Magna Block Plan

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 169

INDEX

Name of Work: Renovation & upgradation of Modern Lab i/c Rain water harvesting work &
development at Existing building in IGMRI campus, PAU Ludhiana
(Punjab).
S No. DESCRIPTION PAGE NO.
1 PART-A (CIVIL) 2
(i) INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING. 3-4
(ii) CPWD-6 FOR e-TENDERING 5-8
(iii) TENDER FORM CPWD-7 INCLUDING SCHEDULE A TO F 9-15
(iv) RECEIPT OF DEPOSITION OF ORIGINAL EMD 16
(v) TABLE OF MILESTONE 17
(vi) UNDERTAKING REGARDING OBTAINING GST REGISTRATION CERTIFICATE 18
(vii) SPECIAL CONDITIONS. 19-39
(viiii) PARTICULAR SPECIFICATIONS. 40-57
(ix) FORM OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT / 58
PERFORMANCE GUARANTEE/ SECURITY DEPOSIT/MOBILIZATION
ADVANCE
(x) GUARANTEE BOND FOR REMOVAL OF DEFECTS AFTER COMPLETION IN 59
RESPECT OF WATER-PROOFING WORKS (ALL WATER - PROOFING ITEMS).
(xi) GUARANTEE BOND FOR REMOVAL OF DEFECTS AFTER COMPLETION IN 60
RESPECT OF SANITARY INSTALLATIONS/ WATER SUPPLY/ DRAINAGE
WORK.
(xii) GUARANTEE BONDS FOR REMOVAL OF DEFECTS IN RESPECT OF STONE 61
WORK/TILE WORK.
(xiii) GUARANTEE BOND FOR REMOVAL OF DEFECTS AFTER COMPLETION IN 62
RESPECT OF ALUMINIUM DOORS, WINDOWS VENTILATOR WORK
(xiv) GUARANTEE BONDS FOR REMOVAL OF DEFECTS IN RESPECT OF SANDWICH 63
PROFILE PANEL / PUF PANEL.
(xv) LIST OF FIELD TEST, FIELD TESTING EQUIPMENTS AND INSTRUMENTS, 64-66
LIST OF T&P, PROFORMA FOR TEST CARRIED OUT, PROFORMA FOR
CEMENT /PAINT REGISTERS
(xvi) LIST OF APPROVED MAKES OF CIVIL WORK. 68-72
3 PART-D (Electrical Work) 73-110
3 PART-B (SCHEDULE OF QUANTITIES) (Civil & Electrical) 111-168
4 PERFORMA FOR QUOTING THE RATES 169
NIT contains page 1 to 169 is hereby approved for Rs. 4,07,71,187/- (Civil Rs. 2,59,07,176/- + Elect.
Rs. 1,48,64,011) (Rupees Four Crore Seven Lakh Seventy One Thousand One Hundred Eighty
Seven Only).

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


CPWD, Jalandhar CPWD, Jalandhar CPWD, Jalandhar

AE(P) 1 AE(E)(P)
Government of India
Central Public Works Department

Name of Work: Renovation & upgradation of Modern Lab i/c Rain water harvesting work &
development at Existing building in IGMRI campus, PAU Ludhiana
(Punjab).

Part – A
Civil

AE(P) 2 AE(E)(P)
INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING FORMING PART
OF BID DOCUMENT AND TO BE POSTED ON WEBSITE

The Executive Engineer, Ludhiana, CPWD, Type-V/03 Nos., NSTI (ATI) campus, Ludhiana on behalf
of President of India re-invites online, Percentage Rate Bids from CPWD enlisted contractors of
appropriate class in (B&R) Buildings & roads category in single bid system for the following
work:

Date and Time of opening


and other documents as
submission of bid. EMD,
e-tender processing fee

specified in the Press


Estimated Cost Put to

Last date & time of


Name of Work and

Earnest Money

Time/ Period of
completion

of tender
Location
NIT No.

Tender
Sl. No.

notice.
Upto 3:00 PM on 17.01.2024

Upto 3:30 PM on 17.01.2024


Renovation &
upgradation of Modern
(Civil Rs. 2,59,07,176/-
+ Elect. 1,48,64,011/-)

Lab i/c Rain water


Rs. 4,07,71,187/-
25/SE/JC/2023-24

harvesting work &


Rs. 8,15,424/-

development at Existing
1
building in IGMRI 06 Months
campus, PAU Ludhiana
(Punjab).

XXX: To be filled in by the Executive Engineer.

1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only
submit his bid if he considers himself eligible and he is in possession of all the documents required.
2. Information and Instructions for bidders posted on website shall form part of bid document.
3. The bid document consisting of plans, specifications, the schedule of quantities of various types of
items to be executed and the set of terms and conditions of the contract to be complied with and
other necessary documents can be seen and downloaded from website
[
https://etender.cpwd.gov.in/CPWD or www.cpwd.gov.in free of cost.
4. The bid can only be submitted after depositing Processing Fee in favour of ITI Limited and
uploading the mandatory scanned documents such as Demand Draft or Pay order or Banker’s
Cheque or Deposit at call receipts or Fixed Deposit Receipts and Bank Guarantee of any
commercial bank towards EMD in favour of Executive Engineer - Ludhiana, CPWD, Ludhiana and
other documents as specified.

AE(P) 3 AE(E)(P)
The contactors already registered on the e-tendering portal will have option to continue by
paying tender processing fee at existing rates upto one year from the date of registrations,
or to switch over to the new registration system without tender processing fee any time. All
new registrations from 01.04.2015 will be eligible without tender processing fee.
5. Those contractors not registered on the website mentioned above, are required to get registered
beforehand. If needed they can be imparted training on online bidding process as per details
available on the website.

6. The intending bidder must have valid class-III digital signature to submit the bid.

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. Integrity Pact of the bid document shall be signed between Executive Engineer and the successful
bidder after acceptance of bid.

10. It will be mandatory to constitute Dispute Redressal Committee (DRC) & contractor or department
can only seek arbitration if not satisfied with the decision of DRC. DRC shall be headed by Chief
Engineer when total claims are more than Rs.25.00 lacs & by the Superintending Engineer when
total claim are less than Rs.25.00 lacs. This should be read along with provision of Clause-25 of
GCC 2023 Maintenance duly amended & modified up-to-date.

11. It is mandatory to upload scanned copies of all the documents listed below including registration
GST registration as stipulated in the bid document. If such document is not uploaded his bid will
become invalid and processing fee shall not be refunded.

12. If the contractor is found ineligible after opening of bids, his bid shall become invalid and
processing fee shall not be refunded.

13. 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 contractor the bid shall
become invalid and processing fee shall not be refunded.

List of Documents to be scanned and uploaded upto date and time mentioned above:

i) Treasury Challan/ Demand Draft / Pay Order or Banker’s Cheque / Fixed Deposit Receipts/
Deposit at Call Receipt / Bank Guarantee of any commercial bank against EMD.
ii) Copy of receipt for deposition of original EMD to division office of any Executive Engineer,
[including NIT issuing EE] CPWD.
iii) 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 (as per Form-“A”
enclosed) 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 the 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”.
iv) Enlistment order of the CPWD contractors in appropriate class in (B&R) Buildings & roads
category.
v) EPFO, ESIC, BOCW Welfare Board, PF Nos., labour License if available otherwise the letter of
award shall be issued to lowest bidder only on receipt of copy of Labour license, Registration with
EPFO, ESIC, BOCW Welfare Board and PF Nos. or submitting the proof of applying for these
thereof along with P.G.
vi) Any other document as specified in the NIT.

AE(P) 4 AE(E)(P)
CPWD–6 FOR e-TENDERING
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

The Executive Engineer, Ludhiana, CPWD, Ludhiana on behalf of President of India re-invites online, Percentage
Rate Bids from CPWD enlisted contractors of appropriate class in (B&R) Buildings & roads category in single
bid system for the following work: Renovation & upgradation of Modern Lab i/c Rain water harvesting
work & development at Existing building in IGMRI campus, PAU Ludhiana (Punjab). The
enlistment of the contractors should be valid on the last date of submission of bids. In case the last date of
submission of tender is extended, the enlistment of contractor should be valid on the original date of submission
of bids.
1. The work is estimated to cost Total Rs. 4,07,71,187/- (Civil Rs. 2,59,07,176/- + Elect.
Rs. 1,48,64,011/-). This estimate, however, is given merely as a `rough guide.
2. Agreement shall be drawn with the successful bidders 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. Bidders shall quote his rates as per various terms and conditions of
the said form which will form part of the agreement.
3. The time allowed for carrying out the work will be 06 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 for the work will be made available in phases as the work is to be executed in
occupied Building.
(ii) The architectural & structural drawing shall be made available in phased manner as per
requirement of the same as per approved programme of completion submitted by the
contractor after award of the work.
** EE to strike out which is not applicable.
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/CPWD or www.cpwd.gov.in free of cost.

6. After submission of the bid the contractor can re-submit revised bid any number of times but before last
time and date of submission of bid as notified.
7. While submitting the revised bid, contractor can revise the rate of one or more item(s) any number of
times (he need not re-enter rate of all the items) but before last time and date of submission of bid as
notified.
8. Copy of Enlistment order and certificate of work experience and other documents as specified in the
press notice shall be scanned and uploaded to the e- tendering website within the period of bid
submission. However, certified copy of all the scanned and uploaded documents as specified in press
notice shall have to be submitted by the lowest bidder only within a week physically in the office of
tender opening authority.

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

The bid submitted shall be opened at 3.30 PM on 17.01.2024.


(XXX - To be filled in by EE)

AE(P) 5 AE(E)(P)
9. The contractors registered prior to 01.04.2015 on e-tendering portal of CPWD shall have to deposit
tender processing fee at existing rates, or they have option to switch over to the new registration system
without tender processing fee any time.

10. The bid submitted shall become invalid if:


(i) The bidder is found ineligible.
(ii) The bidder does not uploaded all the documents (including service tax registration/ GST
registration/ Sales Tax registration) as stipulated in the bid document
(iii) If any discrepancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted physically by the lowest tenderer in the
office of tender opening authority.
(iv) If a tenderer quotes nil rates against each 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.
11. The contractor whose bid is accepted will be required to furnish performance guarantee of 5% (Five
Percent) of the bid amount within the period specified in Schedule F. This guarantee shall be in the
form of cash (in case guarantee amount is less than Rs.10000/-) or Deposit at Call receipt of any
Scheduled Bank/Banker's cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay
order of any Commercial bank of any commercial bank (in case guarantee amount is less than
Rs.1,00,000/-) or Government Securities or Fixed Deposit Receipts or Guarantee Bonds of any
Commercial bank or the State Bank of India in accordance with the prescribed form. In case the
contractor fails to deposit the said performance guarantee within the period as indicated in Schedule 'F',
including the extended period if any, the Earnest Money deposited by the contractor shall be forfeited
automatically without any notice to the contractor. The earnest money deposited along with bid shall be
returned after receiving the aforesaid performance guarantee. The contractor whose bid is accepted
will also be required to furnish either copy of applicable licenses/ registrations or proof of
applying for obtaining labour licenses, registration with EPFO, ESIC and BOCW Welfare Board
and Programme Chart (Time and Progress) within the period specified in Schedule ‘F’.

12. The description of the work is as follows: Renovation & upgradation of Modern Lab i/c Rain
water harvesting work & development at Existing building in IGMRI campus, PAU
Ludhiana (Punjab).

Intending bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their tenders 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 tender. A tenderer shall be deemed to have
full knowledge of the site whether he inspects it or not and no extra charge consequent upon any
misunderstanding or otherwise shall be allowed. The tenderer 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 tender by a tenderer 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, Conditions imposed by NIT authorities and other factors having a
bearing on the execution of the work.

13. The competent authority on behalf of the President of India does not bind itself to accept the lowest or
any other tender and reserves to itself the authority to reject any or all the tenders received without the
assignment of any reason. All tenders in which any of the prescribed condition is not fulfilled or any
condition including that of conditional rebate is put forth by the tenderer shall be summarily rejected.

14. Canvassing whether directly or indirectly, in connection with tenderers is strictly prohibited and the
tenders submitted by the contractors who resort to canvassing will be liable to rejection.
AE(P) 6 AE(E)(P)
15. The competent authority on behalf of President of India reserves to himself the right of accepting the
whole or any part of the bid and the bidders shall be bound to perform the same at the rate quoted.

16. The contractor shall not be permitted to tender 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 relativeis 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 Urban
Development. Any breach of this condition by the contractor would render him liable to be removed from
the approved list of contractors of this Department.
17. No Engineer of gazetted rank or other Gazetted Officer employed in Engineering or Administrative
duties in an Engineering Department of the Government of India is allowed to work as a contractor for a
period of one year after his retirement from Government service, without the previous permission of the
Government of India in writing. This contract is liable to be cancelled if either the contractor or any of his
employees is found anytime to be such a person who had not obtained the permission of the
Government of India as aforesaid before submission of the tender or engagement in the contractor’s
service.
18. The bid for the works shall remain open for acceptance for a period of Thirty (30) days from the
date of opening of bid. If any bidders withdraws his bid before the said period or issue of letter of
acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the bid
which are not acceptable to the department, then the Government shall, without prejudice to any other
right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the bidders
shall not be allowed to participate in the rebidding process of the work.
19. This notice inviting bid shall form a part of the contract document. The successful bidder/specialized
agency, on acceptance of his bid by the Accepting Authority shall within 15 days from the stipulated
date of start of the work, sign contract consisting of:
a) The Notice Inviting bid, all the documents including Special Conditions, General Specifications/
Particular Specifications and drawings, if any, forming part of the bid as uploaded at the time of
invitation of bid and the rates quoted online at the time of submission of bid and acceptance thereof
together with any correspondence leading thereto.
b) Standard C.P.W.D. Form 7 is applicable.

20. For Bids


20.1.1 The bid document will include following four components:
Part A: CPWD-6, CPWD Form-7 including Schedule A to F for the work, Standard General Conditions
of Contract for CPWD 2023 as amended/ modified upto last date of submission of the bid.
Part B: General/ specific conditions, specifications, Schedule of Quantities applicable to the work
Part C: Schedule A to F, General/specific conditions and specifications, Schedule of Quantities
applicable to the work.

20.1.2 After acceptance of the bid by competent authority, the EE-in-charge of the work shall issue letter of
award on behalf of the President of India. After the work is awarded, the main contractor will have to
enter into one agreement with EE-in-charge.
20.1.3 Entire work under the scope of tender shall be executed under one agreement.
20.1.4 Security Deposit will be worked out for the estimated cost of the work.
20.1.5 Running payment shall be made by EE to the contractor by EE of minor component.
20.1.5 A. The work shall be treated as complete when all the components of the work are complete. The
completion certificate of the work shall be recorded by Engineer-in-charge after record of
completion certificate of all other components.
20.1.6 Final bill of whole work shall be finalized and paid by the EE of Major component.

20.1.7 It will be obligatory on the part of the tenderer to sign the tender documents before the first payment is
released.

AE(P) 7 AE(E)(P)
21. List of documents to be scanned and uploaded within the period of bid submission:
(i) Treasury Challan/ Demand Draft / Pay Order or Banker’s Cheque / Fixed Deposit Receipts/
Deposit at Call Receipt / Bank Guarantee of any scheduled bank against EMD.
(ii) Copy of receipt for deposition of original EMD to division office of any Executive Engineer,
[including NIT issuing EE] CPWD (as per “Appendix – I” enclosed).
(iii) EPFO, ESIC, BOCW Welfare Board, PF Nos., labour License if available otherwise the letter of
award shall be issued to lowest bidder only on receipt of copy of Labour license, Registration
with EPFO, ESIC, BOCW Welfare Board and PF Nos. or submitting the proof of applying for
these thereof along with P.G.
(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 (as per
Form-“A” enclosed) 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 the 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) Enlistment order of the CPWD contractors in appropriate class in Building & roads (B&R)
category.
(vi) Any other document as specified in the NIT.

22. Receipt of deposition of original EMD


Receipt No. dated
1. Name of work :
Renovation & upgradation of Modern Lab i/c Rain
water harvesting work & development at Existing
building in IGMRI campus, PAU Ludhiana (Punjab).
2. NIT No. : 25/SE/JC/2023-24
3. Estimated Cost : Rs. 4,07,71,187/- (Civil Rs. 2,59,07,176/- + Elect. Rs.
1,48,64,011/-)

4. Amount of Earnest Money : Rs. 8,15,424/-


Deposit
5. Last date of submission of bid : Upto 3:00 PM on 17.01.2024

(*To be filled by / EE at the time of issue of NIT and uploaded alongwith NIT)
1. Name of Contractor :
2. Form of EMD …………………………….#
3. Amount of original Bank guarantee as : …………………………….#
Earnest Money Deposit
4. Date of submission of EMD : …………………………….#

Signature, Name and Designation of EMD


receiving Officer (EE/AE(P)/AE/AAO)
alongwith Office Stamp

Executive Engineer, Ludhiana,


CPWD, Ludhiana
(For & on behalf of President of India)

AE(P) 8 AE(E)(P)
CPWD FORM NO.7

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

STATE: Punjab REGION: Project REGION CHANDIGARH


BRANCH: B&R CIRCLE: SE Jalandhar
DIVISION: EE Ludhiana

PERCENTAGE RATE TENDER & CONTRACT FOR WORKS

(A) Tender for the work of: Renovation & upgradation of Modern Lab i/c Rain water harvesting
work & development at Existing building in IGMRI campus, PAU Ludhiana (Punjab).

i) to be submitted online by 03:00 PM on 17.01.2024 through website https://etender.cpwd.gov.in or


www.cpwd.gov.in to Executive Engineer, Ludhiana, CPWD, Ludhiana

ii) to be opened through online in presence of tenderers who may be present at 03:30 PM on 17.01.2024
in the office of Executive Engineer, Ludhiana, CPWD, Ludhiana

iii) Agency: ......................................XXX ....................................... (contractor)


iv) Designation : Executive Engineer, Ludhiana, CPWD, Ludhiana

TENDER

I/We have read and examined the Notice Inviting Tender, Schedule A, B, C, D, E & F, Specifications applicable,
Drawings & Designs, General Rules and Directions, Conditions of Contract, Clauses of Contract, Special
Conditions, Schedule of Rate and other documents and Rules referred to in the conditions of contract and all
other contents in the tender document for the work.

I/We hereby tender for the execution of the work specified for the President of India within the time specified in
Schedule ‘F’, viz. Schedule of Quantities and in accordance in all respects with the Specifications/ Special
conditions, Designs, Drawings and instructions in writing as referred to in this tender document and with such
materials as are provided for, by and in respects in accordance with, such conditions so far as applicable.

XXX To be filled in by the Executive Engineer

AE(P) 9 AE(E)(P)
CPWD FORM NO.7

We agree to keep the tender open for (30) Thirty days from the date of opening of bid and not to make any
modifications in its terms and conditions.

I/We agree that in case of forfeiture of earnest money or both Earnest Money & Performance Guarantee
as aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.
I/We undertake and confirm that eligible similar work(s) has/ have not been got executed through another
contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then I/we
shall be debarred from the 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 therefrom to any
person other than a person to whom I/we/am/are may authorized to communicate the same or use the
information in any manner prejudicial to the safety of the State.
Dated: XX Signature of Contractor ....................................

Witness: - XX Postal Address: - ...............................................


Address: - XX
Occupation: - XX
Telephone No.

Fax:-

E-Mail:-
ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for
and on behalf of the President of India for a sum of Rs..........................
(Rupees.....................................................................................
The letters referred to below shall form part of
this contract agreement. For & on behalf of the President of India.
i) XXX Signature XXX
ii) XXX
iii) XXX .
Dated: - ................................. Executive Engineer

XXX To be filled in by the Executive Engineer


XX To be filled in by the contractor

AE(P) 10 AE(E)(P)
SCHEDULES (A to F)

SCHEDULE ‘A’

Schedule of quantities (Civil& Electrical) - Sheet Nos. 111-168


SCHEDULE ‘B’

Schedule of materials to be issued to the contractor

S.No. Description of item. Quantity. Rate in figures & words Place of


at which the material will issue
be charged to the contractor

(1) (2) (3) (4) (5)

NIL

SCHEDULE ‘C’
Tools and plants to be hired to the contractor

S.NO. DESCRIPTION. HIRE CHARGES PLACE OF


ISSUE
PER DAY

NIL

SCHEDULE ‘D’
Extra schedule for specific requirements/ documents for the work, if any.

1. Special Conditions - Sheet No.19 to 39


2. Particular Specifications. - Sheet No.40 to 57

SCHEDULE ‘E’

Reference to General Conditions of contract: General Conditions of contract for Central PWD Works
2023 as amended upto date correction slip (available on CPWD above websites)

1.1 Name of Work: Renovation & upgradation of Modern Lab i/c Rain
water harvesting work & development at Existing
building in IGMRI campus, PAU Ludhiana (Punjab).

1.2 Estimated Cost of work: Rs. 4,07,71,187/-.


(Civil Rs. 2,59,07,176/- + Elect. Rs. 1,48,64,011)

1.3 Earnest Money: Rs. 8,15,424/- (To be returned after


receiving Performance Guarantee)

1.4 Performance Guarantee 5.00% of tendered value

1.5 Security Deposit 2.50% of tendered value

AE(P) 11 AE(E)(P)
SCHEDULE ‘F’:
General Rules & Directions:
Officer Inviting Tender Executive Engineer - Ludhiana,
CPWD, Ludhiana
Maximum percentage for quantity of items
of work to be executed beyond which rates
are to be determined in accordance with
Clauses 12.2 & 12.3 Refer Clause-12
Definitions:
2(v) Engineer-In-Charge Executive Engineer, Ludhiana, CPWD, Ludhiana
2(viii) Accepting Authority Superintending Engineer, Jalandhar, CPWD, Jalandhar
2(x) Percentage on cost of materials and
labour to cover all overheads and
profits 15%
2(xi) Standard Schedule of Rates Delhi Schedule of Rates 2023 with upto date correction slips
2(xii) Department Central Public Works Department
9(ii) Standard CPWD Contract Form GCC-2023 Maintenance work & CPWD-7 as
amended/ modified up to last date of submission
of e-tender.
Clause-1:

i Time allowed for submission of Performance 15 days


Guarantee Programme Chart (Time &
Progress) and applicable labour licenses,
registration with EPFO, ESIC and BOCW
Welfare Board or proof of applying thereof
from the date of issue of letter of
acceptance.

ii Maximum allowable extension with late fee 1 to 7 days


@0.1% per day of the performance
guarantee amount beyond the period
provided in (i) above
Clause-2:
Authority for fixing compensation Engineer-in-charge.

Clause – 2A:
Whether clause-2A shall be Not applicable
applicable.

Clause-5:
Number of days from the date of issue
of letter of acceptance for reckoning
date of start 22 days

Clause – 5.1, 5.2, 5.3, 5.4, 5.5:


Whether clause-5.1, 5.2, 5.3,
5.4, 5.5 shall be applicable. Applicable

Clause – 5A:
Whether clause-5A shall be Not Applicable
applicable.

Mile Stone Refer Table of Milestones at Sheet No. 17

Time allowed for execution of work 06 Months.

Authority to decide

AE(P) 12 AE(E)(P)
i. Extension of time
for completion of work. Superintending Engineer, Jalandhar, CPWD,
Jalandhar
ii. Re-scheduling of Mile stone Superintending Engineer, Jalandhar, CPWD,
Jalandhar

iii Shifting of date of start in case of Superintending Engineer


delay in handing over of site. Jalandhar, CPWD, Jalandhar

Clause- 6:
Clause applicable- (6): As per GCC 2023 latest provisions.

Clause-7: Gross work to be done together


with net payment/ adjustment of
advances for material collected, Rs. 40.00 lakh
if any, since the last such payment
for being eligible to interim payment.

Clause-7A: (No Running Account Bill shall be paid for Yes, applicable
the work till the applicable labour licenses,
registration with EPFO, ESIC and BOCW
Welfare Board, whatever applicable are
submitted by the contractor to the
Engineer-in-charge.)

Clause-10A:
List of testing equipment to be
provided by the contractor at site lab. Refer Sheet No. 63-65

Clause-10-B (ii).
Whether clause 10-B (ii) shall be
applicable Not applicable

Clause-10C:
Component of labour expressed as percent of
total value of work. Not Applicable

Clause 10 CA: Deleted as per DG, CPWD correction slip


No. DG/CON-Construction-2020/336 dt.
22.12.2022.

Clause-10-CC: Not Applicable


Sr. Relevant component of Material/ Labour for price Percentage of total value (civil)
No. escalation work
1 Cement Component 8%
2 Labour Component 25%
3 Civil Component of other construction Materials 47%
4 POL (Diesel) Component 2%
5 Reinforcement Steel bars/TMT bars/ structural Steels 18%
(including stand and cables) Component
Total 100%

AE(P) 13 AE(E)(P)
Clause-11: Specifications to be followed for C.P.W.D. Specifications 2019 Vol. I & II with
execution of work correction slips issued upto last date of
submission of bid.

Clause-12: Type of Work: Maintenance Work

12.1 to 12.5 Deviation/ Variations Extent of Prices No Limit.

Clause-16: Competent Authority for


deciding reduced rates. Superintending Engineer, Jalandhar,
CPWD, Jalandhar
Clause-18: List of mandatory machinery tools
& Plants to be deployed by the
Contractor at site Refer Sheet No. 63-65

Clause-19: The ESI and EPF contribution on the part of Applicable


employer in respect of this contract shall be
paid by the contractor. These contributions on
the part of the employer paid by the contractor
shall be reimbursed by the Engineer-in-
Charge to the contractor on actual basis. The
applicable and eligible amount of EPF &
ESI shall be reimbursed preferably within 7
days but not later than 30 days of
submission of documentary proof of
payment provided same are in order.
The contractor shall also comply with
provisions of the inter-state migrant
workmen (Regulation of Employment and
conditions of service Act, 1979).
Clause-25: Settlement of disputes by Conciliation and Arbitration
1.0 Conciliator: SDG (Chandigarh)
2.0 Arbitrator Appointing Authority SE-Jalandhar or is Successor
3.0 Place of Arbitration: As decided by Arbitrator.
Clause-36 (i) – Requirement of Technica l Representative (s) and Recovery Rate.

S. Minimum Discipline Designation Minimum Number Rate at which recovery shall be made from
No Qualification of (Principal Technical/ Experience contractor in the event of non-deployment.
. Technical Technical (Years)
Representative Representative)
Figures Words
(i). Graduate Civil Principal Technical 5 Years 1 No. Rs. 25,000/- per Rs. Twenty Five
Engineer represented month thousand only per
month per person
(ii) Graduate Civil Planning/site/billing 2 Years 1 No. Rs. 15,000/- per Rs. Fifteen thousand
. Engineer Engineer month only per month per
Or person
Diploma
Engineer

Assistant Engineers retired from Government Services that are holding Diploma will be treated at
par with Graduate Engineer, Diploma holder with minimum 10 years relevant experience with a reputed
construction co. can be treated at par with Graduate Engineers for the purpose of such deployment
subject to the condition that such diploma holders should not exceed 50% of requirement of degree
engineers.

Clause-42:
i) a) Schedule / Statement for determining As per Delhi Schedule of Rates 2023
theoretical quantity of cement & bitumen with amendments upto the last date of
submission of bid.

AE(P) 14 AE(E)(P)
ii) Variations permissible on theoretical
quantities.

a) Cement for works with estimated cost 2% plus/ minus.


put to tender for more than 5 Lacs.

b) Steel Reinforcement and structural


steel sections for each diameter,
section and category. 2% plus/ minus.

c) All other materials. Nil.

d) Bitumen for all work. 2.5% Plus only.

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Rates in figures and words at which recovery shall be made


from the contractor
Sr. No. Description of item
Excess beyond Permissible Less use from the
Variation permissible variation
1. Cement (PPC) Nil Rs. 4,688/- per MT
Cement (OPC) Rs. 5,344/- per MT
2. TMT Reinforcement bars Rs. 58,929/- per MT
(i) Primary Producers Nil
3. Structural Steel Nil Rs. 60,715/- per MT
4. P.O.L (Diesel) Nil Rs. 89.62/- per litre

Note :-Recovery rates of Cement & Steel has been calculated as Base Price(as per Clause10CA
above)*110% plus applicable GST (i.e. 28% for Cement & 18% for Steel).

AE(P) 15 AE(E)(P)
Appendix-I

Receipt of deposition of original EMD

(Receipt No....................../ Date. ................... )

1 Name of work Renovation & upgradation of Modern Lab i/c


Rain water harvesting work & development at
Existing building in IGMRI campus, PAU
Ludhiana (Punjab).
2 NIT No 25/SE/JC/2023-24
3 Estimated Cost Rs. 4,07,71,187/-
(Civil Rs. 2,59,07,176/- + Elect. 1,48,64,011)
4 Amount of Earnest Money Deposit Rs. 8,15,424/-
5 Last date of submission of bid Upto 3:00 PM on 17.01.2024

(# To be filled by EMD receiving EE)


Name of Contactor
1
Form of EMD
2
Amount Earnest Money Deposit
3
Date of submission of EMD
4

Signature, Name and Designation of EMD


receiving officer (SE/EE/AE/AAO)
alongwith Office Stamp

AE(P) 16 AE(E)(P)
FORM “A”

Undertaking regarding obtaining GST registration Certificate

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 the 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.

Signature of Bidder(s) or an authorized


Officer of the firm with stamp
Signature of Notary with seal

AE(P) 17 AE(E)(P)
TABLE OF MILE STONE (S)

Name of work: Renovation & upgradation of Modern Lab i/c Rain water harvesting work &
development at Existing building in IGMRI campus, PAU Ludhiana (Punjab).

Time Period allowed for Completion of Work: 06 Months.

Sl. Description of Financial Milestone Time Allotted Amount to be withheld in


No. (From date of case of non-achievement of
start) milestone
(% of Tendered Amount)

1. Work upto 1/2th of the tendered amount 3.5 months In the event of not achieving
the necessary progress as
assessed from the running
payments, 2% of the tendered
value of work will be withheld
2. Full work completed & handed over in all 6.0 months for failure of each milestone.
respect.

AE(P) 18 AE(E)(P)
SPECIAL CONDITIONS
1.0 General

1.1 Except for the items, for which Particular Specifications are given or where it is specifically
mentioned otherwise in the description of the items in the schedule of quantities, the work shall
generally be carried out in accordance with the “CPWD Specifications 2019 Vol. I & II” with upto
date correction slips, additional/ Particular Specifications, Architectural/ structural drawings and as
per instructions of Engineer-in-Charge.

The several documents forming the tender are to be taken as mutually complementary to
one another. Detailed drawings shall be followed in preference to small scale drawings and
figured dimensions in preference to scaled dimensions.

Should there be any difference or discrepancy between the description of items as given in the
schedule of quantities, particular specifications for individual items of work (including special
conditions) and I.S. Codes etc., the following order of preference shall be observed:

i. Description of Schedule of Quantities


ii. Particular Specifications and Special Conditions, if any.
iii. Drawings
iv. CPWD Specifications.
v. Indian Standard Specifications of B.I.S.
vi. NBC-2016
vii. CPHEEO Sewage Manual
viii. Manufacturers’ specifications & as decided by Engineer-in-charge.

“In the event of any variation/ discrepancy in the drawings, specifications and tender documents
etc. the decision of the Engineer-in-charge shall be final binding and conclusive on the contractor
and in the case the contractor have any doubt and the same should be got clarified immediately
from the Engineer-in-charge and no claim of the contractor shall be entertained thereafter.
Moreover, the agency is not allowed to take benefit out of any clerical/ grammatical mistake in the
standard clauses/ Schedule of Quantities/ Specifications etc. being used in the agreement”.

The works to be governed by this contract shall cover delivery and transportation upto destination,
safe custody at site, insurance, erection, testing and commissioning of the entire works.

The works to be undertaken by the contractor shall interalia include the following:

i. Preparation of detailed SHOP drawings and AS BUILT drawings wherever applicable.


ii. Obtaining of Statutory permissions where-ever applicable and required.
iii. Pre-commissioning tests as per relevant standard specifications, code of practice, Acts and
Rules wherever required.
iv. Warranty obligation for the equipment’s and/or fittings/fixtures supplied by the contractor.

Contractor shall provide all the shop drawings or layout drawings for all the co-ordinated services
before starting any work or placing any order for any of the services etc. These shop
drawings/layout drawings shall be got approved from Engineer-in-charge before implementation
and this shall be binding on the contractor. The contractor shall submit material submittals along
with material sample for approval of Engineer-in-charge prior to delivery of material at site.

1.2 Any reference made to any Indian Standard Specifications, shall imply 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
including relevant Indian Standard Codes applicable to the work at site.

1.3 All the hidden items such as water supply lines, drainage pipes, conduits, sewers etc. are to be
properly tested before covering.

AE(P) 19 AE(E)(P)
1.4 Samples including brand/ quality of materials and fittings to be used in the work 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.

1.5 Equipment’s like batching plant, concrete pumps excavators/ Transit mixers etc. shall be allowed to
be moved away from the site when, in written opinion of Engineer-in-Charge, the same are no
longer required at site of work.

1.6 The contractor, his authorized representative, workmen etc. shall strictly observe orders pertaining
to fire precautions prevailing in the area.

1.7 Contractor(s) shall study the soil investigation report for the site, available in the office of the
Engineer-in-Charge and satisfy himself about complete characteristics of soil and other parameters
at site. However, no claim on the alleged inadequacy or incorrectness of the soil data supplied by
the department shall be entertained.

1.8 The tenderer 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.

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

1.10 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 work due to negligence on his part. No
hindrances shall be caused to traffic, during the execution of the work.

1.11 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, compound wall, services etc are to be constructed.

1.12 The contractor shall provide at his own cost suitable weighing, surveying and leveling and
measuring arrangements as may be necessary at site for checking. All such equipment’s shall be
got calibrated in advance from laboratory, approved by the Engineer-in-Charge. Nothing extra shall
be payable on this account.

1.13 Contractor shall provide permanent bench marks, flag tops and other reference points for the
proper execution of work and these shall be preserved till the end of work. All such reference
points shall be in relation to the levels and locations, given in the Architectural and plumbing
drawings.

1.14 Water tanks, taps, sanitary, water supply and drainage pipes, fittings and accessories should
conform to approved manufacturers specifications where CPWD Specifications are not applicable.
The contractor should get the materials (fixtures/fittings) tested from approved labs wherever
required at his own cost.

1.15 The work shall be carried out in accordance with the Architectural drawings and Structural
drawings, to be issued from time to time, by the Engineer-in-Charge. Before commencement of
any item of work, the contractor shall correlate all the relevant architectural and structural drawings
issued for the work, nomenclature of items, specifications etc. and satisfy himself that the
information available there from is complete and unambiguous. The figures & the written
dimensions of the drawing shall supercede the measurement by scale. The discrepancy, if any,
shall be brought to the notice of the Engineer-in-Charge for immediate decision before execution of
the work. The contractor alone shall be responsible for any loss or damage occurring by the
commencement of work on the basis of any erroneous and/ or incomplete information and no
claim, whatsoever shall be entertained on this account.

1.16 The contractor should submit the shop drawing of staging and shuttering for approval of Engineer-
in-Charge before actually commencing the execution of work under the item. Nothing extra shall be
payable on this account.
AE(P) 20 AE(E)(P)
1.17 Other agencies may also simultaneously execute and install the works and the contractor shall
afford necessary facilities for the same. The contractor shall leave such recesses, holes, openings,
trenches etc. as may be required for such related works (for which inserts, sleeves, brackets,
conduits, base plates, clamps etc. shall be available as specified elsewhere in the contract) and
the contractor shall fix the same at the time of casting of concrete, stone work and brick work, if
required, and nothing extra shall be payable on this account.

1.18 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.

1.19 The contractor shall procure the required materials in advance so that there is sufficient time for
testing of the materials and approval of the same before use in the work.

1.19.1 Testing charges to be borne by contractor


All expenditure to be incurred for testing of samples e.g. sample, packing, sealing, transportation,
loading, unloading etc. including testing charges shall be borne by the contractor. The tests will be
got conducted at NIT Jalandhar, NIT Kururkshetra, PEC Chandigarh. GNE Ludhiana, NITTTR
Chandigarh and private testing labs approved by ADG (Region Chandigarh).

1.20 Existing drains, pipes, cables, over-head wires, sewer lines, water lines and similar services
encountered in the course of the execution of work shall be protected against the damage by the
contractor at his own expense. 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. In case temporary
supporting of such services is required to facilitate the work, the same shall be done by the
contractor at no extra cost.

In case the existing services are to be shifted permanently, then before dismantling the existing
services, alternate/diversion of service lines has to be laid by the contractor so that there is no
interruption in use of existing services. The contractor has to plan the alternate suitable route for
diversion/shifting of service lines and get the same approved from the Engineer-in-Charge before
starting shifting of services. Nothing extra shall be paid except the payment of dismantling and
laying of new service lines as per conditions of contract.

1.21 The contractor shall be responsible for the watch and ward/ guard of the buildings, safety of all
fittings and fixtures including sanitary and water supply fittings and fixtures provided by him against
pilferage and breakage during the period of installations and thereafter till the building is physically
handed over to the client department. No extra payment shall be made on this account.

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

1.23 For construction works which are likely to generate malba/ rubbish, contractor shall dispose of
malba, rubbish & other unserviceable materials and wastes at his own cost to the notified specified
dumping ground and under no circumstances these shall be stacked/ dumped even temporarily,
outside the construction premises.

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

1.25 For works below ground level the contractor shall keep that area free from water. If dewatering or
bailing out of water is required the contractor shall do it and nothing extra shall be paid except
otherwise provided in the items of schedule of quantities.

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

AE(P) 21 AE(E)(P)
1.27 The Contractor shall keep himself fully informed of all acts and laws of the & State Governments,
all orders, decrees of statutory bodies, tribunals having any jurisdiction or authority, which in any
manner may affect those engaged or employed and anything related to carrying out the work. All
the rules & regulations and bye-laws laid down by Collector/ MC, LAWDA etc. and any other
statutory bodies shall be adhered to, by the contractor, during the execution of work. The
Contractor shall also adhere to all traffic restrictions notified by the local authorities. It is clarified
that the extra sewerage charges (one time charges for commencement of work) required to be
paid to the Municipal Corporation/ other statutory bodies shall be paid by the department and need
not be considered by the contractor. The water charges (for municipal water connection as well as
tanker water) shall be borne by the contractor. Also, if the contractor obtains water connection for
the drinking purposes from the municipal authorities or any other statutory body, the consequent
sewerage charges shall be borne by the contractor. All statutory taxes, levies, charges (including
water and sewerage charges, charges for temporary service connections and/ or any other
charges) payable to such authorities for carrying out the work, shall be borne by the Contractor.
The Contractor shall arrange to give all notices as required by any statutory/ regulatory authority
and shall pay to such authority all the fees that is required to be paid for the execution of work. He
shall protect and indemnify the Department and its officials & employees against any claim and /or
liability arising out of violations of any such laws, ordinances, orders, decrees, by himself or by his
employees or his authorized representatives. Nothing extra shall be payable on these accounts.
The fee payable to statutory authorities for obtaining the various permanent service connections
and Occupancy Certificate for the building shall be borne by the Department.

1.28 Royalty at the prevalent rates shall be paid by the Contractor as per the terms of supply between
them on all materials such as boulders, metals, sand and bajri etc. collected by him for the
execution of the work, directly to the revenue authority of the state government concerned. Nothing
extra shall be payable on this account.

1.29 No foreign exchange shall be made available by the Department for importing (purchase) of
equipment, plants, machinery, materials of any kind or any other items required to be carried out
during execution of the work. No delay and no claim of any kind shall be entertained from the
Contractor, on account of variation in the foreign exchange rate.

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

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

1.32 The Contractor shall make all necessary arrangements for protecting from rains, the work already
executed and for carrying out the further work, during monsoon including providing and fixing
temporary shelters, protections etc. Nothing extra shall be payable on this account. Also, no claims
for hindrance shall be entertained on this account.

1.33 In case of flooding of site on account of rain or any other cause and any consequent damage,
whatsoever, no claim financially or otherwise shall be entertained not withstanding any other
provisions elsewhere in the contract agreement. Also, the Contractor shall make good, at his own
cost, the damages caused, if any.

1.34 The Contractor shall take all necessary precautions to prevent any nuisance or inconvenience to
the owners, tenants or occupants of the adjacent properties and to the public in general .The
Contractor shall take all care, as not to damage any other adjacent property or other services
running adjacent to the plot. If any damage is done, the same shall be made good by the
AE(P) 22 AE(E)(P)
Contractor at his own cost and to the entire satisfaction of the Engineer-in-Charge. The Contractor
shall use such methodology and equipment’s for execution of the work, so as to cause minimum
environmental pollution of any kind during construction, to have minimum construction time and
minimum inconvenience to road users and to the occupants of the buildings on the adjacent plot
and public in general, etc. He shall make good at his own cost and to the entire satisfaction of the
Engineer in Charge any damage to roads, paths, cross drainage works or public or private property
whatsoever caused, due to the execution of the work or by traffic brought thereon, by the
Contractor. Further, the Contractor shall take all precautions to prevent any pollution of streams
and waterways. All waste or superfluous materials shall be carted away by the Contractor, entirely
to the satisfaction of the Engineer-in-Charge. Utmost care shall be taken to keep the noise level to
the barest minimum so that no disturbance as far as possible is caused to the occupants/ users of
adjoining buildings. No claim what so ever on account of site constraints mentioned above or any
other site constraints not specifically stated here, shall be entertained from the Contractor.
Therefore, the Contractors are advised to visit site and get first-hand information of site constraints.
Accordingly, they should quote their tenders. Nothing extra shall be payable on this account.

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

1.36 The Contractor shall display all permissions, licenses, registration certificates, bar charts, other
statements etc under various labour laws and other regulations applicable to the works, at his site
office.

1.37 No tools and plants including any special T&P etc. shall be supplied by the Department and the
Contractor shall have to make his own arrangements at his own cost. No claim of hindrance (or
any other claim) shall be entertained on this account.

The Contractor shall cooperate with and provide the facilities to the associate-Contractors and
other agencies working at site for smooth execution of the work. The Contractor shall

i. Allow use of scaffolding already erected, toilets, sheds etc.


ii. Properly co-ordinate their work with the work of other Contractors.
iii. Provide control lines and benchmarks to his associate-Contractors and the other Contractors.
iv. Provide electricity and water at mutually agreed rates.
v. Provide hoist and crane facilities for lifting material at mutually agreed rates.
vi. Co-ordinate with other Contractors for leaving inserts, making chases, alignment of services etc. at
site.
vii. Adjust work schedule and site activities in consultation with the Engineer-in-Charge and other
Contractors to suit the overall schedule completion.

AE(P) 23 AE(E)(P)
viii. Resolve the disputes with other Contractor amicably and the Engineer-in-Charge shall not be
made intermediary or arbitrator. The contractor shall indemnify the Department against any
claim(s) arising out of such disputes.

1.38 On completion of work, the contractor shall submit at his own cost four prints of “as built” drawings
of the completed works to the Engineer-in-Charge. These drawings shall have the following
information.

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

b) Ground and invert level of all drainage pipes together with locations of all manholes and
connections, upto out fall.

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

In case the contractor fails to supply “as built drawing” aforesaid within 30 days of the date of
completion, then the recovery @ Rs.10, 000/- for each such set of drawings shall be made from the
contractor’s final bill.

2.0 Unless otherwise specified in the schedule of quantities or CPWD specifications, the rates for
respective items shall be all inclusive and apply to the following:

i. All lifts & all heights, floors including terrace, leads and depths.
ii. All labour, material, tools and plants and other inputs involved in the execution of the item.
iii. Any of the conditions and specifications mentioned in the tender documents.
iv. Providing sunk flooring in bath-rooms, kitchen, etc.
v. Any legal or financial implications resulting out of disposal of earth, if any.
vi. Payment of Royalty at the prevailing rates, if any, on the boulders, metal, shingle, sand and bajri
etc. or any other material collected by him for the work direct to revenue authorities.
vii. Performance test of the entire installation(s) before the work is finally accepted.
viii. Any cement slurry added over base surface (or) for continuation of concreting for better bond is
deemed to have been built in the items.
ix. All incidental charges for cartage, storage and safe custody of materials brought to site
x. All local taxes, Entry taxes, and all other taxes of J&K State government and taxes.

3.0 QUALITY ASSURANCE/TESTING OF MATERIALS:


3.1 BATCH MIX CONCRETE
3.1.1 The contractor shall establish a laboratory at site to test the coarse aggregate, fine aggregate,
water, sand, cement etc to be used in Batch Mix Plant Contractor is also required to depute
technical personnel specifically for running of Batch Mix Plant and for quality control of mix
produced.

3.1.2 All incidental expenditure on security, construction of cement go down, access roads, arrangement
of water, electricity etc. to be incurred by the agency for arranging, installing and operation of Batch
Mix Plant shall be deemed to have been included in his quoted rates and no claim whatsoever will
be tenable on this account.

3.1.3 With each Running Bill, the details of test carried out shall be submitted by the contractor as per
Performa.

3.1.4 Samples of all materials required for testing shall be provided free of charge by the contractor. The cost of
tests to be carried out on steel in approved labs shall be borne by the contractor. The cost of other than steel
tests to be carried out in approved labs shall be borne by the contractor. /department in the manner indicated
below:

i. By the contractor, if the results show that the material does not conform to relevant specifications.

ii. By the department, if the results show that the material conforms to relevant specifications.

AE(P) 24 AE(E)(P)
All other expenditure required to be incurred for taking samples; conveyance, packing etc. shall be
borne by the contractor himself.

iii. All the test in field lab setup at construction site shall be carried out by the Engineering Staff
deployed by the contractor which shall be 100% witnessed by JE & 50% of tests shall be
witnessed by AE-in-Charge. At least 10% of the tests are to be witnessed by the EE/ SE division
office.

iv. All the entries in the registers will be made by the designated Engineering staff of the contractor
and same should be regularly reviewed by JE/AE/EE/SE division office.

v. Contractor shall be responsible for safe custody of all the test registers.

vi. Submission of copy of all test registers, materials at site register and hindrance register along with
each alternate Running Account Bill and Final Bill shall be mandatory. These registers should be
duly checked by AE(P) in Division Office & receipts of registers should also be acknowledged by
Accounts Officer by signing the copies and register to confirm receipt in division office.

vii. Extensive testing of the materials used for construction is a pre-requisite for attaining high quality
of the work. This shall also require specialized tests, physical, chemical, ultrasonic, x-ray and
various other types of tests which cannot possibly be carried out in a site laboratory. These tests
also require specialized personnel who regularly deal in such testing. Therefore the need arises for
carrying out the tests in outside laboratories. These laboratories may be in the Govt. sector, Semi
Govt. or Private sector. The outside private laboratories shall be short listed beforehand by EE and
approval obtained from competent authority of CPWD. In case of laboratories in the private sector,
the past record and reputation of the laboratory must invariably be given due consideration. The
infrastructure in these laboratories can also be inspected before they are short listed.

However, testing of material in any Govt., Lab/ Public Undertaking Lab/ IIT or NIT Lab/ Govt.
Engineering College may be allowed by Executive Engineer without prior approval of
Superintending Engineer, JCC, CPWD, Jalandhar or higher officers provided these labs have all
necessary facility to carry out the required tests.

3.1.5 However, if any ultrasonic pulse velocity/ load testing or special testing is to be done for concrete
whose strength is doubtful, the cost of the same shall be borne by the contractor.

3.1.6 In case there is any discrepancy in frequency of testing as given in list of mandatory tests and that
in individual sub-heads of work as per CPWD Specifications higher of the two frequencies of
testing shall be followed and nothing extra shall be payable on this account.

3.2 FIELD LABORATORY

The contractor has to establish field laboratory at site including all necessary equipments and
skilled manpower for the Field Tests at his own cost to have proper quality control.

For performing the above tests, the Field Testing Equipments and Instruments are to be arranged
and maintained by the contractor.

3.2.1 The contractor shall ensure quality construction in a planned and time bound manner. Any sub-
standard material/ work beyond set-out tolerance limit shall be summarily rejected by the Engineer-
in-Charge & contractor shall be bound to replace/ remove such sub-standard/ defective work
immediately.

3.2.2 The list of Laboratory/ Field equipment referred above are to be arranged and maintained by the
contractor at the site of work. In case the equipment required for any test is not available at site,
the department shall get the test conducted from the third party. However in that event, besides
providing free materials of sample, the cost of taking of sample, packing, transportation, testing
charges etc. shall be borne by the contractor irrespective of the results.

AE(P) 25 AE(E)(P)
3.3 SAMPLE OF MATERIALS:

3.3.1 All materials and fittings brought by the contractor to the site for use shall conform to the samples
approved by the Engineer-in-Charge which shall be preserved till the completion of the work. If a
particular brand of material is specified in the item of work in Schedule of Quantity, the same shall
be used after getting the same approved from Engineer-in-Charge. Wherever brand/ quality of
material is not specified in the item of work, the contractor shall submit the samples as per List of
Approved Makes for approval of Engineer-in-Charge. For all other items, ISI Marked materials and
fittings 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 for the approval of Engineer-in-
Charge.

3.3.2 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.

3.3.3 BIS marked materials except otherwise specified shall also be subjected to quality test besides
testing of other materials as per the specifications described for the item/material. Wherever BIS
marked materials are brought to the site of work, the contractor shall, furnish manufacturer’s test
certificate or test certificate from approved testing laboratory to establish that the material procured
by the contractor for incorporation in the work satisfies the provisions of specifications relevant to
the material and/ or the work done.

BIS marked items (except cement & steel for which separate provisions have been made in para
4.0) required on the work shall be got tested, for only important tests, which govern the quality of
the product, as decided by the Engineer-in-Charge. The frequency of such tests (except the
mandatory test) shall be 5% of the frequency as specified in BIS. For mandatory test, frequency
shall be as specified in the CPWD Specifications.

3.3.4 For certain items, if frequency of tests is neither mentioned in the CPWD Specifications & BIS, then
tests shall be carried out as per decision of Engineer-in-Charge.

4.0 CEMENT & STEEL REINFORCEMENT (IF NOT STIPULATED TO BE SUPPLIED BY THE
CONTRACTOR).
4.1 Contractor has to produce manufacturers test certificate and challan for each lot of Cement & Steel
Reinforcement procured at site.
4.2 CEMENT:

4.2.1 The contractor shall procure 43 grade ordinary Portland Cement conforming to IS: 8112/ Portland
Pozzolona Cement conforming to IS: 1489 (Part-1) as required in the work from reputed
manufacturers of cement as mentioned in Preferred Make List or from any other reputed Cement
Manufacturer having a production capacity not less than one million ton per annum as approved by
the ADG-RC or his successor.

4.2.2 Samples of cement arranged by the contractor shall be taken by the Engineer-in-Charge and got
tested in accordance with provisions of relevant BIS Codes. The cement for such testing purpose
shall be supplied by the contractor free of charge. In case test results indicate that the cement
arranged by the contractor does not conform to the relevant BIS Codes, the same shall stand
rejected and shall be removed from the site by the contractor at his own cost within a week’s time
of written order from the Engineer-in-Charge to do so. The cost of tests shall be borne by the
contractor. /department in the manner indicated below:

a. By the contractor, if the results show that the cement does not conform to relevant BIS Codes.

b. By the department, if the results show that the cement conforms to relevant BIS Codes.

AE(P) 26 AE(E)(P)
4.2.3 Cement shall be brought at site in bulk supply of approximately 100 tonnes or as decided by the
Engineer-in-Charge.

4.2.4 OPC & PPC bags shall be stored in separate godowns. Separate godowns for tested cement and
fresh cement (under testing) to be constructed by the contractor at his own cost as per sketches
given in C.P.W.D Specifications having weather-proof roofs and walls. The size of the cement
godown is indicated in the sketches for guidance. The actual size of godown shall be as per site
requirements and nothing extra shall be paid for the same. Each godown shall be provided with a
single door with two locks. The keys of one lock shall remain with Engineer-in-Charge or his
authorized representative of the work and that of other lock with the authorized agent of the
contractor at the site of work so that the cement is issued from godown according to the daily
requirement with the knowledge of both parties. The account of daily receipt and issue of cement
shall be maintained in a register in the prescribed proforma and signed daily by the contractor or
his authorized agent and Engineer-in-Charge or his authorized representative in token of its
correctness. The day to day receipt and issue accounts of different grade/brand of cement shall be
maintained separately in the standard proforma by the contractor or his authorized representative
which shall be duly signed by the authorized representative of the Engineer-in-Charge before issue
to the work on day to day basis.

Four separate cement godowns each having capacity of 50 MT or more as decided by the
Engineer-in-Charge shall be constructed by the contractor at site of work for which no extra
payment shall be made. The contractor shall be responsible for the watch and ward and safety of
the cement go-downs. The contractor shall facilitate the inspection of the cement go-downs by the
Engineer-in-Charge at any time.

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

4.2.6 If the quantity of cement actually used in the work is found to be more than the theoretical quantity
of cement including authorized variation, nothing extra shall be payable to the contractor on this
account. In the event of it being discovered that after the completion of the work, the quantity of
cement used is less than the quantity ascertained as herein before provided (allowing variation on
the minus side as stipulated in Clause-42), the cost of quantity of cement not so used shall be
recovered from the contractor as specified in schedule. Decision of the Engineer-in-Charge in
regard to theoretical quantity of cement which should have been actually used as per the schedule
and recovered at the rate specified, shall be final and binding on the contractor.

For non-scheduled items, the decision of the Superintending Engineer, Jalandhar, CPWD,
Jalandhar regarding theoretical quantity of the cement, which should have been actually used,
shall be final and binding on the contractor.

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

4.2.8 In case the contractor brings surplus quantity of cement the same shall be removed from the site
after completion of work by the contractor at his own cost after approval of the Engineer-in-Charge.

4.2.9 Cement, which is not used within 90 days from its date of manufacture, shall be retested at
approved laboratory. Until the results of such tests are found satisfactory, it shall not be used on
the work.
4.3 Special Conditions for Steel Reinforcement:

4.3.1 The contractor shall procure IS Marked TMT Bars of Fe 500D grade from the following Steel
Manufacturer or their authorized dealers:

i. SAIL
ii. RashtriyaIspat Nigam Ltd.
AE(P) 27 AE(E)(P)
iii. Tata Steel Ltd.
iv. Jindal Steel & Power Ltd.
v. JSW Steel Ltd.

The procured steel should have following qualities:

a. Excellent ductility, bend ability and elongation of finished product due to possible refining
technology.
b. Consumption of steel should be accurate as per design.
c. Steel should have no brittleness problem in finished product.
d. Steel should carry the quality of corrosion & earth quake resistance.
e. Quality steel with achievement of proper level of sulphur & phosphorus as per IS: 1786-2008.

4.3.2 The contractor shall have to obtain and furnish test certificates to the Engineer-in-Charge in
respect of all supplies brought by him to the site of work.

4.3.3 Samples shall also be taken and got tested by the Engineer-in-Charge as per the provisions in this
regard in relevant BIS codes. In case the test results indicate that 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.

4.3.4 The steel reinforcement bars shall be brought to the site in bulk supply of 10 tonnes or more or as
decided by the Engineer-in-Charge.

4.3.5 The steel reinforcement bars shall be stored by the contractor at site of work in such a way as to
prevent their distortion and corrosion and nothing extra shall be paid on these accounts. Bars of
different sizes and lengths shall be stored separately to facilitate easy counting and checking.

4.3.6 For checking nominal mass, tensile strength, bend test, rebend test etc. specimens 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 FOR CONSIGNMENT OVER 100


100 TONNES TONNES
Under 10 mm One sample for each 25 tonnes One sample for each 40 tonnes or part
dia or part thereof. thereof
10 mm to 16 One sample for each 35 tonnes One sample for each 45 tonnes or part
mm dia or part thereof. thereof
Over 16 mm One sample for each 45 tonnes One sample for each 60 tonnes or part
dia or part thereof thereof

4.3.7 The contractor shall supply free of charge the steel required for testing including its transportation
to testing laboratories. The cost of tests shall be borne by the contractor.

4.3.8 The Actual issue and consumption of steel on work shall be regulated and proper account
maintained as provided in Clause-10 of the contract. The theoretical consumption of steel shall be
worked out as per procedure prescribed in Clause-42 of the contract and shall be governed by
conditions laid therein. In case the consumption is less than theoretical consumption including
permissible variation, recovery at the rate so prescribed shall be made. In case of excess
consumption no adjustment need to be made.

4.3.9 Steel brought to site and steel remaining unused shall not be removed from site without the written
permission of the Engineer-in-Charge.

AE(P) 28 AE(E)(P)
4.3.10 The contractor shall submit original vouchers from the manufacturer for the total quantity of steel
supplied under each consignment to be incorporated in the work. All consignment received at the
work site shall be inspected by the Site staff along with the relevant documents before acceptance.
The contractor shall obtain Original Vouchers and Test Certificates and furnish the same to the
Engineer-in-Charge in respect of all the lots of steel brought by him from approved supplier to the
site of work. The original vouchers and test certificates shall be defaced by the Site staff and kept
on record in the site office.

4.3.11 Reinforcement including authorized spacer bars and lap pages shall be measured in length of
different diameters as actually (not more than as specified in the drawings) used in the work
nearest to a centimeter. Wastage and unauthorized overlaps shall not be measured.

4.3.12 The standard sectional weights referred to as in Table 5.4 in para 5.3.4 in CPWD Specifications
will be considered for conversion of length of various sizes of M.S. Bars, Steel Bars and T.M.T.
bars into Standard Weight.

4.3.13 Records of actual Sectional weights shall also be kept dia-wise and 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 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. However for the stipulated issue of steel
reinforcement up to and including 10mm diameter bars, the actual weight of steel issued shall be
modified to take into account the variation between the actual and the standard coefficients and the
contractors’ accounts will be debited by the cost of modified quantity.

4. 3.14 (a) If the Derived Weight as in sub-para (4.3.13) above is less than the Standard Weight as in Sub-
para (4.3.12) above then the Derived Actual Weight shall be taken for payment provided, it is within
the following tolerances specified in IS1786-2008, otherwise whole lot will be rejected.

Tolerances on Nominal Mass

Nominal Size in mm Tolerance on Nominal mass Percent


Batch Individual Individual
sample* sample for coil**

Upto and including 10 +7 -8 +8


Over 10 upto and
Including 16 +5 -6 +6

Over 16 +3 -4 +4

* For individual sample plus tolerance is not specified.


**For coils batch tolerance is not specified.

b) If the Derived Actual Weight is found more than the Standard Weight, the Standard Weight as
per in sub-para (4.3.13) 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.

5.0 SECRECY

5.1 The contractor shall take all steps necessary that all persons employed on any work in connection
with the contract have notice that the Indian Official Secrets Act-1923 applies to them & will
continue so to apply even after the execution of such works under the contract.

5.2 The contract is confidential and must be strictly confined to the contractor’s own use (except so far
as confidential disclosure to sub-contractors or suppliers as necessary) and to the purpose of the
contract.

5.3 All documents, copies thereof & extracts there from furnished to the contractor shall be returned to
the Engineer-in-Charge on the completion of the work/ works or the earlier determination of the
contract.

AE(P) 29 AE(E)(P)
6.0 LABOUR AND SECURITY

6.1 The work is situated at STC PNB Ludhiana. Considering the security condition and COVID-19 it
may not be feasible to provide site for labour huts within the campus. In that case the agency will
have to make arrangement of labour huts outside the campus. Nothing Extra will be paid on this
account.

6.2 Contractor has to follow the security requirement of the campus and obtain necessary entry passes
for the labour and vehicles and follow security checks at entry/ exit gates, restriction on movement
of vehicle, restricted timings of working etc. The Department however shall assist the contractor in
obtaining such passes for movement of vehicles and labour. No claim whatsoever shall be
entertained on account of delay in entry of vehicles and labour including restrictions in working
hours, if there is any.

6.3 The contractor shall employ only Indian Nationals after verifying their antecedents and loyalty. The
contractor shall, on demand submit list of his agents, employees and work people concerned &
shall satisfy as to the bonafides of such people.

6.4 The contractor & his work people shall observe all relevant rules regarding security promulgated in
which work is to be carried out by the Controlling Administrative Authority of the campus/area
(hereinafter referred to as “Administrator”).

6.5 The contractor, his representative, workman shall be allowed to enter through specified gates &
timing as laid down by the controlling authority. They shall be issued an identity card or an
individual pass in accordance with the standing rules & regulations & they should possess the
same while working. The contractor shall be responsible for the conduct & actions of his workmen,
agents/ representatives.

6.6 Normally contractor shall be allowed to carry out work between 7 AM to 6 PM. However, he may
also be allowed to carry out the work beyond 6 PM &upto 7 AM if the site conditions/
circumstances so demand with prior written permission from the “Administrator”. However, if the
work is carried out in more than one shift or at night, no claim on this account shall be entertained.

6.7 Normally contractor’s material/ vehicles etc. shall be allowed to move in/ go-out between 7 AM to 7
PM only & no movement of material/ vehicles out of site of work shall be allowed during night hours
unless specific permission is obtained from the “Administrator”.

6.8 In case if a separate entry has been allowed, the contractor has to make all arrangement for
making a separate entry gate and barricading of the working area to segregate/separate the same
from other areas. All these have to be done by the contractor at his own cost including
safeguarding any untoward incident in the restricted area due to separate entry gate and
barricading arranged by the contractor. No extra amount on this account shall be payable by the
department.

7.0 TRANSPORTATION AND OFFICE INFRASTRUCTURE:

7.1 In order to complete the work within the scheduled time if the contractor shall be required to do the
work in more than one shift and accepted by the department the contractor will provide vehicular
facilities to the CPWD site staff to reach the site and their residence at his own cost for their
services required beyond the normal office hours. In case the contractor fails to provide the
facilities Engineer-in-Charge shall be at liberty to make the arrangement themselves and deduct
the respective cost from the contractor’s bills.

7.2 For Quality Control Measures, Preparation of Bills and Monitoring the Quality, the contractor shall
provide (min. one number) Computer having Intel Core-i 5 3rd generation processor, MS-Windows-
7, A-3 Coloured Inkjet & A-4 Laser-jet Printers, Scanners, UPS etc. with required number of data
entry operators(one or more) in the site office of Engineer-in-Charge.

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

8.0 DOCUMENTATION
The Contractor shall render all help and assistance in documenting the total sequences of this
AE(P) 30 AE(E)(P)
project by way of photography, slides, audio/ video recording & other records etc. Nothing extra
shall be payable to Contractor on this account. However, cost of photographs, slides, audio/ video
graph etc. shall be borne by the Department. The original films shall be the property of the
Department. No copy shall be prepared without the prior approval of the Engineer-in-Charge.

9.0 PROGRAM CHART:

9.1 The Contractor shall prepare an integrated program chart for the execution of work, showing
clearly all activities from the start of work to completion, with details of manpower, equipment and
machinery required for the fulfillment of the program within the stipulated period or earlier and
submit the same for approval of the Engineer-in-Charge within 15 days of the issue of letter of
acceptance for the contract. This program chart should clearly indicate that work will
simultaneously be started on all different locations of Class rooms and hostels. The integrated
program chart so submitted should not have any discrepancy with the milestones attached in the
Contract Agreement.

9.2 The work has to be completed in stages as indicated in the Milestones under Schedule ‘F’ on
P.No.15 and the program should be prepared in such a manner to achieve these Milestones as
indicated therein or earlier.

9.3 The program chart should include the following:

a. Descriptive note explaining sequence of various activities.

b. Network (PERT/ CPM/ BAR CHART) prepared on MS project which will indicate resources in
financial terms, manpower and specialized equipment’s for every important stage.

c. Program for procurement of materials by the contractor.

d. Program of procurement of machinery/ equipment’s having adequate capacity, commensurate with


the quantum of work to be done within the stipulated period, by the contractor.

9.4 If at any time, it appears to the Engineer-in-Charge that the actual progress of work does not
conform to the approved program referred above, the contractor shall produce a revised program
showing the modifications to the approved program by additional inputs to ensure completion of the
work within the stipulated time.

9.5 The submission of revised program or approval by the Engineer-in-Charge of such program or the
furnishing of such particulars shall not relieve the contractor of any of his duties or responsibilities
under the contract. This is without prejudice to the right of Engineer-in-Charge to take action
against the contractor as per terms and conditions of the agreement.

Notwithstanding the fact that the contractor will have to pay to the labourers and other staff
engaged directly or indirectly on the work according to the provisions of the labour regulations and
the agreement entered upon and/or extra amounts for any other reason.

PROGRESS AND MONITORING OF WORK:

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

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

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

iii. Plant and machinery statement, indicating those deployed in the work.

iv. Man-power statement, indicating individually the names of all the staff deployed on the work, along
with their designations.

v. Financial statement, indicating the broad details of all the running account payment received up to
date, such as gross value of work done, advances taken, recoveries effected, amount withheld, net
payments details of cheque payment received etc.
AE(P) 31 AE(E)(P)
10.2 For completing the work in time, the Contractor might be required to work in two or more shifts
(including night shifts). No claim whatsoever shall be entertained on this account, not with-
standing the fact that the Contractor may have to pay extra amounts for any reason, to the laborers
and other staff engaged directly or indirectly on the work according to the provisions of the labour
and other statutory bodies regulations and the agreement entered upon by the Contractor with
them.

10.3 The work should be planned in a systematic manner so that chase cuttings in the walls, ceilings
and floors is 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 electrical boxes should
be fixed in walls simultaneously while raising the brick work. The contractor shall ensure proper co-
ordination of various disciplines viz. building works, sanitary & water supply & electrical
installations etc.

10.4 The contractor shall conduct his work, so as not to interfere with or hinder the progress or
completion of the work being performed by other contractor(s) or by the Engineer-in-Charge and
shall as far as possible arrange his work and shall place and dispose off the materials being used
or removed so as not to interfere with the operations of other contractor or he shall arrange his
work with that of the others in an acceptable and coordinated manner and shall perform it in proper
sequence to the complete satisfaction of Engineer-in-charge.

10.5 The Contractor shall do proper sequencing of the various activities by suitably staggering the
activities within various pockets in the plot and at different plots so as to achieve early completion.
The agency may deploy adequate equipment, machinery and labour as required for the completion
of the entire work within the stipulated period specified. Also ancillary facilities shall be provided
commensurate with requirement to complete the entire work within the stipulated period. Nothing
extra shall be payable on this account. Adequate number/sets of equipment in working condition,
along with adequate stand-by arrangements, shall be deployed during entire construction period. It
shall be ensured by the Contractor that all the equipment, Tools & Plants, machineries etc.
provided by him are maintained in proper working conditions at all times during the progress of the
work and till the completion of the work. Further, all the constructional tools, plants, equipment and
machineries provided by the Contractor, on site of work or his work shop for this work, shall be
exclusively intended for use in the construction of this work and they shall not be shifted/ removed
from site without the permission of the Engineer-in-Charge.

10.6 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.

11.0 ENGAGING SPECIALISED AGENCIES FOR WORKS:

11.1 The Contractor shall engage specialized agencies having adequate technical capability and
experience of having executed at least one work of similar items of 80% or more magnitude or two
works of similar items of value minimum 60% individually for executing the following items of the
work and/or any other items of work where specialized firm is required to be engaged as per
contract conditions. For determining the required magnitude, the value of the work executed may
be suitably enhanced with the prevailing approved cost index.

i. Furniture work.
ii. Anti-Termite treatment work.
iii. Factory made Wooden Shutters of all types except Flush Doors.
iv. Water proofing treatment work of all types.
v. Aluminum Work
vi. Fabrication and erection of structural steel.
vii. Aluminum semi unitized/Curtain wall four way structural glazing/Aluminum composite panel
cladding.
viii. All type false ceilings.
ix. Galvalume/ Aluminum roofing sheet Double skin insulated system
x. Plumbing works.
xi. Fire rated doors.
xii. Sandwich Profile Panel/ PUF Panel.

11.2 The Specialized agency for the work shall be got approved from the Engineer-in-Charge well
before actual commencement of the item of work. The contractor shall submit the list of specialized
agencies except for Internal Electrical Installation, proposed to be engaged by him along with
AE(P) 32 AE(E)(P)
necessary performance certificates, within 30 days from the date of issue of acceptance letter to
substantiate technical capability and experience of the agency for prior approval of the Engineer-in-
Charge.

11.3 For Electrical work as contained in the Electrical component work under Part C, the Electrical
Agency to be engaged as an associate electrical contractor for the Internal E.I/External E.I work
should be enlisted contractor of CPWD in appropriate class as per the value of the work. The firm
will be required to submit the credentials of the associate electrical contractor including their
registration documents, electrical contractor license, sales tax documents apart from submission of
the MOU. However contractor shall submit MOU to Executive Engineer (Elect.) in-charge, signed
with eligible Electrical Contractor/Agency along with consent letter of Electrical Agency at least 7
days before the last date of submission of Performance Guarantee. It will be obligatory on the part
of main contractor to sign the tender documents for all the components.

11.4 If the main contractor fails to associate agency/agencies for execution of minor components of
work within prescribed time or furnishes incomplete details or furnishes details of ineligible
agencies even after the tenderer is given due opportunity, the entire scope of such component of
works shall be withdrawn from the tender and the same shall be got executed by the Engineer-in-
Charge at the risk and cost of the main contractor.

11.5 Same milestones shall be applicable for all components of work.

11.6 For the specialized item of door & window fittings, water supply and sanitary installations; the
contractor shall engage such vendors/installers as approved by the manufacturers. Provisions
mentioned under Sr. No. 11.1 above shall not be applicable for the items mentioned herein above.

12.0 Sample Room & Toilet:


The contractor shall construct one sample room and toilet complete in all respects including all civil
works and electrical fittings/ fixtures, before starting finishing in other areas. The sample of
boundary wall shall be inspected and approved by the Engineer-in-Charge. Slight changes with
regard to the fixtures/ fittings/ details/ dimensions etc. may occur as per the actual requirement or
in order to enhance the functionality of the product or the unit. Thus, the procurement for all the
internal fittings/ fixtures/ fabricated material and other material etc. shall be done by the contractor
only after the approval of one sample of office room and toilet each.

13.0 Defect liability:

13.1 The contractor’s liability during the defect liability period from the final date o/f completion as per
clause 17 shall be limited to rectification of defects including replacement as follows which in the
opinion of Engineer-in-Charge are not manmade.

Sl. Description Defect Liability


No.
(i) Ant termite (a) Termites found if any till guarantee period to be rectified through post
treatment. ATT.
(ii) Concrete Rectification of structural/ superficial/ non-structural cracks.
Rectification of dampness/ seepage in roof slab/ junctions & sunken
portion.
Rectification of cracks in beam, shade, column.
(iii) Brick work/ Concrete Rectification of cracks in panel wall/ portion.
Block Masonry Cracks/ settlement of dwarf walls.
Rectification of efflorescence/ leaching.
(iv) Joinery Replacement of warped joinery.
Cracks in panels, rails/ styles etc.
(v) Builders Hardware Repairs/ Replacement of loosened / pre-mature failure of fittings.
Tightening/ Replacement of sag in mosquito proofing.
(vi) Steel & Iron work Rectification/ Replacement of defective part of rolling shutter.
Redoing of defective portion in fabrication/ welding including painting.
Steel windows, grills, gates etc. – defects to be rectified.
(vii) Roof treatment Rectification of leakage/ seepage of roof slab including covering at
junction till guarantee period.

AE(P) 33 AE(E)(P)
(viii) Plastering Rectification of structural/ superficial cracks if any.
Rectification of protruding / peeling off plaster if any.
Rectification of efflorescence
(ix) Flooring Rectification of sinking portion of plinth protection including saucer drain.
Settlement of foundation & floors, hollow sounding, cracks in tiles/stones.
(x) Plumbing / Sanitary Making good of leakage through soil / waste pipe joints.
fittings Replacement of looking mirror if found wavy.
Rectification of leakage of overhead tanks.
Leakage/ seepage of sunken floor, blockage of taps/ pipes, non -
functioning of cistern.
(xi) Finishes Making good of defective/ dissimilar patches of painting to match with
remaining surfaces, peeling of paint.
(xii) Internal Water Repairs/ Replacement of defective taps/ fittings.
Supply Repair to leakage of GI water pipe lines including joints.
Removal of blockage of GI pipe lines.
(xiii) Roads Repair of sinked portion of road & potholes, if any
(xiv) Sewage Rectification of slope/ system if found defective during use.
Rectification of major blockage in Sewer lines.
Cracks & settlement of sewage lines.
(xv) Drains Repair to Drains.
Settlement of Drains
(xvi) External Water Repairs to installations & fittings.

AE(P) 34 AE(E)(P)
Sl. Description Defect Liability
No.
Supply
(xvii) General All manufacturing defects of structures/ fixtures/ fittings/ equipments othe r
than listed above including any defects of shrinkage or other faults that
appear in the work within twelve months after a certificate of its completion
is given by the Engineer-in-Charge shall be rectified by the contractor.

This list is not exhaustive but it is only indicative.

SAFETY MEASURES
14.1 Contractor shall take all precautionary measures to avoid any damage to adjoining property. All
necessary arrangement shall be made at his own cost.

14.2 Warning/ Caution Boards


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

14.3 Sign Boards


The Contractor shall provide and erect a display board of size and shape as required and paint
over it, in a legible and workman like manner, the details about the salient features of the project,
as required by the Engineer-in-Charge. The Contractor shall fabricate and put up a sign board in
an approved location and to an approved design indicating name of the project, client/ owner,
architects, structural consultants, Department etc. besides providing space for names of other
Contractors, Associate contractors and specialized agencies. Nothing extra shall be payable on
this account.

14.3.1 Necessary protective and safety equipment’s shall be provided to the Site Engineer, Supervisory
staff, labour and technical staff of the contractor by the Contractor at his own cost and used at site.

14.3.2 No inflammable materials including P.O.L shall be allowed to be stored in huge quantity at site.
Only limited quantity of P.O.L may be allowed to be stored at site subject to the compliance of all
rules / instructions issued by the relevant authorities and as per the direction of Engineer -in-
Charge in this regard. Also all precautions and safety measures shall be taken by the Contractor
for safe handling of the P.O.L products stored at site. All consequences on account of unsafe
handling of P.O.L shall be borne by the Contractor.

15.0 Special condition for Hardware and sanitary wares:


15.1 Engineer-in-Charge will take a decision regarding model numbers of equivalent Door/ window
hardwares/ sanitary wares at the time of execution, in case the material, from the manufacturer
whose model number is mentioned, is not available. However, in case, the equivalent model so
approved, is cheaper than the model already mentioned in item/approved makes list, the price
adjustment will be made based on the difference in market rate. In case, the rate of subsequently
approved model is more, no extra payment will be made on this account.”
16. Design and Execution of Sewarage, Drainage, Water supply services,

35
development works, road works and other minor misc. works.

16.1 Planning and Designing of all the above services is in the scope of agency. The agency is
required to appoint a consultant to develop /submit drawings of above work including
schematic drawings of water supply and sanitary installation showing details of layout,
including internal water supply and drainage details, showing the detail of water supply lines
including fittings diameter wise and fixtures connecting to soil waste through traps and
connection of W.C. to main shaft pipe for drainage including its ventilation system for
approval of Engineer-in-Charge.

16.2 Planning, designing and execution of all services like water supply, sewerage, drainage
system, roads, paths and all connected sub-structures and superstructures within the plot
area as per directions of Engineer-in-Charge is within contractor scope at no extra cost. The
cost of deficiency charges and rectifications of any defect at the end of the job is also to be
borne by the agency. The agency is required to appoint a consultant to develop external
services and internal plumbing drawings and the consultant should be approved by
Engineer-in-Charge. The same is to be included in the quotes by the contractor and nothing
extra is to be payable on this account. For the work of water supply and sanitary
installations, the contractor shall engage the approved licensed plumbers and submit the
name of proposed plumbing agencies with their credentials for approval of the Engineer-in-
Charge.

ADDITIONAL CONDITIONS OF CONTRACT SPECIFIC TO GREEN BUILDING PRACTICES

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

1.1 SITE

1.1.1 The contractor shall ensure that adequate measures are taken for the prevention of erosion of the
topsoil during the construction phase.

1.1.2 The Contractor should follow the construction plan as proposed by the Architect /Engineer in
Charge to minimize the site disturbance such as soil pollution due to spilling

1.1.3 No excavated earth shall be removed from the campus unless suggested otherwise by Engineer in
Charge. All subsoil shall be reused in backfilling/landscape, etc. as per the instructions of the
Engineer in Charge. The surplus excavated earth shall be disposed of by the contractor at his own
cost for reuse. Royalty on the soil is to be deposited with the State Govt. Deptt.

1.1.4 The contractor shall not change the natural gradient of the ground unless specifically instructed by
the Engineer in Charge. This shall cover all natural features like water bodies, drainage gullies,
slopes, mounds, depressions, etc. Existing drainage patterns through or into any preservation area
shall not be modified unless specifically directed by the Engineer-in-charge.

1.1.5 The contractor shall not carry out any work which results in the blockage of natural drainage.

1.1.6 The contractor shall ensure that existing grades of soil shall be maintained around existing
vegetation and lowering or raising the levels around the vegetation is not allowed unless
specifically directed by the Engineer-in-charge.

1.1.8 Overloading of trucks is unlawful and creates the erosion and sedimentation problems, especially
when loose materials like stone dust, excavated earth, sand etc. are moved. Proper covering must
take place. No overloading shall be permitted.

1.2 CONSTRUCTION PHASE AND WORKER FACILITIES


1.2.1 The contractor shall specify and limit construction activity in pre- planned/designated areas and
shall start construction work after securing the approval for the same from the Engineer in Charge.

AE(P) 36 AE(E)(P)
This shall include areas of construction, storage of materials, and material and personnel
movement.

1.2.2 Preserve and Protect Landscape during Construction


a. The contractor shall ensure that construction activities should be restricted to the areas outside of
the canopy of the tree, or, from a safe distance from the tree/plant by means of barricading. Trees
will not be used for support; their trunks shall not be damaged by cutting and carving or by nailing
posters, advertisements or other material. Lighting of fires or carrying out heat or gas emitting
construction activity within the ground, covered by canopy of the tree is not to be permitted.
b. The contractor shall take steps to protect trees or saplings identified for preservation within the
construction site using tree guards of approved specification.
c. Contractor should limit all construction activity within the specified area as per the Construction
Management Plan (CMP) approved by Engineer in Charge.
d. The contractor shall ensure that maintenance activities during construction period shall be
performed as needed to ensure that the vegetation remains healthy.

1.2.3 The contractor shall provide potable water for all workers.
1.2.4 The contractor shall provide the minimum level of sanitation and safety facilities for the workers at
site. The contractor shall ensure cleanliness of workplace with regard to the disposal of waste and
effluent; provide clean drinking water and latrines and urinals as per applicable standard. Adequate
toilet facilities shall be provided for the workman within easy access of their place of work. Toilet
facilities shall be provided from the start of building operations, connection to a sewer shall be
made as soon as practicable. Every toilet shall be so constructed that the occupant is sheltered
from view and protected from the weather and falling objects. Toilet facilities shall be maintained in
a sanitary condition. A sufficient quantity of disinfectant shall be provided. Natural or artificial
illumination shall be provided.

1.2.5 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 that the speed of vehicles within the site is limited to 10 km/hr.

 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.

1.2.6 The contractor shall ensure that no construction leachate (e.g. cement slurry etc.), is allowed to
percolate into the ground.

1.2.7 Staging (dividing a construction area into two or more areas to minimize the area of soil that will be
exposed at any given time) should be done to separate undisturbed land from land disturbed by
construction activity and material storage.

1.2.8 The contractor shall comply with the safety procedures, norms and guidelines (as applicable).

1.2.9 The contractor shall ensure the following activities for construction workers safety, among other
measures:
 Guarding all parts of dangerous machinery.
 Precautionary signs for working on machinery
 Maintaining hoists and lifts, lifting machines, chains, ropes, and other lifting tackles in good
condition.
 Durable and reusable formwork systems to replace timber formwork and ensure that formwork
where used is properly maintained.

1.2.10 The storage of material shall be as per standard good practices to the satisfaction of the Engineer
in Charge. Watch and ward of the Contractor’s materials shall be his own responsibility.

1.2.11 The contractor shall provide for adequate number of garbage bins around the construction site and
the workers facilities and will be responsible for the proper utilization of these bins for any solid
waste generated during the construction

AE(P) 37 AE(E)(P)
1.2.12 Where possible, the contractor shall select materials/ vendors, harvested and manufactured
regionally, within a 800-km radius of the project site.

1.2.13 The contractor shall ensure that a flush out of all internal spaces is conducted prior to handover.
This shall comprise an opening of all doors and windows for 14 days to vent out any toxic fumes
due to paints, varnishes, polishes, etc.

1.2.14 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 are low.
1.2.15 Water Use during Construction
Contractor should spray curing water on concrete structure and shall not allow free flow of water.
Concrete structures should be kept covered with thick cloth/gunny bags and water should be
sprayed on them. Contractor shall do water poundings on all sunken slabs using cement and sand
mortar.
1.2.16 The contractor shall provide O & M Manuals wherever applicable.

1.2.17 MATERIALS & FIXTURES FOR THE PROJECT


i. Contractor will produce wherever feasible certificate regarding distance of the source of the
relevant material.
ii. 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.
iii. The contractor shall ensure that all composite wood products/agro-fiber products used for
cabinetwork, etc do not contain any added urea formaldehyde resin.

1.2.18 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.

1.2.19 EQUIPMENT
a. To ensure energy efficiency during and post construction all pumps, motors and engines used
during construction or installed, shall be subject to approval and as per the specifications of the
Engineer in Charge.

b. Generally the lighting installed by the contractor around the site and at the labour quarters during
construction shall be CFL bulbs of the appropriate illumination levels.

1.2.20 Program Chart:


a. The Contractor shall prepare an integrated program chart and action thereof as per GCC 2020
Construction Works- Clause 5.1 of Contract.
b. The integrated program chart including civil as well as E & M activities for the execution of work,
showing clearly all activities from the start of work to completion, with details of manpower,
equipment and machinery required for the fulfillment of the program within the stipulated period
and submit the same for approval of the Engineer-in-Charge within fifteen days of the award of the
work. These shall be submitted by the contractor through electronic media besides forwarding hard
copies of the same. The integrated program chart so submitted should not have any discrepancy
with the physical milestones attached in the contract agreement.
c. The program chart should include the following:-
i) Descriptive note explaining sequence of various activities.

AE(P) 38 AE(E)(P)
ii) Network (PERT/CPM/BAR CHART) prepared on MS project which will indicate resources in
financial terms, manpower and specialized equipment for every important stage.
iii) Program for procurement of materials by the contractor.
iv) Program for arranging and deployment of manpowerbothskilledand unskilled so as to achieve
targeted progress.
v) Program of procurement of machinery / equipment having adequate capacity, commensurate
with the quantum of work to be done within the stipulated period, by the contractor.
vi) Program for achieving monthly milestones and periodic milestones.
d. If at any time, it appears to the Engineer-in-Charge that the actual progress of work does not
conform to the approved program referred above, the contractor shall produce a revised program
showing the modifications to the approved program by additional inputs to ensure completion of
the work within the stipulated time.
e. The submission for approval by the Engineer-in-Charge of such program or the furnishing of such
particulars shall not relieve the contractor of any of his duties or responsibilities under the contract.
This is without prejudice to the right of Engineer-in-Charge to take action against the contractor as
per terms and conditions of the agreement.
f. The contractor shall also be required to submit 2 sets of monthly progress report of the work in a
computerized form, every month.
g. The monthly progress report shall contain the following:
i) Construction schedule of the various components of the work through a bar chart for the next
month (or as may be specified), showing targeted tasks (including material and labour
requirement) and up to date progress.
ii) Progress chart of the various components of the work that were planned and achieved, for the
month as well as cumulative up to the month under reckoning, with reason for deviations, if any in
a tabular format
iii) Plant and machinery statement, indicating those deployed in the work.
iv) Man-power statement indicating:
v) Individually the names of all the staff deployed on the work, along with their designations.
vi) No. of skilled workers (trade wise) and total no. of unskilled workers deployed on the work
and their location of deployment i.e. blocks.
vii) Financial statement, indicating the broad details of all the running account payment received up to
date, such as gross value of work done, advances taken, recoveries effected, amount withheld, net
payments details of cheque payment received, extra/substituted/deviation items if any,etc.
viii) Few photos of the months activities.

AE(P) 39 AE(E)(P)
PARTICULAR SPECIFICATIONS

1.0 EARTH WORK:

1.1 Earth work shall be executed as per CPWD specifications. The surplus earth if any shall be
disposed of within the campus as per the directions of Engineer-in-Charge.

1.2 Anti-Termite Treatment constructional measures as specified in para 2.28.3 of CPWD


Specifications (Vol-1) 2019 shall be adopted at the site as per final recommendations incorporating
the constructional details given in above para and shown in Fig 2.4 of CPWD Specifications
mentioned above.

2.0 R.C.C. WORK:

2.1 Design Mix Concrete (applicable if mentioned in agreement item).

2.1.1 The RCC work shall be done with Design Mix Concrete. Wherever letter M has been indicated, the
same shall imply for the Design Mix Concrete. The Design Mix Concrete will be designated based
on the principles given in IS: 456, 10262 & SP 23. The Conditions & Specifications stated herein
shall have precedence over all conditions & specifications stated in relevant I.S. Codes/ CPWD
Specifications. The concrete mix shall be designed for the specified target mean compressive
strength in order to ensure that work test result do not fall below the acceptance criteria specified
for the concrete mix. The Contractor shall design mixes for each class of concrete indicating that
the concrete ingredients and proportions will result in concrete mix meeting the requirements
specified.

a. The contractor has to submit design mix without use of admixtures. The grade of concrete for
water retaining structure shall be minimum M-30.

b. Admixture may be added in case of specific technical requirement so as to meet the workability/
slump requirement or for any other reason but nothing extra is to be paid to contractor on account
of adding admixtures.

2.1.2 The sources of coarse aggregate, fine aggregate, water, admixture & cement to be used in
concrete work shall be identified by the contractor & he will satisfy himself regarding their
conforming to the relevant specifications & their availability before getting the same approved from
the Engineer-In-Charge.

a. Coarse Aggregate: As per CPWD Specifications

b. Fine Aggregate: As per CPWD Specifications

c. Water: It shall conform to requirements laid down in IS:456-2000/ Para 3.1.1 of CPWD
Specifications (Vol I 2019)

d. Cement: Portland Pozzolona Cement (Fly Ash based) conforming to IS: 1489/ OPC of grade 43
shall confirm to IS: 8112, required in the work from reputed manufacturers of cement as per the
approved make in 50 kg. bags bearing manufacturer’s name and ISI marking, along with
manufacturers test certificate for each lot. Portland Pozzolona Cement is to be used for RCC works
only subject to fulfillment of conditions of circular number CDO/ SE (RR)/ fly ash (MAN) 02 dated
09.04.09 shall be used for design mix concrete and shall conform to IS-1489 (Part I). However, if
the contractor uses higher grade of cement nothing extra shall be paid.

e. Admixture/ Plasticizer: The admixture shall conform to IS: 9103. Whenever required, the
admixture of approved quality & approved make only shall be used to attain the required
workability. Nothing extra on account of use of Admixture/ Plasticizer shall be payable.

AE(P) 40 AE(E)(P)
2.1.3 Water Cement Ratio and Slump:

2.1.3.1 In proportioning a particular mix, the manufacturer/producer/contractor shall give due consideration
to the moisture content in the aggregates, and the mix shall be so designed as to restrict the
maximum free water cement ratio to less the 0.5.

2.1.3.2 Due consideration shall be given to the workability of the concrete thus produced. Slump shall be
controlled on the basis of placement in different situations. For normal methods of placing
concrete, maximum slump shall be restricted to 100mm when measured in accordance with
IS:1199.

2.1.4 Characteristic Compressive Strength compliance Requirement

Specified Mean of the Group of 4 Non-overlapping Individual Test Results in


Grade consecutive test results in N/mm2 N/mm2
(1) (2) (3)
M20 ≥ Fck + 0.825 x established standard Fck – 4 N/mm2
Or deviation (rounded off to nearest 0.5 N/mm2)
Above Or
Fck + 4 N/mm2, whichever is greater where
fck is characteristic compressive strength of
CC cube at 28 days.
Note: (i) In the absence of established value of standard deviation, the values given in Table as
mentioned below may be assumed, and attempt should be made to obtain results of 30 samples as
early as possible to establish the value of standard deviation.
(ii) The acceptance criteria for compressive strength as mentioned in IS:456-2000 as amended upto
date shall prevail over the above criteria in case of any difference.

2.1.5 The Contractor shall engage one of the following approved laboratories/ test house for designing
the concrete mix in accordance with relevant IS Code and to conduct laboratory tests to ensure the
target strength & workability criteria for a given grade of concrete:

i. IIT New Delhi


ii. NIT Jalandhar
iii. CBRI Roorkee.
iv. National Institute of Technical Teachers Training and Research, Sector 26, Chandigarh.
v. PEC, Chandigarh.
vi. Chandigarh Engineering College, Sector 26, Chandigarh.

The various ingredients for mix design/ laboratory tests shall be sent to the lab / test houses
through the Engineer-in-charge and the samples of such aggregates sent shall be preserved at site
by the department. In the event if all the above laboratories are unable to carry out the requisite
design/ testing, the contractor may have it done from any other laboratory with prior approval of the
Superintending Engineer, Jalandhar, CPWD, Jalandhar.

2.1.6 The contractor shall submit the report on design mix from any of above approved laboratories for
approval of Engineer in Charge within 30 days from the date of issue of letter of acceptance of the
tender. No concreting shall be done until the design mix is approved. In case of White Portland
Cement and the likely use of admixtures in concrete with Portland Pozzolona/ White Portland
Cement, the contractor shall design and test the concrete mix by using trial mixes with white
cement and / or admixtures also, for which nothing extra shall be payable.

2.1.7 In case of change of source or characteristic properties of the ingredients used in the concrete mix
during the work, the contractor as per the directions of the Engineer-in-charge shall submit a
revised laboratory mix design report conducted at laboratory established at site.

2.1.8 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 whenever
required & as directed by Engineer-In-Charge.

AE(P) 41 AE(E)(P)
2.1.9 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 assumed standard deviation for different grades of concrete shall be as follows:

GRADE OF CONCRETE STANDARD DEVIATION

M-20 4.0
M-25 4.0
M-30 5.0
M-35 5.0

However, actual standard deviation based on test strength of samples for each grade of concrete
shall be calculated separately as per procedure laid down in clause 9.2.4 of Code of Practice IS
456:2000.

2.1.10 TRIAL BATCHES

i. The designed mix proportions shall be checked for target mean compressive strength by means of
trial batches.

ii. Minimum three sets of separate preliminary tests shall be carried out for each trial batch of
concrete mix. Each test shall comprise of six specimens and only one test-set of six specimens
shall be made on any particular day.

iii. The quantities of materials for each trial mix shall be sufficient for at least six specimens (cubes)
and the concrete required for carrying out workability tests.

iv. The workability of trial mix No.1 shall be measured and mix shall be carefully observed for freedom
from segregation, bleeding and its finishing characteristics. The water content, if required, shall be
adjusted corresponding to the required changes in the workability.

v. With the modified Water Content, the mix proportions shall be recalculated by keeping with water
cement ratio unchanged. The mix proportion, as modified, shall form the Trial Mix No.2 and tested
for the specified strength and workability.

vi. In addition, trial mix No.3 and 4 shall be designed by keeping water contents same as that
determined for trial mix 2 but varying the water cement ratio by +10 percent of the specified value
and tested for their design characteristics.

vii. Out of the six specimen of each set, three shall be tested at seven days and remaining three at 28
days. The preliminary tests at seven days are intended only to indicate the strength to be attained
at 28 days, while the design mix shall be approved only on the basis of test strength at 28 days.

2.1.11 APPROVAL OF DESIGN MIX

The design mix shall be considered satisfactory and approved if at least three preliminary test-sets
individually satisfy the following strength and workability criteria:

a. The average strength of each test-set 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 of required degree of workability and acceptable concrete finish.

AE(P) 42 AE(E)(P)
2.2 BATCHING &MIXING:

a. All design mix concrete shall be done using fully automatic computerized batching plant
conforming to IS: 4925 of minimum 7.5 cum per hour capacity. The automatic batching plant shall
be charged by devices when actuated by a single starter switch, will automatically start the
weighing operation of each material (i.e. stone aggregate, sand, cement, water, admixture etc.)
and stop automatically when designated weight of each material has been reached and also it
should have rated capacity ( in terms of concrete in a single batch). It shall have control panel for
operation of the batching plant complete with printing facility.

b. The contractor shall be free to use Ready Mix Concrete (RMC) in place of Batch mix concrete at
his own cost. The contractor shall ensure that transit mixtures shall transport the concrete to site.
All the precautions shall be taken during the transportation and handling of concrete to achieve the
desired strength, durability, etc. as envisaged in the Mix Design. Contractor has to get the approval
from Engineer-In-Charge regarding source of RMC by giving the details of such plants indicating
name of owner/ company, its location, technical establishment, past experience and text of
Memorandum of Understanding (proposed to be entered between purchaser and supplier). The
Engineer-in-Charge, after satisfying himself about quality/ capability of the company shall give
approval in writing (subject to drawing of MOU). The MOU shall be drawn with RMC plant owner/
company and submitted to Engineer-in-Charge within a week of such approval. The contractor will
not be allowed to purchase RMC without completion of above formalities for use in the project.
Notwithstanding the approval granted by Engineer-in-Charge in aforesaid manner, the contractor
shall be fully responsible for quality of concrete including input control, production, transportation
and placement etc. The Engineer-in-Charge will reserve the right to deploy his supervisor at plant
site to inspect at any such stage and reject the material/ concrete etc if he is not satisfied about
quality of material/ product.

c. All measuring equipment shall be maintained in a clean and serviceable condition and their
accuracy shall be checked at least once a month.

d. Only single sized good quality stone aggregate shall be brought to site of work from the approved
source. The grading of the stone aggregate shall be controlled by blending the aggregate of
different sizes in the required proportions at site of work.The aggregate of different sizes shall be
stock-piled separately, preferably a day before use. The grading of coarse and fine aggregates
shall be checked as frequently as possible and as directed by the Engineer-In-Charge to ensure
that the specified grading and quality of aggregate is maintained.

e. It is important to maintain the Water Cement Ratio constant at its specified or approved value by
making adjustment for the moisture contents of both fine and coarse aggregates.

The moisture contents in the aggregate shall be determined as frequently as possible in keeping
with the weather conditions and as per the provisions of IS: 2386 (Part-III).

2.3 OTHER OPERATIONS:

All other operations in concreting work like mixing, slump, laying, placing of concrete, compaction,
curing etc. not mentioned in this particular specifications for Ready Mix Concrete/Batch mix
concrete shall be as per CPWD Specifications.

2.4 SAMPLING AND STRENGTH OF DESIGNED CONCRETE MIX

2.4.1 General
Samples from fresh concrete shall be taken as per IS 1199 and cubes shall be made, cured and
tested at 28 days in accordance with IS 516. 15.1.1 In order to get a relatively quicker idea of the
quality of concrete, optional tests on beams for modulus of rupture at 72 + 2 h or at 7 days, or
compressive strength tests at 7 days may be carried out in addition to 28 days compressive
strength test. For this purpose the values should be arrived at based on actual testing. In all cases,
the 28 days compressive strength specified in Table 2 of code of practice, IS:456 2000 shall alone
be the criterion for acceptance or rejection of the concrete.

AE(P) 43 AE(E)(P)
2.4.2 Frequency of Sampling

2.4.3 Sampling Procedure


A random sampling procedure shall be adopted to ensure that each concrete batch shall have a
reasonable chance of being tested that is the sampling should be spread over the entire period of
concreting and cover all mixing units.

2.4.4 Frequency
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, m3
I-5 1
6 - 15 2
16 - 30 3
31- 50 4
51 and above 4 plus one additional sample for
–each additional 50 m3 or part thereof
NOTE- At least one sample shall be taken from each Shift. Where concrete is produced at continuous
production unit, such as batch-mixed concrete plant, frequency of’ sampling may be decided by Engineer-
in-charge in such a manner so as to ensure that each concrete batch shall have a reasonable chance of
being tested.

2.4.5 Test Specimen

Three test specimens shall be made for each sample for testing at 28 days. Additional samples
may be required for various purposes such as to determine the strength of concrete at 7 days or at
the time of striking the formwork, or to determine the duration of curing, or to check the testing
error. Additional samples may also be required for testing samples cured by accelerated methods
as described in IS 9103. The specimen shall be tested as described in IS 516.

2.4.6 Test Results of Sample


The test results of the sample shall be the average of the strength of three specimens. The
individual variation should not be more than ± 15 percent of the average. If more, the test results of
the sample are invalid.

2.4.7 ACCEPTANCE CRITERIA

2.4.8 Compressive Strength


The concrete shall be deemed to comply with the strength requirements when both the following
condition are met:

a. The mean strength determined from any group of four consecutive test results compiles with the
appropriate limits in col 2 of Table given under para 2.1.4 above.

b. Any individual test result complies with the appropriate limits in col 3 of Table given under para
2.1.4 above.

2.4.9 Quantity of Concrete Represented by Strength Test Results


The quantity of concrete represented by a group of four consecutive test-results shall include the
batches from which the first and last samples were taken together with all intervening batches.
Where the mean rate of sampling is not specified the maximum quantity of concrete that four
consecutive test results represent shall be limited to 60 m3.

AE(P) 44 AE(E)(P)
2.4.10 Concrete of each grade shall be assessed separately.

2.4.11 Concrete is liable to be rejected if it is porous or honey-combed, 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. However, the hardened
concrete may be accepted after carrying out suitable remedial measures to the satisfaction of the
Engineer-in-Charge.

2.5 MEASUREMENT: As per CPWD Specifications.

2.6 TOLERANCES: As per CPWD Specifications.

2.7 RATES:

i. The rate includes the cost of materials, labour and T&P, including mixing, placing, transportation
involved in all the operations described above except for the cost of centring, shuttering &
reinforcement which will be paid for separately.

ii. In case of rejection of concrete on account of unacceptable compressive strength, governed by


para “Standard of Acceptance” as above, the work for which samples have failed shall be redone
at the cost of contractor. However, the Engineer-in-charge may order for additional tests (like
cutting cores, ultrasonic pulse velocity test, load test on structure or part of structure, etc) to be
carried out at the cost of contractor to ascertain if the portion of structure wherein concrete
represented by the sample has been used, can be retained on the basis of results of individual or
combination of these tests. The Contractor shall take remedial measures necessary to retain the
structure as approved by the Engineer-in-charge without any extra cost. However, for payment, the
basis of rate payable to contractor shall be governed by the 28 days cube test results and reduced
rates shall be regulated in accordance with CPWD Specifications.

2.8 RCC WORK (ORDINARY)

2.8.1 The work shall be done in accordance with CPWD Specifications.

2.8.2 Water Cement ratio for Ordinary RCC work shall not be more than 0.5. Contractor shall use
concrete mixture of proper design having arrangement for measuring water for mixing of concrete.

2.9 FORM WORK

2.9.1 The work shall be done in general as per CPWD Specifications.

2.9.2 Only M.S. centring/ shuttering and scaffolding material unless & otherwise specified shall be used
for all R.C.C. work to give an even finish of concrete surface. However, marine-ply shuttering in
exceptional cases as per site requirement may be used on specific request from contractor to be
approved by the Engineer-in-Charge.

2.9.3 Nothing extra shall be paid for the centering and shuttering, circular in shape whenever the
formwork is having a mean radius exceeding 6m in plan.

2.9.4 Nothing extra shall be paid for grid beams and the corresponding slabs having clear span more
than 1.20 metres.

2.9.5 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 R.C.C. shall be accordingly adjusted at
the time of its centring, shuttering and casting for which nothing extra shall be paid to the
Contractor except the places where different type of flooring is provided in the same room.

As per general engineering practice, level of floors in toilet/ bath, balconies, shall be kept 12 to
20mm or as required, lower than general floors shuttering should be adjusted accordingly. Nothing
extra is payable on this account.

AE(P) 45 AE(E)(P)
2.9.6 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 are
required to complete the shuttering panels.

Dented, broken, cracked, twisted or rusted shuttering plates shall not be allowed to be used on the
work.

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 de-bonding compound shall be
applied on the surface of the shuttering plates in the requisite quantity before assembly of steel
reinforcement.

2.10 REINFORCEMENT:

2.10.1 The reinforcement shall be done as per CPWD Specifications.

2.10.2 The rate of 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 Specifications.

2.10.3 The contractor shall provide approved type of support for maintaining the bars in position and
ensuring required spacing and correct cover of concrete to reinforcement as called for in the
drawings, spacer blocks of required shape and size. Chairs and spacer bars shall be used in order
to ensure accurate positioning of reinforcement. Spacer blocks shall be cast well in advance
with approved proprietary pre-packed free flowing mortars (Conbextra as manufactured by
M/S Fosroc Chemicals India Ltd. or approved equivalent) of high early strength and same
colour as surrounding concrete. However, Cover Guard Bars shall also be used to maintain proper
cover of RCC Columns in addition to spacer blocks as mentioned above. The rate of RCC items is
inclusive of cost of such cover blocks & Cover Guard Bars.

2.11 PRE-CAST RCC WORK

2.11.1 The work shall be done in accordance with CPWD Specifications.

2.11.2 Pre-cast reinforced concrete units shall be of grade or mix as specified. Provision shall be made in
the mould to accommodate fixing devices such as hooks etc. and forming of notches and holes.
Each unit shall be cast in one operation. A sample of the unit shall be got approved from Engineer-
in-charge before taking up the work.

2.11.3 Pre-cast units shall be clearly marked to indicate the top of member and its location.

2.11.4 Pre-cast units shall be stored, transported and placed in position in such a manner that these are
not damaged.

2.11.5 The compaction of the concrete shall be done by vibrating, table or external vibrator, as approved
by Engineer-in-charge. The rate quoted for the item shall include the element for framework and
mechanical vibration.

2.11.6 Rate for item includes cost of all materials. labour, and all operations involved. Cost of M.S.
frames, lugs including their welding, lifting hooks is also included.

2.11.7 In the item of providing and fixing precast reinforced cement concrete in shelves the cost
of cutting chases and making good the same shall be inclusive in the item and nothing extra shall
be paid on this account.

3.0 BRICK WORK:

AE(P) 46 AE(E)(P)
3.1 The brickwork above plinth level shall be carried out with good quality well burnt FPS bricks of
class designation 7.5 and AAC Blocks as per CPWD Specifications. Exposed brick work for ground
level to grade beam level shall be executed with selected FPS bricks of class designation 7.5.

3.2 The rate shall also include for leaving chases/ notches for dowels/ cramps for all kinds of cladding
to come over brick work.

3.3 Brick work provided around shaft or lift walls or around slab cutouts shall be measured in the brick
for corresponding floor level. Nothing extra shall be paid on this account.
3.4 M.S. Strip/ Bar provided at every third course of half brick masonry shall be in single piece. If
required, welding joint can be used without overlaps. Nothing extra shall be paid for welding and
overlaps.

4.0 PRECAST CEMENT CONCRETE BLOCKS:


Machine moulded precast cement concrete blocks of mix 1:3:6 (1 cement: 3 coarse sand: 6 graded
stone aggregate of nominal size 20mm) shall conform to CPWD Specification volume-I 2019 with
upto date correction slips as applicable to cement concrete work (chapter-IV). These precast
cement concrete solid blocks shall be manufactured & tested as per IS 2185 (Part-1): 2005. The 28
days compressive strength of these solid concrete blocks shall be 10 N/mm2. All other parameters
including physical requirements thereof except compressive strength as aforesaid shall conform to
IS 2185 (Part-1): 2005.

5.0 STONE/ MARBLE WORK

5.1 General: The execution of stones work shall be in general as per CPWD Specifications (Volume-I)
2019, with up-to-date correction slips.

5.2 GRANITE/ MARBLE WORKS

5.2.1 The granite/ marble stonework shall, in general, be carried out as per the CPWD Specifications.
The specifications for dressing, laying, curing, finishing, measurements, rate etc. for the granite/
marble stone flooring shall be same as that of works for the Marble flooring, skirting and risers of
steps under Flooring Sub Head of the CPWD Specifications. The wall lining / veneer work with
granite/ marble stone shall be as per the CPWD Specifications for Marble work Sub Head.

5.2.2 The decision of the Engineer-in-Charge as regards the approval of the samples for the various
types of the granite/ marble stones shall be final and binding on the Contractor. No claim of any
kind whatsoever shall be entertained from the Contractor on this account. The Contractor shall
then procure and get the mock up prepared at site of work for approval of quality of workmanship
and the granite/ marble stone as specified. The mock up shall be prepared in lift lobby, toilet etc.
on one of the floors. The size of the stones shall be as per the architectural drawings. If the quality
of the workmanship and the material is as per the required standards, the mock up shall be
allowed as part of the work and measured for payment and shall not be dismantled. Otherwise, it
shall be dismantled by the contractor as directed by the Engineer-in-Charge and taken away from
the site of the work at his own cost. Nothing extra shall be payable on this account.

5.2.3 That the curvilinear profile of the entrance steps for the building shall be negotiated in segmental
manner (using trapezoidal shaped granite stone pieces with straight edges for treads and
rectangular stone pieces for the risers) and not in curved profiles as specified earlier. However the
granite/ marble stone slabs shall be cut to required sizes and shapes, as per the architectural
drawings, to negotiate the curved steps in segmented manner. The risers shall also be cut to
required sizes and shapes and the edges chamfered at the joints, all as per the architectural
drawings. However, the Contractor shall prepare the detailed shop drawings for the same and
commence work only after the approval by the Engineer-in-Charge. The rate shall also include any
consequent wastage, incidental charges involved in this work. Nothing extra shall be payable on
this account. For the purpose of payment, the actual area of each type of granite/ marble stone as
laid shall be measured.

AE(P) 47 AE(E)(P)
5.2.4 For the steps (risers and treads) in the linear profile, the granite/ marble stone shall be provided in
single pieces up to 2.0m as per the architectural drawings, unless otherwise specifically permitted
by the Engineer-in-Charge. Wherever grooves are required to be provided the same is to be done
as per architectural drawings and as directed by the Engineer-in-charge. Wherever required, the
joints shall be provided as per the architectural drawings. Nothing extra shall be payable on these
accounts.

5.2.5 The granite/ marble slabs used for providing and fixing in the sills, soffits and jambs of doors,
windows, ventilators and similar locations shall be in single piece unless otherwise directed by the
Engineer-in-Charge. Wherever stone slab other than in single piece is allowed to be fixed, the
joints shall be provided as per the architectural drawings and as per the directions of the Engineer-
in-Charge. In the cabin areas, the joints in sills shall preferably be provided in line with the partition
wall. Depending on the number of joints, as far as possible, the stone slabs shall be procured and
fixed in slabs of equal lengths as per the architectural drawings and as directed by Engineer-in-
Charge.

5.2.6 While fixing the granite/ marble slabs in sills, soffits and jambs of doors, windows, ventilators etc.,
rebates shall be made by overlapping the stones at the required places for fixing shutters for doors,
windows and ventilators etc. as shown in the architectural drawings and as per the directions of the
Engineer-in-Charge. Epoxy based adhesives shall be used for fixing the granite/ marble stones to
each other, or wherever required. The authorized overlap as per the architectural drawings or as
directed by the Engineer-in-Charge shall be measured for payment under the same item. However,
any extra mortar thickness required due to the overlap arrangement shall be deemed to have been
included in the rate of this item. Nothing extra shall be payable on this account. The granite/ marble
stone slab shall be fixed over low level storage cabinets using necessary adhesive as per the
manufacturer’s specification. The stone shall have uniform thickness and shall be provided in sizes
as per the architectural drawings. The stone slab shall have uniformly leveled surface after fixing.
All the joints shall be finished smoothly in a workmanlike manner.

5.2.7 The granite/ marble work shall be adequately protected by a layer of Plaster of Paris, which shall
be maintained throughout and removed just before handing over of the works for which nothing
extra shall be payable.

5.3 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.

6.0 WOOD WORK

6.1 The wood work in general shall be carried out as per CPWD Specifications (Volume-I) 2019, with
up-to-date correction slips

6.2 The sample of timber to be used shall be deposited by the contractor with Engineer-in-charge
before commencement of work

6.3 The shape and size of beading shall be as per drawings. The joints of beading shall be mitred.

6.4 Timber shall be of specified species, good quality and well-seasoned. It shall have uniform colour,
reasonably straight grains and shall be free from knots, cracks, shakes and sapwood. It shall be
close grained. The contractor shall deposit the samples of species of timber to be used with the
Engineer-in-Charge for testing before commencement of the work.

6.5 Wood work shall not be painted, oiled or otherwise treated before it has been approved by the
Engineer-in-charge. All portion of timber including architrave abutting against masonry, concrete,
stone or embedded in ground shall be painted with approved wood preservative or with boiling
coaltar.

AE(P) 48 AE(E)(P)
6.6 The contractor(s) shall produce cash voucher and certificates from approved Kiln Seasoning Plants
about the timber used on the work having been kiln seasoned and chemically treated by them,
falling which it would not be so accepted as kiln seasoned and/or chemically treated.

6.7 Factory made wooden flush door shutters shall be carried out as per CPWD specifications
(Volume-I, 2019 with upto date correction slips).

6.8 The work shall be executed through specialized agencies to be approved by the Engineer in
Charge.

6.9 The contractor shall propose well in advance to Engineer-in-Charge, the names and address of the
factory where from the contractor intends to get the shutters manufactured along with the
credential of the firm. The contractor shall place the order for manufacturing of shutters only after
obtaining approval of the Engineer in Charge whose decision in this case shall be final & binding.
In case the firm is not found suitable he shall propose another factory. The factory may also be
inspected by a group of officers before granting approval; shutters shall however he accepted only
if these meet the specified test.

6.10 Contractor will arrange stage wise inspection of the shutters at factory by the Engineer-in-Charge
or his authorized representative. The contractor will have no claim if the shutters brought at site in
part or full lot are rejected by the Engineer-in-Charge due to bad workmanship / quality. Such
defective shutters will not be measured and paid. The contractor shall remove the same from the
site of work within 7 days after the written instruction in this regard are issued by the Engineer-in-
Charge.

6.11 The shutters should be brought at site without primer / painting.

7.0 STEEL WORK


All steel work shall be carried out as per CPWD Specifications. (Volume-1) 2019 with up-to-date
correction slips.

8.0 FLOORING
8.1 All work in general shall be carried out as per CPWD Specifications (Volume-1) 2019 with up-to-
date correction slips.

8.2 Whenever flooring is to be done in patterns of tiles and stones, the contractor shall get samples of
each pattern laid and approved by the Engineer-in-charge before final laying of such flooring.
Nothing extra shall be payable on this account.

8.3 Different stones/ tiles used in pattern flooring shall be measured separately as defined in the
nomenclature of the item and nothing extra for laying pattern flooring shall be paid over and above
the quoted rate. No additional wastage, if any, shall be accounted for any extra payment.

8.4 Samples of flooring stones/ Tile (Kota/ Marble/ Granite/ Ceramic tiles/ Vitrified tiles etc.) shall be
deposited well in advance with the Engineer-in-Charge for approval. Approved samples should be
kept at site with the Engineer-in-Charge and the same shall not be removed except with the written
permission of Engineer-in-Charge. No payment whatsoever shall be made for these samples.

8.5 The Marble/ Kota/ Granite or any other stone shall be fully supported by the details establishing the
quarry and its location.

8.6 Full width Marble/ Kota/ Granite stone over kitchen platform shall be provided which shall not be
less than 900mm long except to adjust for closing pieces. The marble/ stone flooring in treads and
risers of staircase shall not be less than 1500mm long except to adjust the closing pieces. Nothing
extra shall be paid on these accounts

8.7 Vitrified and Ceramic Tiles

AE(P) 49 AE(E)(P)
8.7.1 The contractor shall procure and submit the samples of approved make, shade and thickness of
different types of vitrified and ceramic tiles, for the approval of the Engineer-in-charge prior to the
execution of the item.
8.7.2 The mock up (one each) shall be prepared for flooring and dado, for vitrified tiles etc.
8.7.3 The entire supply for each type of tiles shall be procured from one manufacturer / authorized
dealer, preferably, in one lot to keep variations to the minimum.
8.7.4 Size of ceramic tiles shall not be less than 300 mm x 450 mm for wall tiles and 300 mm x 300 mm
for floor tiles unless otherwise specified by the Engineer-in-charge. Size of Glazed vitrified tiles
shall not be less than 600 mm x 600 mm. Nothing extra shall be paid on this account
8.7.5 The tiling work may be required to be carried out in patterns, design and / or in combination with
tiles of different colour and shade and in combination of different stone slabs / tiles for which
nothing extra shall be payable. The tiles shall be provided as per the architectural drawings and
wastages and incidental costs, if any, shall be deemed to be covered in the cost of the relevant
items. Nothing extra shall be payable on this account.
8.7.6 For the flooring portions curved in plan, the tiles (at the edge) shall be cut to the required profile
and shape as per the architectural drawings. Nothing extra shall be payable on this account and
any consequent wastages and incidental charges on such accounts shall be deemed to be
included in the cost of such items.
8.7.7 The Contractor shall obtain and submit to the Department the manufacturer’s test certificate for
compliance of various parameters for the material as per the manufacturer’s specifications, with
each lot of material received at site.
8.7.8 The flooring and dado / cladding should be set out such that the perimeter/ corner tiles are in
excess of half a tile so that the edge panels on both the sides are of equal sizes, as far as possible.
The tiles shall be cut to required size and shape in a workman like manner but with all precautions,
as per the manufacturer’s specifications.
8.7.9 For dado / cladding / skirting work, the tiles shall be chamfered at the meeting edges on the
corners in a manner that butt edges are not visible. It shall be ensured that the edges shall be
ground / filed to chamfer the edges so that the glazing layer at the edges of the tiles is not chipped
off otherwise the work shall be rejected and redone by the Contractor at his own cost.
8.7.10 Acceptance Criteria: - The Vitrified and Ceramic Tiles work shall carry two years guarantee after
date of completion of entire work as per guarantee bond. Two years guarantee in prescribed
Performa at Page No. 60 must be given by the specified firm, which shall be counter signed by the
contractor, in token of his overall responsibility. 5% (Five percent) of the cost of these items would
be retained as additional security deposit and the amount so deducted would be released after
galvanizing for two years to be reckoned from the date of completion of the entire work under the
agreement., if the performance of the items is found satisfactory. If any defect is noticed during the
guarantee period, the contractor should rectify it within seven days and if not attended to the same
will be got done from another agency at the risk and cost of contractor. However, this security
deposit can be released in full if bank guarantee of equivalent amount is produced and deposited
with the department.
8.7.11 Guarantee bond for all vitrified, ceramic tile work, stone work and tile work.
The contractor shall submit a Guarantee Bond as per Performa at Page No. 62 of Part-B. 5%
(five percent) of the cost of these items would be retained as security deposit in addition to
normal security deposit of the whole work and the amount so deducted would be released
after two years from the date of completion of the entire work under the agreement, if the
performance of the items is found satisfactory. If any defect is noticed during the guarantee
period, the contractor should rectify it within seven days and if not attended to the same will
be got done from another agency at the risk and cost of contractor. However, this security
deposit can be released in full if bank guarantee of equivalent amount is produced and
deposited with the department.

9.0 WATER PROOFING FOR SUNKEN FLOORS:

9.1 The work shall be got executed from the specialized agency, if the contractor does not have
specialization in Water Proofing Works.
9.2 Total quantity of the water proofing compound required shall be arranged only after obtaining the
prior approval of the make by Engineer-in-charge in writing. Materials shall be kept under double

AE(P) 50 AE(E)(P)
lock and key and proper account of the water proofing compound used in the work shall be
maintained. It shall be ensured that the consumption of the compound is as per specified
requirements.
9.3 The finished surface after water proofing treatment shall have adequate smooth slope as per the
direction of the Engineer-in-charge.
9.4 Before commencement of treatment on any surface, it shall be ensured that the outlet drain pipes/
spouts have been fixed and the spout openings have been chased and rounded off properly for
easy flow of water.
9.5 GUARANTEE BOND FOR ALL WATER PROOFING ITEMS:
Ten years Guarantee bond in prescribed proforma at Page No.- 60 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 building contractor. 10%(ten per cent) of the cost
of water-proofing work shall be retained as Security Deposit and the amount so deducted
would be released after ten years to be reckoned from the date of completion of the entire
work under the agreement, if the performance of the treatment is found satisfactory. If any
defect is noticed during the guarantee period, the contractor shall rectify it within 15 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.
10.0 FINISHING:
10.1 The work shall be done in accordance with CPWD Specifications (Volume-II) 2019 with up-to-date
correction slips and/or manufacturers specifications wherever applicable.
10.2 All painting material of approved brand and manufacturer 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 containers shall not be removed from the site till the completion
of the work without permission of the Engineer-in-charge.
10.3 In the item of finishing walls with water proofing cement paint, only the plain/flat area shall be
measured for payment and nothing extra shall be paid on account of pointed wall surface.

11.0 SANITARY INSTALLATIONS/ WATER SUPPLY/ DRAINAGE:

11.1 The contractor shall submit schematic drawing of water supply and sanitary installation showing
details of layout, including internal water supply and drainage details, showing the detail of water
supply lines including fittings diameter wise and fixtures connecting to soil waste through traps and
connection of W.C. to main shaft pipe for drainage including its ventilation system for approval of
Engineer-in-Charge.

11.2 For the work of water supply and sanitary installations, the contractor shall engage the approved
licensed plumbers and submit the name of proposed plumbing agencies with their credentials for
approval of the Engineer-in-Charge.

11.3 The work in general shall be carried out as per CPWD Specifications (Volume II) 2019 with up-to-
date correction slips.

11.4 The tendered rates shall include the cost of cutting holes in walls, floors, RCC slabs etc. wherever
required and making good the same for which nothing extra shall be paid.

11.5 The Centrifugally spun cast iron pipe IS: 3989-1984 wherever necessary shall be fixed to RCC
columns, beams etc. with rawl plugs of approved quality and nothing extra shall be paid for on this
account.

11.6 The pig lead to be used in the jointing should be as per CPWD specifications.

11.7 Nothing extra for providing & fixing CP Brass caps/extension pieces wherever required for CP
Brass fittings shall be paid beyond the rates payable for corresponding CP Brass fittings.

11.8 The entire responsibility for the quality of work will however rest with the building contractor only
and he shall submit a Guarantee Bond as per Proforma at Page No.- 61. 5% (Five percent) of the

AE(P) 51 AE(E)(P)
cost of these items would be retained as security deposit and the amount so deducted would be
released after five years to be reckoned from the date of completion of the entire work under the
agreement, if the performance of the items are found satisfactory. If any defect is noticed during
the guarantee period, it should be rectified by the contractor within seven days and if not attended
to the same will be got done from another agency at the risk and cost of contractor. However, this
security deposit can be released in full if bank guarantee of equivalent amount is produced and
deposited with the department.

11.9 Providing, fixing, testing and commissioning of Hubless Centrifugally cast iron pipes and fittings
(Epoxy coated inside & outside) as per ISO: 6594/ IS: 15905 standard and jointing with stainless
steel shielded couplings with a double stainless steel bolt and screw housing incorporating a
EPDM rubber gasket as per IS: 15905/ ASTM 1277 standard inclusive of all necessary specials
like bends, tees, offsets, junctions, cowls, end plug, inspection pipes etc. laid under floor/ fixed on
walls and in pipe shafts. The rate shall be including angle supports, hanger, nuts bolts, anchor
fasteners, fixing clamps/ channels with U-Bolts etc. complete. Hubless cast iron pipes & fitting shall
have tested for noise level which shall not be more than 25 dB (A) at 2 L/s.

12.0 Aluminum doors, windows, ventilators etc. glazing specifications

12.1 Extent and Intent:The work shall be carried out in the factory through Special Agency, who shall
furnish all material, labour, accessories, equipment, tool and plants and incidentals required for
providing and installing anodized/powder coated aluminum doors, windows, claddings, louvers and
other items as called for on the drawings. The drawings and specifications cover the major
requirements only. The supplying of additional fastenings, accessories, fixtures and other items not
mentioned specifically herein, but which are necessary to make a complete installation shall be a
part of this contract. Hinges for openable panel shall be stainless steel friction hinges/ stays
selected for specified wind load and dead loads or specifically extruded in-built hinges.

12.2 General: Aluminum doors, windows etc. shall be of sizes, section details as shown on the
Architectural drawings. The details shown on the drawings indicate generally the sizes of the
component parts and general standards. These may be varied slightly to suit the standard adopted
by the manufacturers. 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.

12.3 Shop Drawings: The contractor shall submit the shop drawings of doors, windows, louvers,
cladding and other aluminum work, based on the architectural drawings to the Engineer-in-Charge
for his approval. The shop drawing 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.

12.4. Samples: Samples of doors, windows louvers etc. shall be fabricated, assembled in the factory
and submitted to 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.

12.5. Sections: Aluminum doors and windows shall be fabricated from extruded sections of profiles 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 BIS designation IIE/IIV 9
WP alloy, with chemical composition technical properties, as per IS: 733 and IS: 1285. The
permissible tolerance of the extruded sections shall be such as not to impair the proper and
smooth function/ operations and appearance of doors and windows.

12.6 Fabrication: Doors, windows etc. shall be fabricated to sizes at factory and shall be of section,
sizes, combinations and details as shown on the drawings. All doors, windows etc. shall have
mechanical joints. The joints shall be designed to withstand a minimum wind load of 150 Kg. per
Sqm. The design shall also incur that the maximum deflection of any member shall not exceed
1/175 of the span of the member. All members shall be accurately machined and fitted to form

AE(P) 52 AE(E)(P)
hairline joints prior to assembly. The joints accessories such as cleats, brackets etc. shall be of
such material as not to cause any bimetallic action. The design of the joints and accessories shall
be such that the accessories are fully concealed. 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 fixture as approved by the Architect.

12.7 Anodizing/ powder coating: All aluminum sections shall be Powder coated (minimum 50 micron
thickness) as per requirement as per IS: 7088 and to required colour as specified in the item as per
IS: 1868 grading as specified in item schedule after cutting the member to requisite sizes before
the final assembly. Powder coating shall be of minimum 50 micron thickness. Anodizing confirming
to specified grade with minimum average thickness of 15 microns when measured as per IS: 612.
The anodic coating shall be properly sealed by steams or in boiling water are cold sealing process
as per IS:1868/IS: 6057. Polythene tape protection shall be applied on the anodised section before
they are brought to site. All care shall be taken to ensure surface protection during transportation,
storage at site and installation. The tape protection shall be removed on installation. The sample
will be tested in the approved laboratory and cost of samples; etc. shall be borne by the contractor.

12.8 Protection of finish: All aluminum members shall be wrapped with approved self-adhesive non-
staining PVC tapes.

12.9 Handling and Stacking:

i. Fabricated materials shall be carried 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 material at site, it shall be carefully examined to detect any damaged pieces.
Arrangements shall be made for expeditious replacement of damaged pieces/ parts. Materials
found to be acceptable on inspections shall be repacked in crates and stored safely.

ii. 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 out how to be assembled in their final locations if situation so
warrants.

iii. The contractor shall be responsible for assembling composite, bedding and filling the grove with
polysulphide sealant inside and outside, at transoms and mullions placing the doors, windows etc. in
their respective openings. 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 finished neat.

iv. The contractor shall be responsible for doors, windows, etc. being set straight, plumb, level and for their
satisfactory operation after fixing is complete.

12.10 Installation:

12.10.1 Just prior to installation the doors, windows, etc. shall be uncreated and stacked on edge on
level bearers and supported evenly. The frame shall be fixed into position true to line and level using
adequate number of expansion machine bolts, anchor fasteners, of approved size and manufacture and
in an approved manner. The holes in concrete/masonry members for housing anchor bolts shall be
drilled with an electric drill.

12.10.2 The door/ windows assembled as shown on drawings shall be placed in correct final position on
the 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 holes 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 blots. The expansion bolts shall then be inserted in
the holes, struck with a light hammer till the nut is forced into the anchor shell. The frame shall then be
placed in final position in the opening and anchored to the support thought cadmium plated
machine screws of required size 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 supports and be plumbed in position. The wedges shall invariably be placed at the meeting at
AE(P) 53 AE(E)(P)
points of glazing bars and frame.

12.11 EPDM Rubber/ Neoprene gaskets: The contractor shall provide and install EPDM Rubber/ 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 contractor shall produce samples of the gaskets
for approval and shall procure the same after approval only.

12.12 Fittings: Hinges, stays, handles, tower bolts, locks and other fittings shall be of quality and
manufacturer as approved by the Engineer-in-Charge.

12.13 Manufacturer’s Attendance: The manufacturer immediately prior to the commencement of glazing
shall adjust and set all windows and doors and accept responsibility for the satisfactory working of the
opening frames.

12.14 Poly-sulphide: The gaps between frames and supports and also any gaps in the door and windows
sections shall be raked out as directed and filled with poly-sulphide of approved colour and make to
ensure complete water tightness. The poly-sulphide shall be of such colour and composition that it
would not stain the masonry/concrete work, shall receive paint without bleeding, will not sag or run and
shall not set hard or dry out under any conditions of weather. The sample of poly-sulphide to be used for
this purpose shall be got approved from the Engineer-in-Charge before its actual use.

12.15 Details of Test:

12.15.1 The various tests on aluminum sections shall be conducted in accordance with the relevant IS codes.

12.15.2 The minimum number of tests for anodizing/powder coating and corrosion resistance shall be
as givenbelow:

S.No. Details No. of Tests


1. Doors, windows and ventilators One test for every 1000 kg or part thereof.

12.15.3 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 shall be got tested.

12.16 Acceptance Criteria: The entire responsibility for the quality of work will however rest with the building
contractor only. The aluminum work shall carry Five years guarantee after completion of work against
unsound material, workmanship and defective anodizing/ powder coating as per Guarantee Bond as per
Proforma at Page No.- 63. Two years guarantee in prescribed Performa attached must be given by the
specified firm, which shall be counter signed by the contractor, in token of his overall responsibility. 5%
(Five percent) of the cost of these items would be retained as security deposit in addition to normal
security deposit and the amount so deducted would be released after two years from the date of
completion of the entire work under the agreement, if the performance of the items is found satisfactory.
If any defect is noticed during the guarantee period, the contractor should rectify it within seven days
and if not attended to the same will be got done from another agency at the risk and cost of contractor.
However, this security deposit can be released in full if bank guarantee of equivalent amount is
produced and deposited with the department.

12.17 Rates:
12.17.1 The rates of the item shall include the cost of materials, labour required in all the above operations.

12.17.2 The rates exclude the cost of stainless steel friction hinges/ stays selected for specified wind load and
dead loads or specifically extruded in-built hinges, and rest of the fittings shall also be paid separately.

13.0 SANDWICH PROFILE PANEL / PUF PANEL .


13.1 Extent and Intent: The work shall be carried out through an approved Special Agency, who
shall furnish all material, labour, accessories, equipment, tool and plants and incidentals
required for providing and installing Sandwich Profile Panel / PUF Panel and other items as
called for on the drawings. The drawings and specifications cover the major requirements
only. The supplying of additional fastenings, accessories, fixtures and other items not
mentioned specifically herein, but which are necessary to make a complete installation shall
be a part of this contract.
13.2 General: Sandwich Profile Panel / PUF Panel shall be of sizes, section details as shown on
AE(P) 54 AE(E)(P)
the Architectural drawings. The details shown on the drawings indicate generally the sizes of
the component parts and general standards. These may be varied slightly to suit the standard
adopted by the manufacturers. 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.
13.3 Shop Drawings: The contractor shall submit the shop drawings of Sandwich Profile Panel/
PUF Panel based on the architectural drawings to the Engineer-in-Charge for his approval.
The shop drawing shall show full size sections of Sandwich Profile Panel/ PUF Panel (i.e. wall
thickness) details of construction, sub frame/rough ground profile, anchoring details hardware
as well as connection of Sandwich Profile Panel/ PUF Panel 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.
13.4. Samples and Sections: Samples of Sandwich Profile Panel / PUF Panel shall be fabricated with
0.5mm thick PPGI sheet of approved colour and make of Jindal, SAIL, Kamdhenu or equivalent on
both side of Polyurethane foam confirming to IS:12436 : 1988. The precoated sheet will be
minimum of 240 mpa steel grade confirming to IS:14246:1995 and shall have zinc coating of
minimum epoxy primer on both side of the sheet and polyester top coat 15-18 microns. The
Polyurethane foam shall be self-extinguishing, fire retardant type minimum density of 40 plus or
minus 2 kg/m3 assembled. The complete sample is to be submitted to 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.
13.5 Fabrication: Sandwich Profile Panel / PUF Panel shall be fabricated to sizes at factory and
shall be of section, sizes, combinations and details as shown on the drawings. The joints
shall be designed to withstand a wind load of 150 Kg. Per Sqm. The design shall also incur
that the maximum deflection of any member shall not exceed 1/175 of the span of the
member. All members shall be accurately machined and fitted to form hairline joints prior to
assembly. The joints accessories such as cleats, brackets etc. shall be of such material as not
to cause any bimetallic action. The design of the joints and accessories shall be such that the
accessories are fully concealed. The fabrication of Sandwich Profile Panel/ PUF Panel shall
be done in suitable sections to facilitate easy transportation, handling and installation.
Adequate provision shall be made in the Sandwich Profile Panel / PUF Panel for anchoring to
support and fixing of hardware and other fixture as approved by the Architect.
13.6 Protection of finish: All Sandwich Profile Panel / PUF Panel shall be wrapped with approved
self- adhesive non-staining PVC tapes.
13.7 Handling and Stacking-
13.8 Fabricated materials shall be carried 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 material at site, it shall be carefully examined to detect any damaged
pieces. Arrangements shall be made for expeditious replacement of damaged pieces/ parts.
Materials found to be acceptable on inspections shall be repacked in crates and stored safely.
13.9 The contractor shall be responsible for assembling composite, bedding and filling the grove
with polysulphide sealant inside and outside, at transoms and mullions placing the Sandwich
Profile Panel / PUF Panel in their respective openings.
13.10 The contractor shall be responsible for Sandwich Profile Panel/ PUF Panel etc. being set
straight, plumb, level and for their satisfactory operation after fixing is complete.

13.11 INSTALLATION
13.11.1Just prior to installation the Sandwich Profile Panel / PUF Panel etc. shall be uncreated and
stacked on edge on level bearers and supported evenly. The frame shall be fixed into
position true to line and level using adequate number of expansion machine bolts, anchor
fasteners, of approved size and manufacture and in an approved manner. The holes in
concrete/masonry members for housing anchor bolts shall be drilled with an electric drill.
13.11.2 The Sandwich Profile Panel / PUF Panel assembled as shown on drawings shall be placed in
correct final position. The expansion bolts shall then be inserted in the holes, struck with a
light hammer till the nut is forced into the anchor shell. The Sandwich Profile Panel / PUF

AE(P) 55 AE(E)(P)
Panel shall then be placed in final position and anchored to the support thought cadmium
plated machine screws of required size and anchored to the support through cadmium plated
machine screws of required size threaded to expansion bolts.

13.12 RATES
13.12.1 The rates of the item shall include the cost of materials, labour required in all the above operations.
13.12.2 The rates include the cost of hinges/ pivots and rest of the fittings shall be paid separately.

13.13 DEFECT LIABILITY/ GUARANTEE BOND


The entire responsibility for the quality of work of Sandwich Profile Panel / PUF Panel will
however rest with the building contractor only and he shall submit a Guarantee Bond as per
Proforma at Page No.- 64 10% (Ten percent) of the cost of these items would be retained as
security deposit and the amount so deducted would be released after Five years to be reckoned
from the date of completion of the entire work under the agreement, if the performance of the
items are found satisfactory. If any defect is noticed during the guarantee period, it should be
rectified by the contractor within seven days and if not attended to the same will be got done
from another agency at the risk and cost of contractor. However, this security deposit can be
released in full if bank guarantee of equivalent amount is produced and deposited with the
department.

14.0 List of Bureau of Indian Standards Codes

All equipment, supply, erection, testing and commissioning shall comply with the requirements of Indian
Standards and code of practices given below as amended upto date. All equipment and material being supplied
by the contractor shall meet the requirements of IS. Tariff advisory committee’s regulation (fire insurance),
electrical inspectorate and Indian Electricity rules and other Codes/ Publications as given below:

1. Pipes and Fittings


IS: 458, (2003) amendment 1, Active August Specification for precast concrete pipes (with and
2011 without reinforcement)
IS: 651 ( 2007 ) amendment 1, Active August Salt glazed stone ware pipes and fittings’.
2011
IS: 1239 (Part 1) 2004, amendment 4, Active Mild steel, tubes, tubular and other wrought steel
August 2011 fittings: Part 1 Mild Steel tubes.
IS: 1239 (Part 2), 1992, amendments 7, Mild Steel tubes, tubular and other wrought steel
Active August 2011 fittings: Part 2 Mild Steel tubular and other wrought
steel pipe fittings.
IS: 1536, 2001, amendment 4, active August Centrifugally cast (spun) iron pressure pipes for
2011 water, gas and sewage.
IS: 1537, 1976, amendment 6, active August Vertically cast iron pressure pipes for water, gas
2011 and sewage.
IS: 1538 1993, amendments 4, Active august Cast Iron fittings for pressure pipes for water, gas
2011 and sewage.
IS: 1729, 2002 ,amendments 4, active, Cast iron/ / Ductile Iron drainage pipes and pipes
August 2011 fittings for over ground Non pressure pipe line
socket and spigot series.
IS: 1879, 2010, active August 2011 Malleable cast iron pipe fittings.
IS: 2643 (Part 1) 2005 , active August 2011 Dimensions for pipe threads for fastening purposes:
Part 1 Basic profile and dimensions.
IS: 2643 (Part 2) Dimensions for pipe threads for fastening purposes:
Part 2 Tolerances.
IS: 2643 (Part 3) Dimensions for pipe threads for fastening purposes:
Part 3 Limits of sizes.
IS: 3468,1991, amendment 1, Active August Pipe nuts.
2011
IS: 3589, 2001 ,amendments 4 , Active Seamless or electrically welded steel pipes for
August 2011 water, gas and sewage (168.3 mm to 2032 mm
outside diameter).

AE(P) 56 AE(E)(P)
IS: 3989, 1984, amendments 5 , Active 2011 Centrifugally cast (spun) iron spigot and socket soil,
waste and ventilating pipes, fittings and
accessories.
IS: 4346, 1982, Active August 2011 Specifications for washers for use with fittings for
water services.
IS: 4711,2008, amendments 1, Active August Methods for sampling steel pipes, tubes and fittings.
2011
IS: 6392, 1971,amendments 1,Active August Steel pipe flanges
2011
IS: 6418, 1971, Active August 2011 Cast iron and malleable cast iron flanges for general
engineering purposes.
IS: 7181,1986 amendments 3, Active August Specification for horizontally cast iron double
2011 flanged pipe for water, gas and sewage.
2. Valves
IS: 778,1984, amendments 3, Active August Specification for copper alloy gate, globe and check
2011 valves for water works purposes.
IS: 1703,2000,ammendments1 Active August Specification copper alloy float valves (horizontal
2011 plunger type) for water supply fittings.
IS: 3950,yr(1979), amendments 1, Active Specification for surface boxes for sluice valves.
August 2011
IS: 5312 (Part 1),yr(2004),amendments 2, Specification for swing check type reflux (non
Active August 2011 return) valves: part 2 Multi door pattern.
IS: 5312 (Part 2),yr(1986), Active August Specification for swing check type reflux (non
2011 return) valves: part 2 Multi door pattern.
IS:12992(Part1), yr(1993), Active August Safety relief valves, spring loaded : Design
2011
IS:13095, yr (1991), amendments 1, Active Butterfly valves for general purposes.
August 2011
4. Pumps & Vessels
IS: 2002, yr (2009), Active August 2011 Steel plates for pressure vessels for intermediate
and high temperature service including boilers.
IS: 2825 Yr.1969, amendments 5, Active Code for unfired pressure vessels.
August 2011
IS: 4648 (Part 1) Yr.1968, amendments 1, Code of practice for Electrical layout in residential
Active August 2011 building.
IS: 5600, yr 2002,Active August 2011 Specification for sewage and drainage pumps
IS: 8034 Yr. 2002, amendments 2, Active Specification for submersible pump sets for clear,
August 2011 cold, fresh water.
IS: 8418 Yr.1999 amendment 1, Active Specification for horizontal centrifugal self-priming
August 2011 pumps.
5. General
SP: 6 (1) Structural Steel Sections
IS: 325 Yr.1996, amendments2, Active Three Phase Induction Motors
August 2011
IS: 554 Yr.1999, amendments 1, Active Dimensions for pipe threads where pressure tight
August 2011 joints are required on the threads.
IS: 694 Yr.2010, amendments 5, Active PVC insulated cables for working voltages upto&
August 2011 including 1100 V.
IS: 779 Yr.1994, amendments 5, Active Specification for water meters (domestic type).
August 2011
IS: 782 Yr.1978, Active August 2011 Specification for caulking load.
IS: 800 Yr.2007, Active August 2011 Code of practice for general construction in steel

IS: 1068 Yr.1993, amendments 1 Active Electroplated coatings of nickel plus chromium and
August 2011 copper plus nickel plus chromium.
IS: 1172 Code of Basic requirements for water supply
Yr.1993, Active August 2011 drainage and sanitation.
IS: 1367 (Part 1) Technical supply conditions for threaded steel
Yr.2002, Active August 2011 fasteners: Part 1 introduction and general
information.

AE(P) 57 AE(E)(P)
IS: 1367 (Part 2) Technical supply conditions for threaded steel
Yr.2002, Active August 2011 fasteners: Part 2 product grades and tolerances.
IS: 1554 (Part 1) Yr.1988, amendments 4 PVC insulated (heavy duty) electric cables: Part 1
Active August 2011 for working voltages upto and including 1100 V.
IS: 1554 (Part 2) PVC insulated (heavy duty) electric cables: Part 2
Yr.1988, amendments 3 for working voltages from 3.3 KV upto and including
Active August 2011 11 KV.
IS: 1726 Specification for cast iron manhole covers and
Yr.1991, Active August 2011 frames.
IS: 1742 Code of practice for building drainage.
Yr.1983, Active August 2011
IS: 2064 Selection, installation and maintenance of sanitary
Yr.1993, Active August 2011 appliance code of practice.
IS : 2065 Code of practice for water supply in buildings.
Yr.1983, Active August 2011
IS : 2373Yr.1981, amendments 3 Specification for water meter (bulk type)
Active August 2011
IS : 2379 Yr.1990, amendments 1 Color code for identification of pipe lines.
Active August 2011
IS : 2527 Code of practice for fixing rainwater gutters and
Yr.1984, Active August 2011 down pipes for roof drainage.
IS : 2629 Yr.1985, amendments 3 Recommended practice for hot dip galvanizing on
Active August 2011 iron and Steel.
IS : 3114 Code of practice for laying of cast iron pipes
Yr.1994, Active August 2011
IS : 4111 (Part 1) Code of practice for ancillary structures in sewerage
Yr.1986, Active August 2011 system: Part 1 manholes.
IS : 4127 Code of practice for laying glazed stoneware pipes.
Yr.1983, Active August 2011
IS : 4853 Recommended practice for radiographic inspection
Yr.1982, Active August 2011 of fusion welded butt joints in steel pipes.
IS : 5329 Code of practice for sanitary pipe work above
Yr.1983, Active August 2011 ground for buildings.
IS : 5455 Cast iron steps for manholes.
Yr.1969, Active August 2011
IS : 6159 Recommended practice for design and fabrication
Yr.1998, Active August 2011 of material, prior to galvanizing.
IS : 7558 Code of practice for domestic hot water
Yr.1974, Active August 2011 installations.
IS : 8419 (Part 1) Requirements for water filtration equipment: Part 1
Yr.1977, Active August 2011 Filtration medium sand and gravel.
IS : 8419 (Part 2) Requirements for water filtration equipment: Part 2
Yr.1984, Active August 2011 under drainage system.
IS : 9668 Code of practice for provision and maintenance of
Yr.1990, Active August 2011 water supplies and firefighting.
IS : 9842 Yr.1994,amendments 2 Preformed fibrous pipe insulation.
Active August 2011
IS : 9912 Coal tar based coating materials and suitable
Yr.1981, Active August 2011 primers for protecting iron and steel pipe lines.
IS : 10221 Code of practice for coating and wrapping of
Yr.2008, Active August 2011 underground mild steel pipelines.
IS : 10446 Glossary of terms relating to water supply and
Yr.1983, Active August 2011 sanitation.
IS : 11149 Yr.1984,amendment 1 Rubber Gaskets
Active August 2011
IS : 11790 Code of practice for preparation of butt-welding
Yr.1986, Active August 2011 ends for pipes, valves, flanges and fittings.
IS : 456, 2000 Code of practice for Plain and RCC construction

AE(P) 58 AE(E)(P)
(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)* ……… 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) …….……. as Performance
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 relating to the said agreement and we shall not be relieved
from our liability by reason of any such variation or extension being granted to the said Contractor 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.
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 liability against this guarantee is restricted to Rs ...................... (Rupees
……….…….……. only) and unless a claim in writing is lodged with us within the date of expiry or extended date of
expiry 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.

**In 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.

AE(P) 59 AE(E)(P)
GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR
FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF
WATER-PROOFING WORKS (All Water – Proofing Items).

The agreement made this.................... day of ................. (Two Thousand only)


..............between ....................................S/o ...............................................(hereinafter called the
GUARANTOR of the one part) and the PRESIDENT OF INDIA (hereinafter called the Government of the
other part)
WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated
...................... and made between the GUARANTOR OF THE ONE PART AND the Government of the
other part whereby the contractor inter alia undertook to render the building and structures in the said
contract recited 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 ten years from the date of completion of work.
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 entire work under the agreement.
The decision of the Engineer-in-charge with regard to nature and cause of defect shall be final and
binding on Guarantor.
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 thereunder, 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 WITNESS 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. ..........................................

AE(P) 60 AE(E)(P)
GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR
FOR REMOVAL OF DEFECTS AFTER COMPLETION
IN RESPECT OF SANITARY INSTALLATIONS / WATER SUPPLY / DRAINAGE WORK.

The agreement made this.................... day of ................. (Two Thousand...................... only)


..............between ....................................S/o ...............................................(hereinafter called the
GUARANTOR of the one part) and the PRESIDENT OF INDIA (hereinafter called the Government of the
other part)
WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated
.................................. and made between the GUARANTOR OF THE ONE PART AND the Government of
the other part, whereby the contractor inter alia, undertook to render the work in the said contract recited
structurally stable, leak proof and sound material, workmanship, anodizing, colouring, sealing.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work
will remain structurally stable, leak proof and guaranteed against faulty material and workmanship, and
finishing for two years from the date of completion of work.
NOW THE GUARANTOR hereby guarantee that work executed by him will be free from any
leakage, seepage, cracks in pipes and guaranteed against faulty material and workmanship, defective
galvanizing for five years to be reckoned from the date of completion of the entire work under the
agreement. 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 to satisfaction of Engineer-in-charge at his cost and shall commence the work for such rectification
within seven days from the date of issue of the notice from the Engineer-in-charge calling upon him to
rectify the defects failing which the work shall be got done by the Department by some other contractor at
the 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 defects or commits breach thereunder, 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 WITNESS 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 ON BEHALF OF THE PRESIDENT OF INDIA BY......................... in the
presence of:
1. ................................................... 2. ............................................

AE(P) 61 AE(E)(P)
GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR
FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF
STONE WORK/ TILE WORK.

The agreement made this.................... day of ................. (Two Thousand only)


..............between ....................................S/o ...............................................(hereinafter called the
GUARANTOR of the one part) and the President of India (hereinafter called the Government of the other
part)
WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated
...................... and made between the GUARANTOR OF THE ONE PART AND the Government of the
other part whereby the contractor inter alia undertook to render the work in the said contract recited
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.
NOW THE GUARANTOR hereby guarantee that work executed by him will remain structurally
stable after the expiry of maintenance period prescribed in the contract for the minimum life of galvanizing
for two years to be reckoned from the date of completion of the entire work under the agreement.
prescribed in the contract. 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 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 thereunder, 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 WITNESS 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. ..........................................

AE(P) 62 AE(E)(P)
GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR
FOR REMOVAL OF DEFECTS AFTER COMPLETION
IN RESPECT OF ALUMINIUM DOORS, WINDOWS VENTILATOR WORK.

The agreement made this.................... day of ................. (Two Thousand ………… only)..............
between ....................................S/o ...............................................(hereinafter called the GUARANTOR of
the one part) and the PRESIDENT OF INDIA (hereinafter called the Government of the other part)
WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated
.................................. and made between the GUARANTOR OF THE ONE PART AND the Government of
the other part, whereby the contractor inter alia, undertook to render the work in the said contract recited
structurally stable, workmanship, powder coating, anodizing, colouring and sealing etc.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work
will remain structurally stable and guaranteed against faulty material and workmanship, defective
anodizing/ powder coating for two years from the date of completion of work.
NOW THE GUARANTOR hereby guarantee that work executed by him will remain structurally
stable and guaranteed against faulty material and workmanship, defective anodizing/ powder coating for
two years to be reckoned from the date of completion of the entire work under the agreement.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 to satisfaction of Engineer-in-charge at his cost and shall commence the work for such rectification
within seven days from the date of issue of the notice from the Engineer-in-charge calling upon him to
rectify the defects failing which the work shall be got done by the Department by some other contractor at
the 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 defects 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 WITNESS 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 ON BEHALF OF THE PRESIDENT OF INDIA BY....................... in the
presence of:-
1. ................................................... 2. ....................................

AE(P) 63 AE(E)(P)
GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR FOR
REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF
SANDWICH PROFILE PANEL / PUF PANEL

The agreement made this.................... day of ................. (Two Thousand ………… only)..............
between ....................................S/o ........................................... (hereinafter called the GUARANTOR of
the
one part) and the PRESIDENT OF INDIA (hereinafter called the Government of the other part)

WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated
. ................................and made between the GUARANTOR OF THE ONE PART AND the Government of
the other part, whereby the contractor inter alia, undertook to render the work in the said contract recited
structurally stable, workmanship, colouring, leakage and sealing etc.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work
will remain structurally stable and guaranteed against faulty material and workmanship, leakage and
sealing for five years from the date of completion of work.

NOW THE GUARANTOR hereby guarantee that work executed by him will remain
structurally stable and guaranteed against faulty material and workmanship, leakage and sealing for
Five years to be reckoned from the date of completion of the entire work under the
agreement. 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 to satisfaction of Engineer-in-charge at his cost and shall commence the work for such
rectification within seven days from the date of issue of the notice from the Engineer-in-charge calling
upon him to rectify the defects failing which the work shall be got done by the Department by some other
contractor at the 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 defects 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 WITNESS 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 ON BEHALF OF THE PRESIDENT OF INDIA BY....................... in the


presence of:-

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

AE(P) 64 AE(E)(P)
LIST OF FIELD TESTS
i) Particle size and shape
ii) Slump test
iii) Flakiness & Elongation Index tests
iv) Compressive strength (concrete or bricks) test
v) Rebound Hammer test
vi) Bulking of sand
vii) Silt content of sand
viii) Temperature measuring with thermometer with brass protected end 0-200C.

FIELD TESTING EQUIPMENT AND INSTRUMENTS


C. Testing Equipment at Field Laboratories

i) Balances
a) 7kg to 10kg. Capacity, Semi-self-indicating type-Accuracy 10gm
b) 500gm. Capacity, Semi-self-indicating type Accuracy 1gm
c) Pan Balance – 5Kg. Capacity, accuracy 10gm.
d) Weighing scale platform type 100kg capacity.

ii) Sieves: as per IS 460-1962.


a) I.S. Sieves – 450 mm internal dia of sizes 100 mm, 80 mm, 63 mm, 50mm, 40 mm, 25
mm, 20 mm, 12.5 mm, 10 mm, 6.3 mm, 4.75 mm complete with lid and pan.
b) IS Sieves – 200 mm internal dia(brass frame) consisting of 2.36 mm, 1.18 mm, 600
microns, 425 microns, 300 microns, 212 microns, 150 microns, 90 microns, 75 microns
with lid and pan.

iii) Sieve shaker capable of 200 mm and 300 mm dia sieves, manually operated with timing
switch assembly.

iv) Equipment for slump test – Slump Cone, Steel Plate, tamping rod, steel scale, scoop.

v) Graduated measuring cylinders 200 ml capacity

vi) Enamel trays (for efflorescence test for bricks and other tests)

a. 300 mm X 250 mm X 40 mm
b. Circular plates of 250 mm dia
c. 600 mm X 450 mm X 500 mm
d. 450 mm X 300 mm X 40 mm.

vii) ISI marked 150 X 150 X 150 mm concrete cube moulds as per site requirement.

viii) Graduated cylinder 1000 ml. Capacity.

ix) Pumps & pressure gauges for hydraulic testing of pipes.

x) PH Meter.

xi) Any other equipment for site tests as outline in BIS and as directed by the Engineer-in-
charge.

B. Field Testing Instruments

AE(P) 65 AE(E)(P)
i) Steel tapes – 3 m
ii) Vernier Calipers
iii) Micrometer Screw 25 mm gauge
iv) A good quality plumb bob
v) Spirit level minimum 30 cms long with 3 bubbles for horizontal vertical
vi) Wire gauge (circular type) disc.
vii) Foot rule
viii) Long nylon thread
ix) Magnifying glass
x) Screw driver 30 cms long
xi) Plastic bags for taking samples
xii) Leveling machine

C. Minimum required T&P

Sr. Detail of T&P Qty. Remarks


No.
1 Concrete mixer with hopper (Full bag) 01
2 Steel Shuttering 200 Sqm.
3 Needle Vibrator 02
4 Plate Vibrator 01
5 Welding Machine 01
6 Floor Rubbing Machine 01

PROFORMA FOR TESTS CARRIED OUT

NAME OF THE WORK: DIVISION:


AGREEMENT NO.& DATE: SUB-DIVISION:

Sl. Item Quantities Frequency as No. of R.A. Up-to- No. of No. of Remarks
No. as per per tests bill date tests tests
agreement specification required No. quantity required actually
done
1 2 3 4 5 6 7 8 9 10

Signature of Contractor

AE(P) 66 AE(E)(P)
CEMENT/PAINT REGISTER

NAME OF WORK: DIVISION


AGREEMENT NO. SUB-DIVISION

Particulars of Receipt
Source of receipt with details if any

Qty. Returned at the end of day's


Date of manufacture
Date of Receipt

Date of expiry

Date of Issue
Batch No.

Items of work

work
Qty. Progressi Qty
for which
received ve Total Issued
Issued

1 2 3 4 5 6 7 8 9 10 11

Particulars of Issue

Net Qty. Progressi Daily Balance in Periodical Check


Contractor's Initial J.E.'s Initial
Issued ve Total Hand
By AE By EE
12 13 14 15 16 17 18

AE(P) 67 AE(E)(P)
LIST OF PREFERRED MAKES FOR CIVIL / SANITARY WORKS

S.No. Material Preferred make


1. (i) Ordinary Portland/Portland : ACC, Ultratech Cement Ltd., Gujarat Ambuja, Vikram,
Pozzolona Cement (Grey) (43 Grade) Birla, JK Cement, JP Associates, Shree Cement Ltd.
(ii) White Cement : Birla White, J. K. White, Ultra Tech Cement
2. Reinforcement Steel : SAIL, Tata Steel Ltd., RINL, Jindal Steel & Power Ltd.
or JSW Steel Ltd.
3. Veneered Particle Board : Kitply, Action TESA, Orion, Anchor, Century ply.
4. Laminated Particle Board/ Laminates : Kitply, Action TESA, Orion, Anchor, Century ply.
5. Flush door shutters : KuttyFlushdoor, Kitply Industries (Swastik), Shree Ram
Panel Pvt. Ltd, M/S Jain Wood Industries,Orion,Pooja
Decorative Plywoods.
6. Factory made Panelled& wire gauge : M/s Haryana Timber Store, M/S Jain Wood Industries,
wooden door/ window shutters. M/s New Jagdamba Doors, Rajpura,SPC (Selected
Products Co.).
7. Steel Windows/Pressed Steel frames : San Harvic, PD Industries Panchkula, Shree Krishna
Asst., Panchkula, M/s SteelMan Industries ().
8. Water Proofing Compound : Fosroc, Cico, Pidilite,Berger.
9. M.S. Pipe : Tata, Jindal (Hisar), Parkash Steel Tubes, Bhushan
Industries.
10. PVC Pipe & Fittings : Supreme, AKG, Finolex, Kisan, SFMC, Diplast.
11. Acrylic Distemper : Nerolac , Berger (Bison Acrylic) Asian Paints (Tractor

12. Acrylic Emulsion : Nerolac , Berger (Bison Acrylic) Asian Paints


(Tractor
13. Synthetic Enamel Paints : ICI (Dulux Gloss), Nerolac, Berger, Asian Paints.
14. Steel Primer : ICI, Nerolac, Berger, Asian Paints.
15. Wood Primer : ICI, Nerolac, Berger, Asian Paints.
16. Mosaic tiles/ Chequered Tiles : Modern, NTC, A-1, Ultra Tiles
17. Ceramic Tiles : KAJARIA, NITCO, SUNHEARRT, JOHNSON,
Orientbell, RAK.
18. Dash / Anchoring Fasteners : HILTI / Fischer,Wuerth.
19. Nuts / Bolts & Screws : GKW, Atul, Kundan.
20. Stainless Steel Sink (Out of Salem : DIAMOND, BLUE STAR,Neelkanth, Niralli, Jyna.
21. Float Valve : IVC, Leader, Prayag, Kalsi Pump Pvt. Ltd., Dhawan
Sanitary Udyog (Prima)
22. Admixtures : Fosroc, MBT, Sika, CICO, Asian, Berger.
23. Vitreous China Sanitary Ware : JAQUAR, Parryware, CERA, Kerovit (KAJARIA),

CIZAR,Hindware
24. Plastic seat cover of W.C. : JAQUAR, Parryware, CERA, Kerovit (KAJARIA),
CIZAR,Hindware

AE(P) 68 AE(E)(P)
25. PVC Flushing cistern : JAQUAR, Parryware, CERA, Kerovit (KAJARIA), CIZAR, Hindware
26. CP Fittings/Mixer Pillar taps Washers : JAQUAR,NOVA, MARC, Kerovit (KAJARIA), CIZAR, Hindware
27. CP Accessories : JAQUAR,NOVA, MARC., KEROVIT of KAJARIA, Hindware

28. Centrifugally Cast (spun) Iron Pipes : NECO, SKF brand of M/s Singhal Iron Foundry Pvt.
Ltd. Mathura, Bengal Iron Corporation, Kolkata
(BIC).
29. Centrifugally Cast (spun) Iron Pipes : Electro Steel, Kesoram, Neco.
(Class LA).
30. C.I. Sluice Valves & Reflex Valves : ANNAPURNA ,SANT, NMC, ZOLOTO
31. G.I. Pipes : Jindal (Hissar), Tata Steel Tubes Ltd., Prakash steel
pipes.
32. G.I. Fittings : Unik, KS, AMCO, AVR, NMC.
33. Gun metal Valves, globes : Leader, Zoloto, Kilburn, CIM Valves, Sant,
ANNAPURANA, NMC Valves.
34. Brass stop & Bib Cock : Zoloto, Sant, L&K, Leader, JAINKO, Kalsi Pump
Pvt. Ltd.
35. Stoneware pipes & Gully traps : Prefect, Hind or ISI marked S.W. Pipes.
36. Mirror Glass : Atul, Modi Guard, Golden Fish
37. Glazed Fire Clay Kitchen Sink : PAMINI, SANFIRE, RKCP, Silver Shine.

38. Vitrified Tiles/ Ceramic Tiles : KAJARIA, NITCO, SUNHEARRT,JOHNSON, Orientbell,


RAK
39. Water Meter : PRIMA (ISI), Kranti, DASHMESH.
40. Grouting Compound : Endura, Pidilite, Ferrous Crete, Berger
41. Aluminum Sections : Hindalco, Jindal Indian Aluminum Co.
42. Glass Mosaic Tiles : NITCO, N.T.C, Ultra tiles.

43 Paver Blocks &kerb stones : NITCO, Unitile, N.T.C.,SCC, Dalal Tiles, POOJA
CONCRETE FABRICATOR, Super Paver Block
44. Non Return valve (Check valve) : Kalsi Pumps Pvt. Ltd., Zoloto, Annapurna.
½” to 1¼”
45. Line Filter Valve ½” to 2” : Kalsi Pumps Pvt. Ltd.
46. Ferrules 15mm, 20mm & 25mm : Dhawan Sanitary Udyog (PRIMA), Kalsi, Annapurna,
NMC Valves.
47. Stainless Steel Staircase railing : DORMA, D-line, Sialkot.
48. Locks/ Latch/ fittings : Godrej, HARRISON, PLAZA.
49. Hydraulic Door closer/ Floor Spring : Godrej, Grace, DORMA.
50. Fire Check Door : NAVAIR, ROMAT, KUTTY DOOR
51. Aluminum Grill : Hindalco, Jindal Indian Aluminum Co.
52. TEMPERED GLASS : MODI FLOAT & SAINT GOBAIN, ASAHI,
GLAVERBEL.
53. Polyester Powder Coating Shades : NEROLAC, BERGER, J&N

AE(P) 69 AE(E)(P)
54. Friction Stay Hinges : Earl-Bihari
55. Nuts, Bolts and Screws, Steel : Kundan, Priya, Atul.
56. EPDM Gasket : Hanu/ Anand, Raven.
57. Structural Silicon : Dow Corning/ Wacker.
58. Weather Silicon : Dow Corning/ Wacker
59. Tile Adhesive : Cico, Pidilite, Ferrous, Berger
60. Copper Tubes/ Pipes : Rajco, Max Flow ABC.
61. Copper Fittings : Yorkshine, IBP, BCONEX.
62. Aluminum Hardware : HARDIMA, EVERITE, DORMA.
63. Factory made Polyvinyl Chloride (PVC) : RajshriPlasti wood, Polyline.
door shutter and Frames
64. U-PVC Pipe : Flow Guard, Green Line, Supreme.
65. C-PVC Pipe (IS 15778:2007) : Prayag, Finolex, Supreme.
66. Ready Mix Concrete : M/S L&T CONCRETE (LAFARGE), ULTRATECH
CEMENT LTD., ACC CONCRETE LTD., KAPSHA
READY
MIX CONCRETE.
67. Wall putty : Birla wall care, JK White, SARA wall putty of Ferrous
Crete (white cement based), Berger
68. Stainless steel hardware fittings : DORMA, Geze, Hafele, Ozone.
69. Hermitically sealed performance : Saint Gobain, Asahi, Pilington, Viracon (processed by
toughened glass themselves or by their approved processors)
70. Poly-Sulphide sealant : Choksey Chemicals, Fosroc, Dr. Fixit, Sika
71. Fire sealant : BTMH, Promat, Alstom, Birla 3M, Berger
72. Roofing Sheets
(i) Standing Slam Double Skin insulated: Kalzip, CRIL, Corus
Roofing System
(ii) Galvanize : CRIL, Lloyds, Interarch
73. Epoxy Paint : Aisan, ICI, Kansai Nerolac
74. C.I. Manhole covers & frames : NECO, RAJ Iron Foundary Agra, BIC
75. Cast Copper Alloy Screw down bib taps
andStop valves (Internally & Externally)
for water Services IS: 781:1984 : Jainko
76. C.P. Brass bottle trap : JAQUAR, Marc, Kerovit (Kajaria), Hindware
77. Autoclaved Aerated Blocks : Builtech, Magicrete, INSTABLOCK, R.S. Green,
Siprox,
Aerocon
78. Gypsum lightweight plaster compound : Ferrous Crete, Gyproc, Saint Gobian, Boral
79. Polymer mortar/ Adhesive for AAC Blocks: Ferrous Crete, ArdexEndura, Ultratech.
80. C.P brass Jet Spray : JAQUAR, CZAR, NOVA, MARC, Kerovit (Kajaria), Hindware

81. Under counter white vitreous China Oval: Hindware, Jaquar, Cera, Kerovit (kajaria)
shape wash basin

AE(P) 70 AE(E)(P)
82. Float Glass : MODI FLOAT & SAINT GOBAIN, ASAHI, GLAVERBEL.
83. C.P. Brass toilet paper holder : Jaguar, CZAR, NOVA or Kerovit (Kajaria), Hindware
84. PTMT liquid soap container : Prayag
85. Cast Copper Alloy fancy single taps,
Combination tap assembly and stop
valves for water services IS: 8931:1993 : Jainko
86. Modular Kitchen : Sleek, Godrej, Hettich, Duriaan, Dorma, Kich.
87. Polyethylene water storage tank : SINTEX, VECTUS, FRONTIER, Frontline Super
88. Exterior primer (Ist Quality) : Dulux , Berger, Nerolac, Asian
89. Block Board : Archid Ply, DURO Board, Kitply Industries (Swastik)
Centaury.
90. Ply Wood : Archid Ply, DURO Board, Kitply Industries (Swastik)
Centaury.
91. SFRC-Manhole Covers with Frame : Dalal Tiles Industries NITCO, NTC
(Round & Rectangular), Railings &
Gratings
92. False Ceiling System : Armstrong, Hunter Douglas, USG Boral, Saint Gobain,
Aerolite, Durlum, Interarch, Prolad, Interarch.
93. Wooden Laminate flooring : Pergo, Kronotex, Florence, Unitex, Action Tesa,
Greenlam
94. Sound Dampner, Wall Partition/ Wall,
Acoustics Door, Acoustic False Ceiling : Himalyan Acoustics, Prolod, Techno Acoustics,
Armstrong, Dexune.
95. Structural steel: SAIL, TATA STEEL, JINDAL (HISAR).
96. SANDWICH PROFILE PANEL / PUFF PANEL: LLOYD, SYNERGY, METECNO (Note :- PROFILE
SHEET SHOULD of make JINDAL, SAIL, KAMDHENU,
LLOYD SUPER DEK, EZYDEK of TATA

NOTE:
(i) A List of Preferred Brand Names of Various Materials/ Products are shown above 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 or in other unavoidable circumstances and
subject to Approval of the alternate Brand by the Engineer- In -charge. However, in case,
the equivalent model so approved, is cheaper than the model already mentioned in
item/approved makes list, the price adjustment will be made based on the difference in
market rate. In case, the rate of subsequently approved model is more, no extra payment
will be made on this account.
(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

AE(P) 71 AE(E)(P)
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, the products shall be used. To achieve this,
proper check on the quality of the product, actually to be used, should be
exercised.
(iv) The Superintending Engineer, Jalandhar, CPWD, Jalandhar or his successors
reserves the right to add or delete any materials and brands in the list of
approved makes. However, in case, the equivalent model so approved, is
cheaper than the model already mentioned in item/approved makes list, the
price adjustment will be made based on the difference in market rate. In case,
the rate of subsequently approved model is more, no extra payment will be
made on this account.

AE(P) 72 AE(E)(P)
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
---------------------------------------------------------------

Part-C
Electrical
work

AE(P) 73 AE(E)(P)
PROFORMA OF SCHEDULES
(Separate Performa for Civil, Elect. & Hort. Works in case of composite Tenders)
SCHEDULE ‘A’
Schedule of quantities (as per PWD-3)

SCHEDULE ‘D’
Extra schedule for specific requirements/documents for the work, if any.

SCHEDULE ‘E’
Reference to General General Conditions of Contract (GCC) 2023, Maintenance
Conditions of contract. Work of CPWD (Corrected up to last date of submission of
bid).
Name of work: Renovation and Upgradation of Modern Lab i/c Rain water
harvesting and development at existing building in IGMRI
campus, PAU Ludhiana (Pb). (SH:- Electrical work)

Estimated cost of work: As Per Part-A


Earnest money : As Per Part-A
Performance Guarantee: As Per Part-A
Security Deposit : As Per Part-A
SCHEDULE ‘F’
General Rules & Directions:

Officer inviting tender Executive Engineer-Ludhiana


CPWD, Ludhiana (Pb).
Maximum percentage for quantity of items of
work to be executed beyond which rates are to be See below
determined in accordance with Clauses 12.2 &
12.3
Definitions:
2(vi) Engineer-in-Charge for Electrical work Executive Engineer(E)-Jalandhar
CPWD, Jalandhar(Pb).

2(viii) Accepting Authority Superintending Engineer-Jalandhar


CPWD, Jalandhar(Pb).

2(x) Percentage on cost of materials and 15%


labour to cover all overheads and profits
2(x)(b) Standard schedule of Rates DSR 2022 (E&M) with correction Slips
up to last date of submission of bid.
2(xi) Department Central Public Works Department.
9(ii) Standard CPWD contract form GCC CPWD 7 as per General conditions of
2023,CPWD form 7/8 as modified and contract for Maintenance Work2023
corrected upto……… modified & corrected upto last date of
AE(P) 74 AE(E)(P)
submission of bid.
Clause 1 Time allowed for Submission of
i) performance guarantee, Programme
Chart (Time and Progress) and
applicable labour licenses, registration
with EPFO, ESIC and BOCW Welfare As Per Part-A
Board or Proof of applying thereof
from the date of issue of letter of
acceptance.
ii) Maximum allowable extension with As Per Part-A
late fee @ 0.1% per day of
performance guarantee amount
beyond the period as provided in
(i) above……..(1 to15 days to be filled
by NIT approving authority
Clause 2 Authority for fixing compensation Superintending Engineer- Jalandhar,
under clause 2 CPWD Jalandhar(Pb)
Clause Applicable clause 2/ 2A As Per Part-A
2A
Clause 5 Number of days from the date of As Per Part-A
issue of letter of acceptance for
reckoning date of startMile stone (s)
as per table given below:-
S. NO. DESCRIPTION OF TIME ALLOWED IN AMOUNT TO BE WITH-HELD IN CASE
MILESTONE (PHYSICAL) DAYS (FROM THE OF NON-ACHIEVEMENT OF
DATE OF START) MILESTONE.
1 Gross work done 1/8th of ¼ of the total period In the event of not achieving the
Electrical work necessary progress as assessed
2 Gross work done 3/8th of ½ of the total period from the running payment, 1.25% of
Electrical work. the tendered value of work will be
3 Gross work done 3/4th of ¾ of the total period withheld for failure of each
Electrical work milestone.
4 Completion of work done Full period
i/c testing etc. Complete.

Time allowed for execution of work : As Per Part-A


Authority to Decide:

i) Extension of time for Elect. works : Superintending Engineer-Jalandhar


CPWD, Jalandhar (Pb).

ii) Rescheduling of mile stones : -----do-----

iii) Shifting of date of start in case : -----do-----


of delay in handing over of site

AE(P) 75 AE(E)(P)
PROFORMA OF SCHEDULES Clause 5 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 Portion without any Hindrance
A
Part Portions with encumbrances
B
Part Portions dependent on work of
C other agencies
Clause 5
Applicable clause 5/clause 5A 5A

Clause 6: Computerized Measure Book (CMB)/ Electronic Measurement Book(EMB)

Mode of Measurement EMB (Electronic Measurement Book)

Clause 7 Gross work to be done together with


net payment/adjustment of advances
30.00 Lakhs
for material collected, if any, since
the last such payment for being
eligible to interim payment.

No running account bill shall be paid for


Clause 7A the work till the applicable labour
licenses, registration with EPFO, ESIC
and BOCW Welfare Board, whatever Applicable
applicable are submitted by the
contractor to the Engineer- In-Charge.

Clause 10A List of testing equipment to be As per requirement at site


Provided by the contractor at site lab
1………… 2……….. 3……….

Clause10B Whether clause 10-B(ii) shall be No


(ii) applicable
Clause 10C Component of labour expressed as As Per Part-A
percent of value of work
Clause Applicable /Not Applicable As Per Part-A
10CC
Schedule of component of other materials, Labour etc. for price escalation:
Component of civil (except materials covered under
clause 10CA) / Electrical construction value of work. ‘Xm’ 85 %
Component of labour-expressed as percent of total ‘Y’ 15 %
value of work.
Clause 11 Specifications to be followed for CPWD General specifications for
execution of work Electrical works Part-I to VII amended
upto date.
AE(P) 76 AE(E)(P)
Clause 12 Type of work:- Maintenance work
12.2 Deviation limit beyond which
clauses 12.2 shall apply No Limit
for electrical work.

Clause 16 Competent Authority for deciding Superintending Engineer- Jalandhar


reduced rates. CPWD, Jalandhar(Pb)

Clause 18 List of mandatory machinery, tools As required for timely execution of work
& plants to be deployed by the
contractor at site.

Clause Authority to decide penalty for each Executive Engineer(E)-Jalandhar


19C default CPWD, Jalandhar (Pb.)
Clause Authority to decide penalty for each Executive Engineer(E)-Jalandhar
19D default CPWD, Jalandhar (Pb.)
Clause Authority to decide penalty for each Executive Engineer(E)-Jalandhar
19G default CPWD, Jalandhar (Pb.)
Clause Authority to decide penalty for each Executive Engineer(E)-Jalandhar
19K default CPWD, Jalandhar (Pb.)
Clause-25
1 Conciliator SDG, Chandigarh, CPWD Chandigarh or
successor there of
2 Arbitrator appointing authority SDG, Chandigarh, CPWD Chandigarh or
successor thereof
3 Place of Arbitration Chandigarh

Clause 32 Requirement of Technical Representative (S) and Recovery Rate.


Experience

Rate at which recovery shall be


Discipline

Minimum Designation
Minimum

made from the contractor in the


Number

Qualification (Principal Technical


S.No. event of not fulfilling provision
of technical / Technical
representative Representative) Figures Words
Graduate Project Manager
2 Years
Engineer cum Planning / Rs. 15000/- Rupees Fifteen
or
1 or E &M Quality / Site / 1 per month per Thousand
5 Years
Diploma Billing Engineer person Rupees
Respectively
Engineer

Assistant Engineers retired from Government services that are holding Diploma will be treated at
par with Graduate Engineers.
Diploma holders with minimum 10 years relevant experience with a reputed construction
agency/firm can be treated at par with Graduate Engineers for the purpose of such deployment
subject to the condition that such diploma holder should not exceed 50 % of requirement of
degree engineers.

AE(P) 77 AE(E)(P)
Clause-38
i) (a) Schedule/statement for determining theoretical quantity of cement & bitumen on
the basis of Delhi Schedule Schedules of Rates …………….. printed by C.P.W.D.
ii) Variations permissible on theoretical quantities

a) Cement
For works with estimated cost 3% plus / minus.
put to tender for more than Rs. 25 Lacs.
For Works with estimated cost put to
tender more than Rs. 25 Lakh 2% plus / minus
b) Bitumen for all work 2.5% plus & only nil on
minus side
c) Steel Reinforcement and structural
steel sections for each diameter,
section and category. 2% plus / minus.
d) All other materials. Nil.

SAFETY MEASURES

1.1 The issue of construction safety & standards has gained utmost importance in recent times.
Contractors must follow highest safety standards and “ZERO” tolerance towards any violation of
safety norms at the construction site. All workers of contractor and associate agencies, invariably
and at all the times, must follow all safety norms, adopt safe construction practices and use all
required safety gadgets in their working throughout the project duration.
Note : 1 The special conditions detailed above are in addition to general/ other/ additional
conditions as specified elsewhere in tender document.
Note : 2 Nothing extra shall be paid on the account of these special conditions

AE(P) 78 AE(E)(P)
Eligibility Criteria for E&M associate firms
Name of Work: Renovation and Upgradation of Modern Lab i/c Rain water harvesting and
development at existing building in IGMRI campus, PAU Ludhiana (Pb). (SH:- Electrical work)
Sl Descriptio The firm should be Estimated Similar Work Remarks
No. n/ cost put to Definition
Type of tender for the
work component
1 2 3 4 5
1 VRV/VRF Specialized agency with appropriate Rs.18,40,244/- “Similar Work The firm
System experience credentials as specified under : Shall mean should submit
Three similar works each of value not less Supply , details of
than 40% of the estimated cost put to tender Installation , experience,
for the component Testing & credentials &
Or commissioning other
Two similar works each of value not less VRV/VRF Type necessary
than 60% of the estimated cost put to tender Air- documents as
for the component Conditioning required by
Or Systems” under department for
One similar works each of value not less one agreement. approval.
than 80% of the estimated cost put to tender
for the component.
2 Fire Alarm Specialized agency with appropriate Rs.12,76,168/- “Similar Work The firm
System experience credentials as specified under : Shall mean should submit
Three similar works each of value not less Supply , details of
than 40% of the estimated cost put to tender Installation , experience,
for the component testing & credentials &
Or commissioning of other
Two similar works each of value not less Fire Alarm necessary
than 60% of the estimated cost put to tender System ” under documents as
for the component one agreement. required by
Or department for
One similar works each of value not less approval.
than 80% of the estimated cost put to tender
for the component.
3 LAN Specialized agency with appropriate Rs.3,49,461/- “Similar Work The firm
System experience credentials as specified under : Shall mean should submit
Three similar works each of value not less Supply , details of
than 40% of the estimated cost put to tender Installation , experience,
for the component testing & credentials &
Or commissioning of other
Two similar works each of value not less LAN System” necessary
than 60% of the estimated cost put to tender under one documents as
for the component agreement. required by
Or department for
One similar works each of value not less approval.
than 80% of the estimated cost put to tender
for the component.

AE(P) 79 AE(E)(P)
4 CCTV Specialized agency with appropriate Rs.7,34,683/- “Similar Work The firm
System experience credentials as specified under : Shall mean should submit
Three similar works each of value not less Supply , details of
than 40% of the estimated cost put to tender Installation , experience,
for the component testing & credentials &
Or commissioning of other
Two similar works each of value not less CCTV System” necessary
than 60% of the estimated cost put to tender under one documents as
for the component agreement. required by
Or department for
One similar works each of value not less approval.
than 80% of the estimated cost put to tender
for the component
5 EPABX Specialized agency with appropriate Rs.6,51,703/- “Similar Work The firm
System experience credentials as specified under : Shall mean should submit
Three similar works each of value not less Supply , details of
than 40% of the estimated cost put to tender Installation , experience,
for the component testing & credentials &
Or commissioning of other
Two similar works each of value not less EPBAX system” necessary
than 60% of the estimated cost put to tender under one documents as
for the component agreement. required by
Or department for
One similar works each of value not less approval.
than 80% of the estimated cost put to tender
for the component.

6 DG Set Specialized agency with appropriate Rs.20,83,078/- “Similar work The firm
experience credentials as specified under : shall mean SITC should submit
Three similar works each of value not less of DG Set work details of
than 40% of the estimated cost put to tender with capacity of experience,
for the component with capacity of individual individual DG Set credentials &
DG Set being 80% of individual capacity being 80% of other
(rounded off to next available higher individual necessary
capacity) of the equipment i.e. DG Set capacity documents as
proposed in NIT (rounded off to required by
Or next available department for
Two similar works each of value not less higher capacity) approval
than 60% of the estimated cost put to tender of the equipment
for the component with capacity of individual i.e.DG Set
DG Set being 80% of individual capacity proposed in NIT
(rounded off to next available higher .” under one
capacity) of the equipment i.e. DG Set agreement.
proposed in NIT
Or
One similar works each of value not less
than 80% of the estimated cost put to tender
for the component with capacity of individual
DG Set being 80% of individual capacity
(rounded off to next available higher
capacity) of the equipment i.e. DG Set
proposed in NIT
 The values of executed work shall be brought to current costing level by enhancing the actual value of work at simple rate of interest of
7% per annum, calculated from the date of completion to the previous day of last date of submission of tenders.
 Cost of components of work executed other than those mentioned in definition of similar work shall be deducted while arriving at the
value of similar work for eligibility. Associate Contractor shall submit self certified abstract of cost of similar components along with
supporting documents.
 The decision of the Department in approval of associate agency shall be final and binding on the contractor.

AE(P) 80 AE(E)(P)
SPECIAL CONDITIONS FOR E & M WORKS

The 1st lowest tenderer (main firm) has to submit the following documents for
association of eligible E&M contractors within one month from the date of
commencement of work.
1. The applicant should submit the willingness from eligible E&M contractors to get
associated with the applicant for execution of each E&M components of work in
wholesome manner and as per the conditions set out in the MOU to be entered into
between the one who is awarded the work and the associated eligible E&M
contractors.
2. In support of the eligibility conditions of the proposed associated E&M contractors,
copy of their registration documents, Electrical Contractor’s License, GST
Documents, Work experience certificates and other documents as required in the
eligibility conditions duly attested by the applicants (Main Contractor and associate
contractors) shall be submitted to the EE(E) who will submit these documents to the
competent authority for deciding the eligibility. Each such an E&M contractor will
certify that they are not debarred as on the day of application for sale of tender.
3. The main contractor will submit MOU (for each package) signed with eligible
registered contractors of CPWD /specialized E&M contractors. The MOU in the
enclosed form shall be signed by both the parties i.e. main contractor as 1st party
and associated E&M contractor as 2nd party.
4. In the event of the concerned E&M agency not performing satisfactorily or failure of
associate contractor to complete the E&M work, the main contractor on the written
direction of the department, shall remove the Associate contractor deployed on the
work and shall submit name of new associate who fulfill the conditions mentioned in
NIT to execute the leftover work without any loss of time or variation in cost to the
department in this regard. Such associates shall also enter into tripartite
Agreement/Contract along with the main tenderer and the departmental officer and
shall meet the entire guarantee for the equipment’s already supplied for which
payment has been released by the Deptt. in part. If any equipment supplied for the
work, during the currency of the earlier Associate contractor and paid partly by the
deptt. ,becomes redundant /not in a position to be installed and commissioned and
put to beneficial use due to change in agency for execution of E&M work, the main
contractor shall be liable for replacement of the equipment(s) at no cost to
Department. No change of E&M Contractor will be allowed without prior approval of
the Engineer-in-charge of respective component.
5. Executive Engineer (E) shall be the Engineer-in-charge as far as E&M works are
concerned. Separate tender schedule abbreviated CPWD-7 and Conditions for
E&M Works are appended with this tender It will be obligatory on the part of the
contractor/ tenderer to sign the tender documents for all the component parts.
6. The main contractor shall be responsible and liable for proper and complete
execution of all the E&M works and ensure coordination and completion of both civil
and E&M works.
7. The associate contractor shall sign a tripartite Agreement/Contract along with the
main tenderer and the departmental officer, for technical compliance of
specification, guarantee etc.
8. The associate contractor shall attend the inspection of the work by the Engineer-in-
Charge of E&M works as and when required.

AE(P) 81 AE(E)(P)
ANNEXURE-1

Clause- 10 –A & 18

List of mandatory machinery, tools and plants & testing Equipment to


be deployed by the contractor at site

1. Steel/Aluminium Ladder 1.5 m to 8 m. 2 Nos.

2. Chase cutting machines. 2Nos.

3. Electrical wire drawing equipment. 2Set.

4. Torque wrench for nut/bolt/screws. 2Nos.

5. Conduit dieset. 2Set.

6. Pipe vice. 1No.

7. Bench vice. 1No.

8. L.T.Meggar500/1000volts. 1No.

9. Tong Tester. 1No.

10. Multi meter. 1No.

11. Hydraulically operated & hand 1


No. operated crimping machine.

12. Earth tester. 1No.

13. Portable Ordinary drilling machine. 2Nos.

14. Portable Hammer drilling machine. 2Nos.

15. Overhead conduit puller. 1No.

AE(P) 82 AE(E)(P)
MEMORANDUM OF UNDERSTANDING [M.O.U] BETWEEN

(TO BE SUBMITTED BEFORE AWARD OF WORK)


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]

Name of Work:- Renovation and Upgradation of Modern Lab i/c Rain water harvesting and
development at existing building in IGMRI campus, PAU Ludhiana (Pb).
(SH:- Electrical work)
[Electrical Component only] as per schedule, specifications, terms and conditions of the
tender.
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 by the EE (E), CPWD, Jalandhar. Any of us may appeal against the
mediation to the SDG, CPWD, Chandigarh. His decision shall be final and binding on both of us. We
have agreed as under:
The associated electrical contractor will execute all electrical works in the
wholesome manner as per terms and conditions of the agreement. Any type of internal
transaction between the electrical contractor and main contractor shall be as per their
convenience and mutual understanding without involving the department. Security deposit
shall be deducted as per agreement.
1. The electrical contractor shall be liable for disciplinary action and other legal actions
as per agreement if he fails to discharge obligation as per this agreement besides
forfeiture of the security deposit.
2. 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. The site staff required for the electrical work shall be arranged by the
electrical contractor as per terms and conditions of the agreement.

SIGNATURE OFMAINCONTRACTOR SIGNATURE OFASSOCIATED


ELECTRICAL CONTRACTOR
Date Date

Place Place

COUNTERSIGNED EXECUTIVE ENGINEER (E)

AE(P) 83 AE(E)(P)
WILLINGNESS CERTIFICATE

Name of Work: Renovation and Upgradation of Modern Lab i/c Rain water harvesting and
development at existing building in IGMRI campus, PAU Ludhiana (Pb). (SH:- Electrical work)

I hereby give my willingness to work as associated contractor for 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 employee full time technically qualified supervisor for the works. I will
attend inspection of officers of the department as and when required.

Date: Signature ofContractor

AE(P) 84 AE(E)(P)
GENERAL CONDITIONS FOR ELECT. INSTALLATIONS

1. The work shall be carried as per CPWD general specification for electrical works 2023 (Internal)
&2023 part-II. (External),Part III Lifts & Escalators 2003,Part –V (Wet riser and Sprinkler system)
2020,Part-VI Fire Detection and alarm system 2018, andPart-VII (DG Sets)amended up-to-date
and in accordance to the Indian 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.
2. The tenderer should in his own interest visit the site and get familiarize with the site conditions
before tendering.
3. The material shall be procured only from the manufacturers & their authorized dealers &
documentary proof for such procurement & supply shall be produced by the contractor. Contractor
has to produce original bill/ challan/ GST paid Invoices to the Engineer-in-charge.
4. The watch andward of the installation is the responsibility of the contractor till the work is
completed and handed over. The contractor will have to make their own arrangement for stores.
5. The firm shall submit all the records such as challans, test certificates, guarantee cards,
operation and maintenance manuals and spares and tools of the original supplier to the
department.
6. Samples of all materials like conduits, accessories, switches, wires, control cables, light fittings
etc shall be submitted to the Engineer-in-charge/ site representative before installation. These
shall be submitted in two sets for approval and retention by Engineer-in-charge/ site
representative and shall be kept in their site office for reference and verification till the completion
of the Project.
7. The connection of main switches, earthing conductor and interconnections cables shall be made
by adequate rated thimbles of approved standard and makes.
8. The work is to be carried out in building having very strict regulations. The persons engaged on
works must have good character antecedents. The contractor should familiarize himself with the
process of obtaining entry passes/ entry tokens. No claim for wastage of labour due to non-
issuance of entry token/ entry passes shall be considered by the Department.
9. All materials to be used on the work shall be got approved from the Engineer-in-charge before
installation at site and the rejected material is to be removed from the site immediately.
10. The work shall be progressed with the progress of civil work. As such, the contractor doing
electrical works shall work in close coordination with casting of the slabs, erection of the walls etc.
as required. No claim of the contractor shall be entertained by the department for the idle labour.
11. The department shall not be responsible for any dispute between contractor and his staff
deployed for work.
12. The contractor shall be responsible for any damage done to the building during the execution of
the work. Damage, if any shall have to be made good by the contractor at his own cost otherwise
the same shall be got rectified made good at the risk & cost of the contractor.
13. Bad work-man-ship will not be acceptable and defect shall be rectified at contractor’s cost to the
satisfaction of the Engineer-in-charge.
14. Necessary tools and plants shall be arranged by the firm. Modern tools and equipment shall be
used for handling of cables and Machines, drilling, chiseling, and cutting etc. so that speed,
accuracy, minimum noise/vibrations/ disturbance to the building/occupants can be achieved.
15. The firm shall provide necessary barriers, warnings, signals and other safety measures to avoid
any accident. The employees of the firm are to be suitably insured against such accidents. The
department shall not be responsible for any such accidents.
16. Quantities indicated in Schedule of work are only tentative, contractor shall consult Engineer-in-
Charge before procurement. Payment shall be made only for the quantities actually
executed and measured. No claim for loss of profit due to non execution of scheduled quantity
shall be accepted. Even if, zero no. of quantity is executed for any item.
17. Layout of conduiting work shall be submitted by the contractor, 10 days before casting of slab and
approval of Engineer-in-charge is required to be obtained before start of slab work at site.
18. The concealed items like earthing, cabling, conduits etc. shall be carried out only in the presence
of duly authorized departmental staff.

AE(P) 85 AE(E)(P)
19. The site shall be cleared of malba, debris caused by working at site by the electrical contractor
without any extra cost to the department.
20. The contractor has to intimate the name of his authorized representative, who will be receiving
instructions in his absence. The contractor / his authorized representative is bound to sign the site
order book as and when required by the Engineer-in-charge and to comply with the instructions
therein.
21. The entire installations 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 installations may be taken over in parts but the decision on the same shall
rest with Engineer-in-charge which shall be binding on the contractor.
22. No joints in wiring shall be permitted anywhere, except in switch box or point outlets, ‘where
jointing of wires will be allowed with use of suitable connector & Ferrules.
23. To facilitate drawing of wires, 18 SWG GI fish wire shall be provided in recessed conduit.Conduits
laid for other services, like fire alarm, PA system etc., where wiring is not donealong EI works, fish
wire shall be invariably drawn.
24. Only FRLS wires up to 1100V Grade shall be used in wiring.
25. All hardware, fastening material viz. nuts, bolts, washers and screws etc. to be used on work shall
be of Zinc/cadmium plated iron.
26. The contractor shall have to furnish the insulation test report, earth report, alongwith all required
details of electrical load on the prescribed proforma for the electric connection from Supply
Company.
27. The offer shall includes all charges for packing, handling, freight, insurance, loading, unloading,
stacking etc. for the material.
28. Work shall generally be carried out during working hours. However, as per the Departments
requirement the working hours shall be extended without any extra claim.
29. The person employed for the work has no right to claim the employment in the department. Such
type of claim shall be borne by the contractor.
30. For point wiring in steel conduit all piano type switch or all modular type
switches/sockets/telephone outlets/T.V. outlets shall be of only one make.
31. Panels: All types of panel shall be fabricated from approved firms and strictly as per CPWD
specifications. The drawing of panel boards must be got approved from Engineer – in –charge
before fabrication work.
32. LT panel shall be cubical type with IP 42 protection class and fabricated from approved fabricator
as per accepted list attached.
33. The breaking capacity of MCCB for all types of panel boards except DBs shall be as per fault level
of that location. The rated service breaking capacity should be equal to rate ultimate breaking
capacities (Ics=Icu=100%).
34. All 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.
35. Copper wire shall be FRLS PVC insulated multi-stranded conductor. Termination of multi-
stranded conductors shall be done using crimping type thimbles at both the ends. Nothing extra
shall be paid for the same.
36. The MCB distribution boards shall be factory fabricated in the works of the manufacturer of the
MCB’s of any of the makes specified. The MCBs and the MCB distribution board shall be of the
same make as per direction of Engineer-in-Charge.
37. The connection between incoming switch / isolator and bus bar shall be made withsuitable size of
thimble and cable.
38. All connections to MCB’s shall be made using thimble/lugs.
39. Release of Security Deposit after the warranty period of LED fittings/LED lamps the following
conditions will be implied :-
i) All the LED Bulbs/ LED Fittings shall be guaranteed for a period of 5 years.
ii) 5% total value of LED Fittings items from Final bill will be withheld and shall be refunded year
wise proportionately.

AE(P) 86 AE(E)(P)
40. Warranty certificate for all the LED Fittings shall be submitted on the letterhead of OEM Company.
Dealer warranty shall not be acceptable.
41. All lighting fixtures should be LED type and CRI >80, THD<10%, LM 79 & LM 80 test report from
NABL accredited lab should be submitted by the agency. Colour temperature may be
3000/4000/6000K as per site requirement.
42. Cost of all the necessary tests of Electrical installation will be borne by the agency. Nothing extra
shall be paid on this account.
43. Payment Terms
The following percentage of contract rates shall be payable against the stages of
work shown herein:
i) 70% against supply of material at site.
ii) 10% after installation.
iii) 15% after complete Testing and Commissioning
iv) 5% after complete handing over of the installations in all respect

AE(P) 87 AE(E)(P)
LIST OF APPROVED MAKES
Name of Work:-Renovation and Upgradation of Modern Lab i/c Rain water harvesting and
development at existing building in IGMRI campus, PAU Ludhiana (Pb). (SH:- Electrical work)

If any make stated below does not comply with the technical specifications given in the tender then such
a make cannot be supplied.
S.No. DESCRIPTION MAKE
1 PVC insulated copper conductor FRLS Havells/ Polycab/ RR Kabel /
wires / Telephone Cable Grandlay/Rallison/ Bonton/ Belden
2 XLPE insulated aluminium / copper Havells/ Polycab/ RR Kabel /
conductor armoured /unarmoured power Grandlay/Rallison/ Bonton
cable of 1.1 KV grade
3 Modular type switch-socket, Modular GI Legrand -Arteor / Schneider-Zencelo /
Box & sheet & accessories Anchor-Ave / Honeywell: Blenze Plus / ABB:
Tvisha / Crabtree – Verona/Wipro-Venia
4 Steel Conduit NIC / AKG / BEC/Vimco/ RMCON
5 Conduit Accessories ISI marked
6 PVC Conduit AKG/Precision/ BEC/ Norpack
7 Air Circuit Breakers Siemens (3WL) / L & T (U Power) /
Schneider Electric (Masterpact)/ ABB(E-
MAX)/Legrand.
8 MCB/ Isolator/ RCCB Legrand DX3 / Schneider Acti9 / Siemens
Betaguard or equivalent in L&T/ABB
9 MCCB Legrand (DPX3) / Schneider Electric (NSX) /
Siemens (VJ/VA)/ L&T-(DSine)/ABB (TMax)
10 MCB DB Legrand(Ekinox3) / Schneider(Acti-9) /
Siemens (Betagard) or equivalent in L&T/ ABB
11 LED Type Light Fitting / Batten Fitting / Philips / Trilux / Havells/ Wipro/ Lighting
Downlighter / Mirror Light / Street light / Technologies// Crompton
Flood Light / Post top Lantern/ Bulk
Head/Bollard light/ Solar street light/ Led
Lamp
12 Ceiling Fan/ Wall Fan/ Exhaust Fan/ Crompton / Havells / Khaitan/ Bajaj/ / Usha/
ventilator/Fresh Air Fan/ Air Circulator Atomberg/ Superfan/ Orient/ Almonard
13 Bus Trunking/Rising Main, End feed unit,
Legrand/ Schneider / ABB/Siemens
Plug in Box etc.
14 DLP U-PVC Trunking Legrand/ Honeywell/ Obo betterman/
Schneider
15 DWC HDPE Pipe (ISI marked) Rex /Duraline/Gemini with ISI mark
16 Cable Tray Legrand/
PILCO/Stealways/Slotco/Apex/Indiana
17 High Mast/ Street light pole/Bracket Jindal Power Corp./ Surya Roshni/ Crompton/
Twinkle-Luxmax/ Hi-lite/ Bajaj
18 UPS Legrand(Numeric) /Mitsubishi /APC
Schneider
19 Exide/Cummins/Amar
Battery raja/Luminous/Standard Frukwa
Having two years warrantee
20 LT Panel /Capacitor Panel/ Feeder Pillar Milestone/ Tricolite/ Legrand/ Pristine/
Neptune/ M/s R.P Control/ M/s Standard
Control Panel Pvt. Ltd/ Relec/ Application
AE(P) 88 AE(E)(P)
Control Panels/ M/s Precision system control.
21 Automatic Transfer Switch Legrand/ Asco/ Catterpillar/ Socomec/ L&T/
ABB/ Siemens
22 Digital Panel Meters/ Multifunction Meters Siemens/Schneider Electric/ Conzerv /
Krykard /Enercon/Neptune/ ABB
23 M.V. Power Capacitors / Schneider Electric/ ABB/ Malde(Momaya) /
Harmonic Block Reactor Universal / Neptune/L&T/ Pristine/Milestone
24 Numerical Relays Schneider Electric /ABB/Siemens/ L&T
25 Indicating Lamps L & T / Siemens / GE / AE / IMP/ BCH
/Schneider/ Telemechanique / ABB
26 Selector Switches L & T / ABB / Siemens/ BCH / Schneider
Electric/ Kaycee/ AE/ Rass Control/ Salzer.
27 Push Buttons Schneider Electric/ ABB/ Siemens / Teknic /
/ C & S/L&T
28 Contactors Siemens(Tesys) / ABB(A-Range) / L&T /
Siemens(3TF)
29 Cable Glands Comet / Jainsons/Braco/ Dowells/ Action
30 Thimbles Dowells/Action/Comet/Jainsons/Braco
31 Geyser Havells/ AO Smith/Racold/Jaquar
32 Cable Tray Obo betterman/
Pilco/Stealways/Slotco/Apex/Indiana/ AKG/
RMCON/Supertech/ Legrand
33 Any other item not covered above As per approval of the Engineer-in-charge

NOTES:-
1.) In respect of materials for which approved makes are not specified above, then proposed makes
shall be decided by the Engineer-in-Charge and as per sample approved before procurement &
Installation.
2.) The material shall be procured only from the manufacturers & their authorized dealers &
documentary proof for such procurement & supply shall be produced by the contractor.
Contractor has to produce original bill/challan to the Eng-in-charge.

AE(P) 89 AE(E)(P)
TERMS & CONDITIONS FOR VRF/VRV SYSTEM
1. The work shall be executed as per CPWD General specification for Electrical Works Part I, Part-
II, Part–IV, Part-VII and General specifications for Heating, Ventilation & Air-Conditioning
(HVAC) Works (2017) as amended up to date, IE rules, Indian Standards, as per Rules of NBC
2016 & all the amendment issued upto date and as per directions of Engineer-in-charge. These
technical specification are to be read in conjunction with above and in case of any variations;
the specification given in the tender shall be applicable.
2. In case any item/items or part of these is not covered under these specifications the same shall
be carried out as per direction of Engineer-in-charge.
3. Where-ever makes of accessories are not specified in NIT, makes as per manufacturer’s
standards are acceptable with approval of Engineer in charge.
4. The make(s) of the material to be used shall be as per list of acceptable make given below. For
items not covered in the list, the work shall be carried out as per instructions of the Engineer-in-
charge before using the material at site. Samples of material shall be got approved from
Engineer-in-charge before using the material at site.
5. Lowest tenderer will submit, along with the performance guarantee after the acceptance of
tender, an undertaking from the OEM regarding :
(a) Authorization certificate.
(b) The OEM is unconditionally support the lowest tenderer technically throughout the
execution of contract as well as for Maintenance/ Comprehensive Maintenance
Contract for the useful life of the system, and
(c) OEM provides all the spares required for healthy functioning of the equipment for at
least seven years from the date of supply of equipment.
6.
Sr.No Description Approved Makes

1 Out Door and Indoor Unit Toshiba / Mitsubishi Heavy Industries/ O General / Hitachi

2 Copper Tubes/Pipe Max Flow /Met-Tube/ Hindustan/ Rajco/ Total line/ Mandav
tubes /Jindal Refrigeration
3 GI Sheets Tata/SAIL/ Jindal Hissar(ISI Marked)

4 Factory Fabricated Duct Rolastar/, Zeco./ Nu air(Nutech)

5 Grills Diffusers/ Louvers/VAV Cosmos(Model no SL-50 ½” slot,Model no APO8/CD-18) or


Boxes equivalent models of Caryaire/Dynacraft.
6 Butterfly Valve Kirloskar/ Sant/ Advance/Audco/Castle/Honeywell

7 Fibre Glass insulation OWENS Corning/ UP Twiga/ Lloyds Insulation

8 Nitrile Rubber/ class O A-flex/K-flex/Armacell/Superloan


insulation
9 Fibre Glass UP Twiga / FGP/Lloyds Insulation

10 Cable tray Obo betterman/ Pilco/Stealways/Slotco/Apex/Indiana/ AKG/


RMCON/Supertech
11 Air Filters AAF, Anfilco, Spectrum, Termadyne

12 U PVC Pipe Precision/ Rex /Duraline /Supreme/ Gemini/ Polypack/ Prakash/


Surya/Astral/Finolex
13 Power/ Control Cables RR Kabel / Havells / Polycab / Grandlay/ Bonton/Rallison/

14 Fastener Wurth/Hilti/ Fisher/ Canon

15 Any other items not covered As per approval of the Engineer-in-charge


above
NOTES:-
1.) In respect of materials for which approved makes are not specified above, then proposed makes shall be
decided by the Engineer-in-Charge and as per sample approved before procurement & Installation.
AE(P) 90 AE(E)(P)
2.) The material shall be procured only from the manufacturers & their authorized dealers & documentary
proof for such procurement & supply shall be produced by the contractor. Contractor has to produce
original bill/challan to the Eng-in-charge.
Intelligent Addressable Fire Alarm System

A.1 Fire Alarm and PA system


The system shall be digital type and fully networkable. All fire panels shall be networked with each other
and also the fire and PA system shall be inter linked seamlessly on Ethernet communication with each
other so as in case of any emergency automatically the pre-recorded message shall be played on
defined areas speakers.

1.1 The work shall be carried out as per tender specifications and in accordance with the followings:

a) CPWD General Specifications for Electrical works Part - VI -Fire Alarm System-2018.

b) BIS Code of practice (IS: 2189 – 1988) for Selection, Installation and Maintenance of Automatic Fire
detection and Alarm system with amendments up to date.

c) CPWD General Specifications for Electrical works Part - I Internal - 2023asamended up to date.

d) CPWD General Specifications for Electrical works Part - II External - 2023asamended up to date.

1.2 The contractor shall carry out the work as per requirements of the CFO and Local body regulations
as applicable.

1.3 Inspection and Testing

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

SYSTEM DESCRIPTION

A.2 GENERAL DESCRIPTION OF INTELLIGENT FIRE ALARM SYSTEM

The Proposed Fire Detection and Early Warning System consists of Analog Addressable Detectors. All
the Analog Addressable Detectors, Addressable Manual Call Points and the Addressable input, output
Modules will be looped together and terminated onto an Analog Intelligent Addressable Main Fire Alarm
Control Panel.

A.2.1 Entire Floor area of the building shall be divided into suitable number of loops.

A.2.2Main Fire Alarm Control Panel: All the Addressable Input Modules, Addressable Output Modules,
Addressable Manual Call Points and all the Addressable Detectors shall be connected to Analog
Intelligent Addressable Panel, which will raise an alarm, in case fire is detected at any of the locations
mentioned above. It shall be provided in Fire control room.

A.2.3Sounders will be located on each floor and in the basement, ( if provided) which will be activated
in emergency. Sounder Circuit controllers shall be provided for the purpose of operating sounders at any
location on an addressable loop on the basis of command from control panel. It shall be possible to set a
unique address to the devices fed from sounder circuit controller. Controller shall monitor open/short
circuit in the wiring to the sounders as well as the external power supply to the sounders.
A.2.4 Power for Modules shall be provided from Main Fire Alarm Control panel.
A.2.5 Sounders, Battery back-up, Power Transformers, Software, and Communication link shall be
provided.

AE(P) 91 AE(E)(P)
A.2.6.The general scheme for various elements of the system is as follows:
a) Detectors to be located under the false ceiling (if provided) and distributed in open workstation areas
such that there is one detector in every 50 sq.mtr. area. The maximum distance between the
detectors shall not exceed 8 mtrs and from wall shall not exceed 4mtrs.
b) Detectors to be located above the false ceiling area where the height exceeds800mm between
ceiling and false ceiling. These detectors shall be provided with response indicators.

c) Addressable Manual Call Points shall be located near all escape routes to enable any person to raise
a fire alarm.
d) The Fire Panel that connects all the detector devices shall be capable of pooling all the points in its
loop so as to register an alarm within 3/7 seconds. The Fire Panel shall be capable of displaying the
zone/address of the occurrence of the smoke and shall be capable of initiating action like Voice
Evacuation, Activating Hooters, Dampers, Ventilation /Exhaust Fans and initiating other alarm
procedures.
e) It shall be possible to program the Fire Panel such that meaningful alpha-numeric descriptions can
be assigned to each Detector Address. This shall be useful in identifying the location of Fire very
quickly and easily.
f) Output Modules shall be logically attached to particular AHU or Fans. As soon as Fire/Smoke is
detected in a particular area, the Fire Panel through its soft ware shall activate the appropriate
Output Module program linked to the affected area.

AE(P) 92 AE(E)(P)
LIST OF APPROVED MAKES – FOR FIRE ALARM WORKS
B.1 The equipment and materials to be used in the execution of this contract shall be selected from the
following list unless otherwise specifically agreed by Engineer-in-charge.
B.2 Any equipment or material not specified under here but required for execution of the work shall be
as per Technical Specification, of best quality, preferably with ISI approval and from reputed
manufacturer for which the prior approval of the Engineer-in-Charge is required.

Fire Alarm System

Sr. No. Description Approved Make


Intelligent Addressable Main Fire Alarm
1 Control Panel with battery charger and
Repeater Panels
2 Addressable Thermal Detectors
Addressable Multi Criteria Photo Electric
3
Smoke cum Heat Detectors
4 Response indicator
5 Addressable Manual call Box. Notifier / Honeywell/ Bosch / Tyco /Edwards
6 / Siemens/ Hochiki/ Notofire
Addressable Optical Smoke Detectors
7 Addressable Input Module
8 Addressable Output Module
9 Addressable Fault Isolator
10 Addressable horn cum strobe

11 Bose / Bosch / D&B Audio Technik /


Ceiling speaker
Honeywell
12 Digital audio Amplifier Honeywell / Bosch / Yamaha
13 Notifier/Honeywell Variodyn / Bosch Paviro
Digital Voice alarm Controller
/ Yamaha PX5/ Notofire
14 Glolite / Mr. Lite / Insta Power /Prolite/
Safety / Exit Signages
Eaton
15 Fire Extinguishers Lifeguard/ Minimax/Superex/Newage/ sefire
Safex/ Omex
16 Fire survival cable Lapp Kabel / Pirelli / Belden / Polycab/ RR
Kabel / Havells/ Atlanta Tele cables
17 Any other item not covered above As per approval of the Engineer-in-charge
NOTES:-
1.) In respect of materials for which approved makes are not specified above, then proposed makes
shall be decided by the Engineer-in-Charge and as per sample approved before procurement &
Installation.
2.) The material shall be procured only from the manufacturers & their authorized dealers &
documentary proof for such procurement & supply shall be produced by the contractor.
Contractor has to produce original bill/challan to the Eng-in-charge.

AE(P) 93 AE(E)(P)
LAN & NETWORKING

7. The work shall be carried as per CPWD general specification for Electrical works 2023 (Internal) &
2023 part-II. (External) amended up-to-date and in accordance to the Indian 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.

8. The scope of work includes complete Nodes for Computer LAN and Wi-Fi System, Networking
Switches, Soft wares, Cat 6A &Fibre Optic Cables, Patch Panel, Patch Cords, Racks etc.

9. The Fibre Optic Cable should be (24 Core Single Mode Fibre) connected from existing node as
decided by client department which is available to the nearest point.

10. All the Indoor and Outdoor Access Points should be provided in such a way that the range will cover
every area.

11. Lowest tenderer will submit, along with the performance guarantee after the acceptance of tender,
an undertaking from the OEM regarding :

(b) Authorization certificate.


(b) The OEM is unconditionally support the lowest tenderer technically throughout the
execution of contract as well as for Maintenance/ Comprehensive Maintenance
Contract for the useful life of the system, and
(c) OEM provides all the spares required for healthy functioning of the equipment for at
least seven years from the date of supply of equipment.

LIST OF APPROVED MAKES FOR LAN SYSTEM

If any make stated below does not comply with the technical specifications given in the tender
then such a make cannot be supplied.

S.No. DESCRIPTION MAKE


1 Data Switches, receiver, media converter Cisco/HP/Alcatel-Lucent
2 Cat-6A Cable, Wires & Fiber Optic Cable Molex/ Digilink/Systimax/ Belden/Legrand
3 Racks APW President/HCL/Rittal/Valrack/ D Link
4 Thimbles Dowells/ Action/Comet/Jainsons/Braco
5 Any other item not covered above As per approval of the Engineer-in-charge

NOTES :-
1.) In respect of materials for which approved makes are not specified above, then proposed makes
shall be decided by the Engineer-in-Charge and as per sample approved before procurement &
Installation.
2.) The material shall be procured only from the manufacturers & their authorized dealers &
documentary proof for such procurement & supply shall be produced by the contractor.
Contractor has to produce original bill/challan to the Eng-in-charge.

AE(P) 94 AE(E)(P)
IP Based CCTV

1 The work shall be executed as per CPWD General specification for Electrical Works 2023Part
I& Part II as amended up to date, IE rules, Indian Standards, as per Rules of NBC 2016 & all
the amendment issued upto date and as per directions of Engineer-in-charge.

2 In case any item/items or part of these is not covered under these specifications the same shall
be carried out as per direction of Engineer-in-charge.

3 Where-ever makes of accessories are not specified in NIT, makes as per manufacturer’s
standards are acceptable with approval of Engineer in charge.

4 The make(s) of the material to be used shall be as per list of acceptable make given below. For
items not covered in the list, the work shall be carried out as per instructions of the Engineer-in-
charge before using the material at site. Samples of material shall be got approved from
Engineer-in-charge before using the material at site.

5 The contractor is advised to visit the site before quoting the rates, anything extra required /
hindrances, to commission the CCTV system will be responsibility of the contractor and nothing
extra will be paid.

6 All the materials, whatsoever, to be supplied and provided by the contractor should be of
standard and approved quality. These should be got approved from the Engineer-in-Charge of
his authorized representative before installation. No payment will be made for any unapproved
or sub standard/ rejected materials used on the work. Rejected materials should be removed
from the site of work within 48 hours failing which the same will be liable for removal by the
department at the risk and cost of contractor without any liability.

7 All the equipment connected with the Surveillance/ CCTV System will be the absolute
responsibility of contactor to rectify the damage during execution of work.

8 The contractor shall keep sufficient spares at the site after the completion of work till
Warrantee period from the date of completion.
9 Operational Training shall be provided to at least two personnel nominated by the engineer-in-
charge including trouble shooting training for a minimum period of 7 days.

10. Lowest tenderer will submit, along with the performance guarantee after the acceptance of
tender, an undertaking from the OEM regarding :

(c) Authorization certificate.


(b) The OEM is unconditionally support the lowest tenderer technically throughout the
execution of contract as well as for Maintenance/ Comprehensive Maintenance
Contract for the useful life of the system, and
(c) OEM provides all the spares required for healthy functioning of the equipment for at
least seven years from the date of supply of equipment.

AE(P) 95 AE(E)(P)
APPROVED MAKE- CCTV SYSTEM

S.No Item Approved Make


1. CCTV Cameras Pelco / Bosch/Axis/Avigilon/Honeywell

2. Network Video Recorder Pelco / Bosch/IBM/HP/Netapp/ Honeywell


3. Workstation Dell/HP/Lenovo
4. Hard disk WD / Seagate / Toshiba / HP
5. LED screens /Monitor Panasonic/Samsung/Christie/Sony
6. Racks APW/ Rittal/Valrack/Netrack/ President/ D Link

7. Modular Jack Panel, Patch


panel, UTPjumper, UTP Panel, Legrand/ Siemens/ Commscope/ Systimax/
UTP Keystone/ Patch Cord, LIU Schneider/ Belden

8. Any other item not covered


above As per approval of the Engineer-in-charge

NOTES :-
1.) In respect of materials for which approved makes are not specified above, then proposed makes
shall be decided by the Engineer-in-Charge and as per sample approved before procurement &
Installation.
2.) The material shall be procured only from the manufacturers & their authorized dealers &
documentary proof for such procurement & supply shall be produced by the contractor.
Contractor has to produce original bill/challan to the Eng-in-charge.

AE(P) 96 AE(E)(P)
TERMS & CONDITIONSFOR EPBAX WORK
1. The work includes supplying installation testing and Commissioning of EPBAX, LAN,
CCTV/Communication System consisting of various items as per Schedule of Quantities
including making connections in telephone sockets/exchange/tag block and giving proper
identification on wiring for easy maintenance.

2. The acceptable makes of various equipments / components / accessories have been indicated in
“Acceptable Makes” given below.

3. The makes/models and Cat. No. etc mentioned above are indicative only. The firms shall be
responsible for providing the system fulfilling the specifications, capacity and all other related
requirement of system ensuring compatibility between different items of work.

List of Acceptable Makes

Description Approved Make


Sr. No.
1 IP EPABX System Siemens / Alcatel –Lucent/Cisco

2 SIP Phone Alcatel–Lucent / Siemens / Cisco

3 Any other item not covered above As per approval of the Engineer-in-charge

NOTES :-
1.) In respect of materials for which approved makes are not specified above, then proposed makes
shall be decided by the Engineer-in-Charge and as per sample approved before procurement &
Installation.
2.) The material shall be procured only from the manufacturers & their authorized dealers &
documentary proof for such procurement & supply shall be produced by the contractor.
Contractor has to produce original bill/challan to the Eng-in-charge.

AE(P) 97 AE(E)(P)
DG Set
1.0 Design, Equipment, Selection, Deviations

The tenderer shall submit detailed schematic diagram for the approval of the Engineer-in-charge. He will
make sure that the equipment offered shall fulfil the design conditions. All the equipment’s and their
installation shall be suitable for the environmental conditions encountered at the location as indicated in
specifications. If any deviations from the tender specification are contemplated, these shall be clearly
brought out in the- tender along with the reasons for the same. If the tenderer fails to bring out specific
deviations, it will be presumed that the work shall be carried out as per tender specifications.
The tenderer shall submit the de-rating calculations for engine as well as alternator along with
supporting manufacture catalogues & model no. of Engine & Alternate or offered.
2.0 Conformity to Statutory Acts, Rules, Regulations, Standards and safety Codes.
CPWD Specifications:
The entire work shall be carried out as per following CPWD General Specifications for Electrical works
wherever applicable and as amended up-to-date.
CPWD General Specification for Electrical works (Part-VII) DG Set 2013
CPWD General Specification for Electrical works (Part-I) Internal – 2023
CPWD General Specification for Electrical works, (Part-II) External -2023
CPWD General Specification for Electrical works, (Part-IV) Sub-Station- 2013

The tender specifications wherever they differ from these specifications as indicated above, shall have
overriding value and shall be followed for this work.

Indian Electricity Act and Rules:


All electrical works in connection with installation shall be carried out in accordance with the provision of
Indian Electricity Act 2003 and Indian Electricity Rules 1956, both amended up-to date.

Indian Standards:
All the components shall confirm to relevant Indian Standard specifications, where ever existing,
amended upto date.

Fire Regulation:
The installation shall be carried out in conformity with the local Fire Regulations and Rules there under
wherever they are in force and the provisions in local bye-laws, if any.

Safety Code and Labour Regulation:


In respect of all labour employed directly or indirectly on the work for the performance of contractor’s
part of work, the contractor at his own expense, will arrange for the safety provisions as per the statutory
provisions, B.I.S. recommendations, factory act, workman’s compensation act, CPWD Code and
instructions issued from time to time. Failure to provide such safety requirements would make the
tenderer liable for penalty for Rs. 200/-for each violation. In addition the Engineer-in-Charge, shall be at
liberty to make arrangements and provide facilities as aforesaid and recover the cost from the
contractor.
The contractor shall provide necessary barriers, warning signals and other safety measures while
executing the work of DG set installation, cables etc. or wherever necessary so as to avoid accident. He
shall also indemnify CPWD against claims for compensation arising out of negligence in this respect.
Contractor shall be liable, in accordance with the Indian Law and Regulations for any accident occurring
due to any cause. The department shall not be responsible for any accident occurred or damaged
AE(P) 98 AE(E)(P)
incurred or claims arising there from during the execution of work. The contractor shall also provide all
insurance including third party insurance as may be necessary to cover the risk. No extra payment
would be made to the contractor due to the above provisions thereof.

Central Pollution Control Board (CPCB) NORMS:

The DG Sets shall meet the requirements of environmental of latest CPCB norms Part IV regarding
emission and noise norms amended upto date. The firm need to furnish the certificate of type approval
and certificate of conformity of production issued by the Central Pollution Control Board (CPCB) or any
authorized agency as prescribed in the above law.

3.0 Scope of work

The detailed scope of supply, installation, testing and commissioning includes the following:

a) 1 No. Diesel Generating Sets with 160 KVA capacity at 0.8 power factor developing 415 volts 3 phase
4 wire output with the engine and alternator mounted on common bed plate complete and all
accessories required. The DG Sets shall be capable of delivering desired KVA at0.8 P.F for the external
load after meeting its own requirement for auxiliaries etc. and after accounting for de-rating due to
various factors, site conditions.

b) Necessary acoustic enclosure.

c) Necessary piping required for Fuel, Lubricating oil system and exhaust piping.

d) Necessary Heavy duty batteries for starting including cable work.

e) Necessary control Panel as per detailed specification.

f) Necessary set of foundation bolts and suitable vibration isolation mountings.

g) Minor building work including cutting and making good of openings in wall and floors, grouting etc. as
required.

h) All clamps support etc. for all components of the installation as required.

i) Necessary earthing, comprising of system neutral earthing and loop earthing etc.

4.0 Acceptable make:


Approved makes of materials to be used in the work.

5.0 Diesel Engine

5.1 Engine rating


The engines shall be direct injection multi cylinder, vertical, 4 stroke cycles, water cooled, turbo charged
diesel engine developing suitable BHP for giving a prime power output of 160KVA at 0.8 P.F. at the load
terminals of the respective alternators (exclusive of the power requirements of auxiliaries deriving power
from the engine) (as per ISO 8528 part-I).
The engines shall be capable for delivering specified prime power rating at variable loads for PF of 0.8
lag with 10% overload available in excess of specified output for one hour in every 12 hours. The
average load factor of the engine over period of 24 hours shall be 0.85(85%) for prime power output.
The engines shall conform to BS 5514/ BS 649/ IS10000/ISO: 3046 amended upto date. The engines
shall be fitted with following accessories.
> Fly. Wheel housing & flywheel to suit single/ double bearing alternator.
AE(P) 99 AE(E)(P)
>Holset flexible coupling and guard for double bearing alternator.
> Dry type replaceable paper element air cleaner with restriction indicator(fuel ,lube oil and by-pass).
> Corrosion Inhibitor Coolant.
> An electronic speed governor(A1 class) to maintain engine speed at all conditions of load.
> M.S. sheet daily fuel service tank of suitable capacity with mounting brackets, complete with level
indicator, fuel inlet and outlet, air vent, drain plug ,inlet arrangement for direct filling and set of 5 ft long
fuel hoses .
> Motor Driven Priming Pump.
> Residential exhaust silencers with flanges.
>Self starter24 V D.C.
>Battery Charging alternator unit and voltage regulator, 1 No. 12 Volts 27 plates 180Ampere hour heavy
duty lead acid type batteries, insulated battery racks with interconnecting leads and terminals. The
connection between battery charger and batteries shall be provided with suitable copper leads with lugs
etc.
> Necessary pumps for lubricating oil, priming of engine bearing as well as fuel systematic. as required.
> Exhaust gas turbo charger with after cooler.
> Lubricating oil cooler.
> Solid State Potentiometer.
> Fuel injector.
> Fuel control solenoid.
> Fuel pump with engine speed adjustment.
> Safety controls against low lube oil pressure, high lube oil temperature, and high cooling water
temperature and fail to start.
> Base frame as per manufacturer’s specification including required nos. of anti-vibration cushy foot
mountings.
> Necessary over-speed trip on the engine.
>Exhaust piping wrapped with mineral wool / rock wool complete with aluminum cladding upto
the height of nearby building as per norms will be provided within the quoted rates of DG Set.
> Heavy Duty Radiator, radiator fan and mounting.
> Set of standard tools. All moving parts of the engine shall be mechanically guarded in such manner
that a human cannot touch any moving part.

5.1.1 The manufacturers shall furnish certificate that the engine for the DG set that it Complies with the
latest CPCB-IV Emission norms.

5.2 Governor
The Governor shall be Electronic type confirming to class A1 and shall be self contained unit capable of
monitoring speed. It shall be suitable for remote operation. This should confirm to ISO 3046 / BS 5514
with actuator as per standard design of manufacturer.

5.3 Frequency variation


The engine speed shall be so maintained that frequency variation at constant load including no load
shall remain within a band of 1% of rated frequency.

5.4 Fuel System

It shall be fed through engine driven fuel pump. A replaceable element of fuel filter shall be suitably
located to permit easy servicing. The daily service tank shall be complete with necessary supports,
gauges, connecting pipe work etc. Pipe sealant should be used for sealing all connections. No Teflon
tape is to be used.

5.5 Lubricating oil system

It shall be so designed that when the engine starts after a long shut down lubricating failure does not
occur. Necessary priming pump for the lub oil circuit shall be installed to keep bearings primed. This
pump shall be normally automatically operative on AC/DC supply available with the set.
AE(P) 100 AE(E)(P)
5.6 Starting System:-

This shall comprise of necessary set of heavy duty batteries (2nos 12 V D.C.), and suitable starter
motors, axial gear to match with the toothed ring on the fly wheel. Battery capacity shall be suitable for
meeting the needs of the starting system as well as the requirements of control panel, indications and
auxiliaries such as priming pump etc. the scope shall cover all cabling, terminals including initials
charging etc. The system shall be capable of starting the DG Set within 20-30 sec, even in winter
condition with an ambient temperature down to 0 degree C.

5.7 Piping work:-

All pipe lines and fittings and accessories required inside the enclosure and outside for exhaust piping
shall be provided by the contractor. This shall include necessary flexible pieces in the exhaust, fuel, lube
oil and water as are necessary in view of the vibration isolation requirement in the installation. Piping of
adequate size shall be used for lub. Oil of the materials as per manufacturer standard. However, only
MS pipes for the exhaust and fuel oil lines shall be used.

The pipe work shall be inclusive of all fittings and accessories required such as bends, reducers,
elbows, flanges, flexible connections, necessary hardware’s etc. The installation shall cover clamps,
supports, hangers etc. as are necessary for completing the work. Welding or brazing will be permitted in
the installation. However, the work shall be section alised with flanged connections as are necessary for
easy isolation for purposes of maintenance of unit as approved by Engineer-in-charge.

All M.S. pipe work shall be medium class. The work includes necessary lagging of exhaust pipe work
using asbestos rope.

5.8 Common bed plate

Engine and alternator shall be coupled by means of flexible coupling and both units shall be mounted on
a common bed plate together with all ancillaries to ensure perfect alignment of engine and alternator
with all minimum vibrations. The bed plate shall be such that it will be feasible to remove the engine
sump without disturbing the engine assembly. Fabricated bed plate will be acceptable. The bed plate
shall be suitable for installation on suitable anti-vibration mounting system.

5.9Exhaust System

5.9.1 Exhaust piping: All MS pipes for exhaust lines shall be confirming to relevant IS. The runs
forming part of factory assembly on the engine flexible connections upto exhaust silencer shall be
exclusive of exhaust piping item. The work includes necessary cladding of exhaust pipe and insulation
as per nomenclature of item in schedule of work. The exhaust pipe support structure shall be got
approved by engineer –in-charge before execution.

5.9.2 Exhaust system should create minimum back pressure. Number of bends should be kept minimum
and smooth bends should be used to minimize back pressure.

Pipe sleeve of large dia should be used while passing the pipe through concrete wall & gap should be
filled with ‘felt lining.

Exhaust piping inside the Acoustic Enclosure should be lagged with asbestos rope along with aluminum
sheet cladding to avoid heat in put to the enclosure.

Exhaust flexible shall have it’s free length when it is installed. ‘Class B’ MS pipes and long bend / elbows
should be used.
AE(P) 101 AE(E)(P)
The exhaust outlet should be in the direction of prevailing winds and should not allow Exhaust gases to
entire air inlet / windows etc. When tail end is horizontal, 45 Degree downward cut should be given at
the end of the pipe to avoid rain water entry into exhaust piping.
When tail end is vertical, there should be rain trap to avoid rain water entry. If rain cap is used, the
distance between exhaust pipe and rain cap should be higher than diameter of pipe. Horizontal run of
exhaust piping should slope downwards away from engine to the condensate trap. Silencer should be
installed with drain plug at bottom. Optimum Silencer Location: Location of the silencer in exhaust
system has very definite influence on both reduction of noise and back pressure imposed on the system
.Care should be taken to ensure that no carbon particle emitted due to exhaust leaking enter sand
deposits on alternator windings and on open connections.
Support to exhaust piping: Exhaust piping should be supported in such manner that load of exhaust
piping is not exerted to turbo charger.

5.10 3 Monitoring and metering facilities Microprocessor based Network communication module
should be provided for generator set monitoring ,metering, protection and control. It should be able to
offer advanced levels off function is for reliability and optimum gen set performance. It should be able to
address the functions of voltage regulator, governor control and protective relays. The control system
should have easy servicing capabilities that allows system parameters to be interrogated, monitored
and adjusted with PC .It should have the facilities for monitoring and annunciation of the following
parameters:

PARAMETERS which are to be monitored:

a)Voltage(3-phase) ;b) Current(3-phase) ; c)Percentage Current; d)Percent Load; e)Power Factor


;f)Frequency ; g)Real Power; h) Energy; i) Ground Fault ; j) High/Low A.C Voltage ; k)Reverse KW ;l)
Reverse KVAR ; m) Overload ;n)Engine speed; o) Engine speed ;p) Engine Temperature(L &R) ; q)
Exhaust temperature(L&R) ; r)Oil pressure ; s) Oil temperature ; t) Low/High battery voltage ;u) Run
Time ; v) Pre-low oil pressure ; w) Pre high engine temperature ; x) Over speed ; Low coolant level ; y)
Low fuel level & z) AC charger failure.

PARAMETERS for which annunciation is required:

a) High battery voltage ;b) Low battery voltage ; c) Genset running ; d) Pre-low oil pressure ;e) High
engine temp ; f) low engine temperature ; g) over speed ; h) fail to start ;i) not in automatic; j) low fuel ; k)
low coolant level

PARAMETERS for which alarm is required:

a) High A.C voltage; b) Low AC Voltage ; c)Under frequency ; d) over current ; e) short circuit; f)Loss of
field ; g) Fail to close ; h) overload ; i) Emergency stop ; j)Communication failure.

6.0 Air System


It is preferable to provide vacuum indicator with all engines to indicate choked filter.
Maximum air intake restrictions with clean and choked filters should be within prescribed limit as per
OEM / manufacturer recommendation for particular model of the engine. Genset should be supplied with
medium duty air cleaners.

7.0 Cooling System

System should be designed for ambient temperature of 40 Deg. C.

Coolant should be used mixed with additive (in suitable proportion) as per recommendation of OEM /
Manufacturer for various engine models.

AE(P) 102 AE(E)(P)


Radiator fan flow should be free from any obstruction.

8.0 Alternator

8.1 Synchronous Alternator: Self/Separately excited, screen protected, self regulated, brush less
alternator, Horizontal foot mounted in single bearing construction suitable for the following:

Rated PF: 0.8 (lag)

Rated voltage: 415 Volts

Rated frequency: 50 Hz

No. of phases: 3

Enclosure: SPDP

Degree of protection: IP-23

Ventilation : Self ventilated air cooled

Ambient Temperature : 43 deg C maximum

Insulation class : H

Temperature Rise : Within class H limits at rated load

Voltage Regulation : 0.5%

Winding Pitch : 2/3 Pitch

Stator Winding : Double layer lap

Wave form distortion : No load < 1.8%, non distorting balanced linear load<5%

Overload duration / capacity : 10% for one hour in every 12 hours of continuoususe.

Total Harmonic Factor : Better than 2%.


Excitation : Separately excited.

Type of AVR : Electronic

Type of Bearing and Lubrication: Anti-friction bearing with Grease Lubrication arrangement

Standard : BS:5000/IS – 4722 & IEC : 34 as amended Up to date.

Alternator should be able to deliver out put rating at 43 deg C. ambient at1000 meter altitude at MSL &
at 50% RH.

8.2 Excitation: The alternator shall be brushless type and shall be SELF/separately excited self
regulated having static excitation facility. The rectifier shall be suitable operation at high ambient
temperature at site.

a)There should be a separate source of exciter field power from a small permanent magnet field a.c
generator mounted on the same shaft as the main machine which would act as the separately excited
system.
AE(P) 103 AE(E)(P)
b) The permanent magnet will produce an output voltage which is only dependent on speed and is
independent of the load conditions. This constant output voltage is required to be fed to the exciter field
through the AVR.

c)By comparing the main output sensed voltage the AVR decides on the proportion of Permanent
magnet machine output to Rectify and feed to the exciter field.

d) The exciter rotor output should then increase, establishing a strong main field and therefore a marked
increase in main output voltage.

e) The AVR should sense and compare voltages and adjust exciter field excitation until desired output
voltage is developed.

8.3 Automatic Voltage regulators (AVR):


a) Fully encapsulated AVR capable of withstanding humid and corrosive atmosphere conditions.

b) Soft start circuitry to be provided for smooth controlled build up of generator output voltage.

c) Remote voltage adjustment facility is to be provided.

d) Under frequency protection to be provided.

8.4 Fault Tripping: In the event of any fault e.g over voltage / high bearing temperature high winding
temperature or an external fault, the AVR shall remove the excitation voltage to the alternator. An
emergency trip shall also be provided.

8.5 Standards: the alternator shall be in accordance with the following standards as are applicable. IS:
4722/BS: 2613 / 1970. the performance of rotating electrical machine. IS: 4889/ BS: 269 rules for
method of declaring efficiency of electrical machine. Performance: Voltage dip shall not exceed 20% of
the rated voltage for any step load or transient load as per ISO:8528 (part I). The winding shall not
develop hot spots exceeding safe limits due to imbalance of 20% between any two phases from no load
to full load.

The generator shall preferable by capable of withstanding a current equal 1.5 times the rated current for
a period of not more than 15 second as required vide clause 14.1.1 of IS4722: 1992

The performance characteristics of the alternator shall be as below:


(a) Efficiency at full load 0.8 PF not less than 93.5%
(b) Total Harmonic distortion factor Less than 2%
(c) (i) 10% overload One hour in every 12 hrs of continuous use.
(ii) 50% overload 15 sec

8.6 Terminal Boxes: terminal boxes shall be suitable for terminating minimum 8 nos of400 sqmm
aluminium cables. The terminal box shall be suitable to withstand the mechanical and terminal stresses
developed due to any short circuit at the terminals.

8.7 Earth terminals:2 nos. earth terminals on opposite site with vibration proof connections, non-ferrous
hardware etc. with galvanized plate and passivized washer of minimum size12mm dia hole shall be
provided.

8.8 Space Heaters: ALTERNATORS should be provided with suitable space heaters to maintain the
winding temperature automatically such that it does not absorb moisture during long idle periods. The
heater terminals shall be brought to a separate terminal box suitable for 230 V AC supply and a
permanent caution notice shall be displayed.
AE(P) 104 AE(E)(P)
8.9 The alternator should be fitted with suitable nos. Resistance Temperature Device (RTD) & Bearing
Temperature Device (BTD) along with space heaters. The terminal of space heaters will be wired to
terminal box and the temperature scanner shall be provided in control panel for scaling the winding and
bearing temperature.

9.0 Battery / Electrical System

9.1 Batteries supplied with Genset are generally dry and uncharged. First charging of uncharged
batteries is very important and should be done from authorized battery charging centre. Initial charging
should be done for 72 – 80- hours.

Batteries should be placed on insulated stands and relatively at cool place.

The battery should be (1No.) 180 AH capacity 12 Volt, 27 plate and the size of copper conductor battery
cable should be of 50 sq.mm.

10.0 Cabling

Power cabling between alternator to Main panel should be done with 4 Nos. 4 core 240sq.mm
aluminium conductor armoured cable Multi core armoured copper cable should be used for inter
connecting the engine controls with the switch gear and other equipments.

It is recommended to support output cables on separate structure on ground so that weights of cables
should not fall on alternator / base rail.

11.0 Foundation

The Genset is to be installed on the existing foundation. Genset should be mounted on AVM’s inside the
enclosure.

12.0 Acoustic enclosure:

13.1 The enclosure shall be made of such suppliers, who are approved / certified by CPCB.

The canopy will enclose the following items inside: -


Diesel Engine.
Alternator.
Control Panel.
2nos 12 Volt Starting Battery.
Daily service fuel tank.
Other accessories so that the DG set with all items and accessories could be placed in open space
without any other requirement of Diesel Generator room suitable to withstand all weather conditions.

The acoustic enclosure shall be designed and manufactured confirming to relevant standards suitable
for out door installation exposed to weather conditions, and to limit overall noise level to 75 dB (A) at a
distance of 1 mtr. from the enclosure as per CPCB- IV norms under free field conditions.

The construction should be such that it prevents entry of rain water splashing into the enclosure and
allows free & quick flow of rain water to the ground in the event of heavy rain. The detained construction
shall confirm to the details as under:

The acoustic enclosure will be made on the basis of modular construction i.e made in parts and can be
assembled or disassembled at site. All members will be properly gas keted and bolted together. The
structure should be weather proof.
AE(P) 105 AE(E)(P)
The enclosure will be totally enclosed type made of high quality CRCA sheet of thickness at least 1.6
mm on the outside cover with inside cover having not less than 0.6 mm thick perforated powder coated
CRCA sheet..

The sheet metal components shall be hot dip seven tanks pre-treated before powder coating.

The enclosure shall be powder coated (inside as well outside) with a special pure polyester based
powder. All nut and bolts / external / hardware shall be made of Stainless Steel.
Sound proofing of the enclosure shall be done with high quality Fire Retardant insulation material i.e.
Glass wool / mineral wool of minimum 100mm thickness and density of 75KG /cubic meter to 100
Kg/cubic meter for sound absorption confirming to relevant IS to reduce the sound levels as per the
CPCB norms. The sound proofing materials would be further covered with fine glass fibre cloth and
would be supported by perforated MS sheet duly powder coated.

The doors shall be gasket with high quality gaskets to prevent leakage of sound and the door handles
shall be lockable type.

The enclosure shall be provided with suitable no. of hinged type doors along the length of the enclosure
for inspection operation and maintenance purpose. Sufficient space should be provided inside the
enclosure on all sides of the DG Set for inspection, easy maintenance and repairs.

The enclosure should accommodate the daily service fuel tank of suitable capacity to make the system
compact.

There shall be a provision for filling fuel from outside the enclosure with locking arrangement. Fuel tank
should have provision for cleaning. The Fuel gauge shall have electrically operated. The fuel gauge shall
have to provided inside the enclosure. The fuel gauge should be able to show the level of the fuel even
when the DG Set is not running.
The provision of external drain plug shall be kept for draining lub oil and diesel.

Especially design attenuators shall be provided to control sound at air entry exit point.
Especially design residential silencer shall be provided within the enclosure to reduce exhaust noise.

Adequate ventilation shall be provided to meet total air requirement. Suitable numbers of axial flow
fan(with motor and auto-start arrangement) and suitable size axial flow exhaust fan of suitable diameter
to take the hot air from the enclosure complete with necessary motors and auto start arrangement shall
be provided as per the manufacturers design. The forced ventilation arrangement should be provided
with auto stop arrangement to stop after 5 minutes of the stopping of D.G. sets.

The temperature rise inside the enclosure should not be more than 50deg C for maximum ambient
above 43deg C and it should be below 10 deg C for ambient below 40 deg C.

Temperature Control Relay which continuously indicates the inside temperature of the canopy with
variable setting for tripping the generator.

There shall be a provision of emergency shut down from out side the enclosure.

Acoustic enclosure will be provided with flexible exhaust pipe connection with adequate and suitable
arrangement of mounting of the residential silencer mounted on the top and concealed in the body of the
enclosure. The exhaust pipe inside the enclosure must be lagged (except below).

The DG set will be provided with special spring mounted vibration damper to eliminate the vibration
when DG set is working on full load.

The front panel should include engine RPM meter electrically operated.
AE(P) 106 AE(E)(P)
.
There should have a provision of DC Emergency light operated automatically with door opening.

The inside of the enclosure shall be illuminated by the fluorescent tube with the help of PVC insulated
copper conductor wiring in recess conduit suitable for single phase AC supply.

To avoid re-circulation of hot air, durable sealing between radiator and canopy is must.

The acoustic enclosure should be suitable for cable connection. Such arrangements on acoustic
enclosure should be water proof and dust-proof confirming to IP-65 protection.

13.0 System Operations

13.1 Manual Mode

It should be feasible to start-up the generator set by the operator on pressing the start push button.

Three attempts starting facilities shall be operative for the start up function.

Alternator circuit breakers closing and trip operation shall also be through the operator only by pressing
the appropriate button on the panel and closure shall be feasible only after alternator has built up full
voltage. If load is already on mains, pressure on close button shall be ineffective.

Engine shut down, otherwise due to faults, shall be manual by pressing a stop button.

13.2 Engine shut down and alternator protection equipments

Following shut down and protection system shall be integrated in the control Panel.

a) Engine

Low lubricating oil pressure shut down. This shall be inoperative during up and acceleration period.
ii) High coolant (Water) temperature shut down.
iii) Engine over speed shut down.

b) Alternator protection
Overload
ii) Short circuit
iii) Earth fault
iv) Over voltage

13.3 Operating devices

A set of operation devices shall be incorporated in the front of panel as under.


a) Master Engine Control Switch
This shall cut off in “OFF” position DC control supply to the entire panel, thus preventing start-up of
engine due to any cause. However, battery charger, lamp test button for testing the healthiness of
indication lamps, DC volt meter, ammeter etc. shall be operative. It shall be feasible to lock the switch in
OFF position for maintenance and shut down purposes.
b) Necessary provision for remote monitoring of the system parameters and its integration with the BMS
system.
c) A Set of push buttons as specified.
d) Necessary battery charger with boost / trickle selector, DC voltmeter and DC ammeter.

AE(P) 107 AE(E)(P)


14.0 Inspection and Testing
The successful tenderer will arrange staff / fuel / POL for test run at his cost.
Testing shall necessarily be carried out at factory / manufacturer premises in presence of representative
of the department.
For testing following procedure will be followed:

All major items / equipments i.e. engine and alternator in assembled condition, associated electrical
control panels etc. shall be offered for inspection and testing at factory / manufacturers works. The
successful tenderer shall give a notice of minimum two weeks for carrying out such tests. The Engineer-
in-charge / or his authorized representative shall witness such inspection & testing at mutually agreed
date. The cost of the Deptt’s representative’s visit to the factory will be borne by the Department.
The department also reserves the right to inspect the fabrication job at factory and successful tenderer
has to make arrangements for the same.

DG set will be tested on load of unity power factor for the rated KW rating. During testing, the DG set
covered under scope of the work, shall be operated for a period of 12 hours on the rated KW at DG set’s
KW rating i/c 1 hour of 10% over load after continuous run of the12 hours. During testing all controls /
operations safeties will be checked and proper record will be maintained. Any defect / abnormality
noticed during testing shall be rectified.

The testing will be declared successful only when no abnormality / failure is noticed during the testing.
The DG set will be cleared for despatch to site only when the testing is declared successful by
authorised representative / Engineer-in-charge.

15.0 Battery and Electrical System

15.1 Batteries supplied with Genset are generally dry and uncharged. First charging of uncharged
batteries is very important and should be done from authorized battery charging centre. Initial charging
should be done for 72-80 hours.

15.2 Batteries should be placed on stands and relatively in cool place.


16.0 Earthing system
6

16.1 Copper earth plate electrode 4 Nos. – 2 Nos. for neutral earthing of each alternator as per CPWD
General Specification Part-I Internal 2023 and 2 Nos. for body earthing.

16.2 The naked portion of the earth lead for neutral earthing of the alternator inside the enclosure shall
be provided with PVC sleeve covering at no extra cost by the contractor.

17. Lowest tenderer will submit, along with the performance guarantee after the acceptance of tender,
an undertaking from the OEM regarding :

(d) Authorization certificate.


(b) The OEM is unconditionally support the lowest tenderer technically throughout the
execution of contract as well as for Maintenance/ Comprehensive Maintenance
Contract for the useful life of the system, and
(c) OEM provides all the spares required for healthy functioning of the equipment for at
least seven years from the date of supply of equipment.

AE(P) 108 AE(E)(P)


LIST OF ACCEPTABLE MAKES OF MATERIALS FOR DG SET WORK

S.No. ITEM MAKES

1. DIESEL ENGINE CUMMINS/ CATERPILLAR/ PERKINS /SUDHIR/ VOLVA


PENTA/ KIRLOSKAR/ GREAVES COTTON
2. ALTERNATOR STAMFORD/LOREYSOMERS/CROMPTON/KIRLOSKAR
3. BATTERY CHARGER AS PER OEM/OEA
4. AUTOMATIC SCHNEIDER/HPL/ESCO (EMERSON)/ABB
TRANSFER SWITCH
5. G.I. PIPE/ MS PIPE TATA/JINDAL (HISSAR)/ SAIL
6. LOAD MANAGER CONZERV/KRYKARD/ENERCON/NEPTUNE

7. ACB : L&T (UPOWER)/SIEMENS(3WL)/SCHNEIDER(MAST


ERPACT NW).
8. SELECTOR SWITCH L&T, GE, KAYCEE, AE, IMP, RASS CONTROL,
SALZER..
9. CT’S AE, KAPPA, L&T,C&S..
10. CABLE LUGS DOWELL, MULTI.
11. BATTERIES EXIDE, AMARON, GLOBAL YUWASA/ SF SONIC
Any other item not
12 As per approval of the Engineer-in-charge
covered above

NOTES :-
1.) In respect of materials for which approved makes are not specified above, then proposed makes
shall be decided by the Engineer-in-Charge and as per sample approved before procurement &
Installation.
2.) The material shall be procured only from the manufacturers & their authorized dealers &
documentary proof for such procurement & supply shall be produced by the contractor.
Contractor has to produce original bill/challan to the Eng-in-charge.

AE(P) 109 AE(E)(P)


Government of India Public Works
Department

Name of work: Renovation & upgradation of Modern Lab i/c Rain water
harvesting work & development at Existing building in IGMRI
campus, PAU Ludhiana (Punjab).

PART -D
Schedule of Qty.
Civil & Electrical work

AE(P) 110 AE(E)(P)


Schedule of Quantity(Civil Work)
Name of work:- Renovation & upgradation of Modern Lab i/c Rain water harvesting work &
development at Existing building in IGMRI campus, PAU Ludhiana (Punjab).
SLNo Description Qty Unit Rate Amount
1 Earth work in surface excavation not exceeding
30 cm in depth but exceeding 1.5 m in width as
well as 10 sqm on plan including getting out and
disposal of excavated earth upto 50 m and lift
upto 1.5 m, as directed by Engineer-in- Charge:
1.1 All kinds of soil. 2500.00 sqm 129.85 324625.00

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
lift upto 1.5 m, as directed by Engineer-incharge.
2.1 All kinds of soil 150.00 cum 177.50 26625.00

3 Earth work in excavation by mechanical means


(Hydraulic excavator) / manual means in
foundation trenches or drains (not exceeding 1.5
m in width or 10 sqm on plan), including
dressing of sides and ramming of bottoms, lift
upto 1.5 m, including getting out the excavated
soil and disposal of surplus excavated soil as
directed, within a lead of 50 m.
3.1 All kinds of soil 50.00 cum 260.30 13015.00

4 Excavating trenches of required width for pipes,


cables, etc. including excavation for sockets,
and dressing of sides, ramming of bottoms,
depth upto1.50m including getting out the
excavated soil, and then returning the soil as
required, in layers not exceeding 20cm in depth
including consolidating each deposited layer by
ramming watering, etc. and disposing of surplus
excavated soil as directed, within a lead of 50m
4.1 All kinds of soil.
4.1.1 Pipes, cables etc. exceeding 80 mm dia. but not
exceeding 300 mm dia 650.00 metre 352.15 228898.00

5 Filling available excavated earth (excluding rock)


in trenches, plinth, sides of foundation etc. in
layers not exceeding 20cm in depth,
consolidating each deposited layer by ramming
and watering, lead up to 50m and lift up to 1.5m. 100.00 cum 196.00 19600.00

6 Extra for every additional lift of 1.5 m or part


thereof in excavation / banking excavated or
stacked materials.
6.1 All kinds of soil 150.00 cum 126.80 19020.00

7 Supplying and filling in plinth with sand under


floors including watering, ramming consolidating 100.00 cum 2123.75 212375.00
AE(P) 111 AE(E)(P)
and dressing complete.

8 Supplying chemical emulsion in sealed


containers including delivery as specified
8.1 Chlorpyriphos/ Lindane /PREMOS
(MEMIDACHLOROPID) emulsifiable
concentrate of 20% 50.00 litre 234.75 11738.00

9 Diluting and injecting chemical emulsion for


POST-CONSTRUCTIONAL anti-termite
treatment (excluding the cost of chemical
emulsion) :
9.1 Treatment of existing masonry using chemical
emulsion @ one litre per hole at 300 mm interval
including drilling holes at 45 degree and
plugging them with cement mortar 1:2 (1 cement
: 2 coarse sand) to the full depth of the hole :
9.1.1 With Chlorpyriphos/ Lindane /PREMOS
(MEMIDACHLOROPID)emulsifiable concentrate
of 20%with 1% concentration 600.00 metre 43.00 25800.00

10 Providing and laying in position cement concrete


of specified grade excluding the cost of
centering and shuttering - All work up to plinth
level sides of foundations etc. in layers not
exceeding 20cm in depth,
10.1 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) 50.00 cum 7878.50 393925.00
10.2 1:5:10 (1 cement : 5 coarse sand (zone-III)
derived from natural sources : 10 graded stone
aggregate 40mm nominal size (derived from
natural sources ). 150.00 cum 6518.60 977790.00

11 Centering and shuttering including strutting,


propping etc. and removal of form work for :
11.1 Foundations, footings, bases for columns 13.00 sqm 392.15 5098.00

12 Providing and laying damp-proof course 40mm


thick with cement concrete 1:2:4 (1 cement : 2
coarse sand (Zone III) derived from natural
sources : 4 graded stone aggregate 12.5mm
nominal size derived from natural sources). 10.00 sqm 410.85 4109.00

13 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 a piece of cloth lightly soaked in kerosene
oil. 10.00 sqm 146.15 1462.00

AE(P) 112 AE(E)(P)


14 Making plinth protection 50mm thick of cement
concrete 1:3:6 (1 cement : 3 coarse sand
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 leveling and
dressing and finishing the top smooth.
200.00 sqm 749.30 149860.00

15 Providing and laying in position specified grade


of reinforced cement concrete, excluding the
cost of centering, shuttering, finishing and
reinforcement - All work up to plinth level :
15.1 1:1.5:3 (1 cement : 1.5 coarse sand (zone-III)
derived from natural sources : 3 graded stone
aggregate 20 mm nominal size de rived from
natural sources) 50.00 cum 9045.75 452288.00

16 Add for plaster drip course/ groove in plastered


surface or moulding to R.C.C. projections 300.00 metre 78.40 23520.00

17 Reinforced cement concrete work in beams,


suspended floors, roofs having slope up to 15″
landings, balconies, shelves, chajjas, lintels,
bands, plain window sills, staircases and spiral
stair cases above plinth level up to floor five
level, excluding the cost of centering, shuttering,
finishing and reinforcement with 1:1.5:3 (1
cement: 1.5 coarse sand(zone-Ill) derived from
natural sources: 3 graded stone aggregate 20
mm nominal size derived from natural sources). 20.00 cum 11505.50 230110.00

18 Centering and shuttering including strutting,


propping etc. and removal of form for:
18.1 Foundations, footings, bases of columns, etc. for
mass concrete. 50.00 sqm 392.15 19608.00
18.1 Walls (any thickness) including attached
pilasters, butteresses, plinth and string courses
etc. 250.00 sqm 842.50 210625.00
18.2 Suspended floors, roofs, landings, balconies and
access platform. 50.00 sqm 927.25 46363.00
18.3 Lintels, beams, plinth beams, girders,
bressumers and cantilevers. 20.00 sqm 736.40 14728.00
19 Edges of slabs and breaks in floors and walls
19.1 Under 20 cm wide 20.00 metre 208.55 4171.00

20 Steel Reinforcement for RCC work including


straightening , cutting , bending, placing in
position and binding all complete at all levels
20.1 Thermo-mechanically treated bars of grade Fe
500D or more 4800.00 kg 107.85 517680.00

21 Brick work with common burnt clay F.P.S. (non


modular) bricks of class designation 7.5 in
AE(P) 113 AE(E)(P)
foundation and plinth in:
21.1 Cement mortar 1:4 (1 cement : 4 coarse sand) 50.00 cum 7370.65 368533.00

22 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 :
22.1 Cement mortar 1:6 (1 cement : 6 coarse sand) 50.00 cum 9105.95 455298.00

23 Providing and fixing 18 mm thick gang saw cut,


mirror polished, premoulded and prepolished,
machine cut for kitchen platforms, vanity
counters, window sills, facias and similar
locations of required size,approved shade,
colour and texture laid over 20 mm thick base
cement mortar 1:4 (1 cement : 4 coarse sand),
joints treated with white cement, mixed with
matching pigment, epoxy touch ups, including
rubbing, curing, moulding and polishing to edges
to give high gloss finish etc. complete at all
levels.
23.1 Granite stone slab colour black, Cherry/Ruby red
23.2 Area of slab over 0.50 sqm 50.00 Sqm 5136.30 256815.00

24 Extra for fixing marble /granite stone, over and


above corresponding basic item, in facia and
drops of width upto 60 mm with epoxy resin
based adhesive, including cleaning etc.
complete. 70.00 metre 568.55 39799.00

25 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. 3.00 each 978.70 2936.00

26 Providing and fixing stone slab with table


rubbed, edges rounded and polished, of size
75x50 cm deep and 1.8 cm thick, fixed in
urinalpartitions 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.
26.1 Granite Stone of approved shade 5.00 Sqm 4051.85 20259.00

AE(P) 114 AE(E)(P)


27 Providing and fixing Ist quality ceramic glazed
wall tiles conforming to IS: 15622 (thickness to
be specified by the manufacturer), of
approvedmake, in all colours, shades except
burgundy, bottle green, black of any size as
approved by Engineer-in-Charge, in skirting,
risers of stepsand 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. 100.00 Sqm 1267.95 126795.00

28 Extra for providing frosted glass panes 4 mm


thick instead of ordinary float glass panes 4 mm
thick in doors, windows and clerestory window
shutters. (Area of opening for glass panes
excluding portion inside rebate shall be
measured). 50.00 sqm 176.40 8820.00

29 Providing and fixing ISI marked flush door


shutters conforming to IS : 2202 (Part I)
decorative type, core of block board construction
with frame of 1st class hard wood and well
matched teak 3 ply veneering with vertical grains
or cross bands and face veneers on both faces
of shutters.
29.1 35 mm thick including ISI marked Stainless Steel
butt hinges with necessary screws 50.00 sqm 3473.85 173693.00

30 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:
30.1 25 mm thick (for cupboard) including ISI marked
nickel plated bright finished SS piano hinges
with necessary screws 5.00 sqm 2093.70 10469.00

31 Extra for providing lipping with 2nd class teak


wood battens 35 mm minimumof 10mm depth
on all edges of flush door shutters (over all area
of door shutter to be measured). 52.00 sqm 462.35 24042.00

32 Providing & fixing oxidised MS. Tower bolts over


M.S flat of size 30x3 mm both welded to M.S
tubular steel window shutter.
32.1 100x10mm 260.00 Each 64.70 16822.00

33 Providing and fixing IS : 12817 marked stainless


steel butt hinges with stainless steel screws etc.
complete :

33.1 100X58X1.90 mm 50.00 each 107.10 5355.00


AE(P) 115 AE(E)(P)
34 Providing and fixing aluminium die cast body
tubular type universal hydraulic door closer
(having brand logo with ISI, IS : 3564, embossed
on the body, door weight upto 35 kg and door
width upto 700 mm), with necessary accessories
and screws etc. complete. 20.00 each 1124.85 22497.00

35 Providing and fixing bright finished brass hasp


and staple (safety type) with necessary screws
etc. complete :

35.1 150 mm 2.00 each 139.10 278.00

36 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 :
36.1 300x16 mm 18.00 each 303.25 5459.00
36.2 250x16 mm 5.00 each 260.60 1303.00

37 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 :
37.1 250x10 mm 10.00 each 115.15 1152.00
37.2 200x10 mm 52.00 each 99.70 5184.00
37.3 150x10 mm 24.00 each 82.55 1981.00

38 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. 2.00 each 100.80 202.00

39 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 :
39.1 125 mm 136.00 each 66.25 9010.00
39.2 100 mm 76.00 each 59.55 4526.00

40 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.
40.1 Twin rubber stopper 20.00 each 72.35 1447.00

41 Providing and fixing aluminium casement stays,


ISI marked, anodised (anodic coating not less 60.00 each 71.50 4290.00
AE(P) 116 AE(E)(P)
than grade AC 10 as per IS : 1868) transparent
or dyed to required colour and shade, with
necessary screws etc. complete.

42 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. 20.00 metre 570.95 11419.00

43 Providing and fixing to existing door frames.


43.1 30 mm thick Glass Fibre Reinforced Plastic
(FRP) panelled door shutter of required colour
and approved brand and manufacture, made
with fire - retardant grade unsaturated polyester
resin, moulded to 3 mm thick FRP laminate for
forming hollow rails and styles, with wooden
frame and suitable blocks of seasoned wood
inside at required places for fixing of fittings, cast
monolithically with 5 mm thick FRP laminate for
panels conforming to IS: 14856, including fixing
to frames. 10.00 sqm 3720.75 37208.00

44 Providing and fixing factory made Fiberglass


Reinforced plastics (F.R.P.) chajja 4 mm thick of
required colour, size and design made by Resin
Transfer Moulding (RTM) Machine Technology,
resulting in void free compact laminate in single
piece, having smooth gradual slope curvature for
easy drainage of water and duly reinforced by 2
nos vertically and 1 nos horizontally 50x2 mm
thick M.S. flat with 12 mm in built hole for
grouting on the existing wall along with the 50
mm flanges duly inserted and sealed in the wall
complete in one single piece casted
monolithically, including all necessary fittings .
The FRP Chajja should be manufactured using
unsaturated Polyester resin as per IS: 6746, duly
reinforced with fibre glass chopped strand mat
(CSM) as per IS: 11551 complete with protective
Gel coat U/V coating on Top for complete
resistance from the extreme of temperature,
weather & sunlight (Only plan area of chajjas
shall be measured for making payment). 60.00 sqm 5207.45 312447.00

45 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 :
AE(P) 117 AE(E)(P)
45.1 35 mm thick shutters
45.1.1 with ISI marked M.S. pressed butt hinges bright
finished of required size
45.1.1.1 Second class teak wood 25.00 sqm 5024.15 125604.00

46 Providing and fixing in position collapsible steel


shutters with vertical channels 20x10x2 mm and
braced with flat iron diagonals 20x5 mm size,
with top and bottom rail of T-iron 40x40x6 mm,
with 40 mm dia steel pulleys, complete with
bolts, nuts, locking arrangement, stoppers,
handles, including applying a priming coat of
approved steel primer. 25.00 sqm 11439.60 285990.00

47 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 steel primer.
47.1 Using M.S. angles 40x40x6 mm for diagonal
braces 5.00 sqm 5804.35 29022.00

48 Steel work in built up tubular (round, square or


rectangular hollow tubes etc.) trusses etc.,
including cutting, hoisting, fixing in position and
applying a priming coat of approved steel primer,
including welding and bolted with special shaped
washers etc. complete.
48.1 Hot finished welded type tubes. 1000.00 kg 194.40 194400.00

49 Steel work welded in built up sections / framed


work including cutting hoisting, fixing in position
and applying a priming coat of approved steel
primer using structural steel etc., as required.
49.1 In grills,gratings, frames, guard bar, ladders,
railings, brackets, gates and similar works
including fixing in steel windows. 2000.00 kg 172.60 345200.00

50 Providing and fixing stainless steel (Grade 304)


railing made of hollow tubes, channels, plates
etc. including welding, grinding, buffing,
polishing and making curvature (wherever
required) and fitting the same with necessary
stainless steel nuts and bolts complete i/c fixing
the railing with necessary accessories &
stainless steel dash fasteners , stainless steel
bolts etc., of required size, on the top of the floor
or the side of waist slab with suitable
arrangement as per approval of Engineer-in-
charge. (for payment purpose only weight of
stainless steel members shall be considered
excluding fixing accessories such as nuts, bolts,
fasteners etc.) 500.00 kg 772.40 386200.00

51 Providing & fixing fly proof wire gauze to


windows, clerestory windows & doors with M.S.
AE(P) 118 AE(E)(P)
Flat 15x3 mm and nuts & bolts complete.
51.1 Galvanised M.S. Wire gauze with 0.63 mm dia
wire and
1.4 mm aperture on both sides 150.00 sqm 844.70 126705.00

52 Providing & fixing glass panes with putty and


glazing clips in steel doors, windows, clerestory
windows, all complete with :
52.1 5.5 mm thick glass panes 50.00 sqm 1390.15 69508.00

53 52 mm thick cement concrete flooring with


concrete hardener topping, under layer 40 mm
thick cement concrete 1:2:4 (1 cement : 2 coarse
sand : 4 graded stone aggregate 20 mm nominal
size) and top layer 12 mm thick cement
hardener consisting of mix 1:2 (1 cement
hardener mix : 2 graded stone aggregate 6 mm
nominal size) by volume, hardening compound
mixed @ 2 litre per 50 kg of cement or as per
manufacturer's specifications. This includes cost
of cement slurry, but excluding the cost of
nosing of steps etc. complete. 600.00 sqm 978.45 587070.00

54 Chequerred precast cement concrete tiles 22


mm thick in footpath & courtyard, jointed with
neat cement slurry mixed with pigment to match
the shade of tiles, including rubbing and cleaning
etc. complete, on 20 mm thick bed of cement
mortar 1:4 (1 cement: 4 coarse sand).
54.1 Light shade pigment using white cement 100.00 sqm 1402.00 140200.00

55 Kota stone slab flooring over 20 mm (average)


thick base laid over and jointed with grey cement
slurry mixed with pigment to match the shade of
the slab, including rubbing and polishing
complete with base of cement mortar 1 : 4 (1
cement : 4 coarse sand) : (Note:- Single piece
kota stone shall be used for stair case traed &
riser for steps & other works.)
55.1 25 mm thick 50.00 sqm 1948.25 97413.00

56 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.
(Note:- Single piece kota stone shall be used for
stair case traed & riser for steps & other works.) 10.00 sqm 2354.70 23547.00

57 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 50.00 sqm 1330.00 66500.00
AE(P) 119 AE(E)(P)
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.

58 Providing and laying Vitrified tiles in floor in


different sizes (thickness to be specified by the
manufacturer) with water absorption less than
0.08% and conforming to IS:15622, of approved
brand & manufacturer, in all colours and shade,
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. The tiles must be cut with the zero
chipping diamond cutter only . Laying of tiles
will be done with the notch trowel, plier, wedge,
clips of required thickness, leveling system and
rubber mallet for placing the tiles gently and
easily.
58.1 Double charge vitrified tile polished finish of size
58.1.1 Size of Tile 600x600 mm 1017555.0
700.00 sqm 1453.65 0

59 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.
59.1 Size of Tile 600x600 mm 70.00 sqm 1623.05 113614.00

60 Grouting the joints of flooring tiles having joints


of 3 mm width, using epoxy grout mix of 0.70 kg
of organic coated filler of desired shade (0.10 kg
of hardener and 0.20 kg of resin per kg),
including filling / grouting and finishing complete
as per direction of Engineer-in-charge
60.1 Size of Tile 600x600 mm 700.00 sqm 309.05 216335.00

61 Deduct for not grouting the joints with white


cement and matching pigment in the items of
fixing of vitrified tiles. 700.00 sqm -13.30 -9310.00

62 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
AE(P) 120 AE(E)(P)
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.
62.1 Polished Granite stone slab jet Black, Cherry
Red, Elite Brown, Cat Eye or equivalent 150.00 sqm 4481.30 672195.00

63 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 10mm gap for
thermal expansion, (i) Single socketed pipes
63.1 110 mm diameter 200.00 metre 377.40 75480.00

64 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 10mm gap for thermal expansion.
64.1 Bend 87.5°
64.1.1 110 mm 44.00 each 150.35 6615.00

65 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.

65.1 110 mm 40.00 each 371.30 14852.00

66 Providing and fixing to the inlet mouth of rain


water pipe cast iron grating 15 cm diameter and
weighing not less than 440 grams. 20.00 each 54.70 1094.00

67 Providing and fixing precoated galvanised iron


profile sheets (size, shape and pitch of
corrugation as approved by Engineer-in-charge)
0.50 mm (+ 0.05 %) total coated thickness with
zinc coating 120 mgrams per sqm as per IS:
277, in 240 mpa steel grade, 5-7 microns epoxy
primer on both side of the sheet and polyester
top coat 15-18 microns. Sheet should have
protective guard film of 25 microns minimum to
avoid scratches during transportation and should
be supplied in single length upto 12 metre or as
desired by Engineerin- charge. The sheet shall
be fixed using self drilling /self tapping screws of
size (5.5x 55 mm) with EPDM seal, complete
upto any pitch in horizontal/ vertical or curved
surfaces, excluding the cost of purlins, rafters
and trusses and including cutting to size and 150.00 sqm 738.65 110798.00
AE(P) 121 AE(E)(P)
shape wherever required.

68 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 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 "T"
runners to be suspended from ceiling using GI
slotted cleats of size 27 x 37 x 25 x1.6 mm fixed
to ceiling with 12.5 mm dia 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.
68.1 GI Metal Ceiling Lay in perforated Tegular edge
global white color tiles of size 595x595 mm and
0.5 mm thick with 8 mm drop; made of GI sheet
having galvanizing of 100 gms/sqm (both sides
inclusive) and 20% perforation area with 1.8 mm
dia holes and having NRC (Noise Reduction
Coefficient ) of 0.5, electro statically polyester
powder coated of thickness 60 microns
(minimum), including factory painted after
bending and perforation, and backed with a
black Glass fiber acoustical fleece. 50.00 sqm 2068.75 103438.00

69 Providing & fixing false ceiling at all heights with


GRG (Glass Fibre Reinforced Gypsum) false
ceiling tiles of Size 595x595 mm of approved
texture, design and patterns having moisture
content less than 2%, humidity resistance of
99%, NRC0.50 to 0.75 as per IS 8225:1987,
Non combustible as per BS 476 (part 4)-1970
and light reflectance of 85% (minimum) to be
laid in true horizontal level suspended on
AE(P) 122 AE(E)(P)
interlocking metal T-Grid of hot dipped
galvanised iron section of 0.33mm thick
(galvanized @ 120 grams per sqm including
both sides) comprising of main-T runners of size
15x32 mm of length 3000 mm, cross - T of size
15x32 mm of length 1200 mm and secondary
intermediate cross-T of size 15x32 mm of length
600mm to form grid module of size 600 x 600
mm, suspended from ceiling using galvanised
mild steel items (galvanizing @ 80 grams per
sqm) i.e. 50 mm long, 8 mm outer diameter M-6
dash fasteners, 6 mm dia fully threaded hanger
rod upto 1000 mm length and L-shape level
adjuster of size 85x25x2 mm. Galvanised iron
perimeter wall angle of size 24x24x0.40 mm of
length 3000 mm to be fixed on periphery wall /
partition with the help of plastic rawl plugs at 450
mm center to center and 40 mm long dry wall
wood screws. The work shall be carried out as
per specifications, drawing and as per directions
of the Engineer-in-Charge.
69.1 With semi perforated 12 mm thick micro tegular
edged 1296435.0
GRG false ceiling tiles 700.00 sqm 1852.05 0

70 12 mm cement plaster
70.1 1:4 (1 cement : 4 coarse sand) 400.00 sqm 357.35 142940.00

71 15 mm cement plaster :
71.1 1:4 (1 cement : 4 coarse sand) 700.00 sqm 411.75 288225.00

72 6 mm cement plaster of mix :


72.1 1:3 (1 cement : 3 fine sand) 20.00 sqm 300.45 6009.00

73 Finishing walls with textured exterior paint of


required shade :
73.1 New work (Two or more coats applied @ 3.28
ltr/10 sqm) over and including priming coat of
exterior primer applied @ 2.20kg/10 sqm 1000.00 sqm 223.60 223600.00

74 Painting with synthetic enamel paint of approved


brand and manufacture to give an even shade :
74.1 Two or more coats on new work.
200.00 sqm 155.90 31180.00

75 French spirit polishing :


75.1 Two or more coats on new works including a
coat of wood filler
100.00 sqm 446.25 44625.00

76 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.
AE(P) 123 AE(E)(P)
76.1 Two or more coats 1200.00 sqm 137.45 164940.00

77 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. 2000.00 sqm 156.05 312100.00

78 Removing white or colour wash by scrapping


and sand papering and preparing the surface
smooth including necessary repairs to scratches
etc. complete 1200.00 sqm 19.75 23700.00

79 Melamine polishing on wood work (one or more


coat). 100.00 sqm 1192.30 119230.00
.
80 Repairs to plaster of thickness 12 mm to 20 mm
in patches of area 2.5 sq.meters and under,
including cutting the patch in proper shape,
raking out joints and preparing and plastering
the surface of the walls complete, including
disposal of rubbish to the dumping ground, all
complete as per direction of Engineer-in-Charge.
80.1 With cement mortar 1:4 (1cement: 4 coarse
sand) 200.00 sqm 560.50 112100.00

81 Dismantling W.C. Pan of all sizes including


disposal of dismantled materials i/c malba all
complete as per directions of Engineer-inCharge 4.00 Each 134.10 536.00

82 Demolishing cement concrete manually/ by


mechanical means including disposal of material
within 50 metres lead as per direction of
Engineer - in - charge
82.1 Nominal concrete 1:3:6 or richer mix (i/c 200.00 2434.25
equivalent
design mix) cum 486850.00

83 Demolishing R.C.C. work manually/ by


mechanical means including stacking of steel
bars and disposal of unserviceable material
within 50 metres lead as per direction of
Engineer - in- charge. 10.00 cum 3551.25 35513.00

84 Demolishing brick work manually/ by mechanical


means including stacking of serviceable material
and disposal of unserviceable material within 50
metres lead as per direction of Engineer-in-
charge.
84.1 In cement mortar 20.00 cum 2060.20 41204.00

85 Dismantling doors, windows and clerestory


windows (steel or wood) shutter including
chowkhats, architrave, holdfasts etc. complete
and stacking within 50 metres lead 40.00 Each 367.20 14688.00

AE(P) 124 AE(E)(P)


86 Dismantling cement asbestos or other hard
board ceiling or partition walls including stacking
of serviceable materials and disposal of
unserviceable materials within 50 metres lead. 1000.00 sqm 56.35 56350.00

87 Dismantling C.I. or asbestos rain water pipe with


fittings and clamps including stacking the
material within 50 metres lead
87.1 100 mm dia pipe 40.00 metre 78.00 3120.00

88 Dismantling of flexible pavement (bituminous


courses) by mechanical means and disposal of
dismantled material up to a lead of 1 kilometre,
as per direction of Engineer-in-charge.
88.1 bituminous road 15.00 sqm 428.50 6428.00

89 Dismantling old plaster or skirting raking out


joints and cleaning the surface for plaster
including disposal of rubbish to the dumping
ground within 50 metres lead. 400.00 sqm 54.65 21860.00

90 Dismantling aluminium/ Gypsum partitions,


doors, windows, fixed glazing and false ceiling
including disposal of unserviceable material and
stacking of serviceable material with in 50
meters lead as directed by Engineer-in-charge 300.00 sqm 56.35 16905.00

91 Disposal of building rubbish / malba / similar


unserviceable, dismantled or waste materials by
mechanical means, including loading,
transporting, unloading to approved municipal
dumping ground or as approved by Engineer-in-
charge, beyond 50 m initial lead, for all leads
including all lifts involved. 100.00 cum 263.95 26395.00

92 Supplying and stacking at site.


92.1 Good earth 70.00 cum 775.50 54285.00

93 Providing and laying at or near ground level


factory made kerb stone of M-25 grade cement
concrete in position to the required line, level
and curvature, jointed with cement mortar 1:3 (1
cement: 3 coarse sand), including making joints
with or without grooves (thickness of joints
except at sharp curve shall not to more than
5mm), including making drainage opening
wherever required complete etc. as per direction
of Engineer-in-charge (length of finished kerb
edging shall be measured for payment). (Precast
C.C. kerb stone shall be approved by Engineer-
in-charge). 40.00 cum 10117.60 404704.00

94 Providing and laying C.C. pavement of mix M-25


with ready mixed concrete from batching plant. 100.00 cum 9823.80 982380.00

AE(P) 125 AE(E)(P)


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-
incharge. (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).

95 Providing and laying tactile tile (for vision


impaired persons as per standards) of size
300x300x9.8mm having with water absorption
less than 0.5% and conforming to IS:15622 of
approved make in all colours and shades in for
outdoor floors such as footpath, court yard, multi
modals location etc., laid on 20mm thick base of
cement mortar 1:4 (1 cement : 4 coarse sand) in
all shapes & patterns including grouting the
joints with white cement mixed with matching
pigments etc. complete as per direction of
Engineer-in-Charge. 10.00 sqm 2017.60 20176.00

96 Providing and laying factory made chamfered


edge Cement Concrete paver blocks in footpath,
parks, lawns, drive ways or light traffic parking
etc, of required strength, thickness & size/
shape, made by table vibratory method using PU
mould, laid in required colour & pattern over
50mm thick compacted bed of sand, compacting
and proper embedding/laying of inter locking
paver blocks into the sand bedding layer through
vibratory ompaction by using plate vibrator, filling
the joints with sand and cutting of paver blocks
as per required size and pattern, finishing and
sweeping extra sand. complete all as per
direction of Engineer-in-Charge.
96.1 80 mm thick C.C. paver block of M-30 grade with
approved color design and pattern. 500.00 sqm 1091.50 545750.00

97 Providing and fixing water closet squatting pan


(Indian type W.C. pan) with 100mm sand cast
Iron P or S trap, 10 litre low level white P.V.C.
flushing cistern, including flush pipe, with
manually controlled device (handle lever)
conforming to IS : 7231, with all fittings and
fixtures complete, including cutting and making
good the walls and floors wherever required :
97.1 White Vitreous China Orissa pattern W.C. pan
of size 580x440mm with integral type foot rests 2.00 each 6767.40 13535.00

98 Providing and fixing white vitreous china


pedestal type water closet (European type W.C.
pan) with seat and lid, 10 litre low level white
P.V.C. flushing cistern, including flush pipe, with
AE(P) 126 AE(E)(P)
manually controlled device (handle lever),
conforming to IS : 7231, with all fittings and
fixtures complete, including cutting and making
good the walls and floors wherever required :
98.1 W.C. pan with ISI marked white solid plastic seat
and lid 5.00 each 6515.55 32578.00

99 Providing and fixing white vitreous china flat


back or wall corner type lipped front urinal basin
of 430x260x350 mm and 340x410x265 mm
sizes respectively with automatic flushing cistern
with standard flush pipe and C.P. brass
spreaders with brass unions and G.I clamps
complete, including painting of fittings and
brackets, cutting and making good the walls and
floors wherever required :
99.1 Range of two urinal basins with 5 litre white
P.V.C. automatic flushing cistern 1.00 each 9612.40 9612.00
99.1.1 Range of three urinal basins with 10litre white
P.V.C.
automatic flushing cistern 2.00 each 13417.30 26835.00

100 Providing and fixing white vitreous china flat


back half stall urinal of size 580x380x350 mm
with white PVC automatic flushing cistern, with
fittings, standard size C.P. brass flush pipe,
spreaders with unions and clamps (all in C.P.
brass) with waste fitting as per IS : 2556, C.I.
trap with outlet grating and other couplings in
C.P. brass, including painting of fittings and
cutting and making good the walls and floors
wherever required :
100.1 Single half stall urinal with 5 litre P.V.C.
automatic
flushing cistern 4.00 each 12071.75 48287.00

101 Providing and fixing wash basin with C.I.


brackets, 15 mm C.P. brass pillar taps, 32 mm
C.P. brass waste of standard pattern, including
painting of fittings and brackets, cutting and
making good the walls wherever require:
101.1 White Vitreous China Wash basin size 550x400
mm with a pair of 15 mm C.P. brass pillar taps 8.00 each 2301.75 18414.00

102 Providing and fixing white vitreous china


pedestal for wash basin completely recessed
at the back for the reception of pipes and fittings. 6.00 each 1683.35 10100.00

103 Providing and fixing Stainless Steel A ISI 304


(18/8) kitchen sink as per IS: 13983 with C.I.
brackets and stainless steel plug 40 mm,
including painting of fittings and brackets, cutting
and making good the walls wherever required :
103.1 Kitchen sink with drain board
103.1.1 510x1040 mm bowl depth 200 mm 2.00 each 7159.00 14318.00

AE(P) 127 AE(E)(P)


104 Providing and fixing 8 mm dia C.P. / S.S. Jet
with flexible tube upto 1 metre long with S.S.
triangular plate to Eureopean type W.C. Of
quality and make as approved by Engineer - in -
charge. 5.00 each 349.15 1746.00

105 Providing and fixing P.V.C. waste pipe for sink or


wash basin including P.V.C. waste fittings
complete.
105.1 Flexible pipe
105.1.1 32 mm dia 5.00 each 119.55 598.00
105.1.2 40mm dia 10.00 each 119.55 1196.00

106 Providing and fixing 600x450 mm beveled edge


mirror of superior glass (of approved quality)
complete with 6 mm thick hard board ground
fixed to wooden cleats with C.P. brass screws
and washers complete. 4.00 each 1607.95 6432.00

107 Providing and fixing 600x120x5 mm glass shelf


with edges round off, supported on anodised
aluminium angle frame with C.P. brass brackets
and guard rail complete fixed with 40 mm long
screws, rawl plugs etc., complete. 3.00 each 1083.50 3251.00

108 Providing and fixing soil, waste and vent pipes :


108.1 100 mm dia
108.1.1 Hubless centrifugally cast (spun) iron pipes
epoxy coated inside & outside IS:15905 30.00 metre 1169.30 35079.00

109 Providing and fixing M.S. holder-bat clamps of


approved design to Sand Cast iron/cast iron
(spun) pipe embedded in and including cement
concrete blocks 10x10x10 cm of 1:2:4 mix (1
cement : 2 coarse sand : 4 graded stone
aggregate 20 mm nominal size), including cost
of cutting holes and making good the walls etc. :
109.1 For 100 mm dia pipe 36.00 each 362.85 13063.00

110 Providing and fixing bend of required degree


with access door, insertion rubber washer 3 mm
thick, bolts and nuts complete.
110.1 100 mm dia
110.1.1 Hubless centrifugally cast (spun) iron epoxy
coated inside & outside as per IS:15905 5.00 each 567.20 2836.00

111 Providing and fixing plain bend of required


degree.
111.1 100 mm dia
111.1.1 Hubless centrifugally cast (spun) iron epoxy
coated inside & outside as per IS:15905 5.00 each 368.00 1840.00

112 Providing and fixing heel rest sanitary bend


112.1 100 mm dia
AE(P) 128 AE(E)(P)
112.1.1 Hubless centrifugally cast (spun) iron epoxy
coated inside & outside as per IS:15905 2.00 each 548.70 1097.00

113 Providing and fixing single equal plain junction of


required degree :
113.1 100x100x100 mm
113.1.1 Hubless centrifugally cast (spun) iron epoxy
coated inside & outside as per IS:15905 2.00 each 581.45 1163.00

114 Providing and fixing terminal guard :


114.1 100 mm
114.1.1 Hubless centrifugally cast (spun) iron epoxy
coated inside & outside as per IS:15905 2.00 each 427.80 856.00

115 Providing and fixing shielded coupling for


Hubless centrifugally cast iron pipe

115.1 100 mm dia


115.1.1 SS 304 grade coupling with EPDM rubber
gasket 10.00 each 432.05 4321.00

116 Providing and fixing trap of self cleansing design


with screwed down or hinged grating with or
without vent arm complete, including cost of
cutting and making good the walls and floors :
116.1 100 mm inlet and 100 mm outlet
116.1.1 Hubless centrifugally cast (spun) iron epoxy
coated inside & outside as per IS:15905 4.00 each 854.55 3418.00

117 Providing and fixing Chlorinated Polyvinyl


Chloride (CPVC) pipes, having thermal stability
for hot & cold water supply, including all CPVC
plain & brass threaded fittings, including fixing
the pipe with clamps at 1.00m spacing. This
includes jointing of pipes & fittings with one step
CPVC solvent cement and testing of joints
complete as per direction of Engineer in Charge.
117.1 Internal work - Exposed on wall
117.1.1 25 mm nominal outer dia pipes 10.00 mtr 401.55 4016.00
117.1.2 40 mm nominal outer dia Pipes 2.00 mtr 702.95 1406.00

118 Providing and fixing Chlorinated Polyvinyl


Chloride (CPVC) pipes, having thermal stability
for hot & cold water supply, including all CPVC
plain & brass threaded fittings, i/c fixing the pipe
with clamps at 1.00m spacing. This includes
jointing of pipes & fittings with one step CPVC
solvent cement and the cost of cutting chases
and making good the same including testing of
joints complete as per direction of Engineer in
Charge.
118.1 Concealed work, including cutting chases and
making good the walls etc.,
118.1.1. 15 mm nominal outer dia pipes 30.00 metre 497.80 14934.00
118.1.2 20 mm nominal outer dia pipes 20.00 metre 537.60 10752.00

AE(P) 129 AE(E)(P)


119 Providing and fixing Chlorinated Polyvinyl
Chloride (CPVC) pipes, having thermal stability
for hot & cold water supply including all CPVC
plain & brass threaded fittings This includes
jointing of pipes & fittings with one step CPVC
solvent cement ,trenching ,refilling & testing of
joints complete as per direction of Engineer in
Charge.
119.1 25 mm nominal dia Pipes 20.00 metre 355.40 7108.00
119.2 32 mm nominal dia Pipes 20.00 metre 438.60 8772.00
119.3 50 mm nominal outer dia Pipes 50.00 metre 794.25 39713.00

120 Providing and fixing gun metal gate valve with


C.I. wheel of approved quality (screwed end) :
120.1 25 mm nominal bore 10.00 each 622.40 6224.00
120.2 32 mm nominal bore 2.00 each 689.60 1379.00

121 Providing and fixing ball valve (brass) of


approved quality, High or low pressure, with
plastic floats complete :
121.1 25 mm nominal bore 2.00 each 464.05 928.00

122 Providing and fixing brass ferrule with C.I. mouth


cover including boring and tapping the main :
122.1 20 mm nominal bore 2.00 each 380.00 760.00

123 Providing and fixing uplasticised PVC


connection pipe with brass unions
123.1 45 cm length
123.1.1 15 mm nominal bore 10.00 Each 97.75 978.00

124 Providing and placing on terrace (at all floor


levels) polyethylene water storage tank ISI :
12701 marked, with cover and suitable locking
arrangement and making necessary holes for
inlet, outlet and overflow pipes but without
fittings and the base support for tank. 10000.00 per ltr 11.00 110000.00

125 Providing and fixing C.P. brass bib cock of


approved quality conforming to IS:8931 :
125.1 15mm nominal bore 15.00 each 506.80 7602.00

126 Providing and fixing C.P. brass long nose bib


cock of approved quality conforming to IS
standards and weighing not less than 810 gms.
126.1 15mm nominal bore 5.00 each 820.70 4104.00

127 Providing and fixing C.P. brass angle valve for


basin mixer and geyser points of approved
quality conforming to IS:8931
127.1 15mm nominal bore 15.00 each 574.30 8615.00

128 Providing and fixing SS grating of approved


quality and colour.
AE(P) 130 AE(E)(P)
128.1 Circular type
128.1.1 125 mm nominal dia with 25 mm waste hole 6.00 each 51.85 311.00

129 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:
129.1 100x100 mm size P type
129.1.1 With common burnt clay F.P.S. (non modular)
bricks of class designation 7.5 20.00 each 2707.65 54153.00

130 Providing and laying non-pressure NP2 class


(light duty) RCC pipes with collars jointed with
stiff mixture of cement mortar in the proportion of
1:2 (1 portland pozzolona cement : 2 fine sand)
including testing of joints etc complete

130.1 150 mm dia RCC pipe 150.00 metre 556.45 83468.00


130.2 300 mm dia. R.C.C. pipe 150.00 metre 994.30 149145.00
130.3 600 mm dia. R.C.C. pipe 150.00 metre 2243.40 336510.00

131 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 : 3 graded stone aggregate 20 mm
nominal size), foundation concrete 1:4:8 mix (1
cement : 4 coarse sand : 8 graded stone
aggregate 40 mm nominal size), inside
plastering 12 mm thick with cement mortar 1:3 (1
cement : 3 coarse sand) finished with floating
coat of neat cement and making channels in
cement concrete 1:2:4 (1 cement : 2 coarse
sand : 4 graded stone aggregate 20 mm nominal
size) finished with a floating coat of neat cement
complete as per standard design :
131.1 Inside size 90X80 cm and 45 cm deep including
RCC Manhole cover and frame circular shape
500 mm internal diameter MD-20.
131.1.1 With common burnt clay F.P.S. (non
modular) bricks of class designation 5.0 10.00 each 12770.55 127706.00

132 Inside size 120x90 cm and 90 cm deep including


RCC Manhole cover and frame circular shape
500 mm internal diameter MD-20.
132.1 With common burnt clay F.P.S. (non modular)
bricks of class designation 7.5 1.00 each 26405.50 26406.00

133 Extra for depth for manholes :


133.1 Size 90x80 cm
133.1.1 With common burnt clay F.P.S. (non
modular) bricks of class designation 5.0 1.00 metre 8825.40 8825.00

AE(P) 131 AE(E)(P)


134 Providing orange colour safety foot rest of
minimum 6 mm thick plastic encapsulated as per
IS : 10910, on 12 mm dia steel bar conforming to
IS: 1786, having minimum cross section as 23
mmx25 mm and over all minimum length 263
mm and width as 165 mm with minimum 112
mm space between protruded legs having 2 mm
tread on top surface by ribbing or chequering
besides necessary and adequate anchoring
projections on tail length on 138 mm as per
standard drawing and suitable to with stand the
bend test and chemical resistance test as per
specifications and having manufacture’s
permanent identification mark to be visible even
after fixing, including fixing in manholes with
30x20x15 cm cement concrete block 1:3:6 (1
cement : 3 coarse sand : 6 graded stone
aggregate 20 mm nominal size) complete as per
design. 22.00 each 553.70 12181.00

135 Providing and fixing in position pre-cast R.C.C.


manhole cover and frame of required shape and
approved quality
135.1 EHD - 35
135.1.1 Circular shape 560 mm internal dia 3.00 each 2123.80 6371.00

136 Constructing brick masonry road gully chamber


110x50x77.5 cm with bricks in cement mortar
1:4 (1 cement : 4 coarse sand) including
500x450 mm precast R.C.C. horizontal grating
with frame and vertical grating complete as per
standard design :
136.1 With common burnt clay F.P.S. (non modular)
bricks of class designation 7.5 20.00 each 11520.55 230411.00

137 Providing and fixing aluminium work for doors,


windows, ventilators and partitions with extruded
built up standard tubular sections/appropriate Z
sections and other sections of approved make
conforming to IS: 733 and IS: 1285, fixing with
dash fasteners of required dia and size,
including necessary filling up the gaps at
junctions, i.e. at top, bottom and sides with
required EPDM rubber/neoprene gasket etc.
Aluminium sections shall be smooth, rust free,
straight, mitred and jointed mechanically
wherever required including cleat angle,
Aluminium snap beading for glazing / paneling,
C.P. brass/ stainless steel screws, all complete
as per architectural drawings and the directions
of Engineer-in-charge. (Glazing, paneling and
dash fasteners to be paid for separately) :
137.1 For fixed portion
137.1.1 powder coated aluminium (minimum thickness
of polyester powder coating 50 micron) 1500.00 kg 530.90 796350.00

AE(P) 132 AE(E)(P)


138 For shutters of doors, windows & ventilators
including providing and fixing hinges/ pivots and
making provision for fixing of fittings wherever
required including the cost of EPDM rubber /
neoprene gasket required (Fittings shall be paid
for separately)
138.1 Powder coated aluminium (minimum thickness
of powder coating 50 micron) 900.00 kg 634.45 571005.00

139 Providing and fixing glazing in aluminium door,


window, ventilator shutters, and partitions etc.
with PVC/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)
139.1 With float glass panes of 5 mm thickness (weight
not less than 12.50 kg/sqm) 100.00 sqm 1505.25 150525.00

140 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 Engineerin- 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 Engineerin- 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
AE(P) 133 AE(E)(P)
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 :
140.1 With average thickness of 120 mm and minimum
thickness at khurra as 65 mm. 25.00 sqm 1684.60 42115.00

141 Providing and fixing double glazed hermetically


sealed glazing in aluminium windows, ventilators
and partition etc. with 6 mm thick clear float
glass both side, having 12 mm air gap, including
providing EPDM gasket, perforated aluminium
spacers, desiccants, sealant (Both primary and
secondary sealant) etc. as per specifications,
drawings and direction of Engineer-in-charge
complete. 50.00 sqm 4997.70 249885.00

142 Boring/drilling bore well of required dia for


casing/ strainer pipe, by suitable method
prescribed in IS: 2800 (part I), including
collecting samples from different strata,
preparing and submitting strata chart/ bore log,
including hire & running charges of all
equipments, tools, plants & machineries required
for the job, all complete as per direction of
Engineer -in-charge, upto 90 metre depth below
ground level.
142.1 All types of soil

142.1.1 300 mm dia


50.00 metre 707.75 35388.00
142.1.2 400 mm dia 90.00 metre 990.80 89172.00

143 Boring/drilling bore well of required dia for


casing/ strainer pipe, by suitable method
prescribed in IS: 2800 (part I), including
collecting samples from different strata,
preparing and submitting strata chart/ bore log,
including hire & running charges of all
equipments, tools, plants & machineries required
for the job, all complete as per direction of
Engineer -in-charge, beyond 90 metre & upto
150 metre depth below ground level.
143.1 All types of soil
143.1.1 400 mm dia 110.00 metre 1238.50 136235.00

144 Supplying, assembling, lowering and fixing in


vertical position in bore well, unplasticized PVC
medium well casing (CM) pipe of required dia,
conforming to IS: 12818, including required hire
and labour charges, fittings & accessories etc.
all complete, for all depths, as per direction of
Engineer -in-charge.
144.1 150 mm nominal size dia 30.00 metre 793.25 23798.00
AE(P) 134 AE(E)(P)
145 Supplying, assembling, lowering and fixing in
vertical position in bore well unplasticized PVC
medium well screen (RMS) pipes with ribs,
conforming to IS: 12818, including hire & labour
charges, fittings & accessories etc. all complete,
for all depths, as per direction of Engineer-in-
charge.
145.1 150 mm nominal size dia 20.00 metre 807.45 16149.00

146 Supplying, filling, spreading & leveling stone


boulders of size range 5 cm to 20 cm, in
recharge pit, in the required thickness, for all
leads & lifts, all complete as per direction of
Engineer-in-charge. 4.00 cum 1509.80 6039.00

147 Supplying, filling, spreading & leveling gravels of


size range 5 mm to 10 mm, in the recharge pit,
over the existing layer of boulders, in required
thickness, for all leads & lifts, all complete as per
direction of Engineer-in-charge. 4.00 cum 1538.25 6153.00

148 Supplying, filling, spreading & leveling coarse


sand of size range 1.5 mm to 2 mm in recharge
pit, in required thickness over gravel layer, for all
leads& lifts, all complete as per direction of
Engineer -in-charge. 4.00 cum 1538.25 6153.00

149 Gravel packing in tubewell construction in


accordance with IS: 4097,including providing
gravel fine/ medium/ coarse, in required grading
& sizes as per actual requirement, all complete
as per direction of Engineer-in-charge. 30.00 cum 2024.50 60735.00

150 Providing and fixing factory made precast RCC


perforated drain covers, having concrete of
strength not less than M-25, of size 1000 x
450x50 mm, reinforced with 8 mm dia four nos
longitudinal & 9 nos cross sectional T.M.T. hoop
bars, including providing 50 mm dia perforations
@ 100 to 125 mm c/c, including providing edge
binding with M.S. flats of size 50 mm x 1.6 mm
complete, all as per direction of Engineer in-
charge. 10.00 each 1399.95 14000.00

151 Supplying, assembling, lowering and fixing in


vertical position in bore well, ERW (Electric
Resistance Welded) FE 410 mild steel screwed
and socketed/plain ended casing pipes of
required dia, conforming to IS: 4270, of reputed
& approved make, including painted with outside
surface with two coats of anticorrosive paint of
approved brand and manufacture, including
required hire & labour charges, fittings &
accessories, all complete, for all depths, as per
direction of Engineer-in-charge.
AE(P) 135 AE(E)(P)
151.1 200 mm nominal size dia having minimum wall
thickness 5.40 mm 130.00 metre 2442.75 317558.00

152 Supplying, assembling, lowering and fixing in


vertical position in bore well, ERW (Electric
Resistance Welded) FE 410 plain slotted (having
slot of size 1.6/3.2 mm) mild steel threaded and
socketed/ plain bevel ended pipe (type A) of
required dia, conforming to IS: 8110, of reputed
and approved make, having wall thickness not
less than 5.40 mm, including painted with
outside surface with two coats of anticorrosive
bitumestic paint of approved brand and
manufacture, including hire & labour charges,
fittings & accessories, all complete,for all depths,
as per direction of Engineer -in-charge.
152.1 200 mm nominal size dia 70.00 mtr 2571.05 179974.00

153 Development of tube well in accordance with IS :


2800 (part I) and IS:11189, to establish
maximum rate of usable water yield without sand
content (beyond permissible limit), with required
capacity air compressor, running the compressor
for required time till well is fully developed,
measuring yield of well by "V" notch method or
any other approved method, measuring static
level & draw down etc. by step draw down
method, collecting water samples & getting
tested in approved laboratory, i/c disinfection of
tubewell, all complete, including hire & labour
charges of air compressor, tools & accessories
etc.,all as per requirement and direction of
Engineer-in-charge. 60.00 hour 1085.05 65103.00

154 Providing and fixing suitable size threaded mild


steel cap or spot welded plate to the top of bore
well housing/ casing pipe, removable as per
requirement, all complete for borewell of:

154.1 200 mm dia 1.00 each 321.15 321.00

155 Providing and fixing M.S. clamp of required dia


to the top of casing/ housing pipe of tubewell as
per IS: 2800 (part I), including necessary bolts &
nuts of required size complete.
155.1 200 mm dia 2.00 each 2293.65 4587.00

156 Providing and fixing Bail plug/ Bottom plug of


required dia to the bottom of pipe assembly of
tubewell as per IS:2800 (part I).
156.1 200 mm dia 2.00 each 357.60 715.00

157 Chipping of unsound/weak concrete material


from slabs, beams, columns etc. with manual
Chisel and/ or by standard power driven
AE(P) 136 AE(E)(P)
percussion type or of approved make including
tapering of all edges, making square shoulders
of cavities including cleaning the exposed
concrete surface and reinforcement with wire
brushes etc. and disposal of debris for all lead
and lifts all complete as per direction of
Engineer-In-Charge
157.1 75mm average thickness 50.00 sqm 378.00 18900.00
157.2 50mm average thickness 50.00 sqm 256.35 12818.00
157.3 25 mm average thickness 50.00 sqm 126.75 6338.00

158 Cleaning of reinforcement from rust from the


reinforcing bars to give it a total rust free steel
surface by using alkaline chemical rust remover
of approved make with paint brush and removing
loose particles after 24 hours of its application
with wire brush and thoroughly washing with
water and allowing it to dry, all complete as per
direction of Engineer-In-Charge.
158.1 Bars upto 12 mm diameter 100.00 metre 8.25 825.00
158.2 Bars above 12 mm diameter 100.00 metre 16.45 1645.00

159 Drilling suitable holes in reinforced or plain


cement concrete with power driven drill machine
to a minimum depth of 100mm upto 200mm in
RCC beams, lintels, columns and slabs to
introduce steel bars for sunshades/balconies
including fixing the steel bars in position using
epoxy resin anchor grout of approved make but
excluding the cost of reinforcement, all complete
as per direction of Engineer-In-Charge.
159.1 Upto and including 12mm dia. 50.00 each 141.20 7060.00

160 Providing, mixing and applying bonding coat of


approved adhesive on chipped portion of RCC
as per specifications and direction of Engineer-
In-charge complete in all respect.
160.1 SBR Polymer (@10% of cement weight)
modified cementitious bond coat @ 2.2 kg
cement per sqm of surface area mixed with
specified proportion of approved polymer 50.00 sqm 141.20 7060.00
160.2 Epoxy bonding adhesive having coverage 2.20
sqm/kg of approved make 50.00 sqm 285.20 14260.00

161 Providing, mixing and applying SBR polymer


(of approved make) modified Cement mortar
in proportion of 1:4 (1 cement: 4 graded
coarse sand with polymer minimum 2% by wt.
of cement used) as per specifications and
directions of Engineer-in-charge.
Note: Measurement and payment: The pre-
measurement of thickness shall be done
just after the surface preparation is
completed and Payment under this item
shall be made only after proper wet curing
AE(P) 137 AE(E)(P)
has been done and surface has been
satisfactorily evaluated by sounding /
tapping with a blunt metal instrument
and/or the 75mm size cube crushing
strength at the end of 28 days to be not
less than 30 N/Sqmm2).
161.1 12 mm average thickness. 50.00 sqm 388.65 19433.00
161.2 25 mm average thickness in 2 layers. 50.00 sqm 587.35 29368.00
161.3 50 mm average thickness in 3 layers. 50.00 sqm 1174.70 58735.00

162 Providing and fixing factory made single


extruded WPC (Wood Polymer Composite) solid
door/window /clerestory windows & desertory
other Frames/ Chowkhat comprising of virgin
PVC polymer of K value 58-60 (Suspension
Grade), calcium carbonate and natural fibers
(wood powder/ rice husk/wheat husk) and non
toxic additives (maximum toxicity index of 12 for
100 gms) fabricated with miter joints after
applying PVC solvent cement and screwed with
full body threaded star headed SS screws
having minimum frame density of 750 kg/ cum,
screw withdrawal strength of 2200 N (Face) &
1100 N (Edge), minimum compressive strength
of 58 N/mm2, modulus of elasticity 900 N/mm2
and resistance to spread of flame of Class A
category with property of being termite/borer
proof, water/moisture proof and fire retardant
and fixed in position with M.S hold fast/lugs/SS
dash fasteners of required dia and length
complete as per direction of Engineer-In-
Charge. (M.S hold fast/lugs or SS dash
fasteners shall be paid for separately). Note: For
WPC solid door/window frames, minus 5mm
tolerance in dimensions i.e depth and width of
profile shall be acceptable. Variation in profile
dimensions on plus side
shall be acceptable but no extra payment on this
account shall be made. 100.00 metre 1381.60 138160.00
163 Providing and fixing factory made single
extruded WPC (Wood Polymer Composite) solid
plain flush door shutter of required size
comprising of virgin polymer of K value 58-60
(Suspension Grade), calcium carbonate and
natural fibers (wood powder/ rice husk/wheat
husk) and non toxic additives (maximum toxicity
index of 12 for 100 gms) having minimum
density of 650 kg/cum and screw withdrawal
strength of 1800 N (Face) & 900 N (Edge),
minimum compressive strength 50 N/mm2,
modulus of elasticity 850 N/mm2 and resistance
to spread of flame of Class A category with
property of being termite/ borer proof,
water/moisture proof and fire retardant and fixing
with stainless steel butt hinges of required size
with necessary full body threaded star headed
AE(P) 138 AE(E)(P)
counter sunk S.S screws, all as per direction of
Engineer-In- Charge. (Note: stainless steel butt
hinges and necessary S.S screws shall be paid
separately)
163.1 35 mm thick 60.00 sqm 5015.35 300921.00

164 Providing and fixing G.I chicken mesh on wall


surface including cement sulry and nails with
washer etc. Complete a per direction of
Engineer-in-charge. 660.00 sqm 102.23 67472.00

165 Electronic logging of the bore hole with electric


logger to find out accurate starta encountered
during drilling including the cost of all
consumable transportation of machinery
,submission of logging report in triplicate etc.
complete in all respect as per direction of
Engineer-In Charge 1.00 per Job 30000.00 30000.00

166 Providing and fixing overhead signage ACP


sheet 3mm thick of required colour and make for
fixing approved stainless steel letters with
structural frame work by means of suitable sized
aluminium alloys, rivets or bolts & nuts etc.
complete including required form work/plateform
etc. as per direction of Engineer in- charge . 300.00 sqm 1593.00 477900.00

167 Providing & fixing stainless steel font letters of


size 12" to 10" as per requirement of client on
ACP sheet above gate complete as per direction
of Engineer-incharge complete including
required form work/plateform etc. (ACP sheet per
alongwith frame work to be paid separately) 50.00 letter 1280.00 64000.00

168 Providing and supplying stainless steel 304


name plates of size as per length 300mm to 450
mm and width 150 mm to 180 mm and
minimum thickness of 2mm to 3mm with
engraved logos & words and coloured as per
client direction with required colour i/c making
necessary drilling & fixing with stainless steel
screws, nuts etc complete as per direction of
Engineer in charge.(words to engraved as per
client direction & Plates to be measured in sq
inch) 100.00 sqinch 10.89 1089.00

169 Providing and fixing stainless steel 304 curtain


rod having wall thickness of 1.25 mm with two
stainless end caps and brackets of approved
quality fixed with C.P. brass screws and PVC
Sleeves etc., wherever necessary complete :

169.1 25 mm dia 135.00 kg 500.00 67500.00

170 The prefabricated Rockwool panel shall be fixed


directly to the girth/purlins using self-drilling
AE(P) 139 AE(E)(P)
fasteners. The metal sheet shall conform to
IS:513, AS-1397 & 2728. The Lamella Rockwool
Insulation shall conform to IS:8183. The rate
includes cost of flashing/ridges/corner pieces
/hips/U-channel etc. made of 0.5mm TCT PPGL
Galvalume) steel sheet in required shape and
size including all accessories required to
complete the work
The rate of the item is inclusive of all materials,
erection accessories, incidental charges. cost of
fasteners etc. cost of making provision for doors,
windows, ventilators, conduits and support for
electrical fittings etc. and other incidental
charges. For payment, finished Rockwool
Sandwich panels shall be measured upto half
centimetres for calculating area upto two places
of decimal. No deduction shall be made for
openings upto 0.20 sqm. and no extra payment
shall be made for wastages.
170.1 For Roof panels with 50 (50/92) mm thick
Roofing panels having finished with 0.50mm
thick TCT Galvalume Hi-Rib sheet on outer side
and 0.50mm TCT plain Galvalume sheet on
inner side including miscellaneous expenses of
fixing accessories such as fasteners and making
arrangement for conduits & electrical fittings.
The precoated sheet shall be minimum 240mpa
steel gauge confirming to IS:14246:1995 and
have zinc coating of minimum epoxy primer on
both side of the sheet & polyester top coat 15-18
micron. The PPGI sheet have plastic protective
guard film of minimum 25 micron to avoid
scratches while transportation. The PU foam will
be self-extinguishing fire retardant. The roof
panel are laid over a frame work of trusses,
column & purlins fixed using self-drilling bolt with
rubber washer. The PU foam shall be self-
extinguishing, fire retardant type having 2586350.0
minimum density of 40 plus or minus 2 kg/m3. 1000.00 sqm 2586.35 0

171 Providing and fixing gang saw cut (polished and


machine cut) granite of thickness 18 mm for wall
lining (veneer work), backing filled with a grout of
average 12 mm thick in cement mortar 1:3 (1
cement : 3 coarse sand), including pointing with
white cement mortar 1:2 (1 white cement : 2
marble dust) with an admixture of pigment to
match the marble shade (To be secured to the
backing by means of cramps, which shall be
paid for separately). 150.00 sqm 5803.79 870569.00

AE(P) 140 AE(E)(P)


172 Providing and fixing white vitreous Single piece
- WC with UF soft close seat cover, Hinges,
Fixing Accessories, Accessories set and cistern
fittings, Model No. ONS- WHT-10853S of
JAQUAR or Model 20085 (S 30) of HINDWARE
or Model KB3029 of Kerovit by KAZARIA or
equivalent Make as mentioned in list of
apporved make including providing & fixing slim
cistern body water closet with seat and lid,
including flush pipe, with all fittings and fixtures
complete, including cutting and making good the
walls and floors wherever required :
172.1 W.C. pan with ISI marked white solid plastic seat
and lid 6.00 Each 21666.00 129996.00

173 Providing and fixing CP Brass Single lever wall


mixer with provision for overhead shower of
Model No. FON 40119 of JAQUAR or Model
F110019 of HINDWARE or Model KB511018 of
Kerovit by KAZARIA or equivalent quality &
make as approved by Engineer in charge.
173.1 (a) 15 mm nominal dia 5.00 Each 6177.00 30885.00

174 Providing and fixing C P brass glass shelf


600mm long model No AKP-35771P of
JAQUAR or Model CAT NO -F880010 of
HINDWARE or Model KA920005 of Kerovit by
Kajariya or equavalent Make with necessary
screws and fittings arrangement of approved
quality as per direction of Engineer-in-Charge.
6.00 Each 1722.70 10336.00

175 Providing and fixing Towel ring round with round


flange Model No. ACN-1121BN of JAQUAR or
Model F880007 of HINDWARE or Model
KA980005 of Kerovit by KAZARIA or equivalent
Make with necessary screws and fittings
arrangement of approved quality etc complete
as per direction of Engineer-in-charge.
3.00 Each 855.00 2565.00

176 Providing and fixing Toilet Roll Holder Model


No. AHS-1551 of JAQUAR or Model F840009 of
HINDWARE or Model KA990009 of Kerovit by
KAZARIA or equivalent with necessary screws
and fittings arrangement of approved quality etc
complete as per direction of Engineer-in-charge.
6.00 Each 1269.00 7614.00

177 Provinding and fixing Soap dispenser with glass


bottle of Jaquar model no-AKP-35735P or
equivalent Make, fixed with necessary screws
and fittings arrangement of approved quality etc
complete as per direction of Engineer-in-charge.
6.00 Each 1726.40 10358.00

AE(P) 141 AE(E)(P)


178 Providing and fixing Health Faucet with 8mm
Dia, 1.2 Meter Long Flexible Tube & Wall Hook
ALD-573 of jaquar make or KA580007 of kerovit
by kajariya or equivalent in cost of approved
make as approved by Engineer-in-Charge.
6.00 Each 1415.30 8492.00

179 Providing and fixing glazing in aluminium door,


window, ventilator shutters and partitions etc.
with aluminium square tube complete as per the
architectural drawings and the directions of
engineer-incharge.
179.1 With toughened glass panes of 8 mm thickness 200.00 sqm 3468.00 693600.00

Total 26102887.00
Less Cost Index @ 0.93% on DSR Items from S No. 1 to 163 i.e. on Rs. -195711.00
2,10,44,161/-
Total 25907176.00

AE(P) 142 AE(E)(P)


Schedule of Work(Electrical Work)

Name of Work :- Renovation and Upgradation of Modern Lab i/c Rain water harvesting and
development at existing building in IGMRI campus, PAU Ludhiana (Pb). (SH:- Electrical work)

S. Description of Items Qty. Unit Rate Amount Remark


No
SH:-I Elect. Installation
1.0 Wiring for light point/ fan point/ exhaust
fan point/ call bell point with 1.5 sq.mm
FRLS PVC insulated copper conductor
single core cable in surface / recessed
steel conduit, with modular switch,
modular plate, suitable GI box and
earthing the point with 1.5 sq.mm FRLS DSR
PVC insulated copper conductor single 2022
core cable etc. as required . (E&M)
1.1 Group C 180 Point 1845.00 332100.00 1.3.3
2.0 Wiring for circuit/ submain wiring
alongwith earth wire with the following
sizes of FRLS PVC insulated copper
conductor, single core cable in surface/
recessed steel conduit as required.
2.1 2 X 1.5 sq. mm + 1 X 1.5 sq. mm earth
wire 100 Mtr. 327.00 32700.00 1.7.1
2.2 2 X 4 sq. mm + 1 X 4 sq. mm earth wire 200 Mtr. 428.00 85600.00 1.7.3
2.3 4 X 4 sq. mm + 2 X 4 sq. mm earth wire 400 Mtr. 677.00 270800.00 1.7.8
2.4 2 X 6 sq. mm + 1 X 6 sq. mm earth wire 200 Mtr. 589.00 117800.00 1.7.4
3.0 Supplying and drawing following sizes of
FRLS PVC insulated copper conductor,
single core cable in the existing surface/
recessed steel/ PVC conduit as required.
3.1 6 x 1.5 sq. mm 180 Mtr. 181.00 32580.00 1.17.6
4.0 Supplying and fixing of following sizes of
steel conduit along with accessories in
surface/recess including painting in case
of surface conduit, or cutting the wall and
making good the same in case of
recessed conduit as required.
4.1 25 mm 180 Mtr. 256.00 46080.00 1.20.2
5.0 Supplying and fixing of following sizes of
medium class PVC conduit along with
accessories in surface/recess including
cutting the wall and making good the
same in case of recessed conduit as
required.
5.1 20 mm 500 Mtr. 128.00 64000.00 1.21.1
5.2 25 mm 600 Mtr. 145.00 87000.00 1.21.2
6.0 Supplying and fixing following sizes/
module, G I box along with modular base
& cover plate for modular switches in
recess etc. as reqd .
6.1 1 or 2 Module (75 mmX75 mm) 20 Each 298.00 5960.00 1.27.1
6.2 6 Module 80 Each 402.00 32160.00 1.27.4
AE(P) 143 AE(E)(P)
6.3 8 Module 5 Each 454.00 2270.00 1.27.5
7.0 Supplying and fixing following modular
switch/ socket on the existing modular
plate & switch box including connections
but excluding modular plate etc. as
required.
7.1 15/16 A switch 170 Each 156.00 26520.00 1.24.3
7.2 6 pin 15/16 A socket outlet 175 Each 197.00 34475.00 1.24.5
7.3 Telephone socket outlet 10 Each 148.00 1480.00 1.24.6
7.4 TV antenna socket outlet 5 Each 148.00 740.00 1.24.7
7.5 Giga Speed RJ 45 Information Outlet
with shutter for cat 6 20 Each 512.00 10240.00 MR
8 Supplying and drawing of UTP 4 pair
CAT 6 LAN Cable in the existing surface/
recessed steel/ PVC conduit as required.
8.1 1 run of cable 600 Mtr. 57.00 34200.00 1.53.1
9 Supplying and drawing following pair 0.5
mm dia FRLS PVC insulated annealed
copper conductor, unarmored telephone
cable in the existing surface/ recessed
steel/ PVC conduit as required.
9.1 4 Pair 200 Mtr. 54.00 10800.00 1.18.3
10 Supplying and fixing suitable size GI box
with modular plate and cover in front on
surface or in recess including providing
and fixing 6 pin 5/6 & 15/16 A modular
socket outlet and 15/16 A modular
switch, connections etc. as required . 15 Each 586.00 8790.00 1.32
11 Supplying & fixing suitable size GI box
wih modular plate and cover in front on
surface or in recess including providing
and fixing 25 A modular socket outlet
and 25 A modular SP MCB, "C" curve
including connections, painting etc. as
required. 20 Each 727.00 14540.00 1.57
LED Fiitings& Fans
12 Supplying, installation, testing &
commissioning of following light fixtures
complete with all accessories, directly on
surface/ wall/ ceiling/ in recess/
suspension arrangements including
cutting ceiling/false ceiling if required,
making connections with 3 core 1.5
sq.mm FRLS PVC insulated, copper
conductor cable from existing point i/c
saddling and tapping for cable including
providing and fixing suspension with
steel fastener and chain for fixtures as
per requirement complete as reqd.at site
with following minimum
parameters:-(1) PF shall not be less than
0.95.
(2) THD shall be less than 10%

AE(P) 144 AE(E)(P)


12.1 Recess mounted 595mmX595mm (N.S)
LED Panel having >3500 Lumens,
Efficacy >120lumens per watt, CRI >80,
THD <10, PF >0.9 , colour temperature
5700 K, having CRCA powder coating
housing complete with all accessories &
driver etc. complete as reqd. 20 Each 3355.00 67100.00 MR
12.2 12 watt or less, 5700/6500 K (2 Ft.) wall
mounted LED batten fitting with
anodized aluminum housing & integrated
electronic driver having minimum total
system lumens ≥ 1300 at CRI ≥ 80, and
PF ≥ 0.90, THD <10 complete as reqd. 2 Each 884.00 1768.00 MR
12.3 Recess mounted flat LED panel having
CRCA housing features Long life &
photobiologically safe LED’s, UV& IR
radiations resistive, CRI>80, 230 V
constant current driver, 70% of luminous
flux after 50,000 operating hours,
Protection class I, IP 65 rating,THD>10%
of size 595 x 595 mm(NS) size with
efficacy 110 Lumens/watt or better
having lumens output 3600 complete
etc. as required. 44 Each 9514.00 418616.00 MR
12.4 Recessed downlighter Blair with HPE
(High-Performance Efficiency) with LED
(Light Emitting Diode),efficacy 110
Lumens/watt or better, Luminous flux of
luminaire 1650 lm, Colour temperature of
4000 K, Cool white, CRI > 90, 70% of
luminous flux after 50,000 operating
hours; energy-efficient LEDs, direct light
emission, housing in pre-cast die cast
aluminium, Polyester powder white
coloured, Dual optics opal and prismatic
diffuser for homogenous light
distribution, ZHLS wiring, electronic
control gear, Protection class II, IP 40
complete etc as required. 90 Each 2854.00 256860.00 MR
13 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%, remote or electronic regulator unit
for speed control and all remaining
accessories including safety pin, nut
bolts, washers, temperature rise=75
degree C (max.), insulation resistance
more than 2 mega ohm, suitable for 230
V, 50 Hz, single phase AC Supply,
earthing etc. complete as required . 26 Each 2730.00 70980.00 19.1

AE(P) 145 AE(E)(P)


14 Supplying, installation, testing and
commissioning of 450mm sweep 230
Volt 1-ph 50 Hz AC Air Circulator, air
delivery 250m3/min upto 2.5mtr,
1400rpm, min CFM 4000, 3 nos blades,
3 speed settings on the wall with suitable
mounting arrangement i/c connection
etc. as reqd. 8 Each 7067.00 56536.00 MR
15 Supplying, installation, testing and
commissioning of 250 mm sweep min
1150 rpm vantilator fan with plastic
louver and blade i/c connections with
13/0.20 mm Twin core PVC sheathed
flat flexible copper cable etc as required 2 Each 2175.00 4350.00 MR
16 Supplying and fixing following way,
horizontal type SPN/TPN, sheet steel,
MCB distribution board, 240/415 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)
16.1 8 way , Double door SPN DB 2 Each 2573 5146.00 2.3.2
16.2 6 way (4 + 18), Double door TPN DB 2 Each 4974 9948.00 2.4.2
16.3 8 way (4 + 24), Double door TPN DB 3 Each 5967 17901.00 2.4.3
17 Supplying and fixing 5 A to 63A rating,
240/415 V, 10 kA, “C” curve, miniature
circuit breaker suitable for inductive load
of following poles in the existing MCB
DB complete with connections, testing
and commissioning etc. as required.
17.1 5-32 Amps. SP MCB 120 Each 256.00 30720.00 2.10.1
17.2 63 Amps. DP MCB 2 Each 1335.00 2670.00 MR
17.3 63 Amps. TP MCB 12 Each 2014.00 24168.00 MR
17.4 63 Amps. TPN/ Four Pole MCB 5 Each 2470.00 12350.00 MR
18.0 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 (but without
MCBs and incomer ) as required . (Note
: Vertical type MCB TPDB is normally
used where 3 phase outlets are
required.)
18.1 12 way (4 + 36), Double door 1 Each 12833.00 12833 2.5.3
19 Providing and fixing following rating and
breaking capacity and pole MCCB with
thermomagnetic release and terminal
spreaders in existing cubicle panel board
including drilling holes in cubicle panel,
making connections, etc. as required.
19.1 200 A,36KA,FPMCCB 1 Each 15206.00 15206 2.2.15

AE(P) 146 AE(E)(P)


20 Supplying and fixing Cable End Box
(Loose Wire Box) suitable for following
TPN/SPN, sheet steel, MCB distribution
board, 240/415 Volts, on surface/
recess, complete with testing and
commissioning etc. as required.
20.1 For 8 way, Double door SPN MCBDB 2 Each 832.00 1664.00 2.23.2
20.2 For 6 way, Double door TPN MCBDB 2 Each 1124.00 2248.00 2.24.2
20.3 For 8 way, Double door TPN MCBDB 3 Each 1340.00 4020.00 2.24.3
21 Supplying, laying & fixing of following
size XLPE insulated PVC sheathed
Aluminium conductor armoured cable of
1.1 KV grade on surface/in the existing
RCC/ Hume/ Metal/ HDPE pipe/ or in
recess etc. complete as reqd.
21.1 3-½ x 300 Sq.mm. 30 Mtr. 3039.00 91170.00 MR
21.2 3-½ x 150 Sq.mm. 350 Mtr. 1541.00 539350.00 MR
21.3 3-½ x 70 Sq.mm. 50 Mtr. 870.00 43500.00 MR
21.4 3.5 x 50 sq. mm. 280 Mtr. 657.00 183960.00 MR
21.5 4 x 25 sq. mm. 300 Mtr. 423.00 126900.00 MR
21.6 3 x 10 sq. mm. 400 Mtr. 269.00 107600.00 MR
22 Providing and fixing 6 SWG dia G.I. wire
on surface or in recess for loop earthing
along with existing surface/ recessed
conduit/ submain wiring/ cable as
required. 2020 Mtr. 42.00 84840.00 5.18
23 Supplying and making end termination
with brass compression gland and
aluminium lugs for following size of PVC
insulated and PVC sheathed / XLPE
aluminium conductor cable of 1.1 KV
grade as required.
23.1 3-½ x 300 Sq.mm. 2 Set 1195.00 2390.00 9.1.30
23.2 3-½ x 150 Sq.mm. 4 Set 697.00 2788.00 9.1.26
23.3 3-½ x 70 Sq.mm. 2 Set 468.00 936.00 9.1.23
23.4 3.5 x 50 sq. mm. 6 Set 413.00 2478.00 9.1.22
23.5 4 x 25 sq. mm. 14 Set 315.00 4410.00 9.1.34
23.6 3 x 10 sq. mm 40 Set 257.00 10280.00 9.1.7
24 Supplying and laying of following size
DWC HDPE pipe ISI marked along with
all accessories like socket, bend,
couplers etc. conforming to IS 14930,
Part II complete with fitting and cutting,
jointing etc.direct in ground (75 cm below
ground level) including excavation and
refilling the trench but excluding sand
cushioning and protective covering etc.,
complete as required.
24.1 63 mm dia (OD-63 mm & ID-51 mm
nominal) 600 Mtr. 247 148200 14.16.1
24.2 90 mm dia (OD-90 mm & ID-76 mm
nominal) 350 Mtr. 290 101500 14.16.2
24.3 120 mm dia (OD-120 mm & ID-103 mm
nominal) 30 Mtr. 368 11040 14.16.3
AE(P) 147 AE(E)(P)
MAIN LT PANEL & DISTRIBUTION
PANEL
NOTE: The following provisions shall
be required to be made in the
switchboard detailed below:
a The Switchboard shall have provision for
entry of all PVC cables / bus duct from
the top / bottom as required.
b All live accessible parts shall be
shrouded and all equipment shall be
ginger touch proof. The busbar insulation
shall be with heat shrinkable sleeves
SMC / DMC shrouds and busbar
supports shall be used.
c Suitable tinned copper extension links
for incoming / outgoing cables shall be
provided wherever required.
d Control circuits includes breaker control
switch, auto manual selector switch, anti
pumping relay, spring charging trip
indication, Timer, Control wiring,
Auxiliary contactors MCB's as required
at site.
e All fault level breaking capacity indicates
shall be I.C.S. value at 415 volts.
(ICS=ICU=ICW=100%) for 1 sec
f All MCCB above 250 Amp shall have
variable overload and short circuit
setting.
g All ACB/MCCB shall have with Rotary
Handles.
h Space heater / light / air filter shall be
provided for each vertical compartment.
i Padlocking facility shall be provided on
all outgoing feeders
j All ACB's shall have all standard
accessories such as CT,s Arc Chute,
safety shutters etc.
k Link and drops from ACB / MCCB shall
be designed for all rated current of ACB /
MCCB rating at same amount of current
density as of main busbar.

l Compliance to the technical


specifications of CPWD .
m All MCCB in main panel should have
O/L, S/C, E/F protection with S/C and
E/F differtation.

MAIN PANEL

AE(P) 148 AE(E)(P)


25 Supplying, installation, testing &
commissioning of cubical type floor
mounted Main panel double door
outdoor type having suitable depth and
suitable front face area suitable for
415V, 3 Phase, 4Wire 50 Hz AC supply
system fabricated in compartmentalized
design from CRCA sheet steel of 2mm
thick for load bearing members and 1.6
mm thick for non load bearing members ,
3 mm thick for gland plates i/c cleaning &
surface treatment with7 tank process
before powder coating in approved
shade, suitbale capacity extensible type
TPN Aluminium Alloy bus bars with
suitable rating Neutral of high
conductivity, DMC/ SMC bus bar
supports, with short circuit withstand
capacity of 35 MVA for I Sec. bottom
base channel of MS section not less
than 100mm x 50mm x 5mm thick,
fabrication shall be done in transportable
sections, entire panel shall have a
common copper earth bar of size 32mm
x 5mm at the rear with 2 Nos. earth stud,
solid connections from main bus bar to
switch gears with required size of Al. bus
bars and control cable etc. complete as
reqd.The Panel shall have IP-54 rating .
INCOMER
a) 1No. 630 A, 415V, 36 KA 4 Pole, 230
Series ATS with inbuilt controller having
AMF Panel features complete in all
respect as per specification.
b) R, Y, B automatic phase sequence
corrector switch of 630A capacity
c) 1 No. 630 A, Four Pole, 415V, 36 KA
MCCB, micro processor based with all
indications, metering, protections, push
buttons etc. complete in all respects as
required.
d) Digital flush type class -I accuracy
multifunction meter showing V, A, PF,
KVAR , KWH etc. with 3 Nos. current
transformers of 600/5 ratio, 15 VA Class
1.0 metering and class 5P10 for
protection.
e) 1 Set of three phase R,Y,B indicating
lamps along with 2A SP MCB backup
protection.
f) Control 2A MCB, control terminals &
wiring as required.
Bus Bar

AE(P) 149 AE(E)(P)


Electrolytic high conductivity aluminium
TPN/ Four Pole busbars rated at
433V,50 Hz., 1000 amps, 36kA,
insulated with heat shrinkable coloured
PVC sleeves & clip on shrouds for joints.

Outgoings:-
Following rated 415V, MCCB's Micro
processor based with overcurrent and
short circuit releases, all indication, front
operating handle & door interlock with
Multi Meter with Volt, Amp and KWH etc.
complete in all respects as mentioned in
specifications and as required For each
outgoing:
a) 400A 36 KA 4P MCCB - 2 Nos.
Main Panel describe as above 1 Job 656682.00 656682 MR
UPS INPUT/OUTPUT PANEL:
26 Design, fabrication, supplying,
assembling, erecting, testing and
commissioning of wall mounted/ floor
mounted cubical outdoor type
compartmentalised dust, damp & vermin
proof Floor Distribution Panel fabricated
out of suitable sized angle iron and flats
and covered with 2mm thick cold rolled
CRCA sheet painting etc. complete with
160 Amps. four pole Copper bus bars,
interconnection with solid/stranded
copper conductor wires copper strips
neutral links, etc. and mounted with with
1 No 0-500V, Voltmeter, selector switch,
1 set (3 Nos) of phase indicating lamps,
ammeter with CTs etc. as required. The
Panel shall have IP-54 rating .
INCOMER:
a) 1No. 100 A, 415V, 25 KA 4 Pole, 230
Series ATS with inbuilt controller having
AMF Panel features complete in all
respect.
b) 1 No. of 100 Amp 4P Thermal
magnetic MCCB of 25 kA Breaking
capacity with On Indicating Lamp with
2A SP MCB back-up.
c) 1 No. Intelligent multi-function digital
panel meters of class 0.5 accuracy with
communication interface port R 485 for
recording V (Between Phases and
between each phase and neutral, A (In
each phase and neutral), KWHr with
suitable rating CTs, CT shorting links,
R,Y, B LED indicating lamp and 2 A
control SP MCB's.
BUSBARS:

AE(P) 150 AE(E)(P)


Electrolytic high conductivity copper 4P
busbars rated at 433V, 50 Hz., 160
amps, 25kA, insulated with heat
shrinkable coloured PVC sleeves & clip
on shrouds for joints.
OUTGOING:
Note- All MCCB's shall be with
adjustable O/L protection.
a) 2 Nos. 63 Amp 415 volts, Four Pole,
25KA MCCB with bypass switch
arrengement
b) 2 Nos. 0 to 63 Amp ammeter with
selector switch with 60/5A CTs
c) 2 Set of phase indicating lamp with
MCB
BUSBARS:
Electrolytic high conductivity copper 4P
busbars rated at 433V,50 Hz., 160
amps, 25kA, insulated with heat
shrinkable coloured PVC sleeves & clip
on shrouds for joints.
Outgoings:-
All outgoing shall be provided with ON
indication lamp with complete in all
respects as required. For each outgoing:
a) 63A 4P MCB of 10 kA Breaking
Capacity - 4 Nos.
b) 40A DP MCB of 10kA Breaking
Capacity - 4 Nos.
UPS Panel describe as above 1 Job 251962.00 251962 MR
LT Distribution Panel
27 Supplying, installation, testing and
commissioning of Indoor floor mounted
modular, sectionalised,
compartmentalized, MV cubical panel of
suitable size fabricated from CRCA steel
of 2 mm thick for frame work, enclosure
and doors, 3 mm thick for gland plates
with stiffeners wherever required, having
vibration free structure chemically
treated with seven tank process before
painting for surface treatment and
powder coated, with suitable electrolytic
grade high conductivity Aluminium
busbar (100% neutral) , DMC/SMC
busbar supports, suitable for 3phase 415
V 50 HZ AC supply i/c providing and
fixing the following switchgear &
accessories etc. mounted thereon
complete with gaskets and solid copper
connections & interconnections as per
specifications complete as required.
(The Panel shall have IP-54 rating .)
LT panel for essential supply
Incomer:-

AE(P) 151 AE(E)(P)


a) 400 A, 415V, 36 KA 4 Pole, ATS with
inbuilt controller having AMF Panel
features-1 No.
b) 400 Amps 36 KA FP Microprocessor
based MCCB - 1 No .
Outgoings:-
a) 200A TP MCCB,25 kA thermal
magnetic breaking capacity------ 2 Nos.
b) 160A TP MCCB,25 kA thermal
magnetic breaking capacity ------ 4 Nos.
c) 125A TP MCCB, 25 kA thermal
magnetic breaking capacity ------ 2Nos.
d) 63Amp 4P, 25 kA thermal magnetic
MCCB - 3 Nos.
e) 63Amp FP, 10 kA MCB - 2 Nos.
f) Voltmeter 96 Sq. mm. 0-500v 3 Phase
flush digital Voltmeter with inbuilt
selector switch with 2 amps C- Curve SP
MCB‟s ) - 1 Set
g) 96 mm x 96 mm flush digital type
ammeter meter (0-400 amp.) with inbuilt
selector switch with 2 amps C- Curve SP
MCB‟s
and CTs 250 / 5 - 1 Set (Each Set of 3
Nos. CT's)
h) LED Type Phase Indicating lamp For
RYB -1 Set
i) Danger notice plate vitreous enamelled
white on both sides and inscription in
signal red colour of mild steel (200mm x
150 x 2mm thick) - 1 No.
LT Distribution Panel describe as
above 1 Job 544940.00 544940.00 MR
Street light Feeder Pillar
28 Supplying, installation, testing and
commissioning of outdoor double door
floor mounted modular, sectionalised,
compartmentalized type MV cubical
panel of suitable size fabricated from
CRCA sheet steel of 2 mm thick for
frame work, enclosure and doors, 3 mm
thick for gland plates with stiffeners
wherever required, having canopy for
rain water protection, having vibration
free structure chemically treated with
seven tank process before painting for
surface treatment and powder coated,
with aluminium bus DMC/SMC busbar
supports, suitable for 3 phase 415 V 50
HZ AC supply i/c providing and fixing the
following switchgear & accessories etc.
mounted thereon complete with gaskets
and solid copper connections &
interconnections as per specifications
complete as required. The panel shall be
supplied with suitable pedestal of angle
AE(P) 152 AE(E)(P)
iron (The Panel shall have IP-54 rating.)

INCOMING a) 125 Amp FP thermal


magnetic based MCCB 25 KA:- 1No.
b) 4 strip 200 Amp aluminium bus bar :-
1set
OUTGOING a) 40 A SPN/TPN MCB 10
KA:- 6 Nos.
b) Digital Timer and contactor of suitable
capacity for ON/OFF external lighting
along with indicators.
c) Digital Voltmeter 0-500V.
d) LED Type Phase Indicating lamp For
RYB -1 Set

e) 25 mm x 5mm copper earth bus


through out the width of panel with
suitable drilled holes etc.
f) Danger notice plate vitreous
enamelled white on both sides and
inscription in signal red colour of mild
steel (200mm x 150 x 2mm thick) - 1 No.
Street light Feeder Pillar describe as
above 2 Job 87308.00 174616.00 MR
Street Light Poles & Fittings
29 Supplying, installation, testing and
commissioning of 3 Mtr. height
decorative pole made out of Galvanised
Mild steel tubes having min. 114mm dia
at bottom and 75 mm dia at Top with
cast aluminium Embellishments. The
Poles are primer coated and painted with
Polyurethane paint. Poles are suitable
for Post Top Luminaires. The Poles has
a service window at the bottom
comprising four way 25Amp connector
terminal and a MCB. Poles has a mild
steel base plate 250 mm x 250 mm
having four numbers mounting holes and
can be mounted with four numbers
anchor bolts, suitable Cement Concrete
foundation of size not less than 0.40 mtr
x 0.40 mtr x 1.0 mtrs. with 1:3:6 CC (1
cement: 3 coarse sand: 6 graded stone
aggregate 20 mm nominal size), 4 Nos.
hot dip glavanized L-type Anchor bolts of
minimum 16 mm dia x 450mm long
including providing 40mm dia DWC pipe
sleeve 1.00 mtr. length in the CC
foundation for cable entry, plastering the
same with fine sand and having
horizontal top surface without any slope
including two coats of trump exterior
paint complete as required. Poles,
bracket and foundation bolts should be
of one make. 20 Each 17461.00 349220.00 MR

AE(P) 153 AE(E)(P)


30 Supplying, installation, testing and
commissioning of Decorative circular
ring LED Post Top Light having Die cast
aluminium spigot for mountng LED driver
and spun aluminium canopy painted
white inside, high quality polycarbonate
cover over LED module and opal acrylic
diffuser for glare free light with surge
protection with electronic driver, IP 65
degree of protection having minimum
lumens output 3000 and lumens efficacy
70 or better sure, 220-240v with
mounting on the existing Steel Tublar
Pole including connections with 3 core
X 1.5 sq mm PVC insulated PVC
sheathed copper conductor round cable
from looping box to fitting etc. as reqd. 20 Each 14528.00 290560.00 MR
31 Supplying, installation, testing &
commissioning of 30 watt Solar Street
Light with High Efficiency Mono
Crystalline Solar PV Module, Aluminium
extruded body with polycarbonate front
cover, IP-65, CCT: 5700K, CRI >70,
min. luminous efficacy :140 lumens/watt,
total system luminous : 4200 lumens,
MPPT charge controller. The Solar
lighting system should be having Mono
Crystalline Solar Cell, Maintenance free
Lithium Ferro Phosphate LiFePO4
battery 12.0 V, 24AH for min. 24 hours
backup and expected life>5 years,
specially programmed/ Microwave
sensor to automatically control the
dimming and brightness of light, to be
installed on existing pole etc. as reqd. 8 Each 60630.00 485040.00 MR
32 SITC of 6 Mtr. height street light pole
made out of Galvanised Mild steel
tabular/ Conical/ Octangual having
min140mm dia at bottom and 75 mm dia
at Top. The Poles are primer coated
and painted with Polyurethane paint. The
Poles has a service window at the
bottom comprising four way 25Amp
connector terminal and a MCB. Poles
has a mild steel base plate 300 mm x
300 mm having four numbers mounting
holes and can be mounted with four
numbers anchor bolts. suitable
Cement Concrete foundation of size not
less than 0.50mtr x 0.50 mtr x 1.0 mtrs.
with 1:3:6 CC (1 cement:3 coarse sand
:6 graded stone aggregate 20 mm
nominal size), 4 Nos hot dip glavanized
L-type Anchor bolts of minimum 20 mm
dia x 600mm long including providing
40mm dia DWC pipe sleeve 1.00 mtr.
length in the CC foundation for cable
entry, plastering the same with fine sand
and having horizontal top surface without 8 Each 34373.00 274984.00 MR
AE(P) 154 AE(E)(P)
any slope including two coats of exterior
paint complete as required.

Should be approved of following


Standards Compliances
IEC60598-2-3 : Safety of Luminaire for
Road and Street Lighting
IEC 62109-1 : Safety of Power
Converters used in solar Panel
EN 50530 : Performance Evaluation of
Maximum Power Point(MPPT)
IEC 62133 & UL 1642 : Safety of Lithium
Ferro Phosphate Battery
IEC 61730-1,2 & IEC 61215 : Safety of
Solar Panel Module
33 S/I/T/C of 16 Meter height High Mast
with minimum base diameter 360
mmand top diameter 150 mm in
polygonal structure, Resting on the
foundation bolts duly provided with
stiffeners, Double locking arrangement
for the door and pole installed on the
existing foundation complete as per
specifications attached i/c supply and
fixing following accessories:-
a) Hot dipped galvanised sheet not less
than 3 mm thick (both sections) high
mast having suitable side polygonal
structures in single/ Two sections with
0.5 mtr length of overlap, Flanges
provided with strengthening gussets
between bolt holes for stiffening
complete with raising/ lowering
mechanism, Double drum winch for
raising & lowering, Motor push button
station, Pulleys, Head frame, Lightening
protection finial and buffers, The
sections shall be stress/ slip fitted
without any circumferential weld in
between - 1 No.
b) Lantern carriage for accommodating 8
Nos. fittings with suitable arrangement
for fixing of luminaries - 1 No.
c) Foundation bolts made out from special
steel of size M24 X 750 MM Long with
anchor plate and templates - 08 Nos.
d) Set of stainless steel hoisting ropes of 5
mm dia. - 1 Set
e) Detachable Motor suitable to operate on
415 V/ 230 V, 50Hz for lowering and
lifting mechanism - 1 No.
f) LED type aviation light - 1 No.
g) Supplying and drawing of multicore,
Copper conductor flexible power trailing
cables of appropriate rating for
energizing the luminaries complete as 2 Each 157686.00 315372.00 MR

AE(P) 155 AE(E)(P)


per specification attached - 1 Lot

34 S/I/T/C of 200 watts or less, energy


efficient, 5700 K color temperature LED
flood light luminaries made out of epoxy
powder coated aluminium die cast
housing and frame, powder coated, high
efficiency, long life, LED to ensures good
and symetrical light distribution having
toughened glass with IP 66 Protection
with having total system lumens ≥
24000 at CRI ≥ 70, THD ≤ 10% and PF ≥
0.95 with LED driver complete with all
accessories i/c connections on the
existing circular ring etc as required
alongwith mounting accessories/ clamp
etc as required. (For 16 Mtr. High Mast) 12 Each 13095.00 157140.00 MR
Earthing
35 Earthing with copper earth plate 600 mm
X 600 mm X 3 mm thick including
accessories, and providing masonry
enclosure with cover plate having locking DSR
arrangement and watering pipe of 2.7 2022
metre long etc. with charcoal/ coke and (E&M)
salt as required. 2 Set 13838 27676 5.6
36 Providing and fixing 25 mm X 5 mm
copper strip in 40 mm dia G.I. pipe from
earth electrode including connection with
brass nut, bolt, spring, washer
excavation and re-filling etc. as required. 20 Mtr. 1551 31020 5.10
37 Providing and fixing 25 mm X 5 mm
copper strip on surface or in recess for
connections etc. as required. 20 Mtr. 1162 23240 5.14
38 Earthing With GI pipe 4.5m long X 40mm
dia i/c accessories and providing
masonaryencloure with cover palte
having locking arrangement etc with
charcoal or coke and salt complete etc
as reqd. 8 Set 6855 54840 5.1
39 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 100 mtr 706 70600 5.11
40 Pdg. & Fixing 25mm X 5mm GI strip on
surface or in recess for connection etc.
as reqd. 100 mtr 244 24400 5.15
41 Earthing with G.I. earth plate 600 mm X 600
mm X 6 mm thick including accessories, and
providing masonry enclosure with cover plate
having locking arrangement and watering pipe
of 2.7 metre long etc. with charcoal/ coke and
salt as required. 4 Set 7472 29888 5.4
UPS System

AE(P) 156 AE(E)(P)


42 Supply, Installation, Testing and
Commissioning of 3 Phase input and 3 phase
output, 10 KVA UPS at 0.99 power factor
True Online Double Conversion DSP with
IGBT technology having IGBT based rectifier
and IGBT based inverter. The UPS should
also give minimum 90% efficiency at 100%
load. The UPS shall have computer
communication possibilities consisting of
standard software, double conversion system
suitable for providing power supply to
computers/servers sports lighting, corridor
lighting delivery atleast 60 minutes backup,
suitable for incoming 415 volts, 3phase
+10% -15%, 50Hz supply and three phase
output voltage, including, rectifier/dual
converter, bypass switch, inverter, filter.
Bypass & static transfer switch for automatic
switch over, providing static bypass module,
high switching frequency microprocessor
based with built-in technical protections like
short circuits, over load, high / low voltage
cut off protection of load from source
inclusive of bypass facility without giving any
break of power, maintenance bypass switch
and suitable parallel/syncronise operation in
between the two UPS and as per attached
specification.
Microprocessor/ software controlled
annunciation, protection (including
against input phase reversal), and menu
run diagnostic module, associated
cabling, connections, termination,
erection including associated foundation/
masonry or RCC work for mounting on
base channels etc. complete as required
and connectioin and inter connection
between battery bank and UPS etc as
per specifications.(Note UPS & Battery
have 2 years Onsite warranty)
Battery Bank of 40 Nos. 12 Volt 42AH
Matching racks to house SMF batteries
for 1 x 10KVA UPS system for minimum
60 minutes backup along with
inteconnecting links, BCB etc as
required min 60 minutes battery back-up
as per above specification for (1x10VA) 1 Set 309988.00 309988.00 MR
Total = 7799429.00
Add GST @ 0.0633 as per circular
15B/SE(TAS)/ GST/ 2022/ 331-H dt.
10.08.2022 on DSR items amount 2041787.00 0.0633 129245.00
Total of SubHead-I (Elect.
Installations) 7928674.00

SH-II VRV system

AE(P) 157 AE(E)(P)


1.0 Supply Installation, Testing
&Commissioning of modular type
VariableRefrigerant Flow/Variable
Refrigerant Volume air cooled Outdoor
units suitable for cooling and heating,
having all hermetically sealed inverter
type Scroll/ Twin Rotary Compressor(s),
minimum two compressors for above 14
HP modules, microprocessor based
Controller, top discharge type
condensing unit(s), with R 410 A
Refrigerant, vibration isolators, with
suitable foundation etc. complete as
required. The unit shall deliver the rated
capacity at AHRI Conditions and work
even at 50°C ambient temperature
without tripping. The unit shall be
suitable to work on 400V +/- 10%, 3
Phase, 50Hz AC power supply. The unit
shall be filled with first charge of the
refrigerant and ready for use as required.
The COP at AHRI conditions shall not be
less than 3.1 and IEER not less than 6.5 DSR
complete etc. as required. 48 HP 16415.00 787920.00 VRV 1
2.0 Supply, installation, testing and
commissioning of following minimum
capacity VRV/VRF cassette type Indoor
unit equipped with washable synthetic
media pre-filter, fan section with low
noise fan/dynamically balanced blower,
multispeed motor, coil section with DX
copper coil, electronic expansion valve,
outer cabinet, cord less remote control,
drain pan, all Y joints for indoors to
outdoors, necessary accessories etc.,
suitable for operation on 230 V ± 10%,
50 Hz, single phase AC supply,
complete as required. The unit shall
have automatic force shut down
provision in case of fire on receiving
signal from BMS System. The cooling
capacity of indoor unit will be at air inlet
conditions of 27 Degree C DB and 19 DSR
Degree C WB temperature. VRV
2.1 2.0TR 12 Each 30801.00 369612.00 2.5
2.2 2.4 TR 3 Each 31453.00 94359.00 2.6
2.3 4.0 TR 4 Each 33981.00 135924.00 2.1
Refrigerant Piping for VRF system

AE(P) 158 AE(E)(P)


3.0 Supply & Installation of interconnecting
suitable sizes of one end expanded
refrigerant copper pipe work, insulated
with 13mm thick ( pipe size upto 19.1mm
dia) & 19mm thick (pipe size above
19.1mm dia) closed cell electrometric
nitrile rubber tubular insulation between
each set of indoor & outdoor units with
outer mechanical protection of aluminum
cladding for all exposed pipes as per
specification. All piping inside the room
shall be properly fixed/supported with
suitable size of clamp/ M.S. hanger and
all external piping shall run in M.S. DSR
painted cable tray etc. as reqd. VRV 5
3.1 41.3 mm dia OD with tube thickness
1.62mm with 19mm thick nitrile rubber
insulation 15 Mtr. 1309.00 19635 5.12
3.2 38.1 mm dia OD with tube thickness
1.62mm with 19mm thick nitrile rubber
insulation 10 Mtr. 1265.00 12650 5.11
3.3 34.9 mm dia OD with tube thickness
1.62mm with 19mm thick nitrile rubber
insulation 30 Mtr. 1230.00 36900 5.10
3.4 28.6 mm dia OD with tube thickness 1.2
mm with 19mm thick nitrile rubber
insulation 20 Mtr. 1108.00 22160 5.8
3.5 22.2 mm dia OD with tube thickness 1.2
mm with 19mm thick nitrile rubber
insulation 20 Mtr. 865.00 17300 5.6
3.6 19.1 mm dia OD with tube thickness 1.2
mm with 19mm thick nitrile rubber
insulation 25 Mtr. 707.00 17675 5.5
3.7 15.9 mm dia OD with tube thickness 1.2
mm with 19mm thick nitrile rubber
insulation 35 Mtr. 588.00 20580 5.4
3.8 12.7 mm dia OD with tube thickness 1.2
mm with 19mm thick nitrile rubber
insulation 15 Mtr. 466.00 6990 5.3
3.9 9.5 mm dia OD with tube thickness 1.2
mm with 19mm thick nitrile rubber
insulation 40 Mtr. 331.00 13240 5.2
3.1 6.4 mm dia OD with tube thickness 1.2
mm with 19mm thick nitrile rubber
insulation 15 Mtr. 245.00 3675 5.1
Drain Piping for VRF system
4 Providing & fixing of uPVC Pipe
complete with fittings, supports as per
specifications and duly insulated with 6/9
mm thickness of closed cell nitrile rubber
insulation as required & as per
specifications.
4.1 25 mmdia with 6 mm thick insulation 40 Mtr. 155.00 6200 MR
4.2 40 mm dia with 9 mm thick insulation 190 Mtr. 230.00 43700 MR

AE(P) 159 AE(E)(P)


5 Providing and fixing of control cable of 2
Core x 1.5 sqmm. PVC insulated and
PVC round shathed copper conductor
shielded cable in Heavy duty PVC
conduit (20mm dia.) complete in all
respect & as required. 245 Mtr. 77.00 18865 MR
6 Supplying and installing following size of
perforated Hot Dipped Galvanised Iron
cable tray (Galvanisation thickness not
less than 50 microns) with perforation
not more than 17.5%, in convenient
sections, joined with connectors,
suspended from the ceiling with G.I.
suspenders including G.I. bolts & nuts, DSR
etc. as required. 2022
6.1 150 mm width X 50 mm depth X 1.6 mm
thickness 150 Mtr. 716.00 107400.00 4.6.2
Total = 1734785.00
Add GST @ 0.0633 as per circular
15B/SE(TAS)/ GST/ 2022/ 331-H dt.
10.08.2022 on DSR items amount 1666020.00 0.0633 105459.00
Total of SubHead-II (VRV System) 1840244.00

SH-III Fire Alarm System


1 Supplying, installation, testing and
commissioning of micro processor based
intelligent addressable main fire alarm
panel, central processing unit with the
following loop modules and capable of
supporting not less than 240 devices
(including detectors) and minimum 120
detectors per loop and loop length up to
2 km, network communication card,
minimum 320 character graphics/ LCD
display with touch screen or other
keypad and minimum 4000 events
history log in the non volatile memory
(EPROM), power supply unit (230 ± 5%
V, 50 hz), 48 hrs back-up with 24 volt
sealed maintenance free batteries with
automatic charger. The panel shall have
facility to connect printer to printout log
and facility to have seamless integration
with analog/digital voice evacuation
system (which is part of the schedule of
work under SH: PA System) and shall be
complete with all accessories . The
panel shall be compatible for IBMS
system with open protocol BACnet/ DSR
Modbus over IP complete as per 2022
specifications. (E&M)
1 Two Loop 1 Each 239225.00 239225.00 17.2.1.2
2 Supplying, installation, testing &
commissioning of intelligent analog
addressable photothermal detector
complete with mounting base complete
as required. 88 Each 2858 251504.00 17.2.1.2
AE(P) 160 AE(E)(P)
3 Supplying, installation, testing &
commissioning of intelligent addressable
thermal detector with rate of rise cum
fixed tempreature thermistor complete
with base as required. 4 Each 2726.00 10904.00 17.2.9
4 Supplying, installation, testing &
commissioning of response indicator on
surface/recessed MS Box having two
LED, metallic cover complete with all
connections etc as required. 44 Each 276.00 12144.00 17.2.5
5 Supplying, installation, testing &
commissioning of addressable manual
call point complete as required. 2 Each 3871.00 7742.00 17.2.14
6 Supplying, installation, testing &
commissioning of addressable horn cum
strobe complete as required. 2 Each 3506.00 7012.00 17.2.15
7 Supplying, installation, testing &
commissioning of fault isolator complete
with base as required. 6 Each 3270.00 19620.00 17.2.7
8 Supplying, installation, testing &
commissioning of fire fighter phone jack
complete as required. 2 Each 1600.00 3200.00 17.2.19
9 Supplying & laying of 2x1.5 sqmm fire
survival armoured cable, 600/1000V
rated with annealed copper conductor
having glass mica fire barrier tape
covered by an extruded layer of Cross
Linkable Ethylene Propylene Rubber
(EPR) insulation and
LSZH inner bedding, steel wire
armouring& LSZH outer sheath complete
as required and laying on surface,
ceiling/wall with saddle /laying in
exisiting conduit/chanell/tray complete
etc as required. 900 Mtr. 359.00 323100.00 17.5.1
PA system to be integrated with Fire
alarm
10 Supplying, installation, testing &
commissioning of 6 zone, voice alarm
controller with USB, MP3 player
(including 6 zone button paging station)
digital audio amplifier 500Watt with
seamless integration facility with main
fire alarm panel for voice evacuation
complete as required. 1 Each 126411.00 126411.00 17.3.1
11 Supplying, installation, testing &
commissioning of 6 watt with tapping of
1.5/3/6W ceiling speaker complete as
required. 8 Each 965.00 7720.00 17.3.2
12 Supplying & laying of 2x1.5
sqmmarmoured cable, 600/1000V rated
with annealed copper conductor having
XLPE insulation, steel wire armouring&
FRLS outer sheath complete as
required. For speakers etc. 100 Mtr. 173.00 17300.00 17.5.2

AE(P) 161 AE(E)(P)


13 Providing and fixing Architectural
hanging/ wall mounted Signage system
direct fixed on wall / ceiling comprising
of 2mm aluminuim
PHOTOLUMINESCENT SAFETY
SIGNAGES high intensity luminous
properties with Ultra Violet Protection
Layer but contains no lead or
phosphorus etc i/c Printed graphics
symbols & written message in English per
& bilingual fixed with fastner/ steel screw sq
complete etc. as reqd. 10000 cm 3.79 37900.00 MR
14 SITC of maintained LED slim Exit/Egress
Lights with self contained maintenance
free nickel cadmium rechargabe battery
pack , upto 2 hrs battery backup, power
consumption less than 5Watt.
constituted with aluminium housing body
wall/ceiling mounted with. Installed with
02 nos suitable type suspension.
equipped with Push test switch and
indicator . RED LED indicates charging .
Input 230V , 50Hz . 16 - 24 Hrs.
Recharging Period Constant Current
Charger. All facia on clear acrylic and
thickness of acrylic not less than 8 mm.
Dimensions 300mm x 180mm etc. as
required. (Double sided). 6 Each 7813.00 46878.00 MR
15 SITC of 4 kg ABC Powder (Mono-
Ammonium Phosphate IS 15683:2006
Marked, Powder Stored Pressure Type
Portable Fire Extinguisher Complete in
all Respect with IS 14609 marked,
MAP90, with wall mounting bracket.
complete etc as required. 10 Each 2414.00 24140.00 MR
16 SITC of Fire Extinguisher CO2 Type,4.5
Kg complete with ISI Marked Steel Body
& ISI Marked Valve Duly filled &
complete Conforming to IS:15683, with
wall mounting bracket. complete etc as
required. 10 Each 7643.00 76430.00 MR
Total = 1211230.00
Add GST @ 0.0633 as per circular
15B/SE(TAS)/ GST/ 2022/ 331-H dt. 64938.0
10.08.2022 on DSR items amount 1025882.00 0.0633 0
Total of SubHead-III (Fire Alarm
System) 1276168.00
SH-IV LAN System
1 Supply, Installation, testing and
commissioning of 24-Ports Layer 2
Managed Switch having 24-port
10/100/1000 Mbps Ethernet ports, 4
SFP Ports 100/1000Mpbs, 56 Gbps
Switch capacity, 41.7 Mbps Max . Packet
forwarding Rate, 992.594 hours MTBF
etc complete as required. 1 Each 89095.00 89095.00 MR

AE(P) 162 AE(E)(P)


2 Supplying, Installation, Testing and
Commisioning of router Modular LAN
Switchports (with optional PoE) 11 , USB
Console Port (Type B) (up to 115.2
kbps) 1AC Input Surge Current < 50A,
Serial Auxiliary Port (up to 115.2 kbps 1,
Integrated WAN Ports 2 GE, AC Input
Current 1.5 - 0.6 range (max AC power
supply), Serial, Console Port (up to
115.2 kbps) 1, Power Supply AC, PoE
(Internal), AC Input Voltage: 100 to 240
V ~, AC Input Frequency: 47 to 63
HzRack Units: 2 RURedundant Power
Supply: NoRJ-45-Based Ports: 2Internal:
AC, DC, and PoE 2 GB (default) / 2 GB
(maximum) etc complete as required. 1 Each 216350.00 216350.00 MR
3 Supply and Fixing of the following size of
wall mounting rack with front Door with
toughened Glass quality. Adjusting
Mounting rails- front and back, Fan
Mounting provision, bottom cable entry
provide Optimal flexibility for cable
management, power points, Frame
structure with max loading capacity, etc
complete as required.
3.1 9U Rack 1 Each 7557.00 7557.00 MR
4 Supply, Installation, testing and
commissioning of 24 Ports Cat6 patch
panel available with identification: ID
plate, PVC, Transparent color with
paper, six ports RJ-45 modules applied,
compatible with both 110 & Krone punch
down tools. Improved cable
Management with optional cable
management bar, insertion force: 20N
max etc complete as required. 1 Each 6063.00 6063.00 MR
5 Supply, and fixing of the following type
of Cat6 patch cord for connecting
Interlinking between Switch & Patch
Panel, socket modular wall face plate
outlet and work stations in the premises
etc complete as required.
5.1 1 Meter Patch Cord 24 Each 274.00 6576.00 MR
5.2 3 Meter Patch cord 16 Each 472.00 7552.00 MR
6 Supplying and drawing of UTP 4 pair
CAT 6 LAN Cable in the existing surface/
recessed Steel/ PVC conduit as DSR-
required. (For CCTV Cameras) 2022
6.1 1 run of cable 100 Mtr. 57 5700.00 1.53.1
6.2 2 run of cable 100 Mtr. 96 9600.00 1.53.2
Total = 348493.00
Add GST @ 0.0633 as per circular
15B/SE(TAS)/ GST/ 2022/ 331-H dt.
10.08.2022 on DSR items amount 15300.00 0.0633 968.00
Total of SubHead-IV (LAN System) 349461.00
SH-V CCTV system

AE(P) 163 AE(E)(P)


1 Supply, Installation, Testing and
Commissioning of 2MP Speed Dome
Camera 60 fps @ 1920x1080, 40x
Optical Zoom, Auto Focus, 360°
Continuous Pan, -20° to 90° (auto flip)
Tilt, 250M IR with Smart IR Weather-
proof IP66-rated, Vandal-proof IK10 and
NEMA 4X-rated Housing, -40°C ~ 60°C
Wide Temperature Range for Extreme
Weather Conditions, EIS (Electronic
Image Stabilization) for Image Stability
Smart Tracking Advanced for Moving
People with People-based Deep
Learning Technology etc complete as
required at site of work. 1 Each 2,81,466 281466.00 MR
2 Supplying, installation, testing and
commissioning of Dome Camera 2MP
•H.265 Compression Technology•30 fps
@ 1920x1080 (WDR Pro on)•SNV
(Supreme Night Visibility) for Low Light
Conditions•WDR Pro for Unparalleled
Visibility in Extremely Bright and
DarkEnvironments•Smart Stream III to
Optimize Bandwidth Efficiency•Built-in IR
Illuminators, Effective up to 30
Meters•Weather-proof IP66-rated and
Vandal-proof IK10-rated Housing•Built-in
MicroSD/SDHC/SDXC Card Slot for On-
board Storage etc complete as required
at site of work. 8 Each 23,816 190528.00 MR
3 Supplying, Installation, testing and
commissioning of 16 CH, PoE Network
Video Recorder having given
specifications H.265, up
to 8MP Camera Supported
VIVOTEK Smart VCA Camera
Supported for Event Search &
Recording
RAID 0, 1 Supported to Prevent from
Recording Data Loss
802.3at/af PoE with PoE Management
4K Video Output Display for Clear and
Detailed Monitoring
New Web UI Available for Plug-in Free
Browser (Chrome)
Trend Micro IoT Security &
Cybersecurity Management
Crowd Control Solution, Complete as
required at site of work. 1 Each 1,84,036 184036.00 MR
4 Supplying, installation, testing and
commissioning of
Professional/commercial Monitor 32" Full
HD LED display, HDMI X 2, VGA X 1,
Video IN X 1, USB X 1, Audio IN X1,
Audio Out X 1, SPDIF X 1, RS232C x 1,
10W in built speaker, IPS LED display,
USB media player etc. i/c making
connection, integration, testing etc.
complete factory built-in as required at 1 Each 25,917 25917.00 MR
AE(P) 164 AE(E)(P)
site
5 Supplying, installation, testing and
commissioning of Video Surveillance
Hard Disk 8TB SATA i/c making
connection, configuration, testing etc. as
required. 2 Each 26368 52736.00 MR
Total = 734683.00
Add GST @ 0.0633 as per circular
15B/SE(TAS)/ GST/ 2022/ 331-H dt.
10.08.2022 on DSR items amount 0.00 0.0633 0.00
Total of SubHead-V (CCTV System) 734683.00

SH-VI EPABX System


1 Supply, installation, testing &
commissioning of IP Communication
Solution with following configuration:
1) 16 Nos. IP/SIP Users
2) 01 Nos. ISDN PRI
3) 04 Analog Trunks
4) 01 No. IP based Operator Console
with PC & Headsets
5) Remote Maintenance Facility
6) Expandable upto 300 Users
7) System Configuration & management
Tool
8) 1 No. Call Accounting Software
9) DISA & DOSA Facility
10) Integrated Multi-Level Automated
Attendant
11) Cloud-based, enterprise-grade UC
Solution Providing
12) IM/Telephony Presence, click to call
(dial by name, answer, release), Call
Log, P2P Audio/Screen Sharing for All
Users etc complete as reqd. 1 Each 4,87,153 487153.00 MR
2 Supply, installation, testing &
commissioning of Type-I SIP Phone with
Dual Gig Ethernet Ports etc complete as
reqd. 10 Each 16,455 164550.00 MR
Total = 651703.00
Add GST @ 0.0633 as per circular
15B/SE(TAS)/ GST/ 2022/ 331-H dt.
10.08.2022 on DSR items amount 0.00 0.0633 0.00
Total of SubHead-VI (EPABX System) 651703.00

SH-VII DG Set
1 Providing, Installation, testing and
commissioning etc. of Silent Type Diesel
Generating Set complete with inbuilt
starting panel, having prime power rating
at NTP condition of 160 KVA, 3 phase &
neutral, 50 c/s. 415 volts, A.C. supply, at
1500 rpm ,0.8 lagging power factor
comprising of following Diesel Engine,
Alternator, Sound Attenuated Acoustic
Enclosure, necessary PCC/RCC
AE(P) 165 AE(E)(P)
foundation for erection including earth
work as required and consisting of the
following:
a) DIESEL ENGINE:
Diesel engine 4 stroke Liquid cooled
(radiator cooled) electric start, of suitable
BHP at 1500 RPM suitable for above
output of alternator at 50 Degree C,
50%RH & at 1000 Meter MSL and
conforming to BS 5514, BS 649, IS
10000, capable of taking 10% over
loading for one hour included in 12 hours
of continuous operation. The engine will
be fitted complete with all the required
following accessories:-
b) Engine mounted Instrument Panel fitted
with and having digital display for
following:
(i) Start-Stop switch with push button/ key
(ii) Water temperature indication
(iii) Lubrication Oil pressure indication
(iv) Lubrication Oil temperature indication
(v) Battery charging indication
(vi) RPM indication
(vii) Over speed indication
(viii) Engine Hours indication
(ix) Low lub. oil trip indication
(x) Digital electronic governor/digital voltage
regulator
(xi) Battery monitoring system & weak
battery warning
(xii) Digital metering for current, voltage, PF,
KWH, KVA
(xiii) Alternator protection for under/over
voltage, under/over frequency, reverse
power, over current.
c) Alternator:
Synchronous alternator rated at 160
KVA, 415 volts at 1500 RPM, 3 phase,
50 HZ, AC supply with 0.8 lagging power
factor at 50 Degree C, 50% RH& at
1000 Meter MSL. The alternator shall be
having SPDP enclosure, brushless,
continuous duty self excited and self-
regulated through AVR conforming to IS
:4722/BS 2613 suitable for tropical
condition and ambient temperature at 40
Degree C and as per manufacturer's
standard specifications with class-H
insulation and as per following:-
(e) Base Frame & Foundation:

AE(P) 166 AE(E)(P)


Both the engine and alternator shall be
mounted on required base frame as per
recommendation of manufacturers
technical specification made out of MS
channel with necessary PCC block of
1:1.5:3 ratio of cement concrete of
depth of 300 mm with suitable
reinforcement which shall be installed on
existing hard concrete floor and vibration
isolation pad arrangement complete in
all respect.
(f) Fuel Tank:
Daily service fuel tank of 990 liters
capacity fabricated out of 3 mm thick MS
sheet complete with all standard
accessories and fuel piping between fuel
tank and diesel engine with MS Class C
pipe of dia complete with valves and
accessories, fuel level pipe with
indication, flow switch with potential free
contacts for giving signal to existing BMS
system and accessories as required as
per specifications complete in all
respect.
(g) Exhaust System:
Dry exhaust manifold of suitable
diameter, welded blank MS B Class pipe
confirming to IS:3589 cut to required
lengths (maximum 2 meters) and
installed with necessary bends, supports
and clamps, anti-vibration mountings,
insulation of exhaust system with 50mm
thickness mineral wool/Rockwool, wire
mesh and aluminium cladding 0.8 mm
thickness etc.as required as per
specifications with hospital exhaust
silencer and catalytic convertor.
(h) Starting System:
12/24Volt DC Starting system
comprising of starter motors: Voltage
regulator and arrangement for initial
excitation complete with 1/2 nos. of
suitable capacity dry type maintenance
free batteries or as per manufacturer
standard.
(i) Acoustic Enclosure
Acoustic and weather proof enclosure
with arrangement for fresh air intake for
cooling of the engine & alternator,
extraction, discharging hot air in to the
atmosphere as per specifications. The
enclosure shall meet the requirement of
CPCB norms and fabricated as per the
type test approved by CPCB. The firm
shall have to furnish the drawings along
with the approval of CPCB norms to the
department before inspection.

AE(P) 167 AE(E)(P)


(j) 250Ampers 4Pole MCCB thermal
magnetic based release
providing and installing 250Ampers
4Pole 25KA breaking capacity MCCB
(Ics=Icu= 1 second) with RYB ON
indication with 6Ampers SP MCB back
up protection inside IP-55 MS Enclosure
including 13 hours full load testing of DG
Set.
(k) AMF Panel with suitable capacity
incomer, outgoings, measuring
instruments &upto 30mtr. Copper cable
for connection DG to AMF panel. 1 Job 20,83,078 2083078.00 MR
Total 2083078.00
Add difference of increase in GST on
DSR 2022 Items amount from 12 % to 0.00 0.0633 0.00
18% (Multiply factor 0.0633)
Total of SubHead-VII (DG Set) 2083078.00

ABSTRACT OF COST

Name of Work :- Renovation and Upgradation of Modern Lab i/c Rain water harvesting and
development at existing building in IGMRI campus, PAU Ludhiana (Pb). (SH:- Electrical work)

Total of SubHead-I (Elect. Installations) 7928674


Total of SubHead-II (VRV System) 1840244
Total of SubHead-III (Fire Alarm System) 1276168
Total of SubHead-IV (LAN System) 349461
Total of SubHead-V (CCTV System) 734683
Total of SubHead-VI (EPABX System) 651703
Total of SubHead-VII (DG Set) 2083078
Total 14864011

AE(P) 168 AE(E)(P)


Central Public Works Department

NIT/ RFP No. 25/SE/JC/2023-24

Name of Work:- Renovation & upgradation of Modern Lab i/c Rain water harvesting work &
development at Existing building in IGMRI campus, PAU Ludhiana (Punjab).

SCHEDULE OF QUANTITIES

Name of the Contractor / Company Name

Percentage
Sl.No. or below the % in Total
Estimated cost
Name of Component estimated Figures Cost
cost

1 Total Civil + Elect. Rs. 4,07,71,187.00

Grand Total

AE(P) 169 AE(E)(P)

You might also like