilt)

3)

It shall have a capability of handling at least 1A @ 30VDC to integrate with third party
system.

4)

The CRM shall be addressable either by Dip switch or by the Panel.

5)

The CRM shall be loop powered and shall be EN54/UL approved.

G.

Monitor Module (Input module)(MM)


The Monitor Modules used in this Building shall confine to the relevant standards having the
following features

6)

The MM shall provide 2 inputs and these inputs shall work independently to monitor 3rd
party devices and shall allow to program with different parameters.

7)

The MM shall have inbuilt fault isolator module.(bidder shall consider external isolators if
not inbuilt)

8)

The MM shall be programmed to monitor contacts, Voltage and EOL resistor as per site
applications.

9)

The MM when programmed to monitor contacts shall also allow to program to monitor either
open/close contacts.

10)

The MM shall be addressable either by Dip switch or by the Panel.

11)

The MM shall be loop powered and shall be EN54/UL approved.

H.

Sounder
The Sounder used in this Building shall confine to the relevant standards having the
following features

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

200
12)

The Sounder shall be a Addressable loop powered sounder. (Bidder shall consider external
power supply, cable, conduits, modules required for activating externally powered sounders
and include the costing as part of the item Sounders)

13)

The Sounder shall have inbuilt fault isolator module.(bidder shall consider external isolators
if not inbuilt)

14)

The Sounder shall either be addressed by Dip switch or by the Panel.

15)

The Sounder shall be placed in the detection loop only and a separate loop or cables for
sounders shall not be used

16)

The sounder shall have a sound pressure level of 90dB and the volume shall be adjusted from
the Fire Alarm Panel

17)

The sounder shall be capable of programming at least 32 different tones for alarm detection
in different floors or at different time intervals.

18)

The sounder shall be tested and maintained with ease from the FACP

19)

The Volume levels for Testing and Drill shall be programmed as per site conditions.

20)

The Sounder shall consume a minimal current of <5mA and thus allowing to connect atleast
25 loop powered sounders in the same loop.

1.1.2

The Sounder shall be capable of either accommodating a Flasher or a Detector and shall
work as Sounder cum strobe or Sounder cum detector base.

1)

The Sounder shall have a feature of synchronizing with other sounders in the loop.

2)

The Sounder shall be loop powered and shall be EN54/UL approved.

I.

Strobe
The Strobe used in this Building shall confine to the relevant standards having the following
features

3)

The Strobe shall be a Addressable loop powered Strobe. (Bidder shall consider external
power supply, cable, conduits, modules required for activating externally powered Strobes
and include the costing as part of the item Strobes)

4)

The Strobe shall have inbuilt fault isolator module.(bidder shall consider external isolators if
not inbuilt)

5)

The Strobe shall either be addressed by Dip switch or by the Panel.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

201
6)

The Strobe shall be placed in the detection loop only and a separate loop or cables for Strobe
shall not be used

7)

The Strobe shall have a red flash light and shall flash at minimum of 1Hz

8)

The Strobe shall be tested and maintained with ease from the FACP

9)

The Strobe shall also be part of Testing and Drill and shall be programmed as per site
conditions.

10)

The light output shall be at least 2 cd

11)

The Strobe shall consume a minimal current of 10mA and thus allowing connecting at least
10 loop powered strobes in the same loop.

12)

The Strobe shall be capable of either fixing it in a Sounder and shall work as Sounder cum
strobe as per site conditions.

13)

The Strobe shall be loop powered and shall be EN54/UL approved.

J.

Invisible/Flush Mount Detectors

The Flush Mount Detector used in this Building shall confine to the relevant
standards having the following features

1. The detector shall be microprocessor based and shall be capable of being completely flush
mounted in the steel-reinforced concrete or suspended ceiling.
2. The detector having a detection principle of two independent scattering light sensors with
sensing volumes directly beneath the detector with features of drift compensation ,
contamination detection by means of a third optical system, protection against insects by
means of a dual evaluation system , protection against external light in accordance with
EN54-7.
3. Should have chamber integrity monitoring, optical fault display , self monitoring of sensors,
programmable for timed automatic sensitivity selections with Junction Box and other
accessories as required.
4. All the detectors shall have a visible multi colour LED to indicate the healthiness / trouble /
alarm condition of the detector. The LED shall be located in such a way that it shall be visible
from all the 360 degree from below. In some cases where the visibility of the detector is
obstructed by cable trays, false ceiling etc. Facility for connecting the detector to a response
indicator has to be present. The response indicator derives the power to glow from the loop It
shall be with inbuilt fault isolators.(Detectors without Inbuilt Isolators may
be considered
with separate Isolator Base).
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

202
5. The detectors shall communicate the ambient reading to the FACP on time to time basis, and
the FACP shall make the decision about the current status of the detector, whether it is in
fire/pre-alarm/maintenance requirement etc.
6. The detector shall have at least 3 levels of sensitivity settings based on the application and
room where it is installed.
7. In case of a failure, panel shall allow to replace the detector with the same type without the
need of additional programming.
8. The detector shall have Intermediate Alarm Storage, Dual Detector Dependency, Dual group
Dependency features that shall be programmed based on site application.
9. The detector shall be capable of detecting both smoldering fires and open fires and shall be
EN54 /UL approved.
10. Additional accessories/tools shall be not be required for maintaining/cleaning the detector.
K.
Beam (Optical Beam) Smoke detector
The Beam detectors used shall confine to the relevant standards having the following features
17.

The beam detectors shall be a reflective type beam detector, with transmitter & receiver on
one end & prism on the other end.

18.

Beam detectors shall be externally powered via Conventional Zone Interface module
(CZIM). The module shall supervise the External Power Supply, Aux Power to the
Transmitter and Receiver.

19.

It will communicate to FACP through addressable CZIM so that each detector will have
individual address. The CZIM shall have inbuilt fault isolators.

20.

The beam detector shall be suitable to protect the distance from 10 meters to 100 meters
range.

21.

The beam detectors shall communicate the ambient reading to the FACP on time to time
basis, and the FACP shall make the decision about the current status of the detector, whether
it is in fire/pre-alarm/maintenance requirement etc.

22.

It shall have provision for Wall / ceiling mounting.

23.

Beam detector shall have Response time less than 20sec.

24.

The response threshold values, tests shall be as per NFPA 72.

25.

It shall have featured such that incase of accidental change of alignment, it shall report an
error, it shall raise a maintenance request to the FACP.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

203

SECTION - 3
SPECIFICATIONS FOR Public Address System
1. Zonal System Pre Amplifier:
6 zone system Pre-Amplifier shall be of single or dual channel operation, two inputs for call
stations, universal input for microphone/line with two speech optimized tone control, three inputs for
BGM selection and music optimized tone control, front panel zone selection for BGM and call
station, zone selection for calls, PC and trigger inputs for automated calls, alarm tones etc., and shall
be suitable for operation on 230 Volts AC/115 Volts DC supply complete as required.
2. Booster Amplifier:
480W Booster Amplifier shall be with Channels / zoning feature with the following functionalities: XLR inputs / output
Direct 100V input for power expansion
Excellent S/N >80dB
Input level control
Multiple outputs
Rated output wattage (RMS) 480W
Battery voltage 24Vdc (max. 10% deviation)
Frequency response 60Hz to 15 kHz (+1/-3dB)
Distortion
(at rated output power at 1kBz) <3%
Inputs XLR
Impedance 20k
Sensitivity 1.0 V balanced
SIN >80dB
3. Call Station for announcement:
24 V, 6 zone call station, unidirectional condenser microphone on flexible system, six zone selection
keys, all call key and momentary PTT-key for calls etc., shall be provided. The call station shall have
a metal base for stability, a flexible microphone stem and a uni-directional condenser microphone.
It shall be part of a sound amplification system, such that there is a direct connection between the
call station and a matching amplifier or between the call station and another call station in the
same system. The call station shall have a 5m interconnection cable terminated with a lockable 8pin DIN connector. It shall have a loop through connector to provide connection possibilities for
subsequent call stations.
The design of the call station shall allow for both flush mounting in desktops and for tabletop use.
The call station shall provide facilities to make calls to up to six selected zones in a PA system and
also have single button all-call selection. Selected zones shall be indicated with amber LEDs on the
call station and two additional LEDs shall give visible feedback on the active state of the
microphone and the system. A green LED shall indicate microphone on or chime active (flashing

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

204
LED); amber shall indicate that the system is occupied by a source with a higher priority or
operation error (flashing LED).
4. Ceiling Loudspeaker:
6 Watt compact recess mounting ceiling type speakers with line matching transformers
(Recessed Mounting type) as per requirement of site condition.
5. Wall mount loudspeaker:
6. Watt cabinet loudspeaker with built in LMT Suitable for indoor applications

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

205

C 3.2 - LIST OF PREFERRED MAKES OF EQUIPMENT AND MATERIALS


B.1
B.2

The equipment and materials to be used in the execution of this contract shall be selected
from the following list and confirm to UL / EN54
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.

B.3

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.4

All the Components of the system given below from Sl No 1 to 14 shall be of the same
manufacturer.

S. No.
1.
2.

3.
4.
5.
6.

7.
8.
9.
10.
11.

Item Description
Addressable type Fire Alarm Control
Panel
Addressable type Photo electric
Smoke Detector (light scattering
smoke sensor)
Addressable type Photo electric
Smoke Detector (optical sensor)
Addressable photoelectric duct type
smoke detector
Conventional type Reflective Beam
detector
Addressable, manual break the glass
unit ( Double action) with in-built
isolators
Addressable Control Relay Module
with in-built isolators
Addressable Input/output Module with
in-built isolators
Loop Powered Addressable sounder
with in-built isolators
Loop Powered sounder-cum-strobe
with in-built isolators
Pre amplifier

Manufacturer
NOTIFIER ( HONEYWELL)/ FIRE FINDER
(SIEMENS )/ BOSCH
NOTIFIER ( HONEYWELL)/ FIRE FINDER
(SIEMENS )/ BOSCH
NOTIFIER ( HONEYWELL)/ FIRE FINDER
(SIEMENS )/ BOSCH
NOTIFIER ( HONEYWELL)/ FIRE FINDER
(SIEMENS )/ BOSCH
NOTIFIER ( HONEYWELL)/ FIRE FINDER
(SIEMENS )/ BOSCH
NOTIFIER ( HONEYWELL)/ FIRE FINDER
(SIEMENS )/ BOSCH
NOTIFIER ( HONEYWELL)/ FIRE FINDER
(SIEMENS )/ BOSCH
NOTIFIER ( HONEYWELL)/ FIRE FINDER
(SIEMENS )/ BOSCH
NOTIFIER ( HONEYWELL)/ FIRE FINDER
(SIEMENS )/ BOSCH
NOTIFIER ( HONEYWELL)/ FIRE FINDER
(SIEMENS )/ BOSCH
NOTIFIER ( HONEYWELL)/ FIRE FINDER
(SIEMENS )/ BOSCH
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

206
12.

Booster amplifier

NOTIFIER ( HONEYWELL)/ FIRE FINDER


(SIEMENS )/ BOSCH

13.

Call station

14.

Speakers

15.

FRLS PVC insulated copper


conductor, single core cable

NOTIFIER ( HONEYWELL)/ FIRE FINDER


(SIEMENS )/ BOSCH
NOTIFIER ( HONEYWELL)/ FIRE FINDER
(SIEMENS )/ BOSCH
Anchor /Havells /Finolex /KEI

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

207

TECHNICAL SPECIFICATIONS

The work shall be carried out as per CPWD General Specifications for Electrical Works PartI & II, as amended up to date, relevant IE rules, BIS Specifications and standards and as per
directions of Engineer-in-Charge.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

208

Annexure - A
C 3. 3 SCHEDULE OF TECHNICAL DATA
Name of the Firm

1- Microprocessor Based Intelligent Analog Addressable Fire Alarm Control


Panel
DATA SHEET
Model Number

Manufacturer

No of Loops provided

No of Detectors that can be


connected per Loop
Voltage Range

Frequency range

Standby Current

Response time

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

209
LCD Display with
Backlighting (specify number
of characters)
Printer Interface (Printer
Interface)
Programmable Keypad

Password Protection

Real Time Clock and


Calendar
Tamper Resistant

Battery Charger

Standard Relays for Alarm


and Exception Reporting
UL certification Number

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

210

2. ANALOG ADDRESSABLE OPTICAL SMOKE DETECTORS


DATA SHEET
Model Number

Manufacturer

Voltage Range

Standby Current

LED Current

Sensitivity range

Air Velocity

Dimension

Temperature

Relative Humidity

Tamper Resistant

UL certification Number
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

211

3. ADDRESSABLE MANUAL CALL POINTS:


DATA SHEET
Model Number

Manufacturer

Dimension
Temperature
Relative Humidity
Normal Operating Voltage

Maximum SLC Loop


Voltage
Maximum SLC Loop Current
UL certification Number
4. ADDRESSABLE INPUT /OUTPUT MODULE
DATA SHEET
Model Number

Manufacturer

Dimensions
Temperature

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

212
Relative Humidity
Normal Operating Voltage

Maximum SLC Loop


Voltage
Maximum SLC Loop Current

UL certification Number

5. SOUNDER:
DATA SHEET

Model Number

Manufacturer

Tone Type

Power Consumption

Coil Type

Sound Output
Casing

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

213
Frequency

Flash Rate

6. Zonal System Pre Amplifier :


DATA SHEET
Model Number
Manufacturer

7. Booster Amplifier :
DATA SHEET
Model Number
Manufacturer

8. Call Station for announcement :


DATA SHEET
Model Number
Manufacturer

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

214

9. Ceiling Loudspeaker :
DATA SHEET
Model Number
Manufacturer

10. Wall mounted loudspeaker :


DATA SHEET
Model Number
Manufacturer

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

215

Annexure - B
C 3. 4 List of Technical Literature & Catalogue and any other information
The tenderer should furnish the list of technical literature & catalogues of the
Equipments offered.
Sl. No.

Data / Information

Remarks

Note: The above technical literature & catalogues of the Equipments shall be Uploaded
to the website in technical bid section

Date:-

Signature of Tenderer

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

216

C-4.1 ADDITIONAL CONDITIONS AND SPECIFICATIONS ( AirConditioning)


Name of work: - Construction of Dr. B.R. Ambedkar Learning Centre and 450 Nos. capacity
Auditorium with Steel Structure for National Institute of Technology (NIT) including Internal Water
Supply, Sanitary Installations, Drainage, Development works and Providing Internal Electrical
Installations & Fans, Power wiring, Street lighting, Ductable split AC units,, Fire Fighting, Fire Alarm
System and PA System etc. at Warangal, Telangana State.
1. GENERAL :
This specification covers manufacture testing as may be necessary before dispatch delivery at
site, all preparatory work assembly and installation, final testing, commissioning , and one
year guarantee period.
2.

The work shall be executed as per CPWD General Specifications for HVAC works 2004
where as applicable. CPWD General Specifications for Electrical Works Part I, II & IV as
amended up to date. Relevant IE Rules, relevant IS and as per directions of Engineer-inCharge.
These additional specifications & conditions are to be read in conjunction with above and in
case of variations; specifications given in the Additional Specifications & Conditions
shall apply. However nothing extra shall be paid on account of these as the same are to be
read along with schedule of quantities for the work.

3. SITE INFORMATION
The tenderer should, in his own interest, visit the site and familiarize him with the site
conditions before tendering.
4. SAFETY CODES AND LABOUR REGULATIONS
i) All the safety procedures outlined in the safety codes listed below shall be compiled with.
a) Safety Code for Mechanical Refrigeration.
b) Safety Code for air conditioning.
c) Code of Practice for Fire precautions in welding and cutting operations.
d) Code of Practice for safety and health requirements in electrical and gas welding and cutting
operations.
e) Code for safety procedure and practice in electrical works.
f) Safety code for scaffolds and ladders.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

217
In respect of all labour employed directly or indirectly on the work for the performance of the air
conditioning contractors part of work, the contractor at his own expense, will arrange for the
safety provisions as per the statutory provisions, B.I.S. recommendation, factory act, workmans
compensation act, CPWD code and instruction issued from time to time Failure to provide such
safety requirements would make the tenderer liable for penalty for Rs. 250/- for each violation.
In addition the Engineer-in-charge-, shall be at liberty to make arrangement and provide facilities
as aforesaid and recover the cost from the contractor.
ii) The contractor shall provide necessary barriers, warning signals and other safety measures
while laying pipelines, ducts cables etc. Or wherever necessary so as to avoid accident. He shall
also indemnify CPWD against claims or compensation arising out of negligence in this respect.
Contractor shall be liable, in accordance with the Indian Law and regulations for any accident
occurring due to any cause. The department shall not be responsible for any accident occurred or
damage incurred or claims arising there from during the execution of work. The contractor 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 contractor due to the above provisions thereof.
5.

RATES :

a)

The rates quoted by the tenderer, shall be firm and inclusive of all taxes (i/c works contract
taxes), duties and levies all charges for packing, forwarding, insurance, freight and delivery,
installation, testing, commissioning etc. at site i/c temporary constructional storage, risks, over
head charges, general liabilities/ obligations and clearance from concerned authorities.
However the fee for these inspections shall be borne by the department, on production of
supporting documents. Rates shall be excluded of services tax. Service tax shall be reimbursed
on production of proof.

b)

Octroi duty shall not be paid separately but octroi exemption certificate can be furnished by
the department on demand. However, the department is not liable to re-imburse the octroi duty
in case exemption certificates are not honored by the concerned authorities.

6.

COMPLETION PERIOD:
The completion indicated in the tender documents is for the entire work of supplying,
installation, testing, commissioning and handing over of the entire system to the satisfaction of
the Engineer-in-Charge.

7.

VALIDITY :
Tenders shall be valid for acceptance for a period of 90 days from the date of opening of price
bid.

8.

MOBILIZATION ADVANCE :
As written in concerned pages of NIT of Civil component

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

218

9.

INSURANCE & STORAGE :


All consignments are to be duly insured up to the destination from warehouse to warehouse at
the cost of the contractor. The insurance covers shall be valid till the equipment is handed over
duly installed, tested and commissioned.

10. WATCH AND WARD OF MATERIALS & EQUIPMENT


The AC Contractor shall, on supply of material and equipment for bonafide use on work at
site, shall continue to be responsible for the safe custody till they are installed in position,
tested, commissioned and handed over to the Engineer-in-charge. The AC contractor shall
furnish an unstamped receipt to the Engineer-in-charge for all the items of materials and
equipments so supplied at site before taking payment for the same.
11. VERIFICATION OF CORRECTNESS OF EQUIPMENT AT DESTINATION:
The contractor shall have to produce all the relevant records to certify that the genuine
equipment from the manufacturers / authorized dealers has been supplied and erected.
Certificate from the manufacturer authorized dealer regarding star rating shall be supplied by
the firm with serial no to certify that the split AC units are supplied with 5 star rating.
12. WORKS

TO BE ARRANGED BY THE DEPARTMENT

Unless otherwise specified in the tender documents, the following works shall be arranged by the
Department:
i) Subject to the availability, space for accommodating all the equipments and components involved
in the work. In case of non-availability of suitable space, the contractor shall arrange for the same for
which nothing extra shall be paid.

13. WORKS TO BE DONE BY THE CONTRACTOR


The following works shall be done by the contractor and thereof, their cost shall be deemed to
be included in their tendered cost-whether specifically indicated in the schedule of work or not:.
Nothing extra shall be paid on account of following works.
i)

Foundations for equipment including foundation bolts and vibration isolation spring/pads
where as required.

ii)

Suspenders, bracket and floor/wall supports for suspending/supporting ducts and pipes.

iii)

Sealing of all floor slab/ wall openings provided by the Department or contractor for pipes
and cables, from fire safety point of view, after laying of the same.

iv)

Painting of all exposed metal surfaces of equipments and components with appropriate
colour.
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

219
vi)

Making opening in the floor/ slabs / walls for carrying various pipes, ducts, cables etc. and
modification of existing opening in the floor / slab/wall wherever if already provided &
repairs the same to their original finish. Nothing extra shall be paid on this account.
vii) Suitable arrangement for fixing grills / diffusers as per directions of Engineer-in-charge.
Nothing shall be paid on this account.

viii) Making good all damages caused to the structure during installation and restoring the same
to their original finish.
ix) Water and electric supply for installation has to be arranged by the contractor at his cost.
x) MS / GI / PVC pipe sleeves in wall where as required for entry of cable, refrigerant pipes
etc.
xi) Necessary equipments for the commissioning / Site testing.
xii) Cement concrete pads for support etc. whereas required.
14.

15.

MACHINERY FOR ERECTION


All tools and tackles required for unloading/handling of equipments and materials at site,
their assembly, erection, testing and commissioning shall be the responsibility of the
contractor.
COMPLETENESS OF THE TENDER
All sundry equipments, fitting, assembly, accessories, items, foundation bolts, supports
termination lugs for electrical connection cable glands, junctions boxes and all other items
which are useful and necessary for proper assembly and efficient working of the various
equipment and components of the work shall be deemed to have been included in the tender,
irrespective of the fact whether such items are specifically mentioned in the tender or not.

16.
a.

b.

c.

17.

EXTENT OF WORK
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 required by the department. The term complete installation shall not only mean major
items of the plant and equipments covered by specifications but all incidental sundry
components necessary for complete execution and satisfactory performance of installation
with all layout charts whether or not those have been mentioned in details in the tender
document in connection with this contract.
Minor building works necessary for installation of equipment, foundation, making of
opening in floors wall & slabs and restoring to their original condition, finish and necessary
grouting etc. as reqd.
Opening for ducts,cables,refrigerant pipes,drain pipe, fresh air grill,return air grill in the
wall/floor etc. shall be made by the firm & nothing extra shall be paid on this account.
SUBMISSION OF PROGRAMME
Within fifteen days from the date of receipt of the letter of acceptance, the successful
tenderer shall submit his programme for submission of drawing, supply of equipment,
installation, testing, commissioning and handing over of the installation to the Engineer-incharge. This programme shall be framed keeping in view the building progress. Items like
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

220
ducting, piping etc. That directly affect the building progress shall be given priority.
18.

DISPATCH OF MATERIALS TO SITE AND THEIR SAFE CUSTODY


The contractor shall dispatch materials to site in consultation with the Engineer-in-charge.
Watch & ward however, shall be the responsibility of contractor. Programme of dispatch of
material shall be framed keeping in view the building progress. Safe custody of all
machinery and equipment supplied by the contractor shall be the responsibility of the
contractor till final taking over by the department.

19.

CO-ORDINATION WITH OTHER AGENCIES


The contractor shall co-ordinate with all other agencies involved in the work so that the
work of other agencies is not hampered due to delay in his work. Ducting, piping, cabling or
any other work, which directly affect the progress of building work, shall be given priority.

20.

QUALITY OF MATERIALS AND WORKMANSHIP

i)
ii)

The components of the installation shall be of such design so as to satisfactory function


under all conditions of operation.
The entire work of manufacture/fabrication, assembly and installation shall conform to
sound engineering practice. The entire installation shall be such as to cause
minimum transmission of noise and vibration to the building structure.

iii)

All equipments and materials to be used in work shall be manufactured in factories of


good repute having excellent track record of quality manufacturing, performance and
proper after sales services.

iv)

Thickness of the hard drawn refrigerant pipe shall not be less than 0.90 mm. No tolerance
shall be allowed.

v)

Manufacturers test certificate or any other relevant certificate for density of insulations
such as fiber glass rigid board & expended polystyrene shall be furnished by the firm for
verification.

vi)

Against item of split AC unit of schedule of work, heavy duty powder coated bracket or
MS stand shall be provided as per site requirement & direction of Engineer in Charge for
installation of outdoor unit of split type air conditioners.

21.

CARE OF THE BUILDING


Care shall be taken by the contactor during execution of the work to avoid damage to the
building. He shall be responsible for repairing all such damages and restoring the same to
the original finish at his cost. He shall also remove all unwanted and waste materials
arising out of the installation from the site of work from time to time.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

221

22.

CONTRACTOR LIABILITY FOR DAMAGES CAUSED AND IMPERFECTION


NOTICED WITHIN THE MAINTENANCE PERIOD
If the contractor or his working people or servants shall break, deface, injure or destroy
any part of the building, in which they may be working, or any building, road, road kerb,
fence, enclosure, water pipe, cables, drains, electric or telephones posts or wires, trees
grass or grassland, or cultivated ground contagious to the premises on which the work or
any part of it is being executed, or if any, damage shall happen to the work while in
progress from any cause whatever, or if any detect, shrinkage or other faults appear in the
work within 12 months after a certificate final or otherwise of its completion shall have
been given by the Engineer-in-charge arising out of defective or improper materials or
workmanship, the contractor shall upon a receipt of a notice in writing on that behalf
make the same good at his own expense, or in default, the Engineer-in-Charge may cause
the same to be made good by other workmen and deduct the expense from any sums that
may be then or at any time thereafter may become due to the contractor or from his
security deposit.

23.

INITIAL INSPECTION
i) Initial inspection of materials & equipments such as package type AC units & other
material etc. will be done by the Engineer-in-Charge or his representative at the
discretion of Engineer-in-Charge at manufactures works / authorized dealers premises.
For item/ equipment requiring initial inspection at manufactures works, the contractor
will intimate the date of inspection of equipments at the manufactures works before
dispatch. The contractor shall give sufficient advance notice regarding the dates
proposed for such inspection to the departments representative(s) to facilitate his
presence during inspection. Equipments will be inspected at the manufacturer/
authorized dealers premises, before dispatch to the site by the contractor. The cost of
the Engineers visit to the factory will be borne by the department. The requirement of
initial inspection can be waived off at the discretion of Engineer in Charge.
ii)

The department also reserves the right to inspect the fabrication job at factory and he
successful tenderer has to make arrangements for the same.

iii)

The materials duly inspected by engineer-in-charge or his authorized representative shall


be dispatch to site by the contractor.

24.

TEST CERTIFICATES
Copies of all documents of type test certificate of the package type AC units shall be
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

222
furnished by the firm.
25.

SAFETY MESURES
(i)

(ii)

All equipments shall incorporated suitable safety provisions to ensure


safety of the operating personnel at all times. The initial and final
inspection reports shall bring out explicitly the safety provisions
incorporated in each equipment
Safe access for maintenance and removal of all mechanical and electrical parts
shall be ensured. All parts requiring replacement, inspection or lubrication
shall be easily accessible.

26. FINAL INSPECTION & TESTING


After the installation work has been completed by the contractor he will conduct tests and
make adjustments as may be necessary to satisfy himself that the AC units / AC system are
capable of continuous trouble free running. There after he will offer to the department a
continuous running-in period of 12 hours. In case of multiple compressor installations, all the
compressors should be run by rotation or as per inbuilt features. The system will be operated
and a log of relevant parameters will be maintained during this period. The Record of inside
conditions will be made during this period.
The system will be said to have successfully completed the running-in-period, if no break
down or abnormal/ unsatisfactory operation of any machinery occurs during this period.
After this the AC system will be made available for beneficial use and it shall be taken over
by the department subject to guarantee clause mentioned in the NIT. This date of taking over
of AC system after trouble free operation during the running in period shall be the date of
acceptance.

27.

GUARANTEE

i)

The contractor shall guarantee the complete system to maintain the specified conditions
under all conditions of ambience and internal loads subject to the condition that designed
outside conditions & designed internal loads are not exceed.

ii)

All equipments shall be guaranteed for a period of 12 months from the date of acceptance
and taking over of installation by the Department against unsatisfactory performance
and/or breakdown due to defective design, material, manufacture, workmanship or
installation. The equipment or component or any part thereof so found defective during
the guarantee period shall be repaired or replaced free of cost to the satisfaction of the
Engineer-in-charge. In case it is felt by the department that undue delay in being caused
by the department at the risk & cost of the contractor. The decision of Engineer-in-charge
in this regard in this regard shall be final.
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

223
iii)

Any leakage due to defective design, manufacture, workmanship or installation during the
guarantee period shall be made good by the contractor free of charge.

28.
PAYMENT TERMS
a The following percentage of contract rates shall be payable against the stages of work shown
here in:
S.No
Package type AC units All other items except
Stage of Work
GI duct, all insulating
Material and
Refrigerant pipe
I

After initial inspection


70% of tendered rates
60% of tendered rates
(If any ) & delivery at
site in good condition on
pro-rata basis
II
On completion of pro90% of tendered rates
90% of tendered rates
rata installation
III
On commissioning and
100% of tendered rates
100% of tendered rates
completion of successful
running in period &
testing
Note: Payment of GI duct, all insulating material and refrigerant pipe shall be made
after installation on prorata basis.
29. DRAWINGS FOR APPROVAL ON AWARD OF THE WORK

a)

The contractor shall prepare & submit three sets of following drawings and get them
approved from the Engineer-in-charge before the start of the work. The approval of drawings
however does not absolve the contractor not to supply the equipments materials as per
agreement, if there is any contradiction between the approved drawings and agreement.
Layout drawings of the equipments such as wall mounted split AC & package type AC units
to be installed for various rooms

b)

Ducting drawings showing sizes, locations of grilles, diffusers, dampers & fresh air grills etc.

c)
30.

Any other drawing relevant to works.


COMPLETION DRAWINGS & DOCUMENTS
Three sets of the following laminated drawing shall be submitted by the contractor while
handing over the installation to the Department.
Layout drawings of the equipments

a)
b)

Duct layout drawing with their sizes and locations, and sizes and locations of all dampers,
grills & diffusers.

c)

Manufacturer technical catalogue of wall mounted split AC, package type AC etc.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

224

31.

AFTER SALES SERVICES


The contractor shall ensure adequate and prompt after sales services in the form of
maintenance, spares and personnel as and when required and shall minimize the breakdown
period. In case of equipment supplied by other manufacturers the firm shall furnish a guarantee
from the manufacturer for the same before the plant is taken over.

32.

TECHNICAL SPECIFICATION
(1)
All works such as GI ducting, Air outlet & inlet & miscellaneous AC works etc. shall
be carried out as per relevant chapter / clause of General specification for HVAC works
2004 as amended up to date and as per direction of Engineer-in-charge.
(2)

All electrical work shall be carried out as per General specifications for elect.
Works part I(Internal-2005) & part II (External-1994) as amended up to date.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

225
C 4. 2 LIST OF APPROVED MAKES OF EQUIPMENT & MATERIALS
S.N. Details of Equipment / materials
1
Air cooled ductable split Air
Conditioners
a) 22TR Capacity :

Make

1) Blue star Make, Model No.DSA2642R1


2) Voltas Make, Model No. ACDEU 220CKGIM &
ACDCUSC 110DGNIM
b) 11TR Capacity :
1) Blue star Make, Model No. DSA1322R1
2) Voltas Model No. ACDEU 110CZGIM &
ACDCUSC 55GNIM or 55YGNIM
3) Carrier Model No. 40LC012HC & 2 x 38LH066S
c) 3 TR Split type AC Units: Blue star/Diakin/Carrier
2

PVC pipe

Supreme / Polypack / Paras / Finolex / Kisan

GI sheet

Tata / SAIL /JSW Steel / National Steel Processor

Motorized fire damper

Caryaire / Ravistar / Dynacraft / Systemair

Actuator

Siemens / Belimo / ABB/Chandra Controls

AC Diffuser / Grills

Caryaire / Ravistar / Dynacraft / Systemair

Aluminum volume control

Caryaire / Ravistar / Dynacraft / Systemair

dampers
Nitrile rubber insulation.

Fiberglass rigid board.

UPTwiga Fiberglass /Kimmco / Owens corning / Lloyd


Insulations

10

Expanded Polystyrene (TF

Beard sell / Styrene Packaging & Insulation.

K-flex / Armacell / Armaflex / Accoflex/


Eurobatex/Totaline

quality)
11

Control cable.

Havells / / Finolex/ Anchor / KEI

12

XLPE insulated power cable.

Havells / / Finolex/ Cable Corporation of India / KEI


/Gloster
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

226

Annexure- (A)
C- 4. 3 SCHEDULE OF TECHNICAL DATA
S.
No.
1.

a)
b)
2.

a)
b)

Particulars
22TR Capacity ( Nominal cooling capacity 66000
Kcal./Hour )Ductable Package type AirConditioning units.
Make
Model No.
1 TR Capacity ( Nominal cooling capacity 33000
Kcal./Hour ) Ductable Package type AirConditioning units.
Make
Model No.

Guaranteed Data

Signature of the Contractor

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

227

Annexure - B
C- 4. 4 List of Technical Literature & Catalogue and any other information
The tenderer should furnish the list of technical literature & catalogues of the
Equipments offered.
Sl. No.

Data / Information

Remarks

Note: The above technical literature & catalogues of the Equipments shall be Uploaded
to the website in technical bid section

Date:-

Signature of Tenderer

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

228

C-5.1. ADDITIONAL CONDITIONS AND SPECIFICATIONS ( PA System &


Projection system)
Name of work: - Construction of Dr. B.R. Ambedkar Learning Centre and 450 Nos. capacity
Auditorium with Steel Structure for National Institute of Technology (NIT) including Internal
Water Supply, Sanitary Installations, Drainage, Development works and Providing Internal
Electrical Installations & Fans, Power wiring, Street lighting, Ductable split AC units, Fire
Fighting, Fire Alarm System and PA System etc. at Warangal, Telangana State.

The work shall be carried out strictly in accordance with the CPWD General Specification
for Electrical works, Part-I Internal 2013 and Part II 1994 (External) 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.

All materials used shall conform to relevant Indian Standard Specification and where ever
existing materials with ISI certification mark shall only be used.

The contractor shall have to obtain prior approval from Engineer -in -charge before placing
the order for any specific materials. The Engineer -in -Charge may approve any of the
makes /Brands out of the list of accepted makes (enclosed). All the materials to be used in
the work shall be got approved by the Engineer -in- charge prior to their actual in the work.

Bad workmanship shall be rejected in Toto.

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.

All the debris due to the electrical works shall be cleared every now and then and site shall
be kept clean by the contractor at all times.

The contractor is fully responsible to make his own arrangements for the watch and ward
of materials at site as well as the installations provided by him till such time the
installation / work is completed and handed over to the department in satisfactory working
condition for which no extra claim will be entertained on account of damage, theft,
pilferage etc., for the materials and installations.

The contractor shall make his own arrangement for all General and Special T & P required
for the work. No T & P items shall be supplied by the department.

The material to be used in the work shall be procured only from authorized source / dealers
/distributors and documentary evidence to this effect shall be submitted as and when
desired to the Engineer -in-Charge or his representative failing which the Engineer -in charge reserves the right to reject the materials in Toto.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

229
10

Price quoted shall be inclusive of all taxes, duties and works contract tax. VAT Tax as per
Telangana VAT rules (Presently @ 5%) will be deducted at source from the contractor's
bills and will be remitted to Telangana State Government. Service Tax should not be
included and will be reimbursed sapartely on production of the proof of paying the same.

11

The quantites given in schedule of work for all the items are tentative. The work shall
be carried out as per actual requirement and as approved by the Engineer -in Charge.
APVAT, Labour Cess, Income Tax and any other statutory deductions as applicable
shall be deducted at source from the contractor's bills and remitted to the AP State
Government. Service Tax paid to Service Tax authorities, if any, shall be reimbursed
ONLY on production of documents in support of having paid Service Tax to the
Service Tax authorities.

12

13

The work shall be carried out in the conference hall and meeting room of BIS, Hyderabad.

14

Guarantee for a period of 1 (One) year shall be given for the complete materials and work
done.
Th contactor shall visit the site before quoting

15
16

All necessary connectors & cables required for AV system integaration including
programming testing &commissioning shall be provided by the agency within the quoted
rates &.Nothing will be paid extra.

17

Any variations are acceptable in the system design & integration.

18

All necessary connectors & cables required to be used in the work shall be reputed makes
to meet the prescribed performance of the OEM of AV system.

19

All statutory / Mandatory recoveries in force and as notified by competent authority from
time to time shall be recovered from the bills of the agency.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

230
C- 5.2 ACCEPTABLE MAKES
Sl.No.
Central
1a

Item

Make

Speaker

Electro voice EVF 1122 S 126B


L' Acoustics Arcs Wide
Martin Audio F12+

1b

Left/ right speakers

Electro voice EVF 1152 S 96 B


L' Acoustics Arcs II
Martin Audio F15+

1c

Sub woofer speakers

Electro voice EVF 2151 DB


L' Acoustics SB15P (2Nos.)
Martin Audio S15+ (2Nos.)

Stage front fills / Under balcony delays

Electro voice EVU 2062 95B


L' Acoustics 8XT
Martin Audio CDD6

1f

Stage Monitor

Electro voice ZLX 12P


L' Acoustics 112P
Martin Audio LE1200LS

Dual channel power amplifier

2a

for central speaker and sub woofer

Electro voice Q 1212


L' Acoustics LA4
Martin Audio MA4.8Q

2b

Stage front fills / Under balcony delays

Electro voice Q 66
L' Acoustics LA4
Martin Audio MA2.8Q

Digital Signal Processor

Electro voice DC - ONE


L' Acoustics Amplifier
Martin Audio DX1.5

Audio Mixer

Yamaha
Australian Monitor or Beyer
Dynamics

1d &
e

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

231

Microphones
Electro voice PL 80A
Shure SM58
Sennheiser E935
Electro voice R 300 HD A
Shure GLXD24A-B58-Z2
Sennheiser ew 135 G3-GB

5a

Chorded vocal

5b

Wireless hand held Microphone:

5c

Wireless lapel Microphone:

Electro voice R 300 LA


Shure ULXS14/51
Sennheiser EW110 G3-A2

5d

Gooseneck microphone

Electro voice PC Desk top 18


Shure MX418S
Sennheiser MZH 3072+MAT
133-S

Speaker cable

Finolex/ Sommer

Microphone cable

Belden/ Kramer

Equipement rack

Valrack/Bestnet/RacKom/Netrack

Projector for video

Panasonic/ NEC/SHARP/EPSON

10

Motorised Screen

Liberty / GRAND VIEW

Note: Firm / Contractor may offer alternate models other than above.
However the department reserves the right to accept or reject the same.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

232
C- 5 . 3 TECHNICAL SPECIFICATION
The detailed specifications shall be as follows:1a

Central Speaker
Sl. no

Items
Frequency Responce(3db)
Frequency range(-10db)
Rotatable coverage
Axial sensitivity
Passive power handling
Impedence

Specification
58Hz-16KHz

Specification

(a)

Items
Frequency Responce(3db)

(b)

Frequency range(-10db)

(c)
(d)

Coverage
Sensitivity

41 - 18000 Hz
90degree horizontal x 60
degree vertical

(e)
(f)

System power handling


Impedence

(a)
(b)
(c)
(d)
(e)
(f)
1b

1c

1d
1e

Left/ right speakers


Sl. no

Sub woofer speakers


Sl. no
(a)
(b)
(c)
(d)

Items
Frequency Responce(3db)
Frequency range(-10db)
Coverage
Sensitivity

(e)
(f)

System power handling


Minimum Impedance

Stage front fills / Under balcony delays


Items
Sl. no
Frequency Responce((a)
3db)
(b)
Frequency range(-10db)
(c)
(d)

Max. SPL/1m

Coverage

(e)
(f)

System power handling


Impedence

49Hz-19KHz
120degreee x 60 degree
98 db (1w/1m)
500W continuous, 2000W peak
8 ohm (nominal)

70 - 14000 Hz

101 db (1w/1m)
500/1000/2000 Watts
(continuous/ program/ peak)
8 ohm (nominal)

Specification
40 - 2600 Hz
30 - 3200 Hz
Omni directional
101 db (1w/1m)
1000/2000/4000 Watts
(continuous/ program/ peak)
Bi-amp: 2.7 Biamp

Specification
100 - 16000 Hz Half Space
70 - 20000 Hz Half Space
90degree horizontal x 50
degree vertical
Continuous: 119, Peak: 125 dB
300//1200 Watts Watts
(continuous/ program/ peak)
8 ohm (nominal)

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

233
1f

Stage Monitor
Sl. no
(a)
(c)
(d)
(e)

Items
Frequency range
Coverage
Max. SPL/1m

Power rating

Specification
65 Hz - 18 kHz
90degree horizontal x 60
degree vertical
126 dB
1000W

Dual channel power amplifier

for central speaker


and sub woofer

Sl. no
(a)

(b)
(c)
(d)
(e)
(f)
(g)
(h)
2
b

Items
Amplifier Gain

Specification
32 db

Continuous Rated Power


(1 kHz, THD 1%)
2/4/8

1800 Watts/ 1200 watts/750


watts

Frequency Response
Maximum Bridged Output
4
Maximum Bridged Output
8

10 Hz - 40 kHz 1 dB

Impedence

2ohm/ 4 ohm/ 8 ohm

Signal-to-Noise Ratio
Total Harmonic Distortion

110 dB
0.03% or less

Dual channel power amplifier


Stage front fills / Under balcony delays
Items
Sl. no
(a)
Amplifier Gain
Continuous Rated Power
(1 kHz, THD 1%)
(b)
2/4/8
(c)
Frequency Response
(d)
(e)
(f)
(g)
(h)

Maximum Bridged Output


4
Maximum Bridged Output
8

3600 Watts
2400 Watts

Specification
32 db

900/600/380 watts watts

10 Hz - 40 kHz 1 dB
1800 Watts
1200 Watts

Impedence

2ohm/ 4 ohm/ 8 ohm

Signal-to-Noise Ratio
Total Harmonic Distortion

107 dB
0.03% or less

Items

Specification

Analog Inputs
Analog Outputs
Data Format

Two XLR, Two XLR THRU OUT


Six XLR

Digital Signal
3 Processor
Sl. no
(a)
(b)
(c)
(d)
(e)

Dynamic Range
Maximum Bridged Output
8

24 bit
111 dB unweighted, band
limited 22 Hz - 22kHz
1200 Watts

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

234
(f)
(g)
(h)
4

Audio Mixer
Sl. no
(a)

(b)

(c)
(d)

Frequency Response
Volatge
Input Impedance
(Balanced)

10 Hz - 22 kHz 0.5 dB
230V AC 50 Hz

Items
Input channels
Mono[MIC/LINE]
Mono/Stereo[MIC/LINE]
Stereo[LINE]
outPut put channels
STEREO OUT
MONITOR OUT
PHONES
AUX SEND
GROUP OUT
Bus
Input Channel Function
PAD

Specification

HPF

COMP

EQ HIGH
EQ MID
EQ LOW

5
a

Microphone
Chorded Vocal
Microphone:
Sl. no
(a)
(b)
(c)
(d)
(e)
(f)

Items
Audio Frequency
Response
Case Material
Connector Type
Element
Finish
Impedance, Low-Z
balanced

10 k

8
2
2
Six XLR
2
1
1
4
4
Stereo: 1, GROUP: 4, AUX: 4
26 dB (Mono)
80 Hz, 12 dB/oct
(Mono/Stereo: MIC only)
1-knob compressor
(Gain/Threshold/Ratio)
Threshold: +22 dBu to -8 dBu,
Ratio: 1:1 to 4:1, Output level:
0 dB to 7 dB Attack time:
approx. 25 msec, Release time:
approx. 300 msec
Gain: +15 dB/-15 dB,
Frequency: 10 kHz shelving
Gain: +15 dB/-15 dB,
Frequency: Mono 250 Hz 5
kHz peaking
Gain: +15 dB/-15 dB,
Frequency: 100 Hz shelving

Specification
80 Hz - 16,000 Hz
Die cast zinc
3-pin XLR
Dynamic
Textured Satin Black
600

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

235
(g)
(h)
(i)
(j)

5b

Wireless hand held


Microphone:
Sl. no
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
(j)
(k)

5c

Wireless lapel
Microphone:
Sl. no
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)

5d

Mic Type
Open Circuit Voltage
Polar Pattern
Power Requirement

Handheld
2.2 mV/Pascal
Supercardioid
Passive

Items
Antennas
Audio Frequency
Response
Case Material
Controls
Distortion (@ 1 kHz,
40 kHz deviation)
Dynamic Range
Element
RF Frequency Range
RF Output
RF Sensitivity
(12 dB SINAD)
Signal-to-Noise Ratio
(A-weighted)

Specification
Flexible TNC 1/2 Wave
80 Hz - 18kHz +/- 2dB

Items

Specification
Flexible TNC 1/2 Wave

Antennas
Audio Frequency
Response
Case Material
Controls
Distortion (@ 1 kHz,
40 kHz deviation)
Dynamic Range
Element

(j)

RF Frequency Range
RF Output
RF Sensitivity
(12 dB SINAD)

(k)

Signal-to-Noise Ratio (Aweighted)

Gooseneck microphone
Sl. no
(a)
(b)
(c)
(d)

Items
Case Material
Element
Finish
Frequency Response

Metal
on/off, Set, Up, Down, Sync
less than 1.0, 0.4 typical %
greater than 95 dB
PL22 Cardioid Dynamic
16 MHz
8 mW typical
less than 1.0 uV
greater than 100 dB

80 Hz - 18kHz +/- 2dB


Metal
On/Off, Set, Up, Down, Sync
less than 1.0, 0.4 typical %
greater than 95 dB dB
ULM18 Directional
Microphone
16 MHz
8 mW Typical
less than 1.0 uV
greater than 100 dB dB

Steel
Dual condenser (back-electret)
Non-reflective camera black
50 - 20,000 Hz

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

236
(e)
(f)

Equipement rack
Sl. no
(a)

Impedance, Low-Z
balanced
Wired/Wireless

200

Items
Basic Frame
Top & Bottom Cover

Specification
Steel folded
Intergrated to Frame with Cable
entry exit cut outs.

Front Door

Lockable Toughened Glass


Door OR Lockable Perforated
steel Door
Lockable Steel Door Plain
/Vented / Perforated.
Formed Steel

(b)

(c)
Rear Door
(d)
(e)
(f)

Mounting Angle
Std. Equipment
Mounting
Standard Mounting

(g)

10mm Sq. Slots.


Caster wheels (2 with Brake &
2 without Brake) OR Levelers
OR Plinth.

Projector
Sl. no
(a)

Wired

Items
Projector for video /
presentation

Motoriesed screen for video/presentation


Items
Sl. no
(a)
Motoriesed screen for
video/presentation

Audio Source palyer


Sl. no
(a)

Items
Audio Source palyer

Specification
8500 ANSI Lumens, WUXGA,
10000:1 Contrast ratio, 16:10
aspect ratio, 1 chip DLP
Projector

Specification
600 cms diagonal, 16:9 aspect
ratio motorised screen, matt
white type with suitable
mounting accessoreis

Specification
DVD player with USB

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

237

Central Public Works Department


C- 5. 4 SCHEDULE OF TECHNICAL DATA
ANNEXURE -A ( to be filled by contractor / firm )
1a

Central Speaker
Items
Sl. no
(a)

1b

Make and model


offered

Specification

Make and model


offered

Specification

Make and model


offered

Frequency Responce(-3db)

(b)

Frequency range(-10db)

(c)
(d)
(e)
(f)

Rotatable coverage
Axial sensitivity
Passive power handling
Impedence

Left/ right speakers


Items
Sl. no
(a)
Frequency Responce(-3db)
(b)
Frequency range(-10db)
(c)
Coverage
(d)
Sensitivity
(e)
System power handling
(f)
Impedence

1c

Sub woofer speakers


Items
Sl. no
(a)
Frequency Responce(-3db)
(b)
Frequency range(-10db)
(c)
Coverage
(d)
Sensitivity
(e)
System power handling
(f)
Minimum Impedance

1d

Stage front fills / Under balcony delays


Items
Sl. no
(a)
Frequency Responce(-3db)
(b)
Frequency range(-10db)
(c)
Coverage
(d)
Max. SPL/1m
(e)
System power handling
(f)
Impedence

1e

Specification

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

238
1f

Stage Monitor
Items
Sl. no
(a)
(c)
(d)
(e)

Make and model


offered

Specification

Make and model


offered

Specification

Make and model


offered

Specification

Make and model


offered

Frequency range
Coverage
Max. SPL/1m

Power rating

Dual channel power amplifier

for central
speaker and
sub woofer

Items
Sl. no
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
2
b

Specification

Amplifier Gain

Continuous Rated Power


(1 kHz, THD 1%) 2/4/8
Frequency Response
Maximum Bridged Output 4
Maximum Bridged Output 8

Impedence
Signal-to-Noise Ratio
Total Harmonic Distortion

Dual channel power amplifier


Stage front fills / Under balcony delays
Items
Sl. no
(a)
Amplifier Gain
Continuous Rated Power
(1 kHz, THD 1%) 2/4/8
(b)
(c)
(d)
(e)
(f)
(g)
(h)

Frequency Response
Maximum Bridged Output 4
Maximum Bridged Output 8

Impedence
Signal-to-Noise Ratio
Total Harmonic Distortion

Digital
Signal
3 Processor
Items
Sl. no
(a)
(b)
(c)
(d)
(e)

Analog Inputs
Analog Outputs
Data Format
Dynamic Range
Maximum Bridged Output 8

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

239

(f)

Frequency Response

(g)

Volatge

(h)

Input Impedance (Balanced)

Audio Mixer
Items
Sl. no
(a)

(b)

(c)
(d)

Specification

Make and model


offered

Specification

Make and model


offered

Input channels
Mono[MIC/LINE]
Mono/Stereo[MIC/LINE]
Stereo[LINE]
outPut put channels
STEREO OUT
MONITOR OUT
PHONES
AUX SEND
GROUP OUT
Bus
Input Channel Function
PAD
HPF
COMP
EQ HIGH
EQ MID
EQ LOW

Microphone
Chorded
Vocal
Microphone:
Items
Sl. no
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
(j)

Audio Frequency Response


Case Material
Connector Type
Element
Finish
Impedance, Low-Z balanced
Mic Type
Open Circuit Voltage
Polar Pattern
Power Requirement

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

240

5b

Wireless
hand held
Microphone:
Items
Sl. no
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
(j)
(k)

Specification

Make and model


offered

Specification

Make and model


offered

Specification

Make and model


offered

Antennas
Audio Frequency Response
Case Material
Controls
Distortion (@ 1 kHz, 40 kHz deviation)
Dynamic Range
Element
RF Frequency Range
RF Output
RF Sensitivity (12 dB SINAD)
Signal-to-Noise Ratio (A-weighted)

Wireless
lapel
Microphone:

5c

Items
Sl. no
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
(j)
(k)
5d

Antennas
Audio Frequency Response
Case Material
Controls
Distortion (@ 1 kHz, 40 kHz deviation)
Dynamic Range
Element
RF Frequency Range
RF Output
RF Sensitivity (12 dB SINAD)
Signal-to-Noise Ratio (A-weighted)

Gooseneck microphone
Items
Sl. no
Case Material
(a)
Element
(b)
Finish
(c)
Frequency Response
(d)
Impedance, Low-Z balanced
(e)
Wired/Wireless
(f)

Equipement rack
Items
Sl. no
Basic Frame
(a)
Top & Bottom Cover
(b)
Front Door
(c)

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

241
(d)
(e)
(f)
(g)

Rear Door
Mounting Angle
Std. Equipment Mounting
Standard Mounting

Projector
Items
Sl. no
(a)

Specification

Make and model


offered

Specification

Make and model


offered

Specification

Make and model


offered

Projector for video / presentation

Motoriesed screen for video/presentation


Items
Sl. no
(a)
Motoriesed screen for video/presentation

Audio Source palyer


Items
Sl. no
(a)
Audio Source palyer

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

242

Central Public Works Department

Annexure - B
C- 5. 5 List of Technical Literature & Catalogue and any other information
The tenderer should furnish the list of technical literature & catalogues of the
Equipments offered.
Sl. No.

Data / Information

Remarks

Note: The above technical literature & catalogues of the Equipments shall be Uploaded
to the website in technical bid section.

Date:-

Signature of Tenderer

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

243

C.1 SCHEDULE OF QUANTITIES (IEI & FANS)


(Price Bids to be Mandatory Filled & Upload by the Contractor)
Name of work :. Construction of Dr. B.R. Ambedkar Learning Centre and 450 Nos. capacity
Auditorium with Steel Structure for National Institute of Technology (NIT) including Internal Water
Supply, Sanitary Installations, Drainage, Development works and Providing Internal Electrical
Installations & Fans, Power wiring, Street lighting, Ductable split AC units, Fire Fighting, Fire Alarm
System and PA System etc. at Warangal, Telangana State.

S.No

Description of items

Quantity.

Unit

321

Point

220

Metre

250

Metre

275
220
226
200
150
150

Metre
Metre
Metre
Metre
Metre
Metre

Rate in
words and
figures

Amount in
Rupees

SUB HEAD - I (WIRING)


1

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 medium class PVC conduit, with modular
switch, modular plate, suitable GI box and earthing
the point with 1.5 sq.mm. FRLS PVC insulated
copper conductor single core cable etc as required.
a) Group C
Wiring for light/ power plug with 2X4 sq. mm FRLS
PVC insulated copper conductor single core cable in
surface/ recessed medium class PVC conduit
alongwith 1 No 4 sq. mm FRLS 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 medium class PVC conduit
alongwith 2 Nos 4 sq. mm FRLS PVC insulated
copper conductor single core cable for loop earthing
as required.
Wiring for circuit/ submain wiring with earth wire with
the following size of FRLS PVC insulated copper
conductor single core cable in surface/ recessed
PVC conduit as required.
a) 2 X 1.5 sq. mm + 1 X 1.5 sq. mm earth wire
a) 2 X 2.5 sq. mm + 1 X 2.5 sq. mm earth wire
b) 2 x 6 sq.mm +1 x 6 sq.mm earth wire
c) 4 X 6 sq. mm + 2 X 6 sq. mm earth wire
d) 4 X 10 sq. mm + 2 X 10 sq. mm earth wire
e) 4 X 16 sq. mm + 2 X 16 sq. mm earth wire

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

244
5

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.
a). 20 mm
b). 25 mm
Supplying and fixing of following sizes of medium
class PVC conduit along with accessories in
surface/recess including cutting the wall and making
good the same in case of recessed conduit as
required.

220
85

Metre
Metre

a) 25 mm
b) 32 mm
c) 40 mm
Supplying and drawing following sizes of FRLS PVC
insulated copper conductor, single core cable in the
existing surface / recessed PVC/Steel conduit as
required.
a). 6 x 2.5 sq. mm
b). 9 x 2.5 sq. mm
c). 9 x 4 sq. mm
Supplying and drawing following pair 0.5 mm dia
FRLS PVC insulated annealed copper conductor,
unarmored telephone cable in the existing surface/
recessed steel/ PVC conduit as required.

190
170
145

Metre
Metre
Metre

200
175
150

Metre
Metre
Metre

366

Metre

10

Each.

a) 1 or 2 module (75 mmx75 mm)


b) 3 module (100 mmx75 mm)
c) 6 Module (200mmx 75 mm)
d) 12 Module (200 mmx150 mm)
Supplying and fixing following modular switch/
socket on the existing modular plate & switch box
including connections but excluding modular plate
etc as required.

40
15
74
25

Each
Each
Each
Each

a) 5/6 Amps switch

224

Each

a) 2 Pair
9

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.

10

Supplying and fixing of following sizes/Modules, G


I box along with modular base & cover plate for
modular switches in recess etc as required.

11

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

245

12
13

b) 15/16 Amps switch


c) 3 pin 5/6 Amps socket outlet
d) 6 pin 15/'16 Amps socket outlet
e) Telephone socket outlet
Supplying and fixing brass batten/ angle holder
including connection etc. as required.
Supplying and fixing stepped type electronic fan
regulator on the existing modular plate switch box
including connections but excluding modular plate
etc. as required.
SUB HEAD - II (MCB DB & SDB's)
Supplying and fixing following way single pole and
neutral sheet steel, MCB Distribution board 240
volts on surface/recess complete with tinned copper
busbar, neutral busbar, earth bar, din bar,
interconnections, powder painted including earthing
etc., as required ( But without MCB/RCCB/Isolator)
a) 2 + 12 way / 14 way, Double door
Supplying and fixing following way, horizontal type
three pole
and neutral, sheet steel, MCB
distribution board, 415 volts, on surface/ recess,
complete with tinned copper bus bar, neutral bus
bar,earth bar, din bar, interconnections, powder
painted including earthing etc. as required. (But
without MCB/RCCB/Isolator)
a) 4 way (4 + 12), Double door

113
220
149
18

Each
Each
Each
Each

40

Each

62

Each

Each

8
8

Each
Each

a). 4 way (4 + 12), Double door


Supplying and fixing 5 amps to 32 amps rating,
240/415 volts, "C" curve, miniature circuit breaker
suitable for inductive load of following poles in the
existing MCB DB complete with connections, testing
and commissioning etc. as required.

Each

a). Single pole


b). Single pole and neutral
Supplying and fixing following rating, double pole,
240 volts, isolator in the existing MCB DB complete
with connections, testing and commissioning etc. as
required.

256
2

Each
Each

b) 8 way (4+24), double door, horizontal type


Supplying and fixing of following ways surface/
recess mounting, vertical type, 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 (but without MCB's and
incomer ) as required. (Note : Vertical type MCB
TPDB is normally used where 3 phase outlets are
required.)

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

246

8
9

a). 40 amps
Supplying and fixing following rating, four pole, 415
volts, isolator in the existing MCB DB complete with
connections, testing and commissioning etc. as
required.

Each

a). 40 amps
b) 63 Amps
Supplying and fixing following rating, 415 volts, 'C'
series, miniature circuit breaker suitable for
inductive loads of following poles in the existing
MCB DB complete with connections, testing and
commissioning etc. as reqd. ( 10 KA Breaking
capacity )
a) 40 A Triple pole
b) 63 A Triple pole
Supplying and fixing single pole blanking plate in the
existing MCB DB complete etc. as required.
Supplying and fixing DP sheet steel enclosure on
surface/ recess along with 25/32amps 240 volts "C"
curve DP MCB complete with connections, testing
and commissioning etc. as required

8
8

Each
Each

8
8

Each
Each

32

Each

36

Each

SUB HEAD - III (MV CUBICAL PANEL)


Supplying, installation, testing and commissioning of
floor mounted indoor type cubicle panel of size not
less than 1.3m (Length) x 0.35m (Depth) x 1.25m
(Height) made out of 2 mm thick CRCA sheet for
frame work and covers, compartmentalized, dust
and vermin proof, hinged doors with knobs 3mm
thick gland plate i/c. cleaning and finishing with 7
tank process for powder coating in approved shade,
300 amps capacity TPN aluminium bus bars of high
conductivity, DMC/ SMC bus bar supports, PVC
sleeves, bottom base channel of ISMC 100 ( 9.2
Kg/m), G.I earth bar of size 25mm x 5 mm at the
rear for the entire width of the panel with 2 nos.
earth studs ,connections, from busbar to switchgear
and control wiring with required size solid aluminum
bus/ FRLS PVC insulated copper conductor cable of
suitable size, cable alley, cable gland plates
including providing and fixing the following
switchgear, as per attached specifications and
confirming to the CPWD general specifications partI(Internal) , part-II(External) part-IV (Sub station) as
amended upto date complete ., as required .
(I) Incomings:
a) 250 Amps four pole MCCB - 36 KA (( Ics=Icu)
with thermal magnetice release ) - 1 No.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

247
b) 4 Strip aluminium bus bars of 300 Amps capacity
with heat shrinkable coloured sleeves and i/c
DMC/SMC bus bars supports at required intervals
complete for cross section, size supports & their
spacing etc. including necessary cable lugs. - 1 Set.
III) Outgoings:
A) 125 Amps Four pole, 35 KA MCCB (Ics=Icu)
with thermal magnetic release and S/C protection 2 No.
B) (i).100 Amps Four pole 25, KA MCCB (Ics=Icu)
with thermal magnetic release and S/C protection 2 Nos.

(ii) Additional spare portion -3 Nos


C) Digital type Ammeter (0-250Amps) Class 1.5
accuracy With inbuilt selector switch and one set of
3 Nos CT's of ratio 300/5 A Class-I accuracy and 5
VA burden - 1 Set.
D) Digital type Volt meter (0-500V) Class 1.5
accuracy With inbuilt selector switch and protective
MCBs - 1 Set.
E) 3 Nos. Phase indication LED lamps with 2 Amps
back up MCB'S - 1 Set.
Supplying, installation, testing and commissioning of
floor mounted indoor type cubicle panel of size not
less than 1.30m (Length) x 0.40m (Depth) x 1.6m
(Height) made out of 2 mm thick CRCA sheet for
frame work and covers, compartmentalised, dust
and vermin proof, hinged doors with knobs 3mm
thick gland plate i/c. cleaning and finishing with 7
tank process for powder coating in approved shade,
400 amps capacity TPN aluminium bus bars of high
conductivity, DMC/ SMC bus bar supports, PVC
sleeves, bottom base channel of ISMC 100 ( 9.2
Kg/m), G.I earth bar of size 25mm x 5 mm at the
rear for the entire width of the panel with 2 nos.
earth studs ,connections, from busbar to switchgear
and control wiring with required size solid aluminium
bus/ FR PVC insulated copper conductor cable of
suitable size, cable alley, cable gland plates
including providing and fixing the following
switchgear, as per attached specifications and
confirming to the CPWD general specifications partI(Internal) , part-II(External) part-IV (Sub station) as
amended upto date complete ., as required .

Job

(I) Incomings:

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

248
a) 400 Amps four pole MCCB - 50 KA (( Ics=Icu)
with thermal magnetic release and S/C protection 1 No.
b) 4 Strip aluminium bus bars of 400 Amps capacity
with heat shrinkable coloured sleeves and i/c
DMC/SMC bus bars supports at required intervals
complete for cross section, size supports & their
spacing etc. including necessary cable lugs. - 1 Set.

III) Outgoings:
A) 160 Amps Four pole,25 KA MCCB (Ics=Icu)
with thermal magnetic release and S/C protection 3 No.
B) 125 Amps Four pole 25, KA MCCB (Ics=Icu)
with thermal magnetic release and S/C protection 4Nos.
C) 100 Amps Four pole 25, KA MCCB (Ics=Icu)
with thermal magnetic release and S/C protection 2 Nos.
D) Digital type Ammeter (0-400 Amps) Class 1.5
accuracy With inbuilt selector switch and one set of
3 Nos CT's of ratio 800/5 A Class-I accuracy and 5
VA burden - 1 Set.
E) Digital type Volt meter (0-500V) Class 1.5
accuracy With inbuilt selector switch and protective
MCBs - 1 Set.
F) 3 Nos. Phase indication LED lamps with 2 Amps
back up MCB'S - 1 Set.

Job

Each

Each
Cor NIL
Omi NIL

SUB HEAD - IV (LIGHTINING CONDUCTOR)


1

Providing and fixing of lightning conductor finial,


made of 25 mm dia 300 mm long, G.I. tube, having
single
prong
at
top, with
85
mm
dia 6 mm thick G.I. base plate including holes etc.
complete as required

Jointing copper/GI Tape (with another copper/GI


tape base of the finial or any other metallic object)
by riveting/nut bolting/sweating and soldering etc.,
as required.

AE(P)

Ins
Ovw
EE(P)

NIL
NIL

249
3

Providing and fixing G.I. tape 20 mm X 3 mm thick


on parapet or surface of wall for lightning conductor
complete as required. (For horizontal run)

Providing and fixing G.I. tape 20 mm X 3 mm thick


on parapet or surface of wall for lightning conductor
complete as required. (For vertical run)

5
6

Providing and laying G.I. tape 32 mm X 6 mm from


earth electrode directly in ground as required.
Providing and fixing testing joint, made of 20 mm X
3 mm thick G.I. strip, 125 mm long, with 4 nos. of
G.I. bolts, nuts, chuck nuts and spring washers etc.
complete as required.
Sub-Head-V (Earthing)
Earthing with G.I. earth plate 600 mm X 600 mm X 6
mm thick including accessories, and providing
masonry enclosure with cover plate having locking
arrangement and watering pipe of 2.7 metre long
etc. with charcoal/ coke and salt as required.
Providing and fixing 25 mm X 5 mm G.I. strip on
surface or in recess for connections etc. as required.
Sub-Head-VI (LAN System)
Supplying and drawing of Cat 6 UTP cable in the
existing surface / recessed PVC / MS conduit /
casing i/c connections, testing etc., complete as
required.

100

Metre

52

Metre

20

Metre

16

Each

set

75

Metre

350

Metre

24

Each

60

Each

Supply, installation, testing & commissioning of the


following UTP accessories i/c connections, etc.,
complete as required.
a) Cat 6 information out let with surface PVC box i/c
dual face plate.
Sub Head - VII (Fans and Fittings)

Supply of 1 x 36W box type fluorescent fitting,


ceiling suspension type with end caps, made with
epoxy white powder coated CRCA sheet steel,
reflecting MS cover plate held in position by fixing
arrangement, pre-wired with electronic ballast
complete with 1No 36 W, 4 feet fluorescent lamp
etc. for use on 230V, 50Hz, A.C supply and
installation, testing and commissioning of the same
directly on ceiling/ wall, including connection with
1.5 sq. mm FRLS PVC insulated, copper conductor,
single core cable and earthing etc. as required.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

250
2

Supplying, of 4 X 14 W recessed mounted high


efficiency energy efficient T5 luminaire with
transculent coloured wings and back reflector of
matte finish high purity aluminium, prewired with
electronic ballasts complete with 4Nos. 14 W T5
lamps lamp etc. for use on 230V, 50Hz, A.C supply
as required and installation of the same in the false
ceiling with chain as suspension support from truss
etc. including connections with 3 core PVC insulated
copper conductor cable testing and commissioning
etc. as required.

Supplying of 23/24 watt recess mounted LED down


light luminire with reliable heat management to
deliver a long lasting efficiant solutions and latest
LED technology of consistent light output, stable
color performance and high color rendering and
energy saving suitable for use on 230V, 50Hz, A.C
supply as required and installation of the same in
the false ceiling with chain as suspension support
from truss etc. including connections with 3 core
PVC insulated copper conductor cable testing and
commissioning etc. as required.
Supplying of LED recess mounted high Bay
Luminire with IP 65 LED light LM6 pressure die cast
with manufacturer LOGC embossed on housing,
having system Lumens not less than 7000 and
wattage not more than 75W suitable for Digital
Addresable Lighting Interface system (DALI)
Dimmable Driver and having Loop in Loop out for
copper wires including latest LED technology of
consistent light output, stable color performance and
high color rendering and energy saving suitable for
use on 230V, 50Hz, A.C supply as required and
installation of the same in the false ceiling with chain
as suspention support from truss etc. including
connections with 3 core PVC insulated copper
conductor cable testing and commissioning etc. as
required and installation, testing and commissioning
of ceiling fan, including wiring the down rods of
standard length (upto 30 cm) with 1.5 sq.mm FRLS
PVC insulated, copper conductor, single core cable
etc.as required.

110

Each

Each

42

Each

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

251
5

Supplying of 12/15 watt surface mounted mini


square LED luminire with unique aesthetic design
and latest LED technology of consistent light output,
stable color performance and high color rendering
and energy saving suitable for use on 230V, 50Hz,
A.C supply as required and installation, testing and
commissioning of the same directly on ceiling/ wall,
including connection with 1.5 sq. mm FRLS PVC
insulated, copper conductor, single core cable and
earthing etc. as required.

Supply of electric ceiling fan capacitor type with


double ball bearing complete with capacitor, 300
mm downrod, canopies, three number blades made
with aluminium alloy, suitable for single phase, AC
230 Volts, 50 Hz supply and conforming to class I of
IS: 374/1979 with amendment number 1 to 6 of
1400 mm sweep complete etc as required and
installation, testing and commissioning of the same
including wiring the down rods of standard length
(upto 30 cm) with 1.5 sq.mm FRLS PVC insulated,
copper conductor, single core cable etc.as required

98

Each

62

Each

66

Each

Job

75

Mtrs

Supply of following sweep exhaust fan, with three


blades made with engineering plastic suitable for
single phase AC 230 V, 50 Hz supply i/c louvers etc
as required and installation of the same in the
existing opening, including making good the
damage, connection, testing, commissioning etc. as
required.
a) 300 mm sweep, Heavy duty
Sub Head - VIII ( Dimmer controller for lighting)

Supplying Installation Testing and Commissioning of


6 presets Digital Addressable Lighting Interphase (
DALI ) dimmable controller with 6 LED buttons
complete with polycarbonate din rail enclosure,
multi functioning sensor and hand held remote
suitable for Operation on 230 Volts, 50 Hz single
phase AC supply i/c interconnection with cat-6 cable
etc. complete as required.
Sub Head - IX (MV CABLE SUPPLYING & LAYING)
Laying of one number PVC insulated and PVC
sheathed / XLPE power cable of 1.1 KV grade of
following size direct in ground including excavation,
sand cushioning, protective covering and refilling the
trench etc as required.
a).Above 95 sq. mm and upto 185 sq. mm

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

252
2

Laying of one number PVC insulated and PVC


sheathed / XLPE power cable of 1.1 KV grade of
following size in e existing RCC/ HUME/ METAL
pipe as required

a). Above 95 sq. mm and upto 185 sq. mm


20

Mtrs

Supply of following size aluminium armoured XLPE


power cable of 1.1KV grade confirming to IS 7098 (
Part I ) & ( Part II )with up to date amendment duly
ISI marked complete as required.
a) 3 1/2 x 120 sq.mm.
Supplying and making end termination with brass
compression gland and aluminium lugs for following
size of PVC insulated and PVC sheathed / XLPE
aluminium conductor cable of 1.1 KV grade as
required.
a). 3 X 120 sq. mm (45mm)

105

Mtrs

Each
Total Rs.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

253
C.2 Schedule of Quantities for fire fighting-Wet riser and Automatic Water Sprinkler
System (Price Bids to be Mandatory Filled & Upload by the Contractor)

Sl No.

Description of Item

Quantity

Unit

Rate in
words and
figures

Amount in
rupees

SUBHEAD I: PUMPSET , CONTROL PANEL &


CABLES
1

Electric Fire Pump


Supply and Installation, Testing and
Commissioning of electric motor driven main fire
pumpset suitable for automatic operation
comprising of:
a) 1 no. horizontal split casing centrifugal type
multistage fire pump of capacity 2280 litres per
minute at 56 metre head conforming to IS:1520
giving a pressure of 3.5 Kgf / sq cm at the
highest and farthest outlet from the pump with
pump casing of cast iron to grade FG 200,
IS:210-1978, and parts like impeller, shaft
sleeve, wearing ring etc. of noncorrosive metal
like bronze, brass or gun metal and shaft of
stainless steel with mechanical seal. The pump
shall be capable of giving a discharge of not less
than 150 percent of the rated discharge at a
head of not less than 65 percent of the rated
head. The shut off head shall be within 120 % of
the rated head.
b) 1 no. squirrel cage induction motor conforming
to IS: 325-1978 with class 'F' insulation, totally
enclosed fan cooled type, enclosure conforming
to IP55 protection clause
of IS 4691,
synchronous speed of 1500 rpm, continous duty
having a horse power rating necessary to drive
the above pump at 150 %of its rated discharge
with atleast 65 % rated head designed for
operation on 415 V, 50 Hz, 3 phase, AC supply.
c) common bed plate fabricated with MS channel
/ cast iron type for assembling the pump and the
motor, flexible coupling between the pump and
the motor with coupling guard for protection.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

254
D) Making cement concrete foundation suitable
for the above pumpset including vibration
isolation pads as necessary, foundation bolts,
brackets,clamp fixtures, grouting etc. in
accordance with the manufacturer's design and
as per standard requirements at site.

Set

Diesel Fire Pump


2

Supply, Installation, Testing and Commissioning


of standby fire pump set operated by diesel
engine suitable for automatic operation
comprising of:
a) 1 no. horizontal split casing centrifugal type
multistage fire pump of capacity 2280 litres per
minute at 56 metre head conforming to IS:1520
giving a pressure of 3.5 Kgf / sq cm at the
highest and farthest outlet from the pump with
pump casing of cast iron to grade FG 200,
IS:210-1978, and parts like impeller, shaft
sleeve, wearing ring etc. of noncorrosive metal
like bronze, brass or gun metal and shaft of
stainless steel with mechanical seal. The pump
shall be capable of giving a discharge of not less
than 150 percent of the rated discharge at a
head of not less than 65 percent of the rated
head. The shut off head shall be within 120 % of
the rated head.
b) 1 no. Diesel Engine conforming to BS
649/IS1601/IS 10002 all amended uptodate
complete with auto starting mechanism with a
speed of 1500 rpm cold starting type, multi
cylinder, vertical four stroke cycle, water cooled
developing suitable BHP at operating speed
specified to drive the fire pump capable of driving
continous non stop operation for 8 hours and
atleast 3000 hours of operation before major
haul, having 10 % over load capacity for one
hour in any period of 12 hours continous run,
capacity to accept full load within 15seconds
from the receipt of signal to start and complete
with following accessories.
1. Dynamically balanced fly wheel.
2. Flexible coupling with coupling guard.
3. Radiator with hoses, fan, water pump, drive
arrangement and guard.
4. Corrosion resistor.
5. Air cleaner (oil bath type/dry type)

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

255
6. Fuel service tank, support, semi rotary hand
pump and fuel oil filter with necessary pipe work.
7. Pump for lubricating oil and lubricating oil
filter.
8. Electric starting system comprising of
necessary batteries of required capacity, 24
volt(2 x 12 volt), starter motor etc. as per
specifications.
9. Residential type exhaust silencer with
necessary pipe work extended upto 1 m out side
pump house duly insulated with 50 mm thick
glass wool with 1.0 mm thick aluminium sheet
cladding.
10. Governor.
11. Instrument panel housing all the gauges
including tachometer and starting switch with key
for manual starting etc.
12. Necessary safety controls.
13. Engine shut down mechanism.
14. Suitable anti vibration mounting.
15. Stop solenoid for auto stop in the event of
fault with audio indication.
c) common bedplate fabricated with MS channel/
cast iron type for assembling the pump and the
engine, flexible coupling between the pump and
the engine with coupling guard for protection.

d) Making cement concrete foundation suitable


for the above pumpset including vibration
isolation pads as necessary, foundation bolts,
brackets, clamp fixtures, grouting etc. in
accordance with the manufacturer's design and
as per standard requirements at site.
Pressurisation Pump
Supply, Installation, Testing and Commissioning
of electric motor driven automatic pressurization
pump consisting of the following:

Set

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

256
a) 1 no. horizontal / vertical end suction
multistage/single stage pressurization pump
conforming to IS:325 having 200 litres per
minute at a head of 50 metre , pump casing of
cast iron FG200 IS: 210-1978, parts like impeller,
shaft sleeve wearing ring etc. of noncorrosive
metal like bronze, brass or gun metal and shaft
of stainless steel and mechanical seal.
b) 1 no. squirrel cage induction motor conforming
to IS: 325-1978 with class 'F' insulation, totally
enclosed fan cooled type, enclosure conforming
to protection class IP 55 of IS 4691 - 1968,
synchronous speed of 1500 rpm, continous duty
designed for operation on 415 V, 50 Hz, 3
phase, AC supply.
c) common bedplate fabricated with MS channel/
cast iron type for assembling the pump and the
motor, flexible coupling between the pump and
the motor with coupling guard for protection.
d) Making cement concrete foundation suitable
for the above pumpset including vibration
isolation pads as necessary, foundation bolts,
brackets, clamp fixtures, grouting etc. in
accordance with the manufacturer's design and
as per standard requirements at site.

Set

FIRE CONTROL PANEL


4

Supplying. installation, Testing & Commissioning


of electrical control panel of cubical construction,
floor
mounted
type,
fabricated out of 2mm. thick CRCA sheet
compartmentalised with hinged lockable doos,
dust and vermin proof, powder coated of
approved shade after 7 tank treatment, cable
alley, inter-connection, having switch gears and
accessories mounting and internal wiring,
earthing, complete in all respect suitable for
operation on 415 V, 3 phase, 50 HZ. AC supply
with enclosure protection class IP 42 as
required.
A. COMMON PANEL IN THE FIRE PUMP
HOUSE
I) Incomer:a. 320 A, 35 KA breaking capacity (Ics= 100%
Icu) 4 pole MCCB with thermal magnatice
release, rotary handle and spreader links,
suitable for operation on 415 V, 50 Hz - 1 no
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

257
b. Digital type Voltmeter with selector switches
and HRC fuses (0 - 500 volts) - 1 set
c. Digital type Ammeter with selector switch and
CTs (0 - 500 A) - 1 set
d. LED Type Phase indication lamps with HRC
fuses - 3 sets.
e.400 A capacity 4 strip
chamber.

aluminium busbars

Outgoing
a.
Main
fire
pump
160 A 3 pole MCCB 25 kA (Ics= 100% Icu) with
Thermal magnetic release, rotary handle and
spreader links, suitable for operation on 415 V,
50 Hz AC supply- 1 No.
b. Digital type Voltmeter with selector switches
and HRC fuses (0 - 500 volts) - 1 set
c. Digital type Ammeter with selector switch and
suitable CTs - 1 set
d. LED Type Phase indication lamps with HRC
fuses - 3 sets.
e. suitable HP fully automatic star/ delta starter
with over load protection, current sensing type
single phasing preventor complete with all
accessories and internal wiring required for
automatic operation- 1 No.
f. Selector switch for auto/ manual/off operation
- 1 Set
b.
Jockey
pump
63 A 3 pole MCCB 25 kA (Ics= 100% Icu) with
Thermal magnetic release, spreader links,
suitable for operation on 415 V, 50 Hz, with
suitable HP fully automatic star/ delta starter with
over load protection, current sensing type single
phasing preventor complete with all accessories
and internal wiring required for automatic
operation, selectror switch for lock/ remote, auto/
manual/ OFF operation.
b. Digital type Voltmeter with selector switches
and HRC fuses (0 - 500 volts) - 1 set
c. Digital type Ammeter with selector switch and
suitable CTs - 1 set
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

258
d. LED Type Phase indication lamps with HRC
fuses - 3 sets.
e. suitable HP fully automatic star/ delta starter
with over load protection, current sensing type
single phasing preventor complete with all
accessories and internal wiring required for
automatic operation- 1 No.
f. Selector switch for auto/ manual/off operation
- 1 Set
C.
Diesel
Engine
Control
Control for Diesel Engine comprising:(i) Auto/Manual selector switch & 3 attempt
starting device, timers and relays as required,
push buttons, start/stop in manual mode.
(ii) Indication lamp for High/ Low Lub.oil
pressure, High Water Temp.and Engine ON
indication.
(iii) Battery charger suitable for 12 V/ 24 V DC
with boost and tickle selector switch, 0--30 V DC
voltmeter, 0-20A DC Ammeter.
(iv)All standard relays and accessories for
automatic operation of diesel engine.
D. SYSTEM CONTROLLER
Designing, Supply, Installation, Testing and
Commissioning of system controller to control
operation of Main Electric Fire Pump, Diesel
Pump. Pressurisation Pump, Terrace Pump in
sequence as per specification consisting of
relays, timers, sensors, annunciation window for
fault indication, complete as per specification

1 job

LT POWER CABLES
Supplying and Laying of XLPE insulated, PVC
sheathed aluminium conductor armoured U.G
power cable of 1.1KV grade on surface/ in the
existing cable tray/ duct suitably clamped as per
the following size.
a. 3 1/2 x 120 Sq.mm

85

meter

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

259
6

Supplying and laying control wiring with


multicore copper stranded conductor of following
sizes PVC insulated, PVC sheathed armoured
under ground cable between various sensors
and system controller/starter etc.in pump house
& out side on surface/existing cable tray
complete with connections at both end with
glands, lugs for termination etc..as required.
(a) 8 x 2.5 sq.mm.
(b) 6 x 2.5 sq.mm.
(c) 4 x 2.5 sq.mm.
(d) 2 x 2.5 sq.mm.
(e) 3x 16sqmm
(f) 3x6sqmm

30
30
30
30
55
75

meter
meter
meter
meter
meter
meter

set

Supplying and making end termination with


brass compression gland & Al.lugs for following
sizes of PVC insulated, PVC sheathed/ XLPE
Al.conductor cables of 1.1 KV grade as required.
a. 3 1/2 x 120 Sq.mm
SH II : HYDRANTS AND PIPES

Internal Hydrants
Providing and fixing internal hydrants comprising
double headed double outlet stainless steel
landing valves conforming to type -B of IS: 52901977 with separate valves one on each of the
two heads, cap and chain arrangement of one
head of the outlet with an instantaneous pattern
female coupling suitable for connecting to hose
pipe and adaptor on the other head for first aid
hose reel connection, GI Tee tapping from the
wetriser, distant piece and any other accesories
as required.( Basement +3 floors - 2 risers)

each

Hose Pipes
2

Providing and installation of 63 mm dia. 15 m


long rubber lined woven jacketed hose pipe, type
-A (REINFORCED RUBBER LINED) of IS: 636 1988 complete with necessary instantaneous
spring lock type stainless steel coupling at the
ends to match with landing valve / hose pipe /
branch pipe complete as required
16

each
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

260
First Aid Hose Reel
3

Providing and installing first aid hose reel wall


mounting type equipment comprising of, hose
reel, hose guide, swinging type fixing bracket,
20mm dia 40 Mtr long high pressure hose tubing
conforming to IS: 1532 - 1969, 20 mm size
stainless steel nozzle and globe valve, stop cock
duly conforming to IS:884 - 1969.( for internal
hydrants)

each

2
2
2

each
each
each

2
2

each
each

each

Sluice Valves for Hydrants & Risers


4

Supplying and fixing, testing & commissioning of


double flanged sluice valve of rating PN 1.6 with
non rising spindle, bronze/gun metal seat, ISI
marked complete with nuts, bolts, washers,
gaskets, conforming to IS 780 of following sizes
as required.
a. 200mm
b. 150mm
c. 80mm
Non-return valves

Providing,
Installation,
testing
and
commissioning of dual plate non-retum valve of
following sizes confirming to IS: 5312 complete
with rubber gasket, GI bolts, nuts, washers
ete.as required.
a. 150mm
b. 80 mm
Fire Brigade Inlet for Sump

Providing and fixing one set of "SIAMESE" fire


brigade inlet with 4 way 63 mm dia
instantaneous male inlet stainless steel
couplings complete with plugs and chains,
necessary reducers, Tees, bends etc. as reqd.(
for sump)
Fire Brigade Inlet for risers

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

261
7

10

11

Providing and fixing one set of "SIAMESE" fire


brigade inlet with 2 way 63 mm dia
instantaneous male inlet stainless steel
couplings complete with plugs and chains,
necessary reducers, Tees, bends etc. as reqd.(
for main risers)
Air Vessel

each

each

each

20

mtr

27
42
65
60
60

mtr
mtr
mtr
mtr
mtr

Providing and fixing air vessel of continuous


welded construction and galvanized to IS: 4736 1968 fabricated of at least 10 mm thick MS plate,
with dished ends and supporting legs, 450 mm
dia. 2 m high complete with necessary air
release valve, safety valve, pressure gauge,
flange connection to the wetriser piping and air
release valve with necessary piping to meet the
functional requirements of the system.
Hydraulic Siren
Providing and fixing hydraulic siren, turbine type
with associated plumbing with heavy class GI
pipe with accessories fittings and isolating valve
etc. to indicate the flow of water in the wetriser
system.
Providing, laying, testing & commissioning of
Class 'C' heavy duty MS Pipe conforming to IS
3589 Part-I 2001 including fittings like
elbows,tees.flanges, tapers, nuts bolts, gaskets
etc., on surface and providing cement concrete
blocks as supports and painting with two or more
coats of synthetic enamel paint of required
shade complete as required
(a) Out side dia meter 219.1mm & wall thikness
6.3mm
Providing, laying, testing & commissioning of
Class 'C' heavy duty MS Pipe conforming to IS
1239 Part-I 1979 including fittings like
elbows,tees.flanges, tapers, nuts bolts, gaskets
etc., on surface and providing cement concrete
blocks as supports and painting with two or more
coats of synthetic enamel paint of required
shade complete as required
(a) 150mm dia
(b)80 mm dia
(c) 65mm dia
(d) 50mm dia
(e) 40mm dia

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

262

12

(f) 32 mm dia
(g) 25 mm dia
Supplying and fixing 63mm dia stainless steel
branch pipe with 20mm (niominal internal
diameter) size gun metal nozzle conforming to IS
903, suitable for instantaneous connection to
inetrconnect hose pipe coupling etc as required.

70
70

mtr
mtr

each

115

each

each

each

each

each

set

SUBHEAD III : AUTOMATIC SPRINKLER


SYSTEM
1

Providing, fixing, testing and commissioning of


15 mm size Quartzoid bulb type sprinkler with
temperature rating at 68C made out of forged
brass and in nickel chrome finish. (Quick
response
sprinklers)
a. Pendent /upright spray, ceiling or flush type.

Providing, fixing, testing and commissioning of


vane type water flow detector capable of
detecting flow in automatic sprinkler system as
required.

Providing and fixing of pressure transducer in


MS pipe line ( Pressure range 0 to 10 Kg/ Cm )
suitable for 12V/ 24V DC including connection
etc., as required.

Providing and fixing M.S. cabinet fabricated


from1.6mm thick M.S. sheet with full front glass
door and locking arrangement with suitable
shelves with holes suitable for storage capacity
of 20 spare sprinklers and one spanner properly
fixed in the shelves and cabinet painted fire red
with stove enameled of approved shade with
size 900 mm (W) x 300 mm (D)x 1000mm (H)
etc. as required.

Providing and fixing of pressure switches in MS


pipe line ( Pressure range 0 to 10 Kg/ Cm )
suitable for 12V/ 24V DC including connection
etc., as required.

SUB HEAD IV: EARTHING


Earthing with G.I. earth plate 600 mm X 600 mm
X 6 mm thick including accessories, and
providing masonry enclosure with cover plate
having locking arrangement and watering pipe
of 2.7 metre long etc. with charcoal/ coke and
salt as required

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

263
2

Providing and fixing 25 mm X 5 mm G.I. strip on


surface or in recess for connections etc. as
required.
30

metre

TOTAL

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

264
C.3 Schedule of Quantities for Addressable type Automatic Fire Alarm System
(Price Bids to be Mandatory Filled & Upload by the Contractor)
Sl.No.

Description

Quantity

Unit

Supply, Installation, Testing and Commissioning


of 2-loop addressable fire alarm control panel,
expandable upto 32 loops with 5.7 inch color
touch screen display for different colors- red for
alarm events & yellow for trouble etc. for easy
identification, in-built networking port, two
supervisory inputs, two position key switch and
USB port for programming suitable for handling
a minimum of 4000 detection points, 10,000
history events, menu driven user interface with
smart search etc. complete as reqd.

each

Supply, Installation, Testing and Commissioning


of intelligent, addressable, photoelectric smoke
detector with two integrated light-scattering
smoke sensors using 2 LEDs - blue & infrared, 2
in-built isolators, option for both soft & hard
addressing
capable
of
monitoring
Electromagnetic interference and reporting to the
control panel etc. complete as reqd.

84

each

Supply, installation, testing and commissioning


of flush mount (in suspended ceilings),
intelligent, adressable, photoelectric smoke
detector with two independent optical sensors,
one
pollution
sensor,
2 in-built isolators, option for both soft & hard
addressing, shall have color inserts to match the
ceiling color etc. complete as reqd.

each

each

each

Rate in words
& figures

Amount in
Rupees

Sub-Head -I ( Addressable Automatic Fire


Alarm System )
1

Supply, Installation, Testing and Commissioning


of intelligent addressable photoelectric duct type
smoke detector with 2 in-built isolators, option for
both soft & hard addressing etc. complete as
reqd. .

Supply, Installation, Testing and Commissioning


of Conventional type Reflective Beam detector
along with Interface module (to connnect to the
loop) , having a range of min. of 10 m and max.
of 100 m., 2 in-built isolators and shall power the
beam detectors etc. complete as reqd.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

265
6

10

Supply, Installation, Testing and Commissioning


of addessable, manual break the glass unit (
Double action) with in-built isolators, complete
with key etc. as required.
Supply, Installation, Testing and Commissioning
of Addressable Control Relay Module with inbuilt isolators for a maximun switching current of
5A @ 30V DC etc. complete as reqd.
Supply, Installation, Testing and Commissioning
of Addressable Input/Output Module with in-built
isolators, capable of line(resistance) monitoring
and contact monitoring, one input and one
output etc. complete as reqd.
Supply, Installation, Testing and Commissioning
of Loop Powered Addressable sounder with inbuilt isolators, red in color, programmable from
atleast 32 tone variants etc. complete as reqd.
Supply, Installation, Testing and Commissioning
of Loop Powered sounder-cum-strobe with inbuilt isolators, red in color, programmable from
atleast 32 tone variants etc. complete as reqd.

11

Supplying and drawing following sizes of FRLS


PVC insulated copper conductor, single core
cable in the existing surface /recessed steel/PVC
conduit as required.

a)

2 x 1.5 sq.mm
Sub-Head -II ( Public Address System for fire
alarm system)

Supplying,
Installation,
testing
and
commissioning of 6-zone system Pre-Amplifier
with single or dual channel operation, two inputs
for call stations, universal input for
microphone/line with two speech optimized tone
control, three inputs for BGM selection and
music optimized tone control, front panel zone
selection for BGM and call station, zone
selection for calls, PC and trigger inputs for
automated calls, alarm tones, suitable for
operation on 230 Volts AC/115 Volts DC supply
etc. complete as required.
Supplying,
Installation,
testing
and
commissioning of 480W Booster Amplifier with
XLR input/output, excellent S/N ratio> 80dB,
input level control, multiple outputs etc. complete
as reqd.

10

each

each

each

each

each

200

Metre

each

each

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

266
3

Supplying,
Installation,
testing
and
commissioning of 24V, 6-zone call station(part of
a sound amplification system) with unidirectional,
flexible condenser microphone, selection keys,
all call key and momentary PTT-key for calls, a
5m interconnection cable, loop through
connector for subsequent call stations, provide
facilities to make calls to up to six selected
zones in a PA system and also have single
button all-call selection. indication with amber
LEDs on the call station and two additional LEDs
for visible feedback on the active state of the
microphone and the system, green LED for
microphone on or chime active (flashing LED).

each

Supplying,
Installation,
testing
and
commissioning of 6 Watt, compact, recess
mounting speaker with line matching transformer
etc. complete as reqd.

27

each

16

each

700

Meter

Supplying,
Installation,
testing
and
commissioning of 6 Watt, indoor type, cabinet
loudspeaker with line matching transformer etc.
complete as reqd.
Supplying and drawing 2 core, 1 sq.mm, twin,
twisted speaker cable along in the existing
pvc/steel conduit etc. as required

Total Rs.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

267
C.4 Schedule of Quantities for Ductable split / split type Air conditioner units
(Price Bids to be Mandatory Filled & Upload by the Contractor)
Sl.No.

Description of Item

Supplying,
Installation,
Testing
and
Commissioning of following Capacity Air
cooled ductable split type Air conditioner fitted
with scroll compressor, air cooled condenser,
thermostatic expansion valve, direct expansion
evaporator coil, controls including first charge
of R-22 refrigerant etc. complete as required.

a) 22TR Capacity ( Nominal cooling capacity


66000 Kcal./Hour )
b) 11 TR Capacity ( Nominal cooling capacity
33000 Kcal./Hour )
Supplying,
Installation,
Testing
and
Commissioning of 3TR
split type
Airconditioner unit with reciprocating/Rotary
compressor including first charge of R-22
refrigerant having nominal cooling capacity
9000 Kcal/hr. in etc. complete as required.

Quantity

Unit

Each

Each

Each

330
220
110

Sq Mtr
Sq Mtr
Sq Mtr

12

Sq Mtr

20

Sq Mtr

Sq Mtr

Rate in
words

Amount

Supply,
installation,
balancing
and
commissioning of fabricated at site GSS
sheet metal rectangular/round
ducting
complete with neoprene rubber gaskets,
elbows, splitter dampers, vanes,hangers,
supports etc. as per approved drawings and
specifications of following sheet thickness
complete as required.
a) Thickness 0.63 mm sheet
b) Thickness 0.80 mm sheet
c) Thickness 1.00 mm sheet
Supplying & fixing of powder coated extruded
aluminium Supply Air Grills with aluminium
volume control dampers as per specifications

Supplying & fixing of powder coated extruded


aluminium Return Air Grills with louvers but
without volume control dampers complete as
required.

Supplying, fixing testing commissioning of


supply air diffusers of powder coated
aluminium with aluminium volume control
dampers with anti smudge ring & removable
core.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

268
7

Supplying, fixing testing commissioning of


Return
air diffusers of powder coated
aluminium without volume control dampers
with anti smudge ring & removable core.
Supply and fixing of acoustic lining of supply
air duct and plenum with 25 mm thick resin
bonded glass wool having density of 32
kg/m, with 25 mm X 25 mm GI section of 1.25
mm thick, at 600 mm centre to centre covered
with Reinforced Plastic tissue paper and 0.5
mm thick perforated aluminum sheet fixed to
inside surface of ducts with cadmium plated
nuts, bolts, stick pins, CPRX compound etc.
complete as required and as per
specifications.

Supply, installation, testing & commissioning


of thermal insulation with 25mm thick fibber
glass covered with aluminium foil for supply air
duct etc. complete as required as per
specifications.

10

Providing and fixing following size hard drawn


Copper refrigerant piping along with all
accessories, brazing, providing necessary
supports where ever required
including
providing 9mm thick Nitrile Rubber insulation
etc. complete as required.
a) 15mm
b) 22mm
c) 35mm

11

12

Supplying and fixing following size PVC


Conduit along with accessories as drain pipe
with 9 mm thick nitrile rubber insulation etc.
complete as required.
a) 32 mm dia
Supplying & fixing under deck insulation with
50 mm thick Fibreglass
covered with
Aluminium foil etc. complete as required.

10

Sq Mtr

150

Sq Mtr

400

Sq Mtr

30

Metre

180

Metre

160

Metre

110

Metre

500

Sq Mtr

Total

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

269

C.5 Schedule of Quantities for Audio PA system )


Price Bids to be Mandatory Filled & Upload by the Contractor)

S.No

Description

Quantit
y.

Unit

Each

Each

Each

Each

Rate in words
and figures

Amount in
Rupees

( Sub-Head-I PA System )
Supply, installation, testing and commissioning of
Line array Audio system system comprising of
following equipment / accessories including
providing and fixing necessary connectors,
mounting kits/accessories, patch cords, making
connections etc. complete as required.
Central Speaker: Line arrayable, full size 12",
120degree horizontal coverage angle, 8ohm
impedence, frequency range of 50Hz to19kHz 2way speaker cabinet with a sensitivity of 95dB SPL,
delivering 125dB SPL(max.) or more and peak
power output of 2000W.
Left/Right Speakers : Line arrayable, full size 15",
90-60degree horizontal coverage angle, 8ohm
impedence, frequency range of 41Hz to18kHz 2way speaker cabinet with a sensitivity of 100dB
SPL, delivering 125dB SPL(max.) or more and
peak power output of 2000W.
Sub Woofer speaker (central) : Line arrayable, full
size 15", 90-60degree horizontal coverage angle,
40hms impedence, frequency range of 30Hz to
3200Hz 2-way speaker cabinet with a sensitivity of
100dB SPL, delivering 135dB SPL(max.) or more
and peak power output of 4000W.
Stage front fills : Line arrayable, full size 6.5",
90degree horizontal coverage angle, 50degree
vertical coverage angle, 8ohm impedence,
frequency range of 70Hz to 20kHz 2-way speaker
cabinet with a sensitivity of 100dB SPL, delivering
125dB SPL(max.) or more and long term power of
300W and peak power output of 1200W.

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

270
e

Under balcony delays : Line arrayable, full size


6.5", 90degree horizontal coverage angle,
50degree vertical coverage angle, 8ohm
impedence, frequency range of 70Hz to 20kHz 2way speaker cabinet with a sensitivity of 100dB
SPL, delivering 125dB SPL(max.) or more and long
term power of 300W and peak power output of
1200W.
2

Each

Each

Each

Stage monitors: Self powered, 12" full range


speaker cabinet with built-in 1000W amplifier, DSP
control with presets, LCD display, integrated top
handle and pole mount facility, input/output jacks,
90degree horizontal coverage angle, 60degree
vertical coverage angle, delivering 125dB
SPL(max.)
Supply, installation, testing and commissioning of
Dual channel Power Amplifiers for Line array Audio
system speakers comprising of following equipment
/ accessories including providing and fixing
necessary connectors, mounting kits/accessories,
patch cords, making connections etc. complete as
required.
Central speaker/Sub-Woofer: Class H, Dual
channel power amplifier to suit the power
requirement with the following:
i) Maximum Midband Output Power: 1150W @ 4
ohms,1750W @ 2 ohms
ii) Max Bridged Output Power:3500W @ 4 ohms,
iii) Frequency Response: 20Hz - 20 KHz,
iv) THD: <0.03%,
v) Input impedence: 20kohm
vi) Signal to noise ratio : >108dB
vii) Built-in protection such as Peak current
Limiters, Temperature, DC, HF Short Circuit, Turn
on delay

Stage Front fills/Under balcony delays: Dual


channel power amplifier to suit the power
requirement with the following:
i) Max Midband Output Power: 600W @ 4 ohms,
900W @ 2 ohms
Max input level of +21dBu,
ii)
Max
Bridged
Output
Power:1800W
@ 4 ohms
iii) Frequency Response: 10Hz - 40 KHz
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

271
iv) THD: <0.03%
v) Max input level: +21dBu
vi) Input impedence: 20kohm,
vi)signal to noise ratio : >106dB
vii) Built-in protection such as Audio Limiters,
Temperature, DC, HF Short Circuit, Peak Current
Protection
3

Supply, installation, testing and commissioning of


Digital Signal Processor with 2 x XLR IN,
electronically balanced audio input, 6 x XLR OUT,
electronically balanced audio output with 2 x XLR
Thru out and 1x XLR AES/EBU IN digital input with
nominal Input Voltage of 1.23V / +4 dBu, maximum
input voltage of 8.7V / +21 dBu, input impedence of
10k Ohm, CMR of 80dB@1kHz, A/D & D/A
coversion of 24 bit sigma delta, THD+N <0.01%
etc. complete as required.

Supply, installation, testing and commissioning of


16 channel Audio Mixer with 16-Channel Mixing
Console, Max. 10 Mic / 16 Line Inputs (8 mono + 4
stereo), 4 GROUP Buses + 1 Stereo Bus, 4 AUX
(incl. FX), D-PRE mic. pre-amp with an inverted
Darlington circuit 1-Knob compressors, PAD
switch on mono inputs, +48V phantom power XLR
balanced outputs Internal universal power supply,
Rack Mount Kit etc. complete as required.
Supplying of following type Microphones:
Chorded Vocal Microphone with Dynamic
Neodymium Magnet element, frequency response
from 80Hz-16kHz, Super-Cardioid polar pattern,
sensitivity of 2.2mV/Pa and output impedence of
600 ohm.
Hand-held Wireless Microphone with Cardiod polar
pattern, Dynamic microphone, frequency response
RF
sensitivity
from
80Hz-18kHz,
< 1.0 Uv, Image rejection >55dB.

5
a)

b)

c)

d)

Lapel Wireless Microphone


with condensor,
frequency response from 100Hz-15kHz, Cardiod
polar
pattern,
RF
sensitivity
< 1.0 Uv, Image rejection >55dB.
Free-standing, 18-inch gooseneck Microphone with
multi-pattern condenser mic., on/off switch, mic.
status LED.
Supplying and drawing 2-core, 2.5 Sq.mm Speaker
cable in the existing conduit for loudspeakers.

Each

Each

Each

Each

Each

Each

Each

250

Metre
Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

272
7
8

Supplying of 2-core, shielded Microphone cable.


150

Metre

30

Each

Each

Each

Supplying of XLR/speak on/rca/phono Socket /


Connectors with accessories etc. complete as
required.

Supply and fixing of 24U Equipment rack with


lockable front operated perforated doors for
accomodating amplifiers, processor, mixer, DVD
player & Micro phones etc. complete as required.

10

Supply and fixing of Line Array frame coupling


bracket for speakers and sub-woofers etc.
complete as required.

Total

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

273

ABSTRACT OF COST OF CIVIL, E & M COMPONENTS


S.No

NAME OF THE COMPONENT

1.

TOTAL OF CIVIL COMPONENT (MAJOR


COMPONENT) - C =

2.

TOTAL OF ELECTRICAL COMPONENT (MINOR


COMPONENT ) - C1+C2+C3+C4+C5 =

3.

GRAND TOTAL = (C+C1+C2+C3+C4+C5) =

AMOUNT IN RUPEES

Cor NIL
Omi NIL
AE(P)

Ins
Ovw
EE(P)

NIL
NIL

You might also like