You are on page 1of 218

COMPOSITE NIT

N.I.T. No. : 09/CE/WZ-III/EE/MCD VI/CPWD/2017-18

Name of work:- Construction of Institute and hostel building (New Institutional


complex) of Family Welfare Training and Research Center (FWTRC), At New Panvel,
Navi-Mumbai including internal water supply, sanitary installation, drainage,
development work, Internal electrical installation,Automatic fire alarm system,Down
comer system,SITC of VRF Type Air conditioning , D.G. set, Sub station, pump set,
street light ,Passenger Lift & Solar water heating system etc. (BALANCE WORK)

For Civil Component: Rs.10,63,38,741/-

Composite Estimated Cost For Elect. Component: Rs. 3,38,63,419/-

Total : Rs. 14,02,02,160/-

Earnest Money Rs. 24,02,021/-

Performance Guarantee 5 % of tendered value.

Security
2.5 % of tendered value.
Deposit

Time Allowed 12 Months

Certified that this composite NIT contains Page 1 to Page 218 Only.

(Er. A. D. Kamble) (Er. Rishi Kumar)


Assistant Engineer (P) Assistant Engineer (P)(E)

(Er. Supinder Singh) (Er.K.K.R.Pillai)


Executive Engineer (P) Executive Engineer (P)(E)

(Er. Ajeet Kumar)


Superintending Engineer (P)

(Er. S. R. Jaurker)
Chief Engineer (WZ- III)
CPWD, Mumbai

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
1
1. INDEX

Name of work:- Construction of Institute and hostel building (New Institutional


complex) of Family Welfare Training and Research Center (FWTRC), At New Panvel,
Navi-Mumbai including internal water supply, sanitary installation, drainage,
development work, Internal electrical installation,Automatic fire alarm system,Down
comer system,SITC of VRF Type Air conditioning , D.G. set, Sub station, pump set,
street light ,Passenger Lift & Solar water heating system etc. (BALANCE WORK)

Page No.
S.No. Description

0. Composite NIT 1

1. Index 2–3

2. General Abstract of cost 4


3. Press Notice 5

4. Part- A 6

4.1 Information & instructions for Bidders for e-tendering 7 – 10

4.2 Form CPWD 6 11 – 17


4.3 Form CPWD-7 18 – 19

4.4 Integrity Pact 20 – 27


4.5 Proforma of Schedules: A to F (For Civil Component) 28-35
4.6 Equipment’s for Testing of Materials & Concrete at Site Laboratory 36-37
Plant and Equipment required to be Owned / Taken on lease by the
4.7 38
Contractor
4.8 Proforma of Receipt of deposition of original EMD 39

4.9 Proforma For Mandatory Tests 40

4.10 Form of Performance (Bank Guarantee) 41-42

4.11 Form of Earnest Money (Bank Guarantee) 43

4.12 Amendments of GCC 2014 44-62

63
(Part B)- Civil

5.1 Special Conditions 64-77


5.2 Additional Condition 78-79
5.3 Additional Conditions for Steel 80-81
Additional Conditions for Cement 82
5.4

5.5 Additional condition of contract for Green building practices 83-92

5.6 Particular specification 93-103

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
2
5.7 Guarantee Bond for Water proofing - Proforma 104

5.8 Guarantee Bond for Acrylic paint- Proforma 105

5.9 Guarantee Bond for Aluminium Work - Proforma 106-107

5.10 Guarantee for water proofing treatment 108


5.11 Special Condition for Acrylic painting
109

5.12 List of approved make of materials and Specialised agencies (Civil Works) 110-116

5.13 List of Architectural drawings 117


5.14 Abstract of cost for Civil Components 118

5.15 Schedule of Quantity for Civil Component 119-163

(Part C)- E & M 164


6
165
6.1 Index of Part C
166-171
6.2 Proforma of Schedule (A to F)
172-184
6.3 Addition terms and condition (Part- C)
185-187
6.4 List of Approved Make of Materials for Part –C
188
6.5 Abstract of cost of Electrical works

6.6 Schedule of Quantity for Electrical & Mechanical works (Part A to I) 189-218

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
3
2. GENERAL ABSTRACT OF COST

Name of work:- Construction of Institute and hostel building (New Institutional complex) of Family
Welfare Training and Research Center (FWTRC), At New Panvel, Navi-Mumbai including internal
water supply, sanitary installation, drainage, development work, Internal electrical
installation,Automatic fire alarm system,Down comer system,SITC of VRF Type Air conditioning ,
D.G. set, Sub station, pump set, street light ,Passenger Lift & Solar water heating system etc.
(BALANCE WORK)

S. No. Description of Sub- head Civil Electrical Total


Construction of Institute and
hostel building (New Institutional
complex) of Family Welfare
1 Rs.10,63,38,741/- 3,38,63,419/- Rs.14,02,02,160/-
Training and Research Center
(FWTRC), At New Panvel, Navi-
Mumbai
2 Total Rs.14,02,02,160/-

(Er.A. D. Kamble) (Er.Rishi Kumar)


Assistant Engineer (P) Assistant Engineer (P)E

(Er.Supinder Singh) (Er.K.K.R.Pillai)


Executive Engineer (P) Executive Engineer (P) E

(Er.Ajeet Kumar)
Superintending Engineer (P)

(Er.S. R. Jaurker)
Chief Engineer, WZ-III,

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
4
3 PRESS NOTICE

CENTRAL PUBLIC WORKS DEPARTMENT


(162 YEARS OF Engineering Excellence)
NOTICE INVITING e-TENDERS

The Executive Engineer, Mumbai Central Division-VI CPWD, 3rd Floor


Nishtha Bhavan( New CGO Bldg) 48, New Marine Lines Mumbai-400020
(Ph. No. 022-22003209/ Fax No. 022-22018140 e-mail:
eemcd6@gmail.com) invites on behalf of President of India on line
percentage rate composite bids on single bid system from eligible
contractors of composite category of CPWD for following work: NIT No.:-
09/CE/WZ-III/EE/MCD VI/2017-18, Name of work:- Construction of
Institute and hostel building (New Institutional complex) of Family Welfare
Training and Research Center (FWTRC), At New Panvel, Navi-Mumbai
including internal water supply, sanitary installation, drainage, development
work, Internal electrical installation,Automatic fire alarm system,Down
comer system,SITC of VRF Type Air conditioning , D.G. set, Sub station,
pump set, street light ,Passenger Lift & Solar water heating system etc.
(BALANCE WORK) Estimated Cost: - Rs.14,02,02,160/- (Civil:
Rs.10,63,38,741/- + E & M: Rs.3,38,63,419/-) Earnest money:-
Rs.24,02,021/- . Time of completion 12 (Twelve) months, Last time &
date of submission of Bid at 3.00pm on 04/08/2017

The tender forms and other details can be obtained from the website
www.tenderwizard.com/CPWD or www.cpwd.gov.in. The Press Notice is
also available on www.eprocure.gov.in

____________________________________
Not to be printed below this line

Executive Engineer (P)I Executive Engineer (P) E Superintending Engineer (P)


WZ- III, CPWD, Mumbai. WZ- III, CPWD, Mumbai. WZ- III, CPWD, Mumbai

Chief Engineer
WZ- III, CPWD, Mumbai- 20

* to be filled by EE

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
5
PART– A

Name of work:- Construction of Institute and hostel building (New Institutional


complex) of Family Welfare Training and Research Center (FWTRC), At New
Panvel, Navi-Mumbai including internal water supply, sanitary installation,
drainage, development work, Internal electrical installation,Automatic fire alarm
system,Down comer system,SITC of VRF Type Air conditioning , D.G. set, Sub
station, pump set, street light ,Passenger Lift & Solar water heating system etc.
(BALANCE WORK)

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
6
4.1 INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING
FORMING PART OF BID DOCUMENT

The Executive Engineer, Mumbai Central Division VI, C.P.W.D., 3rd Floor, Nishtha
Bhavan, (New CGO) Marine Lines, Mumbai- 400 020 on behalf of President of India invites
online percentage rate composite bids on single bid system from contractors of
appropriate class of composite category of CPWD for following work

receipt for deposition of


Last date and time of

Time & date of opening


documents as specified
original EMD and other
Estimated Cost put to

original EMD, copy of


Period of Completion

in the press notice


submission of bid,
Name of work &

Earnest Money
Location
NIT No.
S. No.

of bid
bid
1 2 3 4 5 6 7 8
including internal water supply, sanitary

conditioning , D.G. set, Sub station, pump set, street


system,Down comer system,SITC of VRF Type Air

light ,Passenger Lift & Solar water heating system etc.


alarm
work, Internal
Institutional complex) of Family Welfare Training and
Construction of Institute and hostel building (New

Research Center (FWTRC), At New Panvel, Navi-

Rs.14,02,02,160/-( Civil: Rs.10,63,38,741/-


E & M: Rs.3,38,63,419/-)
09/CE/WZ- III/EE/MCD VI/2017-18

AT 03.30 P.M. ON 04/08/2017


fire

04/08/2017 UPTO 3.00 P.M.


installation, drainage, development

Rs. 24,02,021/-
installation,Automatic

12 Months
(BALANCE WORK)
electrical

+
Mumbai

1.1 Contractors who are registered in cpwd in appropriate class shall be eligible to apply.
Joint ventures are not accepted.

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

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

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


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

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
7
5. But the bid can only be submitted after depositing Processing Fee in favour of ITI
Limited and uploading the mandatory scanned documents such as Deposit at call
Receipt or Fixed Deposit Receipts and Bank Guarantee of any Scheduled Bank
towards EMD in favour of respective Executive Engineer and other documents as
specified. The contractors already registered on the e- tendering portal will have
option to continue by paying tender processing fee up to one year from the date of
registration or to switch over to (new) registration without tender processing fee any
time. All new registrations from 01.04.2015 will be without tender processing fee.

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. 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). However if a tenderer quotes nil rates against each item in item rate
tender, the tender shall be treated as invalid and will not be considered as
lowest tenderer.
(Applicable for item rate tender only)

11. The eligible bidder shall quote percentage rate above or below for major component.
For minor component i.e. E & M components, the percentage above or below shall be
quoted separately for each sub work.
(Applicable for percentage rate tender only)

12. The building is targeted for 3 star rating from GRIHA secrateriat. In order to secure
these ratings, a high degree of responsibility and co- operation is necessary from the
contractors. All materials and systems to be used in the project are intended to
maximise 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 maximise 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.

The Contractors registered prior to 01.04.2015 on e-tendering portal of


CPWD shall have to deposit tender processing fee at existing rates (E-Tender
Processing Fee- Rs. 5750/- (Including service tax) shall be payable to M/s
ITI Limited” through their e-gateway by credit card, internet banking of
RGTS/NEFT facility), or they have option to switch over to the new
registration system without tender processing fee any time.

13. If any information furnished by the applicant is found incorrect at a later stage, he
shall be liable to be debarred from tendering/ taking up of works in CPWD. The

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
8
Department reserves the right to verify the particulars furnished by the applicant
independently.

14. It is mandatory to fill details/ upload scanned copies of documents as stipulated in bid
document. If such documents are not uploaded the bid become invalid and processing
fee if deposited shall not be refunded.

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

16. After submission of the bid the contractor can resubmit revised bid any number of
times but before last date of submission of bid.

Executive Engineer,
Mumbai Central Division VI,
C.P.W.D., 3rd Floor, Nishtha Bhavan,
Mumbai- 400 020

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
9
List of Documents to be scanned and uploaded within the period of bid
submission:

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


Receipt/FDR/ Bank Guarantee of any Scheduled Bank against EMD.
2. Copy of enlistment order
3. Copy of receipt for deposition of Original EMD issued from division office of any
Executive Engineer, CPWD including NIT issuing Executive Engineer, CPWD.
4. Certificate of registration for Sales Tax/ VAT/GST
5. Certificate of registration of Service Tax/GST
6. Permanent Account No. (PAN) issued by the Income Tax Department

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
10
4.2 CPWD – 6

NOTICE INVITING TENDER


GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

CPWD-6 for e-TENDERING

1. The Executive Engineer, Mumbai Central Division-VI CPWD, 3rd Floor Nishtha
Bhavan( New CGO Bldg) 48, New Marine Lines Mumbai-400020 (Ph. No. 022-
22003209/ Fax No. 022-22018140 e-mail: eemcd6@gmail.com) invites on
behalf of President of India on line percentage rate composite bids on single
bid system from eligible contractors of composite category of CPWD for
following work: NIT No.:- 09/CE/WZ-III/EE/MCD VI/2017-18, Name of work:
Construction of Institute and hostel building (New Institutional complex) of
Family Welfare Training and Research Center (FWTRC), At New Panvel, Navi-
Mumbai including internal water supply, sanitary installation, drainage,
development work, Internal electrical installation,Automatic fire alarm
system,Down comer system,SITC of VRF Type Air conditioning , D.G. set, Sub
station, pump set, street light ,Passenger Lift & Solar water heating system
etc. (BALANCE WORK)

2. 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.

2.1 The work is estimated to cost Rs.14,02,02,160/- (Civil: Rs.10,63,38,741/- + E & M:


Rs. 3,38,63,419/-). This estimate, however, is given merely as a rough guide.

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

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

4. The time allowed for carrying out the work will be 12 (Twelve) Months from the date
of start as defined in schedule ‘F’ or from the first date of handing over of the site,
whichever is later, in accordance with the phasing, if any, indicated in the bid
documents.

5.
i) The site for the work is available.
ii) The architectural drawings for the work are available.
iii) The structural drawings shall be made available, as per requirement of the
same as per approved programme of completion submitted by the contractor
after award of work.

6. The bid document consisting of list of drawings, 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, Architectural & structural drawings can be
seen on website www.tenderwizard.com/CPWD or www.cpwd.gov.in free of cost.
Architectural & Structural drawings are available in the office of Engineer-in-Charge.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
11
7. After submission of the bid the contractor can re-submit revised bid any number of
times but before last time and date of submission of bid as notified.

8. While submitting the revised bid, contractor can revise the bid percentage
above/below of civil and electrical components any number of times but before last
time and date of submission of bid as notified.

9. When the bids are invited in three stage system and if it is desired to submit revised
financial bid then it shall be mandatory to submit revised financial bid. If not
submitted then the bid submitted earlier shall become invalid.

9 (A) The contractor registers prior to 1/4/2015 on e-Tendering portal of CPWD shall have
to deposit tender processing fees at existing rates, or they have option to switch
over to the new registration system without tender processing fees at any time

10. Earnest Money of Rs.24,02,021/- in the form of Treasury Challan or Demand Draft
or Pay order or Banker‘s Cheque or Deposit at Call Receipt or Fixed Deposit Receipt
(drawn in favour of Executive Engineer, Mumbai Central Division VI, CPWD, Mumbai)
shall be scanned and uploaded to the e-Tendering website within the period of bid
submission. The original EMD should be deposited either in the office of Executive
engineer inviting bid or division office of any Executive Engineer CPWD within the
period of bid submission.(The EMD document shall only be issued from the place in
which the office of receiving division office is situated) The EMD receiving Executive
Engineer shall issue a receipt of deposition of earnest money deposit to the bidder in
a prescribed format(enclosed)uploaded by the tender inviting EE in the NIT.
This receipt shall also be uploaded to the e-tendering website by the
intending bidder upto the specified bid submission date and time.

A part of earnest money is acceptable in the form of bank guarantee also. In such
case, minimum 50% of earnest money or Rs. 20 lac, whichever is less, shall have to
be deposited in shape prescribed above, and balance may be deposited in shape of
Bank Guarantee submitted as part of earnest money of any scheduled bank having
validity for Ninety Days for single bid works and 120 days for two bid systems or
more from the last date of receipt of bids which is to be scanned and uploaded by the
intending bidders.

Copy of Enlistment Order and other documents as specified in the bidding document
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 the
bidding document shall have to be submitted by the lowest bidder only within a week
physically in the office of tender opening authority.

Online bid documents submitted by intending bidders shall be opened only of those
bidders, whose EMD deposited with any division office of CPWD and other document
scanned and uploaded are found to be in order.

The bid submitted shall be opened at 03:30 PM on 04/08/2017.

The contractors registered prior to 01/04/2015 on the e-tendering portal will have
option to continue by paying tender processing fee up to one year from the date of
registration, or to switch over to (new) registration without tender processing fee any
time. All new registrations from 01.04.2015 will be without tender processing fee.

11. The bid submitted shall become invalid and e-Tender processing fee shall not be
refunded if:
(i) The bidder is found ineligible.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
12
(ii) The bidder does not deposit original EMD with division office of any Executive
Engineer CPWD (The EMD document shall only be issued from the place in which the
office of receiving division office situated.)
(iii) 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
copy of the receipt of deposition of original EMD.
(iv) If any discrepancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted physically by the lowest bidder in the
office of bid opening authority.
(v) The bidder does not deposit physical EMD before opening of bid.
(vi) If a tenderer quotes nil rates against each item in item rate tender or does not quote
any percentage above/below on the total amount of the tender or any section/sub
head in percentage rate tender, the tender shall be treated as invalid and will not be
considered as lowest tender.

12. 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/Banker’s
cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay order of any
Scheduled Bank of any scheduled bank (in case guarantee amount is less than Rs.
1,00,000/-) or Government Securities or Fixed Deposit Receipts or Guarantee Bonds
of any Scheduled Bank or the State Bank of India in accordance with the prescribed
form. In case the contractor fails to deposit the said performance guarantee within
the period as indicated in Schedule ‘F’, including the extended period if any, the
Earnest Money deposited by the contractor shall be forfeited automatically without
any notice to the contractor. The earnest money deposited along with bid shall be
returned after receiving the aforesaid performance guarantee. The contractor whose
bid is accepted will also be required to furnish either copy of applicable
licenses/registrations or proof of applying for obtaining labour licenses, registration
with EPFO, ESIC and BOCW Welfare Board including provident fund Code No.if
applicable and also ensure the compliance of aforesaid provisions by the sub
contractors, if any engaged by the contractor for the said work and program chart (
time and progress) within the period specified in schedule ‘F’( modified vide OM
No.DG/MAN/342 dt. 22-12-2016)

13. The description of the work is as follows:

Name of work:- Construction of Institute and hostel building (New Institutional


complex) of Family Welfare Training and Research Center (FWTRC), At New Panvel,
Navi-Mumbai including internal water supply, sanitary installation, drainage,
development work, Internal electrical installation,Automatic fire alarm system,Down
comer system,SITC of VRF Type Air conditioning , D.G. set, Sub station, pump set,
street light ,Passenger Lift & Solar water heating system etc. (BALANCE WORK)

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

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
13
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.

14. 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.

15. 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.

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. 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.

18. 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 contractor's service.

19. The bid for the works shall remain open for acceptance for a period of
Ten/Fifteen/Thirty/Forty five/sixty (10/15/30/45/60) days from the date of
opening of bid in case of single bid system. 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.

20. 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:-
(a) The Notice Inviting Bid, all the documents including additional conditions,
specifications and drawings, if any, forming part of the bid as uploaded at the time of
invitation of bid and the rates quoted online at the time of submission of bid and
acceptance thereof together with any correspondence leading thereto.
(b) Standard C.P.W.D. Form 7 or other Standard C.P.W.D. Form as applicable.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
14
For Composite Bids.

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

20.1.2 The bid document will include following three components:


Part A:- CPWD-6, CPWD-7 including schedule A to F for the major component of the work,
amendments of General Condition of Contract (with up to date correction slips till
the last date of receipt of tender), Integrity pact, Integrity Agreement, Mile stone
for civil work, department of technical staff and recovery rates, list of equipment
for testing of materials and concrete at site laboratories, plant and equipment
required to be owned/ taken on lease by the contractors Proforma of Receipt of
EMD, Amendments of GCC 2014 .
Part B:- General / special conditions, additional condition for civil work , additional
condition for steel, additional condition for cement, additional conditions of contract
specific to green building practice, particular specification (General), particular
specification for AAC Blocks work, additional specification of RCC, RMC, Guarantee
Proforma in respect of water proofing work, Guarantee proforma for removal of
defects in respect of Acrylic paints, Guarantee for Aluminium Work, Guarantee for
water proofing tratement, special condition for Acrylic painting, list of approved
materials and specialised agencies , list of Architectural Drawings and
specifications and schedule of quantities applicable to major component of the
work.
Part C:- Schedule A to F for minor component of the work. (SE/EE in charge of major
component shall also be competent authority under clause 2 and clause 5 as
mentioned in schedule A to F for major components), General/ specific conditions,
specifications and schedule of quantities applicable to minor component(s) of the
work.
20.1.3 The eligible bidder shall quote percentage rate above or below for major
component. For minor component i.e. E & M components, the percentage above or
below shall be quoted separately for each sub work.
(Applicable for percentage rate tender only)

20.1.4 After acceptance of the bid by competent authority, the EE in charge of major
component of the work shall issue letter of award on behalf of the President of
India. After the work is awarded, the main contractor will have to enter into one
agreement with EE in charge of major component and has also to sign two or more
copies of agreement depending upon number of EE's/DDH in charge of minor
components. One such signed set of agreement shall be handed over to EE/DDH in
charge of minor component(s). EE of major component will operate Part A and Part
B of the agreement. EE/DDH in charge of minor component(s) shall operate Part C
along with Part A of the agreement.

20.1.5 Entire work under the scope of composite bid including major and all minor
components shall be executed under one agreement.

20.1.6 Security Deposit will be worked out separately for each component corresponding
to the estimated cost of the respective component of works.

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

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
15
20.1.8 The composite work shall be treated as complete when all the components of the
work are complete. The completion certificate of the composite work shall be
recorded by Engineer-in-charge of major component after record of completion
certificate of all other components.
20.1.9 Final bill of whole work shall be finalized and paid by the EE of major component.
Engineer(s) in charge of minor component(s) will prepare and pass the final bill for
their component of work and pass on the same to the EE of major component for
including in the final bill for composite contract.

Executive Engineer
MCD VI, CPWD, Mumbai

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
16
List of Documents to be scanned and uploaded within the period of bid
submission:

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


Receipt/FDR/ Bank Guarantee of any Scheduled Bank against EMD.
2. Copy of enlistment order
3. Copy of receipt for deposition of Original EMD issued from division office of any
Executive Engineer, CPWD including NIT issuing Executive Engineer, CPWD.
4. Certificate of registration for Sales Tax/ VAT/GST
5. Certificate of registration of Service Tax/GST
6. Permanent Account No. (PAN) issued by the Income Tax Department

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
17
4.3 CPWD-7

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

State Maharashtra Circle Mumbai Central Circle- II


Branch B&R Division Mumbai Central Division VI
Zone WZ-III

Percentage Rate Tender & Contract for Works

Tender for the work:- Construction of Institute and hostel building (New Institutional
complex) of Family Welfare Training and Research Center
(FWTRC), At New Panvel, Navi-Mumbai including internal water
supply, sanitary installation, drainage, development work, Internal
electrical installation,Automatic fire alarm system,Down comer
system,SITC of VRF Type Air conditioning , D.G. set, Sub station,
pump set, street light ,Passenger Lift & Solar water heating system
etc. (BALANCE WORK)

TENDER

I/ We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F
Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of
Contract, of 2014 with amendments up to the last date of submission of bid, clauses of
contract, Special conditions, Schedule of Rate & other documents and Rules referred to in
the conditions of contract and all other contents in the tender document for the work
Name of work:- Construction of Institute and hostel building (New Institutional complex)
of Family Welfare Training and Research Center (FWTRC), At New Panvel, Navi-Mumbai
including internal water supply, sanitary installation, drainage, development work, Internal
electrical installation,Automatic fire alarm system,Down comer system,SITC of VRF Type Air
conditioning , D.G. set, Sub station, pump set, street light ,Passenger Lift & Solar water
heating system etc. (BALANCE WORK) I/ We hereby tender for the execution of the work
specified for the President of India within the time specified in Schedule ‘F’ viz., schedule of
quantities and in accordance in all respect with the specifications, designs, drawing and
instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause
11 of the Conditions of contract of 2014 with amendments up to the last date of submission
of bid with such materials as are provided for, by, and in respect of accordance with, such
conditions so far as applicable.

We agree to keep the tender open for FORTY (45) days from the date of opening of bid
and not to make any modification in its terms and conditions.

A sum of Rs.24,02,021/- hereby forwarded in cash/receipt treasury challan/deposit at call


receipt of a scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a
scheduled bank/bank guarantee issued by a scheduled bank as earnest money. If I/We fail
to furnish the prescribed performance guarantee within prescribed period, I/We agree that
the said President of India or his successors representatives, in office shall without
prejudice to any other right or remedy, be at liberty to forfeit the said earnest money
absolutely. Further, if I/We fail to commence work as specified,

I/We agree that President of India or the successors representatives in office shall without
prejudice to any other right or remedy available in law, be at liberty to forfeit the said
earnest money and the performance guarantee absolutely, otherwise the said earnest
money shall be retained by him towards security deposit to execute all the works referred
to in the tender documents upon the terms and conditions contained or referred to those in
excess of that limit at the rates to be determined in accordance with the provision
contained in Clause 12.2 and 12.3 of the tender form.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
18
Further, I/We agree that in case of forfeiture of Earnest Money & Performance Guarantee
as aforesaid, I/We shall be debarred for participation in the re-tendering process of the
work.

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

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

Dated: …………..……………. Signature of Contractor

Witness: ***

Address: Postal Address


Occupation:

***to be filled by contractor

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is
accepted by me for an on behalf of the President of India for a sum of Rs..………*……….……..
(Rupee………..………………………………………*……………………………………………………………………….....………
………...).

The letters referred to below shall form part of this contract agreement:-

(a) *

(b) *

(c) *

For & on behalf of President of India

Signature ………………………………………

Dated:………….. Executive Engineer


MCD-VI CPWD, Mumbai

*to be filled by the Executive Engineer

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
19
4.4 INTEGRITY PACT

To,

………………………..,

………………………..,

………………………..

Sub: NIT No. …………………………………. for the work ……………...................

Dear Sir,

It is here by declared that CPWD is committed to follow the principle of


transparency, equity and competitiveness in public procurement.

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

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

Yours faithfully,

Executive Engineer

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
20
INTEGRITY PACT

To,

Executive Engineer,

………………………..,

………………………..

Sub: Submission of Tender for the work of ………………………....……………....

Dear Sir,

I/We acknowledge that CPWD is committed to follow the principles thereof as


enumerated in the Integrity Agreement enclosed with the tender/bid document.

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

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

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

Yours faithfully,

(Duly authorized signatory of the Bidder)

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
21
To be signed by the bidder and same signatory competent / authorized to sign the
relevant contract on behalf of CPWD.

INTEGRITY AGREEMENT

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

BETWEEN

President of India represented through Executive Engineer, .................................,

(Name of Division)

CPWD, ......................................................................., (Hereinafter referred as the

(Address of Division)

‘Principal/Owner’, which expression shall unless repugnant to the meaning or context


hereof include its successors and permitted assigns)

AND

...............................................................................................................................
.......

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

through .................................................................... (Hereinafter referred to as the

(Details of duly authorized signatory)

“Bidder/Contractor” and which expression shall unless repugnant to the meaning or


context hereof include its successors and permitted assigns)

Preamble

WHEREAS the Principal / Owner has floated the Tender (NIT No……………….

................................) (hereinafter referred to as “Tender/Bid”) and intends to award,


under laid down organizational procedure, contract for

...............................................................................................................................
......

(Name of work)

hereinafter referred to as the “Contract”.

AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land,
rules, regulations, economic use of resources and of fairness/transparency in its relation
with its Bidder(s) and Contractor(s).

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
22
AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into
this Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms
and conditions of which shall also be read as integral part and parcel of the Tender/Bid
documents and Contract between the parties.

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

Article 1: Commitment of the Principal/Owner

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

(a) No employee of the Principal/Owner, personally or through any of his/her family


members, will in connection with the Tender, or the execution of the Contract,
demand, take a promise for or accept, for self or third person, any material or
immaterial benefit which the person is not legally entitled to.

(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity
and reason. The Principal/Owner will, in particular, before and during the Tender
process, provide to all Bidder(s) the same information and will not provide to any
Bidder(s) confidential / additional information through which the Bidder(s) could
obtain an advantage in relation to the Tender process or the Contract execution.

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

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

Article 2: Commitment of the Bidder(s)/Contractor(s)

1) It is required that each Bidder/Contractor (including their respective officers, employees


and agents) adhere to the highest ethical standards, and report to the Government /
Department all suspected acts of fraud or corruption or Coercion or Collusion of which
it has knowledge or becomes aware, during the tendering process and throughout the
negotiation or award of a contract.

2) The Bidder(s)/Contractor(s) commit himself to take all measures necessary to prevent


corruption. He commits himself to observe the following principles during his participation
in the Tender process and during the Contract execution:

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
23
a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm,
offer, promise or give to any of the Principal/Owner’s employees involved in the
Tender process or execution of the Contract or to any third person any material or
other benefit which he/she is not legally entitled to, in order to obtain in exchange
any advantage of any kind whatsoever during the Tender process or during the
execution of the Contract.

b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular
to prices, specifications, certifications, subsidiary contracts, submission or non-
submission of bids or any other actions to restrict competitiveness or to cartelize in
the bidding process.

c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC
Act. Further the Bidder(s)/Contract(s) will not use improperly, (for the purpose of
competition or personal gain), or pass on to others, any information or documents
provided by the Principal/Owner as part of the business relationship, regarding
plans, technical proposals and business details, including information contained or
transmitted electronically.

d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses
of agents/representatives in India, if any. Similarly Bidder(s)/Contractor(s) of Indian
Nationality shall disclose names and addresses of foreign agents/representatives, if
any. Either the Indian agent on behalf of the foreign principal or the foreign principal
directly could bid in a tender but not both. Further, in cases where an agent
participate in a tender on behalf of one manufacturer, he shall not be allowed to
quote on behalf of another manufacturer along with the first manufacturer in a
subsequent/parallel tender for the same item.

e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose (with each tender
as per proforma enclosed) any and all payments he has made, is committed to or
intends to make to agents, brokers or any other intermediaries in connection with
the award of the Contract.

3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined
above or be an accessory to such offences.

4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge
in fraudulent practice means a willful misrepresentation or omission of facts or
submission of fake/forged documents in order to induce public official to act in
reliance thereof, with the purpose of obtaining unjust advantage by or causing
damage to justified interest of others and/or to influence the procurement
process to the detriment of the Government interests.

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

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
24
Article 3: Consequences of Breach

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

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


has committed a transgression through a violation of Article 2 above or in any other form,
such as to put his reliability or credibility in question, the Principal/Owner after giving 14
days notice to the contractor shall have powers to disqualify the Bidder(s)/Contractor(s)
from the Tender process or terminate/determine the Contract, if already executed or
exclude the Bidder/Contractor from future contract award processes. The imposition and
duration of the exclusion will be determined by the severity of transgression and
determined by the Principal/Owner. Such exclusion may be forever or for a limited
period as decided by the Principal/Owner.

2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the


Principal/Owner has disqualified the Bidder(s) from the Tender process prior to the award
of the Contract or terminated/determined the Contract or has accrued the right to
terminate/determine the Contract according to Article 3(1), the Principal/Owner apart from
exercising any legal rights that may have accrued to the Principal/Owner, may in its
considered opinion forfeit the entire amount of Earnest Money Deposit, Performance
Guarantee and Security Deposit of the Bidder/Contractor.

3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder


or Contractor, or of an employee or a representative or an associate of a Bidder or
Contractor which constitutes corruption within the meaning of Indian Penal code
(IPC)/Prevention of Corruption Act, or if the Principal/Owner has substantive suspicion in
this regard, the Principal/Owner will inform the same to law enforcing agencies for further
investigation.

Article 4: Previous Transgression

1) The Bidder declares that no previous transgressions occurred in the last 5 years with
any other Company in any country confirming to the anticorruption approach or with
Central Government or State Government or any other Central/State Public Sector
Enterprises in India that could justify his exclusion from the Tender process.
2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the
Tender process or action can be taken for banning of business dealings/ holiday listing
of the Bidder/Contractor as deemed fit by the Principal/ Owner.
3) If the Bidder/Contractor can prove that he has resorted / recouped the damage caused
by him and has installed a suitable corruption prevention system, the Principal/Owner
may, at its own discretion, revoke the exclusion prematurely.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
25
Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors

1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a


commitment in conformity with this Integrity Pact. The Bidder/Contractor shall be
responsible for any violation(s) of the principles laid down in this agreement/Pact by any of
its Subcontractors/sub-vendors.

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

3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact
between the Principal/Owner and the bidder, along with the Tender or violate its provisions
at any stage of the Tender process, from the Tender process.

Article 6- Duration of the Pact

This Pact begins when both the parties have legally signed it. It expires for the
Contractor/Vendor 12 months after the completion of work under the contract or till the
continuation of defect liability period, whichever is more and for all other bidders, till the
Contract has been awarded.

If any claim is made/lodged during the time, the same shall be binding and continue
to be valid despite the lapse of this Pacts as specified above, unless it is
discharged/determined by the Competent Authority, CPWD.

Article 7- Other Provisions

1) This Pact is subject to Indian Law, place of performance and jurisdiction is the Head
quarters of the Division of the Principal/Owner, who has floated the Tender.

2) Changes and supplements need to be made in writing. Side agreements have not been
made.

3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the
partners or by one or more partner holding power of attorney signed by all partners and
consortium members. In case of a Company, the Pact must be signed by a representative
duly authorized by board resolution.

4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this
Pact remains valid. In this case, the parties will strive to come to an agreement to their
original intensions.

5) It is agreed term and condition that any dispute or difference arising between the parties
with regard to the terms of this Integrity Agreement / Pact, any action taken by the
Owner/Principal in accordance with this Integrity Agreement/ Pact or interpretation
thereof shall not be subject to arbitration.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
26
Article 8- LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in addition to all the other legal
rights and remedies belonging to such parties under the Contract and/or law and the same
shall be deemed to be cumulative and not alternative to such legal rights and remedies
aforesaid. For the sake of brevity, both the Parties agree that this Integrity Pact will have
precedence over the Tender/Contact documents with regard any of the provisions covered
under this Integrity Pact.

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

...............................................................

(For and on behalf of Principal/Owner)

.................................................................

(For and on behalf of Bidder/Contractor)

WITNESSES:

1. ..............................................

(signature, name and address)

2. ...............................................

(signature, name and address)

Place:

Dated :

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
27
4.5 PROFORMA OF SCHEDULES FOR MAJOR COMPONENT (CIVIL)
(SEPARATE SCHEDULE FOR MINOR COMPONENT (ELECTRICAL) WORK IS PART C
of BIDDING DOCUMENT WHEREVER APPLICABLE)

SCHEDULE ‘A’

Schedule of quantities Major Component (C) Page: 119 to 163


Minor Component (E) Page: 164 to 218

SCHEDULE 'B'

Schedule of materials to be issued to the contractor.

S. Description of item Quantity Rates in figures & words Place


No. at Which the material will of
be charged to the issue
contractor

NIL

SCHEDULE 'C'

Tools and plants to be hired by the contractor

S. No. Description Hire charges per Place of Issue


day

NIL

SCHEDULE ‘D’

Extra schedule for specific requirements :


/document for the work, if any. : NIL

SCHEDULE ‘E’

Reference to General Conditions of Contract : General Conditions of Contract 2014 with


upto date correction slips till last date of
submission of Bid.

Name of Work Name of work:- Construction of Institute and hostel building (New
Institutional complex) of Family Welfare Training and Research Center
(FWTRC), At New Panvel, Navi-Mumbai including internal water
supply, sanitary installation, drainage, development work, Internal
electrical installation,Automatic fire alarm system,Down comer
system,SITC of VRF type Air conditioning , D.G. set, Sub station, pump
set, street light, passenger lift & Solar water heating system etc.
(BALANCE WORK)

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
28
Estimated cost of work

I. Composite Work Rs. 14,02,02,160/-


II. Civil Components Rs 10,63,38,741/-
III. Electrical Components Rs. 3,38,63,419/-
IV. Earnest Money Rs,24,02,021/-- and shall be returned
back on receipt of performance
guarantee.
V. Performance Guarantee 5% of tendered amount
VI. Security Deposit 2.5% of tendered amount

SCHEDULE 'F' (GENERAL RULES & DIRECTIONS)

Officer inviting tender : Executive Engineer,


Mumbai Central Division VI, CPWD, Mumbai
Definitions:
2(v) Engineer-in-Charge Major Component (C) : Executive Engineer,
Mumbai Central Div VI
Minor Component (E) : Executive Engineer,
MCED-III, Mumbai

2(viii) Accepting Authority Chief Engineer (WZ-III), CPWD, Mumbai

2(x) Percentage on cost of materials 15%


and Labour cover all to
overheads and profits
2(xi) Standard Schedule of Rates Major Component (C): DSR’ 2014 with
correction slips upto last date of submission of
tender and market rates.

Minor Component (E): DSR’ 2016 Elect. with


correction slips upto last date of submission of
tender and market rates.

2(xii) Department Central Public works Department (CPWD)

9(ii) Standard CPWD Contract Form CPWD Form 7 & GCC 2014 as modified &
GCC 2014 corrected up-to last date of submission of
tender.
Clause 1

(i) Time allowed for submission of 15 (Fifteen) days


Performance Guarantee (PG),
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 7 (Seven) days with late fee @


beyond the period provided in (i) 0.1% per day of the PG amount.
above

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
29
Clause 2

Authority for fixing compensation Superintending Engineer,


under clause 2 Mumbai Central Circle- II,
CPWD, Mumbai
Clause 2A

Whether Clause 2A shall be applicable No


Clause 5
Number of days from the date of 22 (Twenty two) days or
issue of letter of acceptance for date of handing over of site
reckoning date of start whichever is later

MILESTONES FOR CIVIL AND E & M WORKS

Amount to be with-held
Sl. Description of Milestone (Physical) Time in
( All floor levels are with reference to
No lower most allowed in case of non achievement
Ground level) months of each of the mile stone
(% of tendered amount
(from date of
Civil and relevant E&M
component)
of start)
1. Completion of RCC Works upto Terrace 6 Months 1.00 %

2 Completion of masonry works and internal


and external plaster 8 Months 1.00 %

3. Completion of all water proofing work inside


the building and Terrace level and work at
all floor levels including parapet walls, all
internal plumbing work for water supply and 10 Months 1.00 %
sanitary excluding fitting fixtures .

4. Completion of all works including internal


and external finishing, entire electrical work,
testing and commissioning of lift fire 11 Months 1.00%
fighting, fire alarm, substation, D.G.Sets and
Pump sets.
5. Clearing of site and handing over of
inventory, as built drawings and other
documentation as required under this scope 12 Months 1.00%
of agreement .

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
30
Withheld amounts on account of non-achievement of particular milestone shall be
released if and when subsequent milestone is achieved within respective time
specified. The main contractor will ensure that electrical components of the work are
executed in time without giving any chance for slippage of milestone an account of delay in
execution of associated electrical works by him. However, in case milestones are not
achieved by the contractor for the work, the amount shown against milestone shall be
withheld by the Engineer-In-Charge of the respective components.
Note: Intending tenderer may submit phasing of activities / milestones on the basis of their
resources and methodology at the time of tendering corresponding to physical milestones /
stages indicated in the above table. These shall be formed part of the agreement after
approval of the accepting authority, otherwise it would be assumed that agency agrees with
the above mentioned physical milestones.

Time allowed for execution of work : 12 Months

Authority to decide:

(i) Extension of time Superintending Engineer,


Mumbai Central Circle- II, CPWD, Mumbai

(ii) Rescheduling of mile stones Superintending Engineer,


Mumbai Central Circle- II, CPWD, Mumbai

(iii) Shifting of date of start in case of delay Superintending Engineer,


in handing over of site Mumbai Central Circle- II, CPWD, Mumbai

Clause 6, 6A

Clause applicable - (6 or 6A) : Clause 6, 6A


Clause Applicable
i) For works having estimated cost
more than Rs. 15 Lacs – Clause 6A
ii)For works having estimated cost
Rs.15 lacs or less – Contractor’s
option either of Clause 6 or Clause
6A (to be exercised at Tender
submission)
Clause 7

Gross work to be done together with net : Rs. 89 Lacs for Civil work
payment / adjustment of advances for
material collected, if any, since the last
such payment for being eligible to interim
payment

Clause 7A

No running account bill shall be paid


for the work : Applicable
till the labour licences, registration with EPFO,
ESIC and BOCW Welfare Board, whatever
applicable are submitted by the contractor to
the Engineer-in-Charge.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
31
Clause 10A

List of testing equipment’s to be provided by the: As per TABLE-1, Page no. 36-37
contractor at site lab

Clause 10B (ii)

Whether Clause 10 B (ii) shall be applicable: Yes

Clause 10C

Component of Labour expressed as 25%(for Civil


percent of value of work work)

Clause 10CA Applicable

Sl. Material covered Nearest Materials (other Base Price and its corresponding
No. under this clause than cement, period of all the materials covered
reinforcement bars and under clause 10 CA
structural steel) for
which all India
Wholesale Price Index to
be followed.
Base Price Corresponding
Period
1 Ordinary Portland Rs 6250/- Per MT June 2017
Cement (OPC)53
GRADE

2 Reinforcement bars
TMT-500D Rs 44560/- Per MT June 2017
(Primary
manufacturer)
3 Structural steel Rs 41000/- Per MT June 2017

Clause 10 CC Not Applicable

Clause 10CC to be applicable in contracts with


Stipulated period of completion exceeding the
Period shown in next column 12 months
Hence Clause 10 CC is not applicable for this work /
contract

Schedule of component of other materials, Labour, POL etc. for price escalation:-
Component of civil (Except materials covered under clause 10CA) /
expressed as percent of total value of civil work Xm ----
Component of labour expressed as percent of total value of work. ----
Component of P.O.L. expressed as percent of total value of work. ---- Nil

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
32
Clause 11

(a) Specifications to be followed for execution of CPWD Specifications 2009 volume-I &
Civil work II with corrections slips issued upto last
date of receipt of tender.
(b) Specifications to be followed for execution of As per Schedule F of Part C of bid
E & M work document

Clause 12

Type of work : Project & Original work

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 :
Please refer below

Major comp. (C) Minor Comp.(E)


12.2. & Deviation limit beyond which clauses
12.3 12.2 & 12.3 shall apply for building 30% 30%
work

12.5 i) Deviation Limit beyond which


clauses 12.2 & 12.3 shall apply for 30% NA
foundation work (except earth work)

ii) Deviation Limit for items in earth 100% NA


work subhead of DSR or related items

Clause 16

Competent Authority for deciding reduced rates. Superintending Engineer,


Mumbai Central Circle- II, CPWD,
Mumbai
Clause 18

List of mandatory machinery, tools & plants to


be deployed by the contractor at site:- As per TABLE-2, Page No. 38

Clause 25

Constitution of Dispute Redressal Committee

Claim amount Upto Rs.25 lakhs More than Rs.25 lakhs


Chairman Director (Works)(WR-I) Chief Engineer(WZ I, CPWD
CPWD, Mumbai. Mumbai
Member Two Executive Engineers other than Director (TLCQA) / Director
Secretary EE under whose jurisdiction the Works , CPWD, Mumbai
work falls one of whom shall be
Executive Engineer (Planning/HQ) &
who shall be members Secretary
Member Executive Engineer (P), O/O SE, Superintending Engineer
MCC I, CPWD , Mumbai Mumbai Central Circle I, CPWD
Mumbai.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
33
Note: The above constitution of Dispute Redressal Committee is subject to
change, for which necessary notification shall be issued by the competent
authority of the department, if required.

Clause36 (i)
Requirement of Technical Representative(s) and Recovery Rates
Requirement of Technical Rate at which
Staff recovery shall be
Minimum
Qualification Number made from the
experience in
Designation contractor in the
Construction
event of not fulfilling
(For Major Component) (Years)
provisions of clause
36(i)
I. Project Manager
with degree in
Principal Technical
corresponding 1 10 Years Rs. 30,000 per month
representative
decipline of
Engineering
II Graduate Engineer Technical
1 5 Years Rs. 25,000 per month
(Civil) Representative
III Graduate Engineer 2 21. Years Project/Site
Or Engineer & Project Rs. 15,000 per month
Diploma Engineer 2 5 Years planning/ Billing Per Person
(Civil) Engineer

Assistant Engineers retired from Government services who are holding Diploma will be
treated at par with Graduate Engineers. Diploma holder with minimum 10 year relevant
experience with a reputed construction company can be treated at par with Graduate
Engineers for the purpose of such deployment subject to the condition that such diploma
holders should not exceed 50% of requirement of degree 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 Engineers 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 DSR 2014 with correction slips upto
theoretical quantity of cement & bitumen last date of submission of tender
on the basis of Delhi Schedule of Rates
(ii) Variations permissible on theoretical
(a) quantities:
Cement
For works with estimated cost put to 2% plus / minus.
tender more than Rs. 5 lakh.
Bitumen for all works 2.5% plus only and nil on minus side.
(b) Steel Reinforcement and structural steel 2% plus / minus
sections for each diameter, section and
(c) category
All other materials Nil

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
34
RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

S. Description of Rates in figures and words at which recovery shall be made


No Item from the Contractor
Excess beyond permissible Less use beyond permissible
1. Cement Nil variation variation
Rs. 6250/- Per MT
2. TMT bars Fe 500 Nil Rs. 44,560/- Per MT
D

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
35
4.6 TABLE-1

Equipment’s for Testing of Materials & Concrete at Site Laboratory

All necessary equipment for conducting all necessary tests shall be provided at the site in
the well-furnished site laboratory of minimum size 25 feet x 15 feet by the contractor at his
own cost The following minimum laboratory equipment’s shall be set up at site office
laboratory:-

S. No. Equipment Numbers


(Minimum)

1. 100MT compression testing machine, electrical-cum-manually 1


operated)

2. Slump cone, steel plate, tamping rod, steel scale, scoop 5 (each)

3. Vicats apparatus with Desk pot 2

4. Megger & earth resistance tester 2

5. Pumps and pressure gauges for hydraulic testing of 1


pipes

6. Weighing scale platform type 100 Kg capacity 1

7. Graduated glass measuring cylinder 3

8. Sets of sieves of 450 mm internal dia for coarse aggregate 1


[100mm, 80mm, 40mm; 20mm; 12.5mm,
10mm; 4.75mm complete with lid and pan]

9. Sets of sieves
ieves of 200 mm internal dia for fine
ine aggregate
agregate 1
[4.75mm; 2.36mm; 1.18mm; 600 microns; 300 microns & 150
micron , with lid and pan]

10. Cube moulds size 150mmx150mmx150mm 20

11. Cube moulds size 70mmx70mmx70mm 6


12. Electronic balance 600gx0.1g., 10kg and 50 kg 1

13. Measuring jars 100ml, 200ml, 500ml 3 nos each size

14. Gauging trowels 100mm & 200mm with wooden 1 each


handle

15. Spatula 100mm & 200mm with long blade wooden 1 each
handle

16. Venier calipers 12” & 6” sizes 1 each

17. Digital PH meter least count 0.01mm 1each

18. Digital Micrometer least count. 0.01mm 1 each

19. GI tray 600x450x50mm, 450x300x40mm,300x250x40mm 1 nos each

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
36
20. Rebound hammer test digital rebound hammer 1

21. Screw gauge 0.1mm-10mm, least count 0.05 1

22. Motorized sieve shaker 1

23. Pruning Rods 2 Kg weight length 40 cm and ramming face 25 2


mm2

24. Extra Bottom plates for 15 cm cube mould 5

25. Iron Weight of 5 kg, 2 kg, 1 kg, 500 gm, 200 gm, 100 gm 1 each

26. Brass Weight of 50 gm, 20 gm, 10 gm, 5 gm, 2 gm, 1 gm 1 each

27. Wash Bottles capacity 500 ml 3

28. Thermometers 1-100 degree centigrades/ max. and Min/ Dry 1


and wet with table

29. Hammer 1lb& 2lb 2 each

30. Rubber Hammer 2

31. Hacksaw with 6 blades 2

32. Measuring tape 2 mtr 3

33. Wheel Barrow 3

34. Any other equipment for site tests


as directed by the Engineer-in-charge.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
37
4.7 TABLE-2

PLANT AND EQUIPMENTS REQUIRED TO BE OWNED / TAKEN ON LEASE


BY THE CONTRACTOR

Numbers
Sl. No. Equipment (Minimum)

1. DG set of minimum capacity 62.5 kVA. 1

2. Needle Vibrators. 6

3. Plate Vibrators. 2

4. Dumper. 1

5. Reinforcement bending machine. 2

6. Reinforcement cutting machine. 1

7. Power driven earth rammer (Soil compactor). 1

8. Total station. 1

9. Auto level & staff. 1

10. Welding machine 400 Ampere 1

11. Screener for coarse sand and fine sand 2

12. Centrifugal mono block water pump minimum 1


capacity 2 HP

13 Mortar mixer 2 Nos.


14 Electric wire drawing machine 2 Nos
15 Steel Aluminum ladder 1.5M 8m 2 Nos
16 Chase cutting machine 2 Nos
Any other machinery required for completion of As per Actual
the requirement
work as per decision of Engineer-in-charge.

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

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
38
4.8 Receipt of Deposition of original EMD

(Receipt No……………….. /Date……………………..)

(To be filled by NIT approving authority/ EE at the time of issue of NIT


And uploaded alongwith NIT)

Name of work:- Construction of Institute and hostel building (New


Institutional complex) of Family Welfare Training and Research Center
(FWTRC), At New Panvel, Navi-Mumbai including internal water supply,
sanitary installation, drainage, development work, Internal electrical
installation,Automatic fire alarm system,Down comer system,SITC of VRF
type Air conditioning , D.G. set, Sub station, Pump set, Street light,
passenger lift & Solar water heating system etc. (BALANCE WORK)

NIT No. 09/CE/WZ III/EE/MCD-VI/2017-18

1. Estimated Cost:- Rs.14,02,02,160/-


2. Amount of Earnest Money Deposit:- Rs. 24,02,021/-
3. Last date of submission of bid:- 14/08/2017

(To be filled by EMD receiving EE)

1. Name of Contractor: - ……………………………..


2. Form of EMD:-……………………………………….
3. Amount of Earnest Money:-………………………….
4. Date of Submission of EMD:-………………………

Signature, Name and Designation of EMD


Receiving officer (EE/AE(P)/AE/AAO)
Along with office stamp

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
39
4.9 TABLE – 3

Proforma for Mandatory Tests to Be Attached With Running Bills

Name of the work: …………………….. Name of contractor ……………………


Agreement no. and date ……………………. R/A Bill No………………………

SI. Item Quantities Frequency No. of Upto No. of No. of Rema


No as per as per tests date tests tests rks
agreement specificati requir quantit requir actuall
on ed y ed y done
1 2 3 4 5 6 7 8 9

Note: If the number is less than that required, then reasons shall be
recoded.

Signature of Junior Engineer

Signature of Assistant Engineer

Signature of Executive Engineer

Following items are to be executed through specialized agencies:

1. Water proofing treatment


2. Aluminium work
3. Structural glazing
4. Upvc windows

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
40
4.10 FORM OF PERFORMANCE SECURITY (GUARANTEE)

BANK GUARANTEE BOND

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


offered to accept the terms and conditions of the proposed agreement between
………………………………………and…...…..…………………………….. (Herein after called "the said
contractor(s)") for the work ………………………………………………………………………. (Herein after
called "the said agreement') having agreed, to production of an irrevocable Bank
Guarantee for Rs……………….. (Rupees………………………………………..only) as a 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 "as Bank")
(Indicate the name of Bank)
hereby undertake to pay to the Government an amount not exceeding Rs…………………..
(Rupees…………………………………………. …………………..only) on demand by the Government.
2. We, …………………………………………………………………………..do hereby
(indicate the name of Bank)
undertake to pay the amounts 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).
3. We, the said bank further undertake to pay the Government any money so demanded
notwithstanding any dispute or disputes raised by the contractor(s) in any suit or
proceeding pending before any court or Tribunal relating thereto, our liability under this
present being absolute and unequivocal. The payment so made by us under this bond
shall be a valid discharge of our liability for payment there under and the contractor(s)
shall have no claim against us for making such payment.
4. We, ……………………………………………………………….(indicate the name of the Bank) further
agree that the guarantee herein 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 claim 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)
accordingly discharges this guarantee.
5. We, ………………………………………………………………….(indicate the name of Bank) further agree
with the Government that the Government shall have the fullest liberty without our
consent and without affecting 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 for bear 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).

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
41
7. We, …………………………………………………………(Indicate the name of bank) lastly undertake
not to revoke this guarantee except with the previous consent of the Government
in writing.
8. This guarantee shall be valid upto………………………………………………..unless extended on
demand by Government. Notwithstanding anything 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)

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
42
4.11 FORM OF EARNEST MONEY (BANK GUARANTEE)

WHERAS, contractor ………………………… (Name of contractor) (Herein after called “the


contractor”) has submitted his Tender dated …………….…….. (Date) for the construction of
………....................................... (Name of work) (Herein after called “the Tender).
KNOW ALL PEOPLE by these presents that we ……………………………………………… (Name of bank)
having our registered office at ………………………………………. (Herein after called “the Bank”) are
bound unto ……………………………………….. (Name and division of Executive Engineer) (Herein
after called “the Engineer-in-charge”) in the sum of Rs. ………………. (Rs. in words
………………………………………………………) for which payment well and truly to be made to the said
Engineer-in-Charge the Bank binds itself, his successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this ……………….. day of ……………… 20…….

THE CONDITIONS of this obligation are:

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

(2) If the contractor having been notified of the acceptance of his Tender by the
Engineer-in-Charge:

(a) fails or refuses to execute the Form of Agreement in accordance with the
Instructions to contractor, if required; OR

(b) fails or refuses to furnish the Performance Guarantee, in accordance with the
provisions of Tender document and Instructions to contractor, OR

(c) fails or refuses to start the work, in accordance with the provisions of the
contract and Instructions to contractor, OR

(d) fails or refuses to submit fresh Bank Guarantee of an equal amount of the Bank
Guarantee, against Security Deposit after award of contract.

We undertake to pay to the Engineer-in-Charge either up to the above amount or part


thereof upon receipt of the first written demand, without the Engineer-in-Charge having to
substantiates his demand, provided that in his demand the Engineer-in-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.

The 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 extended by the Engineer-in-Charge, notice of which extension (s)
to the Bank is hereby waived. Any demand in respect of this Guarantee should reach the
Bank not later than the above date.
DATE …………………. SIGNATURE OF THE BANK

WITNESS …………………… SEAL

(SIGNATURE, NAME AND ADDRESS)


*Date to be worked out on the basis of validity period of 90 days for single bid works &
120 days for two bid system from last date or receipt of Tender.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
43
4.12 AMENDMENTS OF GCC 2014

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
44
Addition : NIL Correction : NIL
Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
45
Addition : NIL Correction : NIL
Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
46
Addition : NIL Correction : NIL
Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
47
Addition : NIL Correction : NIL
Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
48
Addition : NIL Correction : NIL
Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
49
Addition : NIL Correction : NIL
Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
50
Addition : NIL Correction : NIL
Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
51
Addition : NIL Correction : NIL
Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
52
Addition : NIL Correction : NIL
Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
53
Addition : NIL Correction : NIL
Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
54
Addition : NIL Correction : NIL
Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
55
Addition : NIL Correction : NIL
Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
56
Addition : NIL Correction : NIL
Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
57
Addition : NIL Correction : NIL
Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
58
Addition : NIL Correction : NIL
Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
59
Addition : NIL Correction : NIL
Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
60
Addition : NIL Correction : NIL
Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
61
Addition : NIL Correction : NIL
Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
62
5

PART– B

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
63
5.1 SPECIAL CONDITIONS
1.0 GENERAL
1.1 Unless otherwise specified, CPWD Specifications 1996 volume I - VI with up to date
corrections slips and Revised CPWD Specifications 2002 for cement mortar, cement
concrete and RCC works and CPWD specifications volume I & II shall be followed in
general. Any additional item of work, if taken up subsequently, shall also conform
to the relevant CPWD specifications mentioned above. 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) Description of items as given in Schedule of quantities

(ii) Additional conditions

(iii) Special conditions and particular specifications.

(iv) General Conditions of Contract for CPWD works and CPWD Specifications.

(v) I.S. Codes.

(vi) Decision of Engineer-in-Charge.

1.2 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 the notice of the Engineer-In-Charge before
execution of the work. The contractor alone shall be responsible for any loss or
damage occurring by the commencement of work on the basis of any erroneous and
or incomplete information.
1.3 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, for which nothing is
payable. 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.
1.4 The contractor shall be responsible for the watch and ward / guard of the buildings,
safety of all fittings and fixtures including sanitary and water supply 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
department. No extra payment shall be made on this account.

1.5 The entire work up to the plinth level, as required for obtaining approval of the
plinth from the local authority, shall be completed by level approval shall be
obtained by him from local body within the prescribed time, if any. the Contractor
and plinth Work above plinth shall be allowed to be carried out only after obtaining
approval from the local body. No delay shall be allowed on this ground and also no
claim whatsoever on account of any delay in approval at plinth level by the local
body shall be entertained from the Contractor. Nothing extra shall be payable on
this account.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
64
1.6 The rates quoted by the Contractor are deemed to be inclusive of site clearance,
setting out work, profile, establishment of reference bench mark(s), taking spot
levels, construction of all safety and protection devices, barriers, preparatory works,
working during monsoon, working at all depths, height, lead, lift and location etc.
and any `other incidental works required to complete this work. Nothing extra shall
be payable on this account.

1.7 For works below ground level the contractor shall keep that area free from water. If
dewatering or bailing out of water is required the contractor shall do it and nothing
extra shall be paid except otherwise provided in the items of schedule of quantities.
1.8 Results of sub-surface investigations conducted at site are indicated in extracts of
the report attached. This information about the soil and sub-soil water conditions is
being made available to the Contractor, in good faith, for guidance only and the
Contractor is advised to obtain details directly as may be considered necessary by
him before quoting rates in the tender. No claim whatsoever on account of any
discrepancy between the sub-surface strata conditions that may be actually
encountered at the time of execution of the work and those given in these tender
documents, in-accuracy or interpretation thereof shall be entertained from the
Contractor under any circumstances. The ground water table is a variable condition
and the information given in the report is only indicative and it may vary from time
to time.

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

1.10 The Contractor shall keep himself fully informed of all acts and laws of the Central &
State Governments, all orders, decrees of statutory bodies, tribunals having any
jurisdiction or authority, which in any manner may affect those engaged or
employed and anything related to carrying out the work. All the rules & regulations
and bye-laws laid down by Collector / NMMC / CIDCO and any other statutory bodies
shall be adhered to, by the contractor, during the execution of work. The Contractor
shall also adhere to all traffic restrictions notified by the local authorities. It is
clarified that the extra sewerage charges (one time charges for commencement of
work) required to be paid to the Municipal Corporation / other statutory bodies shall
be paid by the department and need not be considered by the contractor. The water
charges (for municipal water connection as well as tanker water) shall be borne by
the contractor. Also, if the contractor obtains water connection for the drinking
purposes from the municipal authorities or any other statutory body, the consequent
sewerage charges shall be borne by the contractor. All statutory taxes, levies,
charges (including water and sewerage charges, charges for temporary service
connections and / or any other charges) payable to such authorities for carrying out
the work, shall be borne by the Contractor. The Contractor shall arrange to give all
notices as required by any statutory / regulatory authority and shall pay to such
authority all the fees that is required to be paid for the execution of work. He shall
protect and indemnify the Department and its officials & employees against any
claim and /or liability arising out of violations of any such laws, ordinances, orders,
decrees, by himself or by his employees or his authorized representatives. Nothing
extra shall be payable on these accounts. The fee payable to statutory authorities
for obtaining the various permanent service connections and Occupancy Certificate
for the building shall be borne by the Department.

1.11 Royalty at the prevalent rates shall be paid by the Contractor or the RMC supplier as
per the terms of supply between them on all materials such as boulders, metals,

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
65
sand and bajri etc. collected by him for the execution of the work, directly to the
revenue authority of the state government concerned. Nothing extra shall be
payable on this account.
1.12 No foreign exchange shall be made available by the Department for importing
(purchase) of equipment, plants, machinery, materials of any kind or any other
items required to be carried out during execution of the work. No delay and no claim
of any kind shall be entertained from the Contractor, on account of variation in the
foreign exchange rate.

1.13 The Contractor shall conduct his work so as not to interfere with or hinder the
progress of the work being performed by other Contractors or by the Engineer-in-
Charge. As far as possible, he shall arrange his work and place, so as not to
interfere with the operations of other Contractors or shall arrange his work with that
of the others, in an acceptable and coordinated manner and shall perform it in
proper sequence

1.14 The Contractor shall assume all liability, financial or otherwise in connection with
this contract and shall protect and indemnify the Department from any and all
damages and claims that may arise on any account. The Contractor shall indemnify
the Department against all claims in respect of patent rights, royalties, design,
trademarks of name or other protected rights, damages to adjacent buildings, roads
or members of public, in course of execution of work or any other reasons
whatsoever, and shall himself defend all actions arising from such claims and shall
indemnify the Department in all respect from such actions, costs and expenses.
Nothing extra shall be payable on this account.

1.15 The Contractor shall make all necessary arrangements for protecting from rains, the
work already executed and for carrying out the further work, during monsoon
including providing and fixing temporary shelters, protections etc. Nothing extra
shall be payable on this account. Also, no claims for hindrance shall be entertained
on this account.
1.16 In case of flooding of site on account of rain or any other cause and any consequent
damage, whatsoever, no claim financially or otherwise shall be entertained not
withstanding any other provisions elsewhere in the contract agreement. Also, the
Contractor shall make good, at his own cost, the damages caused, if any.
1.17 The Contractor shall take all necessary precautions to prevent any nuisance or
inconvenience to the owners, tenants or occupants of the adjacent properties and to
the public in general .The Contractor shall take all care, as not to damage any other
adjacent property or other services running adjacent to the plot. If any damage is
done, the same shall be made good by the Contractor at his own cost and to the
entire satisfaction of the Engineer-in-Charge. The Contractor shall use such
methodology and equipments for execution of the work, so as to cause minimum
environmental pollution of any kind during construction, to have minimum
construction time and minimum inconvenience to road users and to the occupants of
the buildings on the adjacent plot and public in general, etc. He shall make good at
his own cost and to the entire satisfaction of the Engineer in Charge any damage to
roads, paths, cross drainage works or public or private property whatsoever caused,
due to the execution of the work or by traffic brought thereon, by the Contractor.
Further, the Contractor shall take all precautions to prevent any pollution of streams
and waterways. All waste or superfluous materials shall be carted away by the
Contractor, entirely to the satisfaction of the Engineer-in-Charge. Utmost care shall
be taken to keep the noise level to the barest minimum so that no disturbance as far

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
66
as possible is caused to the occupants / users of adjoining buildings. No claim what
so ever on account of site constraints mentioned above or any other site constraints
not specifically stated here, shall be entertained from the Contractor. Therefore, the
Contractors are advised to visit site and get first hand information of site
constraints. Accordingly, they should quote their tenders. Nothing extra shall be
payable on this account.

1.18 No accommodation is available at the site of work. The labour huts shall not be
erected on the plot and the Contractor shall make his own arrangements to provide
such accommodation as per the rules of the local bodies. He shall make his own
arrangements for stores, field office etc. Before tendering, he shall visit the site and
assess the manner in which he is able to arrange the above facilities. The Engineer-
in-Charge shall in no way be responsible for any delay on this account and no claim,
whatsoever, on this account shall be entertained. Nothing extra shall be payable on
this account.

1.19 All ancillary and incidental facilities required for execution of work like labour camp,
stores, fabrication yard, offices for Contractor, watch and ward, temporary ramp
required to be made for working at the basement level, temporary structure for
plants and machineries, water storage tanks, installation and consumption charges
of temporary electricity, telephone, water etc. required for execution of the work,
liaison and pursuing for obtaining various No Objection Certificates, completion
certificates from local bodies etc., protection works, barricading, testing facilities /
laboratory at site of work, facilities for all field tests and for taking samples etc.
during execution or any other activity which is necessary (for execution of work and
as directed by Engineer-in-Charge), shall be deemed to be included in rates quoted
by the Contractor, for various items in the schedule of quantities. Nothing extra
shall be payable on these accounts. Before start of the work, the Contractor shall
submit to the Engineer-in-Charge, a site / construction yard layout, specifying areas
for construction, site office, positioning of machinery, material yard, cement and
other storage, steel fabrication yard, site laboratory, water tank, etc.

1.20 The Contractor shall display all permissions, licenses, registration certificates, bar
charts, other statements etc under various labour laws and other regulations
applicable to the works, at his site office.
1.21 No tools and plants including any special T&P etc. shall be supplied by the
Department and the Contractor shall have to make his own arrangements at his own
cost. No claim of hindrance (or any other claim) shall be entertained on this account.
The Contractor shall cooperate with and provide the facilities to the sub-Contractors
and other agencies working at site for smooth execution of the work. The
Contractor shall

(a) Allow use of scaffolding, toilets, sheds etc.


(b) Properly co-ordinate their work with the work of other Contractors.

(c) Provide control lines and benchmarks to his Sub-Contractors and the other
Contractors.

(d) Provide electricity and water at mutually agreed rates.


(e) Provide hoist and crane facilities for lifting material.

(f) Co-ordinate with other Contractors for leaving inserts, making chases,
alignment of services etc. at site.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
67
(g) Adjust work schedule and site activities in consultation with the Engineer-in-
Charge and other Contractors to suit the overall schedule completion.

(h) Resolve the disputes with other Contractor amicably and the Engineer-in-
Charge shall not be made intermediary or arbitrator. The contractor shall
indemnify the Department against any claim(s) arising out of such disputes.

1.22 On completion of work, the contractor shall submit four prints of “as built” drawings
to the Engineer-In-Charge. These drawings shall have the following information:

a) Run off for all piping and their diameters including soil, waste pipes and
vertical stacks.

b) Ground and invert level of all drainage pipes together with locations of all
manholes and connections, up to outfall.

c) Run off for all water supply lines with diameters location of control valves,
access panels etc.

The security deposit shall not be released to the contractor until the aforesaid
drawings are submitted to the Engineer-in-Charge.

1.23 Contractor has to engage at his own cost plumbing consultant / designer to make
the water supply to the occupants all the times during the construction of work and
to engage plumbing labour for disconnecting and connecting of water supply lines
with new / old water supply lines to make the continuous water supply to the
occupants.

1.24 Contractor shall obtain necessary permission from Local Body for plying the vehicles
to carry out materials for construction and disposal and to follow the restrictions of
time given by the concerned authorities.
1.25 Architectural drawings are submitted to local body for approval. The date of start
shall be reckoned from the issue of approved drawing / handing over of site
whichever is later.

1.26 The work is consisting of two buildings. Viz. 1 Institute building (Ground + 2 upper
floors and hostel building (Ground + 1) Institute building is constructed upto plinth
level with few colums extended upto 1 to 2 metres above plinth level and RCC
structure of hostel building is completed. The work is needed to start above these
stages.

1.27 Malba/ building rubbish/ surplus earth/ obtained from the work is to be disposed off
at approval dumping ground of CIDCO/NMMC and recipt of the same is to be
produce as documentary evidence. Nothing shall be paid extra on account.
2.0 PROGRAM /SCHEDULE

2.1 PROGRAM CHART


The Contractor shall prepare an integrated program chart including civil as well as E
& M activities for the execution of work, showing clearly all activities from the start
of work to completion, with details of manpower, equipment and machinery required
for the fulfillment of the program within the stipulated period and submit the same
for approval of the Engineer-In-Charge within fifteen days of the award of the work.
These shall be submitted by the contractor through electronic media besides
forwarding hard copies of the same. The integrated program chart so submitted
should not have any discrepancy with the financial milestones attached in the
contract agreement.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
68
i) The program chart should include the following: -
a) Descriptive note explaining sequence of various activities.

b) Network (PERT/CPM/BAR CHART) prepared on MS project which will


indicate resources in financial terms, manpower and specialized
equipment for every important stage.

c) Program for procurement of materials by the contractor.

d) Program of procurement of machinery / equipment having adequate


capacity, commensurate with the quantum of work to be done within
the stipulated period, by the contractor.
ii) If at any time, it appears to the Engineer-In-Charge that the actual progress
of work does not conform to the approved program referred above, the
contractor shall produce a revised program showing the modifications to the
approved program by additional inputs to ensure completion of the work
within the stipulated time.

iii) The submission for approval by the Engineer-In-Charge of such program or


the furnishing of such particulars shall not relieve the contractor of any of his
duties or responsibilities under the contract. This is without prejudice to the
right of Engineer-In-Charge to take action against the contractor as per
terms and conditions of the agreement.

2.2 Apart from the above integrated program chart, the contractor shall be required to
submit monthly progress report of the work in a computerized form. The progress
report shall contain the following, apart from whatever else may be required as
specified:

(i) Construction schedule of the various components of the work through a bar
chart for the next three quarters (or as may be specified), showing the
milestones, targeted tasks and up to date progress.

(ii) Progress chart of the various components of the work that are planned and
achieved, for the month as well as cumulative up to the month, with reason
for deviations, if any in a tabular format.

(iii) Plant and machinery statement, indicating those deployed in the work.
(iv) Man-power statement, indicating individually the names of all the staff
deployed on the work, along with their designations.

(v) Financial statement, indicating the broad details of all the running account
payment received up to date, such as gross value of work done, advances
taken, recoveries effected, amount withheld, net payments details of cheque
payment received etc.

2.3 For completing the work in time, the Contractor might be required to work in two or
more shifts (including night shifts). No claim whatsoever shall be entertained on
this account, not with-standing the fact that the Contractor may have to pay extra
amounts for any reason, to the labourers and other staff engaged directly or
indirectly on the work according to the provisions of the labour and other statutory
bodies regulations and the agreement entered upon by the Contractor with them.

2.4 The contractor shall arrange at site at least 1000 sqm of centering and shuttering
before start of the work. In case the completion schedule requires more quantity of
centering and shuttering, the contractor shall do so at no extra cost to the
department.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
69
2.5 The work should be planned in a systematic manner so as to ensure proper co-
ordination of various disciplines viz. sanitary & water supply, electrical, fire fighting
and any other services.
2.6 Other agencies will also simultaneously execute and install the works of sub-station
/ generating sets, air-conditioning, lifts, etc. for the work and the contractor shall
afford necessary facilities for the same. The contractor shall leave such recesses,
holes, openings trenches etc. as may be required for such 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 time of casting of concrete, stone work and brick
work, if required, and nothing extra shall be payable on this account.

2.7 The contractor shall conduct his work, so as not to interfere with or hinder the
progress or completion of the work being performed by other contractor(s) or by the
Engineer-In-Charge and shall as far as possible arrange his work and shall place and
dispose off the materials being used or removed so as not to interfere with the
operations of other contractor or he shall arrange his work with that of the others in
an acceptable and in a proper co -ordination manner and shall perform it in proper
sequence to the complete satisfaction of others.
2.8 The Contractor shall do proper sequencing of the various activities by suitably
staggering the activities within various pockets in the plot so as to achieve early
completion. The agency may deploy adequate equipment, machinery and labour as
required for the completion of the entire work within the stipulated period specified.
Also ancillary facilities shall be provided commensurate with requirement to
complete the entire work within the stipulated period. Nothing extra shall be payable
on this account. Adequate number/sets of equipment in working condition, along
with adequate stand-by arrangements, shall be deployed during entire construction
period. It shall be ensured by the Contractor that all the equipment, Tools & Plants,
machineries etc. provided by him are maintained in proper working conditions at all
times during the progress of the work and till the completion of the work. Further,
all the constructional tools, plants, equipment and machineries provided by the
Contractor, on site of work or his work shop for this work, shall be exclusively
intended for use in the construction of this work and they shall not be shifted /
removed from site without the permission of the Engineer-in-Charge.
2.9 To avoid delay, contractor should submit samples as stated above well in advance
so as to give timely orders for procurement.
2.10 All material shall only be brought at site as per program finalized with the Engineer-
in-Charge. Any pre-delivery of the material not required for immediate consumption
shall not be accepted and thus not paid for.

3.0 QUALITY ASSURANCE


3.1 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
structural glazing, other specialized flooring work, Polysulphide sealant & other
chemical treatment will specially require engagement of skilled workers having
experience particularly in execution of such items.
3.2 The contractor shall ensure quality construction in a planned and time bound
manner. Any sub-standard material / work beyond setout 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

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
70
though approved by Engineer-In-Charge is found defective or not conforming to
specifications shall be replaced / removed by the contractor at his own risk & cost.

3.3 The Contractor shall submit, immediately after the 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.

3.4 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.

3.5 The Contractor shall procure and provide all the materials from the manufacturers /
suppliers as per the list attached with the tender documents, as per the item
description and particular specifications for the work. The equivalent brand for any
item shall be permitted to be used in the work, only when the specified make is not
available. This is, however, subject to documentary evidence produced by the
contactor for non availability of the brand specified and also subject to independent
verification by the Engineer-in-Charge. In exceptional cases, where such approval is
required, the decision of Engineer-in-Charge as regards equivalent make of the
material shall be final and binding on the Contractor. No claim, whatsoever, of any
kind shall be entertained from the Contractor on this account. Nothing extra shall
be payable on this account. Also, the material shall be procured only after written
approval of the Engineer-in-Charge.
3.6 All materials whether obtained from Govt. stores or otherwise shall be got checked
by the Engineer-in-Charge or his authorized supervisory staff on receipt of the same
at site before use.

3.7 The tests, as necessary, shall be conducted in the laboratory approved by the
Engineer–in-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-in-
Charge or his authorized representative.

3.8 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

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
71
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.

3.9 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-in–Charge 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.
3.10 All the testing charges shall be borne by the contractor/ department in the manner
indicated below:

(i) By the contractor, if the results show that the material does not conform to
relevant specifications and BIS codes.
(ii) By the department, if the results show that the material conforms to relevant
specifications and BIS codes.
3.11 In case there is any discrepancy in frequency of testing as given in list of mandatory
tests and that in individual sub-heads of work as per CPWD Specifications, higher of
the two frequencies of testing shall be followed and nothing extra shall be payable
on this account.

3.12 The contractor has to establish field laboratory at site including all necessary
equipment for field tests as given in appendix D of sub head 5.0 of CPWD
specifications (vol-1) 2009 at his own cost.
3.13 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.
3.14 Water tanks, taps, sanitary, water supply and drainage pipes, fittings and
accessories should conform to byelaws 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.

3.15 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.

3.16 The contractor shall have to execute guarantee bonds in respect of water proofing
work and acrylic paint work as per performa enclosed.

3.17 The Contractor shall depute Site Engineer & skilled workers as required for the
work. He shall submit organization chart along with details of Engineers and
supervisory staff. It shall be ensured that all decision making powers shall be
available to the representatives of the Contractor at Mumbai itself to avoid any likely
delays on this account. The Contractor shall also furnish list of persons for
specialized works to be executed for various items of work. The Contractor shall
identify and deploy key persons having qualifications and experience in the similar
and other major works, as per the field of their expertise. If during the course of
execution of work, the Engineer-in-Charge is of the opinion that the deployed staff is
not sufficient or not well experienced; the Contractor shall deploy more staff or
better-experienced staff at site to complete the work with quality and in stipulated
time limit.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
72
3.18 The Contractor shall maintain all the work in good condition till the completion of
entire work. The Contractor shall be responsible for and shall make good, all
damages and repairs, rendered necessary due to fire, rain, traffic, floods or any
other causes. The Engineer-in-Charge shall not be responsible for any claims for
injuries to person/workmen or for structural damage to property happening from
any neglect, default, want of proper care or misconduct on the part of the
Contractor or of any other of his representatives, in his employment during the
execution of the work. The compensation, if any, shall be paid directly to the
Department / authority / persons concerned, by the Contractor at his own cost.
4.0 SAFETY MEASURES

4.1 Insurance Policies

(a) Before commencing the execution of work, the Contractor shall, without in any way
limiting his obligations and liabilities, insure at his own cost and expense against any
damage or loss or injury, which may be caused to any person or property, at site of
work. The Contractor shall obtain and submit to the Engineer-in-Charge proper
Contractor All Risk Insurance Policy for an amount 1.25 times the contract amount
for this work, with Engineer-in-Charge as the first beneficiary. The insurance shall
be obtained in joint names of Engineer-in-Charge and the Contractor (who shall be
second beneficiary). Also, he shall indemnify the Department from any liability
during the execution of the work. Further, he shall obtain and submit to the
Engineer-in-Charge, a third party insurance policy for maximum 10 lakh for each
accident, with the Engineer-in-Charge as the first beneficiary. The insurance shall
be obtained in joint names of Engineer-in-Charge and the Contractor (who shall be
second beneficiary).
(b) The Contractor shall, from time to time, provide documentary evidence as regards
payment of premium for all the Insurance Policies for keeping them valid till the
completion of the work. The Contractor shall ensure that Insurance Policies are also
taken for the workers of his Sub-Contractors / specialized agencies also. Without
prejudice to any of its obligations and responsibilities specified above, the Contractor
shall within 10 days from the date of letter of acceptance of the tender and
thereafter at the end of each quarter submit a report to the Department giving
details of the Insurance Policies along with Certificate of these insurance policies
being valid, along with documentary evidences as required by the Engineer-in-
Charge. No work shall be commenced by the Contractor unless he obtains the
Insurance Policies as mentioned above. Also, no payment shall be made to the
Contractor on expiry of insurance policies unless renewed by the Contractor. Nothing
extra shall be payable on this account. No claim of hindrance (or any other claim)
shall be entertained from the contractor on these accounts.
4.2 Temporary Barricading
(a) Proper temporary barricading by fencing with G.I. sheets, shall be carried out by the
Contractor at the start of work to physically define the boundaries of the plot for
restricted entry to only those involved in the work and also to prevent any
accidents, at the same time without causing any inconvenience to the traffic and the
users of the buildings in the adjacent plots. It shall be done by providing, erecting,
maintaining temporary protective barricading, 2.5 meters in height, made in panels,
with each panel having MS frames / MS scaffolding pipes of suitable size and
stiffness, with 24 gauge thick GI corrugated sheet or suitably stiffened plain GI
sheet fixed on frames. Such panels shall be suitably connected to each other for
stability with nuts and bolts, hooks, clamps etc. and fixed firmly to the ground at

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
73
about 2 meters spacing, for the entire duration till completion of the work. He shall
also provide and erect temporary protective barricades within the plot, if required,
to prevent any accident. Temporary protective roofing near the Entrance to the
building, under construction, shall be made to protect the visiting officials from
getting hurt by falling debris etc. Also, one or more coat of enamel paint of shade as
approved and directed by the Engineer-in-Charge shall be applied on the panels and
"CPWD" shall be painted over that in suitable sizes, shapes and numbers as directed
by the Engineer-in-Charge. It shall be dismantled and taken away by the Contractor
after the completion of work at his own cost with the approval of the Engineer-in-
Charge. Nothing extra shall be payable on this account.

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

4.3 Warning / Caution Boards


All temporary warning / caution boards / glow signage display such as "Construction
Work in Progress", "Keep Away", “No Parking”, Diversions & protective Barricades
etc. shall be provided and displayed during day time by the Contractor, wherever
required and as directed by the Engineer-in-Charge. These glow signage and red
lights shall be suitably illuminated during night also. The Contractor shall be solely
responsible for damage and accident caused, if any, due to negligence on his part.
Also he shall ensure that no hindrance, as far as possible, is caused to general traffic
during execution of the work. This signage shall be dismantled & taken away by the
Contractor after the completion of work, only after approval of the Engineer – in –
Charge. Nothing extra shall be payable on this account.

4.4 Sign Boards

The Contractor shall provide and erect a display board of size and shape as required
and paint over it, in a legible and workman like manner, the details about the salient
features of the project, as required by the Engineer-in-Charge. The Contractor shall
fabricate and put up a sign board in an approved location and to an approved design
indicating name of the project, client / owner, architects, structural consultants,
Department etc. besides providing space for names of other Contractors, Sub-
Contractors and specialized agencies. Nothing extra shall be payable on this
account.
4.5 Necessary protective and safety equipments shall be provided to the Site Engineer,
Supervisory staff, labour and technical staff of the contractor by the Contractor at
his own cost and used at site.
4.6 No inflammable materials including P.O.L shall be allowed to be stored in huge
quantity at site. Only limited quantity of P.O.L may be allowed to be stored at site
subject to the compliance of all rules / instructions issued by the relevant authorities
and as per the direction of Engineer -in- Charge in this regard. Also all precautions
and safety measures shall be taken by the Contractor for safe handling of the P.O.L
products stored at site. All consequences on account of unsafe handling of P.O.L
shall be borne by the Contractor.

5.0 APPROVALS FROM LOCAL BODIES


5.1 The Contractor shall be responsible for liaisoning with the local body for obtaining all
the approvals of local bodies required from plinth level approval to final occupation
certificate (both inclusive). All the necessary statutory payments, fees etc., if
required, to be paid to the local body, shall be reimbursed by the department on
production of proof of actual payment.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
74
6.0 FACILITIES FOR THE DEPARTMENT
6.1 The Contractor shall provide, construct and maintain at all times during execution
and till the completion of work, a temporary site office with adequate electric light
fittings, A.C., fans, electric/ power points, switches etc for use of the Engineer-in-
Charge and his authorized representatives. Area of such office shall be two rooms
of size 6x5 m each. and shall be provided with suitable partitions, doors, windows,
locking arrangement etc. Adequate toilet facilities (1 no. E.W.C and 2 nos. urinals)
connected to a temporary septic tank / soak pit, drinking water purifier and cooler
shall also be provided exclusively for the use by the Department. The Department at
its own cost may install additional air conditioners, telephone(s), fax machine(s),
photocopier(s), computer(s), printer(s) etc. and the like. All the water and electricity
charges (for running these fittings and equipments as per the requirement including
for the equipments provided by the Department), shall be borne by the contractor.
The entire site office and its surroundings shall be maintained in a neat and clean
condition by the Contractor for the entire duration of the construction. The premises
/ facilities provided by the contractor shall be owned and thus demolished /
dismantled / disconnected and material carted away by him at its own cost after the
completion of work or as directed by Engineer-in-Charge. The rates quoted by the
Contractor shall be inclusive of providing and maintaining such facilities and nothing
extra shall be payable on this account.

6.2 The contractor shall make arrangement for Helmets and leather shoes (meant of
construction work at sites) for all field staff of the department during the entire
period of construction for safety reasons. One helmet and two pairs of shoes per
staff member (maximum ten members) of the departments per year shall be
arranged by the contractor.

6.3 The Contractor shall arrange for two number computers along with printer,
necessary peripherals and including broadband connection with one number
computer operator at the disposal of Engineer-in-charge. The computer shall be
provided with MS-project & the computer operator shall be fully conversant with Ms-
word, Excel, Power-point, & Ms-Project. Nothing extra shall be paid on this account.
6.4 The Contractor shall give the Engineer-in-charge on the 4th day of each month, a
progress report along with pictorial photographs of the work done during the
previous month. The progress of work will be reviewed periodically by the Engineer-
in charge with the contractor and shortfalls, if any, sorted out. The contractor shall
there upon take such action as may be necessary to bring back his work to schedule
without additional cost to the department.

7.0 TEMPORARY WATER / ELECTRICITY / TELEPHONE CONNECTION

Arrangement of temporary telephone connection, water and electricity required by


him, shall be made by the Contractor at his own cost and also necessary
permissions shall be obtained by him directly from concerned authorities, under
intimation to the Department. Also, all initial cost and running charges, and security
deposit, if any, in this regard shall be borne by him. The Contractor shall abide by
all the rules/ bye laws applicable in this regard and he shall be solely responsible for
any penalty on account of violation of any of the rules / byelaws in this regard.
Nothing extra shall be payable on this account.

(a) The Contractor shall be responsible for maintenance and watch and ward of
the complete installation and water / electricity meter and shall also be
responsible for any pilferage, theft, damage, penalty etc. in this regard. The

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
75
Contractor shall indemnify the Department against any claim arising out of
pilferage, theft, damage, penalty etc. whatsoever on this account. Security
deposit for the work shall be released only after No Dues Certificates are
obtained from the local Authorities from whom temporary electric/ water /
telephone connection have been obtained by the Contractor. Nothing extra
shall be payable on this account.

(b) The Department shall in no way be responsible for either any delay in getting
electric and/or water and/or telephone connections for carrying out the work
or not getting connections at all. No claim of delay or any other kind,
whatsoever, on this account shall be entertained from the Contractor. Also
contingency arrangement of stand-by water & electric supply shall be made
by the Contractor for commencement and smooth progress of the work so
that work does not suffer on account of power failure or disconnection or not
getting connection at all. No claim of any kind whatsoever shall be
entertained on this account from the Contractor. Nothing extra shall be
payable on this account.

(c) The Contractor shall arrange electricity at his own cost for testing of the
various electrical installations as directed by Engineer-in-Charge and for the
consumption by the contractor for executing the work. Also all the water
required for testing various electrical installations, fire pumps, wet riser / fire
fighting equipments, fire sprinklers etc. and also testing water supply,
sanitary and drainage lines, water proofing of under ground sump, over head
tanks, water proofing treatment etc. shall be arranged by the contractor at
his own cost. Nothing extra shall be payable on this account.

8.0 SPECIALISED AGENCIES:

8.1 The composite tender comprises of two main components: viz. civil work and E & M
works. The list of Specialized Agencies for certain items in case of Civil works and E
& M works have been approved by the Department and given in the tender
documents. The tenderer shall select one of the approved Specialized Agencies for
the specified items of the Civil work and for each E & M package for executing the
work and furnish the name of Specialized Agencies for various works at the time of
submission of tender. The Specialized Agencies selected by the tenderer may attend
the pre-bid meeting, after careful study of contract conditions, specifications,
drawings & schedule of quantities for different Packages of work for meaningful
discussion in the meeting.
8.2 It shall be the responsibility of main contractor to sort out any dispute / litigation
with the Specialized Agencies without any time & cost overrun to the Department.
The main contractor shall be solely responsible for settling any dispute / litigation
arising out of his agreement with the Specialized Agencies. The contractor shall
ensure that the work shall not suffer on account of litigation/ dispute between him
and the specialized agencies / sub-contractor(s). No claim of hindrance in the work
shall be entertained from the Contractor on this account. No extension of time shall
be granted and no claim what so ever, of any kind, shall be entertained from the
Contractor on account of delay attributable to the selection/rejection of the
Specialized Agencies.
8.3 The main contractor cannot work as a specialized Agency unless his name is already
included in the list of Approved specialized Agencies.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
76
9.0 CLEANLINESS OF SITE
9.1 The Contractor shall not stack building material / malba / mud on the land or road of
the local development authority or on the land owned by the others, as the case
may be. So the mud, rubbish etc. shall be removed periodically as directed by the
Engineer-in-Charge, from the site of work to the approved dumping grounds as per
the local byelaws and regulations of the concerned authorities and all necessary
permissions in this regard from the local bodies shall be obtained by the Contractor.
Nothing extra shall be payable on this account. In case, the Contractor is found
stacking the building material / malba as stated above, the Contractor shall be liable
to pay the stacking charges / penalty as may be levied by the local body or any
other authority and also to face penal action as per the rules, regulations and bye-
laws of such body or authority. The Engineer –in-Charge shall be at liberty to
recover, such 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 and performance guarantee in respect of this contract agreement.
9.2 The contractor shall take instructions from the Engineer-In-Charge regarding
collection and stacking of materials at any place. No excavated earth or building
rubbish shall be stacked on areas where other buildings, roads, services and
compound walls are to be constructed.

9.3 The site of work shall be always kept clean due to constraints of space and to avoid
any nuisance to the users of buildings in the adjacent plots. The Contractor shall
take all care to prevent any water- logging at site. The wastewater, slush etc. shall
not be allowed to be collected at site. It may be directly pumped into the natural
drain with prior approval of the concerned authorities. For discharge into public
drainage system, necessary permission shall be obtained from relevant authorities
after paying the necessary charges, if any, directly to the authorities. The work
shall be carried out in such a way that the area is kept clean and tidy. All the
fees/charges in this regard shall be borne by the Contractor. Nothing extra shall be
payable on this account.

10.0 SECURITY & TRAFFIC ARRANGEMENTS

In event of any restriction being imposed by the Department, traffic or any other
statutory authority having control over the project, on the working or movement of
Labour, materials, etc., the Contractor shall strictly follow all such restrictions or
instructions issued regarding the same and nothing extra shall be payable to the
Contractor on account of such restrictions or instructions. No delay or claims of any
kind shall be entertained from the Contractor on this account. The loss of time on
this account, if any, shall have to be made up by the contractor by generating and
deploying additional resources etc. Nothing extra shall be payable on this account.

11.0 DOCUMENTATION
The Contractor shall render all help and assistance in documenting the total sequences of this
project by way of photography, slides, audio / video recording etc. Nothing extra shall be
payable to Contractor on this account. However, cost of photographs, slides, audio / video
graph etc. shall be borne by the Department. The original films shall be the property of the
Department. No copy shall be prepared without the prior approval of the Engineer- in –
Charge.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
77
5.2. ADDITIONAL CONDITIONS FOR CIVIL WORK
1.0 SETTING OUT

1.1 The Contractor shall carry out survey of the work area, at his own cost, setting out
the layout and fixing of alignment of the pile work, 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 allowed to be used for
layout, fixing boundaries, centre lines, etc., along with theodolites. Nothing extra
shall be payable on this account.
1.2 The Contractor shall establish, maintain and assume responsibility for grades, lines,
levels and benchmarks. He shall report any errors or inconsistencies regarding
grades, lines, levels, dimensions etc. to the Engineer-in-Charge before commencing
work. Commencement of work shall be regarded as the Contractor’s acceptance of
such grades, lines, levels, and dimensions and no claim shall be entertained at a
later date for any errors found.
1.3 If at any time, any error in this regard appears during the progress of the work, the
Contractor shall, at his own expense rectify such error, if so required, to the
satisfaction of the Engineer-in-Charge. Nothing extra shall be payable on this
account.
1.4 Though the site levels are indicated in the drawings the Contractor shall ascertain
and confirm by him, the site levels with respect to benchmark from the concerned
authorities. The Contractor shall protect and maintain temporary/permanent
benchmarks at the site of work throughout the execution of work. These
benchmarks shall be got checked by the Engineer-in-Charge or his authorized
representatives. Nothing extra shall be payable on this account.

1.5 The work at different stages shall be checked with reference to bench marks
maintained for the said purpose. The cost of carrying out lay outs at all stages
including marking of reference points, center lines of the building etc. including
construction/maintenance of said bench marks shall be deemed to be included in
quoted rates quoted for various items. Nothing extra shall be payable on this
account.

1.6 The entire work up to the plinth level, as required for obtaining approval of the
plinth from the local authority, shall be completed by the Contractor at the same
time. The Contractor shall also extend all co-operation and liaison with the local
body for approval of plinth. Nothing extra shall be payable on this account. Work
above plinth shall be allowed to be carried out only after obtaining approval from the
local body. No delay shall be allowed on this ground and also no claim whatsoever
on account of any delay in approval at plinth level by the local body shall be
entertained from the Contractor. Nothing extra shall be payable on this account.
1.7 The approval by the Engineer-in-Charge, of the setting out by the Contractor, shall
not relieve the Contractor of any of his responsibilities and obligation to rectify the
errors/ defects, if any, which may be found at any stage during the progress of the
work or after the completion of the work.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
78
1.8 The Contractor shall be entirely and exclusively responsible for the horizontal,
vertical and other alignments, the level and correctness of every part of the work
and shall rectify effectively any errors or imperfections therein. Such rectifications
shall be carried out by the Contractor at his own cost to the entire satisfaction of the
Engineer-in-Charge.

1.9 The rates quoted by the Contractor are deemed to be inclusive of site clearance,
setting out work, profile, establishment of reference bench mark(s), taking spot
levels, construction of all safety and protection devices, barriers, preparatory works,
working during monsoon, working at all depths, height and location etc. and any
other incidental works required to complete this work. Nothing extra shall be
payable on this account.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
79
5.3 ADDITIONAL CONDITIONS FOR STEEL

1. (a) The CPWD/Contractor shall procure IS marked TMT bars of various grades
from the steel manufacturers or their authorised dealers (as per following
selection criteria) having valid BIS license for IS:1786-2008 (amendment -1
November 2012)
The procured steel should have following qualities:-
i) Excellent ductility, bend ability and elongation of finished product due to
possible refining technology.
ii) Consumption of steel should be accurate as per design.
iii) Steel should have no brittleness problem in finished product.
iv) Steel should carry the quality of corrosion and earthquake resistance.
v) Quality steel with achievement of proper level of sulphur and phosphorus as
per IS:1786-2008.
(b) Selection Criteria of steel manufacturers
The supply of reinforcement steel for all CPWD works should have following
selection criteria of steel manufacturers:-
Steel producers of any capacity using iron ore/processed iron ore as the basic raw
material adopting advanced refining technologies as given hereunder,
(i) DRI-EAF=Direct Reduced iron-Electric arc furnace.
Or
(ii) BF-BOF=Blast furnace-Basic oxygen furnace
Or
(iii) COREX-BOF=COREX-Basic oxygen furnace

For production of liquid steel to finish product at single/multiple locations with NABL
or any other similarly placed accrediting Governmnet body which operates in accordance
with ISO/IEC17011 and accredits labs as per ISO/IEC 17025 conforming to IS:1786-2008
(Amendment1 November 2012). The check list for incorporation any quality steel producer
is enclosed for technical assessment is given in Annexure-1.

Chief Engineer / CPM / PM shall approve the steel manufactures for projects under
their jurisdiction. NIT approving authority shall specify the manufacturers in the tender
document.

1. Contractor shall have to obtain and furnish test certificates to the Engineer-in-
charge in respect of all supplies of steel brought by him to the site of work.
2. Samples shall also be taken and got tested by the Engineer-in-Charge as per the
provisions in this regard in relevant BIS codes. In case the test results indicate that
the steel arranged by the Contractor does not conform to the specifications
mentioned in IS 1786-2008 pertaining to Fe 500D, the same shall stand rejected
and it shall be removed from the site of work by the Contractor at his cost within a
week time on written orders from the Engineer-in-Charge to do so.
3. The steel reinforcement bars shall be brought to the site in bulk supply of 10 tonnes
or more or as decided by the Engineer-in-Charge.
4. The steel reinforcement bars shall be stored by the Contractor at site of work in
such a way as to prevent their distortion and corrosion and nothing extra shall be
paid on this account. Bars of different sizes and lengths shall be stored separately
to facilitate easy counting and checking.
5. For checking nominal mass, tensile strength, bend test, re-bend test etc. specimens
of sufficient length shall be cut from each size of the bar at random, and at
frequency not less that specified below:

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
80
For consignment below 100 For consignment over
Size of Bar
tonnes 100 tonnes

Under 10mm One sample for each 25 tonnes of One sample for each 40
dia bars part thereof tonnes part thereof.

10mm to One sample for each 35 tonnes or One sample for each 45
16mm dia bars par++t thereof tonnes part thereof.

Over 16mm dia One sample for each 45 tonnes of One sample for each 60
bars part thereof. tonnes 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 shall be borne by the
contractor.
7. The actual issue of consumption of steel on work shall be regulated and proper
accounts maintained as provided in clause 10 of the contract. The theoretical
consumption of steel shall be worked out as per procedure prescribed in clause 42 of
the contract and shall be governed by conditions laid therein. In case the
consumption is less than theroretical consumption including permissible variations
recovery at the rate so prescribed shall be made. In case of excess consumption no
adjustment need to be made.

8. The steel bought to site and steel remaining unused shall not be removed from site
without the written permission of the Engineer-in-Charge.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
81
5.4 ADDITIONAL CONDITIONS FOR CEMENT
1. The Contractor shall procure 43 grade (conforming to IS: 8112)/53 grade
(confirming to IS12269) ordinary Portland cementportland pozzolana cement
confirming to IS:1489( PART I) as required in the work from reputed manufacturers
of cement, having a production capacity of one million tonnes per annum or more,
such as approved by Ministry of Industry, Government of India, and holding license
to use ISI certification mark for their product whose name shall be got approved
from Engineer-in-Charge. The Supply of cement shall be taken in 50 Kg bags
bearing Manufacturer’s name and ISI marking. Samples of cement arranged by the
Contractor shall be taken by the Engineer-in-charge and got tested in accordance
with provisions of relevant BIS codes. In case test results indicate that the cement
arranged by the Contractor does not conform to the relevant BIS codes, the same
shall stand rejected and shall be removed from the site by the Contractor at his own
cost within a week’s time of written order from the Engineer-in-Charge to do so.
2. The cement shall be brought at site in bulk supply of approximately 20 tonnes or as
decided by the Engineer-in-Charge. 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.
3. 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 key of the other lock shall remain with the Contractor. The Contractor shall
facilitate the inspection of the cement godown by the Engineer-in-Charge at any
time.
4. The Contractor shall supply free of charge the cement required for testing. The cost
of tests shall be borne by the Contractor / Department in the manner indicated
below.

(i) By the Contractor, if the results show that the cement does not conform to

relevant BIS codes;

(ii) By the Department, if the results show that the cement conforms to relevant
BIS Codes.

5. The actual issue and consumption of cement on work shall be regulated and proper
accounts maintained as provided in clause 10 of the contract. The theoretical
consumption of cement shall be worked out as per procedure prescribed in clause 42
of the contract and shall be governed by conditions laid therein. 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.

6. Cement brought to site and cement remaining unused after completion of work shall
not be removed from site without written permission of the Engineer-in-Charge.

7. 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.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
82
5.5 ADDITIONAL CONDITIONS OF CONTRACT SPECIFIC
TO GREEN BUILDING PRACTICES
The contractor shall strictly adhere to the following conditions as part of his
contractual obligations:

1. SITE
1.1.1 The contractor shall ensure that adequate measures are taken for the prevention of
erosion of the topsoil during the construction phase. The contractor shall implement
the Erosion and Sedimentation Control Plan (ESCP) to be prepared by him and
approved by the Engineer in Charge as part of the larger Construction Management
Plan (CMP). The contractor shall obtain the Erosion and Sedimentation Control Plan
(ESCP) Guidelines from the Engineer in Charge and then prepare working plan for
the following month’s activities as a CAD drawing showing the construction
management, staging & ESCP. At no time soil should be allowed to erode away from
the site and sediments should be trapped where necessary.
The contractor shall ensure that all the top soil excavated during construction works
is neatly stacked and is not mixed with other excavated earth. The contractors shall
take the clearance of the Engineer in Charge before any excavation. Top soil should
be stripped to a depth of 20 cm (centimeters) from the areas to be disturbed, for
example proposed area for buildings, roads, paved areas, external services and area
required for construction activities etc. It shall be stockpiled to a maximum height of
40 cm in designated areas, covered or stabilized with temporary seeding for erosion
prevention and shall be reapplied to site during plantation of the proposed
vegetation. Top soil shall be separated from subsoil, debris and stones larger than
50 mm (millimeter) diameter. The stored top soil may be used as finished grade for
planting areas.
1.1.2 The Contractor should follow the construction plan as proposed by the Architect
/Engineer in Charge to minimize the site disturbance such as soil pollution due to
spilling. Use staging and spill prevention and control plan to restrict the spilling of
the contaminating material on site. Protect top soil from erosion by collection
storage and reapplication of top soil, constructing sediment basin, contour
trenching, mulching etc.
1.1.3 No excavated earth shall be removed from the campus unless suggested otherwise
by Engineer in Charge. All subsoil shall be reused in backfilling/landscape, etc. as
per the instructions of the Engineer in Charge. The surplus excavated earth shall be
disposed of by the contractor at his own cost for reuse. A certificate of reuse as
required by the Engineer-in-Charge shall be submitted by the contractor.
1.1.4 The contractor shall not change the natural gradient of the ground unless specifically
instructed by the Engineer in Charge. This shall cover all natural features like water
bodies, drainage gullies, slopes, mounds, depressions, etc. Existing drainage
patterns through or into any preservation area shall not be modified unless
specifically directed by the Engineer-in-charge.
1.1.5 The contractor shall not carry out any work which results in the blockage of natural
drainage.
1.1.6 The contractor shall ensure that existing grades of soil shall be maintained around
existing vegetation and lowering or raising the levels around the vegetation is not
allowed unless specifically directed by the Engineer-in-charge.
1.1.7 Contractor shall reduce pollution and land development impacts from automobiles
use during construction.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
83
1.1.8 Overloading of trucks is unlawful and creates the erosion and sedimentation
problems, especially when loose materials like stone dust, excavated earth, sand
etc. are moved. Proper covering must take place. No overloading shall be permitted.
1.2 CONSTRUCTION PHASE AND WORKER FACILITIES
1.2.1 The contractor shall specify and limit construction activity in pre-
planned/designated areas and shall start construction work after securing the
approval for the same from the Engineer in Charge. This shall include areas of
construction, storage of materials, and material and personnel movement.
1.2.2 Preserve and Protect Landscape during Construction
(a) The contractor shall ensure that no trees, existing or otherwise, shall be
harmed and damage to roots should be prevented during trenching, placing
backfill, driving or parking heavy equipment, dumping of trash, oil, paint, and
other materials detrimental to plant health. These activities should be
restricted to the areas outside of the canopy of the tree, or, from a safe
distance from the tree/plant by means of barricading. Trees will not be used
for support; their trunks shall not be damaged by cutting and carving or by
nailing posters, advertisements or other material. Lighting of fires or carrying
out heat or gas emitting construction activity within the ground, covered by
canopy of the tree is not to be permitted.
(b) The contractor shall take steps to protect trees or saplings identified for
preservation within the construction site using tree guards of approved
specification.
(c) Contractor should limit all construction activity within the specified area as
per the Construction Management Plan (CMP) approved by Engineer in
Charge.
(d) The contractor shall avoid cut and fill in the root zones, through delineating
and fencing the drip line (the spread limit of a canopy projected on the
ground) of all the trees or group of trees. Separate the zones of movement of
heavy equipment, parking, or excessive foot traffic from the fenced plant
protection zones.
(e) The contractor shall ensure that maintenance activities during construction
period shall be performed as needed to ensure that the vegetation remains
healthy.
1.2.3 Contractor shall be required to develop and implement a waste management plan,
quantifying material diversion goals. He shall establish goals for diversion from
disposal in landfills and incinerators and adopt a construction waste management
plan to achieve these goals. A project-wide policy of nothing leaves the Site should
be followed, in such a case when strictly followed, care would automatically be taken
in ordering and timing of materials such that excess doesn’t become waste. The
Contractor is ingenuity is especially called towards meeting this prerequisite/ credit
(as per IGBC LEED India, New Construction v1.0 & GRIHA, MNRE). Consider
recycling cardboard, metal, brick, acoustical tile, concrete, plastic, clean wood,
glass, gypsum wallboard, carpet and insulation. Designate a specific area(s) on the
construction site for segregated or commingled collection of recyclable material, and
track recycling efforts throughout the construction process. Identify construction
haulers and recyclers to handle the designated materials. The diversion may include
donation of materials to charitable organizations and salvage of materials on-site.
1.2.4 Contractor shall collect all construction waste generated on site. Segregate these
wastes based on their utility and examine means of sending such waste to
manufacturing units which use them as raw material or other site which require it
for specific purpose. Typical construction debris could be broken bricks, steel bars,
broken tiles, spilled concrete and mortar etc.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
84
1.2.5 The contractor shall provide potable water for all workers
1.2.6 The contractor shall provide the minimum level of sanitation and safety facilities for
the workers at site. The contractor shall ensure cleanliness of workplace with regard
to the disposal of waste and effluent; provide clean drinking water and latrines and
urinals as per applicable standard. Adequate toilet facilities shall be provided for the
workman within easy access of their place of work. The total no. to be provided shall
not be less than 1 per 30 employees in any one shift. Toilet facilities shall be
provided from the start of building operations, connection to a sewer shall be made
as soon as practicable. Every toilet shall be so constructed that the occupant is
sheltered from view and protected from the weather and falling objects. Toilet
facilities shall be maintained in a sanitary condition. A sufficient quantity of
disinfectant shall be provided. Natural or artificial illumination shall be provided.
1.2.7 The contractor shall ensure that air pollution due to dust/generators is kept to a
minimum, preventing any adverse effects on the workers and other people in and
around the site. The contractor shall ensure proper screening, covering stockpiles,
covering brick and loads of dusty materials, wheel-washing facility, gravel pit, and
water spraying. Contractor shall ensure the following activities to prevent air
pollution during construction:
• Clear vegetation only from areas where work will start right away.
• Vegetate / mulch areas where vehicles do not ply.
• Apply gravel / landscaping rock to the areas where mulching /paving is
impractical.
• Identify roads on-site that would be used for vehicular traffic. Upgrade
vehicular roads (if these are unpaved) by increasing the surface strength by
improving particle size, shape and mineral types that make up the surface &
base. Add surface gravel to reduce source of dust emission. Limit amount of
fine particles (smaller than 0.075mm) to 10 - 20%
• Water spray, through a simple hose for small projects, to keep dust under
control. Fine mists should be used to control fine particulate. However, this
should be done with care so as not to waste water. Heavy watering can also
create mud, which when tracked onto paved public roadways, must be
promptly removed. Also, there must be an adequate supply of clean water
nearby to ensure that spray nozzles don’t get plugged.
• Water spraying shall be done on:
1.2.7.1 Any dusty materials before transferring, loading and unloading
1.2.7.2 Area where demolition work is being carried out
1.2.7.3 Any un-paved main haul road
1.2.7.4 Areas where excavation or earth moving activities are to be
carried out
• The contractor shall ensure that the speed of vehicles within the site is
limited to 10 km/hr.
• All material storages should be adequately covered and contained so that
they are not exposed to situations where winds on site could lead to dust /
particulate emissions.
• Spills of dirt or dusty materials will be cleaned up promptly so the spilled
material does not become a source of fugitive dust and also to prevent of
seepage of pollutant laden water into the ground aquifers. When cleaning up
the spill, ensure that the clean-up process does not generate additional dust.
Similarly, spilled concrete slurries or liquid wastes should be contained /
cleaned up immediately before they can infiltrate into the soil / ground or
runoff in nearby areas.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
85
• Provide hoardings of not less than 3m high along the site boundary, next to a
road or other public area
• Provide dust screens, sheeting or netting to scaffold along the perimeter of
the building
• Cover stockpiles of dusty material with impervious sheeting
• Cover dusty load on vehicles by impervious sheeting before they leave the
site
1.2.8 Contractor shall be required to provide an easily accessible area that serves the
entire building and is dedicated to the separation, collection and storage of materials
for recycling including (at a minimum) paper, corrugated cardboard, glass, plastics,
and metals. He shall coordinate the size and functionality of the recycling areas with
the anticipated collections services for glass, plastic, office paper, newspaper,
cardboard, and organic wastes to maximize the effectiveness of the dedicated areas.
Consider employing cardboard balers, aluminium can crushers, recycling chutes, and
collection bins at individual workstations to further enhance the recycling program
1.2.9 The contractor shall ensure that no construction leachate (e.g. cement slurry etc.),
is allowed to percolate into the ground. Adequate precautions are to be taken to
safeguard against this including, reduction of wasteful curing processes, collection,
basic filtering and reuse. The contractor shall follow requisite measures for collecting
drainage water run-off from construction areas and material storage sites and
diverting water flow away from such polluted areas. Temporary drainage channels,
perimeter dike/swale, etc. shall be constructed to carry the pollutant-laden water
directly to the treatment device or facility (municipal sewer line).
1.2.10 Staging (dividing a construction area into two or more areas to minimize the area of
soil that will be exposed at any given time) should be done to separate undisturbed
land from land disturbed by construction activity and material storage.
1.2.11 The contractor shall comply with the safety procedures, norms and guidelines (as
applicable) as outlined in the document Part 7 Constructional practices and safety,
2005, National Building code of India, Bureau of Indian Standards. A copy of all
pertinent regulations and notices concerning accidents, injury and first-aid shall be
prominently exhibited at the work site. Depending upon the scope & nature of work,
a person qualified in first-aid shall be available at work site to render and direct
first-aid to causalities. A telephone may be provided to first-aid assistant with
telephone numbers of the hospitals displayed. Complete reports of all accidents and
action taken thereon shall be forwarded to the competent authorities.
1.2.11.1 The contractor shall ensure the following activities for construction
workers safety, among other measures:
• Guarding all parts of dangerous machinery.
• Precautionary signs for working on machinery
• Maintaining hoists and lifts, lifting machines, chains, ropes, and other
lifting tackles in good condition.
• Durable and reusable formwork systems to replace timber formwork
and ensure that formwork where used is properly maintained.

Ensuring that walking surfaces or boards at height are of sound


construction and are provided with safety rails or belts.
Provide protective equipment; helmets etc. Provide measures to prevent
fires. Fire extinguishers and buckets of sand to be provided in the fire-
prone area and elsewhere.
Provide sufficient and suitable light for working during nighttime.
1.2.12 The storage of material shall be as per standard good practices as specified in Part

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
86
7, Section 2 ñ Storage, Stacking and Handling practices, NBC 2005 and shall be to
the satisfaction of the Engineer in Charge to ensure minimum wastage and to
prevent any misuse, damage, inconvenience or accident. Watch and ward of the
Contractor is materials shall be his own responsibility. There should be a proper
planning of the layout for stacking and storage of different materials, components
and equipments with proper access and proper maneuverability of the vehicles
carrying the materials. While planning the layout, the requirements of various
materials, components and equipments at different stages of construction shall be
considered.
1.2.13 The contractor shall provide for adequate number of garbage bins around the
construction site and the workers facilities and will be responsible for the proper
utilization of these bins for any solid waste generated during the construction. The
contractor shall ensure that the site and the workers facilities are kept litter free.
Separate bins should be provided for plastic, glass, metal, biological and paper
waste and labeled in both Hindi and English with suitable symbols.
1.2.14 The contractor shall prepare and submit spill prevention and control plans before the
start of construction, clearly stating measures to stop the source of the spill, to
contain the spill, to dispose the contaminated material and hazardous wastes, and
stating designation of personnel trained to prevent and control spills. Hazardous
wastes include pesticides, paints, cleaners, and petroleum products.
1.2.14.1 Contractor shall collect & submit the relevant material certificates for
materials with high recycled (both post-industrial and post-consumer)
content, including materials like RMC mix with fly-ash, glass with
recycled content, calcium silicate boards etc.
1.2.15 Contractor shall collect the relevant material certificates for rapidly renewable
materials such as bamboo, wool, cotton insulation, agri-fiber, linoleum, wheat
board, strawboard and cork etc.
1.2.16 Where possible, the contractor shall select materials / vendors, harvested and
manufactured regionally, within a 800-km radius of the project site.
1.2.17 Contractor shall adopt an IAQ (Indoor Air Quality) management plan to protect the
HVAC system during construction, control pollutant sources, and interrupt pathways
for contamination. He shall sequence installation of materials to avoid contamination
of absorptive materials such as insulation, carpeting, ceiling tile, and gypsum
wallboard. He shall also protect stored on-site or installed absorptive materials from
moisture damage.
1.2.18 The contractor shall ensure that a flush out of all internal spaces is conducted prior
to handover. This shall comprise an opening of all doors and windows for 14 days to
vent out any toxic fumes due to paints, varnishes, polishes, etc.
1.2.19 Contractor shall make efforts to reduce the quantity of indoor air contaminants that
are odorous or potentially irritating harmful to the comfort and well-being of installer
and building occupants. Contractor shall ensure that the VOC (Volatile Organic
Compounds) content of paints, coatings and primers used must not exceed the VOC
content limits mentioned below:

Paints
Non-flat - 150 g/L

Flat (Mat) - 50 g/L


Anti corrosive/ anti rust - 250 g/L
Coatings / Clear wood finishes
Varnish - 350 g/L
Lacquer - 550 g/L

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
87
Floor coatings - 100 g/L Stains - 250 g/L

Sealers
Waterproofing sealer - 250 g/L
Sanding sealer - 275 g/L
Other sealers - 200 g/L
The VOC (Volatile Organic Compounds) content of adhesives and sealants used must
be less than VOC content limits mentioned:
Architectural Applications VOC Limit (g/l less water)

Indoor Carpet adhesives - 50 g/L

Carpet Pad Adhesives - 50 g/L

Wood Flooring Adhesive - 100 g/L


Rubber Floor Adhesives - 60 g/L

Sub Floor Adhesives ñ 50 g/L


Ceramic Tile Adhesives - 65 g/L

VCT and Asphalt Tile adhesives - 50 g/L


Dry Wall and Panel Adhesives - 50 g/L

Structural Glazing Adhesives - 100 g/L

Multipurpose Construction Adhesives ñ 70 g/L

Substrate Specific Application VOC Limit (g/l less water)

Metal to Metal - 30 g/L


Plastic Foams - 50 g/L

Porous material (except wood) - 50 g/L

Wood - 30 g/L Fiber Glass ñ 80 g/L

1.2.20 Wherever required, Contractor shall meet and carry out of all activities on site,
supplementation of information, and submittals in accordance with IGBC LEED India
New Construction v1.0 & GRIHA program standards and guidelines.
Towards meeting the aforementioned building environmental rating standard(s)
expert assistance shall be provided to him up on request.
1.2.21 Water Use during Construction
Contractor should spray curing water on concrete structure and shall not allow free
flow of water. Concrete structures should be kept covered with thick cloth/gunny
bags and water should be sprayed on them. Contractor shall do water poundings on
all sunken slabs using cement and sand mortar.
1.2.22 The Contractor shall remove from site all rubbish and debris generated by the Works
and keep Works clean and tidy throughout the Contract Period. All the serviceable
and non-serviceable (malba) material shall be segregated and stored separately.
The malba obtained during construction shall be collected in well-formed heaps at
properly selected places, keeping in a view safe condition for workmen in the area.
Materials which are likely to cause dust nuisance or undue environmental pollution
in any other way, shall be removed from the site at the earliest and till then they
shall be suitable covered. Glass & steel should be dumped or buried separately to
prevent injury. The work of removal of debris should be carried out during day. In

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
88
case of poor visibility artificial light may be provided.

1.2.23 The contractor shall provide O & M Manuals wherever applicable.


1.2.24 The contractor shall make himself conversant with the Site Waste Management
Program Manual and actively contribute to its compilation by estimating the nature
and volume of waste generated by the process/installation in question.
1.2.25 MATERIALS & FIXTURES FOR THE PROJECT
(i) Contractor will produce wherever feasible certificate regarding distance of the
source of the relevant material.
(ii) Unless otherwise stated cement used at site for reinforced concrete, precast
members, mortar, plaster, building blocks, etc. shall be with fly ash blended
with OPC. The mix must meet the requirements of IS 1489 (Part I) as
regards to fly ash content in cement
(iii) All concreting works at site shall utilize only ready mix concrete and not a site
mix.
(iv) The contractor has to comply as per MoEF issued notification 8.0.763(E)
dated 14th Sept.1999 containing directive for greater fly ash utilization.
Every construction agency engaged in the construction of buildings within a
radius of 50 km radius of a Thermal Power Plant, have to use of 100% fly ash
based bricks/blocks in their construction.
(v) The contractor shall ensure that all paints, polishes, adhesives and sealants
used both internally and externally, on any surface, shall be Low VOC
products. The contractor shall get prior approval from the Engineer in Charge
before the application of any such material.
(vi) All plumbing and sanitary fixtures installed shall be as per the prescription of
the Engineer in Charge and shall adhere to the minimum LPM (liters per
minute) and LPF (liters per flush) mentioned. The contractor shall
employ 100% zero ODP (ozone depletion potential) insulation;
HCFC (hydro-chlorofluorocarbon)/ and CFC (chlorofluorocarbon) free HVAC
and refrigeration equipment and/halon-free fire suppression and fire
extinguishing systems.
(vii) The contractor shall ensure that all composite wood products/agro-fiber
products used for cabinetwork, etc do not contain any added urea
formaldehyde resin.
1.2.26 RESOURCES CONSUMED DURING CONSTRUCTION
(a) The contractor shall ensure that the water and electricity is not wasted during
construction. The Engineer in Charge can bring to the attention any such
wastage and the contractor will have to ensure that such bad practices are
corrected.
(b) The contractor shall install necessary meters and measuring devices to record
the consumption of water, electricity and diesel on a monthly basis for the
entire tenure of the project.
(c) The contractor shall ensure that all run-off water from the site, during
construction is collected and reused to the maximum.
(d) The contractor shall use treated recycled water of appropriate quality
standards for construction, if available.
(e) No lights shall be turned on during the period between 6:00 AM to 6:00 PM,
without the permission of the Engineer in Charge.
1.2.27 CONSTRUCTION WASTE
(a) Contractor shall ensure that wastage of construction material is within 3%.
(b) All construction debris generated during construction shall be carefully
segregated and stored in a demarcated waste yard. Clear, identifiable areas

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
89
shall be provided for each waste type. Employ measures to segregate the
waste on site into inert, chemical, or hazardous wastes.
(c) All construction debris shall be used for road preparation, back filling, etc, as
per the instructions of the Engineer in Charge, with necessary activities of
sorting, crushing, etc.
(d) No construction debris shall be taken away from the site, without the prior
approval of the Engineer in Charge.
(e) The contractor shall recycle the unused chemical/hazardous wastes such as
oil, paint, batteries, and asbestos.
(f) If and when construction debris is taken out of the site, after prior
permissions from the Engineer in Charge, then the contractor shall ensure
the safe disposal of all wastes and will only dispose of any such construction
waste in approved dumping sites.
1.2.28 Documentation
(a) The contractor shall, during the entire tenure of the construction phase,
submit the following records to the Engineer in Charge on a monthly basis:
(i) Water consumption in liters
(ii) Electricity consumption in ‘kwh’ units
(iii) Diesel consumption in liters
(iv) Quantum of waste (volumetric/weight basis) generated at site and
the segregated waste types divided into inert, chemical and hazardous
wastes.
(v) Digital photo documentation to demonstrate compliance of safety
guidelines as specified here and in the Appendix on Safety Conditions.
(b) The contractor shall, during the entire tenure of the construction phase,
submit the following records to the Engineer in Charge on a fortnightly basis:
(i) Quantities of material brought into the site, including the material
issued to the contractor by the Engineer in charge.
(ii) Quantities of construction debris (if at all) taken out of the site
(iii) Digital photographs of the works at site, the workers facilities, the
waste and other material storage yards, pre-fabrication and block
making works, etc as guided by the Engineer in Charge
(c) The contractor shall submit a document after construction of the buildings, a
brief description along with photographic records to show that other areas
have not been disturbed during construction. The document should also
include brief explanation and photographic records to show erosion and
sedimentation control measures adopted. (Document CAD drawing showing
site plan details of existing vegetation, existing buildings, existing slopes and
site drainage pattern, staging and spill prevention measures, erosion and
sedimentation control measures and measures adopted for top soil
preservation during construction
(d) The contractor shall submit to the Engineer in Charge after construction of
the buildings, a detailed as built quantification of the following:
(i) Materials used,
(ii) Total top soil stacked and total reused
(iii) Total earth excavated
(iv) Total waste generated,
(v) Total waste reused,
(vi) Total water used,
(vii) Total electricity, and
(viii) Total diesel consumed.
(e) The contractor shall submit to the Engineer in Charge, before the start of

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
90
construction, a site plan along with a narrative to demarcate areas on site
from which top soil has to be gathered, designate area where it will be
stored, measures adopted for top soil preservation and indicate areas where
it will be reapplied after construction is complete.
(f) The contractor shall submit to the Engineer in Charge, a detailed narrative
(not more than 250 words) on provision for safe drinking water and
sanitation facility for construction workers and site personnel.
(g) Provide supporting document from the manufacturer of the RMC specifying
the fly- ash content in RMC used in reinforced concrete.
(h) Provide supporting document from the manufacturer of the pre-cast building
blocks specifying the fly ash content of the blocks used in an infill wall
system.
(i) The contractor shall, at the end of construction of the buildings, submit to the
Engineer in Charge, submit following information, for all material brought to
site for construction purposes, including manufacturer is certifications,
verifying information, and test data, where Specifications sections require
data relating to environmental issues including but not limited to:
(i.) Source of products: Supplier details and location of the supplier.
(ii.) Project Recyclability: Submit information to assist Owner and
Contractor in recycling materials involved in shipping, handling, and
delivery, and for temporary materials necessary for installation of
products.
(iii.) Recycled Content: Submit information regarding product postindustrial
recycled and post-consumer recycled content. Use the recycled
Content Certification Form, to be provided by the Commissioning
Authority appointed for the Project.
(iv.) Product Recyclability: Submit information regarding product and
product’s component’s recyclability including potential sources
accepting recyclable materials wherever applicable.
(j) Provide final certification of well-managed forest of origin to provide final
documentation of certified sustainably harvested status: Acceptable wood
certified sustainably harvested certifications shall include:
(i) Wood suppliers certificate issued by one of the Forest Stewardship
Council-accredited certifying agencies;
(ii) Suppliers invoice detailing the quantities of certified wood products for
project;
(iii) Letter from one of a certifying agency corroborating that the products
on the wood supplier is invoice originate from certified well-managed
forests.
(k) Clean tech: Provide pollution clearance certificates from all manufacturers of
materials
(l) Indoor Air quality and Environmental Issues: Submit emission test data,
sourced from the manufacturers, produced by acceptable testing laboratory
listed in Quality Assurance Article for materials as required in each specific
Specification section.
(i) Certifications from manufacturers of Low VOC paints, adhesives,
sealant and polishes used at this particular project site.
(ii) Certification from manufacturers of composite wood products/agro
fiber products on the absence of added urea formaldehyde resin in the
products supplied to them to this particular site.
(iii) Submit environmental and pollution clearance certificates for all diesel
generators installed as part of this project.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
91
(m) Provide total support to Engineer in Charge and Green Building Consultants
appointed by the Engineer in charge in completing all Green Building Rating
related formalities, including signing of forms, providing signed letters in
the contractor is letterhead whenever required.

1.2.29 EQUIPMENT
(a) To ensure energy efficiency during and post construction all pumps, motors
and engines used during construction or installed, shall be subject to
approval and as per the specifications of the Engineer in Charge.
(b) All lighting installed by the contractor around the site and at the labour
quarters during construction shall be LED bulbs of the appropriate
illumination levels. This condition is a must, unless specifically prescribed.
The contractor is expected to go through all other conditions of the LEED & GRIHA
rating stipulations. Failure to adhere to any of the above mentioned items, without
approval of the Engineer in Charge, shall be deemed as a violation of contract and
the contractor shall be held liable for penalty as per terms of the agreement.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
92
5.6 PARTICULAR SPECIFICATIONS (GENERAL)
1. GENERAL
1.1 Unless otherwise specified in the schedule of quantities, particular specifications or
CPWD specifications (subject to the order or preference) the rates tendered by the
contractor shall be all inclusive and shall apply to all lifts and all heights, floor
including terrace, leads and depths and nothing extra over and above the schedule
of quantity shall be payable on this account.
1.2 The work shall be carried out in accordance with the Architectural drawings,
structural drawings and approved shop drawings. The structural shop and
architectural drawings shall have to be properly correlated before executing the
work. In case of any difference noticed between architectural and structural
drawings, the contractor shall obtain final decision, in writing, of the Engineer-in-
charge. In case of any discrepancy in the item given in the schedule of quantities
appended with the tender and architectural drawings related to the relevant items,
the former shall prevail unless and otherwise given in writing by the Engineer in
charge. Nothing extra shall be payable on this account.

1.3 Wherever any reference to any Indian Standards occurs in the documents relating to
this contract, the same shall be inclusive of all amendments issued thereto or
revisions thereof, if any, upto the date of receipt of tenders.
1.4 Unless otherwise specified in the schedule of quantities, the rates for all items of
work shall be considered, as inclusive of pumping out or bailing out water, if
required through out the construction period for which no extra payment shall be
made. This shall also include water encountered from any source such as rains,
floods, sub soil water table being high and/or due to any other cause whatsoever.

1.5 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).

1.6 The following modifications / additional specifications shall apply:

(a) All stone aggregate and stone ballast shall be of hard stone variety to be
obtained from approved quarries at Navi Mumbai or any other source to be
got approved from the Engineer-in-charge.

(b) Coarse sand should be obtained from Vaitarna / Mahad or any other source
to be got approved from the Engineer-in-charge. The coarse sand shall be
screened before using, if required. The same shall be clean and sharp angular
grit type. If the sand brought to site is dirty, it must be washed in clean water
to bring the sand to the required specifications. Nothing extra shall be payable
on this account.

(c) Fine sand should be obtained from Vaitarna /Mahad or any other source to
be got approved from the Engineer-in-charge. The fine sand shall be screened,
if required. The same shall be clean and sharp angular grit type. If the sand
brought to site is dirty, it must be washed in clean water to bring the sand to
the required specifications. Nothing extra shall be payable on this account.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
93
1.7 The rates for all items of work, shall unless clearly specified otherwise, include cost
of all operations and all inputs of labour, material, T & P, scaffolding, wastages,
watch and ward, other inputs, all incidental charges, all taxes, cess, duties, levies
etc. required for execution of the work.

1.8 Embedding of pipes, conduits etc.


(a) The masonry work for the portions of the external wall of W.C., through which
pipes are taken, shall be done after the pipes are fixed as far as practicable.
(b) All crossings, embedment etc. in walls and floors for water supply, drainage
and sanitary pipes, fittings etc. shall be provided as per the detailed working
drawings for individual walls and floors so as to avoid cuttings of masonry
work and floors. All such areas shall be made good during finishing and
nothing extra shall be payable on these accounts.

1.9 PRODUCT DELIVERY, STORAGE AND HANDLING OF CHEMICALS:


(a) The contractor shall construct storage space for Chemicals materials to ensure
that the storage conditions are as recommended by the manufactures.

(b) All the materials shall be procured and delivered in sealed containers with
labels legible and intact.

(c) All the chemicals (polymers, epoxy, water proofing compound, plasticizer,
chloropyrifos etc.) shall be procured in convenient packs say 20 litres (Kgs.)
capacity packing only or as approved by the Engineer-in-Charge, and not in
bigger capacity containers, say 200 litre (Kgs.) drums unless otherwise
specifically permitted by the Engineer-in-Charge. One sample from each lot of
the chemical procured by the contractor shall be tested in a laboratory as
approved by the Engineer – in – Charge.

(d) All material required for the execution of the work shall be got approved,
procured and deposited with the Departmental supervisory staff. The materials
shall be kept in joint custody of the contractor and the Department. The watch
and ward of such material shall, however, remain to be the responsibility of
the contractor and no claim, whatsoever, on this account shall be entertained.
Different containers of each chemical shall be serially numbered on packing
and also consumed in that order. Day-to-Day account of receipt, issue and
balance shall be regulated by the Department and proper account shall be
maintained at site of work in the prescribed form as per the standard practice.
(e) All the chemicals shall be procured by the contractor directly from the
manufacturer. In exceptional circumstances, the contractor may be allowed to
procure the materials from the authorized dealers of the manufacturers, if
specifically permitted by the Engineer-in-Charge.
(f) The original copies of challan / cash memos towards the quantity of various
chemicals procured shall be made available by the contractor at the request
from the Engineer-in-Charge and a copy of the same shall be kept in record.

(g) The Name of manufacturers, manufacturer’s product identification,


manufacturer’s mixing instructions, warning for handling and toxicity and date
of manufacturing and shelf life shall be clearly and legibly mentioned on the
labels of the each container.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
94
(h) The contractor shall submit for the chemicals procured, manufacturer’s and /
or authorized dealer’s certificate regarding supplying and verifying
conformance to the material specifications, as specified.
(i) All filled containers shall be handled in safe manner and in a way to avoid
breaking container seals.

(j) Empty containers of the chemicals should not be removed from site till the
completion of work and shall be removed only with the written approval of
the Engineer-in-Charge.

(k) All arrangements for measuring, dosing and mixing of material / chemicals at
site have to be made by the contractor.

(l) Contractor shall suitably advise his site Engineer and all the workers as
regards safe handling of chemicals. Necessary protective and safety
equipments in form of hand gloves, goggles etc. shall be provided by the
contractor and be also used at site.

(m) All incidental charges of any kind including cartage, storage and wastage and
safe custody of material etc. shall be borne by the contractor and no claim,
whatsoever, shall be entertained on this account.
(n) The chemicals shall be tested in an independent laboratory as approved by the
Engineer-in-Charge at the frequency as specified. If required, more samples
may have to be tested as per the directions of the Engineer-in-Charge. Nothing
extra shall be payable on this account. However testing charges shall be
borne by the department of the samples satisfy the requirements specified in
the tender.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
95
2. PARTICULAR SPECIFICATIONS FOR DEWATERING DURING
EXCAVATION, FOUNDATION
2.1 De-watering shall be done conforming to BIS Code IS: 9759 (guide lines for de-
watering during construction) and / or as per the specifications approved by the
Engineer-in-Charge. Design of an appropriate and suitable dewatering system shall
be the Contractor’s responsibility. Such scheme shall be modified / augmented as
the work proceeds based on fresh information discovered during the progress of
work, at no extra cost. At all times during the construction work, efficient drainage
of the site shall be carried out by the Contractor and especially during the laying of
plain cement concrete, taking levels, installing rock anchors etc. The Contractor
shall also ensure that there is no danger to the nearby properties and installations
on account of such lowering of water table. If needed, suitable precautionary
measures shall be taken by the Contractor. Also the scheme of dewatering adopted
shall have adequate built in arrangement to serve as stand-bye to attend to repair
of pumps etc. and disruption of power / fuel supply. Nothing extra shall be payable
on this account.

2.2 De-watering shall be carried out by suitable means with adequate stand-by
arrangements of pumps etc. and it shall be ensured that its disposal is carried out as
per the regulations of the local bodies. The water / slush / muck etc. shall not be
disposed off into the public drainage system of sewer manhole or storm water drain,
but shall be pumped off into the creek close to the plot or disposed by any other
manner, subject to the approval of the local bodies in this regard. The agencies are,
therefore, advised to inspect and acquaint themselves of the site and location of
disposal point(s) of water / slush and satisfy themselves as regards method of
pumping and disposal required to be adopted. Any default or failure on the part of
the Contractor to acquaint him with the aforesaid aspect of work shall not absolve
him from his responsibility for the execution / performance of this contract. Also, all
permissions in this regard, to be taken from local authorities, shall be obtained by
the Contractor. Nothing extra shall be payable on these accounts.

2.3 In trenches where surface water is likely to get into cut / trench during monsoons, a
ring bund of puddle clay or by any other means shall be formed outside, to the
required height, and maintained by the Contractor. Also, suitable steps shall be
taken by the Contractor to prevent back flow of pumped water into the trench.
Nothing extra shall be payable on this account.
2.4 Unless otherwise provided in the item of schedule of quantity the cost of de watering
or working under water and / or liquid mud for execution of all the items for the
work is deemed to be included in quoted rates of the respective items and shall not
be measured separately for payment. Nothing extra shall be payable for de watering
in this work, irrespective of whether specified or not, in the item descriptions or in
the specifications / conditions in this contract agreement.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
96
3. PARTICULAR SPECIFICATION FOR AAC BLOCK WORK
1.1 The precast AAC blocks shall be procured from approved manufactures only and
shall not be permitted to be cast at site. The mix of concrete shall be strictly as
specified in the IS codes and other mix if used by the manufacturer shall not be
acceptable. Nothing extra shall be payable on account of adding any admixture
for making pre-cast blocks or for steam curing.
1.2 The material received at site shall be fully cured and shall have attained the
required strength before delivery to the site. The material shall be free of cracks.
The AAC blocks shall be dried for a period of minimum 4 weeks before supplying
a site.
1.3 The AAC blocks shall have sizes as per requirement at site as approved by
Engineer in charge. If different sized of AAC blocks are available, the sizes
suitable for the work shall be procured by contractor.
1.4 The samples of AAC blocks (each sample consisting of 6 specimen) shall be
chosen randomly from the lot procured and tested for various parameters
specified below. One samples shall be tested for every 100 cum or part thereof.
However, minimum one sample shall be tested from each lot received at site if
the quantity procured in the lot is less than 100 cum. If required, Engineer-in-
Charge or his authorized representative shall inspect the factory during
production of the material for this work and also collect samples (of materials
used for making AAC blocks and precast AAC blocks) from the factory itself. The
contractor shall consider this contingency also while placing the order with one of
the approved firms. Nothing extra shall be payable on this account.
1.5 Following parameters shall be tested:
A. Compressive strength.
B. Density
C. Efflorescence
D. Dimensional Tolerances.
The material shall meet following parameters:
a. Compressive strength shall not be less than 3 N/sq. mm.
b. Normal Dry Density shall be not more than 650 kg/cum.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
97
4 . ADDITIONAL SPECIFICATIONS OF RCC
4.1 RCC WORK

The cover blocks, wherever used, for proper cover & to avoid displacement of
reinforcement bars shall be manufactured in factory. Nothing extra shall be paid for
providing such cover blocks in the work.

Nothing extra shall be paid for the centering & shuttering circular in shape wherever the
form work is having a mean radius exceeding 6m in plan.

Design Mix Concrete

The bulk of concrete of required mix shall be arranged from RMC plant and smaller
quantities in lintel band, sill band etc. similar locations will be allowed for production at site
for contractor shall be required to install automatic batching plant of minimum 5 cum per
hour capacity. For design mix, provisions of IS: 456-2000 – Latest Edition shall be
followed. Following parameters shall be adopted for mix design as per IS-456-2000.

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


content in the admixture shall satisfy the requirement of BS 5075. The total amount of
chloride content in the admixture mixed concrete shall satisfy the requirement of IS 456-
2000.

The concrete mix design with and without admixture will be carried out by the contractor,
at his own cost, through one of the following laboratories/Test houses to be approved by
Engineer-in-charge:-

Indian Intitute of Technology, Mumbai


National Test House, Mumbai

In the event of all the four laboratories being unable to carry out the requisite
design/testing, the contractor shall have to get the same done from any other reputed
laboratory with prior approval of the Engineer-in-Charge.

The various ingredients for mix design/laboratory tests shall be sent to the approved
lab/test houses through the Engineer-in-charge and the samples of such ingredients sent
shall be preserved at site by the contractor 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.

The Contractor shall submit the mix design report from approved laboratory for approval of
Engineer-in-Charge within 45 days from the date of issue of letter of acceptance of the
tender. No concreting shall be done until the mix design is approved by Engineer-incharge.
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. The testing and the acceptance of the trial mixes
shall be as per CPWD Specifications. The conformity of mix design should be established by
conducting three repeat trial mix tests. In each repeat trial mix test six cubes of standard
size 15 cm x 15 cm x 15 cm shall be cast, out of which three cubes shall be tested after 7
days & 3 cubes shall be tested after 28 days. This provision shall be as per relevant paras
of CPWD specifications 2009.

90% of the total trial mix tests shall be done in the laboratory established at site by the
contractor and remaining 10% in any government laboratory or government engineering
college situated in Mumbai/ Navi Mumbai or in any other laboratory as directed by

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
98
Engineer-in Charge. The testing charges would be governed by para 39.0 of special
conditions.

For each change of source or quality / characteristic properties of the ingredients from that
approved & used in the concrete mix during the work, a fresh mix design shall be got done
by the contractor. However, maximum two such changes shall be permitted in the whole
work. For any change, the Contractor shall bear the cost of fresh Mix Design. Revised trial
mix tests shall be conducted at laboratory established at site or Engineer-in-Charge may
order for testing of these cubes from the independent laboratory and shall be submitted by
the contractor as per the direction of the Engineer-in-charge.

The cost of packaging, sealing, transportation, loading, unloading, cost of samples and the
testing charges for mix design in all cases shall be borne by the contractor.

The mix design shall be done considering the degree of quality control as “Good” in all
cases.

REQUIREMENT OF DESIGN MIX

The mix design for a specified grade of concrete shall be done for target mean compressive
strength - Tck = fck + 1.65 S
Where: fck = characteristic compressive strength at 28 days.
S = Standard deviation which depends on degree of quality control.
The degree of quality control for this work shall be “Good” for which the standard deviation
(s) for different grades of concrete as per IS456-2000 shall be followed. Standard deviation
calculations of test results shall also be done as per clause 9.2.4 of IS456-2000 for
maintaining the quality control.

The mix design shall be carried out generally in accordance with the provisions made in
CPWD specification and IS 456-2000 read along with the provisions mentioned in this
document.

Acceptance criteria for trial Mix:- Average of all the cubes tested at 28 day shall be more
than target mean strength (i.e. fck + 1.65 S). No individual cube shall be less than 0.85
times the target mean strength.

Work Strength Test & Acceptance criteria:- Work strength Test for strength of concrete
shall be carried out as per para 5.8.12.2 of CPWD specifications 2002, relevant paras of
CPWD specifications 2009 will superceed. 90% of the total work strength tests shall be
done at the laboratory established at site by the contractor and remaining 10% in the
laboratory of Central Design Organization, CPWD or in any other laboratory as directed by
Engineer in Charge. The testing charges would be governed by para 39.0 of special
conditions. The acceptability criterion given in para 5.8.4.1 of CPWD specifications 2002,
relevant paras of CPWD specifications 2009 will superceed shall be read along with
following :-

In case four consecutive tests results (as per para 5.8.4.1 of CPWD specification) are not
available in one day’s concreting the standard deviation for purpose of acceptance of
concrete shall be calculated on the basis of all the cube test results of that particular day of
concreting.

If the cube results of individual cube do not comply with the condition mentioned in column
3 of Table 6 of para 5.8.4.1 of CPWD specification 2002, relevant paras of CPWD
specifications 2009 will superceed but the test results satisfy the requirement of mean
compressive strength as mentioned in column 2 of above table the concrete represented by
the cube not meeting the requirements shall be at risk. The Engineer-in-Charge reserves
the right to reject the said concrete or to accept it at reduced rates subject to establishing
the structural adequacy by means of additional tests and suitable remedial measures as
directed by Engineer-in-Charge.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
99
If the test results do not satisfy the requirement of mean compressive
strength as mentioned in column 2 of Table 6 of para 5.8.4.1 of CPWD
specifications, 2002, relevant paras of CPWD specifications 2009 will
superceed. The concrete represented by the test results shall be at risk.

4.2 Production of Concrete

1.4.1 The preparation, mixing, transportation, placing, compaction, testing of ingredients


and admixtures etc. shall be as per the applicable specifications.

Ready Mix Concrete (RMC) from RMC producer

The contractor shall have to arrange bulk of quantity of Ready MIX concrete (RMC) from
the RMC producing plants supplying concrete in Navi Mumbai/ Mumbai.

The contractor shall, within 15 days of award of the work, submit the details of RMC
producers, out of list specified in the contract document including details and number of
transit mixers & pumps etc. to be deployed indicating name of owner/company, its location.
Text of MOU proposed to be entered between purchaser (the contractor) and supplier (RMC
producer) to the Engineer-in-Charge. Engineer-in-Charge shall give approval in writing. The
contractor shall draw the MOU with approved RMC producer and submit to Engineer-in-
Charge with in a week of such approval. The contractor will not be allowed to use ready
mixed-concrete without completion of above stated formalities.

Notwithstanding the approval granted by Engineer-in-Charge in aforesaid manner or


provisions in CPWD specification 2002, relevant paras of CPWD specifications 2009 will
superceed. The contractor shall be fully responsible for quality of concrete including input
control, transportation and placement etc.

1.5.3.1 For all purposes, the contractor shall carry out fully, the responsibilities of
the “placement contractor” and the “manufacturer of concrete”.
The Engineer-in-Charge will reserve right to inspect at any stage and reject the concrete if
he is not satisfied about quality of product at the user’s end.

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, recording of test results and
declaring the materials fit or unfit for use in production of mix.

Calibration check of the RMC plant.

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, if required.

For exercising such control, the Engineer-in-charge shall periodically depute


his authorised representative at the RMC plant. It shall be responsibility of the
contractor to ensure that all necessary equipment, manpower & facilities are
made available to Engineer-in-Charge and/or his authorised representative at
RMC plant.

The contractor should therefore draw MOU/agreement with RMC producer very
carefully keeping in view all terms and conditions/specifications forming part of
this tender document.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
100
All required relevant records of RMC shall be made available to the Engineer-in-
Charge or his authorised representative. Engineer-in-Charge shall, as required,
specify guidelines & additional procedures for quality control & other
parameters in respect of materials, production & transportation of concrete mix
which shall be binding on the contractor & the RMC plant. Only concrete as
approved in design mix by Engineer-in-Charge shall be produced in RMC Plant
and transported to the site.

OPC Cement (Conforming to IS 456 Code) fly ash confirming to grade I of IS 3812
(Part I) brand/make/source as
approved by Engineer-in-Charge shall only be used for production of concrete
for the work.

Quality control of Ready-mixed concrete

It shall be the responsibility of the contractor to ensure that RMC producer provides
all necessary testing equipments and takes all necessary measures to ensure Quality
Control of ready mixed concrete. In general the required measures shall be :-

(I) Control of purchased material quality RMC producer shall ensure that all the
materials purchased and used in the production of concrete conform to the
stipulation of the relevant agreed standards and the requirements of the concrete
mix design and quality control procedures. This shall be accomplished by visual
checks, sampling and testing, certification from material supplier and
information/data from material supplier. Necessary equipment for the testing of all
material shall be provided and maintained in calibrated condition at the plant by the
RMC producer.

(II) Control of material storage Adequate and effective storage arrangement shall
be provided by RMC producer at RMC plant for reliable transfer and feed systems,
drainage of aggregates, prevention of freezing or excessive solar heating of
aggregate, prevention of contamination etc.

(III)Record of mix design and mix design modification RMC producer shall
ensure that record of mix design and mix design modification is readily available in
his computer at RMC plant for inspection of Engineer-in-Charge or his authorised
representative at any time. Any modification in mix design shall be done only after
the approval of Engineer-in-Charge.

(IV) Transfer and weighing equipment RMC producer shall ensure that a
documented calibration procedure is in place. Proper calibration records shall be
made available indicating date of next calibration due & corrective action taken. RMC
producer shall ensure additional calibration checks whenever required by E-in-C in
writing to contractor. RMC producer shall also maintain a daily production record
including details of customers to whom RMC was supplied including details of mixes
supplied. Record shall also be maintained of the material used for each day’s
production including water and admixtures.

The accuracy of measuring equipment shall be within +2% of quantity of cement &
+3% of quantity of aggregate, admixture and water being measured.

(V) Maintenance of Plant, Trucks, Mixers and Pumps: Plant, Truck Mixers and
Pumps should be well maintained so as not to hamper any operation of production,
transportation and placement of concrete.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
101
(VI) Production of concrete at RMC producing plant

Weighing (correct reading of batch data and accurate weighing) :-For each load,
written, printed or graphical records shall be made of the weights of the materials
batched, the estimated slumps, the total amount of water added to the load, the
delivery tickets, serial number of load and time of loading of concrete into the truck.

(VII)Visual observation of concrete during production and delivery or


during sampling and testing of fresh concrete (assessment of uniformity,
cohesion, workability, adjustment to water content).:- The workability of the
concrete shall be controlled on a continuous basis during production. Batch mix found
unfit shall not be loaded into the truck for transportation.Necessary corrective action
shall be taken in the production of mix as required for further batches.

(VIII)Adequate testing equipment at the plant including equipment for measuring


,surface moisture content of aggregates shall be provided by the RMC
producer.

(IX) Making corresponding adjustments at the plant automatically or manually to


batched quantities to allow for observed, measured or reported changes in
quantities of materials or concrete .

(X) Sampling of concrete, testing, monitoring of results.

Diagnosis and correction of faults identified from observations/complaints.

(XI) Control of designed and the prescribed mixes : A quality control system
shall be operated to control the strength of designed mixes to the required
levels. The system shall include continuous analysis of results from cube
tests.

4.3 Laying of RMC concrete

All Ready Mixed Designed concrete from plant shall be laid with the help of concrete
pump of adequate capacity for which nothing extra shall be paid over and above the
quoted rates in relevant items. However, small quantity can be allowed without pump
with prior written approval of Engineer-in-charge as per site requirement.

NOTE: - In case cement content as per the approved design mix is less than the
cement content specified in the nomenclature of the item, financial adjustment at Rs.
6520/-per M.T of cement shall be done.
Minimum Quality Assurance Plan

The contractor has to comply with the minimum quality assurance plan, as
follows:-
Lot size, number of required tests and frequency of testing shall be conducted as per
CPWD specification and BIS Code and manufacturer’s certificate.

All the relevant and applicable codes, specification and standards, as well as the
acceptance criteria for various items of work, workmanship, materials & process
employed should be made available at site office by contractor.

Maintenance of register of tests –

All the register of tests carried out at Construction site or in outside laboratories shall
be maintained by the contractor which shall be issued to the contractor by Engineer –
in – Charge.
All samples of materials including cement concrete cubes shall be taken jointly with
contractor by JE and out of this at least 50% samples shall be taken in presence of AE
incharge. If there is no JE, all samples of materials including cement concrete cubes
shall be taken by AE jointly with contractor. All the necessary assistance shall be

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
102
provided by the contractor. Cost of material of samples is to be borne by the contractor
& he shall be responsible for safe custody of sample to be tested at site or outside
approved lab.

All the test in field lab setup at construction site shall be carried out by the Engineering
staff deployed by the contractor which shall be 100% witnessed by JE and 50% of tests
shall be witnessed by AE incharge. At least 10% of the tests are to be witnessed by the
Executive Engineer.

All the entries in the registers will be made by the designated Engineering staff of the
contractor and same should be regularly reviewed by JE/ AE/ EE. Contractor shall be
responsible for safe custody of all the test register. Submission of copy of all test
registers, material at site register and hindrance register alongwith each alternate
Running Account Bill and Final Bill shall be mandatory. These registers should be duly
checked by AE (P) in Division Office and receipt of registers should also be
acknowledged by AAO by signing the copies.

Maintenance of material at site (MAS) Register:-

All the MAS registers including cement and steel register shall be maintained by
contractor which shall be issued to the contractor by Engineer- in- charge.

Each of the entry of receipt of material at site shall be test checked 100% by the J.E. or
by AE if there is no JE.

Cement register and other registers shall be reviewed by EE at least once in a month.

The contractor shall make his own arrangement of water for construction and drinking
purpose as well for electricity and its distribution at his own cost. The department will
render only assistance to the contractor for making application to Local body/
authorized Electric supply agency, if required. All the fees and charges including
consumption charges shall be borne bythe contractor. The contractor can make deep
well boring at site. The water should be as per CPWD specifications, 2009 and
necessary test shall be conducted as per CPWD specification.

The contractor shall ensure quality control measures on different aspects of construction
materials, workmanship and correct construction methodologies to be adopted. All the
registers of tests carried out at Construction Site or in outside laboratories shall be
maintained by the contractor which shall be issued to the contractor by Engineer-in-
Charge.

The contractor shall submit samples of various materials to be used for the approval of
the Engineer-in-charge out of the brands provided in the agreement.

The contractor shall submit drawings of shuttering arrangement etc. for the approval of
Engineer-in-Charge. The contractor shall also submit bar bending schedule for approval
of Engineer-in- Charge before execution.

The contractor shall establish a site laboratory & make arrangement of Engineers /
Technicians for testing of materials as per specification and maintain the record of test
results in required Performa as per direction of engineer-in-charge. A tentative list of
minimum equipment’s for site laboratory, to be established by the contractor at site is
as mentioned in part A.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
103
5.7 GUARANTEE TO BE EXECUTED BY CONTRACTOR FOR REMOVAL OF DEFECTS
AFTER COMPLETION OF WORK IN RESPECT OF WATER PROOFING WORKS

This agreement made this _____day of _________________two thousand and _______


between____________________________, _________________________________
(Name of the contractor, hereinafter call 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 (hereinafter called the Contract)


dated________________ and made between the GUARANTOR of the one part and the
GOVERNMENT of the other part where by the Contractor inter alia, undertook to render the
buildings and structures in the said contract recited completely water and leak proof.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect that the said
structures will remain water / leak proof for ten years from the date of completion of work
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 ten years to be reckoned from the date completion of work.
Provided that the guarantor will not be responsible for leakage caused by earthquakes or
structural defects or misuse of roof or alterations and for such purpose
a) Misuse of roof shall mean by operation, which will damage roofing treatment, like
chopping of firewood and things of the same nature, which might cause damage to the
roof.
b) Alteration shall mean construction of an additional storey or a part of roof or
construction adjoining to existing roof, where by roofing treatment is removed in parts.
c) 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 defects and in case of
any defects being found, render the building water proof at his own cost, to the satisfaction
of the Engineer-in-Charge 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 Department through some
other contractor at the GUARANTOR’S cost and risk. The decision of the Engineer-in-
Charge as to the cost, payable by the Guarantor shall be final and binding.
That is the Guarantor fails to execute the necessary rectification or commits breach
thereunder 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 reasons of any
default on the part of 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 has been executed by the Obligator
________________________________________________and by
_____________________________and for and on behalf of the PRESIDENT OF INDIA on
the day month and year first above written.
SIGNED, SEALED AND DELIVERED by (OBLIGOR) in the presence of:
1.

2.
SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY
____________________________________in the presence of:

1.

2.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
104
5.8 GUARANTEE TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF DEFECTS
AFTER COMPLETION IN RESPECT OF ACRYLIC PAINT WORKS.
This agreement made this ------------------- day of --------------- ------Two
thousand and ----------------- between ------------------- son of --------------------- of ------
-------------------------------------------------------
hereinafter called the Guarantor of the part) and the PRESIDENT OF INDIA
(hereinafter called the Government of the other Part)

WHERAS THIS AGREEMENT is supplementary to a contract (hereinafter called for


Contract) dated ------------- and made between the GUARANTOR of the one part and the
GOVERNMENT of the other part, hereby the Contractor interalia, under took that the acrylic
painting work done on building will remain non flaking and uniform colouring without
patches.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to effect that


the said Acrylic painting will remain non flaking and uniform colouring without
patches for three years from the date of completion of work.

NOW THE GURANTOR hereby guarantee that Acrylic painting done by him will
remain non flaking and uniform colouring without patches and the minimum guarantee
period of such painting shall be three years to be reckoned form the date of the completion
of work.
Provided that the guarantor will not be responsible for damage caused due to
earthquake or misuse of buildings or alteration and for such purpose. The decision of the
Engineer-in-Charge with regard to cause of damage shall be final and binding.

During this period of guarantee the guarantor shall make good all defects 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 he 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 GUARANTOR’S Cost and risk. The decision
of the Engineer-in-Charge as to the cost, payable by the guarantor shall be final and
binding.

That if the guarantor fails to make good the defects or commits breach there under
then the guarantor will indemnify the principal and his successors against all loss, damage
cost, expenses or otherwise which may be incurred by him by reasons of any default on the
part of 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 and the
decision of the Engineer-in-Charge will be final and binding on both the parties.

An amount equivalent to 2% of items 11.5 will be deducted from R. A. Bills as


security and the same will be refunded after three years from the date of completion of
work.

IN WITNESS WHEROF these presents have been executed by the obligator ------------ and by ----------------
------ and for and on behalf of the PRESIEDENT OF INDIA on the day, month and year first above written.

SIGNED sealed and Delivered by (OBLIGATOR) in the presence of


SIGNED FOR AND BEHALF OF THE PRESIDENT OF INDIA
BY
In the presence of
1. 2.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
105
5.9 GUARANTEE FOR ALUMINIUM WORK

The work of Aluminium doors / windows etc. as per item No. 17.1,17.2 & 19.1 to
19.5 shall be guaranteed for a period of 2 (Two) years as per enclosed guarantee bond
against structural stability, water leakage, faulty materials, workmanship and defective
anodized finish, on notification by the Engineer-in-Charge of any compliance to be
performed under this guidance by the contractor, the contractor shall immediately supply
labour / materials and rectify all the defects notified by the Engineer-in-Charge to perform
this guarantee at no additional cost and to ensure that the defects are fully rectified. 1
(one) % of the amount of the aluminium work as per item No. 17.1,17.2 & 19.1 to 19.5
shall be withheld on this account, which shall be refunded under the expiry of the
guarantee period if no defects are observed in the said period or if the defects have been
rectified in pursuant in the agreement to the entire satisfaction of the Engineer-in-Charge.

GUARANTEE TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF DEFECTS


AFTER COMPLETION OF ALUMIMIUM DOOR, WINDOWS, VENTILATORS AND
CURTAIN WALL WORKS.

The agreement made this…..day of……one thousand nine hundred and ………between
(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 contract (herein 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 the render
the work in the said contract recited structurally stable, completely leak proof and of sound
material, workmanship, anodizing, colouring, sealing.

AND WHEREAS THE GUARANTGOR agreed to give a guarantee to the effect that the
said work will remain structurally stable, completely leak-proof and guaranteed against
faulty material and workmanship, defective anodizing, colouring and finishing from two
years from the date of completion of work.

NOW THE GUARANTOR hereby guarantees that work executed by him will remain
structurally stable, completely leak proof and guaranteed against faulty material and
workmanship, defective anodizing and colouring for a minimum life of two years to be
reckoned from the date after the maintenance period prescribed in the contract.

The decision of the Engineer-in-Charge with regard to the cause of defect shall be
final.

During this period of guarantee the guarantor shall make good all defects to the
satisfaction of the Engineer-in-Charge at his cost and commence the work for such
rectification within seven days from the date of issue of 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 GUARANTOR’s Cost and risk. The decision of
the Engineer-in-Charge as to the cost, payable by the GUARANTOR shall be final and
binding.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
106
That if the GUARANTOR fails to make good all the defects OR commits breach
thereunder 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 GUARTANTOR 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 WHEREOF THESE PRESENTS HAVE BEEN EXECUTED BY THE


OBLIGATOR THE DAY, MONTH, AND YEAR FIRST ABOVE WRITEEN.

Signed, sealed and delivered by OBLIGATOR in presence of :

1.

2.

Signed for and on behalf of THE PRESIDENT OF INDIA BY ------------------in the presence
of:

1.

2.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
107
5.10 GUARANTEE FOR WATER PROOFING TREATMENT

1.1 The contractor shall be fully responsible for and shall guarantee proper performance
of the entire waterproofing system for a period of 10 (Ten) years from the final
completion of works. In addition, specific 10 years written guarantee (to be
furnished in a non-judicial stamp paper of value not less than Rs.100/-) in approved
proforma shall be submitted for the performance of the system, before final
payment and shall not in any way limit any other rights the Employer may have
under the contract.

1.2 All water-proofing work shall be carried out through approved specialist agency as
per method of working approved by the Engineer-in-charge. However the
Contractors shall be solely responsible for waterproofing treatment until the expiry
of the above guarantee period.
1.3 Ten years guarantee in prescribed proforma attached shall be given by the
contractor for the water proofing treatment. In addition 10% (ten percent) of the
cost of these items of water proofing under this sub head shall be retained as
guarantee to watch the performance of the work executed. However, half of this
amount (withheld) would be released after five years from the date of completion of
the work, if the performance of the waterproofing works is satisfactory. The
remaining withheld amount shall be released after completion of ten years from the
date of completion of work, if the performance of the waterproofing work is
satisfactory. If any defect is noticed during the guarantee period, it should be
rectified by the contractor within seven days of issuing of notice by the Engineer-in-
Charge and, if not attended to, the same shall be got done through other agency at
the risk and cost of the contractor and recovery shall be effected from the amount
retained towards guarantee. In any case, the contractor and the specialist agency,
during the guarantee period, shall inspect and examine the treatment once in every
year and make good any defect observed and confirm the same in writing. The
security deposit can be released in full, if bank guarantee of equivalent amount,
valid for the duration of guarantee period, is produced and deposited with the
Department.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
108
5.11 SPECIAL CONDITIONS FOR ACRYLIC PAINTING

1. All purchase of paint shall be made directly from the manufacturers on their
authorized dealers. The delivery challan shall be issued by the manufacturers store
yard directly with full description of the work for which the purchases is being made.
The condition shall be applicable for all from purchases is being made. The condition
shall be applicable for all from purchases for 100 litres or more in a work.

2. Guarantee for external finishing walls with smooth exterior paint.


The work of external wall finishing work as per item No. 11.5 shall be guaranteed
for a period of 4 (Four) year as per enclosed guarantee bond against non uniform
colouring flaking workmanship and defective finishing. On notification by the
Engineer- In – Charge of any compliance to be performed under this guarantee by
the contractor. The contractor shall immediately supply labour/ material and rectify
all the defects notified by the Engineer – In –Charge to perform this guarantee at no
additional cost and to ensure that the defects are fully rectified. In addition extra
2(two) % of the amount of the external finishing work as per item. No. 11.5 shall
be withheld on this account which shall be refunded under expiry of the guarantee
period if no defect are observed in the said period if the defects have been rectified
in pursuant in the agreement to the entire satisfaction of the Engineer – In -
Charge.

3. The materials shall be Premium Acrylic Smooth Exterior paint with silicone additives
“ Snowcryl 1 – XT, Of M/s Snowcem India Ltd.. or equivalent like (a) Weather Coat
Smooth “ of M/s Berger Paint India Ltd (b) “ Dulux – Weather Shield” of M/S . ICI (
India) Paints (c) Apex Ultima“ of M/s Asian Paints.

4. The base for painting (Acrylic) be prepared by cleaning, scaling mosses etc. with wire
brushes and cleaning with water etc. complete for which no extra payment shall be
made.

*to be filled by EE

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
109
5.12 LIST OF APPROVED MATERIALS & SPECIALIZED
AGENCIES
1. The Contractor shall obtain prior approval from the Engineer-in-charge before
placing order for any specific material or engaging any of the specialized agencies.
The Contractor shall make a detailed submittal with catalogues and highlighted
proposed specifications, as well as full details of the works executed by the
specialized agency, as specified.
2. Wherever applicable, the Engineer-in-charge may approve any material equivalent
to that specified in the tender subject to proof being offered by the Contractor for
equivalence to his satisfaction.

3. Unless otherwise specified, the brand / make of the material as specified in the item
nomenclature, in the particular specifications and in the list of approved materials
attached in the tender, shall be used in the work.
4. In case of non-availability of the brand specified in the contract the Contractor shall
be allowed to use alternate equivalent brand of the material subject to submission
of documentary evidence of non - availability of the specified brand. The necessary
cost adjustments on account of above change shall be made for the material.

LIST OF APPROVED MATERIALS & SPECIALIZED AGENCIES

A. MATERIALS:

1 CEMENT • ULTRA TECH


• A.C.C.,
• GUJARAT AMBUJA,
• BIRLA VASVADATTA
2 WHITE CEMENT • J.K.,
• BIRLA
3 READY MIX CONCRETE • A.C.C.
• ULTRA TECH
• READY MIX INDIA (PVT.)
LTD.
• GODREJ & Boyce Ltd.
4 SUPERPLASTICIZERS • MC BAUCHEMIE,
• SIKA
• FOSROC,
• MBT,
• BASF
• ASIAN LABORATORIES.
5 WATERPROOFING COMPOUND (LIQUID) • DOCTOR FIXIT
• STRUCO EXCEL
• POLYGEL
• ANVI CHEMICALS

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
110
• BASF,STP LTD.
6 REINFORCEMENT STEEL • TISCO, SAIL, RINL, JSW

7 STRUCTURAL STEEL • TISCO,


• SAIL,
• RINL,
• JSW

8 COLOURED GLAZED CERAMIC TILES • H. & R. JOHNSON,


• KAJARIA,
• ASIAN TILES, NITCO,
Simpolo
9 CERAMIC TILES • KAJARIA,
• H. & R. JOHNSON,
• NITCO
10 VITRIFIED TILES (DOUBLE CHARGED) • H. & R.
JOHNSON,

• KAJARIA
NITCO,
11 HARDENERS • IRONITE, FERROK,
• HARDONATE.
12 AAC BLOCKS • ULTRA TECH
• BILT
• SIPOREX
• SNEH INDUSTRIES
13 FLUSH DOORS • ARCHID PLY
• KANARA WOOD AND
PLYWOOD INDUSTRIES
• KUTTY FLUSH DOORS
14 NATURAL WOOD VEENERS • ARCHID PLY,
• DURIAN
• KANARA WOOD AND
PLYWOOD INDUSTRIES LTD.

15 PLYWOOD (Conforming to IS: 710) • ARCHID PLY,


• KITPLY,
• GREEN PLY,
• CENTURY,
• KANARA WOOD AND

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
111
PLYWOOD INDUSTRIES LTD.

16 MELAMINE POLISH • ASIAN PAINTS MELAMYNE


GOLD,
• WUDFIN OF PIDILITE
INDUSTRIES,
• TIMBERTONE OF ICI
DULUX
17 ANTI STATIC HIGH PRESSURE LAMINATE • FORMICA,
• BAKELITE HYLAM
18 HIGH PRESSURE LAMINATES • , MERINO
• GREENLAM,
• DECOLAM,
• ARCHID LAM
• CENTURY,
• FORMICA
19 ROLLING SHUTTERS & GRILLS • STANDARD,
• SWASTIK,
• SHUBDHWAR

20 BALL BEARING HINGES AND SPRIN HINGES • MAGNUM


• DORMA
• HAFELE
• NEKI
21 STAINLESS STEEL SCREWS (unless otherwise • KUNDAN,
specified) • ARROW
• KICH
22 ALUMINIUM EXTRUSIONS • HINDALCO,
• INDALCO,
• JINDAL
24 FLOAT GLASS • ST. GOBAIN,
• MODIGUARD,
• ASAHI ,
• PILKINGTON.
25 FIRE-RATED GLASS (TWO HOUR FIRE RATING) • PILKINGTON
TRANSPARENT CLEAR GLASS • SCHOTT
• FERILITE
• SAINT GOBIND
26 SYNTHETIC ENAMEL PAINTS • ICI,
• NEROLAC

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
112
• ASIAN PAINTS,
• BERGER PAINTS
27 EPOXY PRIMER AND PAINTS • BERGER PAINTS, ICI
• ASIAN PAINTS
28 INTUMESCENT STRIP FOR FRD SHUTTERS • PROMAT,
• PEMKO,
• INTUMEX
• ASTOFLAME
29 CEMENT CONCRETE PAVER TILES AND BLOCKS • Dura Crete,
kerb stones • VITCO
• SNEH INDUETRIES
30 STEEL FRD SHUTTER • NAVAIR
• GODREJ
• BASIC ARCH,BHAWANI
Fire Protection
31 CI COVERS • NECO,
• Bengal Iron Corp,
KAPILANSH
32 C.I.PIPES • Electrospun
• Bengal Iron Corporation
• NECO,
• KAPILANSH
33 SANITARY FITTINGS • Parryware
• ROCA

34 WATER SUPPLY FITTINGS • Jaquar, ESSESS

35 STAINLESS STEEL SECTION • Jindal


• Tata
36 FLOOR SRINGS, DOOR CLOSERS, PANIC BARS • DORMA
• HAFELE
• KICH
37 CUPBOARDS LOCKS • KICH
• GODREJ
• EARL BIHARI
38 FLOOR STOPPER • DORMA
• HAFELE
• KICH

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
113
39 Structural steel • TISCO, SAIL,
• RINL, JINDAL JSW

40 EPOXY PAINTS ON CONCRETE • TUFF COAT


• Asian paints
• Berger paints
• SHALIMAR
41 METALIC PAINT • Asian paints
• Berger paints
• ICI
42 FIRE RATED PAINTS • Asian paints
• Berger paints
• SHALIMAR
43 Floor Tiles (Chequerred) (ISI marked only) • Super Tiles, Hind Mosaic,
Vyaara Tiles, Ultra Designer
Tiles
47 Kitchen Sink (Stainless Steel)(ISI Marked only) Nirali, Jayna, Hindware
(IS 13983-1994) KINGSTON

48 G.I. Pipes (ISI Marked only) Zenith, Tata, Jindal

49 PVC water storage Tanks (ISI Marked only) SINTEX, NATIONAL PLASTIC,
KAVERI

50 Centrifugally Cast Spun Iron Pipes (ISI Marked NECO, Kapilansh, Bengal Iron
only) Corporation

51 UPVC Rain Water Pipes (ISI Marked only)(IS Astron Fittings (14375),
:13592) Finolex Supreme, Prince

52 Putty (ISI Marked only) (IS:419) JK/BIRLA

53 PTMT Ball Cock (ISI Marked only) Prayag

Polytuf

54 PTMT Accessories (ISI Marked only) Prayag

Polytuf

55 Gate Valves (ISI Marked) Zoloto, Leader

56 CPVC Pipes ASTRAL, FLOWGAURD,


Ashirwad

57 External Acrylic Paint Apex Ultima of Asian Paints,


Dulex Weather Shield max of

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
114
ICI Dulex

58 Acrylic Plaster NITCO, Asian Paints

59 Anodised Aluminium Doors Fittings (ISI Marked Classic / Shalimar


only)

60 Oil Bound Washable Distemper / Acrylic Asian paint / Berger/ICI


distemper
NEROLAC

61 Cement Primer Asian paint / Berger/ICI

NEROLAC

62 Red Oxide /Zinc Chromate Yellow primer Asian paint / Berger/ICI

NEROLAC

63 Plastic Emulsion Paint Asian paint / Berger/ICI

NEROLAC

64 Synthetic Enamel Paint Asian paint / Berger/ICI

NEROLAC

65 Pigment Asian paint / Berger/ICI

NEROLAC

66 Plaster of Paris Birla or equivalent

NEROLAC

67 Epoxy paint Asian Paint, Berger, ICI

NEROLAC

68 Plastic seat with lid for European WC Parryware, Hindware, Seabird,


Orient (Coral)

70 Ready Mix Plaster Precise Conchem pvt ltd

Ultratech,

71 RCC Pipes INDIAN HUME PIPE CO

72 Glass mosaic ITALIA, PAVIT, BISSAZZA

73 Metal False Ceiling Hi-Steel, Armstrong

74 Calcium silicate False Ceiling Aerolite

75 Block jointing mortar Precise Conchem pvt ltd,BASF

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
115
76 Upvc windows FENESTA, KOMMERLING

77 Stainless steel hinges Garg,KICH

78 Gypsum Board Saint Gobind, Gypsum India

79 False ceiling frame work Hi- steel,Gypsum India

80 Mirrors Modi Guard, Saint Gobind

81 Stone ware pipes, Gully traps Perfect, parry, Anand

82 Stainless steel tower bolts handles, mortice locks KICH , MAGNUM


etc

83 Aluminium composit panel Aludecor,Alpoli, Alucobond

84 Dash fasteners Hilti, canon

85 Tacktile tiles Pavit, HR Johnson

86 Brick Tiles SNEH Industeries, Ultra tiles,

87 Reinforcement couplers Re bar couplers pvt ltd, Northen


tools

88 Concertina coil Rajashri chain link, Sai wire


manufacturers.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
116
B. SPECIALISED AGENCIES:

• Likproof India Pvt. Ltd.


• / proofing Co.
• Overseas Waterproofing
1 WATERPROOFING WORK
Corporation.
• India Waterproofing Co.
• Nina Industries Ltd.
• Nagarwalla Engineering
Company Pvt. Limited
2 PLUMBING SANITARY WORKS
• Ujwal Enterprises
• D. S. Gupta
• S.P. Fabricators Pvt. Ltd.
• Glaze Tecno India
3 Structural glazing system
• Glass Wall system
• Rachna Buildart Pvt.Ltd.
4 Synthetic Plaster • Damani dye stuff Limited

• Phiroze Karaka & Co.


5 Water Supply & Drainage System • Ujwal Enterprises
• Limit Engineers

• Ajit India Pvt Ltd


6 Aluminum Windows/Doors Fabrication
• Glass Wall Systems

7 Upvc windows FENESTA, KOMMERLING

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
117
5.13 List of Architectural Drawings

1. 5331/SA/WZ/I/1023/59 Gr. Floor plan


2. 5332/SA/WZ/I/1023/60 First Floor Plan
3. 5333/SA/WZ/I/1023/61 Second floor plan
4. 5334/SA/WZ/I/1023/62 Third floor plan
5. 5335/SA/WZ/I/1023/63 Terrace floor plan
6. 5336/SA/WZ/I/1023/64 Front & Right Elevation
7. 5337/SA/WZ/I/1023/65 Rear & Left side Elevation
8. 5338/SA/WZ/I/1023/66 Sections
9. 5339/SA/WZ/I/1023/67 Sections
10. 5340/SA/WZ/I/1023/68 Sections
11. 5341/SA/WZ/I/1023/69 Sections
12. 5342/SA/WZ/I/1023/70 Lay out Plan

List of Detailed Drawings & Structural Drawings

Structural Drawings
1. 170/TC/1 Details of column and foundation OF Institute building
2. 170/RB/1 Details of column and foundation OF Residential building
3. 170/RB/2 Schedule of plinth beam of residential building

Institute building
4. 170/TC/2 Details of grade beam of
5. 170/TC/3 Layout of first floor
6. 170/ST/1,2,3 Staircase details

Residential building

7 170/RB/3 Layout of first floor


8 170/TC/4 Lintel details of training centre
9 170/RB/4,5 First Floor details
10 5343/SA/WZ-I/1023/71 Aluminum Widow Details
11 5474/SA/WZ-I/1023/72 Aluminum Door Details
12 5475/SA/WZ-I/1023/73,74 Aluminum Structural Glazing Details
13 5475/SA/WZ-I/1023/75 Stair Case Details
14 5146/SA/WZ-I/1023/76 Toilet for Handicap persons

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
118
5.14 ABSTRACT OF COST (CIVIL)
Name of Work : Construction of Institute and hostel building (New Institutional complex)
of Family Welfare Training and Research Center (FWTRC), At New Panvel, Navi-Mumbai
including internal water supply, sanitary installation, drainage, development work,
Internal electrical installation,Automatic fire alarm system,Down comer system,SITC of
VRF type Air conditioning, D.G. set, Sub station, pump set, street light etc. (BALANCE
WORK)

SLNo Sub head Amount (in Rs.)


1 EARTH WORK 260461.00

2 CONCRETE WORK 3340611.00

3 REINFORCED CEMENT CONCRETE 19223193.00

4 BRICK WORK 8655935.00

5 STONE WORK 1168287.00

6 MARBLE WORK 3349700.00

7 WOOD AND P.V.C. WORK 8141205.00

8 STEEL WORK 2603370.00

9 FLOORING 10766225.00

10 ROOFING 973923.00

11 FINISHING 3474330.00

12 DISMANTLING & DEMOLISHING 103796.00

13 ROAD WORK 1988999.00

14 SANITARY INSTALLATION 1334600.00

15 WATER SUPPLY 928055.00

16 DRAINAGE 233167.00

17 ALUMINIUM WORK 1895593.00

18 WATER PROOFING 2689914.00

19 STRUCTURAL GLAZING ALUMINIUM COMPOSITE PANEL 6509988.00

20 NON- SCHEDULE ITEMS 28697389.00

10,63,38,741.00
Total (1 to 20 above)

Say 10,63,38,741

(Er. A.D Kamble) (Er .Supinder Singh)


Assistant Engineer (P) Executive Engineer (P)
WZ(III), Central P.W.D. WZ(III), Central P.W.D.
Mumbai Mumbai

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
119
5.15 SCHEDULE OF QUANTITY (Civil Component)

Name of work: Construction of Institute and hostel building (New Institutional complex) of
Family Welfare Training and Research Center (FWTRC), At New Panvel, Navi-Mumbai including
internal water supply, sanitary installation, drainage, development work, Internal
electrical installation,Automatic fire alarm system,Down comer system,SITC of VRF type Air
Conditioning D.G. set, Sub station, pump set, street light, passenger lift & Solar water heating system
etc.

(BALANCE WORK)

SLNo Description Qty Unit Rate Amount


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

1.1.1 All kinds of soil 260 cum 200.10 52026

1.2 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 upto 50 m and lift upto 1.5
m, disposed earth to be levelled and
neatly dressed.

1.2.1 Hard rock (blasting prohibited) 24 cum 794.70 19073

1.3 Earth work in excavation by mechanical


means (Hydraulic excavator) / manual
means in foundation trenches or drains
(not exceeding 1.5 m in width or 10 sqm
on plan), including dressing of sides and
ramming of bottoms, lift upto 1.5 m,
including getting out the excavated soil
and disposal of surplus excavated soil as
directed, within a lead of 50 m.

1.3.1 All kinds of soil. 375 cum 202.50 75938

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
120
1.4 Excavating trenches of required width
for pipes, cables, etc including
excavation for sockets, and dressing of
sides, ramming of bottoms, depth upto
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 :

1.4.1 All kinds of soil


1.4.1.1 Pipes, cables etc. exceeding 80 mm dia. 280 metre 267.80 74984
but not exceeding 300 mm dia

1.5 Filling available excavated earth 130 cum 144.50 18785


(excluding rock) in trenches, plinth,
sides of foundations etc. in layers not
exceeding 20cm in depth, consolidating
each deposited layer by ramming and
watering, lead up to 50 m and lift upto
1.5 m.
1.6 Extra for every additional lift of 1.5 m or
part thereof in excavation / banking
excavated or stacked materials.

1.6.1 All kinds of soil 150 cum 59.50 8925


1.7 Clearing jungle including uprooting of 1300 100 sqm 825.40 10730.2
rank vegetation, grass, brush wood,
trees and saplings of girth upto 30 cm
measured at a height of 1 m above
ground level and removal of rubbish
upto a distance of 50 m outside the
periphery of the area cleared.

Sub-Total 260461.00

2 CONCRETE WORK
2.1 Providing and laying in position cement
concrete of specified grade excluding the
cost of centering and shuttering - All
work up to plinth level

2.1.1 1:2:4 (1 cement : 2 coarse sand : 4 200 cum 7028.00 1405600


graded stone aggregate 20 mm nominal
size)

2.1.2 1:5:10 (1 cement : 5 coarse sand : 10 300 cum 5147.90 1544370


graded stone aggregate 40 mm nominal
size)

2.1.3 Extra for laying cement concrete above 176 cum 699.70 123147
plinth and up to floor V level

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
121
2.2 Providing and laying cement concrete in
retaining walls, return walls, walls (any
thickness) including attached pilasters,
columns, piers, abutments, pillars,
posts, struts, buttresses, string or lacing
courses, parapets, coping, bed blocks,
anchor blocks, plain window sills, fillets,
sunken floor etc., up to floor five level,
excluding the cost of centering,
shuttering and finishing :

2.2.1 1:3:6 (1 cement : 3 coarse sand : 6 30 cum 7480.20 224406


graded stone aggregate 20 mm nominal
size)

2.3 Providing and laying damp-proof course 75 sqm 404.80 30360


50 mm thick with cement concrete 1:2:4
(1 cement : 2 coarse sand : 4 graded
stone aggregate 20 mm nominal size).

2.4 Applying a coat of residual petroleum 75 sqm 169.70 12728


bitumen of grade of VG-10 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.

Sub-Total 3340611

3 REINFORCED CEMENT CONCRETE

3.1 Centering and shuttering including


strutting, propping etc. and removal of
form for:

3.1.1 Foundations, footings, bases of columns, 160 sqm 252.60 40416


etc. for mass concrete

3.1.2 Walls (any thickness) including attached 640 sqm 463.90 296896
pilasters, butteresses, plinth and string
courses etc.

3.1.3 Suspended floors, roofs, landings, 1720 sqm 516.40 888208


balconies and access platform

3.1.4 Lintels, beams, plinth beams, girders, 3140 sqm 427.00 1340780
bressumers and cantilevers

3.1.5 Columns, Pillars, Piers, Abutments, Posts 2190 sqm 582.90 1276551
and Struts

3.1.6 Stairs, (excluding landings) except 40 sqm 508.70 20348


spiral-staircases

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
122
3.1.7 Vertical and horizontal fins individually 650 sqm 755.20 490880
or forming box louvers band, facias and
eaves boards

3.1.8 Weather shade, Chajjas, corbels etc., 295 sqm 633.00 186735
including edges

3.2 Steel reinforcement for R.C.C. work


including straightening, cutting, bending,
placing in position and binding all
complete above plinth level.

3.2.1 Thermo-Mechanically Treated bars 100630 Kg 87.56 8810777

3.3 Providing and fixing sheet covering over


expansion joints with iron screws as per
design.

3.3.1 Aluminium fluted strips 3.15 mm thick.

3.3.1.1 200 mm wide 80 metre 592.20 47376

3.4 Add for plaster drip course/ groove in 770 metre 39.50 30415
plastered surface or moulding to R.C.C.
projections.

3.5 Extra for providing richer mixes at all


floor levels. Note:- Excess/less cement
over the specified cement content used
is payable /recoverable separately.

3.5.1 Providing M-30 grade concrete instead of 620 cum 98.40 61008
M-25 grade BMC/ RMC. (Note:- Cement
content considered in M-30 is @ 340
kg/cum)

3.6 Providing and laying in position ready


mixed M-25 grade concrete for
reinforced cement concrete work, using
fly ash and 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.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
123
(Note :- Cement content considered in
this item is @ 330 kg/cum.Excess/less
cement used as per design mix is
payable/recoverable separately).

Fly ash confirming to grade 1 of IS 3812


(part I) only to be used as part of
replacement of OPC as per IS 456.
Uniform blending with cement to be
ensure in accordance with clause 5.2
and 5.2.1 of IS 456 - 2000 in Item of
BMC & RMC

3.6.1 All works upto plinth level 115 cum 8435.70 970106

3.6.2 All works above plinth level upto floor V 505 cum 9359.40 4726497
level

3.6.3 Providing and fixing tapered / parallel


threaded couplers conforming to IS code
on "Reinforcement Couplers for
Mechanical Splices of Bars for Concrete
Reinforcement - Specification", to
reinforcement bars includig threading,
enlargement aqt connection by forging,
protecting the prepared reinforcement
bars and related operations as required
to complete the works per direction of
Engineer-in-Charge. (The length of the
bars in which coupler is to be provided
should not be less than 4 metre, no
deduction for labour and bindingwire
saved for not providing lap length shall
be made).

3.6.4 Coupler for 20mm diameter 100 Each 214.00 21400


reinforcement bar

3.6.5 Coupler for 25mm diameter 50 Each 296.00 14800


reinforcement bar

Sub-Total 19223193.39

4 BRICK WORK

4.1 Providing and laying autoclaved aerated 1150 Cum 7526.90 8655935
cement blocks masonry with 150
mm/230 mm / 300mm thick AAC blocks
in super structure above plinth level upto
floor V level with RCC Band at Sill level
and lintel level with approved block
laying polymer modified adhesive mortar
all complete as per direction of Engineer-
in-Charge. (The payment of RCC Band &
rainforcement shall be made for
seperately.
Sub-Total 8655935

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
124
5 STONE WORK

5.1 Random rubble masonry with hard 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 :
5.1.1 Cement mortar 1:6 (1 cement : 6 coarse 95 cum 5037.50 478563
sand)
5.2 Random rubble masonry with hard stone
in superstructure above plinth level and
upto floor five level, including leveling up
with cement concrete 1:6:12 (1 cement
: 6 coarse sand : 12 graded stone
aggregate 20 mm nominal size) at
window sills, ceiling level and the like.

5.2.1 Cement mortar 1:6 (1 cement : 6 coarse 115 cum 5997.60 689724
sand)

Sub-Total 1168287

6 MARBLE WORK

6.1 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.

6.1.1 Granite of any colour and shade

6.1.1.1 Area of slab upto 0.50 sqm 450 sqm 4970.50 2236725

6.1.1.2 Area of slab over 0.50 sqm 205 sqm 5023.70 1029859

6.2 Extra for fixing marble /granite stone, 70 metre 318.10 22267
over and above corresponding basic
item, in facia and drops of width upto
150 mm with epoxy resin based
adhesive, including cleaning etc.
complete.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
125
6.3 Extra for providing opening of required 38 Each 497.10 18890
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.

6.4 Providing and fixing stone slab with table


rubbed, edges rounded and polished, of
size 75x50 cm deep and 1.8 cm thick,
fixed in urinal partitions by cutting a
chase of appropriate width with chase
cutter and embedding the stone in the
chase with epoxy grout or with cement
concrete 1:2:4 (1 cement : 2 coarse
sand : 4 graded stone aggregate 6 mm
nominal size) as per direction of
Engineer-in-charge and finished smooth.

6.4.1 Granite Stone of approved shade 10 sqm 4195.90 41959

Sub-Total 3349700

7 WOOD AND P.V.C. WORK

7.1 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).

7.1.1 Second class teak wood 6.5 cum 117637.60 764644

7.2 Providing and fixing ISI marked flush


door shutters conforming to IS : 2202
(Part I) non-decorative type, core of
block board construction with frame of
1st class hard wood and well matched
commercial 3 ply veneering with vertical
grains or cross bands and face veneers
on both faces of shutters:

7.2.1 35 mm thick including ISI marked 150 sqm 2455.10 368265


Stainless Steel butt hinges with
necessary screws

7.2.2 30 mm thick including ISI marked 105 sqm 2229.90 234140


Stainless Steel butt hinges with
necessary screws

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
126
7.2.3 25 mm thick (for cupboard) including ISI 121 sqm 1905.60 230578
marked nickel plated bright finished M.S.
piano hinges with necessary screws

7.3 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:

7.3.1 35 mm thick including ISI marked 150 sqm 3351.10 502665


Stainless Steel butt hinges with
necessary screws

7.4 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):

7.4.1 Rectangular or square 60 sqm 179.20 10752

7.5 Providing and fixing specified wood


frame work consisting of battens 50x25
mm fixed with rawl plug and drilling
necessary holes for rawl plug etc.
including priming coat complete.

7.5.1 Kiln seasoned and chemically treated 1 cum 124434.80 124435


hollock wood

7.6 Providing and fixing wooden moulded


beading to door and window frames with
iron screws, plugs and priming coat on
unexposed surface etc. complete :

7.6.1 2nd class teak wood

7.6.2 50x12 mm 695 metre 151.60 105362

7.7 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.

7.7.1 Fixed to openings /wooden frames with 6000 kg 150.30 901800


rawl plugs screws etc.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
127
7.8 Providing 40x5 mm flat iron hold fast 40 800 Each 150.90 120720
cm long including fixing to frame with 10
mm diameter bolts, nuts and wooden
plugs and embedding in cement concrete
block 30x10x15cm 1:3:6 mix (1 cement
: 3 coarse sand : 6 graded stone
aggregate 20mm nominal size).

7.9 Providing and fixing aluminium extruded 76 Each 1341.80 101977


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.

7.10 Providing & Fixing decorative high


pressure laminated sheet of plain / wood
grain in gloss / matt/ suede finish with
high density protective surface layer and
reverse side of adhesive bonding quality
conforming to IS : 2046 Type S,
including cost of adhesive of approved
quality.

7.10.1 1.0 mm thick 750 sqm 869.60 652200

7.11 Providing and fixing factory made uPVC


White colour fixed glazed
windows/ventilators comprising of uPVC
multi-chambered frame and mullion
(where ever required) extruded profiles
duly reinforced with 1.60 ± 0.2 mm thick
galvanized mild steel section made from
roll forming process of required length
(shape & size according to uPVC profile),
uPVC extruded glazing beads of
appropriate dimension, EPDM gasket, GI
fasteners 100x8 mm size for fixing
frame to finished wall, plastic packers,
plastic caps and necessary stainless
steel screws etc. Profile of frame shall be
mitred cut and fusion welded at all
corners, mullion (if required) shall be
also fusion welded including drilling of
holes for fixing hardware's and drainage
of water etc. After fixing frame the gap
between frame and adjacent finished
wall shall be filled with weather proof
silicon sealant over backer rod of
required size and of approved quality, all
complete as per approved drawing &
direction of Enginee-in-charge. (single /
double glass panes and silicon sealant
shall be paid separetly).

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
128
Note: For uPVC frame, sash and mullion
extruded profiles minus 5% tolerance in
dimension i.e. in depth & width of profile
shall be acceptable

7.11.1 Fixed window / ventilator made of (small 53 sqm 7146.50 378765


series) frame 47 x 50 mm & mullion 47
x 68 mm both having wall thickness of
1.9 ± 0.2 mm and single glazing bead of
appropriate dimension. ( Area upto 0.75
sqm)

7.12 Providing and fixing factory made uPVC


White colour sliding glazed window upto
1.50 m in height dimension comprising
of uPVC multi-chambered frame with in-
built roller track and sash extruded
profiles duly reinforced with 1.60 ± 0.2
mm thick galvanized mild
steel section made from roll forming
process of required length (shape & size
according to uPVC profile), appropriate
dimension of uPVC extruded glazing
beads and uPVC extruded interlocks,
EPDM gasket, wool pile, zinc alloy (white
powder coated) touch locks with hook,
zinc alloy body with single nylon rollers
(weight bearing capacity to be 40 kg),
GI fastners 100 x 8 mm size for fixing
frame to finished wall and necessary
stainless steel screws etc. Profile of
frame & sash shall be mitred cut and
fusion welded at all corners, including
drilling of holes for fixing hardware's and
drainage of water etc. After fixing frame
the gap between frame and adjacent
finished wall shall be filled with weather
proof silicon sealent over backer rod of
required size and of approved quality, all
complete as per approved drawing &
direction of Enginer-in-charge. (Single /
double glass panes, wire mesh and
silicon sealant shall be paid separately)

Note: For uPVC frame, sash extruded


profiles minus 5% tolernance in
dimension i.e. in depth & width of profile
shall be acceptable

7.13.1 Two track two panels sliding window 155 sqm 7710.80 1195174
made of (big series) frame 67x50 mm &
sash 46x62 mm both having wall
thickness of 2.3 ± 0.2 mm and single
glazing bead of appropriate dimension.
(Area of window above 1.75 sqm upto
2.50 sqm)

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
129
7.12.1. Three track three panels sliding window 130 sqm 9610.20 1249326
1 with fly proof S.S.wire mesh (Two nos.
glazed & one no. wire mesh panels)
made of (big series) frame 116 x 45 mm
& sash 46 x 62 mm both having wall
thickness of 2.3 ± 0.2 mm and single
glazing bead / double glazing bead of
appropriate dimension. (Area of window
above 1.75 sqm).

7.12.1. Three track three panels sliding window 104 sqm 9118.30 948303
2 made of (big series) frame 116 x 45 mm
& sash 46 x 62 mm both having wall
thickness of 2.3 ± 0.2 mm and single
glazing bead / double glazing bead of
appropriate dimension. (Area of window
above 1.75 sqm)

7.13 Providing and fixing 50cm long 2 Each 217.50 435


aluminium kicking plate of size 100x3.15
mm, aodised (anodic coating not less
than grade AC 10 as per IS: 1868)
transparent of dyed to required colour or
shade, with necessary screws etc.
complete.

7.14 Extra for providing lipping with 2nd class 535 sq mtr 470.40 251664
teak wood battens 25mm minimum
depth on all edges of flush door shutters
(overall area of shutter to be measured)

Sub-Total 8141205

8 STEEL WORK
8.1 Supplying and fixing rolling shutters of
approved make, made of required size
M.S. laths, interlocked together through
their entire length and jointed together
at the end by end locks, mounted on
specially designed pipe shaft with
brackets, side guides and arrangements
for inside and outside locking with push
and pull operation complete, including
the cost of providing and fixing
necessary 27.5 cm long wire springs
manufactured from high tensile steel
wire of adequate strength conforming to
IS: 4454 - part 1 and M.S. top cover of
required thickness for rolling shutters.

8.1.1 80x1.25 mm M.S. laths with 1.25 mm 18 sqm 2754.10 49574


thick top cover

8.2 Providing and fixing ball bearing for 6 Each 564.40 3386
rolling shutters.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
130
8.3 Providing and fixing M.S. fan clamp type 40 Each 160.00 6400
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.

8.4 Providing and fixing circular/ Hexagonal 129 Each 183.80 23710
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.

8.5 Steel work welded in built up sections/


framed work, including cutting, hoisting,
fixing in position and applying a priming
coat of approved steel primer using
structural steel etc. as required.

8.5.1 In stringers, treads, landings etc. of stair 1000 kg 96.80 96800


cases, including use of chequered plae
wherever required, all complete

8.5.2 In gratings, frames, guard bar, ladder, 11300 kg 115.80 1308540


railings, brackets, gates and similar
works

8.6 Providing and fixing stainless steel ( 1400 kg 796.40 1114960


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.).

Sub-Total 2603370
9 FLOORING
9.1 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).
9.1.1 Ordinary cement without any pigment 205 sqm 846.20 173471

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
131
9.2 Providing and fixing Ist quality ceramic 1851 sqm 1075.70 1991121
glazed wall tiles conforming to IS: 15622
(thickness to be specified by the
manufacturer), of approved make, in all
colours, shades except burgundy, bottle
green, black of size minimum
300x450mm 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 @
3.3kg per sqm, including pointing in
white cement mixed with pigment of
matching shade complete.

9.3 Providing and laying rectified Glazed 283 sqm 1298.00 367334
Ceramic floor tiles of size 300x300 mm
or more (thickness to be specified by the
manufacturer), of 1st quality conforming
to IS : 15622, of approved make, in all
colours, shades, except 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
pigments etc., complete.

9.4 Crazy ceramic tile flooring,with under 1816 sqm 600.40 1090326
layer 12mm thick cement mortar 1:4 (1
cement 4 coarse sand), with joints not
exceeding 5mm, including filling the
gaps with ordinary cement mixture &
mixing with synthetic polyester flore,
triangular in shape having specific
gravity of 1.34 to 1.40, cross section
size ranging from 10 to 40 micron &
length upto 6mm, mixing fibre @125
grams per 50 kg of cement in cement
mortar, including providing and mixing
water proofing material in mortar @1kg
per 50 kg of cement , all complete as
per direction of Engineer-in-charge.

9.5 Providing and laying double charged


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

9.5.1 Size of Tile 600x600 mm 1030 sqm 1807.60 1861828

9.5.2 Size of Tile 800x800 mm 2000 sqm 1959.90 3919800

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
132
9.6 Providing and laying double charged
Vitrified tiles in different sizes (thickness
to be specified by the manufacturer),
with water absorption less than 0.08%
and conforming to IS: 15622, of
approved brand & manufacturer, in all
colours and shade, in skirting, riser of
steps, laid with cement based high
polymer modified quick set tile adhesive
(water based) conforming to IS: 15477,
in average 6 mm thickness, including
grouting of joints (Payment for grouting
of joints to be made separately).

9.6.1 Size of Tile 600x600 mm 360 sqm 2095.90 754524

9.7 Grouting the joints of flooring tiles


having joints of 3 mm width, using
epoxy grout 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.

9.7.1 Size of Tile 600x600 mm 1030 sqm 241.60 248848

9.7.2 Size of Tile 800x800 mm 2000 sqm 196.00 392000

9.8 Deduct for not grouting the joints with 3030 sqm -10.90 -33027
white cement and matching pigment in
the items of fixing of vitrified tiles.

Sub-Total 10766225
10 ROOFING
10.1 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.

10.1.1 110 mm diameter 210 metre 297.80 62538

10.2 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.
10.2.1 Single tee with door
10.2.1. 110x110x110 mm 10 Each 394.20 3942
1
10.2.2 Bend 87.5°
10.2.2. 110 mm bend 13 Each 207.70 2700
1
10.2.3 Shoe (Plain)
10.2.3. 110 mm Shoe 23 Each 379.40 8726
1

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
133
10.3 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.

10.3.1 110 mm 54 Each 243.10 13127


10.4 Providing and fixing to the inlet mouth of 23 Each 52.80 1214
rain water pipe cast iron grating 15 cm
diameter and weighing not less than 440
grams.
10.5 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
25mm wide x 1.6mm thick with flanges of
27mm and 37mm, at 1200mm centre to
centre, one flange fixed to the ceiling with
dash fastener 12.5mm diax50mm 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 1200mm centre to
centre, to which the ceiling section 0.5mm
thick bottom wedge of 80mm with tapered
flanges of 26mm each having lips of 10.5mm,
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 diax230mm long G.I. wire at every
junction, including fixing perimeter channels
0.5mm thick 27mm high having flanges of 20
mm and 30mm long, the perimeter of ceiling
fixed to wall/partition with the help of rawl
plugs at 450mm centre, with 25mm long dry
wll screws @ 230mm c/c, including fixing of
gypsum board to ceiling section and
perimeter channel with the help of dry wall
screws of size 3.5 x 2.5 mm at 230 mm
interval, including fixing of gypsum board to
ceiling section and perimeter channel with
the help of dry wall screws of size
3.5X25mmat230mm c/c including jointing
and and finishing to a flush finish of tapered
and square edges of the board with
recomme-nded jointing compound, 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 manufacturer’s 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:

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
134
12.5mm thick tapered edge gypsum fire 90 sqm 1315.20 118368
resistant board confiriming to IS: 2095-
Part I

10.6 Providing and Fixing 15 mm thick 360 sqm 2120.30 763308


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 main’T’ 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 15 mm thick 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 ceiling using 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 Tsections shall be pre-painted
with polyster baked paint, for all heights,
as per specifications, drawings and as
directed by engineer-in-charge.

Sub-Total 973923
11 FINISHING

11.1 Neat cement punning. 825 sqm 53.20 43890

11.2 Pointing on stone work with cement


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

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
135
11.2.1 Raised and cut pointing 1040 sqm 355.80 370032

11.3 Distempering with oil bound washable


distemper of approved brand and
manufacture to give an even shade :

11.3.1 New work (two or more coats) over and 9760 sqm 115.30 1125328
including water thinnable priming coat
with cement primer

11.4 Applying one coat of water thinnable


cement primer of approved brand and
manufacture on wall surface :

11.4.1 Water thinnable cement primer 800 sqm 46.10 36880

11.5 Finishing walls with Premium Acrylic


Smooth exterior paint with Silicone
additives of required shade:

11.5.1 New work (Two or more coat applied @ 4000 sqm 122.10 488400
1.43 ltr/10 sqm over and including
priming coat of exterior primer applied
@ 2.20kg/10 sqm)

11.6 Applying priming coat:

11.6.1 With ready mixed pink or Grey primer of 290 sqm 42.40 12296
approved brand and manufacture on
wood work (hard and soft wood)

11.7 Wall painting with acrylic emulsion paint


of approved brand and manufacture to
give an even shade :

11.7.1 Two or more coats on new work 800 sqm 103.50 82800

11.8 Painting with synthetic enamel paint of


approved brand and manufacture to give
an even shade :

11.8.1 Two or more coats on new work 1015 sqm 95.70 97136

11.9 Providing and applying white cement 10560 sqm 115.30 1217568
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.

Sub-Total 3474330

12 DISMANTLING & DEMOLISHING

12.1 Demolishing R.C.C. work manually/ by 15 cum 1674.40 25116


mechanical means including stacking of
steel bars and disposal of unserviceable
material within 50 metres lead as per
direction of Engineer - in- charge.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
136
12.2 Extra for cutting reinforcement bars 16 sqm 579.10 9266
manually/ by mechanical means in
R.C.C. or R.B. work (Payment shall be
made on the cross sectional area of
R.C.C. or R.B. work) as per direction of
Engineer-in-charge.

12.3 Demolishing stone rubble masonry


manually/ by mechanical means
including stacking of serviceable material
and disposal of unserviceable material
within 50 metres lead as per direction of
Engineer-in-charge :

12.3.1 In cement mortar 60 cum 1156.90 69414

Sub-Total 103796
13 ROAD WORK
13.1 Providing and fixing concertina coil 130 metre 369.10 47983
fencing with punched tape concertina
coil 600 mm dia 10 metre openable
length ( total length 90 m), having 50
nos rounds per 6 metre length, upto 3 m
height of wall with existing angle iron 'Y'
shaped placed 2.4 m or 3.00 m apart
and with 9 horizontal R.B.T. reinforced
barbed wire, stud tied with G.I. staples
and G.I. clips to retain horizontal,
including necessary bolts or G.I. barbed
wire tied to angle iron, all complete as
per direction of Engineer-in-charge, with
reinforced barbed tape(R.B.T.) / Spring
core (2.5mm thick) wire of high tensile
strength of 165 kg/ sq.mm with tape
(0.52 mm thick) and weight 43.478 gm/
metre (cost of M.S. angle, C.C. blocks
shall be paid separately)

13.2 Providing and laying at or near ground 16.65 cum 6808.90 113368
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 5mm),
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).

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
137
13.3 Providing and laying factory made 1920 sq mtr 951.90 1827648
coloured chamfered edge Cement
Concrete paver blocks of required
strength, thickness & size/shape, made
by table vibrratpry method using PU
mould ,laid in reqired colour & patteren
over 50 mm thick compacted bed of fine
sand, compacting and proper
embedding/laying of inter locking paver
blocks into the sand bedding layer
through vibratory compaction by using
plate vibraor, filling the joints with
jamuna sand and cuttng of paver blocks
as per required size and pattern, finising
and sweeping extra sand in footpath,
parks, lawns, drive ways of light traffic
parking etc. complete as per
manufacturr's specifications & direction
of Engineer-in-Charge, 60 mm thick
C.C.paver block of M-35 grade with
approved colour, design & pattern.

Sub-Total 1988999

14 SANITARY INSTALLATIONS

14.4 Providing and fixing Stainless Steel A ISi


304 (18/8) kitchen sink as per IS:
13983 with C.I. brackets and stainless
steel plug 40 mm, including painting of
fittings and brackets, cutting and making
good the walls wherever required :

14.4.1 Kitchen sink with drain board

14.4.1. 510x1040 mm bowl depth 250 mm 2 Each 9066.90 18134


1
14.5 Providing and fixing 600x450 mm 35 Each 1020.80 35728
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.

14.6 Providing and fixing mirror of superior


glass (of approved quality) and of
required shape and size with plastic
moulded frame of approved make and
shade with 6 mm thick hard board
backing :

14.6.1 Rectangular shape 1500x450 mm 12 Each 1713.10 20557

14.7 Providing and fixing soil, waste and vent


pipes :

14.7.1 100 mm dia

14.7.1. Centrifugally cast (spun) iron socket & 290 metre 1180.00 342200
1 spigot (S&S) pipe as per IS: 3989

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
138
14.7.2 75 mm diameter :

14.7.2. Centrifugally cast (spun) iron socketed 320 metre 1017.40 325568
1 pipe as per IS: 3989

14.8 Providing and fixing M.S. holder-bat


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

14.8.1 For 100 mm dia pipe 102 Each 196.60 20053


14.8.2 For 75 mm dia pipe 102 Each 193.60 19747

14.9 Providing and fixing bend of required


degree with access door, insertion
rubber washer 3 mm thick, bolts and
nuts complete.

14.9.1 100 mm dia

14.9.1.1 Sand cast iron S&S as per IS – 3989 50 Each 495.90 24795

14.9.2 75 mm dia
14.9.2.1 Sand cast iron S&S as per IS – 3989 52 Each 409.50 21294

14.10 Providing and fixing plain bend of


required degree.

14.10.1 100 mm dia

14.11.1. Sand cast iron S&S as per IS : 3989 50 Each 431.70 21585
1
14.11.2 75 mm dia
14.11.2. Sand cast iron S&S as per IS -3989 56 Each 319.90 17914
1
14.12 Providing and fixing double equal
junction of required degree with access
door, insertion rubber washer 3 mm
thick, bolts and nuts complete :

14.12.1 100x100x100x100 mm

14.12.1. Sand cast iron S&S as per IS - 3989 28 Each 980.90 27465
1
14.12.2 75x75x75x75 mm

14.12.2. Sand cast iron S&S as per IS - 3989 28 Each 767.90 21501
1
14.13 Providing and fixing single equal plain
junction of required degree with access
door, insertion rubber washer 3 mm
thick, bolts and nuts complete.

14.13.1 100x100x100 mm
14.13.1. Sand cast iron S&S as per IS - 3989 21 Each 802.00 16842
1
14.13.2 75x75x75 mm

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
139
14.13.2. Sand cast iron S&S as per IS - 3989 14 Each 608.10 8513
1
14.14 Providing and fixing terminal guard :

14.14.1 100 mm
14.14.1. Sand cast iron S&S as per IS - 3989 25 Each 558.60 13965
1
14.14.2 75 mm

14.14.2. Sand cast iron S&S as per IS - 3989 15 Each 476.70 7151
1
14.15 Providing lead caulked joints to sand
cast iron/centrifugally cast (spun) iron
pipes and fittings of diameter :

14.15.1 100 mm 350 Each 313.40 109690


14.15.2 75 mm 294 Each 264.00 77616

14.16 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 :

14.16.1 100 mm inlet and 100 mm outlet

14.16.1. Sand Cast Iron S&S as per IS: 3989 96 Each 1263.30 121277
1
14.16.2 100 mm inlet and 75 mm outlet

14.16.2. Sand cast iron S&S as per IS - 3989 48 Each 1312.60 63005
1
Sub-Total 1334600
15 WATER SUPPLY
15.1 Providing and fixing Chlorinated
Polyvinyl Chloride (CPVC) pipes, having
thermal stability for hot & cold water
supply, including all CPVC plain & brass
threaded fittings, including fixing the
pipe with clamps at 1.00 m spacing. This
includes jointing of pipes & fittings with
one step CPVC solvent cement and
testing of joints complete as per
direction of Engineer in Charge.

Internal work - Exposed on wall

15.1.1 20 mm nominal outer dia Pipes 30 metre 245.00 7350


15.1.2 25 mm nominal outer dia Pipes 230 metre 297.40 68402
15.1.3 32 mm nominal outer dia Pipes 230 metre 381.50 87745

15.1.4 40 mm nominal outer dia Pipes 570 metre 524.40 298908

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
140
15.2 Providing and fixing Chlorinated
Polyvinyl Chloride (CPVC) pipes, having
thermal stability for hot & cold water
supply, including all CPVC plain & brass
threaded fittings, i/c fixing the pipe with
clamps at 1.00 m spacing. This includes
jointing of pipes & fittings with one step
CPVC solvent cement and the cost of
cutting chases and making good the
same including testing of joints complete
as per direction of Engineer in-Charge.

Concealed work, including cutting chases


and making good the walls etc.

15.2.1 20 mm nominal outer dia Pipes 600 metre 381.10 228660

15.2.2 25 mm nominal outer dia Pipes 200 metre 451.70 90340

15.3 Providing and fixing G.I. pipes complete


with G.I. fittings including trenching and
refilling etc.

External work
15.3.1 50 mm dia nominal bore 95 metre 513.60 48792

15.4 Fixing water meter and stop cock in G.I. 1 Each 405.60 406
pipe line including cutting and threading
the pipe and making long screws etc.
complete (cost of water meter and stop
cock to be paid separately).

15.5 Providing and fixing gun metal gate


valve with C.I. wheel of approved quality
(screwed end) :

15.5.1 25 mm nominal bore 26 Each 551.40 14336

15.5.2 40 mm nominal bore 8 Each 752.80 6022

15.5.3 50 mm nominal bore 1 Each 965.20 965

15.6 Painting G.I. pipes and fittings with two


coats of anti-corrosive bitumastic paint
of approved quality :

15.6.1 50 mm diameter pipe 95 metre 18.20 1729

15.7 Providing and placing on terrace (at all 8000 per litre 9.30 74400
floor levels) polyethylene water storage
tank, ISi : 12701 marked, with cover
and suitable locking arrangement and
making necessary holes for inlet, outlet
and overflow pipes but without fittings
and the base support for tank.

Sub-Total 928055

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
141
16 DRAINAGE

16.1 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 :

16.1.1 150 mm diameter 35 metre 404.20 14147

16.2 Providing and laying cement concrete


1:5:10 (1 cement : 5 coarse sand : 10
graded stone aggregate 40 mm nominal
size) all-round S.W. pipes including bed
concrete as per standard design :

16.2.1 150 mm diameter S.W. pipe 32 metre 931.70 29814

16.3 Providing and fixing square-mouth S.W.


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

16.3.1 100x100 mm size P type

16.3.1. With common burnt clay F.P.S. (non 15 Each 2020.20 30303
1 modular) bricks of class designation 3.5

16.4 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 :

16.4.1 150 mm dia. R.C.C. pipe 100 metre 447.80 44780

16.4.2 250 mm dia. R.C.C. pipe 157 metre 602.50 94593

16.4.3 300 mm dia. R.C.C. pipe 30 metre 651.00 19530

Sub-Total 233167

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
142
17 ALUMINIUM WORK

17.1 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) :

17.1.1 For fixed portion

17.1.1. Powder coated aluminium (minimum 1577 kg 485.70 765949


1 thickness of powder coating 50 micron)

17.1.2 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)

17.1.2. Powder coated aluminium (minimum 91 kg 560.20 50978


1 thickness of powder coating 50 micron)

17.2 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):

17.2.1 With float glass panes of 6.0 mm 570 sqm 1355.40 772578
thickness

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
143
17.3 Providing and fixing double action
hydraulic floor spring of approved brand
and manufacture conforming to IS :
6315, having brand logo embossed on
the body / plate with double spring
mechanism and door weight upto 125
kg, for doors, including cost of cutting
floors, embedding in floors as required
and making good the same matching to
the existing floor finishing and cover
plates with brass pivot and single piece
M.S. sheet outer box with slide plate etc.
complete as per the direction of
Engineer-in-charge.

17.3.1 With stainless steel cover plate minimum 8 Each 2621.50 20972
1.25 mm thickness

17.4 Providing and fixing machine moulded


aluminium covering of approved pattern
& design, made out of machine cut
aluminium sheet and machine holed for
receiving dash fastener, over expansion
joints on vertical surfaces/ceiling floors,
the fixing on plate in one row on one
side of joint only shall be done with
stainless steel dash fasteners of 8 mm
dia and 75 mm long bolt including
providing aluminium washers 2 mm
thick & 15 mm dia , at a staggered pitch
of 200mm centre to centre including
drilling holes in the receiving surface and
providing expandable plastic sleeves in
holes etc. complete as per direction of
Engineer-in-charge.

17.4.1 Anodised aluminium sheet 2.5mm thick 263 kg 617.50 162403


(anodised transparent or dyed to
required shade according to IS: 1868,
Minimum anodic coating of grade AC 15)

17.5 Providing and fixing 100mm brass locks 16 Each 538.30 8613
(best make of approved quality) for
aluminium doors including necessary
cutting and making good etc. complete.

17.6 Filling the gap in between aluminium


frame & adjacent RCC / Brick / Stone
work by providing weather silicon
sealant over backer rod of aproved
quality as per architectural drawings and
direction of Engineer-in-Charge
complete.

17.6.1 Upto 5 mm depth and 5 mm width 1000 metre 114.10 114100

Sub-Total 1895593

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
144
18 WATER PROOFING

18.1 Providing and laying integral cement


based treatment for water proofing on
horizontal surface at all depth below
ground level for under ground structures
as directed by Engineer-in-Charge and
consisting of :

i) Ist layer of 22 mm to 25 mm thick


approved and specified rough stone slab
over a 25 mm thick base of cement
mortar 1:3 (1 cement : 3 coarse sand)
mixed with water proofing compound
conforming to IS:2645 in the
recommended proportion over the
leveling course (leveling course to be
paid separately). Joints sealed and
grouted with cement slurry mixed with
water proofing compound.

ii) 2nd layer of 25 mm thick cement


mortar 1:3 (1 cement: 3 coarse sand)
mixed with water proofing compound in
recommended proportions.

iii) Finishing top with stone aggregate of


10 mm to 12 mm nominal size spreading
@ 8 cudm/sqm thoroughly embedded in
the 2nd layer.

18.1.1 Using rough kota stone. 99 sqm 1314.60 130145

18.2 Providing and laying integral cement


based treatment for water proofing on
the vertical surface by fixing specified
stone slab 22 mm to 25 mm thick with
cement slurry mixed with water proofing
compound conforming to IS:2645 in
recommended proportions with a gap of
20 mm (minimum) between stone slabs
and the receiving surfaces and filling the
gaps with neat cement slurry mixed with
water proofing compound and finishing
the exterior of stone slab with cement
mortar 1:3 (1 cement : 3 coarse sand)
20 mm thick with neat cement punning
mixed with water proofing compound in
recommended proportion complete at all
levels and as directed by Engineer-in-
charge :

18.2.1 Using rough Kota stone 76 sqm 1598.40 121478

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
145
18.3 Providing and laying water proofing 162 sqm 364.00 58968
treatment in sunken portion of WCs,
bathroom etc., by applying cement
slurry mixed with water proofing cement
compound consisting of applying :

a) First layer of slurry of cement @


0.488 kg/sqm mixed with water proofing
cement compound @ 0.253 kg/ sqm.
This layer will be allowed to air cure for
4 hours.

b) Second layer of slurry of cement @


0.242 kg/sqm mixed with water proofing
cement compound @ 0.126 kg/sqm. This
layer will be allowed to air cure for 4
hours followed with water curing for 48
hours.

The rate includes preparation of surface,


treatment and sealing of all joints,
corners, junctions of pipes and masonry
with polymer mixed slurry.

18.4 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
Engineer-in-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 compound
conforming to IS : 2645 and approved
by Engineer-in-charge 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.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
146
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 :

18.4.1 With average thickness of 120 mm and 1816 sqm 1310.20 2379323
minimum thickness at khurra as 65 mm.

Sub-Total 2689914

19 STRUCTURAL GLAZING ALUMINIUM


COMPOSITE PANEL

19.1 Providing and supplying aluminium 2920 kg 434.90 1269908


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

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
147
19.2 Designing, fabricating, testing, 490 sqm 3286.40 1610336
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)-
cum-smoke seals, microwave cured
EPDM gaskets for water tightness,
pressure equalisation & drainage and
protection against fire hazard including:

b) Fabricating and supplying serrated


M.S. hot dip galvanised / Aluminium
alloy of 6005 T5 brackets of required
sizes, sections and profiles etc. to
accommodate 3 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.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
148
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 of all inputs of
designing, labour for fabricating and
installation of aluminium grid,
installation of glazed units, T&P,
scaffolding and other incidental charges
including wastages etc., enabling
temporary structures and services,
cranes or cradles etc. as described
above and as specified. The item
includes the cost of getting all the
structural and functional design
including shop drawings checked by a
structural designer, dully approved by
Engineer-in-charge. The item also
includes the cost of all mock ups at site,
cost of all samples of the individual
components for testing in an approved
laboratory, field tests on the assembled
working structural glazing as specified,
cleaning and protection till the handing
over of the building for occupation.

In the end, the Contractor shall provide


a water tight structural glazing having
all the performance characteristics etc.
all complete as required, as per the
Architectural drawings, as per item
description, as specified, as per the
approved shop drawings and as directed
by the Engineer- in-Charge.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
149
Note:- 1. The cost of providing extruded
aluminium frames, shadow boxes,
extruded aluminium section capping for
fixing in the grooves of the curtain
glazing and vermin proof stainless steel
wire mesh shall be paid for separately
under relevant items under this sub-
head. However, for the purpose of
payment, only the actual area of
structural glazing (including width of
grooves ) on the external face shall be
measured in sqm. up to two decimal
places.

Note:-2. The following performance test


are to be conducted on structural
glazing system if area of structural
glazing exceeds 2500 Sqm from the
certified laboratories accreditated by
NABL(National Accreditation Board for
Testing and Calibration Laboratories),
Department of Science & Technologies,
India. Cost of testing is payable
separately.

6. Onsite Test for Water Leakage for a


pressure range 50 kpa to 240 kpa
(35psi) upto 2000 ml

19.3 Providing, assembling and supplying 490 sqm 5259.70 2577253


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.26.2)

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
150
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.

19.4 Extra for openable side / top hung vision 75 sqm 3937.10 295283
glass panels (IGUs) including providing
and supplying at site all accessories and
hardwares for the openable panels as
specified and of the approved make such
as heavy duty stainless steel friction
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.

19.5 Designing, fabricating, testing, installing 156 sqm 4853.90 757208


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.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
151
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). 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 item.s The
Contractor shall provide curtain wall with
aluminium composite panel cladding,
having all the performance
characteristics all complete , as per the
Architectural drawings, as per item
description, as specified, as per the
approved shop drawings and as directed
by the Engineer-in-Charge.

However, for the purpose of payment,


only the actual area on the external face
of the curtain wall with Aluminum
Composite Panel Cladding (including
width of groove) shall be measured in
sqm. up to two decimal places.

Sub-Total 6509988

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
152
20 NON SCHEDULE

20.1 Providing and applying 6 mm thick 5000 Sqm 249.00 1245000


(average) premixed formulated one coat
readymade plaster such as "SILICO
plast of precise conchem" pvt. ltd.,
READYPLAST of Ultratech or equivalaint
having additives and aggregates
produced at automated dry mix plant
and mixed with cement in CM (1:4) and
polymer applied on hacked/uneven
background such as bare brick/ c.c. and
block/RCC work on walls and ceiling at
all floors and locations and as per
manufacturers specification finished in
smooth line and level etc complete

20.2 Providing and applying 18 mm thick 3100 Sqm 550.85 1707635


(average) premixed formulated one coat
readymade plaster such as SILICO plast
of precise conchem" pvt. ltd.,
READYPLAST of Ultratech or equivalaint
having additives and aggregates
produced at automated dry mix plant
and mixed with cement in CM (1:4) and
polymner in two layers under layer 12
mm and top layer 6 mm thick applied on
hacked/uneven background such as bare
brick/ c.c. and block/RCC work on walls
and ceiling at all floors and locations and
as per manufacturers specification
finished in smooth line and level etc
complete

20.3 Providing and applying 15 mm thick 8300 sqm 439.55 3648265


(average) premixed formulated one coat
readymade plaster such as SILICO
plast of precise conchem" pvt. ltd.,
READYPLAST of Ultratech or equivalaint
having additives and aggregates
produced at automated dry mix plant
and mixed with cement in Cement
Mortar (1:4) and polymner applied on
hacked/uneven background such as bare
brick/ C.C. and block/RCC work on walls
and ceiling at all floors and locations as
per manufacturers specification finished
in smooth line and level etc complete

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
153
20.4 Providing and applying 12 mm thick 6810 sqm 365.30 2487693
(average) premixed formulated one coat
readymade plaster such as SILICO plast
of precise conchem" pvt. ltd.,
READYPLAST of Ultratech or equivalaint
having additives and aggregates
produced at automated dry mix plant
and mixed with cement in Cement
Mortar (1:4) and polymner applied on
hacked/uneven background such as bare
brick/ C.C. and block/RCC work on walls
and ceiling at all floors and locations as
per manufacturers specification finished
in smooth line and level etc complete

20.5 Random rubble masonry with old hard 55 cum 3961.90 217905
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 Cement mortar 1:6
(1 cement : 6 coarse sand) ( old hard
stone receveid from dismentling issued
free of cost)

20.6 Providing and laying in position cement


concrete of specified grade excluding the
cost of centring and shuttering - All work
upto plinth level :

20.6.1 1:5:10 (1 cement : 5 coarse sand : 10 50 Cum 4674.35 233718


graded brick aggregate 40 mm nominal
size) ( in sunken slabs at all levels)

20.7 Providing and fixing in position 50 mm 222 sqm 57.55 12776


thick Thermocol sheet in expansion
joints while casting R C C

20.8 Providing and fixing Granite stone slab 94 Sqm 2572.50 241815
18 mm thick in shelves, working tables,
plateform and the like on all floors and
all levels making chases in walls
wherever required and making good the
same after fixing by cement mortar 1 : 3
( 1 cement : 3 fine sand ) joint with grey
cement slurry mixed with pigment to
match the colour of the slab
etc.complete as per direction of engineer
incharge including the following
operations and conditions

1. The stone slab shall be in single piece

2. The stone slab shall be polished on


wall exposed sides and edge so as not to
have any scratch marks

3. The edge and corner of the slab shall


be rounded

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
154
20.9 Providing and laying machine cut pre- 600 sqm 2976.55 1785930
mirror polished granite stone flooring in
required design and patterns, wherever
required, incombination with granite
stones of different colours and shades as
per the architectural drawings (granite
stone shall be approved by the engineer
incharge) with 18mm thick stone slab
laid over 20mm thick cement mortar 1:4
( 1 Cement : 4 course sand) including
the grouting and matching pigment etc
complete single piece to be used in
trades of steps.

20.10 Providing and laying machine cut pre- 127 sqm 3202.40 406705
mirror polished granite stone in required
design and patterns, wherever required,
in combination with granite stones of
different colours and shades of any size
as by the engineer incharge in skirtting
risers and step and dadoes over 12mm
thick cement mortar 1:3( 1 Cement :
Course sand) ) including jointing with
grey cement slurry at the rate 3.3 kg/
sqm including pointing in white cement
mixed with pigment of mathing shead
complete ( Single piece to be used in
risers)

20.11 Finishing wall s with exterior acrylic 2800 sq mtr 499.90 1399720
plaster consisting of 1 st coat with
texture plaster @50 kg/10 sq mtr with
minimum 2mm thick. Allow the plaster
to dry for 16 to 18 hrs 2nd coat with
exterior wall primer @50 kg /sq mtr mix
ed with water @1ltre primer with 800 ml
to 1000 ml water. All ow the primer to
dry for 4 hrs. Apply two coat exteria
exterior emulsion paint @2.15 ltr /10 sq
mtr with a gap of 4 to 6 hrs between to
coats including cleaning & washing the
surface complete

20.12 Providing and fixing in position SFRC


manhole cover and frame of required
shape and approved quality

20.12.1 SFRC MD Rectangular Manhole cover 17 EACH 1838.10 31248


600x450x50mm size

20.12.2 SFRC MD Rectangular Manhole cover 13 EACH 2651.15 34465


900x600x50mm

20.13 Providing and fixing CP bras bottle trap 69 EACH 1350.25 93167
(with internal partition)32mm size with
300mm and 190mm long wall
connection pipes and wall flange and for
wash basins and sink item code no ALD-
769L of Jaquar or equivalent

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
155
20.14 Providing and fixing C.P. brass hand 50 EACH 1350.25 67513
shower( health faucets) ABS body with
8mm dia, 1.2 meter long flexible tube
and wall hook item code no ALD-CHR-
593N of Jaquar or equivalent

20.15 Providing and fixing C.P brass concealed 31 EACH 9592.25 297360
body single lever high flow bath and
shower mixture wall mounted model
with button spout( composite one piece
body) item code no KUB-35137F OF
Jaquar or equivalent.

20.16 Providing and fixing in wall lining using 126 sqm 1212.85 152819
12mm thick Commercial ply IS 303
marke to frame, backing or studing with
screws etc complete( frames. Backing or
studing to be paid seprately)

20.17 Providing and laying 23 cm thick stone 360 Cum 1491.78 537041
soling with boulders by hand packing
with smaller stone filling gaps with stone
dust ramming watering consolidating
with road roller etc complete.

20.18 Providing and fixing white vitreous china 60 Each 30656.65 1839399
wall mounting square rimless water
closet of size 560X370mm INSPIRIA
series, item code no RS346537000 of
Roca or equivalent including slendra
concealed flushing cistern (Item Code
No. RA890031410) with slendra Wall
plate square knob of Roca item code no
RE890195001 & slendra installation
frame Item Code No. RA89008312 of
Roca or equivalent including cutting and
making good the wall etc complete.

20.19 Providing and fixing white vitreous china 21 Each 31131.68 653765
back inlet urinal of size
273/405mmx700 mm of site range item
code no RS35960ROOO of Roca or
equivalent fixed with fitting set, waste
pipe,flexible tube, elbow joint and
connector and concealed urinal sensor
powered by 220 volts-AC item code no
RT5X9215E00 of Roca or equivalant
including cutting and making the wall
good etc complete.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
156
20.20 Providing and fixing CP brass single 31 Each 2329.05 72201
towel rail 600mm(24'') long, item code
no.AKP-35711P OF Jaquar or equivalent
complete fixed to wooden cleats with CP
brass screws with concealed fittings
arrangement etc complete.

20.21 Providing and fixing white vitreous china 34 Each 18051.36 613746
Oval shaped counter top wash basin of
Roca INSPIRA series item code
no.RS327530000 or Equivalent of Size
500X370MM with 15 mm C.P. brass
aerator pillar cock with 200mm
extension body and base flange of
Jaquar item code no KUB-35021F or
Equivalent 32 mm C.P. brass waste half
threaded with 80mm height item code
no ALD-729of Jaquar or equivalant
including cutting and making holes for
fixtures as directed by the Engineer-in-
charge.

20.22 Providing and fixing 40mm dia PVC rigid 100 mtr 136.40 13640
pipe including clamps for waste line for
wash basin etc all complete as per
direction of engineer incharge

20.23 Providing and fixing aluminium louvers 41 sqm 3679.15 150845


powder coated with adjustable
arrangement including 100mm wide
4mm thick frosted glass louvers for
ventilators at toilet bathrooms fixing
with screws all complete as per direction
of engineer incharge excluding cost of
aluminium frame which will be paid
seperately

20.24 Providing and fixing 15 mm CP brass two 48 Each 1942.60 93245


way bib cock with wall flange and
aerator item code no KUB-35041F of
Jaquar or equivalent

20.25 Stone work for wall lining upto 10 m


height with special adhesive over 12 mm
thick bed of cement mortar 1:3 (1
cement : 3 coarse sand), including
pointing in white cement with an
admixture of pigment to match the stone
shade.

20.25.1 18 mm thick( mirror polished and


machinecut edge)

20.25.1.1 Granite stone of any colour and shade 318 sqm 3577.20 1137550

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
157
20.26 Providing and fixing cudappah stone slab 60 sqm 1043.60 62616
kitchen platform as per the drawing or
as directed by the Engineer-in-Charge,
using two nos cudappah stone slab (one
side polished) of thickness not less than
25 mm , jointed together with 12 mm
thick cement mortar of mix 1;3 ( 1
cement: 3 coarse sand )and cement
slurry @ 2.2 kg/sqm. The platform shall
be supported on sandwitched cudappah
stone slabs of the same construction
including cutting necessary chases in the
masonry etc. and making good the
same. The front edges of the
sandwitched slab shall be covered with
another cudappah stone lipping of
required width(minimum 70 mm)and
thickness 25mm.

20.27 Providing and fixing C.P. brass bib cock 66 Each 1695.80 111923
with flange item code no. KUB-35037F
OF Jaquar or equivalant 15mm Nominal
bore

20.28 Providing and fixing CP brass anglular 189 Each 1449.00 273861
stop cock with flange item code no. KUB-
35053F Of Jaquar or equivalant with
15mm Nominal bore

20.29 Providing and fixing Cuddapah stone 48 sqm 656.00 31488


slab in single piece 25mm thick in
platforms and the like on all floors and
all levels making chases in walls
wherever required and making good the
same after fixing by cement mortar 1 : 3
( 1 cement : 3 fine sand ) joint with grey
cement slurry mixed with pigment to
match the colour of the slab
etc.complete as per direction of engineer
incharge.

20.30 Providing and fixing CP brass overhead 31 Each 3078.00 95418


Shower 150X150mm square shape
single flow (ABS body chrome plated
with gray face plate) with rabbit cleaning
system item code no OHS-35495 of
Jaquar or equivalant

20.31 Providing and fixing soap dispenser with 60 Each 1449.55 86973
glass bottle Kubix prime series of Jaquar
item code no AKP-35735P orequivalant

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
158
20.32 Providing and fixing toilet paper holder 60 Each 1509.75 90585
with flap of Kubix prime bath
accessories ofJaquar item code no AKP-
CHR-35753P or equivalent

20.33 Providing and laying tactile tile (for 25 sqm 2479.15 61979
vision impaired as per standards) of size
300X300X15mm having with water
absorption less than 0.5% and
confirming to IS 15622 of approved
make and in all colours and shades in for
outdoor floors such as footpath, court
yard,multi modals locationetc laid on
20mm thick cement morter 1:4(1
cement 4 coarse sand)in all shapes and
patterns including grouting the joints
with white cementmixed with with
matching pigmentsetc complete as per
direction of Engineer in charge

20.34 Providing and fixing white vitreous china


flat back half stall urinals of size
610X390X370mm with fittings, standard
size C.P.brass flush pipe, spreaders,with
unions and clamps (all in C.P. brass)
with domed waste fitting as per IS 2556
and other coupling including painting of
fitting and cutting and making good the
walls and floors wherever required

20.34.1 Item code No. C-8295 of parryware or 1 Each 13307.40 13307


equivalent.

20.35 Providing and fixing mirror of superior


glass (of approved quality) and of
required shape and size with plastic
moulded frame of approved make and
shade with 6 mm thick hard board
backing:

20.35.1 600x1000mm 1 Each 1721.30 1721

20.36 Providing and fixing C.P. brass pillar


cock for basin item code noG2402A1
of Parryware or equivalent

20.36.1 15 mm nominal bore 1 Each 1191.60 1192

20.37 Providing and fixing C.P. brass two way


bibcock item code noG2434A1 of
Parryware or equivalent

20.37.1 15 mm nominal bore 1 Each 1895.40 1895

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
159
20.38 Providing and fixing 50mm wide self 1 metre 262.50 263
adhesive reflective tape of approved
brand andmanufacture ofloors. Glass
edgesof steps etc complete

20.39 Providing and fixing signage boards 1 sqm 8173.00 8173


made of 3mm thick acrylic sheet as a
base and 80 micron Vinyle sheet(film) of
contrast colour with required legends
and symbols etc complete

20.40 Providing and fixing white vitreous china 1 Each 35385.50 35386
pedestal type water closet (European
type W.C. pan) with all fittings and
fixtures complete, including cutting and
making good the walls and floors
wherever required: Vitreous china close-
coupled WC with vertical outlet (item
code No. RS342237), Dual flush 6/3L
W.C. cistern with bottom inlet (item
code No.RS 341231 and seat and cover
with opening (item code No.RA801230)
of parryware or equivalent

20.41 Providing and fixing wash basin with C.I.


brackets, 15 mm C.P. brass elbw
operated pillar taps,32 mm C.P. brass
waste of standard pattern, including
painting of fittings and brackets, cutting
and making good the walls wherever
require:

20.41.1 560mmX550mm wall hung white 1 Each 12981.40 12981


vitreous china basin of Roca Access
series item code No. RS327230 or
equivalent

20.42 Providing and fixing stainless steel(grade


304) handle bar 32mm outer dia and
600mm long with stainless steel screws
etc complete.

20.42.1 item code No.OR-PH-09 of Oral glass 1 Each 5906.95 5907


door handle or equivalent

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
160
20.43 Surface Preparation by Thoroughly 9200 Sq Mt 76.50 703800
abrading the surface treating with coarse
brushes to remove fungi and algae or
residual paint. Applying by spray or
brush in 2 coats. Ensure proper
ventilation during the application and
proper safety wear shall be worn during
the application. Wash thoroughly with
clean water by means of water jetting
and render the surface dry prior to
application of subsequent coating of
Kricide-NT of M/s Krishna Conchem
Product Pvt.Ltd. @ 0.25 Ltr. Per Sqm or
Equivalent Product approved
manufacture to remain on the surface
for minimum 24 hours before the wash.

20.44 Providing & applyingTWO coats of 9200 Sq Mt 226.00 2079200


Aliphatic Acrylate Elastomeric Coating
MONOPOL 456 @.5 Ltr per Sqm for 2
coats of M/s.Krishna Conchem Product
Pvt.Ltd. or equivalent product of
approved manufacture for Anti corrosive
and Anti-carbonation application on
entire clean concrete surface with brush
or by spray, as per manufacturer’s
specification.

20.45 Providing & applying One coat of Alkaline 200 Sq Mt 99.70 19940
Rust converting primer FEOVERT @ 0.17
Ltr per sqm per Coat of M/s. Krishna
Conchem Product Pvt.Ltd. or equivalent
product of approved manufacture
conforming to ASTM-B-117, to exposed
existing rebars after reoving & cleaning
loose rust by wire brush and leave it for
6-8 hours.

20.46 Providing & applying Two coats of Anti 200 Sq Mt 213.20 42640
Corrosive protective coating IP Net RB
(CBRI/CSIR technology) @ 0.4 ltr per
sqm per sqm for 2 coats of M/s.Krishna
Conchem Product Pvt.Ltd. or equivalent
product of approved manufacture for
reinforcement bars by brush. Sprinkle
dry sand when second coat is tacky so
as to get rough surface.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
161
20.47 Drilling and fixing Teflon nozzles in RC 10000 Each 69.80 698000
members, including Drilling Holes:
Drilling 12mm dia, 50 to 100 mm deep
holes in structural members at the
intervals of 300 to 500 mm in staggered
manner or as directed by the consultants
in RC structural element. Cleaning of
Holes: Clean the holes by air blower
prior to fixing nozzles. Fixing of nozzles;
Insert 12mm dia. Teflon nozzles in
cleaned holes, External end of nozzles to
be machine to receive outlet of grouting
gun. Fix it inside the holes by applying
thixotropic epoxy putty to ensure
compete sealing. Cut the nozzles by
chisel after completion of grouting
without damaging structural elements.

20.48 Grouting Injecting slow setting very low 2750 Kg 974.20 2679050
viscosity grout EPCO KP HP 250 SSLV by
pressure and using injector with
accessories till nozzles refused to accept
the grout, Including. Mixing of
materials; Mixing material components
part a and part b required quantities as
per mfg insrtruction by weigh batching
Grouting; Fill the grouting gun with
monopol. Maintain desired pressure in
the gun by air compressor maintain the
pressure at exit (3 to 4 kg/Cm2) by
monitoring pressure guage at exit.
Grout the material through prefixed
nozzlewith EPCO 1010 putty after the
refusal. Monitor leakages through other
nozzles while grouting and seal them as
per the requirement.
a)For RCC Columns-2 Units in a single
drilled hole at a spacing of 500mm c/c
from two opposite faces in staggered
fashion.

b)For RCC Beam – 2 Units in a single


drilled hole at a spacing of 500mm c/c
from two opposite faces in staggered
fashion.

c)RCC Slab – 2 Units in a single drilled


hole at a spacing of 500mm c/c in a grid
pattern

20.49 Providing & fixing cement concrete 1200 sqm 1030.70 1236840
designer wall tile approved colour &
design on wall upto 10 meter height with
the help of approved adhrsive applying
at the rate of 2.5 kg per sq mt over
existing plastered surface and grouting
the joints etc complete and as per
direction of Engineer- in- charge

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
162
20.50 Providing and fixing stainless steel 25 Each 397.85 9946
(SS304)oval shaped safety chain of
standard length with ncecssary screws
item code no NDSCO of of Kich or
equivalent

20.51 Providing and fixing stainless steel


square shaped tower bolt with necessary
screws of Kich or equivalant

20.51.1 250X10mm ( Item Code No.TBS310) 200 Each 758.00 151600


20.51.2 150X10mm (Item Code No. SS304) 342 Each 459.45 157132

20.52 Providing and fixing high grade AISI 130 Each 5769.55 750042
316 225mm(9’’) satin finished stainless
steel mortice latch and lock ( item code
no MLB9S) a pair of handles (item
code no .MH1965S) and round key hole
( item code no. EEP55S) with necessary
screws of Kich or equivalant.

20.53 Providing and fixing satin finished 35 Each 891.00 31185


stainless steel (SS304) 30mm cupboard
lock with necessary screws of Kich (
item code noDL713S) or equivalant

20.54 Providing and fixing satin finished


stainless steel (SS316) F shaped door
handles of with necessary screws of
Kich or equivalant

20.54.1 128X10mm (item code no CHF105) 70 Each 245.70 17199

20.54.2 96X10mm( item code no CHF104) 120 Each 208.05 24966

20.55 Providing and fixing satin finished 130 Each 128.45 16699
stainless steel (SS316) door stopper
with necessary screws item code no
DSTRS of Kich or equivalant
20.56 Providing and fixing satin finished CP 25 Each 332.65 8316
brass door eye item code no NEVBS of
Neki or equivalant

Sub-Total
28697389

Executive Engineer
MCD – VI , Central P.W.D.
Mumbai

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
163
6
Central Public Works Department
NIT NO: - 09/CE/WZ III/EE/MCD-VI/CPWD/2017-18

PART C
(Electrical & Mechanical)

Name of work: Construction of Institute and hostel building (New Institutional complex)
of Family Welfare Training and Research Center (FWTRC), At New Panvel, Navi-Mumbai
including internal water supply, sanitary installation, drainage,development work, Internal
electrical installation,Automatic fire alarm system,Down comer system, SITC of VRF type
Air conditioning, D.G. set, Sub station, pump set, street light,Passenger Lift & Solar water
heating system etc. (BALANCE WORK)

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
164
6.1 INDEX PART C

Sl. No. Particulars Page No.

Part C (Electrical & Mechanical) 164

6.1 INDEX of Part – C 165

6.2 Proforma of Schedules (A to F) 166-171

6.3 Additional Terms and conditions 172-184

6.4 List of Approved Make of Materials for Part –C 185-187

6.5 Abstract of cost of Electrical Works 188

6.6 Schedule of Quantities (Electrical & Mechanical) 189-218

Certified that this Part of the tender Document (Part C of three parts viz. A,
B & C) contains pages from page 164 to 218 pages.

Executive Engineer,
MCD VI ,CPWD, Mumbai 20.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
165
6.2 PROFORMA OF SCHEDULES
(FOR ELECTRICAL AND MECHANICAL COMPONENT)

SCHEDULE ‘A’

Schedule of quantities for electrical and mechanical works. (Enclosed)

As per Page No. 164 to 218 pages.

SCHEDULE 'B'

Schedule of materials to be issued to the contractor.

SH :- Provding Internal EI, Power outlets and Telephone conduits.

I The following material shall be issued to the contractor at the store at CGO
Building Belapur.

Sr.No. Description of Material Qty Unit Issue Panel Rate at which recovery
Rate will be made, if the unused
materials not returned by

1 6 Amp 1 way modular switch M.K.Make 1200 Nos 48.00 96.00

2 6 Amp 1 way modular socket M.K.Make 310 Nos 53.60 107.20


3 R.J. 11 Telephone socket M.K.Make 40 Nos 58.50 117.00
4 16 Amp 1 way modular switch M.K.Make 186 Nos 73.60 147.20
5 16 Amp 1 way modular socket M.K.Make 167 Nos 107.69 215.38
6 1 / 2 Module metal box M.K.Make 150 Nos 28.00 56.00
7 3 Module metal box M.K.Make 50 Nos 29.60 59.20
8 4 Module metal box M.K.Make 100 Nos 38.40 76.80
9 6 Module metal box M.K.Make Nos 62.00 124.00
10 8 Module metal box M.K.Make 30 Nos 74.00 148.00
11 16 Module metal box M.K.Make 110 Nos 242.00 484.00
12 Industrial type socket 20 Amp. Havells Make 34 Nos 495.00 990.00
13 A step type 100 watt fan regulator 100 Nos 216.00 432.00
14 1 / 2 Module front plate M.K.Make 150 Nos 39.60 79.20
15 3 Module front plate .Make 50 Nos 46.40 92.80
16 8 Module front plate M.K.Make 30 Nos 92.60 185.20

II Recovery shall be made for using conduit for wiring work which is already laid in
slab.

Sr.No. Description of Material Qty Unit Rec. Rate Remark


1 20 mm PVC conduit 2179.70 Mtrs 34.00 Conduits
2 25 mm PVC conduit 13649.65 Mtrs 47.00 already laid
in slab
3 32 mm PVC conduit 109.30 Mtrs 79.00

III The following material shall be issued to the contractor at free of cost at store at
CGO Building Belapur.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
166
Sr.No. Description of Material Qty Unit Recover Rate if Remark
the unused
material not
returned back
1 2 + 12 way MCB DB (Without MCCB RCCB / 16 Nos 4000.00
Isolator
2 5 amps - 32 amps MCB SB 480 Nos 300.00
Materials
3 40 amps RCCB 16 Nos 4000.00 already
procured
4 8 way TP & DB with 100 amp 10 K MCCB 16 Nos 10000.00

5 20 Amp, 240 volts, SPN industrial type, Socket 34 Nos 650.00


outlet along with C curve SP, MCB

SCHEDULE 'C'
Tools and plants to be hired to the contractor
S. No. Description Hire charges per day Place of issue

1 2 3 4

---------------------NIL-------------------

SCHEDULE ‘D’
Extra schedule for specific requirements/document for the work, if any - As per schedule ”A”

SCHEDULE ‘E’

Reference to General conditions of contract: General conditions of contract 2014 with


amendments issued up to the date of submission of tender.

Name of work: Construction of Institute and hostel building (New Institutional


complex) of Family Welfare Training and Research Center (FWTRC), At New Panvel,
Navi-Mumbai including internal water supply, sanitary installation,
drainage,development work, Internal electrical installation,Automatic fire alarm
system,Down comer system,SITC of VRF type Air conditioning, D.G. set, Sub station,
pump set, street light, Passenger Lift & Solar water heating system etc. (BALANCE
WORK)

Estimated Cost: Rs. 14,02,02,160/-

For Civil Components: Rs . 10,63,38,741/-

For E & M Components: Rs 3,38,63,419 /-

Earnest Money
As specified in Part A
Performance Guarantee
As specified in Part A
Security Deposit
As specified in Part A

SCHEDULE “F”

(GENERAL RULES AND DIRECTIONS)

Officer inviting tender: : Executive Engineer , MCD- VI,CPWD, 3rd


Floor,Nishtha Bhavan, Mumbai 400020.
Maximum percentage for quantity of items of work
to be executed beyond which rates are to be 30%

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
167
determined in accordance with Clauses 12.2 & 12.3:

Definitions:

2(v) Engineer-in-Charge 1)Executive Engineer , MCD- VI,CPWD, 3rd


Floor,Nishtha Bhavan, Mumbai 400020.
(For Civil Component)
2) Executive Engineer(E), MCED-III Mumbai 400099.
(For Electrical Component)

2(vii) Accepting Authority CHIEF ENGINEER, West Zone-III, CPWD, Mumbai-20

2(x) Percentage on cost of materials 15%


and Labour to cover all overheads
and profits
2(xi) Standard Schedule of Rates DSR (E&M) 2016 with amendments up to date.

2(xii) Department Central Public Works Department (CPWD)

9(ii) Standard CPWD Form As specified in Part A

Clause 1

Time allowed for submission of Performance Guarantee As specified in Part A


Prorgamme Chart(Time and Progress) and
applicable labour licenses, registration with EPFO,
ESIC and BOCW Welfare Board or proof of applying
there of from the date of issue of letter of acceptance

Maximum allowable extension with late fee @ 0.1% per As specified in Part A
day of Performance Guarantee amount beyond the period
provided in (i) above

Clause 2

Authority for fixing compensation under Superintending Engineer, Mumbai Central


clause 2 Circle-II, CPWD ,Ghatkoper Mumbai.

Clause 2A

Whether Clause 2A shall be applicable Not applicable

Clause 5

Number of days from the date of issue of As specified in Part A


letter of acceptance for reckoning date of start

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
168
Milestones for E & M works

Sl. Description of Milestone Time allowed in months Amount to be with-held in


(Physical) (from date of start) case of non achievement of
mile stone (% of tendered
amount of Electrical
Component)
1 As specified in Part A
2
3
4
5
With held amount shall be released if and when subsequent milestone is achieved within
respective time specified. The main contractor will ensure that electrical components of the work
are executed in time without giving any chance for slippage of milestone an account of delay in
execution of associated electrical works by him. However, in case milestones are not achieved by
the contractor for the work, the amount shown against milestone shall be withheld by the
Engineer-In-Charge of the respective components.
Note: Intending tenderer may submit phasing of activities / milestones on the basis of their
resources and methodology at the time of tendering corresponding to physical milestones /
stages indicated in the above table. These shall be formed part of the agreement after physical
approval of the accepting authority, otherwise it would be assumed that agency agrees with the
above mentioned milestones.

Time allowed for execution of work : 12(Twelve months)

Authority to decide:

(i) Extension of time :- As specified in Part A


(ii) Rescheduling of mile stones :- As specified in Part A
(iii) Shifting of date of start in case As specified in Part A
of delay in handing over of
site:-

Clause 6, 6A

Clause applicable – (6 or 6A) 6A

Clause 7

Gross work to be done together with net Rs. 30 lakhs, for electrical work and part
there of as per discretion of Engineer- in-
payment /adjustment of advances for material
Charge
collected, if any, since the last such payment for
being eligible to interim payment

Clause 7A

Whether Clause 7A shall be applicable As specified in Part A

Clause 10A

List of testing equipment to be provided by the contractor at site lab: As specified in Part A

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
169
Clause 10B(ii)

Whether Clause 10 B (ii) shall be applicable As specified in Part A

Clause 10C

Component of labour expressed as percent of value of work NA

Clause 10CA Not Applicable for electrical component

Sl. Material covered Nearest Materials


No. under this clause (other than cement, Base Price and its
reinforcement bars corresponding period of all the
and structural steel) materials covered under clause
for which all India 10 CA
Wholesale Price Index
to be followed.

1
2

Clause 10CC

Clause 10CC to be applicable in contracts with

Stipulated period of completion exceeding the Not Applicable

Period shown in next column

Schedule of component of other materials, Labour, POL etc. for price escalation:-

Component of electrical (Except materials covered under clause 10CA) /

expressed as percent of total value electrical of work ---- As specified in Part A

Component of labour expressed as percent of total value of work. ---- As specified in Part A

Component of P.O.L. expressed as percent of total value of work. ---- As specified in Part A

Clause 11

Specifications to be followed for As per CPWD G. S. for electrical works (Part- I)


execution of work Internal -2013,(Part II) External 1994, (Part-
III) Lifts & Escalators- 2003, (Part-IV) Sub
Station-2013,(Part-V) Wet Riser & Sprinkler
System -2006 & (Part-VI) Fire Alarm System -
1988 , Part-V - DG Set 2013 as amended up to
date of call of tender.

Clause 12

Maximum percentage for quantity of items of : Please refer below

work to be executed beyond which rates are

to be determined in accordance with Clauses

12.2, 12.3

Type of work : Original work(Balance work)

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
170
12.2.& 12.3

Deviation limit beyond which


clauses 12.2 & 12.3 shall apply 30% (Thirty percent)
for Electrical work

12.5 i) Deviation Limit beyond


which clauses 12.2 & 12.3 shall NA
apply for foundation work
(except earth work)

Clause 16

Competent Authority for deciding reduced rates. SE(E), MCEC,CPWD, Mumbai-20 or


successor thereof

Clause 18

List of mandatory machinery, tools & plants to be deployed by the contractor at site:- As specified in
Part- A

Clause 36 (i)

Requirement of Technical Representative(s) and recovery Rate

Sl. Minimum Discipline Designation Rate at which recovery shall be


Qualification of (Principal/ made from the contractor in the

Experience
Technical Technical / Minimum event of not fulfilling provision of

Number
Representative Representative) clause 36 (i)
Figures in In Words
Rs.

FOR Electrical and Mechanical services


1 Graduate Electrical / Site / Billing 5 years 1 Rs.25000/- (Rs.Twenty five
Engineer Mechanical Engineer Per month thousand only.)
2 Graduate
Engineer 2 years 1 Rs.15000/- (Rs.Fifteen
Per month thousand only.)
OR
Diploma 5 years 1 Rs.15000/- (Rs.Fifteen
Engineer Per month thousand only.)

FOR SUB HEAD-I(Providing Passenger Lifts)

As per OEM standards

Assistant Engineers retired from Government services that are holding Diploma will be
treated at par with Graduate Engineers.

Clause 42

(i) (a) Schedule/statement for determining theoretical quantity NA


of cement & bitumen on the basis of Delhi Schedule of Rates
Variations permissible on theoretical quantities: NA
(ii) (a) Cement NA
For works with estimated cost put to tender more than Rs. 5 lakh. NA
Bitumen for all works NA
(b) Steel Reinforcement and structural steel sections for NA
each diameter, section and category
(c) All other materials As per below list

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
171
6.3 ADDITIONAL TERMS AND CONDITIONS

Name of work: Construction of Institute and hostel building (New Institutional


complex) of Family Welfare Training and Research Center (FWTRC), At New Panvel,
Navi-Mumbai including internal water supply, sanitary installation,
drainage,development work, Internal electrical installation,Automatic fire alarm
system,Down comer system,SITC of VRF type Air conditioning, D.G. set, Sub station,
pump set, street light, Passenger Lift & Solar water heating system etc. (BALANCE
WORK)

1. General – As mentioned in PART-A / B

2. Specification : Following specifications shall be followed duly amended up to date of


call of tender.

A) CPWD General Specifications for Electrical Works (Part-I) Internal-2013.


B) CPWD General Specifications for Electrical Works (Part-II) External 1994.
C) CPWD General Specifications for Electrical Works (Part-VI) Fire Alarm System -1988.
D) CPWD General Specifications for Electrical Works (Part-V) Wet Riser & Sprinkler System -
2006.
E) CPWD General Specifications for Electrical Works (Part-IV) Substation 2013.
F) CPWD General Specifications for Electrical Works (Part-V) D.G.Set 2013.
G) CPWD General Specifications for Electrical Works (Part-III) Lifts & Escalators-2003.

3. All MCCB’S shall be with (Ics=100% Icu) rating. All MCCBS shall be provided with spreader
links, operating handle with door interlock assembly within tender cost.

4. LED Fittings

4.1 The technical specification of LED fittings are enclosed. All the LED fittings shall be under the
comprehensive warranty of 3 year from OEM from the date of completion of work.

TECHNICAL SPECIFICATIONS FOR LED LIGHTS

Parameters Technical specifications for Cool White and Warm White

Operating Voltage Range 180 – 260 V

Expected Input Frequency 50 Hz +/- 5%

Power Factor > 0.95 (leading acceptable)

Luminaire efficacy lm/watt ≥100

Driver efficiency >85%

LED efficacy 100 lm/watt(minimum)

Beam Angle 120 degree minimum lenses for directing light beam

Working Temperature -5 to + 50 degree

Working Humidity 10% - 90 % RH (preferably Hermetically sealed unit.)

IP Protection Level IP-20 class protection minimum

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
172
Lamp Casing High thermal conductivity Aluminium housing for heat
dissipation.

Life 50,000 (fifty thousand hour) minimum with L-70 Life.

LED type InGaN – Pc converted SSL. COB or High Power


Technology Package with low Thermal Resistance of
max – 18 degrees / watt.

LED make NICHIA / OSRAM / SEOUL / PHILIPS LUMILEDS /


LEDNIUM / CREE

Colour temperature 6500 K

CRI >80

Junction temperature 85 degree Celsius

Expected Life of components 50000 hrs at L-70

Environment considerations ROHS Compliant

Safety Should pass High Voltage Dielectric test of 1.5 KV as


per IS:10322
LM79 Test Certificate LM79 Test Certificate for lumens, CCT and CRI must be
provided for offered product along with offer.

5. Fire Alarm System.

1 GENERAL DESCRIPTION OF FIRE ALARM SYSTEM

1.1 The system should be able to detect any type of smoke, fire and heat in the respective site
area.

1.2 The detectors shall be Addressable Intelligent optical/ Thermal / multi sensor type as
specified in the BOQ.

1.3 The number of detectors and location shall confirm to relevant standards. Addressable
intelligent optical smoke detectors shall be used in the general office areas / lobby;
Addressable intelligent multi-sensor(optical cum thermal) detectors in the basements areas
and Addressable intelligent heat detectors in the electrical shafts. The detectors shall give
the visual and audible alarm at the control Panel. The panel shall be located in the upper
Basement floor control room

1.4 Addressable Control Modules shall be provided in suitable location for the purpose of
shutting off Fire Dampers/ AC indoor units on detection of smoke within its zone and for
switching-on exhaust / ventilation fans in the event of fire.

1.5 Monitoring modules shall be provided to monitor and address contact-type input devices like
flow switch.

1.6 The fire alarm panel shall operate 240V+ 10% 50Hz. The FDAS shall also be provided
with a dedicated stand by power supply system (battery and charger) capable of
maintaining the system for a period of not ess than 24 hours after failure of ac power
supply after which sufficient battery shall remain to provide full load operation for at least
30 minutes in line with IS 2189.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
173
2. DETAILED DESCRIPTION OF THE SYSTEM COMPONENTS: BASIS OF DESIGN: The
Fire Alarm System shall have the following features.

2.1 An Intelligent Modular/ Expandable Fire Alarm System (IFAS) shall be provided to effect
total control over the life safety services required in the building.
2.2 The system shall be provided with Addressable fire alarm initiating, annunciating and
control devices.
2.3 The addressable and intelligent system shall be such that smoke sensors, thermal sensors,
manual call points, etc., can be identified with point address.
2.4 The FAS shall be able to recognize normal and alarm conditions, below normal sensor
values that reveal trouble condition, and above normal values that indicate either an alarm
condition or the need of maintenance.
2.5 Read-out or address an actual detector location. The operator shall also be able to adjust
alarm and alarm thresholds and other parameters for the smoke sensors.
2.6 Provide a maintenance/pre-alert/fault alarm capability at smoke sensors to prevent
the detectors from indicating a false alarm due to dust, dirt etc
2.7 Provide alarm verification of individual smoke sensors. Systems that perform alarm
verification on a zone basis shall not be acceptable. Alarm verification shall be printable on
the printer to enhance system maintenance and identify possible problem areas.
2.8 Provide local alpha-numeric point address of device and current condition of the point.

2.9 Each detector shall use state-of-the-art Microprocessor Circuitry with error, detector self-
diagnostics and supervision programs.
2.10 The detection of the fire shall be taken at the detector level.
The System Alarm LED on the main fire alarm control panel shall flash.
2.11 Provide outputs that are addressable, i.e. outputs shall have point address. The
operator shall be able to command such points manually or assign the points to Logical
Point Groups (Software Zones) for preprogrammed operation.
2.12 In the event of a fire alarm, but not in a fault condition, the following action shall be
performed automatically

a. A local sounder shall be sounded.


b. The LCD display on the main fire alarm control panel shall indicate all
information associated with Fire Alarm condition including the type of alarm
point and its location within the premises.
c. History storage equipment shall log the information associated with the Fire
Alarm Control Panel condition, along with the time and date of occurrence.
d. All system output programs assigned via control-by-event programs that are to
be activated by a particular point in alarm shall be executed, and the
associated system outputs (alarm notification appliances and/or relays) shall be
activated.

3 FIRE ALARM CONTROL PANEL (FACP) The Fire Alarm control panel shall have the
following features:

3.1 FACP shall have its own microprocessor, software and memory.
3.2 The panel should be modular microprocessor based in nature and shall be expandable from
Single loop to 32 loops.
3.3 FACP shall supervise detection circuits and shall generate an alarm in case of abnormal
conditions.

3.4 FACP shall provide general purpose inputs for monitoring such functions as low battery or AC
power failure. FACP shall provide tamper protection and commendable outputs, which can
operate relays or logic level devices.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
174
3.5 Smoke/ Heat detectors shall be powered using the FACP-based smoke/Heat detection
circuits. FACPs Shall provide for resetting smoke/heat detectors, fault-isolation and sensor
loop operation. It shall be possible to mix different fire devices within the same FACP to
optimize field wiring.

3.6 6 It shall be possible for the panel to have a loop length with different modules offering 1
km Loop Length of devices from the panel.

3.7 FACPs shall provide monitoring and control of one floor or area or for multiple floors or areas.

3.8 FACPs shall meet the following requirements to assure the integrity and reliability of the
system.

a. The FACP shall be UL / VdS listed independently as a fire alarm control panel.
b. The FACP should have integrated power distribution module and fixed cabling done
internally to guarantee a clear and tidy cable feed.
c. The panel should have a minimum 600 character display with white background lighting and
keypad. The display should enable a flexible design of the operating menu with variable
keys and message windows.
d. FACP should have menu Based operation.
e. All materials and components used in the panel are specified as per UL / VdS or higher.
f. The panel should have a 230V AC power supply unit in plug-in design with rack and panel
connector and a 24VDC/6A output power supply. The module should be protected against
overvoltage and reverse polarity. The output voltage is monitored and regulated
externally.
g. LCD display at the FACP shall be provided to indicate point in alarm or trouble. In such
systems,means for manually scanning the points in trouble shall be provided and a
trouble and alarm LED shall be used to indicate that there are points in alarm/trouble.
The alarm/trouble LED shall only extinguish when all alarm/troubles are cleared from the
loop.
h. It shall be possible to command test, reset and alarm silence from the FACP. FACP should
have freely configurable detector zone displays.
i. FACP should have a programmable software timer for automatic switching of day
operation mode to night operation mode, switching of mode of operation of automatic
multi-criteria fire Detectors.
j. FACP should have at least 1000 history logs.
3.9 FACP switches shall allow authorized personnel to accomplish the following :

a) Acknowledge a general alarm condition.


b) Silence the local audible alarm.
c) It shall be possible to Silence the the alarm indicating devices (hooters).
d) Reset all zones (Logical Point Group) / points, after all initiating devices have returned to
normal.
e) Perform a complete operational test of the memory with a visual indication.
f) Test all panel LEDs for proper operation without causing a change in the condition of any
zone
(Logical Point Group)
g) Walk Test
3.10 The FACP shall have Drift Compensation facility to compensate for environment.

3.11 FACP shall be backed up with its built-in UPS power

3.12 FACP shall be provided with following features:


System Status Reports
Printer Interface System Point Report

3.13 The display on FACP shall provide indication for AC Power, System Alarm, System
Trouble/Security Alarm, Display Trouble and Signal Silence. This would mean that in the event
of change of any logic, detector / zone sequence alteration, the operator can initiate these by

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
175
use of the LCD touch pad & alpha-numeric keys on the FACP panel to reconfigure the above
parameters.

3.14 Power supply unit of FACP shall have following characters :

i. The main power supply shall be 230 VAC±10%, 50 Hz±3% and shall in turn provide all
necessary power of the FACP.

ii. It shall provide a separate battery control module with charger.

iii. For ease of service, all wiring terminal blocks shall be plug-in type.

4 DETECTORS & ADDRESSABLE DEVICES

4.1 General features common to all detectors:

a) Built-in-response indicator: Each detector shall incorporate indicator “LED” at the


detector which shall blink in normal condition and glow steady on actuation of the
detector to locate the detector which is operated while on fire. The detector shall not
be affected by the failure of the response indicator lamp. The Led should be visible
from a 360 deg view

b) Maintenance: All detectors shall be fitted either with plug-in system or bayonet type
connections only, from the maintenance and compatibility point of view.

c) Construction: The components of the detectors must not be damaged by static over
voltage

4.2 Addressable Optical/Thermal Smoke Detectors

a)) Smoke detectors shall be addressable devices, and shall connect with two wires to one of
The Fire Alarm Control Panel loops. Minimum 250 devices should connect to one loop.
The detectors shall be ceiling mounted type

b) b) The detectors shall provide electronic address-setting by means of configuration software


or manual address setting by means of micro switches.

c) The area covered by each smoke/heat detector shall be as per UL/EN - 54 guidelines.

d) Each detector shall have in built fault isolation unit or the contractor shall provide
one independent fault isolator module for every twenty addressable devices
without any additional cost.

4.3 Addressable Thermal Detectors

4.3.1 Thermal detectors shall be intelligent and addressable devices, and shall connect with
twoWires to one of the Fire Alarm Control Panel loops.
4.3.2 The detectors shall use an electronic detector to measure thermal conditions caused by a fire
and shall, on command from the control panel, send data to the panel. Each detector shall
have in built fault isolation unit or the contractor shall provide one fault isolator module for
every twenty addressable devices without any additional cost.
4.4 Addressable Manual Stations

a) Addressable manual stations shall be provided to connect to the Fire Alarm Control
Panel loops.

b) The manual stations shall on command from the Control Panel send data to the panel
representing the state of the manual station.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
176
c) Stations shall be suitable for surface mounting or semi flush mounting.

4.5 Addressable Monitor Modules shall have the following features:


Programming of the input normal state "open" or "closed" independently selectable for each
input.Pulse contact monitoring for detection of high resistance contacts

a) Monitoring of contacts for "open" and "closed" states on lines


b) For flush/ surface mounting in standard electrical boxes
c) Addressing of interface either automatically or via code switch
d) (allowing unique assignment of Installation location to address)

4.6 Addressable Control Module shall have the following features:

a) Output should be electrically isolated from loop


b) Switching of currents and voltages up to Max of 6 A/30 V DC or 10 A at 120 V
AC/ 230V AC/ 24V DC
c) Owner supply to interface via two-wire line (line supply)
d) Addressing of interface either automatically or via code switch (allowing unique
assignment of Installation location to address)

4.7 Addressable Sounder shall have the following features:


a) The Electronic Hooters shall be compatible with the Fire detection and alarm panel
offered.
b) It shall be roof mounted or wall mount type.
c) It shall be microprocessor based intelligent, addressable type .
d) It shall work at the same operating voltage of detectors.
e) It shall generate audio alarm on command from the fire detection and alarm panel.
f) It shall be able to carry out self diagnosis and automatic device mapping.
g) It shall be able to withstand ambient temperature upto 50 deg.C.
h) It should be able to generate at least 3 different type of tones

4.8 Response Indicators:

Remote Response Indicator shall be installed outside the areas normally kept closed to
identify the detectors response even if the room is locked. These indicators shall be able to
indicate the status of the corresponding detectors in these areas.

4.9 Repeater Panel:

a)The Microprocessor Based Fire Alarm Repeater Panel shall have the following
features.
b) It shall display events as in the main panel.
c) It shall have features for acknowledgement, silence, reset of alarm/trouble.
d) Navigational keys shall be available for scrolling and selecting required menu.
e) It shall have system status LEDs.
f) The repeater panel shall function by drawing its required power from the Main Fire alarm
control panel or it shall have its own separate power supply unit with battery back-up.

4.10 FACP Software A brief description of the Software is given below:-

a) It shall display the alarm status of the detectors, manual call points
b) It shall check, display and log the health of different components in the
system.
c) It shall be able to generate and print alarm status reports, fault status reports.
d) It shall have facility for alarm acknowledgement, reset and test functions.
e) It shall facilitate the programming of the fire detection and alarm panel and
other components.
f) It shall be possible to program and display different messages of normal, fault
and alarm conditions.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
177
g) A back up CD with the FACP software and all the data in the system as per
final configuration/programming of the FACP panel and all system components
shall be provided to the department at the time of handing over.

4.11 1)Installation:
a) Installation shall be in accordance with the IS 2189, NEC, NFPA 72, EN 54,local and
state codes, and as recommended by the major equipment manufacturer.

b) All fire detection and alarm system devices, control panels and remote annunciators
shall be flush mounted or surface mounted as per direction given by E-in-C.

c) Manual fire alarm boxes shall be suitable for surface mounting or semi-flush
mounting.

d) Commissioning Procedure shall be carried out in a methodical sequence as


follows:
Start-up,
Configuration,
Operability adjustment, Stable operation, Final adjustment
e) The Contractor shall finalize captured FDAS data to be recorded and the manner in
which the data is to be taken in association with CPWD.

5 The Fire extinguishers of ABC class shall have warrantee from OEM of 5 years
from date of completion of work.

6 Variable Refrigerant Flow System

6.0 SCOPE OF WORK

The Scope of this section comprises the supply, erection, testing and commissioning of
Variable Refrigerant Volume Air conditioning unit, conforming to these Specifications and
in accordance with requirements of drawings and of the bill of Quantities.
6.1 GENERAL

a) The system selected is a modular system, with number of indoors connected


to
centrally located outdoor units, as per detail designing given in the tender.
b) The outdoor units for all the system shall be air cooled type and mounted on
terrace of the building. Indoor units in various areas shall be as per enclosed
drawings / Bill of
Quantities.
c) All the VRF air conditioners shall be fully factory assembled, wired, internally piped &
tested.
d) The outdoor unit shall be pre charged with first charge of R 410A or Eqv.
CFC free refrigerant. Additional charge shall be added as per refrigerant piping at
site.
e) All the units shall be suitable for operation with 415 V + 10%, 50 Hz + 3%, 3 Phase
supply for outdoor units & 220 V + 10%, 50 Hz + 3%, 1 Phase supply for in door
units.
f) The VRF system shall provide stable, trouble free & safe operation, with flexibility of
operating desired indoor units.
g) The outdoor units must be capable of delivering exact capacity proportional to the
number of indoor units switched on & the heat load in the air conditioned area.
h) The proportional operation shall be achieved by varying speed of the compressor in
the outdoor units / change in compressor configuration or capacity as per load.

1.2 SPECIFICATION OF OUTDOOR UNITS

a) Outdoors units of the VRF system shall be compact air cooled type.
b) All the compressors of the outdoor units must be hermetically sealed type.
c) The maximum number of units for outdoor units should be limited to 4 Nos. Only so

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
178
any combination of individual units for outdoor units should not excide 4.
d) The treatment should be suitable for areas of high pollution and salt laden air.
e) Bidder has to furnish the rated / derated capacity of the Indoor units, considering the
refrigerant piping of respective outdoor units.
f) Back up operation, in case of failure of one of the compressors of outdoor unit, for
single module outdoor units or failure of one of the modules in case of multiple
module outdoor units shall be possible.
g) The VRF outdoor unit shall always be supplying at least 33% of back up
operation, of the full load capacity.
h) The outdoor units shall be suitable to operate within an ambient temperature range of
+5 Deg C to + 48 Deg C, in cooling mode.
i) The entire operation of outdoor units shall be through independent remotes of indoor
units.
j) No separate Start/ Stop function shall be required.
k) Inverter compressor / or equivalent system of the unit shall start first & at the
minimum frequency / capacity, to reduce the inrush current during starting.
l) Refrigerant control in the outdoor unit shall be through Electronic Expansion Valve.
m) Complete refrigerant circuit, oil balancing/ equalizing circuit shall be factory assembled &
tested.
n) Noise level of outdoor units shall not exceed 65 dB (A) at a distance
of 1.0 m from the unit. Outdoor units shall be complete with
following safety devices:
o) High pressure switch
p) Fan driver overload protector
q) Over current relay
r) Inverter Overload Protector
s) Fusible Plug

Unit shall be supplied with

a) Installation manual
b) Operation Manual
c) Connection Pipes
d) Clamps

Units will use R-410 as Refrigerant / Equivalent Refrigerant gas.

1.3 SPECIFICATIONS FOR INDOOR UNITS


WALL MOUNTED DECORATIVE SPLIT INDOOR UNITS

1.3.1 These units shall be suitable for wall mount with suitable supports to take care of
operating weight of the unit, without causing any excessive vibration & noise.
1.3.2 The cold air supplied by these units will be supplied to the area to be air conditioned.
1.3.3 Each indoor unit must have electronic expansion valve operated by microprocessor
thermostat based temperature control to deliver cooling/ heating as per the heat load
of the room.
1.3.4 The operating noise level of unit at the highest operating level shall not exceed 45
dB(A), at a distance of 1.5 m Unit must have Thermal Fuse for fan motor protection, in
case of motor heating.
1.3.5 The unit will be connected in series to a suitable outdoor unit & it must be possible
to operate the unit independently, through corded/ cordless remote specified in the bill
of quantities.
1.3.6 The unit should be suitable for further connection to Intelligent Building Management
System / Central Room Controller & it shall be possible to operate the unit through this
IBMS system / Central Controller.

6.4 CONTROLS SYSTEM FOR VRF AIR CONDITIONING SYSTEM

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
179
WIRED REMOTE CONTROLLER

a) Wired remote controller shall be supplied as specified in the “Bill of Quantities”


b) The controller must have large crystal display screen, which displays complete operating
status.
c) The digital display must allow setting of temperature with 1 Deg C interval.
d) Remote shall be able to individually program by timer the respective times for
operation start and stop within a maximum of 72 hours
e) Remote must be equipped with thermostat sensor in the remote controller that will
make possible more comfortable room temperature control
f) The remote shall be able to monitor room temperature & preset temperature by
microcomputer & can select cool/ heat operation mode automatically.
g) The remote must constantly monitor malfunctions in the system & must be equipped
with a “self diagnosis function” that let know by a message immediately when a
malfunction occurs.
h) It shall be possible to wire the remote up to 500 RMT.

WIRELESS REMOTE CONTROLLER

i) Wireless remote controller shall be supplied as specified in the “Bill of Quantities”


j) The same operation modes & settings as with wired remote controllers must be possible
k) Compact light receiving unit to be mounted into wall or ceiling shall be included.

7 SOLAR HEATING SYSTEM

1. Commercial Conditions:

This specification covers manufacture testing as may be necessary before dispatch, delivery
at site all preparatory work, assembly and installation, commissioning putting into operation,
final testing & handing over as reqd.

2. Works to be done by the contractor:

In addition to supply and/or, installation, testing & commissioning of all the equipment &
materials as per the schedule of work, the following works shall be deemed to be included
within the scope of work to be executed by the contractor, whether or not explicitly indicated
in the schedule work.

i) Minor building works, necessary for installation of equipment viz. making opening in the
walls or in floors & restoring them to their original condition/ finish.

ii) Tools for handling and installation.

iii) Necessary testing equipment.

iv) Watch & ward of the equipment & materials, during supply & installation, till their handing
over to the department duly installed & commissioned.

v) All conduits, supports for pipes and anti-vibrations pads etc. as are necessary i/c grouting
them as reqd.

vi) All pipe connections.

3. Inspection of site & collection of data:

The tenderer shall be deemed to have examined the tender documents, detailed specifications,
data etc, & to have visited the site & ascertained all relevant details for offering suitable
equipment & for installation work.

4. Whenever the items are ready for inspection, the firm shall give due notice period of at least
15 days for enabling the department to depute its representative for inspecting the item before

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
180
dispatch. The department however reserves the right to authorize the firm to dispatch the
materials by accepting the test certificates, furnished by them. However, the firm shall
continue to be responsible for proper operation of the equipment & conformity to specifications
etc. & the decision of the Engineer-in-charge in accepting/ rejecting the item of receipt at site
shall be final & binding on the contractor.

5. The rates for all items are applicable for all heights of the work to be done as per drawing (or)
as directed by the Engineer-in-charge & no extra on this account will be entertained.

6. It shall be responsibility of the contractor to obtain the approval of drawings & to get the
installation inspected & passed by the concerned agencies, as may be necessary as per local
bylaws. Any fee payable to the local bodies for each activity shall also be borne by the
contractor.

7 All the materials to be used in the work are to be got approved by the Engineer-in –charge
before using in the work.

8. Drawings & Manuals to be furnished by the contractor. offer shall have complete detailed
technical literature, performance data i/c test certificate along with operation, maintenance
manual & spares manuals.

9. The contractor shall submit in duplicate the following drawings within a fortnight of the award of
work for approval by the department.

i) General arrangement drawing of the equipment with complete dimensions.

ii) Details of foundations for the equipment & weight of assembled equipment.

iii) Plumbing layout compete with details of all accessories for all circuits.

iv) Control layout and schematic.

v) Electrical layout & schematic & physical arrangement drawings of switch/ control boards i/c size
& capacity of the equipment/ cables used.

10. Before commencement of the installation the above drawings with observations of the
department duly incorporated, shall be submitted to the Engineer-in-charge in triplicate along
with any special instructions with regard to handling, storage & installation well before the
installation.

11. Test Certificate:

Copies of all routine & test certificate of the equipment carried at the manufacturer's premises or
otherwise shall be furnished to the purchaser & Consignee.

12. Guarantee & Warranty:

The contractor shall guarantee the entire installation as per specifications both for components &
for systems as a whole. All equipment shall be guaranteed for one year from the date of
acceptance against unsatisfactory performance or break down due to defective materials, design,
manufacture and / or installation. The work shall be covered by the condition that the whole
installation or any part/ material thereof found defective within one year from the date of taking
over shall be replaced or repaired by the contractor free of charge as decided by the department.

13. Tenderer must visit the site before filling the tender. Total space available must be verified
by the tenderer before quoting rate.

14. Total proposed capacity is 2 nos. of 300 LPD capacity of solar water heating system.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
181
15. The schematic drawing to be submitted for approval from the engineer-in-charge after studying
site condition in detail and doing the total feasibility study of piping network and installation
of flat plate collector.

16. Successful bidder shall give two sets of instruction manual to the department without any extra
cost. Instruction manual shall contain the following details:

a) Schematic diagram of the solar collector and a domestic hot water system.

b) Instructions for installation (including mounting details) and use and safety precautions.

c) Instructions for repair and maintenance including causes for common failures, such as, dust
ingress on glass cover, peeling of paint, scaling, damaged sealant, gasket and grommets and
their remedies.

d) List of service outlets.

17. The firms shall furnish complete and satisfactory type test certificates for each size/type of solar
flat plate collector as per specification from any MNRE approved govt. laboratory.

SOLAR FLAT PLATE COLLECTOR – TECHNICAL SPECIFICATION

1 ITEM Solar Flat Plate Collector

2 Type of Collector Flat Plate

3 Collector Specifications

Collector Frame Extruded Aluminium – 1.4 mm thick

Gasket for Glass (Bleading) EPDM – “U” type

Glazing & Features Frosted glass – Most advanced Solar glass to provide
better performance even in cloudy weather. High
transmitivity, Low iron, texture toughened glass/ Plain
float glass for Safety, high efficiency & ruggedness
ensured.

Collector Body Aluminium

Bottom Insulation 40 mm Rockwool

Side insulation 20 mm Rockwool

Absorber Welding Laser / Ultrasonic Welding – The latest welding technique


to provide superior durability and heat transfer

Riser & Features 99.9% Pure Industrial grade Copper – Dia 12.7 mm –
Pure Copper – Best Quality Assured

Inlet Header & Features 99.9% Pure Industrial grade Copper – Dia 25.4 mm –
Pure Copper – Best Quality Assured

Reflective Coil Aluminium

Absorber Coating NALSUN

Coating Absorptivity >90%

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
182
Coating Emissivity <0.2

Collector Back Sheet Alumiium

Glass retaining Angle Aluminium, Powder coated

Fasteners Stainless Steel fasteners – corrosion resistant

Grommet EPDM

Absorber area 2 square metre

4 No. of Riser tubes per collector 9 Risers per collector

5 No of Absorber plate per Nine Absorber plates per collector


collector

6 Glazing Transmissivity >80%

7 Coating Absorptivity >0.90

8 Coating emissivity <0.20

9 Glass Size 2048x1038x3.2mm thick

10 Effective Glazing Area 2.1258 sq.metre

11 Absorber – Riser Bonding Ultrasonic / LASER welding – Maximum heat transfer and
efficiency ensured

12 Anti-fogging natural breather Provided in the collector to prevent fogging inside the
device collector, ensures better efficiency and avoids corrosion
of the absorber plates

Collector Efficiency at Ambient >65%


Temperature for inlet water
13

14 Flange Sliding Arrestor cum Provided with every collector to ensure no heat loss,
insulator ensures collector weldng joints are safe in transit

15 Ease of maintenance Company Service personnel can open the collectors for
servicing, unlike many sealed collectors in the market

16 Finish (Power coating) Golden Yellow for Frame, Black for Glass Retaining Angle

17 Max. Working Pressure 5Kg/cm2

18 Operating Conditions >5 degree centigrade

19 Wind Velocity 75km/hr*

20 Terminatioin & its features 59mm Dia Brass Flange with 04 Holes of ǿ7mm at PCD
45mm, EPDM gasket & 04 Nos of M6 x 20 SS 304 Bolts.
Pure Brass Flanges are corrosion resistant as against MS
flanges, ensures durability

21 Sealing of Collectors Hermitically sealing of the Collector by Silicon sealant –


Silicon, 9188/GE – ensures high sealing efficiency and no
heat loss

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
183
22 Collector Size 2080 x 1070 x 100 + /- 3mm tolerance- Highest surface
area – Gives you more at the same price.

23 Collector Dry Weight 34 Kilogrammes

24 Certifications Bureau of Indian Standards BIS (IS 12933)- Part 1,


SETC (Solar Energy Test Centre – Madurai Kamaraj
University), NMRE (Ministry of New & Renewable Energy
– Government of India) - Helps you to get the tested
and certified product.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
184
6.4 LIST OF APPROVED MAKE FOR PART C

The contractor shall use any of the makes for use in work as mentioned below after
confirming the approval of Engineer-in-Charge.

Sub work -A ,H.& D (INTERNAL EI.,VRF type AC,Street light)

Sl No. Description of item Acceptable makes

1. PVC conduit pipe (ISI mark) & Precision/ Asian/ AKG duly ISI mark
accessories
2. PVC insulated copper wire (FRLS) Finolex/ Havells/ RR Kable / Polycab duly ISI marked
3. Modular Switches & Sockets, Fan Legrand-Myrius / Schneider – Vivace/ MK-
Regulator, RJ-45(cat-6)/including Blenze/Crab Tree-Athena/kolors-Krest/Precision-Blue
modular boxes & plates Era
4. MCBs / RCBO /MCB Siemens/ ABB/ Legrand/ Schneider /L & T
DBs/V.TPN DB, Industrial Sockets,
cable end box and accessories.
5. MCCB’S Siemens/ ABB Legrand/ Schneider Electric / L&T/
6. Piano type Switches, Sockets, Bell Kolors, Ancher, leader, elleys/ Precision
Push ect
7. Batten/ Angle Holderl & Buzzer Any ISI Marked.
8. Cat-6 LAN Cable/ Jack Panel Legrand/Mollex/AMP(Tyco)/Systimax/Panduit/Beldon.
9. Light Fittings Wipro/ Philips/ GE/ TRILUX
10. Panel Meters (Only Digital type) Conserve/AE/L&T
11. Gl Pipes-ISI Mark TATA/Jindal/Zenith duly ISI mark
12. LT XLPE armoured Havells / Finolex / RR Kabel/ RPG / Polycab duly ISI
Aluminum/copper XLPE Cable marked.

13. Telephone cable (FR grade) Finolex/ RR Kable / Delton / Schneider/Polycab Duly
ISI mark
14. 1.1 KV XLPE Cable/ PVC insulated Finolex / Havells / Universal / RR Kabel duly ISI
copper conductor armoured control mark
15. cable
Energy Efficient (5 star) rated Orient/Crompton/Havells
ceiling fans- 1200mm

16. Exhaust fans/ Fresh Air Fans Crompton /Almonard/ Bajaj/Usha/ Khaitan
17. T5 Lamps, /LED Lamps Philips/Osram/Bajaj/Halonix/GE
18. CTs Kappa/AE/L&T/C&S
19. Panel Boards Neptune / Abak / Tricolite / Adlec/BSPL, Bhopal /
Pristine Switch gear / P & I / Advance Panels &
Switch gear
20. Cable gland/ lugs Comet/Jainson/Braco/Dowells
21. Selector switch Kaycee/BCH/ L & T/ Siemens
22. Indicating Lamp Siemens/ L & T/ BCH/ Schneider
23. Connector/ Terminal blocks Elmex/ connectwell/ Essen/ Wago
24. G. I. Pole Bajaj / walmont/ NOVA/SCHIREDER
25. Street Light fittings Havells/ Philips/ Wipro/ Crompton
26. FRP Pole Box Hensel / Sintex
27. DWC Pipe Duraline/ Rex duly ISI mark

28. VRF System makes Toshiba/Hitachi/Trane/Mitsubishi/o-General /LG.


29. Solar water heating system TATA / BOSCH/ Solar Hart/ ZODIAC.
30. Cable management system & Legrand/ MK/OBO betterman

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
185
accessories/ Floor trunking

31. Passenger Lift OTIS / Mitsubishi / Johnson Lifts / Schindler / KONE


32. Smoke Detector / Heat detector NOTIFIER / BOSCH / Honeywell /ANSUL/ JONSON
33. Hooter NOTIFIER / BOSCH / Honeywell /ANSUL/ JONSON /
Edward
34. Manual call box NOTIFIER / BOSCH / Honeywell /ANSUL/ JONSON /
Edward
NOTIFIER / BOSCH /MINIMAX / STERLING &
35. Response indicator
WILSON /AGNI

36. Main Fire Alarm Control


Panel / Indicator Panel with Battery NOTIFIER / BOSCH / Honeywell /ANSUL/ JONSON /
Backup/Repeater panel/Mimic Panel Edward

37. Batteries AMCO / EXIDE / AMRON


38. Fire Survival cable DROKA/RAMCRO/BONTON-Cervical/BATT/TYCO
39. Steel Conduit AKG / VIMCO / BEC/RMCON
40. Anchor Fasteners Fisher / Hilti / Unbrako
41. Paint Asian / Johnson & Nickolson / Berger / Nerolac
Digital Audio Amplifier/ Voice Evacuation
42.
System Notifier/ Bosch/ Honeywell/Ansul/Jonson

43. Pump –set Kirloskar / Mather & Platt /KSB


44. Butterfly / Non return Valve (C.I.) Kirloskar / Sant / Audco / Advance / Kartar / Zoloto
45. Hydrant / Landing valve Omex / Superx / Newage / Getech / Safeguard /
Padmini / Fire Guard
46. Sluice Valve Kirloskar / Kartar / Zoloto
47. Gun Metal / Bronze Gate / Globe / Leader / Zoloto / Sant
Check/ Ball valve
48. Hose Reel (Drum & Bracket) Omex / Superx / Newage / Getech / Safeguard /
Padmini / Fire Guard

49.. Hose coupling / Branch pipe & Omex / Superx / Newage / Getech / Safeguard /
Nozzle Padmini / Fire Guard / Safex / Minimax

50. Reinforced Rubber lined Canvas Omex / Superx / Newage / Getech / Safeguard /
Hose Padmini / Exflame / Fire Guard (ISI Marked)

51. Pressure Switch Indfoss / Switzer / System Sensor / L & T


52. Pressure Gauge Danfoss / H-Guru / Fiebig
53. Deluge Valve HD
54. Thermo Plastic Water Hose Textile Kesra / Maitra /Dunl-P (ISI marked)
Reinforced

55. Anchor Fasteners Fisher / Hilti / Unbrako


56. Paint Asian / Johnson & Nickolson / Berger / Nerolac
57. Safety signages Prolite/Auto Glo/Cooper
58. MV Panel / Capacitor panel Neptune / Abak / Tricolite / Adlec/BSPL, Bhopal /
Pristine Switch gear / P & I / Advance Panels & Swich
gear
59. APFC Relay/ Capacitor/ Reactor Ducati/ EPCOS / Schneider Electric SI / L&T/ABB /
/Thyristor module Pristine Switch gear
60.. Air Circuit Breaker ABB (PR122)/Siemens/ Schneider Electric (Master
Pact NW)/ L&T ( C Power)

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
186
61. 1.1 KV XLPE Cable/ PVC insulated Finolex / Havells / Universal / RR Kabel duly ISI
copper conductor armoured control mark
62. cable
Contactor/ relays/ Auxillary realy L&T / ABB / Siemens / Schneider Electric
63. LT Current Transformer AE / Kappa / L&T
64. Digital meter Neptune (Phasetrac) / L&T / Schneider Electric/
Enercon (Conzerve) / Secure

64. Selector Switch L&T / AE / Kaycee/ BCH/ Siemens


65. Indicating Lamp / Push Button / L&T / RAAS Control / Vaishno / Schneider Electric
LED
66. Lug / Thimble Dowells/ Jainsons / Comet / Siemens
67. Cable gland Comet / Gripwell / Jainsons / Siemens
68. Fire Extinguisher Minimax / Ceasefire / Safex duly ISI mark
69. Rubber Mat Sintex / Birla / Premier duly ISI mark
70. Compact Rising Main, Tap-off Ligrand / C & S / L & T
box and End feed unit & Bus
trunking
71. Load Manager L & T / Siemens/ Schneider / ABB
72. Surge Protector Siemens/Schneider /ABB
73. Diesel engine Cummins / Kirloskar)
74. Alternator Kirloskar / Stamford / Crompton Greaves
75. Make of components used in
control panel

a) Contactors L&T/ GE/ ABB.


b) C.Ts Automatic Electric / India Meters / MECO / Kappa /
Volt amp
c) Meters Automatic Electric / India Meters / MECO / L&T /
Rishab
d) Push buttons Vaishno / RASS / Tecknique / Jai Balaji / L & T
e) Selector Switches Vaishno / Salzar / Kaycee / L & T.
f) Fuse Base/ Fuse links Indo Asian / GE / Havells / L&T / Standard.
g) Wires & Cables Finolex / R R KAbel / Havells /Polycab
h) Relays Alstom / AVKSEGC/ Easun / Siemens / Minilec /
NAGOBA.

i) Over load Relay L&T / GE / C&S / Schneider / ABB.


j) Timer Minilec / EAPL / Seletron / L&T.
k) Micro Processor AMF Relay SEG & Controls Ltd.
l) Change over switches L&T/ GE / Legrand / Siemens
m) Indication lamps & holders L&T/ Essen/ Vaishno/ Teknic
76. Acoustic Enclosure Cummins / Kirloskar Green /Greaves / Powerica as
per CPCB norms.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
187
6.5 ABSTRACT OF COST OF E & M WORKS

ABSTRACT OF COST

Name of work: Construction of Institute and hostel building (New Institutional complex)
of Family Welfare Training and Research Center (FWTRC), At New Panvel, Navi-Mumbai
including internal water supply, sanitary installation, drainage,development work, Internal
electrical installation,Automatic fire alarm system,Down comer system,SITC of VRF type Air
conditioning, D.G. set, Sub station, pump set, street light, Passenger Lift & Solar water
heating system etc. (BALANCE WORK)

Sl.
SUB WORKS Total
No.
Sub work :- A
SH: Providing Internal EI,Power outlets and Telephone 6801200
conduits

Sub work:- B
SH:- Providing and installation of automatic fire
alarm system. 1975569

Sub work:-C
SH:- Providing Down comer system 623968
Sub work:-D
SITC of VRF type Air conditioning. 10313182

Sub work:- E
SH:- Supplying, Installation, testing, commissioning of 11 KV substation
equipments. 8887678

Sub work:- F
SH:-SITC of D.G. SET 2593787
Sub work:-G
SH :- Providing Drinking water pump set . 381683
Sub work:-H
SH:- Street light for family walfare, Panvel, Navi Mumbai. 334752
Sub work:-I
SH:- SITC of Passenger Lift 1498500
Sub work:-J
SH:- Solar water heating system 453100

Sub Work (A + B + C+D+E+F+G+H+I+J) Total 3,38,63,419

Assistant Engineer (P)E Executive Engineer (P) E


CE(WZ-III) CPWD,Mumbai -20 CE(WZ-III)CPWD,Mumbai-20

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
188
6.6 SCHEDULE OF WORK
Name of work: Construction of Institute and Hostel building (New Institutional complex)for
Family Welfare Training and Research Center (FWTRC), at New Panvel, Navi-Mumbai
SH: Providing Internal EI,Power outlets, Telephone conduits and floor trunking etc.

S.No. Description of item Qty Unit Rate Amount


Sub work:-A
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.

Group A (Hostel block) 233 Point 548 127684


Group C (Office block)
580 Point 757 439060
2) Wiring for light/ power plug with 2 x 4 sq. mm FRLS PVC
insulated copper conductor single core cable in surface/
recessed medium class PVC conduit along with 1 No 4 sq.
mm FRLS PVC insulated copper conductor single core 867 Meter 168 145656
cable for loop earthing as required.

3) Wiring for light/ power plug with 4 x 4 sq.


mm FRLS PVC insulated copper conductor single core
cable in surface/ recessed medium class PVC conduit
along with 2 Nos 4 sq. mm FRLS PVC insulated copper 853 Meter 281 239693
conductor single core cable for loop earthing as required.

4) Wiring for circuit/ sub main wiring along


with earth wire with the following sizes of FRLS PVC
insulated copper conductor, single core cable in surface/
recessed medium class PVC conduit as required.

2 x 1.5 sq. mm + 1 x 1.5 sq. mm earth wire (including


a) 1750 Meter 112 196000
VRF Air Conditioning Works)
b) 2 x 4 sq. mm + 1 X 4 sq. mm earth wire 867 Meter 168 145656

c) 2 x 6 sq. mm + 1 X 6 sq. mm earth wire 506 Meter 227 114862

d) 2 x 10 sq. mm + 1 X 6 sq. mm earth wire 200 Meter 299 59800

e) 4 x 4 sq. mm + 2 X 4 sq. mm earth wire 415 Meter 281 116615

f) 4 x 6 sq. mm + 2 X 6 sq. mm earth wire 319 Meter 395 126005

g) 4 x 10 sq. mm + 2 X 6 sq. mm earth wire 60 Meter 536 32160


5) Supplying and fixing of following sizes of PVC conduit
along with accessories in surface/recess including cutting
the wall and making good the same in case of recessed
conduit as required.

a) 20 mm 200 Meter 57 11400


b) 25 mm 500 Meter 69 34500

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
189
c) 32 mm 100 Meter 89 8900
6) 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) 3 x 1.5 sq. mm 50 Meter 50 2500

b) 6 x 1.5 sq. mm 100 Meter 96 9600


c) 3 x 4 sq. mm 100 Meter 111 11100
d) 6 x 4 sq. mm 100 Meter 214 21400
e) 3 x 6 sq. mm 80 Meter 162 12960

f) 6 x 6 sq. mm 100 Meter 320 32000


7) Supplying and drawing following pair, 0.5 mm dia FRLS
PVC insulated anneaded copper conductor, unarmored
telephone cable in the existing surface/ recessed steel/
PVC conduit as required

a) 2 Pair 400 Meter 19 7600

b) 4 Pair 200 Meter 28 5600


8
Supplying and embedding of following sizes of under
floor trunking made out of 1.6 mm thick Hot Dip
Galvanised Steel sheet having below mentioned
compartments including Jointing sleeves, floor fixing
supports, chipping and levelling that portion of the floor
etc in the floor / in recess etc as per specifications
complete as required.

a) 225 mm wide (minimum) X 38 mm deep (3


compartments)
200 Meter 2774 554800

9 Supplying and fixing of following sizes of under floor 3


compartment junction boxes made out of 1.6 mm thick
pre-galvnaized sheet steel, top cover with 3 mm thick
Stainless steel plate alongwith changeover fly-overs
including chipping and levelling that portion of the floor
etc as per specifications complete as required.

a) 300 X 300 X 65 mm - 90 mm deep

50 Nos. 3619 180950

Total of Sub-head I Rs. 2636501

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
190
SUB-HEAD II ( Fittings & Accessories)

1) Supplying and fixing brass batten/angle holder i/c


connections etc. as reqd. 52 Each 75 3900

2) Supplying and fixing following size/modules, GI box along


with modular base & cover plate for modular switches in
recess etc as required.

a) 1 or 2 Module (75mmX75mm)
46 Each 175 8050
(For Telephone & bell push)

3) Supplying and fixing following modular switch/ socket on


the existing modular plate & switch box including
connections but excluding modular plate etc. as required.

a) Telephone socket outlet


40 Each 96 3840
b) TV antenna socket outlet
6 Each 97 582

4) Supplying and fixing two module stepped type electronic


fan regulator on the existing modular plate switch box
194 Each 288 55872
including connections but excluding modular plate etc. as
required.
5) Supplying and fixing suitable size GI box with modular
plate and cover in front on surface or in recess, including
providing and fixing 3 pin 5/6 amps modular socket outlet
and 5/6 amps modular switch, connection etc. as 138 Each 313 43194
required. (For light plugs to be used in non residential
buildings).

6) 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 15/16 & 5/6 amps modular
socket outlet and 15/16 amps modular switch, connection 101 Each 406 41006
etc. as required.

7) Supplying and fixing call bell/ buzzer suitable for single


phase, 230 volts, complete as required.
12 Each 61 732

8) Supplying and fixing 2 Nos. 5 / 6 Amp 3 pin modular type


socket and 1 No 15 / 16 A heavy duty 6 pin modular type
power socket, 2 Nos 5 / 6 A one way modular type
switch, and one number 15/16 Amp modular type switch
85 Set 941 79985
complete with suitable size module concealed type GI
box with modular base & cover plate, connections,
testing etc as required. (for computer point)

9) Fixing OF 20amps, 240 volts,SPN industrial type, socket


outlet, with 2 pole and earth, metal enclosed plug top
along with 20 amps 'C' curve, series, SP, MCB, in sheet
steel enclosure, on surface or in recess, with chained
metal cover for the socket out let and complete with 34 Each 316 10744
connections, testing and commissioning etc. as required.

(material shall be supplied at free of cost)

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
191
10) Supply and installation of ventillating fan,250 mm sweep
(Exhaust fan) with built-in louver/ shutter,suitablefor 230
volts AC supply,in theexistingopening including making
good the damages, providing necessary supportswith
20mm x 3mm MS flats, connections, 44 Each 1907 83908
testing,commissioning etc. as reqd.

11) Supply, Installation, Testing and Commissioning of LED


Surface Mounted FITTING with a nominal system lumen
output of 3300 lumen & minimum system efficiency of 80
lumen/W. The luminaire shall have a rated system
lifetime of 50,000 burning hours at L70. The luminaire
should have colour temperature of 6500K and CRI>80.
The luminaire shall meet IP20 rating with THD<10% and
PF > 0.9. The luminaire housing should made of metallic
60 Each 5366 321960
CRCA powder coated with high efficiency diffuser. The
total power consumption should not exceed 36W
(including driver) (Philips Make CIRRUS SURFACE
SM365C LED33 6500 PSU OD WH or similar Model
:Triluxe /ENDO /ZUMTOBEL MAKE).

12) Supply, Installation, Testing and Commissioning of LED


Recessed Troffer Luminaire with a nomial system lumen
output of 3400 lumens and a minimum system efficiency
of 100 lm/W. The luminaire shall have a rated system
lifetime of 50,000 burning hours at L70. The luminaire
should have a color temperature of 6500K and CRI>80.
The luminaire shall meet IP20 rating with THD<10% and
PF >0.9. The luminaire housing should made of powder 88 Each 5737 504856
coated metallic CRCA with high efficiency opal diffuser.
The total power consumption should not exceed 32W
(including driver). (Philips Make FULLGLOW "RC380B G3
LED34S-6500 L60 W60 PSU-OD S1" or similar Model:
Triluxe /ENDO / ZUMTOBEL MAKE).

13) Supply, Installation, Testing and Commissioning of LED


Surface Mounted Downlighter with a nominal system
lumen output of 1100 lumens and a minimum system
efficacy of 90 lm/W. The luminaire shall have a rated
system lifetime of 40,000 burning hours at L70. The
luminaire should have a color temperature of 6500K and
CRI>70. The luminaire shall meet IP20 rating with
THD<10% and PF > 0.9. The luminaire housing should
made of power coated metallic CRCA with high efficiency
deffuser. The total power consumption should not exceed 46 Each 2448 112608
12W (including 12W driver).(Philips Make "SM 200 C LED
11S 6500 PSU-OD-WH" or similar Model: Triluxe/ENDO /
ZUMTOBEL MAKE).

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
192
14) Supply, Installation, Testing and Commissioning of LED
Recessed Downlighter with a nominal system lumen
output of 1300 lumens and a minimum system efficacy of
100 lm/W. The luminaire shall have a rated system
lifetime of 50,000 burning hours at L70. The luminaire
should have a color temperature of 6500K and CRI>80.
The luminaire shall meet IP20 rating with THD<10% and
PF > 0.9. The luminaire housing should made of pressure
die cast aluminium and the luminaire optics shall have a 60 Nos. 2253 135180
high efficiency diffuser with more than 85%
transmittance. The total power consumption should not
exceed 12W (including driver). ( Philips Make
GREENPERFORM "DN 393B LED12S-6500 PSU WH" or
similar Model :Triluxe/ENDO /ZUMTOBEL MAKE).

15) Supply, Installation, Testing and Commissioning of LED


Suspended type 4ft Luminaire with a nomial system
lumen output of 3000 lumens and a minimum system
efficacy of 100 lm/W. The luminaire shall have a rated
system lifetime of 50,000 burning hours at L70. The
luminaire should have a color temperature of 5000K and
CRI>80 and EMI /EMC Compliance. The luminaire shall
meet IP20 rating with THD<20% and PF >0.9. The
luminaire housing should made of powder coated metallic 229 Each 8432 1930928
CRCA with high efficiency opal diffuser. The total power
consumption should not exceed 28W (including driver).
(Philips Make SERENO "SP824 P LED 30S-5000 GR OA" or
similar Model : Triluxe /ENDO / ZUMTOBEL MAKE).

16) Supplying Installation, testing & commissioningof


1200mm sweep ceiling fan with 5 star rating i/c wiring the
down rod of standard length (upto 30cm) with 1.5 sq.mm
FRLS PVC insulated, copper conductor, single core cable
194 Each 2336 453184
i/e providing and fixing phenolic laminated sheet cover on
the fan box .etc as required (but without regulator)

17) Supplying, installation, testing and commissioning self


oscillating type wall mounted fan 400 mm sweep with
built in speed regulator, (fan shall be capable of blowing
air in the horizontal / near horizontal direction) suitable
17 Each 2540 43180
for 230 Volt AC supply i/c connections, testing
commissinoing etc as reqd.

18) Supplying and fixing of LED bulk head fitting with a


nominal system lumen output of 600 lumen. The
luminiare shall have a rated system life time of 50,000
burning hrs. The lumiiniare shuld have a colour
tempreture of 6500 K and IK 09 rating. The housing
should be high pressure die cast aluminium with 28 Each 1556 43568
polycarbonate diffuser. The total power consumption
should not be more than 9 watts (i/c
Driver)(WT202WLED65NWPSUS2PC Philips or similar
Model :Triluxe /ENDO / ZUMTOBEL MAKE).

3877277
Total of Sub-Head II Rs.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
193
SUB-HEAD III (Floor panels and Rising main)

1) Fixing of following way, single pole and neutral, sheet


steel, MCB distribution board 240 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
CB/RCCB/Isolator)
a) 2 + 12 way
16 Each 250 4000
(D.B . shall be of issued at free of cost)

2) Fixing of following rating, double pole, (single phase and


neutral), 240 volts, residual current circuit breaker
(RCCB), having a sensitivity current up to 30 mA in the
existing MCB DB complete with connections, testing and
commissioning etc. as required.

a) 40 amps 16 Each 56 896


(RCCB shall be issued at free of cost)

3) Fixing of following ways of 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, with
100 amps, 10 KA MCCB as incomer interconnection
between incomer MCCB and bus bars of following ways
(but without MCB's) as required.

a) 8 Way 16 Each 295 4720


(D. B. shall be issued at free of cost)

4) Fixing of 5 amps to 32 amps rating, 240/415 volts, 10 kA


'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.

a) Single pole 480 Each 45 21600


(MCB shall be issued at free of cost)

5) Providing and fixing following rating and breaking capacity


and pole MCCB with thermomagnetic release and teminal
spreaders in existing cubicle panel board including drilling
holes in cubicle panel, making connections, etc. as
equired.

a) 100A, 16 kA, TPMCCB 6 Each 3218 19308

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
194
6) Supplying,installation on wall testing and commissioning
of following capacity Air Insulated Compact Type Rising
Mains for use on 3 phase 4 wire 415 V, 50 Hz A.C. supply
with enclosure having IP-54 rating after fixing the tap off
boxes and all accessories made of 1.6 mm thick steel
sheet duly powder coated in convenient sections complete
with 4 Nos. aluminium bus bars having current density of
130 A/sq at nominal current rating, necessary joints &
expansion joints, fine barrier at each floor, provision of
tapping at every meter, contineous earthinh with 2 Nos.
aluminium strip of suitable size (one on each side)
including, G.I. clamping, angle iron bracket, steel
fasteners, connecting to earthing system etc. as required.

a) 200 A, Isc = 15 kA for 1 second

(1 No. for Essential & 1 No.for Non-Essential) 20 Meter 5382 107640


7) Supplying, installing, testing and commissioning of
following capacity TPN tap off box made of 1.6 mm thick
sheet steel enclosure duly painted with powder coating on
existing rising mains complete with TPN disconnector FSU
and HRC duses, connections, earthing etc as required.

a) 100 A, TPN 12 Each 8067 96804


8) Supplying, installing, testing and commissioning of
following capacity End Feed Unit made of 1.6 mm thick
sheet steel enclosure duly painted with powder coating on
existing rising mains complete with TPN disconnector FSU
and HRC duses, mounting stands, cable end box, brass
compression gland, connections, earthing etc. as
required.

a) 200 A, TPN 2 Set 14871 29742


9) End Cover suitable for the above Rising main
2 Each 1356 2712

Total of Sub-Head III Rs. 287422

Sl.
TOTAL OF SUB WORK A – (Sub Head I+II+III) 6801200
No.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
195
Sub work:- B
SH:- Providing and installation of automatic fire alarm system.

SH-I (Fire Alarm System

1 Supply, Installation, Testing and Commissioning of


Microprocessor based inteligent and electronically
addressable, modular, expandable networkable, 2 loops
Panel with 254 devices and Detector in any comuinication
with minimum Loop lenght of 2.5 KM. Fire alarm control
panel with 5.7 inch touch screen LCD display, multiple
acess levels, 10,000 event history logs in the non volatile
memory (EEPROM). The panel should be modular
microprocessor based in nature and should be
expandable from single loop to up to 32 loops. The panel
shall have 240V AC power supply, Automatic battery
1 Each 254629 254629
charger, 24V , ceiled lead acid maintanence free battries
sufficient for 24 hours normal working and then be
capable of operating the system for 30 mins during
emergency condtion.Provision for integration to BMS
Backnet software. The panel shall be EN54 / Vds /UL
Certification.

2 Supply, Installation, Testing and Commissioning of


Microprocessor based inteligent and electronically
addressable, modular, expandable networkable, 3 loops
Panel (expandable) with each loop capacity of 254
devices & detector in any comunication with minimum
Loop lenght of 2.5 KM. Fire alarm control panel with 5.7
inch touch screen LCD display, multiple acess levels,
5,000 event history logs in the non volatile memory
(EEPROM). The panel should be modular microprocessor
based in nature and should be expandable from single 1 Each 313490 313490
loop to up to 32 loops. The panel shall have 240V AC
power supply, Automatic battery charger, 24V , ceiled
lead acid maintanence free battries sufficient for 24 hours
normal working and then be capable of operating the
system for 30 mins during emergency condtion.Provision
for integration to BMS Backnet software. The panel shall
be EN54 / Vds /UL Certification. Networkable i.e. each
panel should have Network port.

3 Supply, Installation, Testing and Commissioning of


addressable– Automatic Dual Red & Blue bi-color LED
design provides 360° viewing angle.. complete as
required, Built-in functional test switch activated by
external magnet. Each Detector should have 2 Isolators
(one for incoming and one for outgoing line) integrated in
detector for maintaining operational availability of all 200 Each 2848 569600
elements in the loop, even in the event of a short circuit
& Drift Compensation feature & Automatic addressing.
Price for the Isolators should include in the Detector
pricing only. It Shall be EN54/ VDs/UL certification.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
196
4 Supply, Installation, Testing and Commissioning of
Analog addressable Self Acclimatising Multi Sensor smoke
detector, Capable of heat-only alarm mode, enabled by a
special command from the panel. Smoke alarms are
ignored, Built-in functional test switch activated by
external magnet. Each Detector should have 2 Isolators
(one for incoming and one for outgoing line) integrated in
detector for maintaining operational availability of all
elements in the loop, even in the event of a short circuit
& Drift Compensation feature & Automatic addressing. If 7 Each 2912 20384
Isolator is not available in Each devices - Considered
Additional Isolator Module after 15detecors, Price for the
Isolators should include in the Detector pricing only. It
Shall be EN54/ VDs/UL certification

5 Supply, Installation, Testing and Commissioning of


addessable manual break glass unit ( Double action) with
flexible network structures & necessary fixing
arrangements with key complete as required. Shall be EN 25 Each 4897 122425
54 / Vds/UL Certification.

6 Supply, Installation, Testing and Commissioning of


Addressable Hooter cum strobe with different tone
variants selection options & adjustable sound pressure by
5 levels, the sound pressure 98dB , with flasher, it should
be programmed from the panel. Shall be EN54 / Vds/UL
Certification. If Addressable Hooter cum strobe is not 23 Each 5567 128041
available considered Additional Control Module & price in
this same item only

7 Supply, Installation, connecting testing and commissioing


of Response Indicator flush monted with LED indication in
ABS body complete with all accessories i/c connection etc 106 Each 691 73246
as required.

8 Supply, Installation, connecting testing and commissioing


of Active Network repeater panel with LCD display
complete system function keys for programming and
control like system reset, alarm acknowledgement, alarm
silence, trouble acknowledgement ...etc. as per 1 Each 140054 140054
specification.

9 Supply & fixing of 2 core 1.5 Sq. mm annealed copper


conductor silicon rubber insulated alongwith tinned
annealed copper earth conductor (drain wire ) covered
with electrostatic screen of aluminium / polyster
tape,outer sheathed with zero halogen low smoke (ZHLS) 2700 Each 131.00 353700
fire survival cable confirming to BS-7629-1 complete with
connection etc. as required.

Total of Sub work - B 1975569

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
197
Sub work:-C
SH:- Providing Down comer system

1 Supplying, Installation, Testing and Commissioning of


electric driven terrace pump set suitable for automatic
operation as per specification as required & comprising of
following :-

(a) 1 No. horizontal floor type Single stage centrifugal split


casing pump of cast iron body and bronze impeller with
stainless steel shaft, mechanical seal and capable of
delivering 900 LPM at 25 Mtr. head conforming to IS:
1520 complete with TEFC type squirrel cage induction
motor with class - F insulation, synchronous speed 1500
RPM continuous duty, designed for operation on 415 +/-
10%, 50 HZ, 3 phase, AC supply with IP 55 class of
protection.

(b) M.S.fabricated common base plate fabricated from M S


Channel of suitable size, coupling, coupling guard,
foundation bolt etc. as required.
(c) Suitable cement concrete foundation including vibration
isolation by providing cushy foot mountings duly 2 Set 155704 311408
plastered complete as required.

2 Fabrication, Supply, Installation, Testing and


Commissioning of wall mounted compartmentalized with
hinged lockable doors cubical electrical control panel of
suitable size fabricated from CRCA sheet of 2 mm thick,
dust and vermin proof, powder coated of approved shade
after chemically treated with seven tank process , cable
alley, suitable for operation on 3 phase 415 volt 50 Hz
AC supply i/c providing and fixing following switch gear to
be mounted on complete with gaskets, interconnections
and earthing etc. as required. The enclosure protection
class shall be of IP 54.

(a) Incoming 63 Amps. 4 Pole MCCB ---1 No. 16 KA (ICS =


ICU)

(b) 32 Amp outgoing TP MCCB, 16 KA- 2 Nos.

(c) 100 A rating 4 strip tinned Al. sleeved bus bar- 1 set

(d ) voltmeter 0-500 volt 96 sq.mm flush type with selector


switch - 1 set

(e) Ammeter 0-100 volt 96 sq.mm flush type with selector


switch and suitable CT's - 1 set

(f) Indication lamps (RYB) with control HRC fuse with fuse
fitting

(g) Suitable DOL starter with over load protection, current


sensing type single phase preventor complete with all
accessories and internal wiring required for automatic 1 set 53184 53184
operation of terrace pumps - 2 Sets.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
198
3 Providing, fixing, testing and commissioning, of the
following sizes of flange jointed / screwed / welded, GI
pipes of Class C (heavy class) ISI marked and of
approved make, hot dip galvanized to Grade 1 of IS :
4736-1968, including accessories such as MS bracket, U
clamps with Anchor fasteners,GI hot dipped tees , elbows
, reducers, couplings , unions , bends , flanges etc., and
laying on the surface including painting with two coats of
anticorrosive primer and two coats of approved red
enamel paint after laying and testing to 13.5 Kg/Sq.cm
hydraulic pressure after installation etc. as per
specifications complete as required.

a) 100 mm dia 30 Meter 1401 42030


b) 80 mm dia 10 Meter 1071 10710
4 Providing, fixing including testing and commissioning the
following sizes of flanged type butterfly valves of cast
iron body and bronze / gun metal seat conforming to
class PN 1.6 of IS:780 complete with bolts and nuts,
rubber packing etc. as per specification complete as
required.

a) 100 mm dia 2 Each 4756 9512


b) 80 mm dia 1 Each 3778 3778
5 Providing, fixing including testing and commissioning the
following sizes of horizontal / vertical non-return valves
(check valves) made out of C.I. body and bronze/gun
metal seat, ISI marked and of approved make complete
with flanges, bolts and nuts, rubber insertions etc.as per
specification complete as required.

a) 100 mm dia 2 Each 4890 9780

b) 80 mm dia 1 Each 3007 3007


6 Providing, fixing including testing and commissioning 150
mm dia pressure gauge of range 0 - 15 Kg / sqcm
conforming to IS - 3624 having bourdon tube of stainless
steel 310 in cast aluminium,stove enamelled, black,
weather proof case with outer, screwed aluminium bezel
and complete with necessary U-type stainless steel 2 Each 1116 2232
siphon tube and cock including providing suitably painted
angle iron support to the tube etc.as per specification
complete as required.

7 Providing, fixing including testing and commissioning 100


mm dia flanged type Y-t Strainer with cast iron casing,
and brass strainer suitable for system pressure etc. 1 Each 7081 7081
complete as required.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
199
8 Providing, fixing, testing and commissioning internal
hydrants comprising of double headed double outlet
gunmetal landing valves conforming to type B of
IS:5290-1977 with separate valves, 63 mm dia one on
each of the two heads, and chain arrangement on 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, G.I.
5 Each 7507 37535
tee tapping from the wet riser, distant piece I/c pressure
reducing disc/orifice so as not exceed pressure of 3.5
kg./sq.cm and any other accessories including painting
with two coats of anticorrosive primer and two coats of
approved red enamel paint etc. as per specification
complete as required.

9 Providing, fixing and testing of 63 mm x 19 mm dia


S.S. branch pipe with S.S. male inlet (for connection to
the hose reel) on one end and external threading on the
other end 19 mm dia (External) nozzles of gunmetal
conforming to IS 903 having screw thread and hexagonal 6 Each 1244 7464
head at the inlet end to facilitate screwing of nozzle on to
the pipe, both ISI marked etc. as per specification
complete as reqd.
10 Providing and Fixing of 63 mm dia 15 mtr long polyester
fiber type hose pipes, ISI marked, Type - B as per IS :
636-1979 complete with necessary instantaneous spring
lock type male-female coupling of stainless steel at the 6 Each 5678 34068
ends to match with landing valves hose pipe / branch
pipe complete as required.

11 Providing, fixing and testing of 4 way Siamese Head


inlet connection 63 mm dia built in spring type non-
return couplings, 1 no 150 mm dia non return valve, plug
and chains etc., fitted on 150 mm dia x 1 mtr. long GI 1 Set 6338 6338
pipe header in the existing cabinet etc. as per
specification complete as required
12 Providing installing and commissioning of first aid hose
reel equipment comprising of powder coated swinging
type hose reel drum (IS: 884) wall mounting type fixing
bracket, 25 mm dia stainless steel Butterfly valve with 1 Each 9833 9833
20 mm stainless steel, shut off nozzel, adaptor,nylon
braided PVC hose of 20 mm dia x 36 mtr long with 8 mm
bore as required.
13 Providing & fixing of Fire Hose cabinet door (including
door frame) of size 1200 x 2100 app. Fabricated from
2mm MS sheet fully welded construction with hinged
double front door with locking arrangement and partially
glazed with 5 mm thick glass, stove enamelled fire red
with fire hose written on front suitable to house 2 x 15 m 6 Each 10245 61470
flexible hose pipe with couplings, 1 No. landing valve, 1
No. branch pipe, one fireman's axe and first aid hose recl.
(for internal hydrants). The width and height to depend
upon the actual size on the fire shaft available.

14 Providing and fixing following portable fire extinguishers


ISI marked (IS:13849) ABC dry powder type with
pressure gauge, discharge hose and nozzle including 6 Each 2423 14538
suitable mounting bracket complete etc. as required.

Total of Sub work -C 623968

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
200
Sub work:-D
SH : SITC of VRF type Air Conditioning .
1 Supply, Insttaltion, Testing & Commissioning of VRF outdoor
units equipped with highly efficient 100% inverter scroll
compressor(s) working on R-410 A refrigerant. The system shall
be suitable to operate on 3 phase, 380-415 V, 50 Hz AC supply.
The unit shall be compatible with all type of indoor units like
cassettee units, False ceiling mounted Ductable units & Hiwall
Split unit etc. The unit shall be complete with full charge of
Refrigerant Gas and Oil, MS stand duly painted Freight &
Insurance. The unit should be capacable to work upto 53
Degree C ambient temprature. The Unit should have COP value
of 3.7 at 100% load and COP Value 5.5 at 50 % load at ARI
Condition.
a For Ground Floor

30 HP 2 Nos 825884 1651768


b For First Floor

40 HP 2 Nos 1099400 2198800


c For Second Floor
24 HP 2 Nos 710332 1420664

2 VRF INDOOR UNITS


Cassette & Hiwall Type Indoor Units
Supply, installation, testing & commissioning of indoor units
equipped with prefilter,fan section with suitable static fan,
multispeed motor, coil section with DX coil etc. of various
capacities as per specifications and complete with all mounting
accessaries.
A Hiwall split Units of following capacity
a 1 TR capacity 2 Nos 24932 49864
b 1.50 TR capacity 15 Nos 30636 459540
c 2 TR capacity 6 Nos 31740 190440

B Cassette Unit of following capacity


a 2 TR capacity 1 Nos 49588 49588
b 3.5 TR capacity 13 Nos 52900 687700
c 4 TR capacity 12 Nos 55016 660192
d 4.5 TR capacity 5 Nos 57224 286120

3 Supply and Installation testing and commissioning of copper


refnet/Y-joint as desired to connect indoor units with refrigerant
pipes. 48 Nos 13800 662400

4 SITC of Cordless Remote as regd. 54 Nos 3128 168912


5 SITC of Touch Screen Centralised Controller Suitable for above 1 Nos 276000 276000
system complete as regd.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
201
6 Supplying & Installationtesting and commissioning of
interconnecting refrigerant copper pipe work with fitting duly
insulated with closed cell elastometric nitrile rubber tubular
insulation between each set of indoor & outdoor units as per
specification. All piping inside the room shall be properly
supported with M.S. hanger etc. complete as regd.

a 6.4 mm dia with 13mm thick nitrile rubber insulation 200 Mt 386 77200

b 9.52 mm dia with 13mm thick nitrile rubber insulation 180 Mt 718 129240

c 12.7 mm dia with 13mm thick nitrile rubber insulation 180 Mt 828 149040

d 15.88 mm dia with 13mm thick nitrile rubber insulation 125 Mt 1012 126500

e 19.05 mm dia with 13mm thick nitrile rubber insulation 172 Mt 1242 213624

f 22.2 mm dia with 19mm thick nitrile rubber insulation 150 Mt 1343 201450

g 28.58 mm dia with 19mm thick nitrile rubber insulation 100 Mt 1601 160100

h 34.92 mm dia with 19mm thick nitrile rubber insulation 90 Mt 1877 168930

i 41.1 mm dia with 19mm thick nitrile rubber insulation 80 Mt 2429 194320

7 Condensate Drain Piping

Supply, Installation, testing & commissioning of PPR Drain Pipe


with insulation complete as regd.

a) 32 mm dia with insulation 70 Mt 193 13510

b) 25 mm dia with insulation 180 Mt 184 33120

8 Supplying & installing following size of perforated painted with


powder coating M.S cable trays with perforation not more than
17.5%, in convenient sections, joined with connectors,
suspended from the ceiling with M.S. suspenders including bolts
& nuts, painting suspenders etc. as required.

a 300mm width x 50mm depth x 1.6mm thickness 160 Mt 526 84160

Total of Sub work - D 10313182

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
202
Sub work:-E
SH:- Supplying, Installation, testing, commissioning of
11 KV substation equipments.
SUB-HEAD I : HV Equipments, HT Panel board,
transformer etc.

1 HV VACUUM CIRCUIT BREAKER PANEL:


Supplying, installation, testing and commissioning of
indoor type, metal clad, floor mounted HV VCB Panel
with compartmentalized design comprising of 11 kV,
630 Amps High Voltage Switch gear having breaking
capacity of 350 MVA ( 18.4 kA at 11 kV ), comprising of
1 No incoming and 2 Nos outgoing Vacuum Circuit
Breaker Panels, totally enclosed and fully interlocked
suitable for use on 11 kV, 3 Phase, 50 Hz, AC supply,
complete with self contained, fully interlocked rack in
and rack out mechanism, air insulated bt encapsulated
copper busbars of 630 A capacity breaker featured with
mechanical as well as electrical ON/OFF indicator with
hand trip device, spring release coil, shunt trip coil and
auxiliary switch of 4 NO + 4 NC and equipped with
following accessories as per detailed specifications
complete i/c connections suitable for 3 x 240 sqmm
XLPE 11 KV cables coil heat shrinkable jointing material
as required.
a) Manual-cum-motorised operation Vacuum Circuit
breaker and the closing mechanism shall be motorised
spring charged.

b) Isolating plugs and sockets.

c) CTs with ratio of 100/5+5 for incomer panel and of


100/50/5+5 for outgoing panels of burden 15 VA,
accuracy class 5 P 10 for protection and class 0.5 for
metering - 1 Set.

d) 11 kV/110 Volt ratio potential transformer of burden


100 VA accuracy class 0.5 - 1 Set. ( for incomer panel
only )
e) Protection arrangement with Microprocessor based
numerical relay with over load, Earth Fault and Short
Circuit protection.
f) 0 - 15 kV Digital Voltmeter with selector switch - 1 Set
(for Incomer panel)
g) 0 - 50 A Digital Ammeter with selector switch - 2 Sets(
for outgoing panels) 0-100 A Digital Ammeter with
selector switch (for incomer panel) - 1 Set
h) provision for connecting the alarm and trip contacts of
the winding temperature relay of transformer with
necessary hooters, acknowledge / reset buttons etc i/c
interconnections. - 1 Set
i) 8 window annunciator in incoming HV panel and 4
window annunciator in outgoing HV panels.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
203
( The panel shall be complete with test terminal blocks,
fuses, circuit labels, illuminating lamps of 9 W CFL in
each panel, indicating lamps etc., wiring for
interconnection with suitable size copper cable, suitable
cable end box with cable entry from top for incoming 1 Set 1559401 1559401
and outgoing cables, HV Danger Notice board, Earth bus
bars, foundation bolts and nuts etc. as required )

2 TRANSFORMER : -

Supplying, installation, testing and commissioning of


Cast Resin Dry type 400 KVA 11/0.433 KV , 3 phase, 50
Hz, Dyn11 vector group, copper wound, class F
insulation associated with winding temperature
indicator/controller actuated by means of resistance
temperature detector embedded in LV windings, indoor
type Transformer with approximately 5 % impedance,
tappings for off load operation on HV side in steps of +/-
2.5 %, +/- 5 % & -7.5 % having cable end boxes on HV
side suitable for 3 X 240 sq mm XLPE Cable of 11 kV
grade and bus trunking arrangement on LV side with 2 Set 1273986 2547972
neutral brought out sepearately including supplying and
laying copper conductor multicore control cable from
transformer to HT breaker for safety tripping, suitably
mounted on MS channel i/c Supplying and grouting of
suitable MS channel with all accessories and confirming
to IS 11171:1985 complete with all fittings and
accessories as per specifications attached complete in all
respects as required at site.

3) Supply, installation testing and commissioning of indoor


type 11 KV compact HT metering cubical panel
complete with 3 Nos. CT and 3 Nos. PT as mentioned
below, and with suitable space / arrangement for fixing
MSEB Energymeter.The panel shoud have facility for
termination of 3 core 300 sq.mm. 11 KV HT incomoing
and outgoing cable As per. MSEB specification. 1) C T 1 Set 290712 290712
Ratio:- 25/5A or suitable ratio as per the
recommodation of MSEB, 2) VA: 10, 3) CL: 0.5 IL:
24/50/125 KVP, P T Ratio – 11000/√3/110/√3 Volt, VA:
100, CL: 0.5 IL: 24/50/125 KVP

(The panel shall be of make- HAMES/ HUPHEN and shall


be got approved from MSEB before supply at site.)

POWER CABLE (HV)

4 Supplying of following size 11 kV grade ( Earthed )


stranded,compact circular aluminium conductor
screened with extruded Semi conducting compound,
XLPE insulated, insulation screened with semi
conducting compound in combination with copper tape,
cores laid up, innersheath of PVC tape, Galvanished
steel round strip armoured and overall PVC sheathed
cable conforming to IS:7098 (Part-II) with latest
amendments in existing masonry duct/in pipe/on
surface as requried.

a) 3 core 240 sq mm 100 Meter 2038 203800

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
204
5 Laying of one number PVC insulated and PVC sheathed /
XLPE power cable of 11 k V grade of following size in the
existing RCC/HUME/METAL pipe as required.

(a) Above 120 sq. mm and upto 400 sq.mm


100 Meter 65 6500

6 Supplying & making indoor cable end termination with


heat shrinkable jointing kit complete with all accessories
I/c lugs suitable for the following sizes of 3 core XLPE
aluminium conductor cable of 11 kV grade (Earthed) as
required

a) 3 core 240 Sq.mm


5 Each 6457 32285

TOTAL OF SH-I 4640670

SUB-HEAD II : MV EQUIPMENT

Main Board

1 (L.T. panels)

Supplying, installing, testing and commissioning of


Indoor floor mounted modular type, sectionalized,
compartmentalized, extendable type MV cubical panel
having 35 MVA breaking capacity of suitable size
fabricated from CRCA sheet steel of 2.5 mm thick for
frame work, 2 mm thick for enclosure, 1.6 mm thick for
doors, top covers and partitions with stiffeners wherever
required, having vibration free structure chemically
treated with seven tank process before painting for
surface treatment, epoxy powder coated, with suitable
electrolytic grade high conductivity copper bus bar
extensible type, suitable for operation on 3 phase 415 V
50 HZ AC supply i/c providing and fixing the following
switchgear mounted thereon complete with gaskets and
interconnections as per specifications complete as
required. ( The board shall be dust & vermin proof with
degree of protection of IP 52 as per IS : 2147, free
standing type, mounted on base channel of ISMC - 75)

A) Non -Essential Panel

1) Incomer :

a) 630 A FP 50KA MDO ACB MICROPROCESSOR BASED


RELEASE O/L, S/C & E/F PROTECTION WITH
COMMUNICATION, MECHANICAL KEY INTERLOCK - 2
Nos.

b) ON/OFF/SERVICE/TEST & ISOLATION INDICATION LAMP


230V AC -2 Nos.

c) SERVICE, TEST, ISOLATION, ON & OFF MICROSWITCH -


2 Nos.

d) 600/5A CT's CL 1.0 15VA -12 Nos.

e) DIGITAL LOAD MANAGER -2 Nos.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
205
f) FP 70KA SURGE PROTECTOR - 2 Nos.

g) 63A FP 10KA MCB -6 Nos.

h) 2A HRC CONTROL FUSE - 14 Nos.


i) R/Y/B PHASE INDICATION LAMP 230V AC - 2 Nos.

2) Bus couplers:

a) 630A FP 50KA MF ACB WITHOUT PROTECTION WITH


MECHANICAL KEY INTERLOCK -1 No.

b) ON/OFF/TRIP INDICATION LAMP 230V AC - 1 No.

c) 2 A HRC CONTROL FUSE - 1 No.

3) OUTGOING

a) 400A FP 50KA MCCB MOCROPROCESSOR BASED


RELEASE O/L & S/C PROTECTION WITH SPREADER
LINK, ROHM & MECHANICAL KEY INTERLOCK - 2 Nos.

b) DIGITAL AMMETER WITH INBUILT SELECTOR SWITCH -


2 Nos.

c) 400/5A CT's CL 1.0 15VA - 6 Nos

d) 250A FP 50KA MCCB MICROPROCESSOR BASED


RELEASE O/L & S/C PROTECTION WITH SPREADER LINK
& ROHM - 1 No.

e) DIGITAL AMMETER WITH INBUILT SELECTOR SWITCH -


1 No.

f) 250/5A CT's CL-1 10VA -3 Nos.

g) 200A FP 50KA MCCB THERMAL MAGNETIC BASED


RELEASE O/L & S/C PROTECTION WITH SPREADER LINK
& ROHM - 3 Nos.

h) 100A FP 50KA MCCB THERMAL MAGNETIC BASED


RELEASE O/L & S/C PROTECTION WITH SPREADER LINK
& ROHM - 3 Nos.

4) Busbar Ratings

a) Section - I : 630 Amps tinned Copper Busbar (50 kA)


(100% Neutral)

b) Section - II : 630 Amps tinned Copper Busbar (50 kA)


(100% Neutral) 1 set 1730813 1730813

B) Essential Panel

1) Incoming :
a) 400A FP 36KA MCCB MOCROPROCESSOR BASED
RELEASE O/L & S/C PROTECTION WITH SPREADER
LINK, ROHM & MECHANICAL KEY INTERLOCK - 2 Nos

b) ON/OFF INDICATION LAMP 230 V AC -2 Nos

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
206
c) DIGITAL AMMETER WITH INBUILT SELECTOR SWITCH -
2 Nos

d) 400/5A CT's CL 1.0 15VA - 6 Nos

e) (0/500V ) DIGITAL VOLTMETER WITH INBUILT


SELECTOR SWITCH - 2 Nos

f) 2A HRC CONTROL FUSE - 14 Nos

g) R/Y/B PHASE INDICATION LAMP 230V AC - 2 Nos

2) OUTGOING

a) 200A FP 36KA MCCB THERMAL MAGNETIC BASED


RELEASE O/L & S/C PROTECTION WITH SPREADER LINK
& ROHM - 1 No

b) 125A FP 36KA MCCB THERMAL MAGNETIC BASED


RELEASE O/L & S/C PROTECTION WITH SPREADER LINK
& ROHM - 2 Nos

c) 63A FP 36KA MCCB THERMAL MAGNETIC BASED


RELEASE O/L & S/C PROTECTION WITH SPREADER LINK
& ROHM- 5 Nos

3) Busbar Ratings

400 Amps tinned Copper Busbar (100% Neutral)


1 Set 441078 441078

2 APFC PANELS

a) Supplying of factory built floor mounted auto-manual


power factor correction system of 75KVAR capacity
having 3 phase APP Type heavy duty capacitors self
fusing ,self healing resin bonded terminal in Six steps
{(2+3+5+10+15+20+20)} as per ISI 13585 mounted
on suitable arrangement and provided with Power
Contactor. The system shall have micro processor based
power factor controller provided in the command module
having set points for target P. F setting and digital P. F.
display .The system shall be provided with required
capacity master MCCB, to check its main operating
parameters such as over loads, short circuit, etc.
b) 160 Amp MCCB TP 36 KA : 1 No.(with R.Handle)-
L&T/Legrand Make
c) 0-500 V voltmeter, 0-250 A ammeter with CTs digital
type : 1 Set.-AE/MECO Make
d) Indicating lamp with holder : 10Nos.L&T/C&S

e) Eight step automatic digital power factor controller


relay : 1 No.L&T/Trinity Make
f) Capacitor Duty Contactors of suitable capacity :
7Nos- L&T/ABB

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
207
g) 40 Amp MCB TP : 5-Nos.L&T/Legrand Make
h) 63 Amp MCB TP : 2 No- L&T /Legrand Make

i) 1-0-2 single pole switch: 7Nos-.Kaycee

j) 6” Exhaust fans : 2Nos.-Jainson/Rexnold


APP Heavy duty capacitors ISI mark 13585-3phase,
2 Set 235275 470550
440V : 2 KVAR – 1No.,
TOTAL OF SH-II 2642441
Sub - Head - III (Cable Laying )

1 Supplying of following sizes of the insulated/ XLPE


aluminium conductor steel strip parmoured power cable
of 1.1 KV grade complete as required

a) 3.5 x 240 sq.mm 165 Meter 1465 241725


b) 3.5 x 185 sq.mm 230 Meter 1162 267260
c) 3.5 x 120 sq.mm 180 Meter 788 141840
d) 3.5 x 50 sq.mm 600 Meter 374 224400
e) 2 x 10 sq.mm 520 Meter 127 66040
f) 4 x 10 sq. mm 20 Meter 168 3360
2) Laying of one number PVC insulated and PVC sheathed
XLPE power cable of 1.1 KV grade of following size direct
in ground i/c excavation ,sand cushioning ,protective
covering and refilling the trench etc. as required.

a) Above 35 sq mm and upto 95 sq mm 50 Meter 214 10700


Above 95 sq mm and upto 185 sq mm
b) 50 Meter 223 11150
3 Laying of one number PVC insulated and PVC sheathed /
XLPE of following size Armoured Aluminium conductor
power cable of 1.1 KV grade of following size in the
existing RCC/ HUME/ METAL pipe as required.

a) Upto 35 sq. mm 440 Meter 18 7920


b) Above 35 sq. mm and upto 95 sq. mm 160 Meter 28 4480
c) Above 95 sq. mm and upto 185 sq. mm 280 Meter 37 10360
d) Above 185 sq. mm and upto 400 sq. mm 5 Meter 65 325
4 Laying of one number PVC insulated and PVC sheathed /
XLPE of following size Armoured Aluminium conductor
power cable of 1.1 KV grade of following size in the
existing masonry open duct as required.

a) Upto 35 sq. mm 20 Meter 14 280


b) Above 35 sq. mm and upto 95 sq. mm 40 Meter 22 880
c) Above 95 sq. mm and upto 185 sq. mm 40 Meter 31 1240
d) Above 185 sq. mm and upto 400 sq. mm 150 Meter 56 8400
5 Laying and fixing of one number PVC insulated and PVC
sheathed / XLPE of following size Armoured Aluminium
conductor power cable of 1.1 KV grade of following size
on wall surface as required.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
208
a) Upto 35 sq. mm (clamped with 1mm thick saddle)
60 Meter
25 1500
b) Above 35 sq. mm and upto 95 sq. mm (clamped with
25x3mm MS flat clamp) 350 Meter
72 25200

c) Above 95 sq. mm and upto 185 sq. mm (clamped with


25/40x3mm MS flat clamp)
40 Meter
84 3360

d) Above 185 sq. mm and upto 400 sq. mm (clamped with


40x3mm MS flat clamp)
10 Meter
120 1200

6 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. 5 x 240 sq.mm (62mm)


16 Each
989 15824
b) 3.5 x 185 sq.mm (57 mm)
6 Each
804 4824
c) 3.5 x 120 sq.mm (45 mm)
4 Each
500 2000
d) 3.5 x 50 sq.mm (35 mm)
14 Each
354 4956
e) 2 x 10 sq.mm (19 mm)
27 Each
158 4266
f) 4 x 10 sq.mm (25 mm)
4 Each
203 812
7 Supplying and laying of following size DWC HDPE pipe
ISI marked along with all accessories like socket, bend,
couplers etc. conforming to IS 14930, Part II complete
with fitting and cutting, jointing etc..direct in ground (75
cm below ground level) including excavation and refilling
the trench but excluding sand cushioning and protective
covering etc., complete as required

a) 63 mm dia (OD-63 mm & ID-51 mm nominal)


400 Meter
135 54000
b 120 mm dia (OD-120 mm & ID-103 mm nominal)
160 Meter
229 36640
c) 200 mm dia (OD-200 mm & ID-175 mm nominal
200 Meter
415 83000

TOTAL OF SH-III 1237942

Sub - Head - IV (Earthing )

1 Earthing with copper earth plate 600 mm x 600 mm x3


mm thick i/c accessories and providing masonry
enclosure with cover plate having locking
arrangementand watering pipe of 2.7 meter long etc 14 set 8289 116046
with charcoal or coak and salt as required.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
209
2 Earthing with GI earth plate 600 mm x 600 mm x3 mm
thick i/c accessories and providing masonry enclosure
with cover plate having locking arrangementand
watering pipe of 2.7 meter long etc with charcoal or 2 set 4,327 8654
coak and salt as required.

3 Providing and fixing earth bus of 50 mm x 5 mm copper


strip on surface for connection etc as required.
1 Meter 1,283 1283

4 Providing and fixing 25 mm X 5 mm copper strip in 40


mm dia G.I. pipe from earth electrode inculding
connection with brass nut, bolt, spring, washer
90 Meter 872 78480
excavation and re-filling etc. as required.

5 Providing and fixing 25 mm X 5 mm G.I. strip in 40 mm


dia G.I. pipe from earth electrode including connection
with G.I. nut, bolt, spring, washer excavation and re- 10 Meter 351 3510
filling etc. as required.

6 Providing and fixing 25 mm x 5 mm copper strip on


surface or in recess for connection etc as required.
70 Meter 698 48860

7 Providing and fixing 25 mm x 5 mm GI strip on surface


or in recess for connection etc as required.
20 Meter 129 2580

8 Providing and fixing 4.00 mm dia copper wire on surface


or in recess for loop earthing as required.
70 Meter 87 6090

9 Providing and fixing 6 SWG dia G.I. wire on surface or in


recess for loop earthing as required.
30 Meter 37 1110

10 Providing and fixing 6 SWG dia G. I wire on surface or in


recess for loop earthing along with existing surface /
recessed conduit / sub- main wiring/ cable as 340 Meter 23 7820
required

Total of S.H: -IV


274433

Sub - Head - V (Fire safety Equipments )

1 Supplying and errection of following safety equipments


on suitable place as required.

a) CO2(carbon-dioxide) type fire extinguishers with


cylinder fully charged of 4.5 Kg capacity (ISI marked ) 12 Each 4763 57156

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
210
b A set of 4 nos 9.5 ltr capacity G.I bucket painted in post
office red colour with prior coat of red oxide paint and
written with white colour paint 'FIRE' and mounted on
MS angle iron frame with bracket of appropriate size & 4 set 3567 14268
capacity i/c filling sand etc as required.

c) (c) First aid box as approved by St. John ambulance


brigade of Indian red cross societyas per IS code 2217 -
1 set 1500 1500
1963

d) Shock treatment chart duly framed in glass frame work


including mounting arrangement 2 Each 1600 3200

e) Electric insulated rubber mat non skid type with floated


top and plane boarder 1mtr width and 2.5 mm thick x 1
m x 2 m SMC sheet to withstand 15 kV dielectric 6 Each 2307 13842
strength (ISI marked )

(Sintex / Birla )
f) Providing and fixing HT danger notice plate 250 mm x
200 mm made of mild steel at least 2 mm thick and
vitreous enamelled white on both sides with inscription
in signal red colour at front side as required. 10 Each 163 1630

g) Providing and fixing M.V. danger notice plate of 200 mm


x 150 mm, made of mild steel, at least 2 mm thick, and
vitreous enameled white on both sides, and with
4 Each 149 596
inscription in single red colour on front side as required.

Total of S.H: -V 92192

TOTAL OF SUB WORK E-


8887678
(Sub Head I+II+III+IV+V)

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
211
Sub work:- F
SH:-SITC of D.G. SET

1) SH-I (EQUIPMENTS)
a) Providing, Installing, Testing and Commissioning of
‘Silent Type’ Diesel Generating set along with having
Prime Power Rating of 200 KVA, 415 volts at 1500 RPM,
0.9 lagging power factor at 415 V suitable for 50 Hz, 3
phase system & for 0.85 Load Factor and consisting of
the followings
b) Diesel Engine: Diesel engine 4 stroke water cooled,
electric start, of suitable BHP at 1500 RPM suitable for
above output of alternator at 40 Degree C, 50% RH & at
1000 Meter MSL and conforming to BS 5514, BS649, IS
10000, capable of taking 10% over loading for one hour
after 12 hours of continuous operation. The engine will
be fitted complete with all the required accessories.
c) Engine mounted Instrument Panel fitted with and having
digital display for following (i) Start-stop switch with
key (ii) Water temperature indication (iii) Lubrication oil
pressure indication (iv) Lubrication oil temperature
indication (v) Battery charging indication (vi) RPM
indication (vii) Over speed indication (viii) Low lub. oil
trip indication (ix) Engine Hours indication

d) Alternator : Synchronous alternator rated at 200 KVA,


415 volts at 1500 RPM, 3 phase, 50 Hz, AC supply with
0.9 lagging power factor at 40 Degree C, 50% at 1000
Meter MSL. The alternator shall be having SPDP
enclosure, brushless, continuous duty, self-excited and
self-regulated through AVR conforming to IS: 4722/BS
2613 suitable for tropical conditions and with class- F/H
insulation.

e) Base Frame & Foundation: Both the engine and


alternator shall be mounted on suitable base frame made
of MS channel with necessary reinforcement which shall
be installed on suitable cement concrete foundation and
vibration isolation arrangement as per recommendations
of manufacturer.
f) Fuel Tank : Daily service fuel tank of suitable capacity
fabricated out of 3mm thick M.S. sheet complete with all
standard accessories and fuel
piping between fuel tank and diesel engine with MS class
‘C’ pipes of suitable dia. complete
with valves, level indications & accessories as required as
per specifications
g) Exhaust System: Dry exhaust mainfold with hospital
exhaust silencer and catalytic convertor.
h) Starting System: 24V DC starting system comprising of
starter motors: voltage regulator and arrangement for
initial excitation complete with suitable nos. of batteries
(25 plates, 180 Amp. Hour capacity lead acid type) as
required as per specifications.

Accoustic and weather proof enclosure. Accoustic


and weather proof enclosure with arrangement for fresh
air intake for cooling of the engine & alternator,
extraction, discharging hot air in to the atmosphere as 1 Set 2043274 2043274
per specifications

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
212
2) AMF PANEL Fabrication ,Supplying, Installation, Testing
& Commissioning of Feeder pillar out door mounting type.
Type Automatic Mains Failure Panel suitable for 200 KVA
DG set complete with incomings and outgoings power
contractors, timers, set of CTs for metering protection
and energy analyser to indicate currents, phase and line
voltages, frequency, power factor, KWH, KVARH &
provision for overload, short circuit, earth fault, under
frequency, 300 AMP capacity Aliminum bus bars, control
cabling from AMFpanel to diesel engine and elsewhere if
required, all complete and inter locking i/c the following
(a) 2 Nos. 300 Amp, 4 pole electrically operated Power
contractors complete with accessories.
(b) Auto / Manual / Test / Off selector switch
c) 2 Nos . Over voltage relay . 2 Nos .reverse power
relay and 2 Nos. under voltage relay.
d) 3 Sets of current transformers
e) Energy analyser unit to indicate current voltage
frequency power factor and KWH.
f) Indicating lamps for load on mains and load on set g)
Fuse for instruments i) Main supply failure monitor j)
Supply failure timer k) Restoration timer. i) Control unit
with three impluse automatic engine start/stop and
failure to start lockout. m) Impulse counter with locking
and reset facility.

n) ON/OFF/ Control circuit switch with indicator o) Audio/


Video annunciation for
(i) High water temperature
(ii) Low lubricating oil pressure
1 Set 511058 511058
(iii) Engine over speed
(iv) Engine fails to start
(v) Full load/maximum load warning

3 Supplying and fixing exhaust gas piping of 200 mm dia


Welded black MS, B class pipe conforming to IS : 3589
cut to required lengths and installed with necessary
bends,supports and clamps, anti-vibration mountings,
insulation of exhaust system with mineral wool/ 5 Mtr 2492 12460
Rockwool, 50 mm thick wiremesh & aluminium cladding
etc., as required as per specifications.

6 Excavation for foundation in soft soil including dressing of


sides and ramming of bottoms, lift upto 1.5 m including
getting out the excavated soil and disposal of surplus 5 cum 192 960
excavated soil as directed, within a lead of 50 meter.

7 Providing and laying in position cement concrete 1:2:4 (1


cement
: 2 coarse sand : 4 graded stone aggregate 20 mm
nominal
size) in foundation of pump, DG set etc. including form 5 cum 5,207 26035
work
etc. as required.

2593787

Total of work -F

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
213
Sub work:-G

SH :- Providing Drinking water pump set .

1 Drinking water Pumpset

Supply Installation Testing and Commissioning of electric


motor driven submersible type open well water supply
pump set comprising of following specifications, including
cutting of RCC slab, making opening of suitable size for
lifting/lowering down the pump set, making good the
surface by plastering, finishing, dismantling the old
pumpset etc complete as required.
a) Impeller: - Cast Iron
b) Delivery casing: Cast Iron
c) Motor Body : Cast Iron
d) Shaft : Stainless Steel
e) Power Rating 10 HP (7.5 KW)
f) Discharge 21 LPS to 13.4 LPS against a head of 12
Mtrs to 36 Mtrs .

g) Pipe Size : 80 mm x 65 mm (Suc X Del )


3 Set 45084 135252

Pump model : Kirloskar make KOS - 1040 +

2) Providing, fixing, jointing and testing the following sizes


of galvanised Iron pipes of 'C' Class ISI marked i/c
accessories tee, elbow, reducers, couplings, bends,
flanges complete with cutting, threading and suitable MS
clamps, supports etc. as required.
a) 65 mm dia. 15 Meter 796 11940
3) Providing and fixing following sizes GM Non-return
horizontal / vertical valve (ISI marked) conforming to
relevent IS complete with bolts and nuts, rubber
insertions, etc as reqd.

a) 65 mm dia. 3 Each 7128 21384

4) Providing & fixing following sizes GM gate valves


complete with gun metal seat (ISI marked) conforming
to relevent IS complete with bolts and nuts, rubber
insertions etc as reqd.

a) 65 mm dia. 3 Each 13715 41145


5) Supplying, installation, testing and commissioning of Dry
run preventor float switch for Auto operation, including
connections with 3 core 1.5 sq.mm PVC insulated copper 3 Job 1969 5907
conductor cable from pumpset to starter panel etc
complete as required.
6) Supplying, installation, testing and commissioning of
100mm dia. pressure gauge of pressure range 0-10.6
kg/cm² confirming to IS with SS syphone pipe and valve 3 Each 2077 6231
cock etc complete as required.
7) Supplying and fixing of following sizes of PVC conduit
along with accessories in surface/recess including cutting
the wall and making good the same in case of recessed
conduit as required.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
214
a) 25 mm dia. 20 Meter 69 1380
8) Supplying and laying of 3 core x 6 sq.mm size PVC
insulated PVC sheathed copper conductor weather proof
flat submersible cable suitable for 3 phase 440 V, 36 Meter 184 6624
i/c.connections etc as required.

9) Pump Panel.

Supplying, installation, testing and commissioning of


suitable size indoor type wall mounted dust and vermin
proof totally enclosed compartmentalized cubical panel
board made out of 2.0 mm CRCA sheet with stiffeners
wherever required, chemically treated with seven tank
process before painting for surface treatment and powder
coated alongwith Electrolytic grade high conductivity
copper bus bar, detachable gland plate for top/bottom
cable entry, cable alley & suitable for operation on 3
phase 415 Volts 50 HZ AC supply including providing and
fixing the following switch gears and accessories
complete with all incoming and out going connections,
interconnections with suitable copper wire, copper lugs
and thimbles, earthing the body etc as required.(Depth
30 cm)

Incoming

a) 63A FP 25KA MCCB THERMAL MAGNETIC BASED


RELEASE O/L & S/C PROTECTION WITH SPREADER LINK
& ROHM - 1 No
b) ON/OFF INDICATION LAMO 230V AC - 1 No

c) DIGITAL AMMETER WITH INBUILT SELECTOR SWITCH - 1


No

d) 100/5A CT's CL 1.0 5VA - 3 Nos


e) (0-500V) DIGITAL VOLTMETER WITH INBUILT SELECTOR
SWITCH - 1 No
f) 2A HRC CONTROL FUSE -7 Nos

g) R/Y/B PHASE INDICATION LAMP 230V AC - 1 No

3 Nos - 10 HP SDS FEEDER CONSIST OF


a) 32A TP MCB 10KA - 3 Nos
b) 18A TP Contractor 230v AC -9 Nos
c) 9-15A O/L Relay - 3 Nos
d) Star Delta Timer 230v Ac -3 Nos
e) Single Phase Preventer - 3 Nos

f) DIGITAL AMMETER WITH INBUILT SELECTOR SWITCH - 3


Nos
g) 30/5A CT's VL 1.0 5VA - 9 Nos

h) 2A HRC CONTROL FUSE - 3 Nos


On/Off indication LED type - 3 sets
1 Set 151820 151820

381683
Total of work -G

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
215
Sub work:-H

SH:- Street light for family walfare, Panvel, Navi


Mumbai.
1 Fabrication and supplying of 5 Mtr high Hexagonal /
Octagonal Hot dip Galvanized Poles having 3 mm wall
thickness with light point at 5.00 Mt above ground level.
have a base plate welded at the bottom along with
stiffeners & suitable pole cap on top. The pole shall be
suitable for erection on existing c.c. foundation above
ground, complete with required anchor bolts, Anchor
plate, template in the foundation etc.
The bottom section of pole shall have hinged cover
having allen key locking arrangement 3 mm thick
laminated sheet for supplying and fixing 10 Amps SP
MCB,230 Volts on and 2Nos. heavy duty, brass nuts and
bolts with washer suitable for cable for size up to 25
Sq.mm with integral cable looping. arrangement inside
space of bottom section

a) Pole thickness -3 mm.

b) Top dia - 70 mm .(NS)

c) Botom dia - 130 mm (NS)

d) Stiffener thickness - 5 mm.

e) Base Plate - 220 mm x 220 mm x 12 mm thick.,

f) Anchor plate - 3 mm thick

g) Anchor bolts - 4 x 24 mm 600 mm long.


12 Each 10107 121284
2 Erection of metallic pole of following length in cement
concrete 1:3:6 (1 cement : 3 coarse sand : 6 graded
stone aggregate 40 mm nominal size) foundation
including excavation and refilling etc. as required.

Above 4.5 metre and upto 6.5 metre


12 Each 2760 33120
3 Supplying, Installation, testing and commissioning of 45
W LED Post top fittings having die cast aluminium body
with white powder coated aluminium reflector for indirect
lighting complete with all accessories and lamp directly
on exisiting pole connection with 2.5 sq.mm FRLS PVC 12 Each 15029 180348
insualted copper conductor single core cable and earthing
etc as required.

Total of work - H 334752

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
216
Sub work:-I
Sub Head : SITC of passenger lift.
Supplying, installation, testing & commissioning of 8
passenger ( 544 Kg) elevator having contract speed of
1.0 mps gearless machine room less serving
different floors in the lift shaft as per details below
and CPWD General specification for electrical works (
Lifts & Escalators ) Part - III 2003 etc. as required.

Location of Elevator : PANVEL, Navi Mumbai.


Speed : 1.0 MPS
Floors : G +2

Travel : 11 Meters (approx.)


All openings on same side.

Stops & opening : 3 Nos.


Controller : A. C. variable voltage & variable
frequency.
Automatic rescue device complete with dry
Maintenance free batteries as required.
Drive : VVVF
Operation : Microprocessor based single automatic
push button/ simplex selective collective with /
without attendant i/c safety facilities.
Power : 415 V, 3 Phase, 50 Hz, 4 wires system.

Type of doors :
Car :- Power operated Centre opening horizontal
sliding stainless steel scratch resistant ( honey comb
finish ) doors.

Landing Doors : Power operated centre opening


horizontal sliding stainless steel scratch resistant
(honey comb finish )

Voice announcement system


Intercom ( in car, machine room &
at reception)

digital position Indicators ( in car and at all landings)


Battery operated emergency light and
alarm bell.

Full length infrared door curtain.


Car operating panel with stainless steel buttons with
braile signages inside the car and stainless steel
registration buttons with braile signages at all
landings (Include option if any) Mirror of suitable size
on rear panel inside the car. Car lighting (L.E.D) and 1 Each 1498500 1498500
cabin fan (cross flow blower fans) Hand rail at 900
mm above floor level ( on 3 sides of the car)
Complete as per additional specifications enclosed.

Total of work –I 1498500

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
217
Sub work:-J
SOLAR WATER HEATING SYSTEM
1 Supplying Installation testing and commissioning of
Solar water heater system of 300 Ltrs per day i/c
single phase heating element for electrical back up
with thermostat control and as per specification
,insulation hot water storage tank and solar flat
collector i/c mounting arrangement etc. as required.
SOLAR FLAT PLATE COLLECTOR:
a) Absorber Material: 34 SWG, 99% Pure Copper.
b) Absorber Coating: NALSUM BCK
c) Glazing Frosted glass - Most advanced Solar glass
to provide better performance even in cloudy
weather Antifogging Natural Breather Device in
collectorfogging d) Glass Textured high Transitivity,
Low Iron, Toughened glass - Thickness in (3.2mm)
e) Insulation: rock wool
2 JOB 226550 453100
f) Absorber Welding Laser / Ultrasonic Welding- The
latest welding technique to provide superior durability
and heat transfer
3 Each Normal Item 0
g) Number of collector: 8
h) Hot water temp: 55-60 degree centigrade
INSULATED STPRGE TANK:
a) Steel tand with Ceramic inner lining
b) Shape: Cylindrical Horizontal.
c) Insulation: Polyurethane Form (PUF)
d) Support Structure Angular Section steel with Pure
Polyester powder coated for long life and easy to
assemble

Total of Sub work -J 453100

Executive Engineer,
MCD VI ,CPWD, Mumbai 20.

Addition : NIL Correction : NIL


Overwriting: NIL Deletion: NIL AE (P) AE (E) (P) EE (P) EE (P) (E)
218

You might also like