Download as pdf or txt
Download as pdf or txt
You are on page 1of 209

Page |0

INDEX
Name of Work: C/o 1 No. 120 Men Barrack for 1st Bn. ITBP at Sunil, Joshimath, Uttarakhand.
S. No. DESCRIPTION PAGE
1 Information & Instructions for Bidders for e-Tendering 1-4
2 Brief Scope of work 5-6
Part-A: Notice Inviting e-Tender (CPWD-6), Tender Form (CPWD-7), Schedules - A to F for 7
Major Component of Work and Standard GCC for CPWD-2023 (Construction
work) amended/ modified up to last date of tender submission- Civil
3 CPWD-6 for e-tendering 8-12
4 Tender Form (CPWD-7) 13-15
5 Schedules - A to F (Major Component) 16-26
6 Standard GCC for CPWD-2023 with up to date Amendments 27
7 Form of Bank Guarantee for EMD/PG/Security deposit/Mobilization advance 28-29
Part-B: General/Special Conditions, Specifications and Schedule of Quantities for Major 30
Component of Work (Civil)
8 General Conditions 31-46
9 Special Conditions 47-63
10 Additional Conditions 64-66
11 Particular Specifications 67-95
12 Schedule of Quantities (Civil work) 96-119
Part-C: Schedules - A to F, General/Special Conditions, Specifications and Schedule of 120
Quantities for Minor Component of Work (Electrical)
13 Schedule A to F, General/Special Conditions, Specifications (E&M Work) 121-180
14 Schedule of quantity (E&M work) 181-208

NIT amounting to Rs. 11,98,15,945/- (Rs. Eleven Crore Ninety Eight Lakh Fifteen Thousand Nine Hundred
Forty Five) only is hereby approved. This NIT contains pages marked as 1 to 208.

Assistant Engineer(E-P) Assistant Engineer(P) Executive Engineer(E) Executive Engineer(C)


CPWD, Dehradun CPWD, Dehradun CPWD, Dehradun CPWD, Dehradun

Chief Engineer-Dehradun
CPWD, Dehradun

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)
Page |1

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING


The Executive Engineer-Garhwal, Central Public Works Department, Garhwal (Phone No. :01346-
252374 Email: gcdsrinagar@gmail.com) on behalf of President of India invites online percentage rate
bids from approved and eligible contractors of CPWD in appropriate class of Buildings & Roads
(erstwhile composite/Building/infrastructure) category for the following work:
NIT No 32/EE-Garhwal/CPWD/2023-24/CE-Derhadun
Name of Work C/o 1 No. 120 Men Barrack for 1st Bn. ITBP at Sunil,
Joshimath, Uttarakhand.

Location ITBP at Sunil Johimath, Uttarakhand.


Estimated cost put to bid Total Estimated cost : Rs. 11,98,15,945/-
(Civil Work: Rs. 10,86,39,633/- +
Electrical Work: Rs. 1,11,76,312/-)

Earnest Money Rs. 21,98,159/-

Stipulated Period of Completion of 16 months


work
Last date of online submission of bid,
copy of receipt of deposition of Up to 15:00 Hrs on 26.10.2023.
original EMD and other documents as
specified in the bid document.

Time and date of opening of Bid 15:30 Hrs on 26.10.2023

(* To be filled by Tender Inviting Authority)


1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only
submit his bid if he considers himself eligible and he is in possession of all the documents required.
2. Information and Instructions for bidders posted on website shall form part of bid documents.
3. The bid document consisting of plans, specifications, the schedule of quantities of various types of
items to be executed and the set of terms and conditions of the contract to be complied with and
other necessary documents can be seen and downloaded from website https://etender.cpwd.gov.in/
or www.cpwd.gov.in free of cost.
4. But the bid can only be submitted after deposition of original EMD either in the office of Executive
Engineer inviting bids or division office of any Executive Engineer, CPWD within the period of bid
submission and uploading the mandatory scanned documents such as Insurance Surety Bonds,
Account Payee Demand Draft or Banker's Cheque or Fixed Deposit Receipt or/and Bank Guarantee
including e-Bank Guaranty (for balance amount as prescribed) from any of the Commercial Bank
towards EMD in favour of Executive Engineer, Garhwal Central Division, CPWD, Garhwal receipt
for deposition of Original EMD to division office of any Executive Engineer (including NIT issuing
EE/AE), CPWD and other documents as specified.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)
Page |2

5. Those contractors who are not registered or have not updated their profile on the website mentioned
above, are required to get registered / updated their profile beforehand. The necessary training
materials including the videos with to step process are available on downloaded section of
https://etender.cpwd.gov.in
6. The intending bidder must have valid class-III digital signature certificate with encryption key
(combo type) to perform any operation / transaction on the e-tendering portal / website and the
bidder should download and install the eMsinger on their system as per instructions available on
download section of https://etender.cpwd.gov.in
7. On opening date, the contractor can login and see the bid opening process. After opening of bids, he
will receive the competitor bid sheets.
8. Contractor can upload documents in the form of JPG format and PDF format.
9. Contractor must ensure to quote rate in the prescribed column(s) meant for quoting rate in figures
appears in yellow 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 or does not quote any
percentage above/below on the total amount of the tender or any section/sub head in percentage rate
tender, the tender shall be treated as invalid and will not be considered as lowest tenderer.

List of Documents to be scanned and uploaded within the period of bid submission:
i) Insurance Surety Bond, Demand Draft / Account Payee Banker's Cheque / FDR / Bank
Guarantee of any of Commercial Bank against EMD.
ii) Copy of Receipt for deposition of original EMD to division office of any Executive
Engineer, CPWD (including NIT issuing EE).
iii) Enlistment order of the contractors of CPWD in appropriate class of Buildings & Roads
(erstwhile composite/Building/infrastructure) category.
iv) GST registration certificate, if already obtained by the bidder.
If the bidder has not obtained GST registration as applicable, then he shall scan and upload
following undertaking along with bid documents
"If work is awarded to me, I/we shall obtain GST registration certificate, as applicable,
within one month from the date of receipt of award letter or before release of any Payment
by CPWD, whichever is earlier, failing which I/we shall be responsible for any delay in
payments which will be due towards me/us on account of the work executed and/or for any
action taken by CPWD or GST department in this regard".
v) Undertaking on structural stability and soundness as per prescribed format Form-F

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
Page |3

Form ‘F’

Undertaking on Structural stability and soundness of already


completed Buildings and Infrastructure Projects
I/we undertake and confirm that any building / infrastructure constructed by our
firm /partnership firm/ company has not suffered any failure, making it unfit for intended
use, either due to structural design and defects or due to use of sub-standard materials or
execution of sub-standard work, poor workmanship or any other reason during the last 25
(twenty five) years.
I/we, further, undertake that if such information comes to the notice of CPWD,
then Engineer-in-Charge shall be free to terminate the bid/agreement and to forfeit the
entire amount of earnest money deposit, performance guarantee and security deposits.
I/we, also undertake that in addition to above, the Engineer-in-Charge shall be
free to debar us forever from tendering in CPWD.
The decision of Engineer-in-Charge or any higher authority shall be final and
binding.

Signature of notary with seal Signature of bidder or an authorized


person of the firm with stamp

Note: Affidavit to be furnished on a 'Non-judicial' stamp paper of Rs. 200/- (scanned copy of the
notarized affidavit to be uploaded at the time of submission of bid).

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
Page |4

Information and instructions for tender inviting authority for e-tendering


The EE/Engineer in Charge/DDH of any divisions/projects of CPWD or any other officer designated
by CPWD Directorate from time to time, are authorized to receive the EMDs and issue the receipt of
deposition of original EMD in the prescribed format. These authorities should receive the original EMD for
their tenders or tenders of any other division/projects.

Prescribed format of receipt of deposition of original EMD


Receipt of deposition of original EMD
Receipt No…………#……………. /date………#………
1. Name of Work: C/o 1 No. 120 Men Barrack for 1st Bn. ITBP at Sunil, Joshimath,
Uttarakhand..
2. NIT No. : 32/EE-Garhwal/CPWD/2023-24/CE-Derhadun

3. Estimated Cost: Rs. 11,98,15,945/-


4. Amount of Earnest Money Deposit : Rs. 21,98,159/-
5. Last date and time of submission of Bid : 26.10.2023 at 15:00 Hrs
(* To be filled by Tender Inviting Authority)

1. Name of Contractor: …………#.................................


2. Form of EMD ………………. #....................................
3. Amount of Earnest Money Deposit …………#............
4. Date of submission of EMD ……………………. # ……
Signature, Name and Designation of EMD
receiving officer along with Office stamp

( # to be filled by EMD receiving EE/DDH)

Note:
i) The Authority receiving EMD in original form examines the EMD deposited by the bidder
and issues receipt of deposition of earnest money to the agency in a given format uploaded by
tender inviting authority. The receipt can also be issued by any subordinate gazette authority
as authorized by the EE/Engineer-in-Charge/DDH.
ii) The authority receiving original EMD also intimates tender inviting authority about
deposition of EMD by the agency by email/fax/telephonically.
iii) The original EMD receiving authority releases the EMD to unsuccessful bidders after the
expiry of stipulated bid validity period or immediately after acceptance of the successful
bidder, whichever is earlier, after verification from the e-tendering portal website
(https://etender.cpwd.gov.in>closed Tender>all) that the particular contractor is not L-1
tenderer and work is awarded.
iv) The tender inviting authority calls for original EMD of the L1 tenderer from EMD receiving
authority immediately.
v) EMD shall be drawn in favour of Executive Engineer, Garhwal Central Division, CPWD,
Garhwal.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
Page |5

Brief Scope of work


Name of work: C/o 1 No. 120 Men Barrack for 1st Bn. ITBP at Sunil, Joshimath,
Uttarakhand.
The proposed 120 Men Barrack is a (G+2 Storied) RCC framed structure. The
following provisions (in brief) have been considered for this work: -
Only for general reference and Schedule of Quantity prevails over these followings
provisions:-

A. Civil Work :-

1. Foundation - The foundation shall be isolated / combined RCC footings in Design Mix
M-30 and all work up to plinth level.
2. Superstructure - Superstructure shall be Three storyed framed structure with
Design Mix M-30 grade concrete. All filler walls shall be of brick masonry/autoclave
aerated concrete (AAC) in cement mortar 1:6 (1 cement : 6 coarse sand) and all partition
walls shall be of half brick masonry in cement mortar 1:4 (1 cement : 4 coarse sand).
3. R.C.C. work - All lintels, beams, suspended floors, roofs slabs, landing staircase,
chajjas walls, shelves, fins and facias etc shall be Design Mix M-30 grade of concrete.
4. Doors and windows –

a) Door : Pressed steel door frames double rebate for external door and single rebate for
internal doors. Fibre glass reinforced plastic (FRP) door frames for toilet and bath
and 35mm thick flush door shutters for doors and 30 mm thick PVC shutter for toilet
& bath.
b) Windows : Providing and fixing factory made uPVC glazed/ wire mesh windows/
doors comprising of lead free uPVC multi- chambered frame, sash and
mullion/ coupler (wherever required) extruded profiles having minimum wall
thickness of 1.70 mm for Series R1 and R2 profiles and 2.10 mm for Series R3 and
R4 profiles conforming to EN: 12608 in any shape :-
i) Fixed window/ ventilator without mullion/ transom. (a) Using R1 series with
frame (33mm & above) x (35mm & above). (Height upto 0.90 meter)
ii) Ventilator Casement window single panel with or without fixed panel with S.S.
304. (a) Using R1 series with frame (33mm & above) x (35mm & above) & sash
/mullion (33mm & above) x (50 mm & above). (Height upto 0.90 meter).
iii) Casement door single panel with zinc alloy (zamak) 3D hinges. (a) Using R3
series with frame (55mm & above) x (50mm & above) & sash (55mm & above) x
(85mm & above) (Height upto 2.5 meter).
iv) Fixed window/ ventilator with mullion/ transom. (a) Using R3 series with frame
(55mm & above) x (45mm & above) & mullion (55mm & above) x (65mm
& above). (Height upto 2.5 meter).
v) Three track three panels sliding window with two glazed & one wire mesh panel.
(a) Using R3 series with frame (98mm & above) x (40mm & above) & both
glazed and fly screen sash (30mm & above) x (55mm & above) with zinc alloy
(zamak) powder coated handle on every glazed panel along with multi-point
locking system. (Height upto 1.8m).
vi) Casement cum fixed panel window having one single casement panel. (a)
Using R3 series with frame (55mm & above) x (45mm & above) & sash (55mm
& above) x (65mm & above) & mullion (55mm & above) x (65mm & above).
(Height upto 1.8 meter; each openable shutter upto 0.8m width).
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
Page |6

5. Flooring - Kota Stone flooring in barracks/rooms, kitchen, washing area & stores.
Vitrified tile flooring with combination of granite flooring recreation hall, dinning hall,
office and staff rooms. Ceramic tile flooring in balcony, toilets. Granite flooring in
staircase, corridors & kitchen platform.
6. Roofing - MS Tubular Truss with Hi-ribbed sheet.
7. External Finishing - All exterior walls shall be plastered with cement mortar 1:6 (1
cement: 6 coarse sand) finished with premium Acrylic smooth exterior paint with silicon
adhesive “Snoweryl-XT”.
8. Internal Finishing - All interior brick masonry walls shall be plastered with 1:6 (1
cement: 6 coarse sand) under coat 1mm thick of white cement putty with paint.
9. Water supply & Sanitary Installation -GI pipes and fittings for internal and external
water supply. Hubless centrifugally pipes and fittings for sanitary lines. CP brass fittings
and fixtures in toilets. White vitreous china flat back half stall urinal and under counter
wash basin.
10. Development - R.R masonry wall for terrace development. Internal Roads and Paths,
Storm water drains, External sewerage, Distribution lines upto 100 mm dia.

B. Electrical Work:-

1. Wiring for Light Point wiring/ Light Plug and Power Plug point wiring with Copper Wire
in Steel conduit having Modular Accessories.
2. Providing MCB DB’s with MCB’s & accessories of suitable Rating
3. Providing Energy Efficient LED Light fittings of different types & ceiling fans.
4. Providing GI plate earthing and lightening arrestor.
5. Providing 5 mtr octagonal pole with 45/50 Watt LED fitting.
6. Providing indoor/outdoor feeder pillar/Panel board of suitable rating with required
accessories.
7. Providing 80 ltr & 150 Ltr capacity water cooler with inbuilt RO system.
8. Providing Geysers of 25 Ltr-6 Nos. & 50 Ltr-21 Nos.
9. Supplying & laying of XLPE cable of different sizes in DWC pipe.
10. Providing fire fighting, fire alarm system & CO2/ABC type fire extinguishers.
11. Providing kitchen ventilation system.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
Page |7

PART – A

NOTICE INVITING e-TENDER (CPWD-6), TENDER FORM


(CPWD-7), SCHEDULES - A TO F FOR MAJOR
COMPONENT OF WORK AND STANDARD GCC FOR
CPWD-2023 (CONSTRUCTION WORK) AMENDED/
MODIFIED UP TO LAST DATE OF TENDER SUBMISSION

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
Page |8

CPWD-6 FOR e-TENDERING


1. Percentage rate bids are invited on behalf of President of India from approved and eligible
contractors of CPWD in appropriate class of Buildings & Roads (erstwhile
composite/Building/infrastructure) category for the work of: - “C/o 1 No. 120 Men Barrack for
1st Bn. ITBP at Sunil, Joshimath, Uttarakhand..”
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.
The work is estimated to cost Rs. 11,98,15,945/-.This estimate, however, is given merely as a rough
guide.
2. Agreement shall be drawn with the successful bidder on prescribed Form No. CPWD 7 (or other
Standard Form as mentioned) which is available as a Govt. of India Publication and also available on
website www.cpwd.gov.in. Bidder shall quote his rates as per various terms and conditions of the
said form which will form part of the agreement.
3. The time allowed for carrying out the work will be 16 months from the date of start as defined in
schedule ‘F’ or from the first date of handing over of the site, whichever is later, in accordance with
the phasing, if any, indicated in the bid documents.
4. (i) The site / land for the work is available.
(ii) The architectural and structural drawings shall be made available in phased manner, as per
requirement of the work and as per approved programme of completion submitted by the
contractor after award of work. If at any time the contractor feels that the work is getting
delayed due to non availability of any kind of drawing, the contractor shall communicate in
writing to the Engineer-in-charge, 1 Month before the requirement of drawing.
If no communication is made in this regarding to the Engineer-in-Charge, it shall be deemed
that there is no hindrance due to drawings.
No hindrance shall be recorded for 1 Month from the date of request for drawing by the
contractor.
5. The bid document consisting of plans, specifications, the schedule of quantities of various types of
items to be executed and the set of terms and conditions of the contract to be complied with and other
necessary documents except Standard General Conditions of Contract Form can be seen from website
https://etender.cpwd.gov.in/ or www.cpwd.gov.infree of cost.
6. After submission of the bid the bidder can re-submit revised bid any number of times but before last
time and date of submission of bid as notified.
7. While submitting the revised bid, bidder can revise the rate of one or more item(s) any number of
times (he need not re-enter rate of all the items) but before last time and date of submission of bid as
notified.
8. Earnest Money in the form of Insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit
Receipt, Banker's Cheque or Bank Guarantee including e-Bank Guarantee (for balance amount as
prescribed) from any of the Commercial Banks (drawn in favour of Executive Engineer, Garhwal
Central Division, CPWD, Garhwal) shall be scanned and uploaded to the e-Tendering website
within the period of bid submission.The original EMD should be deposited either in the office of
Executive Engineer inviting bids or division office of any Executive Engineer, CPWD within the
period of bid submission. The EMD receiving Executive Engineer (including NIT issuing EE/AE)
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
Page |9

shall issue a receipt of deposition of Earnest Money deposit to the bidder in a prescribed format
uploaded by tender inviting EE in the NIT.
The receipt shall also be uploaded to the e-tendering website by the intending bidder upto the
specified bid submission date and time.
A part of earnest money is acceptable in the form of Bank Guarantee also. In such case, minimum
50% of earnest money or Rs.20 lacs, whichever is less, shall have to be deposited in shape prescribed
above, and balance may be deposited in shape of Bank Guarantee including e-Bank Guarantee of any
Commercial Bank having validity for a period of 90 days for single bid works and 180 days for two
bid system or more from last date of receipt of bids which is to be scanned and uploaded by the
intending bidders.
The earnest money given by all the tenderers except the lowest tenderer shall be refunded
immediately after the expiry of stipulated bid validity period or immediately after acceptance of the
successful bidder, whichever is earlier. However, in case of two/ three bid system, earnest money
deposit of bidders unsuccessful during technical bid evaluation etc. should be returned within 30 days
of declaration of result of technical bid evaluation.
Copy of Enlistment Order and certificate of work experience and other documents as specified in the
notice inviting e-tender 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
thee-tender notice shall have to be submitted by the lowest bidder only within a week physically in
the office of tender opening authority.Online bid documents submitted by intending bidders shall be
opened only of those bidders, whose original EMD deposited with any division of CPWD and other
documents scanned and uploaded are found in order.
The bid submitted shall be opened at 03:30 PM on 26.10.2023.
(* To be filled by Tender Inviting Authority)
9. The bid submitted shall become invalid and e-Tender processing fee (if applicable) shall not be
refunded if:
(i) The bidder is found ineligible.
(ii) The bidder does not deposit original EMD with division office of any Executive Engineer,
CPWD.
(iii) The bidder does not upload scanned copies of all the documents in the bid
document(including GST registration or Undertaking in lieu of GST registration).
(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) If a tenderer quotes nil rates against each item in item rate tender or does not quote any
percentage above/below on the total amount of the tender or any section/sub-head in
percentage rate tender, the tender shall be treated as invalid and will not be considered
as lowest tenderer.
10. The contractor whose bid is accepted will be required to furnish performance guarantee at specified
percentage of tendered amount as mentioned in scheduled E and within the period specified in
Schedule F. This guarantee shall be in the form of Insurance Surety Bonds, Account Payee
Demand Draft, Fixed Deposit Receipt or Bank Guarantee from any of the Commercial Banks
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
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 10

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 within the period specified in Schedule F.
11. Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is
practicable), the form and nature of the site, the means of access to the site, the accommodation they
may require and in general shall themselves obtain all necessary information as to risks,
contingencies and other circumstances which may influence or affect their bid. A bidders shall be
deemed to have full knowledge of the site whether he inspects it or not and no extra charge
consequent on any misunderstanding or otherwise shall be allowed. The bidders shall be responsible
for arranging and maintaining at his own cost all materials, tools & plants, water, electricity access,
facilities for workers and all other services required for executing the work unless otherwise
specifically provided for in the contract documents. Submission of a bid by a bidder implies that he
has read this notice and all other contract documents and has made himself aware of the scope and
specifications of the work to be done and of conditions and rates at which stores, tools and plant, etc.
will be issued to him by the Government and local conditions and other factors having a bearing on
the execution of the work.
12. The competent authority on behalf of the President of India does not bind itself to accept the lowest
or any other bid and reserves to itself the authority to reject any or all the bids received without 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.
13. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the
bids submitted by the contractors who resort to canvassing will be liable to rejection.
14. The competent authority on behalf of President of India reserves to himself the right of accepting the
whole or any part of the bid and the bidder shall be bound to perform the same at the rate quoted.
15. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in case of
contractors of Horticulture/Nursery category) responsible for award and execution of contracts, in
which his near relative is posted as 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 Housing and Urban Affairs. Any breach of this condition by the contractor would
render him liable to be removed from the approved list of contractors of this Department.
16. No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering or Administrative
duties in an Engineering Department of the Government of India is allowed to work as a contractor
for a period of one year after his retirement from Government service, without the 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.
17. The bids for the work shall remain open for acceptance for a period of 30 (Thirty) days from the
date of opening of bids. Further:-
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 11

(i) If any tenderer withdraws his tender or makes any modification in the terms and conditions
of the tender which is not acceptable to the department, within 7 days after last date of
submission of bids, then the Government shall, without prejudice to any other right or
remedy, be at liberty to forfeit 50% of the earnest money absolutely irrespective of letter of
acceptance for the work is issued or not.
(ii) If any tenderer withdraws his tender or makes any modification in the terms and conditions
of the tender which is not acceptable to the department, after expiry of 7 days after last
date of submission of bid, then the Government shall, without prejudice to any other right or
remedy, be at liberty to forfeit 100% of the earnest money absolutely irrespective of letter of
acceptance for the work is issued or not.
(iii) In case of forfeiture of earnest money in prescribed in para (i) and (ii) above the bidder
shall not be allowed to participate in the rebidding process of the same work.
18. This notice inviting bid shall form a part of the contract document. The successful bidder/contractor,
on acceptance of his bid by the Accepting Authority shall within 15 days from the stipulated date of
start of the work, sign the contract consisting of:
a) The Notice Inviting Bid, all the documents including additional conditions, specifications and
drawings, if any, forming part of the bid as uploaded at the time of invitation of bid and the rates
quoted online at the time of submission of bid and acceptance thereof together with any
correspondence leading thereto.
b) Standard CPWD Form-7 or other Standard CPWD Form as applicable.

19. For CompositeBids


19.1.1. The Executive Engineer in charge of the major component will call bids for the
composite work. The cost of bid document and Earnest Money will be fixed with respect
to the combined estimated cost put to tender for the composite bid.
19.1.2. The bid documentwill include following three components:
Part A:CPWD-6, CPWD-7 including schedule A to F for major component of the work,
Standard General Conditions of Contract for CPWD 2023 (Construction work)
as amended/ modified up to last date of submission of bid.
PartB:General/specific conditions, specifications and schedule of quantities applicable
to major component of the work.
Part C: Schedule A to F for minor component of the work. (competent authority under
clause 2 and clause 5 shall be same authority as mentioned in schedule A to F
for major components), General/specific conditions, specifications and schedule
of quantities applicable to minor component(s) of the work.
19.1.3. The bidders must associate himself, with agencies as per NIT conditions.
19.1.4. The eligible bidders shall quote rates for all items of major component as well as for all
items of minor components of work.
19.1.5. After acceptance of the bid by competent authority, the EE in charge of major component
of the work shall issue letter of award on behalf of the President of India. After the work
is awarded, the 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.
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.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 12

19.1.6. Entire work under the scope of composite bid including major and all minor components
shall be executed under one agreement.
19.1.7. Security Deposit will be worked out separately for each component corresponding to the
estimated cost of the respective component of works.
19.1.8. The main contractor has to associate agencies for specialized component(s) conforming
to eligibility criteria as defined in the bid document and has to submit detail of such
agency(s) to Engineer-in-charge of relevant component(s) within prescribed time. Name
of the agency(s) to be associated shall be approved by Engineer-in-charge of relevant
component(s).
19.1.9. In case the main contractor intends to change any of the above agency/agencies during
the operation of the contract, he shall obtain prior approval of Engineer-in-charge of
relevant specialized component(s).
The new agency/agencies shall also have to satisfy the laid down eligibility criteria. In
case Engineer-in-charge is not satisfied with the performance of any agency, he can
direct the contractor to change the agency executing such items of work and this shall be
binding on the contractor.
19.1.10. The main contractor has to enter into MoU with agencies/contractor(s) associated by
him. Copy of such MoU shall be submitted to EE/DDH in charge of each relevant
component as well as to EE in charge of major component. In case of change of associate
contractor, the main contractor has to enter into MoU/agreement with the new contractor
associated by him.
19.1.11. Running payment for the major component shall be made by EE of major discipline to
the main contractor. Running payment for minor components shall be made by the
Engineer-in-charge of the discipline of minor component directly to the main
contractor.The CMB/EMB/CPWD ERP Portal (whichever applicable) shall be
maintained independently by Engineer-in-charge of major and minor components.
19.1.12. 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 by
Engineer-in-charge of all other minor components.
19.1.13. Final bill of whole work shall be finalized and paid by the EE of major component.
Engineer(s) in charge of minor component(s) will prepare and pass the final bill for their
component of work and pass on the same to the EE of major component for including in
the final bill for composite contract.
20. The intending bidders are required to update their profile in CPWD e- tender
portal and to upload theirbids well in advance of last date of submission oftender.
Any issue related to updating profile / uploading tender can be resolved through the
concerned Executive Engineer/Assistant Engineer (Phone no 01346-252374 e- mail
Id gcdsrinagar@gmail.com) or ERP help line no. 18001803286 or e-mailId
cpwd.support@techmahindra.com. The e- tenderingbidders are also advised not to
wait to raise anyissuestill the last date of submission of bid in theirown interest.
(* To be filled by Tender Inviting Authority)

Signature of the Divisional Officer,


For and on behalf of the President of India

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 13

CPWD-7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

STATE: Uttarakhand BRANCH: B & R

ZONE: Dehradun DIVISION: Executive Engineer-Garhwal

PERCENTAGE RATE TENDER & CONTRACT FOR WORKS


Tender for the work of “C/o 1 No. 120 Men Barrack for 1st Bn. ITBP at Sunil, Joshimath,
Uttarakhand..”
(i) To be uploaded by 15:00 Hrs. on 26.10.2023 on website: https://etender.cpwd.gov.in/ or
www.cpwd.gov.in
(ii) To be opened in the presence of tenderers who may be present at 15:30 Hrs. on 26.10.2023 in the
office of the Executive Engineer-Garhwal.
(* To be filled by Tender Inviting Authority)

TENDER
I/We have read and examined the notice inviting tender, schedule-A, D, E & F, Specifications applicable,
Drawings & Designs, General Rules and Directions, Conditions of Contract, Clauses of Contract, Special
conditions, Schedule of Rate & other documents and rules referred to in the conditions of contract and all
other contents in the tender document for the work.
I/We hereby tender for the execution of the work specified for the President of India within the time
specified in Schedule ‘F’ viz., schedule of quantities and in accordance in all respect with the
specifications, designs, drawing and instructions in writing referred to in Rule-1 of General Rules and
Directions & in Clause 11 of the Conditions of Contract and with such materials as are provided for, by,
and in respect of accordance with, such conditions so far as applicable.
I/We agree to keep the tender open for Thirty (30) days from the date of its opening and not to make any
modification in its terms and conditions.
I/We have deposited EMD for the prescribed amount in the office of concerned Executive Engineer as
per the bid document.
A copy of earnest money deposit receipt of prescribed amount deposited in the form of Insurance
Surety Bonds, Account Payee Demand Draft, Fixed Deposit Receipt, Banker's Cheque or Bank
Guarantee (as prescribed) issued by a Commercial Bank, is scanned and uploaded (strike out as the
case may be) If I/We, fail to furnish the prescribed performance guarantee within prescribed period, I/We
agree that the said President of India or his successors, in office shall without prejudice to any other right
or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/We fail to commence
work as specified, I/We agree that President of India or the successors in office shall without prejudice to
any other right or remedy available in law, be at liberty to forfeit the said performance guarantee
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 14

absolutely, the said performance guarantee shall be a guarantee to execute all the works referred to in the
tender documents upon the terms and conditions contained or referred to those in excess of that limit at
the rates to be determined in accordance with the provision contained in clause 12.2 and 12.3 of the
tender form.

Further, I/We agree that in case of forfeiture of Earnest Money or 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
agency on back-to-back basis. Further that, if such a violation comes to the notice of Department, then
I/we shall be debarred for tendering in CPWD in future forever. Also, if such a violation comes to the
notice of Department before date of start of work, the Engineer-in-charge shall be free to forfeit the entire
amount of Earnest Money Deposit/Performance Guarantee.
I/We hereby declare that I/We shall treat the tender documents, drawings and other records connected
with the work as secret/confidential documents and shall not communicate information/derived 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 and integrity of the State.

Dated: Signature of Contractor


Postal Address:
Witness:
Address:
Occupation:

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 15

ACCEPTANCE

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

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

(a) …………………………

(b) ………………………….

(c) ………………………….

(For & on behalf of President of India)

Dated: …………….

Signature……………….……………

Designation………….………………

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 16

PROFORMA OF SCHEDULES: A TO F
SCHEDULE ‘A’
Schedule of quantities: (for Civil Works: As per sheets attached)
SCHEDULE ‘D’
Extra schedule for specific requirements/documents for the work, if any: Nil

SCHEDULE ‘E’
Reference to General Conditions of Contract: General Conditions of Contract-2023 (Construction
works) as amended / modified up to the last date of submission of Tenders.
Name of Work: C/o 1 No. 120 Men Barrack for 1st Bn. ITBP at Sunil, Joshimath, Uttarakhand.
Estimated cost of work: Civil Work - Rs. 10,86,39,633/-
Electrical work - Rs. 1,11,76,312/-
Total Rs. 11,98,15,945/-

(i) Earnest Money Rs. 21,98,159/- (to be returned after receiving Performance
Guarantee)
(ii) Performance Guarantee 5% of tendered value

(iii) Security Deposit 2.5% of tendered value

SCHEDULE 'F'
General Rules & Directions:

Officer inviting Tender: Executive Engineer-Garhwal.


Definitions:

2(vi) Engineer-in-Charge Executive Engineer-Garhwal.


2(viii) Accepting Authority The Chief Engineer-Dehradun, CPWD, 20, Subhash
Road, Dehradun- 248001.
2(x) Percentage on cost of materials and 15%
Labour cover all to overheads and
profits
Standard Schedule of Rates Delhi Schedule of Rates 2021 with up to date
correction slips + 27.62% Cost Index for Sunil
Joshimath + 1.0633% GST component due to
change in GST from 12% to 18%

2(xi) Department Central Public Works Department (CPWD)

9(ii) Standard CPWD Contract Form: GCC 2023 (Construction work), CPWD Form 7
asmodified & Corrected up-to the last date of
submission of tenders

Clause-1:
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 17

(i) Time allowed for submission of Performance Guarantee,


programme chart (Time and Progress) and applicable labour 07 (Seven) days
licenses, registration with EPFO, ESIC and BOCW Welfare
Board or proof of applying thereof from the date of issue of
letter of acceptance.

(ii) Maximum allowable extension with late fee @ 0.1% per day 03 (Three) days
of Performance Guarantee amount beyond the period
provided in (i) above

Clause-2:

(i) Authority for fixing compensation under clause 2 Chief Engineer-Dehradun,


CPWD, Dehradun or his
successor thereof

Clause-5:

(i) Number of days from the date of issue of letter of acceptance 10 (Ten) days
for reckoning date of start

(ii) Time allowed for completion of work 16 (Sixteen) Months

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 18

TABLE OF MILE STONES


Period for Withheld amount
S. completion from for non-
Description of Mile stone
No. date of start in achievement of
Months Mile stone.
1. • Erection of Site office, Site laboratory, Steel yard, 0.20% of ATCW
Cement go-down etc.
• Approval of design mix, initial setting out, barricading
etc.
• Submission of work program with material and resource 1.5 Month
scheduling in MS project/ primavera.
• Association of Electrical Contractor for Internal 0.05% of ATCW
electrification work, fire alarm, CCTV & water proofing
work.
2. • Complete RCC work in foundation& 90% Retaining 0.65% of ATCW
wall work.
• Association of all specialized agencies for all the
remaining specialized Electrical works.
• Submission & approval of Integrated conduit layout 0.10% of ATCW
6 Months
drawings for Internal electrification work, Fire alarm,
CCTV , Makes & Sample of Conduits, Metal box, DB
for Wiring & Fire Alarm for slab casting.
• Association of all specialized agencies for all the
remaining specialized Electrical works.
3. • RCC work upto Ground floor slab& Complete Retaining 0.40% of ATCW
wall work.
• Submission & approval of Schemetic, Single Line 0.10% of ATCW
8 Months
Diagram, Layout drawings, Technical Data Sheets,
Makes of Fire Fighting, Street Light, LT Panel and other
services etc.
4. • RCC work upto First floor slab. 0.40% of ATCW
• Procurement of all materials/machinery i.e. flooring,
wall tileing, doors, windows, sanitary fittings & fixtures
etc.
• Submission of proof of the procurement for all the 10 Months 0.10% of ATCW
capital equipments viz. HT panel, LT panel etc.
• Approval of sample barrack hall(1 set of 6/8 bed) & one 0.25% of ATCW
toilet block with complete cupboard, false ceiling,
sanitary ware, hardware, Fan , fittings, switches etc.
5. • Complete RCC Structure. 0.65% of ATCW
• Masonry and internal Plaster work 50% complete.
• Kota/Marble stone work in flooring, stairs, sills wall
cladding and Tile/other flooring 50% complete.
• Fixing of Door frames 50% complete. 12 Months
• Installation down conduiting, Metal box, DBs in all the 0.10% of ATCW
blocks, proof of procurement for the balance E&M
material.
• Fire fighting piping installation inside building.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 19

Period for Withheld amount


S. completion from for non-
Description of Mile stone
No. date of start in achievement of Mile
Months stone.
6. • Masonry and internal/external Plaster work completei/c 0.65% of ATCW
Boundary Wall.
• Complete flooring and tiling work.
• Fixing of Door frames & shutters complete.
14 Months
• Complete Internal Water Supply and Sanitary installation
in Toilets/Kitchen.
• Delivery of all E&M material, laying of cable, ring main 0.10% of ATCW
for fire fighting, electrical external lighting.
7. • Painting & final finishing work complete. 0.50% of ATCW
• Completion of window work.
• Complete external development and services.
• Completion of E&I work. 0.25% of ATCW
15 Months
• Completion of Fire work i/c testing.
• Testing, Commissioning & Trial Running of all E&M
Services.
• Application for fire NOC.
8. • Completion of work in all respect i/c Testing, 0.50% of ATCW
commissioning of all services. 16 months
• Cleaning and Handing over.

Full form of ATCW :- Accepted Tendered value of Composite Work.

Note:

1. Withheld amount shall be released if and when subsequent milestone is achieved within respective time
specified. However, in case milestones are not achieved by the Bidder for the work, the amount shown
against milestone shall be withheld.

2. Intending bidder may submit phasing of activities/milestones based on their resources and methodology at
the time of bidding 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.

3. Sample barrack hall (1 set of 6/8 bed) & one toilet block shall be completed within 8 months after
start of work. In case of failure to achieve the target, Rs. 10,000/- per day(non-refundable) shall be
deducted from the contractor bills subjected to maximum of 0.25% of the composite tendered cost.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 20

Authority to decide:

(i) Extension of time Executive Engineer-Garhwal or his successor thereof


(The ultimate authority to decide final extension of time case
is Chief Engineer-Dehradun, CPWD, Dehradun or his
successor thereof)

(ii) Rescheduling of mile stones Chief Engineer-Dehradun, CPWD, Dehradun or or his


successor thereof

(iii) Shifting of date of start in case Chief Engineer-Dehradun, CPWD, Dehradun or his successor
of delay in handing over of site thereof

Schedule of handing over of Site:

Part Portion of site Description Time period for handing over reckoned
from date of issue of letter of intent

Part A Portion without any hindrance Full Site 10 days


available
with client

Part B Portions with encumbrances NA NA

Part C Portion dependent on work of NA NA


other agencies

Clause-5.1:
Schedule of rate of recovery for delay in submission of the Time and Progress Chart and Progress
Report:

Sl. No. Contract Value Recovery (Rs.)

I For works costing upto Rs. 20 Crore Rs. 2,500/ per week or part week

II For works costing more than Rs. 20 Crore Rs. 5,000/ per week or part week

Clause-5.2:

Nature of Hindrance Register (either Physical or Electronic): Electronic /Online system through
CPWD website under
“Contractors Login” tab.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 21

Clause-5.4:
Schedule of rate of recovery for delay in submission of the modified programme in terms of delay
days:

Sl. No. Contract Value Recovery (Rs.)

I Less than or equal to Rs. 1 Crore Rs. 500 per day

II More than Rs. 1 Crore but less than or equal to Rs. 1000 per day
Rs. 5 Crore

III More than Rs. 5 Crore but less than or equal to Rs. 2500 per day
Rs. 20 Crore

IV More than Rs. 20 Crore Rs. 5000 per day

Clause-6:

Mode of measurement CMB/EMB/CPWD ERP Portal

Clause-7:

Gross work to be done together with net payment /adjustment of Rs. 50 lacs for Civil work
advances for material collected, if any, since the last such payment
for being eligible to interim payment

Clause-7A:

Whether clause 7A shall be applicable Yes

Clause-8 A:

Recovery Rate for non-submission of completion plan by the contractor Rs. 2,00,000/-

Clause-10A:

List of testing equipment’s to be provided by As given in General Conditions of NIT under


the agency at site lab Quality Assurance - Laboratory at site & as per
CPWD Specification-2019 Volume-I & II

Clause-10B(i): Applicable
Clause-10 B(ii) Applicable

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 22

Clause-10C: Not Applicable

Component of labour expressed as percent of value of work N/A

Clause-10CC: Applicable

Clause 10CC to be applicable in contracts with stipulated period of 12 Months


completion exceeding the period shown in next column.
Relevant component of Materials/Labour for price escalation.
1) Cement Component 15%
2) Labour Component 20%
3) Civil Component of other Construction Materials 45%
4) E&M (Electrical and Mechanical) component of Construction Materials 0%
5) POL (Diesel) Component 0%
6) Reinforcement steel bars/TMT bars/structural steels (including strands and 20%
cables) componet
7) Bitumen component 0%
Total 100%

Clause-11:

Specifications to be followed for execution of work:


Civil work CPWD Specifications 2019 Vol. 1 and Vol. 2 with uptodate correction slips
(Hereinafter called CPWD specifications).

Clause-12:

12.2 & 12.3 Deviation Limit beyond which clauses 12.2 & 12.3 shall apply for 100%.
building work

Clause-16:

Competent Authority for deciding reduced rates:

Civil work Chief Engineer-Dehradun, CPWD, Dehradun or his successor thereof

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 23

Clause-18:
Suggestive List of Machinery, Tools &Plants to be deployed by the Contractor at site:

S. No. Name of Equipment Min. Numbers

1 Excavators (various sizes) As per Requirement

Equipment for hoisting & lifting

2 Tower Crane or Concrete Pump As per Requirement

Equipment for Concrete work

3 Fully Automatic Concrete Batching Plant minimumCapacity 15


1 No.
cum/hour as per direction of Engineer-in-Charge

4 Concrete transit mixer As per Requirement

5 Concrete mixer (Diesel/Electrical) 2 Nos.

6 Needle vibrator of various sizes (Petrol/Electrical) 6 Nos.

7 Screed leveler 1 No.

8 Surface vibrator 1No.

Equipment for Building work

9 Bar bending Machine 2 Nos.

10 Bar cutting machine 2 Nos.

11 Drilling machine 2 Nos.

12 Welding machine 2 Nos.

13 Fully automatic Cube testing machines (Capacity: 100 tonne) 1 No.

14 Steel Plate Shuttering with For 2000 sqm plan area or as


necessary adjustable MS props. desired by Engineer-in- 1 Set.
charge.

15 Double steel scaffolding and For 2000 sqm elevation area


staging materials or as desired by Engineer-in - 1 Set.
charge.

16 Grinding/polishing machines As per Requirement

17 Kota / Granite stone cutting machine 2 No.

18 Ceramic/Vitrified tile cutting machine 2 No.

19 Vacuum dewatering machine along with joint cutters for


1 No.
concrete
20 Good quality Camera for taking photographs and video
recording of major activities for record purpose and for 1 No.
quality assurance.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 24

Equipment for transportation

21 Tippers As per Requirement

22 Trucks As per Requirement

Pneumatic equipment

23 Air compressors (diesel) As per Requirement

Dewatering equipment

24 Pump (diesel) As per Requirement

25 Pump (electric) (Desirable) As per Requirement

Power equipment

26 DG Set of required capacity 1No.

27 Any other machinery required for completion of the As per Requirement


work as per decision of Engineer-in-charge.

Note:
1. Workshop facilities for fabrication/addition and alterations, and other allied works shall be
arranged by the contractor at his own cost.
2. The list of equipment/T&P/machinery as per above is for general guidance. In addition to
these, machinery / equipment as required shall be arranged by the contractor in case the
requirement at any stage exceeds as per the Programme finalized at his own cost and
nothing extra whatsoever on this account shall be paid. This includes equipment for
arrangement of concrete from RMC producing plants also.
3. All the equipment, T&P and machinery shall be kept in good working conditions.
4. Equipment like batching plant, concrete pump, excavators/Transit mixer etc. shall be
allowed to be moved away from the site when, the same are no longer required at site of
work in the opinion of Engineer-in-charge.
5. In addition to above list, contractor is bound to brought at site any test equipment for any
item of work, at his own cost, which Engineer-in-Charge may direct him. Nothing extra
shall be paid to contractor in this regard. Direction of Engineer-in-Charge in this regard
shall be final & binding.
6. If contractor fails to comply such directions within time specified by Engineer-in-Charge,
the same shall be brought to site by department by any means at cost of contractor itself
and nothing shall be paid in this regard.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 25

Clause Penalty for each default as mentioned in relevant clause of GCC

Clause-19 C Rs. 1000.00 Each default

Clause-19 D Rs. 2500.00 Each default

Clause-19 G Rs. 400.00 Each default

Rs. 500.00 Each default (For enhanced penalty in case of continuous default)

Clause-19 K Rs. 200.00 Each default

Clause-25:

i Conciliator: ADG Chandigarh Region.

ii Arbitrator appointing authority: Chief Engineer-Dehradun

iii Place of Arbitration: Dehradun.

Clause-32:

Requirement of Technical Minimum Designation Rate at which recovery shall


Staff experience (Years) of Technical be made from the contractor
Staff in the event of not fulfilling
Qualification Number (of provision of clause 32(i)
Major +
Minor
Component)

Graduate 1 5 (and having Project Rs. 25,000/- per month


Engineer experience of one Manager
similar nature of
work)

Graduate 1+1 2 or 5 respectively Project Rs. 15,000/- per month per


Engineer Planning/ person
or Quality/Site/
Diploma Billing
Engineer Engineer

Note:
1. The specialized technical staff for execution for component such as plumbing, water
proofing, fire fighting, HVAC, Acoustic, landscaping etc. shall be deployed as per the
requirement ofwork.
2. Assistant Engineers retired from Government services who are holding Diploma will
be treated at par with Graduate Engineers.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 26

3. Diploma holder with minimum 10-years relevant experience with a reputed


construction company can be treated at par with Graduate Engineers for the purpose of
such deployment subject to that such diploma holder should not exceed 50% of
requirement of degree engineers.
4. The bidder 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 of regular
physical availability of such engineers on the above project whenever required by the
Engineer–in–charge

Clause-38:
Applicable as given below:

i) Schedule/statement for determining theoretical Delhi Schedule of Rates 2021with


quantity of cement & bitumen based on Delhi amendments up to the date of
Schedule of Rates submission of bid.

ii) Variations permissible on theoretical quantities:

(a) Cement

For works with estimated cost put to tender not 3% Plus/Minus


more than Rs. 25 Lakh.

For works with estimated cost put to tender more 2% Plus/Minus


than Rs. 25 Lakh.

(b) Bitumen for all works. 2.5% Plus only and nil on minus side.

(c) Steel reinforcement and structural steel sections for 2% Plus/minus


each diameter, section and category.

(d) All other materials Nil

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 27

STANDARD GENERAL CONDITIONS OF CONTRCT

1. General Conditions of Contract (GCC 2023-Construction work) for CPWD Works which is
available at M/s Jain Book Agency, 4574/15, 2nd Floor, Padam Chand Marg, Darya Ganj, New Delhi-
110002as CPWD publication shall be deemed to be part of the Tender document.
2. The Standard GCC is amended from time to time through issue of OMs under series DG/CON which
are available on CPWD official website at http://www.cpwd.gov.in/Documents/Official Circulars/
DG CON. The said Circulars bearing no. Misc.26 dt.21.06.2023 and onwards issued upto last date of
tender submission shall also be deemed to be part of tender document.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 28

On Non-Judicial Stamp Paper of Minimum Rs. 100

(Guarantee offered by Bank to CPWD in connection with the execution of contracts)


Form of Bank Guarantee for Earnest Money Deposit /performance Guarantee/Security
Deposit/Mobilization Advance
1. Whereas the Executive Engineer…………………….. (name of division)………………………
CPWD on behalf of the President of India (hereinafter called "The Government”) has invited bids
under ........................(NIT number)...................... dated……………………….
for........................................ (name of work) ………………………………………….. The
Government has further agreed to accept irrevocable Bank Guarantee for Rs. .......................
(Rupees ….... only) valid upto ......... (date)*........ asEarnest Money Deposit from
......................... (name and address of contractor) .................... (hereinafter called "the
contractor") for compliance of his obligations in accordance with the terms and conditions of the
said NIT.

OR**
Whereas the Executive Engineer…………………….. (name of division)…………………….
CPWD on behalf of the President of India (hereinafter called "The Government”) has entered
into an agreement bearing number……………… with ...................... (name and address of the
contractor)………. (hereinafter called "the Contractor”) for execution of work............. ... (name
of work) …........ The Government has further agreed to accept an irrevocable Bank Guarantee
for Rs. ....................... (Rupees …...... only) valid upto ........ (date)........ asPerformance
Guarantee/security Deposit/Mobilization Advance from the said Contractor for compliance of
his obligations in accordance with the terms and conditions of the agreement.
2. We, ............... (indicate the name of the bank)……………….. (herein after referred to as “the
Bank”), hereby undertake to pay to the Government an amount not exceeding Rs...........................
(Rupees......... only) on demand by the Government within 10 days of the demand.
3. We, ........................ (indicate the name of the Bank) do here by undertake to pay the amount due
and payable under this guarantee without any demur, 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. 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)
4. We, .................. (indicate the name of the Bank) ..............., further undertake to pay the
Government any money so demanded notwithstanding any dispute or disputes raised by the
contractor in any suit or proceeding pending before any court or Tribunal, our liability under this
Bank Guarantee being absolute and unequivocal. The payment so made by us under this Bank
Guarantee shall be a valid discharge of our liability for payment there under and the contractor
shall have no claim against us for making such payment.
5. We, ..................... (indicate the name of the Bank)……………… further agree that the
Government shall have the fullest liberty without our consent and without affecting in any
manner our obligation here under to vary any of the terms and conditions of the said agreement
or to extend time of performance by the said contractor 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 and to forbear or enforce any of the terms and conditions rerating 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 or for any forbearance, act of omission on the part
of the Government or any indulgence by the Government to the said contractor 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. we, ................... (indicate the name of the Bank)………………….. further agree that the
Government at its option shall be entitled to enforce this Guarantee against the Bank as a
principal debtor at the first instance without proceeding against the contractor and
notwithstanding any security or other guarantee the Government may have in relation to the
Contractor's liabilities.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 29

7. This guarantee will not be discharged due to the change in the constitution of the bank or the
Contractor.
8. We, ...................... (indicate the name of the Bank)………………undertake not to revoke this
guarantee except with the consent of the Government in writing.
9. This Bank Guarantee shall be valid up to…………….. unless extended on demand by the
Government. Notwithstanding anything mentioned above our liabilities against this guarantee is
restricted to Rs.…………….. (Rupees…………………………… only) and unless a claim in
writing is lodged. un shall stand discharged. Date. Witnesses: the constitution of the Bank or the
.........., undertake not to revoke this ng. unless extended on demand bY the anything mentioned
above, our liability against this guarantee is (Rupees.................... only) and unless a claim in
writing is lodged. With us within the date of expiry of the of this guarantee, all our liabilities
under this guarantee shall stand discharged.
Date……………

Witnesses:
1- Signature………………. Authorized signatory
Name and address Name
Designation
Staff code no.
Bank seal
2- Signature…………………
Name and address

*Date to be worked out on the basis of validity period of 90 days where only financial bids are
invited and 180 days for two/three bid system from the date of submission of tender.
**ln paragraph 1, strike out the portion not applicable. Bank Guarantee will be made either for
earnest money or for performance guarantee/security deposit/mobilization advance, as the case
may be.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 30

PART – B
GENERAL / SPECIAL CONDITIONS, PARTICULAR
SPECIFICATIONS AND SCHEDULE OF QUANTITIES FOR
MAJOR COMPONENT OF WORK.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 31

GENERAL CONDITIONS
1. Several documents forming the tender are to be taken as mutually complementary to one another.
2. Except for the items, for which Particular Specifications are given or where it is specifically
mentioned otherwise in the description of the items, the work shall generally be carried out in
accordance with the “CPWD Specifications - 2019 (Vol. I &II) for civil works with upto date
correction slips (hereinafter to be collectively referred to as ‘CPWD Specifications’). Wherever
CPWD Specifications are silent, then the latest BIS Codes/Specifications, National Building Code
2016, MoRTH specification or any other specification shall be followed.
3. The order of preference in case of any discrepancy as indicated in condition No. 8.1 under
“Conditions of Contract” given in standard CPWD Contract form may be read as the following:
(i) Nomenclature of items as per Schedule of Quantities
(ii) General, Special Conditions, Additional conditions and Particular Specifications as provided
forming part of tender document.
(iii) CPWD Specifications with up-to-date Correction slips
(iv) Architectural/Structural drawings
(v) Indian Standard Specifications of BIS
(vi) National Building Code - 2016
(vii) Manufacturer’s specifications.
(viii) Sound Engineering Practices
(ix) Decision of Engineer-in-charge
A reference made to any Indian Standard Specifications in these documents, shall imply to the latest
version of that standard, including such revisions / amendments as issued by the Bureau of Indian
Standards up to last date of receipt of tenders. The Contractor shall keep at his own cost all such
publications of relevant Indian Standard applicable to the work at site.
4. The proposed building work 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 stone masonry & stone cladding work, stone
flooring, flooring work, wood work, precast RCC coffers, polysulphide / silicone sealant & other
specialized works (whichever applicable) will specifically require engagement of skilled workers
having experience particularly in execution of such items.
5. The bidder shall acquaint himself with the proposed site of work, its approach roads, working space
available etc. before quoting his rates and no claim on this account shall be entertained by the
department.
6. The bidder shall get himself acquainted with nature and extent of the work and satisfy himself about
the availability of materials from kiln or approved quarries for collection and conveyance of materials
required for construction.
7. The bidder shall see the approaches to the site. In case any approach from main road is required at
site or existing approach is to be improved and maintained for cartage of materials by the contractor,
the same shall be provided, improved and maintained by the contractor at his own cost. No payment

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 32

shall be made on this account and the quoted rates shall be deemed to be inclusive of all such
activities.
8. The building work shall be carried out in the manner complying in all respects with the requirements
of the relevant bylaws and regulations of the local body under the jurisdiction of which the work is to
be executed or as directed by the Engineer-in-charge and nothing extra shall be paid on this account.
9. The bidder shall carefully consider conditions for provision of site office and condition of sub soil
water removal etc.
10. The contractor(s) shall inform/issue notices to the Municipality, police and other authorities that may
be required as per law and obtain all requisite permission/ licenses for temporary obstructions,
enclosures etc. Contractor(s) shall pay all fee, taxes and charges which may be leviable on account
of these operations in executing the contract. He shall make good any damage to the property
whether public or private and shall supply and maintain lights either for illumination or for
cautioning the public at night at his own cost. Nothing, whatsoever, extra shall be admissible on this
account over and above the tendered rates.
11. For construction works which are likely to generate malba / rubbish, the contractor shall reuse it at
site as directed by the Engineer-in-charge or hand over to recycling agents or dispose of at his own
cost to the notified/specified Municipal dumping ground. No recovery on this account shall be made
from the agency as well as no extra payment will be made to agency if it is disposed at pre-defined
location within the campus / Municipal dumping ground.
12. The contractor shall take all necessary precautions to prevent any nuisance or inconvenience to the
owners, tenants or occupiers of adjacent properties and to the public in general and to prevent any
damage to such properties and any pollution of smoke, streams and water-ways. He shall make good
at his cost and to the satisfaction of the Engineer-in-Charge, any damage to roads, paths, cross
drainage works or public or private property whatsoever caused thereon by the contractor. All waste
or superfluous materials shall be carried away by the contractor without any reservation entirely to
the satisfaction of the Engineer-in-Charge.
13. Utmost care shall be taken to keep the noise level to the barest minimum so that no disturbance as far
as possible is caused to the occupants / users of building/adjacent properties.
14. The works 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 or as mentioned in detailed program chart
submitted by the contractor after award of work. 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 thereof 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 executing by the commencement of
work on the basis of any erroneous and or incomplete information.
15. The Architectural drawings given in the tender, if any, other than those indicated in nomenclature of
items are only indicative of the nature of the work and materials/fixings involved unless and
otherwise specifically mentioned. However, the work shall be executed in accordance with the
drawings duly approved by the Engineer-in-Charge.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 33

16. Other specialized agencies will also simultaneously execute and install the works of sub-station /
generating sets, air-conditioning, lifts, etc. (whichever applicable) for the work and the contractor
shall afford necessary facilities for the same.
17. 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 also be
fixed at time of casting of concrete, stone work and brick work, if required, and nothing extra shall
be payable on this account.
18. The contractor shall conduct 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 of 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 coordinated manner and shall perform it in proper sequence to the
complete satisfaction of others.
19. Some restrictions may be imposed by the security agencies /client on the working and on movement
of labour, materials etc in the campus/site and may require to issue identity cards to all persons
authorized by contractor to do work / visit the work site. The contractor shall be bound to follow all
such restrictions / instructions and no claim whatsoever shall on this account will be entertained. The
loss of time on this account, if any, shall have to be made up by generating additional resources etc.
at no extra cost.
20. The rates quoted by the contractor are deemed to be inclusive of site clearance, setting out work,
profile, establishment of reference bench mark, spot levels, construction of all safety and protection
devices, barriers, earth embankments, preparatory works, all testing of materials, working during
monsoon, working at all depths, height and locations etc. unless specified in the schedule of
quantities.
21. Royalty at the prevailing rates wherever payable shall have to be paid by the contractor on the
boulders, metal, shingle, sand, local earth/soil and bajri etc. or any other material collected by him for
the work direct to revenue authorities and nothing extra shall be paid by the department for the same.
22. Permission for the Excavation of the Basement and/or any Mining Approval for supplyof earth,
carriage and disposal of surplus excavated earth shall be obtained by the contractor at his own
expenses from Local Administration / Revenue Authority. Department / Client Department shall only
forward the case to the concerned Authority. Moreover, all the fee including royalty for supply of
earth, carriage and disposal surplus excavated earth is to be paid by the contractor to the concerned
department. Nothing extra shall be paid on account of this to the contractor.
23. No payment shall be made for any damage caused by rain, snowfall, flood or any other natural
calamity, whatsoever during the execution of the work. The contractor shall be fully responsible for
any damage to the govt. property and work for which the payment has been advanced to him under
the contract and he shall make good the same at his risk and cost. The contractor shall be fully
responsible for safety and security of his material, T&P, Machinery brought to the site by him.
24. The contractor shall deploy adequate resources i.e. manpower, labour, T&P, Plant & Equipment etc.
as per actual requirement of work. No damages/compensation shall be payable on account of idle
manpower, labour, T&P, Plant and Equipment and loss of profit etc. for whatsoever reason.
25. The rates for all items of work shall, unless clearly specified otherwise, include cost of all labour,
material, tools and plants, other inputs/taxes and shall apply to all heights/depths, leads and carriages
involved in the execution of the item. Nothing extra shall be payable on this amount.
26. The contractor (s) shall quote all-inclusive rates including all applicable taxes against the items in the
schedule of quantities and nothing extra shall be payable for any of the conditions and specifications
mentioned in the tender documents unless specifically specified otherwise.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 34

27. The rates for all items shall be considered as inclusive of pumping/baling out water, if necessary, for
which no extra payment shall be made. Those conditions shall be considered to include water from
any source such as inflow of flood, rain water, surface drainage, sewerage or due to any other reason
including surface and sub-soil water etc. and shall apply to the execution in any season.
28. The foundation trenches shall be kept free from water while works below ground level are in progress
and design calculation for the same including methodologies shall be submitted at least 15 days
before starts for approval of Engineer-in-Charge. Nothing extra shall be payable on this account.
29. The contractor shall make at his own cost all necessary arrangements for maintaining water level, in
the area where works are under execution low enough so as per design / execution requirement so as
not to cause any harm to the works or problems in carrying out with the execution. The rates for all
items of work shall be considered as inclusive of pumping out or bailing out water, if required, for
which no extra payment shall be made. This will include water coming from any source, such as
rains, accumulated rain water, floods, leakages from sewer and water mains , subsoil water table
being high or due to any other cause whatsoever. The contractor shall make necessary provision of
safety, pumping, dredging, and bailing out watercoming from all above sources and excavation and
other works shall be kept free of water by providing suitable system approved by the Engineer-in-
charge.
30. Sub soil water table shall be maintained at least 50 cm below the P.C.C. level or as per design
requirement during laying of P.C.C., water proofing treatment, laying of raft, pile cap and beams
including filling of earth/sand under the plinth floor.
31. The water table shall not be allowed to rise above base of pile cap/raft until completion of outer
retaining walls of basement including water proofing of vertical surface of walls and back filling
along the walls up to ground level and until the structure attains such height to counter balance the
uplift pressure as per design requirement.
32. The bidder shall study the soil investigation report (indicative only) for the site, available in the office
of the Engineer-in-charge and satisfy himself about complete characteristics of soil and sub-soil
water level and other parameters of soil at site.
33. The bidder should inspect the site and make his own assessment about sub-soil water level likely to
be encountered at the time of execution. Rate of all items are inclusive of pumping out or bailing out
water, if required. Nothing extra on this account whatsoever shall be paid to him. The sequence of
construction shall be got approved by the Engineer-in-charge.
34. The work shall be executed and measured as per metric dimensions given in the Schedule of
quantities, drawings etc. (FPS units wherever indicated are for guidance only).
35. 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.
36. 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, temporary barricading
or fencing around the working sites, water storage tanks, installation and consumption charges of
temporary electricity, telephone, water etc. required for execution of the work, protection works,
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

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 35

Engineer-in-Charge), shall be deemed to be included in rates quoted by the Contractor. Nothing extra
shall be payable on these accounts.
37. 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 & other storage, fabrication yard, site laboratory, water tank etc. for approval.
38. For completing the work in time, the Contractor might be required to work in two or more shifts
(including night shifts). Normally contractors shall not be allowed to execute the RCC, electrical and
finishing work at night. Work at night shall, however, be allowed if the site conditions/circumstances
so demand. 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 labours and other staff engaged
directly or indirectly on the work according to the provisions of the labour Act and other statutory
bodies regulations and the agreement entered upon by the contractor with them.
39. The contractor shall maintain in perfect condition, all portions executed till completion of the entire
work allotted to him. Where however phased delivery of work is contemplated these provisions shall
apply separately to each phase.
40. 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.
41. 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. The stacking shall take
place as per stacking plan however, if any change is required, the same shall be done with the
approval of Engineer-in-Charge.
42. The Contractor shall bear all incidental charges for all type of cartage/carriage upto execution site,
storage and safe custody of materials issued by department/arranged by the contractor.
43. The terms machine batched, machine mixed and machine vibrated concrete used elsewhere in
agreement shall mean the concrete produced in concrete batching and mixing plant and if necessary
transported by transit concrete mixers, placed in position by the concrete pumps, tower crane and
vibrated by surface vibrator /needle vibrator / plate vibrator, as the case may be to achieve required
strength and durability.
44. The cost of flooring is inclusive of providing sunken/depressed flooring in bath-rooms, kitchen, etc.
and nothing extra on this account shall be payable.
45. Agency has to manage the floor level during casting considering the varying thickness of different
flooring materials to be used at any floor level. Nothing extra shall be paid for extra mortar for
matching the floor level.
46. Any legal or financial implications resulting out of carriage of earth from outside or disposal of earth
shall be sole responsibility of the contractor. Nothing extra shall be paid on this account.
47. No chase cutting/dismantling of plaster/RCC/CC shall be allowed, so contractor has to execute the
electrical work accordingly. The work should be planned in a systematic manner so that chase
cuttings in the walls, ceilings and floors are minimized. Wherever absolutely essential, the chase shall
be cut using chase cutting machines. Chases will not be allowed to be cut using hammer / chisel. The
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 36

electrical boxes should be fixed in walls simultaneously while raising the brick work. The contractor
shall ensure proper coordination of various disciplines viz. sanitary & water supply, electrical, fire-
fighting and any other services.
48. The work of water supply, internal sanitary installations and drainage, firefighting etc. shall be
carried out as per the bylaws of the Municipal Corporation or any other local body and the contractor
shall produce necessary completion certificates from such authority after completion of work.
49. In case of local Municipal regulations / restrictions by client /non-availability space at site if huts for
labours are not allowed to be erected at the site of work, the contractor shall be required to provide
such accommodation at suitable place at his own cost and nothing extra shall be paid on this account.
50. Any cement slurry/chemical added over base surface for continuation of concerting for better bond is
deemed to have been built in the items and nothing extra shall be payable and no extra cement
considered in consumption on this account.
51. Existing drains, pipes, cables, over-head wires, sewer lines, water lines and similar service
encountered in the course of the execution of work shall be protected against the damage by the
contractor at his own expense. In case the same are to be removed or diverted as per direction of
Engineer-in-charge,the contractor shall submit the design and methodology for diversion/ shifting
and and submit thecostproposalfor payment in time atleast a month before scheduled execution and
the same shall be approved/in-principal approved by Engineer-in-Charge before execution of work.
52. 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.
53. The contractor shall be responsible for the watch and ward / guard of the buildings safety, fittings and
fixtures provided by him against pilferage and breakage during the period of installations and
thereafter till the building is physically handed over to the department or upto defect liability period.
No extra payment shall be made on this account.
54. SETTING OUT

54.1. Contractor shall provide permanent bench marks and other reference points for the proper
execution of work and these shall be preserved till the end of work. All such reference points
shall be in relation to the levels and locations, given in the Architectural and plumbing
drawings and direction of Engineering-in-Charge.
54.2. The contractor shall establish, maintain and assume responsibility for grades, lines, levels and
bench marks. He shall report any errors or inconsistencies regarding grades, lines, levels,
dimensions to the Engineer-in-Charge before commencing work. Commencement of work
shall be regarded as the contractor's acceptance of such grades, lines, levels and dimensions
and no claim shall be entertained at a later date for any errors found.
54.3. If at any time, any error in this respect shall appear during the progress of the work, the
contractor shall, at his own expense rectify such error if so required to the satisfaction of the
Engineer-in-Charge. Nothing extra shall be payable on this account.
54.4. Though the site levels may be indicated in the drawings the contractor shall ascertain himself
and confirm the site levels with respect to GTS bench mark from the concerned authorities.
54.5. The approval by the Engineer-in-Charge of the setting out by the contractor shall not relieve
the contractor of any of his responsibilities.
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 37

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

55. PROGRAMME CHART


55.1. The Contractor shall prepare an integrated programme chart in MS Project/Primavera software
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
programme within the stipulated period or earlier and submit the same for approval to the
Engineer-in-Charge within seven days of award of the contract. Non-submission of such
programme shall attract the recoveries as mentioned in the Schedule-F of the tender document.
55.2. The programme chart should include the following:

(a) Descriptive note explaining sequence of the various activities.


(b) Network (PERT/CPM/BAR CHART) in MS Project/Primavera Software
(c) Programme for procurement of materials by the contractor.
(d) Programme of procurement of machinery / equipment having adequate capacity,
commensurate with the quantum of work to be done within the stipulated period, by the
contractor.
55.3. In addition to above, the contractor shall submit shuttering schedule adequate to complete
structure work within laid down physical milestone etc. and to achieve the progress of work as
per programme, he must bring sufficient shuttering material required for cement concrete and
R.C.C. works etc.
55.4. If at any time, it appears to the Engineer-in-Charge that the actual progress of work does not
conform to the approved programme referred above, the contractor shall produce a revised
programme showing the modifications to the approved programme to ensure completion of the
work. The modified schedule of programme shall be approved by the Engineer-in-Charge.
Non-submission of such revised programme shall attract the recoveries as mentioned in the
Schedule-F of the tender document.For Periodic inspections of the local body and on
completion of works, the Contractor shall procureapprovals and local body completion
certificates.
55.5. The submission for approval by the Engineer-in-Charge of such programme or the furnishing
of such particulars shall not relieve the contractor of any of the 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.

56. PROGRESS REPORT


The contractor shall submit the Time and Progress Chart and progress report using the mutually
agreed software or in other format decided by Engineer-in-Charge for the work done during previous
month to the Engineer-in-charge on or before 5th day of each month failing which a recovery as per
Schedule F shall be made on per week or part basis in case of delay in submission of the monthly
progress report.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 38

57. SAFETY PRECAUTIONS


57.1. Contractor shall within two weeks of award of work, submit to the Engineer-in-Charge for his
approval, list of measures for maintaining safety of manpower deployed for construction.
57.2. The contractor shall erect the barricading of Precoated galvanized iron profile sheet with
proper structural support of 6.00 meter height enclosing the full area of constructions as per
direction of Engineer-in-charge, and nothingextra will be payable on this account.
57.3. Entry to the site shall be controlled for proper security of man and materials and to avoid
accidents.
57.4. Necessary personal protective and safety equipment’s such as helmet, safety shoes & harness,
gloves etc shall be provided to the all site Engineers, Supervisory staff, labour and technical
staff of the contractor by the Contractor at his own cost and to be used at site.
57.5. The Contractor shall take all precautions to avoid accidents by exhibiting necessary caution
boards, day and night speed limit boards, red flags, red lights and providing barriers. He shall
be responsible for all damages and accidents caused to existing/new work due to negligence on
his part. No hindrances shall be caused to traffic during the execution of the work.
57.6. In case of any accident of labours/ contractual staff’s the entire responsibility will rest on the
part of the contractor and any compensation under such circumstances if becomes payable the
same shall be entirely borne by the contractor and department shall have no role on this
account.
57.7. It shall be ensured by the contractor that no electric live wire is left exposed or unattended to
avoid any accidents in this regard.
57.8. Any trenching and digging for laying sewer lines/water lines/cables etc. shall be commenced
by the contractor only when all men, machinery’s and materials have been arranged and
closing of the trench(s) thereafter shall be ensured within the least possible time.
57.9. For facia work, outer finishing and other RCC works etc. double steel scaffolding having two
sets of vertical supports with steel staircase for inspection of works by Engineer-in-charge
shall be used. The supports shall be sound and strong, tied together with horizontal piece over
which scaffolding planks shall be fixed.
57.10. The contractor shall have to work in pandemic / epidemic conditions such as COVID 19 for
which he has to make safety arrangement / measures for the workers / staff and for the
premises meant for them, as per guidelines issued by Government and directions issued by
Engineer-in-charge from time to time and nothing extra shall be paid on this account.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 39

58. QUALITY ASSURANCE


58.1. The contractor shall ensure quality control measures on different aspects of construction
including materials, workmanship and correct construction methodologies to be adopted. He
shall have to submit quality assurance programme within two weeks of the award of work. The
quality assurance programme should include method statement for various items of work to be
executed along with check lists to enforce quality control.
58.2. The contractor shall ensure quality construction in a planned and time bound manner. Any sub-
standard material/work beyond set out tolerance limit shall be summarily rejected by the
Engineer-in-Charge.
58.3. The contractor shall get the source of various raw materials namely aggregate, cement,
sand, steel, water etc. to be used on the work, approved from the Engineer-in-Charge and trial
mixes for controlled concrete shall be done using the approved materials. The contractor
shall stick to the approved source unless it is absolutely unavoidable. Any change shall be
done with the prior approval of the Engineer-in-Charge for which tests etc. shall be done by
the contractor at his own cost.
58.4. Similarly, the contractor shall submit brand/make of various materials, as per “List of
acceptable makes of materials” to be used for the approval of the Engineer-in-Charge along
with samples and once approved, he shall stick to it. Any change will have to be got approved
from Engineer-in-Charge in advance.
58.5. The contractor shall depute Quality Engineer for enforcement of quality control. For other staff
to be deployed for quality assurance, the contractor may refer to clause 32 under schedule “F”.
58.6. Wherever work is specified to be done through specialized agencies, their names shall be got
approved well in advance from Engineer in charge. Failure to do so shall not justify delay in
execution of work. It is suggested that immediately after award of work, contractor should
negotiate with concerned specialist agencies and send their names for approval to Engineer in
charge within 10 days of issue of letter of award of work.
58.7. The contractor shall provide at his own cost suitable weighing and measuring arrangements at
site for checking the weight / dimensions as may be necessary for execution of work. The
sealed samples are to be handed over to the testing lab by contractor in the presence of Junior
Engineer/Assistant Engineer-in-Charge of work.
58.8. Samples of various materials required for testing shall be provided free of charge by the
contractor.
58.9. Testing charges to be borne by contractor. All expenditure to be incurred for testing of samples
e.g. packaging, sealing transportation, loading, unloading etc. including testing charges shall
be borne by the contractor.
58.10. 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 results or such tests and consequences thereon shall be
binding on the contractor.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 40

58.11. For certain items, if frequency of tests not mentioned in the CPWD Specifications, then
relevant IS code shall be followed and tests shall be carried out as per the frequency specified
therein.
58.12. If any load testing or special testing is to be done for any sample whose strength is doubtful,
the cost of the same shall also be borne by the contractor.
58.13. Samples of all materials and fittings to be used in the work in respect of brand manufacturer
and quality shall be got approved from the Engineer-in-Charge, well in advance of actual
execution and 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 approved list
of brand names given in the tender document / additional 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.
58.14. To avoid delay, contractor should submit samples as stated above well in advance so as to
give timely orders for procurement. If any material, even 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.
58.15. The contractor shall get the source of all other materials, not specified elsewhere in the
document, approved from the Engineer-in-Charge. The contractor shall stick to the approved
source unless it is absolutely unavoidable. Any change shall be done with the prior approval
of the Engineer-in-Charge for which tests etc. shall be done by the contractor at his own cost.
Similarly, the contractor shall submit brand/ make of various materials not specified in the
agreement, to be used for the approval of the Engineer-in-Charge along with samples and
once approved, he shall stick to it.
58.16. The contractor shall get the water tested with regard to its suitability and conforming to the
relevant IS Code. The contractor shall obtain written approval from the Engineer-in-Charge
before he proceeds by using the same for execution of work. If tube well water is not suitable,
the contractor shall arrange Municipal water or from any other source at his own cost and
nothing extra shall be paid on this account. The water shall be got tested at frequency
specified in latest CPWD Specifications / BIS Code. The water testing charges shall be borne
by the contractor.
58.17. The Stone aggregate/stone, sand shall be brought from any quarries subjected to the said
materials conforming to CPWD specifications.
58.18. The gradation of fine sand to be used in plaster work shall be strictly as per CPWD
Specifications 2019, conforming to IS:1542-1977. The plastered surface shall be fairly smooth
without any undulation of any kind for applying paint/white wash.
58.19. No concreting shall be done until the mix-design is approved by Engineer-in-charge. In case
of change of source or characteristic properties of the ingredients used in the concrete mix-
design during the work, a revised concrete mix-design conducted by laboratory established at

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 41

site shall be submitted by the contractor as per the direction of the Engineer-in-charge.
Nothing extra shall be paid on this account. No claim for extra time or delay, whatsoever, on
this account shall be entertained.
58.20. The contractor shall submit shop drawings of staging and shuttering arrangement, aluminum
work and other work including mock work as desired by Engineer-in-charge for his approval
before execution. The contractor shall also submit bar bending schedule for approval of
Engineer-in-charge before execution.
58.21. The contractor shall invariably prepare the samples of finishing items i.e. flooring of different
types, external & internal finishing i/c colour scheme of paint, tiles in dado, flooring in
platforms & staircase, water supply & sanitary fittings and any other item as per direction of
Engineer-in-charge. The contractor shall proceed with further finishing items only after
getting the samples of these items approved in writing from Engineer-in-charge.
58.22. One sample room/office/quarters (whichever applicable) with toilet(s) complete in all shape
for each category, shall be prepared by the contractor and got approved from Engineer-in-
charge in writing. The contractor shall be allowed to proceed with further work only after
getting the sample approved in writing from Engineer-in-charge No extra claim whatsoever
beyond the payments due at agreement rates will be entertained from the contractor on this
account.
58.23. The construction joints shall the provided in predetermined locations only as decided by
Engineer in charge. The cost of shuttering or any material for these construction joints shall be
included in item of Concrete work / RCC work and nothing extra shall be payable on this
account to the contractor.
58.24. Water tanks, taps, sanitary, water supply and drainages pipes, fittings and accessories should
conform to the specifications provided in bidding documents. The contractor should engage
approved, licensed plumbers for the work and get the materials (fixtures/fittings) tested, by the
municipal Body/Corporation authorities, wherever required, at his own cost. The Contractor
shall submit for the approval to the Engineer-in-Charge the name of the plumbing agency
proposed to be engaged by him.
58.25. All the hidden items such as water supply lines, drainage pipes, conduits, sewers etc. are to be
properly tested as per the design conditions submitted before covering.
58.26. The contractor shall give a performance test of the entire installation(s) as per standing
specifications before the work is finally accepted by making his own arrangements for water
supply, electricity etc. and nothing extra whatsoever shall be payable for the same.
58.27. The agency shall submit all the original GST Bill and eway bills of all the materials procured
for this work as a proof of the genuinity of the materials.
58.28. Door/window frames/shutters and other factory-made materials shall be procured from
reputed and approved manufacturers or their authorized dealers. Decision of Engineer-in-
charge in this regard shall be final and binding.
58.29. The contractor shall provide documentation of the total sequence of this project by way of
photography, slides , audio-video recording etc. Nothing extra shall by payable to the
contractor on this account.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 42

58.30. Testing of Materials:


(i) Laboratory at site: The contractor shall establish a testing lab at site and provide testing
equipment and materials for the field tests mentioned in the list of mandatory tests given in
CPWD Specifications 2019 Vol. 1 & 2. Nothing extra shall be payable to him on this account.
The representatives of the department shall be at liberty to inspect the testing facilities at site
and conduct testing at random in consultation with Engineer in charge. The contractor shall
provide all necessary facilities for the purpose. The laboratory shall be equipped, inter alia,
with the following equipment:
a) Balances:
i) 7 kg to 10 kg capacity, indicating semi-self-type – Accuracy 10 gm.
ii) 500 gm capacity, semi-self-indicating type Accuracy 1 gm.
iii) Pan Balance- 5 kg Capacity- Accuracy 10 gm.
b) Ovens- Electrically operated, thermostatically controlled up to 1100C- Sensitivity 10C.
c) Sieves: as per IS: 460
i) IS Sieves – 450 mm internal dia of sizes 100 mm, 80 mm, 63 mm, 50 mm, 40 mm, 25
mm, 20 mm, 12.5 mm, 10 mm, 6.3 mm, 4.75 mm, complete with lid and pan.
ii) IS Sieves – 200 mm internal dia (brass frame) consisting of 2.36 mm, 1.18 mm, 500
microns, 425 microns, 300 microns, 212 microns, 150 microns, 90 microns, 75
microns with lid and pan.
d) Sieve shaker capable of 200 mm and 300 mm dia sieves, manually operated with timing
switch assembly.
e) Equipment for slump test- slump cone, steel plate, taping rod, steel scale, scoop :2 Nos.
f) Equipment for concrete testing
i) Concrete cube moulds 15x15x15cm : 48 Nos.
ii) Pruning Rods 2Kg weight length 40cm and ramming face 25mm : 2 No.
iii) Extra Bottom plates for 15cm cube mould : 24 Nos.
iv) Standard Vibration table for cubes : 1 No
v) Dial gauges 25 mm travel- 0.01 mm/division Least count- : 1 No.
vi) Automatic Compression testing machine of 100 tonne capacity. : 1 No.
g) Graduated measuring equipment:
i) Cylinders- 250ml, 500ml – 5 each,
ii) Beaker capacity 500 ml, 200 ml -5 each

h) Digital Vernier
i) Digital micrometer screw gauge.
j) Elcho meter for measuring all type of paint/powder coating thickness on all materials.
k) Ultrasonic pulse velocity apparatus for testing of concrete.
l) Digital distance measuring meter with range of 200 meter.
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 43

m) Digital moisture meter


n) Rapid moisture meter.
o) Digital infrared temperature meter.
p) Multi line rotating laser instrument of Hilti or equivalent for plumbing, aligning,
levelling and squaring functions for indoor and outdoor.
q) Automatic Pressures pump apparatus for testing of concealed water supply lines for
leakage.
r) Testing apparatus with all required chemicals for testing of water for construction
including quick ready to use compact kits
s) Other instruments: Measuring tape 3 m.- 8 Nos., Steel tape- 30 m – 2 Nos., plumb bob,
spirit level minimum 30 cm long with 3 bubbles, wire gauge (Circular type) disc, steel foot
rule, long nylon thread, magnifying glass, plastic bags for taking samples etc. as per
requirement.
90% tests for material be performed at site lab with above stated equipment’s, however
at least 10% testing of materials shall be got done from external laboratories. However,
for the tests to be carried out by the external laboratories, the contractor shall supply free of
charge all the materials required for testing, including transportation. If the tests which were to
be conducted in the site laboratory are conducted in other laboratories for any the reasons the
cost of such tests shall be borne by the contractor.

(ii) Other Laboratories: The contractor shall arrange carrying out all tests required under the
agreement through the laboratory approved by ADG/SDG as per direction of the
Engineer-in-Charge and shall bear all charges in connection therewith including charges
for testing for all materials.

58.31. Maintenance of Site Registers:


(i) All the Site Registers including Tests registers for tests to be carried out at construction site or
in outside laboratories shall be maintained by the contractor which shall be issued to the
contractor by Engineer-in-Charge in the same manner as being issued to CPWD field staff.
(ii) The various registers to be issued to the contractor are:

• Materials at site account register.


• Cement register.
• Master test registers.
• Cube test register.
• Paint & chemical register
• Drawing register.
• Site order book.
• Any other register as decided by the Engineer-in-charge relevant to work.

(iii) 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.
(iv) All samples of materials including cement concrete cubes shall be taken jointly with contractor
by JE and out of this at least 50% samples shall be taken in presence of AE in charge. If there
is no JE, all samples of materials including cement concrete cubes shall be taken by AE jointly
with contractor. All the necessary assistance shall be provided by the contractor. Cost of
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 44

sampling & testing are to be borne by the contractor and he shall be responsible for safe
custody of samples to be tested at site/ outside laboratory.
(v) All the tests in field lab at construction site shall be carried out by the Engineering staff
deployed by the contractor and shall be 100% witnessed by JE and 50% of tests shall be
witnessed by AE –in-Charge. At least 10% of the tests are to be witnessed by the Executive
Engineer.
(vi) Submission of copy of all test registers, material at site register along with each alternate
running account bill and final bill shall be mandatory. These registers should be duly checked
by division office.

58.32. Ultrasonic Pulse Velocity Method of Test for RCC


(i) The under lying principle of assessing the quality of concrete is that comparatively higher
velocities are obtained when the quality of concrete in terms of density, homogeneity and
uniformly is good. The consistency of the concrete as regards its general quality gets
established. In case of poorer quality lower velocities are obtained. If there are cracks, voids or
flaws inside the concrete which come in the way of transmission of pulse, lower velocities are
obtained.
(ii) Velocity criterion for Concrete Quality Grading: The quality of concrete in terms of
uniformity, incidence or absence of internal flaws, cracks and segregation etc. indicative of the
level of workmanship employed, can thus be assessed using the guidance given in table below,
which have been evolved for characterizing the quality concrete in structure in term of the
ultrasonic pulse velocity.
S. No. Pulse Velocity by Cross Probing (Km/Sec.) Concrete Quality Grading
1 Above 4.5 Excellent
2 4.5 to 3.5 Good
3 3.5 to 3.0 Medium
4 Below 3.0 Doubtful
Note: In Case of “doubtful” quality it may be necessary to carry further tests
(iii) Pulse velocity method of test of concrete is to be conducted for CPWD works as a routine test.
The acceptance criteria as per the above table will be applicable which is as per IS 13311 (part-
1): 1992. From the above “Good” and “Excellent” grading are acceptable and below these
grading the concrete will not be acceptable
(iv) 5% of the total number of RCC members in each category i.e. beam, column, slab and footing
may be tested by UPV test method for establishing quality of concrete. It is suggested that test
be conducted on RCC beam near joint with column, on RCC column near joint with beam, on
RCC footings and rafts. On RCC rafts a suitable grid can be worked out for determining
number of tests. In addition, doubtful areas such as honeycombed locations, locations, where
continuous seepage is observed, construction joints and visible loose pockets will also be
tested.
(v) The test results are to be examined in view of the above acceptance criteria “Good” and
“Excellent” and wherever concrete is found with less than required quality as per acceptance
criteria, repairs to concrete will be made. Honeycombed areas and loose pockets will be
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 45

repaired by grouting using Portland Cement Mortar/Polymer Modifies Cement Mortar /Epoxy
Mortar etc. after chipping loose concrete in appropriate manner. In areas where concrete is
found below acceptance criteria and defects are not apparently visible on surface, injecting
approved grout in appropriate proportion using epoxy grout /acrylic Polymer modified cements
slurry made with shrinkage compensating cement / plain cement slurry etc. will be resorted to
for repairs. (refer relevant chapters from CPWD Hand Book on Repairs and Rehabilitation of
RCC Buildings). Repair to concrete will be done till satisfactory results are obtained as per the
acceptance criteria by retesting of the repaired area. If satisfactory results are not obtained
dismantling and relaying of concrete will be done.
58.33. Removal of Rejected / Sub-standard Materials:
The following procedure should be followed in case of removal of rejected/sub-standard
materials from the site of work.
a) Whenever any material brought by the contractor to the site of work is rejected, entry
thereof should invariably be made in the site order book under the signature of the
AE/AEE giving approximate quantity of such materials.
b) As soon as the material is removed, a certificate to that effect may be recorded by the
AE/AEE against the original entry, giving the date of removal a mode of removal i.e.
whether by truck, carts or by manual labour. If removal is by truck, the registration
number of the truck should be recorded.
c) When it is not possible for the AE/AEE to be present at the site of work at the time of
actual removal of the rejected/sub-standard materials from the site the required
certificate should be recorded by the Junior Engineer and the AE/AEE should
countersign the certificate recorded by the Junior Engineer.

59. THIRD PARTY QUALITY ASSURANCE:


In order to achieve a high standard of quality, it shall be required to go for Third Party Quality
Assurance. For this purpose, a separate agency shall be appointed by the CPWD who will
carry out independent testing of materials and checking and ensuring overall quality
procedures. The contractor shall be required to fully cooperate with agency and facilitate
them in taking samples, transportation and examination of various activities including
documentation at no extra time and cost. In case of any adverse findings by the agency, the
contractor shall do the needful rectifications at no extra time and cost. The Engineer-in- charge
shall be at liberty for getting quality assurance work done through agencies like IITs/ NITs/
IIITs/ Govt. Engineering College. The successful tenderer shall include the provisions of
Quality Assurance while framing the proposed methodology for tests. The expenditure towards
engaging TPQA team shall be borne by CPWD.

60. DOCUMENTATION OF HINDRANCES:


60.1 The Contractor has to first register himself through a registration form, available on CPWD
website under ‘Contractors login’ tab. After registration, User ID and Password will be
automatically generated and sent on his registered mobile and email ID. Using this User ID and
Password he can access the module and view all the works which ae being carried out by him in
CPWD and he can register the hindrance against any particular work. After recording the
hindrance by the contractor, it will be visible to all concerned officers (JE and above) of that
work. An alert through text message and email will be sent to EE.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 46

60.2 Executive Engineer will first assign the work to the JEs/SEs who will give their comments on the
hindrance within 2 days. After that, Executive Engineer of the work will have to take appropriate
action on the hindrance within next 2 days. The comments of JEs/AEs will not be visible to
contractor, only the decision of Executive Engineer on the hindrance will be visible to contractor
under “Decision of the Engineer-in-Charge.”

61 . AS BUILT DRAWINGS:
On completion of work, the Contractor shall submit at his own cost four prints of “AS BUILT”
drawings to the Engineer-in-Charge within 30 days of completion of work. These drawings shall
have the following information also.
(i) Diameters of all soil waste pipes and vertical stacks with location.
(ii) Ground and invert levels of all drainage pipes together with locations of all manholes and
connections, up to outfall.
(iii) Diameter of all water supply line with locations of control valves, access panels etc.
Final bill will not be paid and Security Deposit shall not be released until submission of as built
drawings as above.

62. LAND FOR TEMPORARY USE


The land for labour camps & batching Plant shall be arranged by the contractor. The lease/rent
charges shall be borne by the contractor. The Engineer-in-Charge shall extend necessary help and
issue necessary recommendations etc. to the concerned clients / department for temporary
allotment of land during construction period if land is available with them. In such cases, the
contractor shall vacate the land after completion of work in same condition as was at the time of
allotment.
Note 1: The General conditions detailed above are in addition to additional /special conditions as
specified elsewhere in tender document.

Note 2: Nothing extra shall be paid on the account of these General conditions.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 47

SPECIAL CONDITIONS

1. SPECIAL CONDITIONS FOR CEMENT:


1.1 The contractor shall procure Portland Pozzolana Cement (PPC) conforming to IS: 1489 (Part-1) / 43
grade ordinary Portland Cement (OPC) conforming to IS: 269 as required in the work from reputed
manufacturers of cement as mentioned in “List showing preferred brands / Manufacturers / Makes”
or from any other reputed cement manufacture having a production capacity not less than 1 million
Ton per annum as approved by CE, CPWD, Dehradun or his successor. The cement of approved
make as aforesaid in 50 kg.bags bearing manufacturer’s name and ISI marking, along with
manufacturers test certificate for each lot shall be procured by the contractor. However, if the
contractor uses higher grade of cement or uses OPC only nothing extra shall be paid. The use of
PPC shall be regulated as per the following conditions.
a) IS:456-2000 Code of Practice for Plain and Reinforced Concrete (as amended uptodate) shall
be followed in regard to Concrete Mix Portion and its production as under:
(i) The concrete mix design shall be done as “Design Mix Concrete” as prescribed in clause-9
of IS 456-2000.
(ii) Concrete shall be manufactured in accordance with clause 10 of IS:456-2000 covering
quality assurance measures both technical and organizational, which shall also necessarily
require a qualified Concrete Technologist to be available during manufacture of concrete
for certification of quality of concrete.
b) The mechanical properties such as modulus of elasticity, tensile strength, creep and shrinkage
of flyash mixed concrete or concrete using flyash blended cements (PPCs) are not likely to be
significantly different and their values are to be taken same as those used for concrete made
with OPC.
c) To control higher rate of carbonation in early ages of concrete both in flyash admixed as well
as PPC based concrete, water/binder ratio shall be kept as low as possible, which shall be
closely monitored during concrete production.
If necessitated due to low water/binder ratio, required workability shall be achieved by
use of chloride free chemical admixtures conforming to IS:9103. The compatibility of
chemical admixtures and super plasticizers with each set OPC, fly ash and /or PPC received
from different sources shall be ensured by trails.
d) In environment subjected to aggressive chloride or sulphate attack in particular, use of flyash
admixed or PPC based concrete is recommended. In case, where structural concrete is
exposed to excessive magnesium sulphate, flyash substitution/content shall be limited to 18%
by weight. Special type of cement with low C3A content may also be alternatively used.
Durability criteria like minimum binder content and maximum water/binder ratio also need to
be given due consideration is such environment.
e) Wet curing period shall be enhanced to a minimum of 10 days or its equivalent. In hot & arid
regions, the minimum curing period shall be 14 days or its equivalent.
f) Subject to General Guidelines detailed out as above, PPC manufactured conforming to
IS:1489 (Part-I) shall be treated at par with OPC for manufacture of Design Mix Concrete for
structural use in RCC.
g) Till the time, BIS makes it mandatory to print the %age of flyash on each bag of cement, the
certificate from the PPC manufacturer indicating the same shall be insisted upon before
allowing use of such cements in works.
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 48

h) While using PPC for structural concrete work, no further admixing of flyash shall be permitted
1.2 Supply of cement shall be made 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 the relevant BIS codes. In case the test results indicate that
the cement arranged by the contractor does not confirm to the relevant BIS code 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.
1.3 The cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided by the
Engineer-in-Charge.
1.4 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.
1.5 Cement bags shall be stored in separate godowns to be constructed by the contractor at his own
cost as per sketch (which is only indicative and actual size will depend on the site requirements)
given in CPWD specifications with weather proof roofs and walls. Each godown shall be provided
with a single shutter door with two locks. The key of one lock shall remain with Engineer-in-
charge or his authorized representative and that of the other lock with the authorized agent of the
contractor at the site of work so that the cement is issued from the godown according to the daily
requirements with the knowledge of both parties and proper account for the same is maintained in
the standard proforma. The contractor shall be responsible for the watch and ward and safety of the
cement godown. The contractor shall facilitate the inspection of the cement godown by the
Engineer-in-Charge at any time.
1.6 The cement shall be got tested by the Engineer-in-Charge and shall be used on the work only after
satisfactory test results have been received. The contractor shall supply free of charge the cement
required for testing including its transportation cost to test laboratories. The cost of tests shall be
borne by the contractor.
1.7. The actual issue and consumption of cement on work shall be regulated and proper accounts
maintained as provided in clause 10A of the contract. The theoretical consumption of cement shall
be worked out as per procedure prescribed in clause 38 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 show prescribed shall be made after ensuring
structural soundness and stability on the basis of testing. In case of excess consumption, no
adjustment need to made.
1.8. The cement brought to site and the cement remaining unused after completion of the work shall not
be removed from site without the written permission of the Engineer-in-Charge.
1.9. 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 show within three days of receipt
of such notice, the Engineer-in-Charge shall get it removed at the cost of the contractor.
1.10. Separate cement registers showing the receipt of the OPC and PPC shall be maintained at site. The
contractor shall construct separate godowns for storage of OPC & PPC at site and nothing extra on
this account shall be payable.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 49

1.11. In order to have an effective control over the issue of cement, the following drill should be
observed:
(i) The cement godown(s) should be properly and effectively double locked, keys of one of the
locks remaining with the department and that of the other with the contractor.
(ii) The pages of the Cement Register should be as per Annexure-30 of CPWD Works Manual
for SOP-2022, machine numbered and each page initialed by the Executive Engineer.
(iii) Periodical checking of cement godown: The cement godown and the Cement Register
should be checked by the Assistant Engineer/Executive Engineer in-charge of the work as
per following schedule:
a) At least weekly or fortnightly, respectively, in case of works at the headquarters of the
Assistant Engineer/Executive Engineer.
b) Whenever they visit the site of work in case of works that are located outside the Sub-
Divisional/Divisional headquarters.
1.12. The contractor shall submit original vouchers from the manufacturer for the total quantity of
cement supplied under each consignment to be used in the work.

2 SPECIAL CONDITIONS FOR STEEL REINFORCEMENT BARS:


2.1 For reinforced cement concrete or pre-stressed concrete works, the reinforcement bars shall
consist of the following grades conforming to IS:1786- 2008 (Indian Standard specification
for high strength deformed steel bars and wires for concrete reinforcement): Fe500D or more.
2.2 The contractor shall obtain manufacture’s certificate stating the process of manufacture,
chemical composition and test sheet giving result of each mechanical test applicable to the
material purchased and submit it to the Engineer-in-charge. Each test certificate shall indicate
the number of the cast to which it applies, corresponding to the number or identification mark
to be found on the material.
2.3 The Engineer-in-Charge shall get each consigning tested for both chemical composition and
physical properties (including bend and re-bend test) as specified in IS:1786 from NABL
accredited laboratory or any Government laboratory.
2.4 Reinforcement bar is one of the most important building materials. Its quality directly affects
the life span, resistance to earthquake and durability of the structure. In order to ensure
consistent quality of rebars, the NIT approving authority may prescribe reputed brands like
SAIL, RINL, Tata, JSW, JSPL in the list of preferred makes. Only corrosion resistant steel
rebars shall be used. The contractor shall have to obtain and furnish test certificates to the
Engineer-in-charge in respect of all supplies of steel brought by him to the site of work.
2.5 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, the same shall stand rejected, and it shall be
removed from the site of work by the contractor at his cost within a week time or written
orders from the Engineer-in-Charge to do so.
2.6 The steel reinforcement bars shall be brought to the site in bulk supply of 25 tonnes or as
decided by the Engineer-in-charge.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 50

2.7. The steel reinforcement shall be stored by the contractor at site of work in such a way as to
prevent distortion and corrosion and nothing extra shall be paid on this account. Bars of
different sizes and lengths shall be stored separately to facilitate easy counting and checking.
2.8. For checking nominal mass, tensile strength, bend test, re-bend test etc. specimen of
sufficient length shall be cut from each size of the bar at random at frequency not less than
that specified below:

Size of bar For consignment below 100 For consignment above 100
tonnes tonnes

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

10mm to16mm One sample for each 35 tonnes One sample for each 45 tonnes or
dia bars or part thereof part thereof

Over 16mm dia One sample for each 45 tonnes One sample for each 50 tonnes or
bars or part thereof part thereof

2.9. The contractor shall supply free of charge the steel required for testing including
transportation to testing laboratories. The cost of tests shall be borne by the contractor.
2.10. The actual issue and consumption of steel on work shall be regulated and proper accounts
maintained as provided in clause 10A of the contract. The theoretical consumption of steel
shall be worked out as procedure prescribed in clause 38 of the contract and shall be
governed by conditions laid therein. In case the consumption is less than theoretical
consumption including permissible variations recovery at the rate so prescribed shall be
made. In case of excess consumption, no adjustment need to be made.
2.11. Steel brought to site and steel remaining unused shall not be removed from site without the
written permission of the Engineer-in-charge.
2.12. Steel bars brought by the contractor for use in the work shall be got checked from the
Engineer-in-Charge or his authorized representative of the work on receipt of the same at site
before use.
2.13. In case the contractor brings surplus quantity of steel the same after completion of the work
will be removed from the site by the contractor at his own cost after approval of the
Engineer-in-Charge.
2.14. Reinforcement including authorized spacer bars and overlaps shall be measured in length of
different diameters, as actually (not more than as specified in the drawing) used in the work,
nearest to a centimeter. Wastage and unauthorized overlaps shall not be measured.
2.15. The standard sectional weights referred to as in Table 5.4 under para 5.3.4 in CPWD
Specifications for works 2019 Vol. 1 will be considered for conversion of length of various
sizes of MS bars, Tor steel bars and TMT bars into standard weight.
2.16. Records of actual sectional weight shall also be kept dia-wise & lot-wise. The average
sectional weight for each diameter shall be arrived at from samples from each lot of steel
received at site. The decision of the Engineer-in-Charge shall be final for the procedure to be
followed for determining the average sectional weight of each lot. Quantity of each diameter
of steel received at site of work each day will constitute one single lot for the purpose. The
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 51

weight of steel by conversion of length of various sizes of bars based on the actual weighted
average sectional weight shall be termed as derived actual weight.
2.17. If the derived weight as in para 2.16 above is lesser than the standard weight as in para 2.15
above, the derived actual weight shall be taken for payment. If the derived actual weight is
found more than the standard weight then the standard weight as para 2.15 above shall be
taken for payment. In such case nothing extra shall be paid for the difference between the
derived actual weight and the standard weight.
2.18. Tolerances on Nominal Mass (individual sample) shall be as per table 5.4A of CPWD
Specification-2019, Vol-I.
2.19. Mixing of different type of steel/different grades of steel shall not be allowed in the same
structural members as main reinforcement to satisfy clause 26.1 of IS:456.
2.20. The contractor shall submit original vouchers from the manufacturer for the total quantity of
steel supplied under each consignment to be used in the work.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 52

3. SPECIAL CONDITIONS FOR PREVENTION OF AIR POLUTION AS PER


DIRECTIVES OF NATIONAL GREEN TRIBUNAL (NGT):
3.1. The contractor shall not store/dump construction material or debris on metalled road.
3.2. The contractor shall get prior approval from Engineer-in-charge for the area where the
construction material or debris can be stored beyond the metalled road. This area shall not
cause any obstruction to the free flow of traffic/inconvenience to the pedestrians. It should be
ensured by the contractor that no accidents occur on account of such permissible storage.
3.3. The contractor shall take appropriate protection measures like raising wind breakers of 6.00
meter height on all sides of the plot/area using precoated CGI sheets to ensure that no
construction material dust fly outside the plot area.
3.4. The contractor shall ensure that all the trucks or vehicles of any kind which are used for
construction purpose or are carrying construction material like cement, sand and other allied
materials are fully covered. The contractor shall take all necessary precautions that the
vehicles are properly cleaned and dust free to ensure that enroute their destination, the dust,
sand or any other particles are not released in air / contaminate air.
3.5. The contractor shall provide mask to every worker working on the construction site and
involved in loading, unloading and carriage of construction material and construction debris
to prevent inhalation of dust particles.
3.6. The contractor shall provide all medical help, investigation and treatment to the workers
involved in the construction of building and carry of construction material and debris
relatable to dust emission.
3.7. The contractor shall ensure that C&D waste is transported to the C&D waste site only and
due record shall be maintained by the contractor.
3.8. The contractor shall ensure compulsory use of wet jet in grinding and stone cutting.
3.9. The contractor shall comply all the preventive and protective environmental steps as stated in
the MoEF guidelines.
3.10. The contractor shall carry out on road inspection for black smoke generating machinery. The
contractor shall use cleaner fuel.
3.11. The contractor shall ensure that all DG sets comply emission norms notified by MoEF.
3.12. The contractor shall use vehicles having pollution under control certificate. The emissions
can be reduced by a large extent by reducing the speed of a vehicle to 20 KMPH. Speed
bumps shall be used to ensure speed reduction. In cases where speed reduction cannot
effectively reduce fugitive dust, the contractor shall divert traffic to nearby paved areas.
3.13. The contractor shall ensure that the construction material is covered by tarpaulin. The
contractor shall take all other precaution to ensure that no dust particles are permitted to
pollute air quality as a result of such storage.
3.14. The paving of the path for plying of vehicles carrying construction material is more
permanent solution to dust control and suitable for longer duration projects.
3.15. In case any penalty is imposed by any Hon’ble Court, NGT or any other authority due to
non-compliance of any statutory order, or law or guidelines or pollution control or
environmental norms, the same will be borne by the contractor.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 53

4. CONDITIONS OF CONTRACT SPECIFIC TO GREEN BUILDING PRACTICE


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

4.1 SITE
4.1.1 The contractor shall ensure that all the top soil excavated during construction works is neatly
stacked and is not mixed with other excavated earth. The 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 stacked designated areas, covered or stabilized with temporary seeding for erosion
prevention and shall be reapplied to site during plantation, landscaping etc. of the proposed
vegetation. Top soil shall be separated from subsoil, debris and stones larger than 50 mm
diameter. The stored top soil may be used as finished grade for planting areas.
4.1.2 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.
4.1.3 No excavated earth shall be removed from the campus unless suggested by Engineer in Charge.
All subsoil shall be reused in backfilling/landscape, etc as per the instructions of the Engineer in
Charge.
4.1.4 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.
4.1.5 The contractor shall not carry out any work which results in the blockage of natural
drainage.
4.1.6 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
4.1.7 Contractor shall reduce pollution and land development impacts from automobiles use during
construction.
4.1.8 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.
4.1.9 The dismantle material/building rubbish received from dismantling/demolishing shall be dumped
to the dumping ground in properly covered truck with precaution. Agency shall submit the
hard copy of photograph showing the properly covered truck disposing the dismantles
material/building rubbish. Failure of which shall be sternly dealt and a penalty @ Rs.500/- per
trip of truck shall be levied and the decision of Engineer-in-Charge shall be final & binding.
4.1.10 Contractor shall not dump the construction material on the metaled road and shall keep the
construction material on the physically demarcated space by the Engineer-in- Charge.
4.1.11 All the building material responsible for pollution shall be brought at site from sources covered
by tarpaulin and shall take all precautionary measure to ensure that no dust particles are
permitted to pollute the air quality, failure of which Contractor shall be liable to pay damages
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 54

as decided by Engineer-in-Charge. The decision of Engineer-in-Charge shall be final &


binding.
4.1.12 There shall be no burning of leaves, plastic etc. at construction site.

4.2 CONSTRUCTION PHASE AND WORKER FACILITIES


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

4.3 PRESERVE AND PROTECT LANDSCAPE DURING CONSTRUCTION


4.3.1 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.
4.3.2 The contractor shall take steps to protect trees or saplings identified for preservation within the
construction site using tree guards of approved specification.
4.3.3 Contractor should limit all construction activity within the specified area as per the
Construction Management Plan (CMP) approved by Engineer in Charge.
4.3.4 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.
4.3.5 The contractor shall ensure that maintenance activities during construction period shall be
performed as needed to ensure that the vegetation remains healthy.
4.3.6 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
does not become waste. The Contractor ingenuity is especially called towards meeting this
prerequisite/ credit (as per 3 star rating of GRIHA/ GHAR CPWD). 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.
4.3.7 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.
4.3.8 The contractor shall provide potable water for all workers.
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 55

4.3.9 The contractor shall provide the minimum level of sanitation and safety facilities for the
workers at their camp/labour 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. Agency has to
ensure all preventive measures to prevent the spread of COVID-1/other panedemic and nothing
extra shall be payable in this account.
4.3.10 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:
(i) Clear vegetation only from areas where work will start right away
(ii) Vegetate / mulch areas where vehicles do not ply.
(iii) Apply gravel / landscaping rock to the areas where mulching / paving is impractical
(iv) 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%
(v) 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.
(vi) Water spraying shall be done on:
(a) Any dusty materials before transferring, loading and unloading
(b) Area where demolition work is being carried out
(c) Any un-paved main haul road
(d) Areas where excavation or earth moving activities are to be carried out
(vii) The contractor shall ensure that the speed of vehicles within the site is limited to 10 km/hr.
(viii) 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.
(ix) 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 / leaned up immediately before they can infiltrate into
the soil / ground or runoff in nearby areas
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 56

(x) Provide barricading of not less than 6.00 metre or higher as per direction of Engineer-in-
charge, along the site boundary, next to a road, around batching plant or other public area.
Nothing extra shall be paid on this account.
(xi) Provide dust screens, sheeting or netting to scaffold along the perimeter of the
building
(xii) Cover stockpiles of dusty material with impervious sheeting
(xiii) Cover dusty load on vehicles by impervious sheeting before they leave the site.
4.3.11 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.
4.3.12 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).
4.3.13 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.
4.3.14 The contractor shall comply with the safety procedures, norms and guidelines (as
applicable) as outlined in the document Part 7 Constructional practices and safety, National
Building code -2016 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.
4.3.15 The contractor shall ensure the following activities for construction workers safety, among
other measures:
(i) Guarding all parts of dangerous machinery.
(ii) Precautionary signs for working on machinery
(iii) Maintaining hoists and lifts, lifting machines, chains, ropes, and other lifting tackles in
good condition.
(iv) Durable and reusable formwork systems to replace timber formwork and ensure that
formwork where used is properly maintained.
(v) Ensuring that walking surfaces or boards at height are of sound construction and are
provided with safety rails or belts.
(vi) Provide protective equipment; helmets etc.
(vii) Provide measures to prevent fires. Fire extinguishers and buckets of sand to be
provided in the fire-prone area and elsewhere.
(viii) Provide sufficient and suitable light for working during night time.
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 57

4.3.16 The storage of material shall be as per standard good practices as specified in Part 7,
Section 3. Storage, stacking and Handling practices, NBC 2016 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’s 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.
4.3.17 The contractor shall provide for adequate number of garbage bins around the construction site
and the workers facilities and will be responsible for the proper utilisation of these bins for
any solid waste generated during the construction. The contractor shall ensure that the site and
the workers facilities are kept litter free. Separate bins should be provided for plastic, glass,
metal, biological and paper waste and labelled in both Hindi and English with suitable
symbols.
4.3.18 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.
4.3.19 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.
4.3.20 Contractor shall collect the relevant material certificates for rapidly renewable materials such
as bamboo, wool, cotton insulation, agrifiber, linoleum, wheat board, strawboard and cork etc.
4.3.21 Where possible, the contractor shall select materials/vendors, harvested and manufactured
regionally.
4.3.22 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.
4.3.23 The contractor shall ensure that neat and deep cleaning 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.
4.3.24 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
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 58

Varnish - 350 g/L Lacquer - 550 g/L


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 . 50 g/L Ceramic Tile Adhesives -
65 g/L
VCT and Asphalt Tile adhesives - 50 g/L DryWall and Panel Adhesives - 50 g/L Structural
Glazing Adhesives - 100 g/L Multipurpose Construction Adhesives . 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. 80 g/L
4.3.25 Wherever required, Contractor shall meet and carry out documentation of all activities on site,
supplementation of information, and submittals in accordance with IGBC LEED India New
Construction v1.0 & GRIHA / or equivalent of GHAR, CPWD program standards and
guidelines. Towards meeting the aforementioned building environmental rating standard(s)
expert assistance shall be provided to him up on request.
4.3.26 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
shouldbe sprayed on them. Contractor shall do water ponding on all sunken slabs using
cement and sand mortar bunds.
4.3.27 The Contractor shall remove from site all rubbish and debris generated by the Works and keep
Works clean and tidy throughout the Contract Period. All the serviceable and non-
serviceable (malba) material shall be segregated and stored separately. The malba
obtained during construction shall be collected in well formed heaps at properly selected
places, keeping in a view safe condition for workmen in the area. Materials which are likely to
cause dust nuisance or undue environmental pollution in any other way, shall be
removed from the site at the earliest and till then they shall be suitable covered. Glass &steel
should be dumped or buried separately to prevent injury. The work of removal of debris
should be carried out during day. In case of poor visibility artificial light may be provided.
4.3.28 The contractor shall provide O & M Manuals wherever applicable.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 59

4.4 MATERIALS & FIXTURES FOR THE PROJECT


4.4.1 Contractor will produce wherever feasible certificate regarding distance of the source of the
relevant material .
(a) Unless otherwise stated cement used at site for reinforced concrete, precast members,
mortar, plaster, building blocks, etc shall be PPC.
(b) 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.
(C) All plumbing and sanitary fixtures installed shall be as per the direction of the Engineer in
Charge and shall adhere to the minimum LPM (litres per minute) and LPF (litres per flush)
mentioned.

4.5 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 ensure that all run-off water from the site, during construction is collected
and reused to the maximum.
(c) The contractor shall use treated recycled water of appropriate quality standards for construction,
if available.

4.6 CONSTRUCTION WASTE


(a) All construction debris generated during construction shall be carefully segregated and stored in
a demarcated waste yard. Clear, identifiable areas shall be provided for each waste type. Employ
measures to segregate the waste on site into inert, chemical, or hazardous wastes.
(b) No construction debris shall be taken away from the site, without the prior approval of the
Engineer in Charge.
(c) The contractor shall recycle the unused chemical/hazardous wastes such as oil, paint, batteries,
and asbestos.
(d) 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.

4.7 DOCUMENTATION:
a) Digital photo documentation to demonstrate compliance of safety guidelines.
b) The contractor shall, during the entire tenure of the construction phase, submit the
following records to the Engineer in Charge on daily basis:
i) Quantities of material brought into the site, including the material issued to the
contractor by the Engineer in charge.
ii) Inventories of materials used in the work i/c. flyash, flyash bricks etc.
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.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 60

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.
d) The contractor shall submit to the Engineer in Charge, before the start of construction, a site
plan along with a narrative to demarcate areas on site from which top soil has to be gathered,
designate area where it will be stored, measures adopted for top soil preservation and
indicate areas where it will be reapplied after construction is complete.
e) Provide supporting document from the manufacturer of the cement specifying the flyash content
in PPC used in reinforced concrete.

4.8 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 of the Engineer-in-Charge.
b) All lighting installed by the contractor around the site and at the labour quarters during construction
shall be appropriate illumination levels. This condition is a must, unless specifically prescribed.

4.9 SUBMISSION OF POLLUTION CONTROL PLAN


(a) The contractor shall submit the detailed action plan for control of pollution and for adherence to
all the environmental guidelines/Laws/statutes/Court Orders/NGT orders/orders of pollution control
authorities through the entire period of construction at site. The detailed action plan shall be
submitted to the Engineer-in- Charge within 15 days of the stipulated date of start of work and
shall be got approved from the Engineer-in-Charge.
(b) The contractor shall arrange for control measures of all dust/noise/emission fromthe construction
activities at site of work and shall install screens/curtains/ covers/dust trappers etc. as per
guidelines/orders of the NGT/Court of law/ statutory authorities etc. No hindrance shall be
allowed, arising out of any stay/stopping of work from any court/statutory authority/NGT/Govt.
Authorities as a consequence of the contractor not adhering to any pollution control
guideline/law/order of the state bodies during the construction period. Nothing shall be paid
to the contractor on account of expenses for any dust/pollution/emission control measures at
the site of work or any delay in work due to any orders passed by any court/ statutory
authority/Govt. Authorities during the period of construction.
(c) A compensation of Rs. 2,000/- per day will be levied and recovered from the dues of the contractor
for each day of delay beyond 15 days for non submission of pollution control plan.
(d) The contractor is strongly advised to study all dust/Noise/emission/ pollution control
norms/laws/Court Orders before bidding for the work and quote his rates accordingly for any
liability which may arise on this account during the period of construction.

5. SPECIAL CONDITIONS FOR TESTING CHARGES:


(a) All expenditure to be incurred for testing of samples of construction material e.g. packaging, sealing
transportation, loading, unloading etc. including testing charges shall be borne by the contractor.
(b) Sample of the construction material shall be sent to approved laboratory through concern Assistant
Engineer for testing.
(c) Testing report of all the construction material shall be submitted by the contractor within 14 days
(Except concrete cubes) from the receiving date of material at site and testing report of cement
concrete cubes shall be submitted by the contractor within 30 days from the date of sampling.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 61

(d) If the contractor shall not submit the report within prescribed time above, the department will take
appropriate action under different clauses against the contractor.
(e) If any complaint received regarding payment from the approved laboratory against the contractor for
this work, necessary recovery shall made from the next bill on account of nonpayment of testing
charges of construction materials. This recovered amount shall be paid to the laboratory as per actual
invoice generated by the laboratory.

6. SPECIAL CONDITIONS FOR ALUMINIUM WORK:

6.1 Nomenclature for 170mm casement series - (Mesh Shutter and Grill Provision)
Providing and fixing aluminium work for doors, windows, ventilators and partitions are as per
drawings using extruded built-up standard tubular & other sections of aluminium alloy grade 6063
T6 and Polyester powder coated aluminium (minimum thickness of polyester powder coating 50
micron), Frame Size - 170 x 60mm for casement Doors & Windows & 100 x 60mm for Ventilators.
Aluminium sections shall be smooth, rust free, straight, mitred and jointed mechanically wherever
required including cleat angle, The vertical member should not deflect more than L/175 or 15mm for
DGU whichever is the least for a wind load of 1.82kpa. Glass to be used is 24mm (6 mm clear
toughened + 12 mm air gap + 6 mm clear toughened). All Windows has to be Multipoint lock for
glass Panel and Single point lock for Wire Mesh panel along with the required Hinges and rachid.
The system shall have provision for the proper water drainage slot and gaps. (All hardware and
Accessories must be cover, no extra item will be paid separately)

6.2 Nomenclature for Mesh -


Extra for providing and fixing fly proof stainless steel grade 304 wire gauge to doors, windows and
ventilators using wire gauge with average width of aperture 1.4 mm in both directions with wire of
dia 0.5 mm with EPDM rubber gasket and aluminium snap beading complete as per direction of
Engineer-in-charge. (Cost of aluminium snap beading shall be paid separately in basic item).

6.3 Nomenclature for Thermal Break Series –


Providing and installation of Aluminium Thermal Break glazed windows system are as per drawings
using extruded built-up standard tubular & other sections of aluminium alloy grade 6063 T6 and
confirming to IS:733 and IS:1285 assembled to form thermal break aluminium profile using
polyamide insulation inserts having U value of the window system not more than 3.3 w/m2 degree
(Polyamide insulation inserts shall be paid separately). Frame Size – 64 x 51mm for casement
windows. Aluminium sections shall be smooth, rust free, straight, mitred and jointed mechanically
wherever required including cleat angle, The vertical member should not deflect more than L/175 or
15mm for DGU, Glass to be used is 24mm (6 mm clear toughened + 12 mm air gap + 6 mm clear
toughened). All Windows has to be Multipoint lock for glass Panel. The system shall have provision
for the proper water drainage slot and gaps. (All hardware and Accessories must be cover, no extra
item will be paid separately)
6.4 Factory Specifications :
The vendor must have In-house Machining centre equivalent to "4-Axis SBZ 140" for
fabricating and machining the aluminium profile in exact degree/angles. In-house Anodizing
Plant with 18 tank process using Houghton Chemicals and Own Powder Coating Plant with
inbuilt Conveyor Oven System for colour finishes on aluminium profiles which don't have
any fading and peel off issues at site.
In-house Packaging Machines & Logistics Facility for better and fast transportation. Own
Laboratory & ETP Plant for a friendly environment.
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 62

6.5 Product Specifications :


Aluminium Alloy grade must be T6 6063. All Outer frame & Shutter corner joints must be
jointed with corner cleat designed as per cavity and SS Screws. EPDM and wool pile must
be fixed in grooved. Aluminium Clips for glass fixing must be placed from inside only. The
system shall have provision for the proper water drainage slots with Cover Cap.
Protection tapes on the profiles shall be provided for safety against external scratches
during transportation/handling/installation (protection tape to be removed (Max. 1 month)
from the time of handing over as per the direction of Engineer-in-charge). For Finishing
minimum thickness is 50-55 micron for Powder coating and 15-20 micron for Anodizing.
The fastening of the windows system will be done to the structure a opening at
anchorage locations in jambs & sills with rawl plug and SS Screws or with expansion
fasteners to provide a minimum anchorage of 80 mm in the masonry. The gap between
window frame and adjacent RCC/brick work shall be sealed with sealant over backer rod of
approved quality.

6.6 Nomenclature for Glazing -


Providing and Fixing of GLAZING SYSTEMS with inbuilt drainage and pressure
equalisation with structure designed for wind load as per IS-875 Part III and shall not be less
than 1.75 Kpa for this project, fixed to existing RCC / Building structure with suitable HDG
brackets and G.I. anchor fastners( to existing RCC/ Steel structure at floor to floor level)
duly powder coated / anodised as per requirement. - SYSTEM COST ONLY.

6.6.1. Performance Criteria: System must follow the relevant ASTM Standards ASTM E 283-
04, ASTM E 331-09, ASTM E 330-10 and AAMA Standard AAMA 501.1-05, AAMA
501.4.9. System must be tested for Air infiltration at +300 Pascal, Static & dynamic Water
penetration at +600 Pascal, windloadservicibility at +/- 1750 Pascal, Seismic floor
displacement +/- 10mm and proof load for 150% of design wind pressure. System selected
must have tested from International Testing laboratories/NABL Test House and Test reports
must be submitted with the tender.

6.6.2 For Profiles : Using heavy duty aluminium extruded built up profiles of approved make
i.e. Mullion : 50mmX171mm & Transom : 50mmX112mm confirming to alloys per grade
6063 T5 or T6 as per BS 1474. All gaskets shall be micro wave cured EPDM gaskets with
necessary shore hardness and with warranty of 10 years. All mullion transom connections
will be using specially developed connectors and with SS screws.

6.6.3. For Profiles coating : All profiles shall be pure polyester powder coated with SUPER
DURABLE 10 year Warranty product from QUALICOAT approved Powder manufacturers,
conforming to AAMA 2604 of required colour and shade as approved by the Engineer-in-
Charge., 60 microns thick average thickness.

6.6.4. For Galvanised Brackets : Galvanising on M.S Bracket to be done conforming


toIS:4759-1996 upto 610gms. Per sqm. (80-90 micron thick)

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 63

6.6.5. For Silicone : The structural glazing system shall not have any visible member from
outside and the cut to size glass panel shall be fixed to an aluminium subframe with
structural silicone of required bite as per structural requirement with 6.4 mm thick
Norton/Bow tape around the periphery of the glass unit and the subframe shall be mounted
with alum. cleat on the structural glazing main frame with S.S. Screws @ 350 - 400c/c.

6.6.6. For Profile Protection : All the aluminium profiles shall be provided with protective tape
for safety against external scratches at site. The protective tape shall be removed only at
the time of handing over OR as per instructions of Site-in-charge.

6.6.7. For Alignment : The glazing frame shall be aligned for the entire height and for the entire
width of each transom.
a. The Expansion joints between two mullions should be created by inserting 200 mm long
Aluminium Expansion Sleeve Tube, and the expansion gap should not be more than 10
mm. The Expansion joint must be properly sealed all around with weather sealant to make
it water tight.
b. The periphery of the glazing shall be sealed both from inside and outside with silicone
weather sealant of approved grade to make the glazings water / airtight.
c. Gaps up to 10mm between the peripheral aluminum member and masonry / R.C.C. / stone
shall be sealed by inserting Backer Rod and weather silicon sealant. Wherever the gaps are
expected to be more than 10 mm, shall be sealed by providing and fixing of 2mm thick
aluminium sheet flashings duly Pure Polyester powder coated to 50-60 Micron thickness in
approved colour / anodised to 20 - 25 microns bent to required profile as per site
requirement
d. A 10 year warranty shall be obtained from the structural sealant manufacturer for all
structural sealant applied at site and submitted to the owners on completion of the work.

Note 1: The special conditions detailed above are in addition to general /additional conditions as
specified elsewhere in tender document.

Note 2: Nothing extra shall be paid on the account of these special conditions.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 64

ADDITIONAL CONDITIONS
1 OBTAINING PLINTH LEVEL COMPLETION CERTIFICATE AND BUILDING
USE PERMISSION (IF APPLICABLE)
The Contractor shall submit required sets of “AS BUILT” drawings for submitting
the same to the Municipal Corporation / Local bodies etc. for obtaining various service
connections, revised commencement certificate if required, completion certificate. The
Contractor shall submit to the Department, 2 sets of “AS BUILT” cloured drawings (A1 size)
and also in soft copy (CD – 2 sets) in one of the standard software package. Nothing extra shall
be payable on this account.
The contractor shall coordinate and facilitate for obtaining certificate from local
bodies including getting the required site visits conducted by such authorities with a view to
obtain the same. The contractor shall also be responsible for liasoning work required, if any, in
this regard with the local bodies. Nothing extra shall be payable on this account. Statutory
charges, fees etc. required to be paid to the local bodies in this connection shall only be payable
by the Department or shall be reimbursable to the contractor on production of proof of actual
payment by him.
It is clarified that the contractor shall be responsible for obtaining all the NO
OBJECTION CERTIFICATES (NOCs), lift clearance, Fire clearance, and the completion
certificates (building use permission) for the various works (covered under the scope of this
tender) required for obtaining completion certificate (building use permission). However, only
two month after the date of completion shall be allowed for obtaining various NOCs and
completion certificate (building use permission).
An amount of 0.10% of the contractor value shall be withheld from the RA bills of
the Contractor towards the same. The contractor may however submit an irrevocable Bank
Guarantee in favour of Engineer-in-charge towards the same, to avoid withholding of amount of
RA bills. The withheld amount A portion of this amount withheld shall be forfeited for non-
performance, for every month delay in obtaining various NOCs and Plinth level completion
certificate (building use permission) submitting the same to the Engineer-in-charge, in a manner
as given below.

a) No amount shall be forfeited if the NOCs and completion certificate (building use
permission) are obtained and submitted within two month after date of completion of the
work.
b) If NOCs and level completion certificate (building use permission) are submitted after two
month of the date of completion of work, the amount forfeited shall be 10% of the withheld
amount.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 65

c) If NOCs and completion certificate (building use permission) are submitted after three
months of the date of completion of work, the amount forfeited shall be 30% of the
withheld amount (i.e. 10% for first two month and 20% for third month).
d) If NOCs and completion certificate (building use permission) are submitted after four
months of the date of completion of work, the amount forfeited shall be 60% of the
withheld amount. (i.e. 10% for first two month, 20% for third month and 30% for the
fourth month).
e) If NOCs and completion certificate (building use permission) are submitted after five
months of the date of completion of work, the amount forfeited shall be 100% of the
withheld amount. (i.e. 10% for first two month, 20% for third month and 30% for the
fourth month and 40% for the fifth month).
However the amount to be forfeited shall be calculated on daily basis. The
contractor shall submit all the NOCs and completion certificate (building use permission)
simultaneously and no consideration shall be given for obtaining and submitting some (and not
all) NOCs and completion certificate (building use permission) while forfeiting the amounts as
mentioned above. If the contractor fails to obtain the NOCs and completion certificate (building
use permission) up to five months from the date of completion of the work, the defect liability
period shall get extended by the same period as delay (in obtaining NOCs and completion
certificate (building use permission)) beyond the five months after the date of the completion of
the work. No claim of any kind shall be entertained from the contractor on these accounts.

2. FACILITIES FOR THE DEPARTMENT


a) 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 approximately 30 sqm and shall be provided with
suitable partitions, doors, windows, locking arrangement etc. all as per the architectural
drawings, for exclusive use of the Department. Adequate toilet facilities (1 no. E.W.C and 2 nos.
urinals) connected to a temporary septic tank / soak pit, drinking water purifier and water cooler
shall also be provided exclusively for the use by the Department. 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.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 66

b) The contractor shall make arrangement for Helmets and safety 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. . Nothing extra shall be paid on this
account.
c) The Contractor shall arrange for one number computer or laptop along with printer, necessary
peripherals and including broadband connection 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, Auto CAD & MS-Project. Nothing extra shall be paid on
this account.
d) The Contractor shall give the Engineer-in-charge on the 5th day of each month, a progress report
along with pictorial photographs (softcopies as well as hard copies) 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 short falls, 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.

Note 1: The additional conditions detailed above are in addition to general/special conditions
as specified elsewhere in tender document.

Note 2: Nothing extra shall be paid on the account of these additional conditions.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 67

PARTICULAR SPECIFICATIONS

1.0 EARTH WORK


1.1 The work shall be done in accordance with CPWD Specifications - 2019 - Vol.I& Vol. II and
National Building Code 2016 with upto date correction slips.
1.2 Excavation shall be undertaken to the width of the Basement / Retaining wall footing
including necessary margins for construction operation as per drawing or directed
otherwise. Where the nature of soil or the depth of the trench and season of the year, do not
permit vertical sides, the contractor at his own expense shall put up the necessary shoring,
strutting and planking or cut slopes with or without steps, to a safer angle or both with due
regard to the safety of personnel and works and to the satisfaction of the Engineer – in –
charge. Measurement of plan area of excavation for payment shall be permitted only. Nothing
extra shall be paid for making steps and slopes etc. as required.
1.3 The contractor shall make at his own cost all necessary arrangements for maintaining water level,
in the area where works are under execution low enough so as not to cause any harm to the works
or problems in carrying out with the execution and the rates for all items of work shall be
considered as inclusive of pumping out or bailing out water, if required, for which no extra
payment shall be made. This will include water coming from any source, such as rains,
accumulated rain water, floods, leakages from sewer and water mains, subsoil water table being
high or due to any other cause whatsoever. The contractor shall make necessary provision of
pumping, dredging, and bailing out water coming from all above sources and excavation and
other works shall be kept free of water by providing suitable system approved by the Engineer-
in-charge.
1.4 Sub-soil water table at work site may vary due to rainy season or due to dewatering etc. in order
to avoid possibility of basement floor of building being getting uplifted/damaged due to water
pressure, the contractor shall make arrangement for lowering the ground water table below the
proposed foundation level as approved by Engineer-in-charge. Sub soil water table shall be
maintained at least 50 cm below the P.C.C. level during laying of P.C.C., water proofing
treatment, laying of basement raft and beams including filling of earth/sand under the basement
floor. The water table shall not be allowed to rise above base of raft level until completion of
outer retaining walls including water proofing of vertical surface of walls and back filling along
the walls up to ground level and until the structure attains such height to counter balance the
uplift pressure. Rate of all items are inclusive of pumping out or bailing out water, if required.
Nothing extra on this account whatsoever shall be paid to him unless otherwise specified. The
sequence of construction shall be got approved by the Engineer-in-charge.
1.5 If excavation is carried out to greater depth than required beyond the level specified, for any
reason whatsoever, such volume shall be made good by filling with PCC M10/1:5:10 having
coarse aggregates 40 mm and down graded and brought to level to receive the leveling course
below foundations. If excavation is carried out to greater width and length, such extra width and
length shall be filled in by well consolidated earth / sand or if the Engineer-in-Charge thinks it is
necessary for the stability of the work, by masonry or concrete as he may direct. Nothing extra
shall be payable on this account.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 68

1.6 The contractor shall ensure all benchmarks and reference points likely to be disturbed during
excavation are protected or transferred appropriately to enable their subsequent use. The
excavations shall be done with safer slopping sides as approved by the Engineer-in-charge.

1.7 The initial depth of excavation shall be done manually, if presence of underground utilities is
suspected. Machine excavation can be resorted to for the remaining depth only with the
permission of the Engineer-in-charge. The excavation shall proceed from the middle of the cut
towards the walling so that the unsupported period to which the walling is exposed is the
minimum. The last 0.5m of excavation shall be taken up only after full arrangements for laying
the base concrete have been made. After the excavation is completed to the final level, the base
shall be prepared by dressing, ramming consolidating and then base concrete shall be laid and
compacted. It shall be ensured that at no time, the bottom of the cut is left exposed in the final
level for long duration.

1.8 During excavation, if water percolation takes place through the joints in the trench walling, the
contractor shall take remedial measures either by grouting or by caulking or plastering as
approved by the Engineer-in-charge. The contractor shall take remedial measures to stop such
percolation. The idea is to keep the trench in as dry condition as possible and to avoid loss of soil
due to such percolation. The water through the walling should be completely eliminated. If
despite the precautions taken, there is water percolation and water is required to be pumped out,
the contractor shall make arrangements to lead the water by appropriate surface drain to a
convenient sump from where the same could be pumped out. The quoted rate includes all the
expenses incurred in stopping water percolation and also includes the cost of arrangement for
provision of sumps in the cut and collection of seepage and all sorts of other water such as rain
waters, flood water, sewage or sludge mixed waters etc. towards the sumps.

1.9 The Contractor shall be required to maintain the water table over the entire area and in the
vicinity of the foundation at 500 mm or more below the bottom level of the foundation at the
lowest point of the same or as per design so that the dry working surface is available until the
foundation is completed. Thereafter, the water table can be allowed to rise to its natural level. The
Contractor shall also ensure that there is no danger to nearby properties and installations on
account of such lowering of the water table. If needed, suitable measures shall be taken by the
Contractor at no extra cost. The quoted rate of the contractor shall be deemed to be inclusive of
such incidental works. In trenches where surface water is likely to get into cut during monsoon a
ring bund of puddle clay shall be formed outside to the required height and maintained at no cost
to the department. The contractor shall also take steps to prevent back inflow of pumped water.

1.10 The contractor shall arrange to stack separately at locations or at dumping areas indicated by the
Engineer-in-charge, the excavated spoils which are fit for use for back filling at no extra cost
being paid for such stacking. Spoils from excavation shall be disposed off the construction site as
per the directions of the Engineer-in-charge.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 69

1.11 Any special treatment for improving the soil qualities to stabilise bottom against heaving
conditions by way of any chemical or quick lime treatment, any grouting of soil-mass, if
considered to prevent subsidence in advance of excavation if ordered by the Engineer-in-charge
shall have to be done at no extra cost.

1.12 Excavation for all works and of materials required for filling shall be to the exact width, length
and depth shown on the drawings or as directed by the Engineer-in-Charge. Where the nature of
soil or the depth of the trench and season of the year, do not permit vertical sides, the contractor
at his own expense shall put up the necessary shoring, strutting and planking with due regard to
the safety of personnel and works and to the satisfaction of the Engineer-in-Charge. If required,
driving of rolled section / sheet pile of suitable size to be done into the soil to retain earth as
directed by Engineer-in-Charge at his own expense.

1.13 Propping shall be undertaken when any foundation or stressed zone from an adjoining structure is
within a line of 1 vertical to 2 horizontal from the bottom of the excavation. No extra payment
will be made on this account.

1.14 The Contractor shall, at the contract rates, make provision for all shoring, dewatering, dredging,
bailing out or draining water whether subsoil or rain or other water and the excavation shall be
kept free of water while the masonry work or concrete work is in progress and until the Engineer-
in-Charge considers the work well set (Refer IS:3764 Safety Code for Excavation Work).
Dewatering shall be carried out by suitable means with adequate stand-by arrangements as may
be approved by the Engineer-in-Charge. The level of ground water shall be maintained at least
500mm below the lowest level of excavation during the laying of foundations. The Contractor
shall be deemed to have satisfied himself with regard to feasibility of all aspects of dewatering
including site constraints due to existing structures. Though the method of dewatering is left to
the contractor, he shall be required to submit method statement of dewatering scheme including
requisite justifications to the Engineer-in-Charge and seek his prior written approval. Approval of
the Engineer-in-Charge, however shall not relieve the contractor of the responsibility of adequacy
and appropriateness of dewatering and protection arrangements for the quality and safety of the
work. The contractor shall satisfy the Engineer-in-Charge as to the capacity of the drains or
disposal site to take the required quantity and flow of water to be pumped out at various stages of
excavation. The Contractor shall obtain necessary approvals of local bodies for discharging the
pumped out water. All the dewatering pumps shall therefore also have dedicated D.G. Power
supply which shall come on automatically in case of failure of electrical supply from the mains.
Monitoring of water table shall be done using electronic probes located at least one each of the
four corner of excavation.

1.15 The Contractor shall erect and maintain during progress of works temporary barricading with all
safety measures around dangerous excavations at contractor’s cost. The contractor shall take all
adequate protective measures to see that excavation operations do not affect or damage adjoining
structures.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 70

1.16 The Contractor shall notify to the Engineer-in-Charge when the excavation is completed and no
base or Concrete shall be laid until the Engineer-in-Charge has inspected and approved of the soil
conditions obtained for each individual footing or the full raft area.
1.17 In case any underground structures that need to be protected (like underground sewer lines etc.)
are encountered, the Contractor shall bring the same to the notice of the Engineer-in-Charge
immediately and shall take all such steps as the Engineer-in-Charge may instruct for protection of
such structures. Such protective measures shall be done at the Contractor’s cost. If any damage
occur to such items which were required to be protected during excavation, the same shall be
made good by contractor at his own cost otherwise Engineer-in-Charge will arrange to make it
good at the risk and cost of contractor.
1.18 The contractor should remove from site, the net surplus earth only. If he disposes earth more than
the surplus quantity and earth is required later to be brought from outside, the contractor shall be
liable to supply at site the such required quantity of earth of required quality at his own cost and
nothing shall be paid on the account. The quantity of the surplus earth to be disposed off from
the site shall be worked out on the basis of levels to be taken before and after the excavation. The
decision of the Engineer-in-charge regarding the quantity of net surplus earth shall be final &
binding. Nothing extra shall be payable to the contractor for stacking the excavated earth.
1.19 In case earth or sand is used for backfilling in foundation, it shall be got approved from the
Engineer-in-Charge. In the foundation the backfilling shall be done in layers not more than
200mm thick and shall be thoroughly watered and consolidated by approved method. .
1.20 All the major excavation shall be carried out by mechanical excavator. No extra payment shall be
made for that.
1.21 Any trenching and digging for laying sewer lines/water lines/cables etc. shall be commenced by
the contractor only when all men, machinery’s and materials have been arranged and closing of
the trench(s) thereafter shall be ensured within the least possible time.
1.22 The Jungle clearance and clearance of grass are not payable separately for any type of Earth
Work in excavation and Preparation of sub-grade.

2.0 CONCRETE WORK


2.1 The work shall be done in accordance with CPWD Specifications - 2019 - Vol.I& Vol. II with
upto date correction slips.

3.0 RCC/CC WORK (DESIGN MIX CONCRETE)


3.1 The work shall be done in accordance with CPWD Specifications - 2019 - Vol.I& Vol. II with
upto date correction slips.
3.2 The contractor shall engage one of the IIT/NIT/Reputed Govt. Engineering Institutions/Approved
Laboratories as directed by the Engineer-in-charge at his own expenses for designing the
concrete mix in accordance with relevant IS Codes and to conduct laboratory test to ensure the
target strength and workability criteria for a given grade of concrete.
3.3 In case of change of source or characteristic properties of the ingredients used in the concrete mix
during the work, a revised laboratory mix design report conducted at IIT/NIT/Reputed Govt.
Engineering Institutions/Approved Laboratoriesshall be submitted by the contractor as per the
direction of the Engineer-in-Charge.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 71

3.4 All cost of mix designing and testing connected therewith including charges payable to the
laboratory shall be borne by the Contractor including redesigning of the concrete mix wherever
required and directed by Engineer-in-Charge.
3.5 Cement: PPC shall be used for design mix concrete and shall conform to IS-1489 (part-I).
However, if higher grade of cement is used by the contractor nothing extra shall be paid on this
account.
3.6 Admixtures / Plasticizers: - The admixture shall confirm to IS:9103, wherein required, the
admixture of approved quality and approved make only shall be used to attain the required
workability. Nothing extra shall be paid for use of admixtures

3.7 Approval of Design Mix:


The mix design for a specified grade of concrete shall be done for a target mean compressive
strength
Tck = Fck + 1.65s
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 is “good” for which the standard deviation (s)
obtained for different grades of concrete shall be as follows:

GRADE OF CONCRETE STANDARD DEVIATION(S)


M-25 4.0
M-30 5.0
M-35 5.0
M-40 5.0
(a) The average strength of each test sets is not less than the specified target mean
compressive strength (Tck).
(b) The strength of any specimen cube is not less than 0.85 Tck.
(c) The concrete mix is required degree of workability and acceptance concrete finish.
Note: Extra cement up to 10% of the minimum specified cement content in design mix
shall be payable separately. In case the cement content in design mix is more than 110%
of the specified minimum cement content, the contractor shall have discretion to either
re-design the mix or bear the cost of extra cement

3.8 Work Strength Test:


TEST SPECIMEN:
Work strength test shall be conducted in accordance with IS:516 on random sampling. Each test
shall be conducted on six specimens, three of which shall be tested at 7 days and remaining three
at 28 days.

TEST RESULTS OF SAMPLES:


The test results of the sample shall be the average of the strength of three specimen. The
individual variation shall not be more than ± 15% percent of the average. If variation is more,
the test results shall be treated as invalid. 90% of the total tests shall be done at the laboratory

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 72

established at site by the contractor and remaining 10% in the laboratory of IIT/NIT or in
any other laboratory as directed by the Engineer-in-Charge.
LOT SIZE:
The minimum frequency of sampling of concrete of each grade shall be in accordance with the
following:

QUANTITY OF CONCRETE IN THE NUMBER OF SAMPLES


WORK (CUBIC METRE PER DAY).
1-5 1
6-15 2
16-30 3
31-50 4
51 & above 4 Plus one additional sample for each
additional 50 cubic meters of part thereof
NOTE: - At least one sample shall be taken from each shift.

3.9 Standard of Acceptance:


(i) The concrete shall be accepted if both the following condition are met.
a. Any individual test result is not less than (Fck - 3) N/mm2.
b. The mean of test results from any group of four consecutive samples is more than (Fck
+ 3) N/mm2.
c. Note:-For concrete of quantity up to 30 cum (where the number of samples to be taken
is less than four as per frequency of sampling given in clause 5.11.5(d) CPWD
Specification-2019 Vol-I, the mean of test results of all such samples shall be fck + 4
N/mm2, minimum.
(ii) Concrete of each grade shall be assessed separately.
(iii) Concrete is liable to be rejected, if it is porous or honeycombed, its placing has been
interrupted without providing a proper construction joint, the reinforcement has been
displaced beyond the tolerances specified, or construction tolerances have not been met.

4.0 SHUTTERING / FORM WORK


4.1 The work shall be done in accordance with CPWD Specifications - 2019 Vol. I & Vol. II with
upto date correction slips.
4.2 Steel shuttering as approved by the Engineer-in-Charge shall be used by the contractor.
Minimum size of shuttering plates shall be 600mm x 900mm except for the case when closing
pieces required to complete the shuttering panels. Dented, broken, cracked, twisted or rusted
shuttering plates shall not be allowed to be used on the work.
4.3 The shuttering plates shall be cleaned properly with electrically driven sanders to remove any
cement slurry or cement mortar or rust. Proper shuttering oil or debonding compound shall be
applied on the surface of the shutter plates in the requisite quantity before assembly of steel
reinforcement.
4.4 The joint filler shall be resilient closed cell expanded polyethene and non-tainting as per
manufacturer specification and direction of Engineer-in-Charge.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 73

4.5 Providing joint filler of required thickness in position to substrate using either double sided foam
adhesive tape or neoprene synthetic rubber adhesive. When forming expansion joint with the
Board in in-situ concrete, joint sealing slots can be readily formed in the following matter-
a) Before installing, simply cut off a strip of the required depth. Then install the filler flush with
the finished surface.
b) Prior to sealing, the top strip can then be pulled easily from the joint to provide an
uncontaminated sealing slot ready for preparation and sealing.
4.6 Nothing extra shall be paid for the centering and shuttering, circular in shape whenever the form
work is having a mean radius exceeding 6m in plan.
4.7 In order to keep the floor finish as per architectural drawings and to provide required thickness of
the flooring as per specifications, the level of top surface of RCC shall be accordingly adjusted at
the time of its centering, shuttering and casting for which nothing extra shall be paid to the
Contractor.
4.8 As per general engineering practice, level of floors in toilet / bath, balconies, shall be kept 25 to
50 mm as required lower than general floors shuttering should be adjusted accordingly and slabs
should be laid with slope towards the drainage point. Nothing extra is payable on this account.

5.0 SURFACE FINISH SHUTTERING / FORM WORK


5.1 For shutter finished surface, the contractor shall ensure that all outer exposed columns to be
casted in a single pour without any construction joint upto bottom of beam or as approved by
Engineer-in-charge. No tie bolt shall be permitted in columns, beam. Cast-in-situ superstructure
shall be casted in single pour between the expansion joints. Utmost care shall be taken by the
contractor in erection of formwork for components cast in stages if any. Location of construction
joints in between such stages shall be pre-decided and all such joints shall be treated in a manner
approved by the Engineer-in-charge so as to match with the surrounding concrete without leaving
any visual aberration or bad patches and/or bands.
5.2 The form finished concrete surfaces shall be free from honeycomb, blemishes, holes, surface
defects, surface undulation etc. In no case such defects shall exceed 200 mm in any direction for
individual spots or the continued area of such defects shall not exceed 0.20% of the entire area of
related surface. Any variation beyond this limit shall be considered as a substandard work and
shall be liable for rejection. The Engineer-in-Charge shall have the option to accept the so
formed concrete at a reduced rate for defects exceeding this limit provided it is structurally
adequate and due matching of defective patches is done by the contractor to the entire satisfaction
of the Engineer-in-Charge.
5.3 Special care shall be taken to ensure that no stains are left on the formed concrete either from
formwork or exposed reinforcement bars. Such stains shall be removed by the contractor at no
extra cost so as to match with adjoining concrete surfaces to the satisfaction of the
Engineer-in-Charge
5.4 Steel form work or any other internationally accepted “System Form work” shall only be used for
concrete work to produce a smooth and uniform finish on all exposed surfaces. The entire
responsibility of planning, designing, erection, dismantling, safety and shifting of false work lies
with the contractor. Individual steel shuttering plates shall have minimum size 0.9m x 1.5 m
(minimum area 1.35 sqm) except in the matching pieces, piers and smaller components.
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 74

Formwork shall be made out of minimum 5 mm thick M.S. Plates with stiffeners (thickness not
less than 5mm) or as per design approved by Engineer-in-charge.

6.0 REINFORCEMENT
6.1 The reinforcement shall be done as per CPWD Specifications - 2019 - Vol.I& Vol. II with upto
date correction slips.
6.2 The item of reinforcement of RCC work includes all operations including straightening, cutting,
bending, welding, binding with annealed steel or welding and placing in position at all the floors
with all leads and lift complete as per CPWD Specification - 2019 - Vol.I& Vol. II with upto date
correction slips.
6.3 To avoid displacement of bars in any direction and to ensure proper cover, only factory made
round type/rectangular cover blocks of required strength shall be used by the contractor. Nothing
extra shall be payable on this account.

7.0 BRICK WORK


7.1 Unless otherwise specified FPS Bricks shall be used in all items of brick work. The classification
of bricks brought by the contractor shall strictly conform to CPWD Specifications – 2019 Vol-1
& II with upto date correction slips or as specified. The work shall also include for leaving chases
/ notches for dowels / cramps for all kinds of cladding to come over brick work.

8.0 RANDOM RUBBLE MASONRY


8.1 The work shall be done in accordance with CPWD Specifications - 2019 Vol. I & Vol. II with
upto date correction slips.

8.2 Guarantee: Work of RR Stone Masonry shall carry five years guarantee to be reckoned from
the date after the expiry of maintenance period prescribed in the contract of the work against
faulty workmanship, finishing, unsound materials, structural instability and other related
problems.
Five Years Guarantee bond in prescribed Performa attached herewith as Annexure-I shall be
submitted by the contractor to meet their liability / liabilities under the guarantee bond.
Five percent of the cost of RR Stone Masonry work shall also be retained as security deposit
and the amount so withheld would be released after Five Years from the date of completion of
the entire work under the agreement, if the performance of the work done is found satisfactory. If
any defect is noticed during the guarantee period, it shall be rectified by the contractor within
seven days of receipt of intimation of defects in the work. If the defects pointed out are not
attended to within the specified period, the same will be got done from another agency at the risk
and cost of contractor.
However, the security deposit deducted may be released in full against bank guarantee of
equivalent amount in favour of Engineer in charge, if so decided by the Engineer in charge.
The Security deposit against this item of work shall be in addition to the security deposit
mentioned elsewhere in contract form.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 75

9.0 STONE / MARBLE /GRANITE WORK (OTHER THAN MASONARY)


9.1 The execution of stones work shall be in general as per CPWD Specifications - 2019 - Vol. I &
Vol. II with upto date correction slips.
9.2 All holes, rebates, recesses etc. for providing fixing and inserts shall be predrilled and precut and
worked using precision machine tools. Nothing extra on this account shall be payable.
9.3 SAMPLES FOR STONE WORK: Samples of each item of stone work either individually or in
combination shall be prepared for approval of Engineer-in-Charge before commencement of
work.
9.4 Sequence of execution for cladding work shall be suggested by the contractor for approval of
Engineer-in-Charge.

10.0 SCAFFOLDING
10.1 Double steel scaffolding having two sets of vertical supports shall be provided. The supports
shall be sound and strong, tied together with horizontal pieces over which scaffolding planks
shall be fixed.

11.0 WOOD WORK


11.1 The wood work in general shall be carried out as per CPWD Specifications - 2019 Vol.I& II with
upto date correction slips.
11.2 The samples of species of timber to be used shall be got approved and deposited by the contractor
with the EE before commencement of the work. The contractor shall produce cash vouchers and
certificates from kiln seasoning or/and chemical treatment plants about the timber section to be
used on the work having been kiln seasoned or/and chemically treated by them.
11.3 Factory made shutter as specified shall be obtained from factories approved by the Engineer in
charge. The contractor shall inform well in advance to the Engineer-in-charge the names and
address of the factory from where the contractor intends to get the shutters manufactured. The
contractor will place order for manufacture of shutters only after written approval of the
Engineer-in-charge in this regard is given. The contractor is bound to abide by the decision of the
Engineer-in-charge and recommend a name of another factory from the approved list in case the
factory already proposed by the contractor is not found competent to manufacture quality
shutters. Shutters will however be accepted only if this meet the specified tests. The contractor
will also arrange stage wise inspection of the shutters at factory to the Engineer-in-charge or his
authorized representative. Contractor will have no claim if the shutters brought at site are rejected
by Engineer-in-charge in part or in full lot due to bad workmanship / quality even after inspection
of factory. Such shutters will not be measured and paid and the contractor shall remove the same
from the site of work within 7 days after the written instruction in this regard are issued by
Engineer in Charge or his authorized representative.
11.4 All fittings and fixtures shall be got approved from the Engineer-in Charge before procurement
well in advance and the approved samples shall be kept at site till completion of the work.
11.5 Glazing for toilets shall be of translucent type.
11.6 The shape and size of beading shall be as per drawings. The joints of beading shall be mitred.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 76

12.0 STEEL WORK


12.1 Work shall be carried out as per CPWD Specifications - 2019 - Vol. I & Vol. II with upto date
correction slips.
12.2 All welded structural steel work shall be tested for quality of weld as laid down in IS:822-1970
before actual erection if required.

13.0 FLOORING
13.1 All work in general shall be carried out as per CPWD Specifications- 2019 - Vol. I & Vol. II with
upto date correction slips.
13.2 Whenever flooring is to be done in patterns tiles/ stone, the contractor shall get samples of each
pattern laid and approved by the Engineer-in-Charge before final laying of such flooring for
which nothing extra shall be paid.
13.3 Different stones/ tiles used in pattern flooring as per the approved architectural drawings and
nothing extra for laying pattern flooring shall be paid. No additional wastage if any shall be
accounted for any extra payment.
13.4 Nothing extra shall be paid for using extra cement mortar/concrete for maintaining finished level
of flooring to be done in patterns with tiles/ stone etc.
13.5 The proper gradient shall be given to flooring for toilets, varandah, kitchen, court yard, etc. as per
the directions of Engineer-in-Charge. For this there may be extra thickness of dry mortar below
the tiles/stone slabs. These gradients should be insured in the shuttering itself. Nothing extra shall
be paid for this as this is included in the tendered rates.
13.6 The rate of items of flooring is inclusive of providing sunken flooring in bathrooms, kitchen etc.
and nothing extra on this account is admissible.
13.7 POP protection layer shall be laid on all finished floors for protection from damage during
execution of other items of work in that area which shall be removed and cleaned just before
handing over of the premises for which nothing extra shall be paid.
13.8 The samples of flooring, dado & skirting as per approved pattern shall be prepared & got
approved from the Engineer-in-charge before execution of work.
13.9 Ceramic Tiles/Vitrified Tiles Work/ Granite stone flooring
13.9.1 Work shall be carried out as per CPWD Specifications- 2019 Vol. I & II with up to date
correction slips and as per manufactures specifications.
13.9.2 Rates shall be inclusive of all operations including labour, material, T&P, scaffolding
etc. complete. Nothing extra shall be payable on any account.
13.9.3 In all Staircases sand blasted finished / lapotra finished granite of approved shade will be
used for flooring on tread and landing as directed by Engineer-in-charge.
13.9.4 Single piece granite stone slab shall be provided in treads (with 15 mm pre-moulded
nosing) and single piece polished granite of approved shade shall be used for risers.
Nothing extra shall be payable on any account.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 77

14.0 STAINLESS STEEL RAILING/HANDRAILS


14.1 GENERAL: The contractor shall apply all materials, labour, tools, ladders, scaffolding and other
equipment necessary for the completion and protection of all stainless-steel work.
14.2 MATERIAL: All stainless-steel pipes and plates shall conform to AISI 304 grade and the
relevant clauses associated with this grade of steel to be followed.
14.3 SURFACE FINISH: Surface finish of all the stainless-steel materials will be in 240 grit satin
finish / matt finish.
14.4 ACCESSORIES: The S.S. railing to be fixed to staircase and all other location shall be modular
and of design and make as approval by the Engineer-in-charge and as per list of approved makes.
Fixing will be done by stainless steel expansion bolts of approved size and make as per Engineer-
in-charge and welding if required to be done at any isolated place, to be done by using organ
welding rods and the surface being duly finished and cleaned by K2 passivation, which is nitric
acid plus fluoric acid solution treatment by which the chances of corrosion will be eliminated and
any burn out makes on the metal will also be eliminated.
14.5 COATING MASS: All stainless-steel material will have to be coated by a solution of Inox to
avoid finger in prints and avoidance of settlement of environment / atmospheric dust.

15.0 FALSE CEILING WORKS


15.1 The luminaries, air grills / diffusers, signage’s etc. shall be as far as possible independently
supported to avoid any over loading of the ceiling system which may result in excessive
deflection or twisting of grids. Any strengthening of grid system by providing additional hangers,
fasteners, runners, cross tees etc. or providing additional bracing may be carried out as required
for any specific locations or for specific purpose for which nothing extra shall be payable.
Various false ceiling systems shall include cost of all inputs of labour, materials, wastage if any,
T&P, scaffolding, staging or any other temporary enabling structure / services etc. and all other
incidental charges including making necessary cut outs for A.C diffusers, Light fittings, grills,
Fire detection, alarm, sprinklers devices and fittings etc. No deduction in the area shall be made
for openings nor anything extra shall be payable for making the openings. Also nothing extra
shall be payable on account of any wastage in materials. Also nothing extra shall be payable on
account of any strengthening of the supporting suspension system for the false ceiling, around the
openings in the false ceiling by using additional hangers, fasteners, runners, cross tees, cross
channels, etc.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 78

16.0 WATER PROOFING TREATMENT


16.1 Work shall be executed as per CPWD Specifications, 2019 Vol. I & II with upto date correction
slips.
16.2 The contractor shall associate himself with the specialized firm, to be approved by the Engineer-
in-charge in writing, for water proofing treatment for basement/lower ground floor, underground
tank and on roofs.
16.3 The finished surface after water proofing treatment for roof slab shall have smooth slope with
minimum gradient of 1 in 80.
16.4 Before commencement of treatment on roof surface, it shall be ensured that the outlet drain
pipes/ spouts have been fixed and the spout opening have been eased and rounded off properly
for easy flow of water.
16.5 The surface where the water proofing is to be done shall be thoroughly cleaned with wire
brushes. All loose scales mortar splashes etc. shall be removed and dusted off. The surface shall
be treated with neat cement slurry admixed with proprietary water proof compound to penetrate
into crevices and fill up all the pores in the surface.
16.6 Curing of water proofing treatment shall be done for a minimum period of two weeks by flooding
the water by making compartments etc.

16.7 GUARANTEE:
The work shall carry Ten Years guarantee to be reckoned from the date of completion of the
entire work under the contract against faulty workmanship, finishing, unsound materials,
efficiency of water proofing treatment and other related problems.
Ten Years Guarantee bond in prescribed Performa attached herewith as Annexure-II shall be
submitted by the contractor which shall also be signed by both the specialized agency and the
contractor to meet their liability / liabilities under the guarantee bond. However, the sole
responsibility about efficiency of water proofing treatment shall rest with the main contractor.
10% (Ten percent) of the tender amount of whole water proofing work shall be retained as
security deposit and the amount so withheld would be released after ten years from the date of
completion of the entire work under the contract, if the performance of the work done is found
satisfactory. If any defect is noticed during the guarantee period, it shall be rectified by the
contractor within seven days of receipt of intimation of defects in the work. If the defects pointed
out are not attended to within the specified period, the same will be got done from another
agency at the risk and cost of contractor.
However, the security deposit deducted may be released in full against bank guarantee of
equivalent amount in favour of Engineer in charge, if so decided by the Engineer in charge.
The Security deposit against this item of work shall be in addition to the security deposit
mentioned elsewhere in contract form.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 79

17.0 FINISHING
17.1 The work shall be carried out as per CPWD Specifications- 2019 Vol.-I & Vol. II with upto date
correction slips.
17.2 All painting material shall be brought to the site of work in the original sealed containers. The
material brought to the site of work shall be sufficient for at least 30 days of work. The material
shall be kept under the joint custody of contractor and representative of the Engineer-in-Charge.
The empty contains shall not be removed from the site till the completion of the work without
permission of the Engineer-in-Charge.
17.3 Test certificate from manufacturers for each Batch/Lot of paints, primer etc. shall be supplied by
the contractor.

18.0 SANITARY INSTALLATIONS, WATER SUPPLY AND DRAINAGE


18.1 The scope of work comprises supply, laying, installation, commissioning and testing of water
supply, sewerage and drainage works including sanitary fixtures and fittings. These works shall
be executed as per the specifications of items attached and CPWD specifications- 2019 Vol. I &
II with up-to-date correction slips up to the date of tender submission.
18.2 The work of water supply and sanitary installations shall be got executed by the agency as
approved by Engineer-in-Charge.
(i) The entire plumbing drawing and sanitary installation, sewerage, drainage drawing/ details
shall be submitted by the contractor and got approved by the Engineer-in-Charge before the
execution.
(ii) The entire responsibility for the quality and proper functioning of entire water supply,
sanitary installations, sewerage and drainage works will be of contractor only.
18.3 The work of water supply, internal sanitary installations and drainage etc. shall be carried out as
per the bylaws of the Municipal Corporation or any other local body and the contractor shall
produce necessary completion certificates from such authority after completion of work.
18.4 All water tanks, taps, sanitary, water supply and drainage pipes fittings and accessories etc. shall
conform to the bylaws and specifications of the Municipal Body/Corporation where CPWD
specifications are not available.
18.5 The contractor shall engage licensed plumbers for the work and the materials (fixtures/fittings)
tested by the local Municipal Body/Corporation wherever required at his own cost. Nothing extra
shall be paid/reimbursed for the same.
18.6 All sanitary wares and fittings shall conform to IS standards and to be procured from approved
makes. The contractor shall submit minimum three samples of different makes of approved make
list for all fittings and fixtures proposed to be used to the Engineer-in-charge for his approval and
decision of Engineer-in-charge regarding selection of any sample shall be final and binding. The
approved samples shall remain with the Engineer-in-charge till the completion of the work.
18.7 All fixtures and accessories shall be fixed in accordance with a set pattern matching the tiles or
interior finish as per architectural requirements. Wherever necessary the fittings centered to
dimensions and pattern desired. The piping stack shall be installed at least 50mm using MS
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 80

brackets, away from the finished / plastered shaft wall. The Item of Brackets and Clamps shall be
paid for separately. From floor traps to outside CI fittings only single piece connection pipe shall
be used.
18.8 All vertical Sanitary & water supply pipes shall be fixed to pre primered and pre painted M.S
supporting frame with “U” shaped G.I bolts, threaded at both ends, as specified, with GI nuts, GI
washers, GI cleats etc. as approved by the Engineer-in-charge. Supporting frame shall be fixed
with approved anchor fasteners / plumbing nails as directed by the Engineer-in-charge. In all
cases, pipelines shall be fixed, minimum 50 mm away from the finished wall face and shall not
be fixed directly to the walls. The cost of providing and fixing GI supporting frame, “U” bolts,
GI nuts, GI washer, anchor fastener etc., for clamping the pipes to the supporting frame shall be
paid for separately under relevant item.
18.9 The rates shall include the cost of cutting chases, holes in walls, floors, RCC slabs etc. Wherever
required and making good the same for which nothing extra shall be paid.The work in general
shall be carried out as per CPWD specifications.
18.10 Rate includes all materials, labour and all the operations mentioned in the respective items unless
and otherwise specifically mentioned.
18.11 Horizontal C.I. Soil & waste pipes running along ceiling shall be fixed on structural adjustable
clamps of approved design. Horizontal pipes shall be laid to uniform slope and the clamps
adjusted to the proper levels so that the pipes fully rest on them and are properly secured.
18.12 The CI pipe wherever necessary shall be fixed to RCC columns, beams etc. with rawl plugs of
approved quality and nothing extra shall paid for on this account.
18.13 All C.I. Soil & waste pipes should be provided by core cutting method, No hubless centrifigally
cast (spun) iron pipes & fittings will be hidden in roof or sunken except on ground floor.
18.14 The joints of pipe and fittings shall be of shielded coupling for Hubless centrifugally cast-iron
pipe with SS 304 grade coupling with EPDM rubber gasket as per CPWD Specification and
direction of Engineering-in-Charge
18.15 All the works shall be completely concealed either within shafts or chases or in fills and dropped
ceilings, unless specifically shown in drawings or required otherwise.
18.16 All the works shall be adequate protected against corrosion, so that the whole work is free from
damage throughout.
18.17 The contractor shall give a performance test of the entire installation(s) as per standing
specifications before the work is finally accepted by making his own arrangements for water
supply, electricity etc. and nothing extra whatsoever shall be payable for the same.
18.18 The contractor shall give a satisfactory performance test of the entire installation (s) before the
work is finally accepted and nothing extra shall be payable to the contractor on this account.
18.19 The contractor shall be responsible for all the protection of sanitary, water supply fittings and
fixtures against pilferage and breakage during the period of installation until the completion /
handing over of the work.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 81

18.20 Before the work is handed over, the contractor shall clean all fixtures removing all plaster,
stickers, rust stains and other foreign matter, leaving every part in acceptable condition and ready
for use to the satisfaction of the Engineer-in-charge.
18.21 The contractor shall submit completion plans for water supply internal sanitary installations and
building drainage work within thirty days of the date of completion. These plans are to be
submitted on drawings prepared preferably through computers (1 original copy + 3 photocopies)
on suitable scales to show the general arrangement and desired details.
18.22 Single lever Quarter turn CP Brass basin mixer shall be provided.
18.23 Quarter turn (lever type) CP Brass wall mixer, Sink mixer, bib cock, angle valve, pillar cock shall
be provided.

18.24 Inspection and Testing


Inspection and testing of water supply sewerage and drainage installations shall be carried out as
per CPWD Specification & National Building Code 2016 with up to date amendments.
i) All rates are inclusive of pre testing and on site testing of the installations, materials and
commissioning.
ii) Cleaning and Disinfection of Pipelines: -
On completion of hydraulic tests and before a pipe is disinfected, it shall be proved to be free
from obstruction, debris and sediment by scouring or by any other process which the Engineer-
in-charge may prescribe. Upon satisfactory completion of testing and cleaning, the pipelines
shall be disinfected as order. Chlorine solution shall be applied at the charging point as the
pipeline is being filed and dosing shall be continued until the pipeline is full and at least 50 parts
of chlorine per million parts of water have been made available and distributed evenly. If
ordinary bleaching power is used, proportions will 150 gms of power to 1000 litre of water. If a
proprietary brand is used, the proportion shall be as specified by the manufacturer. The treated
water shall be left in pipeline for a period as directed but not exceeding 24 hours chlorine
residual tests shall be taken at various points along the pipeline. The disinfection process
shall be repeated until the sample of water taken from the pipeline are declared fit for human
consumption by a recognized laboratory.

18.25 :GUARANTEE BOND FOR REMOVAL OF DEFECTS AFTER COMPLETION IN


RESPECT OF SANITARY INSTALLATIONS/WATER SUPPLY WORKS

Five years guarantee bond in prescribed proforma attached at Annexure-III herewith shall be
submitted by the contractor the contractor to meet their liability/ liabilities under the guarantee
bond
5% (Five percent) of the tender amount of whole sanitary installations and water supply be
retained as security deposit and the amount so withheld would be released after five years
from the date of completion of the entire work under the agreement, if the performance of the
work done is found satisfactory. If any defect is noticed during the guarantee period, it shall be
rectified by the contractor within seven days of receipt of intimation of defects in the work. If the
defects pointed out are not attended to within the specified period, the same will be got done from
another agency at the risk and cost of contractor.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 82

However, the security deposit deducted may be released in full against bank guarantee of
equivalent amount infavour of authority intimated by Engineer-in-Charge, if so decided by the
Engineer-in- Charge.

The security deposit against this item of work shall be in addition to the security deposit
mentioned elsewhere in tender document.

19.0 SPECIFICATIONS FOR ALUMINIUM DOOR, WINDOW, VENTILATOR


WORKS
19.1 General:
19.1.1 Work shall be carried out as per CPWD Specifications- 2019 Vol. I &Vol.II with upto date
correction slips.
19.1.2 Aluminium Doors, Windows &Ventilators shall be manufactured through approved
fabricator in a workshop. The fabricator for the Aluminium work shall be got approved
from the Engineer-in-charge, well before actual commencement of the item of work.
19.1.3 The drawings and specifications cover the major requirement only. The supplying of
additional fastenings, accessory features and other items not mentioned specifically herein,
but which are necessary to make a complete installation shall be a part of this contract.
19.1.4 Aluminium doors, windows etc. shall be of sizes, section details as shown on the drawings.
The details shown on the drawings indicate generally the sizes of the components parts and
general standards. These may be varied slightly to suit the standard adopted by the
manufacturer. Before proceeding with any manufacturing, the contractor shall prepare and
submit complete manufacturing and installation drawings for approval of the Engineer-in-
Charge and no work shall be performed until the approval of these drawings is obtained.
19.2 Shop Drawings:
The contractor shall submit the shop drawings of doors, Windows, louvers, cladding and
other aluminum work, based on architectural drawings, to the Engineer-in-Charge for his
approval. The drawings shall show full size sections of doors, windows etc. thickness of
metal (i.e. wall thickness), details of construction, sub frame/ rough ground profile,
anchoring details, hardware as well as connection of windows, doors and other metal work
to adjacent work. Samples of all joints and methods of fastening and joining shall be
submitted to the Engineer-in-Charge for approval well in advance of commencing the
work.
19.3 Samples:
Samples of doors, windows, louvers etc. shall be fabricated, assembled and submitted to
the Engineer-in-Charge for his approval. They shall be of sizes types etc. as decided by
Engineer-in-Charge. All samples shall be provided at the cost of the contractor.
19.4 Sections:
Minimum doors and windows shall be fabricated from extruded section of profile as
detailed on drawings. The sections shall be extruded by the manufacturers approved by the
Engineer-in-charge. The aluminum extruded sections shall conform to relevant IS
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 83

designation with chemical composition and technical properties as per IS:733 and IS:1285.
The permissible dimensional tolerance of the extruded sections shall be such as not to
impair the proper and smooth function/ operation and appearance of doors and windows.
19.5 Fabrication:
Doors, windows, etc. shall be fabricated to sizes as shown at factory and shall be of
section, sizes combinations and details as shown in the Architectural Drawings. All doors,
windows etc. shall have mechanical joints. All members shall be accurately machined and
fitted to form hairline joints prior to assembly. The joint and accessories such as cleats,
brackets, etc. shall be of such materials as not to cause any bimetallic action. The
fabrication of doors, windows, etc. shall be done in suitable sections to facilitate easy
transportation, handling and installation. Adequate provision shall be made in the door and
window members for anchoring to support and fixing of hardware and other fixtures as
approved by the Engineer-in-Charge.
19.6 Protection of Finish:
All aluminum Doors, windows etc. shall be wrapped with approved self-adhesive non-
staining masking tapes.
19.7 Handling and stacking:
19.7.1 Fabricated materials shall be stacking in an approved manner to protect the material
against any damage during transportation. The loading and unloading shall be carried out
with utmost care, on receipt of materials at site, they shall be carefully examined to
detect any damaged pieces. Arrangements shall be made for expeditious replacement of
damaged piece/ parts. Materials found to be acceptable on inspections shall be repacked
in crates and stored safely.
19.7.2 In the case of Composite windows and doors, the different units are to be assembled first.
The assembled Composite units should be checked for line, level and plumb before final
fixing is done. Units may be serial numbered and identified as how to be assembled in
their final location of situation so warrants.
19.7.3 Where aluminum comes into contact with masonry brickwork, concrete, planter or
dissimilar metals, it shall be coated with approved insulation lacquer, paint or plastic tape
to ensure that electro- chemical corrosion is avoided. Insulation material shall be
trimmed off to a clean flush line on completion.
19.7.4 The contractor shall be responsible for assembling Composite, bedding and filling the
groove with backup roads polysulphide sealant inside and outside, placing the doors,
windows etc. in their respective opening. After the doors/ windows have been fixed in
their correct assigned position, the open hollow sections abutting masonry concrete shall
be fitted with approved polysulphide sealant densely packed and neatly finished.
19.7.5 The contractor shall be responsible for doors, windows, etc. being set straight plumb,
level and for their satisfactory operation after fixing is complete.
19.8 Installation:
19.8.1 Just prior to installation the doors, windows etc. shall be uncrated and stacked on edge on
level bearers and supported evenly. The frame shall be fixed into position true to line and
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 84

level using adequate number of expansion machine bolts, anchor fasteners of approved
size and manufacturer and in an approved manner. The holes in concrete/ masonry
members for housing anchor bolts shall be drilled with an electric drill.
19.8.2 The doors, windows assembled as shown on drawings shall be placed in correct final
position in this opening and marks made on concrete members at jambs, sills and heads
against the holes provided in frames for anchoring. The frame shall then be removed
from the opening and laid aside. Neat hole with parallel sides of appropriate size shall
then be drilled in the concrete members with an electric drill at the marking to house the
expansion bolts. The expansion bolts shall then be inserted in the holes, struck with a
light hammer till the nuts is forced into the anchor shell. The frame shall then be placed
in final position in the opening and anchored to the support through cadmium plated
machine screws of required size threaded to expansion bolts. The frame shall be set in
the opening by using wooden wedges at supported and bar plumbed in position. The
wedges shall invariably be placed at meeting points of glazing bars and frames.
19.9 Neoprene Gaskets:
The contractor shall provide and install Neoprene gaskets of approved size and profile at
all locations as shown and as called for to render the doors, windows etc. absolutely air
tight and weather tight. The contractors shall produce samples of the gaskets for approval
and procure after approval only.
19.10 Fittings:
Hinges, stays, handles, tower bolts, locks and other fittings shall be of excellent quality
and manufacturers shall be approved by the Engineer-in-Charge.
19.11 Sealant:
19.11.1 Use modified silicone for joint subject to movement and in glazing.
19.11.2 Surfaces to receive sealant shall be properly prepared, cleaned, primed and excess sealant
removed from finished surfaces.
19.11.3 Sealed joints shall be neatly tooled and surfaces smoothed.
19.11.4 Follow the instruction of the sealant manufacturers.
19.11.5 Colour of the sealant shall be approved by the Engineer-in-Charge.
19.12 Glazing:
19.12.1 Glazing shall generally be accomplished from the inside of building.
19.12.2 The glazing system shall be designed to this end use a continuous EPDM compression
gasket on both sides (Present Gasket on one side of glazing pocket and roll in gasket on
another side). A continuous wet seal shall be employed to ensure a complete water
tightness.
19.12.3 Maintain a minimum glazing bite, edge clearance and surface clearance depending on the
glass as recommended by the glass manufacturer.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 85

19.13 Sealant and Gasket Application:


19.13.1 Sealant and gasket shall be provided wherever shown in the drawings or required for a
permanently weather tight installation. The sealing mechanism is necessary but is not
indicated, it shall be of type recommended by the sub- contractor and approved by the
Engineer-in-Charge.
19.13.2 All adjoining surfaces shall be protected to receive sealant against staining by masking
and/ or other methods.
19.13.3 Joints and joint surfaces shall be clean, dry, and free of any material that may have an
adverse effect on the bonding and/ or seal of the sealant and gasket materials.
19.13.4 Apply sealant and gasket under the conditions recommended by the manufacturer(s).
Prime all surface to receive sealant and gasket unless recommended otherwise, use no
sealant that has started to set in its container or a sealant that has exceeded the self-life
published by the manufacturer.
19.13.5 Fill all joints continuously and completely with sealant, forming a neat, uniform, concave
bead. Finish the material flush with adjoining surfaces unless shown on the drawings. All
sealant surfaces shall be tooled smooth.
19.13.6 Tensile or shear stress in structural silicone sealant joint shall not exceed 1.4 kg/ sqm.
19.13.7 For filling the gaps between wall/RCC work and frame work of aluminium. Nothing
extra shall be paid for use of silicon or any type of filling metarial.
19.14 Protection & Cleaning: The contractor shall adequately protect all components and
accessories from damage during shipments, storage at job site, erection and after
completion of the work. At such time as may be directed, the sub-contractor shall remove
all protective tapes or coating, thoroughly clean all anodized aluminum and glass surfaces
with suitable cleaning agent, make final adjustments to all ventilators, etc. and hardware
leaving all in first class working order.
19.15 Details of Tests
19.15.1 The various tests on aluminum sections shall be conducted in accordance with the
relevant IS codes.
19.15.2 The minimum number of tests for powder coating and corrosion resistance shall be as
given below:

S. No. Details No. of Tests

1 Doors, Windows & Ventilators 5% of Nos. manufactured.

19.15.3 The samples of major member of each unit of doors/ windows shall be selected at
random by Engineer-in-Charge as such that all the aluminum section be got tested.
19.15.4 The cost of samples, carriage or the samples and testing charges, if any, shall be borne by
the contractor.
19.16 Acceptance Criteria:
The Aluminium sections shall conform to the provisions of the relevant items. For
payment purpose only, actual weight of sections shall be taken into account. However, if
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 86

the sectional weight of any Aluminium section is higher than the permissible variation
then the weight payable shall be restricted to the weight of the section including
permissible variation.

19.17 Measurement:
Payment by weight shall be made for Aluminium sections including beading only and all
fixing angles cleats fittings and fixtures such as handles and hinges etc., shall not be
included in the weight to be paid.
19.18 Rates:
The rates of the items shall include the cost of all materials, labors and inputs required.

20 LIST OF SPECIALISED ITEMS

1. Water proofing treatment work.


For these works, Specialized Agencies shall have to be associated by the agency in case
the agency does not possess the requisite eligibility and experience as per NIT conditions to
carry out these works.

21 PROCEDURE FOR EXECUTION OF THE SPECIALIZED ITEMS:


The contractor shall indicate the name(s) of his associated specialized agencies those
fulfilling the eligibility conditions as early as possible and within 10 days of award of work to
Engineer-in-Charge for approvalin case, the agency does not possess the requisite eligibility
and experience as per NIT conditions to carry out these works.

The contractors shall quote the rates after careful study of contract conditions, specifications,
drawings & schedule of quantities.
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.
For specialized items, the main contractor cannot work as a specialized agency unless his name is
already included in the list of approved specialized agencies for these items. The contractor shall
get these items executed through the specialized agencies as approved by Engineer in Charge.

22 ELIGIBILITY CONDITIONS FOR APPROVAL OF SPECIALIZED AGENCIES:


The Contractor(s) shall submit his proposal for the approval of the Engineer-in-Charge, the
names of specialized agencies of repute along with their technical capability /experience
proposed to be engaged by him. The agency must be currently actively engaged in execution of
the said specialized item and must have who have satisfactorily executed similar work during last
7 (Seven) years as below:
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 87

(i) Three works each of value not less than 40% of corresponding cost of the specialized items.
or
(ii) Two works each of value not less than 60% of corresponding cost of the specialized items.
or
(iii) One work of value not less than 80% of corresponding cost of the specialized items.
For calculation purpose only, cost of the specialized item as per accepted tendered value of the all
the items corresponding to the specialized item under consideration.
For ascertaining the above criteria, contractor shall provide certified copy of Income tax TDS
certificates for payments made, work order copy, completion certificate, performance
certificate against each completed similar work for verification by Engineer in charge. In case
required and directed by Engineer in charge, contractor shall get such similar completed work
inspected by Engineer in charge and contractor shall extend all necessary help for same at no
extra cost to the department. Decision as to approve or reject the proposed specialized agency
based on the inspection of the completed work shall be final and binding on the contractor and
no claim, whatsoever, shall be admissible on this account and the contractor shall be required
to propose another specialized agency as per the required eligibility criteria.
23 LIST OF ACCEPTABLE MAKES OF MATERIALS
i) A List of Preferred Brand Names of Various Materials / Products are shown below for usage in
execution of Work. However, Approved equivalent material of any other Specialized Companies
/ Firms may also be used, in case it is established that the Brands Specified below are not
available in the market and subject to approval of the alternate brand by the Engineer In charge.
ii) It must be ensured, in general, that all materials to be used in the works shall bear BIS
Certification mark. In cases where for a particular material/product, BIS Certification Mark is not
available, then the material proposed to be procured can be used subject to the condition that it
should conform to CPWD Specifications and relevant BIS codes. In such cases written approval
of the Engineer-in -Charge shall be obtained before use of such material in their works.
iii) The list given below does not absolve the Executing Agency from their responsibility for
using these products. It is only after, they are satisfied about the quality and performance, and the
products shall be used. To achieve this, proper check on the quality of the product, actually to be
used, should be exercised.

S. No. Materials List of Approved Make


1. i) Ordinary Portland Cement/PPC ACC, UltraTech, Ambuja Cement, J.K. Cement,
Century Cement, Shree Cement, Jaypee Cement,
Vikram Cement
ii) White Cement Birla White, J.K. White
2. Reinforcement Steel SAIL, Tata Steel, Rashtriya Ispat Nigam Ltd
(RINL), JSW Steel Ltd., Jindal Steel & Power
Ltd.,
3. Water Proofing Compounds, Fosroc, ROFF/Dr. Fixit (Pidilite Industries),
Admixtures, Plasticizer, Super CICO, Sika, BASF, Ardex Endura (Bal Endura),
Plasticizer, Curing Compounds MC Baucheme, Impermo, UltraTech, M/s Perma
Const. Aids Pvt. Ltd., STP Ltd., Penetron,
Rammers

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 88

4. Integral Water proofing compound Fosroc: Conplast 421


with cement (For Plaster & Mortar)
Dr. Fixit: LW+,
Sika: Sikacim,
Asian Paints: Smart care vitalia,
& equivalent product of BASF, CICO, Ardex
Endura, STP Ltd.

5. Water proofing for Fosroc: Brush Bond, RFX, Nitocete 210


bathroom/toilet/balcony & other wet CICO: Tapecrete,
areas Dr. Fixit: Pidifine 2k
Sika: Nito Bond,
Asian Paint: Damp Block 2 K
& equivalent product of BASF,
Ardex Endura, STP Ltd., Velosit
6. Crystalline water proofing compound Fosroc: Fosroc Crystalline
Dr. Fixit: Dr. Fixit Crystalline
Sika: Sika Crystalline
Asian Paint: Crystalline Quart &
equivalent product of BASF, CICO, Ardex
Endura, Penetron, STP Ltd., Velosit
7. Grouts, Tile Adhesive Latecrete, Kerokoal, BASF, Ardex Endura,
Ferrous Crete, STP Ltd.
8. Structural Steel SAIL, Tata Steel, Rashtriya Ispat Nigam Ltd
(RINL) and JSW Steel Ltd., Jindal Steel & Power
Ltd.,
9. Polycarbonate Sheet GE Plastic, LEXAN, MG Polyplast
10. Profile steel sheet Ezydeck of TATA, Lloyd Superdeck, JSW/Jindal
11. Particle Board Action TESA, Greenlam, Merino, Archid Ply
12. Laminates Action TESA, Greenlam, Century Ply, Merino,
Sunmica, Decolam, Formica, Asislam
13. Flush door shutters Duro, Century, Durian, Green ply, Archidply,
JAYNA (Jain Wood Industries), Kutty flush door,
Anchor, Kitlam, National, KITPLY, Kalpataru,
Ecoboard
NOTE: Only ISI marked flush door shutters to be
used.
14. Fire Rated Doors Signum Fire Protection, Shakti Metdoor,
NAVAIR, Sukri, Promat International, Bhawani
Fire Pvt. Ltd.
15. False Ceiling system Armstrong, Hunter Douglas, Anutone, Dexune,
USG Boral, Saint Gobain, Gyproc, Aerolite,
Durlum, Interarch
16. Plywood/Veneer Green ply, Century, Merino, Duro, Durian
17. Melamine Polish Asian Paints Melamine Gold, Wudfin of Pidlite,
Timbertone of ICI Dulux.
18. Floor Spring & Door Closure Godrej, Dorma, Dorset, Kich, Autoingress

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 89

19.(a) Aluminium Section Hindalco, Jindal, Indian Aluminium co.


19.(b) AnodisedAluminium Hardware Kilong, Alualpha, Classic, Ebco
(Heavy Duty)
20. Clear/Float/Frosted/Toughened Saint Gobain, AIS, Modiguard, Ashahi Float.
Glass/Refractive Glass
21. Stainless Steel Railing, Accessories JINDAL, Dorma, Kich, GEZE, Godrej, Hardwyn,
etc. Hettich, Hefele, Autoingress
22. S.S. Door /window & Fittings Jindal, Dorma, Kich, Dorset, Godrej, Hardwyn,
Hettich, Hefele, Autoingress
23. Silicon based water G.E. Plastics, Dow Corning, Wacker, BASF,
repellant/Weather Sealant Pidilite (Dr. Fixit/Roff), STP Ltd.
24. Poly-Sulphide Sealant Fosroc, Pidilite, Dow Corning, Wacker,
BASF/STF, STP Ltd.
25. Mosaic tiles/Chequered Tiles Ultra Tiles, NITCO, Hyper (Mayur), Pavcon
26 Ceramic Tiles Kajaria, Somany, RAK, NITCO, Johnson, AGL
(Asian), Orient Bell
Note: The tiles manufactured at mother plant only
to be used.
27. Vitrified Tiles Kajaria, Somany, RAK, NITCO, Johnson, AGL
(Antiskid/Matt/Glazed) (only GVT (Asian), Orient Bell
vitrified tile permitted) Note: The tiles manufactured at mother plant only
to be used.
28. Paver block &Kerb Stone Pavcon, Hyper Tiles/Dynamic Industries/Mayur,
KK, Power, Sharda, Navya, Spectra, Elegant,
Kseries, Paegant
29. Dash/Anchoring Fasteners HILTI, Fischer, Bosch, Wurth.
30. Cement Based Wall Putty Birla wall care, JK White, Berger, Asian Paints,
Ferrous
31. Oil Bound Washable Distemper/ Dry Asian Paints, Nerolac, Berger, Dulux ICI
Distemper
32. 1st Quality Acrylic Distemper/ Dry Asian Paints, Nerolac, Berger, Dulux ICI
Distemper
33. Acrylic Emulsion Paints Asian Paint (Tractor Aqua Lock Paint), Berger:
Commando or equivalent paints of Nerolac or ICI-
Dulux
34. Plastic Emulsion Paints Asian Paints: (Apcolite Heavy Duty Premium
Emulsion Paint)
Nerolac: Beauty Gold
Berger: Easy Clean
ICI-Dulux: 3 in 1
35. Premium Acrylic Emulsion Paints Asian Paints: (Royal Luxury Emulson)
(Interior) Nerolac: Impression
Berger: Silk
ICI Dulux: Velvet touch
36. Textured Exterior Paint Asian Paints, Nerolac, Berger Paints, Ultratech
Paints, Luxture

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 90

37. Acrylic Smooth Exterior Paint Asian Paints: (Apex/Professional Premium


Exterior Emulsion)
Nerolac: XL
Berger: Weather Coat
ICI-Dulux: Weather Shield
38. Premium Acrylic Smooth Exterior Asian Paints: Apex Ultima
Paint with Silicon additive. Nerolac: XL Total
Berger: Weather Coat all guard
ICI-Dulux: Whether Shield max
39. Cement Primer Asian: Apcolite Premium gloss enamel
Nerolac: Synthetic Hi gloss
Berger: Luxol Hi gloss
ICI-Dulux: Gloss Synthetic enamel
40. Steel Primer ( Red Oxide Zinc Nerolac, Berger, BP White(Berger), Decoprime
Chromate Primer) WT(Asian), White primer(ICI)
41. Wood Primer Nerolac, Paints(Wood Primer- White/Pink),
Berger ICI, Nerolac
42. Epoxy Paint Asian, Nerolac, Berger, ICI, Kansai Akzo Nobel,
Pidilite, CICO, Sika
43. Fire Paint Asian Paints, Akzo Nobel Coatings India Ltd.,
PROMAT, Jotun
44. G.I./ M.S. Pipe Tata, Jindal (Hisar), Prakash Surya
45. G.I. Fittings Unik, AVR, Zoloto
46. HDPE Pipes Reliance, Jain Pipes, ORIPLAST, Supreme
47. DI PIPES Electrosteel, Jindal, TATA DUCTURA,
Kapilansh, Kesoram
48. DI Fittings Electrosteel, Jindal, TATA DUCTURA,
Kapilansh, Kesoram
49. CPVC pipe and Fittings Astral, Supreme, Prince, Ashirwad
50. Centrifugally Cast spun) Iron Pipes NECO, SKF, RIF, Kapilansh, Electrosteel
& Fittings
51. C.I. Manhole covers, frames,& GI NECO, BIC, SKF, Kapilansh, RAJ Iron Foundary
Gratings Agra
52. SFRC Manhole covers & gratings K.K. Jain PRAGATI
53. CP Brass Fittings (Superior Range) Jaquar(Florentine and higher), Grohe, Roca,
Kohler
54. CP Brass Fittings (Normal Range) Hindware, Somany, Jaquar, Parryware, PRIMA
(ISI marked), CERA, ESS-ESS, Plumber,
Kingston
55. Mirror Glass Atul, Modi Guard, Golden Fish, Asahi, Saint
Gobain
56 (a) Sanitary ware, Fittings & accessories Kohler, Roca, Jaguar, Somany, Kajaria, Hindware
(Superior Range)
56 Sanitary ware, Fittings & accessories CERA, Parryware, Jaquar, Hindware, Kingston
(b) (Normal Range)
57. CPVC pipe & fitting Astral, Supreme, Prince, Ashirwad, Flowguard,

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 91

Finolex
58. Stainless Steel sink Neelkanth, Niralli, Jyna, Hindware, Frankee,
Cobra, Kingston, Prayag
59. RCC Pipes (NP-2) Lakshmi, Sood & Sood, Jain Pipe Co.(Newai),
Mahaveer Enterprises (Newai), Work well spun
pipes pali, Nagpur cement product, Eagle pipe
Kolhapur
60. UPVC Doors & Windows (PROFILE Fenesta, KOMERLING, REHAU, Aluplast,
makers & their authorized Jangid Engg Works, Wintech, Duroplast, Saint
Fabricators only) Gobain
61. Extruded Polystyrene Insulation Dowcorning, Supreme, Taxas, Analco
Board
62. Heat Resistant Tiles Swastik, Thermatek
63. Gypsum Plaster Ferrous Crete, Gyproc - Saint Gobain, Ultra Tech,
USG Boral, India Gypsum, Aerolite
64. Floor hardener Ironite, Ferrok, hardonate
65. Modular Expansion Joint Herculus, Sanfield India Ltd. Vexcolt, Kemper
(Kemperol)
66. Glass wool Dow Corning U.P., Twiga, Isover
67. UPVC doors and window hardware Rotto, Dorset, Kinlong
68. AAC Block Adhesive Ultra Tech, Ardex Endura, Ferrous Crete, Bostik,
M/s Delite Blocks Pvt. Ltd., Siporex
69. Ready Mixed Plaster ACC, RMC India, Ultratech, Nuvoco,
VALTECH, Armine, Ferrous Crete
70. Aluminium Composite Panel Alpolic, Aluco Bond, Reynobond, Euro bond, Al-
strong, Virgo
71. Designer coloured cement concrete Ultra, Nitco, Hindustan, Raj-Tiles, OM Tiles
floor tiles for outdoor use.
72. Fibre Glass Shelf Kamal, Bath King.
73. Float Glass Modi Float, Saint Gobain, Tata.
74. FRP Shutters Fibre Glass Engineers, Raipur, Om Ventures
(E.P.Kamat Group)
75. Glass Mosaic Tile Bissazza, Saon.
76. Hydraulic Door Closer/ Spring Dorma, Kich, Godrej, Hettich, Hefele,
Autoingress
77. Metal False Ceiling Armstrong, Dexune, Anutone, Trac, Durlum, New
Age.
78. Mineral Fibre Ceiling Armstrong, Anutone, Daiken, Aerolite, USG
Boral
79. M. S. Pipe Kesoram, Electro Steel.
80. Acoustic panels and ceiling Armstrong, Anutone
81. Clay tiles on Roof Kenjai, Johnson.
82. Orissa Pan Hindware, Cera, Somany, Jaguar, Parryware
83. PPR Pipes SFMC, Safe, Pioneer.
84. Plastic Connection Pipe Parryware, Kamal, Delux, Somany, Hindware
85. PVC Rain Water Pipe & Fitting Finolex, Supreme, Plasto, Ashirvad

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 92

IS:13592 Type A & B


86. PVC Shutter Rajshri, Sintex, Akal America.
87. PVC Tank Sintex, Star, Lotus, Plasto.
88. SS Railing Metallica India, Stark steel Fabricator, Mobel
Hardware, ICICH Industries, Essal, Kich, D-Line,
Godrej, Dorma
89. Towel Ring/Towel Rod/Towel Rack Jaquar, Marc, Roca, Kohler
90. RMC (Ready mix concrete) ACC, RMC India, Ultratech, Nuvoco
91. Mangalore Tiles Johnson, Kenjai, Monier
92. RCC Door Frame Ventura, Mahalaxmi
93. Galvalum Sheet Jindal, Tata Bluescope, JSW, Interach,
Multicolour
94. PTMT Prayag, Supreme, Kingston
95. Anti Carbonation Paint Dulux (ICI), Asian, Berger
96. Fly Ash Bricks C’Cure, Shree adhe Enterprises
97. AAC Block Xtralite from Ultratech,Aerocon from HIL,
Siporex India limited, Emmkay Greens, Ultralite,
98. PUF sandwich Panel Sintex, Llyod, Jindal, Multicolour, Interarch
99. Polymer Based Contentious Water Ardex Endura, Dow, BASF, Mc-Bauchemie, Sika,
Proof Coatings/Polyurea treatment Fosroc, Pidilite, Berger, Asian Paint Smartcare,
Xterra, velosit
100. Fire Rated Glass Saint Gobain, Pyran Schott, Pilkington
101. Hardware/Fixtures/Fittings for Fire Briton, AssaAbbloy (King), Dormakaba
rated doors including Glazed fire
rated doors
102. Aluminium Door/Window/Partitions AluK, Kalco, Schuco, Reynaer, Technal
Fabricators

Note: 1) In case approved make for any material/item is not specified in the NIT, the decision of
finalizing a particular brand shall rest with CE-Dehradun, CPWD, Dehradun
2) In case of non-availability of a particular material/item from specified manufacturers/make,
the decision of CE-Dehradun, CPWD, Dehradun in selection of alternate
manufacturer/make is final.
3) Contractor shall provide minimum three samples of three different makes for each item of
work as per the list of approved makes for the approval of Engineer-in-charge. It shall be
the discretion of Engineer-in-charge to approve any of the three samples to be submitted by
the contractor and decision of Engineer-in-charge in this regard shall be final and binding
and nothing extra, whatsoever, shall be admissible on this ground.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 93

ANNEXURE-I
GUARANTEE TO BE EXECUTED BY THE CONTRACTORFOR REMOVAL OF
DEFECTS AFTER COMPLETION IN RESPECT OF RR STONE MASONRY
This agreement made this.................... day of ................. Two Thousand ……………… between
....................................M/s ...............................................(hereinafter called the GUARANTOR on the one
part) and the President of India (hereinafter called the Government on the other part)

WHEREAS THIS agreement is supplementary to a Contract No. ……….. dated ...................


(Hereinafter called the Contract) and made between the GUARANTOR ON THE ONE PART AND the
Government on the other part whereby the contractor inter alia undertook to render the work in the said
contract structurally stable, workmanship, finishing and use of sound materials.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work
will remain structurally stable and guaranteed against faulty workmanship, finishing and materials for
five years to be reckoned from the date of completion of the work under the contract.

NOW THE GUARANTOR hereby guarantee that work executed by him will remain structurally
stable and defect free for minimum period of five years to be reckoned from the date after the expiry of
maintenance period prescribed in the contract.

During this period of guarantee, the guarantor shall make good all defects to the satisfaction of
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 all the defects, commits breach there under, then the
guarantor will indemnify the principal and his successor against all loss, damage, cost expense or
otherwise which may be incurred by him by reason of any default on the part of the GUARANTOR in
performance and observance of this supplementary agreement. As to the amount of loss and/or damage
and or cost incurred by the Government, the decision of the Engineer-in-Charge will be final and binding
on both the parties.

IN WITHNESS WHEREOF these presents have been executed by the obligator


.......................and ........................................ by ................................. for and on behalf of the President of
India on the day, month and year first above written.

SIGNED, sealed and delivered by OBLIGATOR in the presence of:

1. ................................................ 2. ...........................................

SIGNED FOR AND BEHALF OF THE PRESIDENT OF INDIA BY ...................................in the


presence of:

1. ............................................... 2. ..........................................

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 94

ANNEXURE-II
GUARANTEE TO BE EXECUTED BY THE CONTRACTORFOR REMOVAL OF
DEFECTS AFTER COMPLETION IN RESPECT OF WATERPROOFING WORKS

This agreement made this.................... day of ................. Two Thousand .............. between M/s
..................................(hereinafter called the GUARANTOR on the one part) and the PRESIDENT OF
INDIA (hereinafter called the Government on the other part)
WHEREAS THIS agreement is supplementary to a Contract No. ………..dated
...................(Hereinafter called the Contract)and made between the GUARANTOR on the one part and
the Government on the other part whereby the contractor inter alia undertook to render the building and
structures in the said contract completely water and leak-proof.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work
will remain water and leak proof, for TenYearsfrom the date of completion of the work under the
contract.
NOW THE GUARANTOR hereby guarantee that work executed 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 of completion of the work under the contract.
Provided that the guarantor will not be responsible for leakage caused by earthquake or
structuraldefects or misuse of roof or alteration and for such purpose:
(a) Misuse of roof shall mean any operation which will damage proofing treatment, like chopping
offirewood 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 the roof or
constructionadjoining to existing roof whereby proofing treatment is removed in parts;
(c) The decision of the Engineer-in-Charge with regard to nature and cause of defect shall be final.
During this period of guarantee, the guarantor shall make good all defects and in case of any
defect being found render the building water proof to the satisfaction of 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 execute the water proofing or commits breach there under, then the
guarantor will indemnify the principal and his successor against all loss, damage, cost expense or
otherwise which may be incurred by him by reason of any default on the part of the GUARANTOR in
performance and observance of this supplementary agreement. As to the amount of loss and/or damage
and or cost incurred by the Government, the decision of the Engineer-in-Charge will be final and binding
on both the parties.
IN WITHNESS WHEREOF these presents have been executed by the obligator
.......................and ........................................ by ................................. for and on behalf of the
PRESIDENT OF INDIA on the day, month and year first above written.
SIGNED, sealed and delivered by OBLIGATOR in the presence of:

1. ................................................ 2. ...........................................

SIGNED FOR AND BEHALF OF THE PRESIDENT OF INDIA BY ...................................in


the presence of:

1. ............................................... 2. ..........................................

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 95

ANNEXURE-III
GUARANTEE TO BE EXECUTED BY THE CONTRACTORFOR REMOVAL OF
DEFECTS AFTER COMPLETION IN RESPECT OF SANITARY INSTALLATIONS &
WATER SUPPLY WORKS.

This agreement made this.................... day of ................. Two Thousand .............. between M/s
..................................(hereinafter called the GUARANTOR on the one part) and the PRESIDENT OF
INDIA (hereinafter called the Government on the other part)
WHEREAS THIS agreement is supplementary to a Contract No. ……….. dated ...................(Hereinafter
called the Contract) and made between the GUARANTOR on the one part and the Government on the
other part whereby the contractor inter alia undertook to render the sanitary installations & water
supply works water tight and leak-proof.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work
will remain water tight and leak proof, for Five Years from the date of completion of the work under the
contract.
NOW THE GUARANTOR hereby guarantee that work executed by him will render completely water
tight leak proof and the minimum life of such sanitary installations & water supply worksforwater
tight and leak-proof shall be Five years to be reckoned from the date of completion of the work under the
contract.

Provided that the guarantor will not be responsible for leakage caused by earthquake or
structuraldefectsor misuse. The decision of the Engineer-in-Charge with regard to nature and cause of
defect shall be final.
During this period of guarantee, the guarantor shall make good all defects and in case of any
defect being found render the sanitary installations & water supply works to the satisfaction of 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 execute the sanitary installations & water supply works or
commits breach there under, then the guarantor will indemnify the principal and his successor against all
loss, damage, cost expense or otherwise which may be incurred by him by reason of any default on the
part of the GUARANTOR in performance and observance of this supplementary agreement. As to the
amount of loss and/or damage and or cost incurred by the Government, the decision of the Engineer-in-
Charge will be final and binding on both the parties.
IN WITHNESS WHEREOF these presents have been executed by the obligator
.......................and ........................................ by ................................. for and on behalf of the
PRESIDENT OF INDIA on the day, month and year first above written.
SIGNED, sealed and delivered by OBLIGATOR in the presence of:

1. ................................................ 2. ...........................................

SIGNED FOR AND BEHALF OF THE PRESIDENT OF INDIA BY ...................................in


the presence of:

1. ............................................... 2. ..........................................

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 96

SCHEDULE OF QUANTITIES (CIVIL WORK)


Name of work : -C/o 1 No. 120 Men Barrack for 1st Bn. ITBP at Sunil, Joshimath, Uttarakhand.

S.No Description Qty Unit Rate Amount

1 EARTH WORK
1.1 Earth work in excavation by mechanical
means (Hydraulic excavator)/manual means
over areas (exceeding 30 cm in depth, 1.5 m in
width as well as 10 sqm on plan) including
getting out and disposal of excavated earth lead
upto 50 m and for all lift, as directed by
Engineer-in-charge.
1.1.1 All kinds of soil
3,740.00 cum 199.60 7,46,504.00
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
getting out and disposal of excavated earth lead
upto 50 m and for all lift as directed by
Engineer-in-charge.
1.2.1 Ordinary rock
470.00 cum 553.15 2,59,981.00
1.2.2 Hard rock (blasting prohibited)
930.00 cum 1,586.35 14,75,306.00
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, for
all lift, 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.
472.00 cum 292.80 1,38,202.00
1.4 Excavating trenches of required width for
pipes, cables, etc including excavation for
sockets, and dressing of sides, by mechinical /
manual means ramming of bottoms, for all
depth, 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, not exceeding 80 mm dia.
But not exceeding 300mm dia 485.00 metre 393.00 1,90,605.00
1.5 Filling available excavated earth (excluding
rock) in trenches, plinth. sides of
foundations etc. in layers not exceeding
20cm in depth, consolidating each deposited
layer by ramming and watering, lead up to 50
m and for all lift 1,638.00 cum 216.45 3,54,545.00

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 97

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
1,462.00 cum 139.95 2,04,607.00
1.6.2 Ordinary or hard rock
980.00 cum 251.00 2,45,980.00
1.7 Supplying and filling in plinth with sand under
floors, including watering, ramming,
consolidating and dressing complete. 80.00 cum 2,894.90 2,31,592.00
2 CEMENT CONCRETE (CAST IN SITU)
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 (zone-III)
derived from natural sources : 4 graded stone
aggregate 20 mm nominal size derived from
natural sources) 17.00 cum 9,865.60 1,67,715.00
2.1.2 1:5:10 (1 cement : 5 coarse sand (zone-III)
derived from natural sources : 10 graded stone
aggregate 40 mm nominal size derived from
natural sources) 322.00 cum 8,104.85 26,09,762.00
2.2 Providing and laying damp-proof course 50mm
thick with cement concrete 1:2:4 (1 cement : 2
coarse sand (zone-III) derived from natural
sources : 4 graded stone aggregate 20mm
nominal size derived from natural sources). 51.00 sqm 605.80 30,896.00
2.3 Extra for providing and mixing water proofing per bag
material in cement concrete work in doses by of
weight of cement as per manufacturer's cement
specification. of
33.00 50 kg 20.10 663.00
2.4 Providing & applying a coat of residual
petroleum bitumen of grade of VG-10 of
approved quality using 1.7kg per square metre
on damp proof course after cleaning the
surface with brushes and finally with apiece of
cloth lightly soaked in kerosene oil. 51.00 sqm 152.50 7,778.00
2.5 Making plinth protection 50mm thick of
cement concrete 1:3:6 (1 cement : 3 coarse
sand (zone-III) derived from natural sources : 6
graded stone aggregate 20 mm nominal size
derived from natural sources) over 75mm thick
bed of dry brick ballast 40 mm nominal size,
well rammed and consolidated and grouted
with fine sand, including necessary excavation,
levelling & dressing & finishing the top
smooth. 140.00 sqm 913.05 1,27,827.00
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, etc.
for mass concrete. 997.00 sqm 444.85 4,43,515.00
3.1.2 Walls any thickness) including attached
pilasters, butteresses, plinth and string courses
etc. 2,060.00 sqm 940.35 19,37,121.00
3.1.3 Suspended floors, roofs, landings, balconies
and access platform 2,134.00 sqm 1,026.80 21,91,191.00
3.1.4 Shelves (Cast in situ)
168.00 sqm 1,026.80 1,72,502.00
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 98

3.1.5 Lintels, beams, plinth beams, girders,


bressumers and cantilevers 1,875.00 sqm 814.90 15,27,938.00
3.1.6 Columns, Pillars, Piers, Abutments, Posts and
Struts 1,054.00 sqm 1,077.30 11,35,474.00
3.1.7 Stairs, (excluding landings) except spiral-
staircases 60.00 sqm 881.00 52,860.00
3.1.8 Edges of slabs and breaks in floors and walls
3.1.8.1 Under 20 cm wide
160.00 metre 243.65 38,984.00
3.1.9 Weather shade, Chajjas, corbels etc., including
edges 30.00 sqm 1,100.20 33,006.00
3.2 Steel reinforcement for R.C.C. work including
straightening, cutting, bending, placing in
position and binding all complete upto plinth
level and above plinth level.
3.2.1 Thermo-Mechanically Treated bars of grade
Fe-500D or more. 1,98,180.00 kg 120.10 2,38,01,418.00
3.3 Providing and laying in position ready mixed
or site batched design mix cement concrete for
reinforced cement concrete work; using coarse
aggregate and fine aggregate derived from
natural sources, Portland Pozzolana /
Ordinary Portland /Portland Slag cement,
admixtures in recommended proportions as
per IS: 9103 to accelerate / retard setting of
concrete, to improve durability and
workability without impairing strength;
including pumping of concrete to site of
laying, curing, carriage for all leads; but
excluding the cost of centering, shuttering,
finishing and reinforcement as per direction
of the engineer-in-charge; for the following
grades of concrete. Note: Extra cement up
to 10% of the minimum specified cement
content in design mix shall be payable
separately. In case the cement content in
design mix is more than 110% of the specified
minimum cement content, the contractor shall
have discretion to either re-design the mix or
bear the cost of extra cement.
3.3.1 All works upto plinth level
3.3.1.1 Concrete of M30 grade with minimum cement
content of 350 kg /cum 634.00 cum 11,821.55 74,94,863.00
3.3.2 All works above plinth level upto floor V level
3.3.2.1 Concrete of M30 grade with minimum cement
content of 350 kg /cum 890.00 cum 12,197.95 1,08,56,176.00
3.4 Add for using extra cement in the items of
design mix over and above the specified
cement content therein. 458.00 quintal 922.20 4,22,368.00
4 MASONRY WORK
4.1 Brick work with common burnt clay F.P.S.
(non modular) bricks of class designation 7.5
in foundation and plinth in:
4.1.1 Cement mortar 1:6 (1 cement : 6 coarse sand)
119.00 cum 8,918.75 10,61,331.00
4.2 Brick work with common burnt clay F.P.S.
(non modular) bricks of class designation 7.5
in superstructure above plinth level up to floor
V level in all shapes and sizes in :
4.2.1 Cement mortar 1:6(1 cement: 6 coarse sand)
66.00 cum 11,102.30 7,32,752.00
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 99

4.3 Half brick masonry with common burnt clay


F.P.S. (non modular) bricks of class
designation 7.5 in superstructure above plinth
level up to floor V level.
4.3.1 Cement mortar 1:4 (1 cement :4 coarse sand)
710.00 sqm 1,363.70 9,68,227.00
4.4 Brick edging 7cm wide 11.4 cm deep to plinth
protection with common burnt clay F.P.S. (non
modular) bricks of class designation 7.5
including grouting with cement mortar 1:4 (1
cement : 4 fine sand). 142.00 metre 74.95 10,643.00
4.5 Providing and laying Autoclaved Aerated
concrete blocks (AAC) masonry 150mm to
300 mm thick AAC with Grade-1 blocks of
density 551-650 kg/cum conforming to
IS:2185 (Part 3) in super structure above
plinth level up to 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 and reinforcement shall be made for
seperately). 320.00 cum 9,662.50 30,92,000.00
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 : (Stone
available at site shall be supplied by the
department free of cost).
5.1.1 Cement mortar 1:6 (1 cement : 6 coarse sand)
265.00 cum 6,540.00 17,33,100.00
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. (Stone
available at site shall be supplied by the
department free of cost).
5.2.1 Cement mortar 1:6 (1 cement : 6 coarse sand)
84.00 cum 8,712.95 7,31,888.00
6 CLADDING 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 of edges to give high gloss finish etc.
complete at all levels.
6.1.1 Raj Nagar Plain white marble/ Udaipur green
marble/ Zebra black marble
6.1.1.1 Area of slab upto 0.50 sqm
40.00 sqm 3,893.15 1,55,726.00
6.1.1.2 Area of slab over 0.50 sqm 170.00 sqm 3,535.45 6,01,027.00
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 100

6.2 Extra for fixing marble /granite stone, over and


above corresponding basic item, in facia and
drops of width upto 150 mm with epoxy resin
based adhesive, including cleaning etc.
complete. 70.00 metre 637.00 44,590.00
6.3 Extra for providing opening of required size &
shape for wash basin/ kitchen sink in kitchen
platform, vanity counter and similar location in
marble/ Granite/ stone work, including
necessary holes for pillar taps etc. including
moulding, rubbing and polishing of cut edges
etc. complete. 21.00 each 1,082.50 22,733.00
6.4 Providing and fixing 75 mm high, 50 mm deep
and 18 mm thick stone slab table rubbed, edges
rounded and polished, 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
4.50 sqm 4,745.65 21,355.00
6.5 Providing and fixing Ist quality ceramic glazed
wall tiles conforming to IS: 15622 (thickness
to be specified by the manufacturer), of
approved make, in all colours, shades except
burgundy, bottle green, black of any size as
approved by Engineer-in-Charge, in skirting,
risers of steps and dados, over 12 mm thick
bed of cement mortar 1:3 (1 cement : 3 coarse
sand) and jointing with grey cement slurry @
3.3kg per sqm, including pointing in white
cement mixed with pigment of matching shade
complete. 660.00 sqm 1,424.50 9,40,170.00
7 WOOD AND P. V. C. WORK
7.1 Providing and fixing panelling or panelling and
glazing in panelled or panelled and glazed
shutters for doors, windows and clerestory
windows (Area of opening for panel inserts
excluding portion inside grooves or rebates to
be measured). Panelling for panelled ur
panelled and glazed shutters fixed portion of
uPVC windows.
7.1.1 Float glass panes
7.1.1.1 5.0 mm thick glass panes (weight not less than
12.50 kg/sqm). 516.00 sqm 2,988.70 15,42,169.00
7.1.2 Fly proof stainless steel grade 304 wire gauge
with 0.5 mm dia. wire and 1.4rnm wide
aperture with necessary matching uPVC
beading 80.00 sqm 2,038.25 1,63,060.00
7.1.3 Deduct for not providing hinges in doors,
windows or clerestory window shutters with :
7.1.3.1 ISI marked Stainless steel butt hinges with
stainless steel screws :
7.1.3.1. For 2nd class teak wood and other class of
1 wood shutters -314.00 sqm 275.35 -86,460.00

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 101

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 Stainless
Steel butt hinges with necessary screws 70.00 sqm 2,700.10 1,89,007.00
7.2.2 25 mm thick (for cupboard) including ISI
marked nickel plated bright finished M.S.
piano hinges with necessary screws 200.00 sqm 2,451.30 4,90,260.00
7.3 Extra for cutting rebate in flush door shutters
(Total area of the shutter to be measured). 240.00 sqm 125.45 30,108.00
7.4 Providing and fixing chromium plated brass
curtain rod having wall thickness of 1.25mm
with two chromium plated brass brackets fixed
with C.P. brass screws and PVC sleeves etc.,
wherever necessary complete :
7.4.1 25 mm dia
200.00 metre 646.05 1,29,210.00
7.5 Providing and fixing special quality bright
finished brass cupboard or ward robe locks
with four levers of approved quality including
necessary screws etc. complete.
7.5.1 75 mm
122.00 each 446.25 54,443.00
7.6 Providing and fixing aluminium sliding door
bolts, ISI marked anodised (anodic coating not
less than grade AC 10 as per IS : 1868),
transparent or dyed to required colour or shade,
with nuts and screws etc. complete :
7.6.1 300x16 mm
16.00 each 348.65 5,578.00
7.6.2 250x16 mm
14.00 each 314.65 4,405.00
7.7 Providing and fixing aluminium tower bolts,
ISI marked, anodised (anodic coating not less
than grade AC 10 as per IS : 1868 ) transparent
or dyed to required colour or shade, with
necessary screws etc. complete :
7.7.1 250x10 mm
132.00 each 139.85 18,460.00
7.7.2 150x10 mm
250.00 each 101.20 25,300.00
7.8 Providing and fixing aluminium pull bolt lock,
ISI marked, anodised (anodic coating not less
than grade AC 10 as per IS : 1868) transparent
or dyed to required colour and shade, with
necessary screws bolts, nut and washers etc.
complete. 36.00 each 120.40 4,334.00
7.9 Providing and fixing aluminium handles, ISI
marked, anodised (anodic coating not less than
grade AC 10 as per IS : 1868) transparent or
dyed to required colour or shade, with
necessary screws etc. complete :
7.9.1 125 mm
408.00 each 80.45 32,824.00

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 102

7.1 Providing and fixing aluminium hanging floor


door stopper, ISI marked, anodised (anodic
coating not less than grade AC 10 as per IS :
1868) transparent or dyed to required colour
and shade, with necessary screws etc.
complete.
7.10.1 Twin rubber stopper
46.00 each 83.40 3,836.00
7.11 Providing and fixing magnetic catcher of
approved quality in cupboard / ward robe
shutters, including fixing with necessary
screws etc. complete.
7.11.1 Double strip (horizontal type)
244.00 each 45.75 11,163.00
7.12 Providing and fixing Fiber Glass Reinforced
plastic (FRP) Door Frames of cross-section 90
mm x 45 mm having single rebate of 32 mm x
15 mm to receive shutter of 30 mm thickness.
The laminate shall be moulded with fire
resistant grade unsaturated polyester resin and
chopped mat. Door frame laminate shall be
2mm thick and shall be filled with suitable
wooden block in all the three legs. The frame
shall be covered with fiber glass from all sides.
M.S. stay shall be provided at the bottom to
steady the frame. 190.00 metre 941.15 1,78,819.00
7.13 Providing and fixing to existing door frames.
7.13.1 30 mm thick Fiberglass Reinforced Plastic
(F.R.P.) flush door shutter in different plain
and wood finish made with fire retardant grade
unsaturated polyester resin, moulded to 3 mm
thick FRP laminate all around, with suitable
wooden blocks inside at required places for
fixing of fittings and polyurethane foam
(PUF)/Polystyrene foam to be used as filler
material throughout the hollow panel, casted
monolithically with testing parameters of
F.R.P. laminate conforming to table - 3 of IS:
14856, complete as per direction of Engineer-
in-charge. 50.00 sqm 5,309.35 2,65,468.00
7.14 Providing and fixing wire gauge shutters using
stainless steel grade 304 wire gauge with wire
of dia 0.5 mm and average width of aperture
1.4 mm in both directions for doors, windows
and clerestory windows with necessary screws
7.14.1 35 mm thick shutters
7.14.1.1 with ISI marked M.S. pressed butt hinges
bright finished of required size
7.14.1.1.1 Second class teak wood
44.00 sqm 6,007.20 2,64,317.00

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 103

Providing and fixing factory made uPVC


glazed/ wire mesh windows/ doors
comprising of lead free uPVC multi-
chambered frame, sash and mullion/ coupler
(wherever required) extruded profiles having
minimum wall thickness of 1.70 mm for Series
R1 and R2 profiles and 2.10 mm for Series R3
and R4 profiles conforming to EN: 12608 in
any shape, colour and design duly reinforced
with galvanized mild steel section made of
required shape & size as per CPWD
Specification, uPVC extruded glazing
beads, interlocks and Inline sash adaptor
(whereever required) of appropriate dimension,
EPDM gasket, hardware, SS 304 grade
fasteners of minimum 8 mm dia. with
countersunk head, comprising of matching
polyamide PA6 grade sleeve for fixing frame
to finished wall as per IS 1367 : Part 1 to 14,
plastic packers, plastic caps and necessary
stainless steel screws etc. Profile of frame,
sash & mullion (if required) shall be
mitred cut and fusion welded/
mechanically jointed duly sealed at all
corners, including drilling of holes for fixing
hardware 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
7.15 of approved size and quality,
all complete as per approved drawing
conforming to CPWD specification &
direction of Engineer-in-Charge. Section
of steel reinforcement and cross sections of
uPVC profiles to be as per design approved by
Engineer-in-Charge. Wire mesh/ Glazing of
plain/ toughened/ laminated/ double glass unit
with/ without high performance coatings as per
design requirements and conforming to IS:
3548 & IS: 16231 shall be paid separately.
Note:- Structural design proof checked from a
Government Engineering Institute, to be
provided by the manufacturer for : (iii) Sites
with basic wind speed > 45 m/sec as per IS 875
- Part 3 (iv) Sites with structure height more
than 20m for all wind speeds.
Fixed window/ ventilator without mullion/
7.15.1 transom.
Using R1 series with frame (33mm & above) x
7.15.1.1 (35mm & above). (Height upto 0.90 meter) 53 sqm 10,133.50 537076
Ventilator Casement window single panel
with or without fixed panel with S.S. 304
friction hinges as per size and weight of sash,
single point locking zinc alloy (zamak)
7.15.2 powder coated handles.
Using R1 series with frame (33mm & above) x
(35mm & above) & sash /mullion (33mm &
above) x (50 mm & above). (Height upto
7.15.2.1 0.90 meter). 1 sqm 15,758.80 15759

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 104

Casement door single panel with zinc alloy


(zamak) 3D hinges, multi-point locking
system with cylinder, zinc alloy (zamak)
7.15.3 powder coated handles on both sides.
Using R3 series with frame (55mm & above) x
(50mm & above) & sash (55mm & above) x
7.15.3.1 (85mm & above) (Height upto 2.5 meter). 88 sqm 14,271.10 1255857
Using R4 series with frame (64mm & above) x
(55mm & above) & sash (64mm & above) x
7.15.3.2 (64mm & above) (Height upto 2.5 meter). 13 sqm 13,924.45 181018
Fixed window/ ventilator with mullion/
7.15.4 transom.
Using R3 series with frame (55mm & above) x
(45mm & above) & mullion (55mm &
above) x (65mm & above). (Height upto 2.5
7.15.4.1 meter) 11 sqm 9,497.95 104477
Three track three panels sliding window with
two glazed & one wire mesh panels with
Aluminium channel for roller track, wool pile,
7.15.5 nylon rollers with SS 304 body.
Using R3 series with frame (98mm & above) x
(40mm & above) & both glazed and fly screen
sash (30mm & above) x (55mm & above) with
zinc alloy (zamak) powder coated handle on
every glazed panel along with multi-point
7.15.5.1 locking system. (Height upto 1.8m). 91 sqm 13,422.85 1221479
Casement cum fixed panel window having
one single casement panel & one fixed
panel with S.S 304 friction hinges as per size
and weight of sash, multi-point locking system,
7.15.6 zinc alloy (zamak) powder coated handles.
Using R3 series with frame (55mm & above) x
(45mm & above) & sash (55mm & above)
x (65mm & above) & mullion (55mm &
above) x (65mm & above). (Height upto 1.8
7.15.6.1 meter; each openable shutter upto 0.8m width) 80 sqm 10,945.75 875660
8 STEEL WORK
Structural steel work riveted, bolted or welded
in built up sections, trusses and framed work,
including cutting, hoisting, fixing in position
and applying a priming coat of approved steel
8.1 primer all complete. 2000 kg 149.95 299900
Providing and fixing 1mm thick M.S. sheet
door with frame of 40x40x6 mm angle iron
and 3 mm M.S. gusset plates at the junctions
and corners, all necessary fittings complete,
including applying a priming coat of approved
8.2 steel primer.
Using M.S. angels 40x40x6 mm for diagonal
8.2.1 braces 11 sqm 6,404.35 70448
Providing and fixing T-iron frames for doors,
windows and ventilators of mild steel Tee-
sections, joints mitred and welded, including
fixing of necessary butt hinges and screws and
applying a priming coat of approved steel
8.3 primer.
Fixing with 15x3 mm lugs 10 cm long
embedded in cement concrete block 15x10x10
cm of C.C. 1:3:6 (1 Cement : 3 coarse sand : 6
8.3.1 graded stone aggregate 20 mm nominal size). 2080 kg 153.60 319488

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 105

Providing and fixing pressed steel door frames


conforming to IS: 4351, manufactured from
commercial mild steel sheet of 1.60 mm
thickness, including hinges, jamb, lock jamb,
bead and if required angle threshold of mild
steel angle of section 50x25 mm, or base ties
of 1.60 mm, pressed mild steel welded or
rigidly fixed together by mechanical means,
including M.S. pressed butt hinges 2.5 mm
thick with mortar guards, lock strike-plate and
shock absorbers as specified and applying a
coat of approved steel primer after pre-
treatment of the surface as directed by
8.4 Engineer-in-charge:
8.4.1 Profile B
Fixing with carbon steel galvanised dash
fastener of required dia and size (to be paid for
8.4.1.1 separately) 80 metre 580.20 46416
8.4.2 Profile E
Fixing with carbon steel galvanised dash
fastener of required dia and size (to be paid for
8.4.2.1 separately) 92 metre 669.80 61622
Steel work in built up tubular (round, square or
rectangular hollow tubes etc.) trusses etc.,
including cutting, hoisting, fixing in position
and applying a priming coat of approved steel
primer, including welding and bolted with
8.5 special shaped washers etc. complete.
8.5.1 Hot finished welded type tubes 14512 kg 208.15 3020673
Providing and fixing circular/ Hexagonal cast
iron or M.S. sheet box for ceiling fan clamp, of
internal dia 140 mm, 73 mm height, top lid of
1.5 mm thick M.S. sheet with its top surface
hacked for proper bonding, top lid shall be
screwed into the cast iron/ M.S. sheet box by
means of 3.3 mm dia round headed screws, one
lock at the corners. Clamp shall be made of 12
mm dia M.S. bar bent to shape as per standard
8.6 drawing. 102 each 248.05 25301
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.
8.7 as required.
In gratings, frames, guard bar, ladder, railings,
8.7.1 brackets, gates and similar works 6550 kg 190.60 1248430
Providing and fixing carbon steel galvanised (
minimum coating 5 micron) dash fastener of
10 mm dia double threaded 6.8 grade (yield
strength 480 N/mm2), counter sunk head,
comprising of 10 mm dia polyamide PA 6
grade sleeve, including drilling of hole in
frame , concrete/ masonry, etc. as per direction
8.8 of Engineer-in-charge.
8.8.1 10 x 120 mm 704 each 193.70 136365
8.8.2 10 x 160 mm 180 each 257.10 46278

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 106

Providing and fixing stainless steel ( Grade


304) railing made of Hollow tubes, channels,
plates etc., including welding, grinding,
buffing, polishing and making curvature
(wherever required) and fitting the same with
necessary stainless steel nuts and bolts
complete, i/c fixing the railing with necessary
accessories & stainless steel dash fasteners ,
stainless steel bolts etc., of required size, on the
top of the floor or the side of waist slab with
suitable arrangement as per approval of
Engineer-in- charge, (for payment purpose
only weight of stainless steel members shall be
considered excluding fixing accessories such
8.9 as nuts, bolts, fasteners etc.). 700 kg 820.10 574070
9 FLOORING
Kota stone slab flooring over 20 mm (average)
thick base laid over and jointed with grey
cement slurry mixed with pigment to match the
shade of the slab, including rubbing and
polishing complete with base of cement mortar
9.1 1 : 4 (1 cement : 4 coarse sand) :
9.1.1 25 mm thick
981.00 sqm 2,286.00 22,42,566.00
9.2 Kota stone slabs 20 mm thick in risers of steps,
skirting, dado and pillars laid on 12 mm
(average) thick cement mortar 1:3 (1 cement: 3
coarse sand) and jointed with grey cement
slurry mixed with pigment to match the shade
of the slabs, including rubbing and polishing
complete. 130.00 sqm 2,730.65 3,54,985.00
9.3 Providing and fixing 1st quality ceramic glazed
floor tiles conforming to IS : 15622 (thickness
to be specified by the manufacturer ) of
approved make in all colours, shades except
burgundy, bottle green, black of any size as
approved by Engineer-in-Charge in skirting,
risers of steps and dados over 12 mm thick bed
of cement Mortar 1:3 (1 cement: 3 coarse sand)
and jointing with grey cement slurry @ 3.3kg
per sqm including pointing in white cement
mixed with pigment of matching shade
complete. 190.00 sqm 1,257.10 2,38,849.00
9.4 Providing and laying rectified Glazed 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 colours White, Ivory, Grey,
Fume Red Brown, laid on 20 mm thick cement
mortar 1:4 (1 Cement: 4 Coarse sand), jointing
with grey cement slurry @ 3.3 kg/ sqm
including grouting the joints with white cement
and matching pigments etc., complete. 190.00 sqm 1,530.80 2,90,852.00
9.5 Providing and laying vitrified floor tiles in
different sizes (thickness to be specified by the
manufacturer) with water absorption less than
0.08% and conforming to IS: 15622, of
approved make, in all colours and shades, laid
on 20mm thick cement mortar 1:4 (1 cement :
4 coarse sand), jointing with grey cement
slurry @ 3.3 kg/ sqm including grouting the
joints with white cement and matching
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 107

pigments etc., complete.

9.5.1 Size of Tile 600x600 mm


340.00 sqm 1,897.60 6,45,184.00
9.6 Providing and laying Vitrified tiles in different
sizes (thickness to be specified by
manufacturer), with water absorption less than
0.08 % and conforming to I.S. 15622, of
approved make, in all colours & shade, in
skirting, riser of steps, over 12 mm thick bed of
cement mortar 1:3 (1 cement: 3 coarse sand),
jointing with grey cement slurry @ 3.3 kg/ sqm
including grouting the joint with white cement
& matching pigments etc. complete.
9.6.1 Size of Tile 600x600 mm
40.00 sqm 1,964.40 78,576.00
9.7 Providing and laying Polished Granite stone
flooring in required design and patterns, in
linear as well as curvilinear portions of the
building all complete as per the architectural
drawings with 18 mm thick stone slab over 20
mm (average) thick base of cement mortar 1:4
(1 cement : 4 coarse sand) laid and jointed with
cement slurry and pointing with white cement
slurry admixed with pigment of matching
shade including rubbing, curing and polishing
etc. all complete as specified and as directed by
the Engineer-in-Charge.
9.7.1 Polished Granite stone slab of all colour and
texture except Black, Cherry/Ruby Red 240.00 sqm 3,587.05 8,60,892.00
10 ROOFING
10.1 Making khurras 45x45 cm with average
minimum thickness of 5 cm cement concrete
1:2:4 (1 cement : 2 coarse sand : 4 graded
stone aggregate of 20 mm nominal size) over
P.V.C. sheet 1 m x1 m x 400 micron, finished
with 12 mm cement plaster 1:3 (1 cement : 3
coarse sand) and a coat of neat cement,
rounding the edges and making and finishing
the outlet complete. 6.00 each 357.10 2,143.00
10.2 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.
10.2.1 110 mm diameter
51.00 metre 428.30 21,843.00
10.3 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.
10.3.1 Bend 87.5'
10.3.1.1 110 mm bend
6.00 each 176.80 1,061.00
10.3.2 Shoe (Plain)
10.3.2.1 110 mm Shoe
6.00 each 155.30 932.00
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 108

10.4 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.
10.4.1 110 mm
16.00 each 416.40 6,662.00
10.5 Providing and fixing to the inlet mouth of rain
water pipe cast iron grating 15 cm diameter
and weighing not less than 440 grams. 6.00 each 64.15 385.00
10.6 Providing and fixing precoated galvanised iron
profile sheets (size, shape and pitch of
corrugation as approved by Engineer-in-
Charge) of total coated thickness 0.50mm
(base metal of minimum 0.45mm thickness
with total coating thickness of 0.05mm) with
zinc coating 120 grams per sqm as per IS: 277,
in 240 mpa steel grade, 5-7 microns epoxy
primer on both side of the sheet and polyester
top coat 15-18 microns. Sheet should have
protective guard film of 25 microns minimum
to avoid scratches during transportation and
should be supplied in single length upto 12
metre or as desired by Engineer-in- charge.
The sheet shall be fixed using self drilling /self
tapping screws of size (5.5x 55 mm) with
EPDM seal, complete upto any pitch in
horizontal/ vertical or curved surfaces,
excluding the cost of purlins, rafters and
trusses and including cutting to size and shape
wherever required. 820.00 sqm 899.55 7,37,631.00
10.7 Providing and fixing precoated galvanised steel
sheet roofing
accessories of total coated thickness 0.50mm
(base metal of minimum 0.45mm thickness
with total coating thickness of 0.05mm) with
Zinc coating 120 grams per sqm as per IS: 277,
in 240 mpa steel grade, 5-7 microns epoxy
primer on both side of the sheet and polyester
top coat 15-18 microns using self drilling/ self
tapping screws complete :
10.7.1 Ridges plain (500 - 600mm)
86.00 mtr 603.60 51,910.00
10.8 Providing and fixing tiled false ceiling of
specified materials of size 595x595 mm in true
horizontal level, suspended on inter locking
metal grid of hot dipped galvanized steel
sections ( galvanized @ 120 grams/ sqm, both
side inclusive) consisting of main "T" runner
with suitably spaced joints to get required
length and of size 24x38 mm made from 0.30
mm thick (minimum) sheet, spaced at 1200
mm center to center and cross "T" of size
24x25 mm made of 0.30 mm thick (minimum)
sheet, 1200 mm long spaced between main 'T"
at 600 mm center to center to form a grid of
1200x600 mm and secondary cross *T" of
length 600 mm and size 24x25 mm made of
0.30 mm thick (minimum) sheet to be
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 109

interlocked at middle of the 1200x600 mm


panel to form grids of 600x600 mm and wall
angle of size 24x24x0.3 mm and laying false
ceiling tiles of approved texture in the grid
including, required cutting/making, opening
for services like diffusers, grills, light fittings,
fixtures, smoke detectors etc. Main '1-u
runners to be
suspended from ceiling using GI slotted cleats
of size 27 x 37 x 25 xI.6 mm fixed to ceiling
with 12.5 mm die and 50 mm long dash
fasteners, 4 mm GI adjustable rods with
galvanised butterfly level clips of size 85 x 30
x 0.8 mm spaced at 1200 mm center to center
along main T, bottom exposed width of 24 mm
of all T-sections shall be pre- painted with
polyester paint, all complete for all heights as
per specifications, drawings and as directed by
Engineer-in-charge.
10.8.1 12.5 mm thick square edge PVC Laminated
Gypsum Tile of size 595x595 mm, made of
Gypsum plasterboard, manufactured from
natural gypsum as per IS 2095 part I and
laminated with white 0.16mm thick fire
retardant PVC film on the face side and
12micron metalized polyester on the back
side with all edges sealed with the face side
PVC film which goes around and wraps the
edges and is bonded to the edges and the back
side metalized polyester film so as to make the
tile a completely sealed unit. 520.00 sqm 2,611.95 13,58,214.00
11 FINISHING
11.1 12 mm cement plaster of mix :
11.1.1 1:6 (1 cement: 6 coarse sand)
5,280.00 sqm 394.30 20,81,904.00
11.2 15 mm cement plaster on rough side of single
or half brick wall of mix:
11.2.1 1:6 (1 cement: 6 coarse sand)
460.00 sqm 454.25 2,08,955.00
11.3 Cement plaster 1:3 (1 cement: 3 coarse sand)
finished with a floating coat of neat cement.
11.3.1 12 mm cement plaster
880.00 sqm 517.80 4,55,664.00
11.4 6 mm cement plaster of mix :
11.4.1 1:3 (1 cement : 3 fine sand)
3,860.00 sqm 338.95 13,08,347.00
11.5 Finishing walls with Premium Acrylic Smooth
exterior paint with Silicone additives of
required shade:
11.5.1 New work (Two or more coats applied @ 1.43
ltr/10 sqm over and including priming coat of
exterior primer applied @ 0.90 kg/10 sqm) 3,160.00 sqm 191.50 6,05,140.00
11.6 Wall painting with acrylic emulsion paint,
having VOC (Volatile Organic Compound )
content less than 50 grams/ litre, of approved
brand and manufacture, including applying
additional coats wherever required, to achieve
even shade and colour.
11.6.1 Two coats
6,360.00 sqm 152.35 9,68,946.00

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 110

11.7 Painting with synthetic enamel paint of


approved brand and manufacture to give an
even shade :
11.7.1 Two or more coats on new work
1,670.00 sqm 176.10 2,94,087.00
11.8 Providing and applying white cement based
putty of average thickness 1 mm, of approved
brand and manufacturer, over the plastered
wall surface to prepare the surface even and
smooth complete. 8,330.00 sqm 165.90 13,81,947.00
12 ROAD WORK
12.1 Providing and filling in position rubberized per cm
bitumen hot sealingcompound for sealing of depth
expansion joints in roads / pavements per cm
allcomplete as per direction of the Engineer-in- width
Charge. per
12.1.1 Using grade 'A' sealing compound conforming metre
to IS: 1834. 100.00 length 10.05 1,005.00
12.2 Providing and laying C.C. pavement of mix M-
25 with ready mixed concrete from batching
plant. The ready mixed concrete shall be laid
and finished with screed board vibrator ,
vacuum dewatering process and finally
finished by floating, brooming with wire brush
etc. complete as per specifications and
directions of Engineer-in- charge. (The panel
shuttering work shall be paid for
separately).(Note:- Cement content considered
in this item is @ 330 kg/cum. Excess/less
cement used as per design mix is payable/
recoverable separately). 60.00 cum 12,007.30 7,20,438.00
12.3 Providing and laying matt finished vitrified tile
of size 300x300x9.8mmhaving with water
absorption less than 0.5% and conforming to
IS:15622 of approved make in all colours and
shades in for outdoorfloors such as footpath,
court yard, multi modals location etc., laidon
20mm thick base of cement mortar 1:4 (1
cement : 4 coarsesand) in all shapes & patterns
including grouting the joints with whitecement
mixed with matching pigments etc. complete
as per directionof Engineer-in-Charge. 90.00 sqm 1,675.40 1,50,786.00
12.4 Providing and laying factory made chamfered
edge Cement Concretepaver blocks in
footpath, parks, lawns, drive ways or light
trafficparking etc, of required strength,
thickness & size/ shape, made bytable
vibratory method using PU mould, laid in
required colour &pattern over 50mm thick
compacted bed of sand, compacting andproper
embedding/laying of inter locking paver blocks
into the sandbedding layer through vibratory
compaction by using plate vibrator,filling the
joints with sand and cutting of paver blocks as
per requiredsize and pattern, finishing and
sweeping extra sand. complete all asper
direction of Engineer-in-Charge.
12.4.1 60mm thick cement concrete paver block of
M-35 gradewith approved colour, design &
pattern. 611.00 sqm 1,248.90 7,63,078.00
13 SANITARY INSTALLATIONS

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 111

13.1 Providing and fixing water closet squatting pan


(Indian type W.C.pan ) with 100 mm sand cast
Iron P or S trap, 10 litre low level whiteP.V.C.
flushing cistern, including flush pipe, with
manually controlleddevice (handle lever)
conforming to IS : 7231, with all fittings
andfixtures complete, including cutting and
making good the walls andfloors wherever
required:
13.1.1 White Vitreous china Orissa pattern W.C. pan
of size580x440 mm with integral type foot
rests 13.00 each 7,744.10 1,00,673.00
13.2 Providing and fixing white vitreous china
pedestal type water closet(European type W.C.
pan) with seat and lid, 10 litre low level
whiteP.V.C. flushing cistern, including flush
pipe, with manually controlleddevice (handle
lever), conforming to IS : 7231, with all
fittings andfixtures complete, including cutting
and making good the walls andfloors wherever
required :
13.2.1 W.C. pan with ISI marked white solid plastic
seat and lid 6.00 each 7,421.55 44,529.00
13.3 Providing and fixing white vitreous china flat
back half stall urinal ofsize 580x380x350 mm
with white PVC automatic flushing
cistern,with fittings, standard size C.P. brass
flush pipe, spreaders withunions and clamps
(all in C.P. brass) with waste fitting as per IS
:2556, C.I. trap with outlet grating and other
couplings in C.P. brass,including painting of
fittings and cutting and making good the
wallsand floors wherever required :
13.3.1 Range of four half stall urinals with 10 litre
P.V.C.automatic flushing cistern 16.00 each 29,309.55 4,68,953.00
13.4 Providing and fixing Stainless Steel A ISI 304
(18/8) kitchen sink asper IS:13983 with C.I.
brackets and stainless steel plug 40
mm,including painting of fittings and brackets,
cutting and making goodthe walls wherever
required :
13.4.1 Kitchen sink with drain board
13.4.1.1 510x1040 mm bowl depth 225 mm
2.00 each 8,944.40 17,889.00
13.5 Providing and fixing P.V.C. waste pipe for
sink or wash basin includingP.V.C. waste
fittings complete.
13.5.1 Flexible pipe
13.5.1.1 32 mm dia
20.00 each 139.80 2,796.00
13.5.1.2 40 mm dia
2.00 each 139.80 280.00
13.6 Providing and fixing mirror of superior glass
(of approved quality) andof required shape and
size with plastic moulded frame of
approvedmake and shade with 6 mm thick hard
board backing :
13.6.1 Rectangular shape 453x357 mm
3.00 each 1,552.40 4,657.00
13.6.2 Rectangular shape 1500x450 mm
8.00 each 2,434.15 19,473.00
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 112

13.7 Providing and fixing 600x120x5 mm glass


shelf with edges round off,supported on
anodised aluminium angle frame with C.P.
brassbrackets and guard rail complete fixed
with 40 mm long screws, rawlplugs etc.,
complete. 12.00 each 1,262.00 15,144.00
13.8 Providing and fixing toilet paper holder:
13.8.1 C.P. brass
19.00 each 911.95 17,327.00
13.9 Providing and fixing soil, waste and vent pipes
:
13.9.1 100 mm dia
13.9.1.1 Hubless centrifugally cast (spun) ironpipes
epoxy coated inside & outsideIS:15905 350.00 metre 1,421.55 4,97,543.00
13.1 Providing and fixing M.S. holder-bat clamps of
approved design toSand Cast iron/cast iron
(spun) pipe embedded in and includingcement
concrete blocks 10x10x10 cm of 1:2:4 mix (1
cement : 2coarse sand : 4 graded stone
aggregate 20 mm nominal size),including cost
of cutting holes and making good the walls etc.
:
13.10.1 For 100 mm dia pipe
72.00 each 413.15 29,747.00
13.11 Providing and fixing bend of required degree
with access door, insertionrubber washer 3 mm
thick, bolts and nuts complete.
13.11.1 100 mm dia
13.11.1. Hubless centrifugally cast (spun) ironepoxy
1 coated inside & outside as perIS:15905 9.00 each 737.80 6,640.00
13.12 Providing and fixing plain bend of required
degree.
13.12.1 100 mm dia
13.12.1. Hubless centrifugally cast (spun) iron pipes
1 epoxy coated inside et outside 15:15905 24.00 each 463.60 11,126.00
13.13 Providing and fixing single equal plain
junction of required degree
13.13.1 100x100x 100 mm
13.13.1. Hubless centrifugally cast (spun) iron
1 epoxy coated inside & outside as per IS:15905 16.00 each 768.25 12,292.00
13.14 Providing and fixing single equal plain invert
branch of required degree :
13.14.1 100x100x100 mm
13.14.1. Hubless centrifugally cast (spun) ironepoxy
1 coated inside & outside as perIS:15905 36.00 each 750.30 27,011.00
13.15 Providing and fixing terminal guard :
13.15.1 100 mm
13.15.1. Hubless centrifugally cast (spun) ironepoxy
1 coated inside & outside as perIS:15905 18.00 each 535.25 9,635.00
13.16 Providing and fixing shielded coupling for
Hubless centrifugally castiron pipe
13.16.1 100 mm dia
13.16.1.1 SS 304 grade coupling with EPDM
rubbergasket 220.00 each 544.25 1,19,735.00
13.17 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
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 113

floors:

13.17.1 100 mm inlet and 100 mm outlet


13.17.1.1 Hubless centrifugally cast (spun) iron epoxy
coated inside & outside as per IS:15905 83.00 each 1,019.15 84,589.00
13.18 Painting sand cast iron/ centrifugally cast
(spun) iron soil, wastevent pipes and fittings
with two coats of synthetic enamel paint ofany
colour such as chocolate grey, or buff etc. over
a coat of primer(of approved quality) for new
work :
13.18.1 100 mm diameter pipe
390.00 metre 93.15 36,329.00
13.19 Providing and fixing PTMT liquid soap
container 109 mm wide, 125 mm high and 112
mm distance from wall of standard shape with
bracket of the same materials with snap
fittings of approved quality and colour,
weighing not less than 105 gms. 14.00 each 195.90 2,743.00
13.2 Providing and fixing PTMT towel ring
trapezoidal shape 215 mm long,200 mm wide
with minimum distances of 37 mm from wall
face withconcealed fittings arrangement of
approved quality and colour,weighing not less
than 88 gms. 14.00 each 274.20 3,839.00
13.21 Providing and fixing PTMT towel rail
complete with brackets fixed towooden cleats
with CP brass screws with concealed
fittingsarrangement of approved quality and
colour.
13.21.1 450 mm long towel rail with total length of
495 mm,78 mm wide and effective height of
88 mm, weighing notless than 170 gms 27.00 each 768.35 20,745.00
14 WATER SUPPLY
14.1 Providing and fixing G.I. pipes complete with
G.I. fittings and clamps, i/c cutting and making
good the walls etc. Internal work - Exposed on
wall
14.1.1 25 mm dia nominal bore
270.00 metre 657.95 1,77,647.00
14.1.2 32 mm dia nominal bore
150.00 metre 754.85 1,13,228.00
14.2 Providing and fixing G.I. Pipes complete with
G.I. fittings and clamps, i/c making good the
walls etc. concealed pipe, including painting
with anti corrosive bitumastic paint, cutting
chases and making good the wall :
14.2.1 15 mm dia nominal bore
48.00 metre 648.10 31,109.00
14.2.2 20 mm dia nominal bore
368.00 metre 723.00 2,66,064.00
14.3 Providing and fixing G.I. pipes complete with
G.I. fittings including trenching and refilling
etc. External work
14.3.1 50 mm dia nominal bore
100.00 metre 876.30 87,630.00
14.4 Making connection of G.I. distribution branch
with Cl. main of following sizes by providing
and fixing tee, including cutting and threading
the pipe etc. complete:
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 114

14.4.1 50 to 80 mm nominal bore


1.00 each 2,027.55 2,028.00
14.5 Providing and fixing gun metal gate valve with
C.I. wheel of approved quality (screwed end) :
14.5.1 25 mm nominal bore
11.00 each 713.10 7,844.00
14.5.2 32 mm nominal bore.
5.00 each 790.15 3,951.00
14.5.3 50 mm nominal bore
5.00 each 1,176.40 5,882.00
14.6 Providing and fixing ball valve (brass) of
approved quality, High or low pressure, with
plastic floats complete :
14.6.1 25 mm nominal bore
13.00 each 534.65 6,950.00
14.7 Providing and fixing uplasticised PVC
connection pipe with brass unions :
14.7.1 45 cm length
14.7.1.1 15 mm nominal bore
99.00 each 114.05 11,291.00
14.8 Painting G.I. pipes and fittings with synthetic
enamel white paint with two coats over a ready
mixed priming coat, both of approved quality
for new work :
14.8.1 25 mm diameter pipe
270.00 metre 34.30 9,261.00
14.8.2 32 mm diameter pipe
150.00 metre 41.10 6,165.00
14.9 Painting G.I. pipes and fittings with two coats
of anti-corrosive bitumastic paint of approved
quality :
14.9.1 50 mm diameter pipe
100.00 metre 33.80 3,380.00
14.1 Providing and filling sand of grading zone V or
coarser grade, allround the G.I. pipes in
external work :
14.10.1 50 mm diameter pipe
100.00 metre 236.95 23,695.00
14.11 Providing and fixing G.I. Union in G.I. pipe
including cutting and threading the pipe and
making long screws etc. complete (New work)
:
14.11.1 25 mm nominal bore
15.00 each 494.75 7,421.00
14.11.2 32 mm nominal bore
15.00 each 548.45 8,227.00
14.11.3 50 mm nominal bore
5.00 each 946.60 4,733.00
14.12 Providing and placing on terrace (at all floor
levels) polyethylene water storage tank, IS :
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. 19,000.00 per litre 13.00 2,47,000.00
14.13 Providing and fixing C.P. brass bib cock of
approved quality conforming to IS:8931 :
14.13.1 15 mm nominal bore
26.00 each 581.60 15,122.00
14.14 Providing and fixing C.P. brass angle valve for
basin mixer and geyser points of approved
quality conforming to IS:8931
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 115

14.14.1 15mm nominal bore


93.00 each 670.20 62,329.00
14.15 Providing push-on-joints to Centrifugally
(Spun) Cast Iron Pipes or Ductile Iron Pipes
including testing of joints and the cost of
rubber gasket ,
14.15.1 200 mm dia pipes
200.00 joint 307.40 61,480.00
14.16 Providing and laying S&S Centrifugally Cast
(Spun) / Ductile Iron Pipes conforming to IS :
8329 :
14.16.1 200 mm dia Ductile Iron Class K-7 pipes
200.00 metre 2,646.80 5,29,360.00
15 DRAINAGE
15.1 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:
15.1.1 150x 100 mm size P type
15.1.1.1 With common burnt clay F.P.S. (non modular)
bricks of class designation 7.5 24.00 each 3,292.95 79,031.00
15.2 Constructing brick masonry manhole in cement
mortar 1:4 ( 1 cement : 4 coarse sand ) with
R.C.C. top slab with 1:1.5:3 mix (1 cement :
1.5 coarse sand (zone-Ill) : 3 graded stone
aggregate 20 mm nominal size), foundation
concrete 1:4:8 mix (1 cement : 4 coarse sand
(zone-Ill) : 8 graded stone aggregate 40 mm
nominal size), inside plastering 12 mm thick
with cement mortar 1:3 (1 cement : 3 coarse
sand) finished with floating coat of neat
cement and making channels in cement
concrete 1:2:4(1 cement 7 2 coarse sand : 4
graded stone aggregate 20 mm nominal size)
finished with a floating coat of neat cement
complete as per standard design 7
15.2.1 Inside size 90x80 cm and 45 cm deep
including C.I. cover with frame (light duty)
455x610 mm internal dimensions, total weight
of cover and frame to be not less than 38 kg
(weight of cover 23 kg and weight of frame 15
kg) :
15.2.1.1 With common burnt clay F.P.S. (non modular)
bricks of Class designation 7.5 80.00 each 15,444.70 12,35,576.00
15.2.2 Inside size 120x90 cm and 90 cm deep
including C.I. cover with frame (medium duty)
SOO mm internal diameter, total weight of
cover and frame to be not less than 116 kg
(weight of cover 58 kg and weight of frame 58
kg) :
15.2.2.1 With common burnt clay F.P.S. (non
modular) bricks of class designation 7.5 10.00 each 32,407.45 3,24,075.00
15.3 Extra for depth for manholes :
15.3.1 Size 90x80 cm
15.3.1.1 With common burnt clay F.P.S. (non modular)
bricks of class designation 7.5 10.00 metre 10,886.70 1,08,867.00
15.3.2 Size 120x90 cm
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 116

15.3.2.1 With common burnt clay F.P.S. (non modular)


bricks of class designation 7.5 2.00 metre 13,052.40 26,105.00
15.4 Providing M.S. foot rests including fixing
in manholes with 20x20x10 cm cement
concrete blocks 1:3:6 (1 cement : 3 coarse sand
: 6 graded stone aggregate 20 mm nominal
size) as per standard design :
15.4.1 With 20x20 mm square bar
42.00 each 607.20 25,502.00
16 ALUMINIUM WORK
16.1 Providing and fxing 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 I paneling, C.P. brass / stainless
steel screws, all complete as per architectural
drawings and the directions of Engineer-in-
charge. (Glazing, paneling and dash fasteners
to be paid for separately) :
16.1.1 For fixed portion
16.1.1.1 Powder coated aluminium (minimum thickness
of powder coating 50 micron) 260.00 kg 624.60 1,62,396.00
16.2 Providing and fixing glazing in aluminium
door, window, ventilator shutters and partitions
etc. with EPDM rubber / neoprene gasket etc.
complete as per the architectural drawings and
the directions of engineer-in-charge. (Cost of
aluminium snap beading shall be paid in basic
item):
16.2.1 With float glass panes of 5 mm thickness
(weight not less than 12.50 kg/sqm) 42.00 sqm 1,775.60 74,575.00
17 WATER PROOFING
17.1 Providing and laying water proofing 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. 44.00 sqm 692.00 30,448.00

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 117

17.2 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.
(c) After two days of proper curing applying a
second coat of cement slurry using 2.75 kg/
sqm of cement admixed with water proofing
compound conforming to IS : 2645 and
approved by Engineer-in-charge. (d) Finishing
the surface with 20 mm thick jointless cement
mortar of mix 1:4 (1 cement :4 coarse sand)
admixed with water proofing compound
conforming to IS : 2645 and approved by
Engineer-in-charge including laying glass fibre
cloth of approved quality in top layer of plaster
and finally finishing the surface with trowel
with neat cement slurry and making pattern of
300x300 mm square 3 mm deep. (e) The whole
terrace so finished shall be flooded with water
for a minimum period of two weeks for curing
and for final test.“All above operations to be
done in order and as directed and specified by
the Engineer-in-Charge :
17.2.1 With average thickness of 120 mm and
minimum thickness at khurra as 65 mm. 68.00 sqm 2,013.20 1,36,898.00
18 MISCELLANIOUS ITEMS
18.1 Providing and laying plum cement concrete
with 60% cement concrete 1:3:6 (1 cement: 3
coarse sand (Zone-III) derived from natural
source: 6 graded stone aggregated 20 mm
nominal size derived from natural source) and
40% pulms (using boulders of size 150mm to
200mm, (Stone available at site shall be
supplied by the department free of cost) in
foundation/retaining walls of required height
but excluding the cost of centering &
shuttering as per direction of Engineer-in-
charge. 400.00 cum 5,954.40 23,81,760.00

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 118

18.2 Providing and laying plum cement concrete


with 60% cement concrete 1:3:6 (1 cement: 3
coarse sand (Zone-III) derived from natural
source: 6 graded stone aggregated 20 mm
nominal size derived from natural source) and
40% pulms (using boulders of size 150mm to
200mm, (Stone available at site shall be
supplied by the department free of cost) in
retaining walls of required height upto floor
five level but excluding the cost of centering &
shuttering as per direction of Engineer-in-
charge. 440.00 cum 7,569.85 33,30,734.00
18.3 Providing and fixing 110mm diameter PVC
Pipe (working pressure 4 kg/sqm) confirming
to IS : 13592 Type A in CC retaining wall as
weep hole etc all complete as per direction of
Engineer-in-charge. 1,000.00 mtr 206.35 2,06,350.00
18.4 Providing filter media behind retaining wall
with stone boulder of size ranging 75 mm to
200 mm as per direction of the Engineer-in-
charge i/c cost of material and labour all
complete. (Payment shall be made after
necessary deduction for voids). (Stone
available at site shall be supplied by the
department free of cost) 190.00 cum 228.40 43,396.00
18.5 Providing and fixing C.P. brass grating of
approved quality or make as per direction of
Engineer-in-charge. (a) Circular type (i)
100mm nominal dia. 75.00 each 87.40 6,555.00
18.6 Providing and fixing CP Brass Wall mixer
(Lever type - Quarter turn) with provision for
overhead shower with 15 mm long bend pipe
on upper side, connecting legs and wall flanges
etc. complete of approved make and quality
and as per direction of Engineer-in-Charge. 18.00 each 4,769.65 85,854.00
18.7 Providing and fixing C.P. Brass Central Hole
basin mixer without popup waste system with
450 mm long braided houses of
Jaquar/Kohlar/Roca or equivalent make of
approved quality all complete as per direction
of Engineer-in-charge. 2.00 each 3,897.25 7,795.00
18.8 Providing and fixing CP Brass Overhead
shower (100 mm round shape) single flow
(ABS body chrome plated with gray face plate)
with Rubit cleaning system and with shower
arm casted 190 mm long light body round
shape for wall mounter shower with flange etc.
complete of approved make and quality and as
per direction of Engineer-in-charge. 18.00 each 1,925.00 34,650.00
18.9 Providing and fixing C.P. Brass two way bib
cock with wall flange of Jaquar/Kohlar/Roca
or equivalent make of approved quality all
complete as per direction of Engineer-in-
charge.

15mm Nominal bore 6.00 each 2,097.95 12,588.00


18.10 Providing and fixing C.P. Brass Health Faucet
with 8mm dia, 1.2 meter long flexible tube &
wall hook Jaquar/Kohlar/Roca or equivalent
make of approved quality all complete as per
direction of Engineer-in-charge. 6.00 each 1,611.10 9,667.00

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 119

18.11 Providing and fixing under counter oval shape


wash basin with fixing accessories , 15 mm
dia CP Brass single hole basin mixer of
approved quality and make, 32 mm C.P. brass
waste of standard pattern including cutting and
making good the walls/counter wherever
require:
White Vitreous under counter oval shape
China wash basin of size 605X430X200 mm
with a 15 mm CP Brass long neck pillar cock
with Aerator (single lever - quarter turn.) 19.00 each 4,975.00 94,525.00
18.12 Providing and fixing stainless steel rectangular
shape soap holder Jaquar/Kohlar/Roca or
eqivalent make with concealed flange
arrangements of approved make & quality etc.
all complete as per direction of Engineer-in-
charge. 19.00 each 1,039.15 19,744.00
18.13 Providing and fixing fibre mesh of minimum
45 GSM having mesh size of 10X10 mm
before the plastering including the fibre mesh
on the joints between surfaces like
RCC/Brick/AAC with cement slurry and
cement paste or necerrasy anchoring
arrangement so as to hold the mesh in position
etc all complete as per the direction of
Engineer-in-charge. 1,800.00 sqm 49.50 89,100.00
18.14 Providing and fixing 50mm thick Glass
Reinforced concrete jali (GRC) of required
size, pattern, design and colour made from 53
Garde portland cement quartz fine sillicas and,
Alkali resistant glass fibre, super plasticizers
and UV resistant sythetic inorganic pigment.
The material casting should take place in
synthetic rubber/FRP mould as per approved
manufacturer by engineer-in-charge GRC jali
is to be fixed on/between RCC/ Brick work
column or structural steel work with dry fixing
method with appropriate steel framed work,
using fastner and necessary hardware etc in
Boundary wall. The jali shall be securely fixed
with stainless steel bolts and anchor fasteners
(304grade) of required size as specification etc
complete up to all lead and lift. The fixing
shall be done by specialization approved
agency as directed by Engineer-in-charge.
(Nothing shall be paid extra except steel frame
work if required). 140.00 sqm 4,667.35 6,53,429.00
Total Rs. 10,86,39,633.00

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 120

PART – C

SCHEDULES - A TO F, GENERAL/SPECIAL
CONDITIONS, SPECIFICATIONS AND
SCHEDULE OF QUANTITIES FOR MINOR
COMPONENT OF WORK

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 121

PROFORMA OF SCHEDULES: A TO F
SCHEDULE ‘A’
Schedule of quantities (as per PWD-13 for Electrical Works: As per sheets attached)
SCHEDULE 'B'
Schedule of material to be issued to the Contractor: Nil
SCHEDULE 'C'
Tools and Plants to be hired to the Contractor: Nil
SCHEDULE ‘D’
Extra schedule for specific requirements/documents for the work, if any: Nil
SCHEDULE ‘E’
Reference to General Conditions of Contract: GCC 2023 (Construction work), CPWD Form 7 as
modified & corrected up-to the last date of submission of tenders
Name of Work: C/o 1 No. 120 Men Barrack for 1st Bn. ITBP at Sunil, Joshimath,
Uttarakhand.
Estimated cost of work : Electrical work - Rs. 1,11,76,312/-
(i) Earnest Money As given in Major Component
Performance
(ii) 5% of tendered value
Guarantee
(iii) Security Deposit 2.5% of tendered value
SCHEDULE 'F'
General Rules & Directions:
Officer inviting Tender: As per given in Major component.
Definitions:
2(i) Engineer-in-Charge Executive Engineer(E)-Dehradun, CPWD,
Dehradun (For Electrical Work)
2(ii) Accepting Authority The Chief Engineer-Dehradun, CPWD, 20,
Subhash Road, Dehradun- 248001.
2(iii) Percentage on cost of materials and 15%
Labour cover all to overheads and
profits
Standard Schedule of Rates Delhi Schedule of Rates 2022 with up to date
correction slips + 0.00% Cost Index + 6.33%
GST component due to change in GST from 12%
to 18%

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 122

2(iv) Department Central Public Works Department (CPWD)


9(ii) Standard CPWD Contract Form: GCC 2023 (Construction work), CPWD Form 7
as modified &Corrected up-to the last date of
submission of tenders

Clause-1:
(i) Time allowed for submission of Performance
Guarantee, programme chart (Time and Progress) and
As per given in major
applicable labour licenses, registration with EPFO,
component
ESIC and BOCW Welfare Board or proof of applying
thereof from the date of issue of letter of acceptance.
(ii) Maximum allowable extension with late fee @ 0.1% As per given in major
per day of Performance Guarantee amount beyond the component
period provided in (i) above
Clause-2:
(i) Authority for fixing compensation under clause 2 Chief Engineer-Dehradun,
CPWD, Dehradun or his
successor thereof
Clause-5:
(i) Number of days from the date of issue of letter of As per given in major
acceptance for reckoning date of start component
(ii) Time allowed for completion of work As per given in major
component

TABLE OF MILE STONES


Same mile stones shall be applicable for civil as well as electrical parts of the work as attached.
The electrical contractor will ensure that electrical components of the work are executed in time
without giving any chance for slippage of mile stones on account of delay in execution of
associated electrical works by him. However, in case mile stones are not achieved by the
contractor for the project the amount to be withheld under clause 5 of the contract will be done
by the Engineer-in-charge of major component only.
Authority to decide:
(i) Extension of time As given in Major Component
(ii) Rescheduling of mile stones As given in Major Component
(iii) Shifting of date of start in As given in Major Component
case of delay in handing over
of site

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 123

Schedule of handing over of Site: As given in major part


Clause-5.1:
Schedule of rate of recovery for delay in submission of the Time and Progress Chart and
Progress Report:
Sl. No. Contract Value Recovery (Rs.)
I For works costing uptoRs. 20 Crore Rs. 2500 per week or part week
II For works costing more than Rs. 20 Crore Rs. 5000 per week or part week
Clause-5.2:
Nature of Hindrance Register (either Physical or Electronic): As given in Major Component
Clause-5.4:
Schedule of rate of recovery for delay in submission of the modified programme in terms of
delay days:
Sl. No. Contract Value Recovery (Rs.)
I Less than or equal to Rs. 1 Crore Rs. 500 per day
II More than Rs. 1 Crore but less than or equal Rs. 1000 per day
to Rs. 5 Crore
III More than Rs. 5 Crore but less than or equal Rs. 2500 per day
to Rs. 20 Crore
IV More than Rs. 20 Crore Rs. 5000 per day
Clause-6:
Mode of measurement EMB/CPWD ERP Portal
Clause-7:
Gross work to be done together with net payment /adjustment Rs. 20 lacs for Electrical
of advances for material collected, if any, since the last such works
payment for being eligible to interim payment

Clause-7A:
Whether clause 7A shall be applicable Yes

Clause-8 A:
Recovery Rate for non-submission of completion plan 0.1% of tendered amount or
by the contractor Rs.25,000/- whichever is higher

Clause-10A:
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 124

List of testing equipment’s to be As given in General Conditions of NIT under Quality


provided by the agency at site lab Assurance - Laboratory at site & as per CPWD
Specification with up to date correction slip or as per
Engineer –in-charge & requirement of work
Clause-10B(i): As per Major Part
Clause-10 B(ii) As per Major Part
Clause-10C: Not Applicable
Clause-10CA: Deleted
Clause-10CC: Applicable
Clause 10CC to be applicable in contracts with stipulated period of 12 Months
completion exceeding the period shown in next column.
Schedule of component of other Materials, Labour etc. for price escalation.
Component of electrical construction materials expressed as percent of total Xm = 85%
value of work.
Component of Labour expressed as percent of total value of work. Y = 15 %

Clause-11:
Specifications to be followed for execution of work:
Electrical 1. CPWD Specifications for electrical works Part-I Internal 2023 and 2023
work (external)
2. CPWD Specifications for Sub-Station works Part-IV 2013
3. CPWD Specifications for HVAC works 2017
4. CPWD Specifications for DG Set works Part-VII 2013
5. CPWD Specifications for Fire Detection & Alarm System Set works Part-
VI 2018
6. CPWD Specifications for Wet Riser and Sprinkler system Part V 2020
7. CPWD Specifications for Lifts part – III - 2003
as amended upto date and in accordance with Indian Electricity Rules, 1956,
Indian Electricity Act, 1910 as amended upto date and as per instructions of the
Engineer-in-Charge with up to date correction slips.(Hereinafter called CPWD
specifications also)

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 125

Clause-12:
12.2 & Deviation Limit beyond which clauses 12.2 & 12.3 shall apply
12.3 for building work 100%

12.5 (i) Deviation Limit beyond which clauses 12.2 & 12.3 shall 100%
apply for foundation work (except items mentioned in earth
work sub head in DSR and related items)
(ii)Deviation Limit for items mentioned in earth work sub head 100%
of DSR and related items.
Clause-16:
Competent Authority for deciding reduced rates:
Electrical work Chief Engineer-Dehradun, CPWD, Dehradun or his successor thereof

Clause-18:
Suggestive List of Machinery, Tools & Plants to be deployed by the Contractor at site: As per
work Requirement
Note:
Workshop facilities for fabrication/addition and alterations, and other allied works shall be
arranged by the contractor at his own cost.
The list of equipment/T&P/machinery as per above is for general guidance. In addition to these,
machinery / equipment as required shall be arranged by the contractor in case the requirement at
any stage exceeds as per the Programme finalized at his own cost and nothing extra whatsoever
on this account shall be paid. This includes equipment for arrangement of concrete from RMC
producing plants also.
All the equipment, T&P and machinery shall be kept in good working conditions.
Equipment like batching plant, concrete pump, excavators/Transit mixer etc. shall be allowed to
be moved away from the site when, the same are no longer required at site of work in the
opinion of Engineer-in-charge.
In addition to above list, contractor is bound to brought at site any test equipment for any item of
work, at his own cost, which Engineer-in-Charge may direct him. Nothing extra shall be paid to
contractor in this regard. Direction of Engineer-in-Charge in this regard shall be final & binding.
If contractor fails to comply such directions within time specified by Engineer-in-Charge, the
same shall be brought to site by department by any means at cost of contractor itself and nothing
shall be paid in this regard.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 126

Clause Penalty for each default as mentioned in relevant clause of GCC


Clause-19 C Rs. 500/- per day
Clause-19 D Rs. 1000 /- per fortnightly report
Clause-19 G Rs. 500/- per day (Subjected to maximum 5% of Estimated cost put to tender).
Rs. 1000.00 Each default (For enhanced penalty in case of continuous default)
Clause-19 K Rs. 500.00 Each default

Clause-25:
i Conciliator: ADG Chandigarh Region.
ii Arbitrator appointing authority: Chief Engineer-Dehradun
iii Place of Arbitration: Dehradun.

Clause-32:
Requirement of Technical Representative(s) and Recovery Rates: As per Major Component
Note:
The specialized technical staff for execution for component such as plumbing, water proofing,
fire fighting, HVAC, Acoustic, landscaping etc. shall be deployed as per the requirement of
work.
Assistant Engineers retired from Government services who are holding Diploma will be treated
at par with Graduate Engineers.
Diploma holder with minimum 10-years relevant experience with a reputed construction
company can be treated at par with Graduate Engineers for the purpose of such deployment
subject to that such diploma holder should not exceed 50% of requirement of degree engineers.
The bidder 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 of regular physical availability of
such engineers on the above project whenever required by the Engineer–in–charge
Clause-38: As given in Major Component

SPECIALIZED WORKS
The specialized works are listed in a separate table. These works shall be carried out by
specialized agencies who have the desired qualification of having executed the similar nature of
the specialized work in last 7 years ending the last day of the month previous to the one in which
the tenders are invited. The works which are declared specialized by the competent authority
after award of work but before the contractor has actually commenced the activity at site shall
also be got executed through specialized agency. The specialized agency shall be got approved
from the Engineer –in-Charge well in advance and within 15 days of stipulated date of
commencement of work failing which the department shall initiate appropriate action and no
extension of time shall be permitted for delay in execution of work at site. Thus, the onus of
approval of the specialized agency shall be entirely upon the contractor. The contractor shall
submit the WILLINGNESS CERTIFICATE from the associate specialized agency as well as the
MOU signed between them which shall be made part of the tripartite agreement for all purposes.
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 127

The same shall be in the Proforma prescribed hereafter. All running and final bills to the
department shall be submitted by the lead agency after verifying the measurements submitted by
the associate agency, duly signed and dated. Escalation and/or other claims for reimbursements
made under any clause(s) of the contract shall be submitted by the lead agency after verifying
them upon their submission by the associate agency, and shall bear the dated signatures of
initiating associate agency also, which shall actually be deploying man and material for the
work. The Bills shall be processed for payment as per conditions of relevant clauses of the
contract only.
Items Which Are To Be Executed Through Specialized Agencies
The bidder must associate with himself, specialized agencies of the appropriate eligibility to
components of specialized nature of items/work of major component listed below individually.
Such works shall be got executed only through associated agencies specialized in these fields.
The bidder whose tender is accepted shall indicate the name(s) of his associated specialized
agencies those fulfilling the eligibility criteria laid down below as early as possible and within
one month of award of work for the approval of the Engineer-in-Charge whose decision shall be
final and binding. If the bidder himself fulfills the eligibility criteria laid down for associated
specialized agencies, then the bidder shall not require to associate with himself the associated
specialized agency.
Sl. Specialized Work(s) / item of Criteria / Acceptable names of associated
No. work(s) agencies
1 Internal & External Electrical Work Eligible enlisted contractor of CPWD in
appropriate class & category having valid
electrical license
2 Fire Alarm system Should have completed three specialized works
of similar nature, each costing not less than
amount equal to 40% of the tendered amount of
corresponding specialized work(s); or two
specialized works of similar nature, each
costing not less than amount equal to 60% of
tendered amount of corresponding specialized
work(s); or one similar work costing not less
than amount equal to 80% of tendered amount
3 Fire Fighting system of corresponding specialized work in last 7
years ending last day of the month previous to
the one in which the tenders are invited.
NOTE: The specialized agency shall be got
approved from the Engineer-in-Charge well in
advance.
4 Any other specialized work As per the above specified qualification criteria
with the approval of the engineer-in-charge
Note:
The main agency has to associate all Specialized agency for Internal Electrical Works, Fire
fighting system, Kitchen Ventilation system within 1.5 months from the Date of Start,
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 128

specialized agencies within 5.5 months of the award of work (as per milestone in schedule A-F),
in case of non association of specialized agencies within the above period recovery at the rate of
Rs 5000/ each specialized work on per day basis (subject to maximum of 5% of the tendered
amount of the specific specialized works) shall be made from the main agency and the
department shall take necessary action as per relevant clauses of the agreement.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 129

MEMORANDUM OF UNDERSTANDING [M.O.U]

BETWEEN MAIN CONTRACTOR AND ASSOCIATE SPECIALIZED CONTRACTOR

1) M/S [Name of the firm with full address]


Enlistment Status
Valid Upto:
[Henceforth called the main contractor]
And
2) M/S [Name of the firm with full address]
Enlistment Status
Valid Upto:
[Henceforth, called Associated Electrical Contractor or Electrical Contractor]
FOR THE EXECUTION OF SPECIALIZED ELECTRICAL WORK:- C/o 1 No. 120 Men
Barrack for 1st Bn. ITBP at Sunil, Joshimath, Uttarakhand.
We state that M.O.U between us will be treated as an agreement and has legality as per Indian
Contract Act [amended upto date] and the department [CPWD] can enforce all the terms and
conditions of the agreement for execution of the above work. Both of us shall be responsible for
the execution of work as per the agreement to the extent this MOU allows. Both the parties shall
be paid consequent to the execution as per agreement to the extent this MOU permits. In case of
any dispute, either of us will go for mediation/arbitration by the Chief Engineer-Dehradun. Any
of us may appeal against the mediation/arbitration to the ADG (Chandigarh). His decision shall
be final and binding on both of us.
We have agreed as under:
1] The electrical contractor will execute all electrical works in the wholesome manner as
per terms and conditions of the agreement. Payment of the associated electrical contractor shall
be governed vide Para 19.1.11 & 19.1.12 of CPWD-6 & Clause-7 of GCC-2023 (Construction).
2] The electrical contractor shall be liable for disciplinary action if he failed to discharge the
action[s] and other legal action as per agreement besides forfeiture of the security deposit.
3] All the machinery and equipments, tools and tackles required for execution of the
electrical works, as per agreement, shall be the responsibility of the electrical contractor.
4] The site staff required for the electrical work shall be arranged by the electrical
contractor as per terms and conditions of the agreement.
5] Site order book maintained for the said work shall be signed by the main contractor as
well as by the Engineer of the Associated Contractor or by Associated Contractor himself.
6] All the correspondence regarding execution of the electrical work shall be done by the
Department with the Main Contractor with a copy to the associated contractor. In case of non-
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 130

compliance of the provisions of agreement, the main contractor, as well as the associated
contractor shall be responsible. The action under clauses 2 and 3 shall be initiated and taken
against the main contractor.

[SIGNATURE OF MAIN CONTRACTOR] SIGNATURE OF ASSOCIATED


ELECTRICAL CONTRACTOR
[STAMP WITH ADDRESS]
[STAMP WITH ADDRESS]

Date: Date

Place Place:

COUNTERSIGNED

EXECUTIVE ENGINEER (E)-DEHRADUN


CPWD, DEHRADUN, UTTRAKHAND

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 131

CONSENT LETTER PROFORMA FOR ELECTRICAL AGENCY

I/We………………………………………………. hereby give my /our consent to work, as


associated electrical contractor for the composite work.
Till the completion of work, I/We will be responsible for necessary action to hand over the
installation and for the rectification of defects and repair during the maintenance period. I/We
will execute the work, as per CPWD general specifications, as amended up to date & additional
conditions of the contract.
I/We will also engage suitable / Qualified Engineer for the work, as per condition of the
contract. I/We will further certify the particulars shown in certificate for associating electrical
agency and pertaining to me/us are correct.

Date:

Signature of Electrical Agency

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 132

Proforma of Certificate for Associating Electrical Agency

(To be submitted by the lowest tenderer, after approval of tender, by the Competent Authority)
This certificate that we have not deviated from the technical specification and commercial
provisions provided in the tender.
The price bid is unconditional.
This is certified that we proposed to engage, one of the following Electrical Contractor of
appropriate class, as detailed below:
I II III
(i) Name of Contractor
(ii) Address
(iii) Class of Registration
(iv) Maximum ceiling limit to execute the Electrical
Work
(v) Validity of Registration
(vi) Registration Details with CPWD along with copy of
registration
a. Registered (Yes/No)
b. Monetary limit of work
c. Validity of registration
d. Debarred from tendering (Yes/No)

Within 30 days of the award of work, the main contractor will submit MOU signed with
electrical contractor registered in appropriate class along with consent letter of electrical
contractor.
(*) To be filled by contractor.
(Signature of Contractor)

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 133

Affidavit
I/We undertake and confirm that eligible similar work(s) has/have not been got executed through
another contractor on back to back basis. Further that, if such a violation comes to the notice of
Department, then I/we shall be debarred for bidding in CPWD in future forever. Also, if such a
violation comes to the notice of Department before date of start of work, the Engineer-in-Charge
shall be free to take action as per Form-‘A’ (Scanned copy to be uploaded at the time of
submission of bid).

Signature of bidder(s) with stamp

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 134

WILLINGNESS CERTIFICATE
NAME OF WORK: C/o 1 No. 120 Men Barrack for 1st Bn. ITBP at Sunil, Joshimath,
Uttarakhand.
I hereby give my willingness to work as electrical contractor for the specialized work of
“_________________________________” in the above mentioned work. I will execute the
work as per specifications and conditions for the agreement and as per direction of the Engineer-
in-Charge. Also, I will engage full time technically qualified supervisor/engineer for the works. I
will attend inspections of officers of the department as and when required.

Date: ___________
Place: ___________

[Signature of the Associate Electrical Contractor]


[Stamp with Address]

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 135

STANDARD GENERAL CONDITIONS OF CONTRCT

General Conditions of Contract (GCC 2023-Construction work) for CPWD Works which is
available at M/s Jain Book Agency, 4574/15, 2nd Floor, Padam Chand Marg, Darya Ganj, New
Delhi-110002as CPWD publication shall be deemed to be part of the Tender document.
The Standard GCC is amended from time to time through issue of OMs under series DG/CON
which are available on CPWD official website at http://www.cpwd.gov.in/Documents/Official
Circulars/ DG CON.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 136

INTEGRITY PACT
To,
………………………..,
………………………..,
………………………..

Sub: NIT No. 32/EE-Garhwal/CPWD/2023-24/CE-Derhadun for C/o 1 No. 120 Men Barrack
for 1st Bn. ITBP at Sunil, Joshimath, Uttarakhand.
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 (E)- Dehradun


CPWD, Dehradun

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 137

INTEGRITY PACT
To,
Executive Engineer (E)-Dehradun
CPWD, Dehradun
Uttarakhand

Sub: Submission of Tender for the work of C/o 1 No. 120 Men Barrack for 1st Bn. ITBP at
Sunil, Joshimath, Uttarakhand.

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

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition
that I/We will sign the enclosed Integrity Agreement, which is an integral part of tender
documents, failing which I/We will stand disqualified from the tendering process. I/We
acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS AN
UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.
I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and
further agree that execution of the said Integrity Agreement shall be separate and distinct from
the main contract, which will come into existence when tender/bid is finally accepted by CPWD.
I/We acknowledge and accept the duration of the Integrity Agreement, which shall be in the line
with Article 1 of the enclosed Integrity Agreement.
I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Agreement,
while submitting the tender/bid, CPWD shall have unqualified, absolute and unfettered right to
disqualify the tenderer/bidder and reject the tender/bid is accordance with terms and conditions
of the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

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

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 138

INTEGRITY AGREEMENT
This Integrity Agreement is made at .......................on this ……….. day of ……...
BETWEEN
President of India represented by the Engineer-in-Charge (Hereinafter referred to as the
Principal, which expression shall unless repugnant to the meaning or context hereof include its
successors and permitted assignees)

AND
…………………………………………………………………………………………………
(Name and address of the bidder)

(Hereinafter referred to as the Bidder/contractor and which expression shall unless repugnant to
the meaning or context hereof include its successors and permitted assignees.)
Preamble

WHEREAS the Principal/ Owner has floated the Tender (NIT No. 32/EE-Garhwal/CPWD/2023-
24/CE-Derhadun) (hereinafter referred to as “Tender/Bid”) and intends to award, under laid
down organizational procedure, contract for “C/o 1 No. 120 Men Barrack for 1st Bn. ITBP at
Sunil, Joshimath, Uttarakhand” (Name of work) Here in after referred to as the “Contract”.
AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land,
rules, regulations, economic use of resources and of fairness/transparency in its relation with
its Bidder(s) and Contractor(s).

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this
Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and
conditions of which shall also be read as integral part and parcel of the Tender/Bid documents
and Contract between the parties.
NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties
hereby agree as follows and this Pact 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.
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 139

(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 endeavour to exclude from the Tender process any person,
whose conduct in the past has been of biased nature.
2) If the Principal/Owner obtains information on the conduct of any of its employees which
is a criminal offence under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC
Act) or is in violation of the principles herein mentioned or if there be a substantive
suspicion in this regard, the Principal/Owner will inform the Chief Vigilance Officer and in
addition can also initiate disciplinary actions as per its internal laid down policies and
procedures.
Article 2: Commitment of the Bidder(s)/Contractor(s)
1) It is required that each Bidder/Contractor (including their respective officers, employees
and agents) adhere to the highest ethical standards, and report to the Government / Department
all suspected acts of fraud or corruption or Coercion or Collusion of which it has knowledge or
becomes aware, during the tendering process and throughout the negotiation or award of a
contract.
2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his participation in
the Tender process and during the Contract execution:
a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm,
offer, promise or give to any of the Principal/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 competitive or to cartelize in the bidding process. 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,

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 140

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 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).
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 IPC Act, or if the Principal/Owner has substantive
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 141

suspicion in this regard, the Principal/Owner will inform the same to law enforcing agencies for
further investigation.
Article 4: Previous Transgression
1) The Bidder declares that no previous transgressions occurred in the last 5 years with any
other Company in any country confirming to the anticorruption approach or with Central
Government or State Government or any other Central/State Public Sector Enterprises in India
that could justify his exclusion from the Tender process.
2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the
Tender process or action can be taken for banning of business dealings/ holiday listing of
the Bidder/Contractor as deemed fit by the Principal/ Owner.
3) If the Bidder/Contractor can prove that he has resorted / recouped the damage caused by
him and has installed a suitable corruption prevention system, the Principal/Owner may, at its
own discretion, revoke the exclusion prematurely.

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors


1) The Bidder(s)/Contractor(s) undertake(s) to demand from all sub-contractors 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 02 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
Headquarters 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

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 142

consortium members. In case of a Company, the Pact must be signed by a representative duly
authorized by board resolution.
4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this
Pact remains valid. In this case, the parties will strive to come to an agreement to their original
intensions.
5) It is agreed term and condition that any dispute or difference arising between the parties
with regard to the terms of this Integrity Agreement / Pact, any action taken by the
Owner/Principal in accordance with this Integrity Agreement/ Pact or interpretation thereof
shall not be subject to arbitration.
Article 8- LEGAL AND PRIOR RIGHTS
All rights and remedies of the parties hereto shall be in addition to all the other legal rights and
remedies belonging to such parties under the Contract and/or law and the same shall be deemed
to be cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of
brevity, both the Parties agree that this Integrity Pact will have precedence over the
Tender/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:
Executive Engineer (E)-Dehradun,
CPWD, Dehradun.
(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 :

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 143

On Non-Judicial Stamp Paper of Minimum Rs. 100


(Guarantee offered by Bank to CPWD in connection with the execution of contracts)
Form of Bank Guarantee for Earnest Money Deposit /performance Guarantee/Security
Deposit/Mobilization Advance
Whereas the Executive Engineer…………………….. (name of division)………………………
CPWD on behalf of the President of India (hereinafter called "The Government”) has invited
bids under ........................(NIT number)...................... dated……………………….
for........................................ (name of work) ………………………………………….. The
Government has further agreed to accept irrevocable Bank Guarantee for Rs. .......................
(Rupees ….... only) valid upto ......... (date)*........ as Earnest Money Deposit from
......................... (name and address of contractor) .................... (hereinafter called "the
contractor") for compliance of his obligations in accordance with the terms and conditions of the
said NIT.

OR**
Whereas the Executive Engineer…………………….. (name of division)…………………….
CPWD on behalf of the President of India (hereinafter called "The Government”) has entered
into an agreement bearing number……………… with ...................... (name and address of the
contractor)………. (hereinafter called "the Contractor”) for execution of work............. ... (name
of work) …........ The Government has further agreed to accept an irrevocable Bank Guarantee
for Rs. ....................... (Rupees …...... only) valid upto ........ (date)........ asPerformance
Guarantee/security Deposit/Mobilization Advance from the said Contractor for compliance of
his obligations in accordance with the terms and conditions of the agreement.
We, ............... (indicate the name of the bank)……………….. (herein after referred to as “the
Bank”), hereby undertake to pay to the Government an amount not exceeding
Rs........................... (Rupees......... only) on demand by the Government within 10 days of the
demand.
We, ........................ (indicate the name of the Bank) do here by undertake to pay the amount due
and payable under this guarantee without any demur, 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. Any such demand made on the Bank shall be conclusive as regards the
amount due and payable by the Bank under this Guarantee. However, our liability under this
guarantee shall be restricted to an amount not exceeding Rs. ........ (Rupees ...................only)
We, .................. (indicate the name of the Bank) ..............., further undertake to pay the
Government any money so demanded notwithstanding any dispute or disputes raised by the
contractor in any suit or proceeding pending before any court or Tribunal, our liability under this
Bank Guarantee being absolute and unequivocal. The payment so made by us under this Bank
Guarantee shall be a valid discharge of our liability for payment there under and the contractor
shall have no claim against us for making such payment.
We, ..................... (indicate the name of the Bank)……………… further agree that the
Government shall have the fullest liberty without our consent and without affecting in any
manner our obligation here under to vary any of the terms and conditions of the said agreement
or to extend time of performance by the said contractor from time to time or to postpone for any
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 144

time or from time to time any of the powers exercisable by the Government against the said
contractor and to forbear or enforce any of the terms and conditions rerating 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 or for any forbearance, act of omission on the part
of the Government or any indulgence by the Government to the said contractor 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.
We, ................... (Indicate the name of the Bank)………………….. further agree that the
Government at its option shall be entitled to enforce this Guarantee against the Bank as a
principal debtor at the first instance without proceeding against the contractor and
notwithstanding any security or other guarantee the Government may have in relation to the
Contractor's liabilities.
This guarantee will not be discharged due to the change in the constitution of the bank or the
Contractor.
We, ...................... (Indicate the name of the Bank)………………undertake not to revoke this
guarantee except with the consent of the Government in writing.
This Bank Guarantee shall be valid up to…………….. unless extended on demand by the
Government. Not with standing anything mentioned above our liabilities against this guarantee
is restricted to Rs.…………….. (Rupees…………………………… only) and unless a claim in
writing is lodged. un shall stand discharged. Date. Witnesses: the constitution of the Bank or the
.........., undertake not to revoke this ng. unless extended on demand bY the anything mentioned
above, our liability against this guarantee is (Rupees.................... only) and unless a claim in
writing is lodged. With us within the date of expiry of the of this guarantee, all our liabilities
under this guarantee shall stand discharged.
Date……………
Witnesses:
Signature………………. Authorized signatory
Name and address Name
Designation
Staff code no.
Bank seal
Signature…………………
Name and address

*Date to be worked out on the basis of validity period of 90 days where only financial bids are
invited and 180 days for two/three bid system from the date of submission of tender.
**ln paragraph 1, strike out the portion not applicable. Bank Guarantee will be made either for
earnest money or for performance guarantee/security deposit/mobilization advance, as the case
may be.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 145

GENERAL TERMS AND CONDITIONS


The work shall be carried out strictly in accordance with CPWD General Specifications for
Electrical Works Part-I Internal 2023, Part-II (External) 2023, General Specifications part-IV
Sub Station 2013, Fire Detection & Alarm System Part-VI 2018, Wet Riser & Sprinkler System
Part V 2020 and Lift & Escalators Part-III- 2003 as amended upto date and as per instruction of
the Engineer-in-charge and in accordance with the Indian electricity Rules 1956 and Indian
Electricity act 1910 as upto date.
1 The Composite category contractor and the associated specialized agencies has to submit
required affidavit to confirm their association.
2 All material and drawing of all E&M services has to be submitted by the agency
(including conduit layout), panels/ etc and got approved from Engineer-in-Charge well before
the execution of work.
3 The order of preference in case of any discrepancy as indicated in condition under
“Conditions of Contract” given in standard CPWD Contract form may be read as the following:
(a) Nomenclature of item as per Schedule of Quantities.
(b) General/Additional/Special, particular specifications for Electrical Works.
(c) Contract Clauses of General conditions of contract.
(d) CPWD specifications for electrical works as applicable.
(e) Architectural/structural drawings and specifications mentioned in drawings.
(f) Indian standard specifications of BIS.
(g) Sound engineering practice as per directions of the Engineer-in-charge.
(h) Manufacturers specifications.
4 A reference made to any Indian Standard Specifications in these documents, shall imply
reference to the latest version of that standard, including such revisions/amendments as issued
by the Bureau of Indian Standards upto last date of receipt of tenders. The contractor shall keep
at his own cost all such publications of relevant Indian Standards applicable to the work at site.
5 The main contractor shall engage appropriate OEM and specialized agency’s described
above of approved make for specialized works. The main contractor shall not indulge in
procurement of electrical items and getting the work done on labour contract with the
OEM/electrical contractor. The whole electrical component shall be executed by the eligible
electrical contractor/ OEM on a turnkey basis i.e. procurement of material & engaging labour.
The associate electrical contractor shall submit the completion certificate of electrical work
executed by him along with necessary test reports, completion plan etc.
6 The contractor shall take all safety precautions to avoid accidents by exhibiting caution
boards, red flags, red lights and by providing necessary barriers and all other measures required
from time to time. The contractor shall be responsible for all damages and accidents due to
negligence on his part.
7 The contractor shall give due notices to Municipality, Police and/or other authorities that
may be required under the law/rules under force and obtain all requisite permissions (i/c fire

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 146

NOC) /licenses for temporary obstructions/enclosures and pay all charges which may be livable
on account of his execution of the work under the agreement. Nothing extra shall be payable on
this account.
8 The contractor shall leave such recesses, holes, openings, etc., as may be required for the
electric, air-conditioning and other related works. (For this purpose, any required inserts,
sleeves, brackets, conduits, base plates, insert plates, clamps etc. shall be arranged by the
contractor and fix the same at the time of casting of concrete, stone work& brick work, if
required, and nothing extra shall be payable on this account.
9 The contractor shall give a trial run of the equipment and machinery for establishing its
capability to achieve the specifications within laid down tolerances to the satisfaction of the
Engineer-in-charge before commencement of work.
10 The work will be carried out in close coordination with the building work and other
agencies. Conduits will be laid in the slab within the specified time and it will have to be ensured
that the casting of slabs is not delayed for want of laying of conduits. The conduits will also be
laid in walls before the Plaster work is undertaken so as to avoid breaking cutting of plaster
while making chase for laying of conduits subsequently. The contractor will have to employ
adequate labour for carrying out the work. No claim regarding the idle labour for any reason will
be entertained by the Department.
11 All tools, plant and machinery provided by the contractor shall, when brought at the site,
be deemed to be exclusively intended for the construction and completion of this work and the
contractor shall not remove the same or any part thereof (save for the purpose of moving it from
one part of the site to another) without the consent of the Engineer-in-charge.
12 All materials shall be got checked & approved by the Engineer-in-charge on receipt of
the same at site before use and rejected material is to be removed from the site immediately.
13 The contractor shall carry out 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 of the materials being
used or removed, so as not to interfere with the operations of other contractors, or he shall
arrange his work with that of the others in an acceptable and coordinated manner and shall
perform it in proper sequence to the entire satisfaction of Engineer-in-charge.
14 It shall be responsibility of the main contractor to sort out any dispute involved with the
associated contractor without any time and cost overrun to the department. The main contractor
shall be solely responsible for settling the dispute/litigation arising out of his agreement with the
associate contractor. The contractor shall ensure that the work shall not suffer on this account.
15 The contractor shall quote his rates considering the specifications, terms & conditions
and particular specifications and special conditions etc. and nothing extra shall be payable
whatsoever unless otherwise specified.
16 The contractor shall ensure quality construction in a planned and time bound manner.
Any substandard material or work beyond set out tolerance limits shall be summarily rejected by
the Engineer-in-charge.
17 Even ISI marked materials shall be subjected to quality test at the discretion of the
Engineer-incharge besides testing of other materials as per the specifications described for the
item/material. Whenever ISI marked materials are brought to the site of work; the contractor
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 147

shall, if required by the Engineer-in-charge, furnish manufacturers test certificates to establish


that the materials procured by the contractor for incorporation in the work satisfy the provisions
of IS codes relevant to the material and/or the work done.
18 The contractor will have to make his own arrangement for storage of materials. No
storage space shall be provided by department and Watch and ward of the material equipment
shall be the responsibility of the contractor till handing over of installation to the department.
19 The contractor will have to make his own arrangement for water and power supply for
execution of works.
20 The contractor will have to ensure that the skilled labouri.e. wireman etc., Engaged in the
execution of the work must possess valid electrical license; otherwise he will not be permitted to
execute the work.
21 The associate contractors executing the electrical works must possess the valid electrical
contractor license otherwise they will not be permitted to execute the electrical works.
22 The contractor shall be responsible for removal of all defects in the work during the
guarantee/warranty period. The department shall carry out routine maintenance only. However,
if any failure is noticed during this period which is attributable to poor quality of material and
bad workmanship, the contractor will be required to rectify the same at his own cost, failure of
which the department will be at liberty to get the defects rectified at the risk & cost of the
contractor. The contractor will also be required to carry out his own inspection/testing during the
guarantee/warranty period and attend to any defect taking place during this period.
23 Contractor is fully responsible for any kind of damage to the LT/HT cable during execution
of work. No joints shall be allowed if the cable is damaged. Contractor has to replace the full
length at his own cost.
24 The contractor or his representative is bound to sign the site order book as and when
required by the Engineer-in-charge and to comply with the remarks therein.
25 The contractor shall submit the original bills of the materials and material test certificates
along with RA bill.
Inspection and Testing:-
Copies of all documents of routine and type test certificates of the equipment, carried out at the
manufacturers premises shall be furnished to the Engineer-in-charge and consignee.
After completion of the work in all respect the contractor shall offer the installation for testing
and operation.
For item/equipments requiring initial inspection at manufacturer’s works the contractor will
intimate the date of testing of equipments at the manufacturer’s works before dispatch. The
department also reserves the right to inspect the fabrication job at factory and the successful
tenderer has to make the arrangement for the same. The tenderer shall give sufficient (minimum
15 days) advance notice regarding the dates proposed for such tests/inspection to the
department’s representative(s) to facilities his presence during testing/fabrication. Te Engineer-
in-charge at his discretion may witness such testing/fabrication. The cost of the engineer’s visit
to the factory will be borne by the department. Also equipment may be inspected at the
Manufacturer’s premises, before dispatch to the site.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 148

Copies of all documents of routine and type test certificate of the equipment carried out at the
manufacturer premises shall be furnished to the Engineer-in-charge at the time of supply. The
original bills and Eway bill shall be submitted to the department for the verification of the
genuineness of the materials.
Compliance with Regulations and Indian Standards:
All works shall be carried out in accordance with relevant regulation, both statutory and those
specified by the Indian Standards related to the works covered by this specification in particular,
the equipment and installation will comply with the following:
Factories Act.
Indian Electricity Rules.
I.S. & BS Standards as applicable.
Workmen’s compensation Act.
Statutory norms prescribed by local bodies etc.
The entire installation shall be at the risk and responsibility of the contractor until these are
tested and handed over to the department. However if there is any delay in construction from the
department side, the installation may be taken over in parts, but the decision on the same shall
rest with Engineer-in-charge which shall be a binding on the contractor.
Quantities indicated in Schedule of work are only tentative; contractor shall consult AE-in-
charge before procurement. Payment shall be made only for the quantities actually executed and
measured.
Contractor shall preserve the copies of invoices, test certificates; gate passes etc. to prove the
Genuineness of material / purchases. The responsibility of procurement of genuine material of
specialized makes shall rest with the contractor.
No drawing/technical submittal shall be accepted through email. Hard copy of drawings duly
signed by Contractor’s Engineer will only be approved.
All items except LED bulbs/LED fittings and Substation equipments viz transformer/HT
panel/CSS shall be guaranteed for a period of one year.
All the LED bulbs/LED fittings and Substation equipments viz transformer/HT panel/CSS shall
be guaranteed for a period of 5 years.

50% of the Performance Guarantee shall be refunded to the contractor soon after the completion
of the work and recording of the completion certificate.
50% of the Performance Guarantee shall be retained as Security Deposit.
50% of the Performance Guarantee retained as Security Deposit plus 2.5% Security Deposit
already deducted from running bills (total 2.5+2.5=5%) shall be refunded year wise
proportionately.
Contractor will give warrantee certificates to the departments.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 149

Payment shall be released only after submission of PAN No., Bank A/c details with IFSC code
etc and Valid GST No. of the state where work is to be executed. If payment is delayed due to
non-submission of PAN No., Bank A/c details with IFSC code etc and Valid GST No. then,
responsibility for the same will lie on the part of the contractor and no claim / interest etc. will
be paid by the department on this account.
GST, Income Tax, Labourcess and any other tax at source shall be deducted, as applicable.
The rates should be inclusive of all taxes / duties / levies etc. Nothing extra shall be paid on any
account.
CPWD will not be responsible for any accident to the staff by any reasons whatsoever. The
contractor will ensure that the staff employed by him on site is duly insured for liability in case
of any accident, strikes, riots, civil commotion, etc. CPWD will not be liable for any damage
caused due to any reasons.
All the intending bidders has to visit the site location and BOQ carefully and in case of any
discrepancy the same shall be brought to the notice of the department, within the tender opening
period.
In case of any discrepancy/non availability in the size/specifications of the items elaborated in
the BOQ , the material of next higher size/specifications available in the market to that of the
size/specifications specified in the BOQ shall be provided without any extra cost..
If the material specified in the BOQ become non available due to technology advancement or
otherwise then the product of better specifications shall be accepted, provided there is no
functional change of requirement.
In case of variation in the light fitting wattage/specifications then the fittings having more
lumens per watt shall be preferred and better specification products shall be accepted.
Metal sheath of Co-axial T.V. cable shall be terminated using 'U' shape
thimble/lugs/ferrules. Nothing extra shall be paid on this account.
To facilitate drawing of wires 16/18 SWG GI fish wire be provided along with laying of
recessed conduit. Nothing extra shall be paid on this account.
The Composite category contractor and the associated specialized agencies has to submit
required affidavit to confirm their association.
All material to be brought at site by the contractor will be on actual basis. No surplus/remaining
material should be brought at site and hence will not be accepted by the department in any case.
All damages done to the building during execution of Electrical work shall be the responsibility
of the contractor and the same will be made good immediately at his own cost to the satisfaction
of the Engineer-in-Charge. Any expenditure incurred by the department in this condition shall be
recovered from the contractor and decision of the Engineer-in-Charge about recovery shall be
final.
All the hardware items such as screws, ‘thimbles’, G.I. wires etc which are essentially required
for completing an item as per specifications will be deemed to be included in the item even when
the same have not been specifically mentioned. All hardware materials such as
nuts/bolts/screws/washers etc., to be used in the work shall be zinc/cadmium plated iron.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 150

The work shall be carried out according to approved drawings/details and as per instructions of
the Engineer-in-charge who will have the right to change the layout as per requirement at site
and the contractor shall not have any claim due to change in layout.
The work shall be carried out in engineering like manner. The bad workmanship will not be
accepted and defects shall be rectified at contractor’s cost of the satisfaction of the Engineer-in-
charge. The programme of electrical works are to be co-ordinated in accordance with the
building work and no claim for idle labour will stipulated in the tender, electrical work shall
have to be completed along with completion of civil work.
All the debris of the electrical works should be removed and the site should be cleared by the
contractor immediately after the accruing of debris. Similarly any rejected material should be
immediately cleared off from the site by the contractor.
In case of any discrepancy/Non availability about the availability of material of requisite
specification/size as per BOQ the same shall be brought to the notice the deptt. During the tender
inviting period otherwise it shall be deemed that the Agency has no objection about the size/
specification of the material as depicted in the BOQ, and in that case the item of higher/better
specification/size shall be provided without any extra cost.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 151

COMMERCIAL AND ADDITIONAL CONDITIONS

1.0 The work shall be carried out strictly in accordance with CPWD General Specifications
for Electrical Works Part-I Internal 2023, Part-II (External) 2023, General Specifications part-IV
Sub Station 2013, Fire Detection & Alarm System Part-VI 2018, Wet Riser& Sprinkler System
Part V 2019 and Lift & Escalators Part-III- 2003 as amended upto date and as per instruction of
the Engineer-in-charge and in accordance with the Indian electricity Rules 1956 and Indian
Electricity act 1910 as upto date.
The tenderer should in his own interest visit the site and familiarizes himself with the site
conditions before tendering.
No T & P shall be issued by the Department and nothing extra shall be paid on account of this.

2.0 TERMS OF PAYMENT


A) The following percentage of contract rates shall be payable against the stages of work
shown herein for E &M services including in the tender.
I After initial inspection and delivery of equipment/ material at site in good condition on
prorate basis. 70%
II On completion of pro-rata installation 10%
III On commissioning 10%
IV Completion of successful running &Handed over 10%

3.0 TAXES AND DUTIES:


Rates are inclusive of GST and all other Taxes, duties, levies and royalties and nothing extra
shall be payable to the contractor on account of this.
The GST shall be deducted from the bills of the contractor as applicable in at the time of
payments.

4.0 RATES
4.1 The rates quoted by the tenderer, shall be firm and inclusive of all taxes (including GST),
duties and levies and all charges for packing, forwarding, insurance, fright and delivery,
installation, testing, commissioning etc., at site including temporary constructional storage, risks,
overhead charges, general liabilities/obligations and clearance from local authorities.
4.2 The contractor has to carry out routine & preventive maintenance for 12 Months from the
date of handing over. Nothing extra shall be paid.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 152

5.0 MOBILIZATION ADVANCE:


No mobilization advance shall be paid for the work, unless otherwise stipulated in tender papers
for any individual works/ composite work.

6.0 COMPLETENESS OF THE TENDER:

All sundry items, accessories, hardware items foundation connections and all other items which
are useful and necessary for efficient assembly and installation of equipment and components of
the work shall be deemed to have been included in the tender, irrespective of the fact whether
such items are specifically mentioned in the tender documents or not.
(i) Submission of programme:-
Within seven days from the date of receipt of the letter of acceptance, the successful tenderer
shall submit his programme for submission of drawings, supply of equipment, installation,
testing and commissioning and handing over of the installation to the Engineer-In-Charge. This
programme shall be framed keeping in view the building progress.
(ii) Submission of Drawings:-
The contractor shall prepare & submit the working drawings of the substation and cable layout
to the Engineer-In-Charge for approval before start of work within 15 days from the date of start.
General arrangement drawing for all E&M services including conduit layout piping arrangement
etc. showing location of equipment i.e. SDB’s, fans, fittings, Feeder pillar, MCCB’s, route of
cables/conduits, earth pits etc.
General arrangement and schematic drawing of distribution panels & feeder pillar.
The shop drawings for all the specialized services viz. Fire fighting, fire alarm, DG set,
substation, etc has to be submitted by the agency and get it approved from the department at
least 15 days before starting the work. Agency has to prepare the coordinated drawings of all the
services, so that there is no hindrance in execution of work. After approval of drawings three set
of approved drawings on A2/A1 size paper shall be submitted by the agency. Nothing shall be
paid on this account.
Any other drawing required for executing the work.
Completion drawings of all services including cable layout in duplicate has to be submitted by
the agency after the completion of work, Otherwise recovery shall be made as per GCC.

(iii) Commencement of Work:-


The contractor shall commence work as soon as the drawings submitted by him are
approved.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 153

7.0 CARE OF THE BUILDING


Care shall be taken by the contractor while handling and installing the various equipments and
components of the work to avoid damage to the building. He shall be responsible for repairing
all damages and restoring the same to their original finish at his cost. Any expenditure incurred
by the department in this connection shall be recovered from the contractor and decision of the
Engineer-in-charge about recovery shall be final and binding on the contractor. He shall also
remove at his cost all unwanted, rejected and waste materials arising out of the installation from
the site of work.

8.0 GUARANTEE :
8.1 All equipment’s shall be guaranteed for a period of 12 months from the date of
acceptance and taking over of the installation by the department except LED bulbs/LED fittings
and Substation equipment’s viz transformer/HT panel/CSS. All LED bulbs/LED fittings and
Substation equipments viz transformer/HT panel shall be guaranteed for their performance for a
period for 5 years from the date of completion of work. Contractor has to submit warrantee
certificate from manufacturer.
All the LED Bulbs/ LED Fittings shall be guaranteed for a period of 5 years.
50% of the Performance Guarantee shall be refunded to the contractor soon after the completion
of the work and recording of the completion certificate.
50% of the Performance Guarantee shall be retained as Security Deposit.
50% of the Performance Guarantee retained as Security Deposit plus 2.5% Security Deposit
already deducted from running bills (total 2.5+2.5=5%) shall be refunded year wise
proportionately.
Unsatisfactory performance and/or breakdown due to defective design, workmanship of
material. The equipment’s or components, or any part thereof so found defective during
guarantee period shall be forthwith repaired or replaced free of cost, to the satisfaction of the
Engineer-in-Charge. In case it is felt by the department that undue delay is being caused by the
contractor in doing this, the same will be got done by the department at the risk and cost of the
contractor. The decision of the Engineer-in-Charge in this regard shall be final.
8.2 The tenderer shall guarantee among other things, the following
(i) Quality, Strength and performance of the materials used.
(ii) Safe mechanical and electrical stress on all parts under all specified conditions of
operation. Satisfactory operation during the maintenance period.

9.0 DATA MANUAL AND DRAWINGS TO BE FURNISHED BY THE TENDERERS:


9.1 With Tender:
The tenderer shall furnish along with the tender, detailed technical literature, pamphlets and
performance data for appraisal and evaluation of the offer.
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 154

9.2 After Award of Work:


The successful tenderer should furnish well in advance three copies of detailed instructions and
manuals of manufacturers for all items of equipments regarding installation, adjustments,
operations and maintenance including preventive maintenance and troubleshooting together with
all relevant data sheets, spare parts catalogue and workshop procedure for repairs, assembly and
adjustment etc. all in triplicate. It can be one original copy & the other two may be the
photocopy of the original.

10.0 EXTENT OF WORK


10.1 Minor building works necessary for installation of equipment, foundation, making of
opening in walls or in floors and restoring to their original condition, finish and necessary
grouting etc. as required, shall be executed with in the quoted rates.
10.2 Maintenance (Routine & preventive) for one year from date of completion or handing
over. Any item required for completion of the project but left inadvertently shall be executed
with in the quoted rates.
10.3 Agency has to get the installation inspected by the local electrical inspector/CEA and
submit the inspection report before ful charging of Substation.
10.4 The Agency has to obtain the Pre NOC/final NOC from the local fire authority otherwise
recovery of Rs. 2 Lacs shall be made from the final Bill.

11.0 INSPECTION AND TESTING:


11.1 Copies of all documents of routine and type test certificates of the equipment, carried out
at the manufacturers premises shall be furnished to the Engineer-in-charge and consignee.
11.2 After completion of the work in all respect the contractor shall offer the installation for
testing and operation.
11.3 For item/equipments requiring initial inspection at manufacturer’s works the contractor
will intimate the date of testing of equipments at the manufacturer’s works before dispatch. The
department also reserve the right to inspect the fabrication job at factory and the successful
tenderer has to make the arrangement for the same. The tenderer shall give sufficient (15 days)
advance notice regarding the dates proposed for such tests/inspection to the department’s
representative(s) to facilities his presence during testing/fabricating. The Engineer-in-Charge at
his discretion may witness such testing/fabricating. The cost of the engineer’s visit to the factory
will be borne by the Department. Also equipment may be inspected at the Manufacturer’s
premises, before dispatch to the site.
11.4 Copies of all documents of routine and type test certificates of the equipment carried out
at the manufacturer premises shall be furnished to the Engineer-in-charge at the time of supply.

12.0 COMPLIANCE WITH REGULATIONS AND INDIAN STANDARDS.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 155

12.1 All works shall be carried out in accordance with relevant regulation, both statutory and
those specified by the Indian Standards related to the works covered by this specification. In
particular, the equipment and installation will comply with the following :
a) Factories Act.
b) Indian Electricity Rules.
c) I.S. & BS Standards as applicable.
d) Workmen’s compensation Act.
e) Statutory norms prescribed by local bodies like CEA, Sidcul authorities, MDDA etc,.
12.2 Nothing in this specification shall be construed to relieve the successful tender of his
responsibility for the design, manufacture and installation of the equipment with all accessories
in accordance with currently applicable statutory regulations and safety codes.
13.0 INDEMNTIY:
The successful tenderer shall at all times indemnify the department, consequent on this works
contract. The successful tenderer shall be liable, in accordance with the Indian Law and
Regulations for any accident occurring due to any cause and the department shall not be
responsible for any accident or damage incurred or claims arising there from during the period of
erection, construction and putting into operation the equipments and ancillary equipments under
the supervision of the successful tenderer in so far as the latter is responsible. The successful
tenderer shall also provide all insurance including third party insurance as may be necessary to
cover the risk. No extra payment would be made to the tenderer due to the above.
14.0 ERECTION TOOLS
No tools and tackles either for unloading or for shifting the equipments for erection purpose
would be made available by the department. The successful tenderer shall have to make his own
arrangement for all these facilities.
15.0 INSURANCE AND STORAGE:
All consignments are to be duly insured upto the destination from warehouse to warehouse at the
cost of the supplier. The insurance covers shall be valid till the equipment is handed over duly
installed, tested and commissioned.
16.0 VERIFICATION OF CORRECTNESS OF EQUIPMENT AT DESTINATION:
The contractor shall have to produce all the relevant records to certify that the genuine materials
purchased from manufacturers or their authorized dealers or importer having valid import license
without which material will not be accepted/liable to be rejected.
17.0 MAINTENANCE
17.1 Sufficient trained and experienced staff shall be made available to meet any exigency of
work during the guarantee period of one year from the date of handing over of the installation to
the department.
17.2 The routine as well as preventive maintenance for one year by manufacturer shall be
carried out from the date of taking over the installation by department. Including attending all
call back of break down round the clock, 365 days in a year in guarantee period.
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 156

18.0 INTERPRETING SPECIFICATIONS


In interpreting the specifications the following order of decreasing importance shall be followed
in case of contradictions:
a) Schedule of quantities.
b) Technical specifications.
c) Drawing (if any)
d) General Specifications.
e) Relevant IS or other international code in case IS code is not available.

19.0 PAINTING
This shall include cost of painting of entire exposed iron work complete in the installation. All
equipments works shall be painted at the works before dispatch to the site and paintings damages
during transportation shall be re-painted within the quoted cost.

20.0 INSPECTION OF MATERIALS AND EQUIPMENT:


Materials and equipment to be used in the work shall be inspected by the departmental officers.
Such inspection will be of following categories:
Inspection of materials / equipment to be witnessed at the Manufacturer’s premises in
accordance with relevant BIS /Agreement Inspection Procedure.
To receive materials at site with Manufacturer’s Test Certificate(s)
To inspect materials at the authorized dealer’s go downs to ensure delivery of genuine materials
at site.
To receive materials after physical inspection at site.
Adequate care to ensure that only tested and genuine materials of proper quality are used in work
shall be ensured by firm. The firm shall ensure that:
(i) Material will be ordered & delivered at site only with the prior approval of the
department to ensure timely delivery.
(ii) As and when the order is placed for the fittings/ fixtures, cables, switchgears, poles,
rising main, other main items etc., its copy shall be endorsed to the CPWD Engineer-in-charge.
(iii) The firm will be required to procure all material like exhaust fans, MCB’s & DB’s,
switches & sockets, wires & cables, conduits and switchgears etc directly from the
manufacturer/ authorized dealers to ensure genuineness & quality and as per the approved makes
only. Proof in this regard shall be submitted by the contractor before installation at site to the
department.
(iv) Inspection at factory or at go down of the manufacturer, as required, shall be arranged by
the firm for a mutually agreed date. Certificate for genuineness of the fittings shall have to
provided duly signed by the manufacturer.
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 157

(v) Delivery of material shall be taken up only with the consent of department, after
clearance of the material.
(vi) Department shall reserve the right to waive inspection in lieu of suitable test certificate,
at its discretion.
Similarly, for fabricated equipment, the contractor will first submit dimensional detailed
drawings for approval before fabrication is taken up in the factory. Suitable stage inspection at
factory also will be made to ensure proper use of materials, workmanship and quality control.
20.1 Ratings of components:
All components in a wiring installation shall be of appropriate ratings of voltage, current and
frequency, as required at the respective sections of the electrical installations in which they are
used.
All conductors, switches and accessories shall be of such size as to be capable of carrying the
maximum current, which will normally flow through them, without their respective ratings being
exceeded.
20.2 Completion plan and completion certificate:
For all works completion certificate after completion of work shall be submitted to the Engineer-
in-charge.
Completion plan drawn to a suitable scale in A1/A2 Sheet (It shall be laminated if desired by the
Site- in-Charge) indicating the following, and three copies of the same shall also be submitted.
20.2.1 General layout of the building.
Locations of main switchboard and distribution boards, indicating the circuit numbers controlled
by them.
20.2.2 Position of all points and their controls.
Name of work, job number, tender reference, actual date of completion, names of Division/ Sub-
division and name of the firm who executed the work with their signature.
Types of fittings, viz. fluorescent, pendants, brackets, bulk head, fans, exhaust fans etc.
20.2.3 Cable layout showing general distribution diagram along with position of cable joints,
upto the building distribution/floor panels.
20.2.4 All material to be used on this work by the contractor shall be got approved from the
Engineer-in-charge before installation at site.
20.2.5 The contractor or his representative is bound to sign the site order book as and when
required by the Engineer-in-charge and to comply with remarks there in.
20.2.6 The entire installation shall be at the risk and responsibility of the contractor until the
same are tested and handed over the department. However if there is any delay in construction
from the department side the installation may be taken over in parts but decision on the same
shall rest with Engineer-in-charge which shall be binding on the contractor.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 158

20.2.7 The connection, interconnection earthing and inter-earthing shall be done by the
contractor wherever required to be done for energisation of the installation and nothing extra
shall be paid on this account.
20.2.8 The contractor shall make his own arrangement for storage of material either brought by
or issued to him by the department.
20.2.9 Cement for this bonafide work is to be arranged and used by the contractor himself and
nothing extra will be paid on this account.
20.2.10 The power supply and water supply required for the execution of work shall have to be
arranged by the contractor themselves however the power supply for testing of the equipments
shall be made available by the department at one single point free of cost.
20.2.11 Plastic name plate or identification tag/slips shall be provided on the cubical panel to
indicate the area fed by them and nothing extra shall be paid on this account.
20.2.12 All existing termination of cables submain/circuit wires & copper/GI /Earth wires into
SDB shall be done using lugs/ferrules only & nothing extra shall be paid on this account this
condition shall not apply if wiring has been done with solid single conductor wire.
20.2.13 Loss of life/damages/accident etc. shall be the sole responsibility of the contractor and
no compensation shall be payable by the department.
20.2.14 All the inter-connection/control circuit should be identified by way suitable means.
20.2.15 The ceiling fan regulator shall be two module type and nothing extra shall be paid on
this account.
20.2.16 All chases in wall shall be made through electrically operated chase cutting machine.
20.2.17 Testing of materials shall be done at approved laboratories as per the direction of the
Engineer-in-Charge. The charges of testing of materials approved in the laboratories shall be
reimbursed to the contractor and the charges of testing of materials failed during testing shall be
borne by the contractor.
Note : The quantity of material in the BOQ is indicative. Contractor has to assess the actual
requirement of material at site before placing the order, keeping in view the drawing and site
requirement from the shortest route. No claim for payment for unused excess material shall be
entertained.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 159

TECHNICAL SPECIFICATIONS
[Internal EI & Fans, Internal & External lighting]
General:
1- The electrical work shall generally be carried out as per General Specifications for Electrical
Works, Part-I (Internal), 2023 and General Specifications for Electrical Works, Part-II (External)
2023.
2- All MDB’s/ SDB’s should be provided with polythene/ PVC plastic cover to protect them
from rust /damages, during execution of work till the work is actually completed and handed
over to the department. All DB’s shall be double door type confirming to minimum IP-43 degree
of protection unless otherwise provided.
3- The loose wire boxes/cable end boxes adaptor boxes wherever required shall be provided on
the various electrical boards to facilitate the termination of the wiring in the various mountings.
The boxes shall be of the same make as the DB/s unless otherwise required in writing. Wherever
the company made cable end boxes are not available they shall be neatly fabricated with 16
SWG CRCA sheet steel, duly painted in same shade as the DB, dust and vermin proof and the
front cover of MS sheet shall be with rubber gasket suitably screwed or with 3 mm thick
phenolic laminated sheet of Hylam/ Formica instead of MS sheet, as approved by the Engineer-
in-Charge. The length of such boxes shall be same/or more as the width of the electrical
switchboard. Such loose wire boxes are deemed included in the scope of the work and no extra
payment shall be made for them. During construction all DB’s and loose wire boxes shall be
covered with polythene cover to protect them from water and mortar. In case of damage to the
paint of DB’s the same shall be replaced.
4- Miniature Circuit Breaker shall comply with IS–8828, 1996 / IEC 898. Miniature Circuit
Breakers shall be quick make and break type for 230V/ 415V AC, 50Hz application with
magnetic thermal release for over-current and short circuit protection. The breaking capacity
shall not be less than 10kA at 415V A.C. The MCB shall be DIN mounted. The MCB shall be
current limiting type (class–3). The MCB shall be same make as MCB DB’s.
5- MCB shall be classified (B,C,D Ref. IS standard) as per their tripping characteristics curves
defined by the manufacturer The MCB shall have the minimum power loss (watts) per pole
defined as per the IS/ IEC and the manufacturer shall publish the values. Only class-C MCB’s of
10 KA rating shall be provided, unless otherwise required.
6- The MCB housing shall be heat resistant and having high impact strength. The terminal shall
be protected against finger contact to IP20 degree of protection.
7- All models and colour of modular accessories required for the work shall be got approved
from the Engineer-in-charge from among the approved makes. The base plate shall be in sheet
steel or otherwise in unbreakable polycarbonate. The cover plates shall be screwless type in
shade approved by the Engineer-in-charge. The GI box shall be of the same make as the modular
accessories.
8- All wires shall be multi-stranded wires unless otherwise required. The termination of all
wires shall be made through insulated terminal lugs. Each light and power circuit shall be
identified in the distribution board through numbering ferrules. Each Distribution/ Sub-
distribution board shall be identified through nomenclature through paint or through stickers as
desired by the engineer-in-charge.
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 160

9- Special care shall be maintained in the colour coding of the wires used for the work. The
wires shall be in the same colour as the phase i.e. R-Y-B-N-E upto the point wiring termination.
The Earth wire shall be only green in colour. Neutral wire shall be in black colour only. The half
wires shall be in the same colour throughout the installation. No twist jointing of neutral and
earth wire shall be permitted and the terminal blocks for the same shall be used. The terminal
blocks shall be of Bakelite/ Polycarbonate/ Thermosetting plastic / Porcelain and shall be of 10A
rating for light circuits and 16A rating for power circuits.
10- Both at light plug points and power plug points only single termination shall be permitted.
The looping shall be done through terminal blocks unless otherwise required. All terminations of
stranded copper cables, of all sizes and at all points, shall be carried out through insulated copper
lugs only. Insulating taping on lugs shall not be permitted.
11- All junction boxes and Tee’s shall be provided with phenolic laminated sheet covers of
appropriate size and the same shall be deemed included scope of work.
Molded Case Circuit Breaker
1- The Molded case circuit breaker (MCCB) shall conform to latest IEC-60 947-2/ IS13947- 2.
The circuit breaker shall comply with the isolation function requirement of IEC 60 947-2 section
7.1.2 to marked as suitable for isolation/ disconnection to facilitate safety of operating personnel
while the breaker is in use.
2- Molded case circuit breakers shall be fixed mounting type, microprocessor release/ thermo-
magnetic type having adjustable O/L & S/C settings (as per BOQ) with trip free, manually
closing mechanism, accommodated in a Molded housing of robust and vermin proof
construction matching with switchboards. All MCCBs shall be designed and tested to IS-13947
Part II. The trip device shall be direct acting. Incomer MCCB shall have inbuilt earth fault
protection release and other releases as per the BOQ.
3- The MCCB shall have rated operating voltage=415V with minimum Insulation
voltage=600/750V and rated impulse withstand voltage=8KV. There has to be a total
discrimination from MCCB at the MDB incomer to Distribution Board outgoing MCB’s.
4- MCCB shall be provided with Class II insulation between front cover & internal power
circuits to avoid any accidental contact with live current carrying path with the front cover open.
5- The tripping devices shall be ambient temperature compensated type. The insulating case and
cover shall be made of high strength heat resistant and flame retardant thermosetting material.
They shall have line-load reversibility. 3-phase breakers shall be designed to break all the poles
simultaneously and they shall have a single mechanism.
6- They shall have auxiliaries and accessories whenever required for signaling, interlocking,
shunt trips, under voltage release, castle lock, etc.
7- All the circuit breakers used shall have guaranteed breaking capacities sufficient for the
maximum short circuit duties that could possibly be imposed on the different breakers. The
MCCBs fixed in main switch board shall have breaking capacity as indicated in BOQ & SLD.
8- MCCB shall have Ics=100% Icu for the entire range as per BOQ.
9- The short circuit breaking capacity and operation of MCCB shall be supported by test
certificates of neutral international independent authority /CPRI / ERDA.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 161

10- MCCB’s shall be used with rotary handle and terminal spreaders, phase barrier and all
terminals shall be shrouded to avoid direct contact.

Miniature Circuit Breakers (MCB)


1- MCBs shall be hand operated, air break, quick make, quick break type conforming to
applicable standards. MCB’s shall be of the same make as the MCB DB.
2- MCB shall be provided with overload/short-circuit protective device for protection under
overload and short-circuit conditions. The minimum breaking capacity of MCBs shall be 10 kA
rms. at 415V AC. It should comply with Class III energy limiting class.
3- MCB shall comply with IS: 8828, 1996/IEC 898. MCB shall have minimum power loss
(watts) per pole defined as per IS/IEC and the manufacturer shall publish the values.
4- The MCB housing shall be heat resistant and heavy a high impact strength. The terminal
shall be protected against finger contact to IP 20 degree of protection.
Miscellaneous
Control switches shall be of the heavy duty rotary type with escutcheon plates clearly marked to
show the operating position. They shall be semi-flush mounting with only the front plate and
operating handle projecting. Indicating lamps shall be of the LED type. Push buttons shall be of
the momentary contact, push to actuate type fitted with self reset contacts & provided with
integral escutcheon plates marked with its functions.
Cable Terminations
1- Cable entries and terminals shall be provided in the Distribution Boards to suit the number,
type and size of aluminium conductor power cables and copper conductor control cable
specified.
2- Provision shall be made for top or bottom entry of cables as required. Generous size of
cabling chambers shall be provided, with the position of cable gland and terminals such that
cables can be easily and safely terminated.
3- Barriers or shrouds shall be provided to permit safe working at the terminals of one circuit
without accidentally touching that of another live circuit.
4- Cable risers shall be adequately supported to withstand the effects of rated short circuit
currents without damage and without causing secondary faults.
Labels
Labels shall be anodized aluminium with white engraving on black background shall be
provided for each incoming and outgoing feeder of Distribution Boards. Labels shall be properly
secured with fasteners.
Test At Manufactures Work
All routine tests specified in IS: 8623-1977 shall be carried out and test certificates produced to
the Department.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 162

Testing and Commissioning


Commissioning checks and tests shall be included all wiring checks and checking up of
connections. Primary/secondary injection tests for the relays adjustment/setting shall be done
before commissioning in addition to routine meggar test. Checks and tests shall include the
following.
a) Operation checks and lubrication of all moving parts.
b) Interlocking function check.
c) Continuity checks of wires, fuses etc. as required.
d) Insulation test: Testing shall be as per CPWD specification.
e) Trip tests & protection gear test.
Internal Wiring
1- Wiring inside the switchgear/panel shall be carried out with 1.1kV grade, FRLS stranded
conductor wires. Minimum size of conductor for power circuits is 4 Sqmm copper. Control
circuits shall be wired with copper conductor of at least 2.5 Sqmm for CT circuits and 1.5 Sqmm
for other circuits.
2- Engraved identification ferrules, marked to correspond with the wiring diagrams shall be
fitted to each wire. Ferrules shall be of yellow colour with black lettering.
3- Wires forming part of a tripping circuit of circuit breaker shall be provided with an additional
red ferrule marked 'T'.
4- Spare auxiliary contacts of all equipment forming part of the switchgear shall be wired up to
the terminal blocks.
5- Spare and unassigned modules shall be complete with internal wiring.
6- Wiring shall be terminated on screw less terminal blocks upto 4 Sqmm size.
7- Not more than two connections shall be made on any one terminal.
Terminal Blocks
1- Terminals for circuits with voltage exceeding 125 V shall be shrouded. Terminal blocks shall
be grouped depending on circuit voltage. Different voltage groups of terminal blocks shall be
segregated. All terminations shall be carried out with insulated terminal lugs in proper colour
coding.
2- Terminal blocks shall be adequately rated to carry the current of the associated circuit.
Minimum rating of the terminal block is 10A.
3- Terminals shall be numbered for identification.
4- Terminal blocks shall be arranged with at least 100mm clearance between two sets of terminal
blocks.
5- Only Screw less, cage clamp type terminal blocks shall be used for cable sizes upto 6 Sqmm.
Screw type terminal blocks may be used for cables above 6 Sqmm. earthing

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 163

6- Each Panel shall be provided with an earth bus bar running along the entire length of the
board. Material and size of the earth bus bar shall be as per IS. At either end of the earth bus, one
clamp type terminal with nuts, bolts and washers shall be provided for bolting the earthing
conductor of size and material indicated in data sheets. In case the earth bus is provided near top
of the switchgear, one down comer at either end shall be provided for connection to the earthing
conductor.
7- Earth bus bars shall be supported at suitable intervals.
8- Positive connection between all the frames of equipment mounted in the switchboard and
earth bus bar shall be provided by using insulated copper wires/bare bus bars of cross section
equal to that of the bus bar, or equal to half the size of circuit load current carrying conductor,
whichever is smaller.
9- All instrument and relay cases shall be connected to the earth bus-bar using 650 V grade, 2.5
Sqmm stranded, copper FRLS, earthing conductor.
10- All tests shall be carried out on all associated equipment as per relevant standards.
11- Certified copies of all test certificates shall be submitted for the approval of Engineer-in-
Charge before dispatch of the switchgear.
12- Routine test shall be witnessed at the manufacturer’s works by the representative of
Engineer-in-Charge.
EXTENT OF WORK
1- The work is to be carried out as per CPWD General Specifications for Electrical Works Part-
I & II internal and external, as amended upto date.
2- The work is to be carried as per the direction & satisfaction of Engineer-in-charge.
3- All the material brought at site shall have to be got approved from the Engineer-in-charge
before use at site.
4- No T&P shall be issued by the department.
5- No claim for idle labour will be entertained by the department.
6- Any damage done to the existing structure shall be restored to its original shape &colour by
the contractor for which nothing extra shall be paid.
7- The work shall be carried out in close co-ordination with other agencies like civil wing of
this department.
8- The work can be done on odd hours of normal office timing or on Sunday & holidays for
which no claim of idle labour will be entertained by the department.
9- The dismantled material shall be returned back to the department JE (E) site store.
10- The work shall comprise of entire labour including supervision and all materials necessary
to make a complete installation and such tests and adjustments and commissioning, as may be
required by the department. The term complete installation shall not only mean major luminaires
and mounting equipment covered by specifications but all incidental sundry components
necessary for complete execution and satisfactory performance of installation with all layout
charts whether or not those have been specifically mentioned in bill of quantity in the tender
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 164

document. However, major equipment not covered in the scope of the work and required
subsequently as an additional feature, not covered in the contract specifications, shall be paid
extra. The decision of the engineer-in-charge in the matter shall be final and binding upon the
contractor.
11- The contractor shall submit the relevant certificate at the time of supply of LED fixtures for
CRI, LM70, ENEC/UL, CE, NABL, BIS certification etc. as applicable.
12- The installation of the items like LED luminaires etc. shall be carried out as per the norms of
the OEM of the luminaries. The testing and commissioning of these fittings and ancillaries shall
be carried out to the satisfaction of the engineer in-charge and the commissioning report shall be
provided to the department failing which no payment shall be released.
13- The termination of all wires shall be made through insulated terminal lugs. Each light and
power circuit shall be identified in the distribution board through numbering ferrules. The work
shall include connections for the DALI controller system including its programming and testing
and commissioning to the requirement of site (if provided in the SOQ). In such case, each
luminaire/ fixture shall be controllable from the controller individually and independently, as
desired by the engineer-in-charge. The fixtures shall be connected to occupancy sensors,
wherever required by the engineer-in-charge.
14- Special care shall be maintained in the colour coding of the wires used for the work. The
wires shall be in the same colour as the phase i.e. R-Y-B-N-E upto the point wiring termination.
The Earth wire shall be only green in colour. Neutral wire shall be in black colour only. The half
wires shall be in the same colour throughout the installation. No twist jointing of neutral and
earth wire shall be permitted and the terminal blocks for the same shall be used. The terminal
blocks shall be of Bakelite/ polycarbonate/ thermosetting plastic and shall be of not less than10A
rating for light circuits and 25A rating for power circuits.
Fittings and Fixtures
The layout drawing for installation of the lighting luminaires shall be provided by the
department. However, the contractor may be required to provide the luminaire from different
makes approved in the tender documents as approved by the engineer-in-charge. It is desired to
give different look and as such the different designs from the approved makes may be selected.
As such the contractor shall supply the samples of luminaires of each approved make and get the
quantity of each fixture finalized from the engineer-in-charge before placing order. In case the
same is not complied, the contractor will be liable for rejection of material brought to site. The
fixtures shall be complete with hanging arrangement and nothing extra shall be paid on this
count. The models of the fixtures shall also be got approved from the Engineer-in-charge.

FIRE FIGHTING SYSTEM & FIRE EXTINGUISHERS


Scope
The scope of work under this contract shall consist of furnishing all labour, materials, equipment
and appliances necessary and required. The Contractor is required to completely furnish all the
Fire Fighting services as described hereinafter and as specified in the schedule of quantities
and/or shown on the Firefighting drawings.
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 165

Without restricting to the generality of the foregoing, the installations shall include the
following: -
Down Comer System
Hand Appliances/ Fire Extinguishers
Fire Pumps i/c starter panel at Terrace

Specifications
The work shall be carried as per CPWD general specification for electrical works Part I Internal-
2023, Part IV Sub Station-2013, Part-V-Wet Riser and Sprinkler System-2020, & Part-II-
External, 2023, all as amended up-to-date and in accordance to the NBC-2016, India Electricity
Rules 1956 and Indian Electricity Act 2003, as amended up-to-date and as per the instructions
and satisfaction of the Engineer-in-charge.The agency has to prepare the Firefighting drawings
as per NBC 2016/ Local Byelaws and get it approved from the Department before execution of
work. The agency has to obtain the pre fire NOC and the final NOC from the Fire authority. The
work shall be deemed to be completed only after the submission of final NOC from the fire
authority.
Items not covered under these specifications or due to any ambiguity or misprints, or additional
works, the work shall be carried out as per specifications of the latest Central Public Works
Department with upto date amendments as applicable in the Contract.
Works not covered under Para above shall be carried out as per relevant Codes & Bureau of
Indian Standards and in case of its absence as per British Standard Code of Practice.
All the top edges of cement concrete foundation to be made for the equipment’s shall be covered
with angle iron frame made out of 40mm x 40mm x 4mm angle iron, duly painted with red oxide
and enamel paint.
GENERAL
All materials shall be new of the best quality conforming to the specifications and subject to the
approval of the Engineer-in-charge.
Pipes and fittings shall be fixed truly vertical, horizontal or in slopes as required in a neat
workmanlike manner.
Pipes shall be fixed in a manner as to provide easy accessibility for repair and maintenance and
shall not cause obstruction in shafts, passages etc.

Pipes shall be securely fixed to walls, and ceilings by suitable clamps at intervals specified. Only
approved type of anchor fasteners shall be used for RCC ceilings and walls.
Valves and other appurtenances shall be so located that they are easily accessible for operations,
repairs and maintenance.
The rules and regulations of Local Fire Authority as per the statutory regulations applicable for
obtaining the occupation certificate from the Local Development / Fire Authority.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 166

Drawings issued, if any, with the tenders are schematic and indicate the concept. Contractor
shall make his shop drawings on basis of architectural and interior design drawings issued by the
Engineer-in-Charge. Work will be executed only as per approved shop drawings.
It is the contractor's responsibility to ensure the competence of design to meet the above
requirements.
PIPES
All pipes within and outside the building in exposed locations and shafts including connections
buried under floor shall be MS pipes confirming to IS:1239 Heavy Class
PIPE FITTINGS
Pipes and fittings means tees, elbows, couplings, flanges, reducers etc. and all such connecting
devices that are needed to complete the piping work in its totality.
Screwed fittings shall be approved type malleable or cast iron with reinforced ring on all edges
of the fittings suitable for screwed joints.
Forged steel fittings of approved type with "V" groove for welded joints.
Fabricated fittings shall be not being permitted for pipe diameters 50 mm and below. When
used, they shall be fabricated, welded and inspected in workshops whose welding procedures
have been approved by the TAC as per TAC Rule 4102 for sprinkler system and applicable to
hydrant and sprinkler System under the supervision of Engineer-in-Charge. For "T" connections,
pipes shall be drilled and reamed. Cutting by gas or electrical welding will not be accepted.

JOINTING
Screwed (50 mm dia pipes and below)
Joint for black steel pipes and fittings shall be metal to metal thread joints. A small amount of
red lead may be used for lubrication and rust prevention. Joints shall not be welded or caulked.
Welded (65 mm dia and above)
Joints between M.S. pipes and fittings shall be made with the pipes and fittings having "V"
groove and welded with electrical resistance welding in an approved manner. Butt welded joints
are not acceptable.
Flanged
Flanged joints shall be provided on:
Straight runs not exceeding 30 m on pipe lines 80 mm dia and above.
Both ends of any fabricated fittings i.g. bend tees etc. of 65 mm dia or larger diameter.
For jointing all types of valves, appurtenances, pumps, connections with other type of pipes, to
water tanks and other places necessary and required as per good engineering practice.
Flanges shall be as per I.S. with appropriate number of G.I. nuts and bolts, 3 mm insertion
neoprene gasket complete.
Unions
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 167

Approved type of dismountable unions on pipes lines 65 mm and below in similar places as
specified for flanges.
EXCAVATION
Excavation for pipe lines shall be in open trenches to levels and grades shown on the drawings
or as required at site. Pipe lines shall be buried to a minimum depth of 1.2 meter or as shown on
drawings.
Wherever required contractor shall support all trenches or adjoining structures with adequate
timber supports.
On completion of testing and pipe protection, trenches shall be refilled with excavated earth in
15 cm layers and consolidated.
Contractor shall dispose off all surplus earth within a lead of 200m or as directed by Engineer-
in-charge.

ANCHOR THRUST BLOCKS


Contractor shall provide suitably designed anchor blocks in cement concrete to encounter excess
thrust due to water hammer & high pressure.
Thrust blocks shall be provided at all bends & tees & such other location as determined by the
Engineer-in-charge.
Exact location, design, size and mix of the concrete block shall be approved by the Engineer-in-
charge prior to execution of work.
VALVES
Gunmetal Valves

Valves 65mm dia& below shall be heavy gunmetal full way valves or globe valves conforming
to IS:778, 1971 class-II with female screwed ends. Valves shall be carry I.S. certifications mark.
All valves shall be approved by the Engineer-in-Charge before they are allowed to be used on
work.

C.I. Butterfly Valves/Sluice Valves


All valves 80 mm dia and above shall be C.I. double flanged butterfly valves. Each
sluice valve shall be provided with wheel for valves in exposed positions and cap top for
underground valves. Contractor shall provide suitable operating keys for Sluice Valves with cap
tops.

Butterfly valves shall be of best quality conforming to IS:13095 of class specified and
sluice valves shall conform to IS: 780.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 168

Non-return valves (Check Valves)


Non-return valves shall be cast iron double flanged with cast iron body and gunmetal internal
parts conforming to IS: 5312.
Air valves
25 mm dia screwed inlet cast iron single acting air valve shall be provided on all high points in
the system or as shown on drawings.
Orifice Flanges
Orifice flanges fabricated from 6 mm thick stainless-steel plate shall be provided to reduce
pressure on individual hydrants to restrict the operating pressure to 3.5 kg/cm2 and allow a
discharge of 560 lpm. The contractor shall submit design of the orifice flanges for approval
before installation.
Drain Valve
50 mm dia black steel pipe to IS: 1239 (heavy class) with 50 mm gunmetal full way valve shall
be provided for draining any water in the system in low pockets.
Pressure Gauge
Pressure gauge shall be provided near all connections to hydrant system and isolation valves of
sprinkler system and where required. Pressure gauge shall be 100 mm dia gunmetal Bourden
type with stainless steel isolation cock, tapping and connecting pipe and nipple. The gauge shall
be installed at appropriate level and height for easy readability.
HYDRANT/VALVE CHAMBERS
Contractor shall provide suitable brick masonry chambers in cement mortar 1:5 (1 cement: 5
coarse sand) on cement concrete foundations 150 mm thick 1:5:10 mix (1 cement: 5 fine sand:
10 graded stone aggregate 40 mm nominal size) 15 mm thick cement plaster inside and outside
finished with a floating coat of neat cement inside with cast iron surface box approved by fire
brigade including excavation, back filling complete.
Valve chambers shall be of following size:-
for depths 100 cm and beyond = 120cm x 120cm
FIRE BRIGADE CONNECTIONS
As shown on drawings separate stainless steel 2-3 way collecting head Fire brigade connection
each with two or three 63 mm instantaneous type inlets with built in check valves and 150 mm
dia inlet/outlet connected to the fire and sprinkler main as given in BOQ shall be provided. Both
shall be installed on a stand post and provided with horizontal C.I. Reflux Valve and location to
be approved by Engineer- in - charge. Etched stainless steel label plates with 80 mm high letters
shall be fixed along with necessary enclose cabinet. The plates should be firmly fixed to the FB
connection and any support system.
FIRE HYDRANTS
External hydrants

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 169

Contractor shall provide stand post type external hydrants. The hydrants shall be controlled by a
cast iron sluice valve installed in underground lockable chambers. Hydrants shall have
instantaneous type 63 mm dia outlets. The hydrants valve shall be single outlet conform to
I.S.5290 with C.I duck foot bend and flanged riser of required height to bring the hydrant to
correct level above ground.
Contractor shall provide for each external fire hydrant two numbers of 63mm dia. 15m long
controlled percolation type hose pipes with stainless steel male and female instantaneous type
couplings machine wound with G.I. wire (hose to IS:636 Type 2 and couplings to IS:903 with
M.S. certification), stainless steel branch pipe with nozzle to IS:903.
Internal hydrants
Contractor shall provide on each landing and other locations as shown on the drawings one
single headed steeliness steal landing valves with 63 mm dia outlet mounted on a common 80
mm inlet conforming to I.S.5290-1969. Landing valve shall have flanged inlet and instantaneous
type outlets as shown on the drawings.
Instantaneous outlets for fire hydrants shall be of standard pattern approved and suitable for fire
brigade hoses.
Contractor shall provide for each internal fire hydrant station two numbers of 63 mm dia. 15 m
long rubberized fabric linen hose pipes with stainless steel male and female instantaneous type
coupling machine wound with G.I. wire (hose to I.S. 636 Type 2 and couplings to I.S. 903 with
I.S. Certification), fire hose reel conforming to IS:884, stainless steel branch pipe with nozzle
I.S. 2871 and Fire man's axe conforming to IS: 926.
Each hose box shall be conspicuously painted with the letters "FIRE HOSE".
FIRE HOSE REELS
Contractor shall provide standard fire hose reels with 20 mm dia high pressure Dunlop or
equivalent rubber hose 36.5 m long with stainless steel nozzle and control valve, shut off valve,
all mounted on circular hose reel of heavy-duty mild steel construction and cast iron brackets.
Hose reel shall be connected directly to the wet riser. Hose reel shall conform to IS: 884-1969
and rubber hose to IS: 5132.
HOSE CABINETS
All internal fire hydrants shall be enclosed in M.S. glazed cabinet. Hose cabinets shall be
fabricated from 16 gauge M.S. sheet of fully welded construction with hinged double front door
partially glazed with locking arrangement stove enameled fire red paint with "FIRE HOSE"
written on it prominently. (Sizes are as given in the Bill of Quantities).
PIPE PROTECTION
All pipes above ground and in exposed locations shall be painted with one coat of zinc chromate
primer and two or more coats of synthetic enamel paint of approved shade.
Pipes in chase or buried underground shall be painted with two coats of zinc chromate primer
and wrapped with one layer of 4 mm thick PYPKOTE multi-layer sheet as per standard
manufacturer's specifications.
PIPE SUPPORTS

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 170

All pipe clamps and supports shall be galvanized steel. When fabricated from M.S. steel
sections, the supports shall be factory galvanized before use at site. Welding of galvanized
clamps and supports will not be permitted.
Pipes shall be hung by means of expandable anchor fastner of approved make and design (Dash
Fasteners or equivalent). The hangers and clamps shall be fastened by means of galvanized nuts
and bolts. The size/diameter of the anchor fastener and the clamp shall be suitable to carry the
weight of water filled pipe and dead load normally uncounted.
CABLES
Contractor shall provide control cables from supervisory valves and switches to the annunciation
panels. All control cables shall be copper conductor PVC insulated armoured and PVC sheathed
1100 volt grade.
All cables shall have stranded conductors. The cables shall be in drums as far as possible and
bear manufacturer's name.
All cable joints shall be made in an approved manner as per standard practice.
All cables shall be routed in approved locations in coordination with all other services in a
proper manner.
CABLE TRAYS
All cables shall be routed in approved locations in coordination with all other services in a
proper manner.
Cable trays shall be of galvanized steel and hung from the ceiling by galvanized rods supported
by appropriate size and type of expandable expansion fasteners drilled into the slabs and walls
by an electric drill.
HAND APPLIANCES
Without restricting to the generality of the foregoing the work shall consist of the supplying and
installation of fully charged and tested fire extinguishing hand appliances ABC Powder, CO2,
foam, dry chemical powder type as required by these specifications and/drawings.
Fire extinguishers shall conform to the following Indian Standard Specifications and shall be
with ISI approved stamp as revised and amended upto date.
Fire extinguishers shall be installed as per Indian Standard "Code of Practice for Selection,
Installation and Maintenance of Portable First Aid Appliances" IS:2190-1962.
Hand appliances shall be installed in readily accessible locations with the appliance brackets
fixed to wall by suitable anchor fasteners.
Each appliance shall be provided with an inspection card indicating the date of inspection,
testing, change of charge and other relevant data.
All appliances shall be fixed in a true workman like manner truly vertical and at correct
locations.
FIRE PUMPS & ANCILLARY EQUIPMENT

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 171

Without restricting to the generality of the foregoing, the pumps and ancillary equipment shall
include the following: -
a) Pressure gauges with isolation valves & piping.
b) M.S. pipes, valves, suction strainers, delivery and suction headers & accessories.
c) Foundations, vibration eliminator pads and foundation bolts.
Pumps shall be installed true to level on suitable concrete foundations. Base plate shall be firmly
fixed by foundation bolts properly grouted in the concrete foundations.
Pumps and motors shall be truly aligned by suitable instruments.
All pump connections shall be standard flanged type with appropriate number of bolts. In case of
non standard flanges companion flanges shall be provided with the pumps.
Manufacturer's instructions regarding installation, connections and commissioning shall be
followed with respect to all pumps and accessories.
Contractor shall provide necessary test certificates and performance charts with NPSH
requirement of the pumps from the manufacturer. The Contractor shall provide facilities to the
Engineer- in -Charge or their authorized representative for inspection of equipment during
manufacturing and also to witness various tests at the manufacturer’s works without any cost to
the DPLs.
Each pump shall be provided with a pressure gauge, isolation cock and connecting piping, bleed
and block valve.
Adequate vibration eliminating pad and connectors for each pump shall be provided.
The Contractor shall submit with this tender a list of recommended spare parts for two years of
normal operation and quote the prices for the same.

FIRE PUMPS
Pumping Sets
Pumping sets shall be 1450 RPM, single/multi-stage horizontal centrifugal single outlet with cast
iron body and cast iron impellers. Connecting shaft shall be stainless steel with bronze sleeve
and grease lubricated bearings.
Pumps shall be connected to the drive by means of spacer type love joy couplings which shall be
individually balanced dynamically and statically.
The coupling joining the prime movers with the pump shall be provided with a sheet metal
guard.
Pumps shall be provided with approved type of mechanical seals.
Pumps shall be capable of delivering not less than 150% of the rated capacity of water at a head
of not less than 65% of the rated head. The shut off head shall not exceed 120% of the rated
head.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 172

The pump shall meet the requirements of the Tariff Advisory Committee and the unit shall be
design proven in fire protection services.
ELECTRIC DRIVE
Electrically driven pumps shall be provided with totally enclosed fan cooled induction motors.
For fire pumps the motors should be rated not to draw starting current more than 3 times normal
running current.
Motors for fire protection pumps shall be at least equivalent to the horse power required to drive
the pump at 150% of its rated discharge and shall be designed for continuous full load duty and
shall be design proven in similar service.
Motors shall be wound for class B insulation and winding shall be vacuum impregnated with
heat and moisture resistant varnish glass fibre insulated.
Motors for fire pumps shall meet all requirements and specifications of the Tariff Advisory
Committee.
Motors shall be suitable for 415 ±10% volts, 3 phase 50 cycles a/c supply and shall be designed
for 380C ambient temperature. Motors shall conform to I.S. 325.
Motors shall be designed for two start system.
Motors shall be capable of handling the required starting torque of the pumps.
Contractor shall provide inbuilt heating arrangements for the motors for main pumps to ensure
that motor windings shall remain dry.
Speed of the motor shall be compatible with the speed of the pump.
VIBRATION ELIMINATORS
On all suction and delivery lines double flanged reinforced neoprene flexible pipe connectors
shall be provided. Connectors should be suitable for a working pressure of each pump and tested
to the test pressure given in the relevant head. Length of the connector shall be as per
manufactures details.
COMMISSIONING AND GUARANTEES
Work under this section shall consist of pre-commissioning, commissioning, testing and
providing guarantees for all equipment, appliances and accessories supplied and installed by the
contractor under this contract.
The rates quoted in this tender shall be inclusive of the works given in this section.
Contractor shall provide all tools equipment, metering and testing devices required for the
purpose.
On award of work, contractor shall submit a detailed proposal giving methods of testing and
gauging the performance of the equipment to be supplied and installed under this contract.

Pre-Commissioning

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 173

On completion of the installation of all pumps, piping, valves, pipe connections, and water level
controlling devices the contractor shall proceed as follows:-
Fire protection system:
Check all hydrant valves and close if any valve is open. Also check that all suction and delivery
connections are properly made.
Test run and check rotation of each motor and correct the same if required.
Pipe work
Check all clamps, supports and hangers provided for the pipes.
Fill up pipes with water and apply hydrostatic pressure to the system as given in the relevant
section of the specifications. If any leakage is found, rectify the same and retest the pipes.
COMMISSIONING & TESTING

Fire Hydrant System


1 Pressurize the fire hydrant system by running the main fire pump and after attaining the
required pressure shutoff the pump.
2 Open bypass valve and allow the pressure to drop in the system. Check that the jockey
pump cuts-in and cuts out at the pre-set pressures. If necessary adjust the pressure switch for the
jockey pump. Close bye-pass valve.
3 Check each landing valve, male and female couplings and branch pipes for compatibility
with each other. Any fitting which is found to be incompatible and does not fit into the other
properly shall be replaced by the contractor. Landing valves shall also be checked by opening
and closing under pressure.
Handing Over
1. All commissioning and testing shall be done by the contractor to the complete
satisfaction of the Engineer- in - charge, and the job handed over to the Engineer- in - charge, or
his authorized representative.
2. Contractor shall also handover, to the Engineer-in-Charge, all maintenance & operation
manuals and all other items as per the terms of the contract.
GUARANTEES
1. The contractor shall submit a warranty for all equipment, materials and accessories
supplied by him against manufacturing defects, malfunctioning or under capacity functioning.
2. The form of warranty shall be as approved by the Engineer- in - charge.
3. The warranty shall be valid for a period of one year from the date of commissioning and
handing over.
4. The warranty shall expressly include replacement of all defective or under capacity
equipment. Engineer-in-Charge may allow repair of certain equipment if the same is found to
meet the requirement for efficient functioning of the system.
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 174

5. The warranty shall include replacement of any equipment found to have capacity lesser
that the rated capacity as accepted in the contract. The replacement equipment shall be approved
by the Engineer- in - charge.
6. The scope of works also covers the preparation of layout plans, drawings for Firefighting
schemes and approval of the same from the respective local bodies viz. Fire Officer/ CFO etc.
before the commencement of work. Before/After execution, approvals / NOCs / clearances from
local bodies etc. shall be the responsibility of the contactor for which nothing extra is payable.
All statutory fees / charges required for obtaining clearances from Fire Officer / Local Bodies
etc. shall be reimbursed by the department on production of actual payment receipt/
Documentary Proof.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 175

LIST OF PREFERED MAKES FOR EQUIPMENT & MATERIALS


S.No Details of material/equipment Manufacturer`s name/make
.
1 MCB,Isolator, Industrial Plug Socket, Schneider Electric ACTI-9(N)/ Legrand(DX3)/
RCCB, RCBO`s L&T(Exora)/ ABB(S200M)
2 MCBDB & Loose wire Box Schneider Electric ACTI-9(N)/ Legrand
(Ekinox)/ L&T (Exora)/ ABB(ITUS) / Seimens
(Betaguard)
3 Change Over Switch L&T/ Havells/ HPL/ Hager
4 Automatic Transfer switch(ATS) Asco/ Russel/ Socomac/ Hager/ ABB/
L&T/Havells/HPL
5 FRLS PVC ins. Copper cond. Single Finolex/ RR Kabel/ Grandlay / Havells/ Polycab
core cable for wiring (ISI marked)
6 Armoured/ Unarmoured telephone Delton/Finolex/Elektron/ Grandlay / RR Kabel/
cable, coaxial cable Havells/Bonton
7 MS Conduit (ISI marked) with heavy BEC/ NIC/ AKG/ RMCON/JPC/Steel
duty MS Conduit pipe accessories. Kraft/Polycab( Note:- the make of accessories
shall be same that of conduit pipe & will comply
to IS/14768 part2 2003)
8 PVC Conduit (ISI marked) with AKG/ norpack/ BEC/ Polypack/
heavy duty PVC Conduit pipe Precision/Anchor / Polycab/
accessories.
9 Modular Switch, Socket/Telephone Legrand(Arteor)/ Schneider Electric(Zencilo)/
socket/ cable TV Socket/ Data outlet Wipro(North West-
socket/ Fan Regulator/ G I Boxes Etc Platia/Hager(Insyta)/MK(blenze)/Havells(Muran
(Wiring Accessories). o)/ anchor(vision) /
10 Selector Switch & Toggle switch Salzer(L&T)/ Siemens/ Kaycee/ Rishabh/ ABB
11 PVC Trunking MK/Schneider Electric / Legrand.
12 GI pipe Tata / Jindal(Hissar)/ Prakash Surya/Consoul.
13 Paints ICI/ Asian/Berger
14 Terminal Block & Connectors Elmex/ Wago/ Hensel/ Connectwell
15 phenolic laminated sheet/ Bakelite Hylem/ Formica(P-I grade)/ Mylam/ Greenlam.
sheet
16 Cat-6 cable, Wires & Fiber optic Amp, Avaya/Beldon/Legrand/Molex/
cable Schneider/Bonton/Anchor
17 UPS Numeric/Eaton/APC/Vertiv/Mitsubishi/Delta

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 176

Water supply pump sets


1 Mono submersible pump set KSB/ CG/ Kirloskar/ Grundfos

2 Submersible pump set


KSB/ CG/ Kirloskar/ Grundfos
3 Gi pipe
Tata/ Jindal Hissar/ Prakash Surya
4 Sluice Valve / Check Valve / Kirloskar sant/ Leader/ Joloto/ Audco/ Advance
Butterrflv Valve / Non Return Valve
5 Submersible Cable Finolex/ RR Kabel/ KEl/ Havells/ Polvcab/
Paragon! Electron)
Panel /Meter Board
1 LT Panel / Meter panel board/Outdoor Tricolite Electrical Industries/ Control &
Feeder Phillar/ APFC Panels (Non Switchgears Pvt. Ltd/Neptune/Milestone/ Adlec
TTA Panel) control systems Pvt. Ltd./Advance Panels &
Switchgears Pvt. Ltd./ Indoasian / ASPL
2 TTA Panels design verified (Main LT Siemens(Sivacon)/Schneider (Block
panels, capacitor panels Set)/L&T(Ti)/ Legrand(XL3)/ABB or Their
authorized integrator
3 Air Insulated Rising Main C&S/ L&T/Schneider/Legrand/ Godrej/LS
Power control./NEC
4 Bus Trunking C&S/ L&T/Schneider/Legrand/ Godrej/
5 Moulded Case Circuit Schneider Electric NSX series/ Legrand(DPX3)/
Breaker(MCCB) Thermal release/ L&T(D-Sine)/ ABB(TMax)/
Microprocessor based(Ics=Icu=100%) Seimens(VLseries)/ C&S(Winbreak-
1/2)/Havells/ Indoasian (Optium)/ HPL
6 Power/ Aux. contactor 3/4 pole Schneider Electric / Legrand/ Hager/ L&T/
ABB/ Seimens/ C&S/BCH/Havells /Indoasian
(Opticon)/HPL
7 Potential transformer/ Current Automatic Electric/ Gilbert & Maxwell/ Matrix/
Transformer Precise/ L&T/ Kappa
8 LED type indicating lamp/ Push Schneider Electric / L&T/ Seimens/
Button C&S/Vaishno
9 Over load Relays Schneider Electric / L&T/ Seimens/ C&S/
ABB/ Havells
10 Conventional/ Electronic Digital Conzerv/ L&T/ Secure/ AE/ C&S/HPL
Meters (A/V/PF/Hz/KW/KWH)
11 Timer Schneider Electric / Legrand/ Hager/ L&T/
ABB/ Seimens/ C&S

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 177

12 Fastners/ GI Clamp Hilti/ Fisher/ Chilli/ GMGR


14 D.W. Corrugated HDPE pipe (ISI Rex/ Duraplast/ Triputi/ Duraline/ CPE
marked)
19 Rubber Mat Jyoti/ Deep Jyoti/ Premier ( duly ISI marked)
20 Ammeter Rishabh/ L&T/ AE/ C&S/ HPL
21 Voltmeter Rishabh/ L&T/ AE/ C&S/ HPL
22 Fire Extinguishers( ISI marked) Minimax/ Safex/ Lifeguard/ Kanex/
Omex/Ceasefire/ Andex
23 Capacitor & Reactors/ APFC Relay Epcos/L&T/ Ducati/ ABB/ Siemens/ Schneider
/Havells
24 XPLE insulated PVC sheathed Alum. Finolex/ RR Kabel/ Havells/ Polycab/
/ Copper conductor Armored / /Grandlay/ Elektron/Bonton
Unarmored cable of 1.1 KV grade
25 Cable Glands double compression Comet/ Cosmos/ Dowells/ Gripwell
with Earthing links
26 Bimetallic Cable Lugs Comet/ Dowells( Biller India)/Hax
Brass(Copper Alloy India) / Jainson/ Action.
27 MS / GI Cable tray Pilco/ Slotco/Pasco/ MEM/ BEC/Steelways/
Legrand/Trueleader/LS Power control.
Fans & Fittings
1 LED Fittings Havells/ Crompton Greaves/ Decon/ Phillips/
Lighting Technology/Wipro/Regent/Trilux
2 Exhaust Fan Havells/ Crompton Greaves/ Almonard
3 Ceiling Fan Havells/ Crompton Greaves/ Orient
4 Wall Bracket fitting Havells/ Crompton Greaves/ Decon/ Phillips/
Lighting Technology/Wipro
5 Lamps/ Fluorescent Tubes/ T5 Wipro/ Phillips/ Crompton Greaves/ Havells/
Fluorescent Tubes/ LED Lamp Osram/Jaquar/ Surya/Panasonic/Halonix
/Syska/Bajaj/Polycab/HPL/ Orient
6 Geysers Racold/CG/Havells/ Venus/ AO Smith/ Jaquqr
Street Lighting
1 LED Post Top fitting Wipro/ Phillips/ Crompton Greaves/ Havells/
Lighting Technology/ Twinkle Industerial Lite /
Twinkle Luminaries /Lustre / Trilux/ As per
2 LED Street Light fitting BOQ)
Wipro/ Phillips/ Crompton Greaves/ Havells/
Lighting Technology/ Trilux

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 178

3 LED Street light with inbuilt solar Wipro/ Phillips/ Crompton Greaves/ Havells/
panel & controller Lighting Technology

4 Ornamental MS & CI Pole (Factory KeselacSchreder/Valmont/ Wipro/ Phillips/


Finish) Crompton Greaves/Bajaj/ Paruthi Engineers Pvt.
Ltd./Luster/ twinkle/Bajaj/Consoul/VSTP
5 Hot Dipped Galvanized Octogonal Valmont/ Wipro/ Phillips/ Crompton
Pole (Factory Finish) Greaves/Bajaj/ Paruthi Engineers Pvt. Ltd
6 Polycarbonate Junction box/ Hensel/ Spelsberg/ Neptune-bals/Syntax
Enclosure
7 XLPE insulated PVC Sheathed Alum. Finolex/ RR Kabel/ Havells/ Polycab/ /Grandlay
/ Copper conductor Armored cable of
1.1 KV grade
8 Scrubber/Air washer Zeco/Edgetech/system air/Carryair/VTS
Fire Fighting Equipment
1 MS Pipe Tata / Jindal(Hissar)/ Prakash Surya
2 GI pipe Tata / Jindal(Hissar)/ Prakash Surya
3 Forged steel fittings/ Flanges Johnson Industries/ VS Forge/ JK Forging/
Trueforge
4 Forged steel fittings &Flanges( For VS Forge/ Rohini/ Kanwal Forge/178rompto/
Welding joints) Trueforge
5 Pipe Hangers Chilli/ Hilti/ GMGR
6 Gun Metal/ Brass valve(ISI marked)/(
Full way Globe valve/ Non return
valve) Sant /Leader/Advance/Zoloto/ Kirloskar
7 Butterfly/ Sluice valve(ISI marked). Audco/Sant /Leader/Advance/Zoloto/ Kirloskar
8 Check valve(ISI marked). Audco/Sant /Leader/Advance/Zoloto/ Kirloskar
9 Foot Valve( cast iron/ Gunmetal) Audco/Sant /Leader/Advance/Zoloto/ Kirloskar
10 Y Type Strainer Audco/Sant /Leader/Zoloto/ Kirloskar
11 Fire / Sprinkler pump / Terrace Fire
pump Kirloskar/ KSB/ Grundfos/Wilomather&platt
12 Electric Motor ABB/ Siemens/ kirloskar/ Grundfos/
178rompton/NGEF
13 Diesel Engine for Fire Pump Cummins India/ Ashok Layland/ KOEL/Greaves
14 Couplings (Type –Type) Lovejoy/ Fenner/ Dunlop
15 Anti Vibration Mountings
Kanwal Industries Corporation/ Dunlop/ GERB/
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 179

Resistoflex
16 Pressure Switch (ISI marked) System
Sensor/Infoss/Danfoss/Switzer/Honeywell &
Siemens
17 Pressure Gauge (ISI Maarked)
H Guru/ Fiebig/dwyer
18 Double / Single Headed Landing Minimax/New Age/ Safeguard/ Lifeguard/
Valve (ISI marked) Padmini/ Omex/Andex
19 Male Female fire Hose Coupling (SS Minimax/New Age/ Safeguard/ Lifeguard/
304) (ISI marked) Padmini/ Omex/Andex
20 First Aid Hose Drum / Fire Hose
Reels / Shut off Nozzle (Gunmetal / Minimax/New Age/ Safeguard/ Lifeguard/
ABS) (ISI Marked) Eversafe/ Padmini/ Omex/Andex
21 SS 304 / Gun metal Branch Pipe & Minimax/New Age/ Safeguard/ Lifeguard/
Nozzle (ISI Maked) Padmini/ Omex/Andex
22 Fireman Axe Minimax/ New Age/ Safeguard
23 Water Flow Switch (FM/UL Listed) System Sensor/Rapid Control/Potter/Switzer
24 Manual Fire Alarm ASES/Ravel/Edwards/Apollo
25 Rust Preventive polymeric 4mm thick Pypcoat/ Marphalt/ Rustech/ Safex
tape for pipes diectly buried in ground
pipe protection pypkoat (A W4)
Wrapping (ISI Marked)
26 Level Controller & Indicator (water)
(ISI Marked) Auto pump/ Cirrus Engineering / Techtrol
27 Fire Brigade Inlet Connecetion (ISI Minimax/New Age/ Safeguard/ Lifeguard/
Marked) Padmini/ Omex/Eversafe
28 Thermoplastic pipe for first Aid Hose New Age/ Safeguard/ Lifeguard/ Padmini/
Reel (ISI Marked) Omex/Eversafe
29 Fire Sealant Promat/ Birla 3 M/ Hilti
30 Over load Relays Schneider Electric / L&T/ Seimens/
C&S/ABB/Havells
31 power/ Aux. contactor 3/4 pole Schneider Electric / Legrand/ Hager/ L&T/
ABB/ Seimens/ C&S/BCH/Havells/HPL
32 LED type indicating lamp/ Push
Button Schneider Electric / L&T/ Seimens/ C&S/ABB
33 LT jointing kit / Termination
Reychem/Denson/ Cap Seal/Safekei/ 3M

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 180

34 RRL Hose pipe (ISI Marked) New Age/ Safeguard/ Lifeguard/ Padmini/
Omex
35 Dry Battery
Exide/ Amar Raja/ HBL/ Pulse/ Amco
36 Battery Charger Statcon/ Amar Raja/ CDC/ AE/ Expofyn/ thycon
India
37 Epoxy Paint
ICI/ Asian/Berger/Nerolac
38 Air Release Valve Rb/ Tbs/ Cimbrio/ Zoloto
39 Analogue/ Digital Measuring AE/ Rishabh/ L&T/ C&S/ Conzerve/HPL
Instruments (Voltmeer/ Ammeter/
Enrgy meter/ KW/ PE/ Multi Function
meter)

40 Aluminium / Copper power cable / Finolex/ RR Kabel/ KEI/ Havells/ Polycab/


Control cable (Armoured / Paragon(Electron)/ Universal/Nicco/RPG
Unarmoured) cables/Grandlay/Plaza cables/Svarn
41 Cable glands & Lugs Comet/ Dowells/ Hax Brass (copper Alloy
India)/ Jainson/ Action
42 Solenoid Valve / Spray Nozzle Perker/ HD/ Tyco/ Emersion
43 Sprinkler HD/ Tyco/Reliable/ Wormald/Viking
44 Sprinkler Heads/ Water Curtain
Nozzle Tyco/ Viking/ Omex/ Newage/ Lifeguard
45 Steel Flexible Extension Omex/ Newage/ Tyco/ Lifeguard
46 Vibration Eliminator Resistoflex/ D Waren /Kanwal
47 Welding Electrodes Advani/ ESAB/ L&T
48 Deluge Valve Tyco/ Viking/ HD
49 Cast Iron Valve Kirloskar/ Kartar/ Kalpana/ Joloto/ Audco/
Advance

Note: CE-Dehradun, CPWD, Dehradun reserves the right to add or delete any materials and
Brands in the list of approved/acceptable materials/brands on the recommendations of Engineer-
in-charge.

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 181

SCHEDULE OF QUANTITIES (ELECTRICAL WORK)


Name of Work :- C/o 1 No. 120 Men Barrack for 1st Bn. ITBP at Sunil, Joshimath, Uttarakhand.
Sl.
DESCRIPTION QTY UNIT RATE AMOUNT
No.
SUB-HEAD: [INTERNAL EI &
FANS]
1 Wiring for light point/ fan point/
exhaust fan point/ call bell point with
1.5 Sqmm FRLS PVC insulated copper
conductor single core cable in surface /
recessed steel conduit, with modular
switch, modular plate, suitable GI box
and earthing the point with 1.5 Sqmm
FRLS PVC insulated copper conductor
single core cable etc. as required
a) Group B 486 Point 1582.00 7,68,852.00
Wiring for group controlled (looped)
light point/fan point/exhaust fan point/
call bell point (without independent
switch etc.) with 1.5 sq. mm FRLS PVC
2 insulated copper conductor single core
cable in surface/ recessed steel conduit,
and earthing the point with 1.5 sq. mm
FRLS PVC insulated copper conductor
single core cable etc. as required.
a) Group B 40 Point 998.00 39,920.00
3 Wiring for twin control light point with
1.5 Sqmm FRLS PVC insulated copper
conductor single core cable in surface /
recessed steel conduit, 2 way modular
switch, modular plate, suitable GI box
and earthing the point with 1.5 Sqmm.
FRLS PVC insulated copper conductor
single core cable etc. as required. 5 Point 2,106.00 10,530.00
4 Wiring for light/ power plug with 2X4
Sqmm FRLS PVC insulated copper
conductor single core cable in surface/
recessed steel conduit alongwith 1 No.
4 Sqmm FRLS PVC insulated copper
conductor single core cable for loop
earthing as required. 1000 Mtr 460.00 4,60,000.00

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 182

5 Wiring for light/ power plug with 4X4


Sqmm FRLS PVC insulated copper
conductor single core cable in surface/
recessed steel conduit alongwith 2 Nos.
4 Sqmm FRLS PVC insulated copper
conductor single core cable for loop
earthing as required. 1500 Mtr 704.00 10,56,000.00
6 Wiring for circuit/ sub-main wiring
alongwith earth wire with the following
sizes of FRLS PVC insulated copper
conductor, single core cable in surface/
recessed Steel conduit as required
a) 2 x 1.5 Sqmm + 1 x 1.5 Sqmm earth
wire (Circuit Wiring) 700 Mtr 348.00 2,43,600.00
b) 4 x 1.5 Sqmm + 2 x 1.5 Sqmm earth
wire (Circuit Wiring) 750 Mtr 465.00 3,48,750.00
c) 2 x 6 Sqmm + 1 x 6 Sqmm earth wire
(for Sub-main Wiring) 650 Mtr 626.00 4,06,900.00
d) 4 x 6 Sqmm + 2 x 6 Sqmm earth wire
(for Sub-main Wiring) 130 Mtr 982.00 1,27,660.00
e) 4 x 10 Sqmm + 2 x 6 Sqmm earth wire
(for Sub-main Wiring) 200 Mtr 1,240.00 2,48,000.00
f) 4 x 16 Sqmm + 2 x 6 Sqmm earth wire
(for Sub-main Wiring) 150 Mtr 1,749.00 2,62,350.00

7 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 200 Mtr 101.00 20,200.00
b) 3 x 4 sq. mm 200 Mtr 219.00 43,800.00

8 Supplying and drawing co-axial TV


cable RG-6 grade, 0.7 mm solid copper
conductor PE insulated, shielded with
fine tinned copper braid and protected
with PVC sheath in the existing surface/
recessed steel/ PVC conduit as required
(Upto Terrace/ GF) 200 Mtr 50.00 10,000.00

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 183

9 Supplying and fixing of following sizes


of Steel conduit alongwith accessories
in surface/recess including painting in
case of surface conduit or cutting the
wall and making good the same in case
of recessed conduit as required
a) 25 mm 150 Mtr 272.00 40,800.00
b) 32mm 200 Mtr 347.00 69,400.00
10 Supplying and fixing following modular
switch/ socket/ accessories on the
existing modular plate & switch box
including connections but excluding
modular plate etc. as required
a) Telephone socket outlet 7 Each 157.00 1,099.00
b) TV antenna socket outlet 7 Each 157.00 1,099.00
c) Blanking Plate 100 Each 43.00 4,300.00

11 Supplying and fixing following size/


modules, GI box alongwith modular
base & cover plate for modular switches
in recess etc, as required.
a) 1 or 2 Module (75mm X 75mm) 12 Each 317.00 3,804.00
b) 8 module 6 Each 483.00 2,898.00

12 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 A
modular socket outlet and 5/6 A
modular switch, connection etc. as
required 8 Each 507.00 4,056.00

13 Supplying and fixing suitable size GI


box with modular plate and cover in
front on surface or in recess, including
providing and fixing 6 Pin 5/6A &
15/16A modular socket outlet and
15/16A modular switch, connections
etc. as required. 215 Each 623.00 1,33,945.00

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 184

14 Supplying and fixing 2 Nos. 2 module


GI box with modular plate and cover in
front on surface or in recess, including
providing and fixing 2 Nos. 3 Pin 5/6 A
modular socket outlet and 2 Nos. 5/6 A
modular switch, connection etc. as
required 9 Each 719.00 6,471.00
15 Supplying and fixing suitable size GI
box with modular plate and cover in
front on surface or in recess, including
providing and fixing 25 amp modular
socket outlet and 25 amps modular SP
MCB C series, including connection
etc. as required 31 Each 773.00 23,963.00

16 Supplying and fixing two module


stepped type electronic Fan Regulator
on the existing modular plate switch
box i/c connection but excluding
modular plate etc. as required 107 Each 392.00 41,944.00

17 Supplying and fixing following way,


single pole and neutral, sheet steel,
MCB distribution board, 240 V, on
surface/ recess, complete with tinned
copper bus bar, neutral bus bar, earth
bar, din bar, interconnections, powder
painted including earthing etc. as
required. (But without
MCB/RCCB/Isolator)
a) 12 way, Double Door 6 Each 2,462.00 14,772.00

18 Supplying and fixing following way,


horizontal type three pole and neutral,
sheet steel, MCB distribution board,
415V, on surface/ recess, complete with
tinned copper bus-bar, neutral bus-bar,
earth bar, DIN-bar, interconnections,
powder painted including earthing etc,
as required (But without
MCB/RCCB/Isolator)

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 185

a) 8 Way (4+ 24), Double Door 6 Each 6,345.00 38,070.00

19 Supplying and fixing of following ways


surface/ recess mounting, vertical type,
415 V, TPN MCB distribution board of
sheet steel, dust protected, duly powder
painted, inclusive of 200 A tinned
copper bus bar, common neutral link,
earth bar, din bar for mounting MCBs
& suitable for MCCB incomer complete
(but without MCBs and incomer) as
required . (Note : Vertical type MCB
TPDB is normally used where 3 phase
outlets are required.)
a) 8 way (4 + 24), Double door 3 nos. 19626.00 58,878.00
20 Supplying and fixing following way
surface/recess mounting Vertical type
415 V TPN MCB distribution boardof
sheet steel, dust protected duly powder
painted inclusive of 200 amp tinned
copper busbar common neutral bus-bar,
earth bar, DIN-bar, interconnections,
powder painted including earthing etc,
as required (But without
MCB/RCCB/Isolator)
a) 4 Way (4+ 12), Double Door 3 Each 7,988.00 23,964.00

21 Supplying and fixing Cable End Boxes


(IP 43) suitable for following triple pole
and neutral, sheet steel, MCB
distribution board, 415 volts, on
surface/ recess, complete with testing
and commissioning etc, as required
a) 8 Way, Double Door TPN MCB DB 12 Each 1,425.00 17,100.00

22 Supplying and fixing Cable End Box


(Loose Wire Box) suitable for
following single pole and neutral, sheet
steel, MCB distribution board, 240
Volts, on surface/ recess, complete with
testing and commissioning etc, as
required
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 186

a) For 12/14 way, Double Door SPN


MCBDB 6 Each 959.00 5,754.00

23 Supplying and fixing of following


rating four pole (three pole and neutral),
415 Volt, Residual Current Circuit
Breaker (RCCB), having a sensitivity
current of 30 mA, in the existing MCB
DB complete with connections, testing
and commissioning etc, as required
a) 63A 6 Each 3,054.00 18,324.00

24 Supplying and fixing of following


rating four pole 415 Volt, 10 kA C
curve MCB in the existing MCB DB
complete with connections, testing and
commissioning etc, as required
a) 63A 6 Each 2,903.00 17,418.00

25 Supplying and fixing of following


rating Three pole 415 Volt, 10 kA C
curve MCB in the existing MCB DB
complete with connections, testing and
commissioning etc, as required
a) 63A 6 Each 2,293.00 13,758.00

26 Providing and fixing following rating


and breaking capacity and pole with
thermomagnetic release and tharmal
spreader in existing cubical board/ DB
i/c drilling hole in cubical panel making
connection etc as reqd.
a) 63 amp TP MCCB 16 KA 3 Each 4,016.00 12,048.00
b) 100 amp TP MCCB 16 KA 3 Each 4,016.00 12,048.00

27 Supplying and fixing 5A to 32A rating,


240/415 V, 10 kA, "C" curve, Miniature
Circuit Breaker, having a sensitivity
current of 30mA in the existing MCB
DB complete with connections, testing
and commissioning etc. as required
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 187

a) Single Pole MCB 200 Each 272.00 54,400.00


b) Single Pole & Neutral MCB 6 Each 637.00 3,822.00

28 Supplying and fixing single pole


blanking plate in the existing MCB DB
complete etc. as required. 30 Each 14.00 420.00

29 Supply, installation, testing and


commissioning of surface mounting, 20
to 22 watt 1200 mm long universal
batten/box LED light s having
minimum Luminaire efficacy ≥ 110
lm/watt, CCT-6000/6500K, PF ≥ 0.90,
lumen output ≥ 2000 lumens, suitable
for operation on 140-270V, 1Φ, 50Hz
AC supply system, complete including
connections with 1.5 Sqmm FRLS PVC
insulated copper conductor single core
cable, earthing etc. as required - 5 year
warranty 149 Each 787.00 1,17,263.00

30 Supply, installation, testing and


commissioning of surface/recess
mounting, 36 to 40 600mmx600 mm
LED panel made of Al./CRCA housing
having minimum Luminaire efficacy ≥
110 luman/watt, CCT-6000/6500K, PF
≥ 0.95, CRI > 80 lumen output ≥ 3600
lumens, suitable for operation on 140-
270V, 1Φ, 50Hz AC supply system,
complete including connections with
1.5 Sqmm use full life 50,000hrs. FRLS
PVC insulated copper conductor single
core cable, earthing etc. as required. 5
year warranty 18 Each 2,702.00 48,636.00

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 188

31 Supply, installation, testing and


commissioning of surface mounting,
following Size 5 watt LED mirror light
luminaire with extruded aluminium
housing, polycarbonate diffuser,
integrated SMD mounted LEDs,
Luminaire efficacy ≥ 90 lm/watt, CCT-
6000/6500K, PF ≥ 0.90, lumen output ≥
900 lumens, ingress protection-IP20 or
higher, with integral electronic driver
etc., suitable for operation on 140-
270V, 1Φ, 50Hz AC supply system,
complete including connections with
1.5 Sqmm FRLS PVC insulated copper
conductor single core cable, earthing
etc. as required. 5 year warranty
a) 300mm long 11 Each 445.00 4,895.00

32 Supply, installation, testing and


commissioning of 12-15W (nominal)
rating surface/recess mounting round
LED downlighter/Drum Light luminaire
with diffuser for glare free light
distribution, efficacy ≥ 110 lm/watt,
CCT-6000/6500K, PF ≥ 0.95, Lumen
output ≥ 1200 lm CRI > 80, 50,000
burning hrs life, ingress protection-IP20
or higher, with replaceable electronic
driver etc., suitable for operation on
140-270V, 1Φ, 50Hz AC supply
system, directly on the surface of wall,
complete including making connections
with 1.5 Sqmm FRLS PVC insulated
copper conductor, single core cable as
required. 5 year warranty 54 Each 1,089.00 58,806.00

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 189

33 Supply, installation, testing and


commissioning of 8 to 10W (nominal)
rating surface/recess mounting round
LED downlighter/Drum Light luminaire
with diffuser for glare free light
distribution, efficacy ≥ 110 lm/watt,
CCT-6000/6500K, PF ≥ 0.95, Lumen
output ≥ 1000 lm, CRI > 80, 50,000
burning hrs life, ingress protection-IP20
or higher, with replaceable electronic
driver etc., suitable for operation on
140-270V, 1Φ, 50Hz AC supply
system, directly on the surface of wall,
complete including making connections
with 1.5 Sqmm FRLS PVC insulated
copper conductor, single core cable as
required. 5 year warranty 104 Each 736.00 76,544.00

34 Supply, installation, testing and


commissioning of LED lamp Fancy
Wall Bracket Luminaire with
unbreakable opal polycarbonate/
textured glass diffuser with golden ring
complete with 09-11W NW LED lamp ,
directly on the surface of wall complete
including connections etc, as required. 5
year warranty 3 Each 864.00 2,592.00

35 Supply, installation, testing and


commissioning of 10 watt LED Bulk
Head Luminaire with pressure die-cast
aluminium/ Polycarbonate housing,
polycarbonate diffuser, CCT-
6000/6500K, Lumen output ≥ 800 lm,pf
≥ 0.95 , CRI ≥ 80, 50,000 Burning hrs
life, ingress protection IP-65/66, IK09
impact resistance, with integral
electronic driver etc., suitable for
operation on 140-270V, 1Φ, 50Hz AC
supply system, complete including
connections with 1.5 Sqmm FRLS PVC
insulated copper conductor single core
cable, earthing etc. as required. 5 year
warranty 4 Each 902.00 3,608.00

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 190

36 Supplying and fixing of brass


batten/angle holder including
connections etc as required 8 Each 139.00 1,112.00

37 Providing and fixing circular/


hexagonal GI Box for ceiling fan
clamp, of internal dia. 140mm, 73mm
height, top lid of 1.5mm thick GI Sheet
with its top surface hacked for proper
bonding, top lid shall be screwed into
the GI box by means of 3.3mm dia
round headed screws, one lock at the
corners. Clamp shall be made of 12mm
dia. M.S. bar bent to shape as per
standard drawing 107 Each 138.00 14,766.00

38 Supplying and installation of Exhaust


fan of 300 mm sweep, 900RPM ±10%
with metal blades, GI louver/shutter &
stainless steel bird screen, medium to
heavy duty in the existing opening i/c
connection, providing & fixing suitable
size minimum 8 mm thick phenolic
sheet, with circular opening of the size
of exhaust fan sweep, to cover the
opening including fixing the exhaust
fan and louver/shutter on the phenolic
sheet, testing and commissioning etc.
complete as required 25 Each 2,645.00 66,125.00

39 Supplying and installation of 250 mm


Sweep PVC Fresh Air Fan with
integrated louver/shutter, suitable for
operating on 230V±10%, 50 Hz, 1-Ф
AC supply in the existing opening
including connections, testing,
commissioning etc., complete as
required 3 Each 2,339.00 7,017.00

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 191

40 Supply, installation, testing and


commissioning of 1200 mm sweep,
BEE 5-Star rated, ceiling fan with
Brush Less Direct Current (BLDC)
Motor, class of insulation-B, 3 nos.
blades, 30 cm long down rod, 2 nos.
canopies, shackle kit, safety rope,
copper winding, Power Factor not less
than 0.9, Service Value (CMM/W)
minimum 6.85, Air delivery minimum
215 CMM, 350 RPM (tolerance as per
IS:374- 2019), THD less than 10%, i/c
remote or electronic regulator unit for
speed control and all remaining
accessories including safety pin, nut
bolts, washers, temperature rise=75°C
(max.), insulation resistance more than
2 mega ohm, suitable for 230 V, 50 Hz,
single phase AC Supply, earthing etc.
complete as required 107 Each 2,903.00 3,10,621.00

41 Supplying, installation, testing &


commissioning of 80 Ltrs storage
capacity inbuit RO + water cooler made
of SS sheet at required place with
following RO specification etc as reqd.
RO - Minimum 80 LPH with 7 stage
purification, inbuilt in RO + UV+UF.
minimum 2 nos faucet, pre filter
stabilizer i/c all other allied accessories. 3 Nos 88,480.00 2,65,440.00

42 Supplying, installation, testing &


commissioning of 120 Ltrs storage
capacity inbuit RO + water cooler made
of SS sheet at required place with
following RO specification etc as reqd.
RO - Minimum 80 LPH with 7 stage
purification, inbuilt in RO + UV+UF.
minimum 2 nos faucet, pre filter
stabilizer i/c all other allied accessories. 1 Nos 1,00,108.00 1,00,108.00

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 192

43 Supplying, installation, testing &


commissioning of 25 Ltrs storage
capacity horizontal/vertical type geyser
with 5 star rating and sophisicated with
all safety feature such as thermostate,
thermal cut off, safety valve, IPX4
technology etc i/c connection with
flexible connection etc as reqd. 5 Nos 13,217.00 66,085.00

44 Supplying, installation, testing &


commissioning of 50 Ltrs storage
capacity horizontal/vertical type geyser
with 5 star rating and sophisicated with
all safety feature such as thermostate,
thermal cut off, safety valve, IPX4
technology etc i/c connection with
flexible connection etc as reqd. 17 Nos 21,554.00 3,66,418.00

45 Supplying, laying/ fixing, testing and


commissioning of following thickness
resin bonded fiber glass pipe section
insulation having density 80 kg/cum or
mineral wool (non combustible) having
density of 144 Kg/ cu m duly covered
with a layer of 120 gm/sqm polythene
sheet (vapour barrier) on existing pipe
and finally applying 0.63mm
aluminium sheet cladding complete
with type3 , grade 1 roofing feltstrip(as
per IS:1322 as amended up to date ) at
joints etc. as per specifications and as
required. ( For geyser)
a) 50mm 30 Sqmm 2,806.00 84,180.00

SH-II (Earthing and Lightening


Arrestor, Street light poles, Cabling and
panels)

46 Earthing with G.I. earth plate 600 mm


X 600 mm X 6 mm thick including
accessories, and providing masonry
enclosure with cover plate having
locking arrangement and watering pipe 6 set 7,945.00 47,670.00
of 2.7 metre long etc. with charcoal/

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 193

coke and salt as required.

47 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-filling etc. as required 50 mtr 751.00 37,550.00

48 Providing and fixing 25 mm X 5 mm


G.I. strip on surface or in recess for
connections etc. as required 40 Mtr 259.00 10,360.00

49 Providing and fixing of lightning


conductor finial, made of 25 mm dia
600 mm long, G.I. tube, having single
prong at top, with 85 mm dia 6 mm
thick G.I. base plate including holes etc.
complete as required 4 Nos 551.00 2,204.00

50 Providing and fixing G.I. tape 20 mm X


3 mm thick on parapet or surface of
wall for lightning conductor complete
as required(For horizontal run) 150 Mtr 134.00 20,100.00

51 Providing and fixing G.I. tape 20 mm X


3 mm thick on parapet or surface of
wall for lightning conductor complete
as required(For vertical run) 40 Mtr 209.00 8,360.00

52 Providing and fixing testing joint, made


of 20 mm X 3 mm thick G.I. strip, 125
mm long, with 4 nos. of G.I. bolts, nuts,
chuck nuts and spring washers etc.
complete as required 4 Nos 129.00 516.00

53 Providing and laying G.I. tape 32 mm X


6 mm from earth electrode directly in
ground as required 20 Mtr 207.00 4,140.00

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 194

54 Providing and fixing 6 SWG dia GI


wire surface or recess for loop earthing
with existing suface/recess conduit,
submain/cable as reqd. 500 Mtr 45.00 22,500.00

55 Supply and erection of 5 mtr long


galvanized Octagonal Pole (as per BS
EN ISO 1461) with 1 mtr. MS bracket
base plate of size 200 mm x 200 mm x
12 mm thickness, top 70 mm and
bottom 130 mm dia., made out of 3 mm
thick sheet steel, suitable for maximum
wind speed upto 160 Km/hr, induding
GI foundation bolts & nuts, making
foundatlon with M-20 grade RCC and
FE 415 grade reinforcement (as
approved by pole manufacturer), GI
base plate, G.I. anchor plate, excavation
for foundation with necessary civil
work with TMT bar as per manufacturer
specification etc., as required Each pole
shall be with 6A,10 KA, C-Curve SP
MCBs, DIN mounting connectors,
suitable shorting links, end locks etc.
including supplying and fixing of 1m
long hot dipped galvanized bracket,
suitable for street light fitting, and
supplying and drawing of 3 x 1.5 sqmm
FRLS copper conductor single core
cable from connector to each luminaries
complete including termination with
insulated Copper lugs etc. as required. 10 Each 21,442.00 2,14,420.00

56 SITC of LED Street light fitting 45


Watt (nominal), IP-66,IK-08 Protection,
single piece pressure die cast aluminum
housing with heat resistant
polycorbonte, lumen output ≥ 5000
lumen, system efficacy ≥ 120
lumen/watt,pf ≥ 0.95 , CRI ≥ 70, and as
per IS 10322 Compliance, on existing
pole bracket including correction with
3×1.5 Sqmm PVC copper wire
including testing and commissioning,
complete as required 10 Each 4,751.00 47,510.00

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 195

57 Supplying and drawing following core


and sizes of FRLS PVC insulated
copper conductor, in the existing pipe
conduit as required
a) 3 core 1.5 Sqmm 70 Mtr 101.00 7,070.00
58 Supplying & laying of following size of
XLPE insulated, armoured, power cable
of 1.1 KV grade, duly ISI marked, with
aluminum conductor, conforming to
IS:7098 (Part-1) in existing
RCC/HUME/GI/DWC HDPE pipe as
required
a) 3½ Core x 300 Sqmm 650 Mtr 3,286.00 21,35,900.00
b) 3½ Core x 185 Sqmm 50 Mtr 2,086.00 1,04,300.00
c) 2 Core x 10 Sqmm 250 Mtr 269.00 67,250.00
59 Supplying & laying of following size of
XLPE insulated, armoured, power cable
of 1.1 KV grade, duly ISI marked, with
aluminum conductor, conforming to
IS:7098 (Part-1) in the existing masonry
open duct/ lose in the panel as required
a) 3½ Core x 300 Sqmm 50 Mtr 3,266.00 1,63,300.00
b) 3½ Core x 185 Sqmm 10 Mtr 2,071.00 20,710.00
c) 2 Core x 10 Sqmm 30 Mtr 260.00 7,800.00
60 Supply and making end termination
with heavy duty double brass
compression gland and aluminium lugs
for following size of PVC insulated and
PVC sheathed Aluminium conductor
cable of 1.1 KV grade as required
a) 3½ Core x 300 Sqmm (70mm) 4 set 1,271.00 5,084.00
b) 3½ Core x 185 Sqmm (57mm) 4 Mtr 930.00 3,720.00
c) 2 Core x 10 Sqmm (22mm) 12 set 256.00 3,072.00
61 Supplying and laying of following size
DWC HDPE Pipe, ISI marked, alongwith
all accessories like socket, bend, couplers
etc. conforming to IS: 14930, Part II
complete with fitting, cutting, jointing etc.
direct in ground (90 cm below ground
level) including excavation and refilling the
trench but excluding sand cushioning and
protective covering etc., complete as

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 196

required

a) 63 mm dia (OD-63 mm & ID-51 mm


nominal) 200 Mtr 263.00 52,600.00
b) 120 mm dia (OD-120 mm & ID-103
mm nominal) 600 Mtr 391.00 2,34,600.00
62 Fabricating, Supplying, Installing, Testing
and Commissioning of IP54
compatrmentalised floor mounted outdoor
double door front openable cubical type
panel board with 600 amp Al. bus bar
made of 2 mm thick CRCA sheet steel
having front surface area 1.8 sqmtr
(approx) and 500mm deep, earthing with 2
nos earth copper strip of size 20mm x 3mm,
duly powder painted with cleaning and
finishing with seven tank process with 50x5
MS Angle baseframe & RCC foundation
minimum 450mm Deep i/c supplying and
fixing the following accessories:-
Incomming
a) 400amp, 36KA, TP, MCCB
Microprocessor release breaking capacity
with spreader and rotary Handle (ICS=
ICU) = 1nos.
Outgoing
b) 160amp, 25KA, TP, MCCB Thermal
Magnetic release breaking capacity with
spreader and rotary Handle - (ICS= ICU)
2nos
c) 125amp, 25KA, TP, MCCB Thermal
Magnetic release breaking capacity with
spreader and rotary Handle - (ICS= ICU) -
1nos
d) 100amp, 25KA, TP, MCCB Thermal
Magnetic release breaking capacity with
spreader and rotary Handle - (ICS= ICU) -
3nos
e) Digital voltmeter and ammeter with
RS485 - 1 set
f) Digital voltmeter and ammeter with
RS485 - 1 set
g) Neutral link - 7 nos 1 set 1,22,553.00 1,22,553.00

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 197

h)TPN AL Bus bar 600amp (suitable) -1


Set
i) Indicating light RYB- 1 set, CT's- 1 set
rotary handle-7 set
i/c connection, interconnection with
Busbar with incomer MCCB, suitably
fixing of panel with 30x5mm angle iron
frame with PCC floor mounted or
fastening on wall etc complete as reqd.

63 Fabricating, Supplying, Installing, Testing


and Commissioning of compatrmentalised
wall / floor mounted indoor front openable
cubical type panel board with 250 Amp Al.
bus bar made of 2 mm thick CRCA sheet
steel having front surface area 1 sqmtr
(approx) and 300mm deep, earthing with 2
nos earth copper strip of size 20mm x 3mm,
duly powder painted with cleaning and
finishing with seven tank process i/c
supplying and fixing the following
accessories:-
Incomming
a) 160amp, 25KA, TP, MCCB Thermal
Magnetic release breaking capacity with
spreader and rotary Handle - (ICS=
ICU)=1No
Outgoing

b) 100amp, 25KA, TP, MCCB Thermal


Magnetic release breaking capacity with
spreader and rotary Handle - (ICS= ICU)= -
4nos

c) Digital voltmeter and ammeter with


RS485- 1 set

d) Digital voltmeter and ammeter with


RS485 - 1 set

e) Neutral link - 5 nos

f)TPN AL Bus bar suitable amp-1 Set

g) Indicating light RYB- 1 set, CT's- 1 set

i/c connection, interconnection with


Busbar with incomer MCCB, suitably
fixing of panel with Suitable size / nos.
angle iron frame in case of floor mounted
or fastening on wall etc complete as
reqd.(Indoor power panel) 1

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 198

62,442.00

set 62,442.00

64 Fabricating, Supplying, Installing,


Testing and Commissioning of
compatrmentalised wall / floor mounted
indoor front openable cubical type
panel board with 200 Amp Al. bus bar
made of 2 mm thick CRCA sheet steel
having front surface area 1 sqmtr
(approx) and 300mm deep, earthing
with 2 nos earth copper strip of size
20mm x 3mm, duly powder painted
with cleaning and finishing with seven
tank process i/c supplying and fixing
the following accessories:-
Incomming
a) 125amp, 25KA, TP, MCCB Thermal
Magnetic release breaking capacity with
spreader and rotary Handle - (ICS=
ICU)=1No
Outgoing
b) 63amp, 18KA, TP, MCCB Thermal
Magnetic release breaking capacity with
spreader and rotary Handle - (ICS=
ICU)= -4nos
c) Digital voltmeter and ammeter with
RS485 - 1 set
d) Digital voltmeter and ammeter with
RS485 - 1 set
e) Neutral link - 5 nos
f)TPN AL Bus bar suitable amp-1 Set
1 Set 56,394.00 56,394.00
g) Indicating light RYB- 1 set, CT's- 1

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 199

set
i/c connection, interconnection with
Busbar with incomer MCCB, suitably
fixing of panel with angle iron frame in
case of floor mounted or fastening on
wall etc complete as reqd.(Indoor light
panel)

65 Fabrication, Supplying, installation, testing &


commissioning of free standing, Outdoor type
floor mounting, double door type, IP54
construction, cubical type LT outdoor feeder
pillar suitable for 415V, 3 Phase, 4Wire, 50Hz
AC supply system, fabricated in
compartmentalized design from 2.0 mm thick
CRCA sheet steel, 3mm thick passivated gland
plates, depth not less than 300mm, cleaning,
processing & finishing complete with 7/8 tank
process for powder coating in approved shade,
with high conductivity electrolytic grade
aluminium conductor insulated bus-bars, DMC/
SMC supports, earth bus of the same size as the
phase bus running across the length of the
panel, solid connections from main bus bar to
switchgears, control wiring with 1.5 Sqmm
FRLS insulated multistranded copper conductor
FRLS cable, cable alley i/c providing and fixing
following switchgear, 50mmx5mm angle iron
base frame and legs of 600 mm height, apron
plates on all four sides of 300 height etc.
complete including excavation and making CC
foundation, brick enclosure etc., as per detailed
technical specifications and as required (
Schematic Drawings to be approved by the
Dep't. before start of fabrication)
Street Light Timer Panel- Size not less than 1.2
sqmtr

Incoming

a)100A, 18kA,TP MCCB --- 1 No.


b)Digital Voltmeter & Ammeter alongwith VSS and
ASS --- 1 Set

c)100/5A CT's --- 3 Nos.

d)Indication lights (R,Y,B) --- 3 Nos.

e)2A, 10kA SP MCBs, DIN bar & End locks


for protection of instruments --- 4 Nos.

Bus-Bars
4 strip aluminium conductor bus bars of 200
Amp rating with heat shrinkable coloured
sleeves i/c DMC/SMC bus bars supports
Outgoing 1 set 66,220.00 66,220.00

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 200

a)40 Amps, 18 KA, TP MCCB --- 3 Nos.


b)20 amps SPN MCB 10 KA --- 9 Nos.

c)Security light control system comprising of :

d)50 A, TP contractor (AC3 duty) -- 1 No.


e)Dial type Astronomical Time switch
(GIC/L&T/Siemens) -- 1 No.

f)Auto-Manual Switch - 1 No.


g)Indication Light (On, Off) - 2 Nos.

SUB HEAD : III [Fire alarm and Fire Fighting


system]

66 Supplying, installation, testing &


commissioning of main control and indicating
panel made out of 16 SWG MS sheet to
accommodate the following items duly powder
coated in approved colour with louvers for
ventilation, locking arrangement, audio and
visual indication for fire alarm and public
address system, monitoring system including
connections, interconnections etc complete as
required.
6 zone panel for fire alarm system

100 watt amplifier racks suitable for operation


on 230V AC/24V DC supply conforming to
IEC-268-3 complete with all accessories as
required- 2 Nos.(one to act as standby)
Talk back master station with LED PTT (press
to talk) push button for operation on 230V
AC/24 V DC supply conforming to IEC-268 for
simplex mode of operation/communication
suitable for 20 Nos.talk back unit -1 set.
Annoucement control desk suitable for selection
of different zones selectively and ON ALL
CALL switch with visual indication etc.,
complete as required- 1 set.

Amplifier change over switch for inter


changing amplifier- 1 No.
Monitor panel for loudspeaker complete output
selector ON/OFF switch, fuse visual indications
etc. complete as required- 1 No.
Gooseneck microphone with stand and ON/OFF
switch -1 No.

Mains ON/OFF switch, fuse indication lamps,


DC and AC voltmeters & ammeters terminal
blocks etc. complete as required -1 set.

Battery charger trickle cum boost to take


complete load of fire alarm & PA system
complete with all accessories including
providing & fixing of 2 nos. 12 volt, 30 AH
each sealed maintenance free batteries -1 set. 1 Each 51802.00 51802.00

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 201

67 Supplying and fixing of following sizes of


Steel conduit alongwith accessories in
surface/recess including painting in case of
surface conduit or cutting the wall and
making good the same in case of recessed
conduit as required
a) 25 mm (For Fire MCP and hooter) 40 Mtr 272.00 10,880.00
68 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 sqmm 100 mtr 101.00 10,100.00


69 Supplying, installation, testing &
commissioning of manual call box of ABS type
in surface/recess with stainless steel chain &
hammer assembly complete with glass and push
button etc. as required. 4 Each 434.00 1736.00
70 Supplying, installation, testing &
commissioning fire alarm sounder with facility
to make announcement, mounted in A.B.S. box
with hinged cover plate & suitable for operation
with amplifier i/c line matching transformer etc.
complete as required. 4 Each 522.00 2088.00
71 Supplying & laying of following size of XLPE
insulated, armoured, power cable of 1.1 KV
grade, duly ISI marked, with aluminum
conductor, conforming to IS:7098 (Part-1) on
the surface as required

a) 3½ Core x 35 Sqmm 50 Mtr 543.00 27,150.00


b) 3 Core x 25 Sqmm 20 Mtr 391.00 7,820.00
72 Supply and making end termination with heavy
duty double brass compression gland and
aluminium lugs for following size of PVC
insulated and PVC sheathed Aluminium
conductor cable of 1.1 KV grade as required

a) 3½ Core x 35 Sqmm 2 Set 392.00 784.00


b) 3 Core x 25 Sqmm 4 Set 292.00 1168.00
73 Providing and fixing 6 SWG dia GI wire
surface or recess for loop earthing with existing
suface/recess conduit, submain/cable as reqd. 70 Mtr 45.00 3,150.00
74 Supplying, installation, testing and
commissioning of Electric Driven Terrace
Pump suitable for automatic operation and
consisiting of following, complete in all respect,
as required (Terrace Pump) 2 Each 91,660.00 1,83,320.00

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 202

i) Horizpntal type, multistage, centrifugal, split


casing pump of cast iron body & bronze
impeller with stainless steel shaft, mechanical
confirming to IS:1520

ii) Suitable Squirell Cage Induction Motor,


TEFC type, suitable for operation on 415 Volts,
3-Phase, 50 Hz, AC supply with IP55 class of
protection for enclosure, horizontal foot
mounted type, with Class-F insulation,
conforming to IS:325
iii) M.S. fabricated common base plate,
coupling, coupling guard, foundation bolt etc. as
required

iv) Suitable cement concrete concrete


foundation duly plastered and with anti-
vibration pads

a) 450 lpm at 35 mtr Head

75 Providing, laying, testing and commissioning of


'C' class heavy duty MS Pipe conforming to
IS:3589/IS:1239 including welding, fittings like
elbows, tees, flanges, tapers, GI nut-bolts &
washers, gasket etc. and fixing the pipe on the
wall/ceiling with suitable clamp/support frame
and painting with two or more coats of synthatic
enamel paint of required shade complete as
required

a) 80 mm dia. 30 Mtr 2,004.00 60,120.00

76 Supplying, fixing, testing and commissioning of


double flanged Butterfly Valve of PN 1.6 rating
with bronze/gunmetal seat duly ISI marked
complete with GI nuts, bolts, washers, gaskets
conforming to IS:13095 of following sizes as
required

a) 80 mm dia. 5 Each 5,297.00 26,485.00

77 Providing, installation, testing and


commissioning of Horizontal type, double
flanged Non-Return Valve duly ISI marked
conforming to IS:5312 complete with GI nuts,
bolts, washers, rubber gaskets etc., of following
sizes as required

a) 80 mm dia. 3 Each 8,178.00 24,534.00


78 Supplying and fixing First-Aid Hose Reel with
MS construction spray painted in Post office red
conforming to IS:884 complete with the
following as required

i) 20 mm nominal internal dia water hose 4 Set 12,837.00 51,348.00


thermoplastic (Textile reinforced) type-2 as per
Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 203

IS:12585

ii) 20 mm nominal internal dia gun metal globe


Valve & nozzle

iii) Drum and brackets for fixing the equipments


on wall
iv) Connections from riser with 25 mm dia.
Stop Gun Metal Valve & MS pipe and socket

a) 40 mtr long

79 Supplying and fixing Air Vessel made of 250


mm dia. 8 mm thick MS Sheet, 1200 mm in
height with air release valve on top and flanged
connection to riser, drain arrangement with 25
mm dia. gun metal wheel valve with required
accessories, pressure gauge and painting with
synthetic enamel paint of approved shade as
required 2 Set 19,399.00 38,798.00

80 Providing and fixing of Pressure Switch in MS


pipe line including connection etc. as required 2 Each 1,644.00 3,288.00

81 Providing, installation, testing and


commissioning of stainless steel Y-strainer
fabricated out of minimum 1.6 mm thick
stainless steel, Grade 304, sheet with 3 mm dia
holes with stainless steel flanges

a) 80 mm dia. 1 Each 5,008.00 5,008.00

82 Supplying and fixing of fire brigade


connection of cast iron body with gun
metal male instantaneous inlet
couplings complete with cap and chain
as required, ISI marked, for suitable dia
MS pipe connection, conforming to
IS:904, complete as required
a) 2 Way - 100 mm dia. MS Pipe 1 Each 7,169.00 7,169.00

83 Supplying and drawing following core


and sizes of FRLS PVC insulated
copper conductor, in the existing pipe
conduit as required
a) 3 core 1.5 Sqmm 20 Mtr 101.00 2,020.00

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 204

84 Supplying, installation, testing &


commissioning of free standing, floor
mounting, outdoor type, IP54 construction,
cubical type Starter Panel suitable for
automatic operation of fire pumps complete
with actuators etc., suitable for 415V, 3-
Phase, 4-Wire, 50Hz AC supply system,
fabricated in compartmentalized design
from 2.0 mm thick CRCA sheet steel, 3mm
thick passivated gland plates (one for each
feeder), depth not less than 300mm,
cleaning, processing & finishing complete
with 7/8 tank process for powder coating in
approved shade, with electrolytic grade
copper conductor bus-bars insulated with
heat shrinkable sleeves, DMC/SMC
supports, earth bus made out of 25mm ×
5mm tinned copper strip running accross
the width of the panel, solid connections
from main bus bar to switchgears as per IS
standards, control wiring with 1.5 Sqmm
FRLS insulated multistranded copper
conductor S/C FRLS cable, cable alley i/c
providing and fixing following switchgear
etc. complete as required
[ schematic Drawings shall be got apporved
form Engineer-incharge before
fabrication](For 2 nos Pump and one Spare)
All MCCB's shall be with electronic
releases, with front extended operating
handle, and shall have ICS=ICU
Spreader links to be provided for MCCBs
as required for solid connections
All CTs shall be cast resin type and
accuracy class - 1.0
Panel size not less than 1.8 sqmtr
Incoming :
63 A, 25 KA FP MCCB -- 1 No.
(0-500V) digital voltmeter with VSS -- 1
No.
0-100A Digital Ammeter (CT type) with
ASS
63/5A Cast Resin CT's with shorting links -
- 3 Nos.
LED Indicating Lights R-Y-B alongwith 4
No. 2A, 10kA SP MCB's for protection -- 1
Set
Bus Bars :

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 205

4 No. Electrolytic grade copper bus-bars of


minimum of 100 Amps capacity with heat
shrinkable coloured sleeves and i/c
DMC/SMC supports
Outgoing :
MPCB 25 Amps Type-MOG-H1M (Rotary
type) Cat. No. ST 41932OOOO including
suitable 3-Phase feed terminal, extended
rotary handle, shunt trip and MPCB to
Contractor link -- 3 Nos.
3 Nos. 3 Pole, 40A, AC-3 Duty, Power
Contactor [MNX-40 of L&T] [ -- 3 Set
Side mounting Contact Blocks (first left &
first right) of 1 NO + 1 NC each -- 1 Set of
two blocks
Electronic Motor Protection Relay MPR
300 with O/load range of (8-22) -- 3 Nos.
Direct mounting MN-2 O/L relay (Relay
Range 9-15A) -- 3 Nos.
CT type Digital Ammeter with ASS -- 3
Nos.
25/5A Cast Resin CT's with shorting links -
- 9 Nos.
Start-Stop Actuators for Pump -- 3 Sets
LED Indicating Lights G-R (Start/Stop)
alongwith 1 No. 2A, 10kA, SP, MCB's for
protection -- 3 Sets
1 Each 1,26,631.00 1,26,631.00
85 Supply & Fixing of 4kg Capacity ABC type
fire extinguisher MAP90 stored pressure
type complete with pressure gauge,
controller discharge mechanism with hose
& nozzle class A rating 3A & class B rating
34B, C as per IS 15683 ISI Mark with
suitable metallic dash fasteners of 75mm
length (approx.), hangers, clamps etc. on
existing wall as required. 18 Each 4,125.00 74,250.00
86 Supply & Fixing of 4.5kg capacity CO2
type fire extinguisher filled with CO2 gas
with control discharge mechanism fitted
with hose & horn applicable on class B fire
rating 21B, C confirming to IS 15683 ISI
mark CO2 cylinder with suitable metallic
dash fastener of 75mm length (approx.) and
hanger, clamps on existing wall etc. as
required. 18 Each 6,844.00 1,23,192.00

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 206

87 Supplying, Installation, testing and


commissioning of self
iiluminating/auto glow board of
different size printed on photoluminious
ACP sheet containing self illuminating
base chemical of different size
suspended/hanging on wall with
accessories etc. as required at site (
With 2 Years Warranty) ( EXIT,
DANGER, FIRE HYDRANT, etc) 4 Sqmtr 18,600.00 74,400.00
SUB HEAD : IV [Kitchen ventilation
system]

88 Providing ,Fixing, Testing &


Commissioning S S Industrial Kitchen
Side exhaust hood for 6000 CFM
Exhust system size not less then 84" x
36" alongwith Single side SS Baffle
filter made out of 22 SWG and grease
chanel with removable oil collection
tray,the filter shall be easily removable
& washable the unit shall made out of
20 SWG S S sheet (Grade 304) have
provision for suspension to be fixed
above the burners etc complete as
required . 1 each 62,117.00 62,117.00

89 Supply ,Installation, testing &


Commissioning of Air washer unit
suitable for 6000 CFM Exhust system
with belt driven centrifugal fan of size
450mm complete with TEFC sq cage
induction motor rating not less then
3.7KW suitable for 3 phase 415 ± 10%
volts i/c Suitable size DOL starter
panel , SS pump , Motar, V Belt, Drive
set etc complete as required. 1 each 1,46,636.00 1,46,636.00

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 207

90 Supply, Installation, testing &


Commissioning of Wet Scrubber unit
factory built double skin type floor
mounted Air Washer of 6000 CFM
capacity made of 25mm thick panel of
32Kg density polyurethene foam (PUF)
insulation injected between them by
injection moulding machine consisting
of GI casing of thickness 0.8mm
outside layer precoated and 0.8mm
inside layer plain complete with
forward curved DIDW centrifugal fan
belt drive package with TEFC drive
motor suitable for 415 ± 10% V, 3phase
AC supply with 200mm deep cellulose
pad, stainless steel sump, single phase
pump with metallic viscous filter 50mm
thick etc complete as required. i/c
suitable size starter panel. 1 each 1,91,577.00 1,91,577.00

91 Supply, installation, balancing and


commissioning of factory fabricated
GSS sheet metal rectangular/round
ducting complete with neoprene rubber
gaskets, elbows, splitter dampers,
vanes, hangers, supports etc. as per
approved drawings and specifications of
following sheet thickness complete as
required.
a) Thickness 0.63 mm sheet 7 sqmtr 1,148.00 8,036.00

92 Supplying & fixing of powder coated


extruded aluminium Supply Air Grills
with aluminium volume control
dampers as per specifications. 0.5 sqmtr 9,681.00 4,840.50

93 Supplying and fixing following way


surface/recess mounting Vertical type
415 V TPN MCB distribution boardof
sheet steel, dust protected duly powder
painted inclusive of 200 amp tinned
copper busbar common neutral bus-bar,
earth bar, DIN-bar, interconnections,
powder painted including earthing etc,
as required (But without

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E
P a g e | 208

MCB/RCCB/Isolator)

a) 4 Way (4+ 12), Double Door 1 Each 7,988.00 7,988.00

94 Providing and fixing following rating


and breaking capacity and pole with
thermomagnetic release and tharmal
spreader in existing cubical boardi/c
drilling hole in cubical panel making
connection etc as reqd.
a) 63 amp TP MCCB 16 KA 1 Each 4,016.00 4,016.00

95 Supplying and fixing of following


rating Three pole 415 Volt, 10 kA C
curve MCB in the existing MCB DB
complete with connections, testing and
commissioning etc, as required
a) 32A 2 Each 1,071.00 2,142.00

96 Supplying and laying of armoured


3CORE 6 Sqmm PVC insulated copper
conductor cable in Pipe/DLP trunking
etc complete as reqd. 30 Mtr 352.00 10,560.00

97 Supplying and fixing following sizes of


DLP trunking complete with following
accessories like bend external and
internal angle junction base and cover
end caps etc. direct on surface of wall
cables etc. as reqd.
a) 105 X 50 mm 20 Mtr 1,374.00 27,480.00

Total 1,11,76,311.50
Say Rs. 1,11,76,312.00

Corrections - Nil
Insertions - Nil
Omissions - Nil AE(P)C/E EE(C)/E

You might also like