Thanks to visit codestin.com
Credit goes to www.scribd.com

0% found this document useful (0 votes)
20 views193 pages

NIT19NIAM

The Government of India is inviting online bids for the construction of a 200-seater hostel at CCS NIAM in Bambala, Jaipur, with an estimated cost of Rs. 23.71 crores. Bidders must submit their bids along with an earnest money deposit of Rs. 33,71,885 and comply with various eligibility criteria and documentation requirements. The deadline for bid submission is 17.01.2025, and the successful bidder will be required to sign a contract and provide a performance guarantee within specified timeframes.

Uploaded by

tendering
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
20 views193 pages

NIT19NIAM

The Government of India is inviting online bids for the construction of a 200-seater hostel at CCS NIAM in Bambala, Jaipur, with an estimated cost of Rs. 23.71 crores. Bidders must submit their bids along with an earnest money deposit of Rs. 33,71,885 and comply with various eligibility criteria and documentation requirements. The deadline for bid submission is 17.01.2025, and the successful bidder will be required to sign a contract and provide a performance guarantee within specified timeframes.

Uploaded by

tendering
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 193

GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT


O/o Chief Engineer (Jaipur),
“Nirman Bhawan”, Vidhyadhar Nagar,
Jaipur (Raj.)-302039

BID DOCUMENT

PART-A

Name of work: Construction of 200 Seater Hostel at CCS


NIAM at Bambala Jaipur (Raj.).

1 AE(E) (P)
CPWD–6 FOR e-TENDERING

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

lR;esot;rs

The Executive Engineer-Jaipur-I, CPWD, Sector-10, Vidhyadhar Nagar, Jaipur (Raj.) (Tel.No. 0141-
2231576, 2231578 & E-mail ID: [email protected]) on behalf of the President of India invites online
Percentage Rate Bids from Approved and eligible contractors of CPWD in appropriate class in single bid
system for the following work:

Construction of 200 Seater Hostel at CCS NIAM at Bambala Jaipur (Raj.).

The enlistment of the contractors should be valid on the last date of submission of bids.
In case the last date of submission of bid is extended, the enlistment of contractor should be valid on the
original date of submission of bids.

1.1 The work is estimated to cost Rs. 23,71,88,460/- (Civil: Rs. 19,18,12,862/- + Elect.: Rs. 4,53,75,598/-
). This estimate, however, is given merely as a rough guide.

1.1.1 The authority competent to approve NIT for the combined cost and belonging to the major discipline
will consolidate NITs for calling the bids. He will also nominate Division which will deal with all matters
relating to the invitation of bids. For composite bid, besides indicating the combined estimated cost
put to bid, should clearly indicate the estimated cost of each component separately. The eligibility of
bidders will correspond to the combined estimated cost of different components put to bid.

2. Agreement shall be drawn with the successful bidder on prescribed Form No. CPWD-7 amended up
to date which is available as a Govt. of India Publication and sample also available on website
www.cpwd.gov.in. Bidder shall quote his rates as per various terms and conditions of the said form
which will form part of the agreement.

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

4. The site for the work is available.

5. The architectural and structural drawings shall be made available in phased manner, as per
requirement of the same as per approved programme of completion submitted by the contractor after
award of work. 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 on website https://etender.cpwd.gov.in 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.

9. Earnest Money of Rs. 33,71,885/- in the form of Insurance Surety Bonds, Account Payee Demand
Draft, Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee (for balance amount as
prescribed) from any of the Commercial Banks (drawn in favor of Executive Engineer, Jaipur
Central Division-I, CPWD, Jaipur payable at Jaipur) shall be scanned and uploaded on the e-
Tendering website within the period of bid submission. The original EMD should be deposited either in
the office of Executive Engineer inviting bids or division office of any Executive Engineer, CPWD
within the period of bid submission. The EMD receiving Executive Engineer (including NIT issuing
EE/AE) shall issue a receipt of deposition of earnest money deposit to the bidder in a prescribed
format (enclosed) uploaded by tender inviting EE in the NIT.

AE(C)/AE(E)(P) 2 EE(C)(P)
A part of earnest money is acceptable in the form of bank guarantee also. In such case, minimum
50% of earnest money or Rs. 20 lacs, whichever is less, shall have to be deposited in shape
prescribed above, and balance may be deposited in shape of Bank Guarantee of any Commercial
bank having validity for a period of 90 days for single bid works and 180 days for two bid system or
more from the last date of receipt of bids which is to be scanned and uploaded by the intending
bidders.

The earnest money given by all the tenderers except the lowest tenderer shall be refunded
immediately after the expiry of stipulated bid validity period or immediately after acceptance of the
successful bidder, whichever is earlier. However, in case of two/ three bid system, earnest money
deposit of bidders unsuccessful during technical bid evaluation etc. should be returned within 30 days
of declaration of result of technical bid evaluation.

Copy of Enlistment Order and certificate of work experience and other documents as specified in the
notice inviting e- tender shall be scanned and uploaded on the e-Tendering website within the period
of bid submission. However, certified copy of all the scanned and uploaded documents as specified in
e- tender notice shall have to be submitted by the lowest bidder within a week physically in the office
of tender opening authority. Online bid documents submitted by intending bidders shall be opened
only of those bidders, whose original EMD deposited with any division of CPWD and other documents
scanned and uploaded are found in order.

The bid submitted shall be opened at 3.00 PM on 17.01.2025

10. The bid submitted shall become invalid and e-Tender processing fee shall not be refunded if:
(i) The bidder is found ineligible.
(ii) The bidder does not upload scanned copies of all the documents 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 bidder in the office of bid opening authority.
(iv) If a tenderer quotes nil rates against each item in item rate tender or does not quote any
percentage above / below on the total amount of the tender or any section / sub head in
percentage rate tender, the tender shall be treated as invalid and will not be considered as lowest
tenderer.

11. The contractor whose bid is accepted will be required to furnish performance guarantee at specified
percentage of the tendered amount as mentioned in schedule E and within the period specified in
Schedule F. This guarantee shall be in the form of Insurance Surety Bonds, Account Payee Demand
Draft, Fixed Deposit Receipt or Bank Guarantee from any of the Commercial Banks in accordance
with the prescribed form. In case the contractor fails to deposit the said performance guarantee within
the period as indicated in Schedule 'F', including the extended period if any, the 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 labor licenses, registration with
EPFO, ESIC and BOCW Welfare Board including Provident Fund Code No. If applicable and also
ensure the compliance of aforesaid provisions by the subcontractors, if any engaged by the contractor
for the said work within the period specified in Schedule F.

12. The description of the work is as follows:


Construction of 200 Seater Hostel at CCS NIAM at Bambala Jaipur (Raj.).

Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is
practicable), the form and nature of the site, the means of access to the site, the accommodation they
may require and in general shall themselves obtain all necessary information as to risks,
contingencies and other circumstances which may influence or affect their bid. A bidders shall be
deemed to have full knowledge of the site whether he inspects it or not and no extra charge
consequent on any misunderstanding or otherwise shall be allowed. The bidders shall be responsible
for arranging and maintaining at his own cost all materials, tools & plants, water, electricity access,
facilities for workers and all other services required for executing the work unless otherwise
specifically provided for in the contract documents. Submission of a bid by a bidder implies that he
has read this notice and all other contract documents and has made himself aware of the scope and
specifications of the work to be done and of conditions and rates at which stores, tools and plant, etc.

AE(C)/AE(E)(P) 3 EE(C)(P)
will be issued to him by the Government and local conditions 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 bid and reserves to itself the authority to reject any or all the bids received without the
assignment of any reason. All bids in which any of the prescribed condition is not fulfilled or any
condition including that of conditional rebate is put forth by the bidders, shall be summarily rejected.

14. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids
submitted by the contractors who resort to canvassing will be liable for rejection.

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 bid for works in the CPWD Circle (Division in case of
contractors of Horticulture/Nursery category) responsible for award and execution of contracts, in
which his near relative is posted as Divisional Accountant or as an officer in any capacity between the
grades of Chief Engineer and Junior Engineer (both inclusive). He shall also intimate the names of
persons who are working with him in any capacity or are subsequently employed by him and who are
near relatives to any gazetted officer in the Central Public Works Department or in the Ministry of
Housing & Urban Affairs. Any breach of this condition by the contractor would render him liable to be
removed from the approved list of contractors of this Department.

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 prior permission of the
Government of India in writing. This contract is liable to be cancelled if either the contractor or any of
his employees is found any time to be such a person who had not obtained the permission of the
Government of India, as aforesaid, before submission of the bid or engagement in the contractor’s
service.

18. The bids for the work shall remain open for acceptance for a period of 30 (thirty) days from the date
of opening of bids in case of single bid system and 75 days (seventy-five) days from the date of
opening of technical bids in case bids are invited in 2 or 3 bids system. Further
(i) If any tenderer withdraws his tender or makes any modifications in the terms & conditions of the
tender which is not acceptable to the department within 7 days after last date of submission
of bids, then the Government shall, without prejudice to any other right or remedy, be at liberty
to forfeit 50% of the earnest money absolutely irrespective of letter of acceptance for the
work is issued or not.
(ii) If any tenderer withdraws his tender or makes any modifications in the terms & conditions of the
tender which is not acceptable to the department after expiry of 7 days after last date of
submission of bids, then the Government shall without prejudice to any other right or remedy,
be at liberty to forfeit 100% of the earnest money absolutely irrespective of letter of
acceptance for the work is issued or not.
(iii) In case of forfeiture of earnest money as prescribed in para (i) and (ii) above, the bidders
shall not be allowed to participate in the rebidding process of the same work.

19. This Notice Inviting bid shall form a part of the contract document. The successful bidder/contractor,
on acceptance of his bid by the Accepting Authority, shall, within 15 days from the stipulated date of
start of the work, sign the contract consisting of: -
(a) The Notice Inviting bid, all the documents including additional conditions, specifications and
drawings, if any, forming the bid as uploaded at the time of invitation of bid and the rates
quoted online at the time of submission of bid and acceptance thereof together with any
correspondence leading thereto.
(b) Standard CPWD Form-7 or other Standard CPWD Form as applicable.

20. For Composite Bids

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

AE(C)/AE(E)(P) 4 EE(C)(P)
20.2 The bid document will include following three components:
Part A. CPWD-6, CPWD-7 including schedule A to F for the major component (Civil) of the work,
Standard General Conditions of Contract 2023 Construction Works for CPWD as
amended/ modified up to last date of submission of bids.
Part B. General/ specific conditions, specifications etc. applicable to major component (Civil) of the
work
Part C. Schedule A to F for the minor component (Electrical), General/ specific conditions,
specifications etc. applicable to minor component (Electrical) of the work
Part D. Schedule of quantities applicable to major and minor component of the work.

20.2A The contractor shall have to associate other agency(s) for execution of each of the work(s), which
fulfils the eligibility criteria as defined after taking prior approval. The contractor and the associated
specialized agencies shall give required affidavit to confirm their association. Tender accepting
authority may approve change of sub agency in case it is required during the currency of contract.
However, the contractor shall also be eligible to carry out himself any or all of these works without
associating any specialized agency provided: -
a) He fulfills the prescribed eligibility criteria respectively for these work(s).
OR
b) He directly procures the equipment of approved make from manufacturer and gets it
installed from authorized agency / service provider of the manufacturer.
OR
c) Specialized agency as per criteria mentioned below.
SI. Specialized work(s) / item Criteria of associated agencies
No. of work(s)
(A) Civil Works
(i) Water Proofing Experience of having successfully completed works during last
seven years ending previous day of last date of submission of
application.
a) One work of financial value not less than Rs. 18.73 lacs
OR
b) Two works each of financial value not less than Rs. 14.05 lacs
OR
c) Three works each of financial value not less than Rs. 9.36 lacs
Similar works means Execution of Water Proofing Work
(B) Electrical Works
i) EI Works a) Certificate of registration of CPWD in appropriate class of
composite category.
b) Electrical contractor license OR undertaking that they will either
obtain valid electrical license at the time of execution of electrical
work OR associate contractor having valid electrical license of
appropriate class.
ii) Lift Eligibility Criteria for Lift Works (Revision-3) :
1. The lift manufacturer shall comply with BIS standards, duly
certified by the manufacturer itself.
2. The manufacturer shall be compliant to the Public Procurement
(Preference to Make In India), Order 2017 (as amended from time to
time) issued by the Department of Industrial Policy and Promotion
(DIPP), Ministry of Commerce and Industry.
3. The experience of successful completion of similar works shall be
as per CPWD Works Manual/SoP.
4. The manufacturer shall furnish an undertaking regarding
availability of spares for the entire expected life of the lift i.e. 15 to 20
years.
5. The complete lift installation including its components, safety
devices, various types of controls etc., testing, inspection, operation
& maintenance shall conform to relevant Codes, Standards, code of
practices, guidelines, safety rules, inspection manual(s), rules issued
by Bureau of Indian Standards, as amended up to the last date of
receipt of tenders.
6. Quality standards shall conform to latest IS/ISO-9001:2015.
7. The down time of installed lifts being maintained by the
manufacturer shall not be more than 8 hours (average) in case of
minor faults and 7 days (average) in case of major faults during the

AE(C)/AE(E)(P) 5 EE(C)(P)
last one financial year.
iii) Fire Fighting System Experience of having successfully completed works during last
seven years ending previous day of last date of submission of
application.
a) One work of financial value not less than Rs. 17.39 lacs
OR
b) Two works each of financial value not less than Rs. 13.04 lacs
OR
c) Three works each of financial value not less than Rs. 8.70 lacs
Similar works means Supply, Installation, Testing and
Commissioning of Fire Fighting System
iv) Fire Alarm System Experience of having successfully completed works during last
seven years ending previous day of last date of submission of
application.
a) One work of financial value not less than Rs. 12.14 lacs
OR
b) Two works each of financial value not less than Rs. 9.10 lacs
OR
c) Three works each of financial value not less than Rs. 6.07 lacs
Similar works means Supply, Installation, Testing and
Commissioning of Addressable Fire Alarm System
v) Solar Photovoltaic Power Experience of having successfully completed works during last
Plant seven years ending previous day of last date of submission of
application.
a) One work of financial value not less than Rs. 16.23 lacs
OR
b) Two works each of financial value not less than Rs. 12.17 lacs
OR
c) Three works each of financial value not less than Rs. 8.12 lacs
Similar works means Supply, Installation, Testing and
Commissioning of Solar Photovoltaic Power Plant
vi) IP Based CCTV System Experience of having successfully completed works during last
seven years ending previous day of last date of submission of
application.
a) One work of financial value not less than Rs. 18.05 lacs
OR
b) Two works each of financial value not less than Rs. 13.54 lacs
OR
c) Three works each of financial value not less than Rs. 9.02 lacs
Similar works means Supply, Installation, Testing and
Commissioning of IP Based CCTV System
vii) LAN Networking Experience of having successfully completed works during last
seven years ending previous day of last date of submission of
application.
a) One work of financial value not less than Rs. 33.75 lacs
OR
b) Two works each of financial value not less than Rs. 25.31 lacs
OR
c) Three works each of financial value not less than Rs. 16.87 lacs
Similar works means Supply, Installation, Testing and
Commissioning of LAN Networking
viii) VRV/VRF System Experience of having successfully completed works during last
seven years ending previous day of last date of submission of
application.
a) One work of financial value not less than Rs. 38.43 lacs
OR
b) Two works each of financial value not less than Rs. 28.82 lacs
OR
c) Three works each of financial value not less than Rs. 19.22 lacs
Similar works means Supply, Installation, Testing and
Commissioning of VRV/VRF System

AE(C)/AE(E)(P) 6 EE(C)(P)
The value of executed works shall be brought to current costing level by enhancing the actual value of
work at simple rate of 7% per annum, calculated from the date of completion to the previous day of
last date of submission of tenders.

In addition to this the associated agency has to submit an Affidavit as under: -

“I/We undertake and confirm that eligible similar works(s) has/have not been got executed
through another contractor on back-to-back basis. Further that, if such a violation comes to
the notice of Department, then I/we shall be debarred for associated agency in CPWD in future
forever.”

In case the main contractor himself meets the required eligibility criteria as laid down by the
Department for specialized component of work, he shall be allowed to execute the same after due
verification etc., otherwise the bidder must associate himself with agency of the appropriate class and
category eligible to bid for specialized components.

20.3 The bidders must associate himself, with agencies as per NIT conditions.

20.4 The eligible bidders shall quote percentage rate for all items of major component as well as for all
items of minor components of work.

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

EE of major component will operate Part-A, Part-B & Part-D of the agreement. EE/DDH in
charge of minor component(s) shall operate Part-A, Part-C& Part-D of the agreement.

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

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

20.8 The main contractor has to associate agencies for specialized component (s) conforming to eligibility
criteria as defined in the bid document and has to submit detail of such agency(s) to Engineer-in-
charge of relevant component (s) within prescribed time. Name of the agency(s) to be associated shall
be approved by Engineer-in-charge of relevant component(s).

20.9 In case the main contractor intends to change any of the above agency/ agencies during the operation
of the contract, he shall obtain prior approval of Engineer-in-charge of relevant specialized
component(s).

The new agency/ agencies shall also have to satisfy the laid down eligibility criteria. In case,
Engineer–in-charge is not satisfied with the performance of any agency, he can direct the contractor
to change the agency executing such items of work and this shall be binding on the contractor.

21.10 The main contractor has to enter into MoU with agency(s) associated by him. Copy of such MoU shall
be signed by EE/DDH in charge of each relevant component as well as to EE in-charge of major
component. In case of change of associate contractor, the main agency(s) has to enter into
agreement/MoU with the new contractor associated by him.

20.11 Running payment for the major component shall be made by EE of major discipline to the main
contractor. Running payment for minor components shall be made by the Engineer-in-charge of the
discipline of minor component directly to the main contractor. The CMB shall be maintained
independently by Engineer-in-Charge of major and minor components.

20.12A The Composite work shall be treated as complete when all the components of the work are complete.
The completion certificate of the composite work shall be recorded by Engineer-in-charge of major
component after record of completion certificate of all other components.

AE(C)/AE(E)(P) 7 EE(C)(P)
20.12B Final bill of whole work shall be finalized and paid by the EE of major component. Engineer(s) in
charge of minor component(s) will prepare and pass the final bill for their component of work and pass
on the same to the EE of major component for including in the final bill for composite contract.

21. In case of reduction in scope of work no claim on account of reduction in value of work, loss of
expected profit, consequential overheads etc. shall be entertained.

AE(C)/AE(E)(P) 8 EE(C)(P)
22. List of documents to be scanned and uploaded within the period of bid submission:

(i) Insurance Surety Bond, Demand Draft/ Account Payee Banker's Cheque / FDR/ Bank Guarantee of
any commercial Bank against EMD.
(iii) Copy of receipt for deposition of original EMD to division office of any Executive Engineer [including
NIT issuing EE] CPWD.
(iii) Enlistment order of the CPWD contractors in appropriate class.
(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- “B” 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) Undertaking on structural stability and soundness as per prescribed format Form 'F'.
(vi) Any other document as specified in the NIT.

Receipt of deposition of original EMD

Receipt No. _______________ dated ________


1. Name of work : Construction of 200 Seater Hostel at CCS NIAM at
Bambala Jaipur (Raj.).
2. NIT No. : 19/CE/Jaipur/2024-25
3. Estimated Cost : Rs. 23,71,88,460/-
(Civil: Rs. 19,18,12,862/-+ Elect.: Rs. 4,53,75,598/-)
4. Amount of Earnest Money Deposit : Rs. 33,71,885/-
5. Last date of submission of bid : 17.01.2025

(*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
alongwith Office Stamp
(#To be filled by EMD receiving EE/DDH)

Executive Engineer-Jaipur-I,
CPWD, Sector-10,
Vidyadhar Nagar, Jaipur (Raj.)
(For & on behalf of President of India)

AE(C)/AE(E)(P) 9 EE(C)(P)
Form 'F'

Undertaking on structural stability and soundness of


already completed buildings and infrastructure projects

l/we undertake and confirm that any building / infrastructure constructed by our firm /partnership firm/
company has not suffered any failure, making it unfit for intended use, either due to structural design and
defects or due to use of sub-standard materials or execution of sub-standard work, poor workmanship or any
other reason during the last 25 (twenty-five) years.

l/we, further, undertake that if such information comes to the notice of CPWD, then Engineer-in-
Charge shall be free to terminate the bid/agreement and to forfeit the entire amount of earnest money deposit,
performance guarantee and security deposits.

l/we, also undertake that in addition to above, the Engineer-in-Charge shall be free to debar us forever
from tendering in CPWD.

The decision of Engineer-in-Charge or any higher authority shall be final and binding.

Signature of Signature of bidder or an


notary with seal authorized person of the
firm with stamp

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

AE(C)/AE(E)(P) 10 EE(C)(P)
INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING FORMING PART OF BID
DOCUMENT AND TO BE POSTED ON WEBSITE

The Executive Engineer-Jaipur-I, CPWD, Sector-10, Vidhyadhar Nagar, Jaipur (Raj.) (Tel. No. 0141-
2231576, 2231578 & E-mail ID: [email protected]) on behalf of the President of India invites online
Percentage Rate Bids from Approved and eligible contractors of CPWD in appropriate class in single bid
system for the following work:

Time & Date of opening of Bid


documents as specified in the
Estimated Cost put to tender

Last date and time of online


submission of bid, EMD
Declaration, and other
Period of Completion

notice/bid document
Earnest Money
NIT No.
Sr. No.

Name of work & Location

1 2 3 4 5 6 7 8

Electrical: Rs. 4,53,75,598/-+


Civil: Rs. 19,18,12,862/-+

Total Rs. 23,71,88,460/-


19/CE/Jaipur/2024-25

12 (Twelve) Months
Rs. 33,71,885/-

Upto 3.00 PM on

Upto 3.30 PM on
Construction of 200 Seater

17.01.2025

17.01.2025
Hostel at CCS NIAM at Bambala
Jaipur (Raj.).
1

XXX To be filled in by the Executive Engineer

The contractor submitting the tender should read the schedule of quantities, additional conditions, additional
specifications, particular specifications, CPWD- 6 and other terms and conditions given in the NIT and
drawings. The bidder should also read the General Conditions of Contract 2023 Construction Works for
CPWD Works with up-to-date correction slips, which is available as Government of India Publications;
however, provisions included in the tender document shall prevail over the provisions contained in the
standard form. The set of drawings and NIT shall be available in the office Executive Engineer-Jaipur-I,
CPWD, Sector-10, Vidyadhar Nagar, Jaipur (Raj.). The contractor should also visit the site of work and
acquaint himself with the site conditions before tendering. He should only submit his tender if he considers
himself eligible and in possession of all required documents. The following conditions, which already form part
of the tender conditions, are specially brought to his notice for compliance while submitting the tender online.
They are requested to comply following instructions.
(A) Tenders with any condition including that of conditional rebates shall be rejected forthwith.
(B) The successful bidder shall be required to submit a Performance Guarantee of 5% (Five Percent) of
the tendered amount within 7 days of issue of letter of intent. This period can be further extended by
Engineer-in-Charge up to a maximum period of 7 days on the written request of the contractor and
with late fee as defined in Schedule F.
(C) GST, Labour-Cess, Stamp Duty / Stamp Paper, Royalty as per Govt. norms/policies as applicable
shall be borne by the contractor himself. The contractor shall quote his rates considering all such
taxes and hence their quoted rates should be inclusive of all the tax components.
(D) It will be obligatory on part of the Contractor/ Bidder to tender for and sign the tender documents for
all the component parts. The department reserves right to accept tender in full or in part without
assigning any reasons.

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 bidder posted on website shall form part of bid document.

AE(C)/AE(E)(P) 11 EE(C)(P)
3. The bid documents consisting of plans, specifications, the schedule of quantities of various types of
works to be executed and the set of terms and conditions of the contract to be complied with and
other necessary documents can be seen in the office Executive Engineer-Jaipur-I, CPWD, Sector-
10, Vidyadhar Nagar, Jaipur (Raj.) between hours of 11:00 AM and 4:00 PM from 04.01.2025 to
16.01.2025 every day except on Sunday and public holidays or can be seen and downloaded from
website https://etender.cpwd.gov.in or www.cpwd.gov.in free of cost.

4. Applicant has to deposit earnest money of Rs. 33,71,885/- in the form of Insurance Surety Bonds,
Account Payee Demand Draft, Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee (for
balance amount as prescribed) from any of the Commercial Banks in favor of Executive
Engineer, Jaipur Central Division-I, CPWD, Jaipur along with tender document. A part of earnest
money is acceptable in the form of bank guarantee also. In such case, minimum 50% of earnest
money or Rs. 20 lacs, whichever is less, shall have to be deposited in shape prescribed above, and
balance may be deposited in shape of Bank Guarantee of any Commercial bank having validity for a
period of 90 days for single bid works and 180 days for two bid system or more from the last date of
receipt of bids which is to be scanned and uploaded by the intending bidders.

But the bid can only be submitted after deposition of original EMD either in the office of Executive
Engineer inviting bids or division office of any Executive Engineer, CPWD within the period of bid
submission and uploading the mandatory scanned documents such as Insurance Surety Bonds,
Account Payee Demand draft or Bankers Cheque or Fixed Deposit Receipts or/ and Bank Guarantee
(for balance amount as prescribed) from any of the Commercial Bank towards EMD in favor of
Executive Engineer as mentioned in NIT, receipt for deposition of original EMD to division office of
any Executive Engineer (including NIT issuing EE/ AE), CPWD and other documents as specified.

The bids will be submitted upto3:00 PM on 17.01.2025. The bid shall be opened at 3:30 PM on
17.01.2025

5. Those contractors who are not registered or have not updated their profile on the website mentioned
above, are required to get registered / update their profile beforehand. The necessary training
materials including the videos with step-to-step process are available on download section of
https://etender.cpwd.gov.in.

6. The intending bidder must have valid Class-III digital signature certificate with encryption key (combo
type) to perform any operations / transactions on the e-tendering portal / website and the bidder
should download and install the eMsigner on their system as per instructions available on download
section ofhttps://etender.cpwd.gov.in.

7. On opening date, the contractor can login and see the tender opening process. After opening of
tenders, he will receive the competitor’s tender sheets.

8. Contractor can upload documents in the form of JPG format and PDF format.

9. Contractor must ensure to quote rate in the prescribed column(s) meant for quoting rate in figures
appears in yellow colour and the moment rate is entered, it turns sky blue.

In addition to this, while selecting any of the cells a warning appears that if any cell is left blank the
same shall be treated as "0". Therefore, if any cell is left blank and no rate is quoted by the bidder,
rate of such item shall be treated as "0" (ZERO).

However, If a tenderer quotes nil rates against each item in item rate tender or does not quote any
percentage above/below on the total amount of the tender or any section / sub head in percentage
rate tender, the tender shall be treated as invalid and will not be considered as lowest tenderer.

10. Certain modifications may be required. Addendum / Corrigendum shall be uploaded by the Engineer-
in-Charge, if felt necessary by him, which shall form part of tender document.

11. The bidders are advised to visit the site before submitting his bid to have more clarity about the site
conditions and availability of space for execution of the work.

AE(C)/AE(E)(P) 12 EE(C)(P)
12. The existing enlisted contractor either himself or his authorized representative shall take
compulsory ERP (Enterprise Resource Planning) training through any of the CPWD Regional
Training institutes (RTls) at Delhi, Mumbai, Chennai and Kolkata, National CPWD Academy
(NCA) Ghaziabad, Training arranged by Graduates of ERP "Train the Trainers Programme"
conducted by NCA, Ghaziabad or through any other special training arranged by ERP unit of
CPWD. Training will be valid only when participants are registered in LMS (Learning
Management System) of ERP and certificate is issued through LMS of ERP.

List of documents to be scanned and uploaded within the period of bid submission:

(i) Insurance Surety Bond, Demand Draft / Account Payee Banker's Cheque / FDR / Bank Guarantee of
any commercial Bank against EMD.
(iii) Copy of receipt for deposition of original EMD to division office of any Executive Engineer [including
NIT issuing EE] CPWD.
(iii) Enlistment order of the CPWD contractors in appropriate class.
(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-“B” 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) Undertaking on structural stability and soundness as per prescribed format Form 'F'.
(vi) Any other document as specified in the NIT.

Executive Engineer-Jaipur-I,
CPWD, Sector-10,
Vidyadhar Nagar, Jaipur (Raj.)
(For & on behalf of President of India)
XXX To be filled in by the Executive Engineer

AE(C)/AE(E)(P) 13 EE(C)(P)
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

Name of work: Construction of 200 Seater Hostel at CCS NIAM at


Bambala Jaipur (Raj.).

Part A
Volume II

14
CPWD FORM NO. 7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

STATE: Rajasthan Zone: Chief Engineer-Jaipur


BRANCH: B&R DIVISION: EE-Jaipur-I

COMPOSITE PERCENTAGE RATE TENDER & CONTRACT FOR WORKS

Tender for the work of: Construction of 200 Seater Hostel at CCS NIAM at Bambala Jaipur (Raj.).

i) To be submitted/uploaded online by 03.00 PM on 17.01.2025 through website


www.etender.cpwd.gov.in or www.cpwd.gov.in to Executive Engineer-Jaipur-I, CPWD, Sector-
10, Vidyadhar Nagar, Jaipur (Raj.).

ii) The bid to be opened online in presence of tenderers who may be present at 03.30 PM on
17.01.2025 in the office of Executive Engineer-Jaipur-I, CPWD, Sector-10, Vidyadhar Nagar,
Jaipur (Raj.).

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.

I/we agree to keep the tender open for 30 (Thirty) days from the due date of its opening in case of single
bid system 75 (Seventy-Five) days from the date of opening of technical bid in case tenders are invited
on 2 /3 bid/ system for specialized work and not to make any modification in its terms and conditions.

I/We have deposited EMD for the prescribed amount in the office of concerned Executive Engineer as per the
bid document.

A copy of earnest money deposit receipt of prescribed amount deposited in the form of Insurance Surety
Bonds, Account Payee Demand Draft, Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee (as
prescribed) issued by a Commercial Bank is scanned and uploaded. If I/we fail to furnish the prescribed
Performance Guarantee within prescribed period, I/we agree that the President of India or his successor in
office shall without prejudice to any other right or remedy be at liberty to forfeit the said Earnest Money
absolutely. Further if I/we fail to commence the work as specified. I/we agree that President of India or his
successors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit
the said Performance Guarantee absolutely. The said Performance Guarantee shall be a guarantee to
execute all the works referred to in the tender documents upon the terms and conditions contained or
referred to those in excess of that limit at the rates to be determined in accordance with the provision
contained in Clause 12.2 and 12.3 of the tender form.

Further, I/We agree that in case of forfeiture of Performance Guarantee as aforesaid, I/We shall be
debarred for participation in the re-tendering process of the work.

I / We undertake and confirm that eligible similar work(s) has/have not been got executed through another
contractor on back-to-back basis. Further that, if such a violation comes to the notice of Department, then I/we
shall be debarred for tendering in CPWD in future forever. Also, if such a violation comes to the notice of

15
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 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.
i) XXX Signature XXX
ii)XXX
iii) XXX

Dated: - ................................. Executive Engineer


For & on behalf of the President of India.

XXX To be filled in by the Executive Engineer

XX To be filled in by the contractor

16
SCHEDULES (A to F) FOR CIVIL WORK

SCHEDULE ‘A’
Schedule of quantities- As per NIT

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 PER DAY PLACE OF ISSUE

NIL

SCHEDULE ‘D’
Extra schedule for specific requirements/ documents for the work, if any.
1. Special conditions - As per NIT
2. Particular Specifications. - As per NIT
3. Annexures - As per NIT
Form of performance security (Bank Guarantee Bond), Form
of earnest money deposit (Bank Guarantee Bond), guarantee
bond for Water Proofing, Sanitary Installations/ Water
Supply/ Drainage, for removal of defects in Stone/ tile work,
Aluminum Doors, Windows Ventilator Work etc.

SCHEDULE ‘E’
Reference to General Conditions of General Conditions of Contract 2023 Construction
Contract : Works for CPWD works as modified & corrected upto
previous day of the last date of submission of the tender.

1.1 Name of Work : Construction of 200 Seater Hostel at CCS NIAM at


Bambala Jaipur (Raj.).

1.2 Estimated Cost of work: -


(i) For Civil component : Rs.19,18,12,862/-
(ii) For Electrical component : Rs. 4,53,75,598/-
Total : Rs.23,71,88,460/-

1.3 Earnest Money : Rs. 33,71,885/- (composite) (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.


OR
2.50% of tendered value plus 50% of PG for contracts
involving maintenance of the building and services/ other
work after construction of same building and services / other
work

17
SCHEDULE ‘F’:

General Rules & Directions: -


1.Officer Inviting Tender Executive Engineer-Jaipur-I
CPWD, Sector-10, Vidyadhar Nagar, Jaipur (Raj.)
or his successor thereof

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 See below under Clause-12

Definitions: -
2(i) Engineer-In-Charge Executive Engineer-Jaipur-I
CPWD, Sector-10, Vidyadhar Nagar, Jaipur (Raj.)
or his successor thereof for Civil works

2(ii) Accepting Authority Chief Engineer-Jaipur, CPWD, Jaipur


or his successor thereof.

2(iii) Percentage on cost of materials and


labour to cover all overheads
and profits 15%

2(iv) Standard Schedule of Rates DSR-2023 with correction slips up to the last date of
submission of bids and M/R.

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

2(vi) Standard CPWD Contract Form General Conditions of Contract Construction Works 2023,
CPWD Form 7 as modified & corrected upto previous day
of the last date of submission of the tender.

Clause-1:
(i) Time allowed for submission of
performance guarantee, programme chart 7days
(Time and Progress) and applicable labour
licenses, registration with EPFO, ESIC and
BOCW Welfare Board, Provident Fund Nos.
or proof of applying thereof from the date of
issue of letter of acceptance.

(ii) Maximum allowable extension with 7 days


late fee @0.1% per day of the
performance guarantee amounts beyond
the period provided in (i) above

Clause-2:
(i)Authority for fixing compensation Chief Engineer-Jaipur, CPWD, Jaipur
under Clause 2 or his successor thereof.

Clause-5:
Number of days from the date of 14 days
issue of letter of acceptance for
reckoning date of start

Mile Stone Refer Para (A) Table of Milestones as per NIT.

Time allowed for execution of work 12 (Twelve) Months

18
Authority to decide
i. Authority to convey the decision of shifting
of milestone and extension of time Executive Engineer-Jaipur-I
CPWD, Sector-10, Vidyadhar Nagar, Jaipur (Raj.)
or his successor thereof

ii. Authority to decide rescheduling of


milestone and extension of time CE-Jaipur/CE&ED/SE/SE&PD

iii Shifting of date of start in case of CE-Jaipur/CE&ED/SE/SE&PD


delay in handing over of site.

Schedule of handing over of site:


Part Portion of site Description Time period for handing over
reckoned from date of issue
of letter of intent
Part A Portion without any hindrance Full site of work On the day of issue of letter of
commencement of work by the
Engineer-in-charge
Part B Portions with encumbrances Nil Nil
Part C Portions dependent on work of Nil Nil
other agencies

Schedule of issue of Designs: -

Part Portion of design Description Time period for issue of design


reckoned from date of receipt of
tenders
Part A Portion already in NIT Soil investigation report Available
Part B-1 Portions of Architectural (a) All Architectural working Will be issued at the time of award
Designs to be issued drawings (without details of of work
toilet etc.)
(b) Misc. balance architectural Will be issued at appropriate time
drawings. as per requirement of work in
phased manner
Part B-2 Portions of Civil a) Part Foundation details of a) Will be issued at the time of
Designs to be issued Building. award of work
b) Complete Foundation b) Will be issued at the time of
details of Building award of work
c) Complete structural c) Will be issued within 30 days of
drawings start of work
d) Misc. balance structural d) Will be issued at appropriate
drawings. time as per requirement of work
in phased manner
Part B-3 Portions of E&M All E&M designs Agency will submit within 30 days
designs to be issued from the date of award of work for
approval.

Clause 5.2: -
Nature of hindrance register: Online system
(either Physical or Online)

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

SI. No. Contract Value Recovery Rs.


I. Less than or equal to Rs. 1 crore 500
II. More than Rs. 1 Crore but less than or equal to Rs. 5 Crore 1000
III. More than Rs. 5 Crore but less than or equal to Rs. 20 Crores 2500
IV. More than Rs. 20 Crores 5000

19
Clause-6:-
Electronic Measurement Book (EMB) through
CPWD ERP portal Yes, Applicable

Clause-7: Gross work to be done together Rs. 150.00 Lakh (Civil work)
with net payment / adjustment of
advances for material collected,
if any, since the last such payment
for being eligible to interim payment

Clause-7A: -
Regarding applicability of labour laws Yes, Applicable
Related to Labour licensee, registration
of contractor with EPFO, ESIC and
BOCW welfare board i/c Provident Fund

No running account bill shall be paid in the work till the applicable labour licenses, registration with
EPFO, ESIC, BOCW welfare board including Provident Fund Code No. if applicable whatever
applicable are submitted by the contractor to the Engineer-in-charge.

Clause-7B: - Yes, Applicable (Authority letter to be


given by contractor as per Annexure-II)

Clause 8A:
(i) This shall not apply for maintenance or upgradation contracts not involving any services.
(ii) For other works, the recovery shall be made @ 0.1% (Zero-point one percent) of accepted
Tendered Value OR recovery rate limit specified below, whichever is more.:
SI. No. Contract Value Recovery Rs.
I. Less than or equal to Rs. 1 crore 2000
II. More than Rs. 1 Crore but less than or equal to Rs. 5 Crore 5000
III. More than Rs. 5 Crore but less than or equal to Rs. 20 Crores 25000
IV. More than Rs. 20 Crores 50000

Clause-10A: -
List of testing equipment to be Refer particular specifications (Civil)
provided by the contractor at site lab. as per NIT

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

Clause-10C: - Applicable (25% of Civil work)

Clause 10 CA: - Deleted

Clause-10-CC: - Not Applicable

Clause-11: - Specifications to be followed for C.P.W.D. Specifications 2019 Vol. I &II


execution of work with correction slips issued upto last date of
submission of bids.

Clause-12: -
12.2(c) Deviation limit beyond which
clause 12.2(c) shall apply 100%
for building work
(i) Deviation limit beyond which
clause 12.2(c)shall apply 100%
for foundation works (except
items mentioned in earth work Sub-Head
in DSR and related items)
(ii) Deviation limit for items mentioned
in Earth work Sub-head of DSR 100%
and related items

20
Clause-16:-Competent Authority for Chief Engineer-Jaipur, CPWD, Jaipur/
deciding reduced rates. SDG (Chandigarh), CPWD, Chandigarh
or his successor thereof.

Clause 19 C:- Authority to decide penalty for each default Executive Engineer-Jaipur-I
CPWD, Jaipur or his successor thereof

Clause 19 D:- Authority to decide penalty for each default Executive Engineer-Jaipur-I
CPWD, Jaipur or his successor thereof

Clause 19 G:-Authority to decide penalty for each default Executive Engineer-Jaipur-I


CPWD, Jaipur or his successor thereof

Clause 19 K:-: Authority to decide penalty for each default Executive Engineer-Jaipur-I
(The provisions of this clause, shall not CPWD, Jaipur or his successor thereof
be applicable for works with estimated cost
put to tender being less than Rs. 5.00 Crores).

Clause-25: OM No. DG/CON/317 dated 28.06.2021 is applicable


(i) Conciliator: SDG-Chandigarh
(ii) Arbitrator Appointing Authority: CE-Jaipur
(iii) Place of Arbitration: Jaipur

Clause-32: Requirement of Technical Representative(s) and Recovery Rates


(a) For Civil & Electrical Works:

SI. Minimum Number (of Minimum Designation Rate at which recovery shall be
No. Qualification of major + Experience (Technical made from contractor in the
Technical Minor (Years) Staff) event of non- deployment.
Representative component) Figures Words
1. Graduate Civil Project 20 years (and Rs. 60,000/- Rs. Sixty
Engineer Manager having Per Month Thousand Per
experience of Month
one similar
nature of
work)
2. Graduate Electrical Deputy Project 12 years (and Rs. 40,000/- Rs. Forty
Engineer Manager having Per Month Thousand Per
experience of Month
one similar
nature of
work)
3. Graduate Civil (1) Project / Site 5 years Rs. 25,000/- Rs. Twenty Five
Engineer / & Engineer OR Per Month Thousand Per
Diploma Engineer Elect.(1) 10 years Per Person Month Per
respectively Person

4. Graduate Civil (1) Project 2 years Rs. 15,000/- Rs. Fifteen


Engineer / & Planning / OR Per Month Thousand Per
Diploma Engineer Elect.(1) Quality / Billing 5 years Per Person Month Per
Engineer respectively Person

Assistant Engineers retired from Government services that are holding Diploma will be treated at par
with Graduate Engineers.

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.

21
Clause-38:-
i) Schedule / Statement for determining As per Delhi Schedule of Rates 2023 with
theoretical quantity of cement & bitumen amendments upto the last date of submission of
bids.
ii) Variations permissible on theoretical quantities.
a) Cement
For works with estimated cost 3% plus / minus.
put to tender not more than Rs. 25 Lakh.

For works with estimated cost 2% plus / minus.


put to tender more than Rs. 25 Lakh.
b) Steel Reinforcement and structural 2% plus / minus.
steel sections for each diameter,
section and category.
c) Bitumen for all work. 2.5% Plus side only and NIL on minus side
c) All other materials. Nil.

22
TABLE OF MILE STONE (S)

Name of work: Construction of 200 Seater Hostel at CCS NIAM at Bambala Jaipur (Raj.).

Mile stone(s) as per table given below: -

SI Description of Milestone (Physical) Time Amount to be with-


No. Allowed in held in case of non-
days (from achievement of
date of start) milestone
1. Completion of Site Office along with Site Laboratory. 01 Month 0.5% of accepted
Submission of Design-Mix Report. tendered amount.

2. Completion of RCC work upto plinth level. 02 Months 0.75% of accepted


Submission of Electrical Drawings and make of steel tendered amount.
conduit i/c conduit layout plan.
Supply of steel conduit, submission of Make/Model and
Technical Data sheet of Wire/Cable/MCB DBs, MCBs,
Modular Switch & Sockets i/c G.I. Box, LED Fittings and
Fans, Cable, etc.
Submission of MoUs of Specialized Agencies.

3. Completion of RCC slab of First Floor i/c related 3½ Months 0.75% of accepted
electrical services installation work. tendered amount.
Supply of material at site i.e. G.I. Box, Wire/Cable/MCB
DBs, MCBs.
Submission of schematic layout/drawings & Make/Model
and Technical Data sheet of Fire Fighting system, Fire
Alarm System, IP Based CCTV System LAN & WiFi
System etc.

4. Completion of RCC slab of Third Floor and Masonry 05 Months 0.75% of accepted
work upto first floor slab level i/c related electrical tendered amount.
services installation work.
Submission of schematic layout/drawings & Make/Model
and Technical Data sheet of Lifts, Solar Photovoltaic
Power Plant, solar water heating system and VRV/VRF
System, etc.
Submission GA Drawing of electrical panels etc.

5. Completion of RCC slab of Fifth Floor and Masonry work 6½ Months 0.75% of accepted
upto third floor slab level i/c related electrical services tendered amount.
installation work.
Supply of material such as pipe etc. at site for firefighting
work.

6. Completion of RCC structure work with masonry work, 08 Months 0.5% of accepted
flooring & plastering work i/c related electrical services tendered amount.
installation work with completion of sample room &
toilet etc.
Supply of all materials at site for electrical work, electrical
fixtures, electrical panels & cables, Lifts, etc.
Installation of pipes of firefighting etc.

7. Completion of door-windows, internal finishing & water 9½ Months 0.5% of accepted


proofing work and truss work. tendered amount.
Supply of balance material of firefighting system i/c
pumps and All materials for solar water heating system,
Fire Alarm System, IP Based CCTV System LAN & WiFi
System, Solar Photovoltaic Power Plant and VRV/VRF
System.
Installation of all electrical accessories & fixtures,
earthing, L.A. and 50% installation of firefighting system.

23
8. Completion of all W/S, S/I, external finishing, external 11 Months 0.25% of accepted
work, tanks, etc. tendered amount.
Installation of electrical panels & cables, L.A. & earthing,
solar water heating system, Fire Alarm System, IP Based
CCTV System LAN & WiFi System, Solar Photovoltaic
Power Plant and VRV/VRF System, Lifts etc.

9. Completion of entire work as per agreement including 12 Months 0.25% of accepted


cleaning of site all complete in all respect. tendered amount.
Testing and commissioning of all installations, fire
clearance i/c handing over of same.

Note: Mile stones shall be applicable both for Major component (Civil work) as well as for Minor
component (Electrical work) of the work.

24
(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) …….…….……. (Hereinafter 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.

25
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.

26
FORM “B”

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

27
Government of India
Central Public Works Department

Name of work: Construction of 200 Seater Hostel at


CCS NIAM at Bambala Jaipur (Raj.).

PART B
(CIVIL)

28
ELIGIBILITY CRITERIA FOR SPECIALISED CIVIL WORKS

The contractor shall have to associate other agency(s) for execution of each of the work(s), which fulfils the
eligibility criteria as defined after taking prior approval. The contractor and the associated specialized
agencies shall give required affidavit to confirm their association. Tender accepting authority may approve
change of sub agency in case it is required during the currency of contract. However the contractor shall also
be eligible to carry out himself any or all of these works without associating any specialized agency provided: -
a) He fulfills the prescribed eligibility criteria respectively for these work(s).
OR
b) He directly procures the equipment of approved make from manufacturer and gets it
installed from authorized agency / service provider of the manufacturer.
OR
c) Specialized agency as per criteria mentioned below.

SI. Specialized work(s) / item Criteria of associated agencies


No. of work(s)
(i) Water Proofing Experience of having successfully completed works during last
seven years ending previous day of last date of submission of
application.
a) One work of financial value not less than Rs. 18.73 lacs
OR
b) Two works each of financial value not less than Rs. 14.05 lacs
OR
c) Three works each of financial value not less than Rs. 9.36 lacs
Similar works means Execution of Water Proofing Work

The value of executed works shall be brought to current costing level by enhancing the actual value of work at
simple rate of 7% per annum, calculated from the date of completion to the previous day of last date of
submission of tenders.

In addition to this the associated agency has to submit an Affidavit as under: -

“I/We undertake and confirm that eligible similar works(s) has/have not been got executed through
another contractor on back-to-back basis. Further that, if such a violation comes to the notice of
Department, then I/we shall be debarred for associated agency in CPWD in future forever.”

29
Annexure-A

PROPOSAL FOR ASSOCIATING AGENCIES for


WATER PROOFING WORK

We hereby propose the following agencies as per details mentioned against each. Their Willingness
Certificates are also attached as per Annexure-B.

S Name of electrical Category and Registration Electrical Validity of Consent


No contractor/ Firm class of No. License registration letter
registration in attached
CPWD (yes/No)
1.

2.

3.

Note: - A copy of registration order shall be attached for each agency.

Contractor’s signature

30
Annexure-B
WILLINGNESS CERTIFICATE

Name of work: Construction of 200 Seater Hostel at CCS NIAM at Bambala Jaipur (Raj.).

I hereby give my willingness to work as Associate Specialized Agency for civil component of the
above-mentioned work.

I will execute the work as per specifications and conditions for the agreement and as per direction of
the Engineer-in-Charge. Also, I will engage full time technically qualified supervisor/engineer for the works. I
will attend inspection of officers of the department as and when required.

Dated:

Signature of the Associate Specialized Agency

31
Annexure-C
Memorandum of understanding
Rs. 100/- Non-judicial stamp

This Memorandum of Understanding (MOU) is made on the _________ at __________

Between

M/s _____________________________ (Main Contractor) having his registered office at


_____________________ which expression shall unless repugnant to the subject or context include its
administrators, successors and assigns.
And

M/s _____________________ (Associate contractor) registered in CPWD as class: _______


Electrical contractor and having his registered office at _____________________ which expression shall
unless repugnant to the subject or context include its administrators, successors and assign.

Whereas, the Central Public Work Department, have issued tender papers to quote for the following
work to M/s __________________ (Main Contractor).

Name of work: Construction of 200 Seater Hostel at CCS NIAM at Bambala Jaipur (Raj.).

Whereas, This Memorandum of Understanding has been entered into to execute the above work by
the Main Contractor and Associate Contractor.

Whereas, both the parties have gone through and understood the various conditions and clauses of
the tender and willingly agree to abide by them.

This MOU shall be valid till the duration of completion of above work and shall be extended if so
required by the CPWD.

Now, therefore it is agreed between the parties here to as follows: -

1 The associated contractor shall completely execute, perform and do all the works mentioned and
described in the main agreement for its water proofing work components according to the
specifications, terms and conditions etc. of the main agreement.

2 The associated contractor shall execute and complete the works in all respect up to full satisfaction of
the CPWD officers and attend to them during their inspection at site, meetings etc., whenever
required by the CPWD officers.

3 The cost of water proofing work executed by the associated contractor will include the cost of all the
materials, accessories, equipment’s, tools & plants, laborers technical persons required etc. in all
respect.

4 The associated contractor is responsible for getting recorded measurements and preparation,
submissions & pursuance of payment of the bills of the work done for electrical portion of the main
agreement.

5 The rate will be as per the schedule enclosed.

6 The Quantity will be as per actual measurement as received from CPWD to main contractor and the
rate will be as per the mutually agreed.

7 The payment to associate contractor will be released after the payment to main contractor is made by
the CPWD.

8 The technical staff required for the associate discipline shall be of associate contractor.

9 The guarantee of the execution after the completion of the work shall be responsibility of the
associate contractor as required by the CPWD.

32
10 There is Service Tax (GST) liability; work being related to the construction of the Central Govt. Deptt.
However, if any liability of the Service Tax (GST) is imposed on the associated contractor then it will
be paid by main contractor.

11 Either party shall not repudiate the contract in mid-way without the consent of each other. Otherwise,
it will be treated as breach of agreement for any reason whatsoever.

12 The main agency shall be solely responsible for deferment & rescheduling of each milestone fixed as
per contract documents and in such eventuality, the consequences arising out of the same rests on
main agency.

13 The main contractor only shall be responsible for getting extension of delay regularized and liability
what so ever flowing out shall lies with them. There shall be no direct or indirect impact on associate
contractor.

14 TDS shall be deducted by the main contractor as per Income Tax law from associated agency. In
case liability of tax other than Income Tax (Such as GST, or any other mechanism formed) is levied
on associated contractor then the main agency will reimburse it in full to associated agency.

15 The associated contractor shall be bound to execute work upto a deviation limit of 30% in quantities
of items of work at the agreement rate. Beyond deviation limit the rates will be decided by main &
Associated contractor on mutually agreed basis.

16 For the items such as extra items, substitute items and new items other than the items of main
agreement, if any incorporated in the work, then the main contractor shall pay the full amount so
approved to the associate contractor.

17 The validity of rates shall be ______ months after finalization & acceptance of MOU by the competent
authority.

18 In case main contractor delays the payment to associated contractor after the payment is released by
department to the main contractor then on receipt of delay in payment from associate contractor the
CPWD shall directly make the payment to associated contractor.

19 The main contractor shall at their cost provide necessary requisite arrangement for storage of
material.

20 Sand & cement used in the electrical work shall be provide by main contractor.

21 Security Deposit as deducted by the CPWD will be reimbursed by main contractor to associate
contractor. However associated contractor will deposit 2½% of Agreement amount of Rs.
______________ in shape of FDR towards S/D to be retained by main contractor which will refunded
to associated contractor after completion of electrical work.

22 The Income tax, Commercial tax and labour cess tax deducted by the CPWD from the bills of water
proofing work shall be reimbursed by the main contractor in favour of the associated contractor
accordingly.

In witness whereof we have put our hand seal on date _________________.

Enclose: - Schedule of rates.

Signature Signature
(Associate Contractor) (Major Contractor)
Address: _________________ Address: __________________

33
SPECIAL CONDITIONS (CIVIL)

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) 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 coordinated 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 The work shall be executed and measured as per metric dimensions given in the Schedule of
Quantities, drawings etc. (FPS units wherever indicated are for guidelines only).

1.4 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.

1.5 In the item of finishing walls with water proofing cement/ exterior paint, only the plain/flat area shall be
measured for payment and nothing extra shall be paid on account of pointed wall surface.

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

34
1.7 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.

1.8 Equipment’s like 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.

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

1.10 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.

1.11 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.

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

1.13 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.

1.14 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.

1.15 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.

1.16 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.

1.17 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.

1.18 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
supersede 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.

1.19 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.

1.20 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

35
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.

1.21 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.

1.22 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.

1.23 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.

1.24 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.

1.25 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.

1.26 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.

1.27 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.

1.28 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.

1.29 Results of sub-surface investigations conducted at site are indicated in extracts of the report attached.
This information about the soil and sub-soil water conditions is being made available to the
Contractor, in good faith, for guidance only and the Contractor is advised to obtain details directly as
may be considered necessary by him before quoting rates in the tender. No claim whatsoever on
account of any discrepancy between the sub-surface strata conditions that may be actually
encountered at the time of execution of the work and those given in these tender documents, in-
accuracy or interpretation thereof shall be entertained from the Contractor under any circumstances.
The ground water table is a variable condition and the information given in the report is only indicative
and it may vary from time to time.

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

1.31 The Contractor shall keep himself fully informed of all acts and laws of the Central & State
Governments, all orders, decrees of statutory bodies, tribunals having any jurisdiction or authority,
which in any manner may affect those engaged or employed and anything related to carrying out the

36
work. All the rules & regulations and bye-laws laid down by Collector / MC 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.

1.32 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.

1.33 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.

1.34 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.

1.35 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.

1.36 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.

1.37 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.

1.38 The Contractor shall take all necessary precautions to prevent any nuisance or inconvenience to the
owners, tenants or occupants of the adjacent properties and to the public in general. The Contractor
shall take all care, as not to damage any other adjacent property or other services running adjacent to
the plot. If any damage is done, the same shall be made good by the Contractor at his own cost and
to the entire satisfaction of the Engineer-in-Charge. The Contractor shall use such methodology and
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

37
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 whatsoever 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 firsthand
information of site constraints. Accordingly, they should quote their tenders. Nothing extra shall be
payable on this account.

1.39 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.

1.40 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.

1.41 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 be allowed to use the facilities if available at site & arranged by the associate-
Contractors and other agencies working at site of the work. The Contractor shall be
(i) Allow to 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.
(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.

1.42 On completion of work, the contractor shall submit at his own cost four prints of “as built” drawings of
the completed work 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.

1.43 The contractor shall have to arrange water of desirable quality for the construction purpose for which
he may have to install RO/ Water Softening plant at site or might have to bring/ purchase water from
outside as per decision of Engineer-in-charge. Nothing extra shall be paid on this account.

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.

38
(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) Pumping/ bailing out surface water/rain water/ sub soil water, if necessary for any reason.

3.0 QUALITY ASSURANCE/ TESTING OF MATERIALS

3.1 GENERAL:-

3.1.1 All incidental expenditure on security, construction of cement godown, 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.

3.1.2 With each Running Bill, the details of test carried out shall be submitted by the contractor as per
Performa as per NITof Part-B.

3.1.3 Samples of materials required for testing shall be provided free of charge by the contractor. The tests
are to be carried out in the approved laboratories for testing as approved by ADG/SDG. All
expenditure to be incurred for testing of samples e.g. taking samples, packaging, sealing,
transportation, loading, unloading etc. including testing charges shall be borne by the contractor.
a) 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.
b) 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.
c) Contractor shall be responsible for safe custody of all the test registers.
d) Submission of copy of all Test Registers, Material at Site Register along with each alternate
Running Account Bill and Final Bill shall be mandatory. These registers should be duly checked
by AE(P)/EE 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
e) 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 before- hand by
EE and approval obtained from SDG, CPWD, Chandigarh. 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 / IIT or NIT Lab / Govt. Engineering College may be
allowed by Executive Engineer or higher officers provided these labs have all necessary facility to
carry out the required tests.

3.1.4 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.

3.1.5 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.

3.1.6 Special attention shall be paid towards line and level of internal and external plastering, exposed
smooth surface of RCC members by providing fresh shuttering plates, sealing shuttering joints,
accurate joinery work in wooden doors and windows, thinnest joints in stone/ tiling / cladding work,
non-hollowness in floor and dado tiles work, protection of scratches over flooring by impounding layer
of plaster of Paris, water tight pipe linings, absence of hollow vertical joints in brick masonry, proper

39
compaction of filled up earth etc. to achieve an Institution of International standards and up keeping of
quality assurance shall be of paramount importance, as such.

3.2 FIELD LABORATORY

The contractor has to establish field laboratory at site including all necessary equipment’s and skilled
manpower for the Field Tests as per NIT of Part-Bat this own cost to have proper quality control.
For performing the above tests, the Field Testing Equipment’s and Instruments as per NIT of
Part-B 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.

3.2.3 The contractor shall establish field laboratory including additional room (of minimum area of 20 sqm.
each) for preserving samples of material till the completion of whole work. Nothing extra shall be paid
for establishing field laboratory.

3.3 SAMPLE OF MATERIALS:-

3.3.1 BIS/ISI Marked materials and fittings shall be used with the approval of Engineer-in-Charge.
Wherever BIS/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.

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 Preferred
Makes as per NIT of Part-B for 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).

40
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 Portland Pozzolona Cement conforming to IS: 1489 (Part-1) as required
in the work, from reputed manufacturers of cement as per attached list of preferred make or from any
other reputed cement Manufacturer having a production capacity not less than one million tonnes per
annum as approved by SDG Chandigarh/Chief Engineer-Jaipur for that zone.

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:
i) By the contractor, if the results show that the cement does not conform to relevant BIS
Codes.
ii) By the department, if the results show that the cement conforms to relevant BIS Codes.

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 Cement godowns having sufficient capacity 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-38 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-38), 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 Chief Engineer-Jaipur, CPWD, Jaipur 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.

4.2.10 The cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided by the
Engineer- In- Charge. The cement godown of the capacity to store a minimum of 2000 bags of
cement or as decided by NIT approving authority in case less than 100MT cement is required for the
work, shall be constructed by the contractor at site of work for which no extra payment shall be made.
For small maintenance works, NIT approving authority shall decide the requirement of the
storage/godown.

41
4.2.11 The contractor shall be responsible for the watch and ward and safety of the cement godown. The
contractor shall facilitate the inspection of the cement godown by the Engineer-in-Charge at any time.

4.2.12 The cement shall be got tested by the Engineer-In-Charge and shall be used on the work only after
satisfactory test results have been received. The contractor shall supply free of charge the cement
required for testing including its transportation cost to testing laboratories. 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.

4.2.13 The theoretical consumption of cement shall be worked out as per procedure prescribed in clause-38
of the contract and shall be governed by conditions laid therein. In case the cement consumption is
less than theoretical consumption including permissible variation, recovery at the rate so prescribed
shall be made after ensuring structural soundness and stability on the basis of testing. In case of
excess consumption no adjustment need to made.

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

4.2.15 The damaged cement shall be removed from the site immediately by the contractor on receipt of a
notice in writing from the Engineer-In-Charge. If he does not do so within 3 days of receipt of such
notice, the Engineer-In-Charge shall get it removed at the cost of the contractor.

4.2.16 Chief Engineers/CPMs/ADGs/SDGs may change the brand of Cement depending upon availability in
local market but conforming to grade mentioned in the NIT and only with ISI mark, if warranted. The
name of manufacturers should be finalized after taking into consideration the availability and cost
factor. Conditions for cement proposed to be procured in silos may be approved by the NIT approving
authority along with mode of storage, measurement, testing and grade requirements.

4.3 STEEL REINFORCEMENT: -

4.3.1 Only ISI marked TMT Bars of various grades shall be procured from steel manufacturer.
1. The Special Director General, CPWD Shall approve the steel manufacturers subject to the
guidelines for eligibility criteria and other technical parameters given below.

Credentials for eligibility criteria & other technical parameters for steel manufacturers :

The manufacturer should meet the following eligibility criteria :


a) The steel manufacturer should have following documentary evidence:
i) Certificate of incorporation.
ii) Memorandum of articles of Association.
iii) Credit rating of the company from CARE/CRISIL/ICRA (the grading should not be C/D grade
for minimum last 3 years).
b) The Steel manufacturer must have following licenses and certificates :
i) ISI Certificate for billets (IS 2830 : 2012)
ii) ISI Certificate for TMT Bars (IS 1786 : 2008 (Amendment -1 November 2012))
c) The Steel manufacturer should also preferably have the following licenses :
i) ISO 9001 : 2015
ii) ISO 14001 : 2015
iii) OHSAS 18001 :2007

d) The steel manufacturer should be using iron ore as the basic raw material. The entire gamut of
iron and steel production is owned by the same company or its subsidiary company(ies) and the
iron making capacity is sufficiently matching the steelmaking capacity, adopting any of the refining
technologies for manufacturing steel & TMT Bars as given under are eligible :
i) BF-BOF route
ii) COREX- BOF Route
iii) DRI-EAF Route (Each Electric Arc Furnace should be 100 MT or more)
e) Billets produced must be ISI marked (IS 2830:2012)
f) The TMT bars produced must be ISI marked (IS 1786:2008)
g) The steel manufacturer should have the following in house testing facilities (NABL Accredited):
i) Computerized Universal Testing Machine
ii) Spectrometer
iii) Bend Re-bend facility as per IS: 1786:2008 (Amendmnt-1 November 2012).

42
iv) Raw material laboratory: Arrangement for testing carbon, Sulphur & Phosphorous etc.
v) Other testing facilities as specified in IS: 1786:2008 & IS: 2830:2012.

4.3.2 For reinforced cement concrete or pre-stressed concrete works, the reinforcement bars shall consist
of the following grade confirming to IS 1786: 2008 (Indian Standard Specification for high strength
deformed steel bars and wires for concrete reinforcement): Fe 500D/ Fe 550D.

4.3.3 The contractor shall obtain manufacturer’s certificate stating the process of manufacture, chemical
composition and test sheet giving result of each mechanical test applicable to the material purchased
and submit it to the Engineer-in-Charge. Each test certificate shall indicate the number of the cast to
which it applies, corresponding to the number or identification mark to be found on the material.

4.3.4 The Engineer-in-Charge shall get each consignment tested for both chemical composition and
physical properties (including bend and re-bend test) as specified in IS: 1786 from NABL accredited
laboratory of any Government laboratory.

4.3.5 Only corrosion resistant steel reinforcement / rebars shall be used.

4.3.6 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 on written orders from the Engineer-in-
Charge to do so.

4.3.7 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.

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

4.3.9 For checking nominal mass, tensile strength, bend test, re-bend test one sample for each, specimens
of sufficient length shall be cut from each size of the bar at random, and at frequency not less than
that specified below:

Size of bar For consignment upto or below For consignment above 100
100 tonnes tonnes
Under 10 mm dia bars One sample foreach 25 tonnes or One sample for each 40 tonnes or
part thereof part there of
10 mm to 16 mm dia bars One sample for each 35 tonnes or One sample for each 45 tonnes or
part there of part there of
Over 16 mm dia bars One sample for each 45 tonnes or One sample for each 50 tonnes or
part there of part there of

4.3.10 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.

4.3.11 The theoretical consumption of steel shall be worked out as per procedure prescribed in clause-38 of
the contract and shall be governed by conditions laid therein. In case the consumption is less than
theoretical consumption including permissible variations recovery at the rate so prescribed shall be
made. In case of excess consumption no adjustment need to be made.

4.3.12 The steel brought to site and the steel remaining unused shall not be removed from site without the
written permission of the Engineer-in-charge.

Annexure-I
SI. Item Check point Remarks
1. Steel Producer a) Factory address and Registration no.
having b) Certificate of manufacturing process.
manufacturing c) Refining process of steel Producer.
facilities at Plant. c.1 BF-BOF route
c.2 Corex- BOF route
c.3 DRI – EAF route

43
With documentary evidence either for BOF or EAF
d. Steel plant having infrastructure for producing
sponge iron, billete and TMT Rebars
e. Production and Quality Flow Chart
f. Plant Evaluation and Process Verification
g. List of Plant & Machinery
2. Established Document verification for:
a. Govt. / PSU Approvals
2. Established
b. Supply orders of TMT Re-bars in Govt. Projects
(Minimum-S years)
c. Verification of direct supply orders to any
State/Central Govt. Department I
d. User Certificate issued by any Govt. Department
directly
3. Indigenous Documentary evidence like;
a. Certificate of Incorporation
b. Memorandum of Articles of Association
c. Credit rating of the company from
CARE/CRISIL/ICRA should not be C/D grade
(minimum last 3 year)
a. Test Results from Govt./NABL accredited
laboratories
b. In-house testing facility for physical/Chemical tests
(NABL accredited)
4. Reliable d. Calibration Certificates
e. List of Lab Equipment’s:
e.1 Spectrometer
e.2 Computerized UTM
5. Use of Iron- Verification of Iron-Ore/ Process iron ore invoices
Ore/Processes
Iron are as basic
raw materials
6. In-house rolling Plant verification to identify in-house rolling
facility facilities, production of liquid steel & crude steel
7. Licenses& a. ISO 9001:2008 Certification
Certificates b. ISO 14001:2004 Certification
c. OHSAS18001:2007 Certification
d. IS 1786:2008 (TMT Re-bars)
e. IS 2830:1992 (Billets)
8. Product Range TMT Re-bars FE 415/415D/500/500D/550/550D
CRS(Corrosion Resistant) & EQR (Earthquake
Resistant)
TMT Re-bars
Size 8 to 36 mm dia

Note:-
DRI - EAF-> Direct Reduce Iron - Electric ARC Furnace
BF- BOF-> Blast Furnace - Basic Oxygen Furnace
COREX-BOF->COREX Furnace - Basic Oxygen Furnace

4.3.13 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.

4.3.14 Reinforcement including authorized spacer bars and lapages 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.

44
4.3.15 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.

4.3.16 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.

4.3.17 (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**

a) Upto and including 10 +7 -8 +8


b) Over 10 upto and
Including 16 +5 -6 +6
c) 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.
Note :- (1) Corrosion Resistant Steel reinforcement bars shall be used as per guidelines issued from
CSQ vide O.M. No. CSQ/SE(TAS)/Steel/2022/257-H dated 23/06/2022.
(2) Fire Protection measures shall be taken in Steel Structural System as per guidelines issued
from CSQ vide O.M. No. 17/SE(TAS)/Steel/BMTPC/2022/475-H dated 24/11/2022.

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.

6.0 LABOUR AND SECURITY

6.1 Contractor should provide his plan for labour huts as per his requirement and get it approved from the
Engineer-in-Charge. The contractor will be provided space for labour huts etc. inside the campus but
the space requirement and location, as assessed by Engineer-in-Charge shall be final and binding.

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

45
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
rd
provide (min. two number) Computer having Intel core i5 3 generation processor, Latest MS-
Windows, A-3 Colored Inkjet & A-4 LaserJet Printers, Scanners, UPS etc. with required number of
data entry operators(two 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.

7.4 The contractor shall establish fully furnished site office having two rooms for field staff (1 Nos. AEs
and 1 Nos. JEs) with toilet facility. The electricity and water charges shall be paid by the agency.

It is clarified that nothing extra shall be payable for transportation and office infrastructure. The site
office & conference hall shall be removed after the work is completed by the contractor. The office
furniture for field staff shall be arranged by CPWD.

8.0 DOCUMENTATION

The Contractor shall render all help and assistance in documenting the total sequences of this project
by way of photography, slides, audio / video recording & other records etc. Nothing extra shall be
payable to Contractor on this account. However, cost of photographs, slides, audio / video graph etc.

46
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 submit a Programme Chart (Time and Progress) for each milestone along with
performance guarantee and get it approved from the department. The chart shall be prepared in direct
relation to the time stated in the contract documents for completion of the items of the work. It shall
indicate the forecast of the dates of commencement and completion of various trades of sections of
the work and may be amended as necessary by agreement between the Engineer-in-charge and the
contractor within the limitations of time imposed in the contract documents, and further to ensure good
progress during the execution of the work. The contractor shall in all cases in which time allowed for
any work exceeds one month (save for special jobs for which a separate program has been agreed
upon) complete the work as per milestones given in Schedule ‘F’.

9.2 The work has to be completed in stages as indicated in the Table of Milestones under Schedule ‘F’
as per NIT of Part-Band 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

10.0 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.

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 labourers and other

47
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 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) Water proofing treatment work of all types.

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 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 Internal Electrical Installation work as contained in the Electrical component work, 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, GST 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 within 60 days from the
date of start. 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

48
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 ACCOMMODATION: -


The contractor shall construct one Sample Room along with toilet in Building complete in all
respects including all Civil works and Electrical fittings/ fixtures, not later than 150 days. The sample
accommodation 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 the sample quarter. A penalty @ Rs.5,000/- per week shall be levied on the contractor
in case of their failure to construct the sample accommodation within the stipulated period mentioned
above.

13.0 DEFECT LIABILITY:

13.1 The contractor’s liability during the defect liability period from the final date of 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) Concrete/ RCC (a) Rectification of structural / superficial / non-structural cracks.
(b) Rectification of dampness / seepage in roof slab / junctions &
sunken portion.
(c) Rectification of cracks in beam, shade, column.
(ii) Brick work/ Concrete (a) Rectification of cracks in panel wall / portion.
Block Masonry (b) Cracks / settlement of dwarf walls.
(c) Rectification of efflorescence/ leaching.
(iii) Joinery (a) Replacement of warped joinery.
(b) Cracks in panels, rails / styles etc.
(iv) Builders Hardware (a) Repairs / Replacement of loosened / pre-mature failure of
fittings.
(b) Tightening / Replacement of sag in mosquito proofing.
(v) Steel & Iron work (a) Rectification / Replacement of defective part of rolling shutter.
(b) Redoing of defective portion in fabrication / welding including
painting.
(c) Steel windows, grills, gates etc. – defects to be rectified.
(vi) Roof treatment (a) Rectification of leakage / seepage of roof slab including
covering at junction till guarantee period.
(vii) Plastering (a) Rectification of structural / superficial cracks if any.
(b) Rectification of protruding / peeling off plaster if any.
(c) Rectification of efflorescence
(viii) Flooring (a) Rectification of sinking portion of plinth protection including
saucer drain.
(b) Settlement of foundation & floors, hollow sounding, cracks in
tiles/stones.
(ix) Plumbing / Sanitary (a) Making good of leakage through soil / waste pipe joints.
fittings (b) Replacement of looking mirror if found wavy.
(c) Rectification of leakage of overhead tanks.
(d) Leakage / seepage of sunken floor, blockage of taps / pipes,
non-functioning of cistern.
(x) Finishing (a) Making good of defective / dissimilar patches of painting to
match with remaining surfaces, peeling of paint.
(xi) Internal Water (a) Repairs / Replacement of defective taps / fittings.
Supply (b) Repair to leakage of GI water pipe lines including joints.
(c) Removal of blockage of GI pipe lines.

49
Sl. Description Defect Liability
No.
(xii) Roads (a) Repair of sinked portion of road & potholes, if any
(xiii) Sewage (a) Rectification of slope / system if found defective during use.
(b) Rectification of major blockage in Sewer lines.
(c) Cracks & settlement of sewage lines.
(xiv) Drains (a) Repair to Drains.
(b) Settlement of Drains
(xv) External Water (a) Repairs to installations & fittings.
Supply
(xvi) Roads (a) Repair of sinking portion of road & potholes, if any.
(xvii) General (b) All manufacturing defects of structures / fixtures / fittings /
equipment’s other 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.

14.0 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 equipments shall be provided to the Site Engineer, Supervisory staff,
labour and technical staff of the contractor by the Contractor at his own cost and used at site.

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
hardware, sanitary ware & Water Supply accessories 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.

50
16.0 Ultrasonic Pulse Velocity Method of Test for RCC

16.1 The underlying principle of assessing the quality of concrete is that comparatively higher velocities are
obtained when the quality of concrete in terms of density, homogeneity and uniformly is good. The
consistency of the concrete as regards its general quality gets established. In case of poorer quality
lower velocities are obtained. If there are cracks, voids or flaws inside the concrete which come in the
way of transmission of pulse, lower velocities are obtained.

16.2 The quality of concrete in terms of uniformity, incidence or absence of internal flaws, cracks and
segregation etc. indicative of the level of workmanship employed, can thus be assessed using the
guidance given in table below, which have been evolved for characterizing the quality concrete in
structure in term of the ultrasonic pulse velocity.

Velocity criterion for Concrete Quality Grading.

Sl. No. Pulse velocity by Cross Probing Concrete Quality Grading


(km/sec)
1. Above 4.5 Excellent Excellent
2. 4.5 to 3.5 Good Good
3. 3.5 to 3.0 Medium Medium
4. Below 3.0 Doubtful Doubtful

Note : In Case of “doubtful” quality it may be necessary to carry further tests.

16.3 Pulse velocity method of test of concrete is to be conducted for CPWD works as a routine test. The
acceptance criteria as per the above table will be applicable which is as per IS 13311 (part-1): 1992.
From the above “Good” and “Excellent” grading are acceptable and below these grading the concrete
will not be acceptable.

16.4 5% of the total number of RCC members in each category i.e. beam, column, slab and footing may be
tested by UPV test method for establishing quality of concrete. It is suggested that test be conducted
on RCC beam near joint with column, on RCC column near joint with beam, on RCC footings and
rafts. On RCC rafts a suitable grid can be worked out for determining number of tests. In addition,
doubtful areas such as honeycombed locations, locations, where continuous seepage is observed,
construction joints and visible loose pockets will also be tested.

16.5 The test results are to be examined in view of the above acceptance criteria “Good” and “Excellent”
and wherever concrete is found with less than required quality as per acceptance criteria, repairs to
concrete will be made. Honeycombed areas and loose pockets will be repaired by grouting using
Portland Cement Mortar/Polymer Modifies Cement Mortar /Epoxy Mortar, etc. after chipping loose
concrete in appropriate manner. In areas where concrete is found below acceptance criteria and
defects are not apparently visible on surface, injecting approved grout in appropriate proportion using
epoxy grout /acrylic Polymer modified cements slurry made with shrinkage compensating cement /
plain cement slurry etc will be resorted to for repairs.(refer relevant chapters from CPWD Hand Book
on Repairs and Rehabilitation of RCC Buildings).Repair to concrete will be done till satisfactory results
are obtained as per the acceptance criteria by retesting of the repaired area. If satisfactory results are
not obtained dismantling and relaying of concrete will be done.
rd
17.0 3 PARTY QUALITY ASSURANCE
a. In order to achieve high standards of materials, workmanship and overall quality of the execution,
an agency of CPWD may carry out Third Party Inspections as part of ‘Third Party Quality
Assurance’. The TPQA may be in-house team of CPWD or an external agency. This Contractor
will carry out the checks of the quality assurance procedures followed at site, take samples of the
materials for independent testing and check the workmanship of the works carried out. The
contractor shall extend full co-operation to the TPQA in facilitating the inspections and collection
of samples and regulate the execution stages with regards to the hold and witness points which
shall be strictly adhered to by the contractor. The next stage work shall not be undertaken at the
hold point stage and work shall be done in presence of the TPQA representative at the witness
stage.

The contractor shall be required to co-operate with TPQA in carrying out various activities
including documentation at no extra time and cost to the owner. In case of any adverse findings
by the TPQA, the contractor shall do the needful rectifications to the entire satisfaction of the

51
TPQA and CPWD. If contractor fails to rectify the defects of the serious nature within a
reasonable time frame no further payment shall be made.
b. If work is stopped due to non- rectification of defects and delay occurs on this account, no relief
in completion of mile stone by way of grant of EOT or any other relaxation be given.

18.0 JURISDICTION OF COURT

Courts at Jaipur shall have the jurisdiction to decide any dispute arising out of or in respect of this
contract.

52
53
54
PARTICULAR SPECIFICATIONS (Civil)
1.0 EARTH WORK: -

1.1 Earth work shall be executed as per CPWD specifications 2019 Volume-I, with upto date correction
slips. In addition to that following specifications shall also be followed:

1.2 EARTH WORK FOR MAJOR WORKS

1.2.1 Excavation shall be undertaken to the width of the Basement/Retaining wall footing including
necessary margins for construction operation as per drawing or directed otherwise. Where the nature
of soil or the depth of the trench and season of the year, do not permit vertical sides, the contractor at
his own expense shall put up the necessary shoring, strutting and planking or cut slopes with or
without steps, to a safer angle or both with due regard to the safety of personnel and works and to the
satisfaction of the Engineer. Measurement of plan area of excavation for payment shall be permitted
only.

1.2.2 All the major excavation shall be carried out by mechanical excavator. No extra payment shall be
made for that.

1.2.3 The contractor shall make at his own cost all necessary arrangements for maintaining water level, in
the area where works are under execution low enough so as not to cause any harm to the work shall
be considered as inclusive of pumping out or bailing out water, if required, for which no extra payment
shall be made. This will include water coming from any source, such as rains, accumulated rain water,
floods, leakages from sewer and water mains subsoil water table being high or due to any other cause
whatsoever. The contractor shall make necessary provision of pumping, dredging bailing out water
coming from all above sources and excavation and other works shall be kept free of water by
providing suitable system approved by the Engineer-in-charge. In order to avoid possibility of
basement floor of main building being getting uplifted/damaged due to water pressure, the contractor
shall lower the ground water table below the proposed foundation level by boring tube wells all around
the proposed building using well point sinking method or any suitable method as approved by
Engineer-in-charge. Sub soil water table shall be maintained at least 50 cm. below the P.C.C. level
during laying of P.C.C. water proofing treatment, laying of basement raft and beams including filling of
earth/sand under the basement floor. The water table shall not be allowed to rise above base of raft
level until completion of outer retaining walls including water proofing of vertical surface of walls and
back filling along the walls upto ground level and until the structure attains such height to counter
balance the uplift pressure. However, the contractor should inspect the site and make his own
assessment about sub-soil water level likely to be encountered at the time of execution and quote his
rates accordingly. Rate of all items are inclusive of pumping out or bailing out water, if required.
Nothing extra on this account whatsoever shall be paid to him. The sequence of construction shall be
got approved by the Engineer-in-charge.

1.2.4 The contractor shall take all necessary measures for the safety of traffic during construction and
provide, erect and maintain such barricades including signs, markings, flags, lights and flagman, as
necessary at either end of the excavation/embankment and at such intermediate points as directed by
the Engineer-in-charge for the proper identification of construction area. He shall be responsible for all
damages and accidents caused due to negligence on his part.

1.2.5 The contractor shall provide suitable barricading with suitably painted single row of G.I.
Sheets about 3’- 0” wide (90 cms) and 3.0 metre high nailed or bolted with wooden poles
spaced 2 to 3 metre apart and each pole 1.6 m to 2 m long 8 cm. to 10 cm. dia. The poles will
be embedded in mobile iron pedestal rings suitably framed for giving stable support as per
direction of the Engineer-in-charge. All management (including watch and ward) of barricades
shall be the full responsibility of the contractor. The barricades shall be removed only after
completion of the work or part of the work. The contractor’s rate shall include all above items
of work and nothing extra shall be paid to the contractor over and above his quoted rates.

2.0 R.C.C. WORK: - The contractor shall use Ready Mix Concrete (RMC)OR Site Batched Design Mix
Cement Concrete.

2.1 General Requirement of READY MIX CONCRETE (RMC) :-


(a) The contractor shall has to use Ready Mix Concrete (RMC) as per IS: 4926. 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.

55
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.
(b) All measuring equipment shall be maintained in a clean and serviceable condition and their
accuracy shall be checked at least once a month.
(c) 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.
(d) 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).
(e)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 of Concrete shall be as
per CPWD Specifications.

2.2 DESIGN MIX OF CONCRETE.

2.2.1 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/C.P.W.D.
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.
(b) Admixture may be added (by maintaining the minimum cement content as given under para-
2.1.3) 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.

2.2.2 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. If on testing, water from
the source is not found fit for construction, the necessary
arrangement for treatment of water shall have to be made by
the contractor at the site and nothing extra shall be payable
for the same.
(d) Cement:- Portland Pozzolona Cement (Fly ash based), 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 No.

56
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.

2.2.3 Water Cement Ratio and Slump :-

2.2.3.1 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.

2.2.3.2 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.
2.2.3.3 The minimum cement content, maximum free water-cement ratio and minimum grade of concrete are
individually related to exposure as per Table 5 of IS: 456, 2000 and as per CPWD Specifications
2019 (Vol-I) with upto date correction slips.

Grade of Concrete: - The compressive strength of various grades of concrete with various
parameters shall be as follows: -

GRADE COMPRESSIVE SPECIFIED


DESIGNATION STRENGTH ON CHARACTERISTI
15 Cm. CUBES C COMPRESSIVE
min. 7 DAYS STRENGTH AT
(N/mm2) 28 DAYS (N/mm2)
(i) M-20 As per Design 20
(ii) M-25 As per Design 25
(iii) M-30 As per Design 30
(iv) M-35 As per Design 35

NOTE:-
(i) In the designation of a Concrete mix letter M refers to the mix and the number of the specified
characteristic compressive strength of 15 cm - Cube at 28 days expressed in N/mm2.
(ii) It is specifically highlighted that in addition to the above requirements, the maximum cement
content for any grade shall be limited to 530 kg. / cubicmetre.

2.2.4 Characteristic Compressive Strength compliance Requirement

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


consecutive test results in N/mm2 (Min) N/mm2 (Min)
(1) (2) (3)
M15 ≥Fck + 0.825 x established standard deviation ≥Fck – 3 N/mm2
Or (rounded off to nearest 0.5 N/mm2)
Above Or
2
Fck +3N/mm , 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) For concrete of quantity up to 30 m3 (where the number of samples to be taken is less
than four as per frequency of sampling given in para 2.4, the mean of test results of all
such samples shall be fck + 4 N/mm2, minimum and requirement of minimum individual
test result shall be fck - 2 N/mm2, minimum. However, when the number of samples is
only on as per para 2.4, the requirement shall be fck+ 4 N/mm2, minimum

57
2.2.5 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) Site laboratory of approved RMC plant or own fully automatic batch mix plant approved by
Engineer-in-charge.
ii) IITs, NITs or any Govt. Engineering College.
iii) National Council for Cement & Building Materials, Ballabhgarh.
iv) CRRI, Delhi.
iv) In the event of all the above laboratories being unable to carry out the requisite
design/testing; the Contractor shall have to get the same done from any other reputed
laboratory with prior approval of the Engineer-in-Charge.
Note:- Admixture / Plasticizer to be used in concrete should be PCE (Poly Carboxyl Ether)
based.

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 SDG-Chandigarh.

2.2.6 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 ordinary Portland/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.

2.2.7 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.

2.2.8 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.

2.2.9 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 values of 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

Note: The above values correspond to the site control having proper storage of cement; weight batching of
all materials; controlled addition of water; regular checking of all materials, aggregate gradings and
moisture content; and periodical checking of workability and strength. Where there is deviation from
2
the above the values given in the above table shall be increased by 1 N/mm .

2.2.10 TRIAL BATCHES


(a) The designed mix proportions shall be checked for target mean compressive strength by
means of trial batches.
(b) 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.
(c) 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.

58
(d) 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.
(e) 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.
(f) 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.
(g) 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.

2.2.11 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.

2.3 General Requirement of Batch Mix Concrete:-


(a) The contractor shall have to use BATCH MIX CONCRETE. 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.
(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).

2.4 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 of Concrete shall be as per
CPWD Specifications.

2.5 SAMPLING:-

2.5.1 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.
(a) FREQUENCY OF SAMPLING: -
(i) A random sampling procedure shall be adopted to ensure that the sampling is spread
over the entire period of concreting and cover all mixing units. The concrete work shall
be notionally divided into lots as under for the purpose of sampling conditions.
-- Footings, rafts etc.
-- Columns and walls at all levels.
-- Beams at all levels.

59
-- Slabs at all levels.

(ii) At least one test sample shall be taken for each lot of concrete work.
(iii) Each grade of concrete shall form different lot for testing.
(iv) The minimum frequency of sampling of concrete of each grade shall be in accordance
with CPWD specification 2019, Vol I with upto date correction slips.
(v) The concrete work shall be assessed on day to day basis & samples shall be taken as
specified.
(vi) Work strength test shall be conducted in accordance with IS: 516 on random sampling.

However, the minimum frequency of sampling of concrete of each grade shall be in accordance with
the following:
______________________________________________________________________________
Quantity of Concrete in the work m3 Number of Samples
I-5 1
6 - 15 2
6 - 30 3
31- 50 4
51 and above 4 plus one additional sample for each
additional 50 cum or part thereof.

NOTE- At least one sample shall be taken from each Shift. Where concrete is produced at continuous
production unit, 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.

2.5.2 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.

2.5.3 TEST RESULTS OF SAMPLES: -


The test results of the sample shall be the average of the strength of three specimens. The individual
variation shall not be more than + 15% percent of the average. If variation is more, the test results
shall be treated as invalid. 90% of the total tests shall be done at the laboratory established at site by
the contractor and remaining 10% in any other laboratory as directed by the Engineer-in-Charge.

2.5.4 ACCEPTANCE CRITERIA

2.5.5 Compressive Strength


The concrete shall be deemed to comply with the strength requirements when both the following
conditions 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.

2.5.6 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.

2.5.7 Concrete of each grade shall be assessed separately.

2.5.8 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.

2.6 MEASUREMENT –
(i) As per CPWD Specifications 2019(Vol-I) with upto date correction slips

60
(ii) In respect of all projected slabs at all levels including cantilever, canopy, the payment for the
RCC work shall be made under the item RCC slabs. The payment for shuttering at the edges
shall be made under item of centering and shuttering for RCC slabs. Nothing extra shall be paid
for the side shuttering at the edge of these projected balconies / projected verandah slabs.

2.7 TOLERANCES - As per CPWD Specifications.

2.8 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. It includes finishing i.e. making the top surface of
smooth/in required level with trowel etc.
(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.

2.9 RCC WORK (ORDINARY)

2.9.1 The work shall be done in accordance with CPWD Specifications 2019 (Vol-I) with upto date
correction slips.

2.9.2 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.

2.10 FORM WORK

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

2.10.2 Only M.S. centering / 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. But nothing extra shall be paid on this a/c.

2.10.3 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.

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

2.10.5 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 centering, 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.

2.10.6 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.

61
2.11 REINFORCEMENT:-

2.11.1 The reinforcement shall be done as per CPWD Specifications.

2.11.2 The rate of item of reinforcement of RCC work includes all operations including straightening, cutting,
bending, welding, binding with annealed steel wire or welding and placing in position at all the floors
with all leads and lift complete as per CPWD Specifications.

2.11.3 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 casted well in advance with
approved proprietary pre-packed free flowing mortars (Conbextra as manufactured by M/s
Fosroc Chemicals India Ltd. or of approved equivalent) of high early strength and same colour as
of 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. Pre-cast cement mortar/concrete
blocks/blocks of polymer shall not be used as spacer blocks unless specially approved by the
Engineer-in-charge, rate of RCC items is inclusive of cost of such cover blocks & Cover Guard Bars.

2.12 PRE-CAST RCC WORK

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

2.12.2 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.

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

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

2.12.5 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.

2.12.6 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.

2.12.7 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:-

3.1 The masonry work shall be carried out with good quality well burnt FPS bricks of class designation 75
/ AAC blocks/ Fly ash bricks as per CPWD Specifications. Exposed brick work for ground level to
plinth level shall be executed with selected FPS bricks of class designation 75.

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 STONE / MARBLE WORK

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

62
4.2 GRANITE/ MARBLE WORKS

4.2.1 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.

4.2.2 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.

4.2.3 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.

4.2.4 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.

4.2.5. 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.

4.2.6 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.

4.2.7 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.

4.2.8 Acceptance Criteria: - The stone/tile work shall carry Five years guarantee after completion of work
against unsound material, workmanship as per guarantee bond. Five years guarantee in prescribed
Performa attached as per NIT of Part- C must be given by the specified firm, which shall be counter

63
signed by the contractor, in token of his overall responsibility. 10% (ten 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 five 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

4.3 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.

5.0 WOOD WORK

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

5.2 The factory shall be got approved from the Engineer-in-charge before commencement of work for
factory made wood work. The sample of timber to be used shall be deposited by the contractor with
Engineer-in-charge before commencement of work.

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

5.4 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.

5.5 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 coal
tar.

5.6 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.

5.7 Transparent sheet glass conforming to IS: 2835 – 1977 shall be used. Thickness being governed as
under unless otherwise specified in the item in wood work/steel work:

Area of Glazing Thickness


(a) For glazing area up to 0.50 sqm 4.0 mm
(b) For glazing area more than 0.50 sqm 6.0 mm

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

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

5.10 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.
5.11 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.

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

64
6.0 Fire Rated Doors
Fire rate doors shall conform to specifications lay down by NBC and/or relevant BIS codes etc.

7.0 STEEL WORK


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

8.0 FLOORING

8.1 All work in general shall be carried out as per CPWD specifications 2019 (Volume-I) 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 Tile Flooring


The tiles shall be of approved make and shall generally conform to Table 12 of IS15622.

The full body Vitrified tiles of specified sizes shall be used & sample of tiles shall be got approved
from the Engineer-in-Charge. All tiles shall be rectified and double charge minimum. The Mandatory
tests for vitrified tiles shall be got done as per CPWD Specifications (volume-1)/relevant BIS Code.

8.8 Ceramic Tiles Flooring


The tiles shall be procured from the approved manufactures of the specified shade &colour.

The floor & wall tiles shall be conforming to IS:15622 for floor and wall tiles respectively.

Tiles for dado shall be 300mm x 450mm (minimum size) or more (GROUP-III) as approved.

Tiles for flooring shall be 300mm x 300mm (minimum size) or more (GROUP-V) as approved.

Test shall be conducted to satisfy the quality of material as per CPWD Specifications

8.9 The rate of items of flooring is inclusive of providing sunken flooring in bathrooms, kitchen etc. and
nothing extra on this account is admissible. The proper gradient shall be given to flooring for toilets,
verandah, kitchen, courtyard, etc. as per the directions of Engineer-in-charge.

8.10 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 as per NIT of Part- C. 10% (ten percent) of the
cost of all tile items in addition to normal security deposit of the whole work, would be retained as
security deposit and the amount so deducted would be released after Five 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

65
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 as approved by the Engineer in Charge.

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 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 as per NIT of Part- B 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. (Ten per cent) of the cost of water-proofing
work shall be retained as Security Deposit in addition to normal security deposit of the whole work and
the amount so deducted would be released after ten years 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 2019 (Volume-II) 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 2019 (Volume-II) with up-to-
date correction slips.

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

66
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 Performa as per NIT of Part- B. 10% (ten 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 five 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.

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

The material for the work shall be procured from the approved manufacturer as per preferred
make list for materials in this agreement. The factory for fabrication and
anodizing/polyster/powder coating of aluminum windows/doors/frame works shall also be got
approved from Engineer-charge.

12.1 Extent and Intent: - The work shall be carried out for providing and installing anodized/powder
coated aluminum doors, windows, claddings, louvers, glazing 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 open
able 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-

67
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 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: -

12.9.1 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.

12.9.2 In the case of composite windows and doors, the different units are to be assembled first. The
assembled composite units should be checked for line, level and plumb before final fixing is done.
Units may be serial numbered and identified as out how to be assembled in their final locations if
situation so warrants.

12.9.3 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.

12.9.4 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

68
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 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
given below: -
Details No. of Tests
Sr. No.
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. Five years guarantee in prescribed Performa attached under as per NIT of Part B must be
given by the specified firm, which shall be counter signed by the contractor, in token of his overall
responsibility. 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 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 SPECIFICATION OF STRUCTURAL GLAZING

69
The scope of work includes designing, structural analysis, fabrication, testing, protection, installing
and fixing in position semi (grid) unitized system of structural glazing. Contractor shall execute
structural Glazing work as per approved architectural drawings.

Design & drawings: Work is to be carried out as per architectural drawings showing general
arrangement for structural glazing work. However, detailed working /shop drawings giving sizes of
various members vision panel, openable panel, spandrel panel flashing etc. are to be got prepared &
submitted by the contractor for approval to Engineer-in-charge before starting actual work. Agency
has to submit drawings as per site condition and various design parameters which are applicable for
such skilled work. Sizes & arrangement of members as indicated in architectural drawings and / or
BOQ for general arrangement shall be checked for their sufficiency along with accuracy of
arrangement/ accurate dimension of various members including spans.

Aluminum section: Structural Glazing frame work consisting of fixed panel/ openable / etc. are to be
fabricated out of heavy duty aluminum extruded tubular and other aluminum sections as per
architectural drawings. Aluminum section shall be as per grade 6063 T5 or T6 as per BS 1474,
including super durable powder coating 60-80 microns confirming to AAMA 2604 of required colour
and shade as approved by Engineer-in-charge. Sections to be protected with masking tapes against
external scratch and shall be removed only at the time of fixing.

Anchoring & Jointing: The anchoring /bracing of the glazing to the RCC slab/beams/columns shall
be done with required no. of galvanized / powder coated extended M.S brackets with dash fasteners
in the concrete and stainless steel bolts including providing and fixing of aluminum shims of variations.
The anchoring system shall be designed to withstand the dead load of the structural glazing as well as
stresses due to wind pressure.

The transoms and mullions are to be jointed with appropriate stainless steel screws, heavy duty
aluminum angle, cleat, box sleeves etc. complete as per drawings.

Fixing of Glass in Structural Glazing:

The glazing fame shall be aligned for each vertical mullion for the entire height and for each transom
for the entire width horizontally by laser beam equipment to ensure 100 percent “X” and “Y” alignment.

All the joints of structural Glazing system & the periphery of glass shall be properly sealed with
specified weather silicon. EPDM gaskets of suitable profiles to accommodate glasses in all the vision
areas shall be provided at all glazing area to make the glazing water & air tight.

70
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. 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

71
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

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) Unless otherwise stated cement used at site for mortar, plaster, building blocks, etc. shall be
PPC (Portland Pozzolana Cement). The PPC must meet the requirements of IS 1489 (Part I)
as regards to fly ash content in cement.
(iii) 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.

72
(iv) 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 LED bulbs of the appropriate illumination levels.

73
Special Conditions regarding Royalty of Materials to be used in Construction work

74
75
76
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


A. Testing Equipment at Field Laboratories
i) Balances
a) 7kg to 10 kg. Capacity, Semi-self-indicating type-Accuracy 10 gm
b) 500 gm. Capacity, Semi-self-indicating type Accuracy 1 gm
c) Pan Balance – 5 Kg. Capacity, accuracy 10 gm.
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, motorized operated with timing switch
assembly.
iv) Equipment for slump test – Slump Cone, Steel Plate, tamping rod, steel scale, scoop.
v) Duly calibrated 100 tonnes compression testing machine, electrical-cum manually operated.
vi) Graduated measuring cylinders 200 ml capacity
vii) 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.
viii) ISI marked 150X150X150 mm concrete cube moulds as per site requirement – 18 Nos.
ix) Graduated cylinder 1000 ml. Capacity.
x) Pumps & pressure gauges for hydraulic testing of pipes.
xi) Moisture meter
xii) Oven
xiii) PH Meter.
xiv) Any other equipment for site tests as outline in BIS and as directed by the Engineer-in-charge.

B. Field Testing Instruments


i) Steel tapes – 3 m
ii) Digital Vernier Calipers
iii) Digital 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) Rebound hammer for testing concrete
x) Magnifying glass
xi) Screw driver 30 cms long
xii) Ball pin hammer, 100 gms
xiii) Plastic bags for taking samples
xiv) Digital Distance meter
xv) Leveling machine
xvi) Theodolite
xvii) Total survey station
xviii) Ultrasonic Pulse velocity meter

Note: The above list is only indicative and not exhaustive. (If the contractor fails to bring any of the
equipments mention under A & B of above necessary recovery shall be made from the contractor.

77
C. Minimum required T&P

Sr. Detail of T&P Qty. Remarks


No.
1 Steel Shuttering 1000 Sqm. The T&P as per CPWD
2 Steel props of required sizes 2000 Nos. specification of relevant item
3 Welding machine 1 No. should reach at site 5 days in
4 Plate Vibrator 2 Nos. advance of the requirement as
5 Needle Vibrator 2 Nos. per programme submitted by the
contractor to the Engineer-in-
charge. The list is only
indicative and not exhaustive.

78
PROFORMA FOR TESTS CARRIED OUT

NAME OF THE WORK : DIVISION/


AGREEMENT NO. &DATE : SUB-DIVISION

Sl. Item Quantities Frequency No. of R.A. Upto No. of No. of Remarks
No. as per as 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

79
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. Progressiv Qty
for which
received e 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

80
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 the completion of work.

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 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 BEHALF OF THE PRESIDENT OF INDIA BY ................................... in the


presence of :-

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

81
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 leak
proof with sound material and workmanship.

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 five 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 improper slope, defective
galvanizing etc. for Five years to be reckoned from the date of completion of the work.

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

82
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, improper slope, finishing and materials.

NOW THE GUARANTOR hereby guarantee that work executed by him will be free from any material defects,
structural defects, cracks, hollow pockets, improper slope, faulty joints etc. for five years to be reckoned from
the date of completion of the work.

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 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 BEHALF OF THE PRESIDENT OF INDIA BY ................................... in the


presence of :-

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

83
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 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, defective anodizing/ powder coating for five years to
be reckoned from the date of completion of the work.

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

84
Annexure –I
LIST OF PREFERRED MAKES FOR CIVIL WORKS

Name of work: Construction of 200 Seater Hostel at CCS NIAM at Bambala Jaipur (Raj.).

S.No Material Revised List of Preferred Make


1. (i) Ordinary Portland Cement / Portland ACC, Ultratech, Ambuja Cement, J.K. Lakshmi
Pozzolona Cement. Cement, Shree Cement
(ii) White Cement Birla White , J.K. White, Ultratech
2. Reinforcement Steel SAIL, Tata Steel, Rashtriya Ispat Nigam Ltd.(RINL),
JSW Steel Ltd., Jindal Steel & Power Ltd.
3. Water Proofing Compounds, Admixtures, Fosroc, ROFF / Dr.Fixit (Pidilite Industries), CICO,
Plasticizer (PCE based only), Curing Sika, BASF, ArdexEndura (Bal Endura), Scot
Compounds Chemicals, STP Limited, Shalimar's Kavassu
4. Integral Water proofing compound with Fosroc, Conplast 421 Dr.Fixit : LW+, Sika : Sikacim,
cement (For Plaster & Mortar) Asian Paints : Smart care vitalia
& equivalent product of BASF, CICO, ArdexEndura,
Scot Chemicals, STP Limited, Shalimar's Kavassu
5. Water proofing compound for bathroom/ Fosroc : Brush Bond,
toilet/ balcony & other wet areas CICO : Tapecrete,
Dr.Fixit : Pidifine 2K, Sika : Nito Bond,
Asain Paints : Damp Block 2 K
& equivalent product of BASF,
ArdexEndura, Scot Chemicals, STP Limited,
Shalimar's Kavassu
6. Crystalline water proofing compound Fosroc : Fosroc Crystalline
Dr Fixit : Dr.Fixit Crystalline
Sika : Sika Crystalline
Asian Paints : Crystalline Quart
& equivalent product of BASF, CICO, ArdexEndura,
STP Limited, Shalimar's Kavassu.
7. Grouts, Tile Adhesive Latecrete, Kerokoal, BASF, Ardex Endura, Ferrous
Crete, Pidilite, STP Limited, TilemaxX, Shalimar's
Kavassu, Oswal Industries
8 Stone Adhesive Pidilite – Fevimate excel, BASF, ArdexEndura, MYK
Laticrete, Shalimar's Kavassu, Oswal Industries
9 Structural Steel SAIL, Tata Steel, RashtriyaIspat Nigam Ltd.(RINL),
and JSW Steel Ltd., Jindal Steel & Power Ltd.
10 Polycarbonate Sheet GE Plastic, LEXAN, Bayers
11 Profile steel sheet Ezydeck of TATA, Lloyd Superdeck, JSW / Jindal
11(A) Sandwich Profile panel Lloyd, Synergy, Metclo, Kingspan (Note : Profile steel
sheet should be of make Tata/Jindal/JSW/Lloyd)
12 Particle Board Action TESA, Greenlam, Merino, Jayna, Green Panel
13 Laminates Action TESA, Greenlam, Century Ply, Merino, Archid
Ply, Green Ply
14 Flush door shutters Jayna, Century, Durian, Green Ply, Green Panel, M.P.
Wood, Archid Ply
14(A) Wire gauge shutters Jayna, MP wood, Goel Industries Corpn.
15 WPC/PVC door shutters & frame Green Ply, Century Ply, Polygreen, Plasto Green
16 False Ceiling System Armstrong, USG Knauf, Saint Gobain, Aerolite,
Metalic, Mineral Fibre, Gypsum, Calcium Durlum, Diamond Ceiling, Ramco
Silicate
17 Plywood/ Veneer Green ply, Century, Merino, Duro, Durian, Green Panel
18 Melamine Polish Asian Paints Melamine Gold, Wudfin of Pidilite,
Timbertone of ICI Dulux.
19 Floor Spring & Door Closure Godrej, Dorma, Dorset, Kich
20(a) Aluminium Section Hindalco, Jindal, Indian Aluminum co., Omalco
20(b) Anodised Aluminium Hardware (Heavy Kilong, Alualpha, Classic, Ebco
Duty)
21 Clear/Float/Frosted/Toughen Glass/ Saint Gobain, AIS, Modiguard/Guardian Sunguard
Refractive Glass

85
22 Stainless Steel Railing, Accessories etc. JINDAL, Dorma, Kich, GEZE, Godrej
23 S.S. Door / window / Wardrobe Fittings Dorma, Kich, Dorset
24 Silicon based water repellant /Weather G.E. Plastics, Dow Corning, Wacker, BASF, Pidilite
Sealant (Dr.Fixit/Roff)
25 Poly-Sulphide Sealant Fosroc, Pidilite (Dr.Fixit/Roff), Sika, BASF, STP
Limited
26 Mosaic tiles/ Chequered Tiles Ultra Tiles, NITCO, Pavcon, Modi Tiles,
OswalIndustries, Swastik
27 Ceramic Tiles Kajaria, RAK, Somany, Johnson, Ambani
28 Vitrified Tiles (Antiskid/Matt/Glazed) Kajaria, RAK, Somany, Johnson, Ambani
(Only Double charged vitrified tile
permitted.)
29 Paver block & Kerb Stone Pavcon, KK, Oswal Industries, Modi Tiles, Lotus Tiles,
Ashapura Tiles
30 Dash / Anchoring Fasteners HILTI, Fischer, Bosch, Wurth.
31 Cement Based Wall putty Birla wall care, JK White, Berger, Asian Paints,
ShieldmaxX, Ultratech
32 Oil Bound Washable Distemper / Dry Asian Paints : Professional Acrylic Distemper,
Distemper Nerolac: Beauty Acrylic Distemper,
Berger : Bison Acrylic Distemper,
Dulux ICI : Maxilite
st
33 1 Quality Acrylic Distemper Asian Paints : Tractor Aqua Lock Paint,
(washable/Ready mix/ Low VOC) Berger : Bison
or equivalent paints of Nerolac or ICI-Dulax
34 Acrylic Emulsion Paints Asian Paints : Professional Premium Interior Emulsion
Paint,Nerolac : Beauty Gold,Berger : Rangoli total
care,ICI-Dulux : Super Cover
35 Plastic Emulsion Paint Asian Paints : Apcolite Heavy Duty Premium Emulsion
Paint,Nerolac : Impression,
Berger : Easy Clean,ICI-Dulux : 3 in 1
36 Premium Acrylic Emulsion Paints (Interior) Asian Paints : Royale Luxury Emulsion,
Nerolac : Impression,Berger : Silk,
ICI Dulux : Velvet touch
37 Textured Exterior Paint Asian paints, Nerolac, Berger Paints, Ultratech Paints,
ICI-Dulax
38 Acrylic Smooth Exterior Paint Asian Paints : Apex/ Professional Premium Exterior
Emulsion,Nerolac : XL,Berger : Weather Coat
Glow,ICI-Dulux : Weather Shield
39 Premium Acrylic Smooth Exterior Paint Asian Paints : Apex Ultima
with Silicon additive. Nerolac : XL Total
Berger : Weather Coat Long Life Flexo, British Paint
ICI-Dulux : Weather Shield max
40 Synthetic Enamel Paint Asian :Apcolite Premium gloss enamel,
Nerolac : Synthetic Hi gloss
Berger : Luxol Hi gloss. British Paint
ICI –Dulux : Gloss Synthetic enamel
41 Cement Primer Nerolac, BP White (Berger), Decoprime WT(Asian),
White primer (ICI), PrimaxX
42 Steel Primer(Red Oxide Zinc Chromate Asian Paints, Nerolac, Berger, ICI
Primer)
43 Wood Primer Asian Paints (Wood Primer – White/Pink), Berger, ICI,
Nerolac,
44 Epoxy Paint Asian, Nerolac, Berger, ICI, Kansai Akzo Nobel
45 Fire Paint Asian Paints, Akzo Nobel Coatings India Ltd.,
PROMAT, Jotun,
46 G.I. / M.S. Pipes, Tubes Tata, Jindal (Hisar), APL Apollo
47 G.I. Fittings Unik, AVR, Zoloto
48 HDPE Pipes Jain Pipes, ORIPLAST, Supreme, Keshav Kripa
Polyplast LLP, Raksha
49 DI PIPES Electrosteel, Jindal, TATA DUCTURA, Kapilansh,
Kesoram
50 DI Fittings Electrosteel, Jindal, TATA DUCTURA, Kapilansh,

86
Kesoram
51 UPVC pipe and Fittings Astral, Supreme, Ashirwad, Prince, Raksha
52 Centrifugally Cast (spun) Iron Pipes & NECO, Kapilansh, SKF, RPMF
Fittings
53 C.I. Manhole covers, frames & GI NECO, Kapilansh, SKF, RPMF
Gratings
54 SFRC Manhole covers & gratings KK, JAIN, PARGATI
55 CP Brass Fittings :
(A) Superior Range Jaquar, Roca, Kohler, Grohe
(B) Normal Range Hindware, Jaquar, Cera, Euronics, Prayag, Prima
56 Acrylic Modified Resin and Silica Quartz Asian Paints, Nerolac, Berger Paints, Ultratech Paints,
Mortar ICI-Dulax
57 Sanitary ware, Fittings& accessories :

(A) Superior Range Jaquar, Roca, Kohler, Grohe


(B) Normal Range Hindware, Jaquar, Parryware, Cera, Euronics
58 Mirror Glass Atul, Modi Guard, Jaquar, CERA, Prima
59 CPVC Pipe & fitting Astral, Supreme, Ashirwad, Prayag, Prince, Raksha
60 Stainless Steel Sink Neelkanth, Niralli, Jyna, Prayag, CERA
61 RCC Pipes (NP-2) Lakshmi, Sood & Sood, Jain Pipe Co. (Newai),
Mahaveer Enterprises (Newai), Work well spun pipes,
Pali.
62 UPVC Doors & Windows (PROFILE Fenesta, RHEAU, Aluplast
makers & their authorized Fabricators
only)
63 Extruded Polystrene Insulation Board Dowcorning, Supreme, Texas, Analco
64 Heat Resistant Tiles Thermatek, Oswal Industries, Ashapura Tiles, Insullite,
Insllite (Ashapura), Swastik
65 Gypsum Plaster Ferrous Crete, Gyproc Saint Gobain, UltraTech,
GypsomaxX, J.K.
66 Floor hardener Ironite, Ferrok, Hardonate
67 Modular Expansion Joint Herculus, Sanfield India Ltd. Vexcolt
68 Glass Wool Dow Corning, U.P. Twiga, Isover
69 UPVC doors and window hardware Rotto, Dorset, Kinlong
70 AAC Block Adhesive Xtralite, Orifix, Ardex Endura, Ferrous Crete, MYK
Laticrete
71 AAC Block UltraTech, Orilite, HIL-Aerocon, Aerotuff, Sri Cement,
J.K. Laxmi
72 M.S. tubular windows Press steel door AGFUV, SEN HARVIC, NAVAIR Delhi, SUKRITI Delhi,
frames Jangid Engineering Works, Elixir
73 Polycarbonate Sheet Dan Pan / Lexan / GE Plastic / Bayers
74 Expansion Joint Migua / Sanfield India Ltd./ Herculus / Vexcolt
75 Chequred Tiles Ultratech, Oswal, Kajaria, Mayur

* Batch test certificate of Paints and Primer shall be supplied along with each lot.

Note:
1. The Contractor shall obtain approval from the Engineer-In-Charge before placing order for any
specific material or engaging any of the specialized agencies wherever applicable.
2. The Engineer-In-Charge may approve any material equivalent to that specified in the tender
subject to proof being offered by the Contractor for equivalence tohis satisfaction.
3. Unless otherwise specified, in the tender document all the materials which are BIS/ISI Marked
shall be used in the work and if the BIS/ISI marked materials are not available, materials
conforming to IS shall be used, and for the materials which are neither ISI marked nor conform to
IS, the manufacturer’s Specification shall be followed.

87
Annexure –II

The contractor gives an authority letter addressed to the Engineer-in-charge on a


non-judicial stamp paper of Rs. 100 in the format given below :-

Authority Letter for Payment to Third Party

To,

The Executive Engineer-Jaipur-I


C.P.W.D., Jaipur

Sub:- Authority for payment to third party.

I/We authorize the Executive Engineer-Jaipur-I,CPWD, Jaipur to pay directly on


my / our behalf to .......................................................... (name of third party) an amount of
Rs. ............................ (Rupees ................................................................................. in
words) for the work done or supplies made by .......................................................... (name
of third party). I/We shall be responsible for the quality and quantity of the same under the
provisions of agreement No. .............................................

Signature of Contractor

Note :-
1. The total payment to third party (or parties) shall not exceed 10% of the agreement
cost of the work.
2. Full reasons for proposing such third party payment shall be recorded and prior
written approval of the next higher authority shall be obtained before making such
payment.

88
Government of India
Central Public Works Department

Name of work: Construction of 200 Seater Hostel at


CCS NIAM at Bambala Jaipur (Raj.).

PART-C
(ELECTRICAL)

89
SCHEDULES (A to F) FOR ELECTRICAL WORK
SCHEDULE ‘A’
Schedule of quantities - As per NIT

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 PER DAY PLACE OF ISSUE

NIL

SCHEDULE ‘D’
Extra schedule for specific requirements/ As per NIT.
Documents for the work, if any.

SCHEDULE ‘E’
Reference to General Conditions of General Conditions of Contract 2023 Construction
Contract : Works for CPWD works as modified & corrected upto
previous day of the last date of submission of the tender.

1.1 Name of Work: Construction of 200 Seater Hostel at CCS NIAM at


Bambala Jaipur (Raj.).

1.2 Estimated Cost of work: -


(i) For Civil component : Rs.19,18,12,862/-
(ii) For Electrical component : Rs. 4,53,75,598/-
Total : Rs.23,71,88,460/-

1.3 Earnest Money : As per schedule A to F of Civil Work

1.4 Performance Guarantee 5.00% of tendered value

1.5 Security Deposit 2.50% of tendered value.

90
SCHEDULE ‘F’:-
General Rules &Directions:-
Officer Inviting Tender Executive Engineer-Jaipur-I
CPWD, Sector-10, Vidyadhar Nagar, Jaipur (Raj.)
or his successor thereof

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 See below

Definitions:-
2(i) Engineer-In-Charge Executive Engineer (Elect.)-Jaipur
CPWD, Sector-10, Vidhyadhar Nagar, Jaipur (Raj.)
or his successor thereof for Electrical works

2(ii) Accepting Authority Chief Engineer-Jaipur, CPWD, Jaipur


or his successor thereof.

2(iii) Percentage on cost of materials and


labour to cover all overheads
and profits 15%

2(iv) Standard Schedule of Rates DSR(E&M) 2022 for electrical works with up to date
correction slips & market rates.

2(v) Department Central Public Works Department

2(vi) Standard CPWD Contract Form General Conditions of Contract Construction Works 2023,
CPWD Form 7 as modified & corrected upto previous day
of the last date of submission of the tender.

Clause-1 :
(i) Time allowed for submission of As per Civil work
Performance guarantee, programme
chart (Time and Progress) and applicable
labour licensees, 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 As per Civil work


late fee @0.1% per day of the
performance guarantee amount beyond
the period provided in (i) above

Clause-2 :
Authority for fixing compensation Chief Engineer-Jaipur, CPWD, Jaipur
under Clause 2 or his successor thereof.

Clause-5:
Number of days from the date of As per Civil work
issue of letter of acceptance for
reckoning date of start

Mile Stone Refer Table of Milestone(s)– As per Civil work

Time allowed for execution of work As per Civil work

91
Authority to decide
i. Authority to convey the decision of shifting
of milestone and extension of time Executive Engineer-Jaipur-I
CPWD, Sector-10, Vidyadhar Nagar, Jaipur (Raj.)
or his successor thereof

ii. Authority to decide rescheduling of


milestone and extension of time CE-Jaipur/CE&ED/SE/SE&PD

iii Shifting of date of start in case of CE-Jaipur/CE&ED/SE/SE&PD


delay in handing over of site.

Clause 5.2:-
Nature of hindrance register: Online system
(either Physical or Online)

Clause-6 :-
Electronic Measurement Book (EMB) through
CPWD ERP portal Yes, Applicable

Clause-7:- Gross work to be done together Rs. 30.00 Lakh for Electrical work
with net payment / adjustment
of advances for material collected,
if any, since the last such payment
for being eligible to interim payment

Clause-7A:-
Regarding applicability of labour laws: - Yes, Applicable
Related to Labour licensee, registration
of contractor with EPFO, ESIC and
BOCW welfare board i/c Provident Fund

Clause-10A:-
List of testing equipment to be As per requirement at site
provided by the contractor at site lab.

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

Clause-10C:-
Component of Labour expressed as Applicable (20% of Electrical work)
Percentage of work.

Clause-10CA:- Deleted

Clause-10-CC: - Not Applicable

Clause-11:- Specifications to be followed for As Per CPWD General specifications for


execution of work Electrical Works amended upto date and
other terms & conditions enclosed.

Clause-12:-
12.2(c) Deviation limit beyond which
clause 12.2(c) shall apply 100%
for building work

Deviation limit beyond which


clause 12.2(c) shall apply 100%
for foundation works

92
Clause-16:-Competent Authority for Chief Engineer-Jaipur, CPWD, Jaipur /
deciding reduced rates. SDG-Chandigarh CPWD, Chandigarh
or his successor thereof.

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

Clause 19 C:- Authority to decide penalty for each default Executive Engineer (E), CPWD, Jaipur
or his successor thereof

Clause 19 D:- Authority to decide penalty for each default Executive Engineer (E), CPWD, Jaipur
or his successor thereof

Clause 19 G:-Authority to decide penalty for each default Executive Engineer (E), CPWD, Jaipur
or his successor thereof

Clause 19 K:- Authority to decide penalty for each default Executive Engineer (E), CPWD, Jaipur
(The provisions of this clause, shall not be or his successor thereof
applicable for works with estimated cost
put to tender being less than Rs. 5.00 Crores).

Clause-25: OM No. DG/CON/317 dated 28.06.2021 is applicable


(i) Conciliator: SDG-Chandigarh
(ii) Arbitrator Appointing Authority: CE-Jaipur
(iii) Place of Arbitration: Jaipur

Clause-32 (i): Requirement of Technical Representative(s) and Recovery Rates


(a) For Electrical Works:
S.No. Minimum Discipline Designation Minimum Number Rate at which recovery
Qualification (Technical Experience shall be made from
of Technical Staff) (Years) contractor in the event of
Representati non-deployment.
ve Figures Words
1. Graduate (Elect./ Project / Site 5 years 1 Rs. Rs. Twenty
Engineer / Mech.) Engineer OR 25,000/- Five
Diploma 10 years Per Month Thousand
Engineer respectively Per Person Per Month
Per Person

2. Graduate (Elect./ Project 2 years 1 Rs. Rs. Fifteen


Engineer / Mech.) Planning / OR 15,000/- Thousand
Diploma Quality / 5 years Per Month Per Month
Engineer Billing respectively Per Person Per Person
Engineer

Assistant Engineers retired from Government services that are holding Diploma will be treated at par
with Graduate Engineers.

Diploma holder with minimum 10 year relevant experience with a reputed construction co. can be
treated at par with Graduate Engineers for the purpose of such deployment subject to the condition
that such diploma holders should not exceed 50% of requirement of degree engineers.

93
ELIGIBILITY CRITERIA FOR SPECIALISED E&M WORKS

The contractor shall have to associate other agency(s) for execution of each of the work(s), which fulfils the
eligibility criteria as defined after taking prior approval. The contractor and the associated specialized
agencies shall give required affidavit to confirm their association. Tender accepting authority may approve
change of sub agency in case it is required during the currency of contract. However the contractor shall also
be eligible to carry out himself any or all of these works without associating any specialized agency provided:-
a) He fulfills the prescribed eligibility criteria respectively for these work(s).
OR
b) He directly procures the equipment of approved make from manufacturer and gets it
installed from authorized agency / service provider of the manufacturer.
OR
c) Specialized agency as per criteria mentioned below.

SI. Specialized work(s) / item Criteria of associated agencies


No. of work(s)
i) EI Works a) Certificate of registration of CPWD in appropriate class of
composite category.
b) Electrical contractor license OR undertaking that they will either
obtain valid electrical license at the time of execution of electrical
work OR associate contractor having valid electrical license of
appropriate class.
ii) Lift Eligibility Criteria for Lift Works (Revision-3) :
1. The lift manufacturer shall comply with BIS standards, duly
certified by the manufacturer itself.
2. The manufacturer shall be compliant to the Public Procurement
(Preference to Make In India), Order 2017 (as amended from time to
time) issued by the Department of Industrial Policy and Promotion
(DIPP), Ministry of Commerce and Industry.
3. The experience of successful completion of similar works shall be
as per CPWD Works Manual/SoP.
4. The manufacturer shall furnish an undertaking regarding
availability of spares for the entire expected life of the lift i.e. 15 to 20
years.
5. The complete lift installation including its components, safety
devices, various types of controls etc., testing, inspection, operation
& maintenance shall conform to relevant Codes, Standards, code of
practices, guidelines, safety rules, inspection manual(s), rules issued
by Bureau of Indian Standards, as amended up to the last date of
receipt of tenders.
6. Quality standards shall conform to latest IS/ISO-9001:2015.
7. The down time of installed lifts being maintained by the
manufacturer shall not be more than 8 hours (average) in case of
minor faults and 7 days (average) in case of major faults during the
last one financial year.
iii) Fire Fighting System Experience of having successfully completed works during last
seven years ending previous day of last date of submission of
application.
a) One work of financial value not less than Rs. 17.39 lacs
OR
b) Two works each of financial value not less than Rs. 13.04 lacs
OR
c) Three works each of financial value not less than Rs. 8.70 lacs
Similar works means Supply, Installation, Testing and
Commissioning of Fire Fighting System
iv) Fire Alarm System Experience of having successfully completed works during last
seven years ending previous day of last date of submission of
application.
a) One work of financial value not less than Rs. 12.14 lacs
OR
b) Two works each of financial value not less than Rs. 9.10 lacs
OR
c) Three works each of financial value not less than Rs. 6.07 lacs

94
Similar works means Supply, Installation, Testing and
Commissioning of Addressable Fire Alarm System
v) Solar Photovoltaic Power Experience of having successfully completed works during last
Plant seven years ending previous day of last date of submission of
application.
a) One work of financial value not less than Rs. 16.23 lacs
OR
b) Two works each of financial value not less than Rs. 12.17 lacs
OR
c) Three works each of financial value not less than Rs. 8.12 lacs
Similar works means Supply, Installation, Testing and
Commissioning of Solar Photovoltaic Power Plant
vi) IP Based CCTV System Experience of having successfully completed works during last
seven years ending previous day of last date of submission of
application.
a) One work of financial value not less than Rs. 18.05 lacs
OR
b) Two works each of financial value not less than Rs. 13.54 lacs
OR
c) Three works each of financial value not less than Rs. 9.02 lacs
Similar works means Supply, Installation, Testing and
Commissioning of IP Based CCTV System
vii) LAN Networking Experience of having successfully completed works during last
seven years ending previous day of last date of submission of
application.
a) One work of financial value not less than Rs. 33.75 lacs
OR
b) Two works each of financial value not less than Rs. 25.31 lacs
OR
c) Three works each of financial value not less than Rs. 16.87 lacs
Similar works means Supply, Installation, Testing and
Commissioning of LAN Networking
viii) VRV/VRF System Experience of having successfully completed works during last
seven years ending previous day of last date of submission of
application.
a) One work of financial value not less than Rs. 38.43 lacs
OR
b) Two works each of financial value not less than Rs. 28.82 lacs
OR
c) Three works each of financial value not less than Rs. 19.22 lacs
Similar works means Supply, Installation, Testing and
Commissioning of VRV/VRF System

The value of executed works shall be brought to current costing level by enhancing the actual value of
work at simple rate of 7% per annum, calculated from the date of completion to the previous day of
last date of submission of tenders.

In addition to this the associated agency has to submit an Affidavit as under: -

“I/We undertake and confirm that eligible similar works(s) has/have not been got executed through
another contractor on back to back basis. Further that, if such a violation comes to the notice of
Department, then I/we shall be debarred for associated agency in CPWD in future forever.”

95
CONDITIONS FOR ENGAGEMENT OF ASSOCIATED AGENCIES
FOR E&M WORKS

1. The lowest tenderer have to submit electrical contractor license and experience certificate issued by
competent authority within two weeks of award of work in case he himself is eligible for carrying
internal EI & other specialized E&M work as per eligibility criteria mentioned in Schedule-F, and if not,
then he will associate specialized agencies as per eligibility criteria mentioned in Schedule-F. The
main contractor shall submit the details of such specialized agencies to be associated in Annexure-A
within two weeks of award of work. Following documents for association of electrical contractors for
internal EI work or other specialized E&M Works shall be submitted by main contractor to the Chief
Engineer, CPWD, Jaipur through EE(E), Jaipur Central Electrical Division, CPWD, Jaipur in charge for
deciding the eligibility :-

A. Willingness from an eligible electrical contractors/specialized agency to get associated with the
applicant for execution of the electrical component of works as per the conditions set out in the MOU
as per the proforma given in Annexure-B to be signed between the contractor and the associated
eligible electrical contractor/ specialized agency.

B. For association of Electrical contractor for electrical works: -


(i) Copy of their registration documents with CPWD (if applicable)
(ii) Copy of Electrical Contractor’s License issued by competent authority
(iii) Copy of Goods and Service Tax (GST) Registration
(iv) Copy of ESIC and EPF Registration.
OR
For association of Electrical contractor for specialized E&M works: -
(i) Copy of Completion Certificate as per eligibility criteria mentioned in Schedule-F issued by
competent authority.
(ii) Copy of Goods and Service Tax (GST) Registration
(iii) Copy of ESIC and EPF Registration.
(Copy of all above documents will be self-attested by the main agency and associated agency.)

C. MOU signed on Rs. 100/- with eligible electrical contractor/specialized agency meeting the eligibility
criteria and same as specified for specialized works. The MOU in the enclosed form as per
Annexure-C shall be signed by both the parties i.e. contractor as 1st party and associated electrical
contractor as 2nd party.

2. In the event of the concerned E&M agency not performing satisfactorily or failure of associate to
complete the E&M work, the contractor on the written direction of the department, shall remove the
Associate 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. Contractor shall meet all the guarantee for the equipments 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 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 contractor shall be liable for replacement of the equipment(s) at no cost to
Department. No change of Associated Electrical Contractor /Specialized Agency will be allowed
without prior approval of the EE(E) Jaipur Central Electrical Division, CPWD, Jaipur.

3. The contractor/ specialized agency shall be responsible and liable for proper and complete execution
of the Electrical work and ensure coordination and completion of both civil and electrical work.

4. The associate contractor/specialized agency along with contractor shall attend the inspection of the
work by the Engineer-in-Charge of E&M works as and when required.

5. The associate or contractor/specialized agency shall sign a tripartite Agreement/Contract along with
the main tenderer and the departmental officer, for technical compliance of specification, guarantee
etc.

6. The associate or contractor/ specialized agency shall attend the inspection of the work by the
Engineer-in-Charge of E&M works as and when required.

96
Annexure-A

PROPOSAL FOR ASSOCIATING ELECTRICAL AGENCIES for


ELECTRICAL INSTALLATION

We hereby propose the following electrical agencies as per details mentioned against each. Their
Willingness Certificates are also attached as per Annexure-B.

S Name of electrical Category and Registration Electrical Validity of Consent


No contractor/ Firm class of No. License registration letter
registration in attached
CPWD (yes/No)
1.

2.

3.

Note :- A copy of registration order shall be attached for each agency.

Contractor’s signature

97
Annexure-B
WILLINGNESS CERTIFICATE

Name of work: Construction of 200 Seater Hostel at CCS NIAM at Bambala Jaipur (Raj.).

I hereby give my willingness to work as Associate Specialized Agency for electrical component of the
above mentioned work.

I will execute the work as per specifications and conditions for the agreement and as per direction of
the Engineer-in-Charge. Also I will engage full time technically qualified supervisor/engineer for the works. I
will attend inspection of officers of the department as and when required.

Dated:

Signature of the Associate Specialized Agency

98
Annexure-C
Memorandum of understanding
Rs. 100/- Non-judicial stamp

This Memorandum of Understanding (MOU) is made on the _________ at __________


Between

M/s _____________________________ (Main Contractor) having his registered office at


_____________________ which expression shall unless repugnant to the subject or context include its
administrators, successors and assigns.

And

M/s _____________________ (Associate contractor) registered in CPWD as class : _______


Electrical contractor and having his registered office at _____________________ which expression shall
unless repugnant to the subject or context include its administrators, successors and assign.
Whereas, the Central Public Work Department, have issued tender papers to quote for the following
work to M/s __________________(Main Contractor).

Name of work : Construction of 200 Seater Hostel at CCS NIAM at Bambala Jaipur (Raj.) for the
work Internal EI, Lifts, Fire Fighting System, Fire Alarm System, Solar Photovoltaic
Power Plant, IP Based CCTV System, LAN Networking and VRV/VRF System.

Whereas, This Memorandum of Understanding has been entered into to execute the above work by
the Main Contractor and Associate Contractor.

Whereas, both the parties have gone through and understood the various conditions and clauses of
the tender and willingly agree to abide by them.

This MOU shall be valid till the duration of completion of above work and shall be extended if so
required by the CPWD.

Now, therefore it is agreed between the parties here to as follows :-

1 The associated electrical contractor shall completely execute, perform and do all the works mentioned
and described in the main agreement for its electrical components according to the specifications,
terms and conditions etc. of the main agreement.

2 The associated electrical contractor shall execute and complete the works in all respect up to full
satisfaction of the CPWD officers and attend to them during their inspection at site, meetings etc.,
whenever required by the CPWD officers.

3 The cost of electrical works executed by the associated electrical contractor will include the cost of all
the materials, accessories, equipments, tools & plants, laborers technical persons required etc. in all
respect.

4 The associated electrical contractor is responsible for getting recorded measurements and
preparation, submissions & pursuance of payment of the bills of the work done for electrical portion of
the main agreement.

5 The rate will be as per the schedule enclosed.

6 The Quantity will be as per actual measurement as received from CPWD to main contractor and the
rate will be as per the mutually agreed.

7 The payment to associate contractor will be released after the payment to main contractor is made by
the CPWD.

8 The technical staff required for the associate discipline shall be of associate contractor.

9 The guarantee of the installation after the completion of the work shall be responsibility of the
associate electrical contractor as required by the CPWD.

99
10 There is Service Tax (GST) liability; work being related to the construction of the Central Govt. Deptt.
However, if any liability of the Service Tax (GST) is imposed on the associated electrical contractor
then it will be paid by main contractor.

11 Either party shall not repudiate the contract in mid way without the consent of each other. Otherwise
it will be treated as breach of agreement for any reason whatsoever.

12 The main agency shall be solely responsible for deferment & rescheduling of each milestone fixed as
per contract documents and in such eventuality, the consequences arising out of the same rests on
main agency.

13 The main contractor only shall be responsible for getting extension of delay regularized and liability
what so ever flowing out shall lies with them. There shall be no direct or indirect impact on associate
contractor.

14 TDS shall be deducted by the main contractor as per Income Tax law from associated agency. In
case liability of tax other than Income Tax (Such as GST, or any other mechanism formed) is levied
on associated contractor then the main agency will reimburse it in full to associated agency.

15 The associated contractor shall be bound to execute work upto a deviation limit of 30% in quantities
of items of work at the agreement rate. Beyond deviation limit the rates will be decided by main &
Associated contractor on mutually agreed basis.

16 For the items such as extra items, substitute items and new items other than the items of main
agreement, if any incorporated in the work, then the main contractor shall pay the full amount so
approved to the associate contractor.

17 The validity of rates shall be ______ months after finalization & acceptance of MOU by the competent
authority.
18 In case main contractor delays the payment to associated contractor after the payment is released by
department to the main contractor then on receipt of delay in payment from associate contractor the
CPWD shall directly make the payment to associated contractor.

19 The main contractor shall at their cost provide necessary requisite arrangement for storage of
material.

20 Sand & cement used in the electrical work shall be provide by main contractor.

21 Security Deposit as deducted by the CPWD will be reimbursed by main contractor to associate
contractor. However associated electrical contractor will deposit 2 ½ % of Agreement amount of Rs.
______________ in shape of FDR towards S/D to be retained by main contractor which will refunded
to electrical contractor after completion of electrical work.

22 The Income tax, Commercial tax and labour cess tax deducted by the CPWD from the bills of
electrical work shall be reimbursed by the main contractor in favour of the associated electrical
contractor accordingly.

In witness whereof we have put our hand seal on date _________________.

Enclose :- Schedule of rates.

Signature Signature
(Associate Contractor) (Major Contractor)
Address: _________________ Address: __________________

100
INTERNAL AND EXTERNAL
ELECTRICAL WORKS

101
TERMS AND CONDITIONS FOR INTERNAL AND EXTERNAL ELECTRICAL WORKS
General Commercial & Technical Conditions:

1.0 All the works shall be carried out as per CPWD General specification for Electrical Works, Part-I
(Internal)-2023; Part-II (External) 2023, Part-IV (Sub-Station), amended up to date and should also
comply with relevant provisions of the Indian Electricity Rules and Acts as applicable, amended up to
date.

2.0 The contractor is advised to visit the site of work to have an idea of the execution of the work; failure
to do so shall not absolve their responsibility to do the work as specified in agreement.

3.0 Rates:

3.1. The work shall be treated as on works contract basis and the rates tendered shall be for complete
items of work inclusive of all taxes including GST, duties, and levies etc. and all charges for items
contingent to the work, such as packing, forwarding, insurance, freight and delivery at site for the
materials to be supplied by the contractor, watch and ward of all materials for the work at site etc.

3.2. Prices quoted shall be firm.

4.0 Mobilization Advance:


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

5.0 Completeness of Tender:


All sundry fittings, assemblies, accessories, hardware items, foundation bolts, termination lugs for
electrical connections as required, and all other sundry items which are useful and necessary for
proper assembly and efficient working of the various components of the work shall be deemed to have
been included in the tender, whether such items are specifically mentioned in the tender documents
or not.

6.0 Works to be done by the contractor:


Unless and otherwise mentioned in the tender documents, the following works shall be done by the
contractor, and therefore their cost shall be deemed to be included in their tendered cost: -
(i) Cutting and making good all damages caused during installation and restoring the same to
their original finish.
(ii) Sealing of all floor openings provided by him for pipes and cables, from fire safety point of
view, after laying of the same.
(iii) Painting at site of all exposed metal surfaces of the installation other than pre-painted items
like fittings, fans, switchgear/distribution gear items, cubicle switchboard etc. Damages to
finished surfaces of these items while handling and erection, shall however be rectified to the
satisfaction of the Engineer-in-Charge.
(iv) Testing and commissioning of completed installation.
(v) Storage space for all equipments, components and materials for the work.

7.0 Storage and Custody of Materials:


The contractor has to make his own arrangement for the storage of the material at site & necessary
watch and ward of the electrical installation during the execution of work till the same is handed over
to the department. No extra payment will be made on this account. The storage space shall however
be arranged by the department at site, if available.

The main contractor shall arrange for proper storage of the electrical fans and fittings at site and that
double lock system shall be arranged for the fans and fittings after receipt at site until the time they
are taken for installation. The contractor shall however be responsible for proper storage and safe
custody of the same till their installation and handing over to the department.

8.0 Electric Power Supply and Water Supply:


Power and water supply will be arranged by the contractor at the site for installation and testing
purpose.

Contractor will take due care to ensure safety of electrical installation during execution of work.

102
9.0 Tools for handling and Erecting:
All tools and tackles required for handling of equipments and materials at site of work as well as for
their assembly and erection and also necessary test instruments shall be the responsibility of the
contractor.

10.0 Payment Terms:


Payment shall be made as per the relevant clauses of form PWD 7/8 forming part of the tender
documents.

11.0 Co-ordination with other agencies:


The contractor shall co-ordinate with all other agencies involved in the building work so that the
building work is not hampered due to delay in his work. Recessed conduit and other works, which
directly affect the progress of building work, should be given priority.

11.1. Care of buildings:


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

12.0 Structural Alterations to Buildings:


(i) No structural member in the building shall be damaged/altered, without prior approval from
the competent authority through the Engineer-n-charge.
(ii) Structural provisions like openings, cutouts, if any, provided by the department for the work,
shall be used. Where these required modifications, or fresh provisions are required to be
made, such contingent works shall be carried out by the contractor at his cost.
(iii) All such openings in floors provided by the department shall be closed by the contractor after
installing the cables/conduits/rising mains etc. as the case may be, by any suitable means as
approved by the Engineer-in-charge without any extra payment.
(iv) All chases required in connection with the electrical works shall be provided and filled by the
contractor at his own cost to the original architectural finish of the buildings.

13.0 Addition to an installation:


Any addition, temporary or permanent, to the existing electrical installation shall not be made without
a properly worked out scheme/design by a qualified Electrical Engineer to ensure that such addition
does not lead to overloading, safety violation of the existing system.

14.0 Work in Occupied Buildings: Deleted

15.0 Drawings:
i) After award of the work, the firm will be required to submit the drawings for the proposed work
including layout plan, conduit routes etc. Work will be carried out as per the approved drawings.
ii) The work shall be carried out in accordance with the drawings and the tender documents and
also in accordance with modification thereto from time to time as approved by the Engineer-in-
charge.
iii) All wiring diagrams shall be deemed to be ‘Drawings’ within the meaning of the term as used in
Clause 11 of the conditions of contract (PWD 7). They shall indicate the main switch board, the
distribution boards (with circuit numbers controlled by them), the runs of various mains and sub
mains and the position of all points with their controls.
iv) All circuits shall be indicated and numbered in the wiring diagram and the points shall be given
the same number as the circuit to which they are electrically connected.

16.0 Conformity to IE act, IE Rules, and standards:

16.1. All electrical works shall be carried out in accordance with the provisions of Indian Electricity Act, 2003
and Indian Electricity Rules, 1956 amended up to date (Date of call of tender unless specified
otherwise). List of rules of particular importance to electrical installations under these General
Specifications is given in Appendix C for reference.

17.0 General requirements of components:

17.1. Quality of material: All materials and equipments supplied by the contractor shall be new and must
be in Original seal-pack. They shall be of such design, size and materials as to satisfactorily function
under the rated conditions of operation and to withstand the environmental conditions at site.

103
18.0 Inspection of materials and equipments:

18.1. Materials and equipments to be used in the work shall be inspected by the departmental officers.
Such inspection will be of following categories:
(i) Inspection of materials / equipments may be witnessed at the Manufacturer’s premises in
accordance with relevant BIS /Agreement Inspection Procedure.
(ii) To receive materials at site with Manufacturer’s Test Certificate(s)
(iii) To inspect materials at the authorized dealer’s go downs to ensure delivery of genuine
materials at site.
(iv) To receive materials after physical inspection at site.

18.2. Adequate care to ensure that only tested and genuine materials of proper quality are used in work
shall be ensured by firm. The firm shall ensure that:
(i) Material will be ordered & delivered at site only with the prior approval of the department to
ensure timely delivery.
(ii) As and when the order is placed for the fittings/ fixtures, cables, switchgears, poles, rising
main, other main items etc., its copy shall be endorsed to the CPWD Engineer-in-charge.
(iii) The firm will be required to procure material like exhaust fans, MCB’s & DB’s, switches &
sockets, wires & cables, conduits and switchgears etc. directly from the manufacturer/
authorized dealers to ensure genuineness & quality and as per the approved makes only.
Proof in this regard shall be submitted by the contractor if required by the department.
(iv) Inspection at factory or at go down of the manufacturer, as required, shall be arranged by the
firm for a mutually agreed date.
(v) Delivery of material shall be taken up only with the consent of department, after clearance of
the material.
(vi) Department shall reserve the right to waive inspection in lieu of suitable test certificate, at its
discretion.

18.3. Similarly, for fabricated equipments, the contractor will first submit dimensional detailed drawings for
approval before fabrication is taken up in the factory. Suitable stage inspection at factory also will be
made to ensure proper use of materials, workmanship and quality control.

19.0 Ratings of components:

19.1. All components in a wiring installation shall be of appropriate ratings of voltage, current and
frequency, as required at the respective sections of the electrical installations in which they are used.

19.2. All conductors, switches and accessories shall be of such size as to be capable of carrying the
maximum current, which will normally flow through them, without their respective ratings being
exceeded.

20.0 Conformity to standards:

20.1. All components shall conform to relevant Indian Standard Specifications wherever existing. Materials
with ISI certification mark shall be preferred.

20.2. Relevant Indian Standards including amendments or revisions thereof up to the date of tender
acceptance shall be applicable in the respective contracts for respective items, firm to ensure its
compliance.

21.0 Interchangeability:
Similar parts of all switches, lamp holders, distribution fuse boards, Switch gears, ceiling roses,
brackets, pendants, fans and all other fittings of the same type shall be interchangeable in each
installation.

22.0 Workmanship:

22.1. Good workmanship is an essential requirement to be complied with. The entire work of
manufacture/fabrication, assembly and installation shall conform to sound engineering practice.

22.2. Proper supervision/skilled workmen: The contractor shall be a licensed electrical contractor of
appropriate class suitable for execution of the electrical work. He shall engage suitably
skilled/licensed workmen of various categories for execution of work supervised by supervisors /

104
Engineer of appropriate qualification and experience to ensure proper execution of work. They will
carry out instruction of Engineer-in-charge and other senior officers of the Department during the
progress of work.

22.3. Use of quality materials: Only quality materials of reputed make as specified in the tender will be used
in work.

22.4. Fabrication in reputed workshop: Switch boards and LT panels shall be fabricated in a
factory/workshop having modern facilities like quality fabrication, seven tank process, powder/epoxy
paint plant, proper testing facilities, manned by qualified technical personnel. These shall be as per
make / item approved.

23.0 Testing:
All testes prescribed in this General Specification, to be done before, during and after installation,
shall be carried out, and the test results shall be submitted to the Engineer-in-charge in prescribed
Performa, forming part of the Completion Certificate.

24.0 Commissioning on completion:


After the work is completed, it shall be ensured that the installation is tested and commissioned.

25.0 Completion plan and completion certificate:

25.1. For all works completion certificate after completion of work as given in Appendix –E of CPWD
Specification shall be submitted to the Engineer-in-charge.

25.2. Completion plan drawing indicating the following, along with three copies of the same shall also be
submitted.
(i) General layout of the building.
(ii) Locations of main switchboard and distribution boards, indicating the circuit numbers
controlled by them.
(iii) Position of all points and their controls.
(iv) Types of fittings, viz. LED Light fixtures, pendants, brackets, bulk head, Ceiling fans,
exhaust/fresh air fans etc.
(v) Name of work, job number, tender reference, actual date of completion, names of Division/
Sub-division and name of the firm who executed the work with their signature.

26. INTERPRETING SPECIFICATIONS


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

105
TECHNICAL SPECIFICATIONS FOR IEI WORK
1.0 GENERAL

SCOPE OF WORK:
The specifications given below pertain to the internal electrical installation work and CPWD
Specifications are to be followed.

2.0 POINT WIRING:

2.1 The wires used for the point wiring and power wiring shall be of 650 / 1100 Volts grade FRLS PVC
insulated multi stranded copper conductor single core cables.

2.2 All mounting boxes for plate type accessories shall be of metallic construction and of the same
make as that of the plate type switches and accessories.

3.1 COPPER AND ALUMINIUM CABLES

3.1.1. This specification covers the supply, installation, testing and commissioning of 1100 V grade cables.

3.1.2 The design, manufacture and performance of the cables should conform to the relevant IS.

4.0 MOULDED CASE CIRCUIT BREAKERS

4.1 The MCCBs shall comprise single units of triple pole/four pole construction as specified, shall be rated
for 415 V AC.

4.2 All live parts shall be totally enclosed and shrouded with a heat resistant moulded insulating material
housing. Operating mechanism shall be quick make, quick break and trip free type.

4.2.1 The MCCB shall be provided with the following features in microprocessor release:
a)Inverse-time-current tripping characteristics under sustained overload.
b)Instantaneous tripping on short circuit

4.2.2 MCCBs shall be of current limiting type.

4.2.3 The rated service breaking capacity (Ics) shall not be less than the ultimate short circuit breaking
capacity (Ics = 100%Icu)

4.2.4 Variable Thermal setting shall be provided in all MCCB s with thermal magnetic Release.

4.2.5 All circuit breaker below 250 amps rating shall be provided with thermal magnetic release & circuit
breakers of 250 amps rating and above shall be provided with Microprocessor based release unless
otherwise specified.

4.3 All MCCBs shall be provided with rotary handles and links for which nothing extra shall be paid.

5.0 Additional Conditions:


5.1 GUARANTEE/WARRANTEE
The installation will be handed over to the department after necessary testing and commissioning.
The LED light luminaries/ fixtures provided under the contract shall be guaranteed for a period of 5
years. 50% of the performance guarantee shall be refunded to the contractor soon after the
completion of the work and recording of the completion certificate. 50% of the performance guarantee
shall be retained as security deposit. 50% of the performance guarantee retained as security deposit
plus 2.5 % security deposit already deducted from running bills (1.5 + 2.5 = 4%) shall be refunded
year wise proportionately from the date of completion/ handing over whichever is later. In this regard
contractor shall furnish an undertaking and bond for Guarantee/Warrantee of 5 years. Warrantee for
the other electrical fixtures shall be one (1) year. The equipments or components, or any part thereof,
so found defective during guarantee period shall be forthwith rectified/ repaired or replaced free of
cost, to the satisfaction of the Engineer-in-Charge. In case it is felt by the department that undue delay
is being caused by the contractor in doing this, the same will be got done by the department at the risk
and cost of the contractor. The decision of the Engineer-in-charge in this regard shall be final &
building on the contractor.

5.2 The contractor shall submit the relevant test certificates at the time of supply of equipment/Material.

106
GENERAL AND COMMERCIAL CONDITIONS
FOR LT PANEL & FEEDER PILLAR WORKS
1.0 GENERAL

This specification covers manufacture, testing as may be necessary before dispatch, delivery at site,
all preparatory work, assembly and installation, commissioning putting into operation and final testing
& commissioning of the equipments.

1.1 The work shall be executed as per CPWD General Specifications for Electrical Works Part – I, II & IV
as amended up to date, relevant I.E. Rules, BIS/IEC and as per directions of Engineer-in-charge.
These additional specifications/ conditions are to be read in conjunction with above and in case of
variations; specifications given in the in the contract shall apply. However, nothing extra shall be paid
on account of these additional specifications and conditions, as the same are to be read along with
schedule of quantities for the work.

1.2 The tenderer should, in its own interest, visit the site and get familiarized with the site conditions
before tendering.

1.3 No T & P shall be issued by the Department and nothing extra shall be paid on account of this.

1.4 Type of Contract: The work to be awarded by this tender shall be treated as indivisible works
contract.

2.0 TERMS OF PAYMENTS

The following percentage of contract rates for the various items included in the contract shall be
payable against the stage of work shown herein.
i) 80% after initial inspection (wherever specified) & delivery at site in good condition on pro-rata
basis.
ii) 10% after completion of installation in all respects.
iii) Balance 10% will be paid after testing, commissioning and handing over to the department for
beneficial use.

3.0 Works to be carried out by CPWD

Unless otherwise mentioned in the tender specifications, the following works shall be carried out by
the department.
(i) Space for accommodating all the equipments and components involved in the work. However,
watch and ward shall be responsibility of the contractor.

4.0 Works to be done by the contractor

In addition to supply, installation, testing and commissioning of all the equipments, as per schedule of
work, and specifications, the following works shall be deemed to be included within the scope of work
to be executed by the contractor.
i) Tools and tackles required for handling and installation of equipments.
ii) Protection required for the equipments from rain, dust storm etc. during transportation i.e.
polythene cover and tarpaulin.
iii) Necessary equipments for commissioning/site testing.

5.0 RATES

The rates quoted by the tenderer, shall be firm and inclusive of all taxes including GST, packing,
transportation, handling etc. The tendered rates should also include charges for installation, testing,
commissioning etc. at site including temporary construction of storage

5.1 The contractor has to carry out maintenance as per manufacturer’s standards for a period of 12
months from the date of handing over for which nothing extra shall be paid.

107
6.0 COMPLETENESS OF TENDER

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

7.0 STORAGE AND CUSTODY OF MATERIALS

The Store room of Electrical Inquiry may be used for storage of sundry materials and erection
equipments or else the agency has to make its own arrangements. No separate storage
accommodation shall be provided by the department. Watch and ward of the stores and their safe
custody shall be the responsibility of the contractor till the final taking over of the installation by the
department.

8.0 CARE OF THE BUILDING

Care shall be taken by the contractor while handling and installing the various equipments and
components of the work to avoid damage to the building. He shall be responsible for repairing all
damages and restoring the same to their original finish at his cost. He shall also remove at his cost all
unwanted and waste materials arising out of the installation from the site of work.

9.0 COMPLETION PERIOD

The completion period indicated in the tender documents is for the entire work of planning, designing,
approval of drawings etc., arrangement of materials &equipments, delivery at site including
transportation, installation, testing, commissioning and handing over of the entire system to the
satisfaction of the Engineer-in-charge.

10.0 GUARANTEE

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

10.2 The tenderer shall guarantee among other things, the following:
(a) Quality, strength and performance of the materials used as per manufacturers standards.
(b) Safe mechanical and electrical stress on all parts under all specified conditions of operation.
(c) Satisfactory operation during the maintenance period.

11.0 POWER SUPPLY

Power Supply for the purpose of Installation of LT/Feeder Panel shall be arranged by the contractor
themselves and nothing shall be paid on this account.
.
12.0 ACCEPTABLE MAKES OF VARIOUS EQUIPMENTS

The acceptable makes of various equipments/components/accessories have been indicated in the


List of Acceptable Makes of equipments/ materials”. The tenderer shall work out the cost of the offer
on this basis.

13.0 DATA MANUAL AND DRAWINGS TO BE FURNISHED BY THE TENDERER.

13.1 With Tender: The renderer shall furnish along with the tender, detailed technical literature, pamphlets
and performance data for appraisal and evaluation of the offer.

108
13.2 After award of work

The successful tendered would be required to submit the following drawings for approval of the
department.
(a) General arrangement drawing of the LT Panels, Feeder Pillars & Meter Boards with complete
dimensions.
(b) Single line diagram of LT Panels, Feeder Pillars & Meter Boards.
(c) Schematic drawing of LT including all safety interlocking.
(d) Details of foundations for the equipments and the weights of assembled equipments.
(e) Equipment details proposed to be procured for the execution of the work for the approval of the
Engineer-in-charge.
(f) Cables rating & sizes, Layout and routes.
(g) Any other drawings necessary for the job.

The successful tendered should furnish well in advance three copies of detailed instructions and
manuals of manufacturers for all items of equipments regarding installation, adjustments, operation
and maintenance including preventive maintenance & trouble shooting together with all the relevant
data sheets, spare parts catalogue etc. all in triplicate

14.0 The successful tendered should furnish well in advance three copies of detailed instructions and
manuals of manufacturers for all items of equipments regarding installation, adjustments, operation
and maintenance including preventive maintenance & trouble shooting together with all the relevant
data sheets, spare parts catalogue etc. all in triplicate.

15.0 EXTENT OF WORK

15.1 The work shall comprise of entire labour including supervision and all materials necessary to make a
complete installation and such tests and adjustments and commissioning, as may be required by the
department. The term complete installation shall not only mean major items of the plant and
equipments covered by specifications but all incidental sundry components necessary for complete
execution and satisfactory performance of installation with all layout charts whether or not those have
been specifically mentioned in bill of quantity in the tender document. However, major equipment not
covered in the scope of the work and required subsequently as an additional feature, not covered in
the contract specifications, shall be paid extra. The decision of the engineer-in-charge in the matter
shall be final and binding upon the contractor.

15.2 In addition to supply, installation, testing and commissioning of sub-station equipments, following
works shall be deemed to be included within the scope of work to be executed by the renderer.

a) Minor works necessary for installation of equipments, foundation, making of opening in walls or in
floors and restoring them to their original condition/ finish and necessary grouting etc. as reqd.

16.0 INSPECTION AND TESTING

16.1 All the equipments and fabricated items etc. shall be offered for initial inspection at manufacturer’s
works. All routine tests conforming to relevant IS shall be carried out in the presence of Engineer-in-
Charge or his authorized representative. Contractor will give sufficient notice for the same. The
department reserves the right to inspect or not to inspect the equipment at the works of the
manufacturer. In the later case confirmation in writing will be issued by the department. The
department will bear to & fro expenses of the officer deputed for carrying out inspection. However,
nothing extra shall be paid for conducting routine test in the presence of department’s representative.

Copies of all manufacturers’ routine and type test, certificates of the equipments shall be furnished to
the inspecting officer at the time of inspection at the factory.

After completion of work in all respect the contractor shall offer the installation for testing and
operation.

17 Defect Liability Period:

17.1 All the equipments shall be guaranteed for a period of 12 months from the date of completion. Any
defective materials and equipment shall be replaced free of cost at the direction of Engineer-in-
Charge.

109
110
18 INTERPRETING SPECIFICATIONS

In interpreting the specifications, the following order of decreasing importance shall be followed
in case of contradictions:
(a) Schedule of quantities
(b) Technical specifications
(c) Drawing (If any)
(d) General Specifications
(e) Relevant BIS or other international code in case BIS

19.0 COMPLIANCE WITH REGULATIONS AND INDIAN STANDARDS

19.1 All works shall be carried out in accordance with relevant regulation, both statutory and those
specified by the Indian Standards related to the works covered by this specification. In particular, the
equipment and installation will comply with the following:
(i) Factories Act.
(ii) Indian Electricity Rules.
(iii) B.I.S. & other standards as applicable.
(iv) Workmen’s compensation Act.

19.2 Nothing in this specification shall be construed to relieve the successful tenderer of his responsibility
for the design, manufacture and installation of the equipment with all accessories in accordance with
currently applicable statutory regulations and safety codes.

20.0 INDEMNITY

The successful tenderer shall at all times indemnify the department, consequent on this works
contract. The successful tenderer shall be liable, in accordance with the Indian law and regulations for
any accident occurring due to any cause and the contractor shall be responsible for any accident or
damage incurred or claims arising there from during the period of erection, construction and putting
into operation the equipments and ancillary equipment under the supervision of the successful
tenderer in so far as the latter is responsible. The successful tenderer shall also provide all insurance
including third party insurance as may be necessary to cover the risk. No extra payment would be
made to the successful tenderer on account of the above.

21.0 ERECTION TOOLS

No tools and tackles either for unloading or for shifting the equipments for erection purposes would be
made available by the department. The successful tenderer shall make his own arrangement for all
these facilities.

22.0 COOPERATION WITH OTHER AGENCIES

The successful tenderer shall co-ordinate with other contractors and agencies engaged in the
construction of buildings, if any, and exchange freely all technical information so as to make the
execution of this work/contract smooth. No remuneration should be claimed from the department for
such technical cooperation. If any unreasonable hindrance is caused to other agencies and any
completed portion of the work has to be dismantled and re-done for want of cooperation and
coordination by the tenderer during the course of work, such expenditure incurred will be recovered
from the successful tenderer if the restoration work to the original condition or specification of the
dismantled portion of the work was not undertaken by the tenderer himself.

23.0 The work will be carried out with least disturbance during shifting & shut down taken in consultation
with the client department.

24.0 MOBILIZATION ADVANCE

No mobilization advance shall be paid to the contractor.

25.0 INSURANCE AND STORAGE

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

111
26.0 VERIFICATION OF CORRECTNESS OF EQUIPMENT AT DESTINATION

The contractor shall have to produce all the relevant records to certify that the genuine equipments
from the manufacturers has been supplied and erected.

27.0 PAINTING

This shall include cost of painting of the entire installation. The major equipments shall be factory final
finish painted. The agency shall be required to do only touching to the damages caused to the
painting during transportation, handling & installation at site, if there is no major damage to the
painting. However, hangers, supports etc. of bus trunking shall be painted with required shade
including painting with two coats of anticorrosive primer paint at site.

112
TECHNICAL SPECIFICATIONS FOR LT PANELS

1.1 LT SWITCHBOARD (PANEL) AND SWITCHGEARS

This section covers the detailed requirements of Low Voltage switchboard for 415 volts, 3 phases,
50 Hz, 4 wire systems.

Standards and Codes


Updated and current Indian Standard Specifications and Codes of Practice will apply to the equipment
and the work covered by the scope of this contract.
Low Voltage switchgear Assemblies IEC 61 439-1/2/ IS: 8623
Low Voltage switchgear & control gear IEC 60 947-1/2/IS 13947:1993
Part I : General rules
Part II : Circuit Breakers
Part III : Switches, disconnectors, switch disconnectors and fuse
combination units
Part IV : Contactors and Motor starters
Part V : Control circuit devices and switching elements Degree of Protection of Enclosures for
low voltage switchgear. IEC60529 /IS 2147: 1962

1.2 LT PANELS

The scope of this section covers design, manufacture, supply, installation, testing and commissioning
of Power Distribution Panels including ACBs, MCCBs, MCBs rated up to 415-430 volts. The panel
shall be fabricated i/c all switch as per CPWD specification for electrical work (part-I) and Sub-station
work (Part IV) amended to date.

1.2.1. Basic Structure:


a) All electrical panels will be fabricated from 2mm thick CRCA sheet steel for robust
construction properly supported with angles and channels.
b) Panels shall be totally enclosed, dust and vermin proof, fully compartmentalized, cubical
design modular construction. The covers and doors shall be very well gasket with neoprene
rubber gaskets so as to obtain dust proof enclosure.
c) The cubicle will be floor-mounted type unless specified otherwise.
d) The cabinet will be welded construction and not of jointing construction.
e) Door shall be made of 1.6mm/2mm sheet steel, with foamed seal polyurethane gasket,
square section under tabular frame with punching in DIN pitch pattern.

1.2.2. Cubical Panel

The cubical panel shall be made out as per CPWD specification and as per relevant Indian Electricity
Rules as amended till date.

The firm shall submit the drawing of cubical panel mentioning all the dimensions and schematic
diagram along with detail and capacity of each switch gear. The cubical panel shall be fabricated only
after approval of drawings from the Engineer-in-charge.

All incoming ACB`s shall have microprocessor-based releases with overload, short circuit, earth fault
protections all with adjustable settings and also with adjustable time delays; alongwith adjustable
instantaneous short circuit protection; RS485 communication port.

All outgoing and bus coupler MCCB`s of above 250 A capacity shall have microprocessor based
releases with overload and short circuit protection with adjustable settings and also with adjustable
time delays; along with adjustable instantaneous short circuit protection

Incomers and Bus coupler shall be mechanically inter locked

All metering CT’s and PT’s shall be cast resin type of accuracy class 1.0 Multi-function meter shall be
LCD display of accuracy 1.0. All CT's shall be 15VA burden class.

All indicating lights shall be LED type only.

113
Air Circuit Breakers (ACBs): The ACBs shall comply to IEC 60947 Part I & II and IS 13947 Part I & II
and shall be suitable for operation on 415 Volts, 50 Hz 3 Phase system.

Moulded Case Circuit Breaker: The Moulded case circuit breaker (MCCB) shall conform to latest
IEC-60 947-2/ IS13947- 2. The circuit breaker shall comply with the isolation function requirement of
IEC 60 947-2 section 7.1.2 to marked as suitable for isolation/ disconnection to facilitate safety of
operating personnel while the breaker is in use.

Miniature Circuit Breakers (MCB): MCBs shall be hand operated, air break, quick make, quick
break type conforming to applicable standards. MCB shall comply with IS : 8828, 1996/IEC 898. MCB
shall have minimum power loss (watts) per pole defined as per IS/IEC and the manufacturer shall
publish the values.

Current Transformers: Current transformers shall be in conformity with IS: 2705 (part I,II& III)

Test At Manufactures Work: All routine tests specified in IS: 8623-1977 shall be carried out and test
certificates produced to the Department.

The bus-bars will be insulated with heat shrinkable sleeves and properly supported. All live parts shall
be shrouded by means of acrylic / steel /FRP sheets to ensure no accidental contact with live parts
during maintenance and provide simultaneous inspection. The bus-bar supports will be designed to
withstand short circuit current equivalent to 35 MVA at 415 volts. The bus-bars will be adequately
insulated and protected to prevent accidental contact during operation and maintenance.

Each Panel shall be provided with an earth bus bar running along the entire length of the board.
Material and size of the earth bus bar shall be as per CPWD specifications amended upto date.

1.3 FEEDER PILLARS

1.3.1 Outdoor type Feeder Pillars shall be suitable for 3 phase, 50Hz, 415 volts, A.C. system and shall
generally conform to IS 5039. Rating and size of Feeder pillar shall be as per designed load and
requirement.

1.3.2 The Feeder pillar shall be provided with degree of protection IP 65 as per IS : 2147.

1.3.3 Each door shall open to minimum 135 degrees. Locking on both the doors with two keys for each lock
shall be provided with each pillar.

1.3.4 The enclosure shall be provided with ventilated louver cover with wire mesh, lifting hooks, supporting
legs and double earth terminal with double washer.

1.3.5 Moulded case circuit breaker shall be provided for incoming and MCB shall be provided as per IS
8828-1978 for outgoing. Gland plate shall be 3mm thick with suitable number of flanged type brass
cable glands of required sizes shall be provided.

1.3.6 All civil work for feeder pillar foundation shall form part of feeder pillar installation work. This shall
include excavation, backfilling, brickwork, plastering and providing PVC sleeves. Cost of civil work
shall deem to be included in quoted rates.

1.3.7 BUS BAR


i) The bus bars shall be air insulated and made of high conductivity, high strength aluminum
alloy complying with the requirement of gradeE-91E of IS : 5082.
ii) Capacity of aluminum bus bars shall be considered as 1.3 Amp per sq.mm of cross section
area of the bus bar and also conforming to Table -VI of CPWD specifications for Electrical
Works (Part-I).
iii) The main bus bars shall have continuous current rating throughout the length of Feeder
Pillars. The cross section of neutral bus bars shall be same as that of phase bus bar for
busbars of capacity upto 200Amp; for higher capacity the neutral bus bar shall not be less
than half (50%) the cross section of that the phase bus bars.
(iv) Busbars to be colour coded with PVC sleeves.

114
2.0 LT Switchgears

2.1 MOULDED CASE CIRCUIT BREAKERS (MCCB)

2.1.1 General

The Moulded case circuit Breaker (MCCB) shall confirm to the latest IEC 60947-2 and IEC 60 947-3-
1989. MCCB’s shall be suitable for rated operation voltage up to 415 VAC & rated insulation voltage
up to 690 VAC.

MCCB’s in AC circuits shall be of triple pole / four pole construction as per enclosed BOQ. The “ON”,
“OFF” and “TRIP” positions of the MCCB’s shall be clearly indicated and visible to the operator when
mounted as in service. Front of door operating handle shall be provided with pad lock and door
interlock. Front of door operating handle shall be provided with door interlock defeat mechanism to
facilitate inspection of the MCCB during ‘ON’ position. MCCB shall be suitable for Positive isolation /
disconnection according to IEC 60947-1 & 2 for optimum user safety.

The Service short circuit Breaking capacity (Ics at 415 VAC) of all MCCB’s shall be as specified in
BOQ and shall have (Ics=100% Icu).

All MCCB should have “Class-II” front facia as per IEC 60664.
All circuit breaker below 250 amps rating shall be provided with thermal magnetic

Release& circuit breakers of 250 amps rating and above shall be provided with Microprocessor
based release unless otherwise specified.

All MCCBs shall be provided with rotary handles, spreader links and phase barrier on both incoming &
outgoing sides for which nothing extra shall be paid.

2.2 Miniature Circuit Breaker (MCB)

Miniature circuit breakers shall be of approved design and make and must be tested and validated as
per IS/IEC 60898, IEC/EN 60898 and IEC 60947-2 standards.

MCBs shall be suitable for operation at 230V/415V, 50Hz supply. The MCB ratings shall be available
from 1--125A in 1P/2P/3P/4P versions. The rated short circuit capacity acc to IS/IEC 60898 shall be of
10,000A. MCBs shall be offered with B, C or D tripping characteristics as per the BOQ requirements.
The MCBs shall be suitable for mounting on a 35mm DIN rail.

MCBs shall carry ISI and CE marking.

MCBs shall ensure complete electrical Isolation of downstream circuit or equipment, when the MCB is
switched OFF

3.0 CABLE WORK

The L.T. Power cables shall be XLPE insulated PVC sheathed type aluminum conductor armoured
cable conforming to IS: 7098: 1988 (Part-I) with up-to date amendments whereas control cable shall
be XLPE insulated and PVC sheathed copper conductor armoured/ unarmoured cable conforming to
IS:7098 (Part-I) 1988.

All the street light Cables shall be laid in 50mm dia. HDPE pipes, as per the direction of Engineer-In-
Charge. Cable laying shall be carried out as per CPWD general specifications for electrical works
(part-II External)-1994.

Cable tags shall be made out of 2mm thick aluminum sheets, each tag 1-1/2 inch in dia with one hole
of 2.5mm dia, 6mm below the periphery. Cable designations are to be punched with letter/number
punches and the tags are to be tied inside the panels beyond the glanding as well as below the
glands at cable entries. Trays tags are to be tied at all bends. On straight lengths, tags shall be
provided at every 15 metres.

115
Prior to installation, burying of cables, following tests shall be carried out. Insulation test between
phases, phase & neutral, phase & earth for each length of cable.
a. Before laying.
b. After laying.
c. After jointing.

Prior to installation, the following tests shall be conducted in the presence of the Engineer-In-Charge.
a. Insulation Resistance Test (Sectional and overall).
b. Continuity Resistance Test.
c. Earth Test.

All tests shall be carried out in accordance with relevant Indian Standard code of practice and Indian
Electricity Rules. The Contractor shall provide necessary instruments, equipments and labour for
conducting the above tests & shall bear all expenses of conducting such tests.

116
Technical Specifications for Solar Water Heating System

Solar Water Heating System shall be comprising of solar flat plate collector, collectors stand assembly,
stainless steel insulated hot water storage tank with Closed circuit heat exchanger and various other
components.

Suitable Number of Flat Plate Collectors should be installed for each Solar Water Heating system of suitable
LPD cumulative capacity. Each Flat Plate collector should be of at least 100 LPD capacity.
1. Solar Flat Plate Collector Specifications:
Solar flat plate collector shall be with BIS approval as per to IS: 12933 (part-1) with amdt. No. 1 & 2
and IS 12933 (Part-2)/2003 and various components shall be as under:

a- Cover plate
Cover plate shall be tempered/ toughened glass and thickness of 3.2mm (min) conforming to
section-1 of IS: 12933 (Part-2)/2003. The solar transmittance of the cover plate shall be
minimum 82 percent at near normal incidence.

b- Collector Box:
Collector box shall be made of aluminum sections only. Type grade, size, workmanship and
finish of the material used shall be as per section-2 of IS: 12933 (Part-2)/2003. The minimum
thickness of Aluminum shall be as under:
i) Channel section for sides:1.4mm
ii) Support for glass retaining:1.2mm
iii) Sheet for entire body:1.0mm

c- Absorber:
Absorber shall consist of riser, header and sheet for absorber. Type, grade, size,
workmanship and finish of the material used shall be as per section-3 of IS: 12933 (Part- 2)/
2003.
Sheet for absorber shall be made of copper only.
Riser and header assembly designed for working pressure up to 24.5K Pa (2.5kg/cm square)
shall be tested for leakage at a minimum hydraulic pressure of 490k Pa (5kg/ cm square).

d- Collector box insulation:


Insulation shall be provided at back and sides. Thermal resistance (R) of insulation material
shall be minimum 0.96m square degree C/W for back insulation and minimum 0.48m square
degree C/W for side insulation. This shall be derived after determining thermal conductivity (K)
value at 100 degree C mean temperature in accordance with IS: 3346. Collector box
insulation shall conform to sec.4 of IS: 12933 (Part-2)/2003.

e- Gaskets and Grommets:


Gaskets and Grommets shall conform to sec.5 of IS: 12933 (Part-2)/2003.

2. Insulated hot water storage tank:


The thickness of the water storage tank shall be uniform.

a- Material:
Insulated hot water storage tank shall be non-pressure type and made of stainless steel grade
(X04Cr19Ni9 or X07Cr18Ni9 of IS: 1570 (Part-5)/1985) (Reaffirmed 2004), TIG/MIG welded.
Min. sheet thickness 16 SWG.

b- Insulation:
Plumbing of hot water supply shall be with insulated with 100 mm thick Rock wool of 48 Kg/m3
density with 24swgAluminium cladding. Alternatively, CFC free thermal grade PUF insulation
of minimum thickness 50 mm of 32 Kg/ meter cube or higher density may be used. PUF
insulation could be pre extruded type fitted with FRP exterior cladding or alternatively injection
moulded in a twin walled steel tank and PPE end cap.

c- Tanks stand assembly:


Shall be made of MS angle of size (min) 50x50x6 mm duly pre-treated and stove enameled
with black color paint. Alternatively, tubular structure with powder coating could also be
provided. The structure should be designed in such a way that it will take less space and will

117
withstand wind load up to 150kM/hr.

3. System interconnection piping:


Suitable size C- PVC/ GI pipe with suitable size insulation shall be used for supply of hot water to
individual qtrs.

4. Suitable capacity SS makeup water tank along with piping and valves as required shall be provided.

5. Temperature Gauge: Dial type, duly calibrated and suitable for temperature range from 0degree C to
120 degree C and shall be provided.

6. Othercomponentessentialforcompletenessofthesystemaspertenderspecifications.

7. Contractor shall submit general arrangement drawings within 15 days from the date of start. General
arrangement drawing shall clearly show all the parts of the system (such as solar flat plate
collectors, collectors stand assembly, internal and external piping, tank stand assembly, various
valves, pressure gauges, temperature gauges, water meter etc.) and their fixing arrangements.

8. The contractor shall supply two sets of instruction manual without any extra cost. Instruction manual
shall containing the following details:
a- Schematic diagram of the solar collector
b- Instructions for repair and maintenance including causes for common failures, such as, dust
ingress on glass cover, peeling of paint, scaling, damaged sealant, gasket and grommets and
their remedies.
c- List of service outlets.

9. The supplier firm shall furnish complete and satisfactory type test reports for each size / type of solar
flat plate collector as per contract specification from any govt. laboratory. Type test reports shall be
complete with authenticated drawing giving complete details of the various component used in the
solar flat plate collector. Type test reports shall include all the tests listed in IS: 12933 (Part-1) with
amdt. No. 1 (excluding test requirements as per cl. 7.2.7 and 7.2.8 of IS) and also the tests included
on various components of solar flat plate collector as per IS: 12933 (Part-2) / 2003 amended up to
date.

10. Civil work for foundation, grouting etc. is in the scope of work. No damage is to be done for water
proofing compound.

11. Installation shall be as per guidelines issued by MNRE.

12. Warranty
All the solar water heating systems shall be warranted for a minimum period of 5 years from the date
of installation and commissioning against any manufacturing and design defects.

118
LIST OF PREFERRED MAKES – FOR EI WORKS
If any make stated below does not comply with the technical specifications given in the tender then
such a make cannot be supplied at this project.

EQUIPMENT APPROVED MAKES


MCB DB Legrand (Ekinox3) / Hager (Novello+) / Siemens
(BetaGuard)/Schneider (Acti-9N)/ ABB (Elegance)
MCCB Legrand(DPX3)/Siemens(3VA)/ Schneider(Compact
NSX)/ABB(T- Max)
MCB/ELCB/RCBO/RCCB/Isolator Legrand (DX3) / Hager (Novello+) / Siemens
(BetaGuard)/Schneider (Acti-9)/ ABB (SB-200m)
Indicating Lamps (LED type) Siemens / Schneider/ ABB
Push Buttons Siemens / GE / Teknik / BCH
Connectors/ Terminal Blocks Elmex / Connectwell / Essen
PVC Insulated(FRLS)Copper Finolex /LappKabel/ KEI/Polycab/Havells/ RR Kabel/
conductor wires/Telephone Wire/TV Bonton/Plaza
Wire
Cat 6/6A Cable Mollex/ Digilink/ Systimax/Belden
PVC Insulated (XLPE) Power Cable Finolex /LappKabel / KEI/Polycab/ Havells/Bonton/Plaza
Cable Glands / End Termination Comet / Jainsons / Braco / Dowells
Stove Enameled MS Conduit BEC / NIC / AKG / Steel Kraft
Modular type Switches, Sockets, LEGRAND : ARTEOR
Plugs,RJ-45& RJ-11 Telephone Jack PANASONIC : VISION
(ISI marked)/Fan Regulators. SCHNEIDER : ZENCELO
NORTHWEST : ARTISHA FLAT
Industrial sockets & plugs Legrand / SIEMENS / HAGER/ABB/Schneider
BLDC Ceiling Fan Havells/Atomberg/Bajaj
Exhaust Fans/Fresh Air Fans Crompton/Havells/Usha/ Khaitan/Almonard
Decorative Pole/ Compound light Twinkle/K-Lite/Bajaj/Jaquar/Hi-lite/Lustre/Neri/Signify
Pole/Bollard/Street Light Pole
Outdoor Light Fitting / Fixtures Philips/LT/Regent/Neri/DW Windser/Thorn
Internal Light Fittings/ Fixtures Philips/LT/Regent
LED Wall Bracket Philips/Jaquar/Havells/Regent
DLP Trunking MK / LEGRAND/OBO BETTERMAN/ SCHNEIDER
Ceiling Roses/Conduit Accessories Any ISI marked
Compact Rising Main i/c tap off boxes Schneider/Legrand /SIEMENS
MCCBs.
GI Pipe Jindal(Hissar)/TATA /SAIL
Floor Trunking Honeywell MK/OBO Betterman/ Legrand/ HAGER.
Cable Tray PILCO/Stealways/Slotco/Apex/Indiana/Skytone
PVC Conduit AKG/Precision/Polycab/Astral
HDPE/DWC Pipe REX/Duraline/Gemini
Pumps Mather & Platt / Kirloskar/ KSB/DP Holland/Willo
Motors ABB / Siemens / Crompton Greaves / Kirloskar/Havells
Geysers Racold/CG/Havells/Jaquar/AO Smith/Venus
Hot Dipped Galvanized Octagonal Valmont / Philips / Crompton / Wipro / Bajaj / Keselec /
Pole /High Mast Singh profile /Transrail
Polycarbonate Junction Box / Hensel / Spelsberg / Naptune-Bals / Sintex/Standard /
Enclosure / Pole box CAPE Electric
Gun metal valves Leader / Sant / Zoloto / HAWA
Sluice & non return valves Kirloskar / Kalpana /Sant / Audco
Butterfly Valve C&R / Intervalve / Advance./ / Audco
Ball Valves RB ( Italy ) / Bugatti / Zoloto / Audco
Submersible cable Finolex /Polycab/Havells/ RR Kabel/ Bonton
RCC Pipes (NP-2) Lakshmi, Sood & Sood, Jain Pipe Co. (Newai), Mahaveer
Enterprises (Newai), Work well spun pipes, Pali.

119
EQUIPMENT APPROVED MAKES
Electrical Panels Milestones/Tricolite/Adlec/Precision Control System/Johns
Electric Co. Pvt. Ltd. Jaipur/Shalabh/ Application
Control/Expert Engineers/Engineer & Engineers/RP
Control/Pristine/BCH/Dynamic Elecpower Pvt. Ltd./Bafna
R.O. + U.V. Water Cooler Eureka Forbes/Voltas/Blue Star
Fire Extinguishers Minimax/ Ceasefire/ Safex
Metal Plug & Top Legrand / Hager / Siemens /Schneider / ABB
Solar water heating system Tata BP Solar/ Racold/ Honeywell/Inter Solar/ BHEL/ Jain
Irrigation
LED TV / Display Panel Samsung / Sony
Air washer Waves/Zeco/Edgetech/Humidin
Kitchen exhaust fan blower / Kitchen Nicotra/Kruger/Comeferi/Humidin
fresh air fan
GSS Sheet Tata/Jindal/SAIL/Hindalco
Grill / Diffuser / Volume Control / Conaire / Pineair / Caryaire / Dynacraft / System Air
Exhaust / Fresh Air Louver

120
LIFT

121
SECTION-1
Commercial and Additional Conditions
1.0 General
The specification covers manufacturing, testing as may be necessary before dispatch, delivery at site,
all preparatory work, assembly and installation, commissioning putting into operation of Lifts.

Location: The lifts will be installed in NIAM, Bambala, Jaipur

1.1 The work shall be executed as per CPWD General Specifications for Electrical Works - Part III Lifts &
Escalators -2003 including upto date amendments, Part I – Internal – 2023, Part II – External – 2023
wherever applicable, as per relevant IS and as per directions of Engineer-in-Charge. The technical
specifications are to be read in conjunction with above and in case of variations, technical
specifications of tender document shall apply. Nothing extra shall be paid on account of additional
features in the technical specifications as the same are to be read along with schedule of quantities
for the work.

1.2 The tenderer should in his own interest visit the site and familiarize himself with the site conditions
before tendering.

1.3 The Department shall not issue any T & P and nothing extra shall be paid on account of this.

2.0 Terms of payment:


The payment for the various items in the tender shall be graduated in the following manner based on
the assessment of the Engineer-in-Charge.

2.1 80 per cent of tendered rates based on pro-rata basis per lift as a unit after delivery of materials at the
site in good condition.

2.2.1 10 per cent after completion of installation on pro-rata basis per lift as a unit in all respects.

2.2.2 Balance 10 per cent shall be paid after testing, commissioning, trial run and handing over to the
department for beneficial use.

2.2.3 No foreign exchange shall be made available by the Department for importing(purchase) of
equipments, 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.

3.0 Rates:

3.1 The rates quoted by the tenderer, shall be firm and inclusive of all taxes (including GST etc as
applicable), duties, levies, octroi and all charges for packing forwarding, insurance, freight and
delivery, installation, testing, commissioning etc at site i/c temporary constructional storage, risks,
over head charges, general liabilities/obligations and clearance from local authorities. Whereas the
fee for the inspection shall be reimbursed by the department, however, initially the payment has to be
made by the Contractor.

3.2 The contractor has to carry out routine & preventive maintenance during the Defect Liability period of
12 months from the date of handing over of all the elevators to the department for beneficial use.
Nothing extra shall be paid.

4.0 Completeness of tender:


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

5.0 Inspection and Testing

5.1 For items/equipment requiring initial inspection at manufacturer's works the contractor will intimate the
date of testing of equipments at the manufacturer's works before dispatch. The department also

122
reserves the right to inspect the fabrication job at factory and the successful tenderer has to make the
arrangement for the same. The successful tenderer shall give sufficient advance notice regarding the
dates proposed for such tests/inspection to the Engineer-in-Charge to facilitate his presence during
testing / fabrication. The Engineer-in-charge at his discretion may witness such testing/fabrication.

The cost of the first visit of the officials of the department to the factory for witnessing the tests will be
borne by the department. If the tests fail, then the cost of the travel, lodging and boarding of the
inspection team of the officials of the department ( for 2 Nos. officials ) shall be borne by the
contractor for all subsequent visits till the tests are satisfactorily conducted.

6.0 Storage and custody of materials:


The Lift machine room may be used for storage of sundry materials and erection equipments if
available or else the agency has to make his own arrangement. Watch and ward of the stores and
their safe custody shall be the responsibility of the contractor till the final taking over of the installation
by the department.

7.0 Care of the Building:


Care shall be taken by the contractor while handling and installing the various equipments and
components of the work to avoid damage to the building. He shall be responsible for repairing all
damages and restoring the same to their original finish at his cost. He shall also remove at his cost all
unwanted and waste materials arising out of the installation from the site of work.

8.0 Defect Liability Period:

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

8.2.1 If the total downtime of any lift is more than 7 days in the 12-month defect liability period, then the
defect liability period shall be extended for the complete Lift installations by the period of highest down
time of the lift among all lifts beyond 7 days.

9.0 Power Supply:


Power Supply for the purpose of Installation of Lifts shall be arranged by the Main Contractor.

10.0 Water Supply:


Water supply shall be made available by the Main Contractor.

11.0 After Award of Work:


The Contractor shall prepare the programme chart for the execution of the work showing clearly all
activities from the start of work to the completion, with details of requirements of materials, man
power, equipments and machinery deployment, required for the completion of the work within the
stipulated period and submit the same to the Engineer-in-Charge within fifteen days after the issue of
letter for commencement of the work. The Contractor shall also submit monthly programme and
progress reports and up date / re-schedule the same every month. These shall be submitted by the
contractor in soft copy also besides forwarding hard copy of the same.

12.0 The successful tenderer should furnish well in advance three copies of detailed instructions and
manuals of manufacturers for all items of equipments regarding installation, adjustments, operation
and maintenance i/c preventive maintenance & trouble shooting together with all the relevant data
sheets, spare parts catalogue and workshop procedure for repairs, assembly and adjustment etc all in
triplicate.

13.0 Extent of work:

13.1 The work shall comprise of entire labour including supervision and all materials necessary to make a
complete installation and such tests and adjustments and commissioning as may be required by the
department. The term complete installation shall not only mean major items of the plant and
equipments covered by Technical Specifications but all incidental sundry components necessary for
complete execution and satisfactory performance of installation with all layout charts whether or not

123
those have been mentioned in details in the tender documents in connection with this contract.

13.2.1 Minor building works necessary for installation of equipment, foundation, making of opening in walls or
in floors and restoring to their original condition, finish and necessary grouting etc as required to be
undertaken.

13.3 Maintenance (Routine & preventive) for one year from date of completion and handing over.

14.0 Compliance with Regulations and Indian standards

14.1 All works shall be carried out in accordance with relevant regulation, both statutory and those
specified by the Indian Standards related to this work. In particular, the equipment and installation
shall comply with the following:
(i) Factories Act
(ii) Indian Electricity Rules
(iii) I.S. & BS Standards as applicable
(iv) Workmen's compensation Act
(v) Statutory norms prescribed by local bodies

14.2 Nothing in this tender shall be construed to relieve the successful tenderer of his responsibility for the
design, manufacture and installation of the equipment with all accessories in accordance with
currently applicable statutory regulations and safety codes.

14.3 Successful tenderer shall arrange for compliance with statutory provisions of safety regulations
and departmental requirements of safety codes in respect of labour employed on the work by the
tenderer. Failure to provide such safety requirement would make the tenderer liable for penalty of
Rs.50/- for each default. In addition, the department will be at liberty to make arrangement for the
safety requirements at the cost of tenderer and recover the cost thereof from him.

15.0 Indemnity:
The successful tenderer shall at all times indemnify the department, consequent on this works
contract. The successful tenderer shall be liable, in accordance with the Indian Law and Regulations
for any accident occurring due to any cause and the department shall not be responsible for any
accident or damage incurred or claims arising there from during the period of erection, construction
and putting into operation the equipments and ancillary equipment under the supervision of the
successful tenderer in so far as the latter is responsible. The successful tenderer shall also provide
all insurance including third party insurance as may be necessary to cover the risk. No extra payment
would be made to the successful tenderer due to the above.

16.0 Erection Tools:


No tools and tackles either for unloading for shifting the equipments for erection purposes would be
made available by the department. The successful tenderer shall make his own arrangement for all
these facilities.

17.0 Cooperation with other agencies:


The successful tender shall co-ordinate with other contractors and agencies engaged in the
construction of building and exchange freely all technical information so as to make the execution of
this works contract smooth. No remuneration should be claimed from the department for such
technical cooperation. If any unreasonable hindrance is caused to other agencies and any completed
portion of the work has to be dismantled and re-done for want of cooperation and coordination by the
successful tenderer during the course of work, such expenditure incurred will be recovered form the
successful tenderer if the restoration work to the original condition or specification of the dismantled
portion of the work was not undertaken by the successful tenderer himself.

Water proofing of pits shall not be damaged under any circumstances.

18.0 Verification of correctness of Equipment at Destination:


The contractor shall have to produce all the relevant records to certify that the genuine equipment
from the manufacturers has been supplied and erected.

19.0 Painting:
This shall include cost of painting of entire exposed iron work complete in the installation. All
equipments works shall be painted at the works before dispatch to the site.

124
20.0 Training:
The scope of works includes on job technical training of two persons at site. Nothing extra shall be
payable on this account.

21.0 Maintenance:
21.1 Sufficient trained and experienced staff shall be made available to meet any exigency of work during
the guarantee period of one year from the handing over of the installation.

21.2 The maintenance, routine as well as preventive for one year from the date of taking over the
installation, as per manufacturer’s recommendation shall be carried out and the record of the same
shall have to be maintained.

22.0 Order of Preference:


Should there be any difference or discrepancy between the description of items as given in the
Schedule of Quantities, technical specifications for individual items of work (including additional and
commercial conditions) and IS Codes etc., the following order of preference shall be followed:
(a) Schedule of quantities
(b) Additional and Commercial Conditions
(c) Technical specifications specified in the tender
(d) General Conditions of Contract for CPWD Works
(e) Drawings
(f) CPWD General Specifications
(g) Relevant IS or any other International code in case IS code is not available.

125
SECTION-2
Technical Conditions
1.0 SCOPE OF WORK
These specifications cover the details of Electrical Elevator equipment to be supplied, inspection as
may be necessary before dispatch, delivery at site, installation, testing, commissioning, and handing
over in working condition and defects liability for a period of 1 year after completion of all works.

These specifications shall be read in conjunction with the General Conditions of Contract with all
correction slips as well as schedules and drawings.

2.0 GENERAL
The equipment and installation covered by these specifications and drawings shall conform to codes
of practice and highest standards of workmanship and materials. This work shall be done in
accordance with the provisions of the Lifts Act, and subsequent provisions, as also any state or local
Act in force and latest Indian Standard 14665, 15330.

The Electrical wiring shall strictly comply with IS:732 and the entire installation shall be in accordance
with the Indian Electricity Act 2003 and Indian Electricity Rules 1956 as amended to-date. The
electrical works shall also conform to CPWD General Specifications for Electrical works Part - I
(Internal) 2023 and Part – II (External) 2023 as amended up to date wherever relevant.

The Contractor shall follow all statutory requirements as well as best trade practices in the
manufacture & installation of elevators. The Contractor shall arrange to obtain the approval of the
Inspectorate of Lifts for commissioning of the Elevators and handover for operation after satisfactory
tests.

3.0 DRAWINGS
Before commencing work, the Contractor shall prepare and submit all drawings necessary to show the
general arrangement and details of elevator installation. These drawings must be approved by the
Engineer-In-Charge before installation and shall become part of the contract.

The Contractor shall submit 3 copies of all working drawings showing hoist way and machine room
layouts clearly indicating and specifying all connected structural, electrical and architectural works
including imposed structural static / dynamic loads and electrical ratings. Within 10 days of receipt of
letter of Commencement of Works the Contractor shall obtain from the Engineer-In-Charge all the
information he needs to prepare his drawings and shall have any interaction with the Engineer-In-
Charge to finalize all parameters and data for design. The Contractor shall be held responsible for any
discrepancies, errors and omissions in the drawings or particulars submitted by him even if these
have been approved by the Engineer-In-Charge. On approval of these drawings by the Engineer-In-
Charge (within 2 weeks of submission of full documentation), the Contractor shall submit five copies of
approved working drawings incorporating corrections / comments, if any made by the Engineer-In-
Charge, and shall immediately commence work.

On completion of work the Contractor shall supply four sets of CDs’ and four copies of the detailed
wiring diagram, as fitted drawings and equipment maintenance manuals. Further, a copy of such
detailed diagram shall be framed and installed in the respective machine rooms by the Contractor.

The Contractor shall carry out all the work strictly in accordance with drawings, details and instructions
of the Engineer-in-Charge.

4.0 Works to be arranged by the Main Contractor (For facilitating lift work and not covered in the
scope of lift work).
The following items shall be provided by the main contractor to suit the requirements of the
Contractor.
i. Obstruction free Hoist ways, machine rooms and pits of available dimensions.
ii. Floor, wall and ceiling finishes in hoist ways, pits and machine rooms; including painting
(except painting of equipment and materials supplied by Elevator Contractor) and
waterproofing, as well as doors and windows in machine room.
iii. Cables from Main L.T. Panel Board through the hoist ways terminating in and including
individual Main Switches in Machine Rooms including necessary earthing.
iv. Lighting installation with in machine rooms, hoist ways and pits as required by the Elevator
Contractor including 1-phase main switch at mid-height in hoist way for car lighting.

126
v. Ventilation of machine rooms.
vi. Hoisting beams and hooks as specified by the Elevator Contractor.
vii. Trap doors, floor gratings, steps / ladders, and openings in machine rooms and ladders for
pits as specified by the Elevators Contractor.
viii. Provision of suitable storage space as may be available.

5.0 CONTRACTOR’S RESPONSIBILITIES: Ancillary Works


i. All cabling and wiring from the main switches in machine room to Elevator equipment and
from battery supply to car lights, fans, alarm and intercom system i/c supplying of backup
battery and switchgear.
ii. All machine bases, pedestals, and structural steel supports and brackets for the installation,
to suit the sizes of the hoist ways.
iii. Sill tracks including supports if required.
iv. Screen guards and other protection for installation.
v. All chasing and cutting of pockets and making good. (All cutting and chasing shall be as
approved by Engineer-in-Charge).
vi. Ensuring safety against accidents including barricading all openings and caution signs.
vii. Scaffolding for installation.
viii. All other items necessary for satisfactory execution & completion of works, whether specified
or not.

6.0 SOUND REDUCTION


The Elevator Contractor shall provide necessary sound reduction materials, such as rubber pads of
suitable density to effectively isolate the machine from the machine beams and/or flooring.

Noise level inside cars and in the machine, room shall be maintained at minimum levels and in any
case not more than specified under PERFORMANCE PARAMETERS.

7.0 TRACTION MACHINE AND DRIVE


The motor shall be controlled by a variable voltage variable frequency (V.V.V.F.) micro-processor
control system which shall control and monitor every aspect of elevator operation at all stages of the
car motion cycle on real time basis.

The A.C. V.V.V.F. drive system shall control A.C. voltage and frequency concurrently with the hoist
motor to regulate the elevator’s actual performance to match closely the ideal speed pattern to obtain
maximum efficiency of operation and provide a very smooth ride.

Frequency shall range fully between zero and rated value.

The Controller shall be provided with a self diagnostic programme to keep downtime to a minimum
possible.

The controller shall intelligently adjust door times in response to car calls, hall calls and “Door Open”
button operation.

An Inspector’s changeover switch and set of test buttons shall be provided in the controller. Operation
of the Inspector’s changeover switch shall make both the car and landing buttons inoperative and
permit the elevator to be operated in either direction from machine room for test purposes by pressing
corresponding test buttons in the controller. It shall not however interfere with the emergency stop
switches inside the car or on the top of the car.

8.0 SAFETY
In the addition to other specifications the Elevator shall be provided with safety devices as follows:-
i. Safety gear on car so that in the event of rope breaking or loosening the car will be brought to
rest immediately by means of grips on the guides.
ii. The over speeding car shall be automatically brought to a gradual stop on guide rails and
power supply to the hoist motor shall be switched off.
iii. Car gate lock so that in the event of car gate gets opened when passengers are in the car, the
elevator shall be brought to rest.

9.0 CAR
i. Cabin Size
The internal clear dimensions of the cabin shall not be less than those specified in IS 14665-
Part I and as per CPWD specifications.

127
128
ii. Car Display Panel
The Car Display panel shall be of LCD. This shall indicate the Car capacity, floor indication,
direction of travel, current time and date at the minimum.
iii. Frame and Safety Device
The car frame shall consist of steel channel top and bottom securely riveted or bolted and
substantially reinforced and braced so as to relieve the car enclosure of all strains when the
safety device comes into action due to over speed or when the capacity loaded car is run on
the buffer springs at normal speed.
The safety device mounted on the bottom members of the frame operated by a centrifugal
speed governor shall be arranged to bring the car to a gradual stop on the guide rails in the
event of excessive descending speed; and provision shall be made to shut off the power
supply to the motor.
iv. Doors
Provision shall be made for vertical and horizontal fine adjustment of doors.
v. Door Operators
The door operators shall be VVVF inverter controlled heavy duty A. C. motor, allowing variable
opening and closing speeds, and with full synchronization of car and landing doors.
vi. Emergency Lighting
Emergency lighting with battery backup shall be provided.
vii. Evacuation
An emergency key shall be provided on each landing to unlock the doors for evacuation and
maintenance.
The doors shall be capable of being opened manually during power failure from inside the car
when the car is within a landing zone.
viii. Intercom
The intercom system in the lifts shall be capable of three-way communication between the lifts
and the reception.
Necessary arrangements shall be provided for communication between the lift cars, respective
machine room, Fire Control Room, Reception and the room of the Facility Manager.
The main control for the EPBX / Intercom shall be placed at Fire control room.
The intercom system shall be provided with a power backup of at least 30 minutes.
ix. Manual Cranking Facility
Manual cranking facility shall be provided in the machine room to facilitate evacuation of
passengers in case of power failure. The manual mode shall be in addition to automatic car
failure operation specified elsewhere.
x. Emergency Stop Switch
A stop switch in the machine room / top of car shall be provided for use by maintenance crew
to cancel all car and landing calls for a particular elevator.
xi. Maintenance Switch
On operation of the maintenance switch located on top of the car by the maintenance crew,
the car shall travel at slow speed not exceeding 0.85 m / sec by continuous operation of a
button
xii. Overload Indicator
An overload indicator with buzzer shall be provided in the cabin to indicate to the passengers
that the car will not start as it is overloaded.
xiii. Operating Panels, Buttons & Switches
Car operating panels, buttons and switches shall be located on the front wall panel next to the
car door and as specified.
All buttons and switches shall be clearly legible with fade-proof text and figures, and shall be
easily accessible, especially for disabled persons in Elevator L-2.
xiv. Other Features
All features specified in the Schedule shall be provided.

10.0 PAINTING
All exposed metal work furnished in these specifications, except as otherwise specified shall be given
one shop coat of anti-corrosive primer after approved surface treatment of metal surfaces and two
coats of approved enamel paint of approved shade.

11.0 TESTS AT SITE


The following tests, in addition to those mentioned in the CPWD specifications, shall be carried out to
the satisfaction of the Engineer-In-Charge.
i. The car shall be loaded until the weight on the rope is twice the combined weight of the car
and the specified load. The load must be carried on for about 30 minutes, without any sign of
weakness, temporary set or permanent elongation of the suspension rope strands.

129
ii. The following items shall be tested:
a. No load current and voltage readings both on ‘Up’ and ‘Down’ Circuits.
b. Full load current and voltage readings both on ‘Up’ and ‘Down’ Circuits.
c. One and quarter load current and voltage readings both on ‘Up and ‘Down’ Circuits.
d. Stalling current and voltage and time taken to operate overload.
e. Overload protection.
f. Car and counterweight buffers with contract load and contract speed.
g. Manual operation of elevator at mid-way travel.
h. Emergency operation.
iii. Tests on completion shall also be performed to the satisfaction of Inspector of Lifts.

12.0 STATUTORY APPROVALS


All statutory approvals from commencement to commissioning of elevators shall be obtained by the
Contractor from the Inspector of Lifts, Chief Fire Officer and other authorities, if required. However the
Department shall provide all necessary assistance for providing documents, drawings and certificates
pertaining to other contractors, as may be required. The Department shall reimburse the statutory fees
paid in connection with the approval of installation of elevators.

13.0 ADDITIONAL FEATURES REQUIRED


i. Fireman’s Switch
A fireman’s toggle switch shall be provided in a break glass for the specified elevator at
ground floor to enable firemen to bring the elevator non-stop to ground floor from any location
and to cancel hall calls until the car is operated on attendant control.
ii. Anti - Nuisance
If number of calls registered is in excess of corresponding car load, all car calls shall be
cancelled.
iii. Home Landing Facility
A car shall return to a pre-determined landing after the last call is answered.
iv. Load Non stop
When the car load exceeds a predetermined limit the elevator shall not respond to hall calls.
v. Separate door times
When a car responds only to hall calls or only to car calls, the door shall open for a shorter
time than when responding to both car and hall calls.
vi. Door Failure Operation
When an obstruction prevents a door from opening, the controller shall attempt its removal by
repeated opening and closing, failing which the car shall travel to the next floor.
vii. Nudging Door Operation
When the doors remain open for more than a predetermined period a buzzer shall sound and
the door shall close automatically. The door sensing device shall be rendered inoperative but
the Door Open button and the safety shoe shall remain operative
viii. Self - Diagnostic Facility
The Controller shall perform self - diagnostic tests and report the health of the system. The
system shall take care of minor faults like door operation and motor overheating.
ix. Car Failure Operation
In case of car mal-function, the system shall make a self - diagnostic check and then allow the
car to travel to the nearest floor at slow speed, if safe.
x. Selective floor Service
Programming for selective floors services shall be software driven.
xi. Auto Fan Off
In case no calls are registered for pre-set time, the cabin fan shall be automatically switched
off.
xii. Automatic Rescue Device
In case of mains power failure and elevator control system failure, the elevator’s own
rechargeable and maintenance free battery power shall move the car to the nearest floor and
the door shall open automatically for automatic rescue of passengers. A battery run-down
indicator shall be provided.
Automatic Rescue Device shall be provided for all the Elevators.

14.0 PERFORMANCE PARAMETERS


The following parameters shall be achieved in the installation:
Leveling Accuracy : + 3 mm
All other parameters as per CPWD Specifications and IS shall be achieved.

15.0 Preferred Make : Johnson / KONE / OTIS / Schneider

130
Annexure-A (15 Passenger Lift)
1 Type of Lift Passenger Lifts
2 No. of Lift required (Location wise) 2 Nos.
3 Load : Number of Persons 15 Passengers
4 Rated Speed 1.5 MPS
5 Travel in Mtrs. (G+5) – 18 mtrs. approx
6 Nos. of floor served (G+5) – 6 Floors
7 a)Inside size of lift well as per architectural drawing
b) Pit depth 1.60 mtr. (will be made available)
c) Over Head 4800 mm
8 a) Clear inside size of lift car 1550 X 1550 mm
b) Landing door 900 mm (W) x 2000 mm (H)
9 Position of counter weight At the back /side of the car
10 a) Type of control Microprocessor based, A.C. variable voltage variable
frequency.
b) Type of Operation Duplex selective collective operation with/without
attendant.
c) Potential free contacts Potential free contacts for each floor position and up &
down movement of lift shall be provided in the controller
which can be used for the building automation system at
later date.
11 Car Entrance door
a) Type of door Automatic power operated central opening horizontal
sliding stainless steel scratch proof Honeycomb /moon
rock finish of size 2000mm x 900 mm
b) Car open in front only or open In front only
12 Lift Car
a) Construction design and finish car Stainless steel Honeycomb / moon rock finish.
body work.
b) Interior Finish:-
i) Panels The side, rear and fascia panel shall be scratch proof
(Honey comb /moon rock finish) of stainless steel sheet.
ii) Hand rail Hand rail of suitable length not less than 600 mm long
on three sides at 800- 900 mm above floor level to be
fixed in lift car.
iii)Flooring Granite marble floor of 15 mm thickness.
iv)Ceiling False ceiling as per the latest standard of the
manufacturer.
v) Lighting LED fittings as per standard design to produce light not
less than 200lux
vi) Ventilation Blower type air ventilation system with stainless steel
louvers of finish similar to wall i/c ventilator outlets shall
be provided at skirting level.
vii) Walls Combination of stainless steel scratch proof
(moonrock/Honeycomb ) finish as per approved design.
13 Type of signal system a) Digital floor position indicator in the car and all
landing (to be provided above/side the car / landing
doors.)
b) Voice announcement system in the car announcing
the position of the elevator in the hoist way as the car
passes or stops at a floor served by the elevator.
c) Digital travel direction indicator in the car and at all
landing (to be provided above/side the car/landing
doors)
d) Gongs/Chime and visual indication of all landings for
pro-arrival of car for two cars.
e) overload warning audio & visual indicator, inside the
car(lift should not start on overload)
f) Battery operated alarm bell & emergency light with soft
visibility
g) Full/partial height car operating panel with fade proof
luminous Braille button in car and with intercom.

131
h) Luminous hall Braille buttons at all landing
j) Fireman switch at ground floor.
14) Landing entrance
a) Location of landing entrance in All floors on the same side
different floors
b) Number 6
c) Size 900 mm(W) x 2000 mm (H)
d) Type of doors Automatic power operated central opening horizontal
sliding stainless steel scratch proof (Honeycomb/ moon
rook) finish.
e) Fire resistance rating of door Shall have not less than 2 Hr for all landing doors.
f) Lift in use/ lift out of order sign. Suitable box above the lift landing with LED illuminated
sign of “ LIFT OUT OF ORDER/ LIFT UNDER
MAINTENANCE”) as per OEM standard.
15 Electric Supply a) Power:- 415 Volt, AC, 3 Phase, 50 Hz, 4 Wire
System(Nominal).
b) Lighting :- 230V, AC, 50Hz.
c) The entire lift equipment should be suitable for
operation at +10% to – 10% of rating supply voltage.
16 Door Frame Stainless steel scratch resistance (Honeycomb/
Moonrock finish)
17 Is neutral wire available for control Yes
circuits
18 Storage store provided Yes

19 Emergency Supply i) Inverter backup with trickle/ boost charge arrangement


for at least 30 minutes with maintenance free batteries
for emergency light, alarm bell and inter-com system.
ii) Separate maintenance free battery system should be
provided for ARD.
20 Door Close safety Full height infrared light curtain door safety in addition to
a pressure operated switch. ( Mechanical safety switch).
21 Controller Panel i) Controller panel shall be of suitable steel gauge
having vermin/dust proof arrangement with suitable in
built ventilation system.
22 Fireman Lift i) Lift shall be used as fire lift.
ii) Fireman switch for all the fire lifts shall be
provided at the G.F. to enable the fire
service personnel to ground the lift in case of
emergency.
iii) The word, “Fire Lift‟ shall be displayed in fluorescent
paint on all the lifts, landing doors at each floor level.
23 Automatic Rescue Device i) ARD should monitor the normal power supply in the
main controller and shall activate rescue operation
within 10 seconds of normal power supply failure. It
should bring the elevator to the nearest floor at a slower
speed than the normal run. While proceeding to the
nearest floor the elevator will detect the zone and stop.
After the elevator has stopped, it automatically opens
the doors and parks with door open. After the operation
is completed by the ARD the elevator is automatically
switched over to normal operation as soon as normal
power supply resumes.

132
ii) In case the normal supply resumes during ARD in
operation the elevator will continue to run in ARD mode
until it reaches the nearest landing and the doors are
fully opened. If normal power supply resumes when the
elevator is at the landing, it will automatically be
switched to normal power operation.
iii) All the lift safeties shall remain active during the ARD
mode of operation.
iv) The battery capacity should be adequate so as to
operate the ARD at least seven times a day, Provided
the duration between usage is at least 30 minutes.

133
FIRE FIGHTING

134
SPECIAL CONDITIONS FOR WET RISER CUM DOWN COMER SYSTEM
SECTION-1
1.1. The work shall be carried out as per tender specification and in accordance with the following
specifications, NBC 2016 and local bylaws.
1.1.(a) CPWD General Specifications for Electrical Works Part V Wet Riser and Sprinkler Systems 2020 as
amended upto date.
1.1.(b) CPWD General Specifications for Electrical work Internal - 2023, as amended upto date.
1.1.(c) CPWD General Specifications for Electrical work Part II External -2023, as amended upto date.
1.1.(d) CPWD General Specifications for Electrical work Part IV Sub-station - 2013. as amended upto date.
1.1.(e) CPWD General Specifications for Electrical work Part VII DG Set-2013 as amended upto date.
1.1.(f) CPWD General Specifications for Electrical Works Part VIII Gas Based Fire Extinguishing System -
2013. as amended upto date.
1.1.(g) Rules for Automatic Sprinkler Installation- 2nd Edition, published by Tariff Advisory Committee in 1998.

1.2. After award of work, the contractor shall prepare a detailed working drawing of the complete Wet riser
cum down comer system / Sprinkler system and get it approved from the Engineer-in-charge before
execution.

1.3. All information, documents and tests as required by CFO and other local bodies and their final
approval for this installation shall have to be arranged by the contractor. All expenditure arising out of
above inspections of CFO or Local body shall have to be borne by the contractor and the same shall
not be reimbursed by the department.

1.4. Payment Terms:


On account payments for part work (after stipulated and statutory deductions) as assessed by the
Engineer – in-charge for the applicable items in the contract shall be payable at part rates not
exceeding the percentage indicated against the stages of work.

Stage of work Machinery and All Other


Equipment (Pumps items
and Electrical Panel)
a) On initial inspection of materials and delivery at 80 % 70%
site
b) On completion of installation on pro-rata basis 10 % 20 %
c) On completion of Testing and commissioning, 10% 10%
approval by CFO & Local Body and handing
over.

1.5. Inspection and Testing: The contractor shall provide all necessary facilities for inspection of
equipment. The contractor shall also furnish the routine test certificates for the materials /equipment /
accessories to be used in this work to the satisfaction of Engineer-in-charge.

1.6. Guarantee: All the equipments shall be guaranteed for a period of 12 months from the date of
acceptance and taking over of the installation by the Department. Any defective materials and
equipment shall be replaced free of cost at the direction of the Engineer-in-Charge.

135
SECTION - 2
2. GENERAL PARTICULARS, REQUIREMENTS AND SYSTEM DESCRIPTION

a. CODES & STANDARDS


The following codes and standards with upto date amendments shall be applicable for the design,
manufacture, testing, erection, fabrication at site, trial operation of piping, valves and specialized
requirements :

IS:554 Dimensions for pipe threads where pressure tight joints are required on the
threads
IS:638 Sheet rubber jointing and rubber insertion jointing.
IS:778 Copper alloy gate, globe and check valves for water work purposes
IS:780 Sluice valves for water-works purposes (50 mm to 300 mm).
IS:901 Couplings, double male and double female, instantaneous pattern for fire fighting
IS:1239 Mild steel tubes, tubulars and other wrought (Part I & II) steel fittings
IS:884 Swinging type wall mounted hose reel with drum,
IS:388 Hose tubing.
IS:4038 Foot valves for water-works purposes
IS:5290 Landing valves
IS:10221 Anti corrosion treatment for underground MS pipes.
IS:5312 Swing check type reflux (non-return) valves
Rules for Automatic sprinkler installation & Tariff Advisory Committee
PUMPS
IS:1520 Horizontal centrifugal pumps for clear, cold and fresh water.
BS:599 Methods of testing pumps.
PTC:8 ASME Power Test Codes - Centrifugal Pumps
MOTOR
IS:325 Induction motors, three-phase
IS:900 Induction motors, installation and maintenance, code of
practice for
IS:7816 Guide for testing insulation resistance of rotating machines.
IS:4029 Guide for testing three phase induction motors.
IS:3043 Code of practice for earthing.
AUTOMATIC SPRINKLER SYSTEM
IS: 15105 Design and Installation and Maintenance of Fixed Automatic
Sprinkler Fire Extinguishing Systems- Code of Practice (First
Revision).
IS: 9972 Specification for Automatic Sprinkler Heads for Fire Protection
Service (First Revision).
Further to those stated above, the design, manufacture, installation and performance of motors
shall conform to the latest Indian Electricity Act and Indian Electricity Rules. The motor shall
also be acceptable to the Tariff Advisory Committee.
CODES AND STANDARDS FOR CONTROL PANEL
Equipment shall conform to the latest applicable Standards as mentioned
In case of conflict between the Standards and this specification, this specification shall govern
IS:13947 (Part 2&5), 1993 Low voltage switchgear & control arc
IS:2147, 1966 Degree of protection
IS: 13947 (Part 4,Sec.I),1993 Contactor for voltage not exceeding 1000V AC
BS:60947-4-1, 1992:IEC:158
IS:375, 1993 Marking and arrangement of bus bars
IS:694, 1990 & IS:8130, 1984 PVC Insulated cables and aluminum conductor
IS:1248,1991 Direct citing electrical indicating instruments
IS:13703, 1991 Low voltage fuses
IS:13118 (All parts), 1991 Alternating current circuit breakers
IS:2705 (Part 1 to 4), 1992 Current transformers
IS:3156 (Part 1 to 3), 1992 Voltage transformers

3.0 REQUIREMENTS AND SYSTEM DESCRIPTION


The work shall be designed for Wet riser cum down-comer system(s) for all basements and residential
towers. The sprinkler system(s) shall be provided for basements. The work shall be as per

136
requirements, guidelines of NBC -2016 amended upto date, local bylaws & shall be executed as per
CPWD specifications.

The fire fighting pumps shall be placed in the pump house & terrace pumps at terrace for fire fighting
and drinking water pump sets including standby and its electrical panels etc. in pump house.

Separate electric fire fighting pumps shall be provided for wet riser cum downcomer system and
sprinkler system.

MS pipe C Class shall be used for plumbing purpose.

The make of the equipments shall be as per attached accepted make list.

Suitable size of pipes including flanges shall be provided for the suction pipe of the pumps during the
casting of wall of water tank to avoid any leakage in the system.

Drinking water booster pumps shall be capable to fill the overhead tank as per design.

Cables shall be properly fixed on cable trays inside the pump house.

A remote control and indication panel shall be provided on Ground floor level for each tower’s Terrace
Fire Pumps operation.

Zoning as per NBC 2016 shall be done and accordingly Fire rated doors are to be provided which is to
be integrated with AFA System.
UL approved flexible connections are to be provided for sprinkler system for false ceiling areas.

SPECIFICATION OF PUMP MOTOR FOR WATER SUPPLY & SEWAGE

BOREWELL SUBMERSIBLE PUMP – The Submersible Pump shall be selected within maximum
efficiency point as per the selection chart of the manufacturer chart. They impeller and shaft shall be
stainless steel. The motor protection shall be IP:68 and there should be a single mechanical seal.

SEWAGE SUBMERSIBLE WET PIT PUMPS - Submersible sump pumps for sewage & waste water
applications shall be all cast iron with double mechanical seals. Motor protection shall be IP:68. The
motor shall be close coupled vertical motor, squirrel cage induction type with class ‘F’ insulation.
Cooling will be with the liquid surrounding the motor frame outside. The pump set must have all
monitoring devices for auto control & tripping, viz. winding temperature, moisture control, & level
sensing to prevent any failure in operation. Arrangement must be made for lifting the pumps with
guide pipe or chain or wire as per manufacturers’ standard. However, such lifting arrangements will
have to be of AISI 304. The pump must have all internal sensing devices as well as level sensing for
automatic start & stops at required levels.

MOTOR DRIVEN DRY PIT PUMPS [FOR CLEAR WATER] - End suction type, horizontally mounted
centrifugal pump each capable to deliver the rated discharge of clear water. The pump should be
coupled to a suitably TEFC electric motor mounted on a common base frame and anti-vibration
pads/sheets, coupling, coupling guard and fixing stainless steel bolts etc. Motor HP to be suitably
selected to suit discharge at duty point. The characteristic should have a wide range so that the pump
does not fail at lower heads. Pump is to be selected with a minimum efficiency of 65%. The vendor
has to select the best efficiency pump from the vendor list. The motor shall be TEFC, squirrel cage
induction type, IP55 rated with Class ‘F’ insulation & Class ‘B’ temperature rise, continuous rated for
ambient of 50˚ C. motor efficiency should be as per IE3 class. This motor will be mounted on the
common stainless steel base frame. The motor will be coupled to the pump with a love joy flexible
coupling.

137
ADDITIONAL CONDITIONS
Specification :- The work shall be executed as per CPWD’s General Specification for Electrical Works Part-I
(Internal)-2023, Part-II (External)-2023, Part-IV (Sub-station)-2013, Part-V (Wet Riser System for Fire Fighting
Installations)-2020, Part-VII 2013 DG Set work, Part VIII Gas Based Fire Extinguishing System – 2013,IE Act-
2003 and IE Rules-1956, Indian Standards amended upto date, NBC 2016, local bylaws and as per direction
of Engineer-in-Charge. The additional specifications are to be read with above and in case of any variations,
specifications given along with the tender shall apply.

Approval from CFO:- The Contractor shall be required to obtain NOC from Chief Fire Officer, and work shall
be deemed to be completed only after receiving NOC from CFO & rectification if any. Statutory fee if any shall
be paid by department. However, all liasoning work / arranging inspection of CFO shall be the responsibility of
contractor.

Storage :- Responsibility for storage for execution of work shall be of main contractor.

Power Supply:-Responsibility for supply of power for execution of work shall be of main contractor.

Water Supply:-
a) Water supply shall be made available to the contractor by the Department free of charge at only one
point for installation. Further extension if required shall be done by the contractor at his cost.
b) In case of composite contracts, having Firefighting work as one of the works, this arrangement shall
be made by the agency/ contractor only

The material required to be used in the work shall be got approved from the Engineer-in-charge before its use
at site. The Engineer-in-charge shall reserve the right to instruct the contractor to remove the material which,
in his opinion, is not as per specifications.

Contractor shall preserve the copies of Original Invoices, Manufacturer’s Test certificates, Gate passes etc. to
prove the genuineness of material/purchases. The responsibility of procurement, genuine material of
specialized works shall rest with the contractor.

No inspection outside the country is permissible if required so the same will be deemed to be waived off and
necessary test reports shall be submitted before the dispatch of equipment
Guarantee: All the equipments shall be guaranteed for a period of 24 months from the date of completion. Any
defective materials and equipment shall be replaced free of cost at the direction of the Engineer-in-Charge.

Completion Drawings:-
Three sets of the following laminated drawings shall be submitted by the contractor while handing over the
installation to the Department. Out of this one of the sets shall be laminated on a hard base for display in the
fire control room. In addition, one set will be given on compact disc.
(a) Installation drawings giving complete details of all the equipment, including their foundations, (b) Plumbing
layout drawings giving sizes and lengths of all the pipes and the sizes and locations of all types of valves, and
including isometric drawings for the entire piping including the pipe connections to the various equipment,
(c) Line diagram and layout of all electrical control panels giving switchgear ratings and their disposition, cable
feeder sizes and their layout,
(d) Control wiring drawings with all control components and sequence of operations to explain the operation of
control circuits.

Completion Plan:
Three sets of the following documents shall be furnished to the department by the contractor on completion of
work:-
(a) Completion drawings as above .
(b) 3 sets of manufacturer’s technical catalogues of all equipment and accessories.
(c) Operation and maintenance manual of all major equipment, detailing all adjustments, operation and
maintenance procedure.
(d) Name plate details of all equipment.

138
4.0 Specification of MV Panels

4.1.1 Frame Construction and Enclosure

All parts of electrical works shall be carried out as per appropriate CPWD General Specifications for
Electrical works, namely, Part I (Internal) 2023, Part II (External) 2023 work, and Part IV (Sub-station)-
2013 all as amended up to date.

All electrical works shall be carried out complying Central Electricity Authority (Measures Relating To
Safety and Electric Supply) Regulations, 2010 and NEC 2011, as amended up to date

The MV Panel shall be modular in design. There shall be welding only in the main frame of the panel.
The frame shall be assembled with Mild Steel tripod for three-dimensional flexibility in design
configuration. The profiles used in the assembly of the panel shall be restricted to only two designs.
Each profile should have holes of standard size punched at standard pitch throughout the length of
the profile. This facilitates the joining of vertical and horizontal members with three dimensional joiners
of Mild Steel The joining of these members shall be dust and vermin proof and for this plastic profiled
washer are to be used.

Doors shall be with concealed hinges and flush type locks. The doors shall be reversible in design from
LHS to RHS and vice-versa. All doors shall be earthed to the profile by a yellow green 2.5 Sq. mm.
wire lugged at both ends. Doors that are bolted for busbar chambers should be flush in design such
that the bolt head and the door surface are in one level. Each bolt shall have plastic washers on the
other side of the door such that the bolt will remain with the door on removal of the door.

The profiles and doors shall be of 2 mm thick CRCA sheet and powder coated to RAL 7032. The
partitions shall be of 1.6 mm CRCA sheet as specified above.

Modular type MV Panel to assemble low voltage switchgear and ALUMINIUM busbar arrangement.
The switch handle shall be interlocked such that the door of enclosure cannot be opened unless the
switch is in OFF position, however, mechanical interlock defeat mechanism has to be provided. All
MCCB’s / Switches only operating knob / handle shall only be visible other portion should be covered
by suitable sheet. All rear doors shall be of hinged type with locking arrangement. Detachable bottom
plates shall be provided at the cable compartments and terminal chamber. Liberal space shall be
provided in the cable compartment as well as switch compartment to facilitate termination of cables.
Provision shall be made for clamping the cables in the cable compartment.

The panel shall have easily-removable and interchangeable sections. All service shall be capable of
being performed with access from the front plus and a choice of any one side or rear for installation
flexibility.

The unit shall be naturally convection-cooled. No fans for forced-air cooling system shall be used. The
convection cooling method shall allow continuous full-load operation without activation of over-
0
temperature circuits. Copper bus bars, sized in accordance with the NEC shall withstand 90 C
minimum. Both for reliability and Heat rejection shall be through screened protective sides, which
prohibits entry of foreign material.

The busbar sizes should not be less than 120% of the rated current in amps & it should be so
selected that the temperature should not rise 500C above ambient. ALUMINIUM busbar shall be
supported with high quality non-hygroscopic insulating material. Separate busbar compartment
provided on the sides housing three phase and neutral busbar should have front bolted cover, side
busbar chamber shall have standardized dimension of 300 mm. The rating of the neutral busbar shall
be 100% of that of phase busbar wherever required. The busbar shall be of electrolytic grade
ALUMINIUM.

EARTHING
(i) Provision of earth electrodes and the type of earthing shall be as specified in the tender
specifications.
(ii) The earth work shall be carried out in conformity with CPWD Specifications for Electrical works
(Part-I), Internal 2023.
(iii) Metallic body of all motors, medium voltage equipment and switch boards shall be connected by
two separate and distinct earth conductors to the earth stations of the installations. Looping of such
body earth conductors is acceptable from one equipment, or switch board to another.

139
(iv) The size of earth conductors for body earthing of equipment shall be 2 Nos. 6 mm dia copper
wire/2 Nos. 25 x 3 mm G.I. strip
(v) Armoring of cables shall be connected to the body of the equipment/switch board at both the
ends. Compression type glands shall be used for all such terminations in the case of PVC/XLPE
cables.

5.0 Portable Fire Extinguishers

5.1 Work consist of furnishing all labour, material, appliances and equipment necessary and required to
install fire extinguishing hand appliances.
5.2 Without restricting to the generality of the foregoing the work shall consist of the following:-

Installation of fully charged and tested fire extinguishing hand appliances CO2, foam, dry chemical
powder type as required by the specifications and drawings.

5.3 Fire extinguishers shall conform to the following Indian Standard Specifications and shall be with ISI
approved stamp as revised and amended up to date:-

Note: All fire extinguishers should be Halon free gas as per Griha-3 standards.
a) CO2 type I.S. 2878 & IS 8149
b) Dry powder type I.S. 13849
(Stored pressure)

5.4 Fire extinguishers shall be installed as per Indian Standard "Code of Practice for Selection,
Installation and Maintenance of Portable First Aid Appliances" I.S.2190-2010.

5.5 Hand appliances shall be installed in readily accessible locations with the appliance brackets fixed to
wall by suitable anchor fasteners.

5.6 Each appliance shall be provided with an inspection card indicating the date of inspection, testing,
change of charge and other relevant data.

5.7 All appliances shall be fixed in a true workmanlike manner truly vertical and at correct locations.

8.0 INTERPRETING SPECIFICATIONS


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

140
LIST OF APPROVED MAKES – FOR FIRE FIGHTING WORKS

Sl. No Particulars Make / Agencies


1 Pipes (M S / G I ) Tata/Jindal (Hisar)/SAIL
2 Pipe Fittings Unique / RM / Kirti / Saint / VS
3 Gun metal valves Leader / Sant / Zoloto / HAWA
4 Single headed Hydrant valves (internal / Newage Bombay/Minimax/Superex
external), four-way Fire Brigade inlet &
shut off nozzle
5 Rubber Hose for hose reel JyotiPadmini / Bharat / Eversafe / Kesra/Sri(LPCB)
6 Sluice & non return valves Kirloskar / Kalpana /Sant / Audco
7 Pressure switch Indfoss / Switzer / System Sensor / Danfoss
8 Pressure Gauges Fiebig / H-Guru / Bell/Wika
9 Pump Mather & Platt / Kirloskar/ KSB / Xylem
10 Motor ABB / Siemens / Crompton Greaves / Kirloskar/ KSB
11 Mechanical Seal Durametallic / Sealol
12 Diesel Engine Cummins / Kirloskar / Ashok Leyland
(Note: Pump and motor shall be assembled at Pump Manufacturer’s works)
13 Enamel Painting of pipes etc Asian / Goodlas Nerolac /ICI / Berger
14 Paint Primer Asian / Jenson Nicholson / Berger
15 Fasteners. Hilti / Fischer
16 Weld Rods Advani / Mangalam / Esab
17 Ball Valves RB ( Italy ) / Bugatti / Zoloto / Audco.
18 Butterfly Valve C&R / Intervalve / Advance./ / Audco
19 RRL Hose / Hose Cabinet / Hose Pipe Newage Premier Bombay /Padmini /Eversafe
Indian Rayon (Jayashree) / Fire Marshal
20 Rubber Gaskets C I C / Varuna
21 Neulite Branch pipe Newage Bombay / Superex
22 Strainer Emerald / Grandprix / Leader/Hammer
23 Wafer type Non Return Valves C & R / Advance / Kirloskar / Audco
24 Sprinklers ( all types ) (including rosette Tyco / HD / Viking / Newage Bombay/ Eversafe/Getech
plate)
25 Installation Control Valve Tyco / HD /Viking./ CD
26 Passive Fire Protection Materials Promat / Hilti / 3M
27 First Aid Hose Drum Newage Bombay /Superex/Minimax
28 Flow Switch System Sensor / Switzer/Honeywell
29 Pipe fittings Unik / Saint / VS.
30 Sprinkler Hanger Supports Chilly / Hitech
31 Branch Pipe Newage Bombay / Minimax / Superex
32 Hume Pipe NP2.0Class (ISI Marked)
33 Power Cables/ PVC Insulated Wires Finolex /Havells/Polycab/LappKabel/KEI
34 M.S./G.I. Conduit (ISI marked) BEC / AKG /NIC
35 Contactors & Overload Relays/ Fuse Siemens /Schneider/ABB
Links/ SFUs
36 Voltmeter/Ammeter AE / IMP / Schneider/
37 CT/PT Transformer AE / Kappa / C & S.
38 Cable Trays Tolmega /Cablofil (Legrand)/ OBO BETTERMAN
PILCO/Stealways/ Slotco/Apex/ Indiana/Skytone
39 Indicating Lamps Siemens /Schneider/ ABB
40 Electrical Pump Panels Milestones/Tricolite/Adlec/Precision Control
System/Johns Electric Co. Pvt. Ltd. Jaipur/Shalabh/
Application Control/Expert Engineers/Engineer &
Engineers/RP Control/Pristine/BCH/Dynamic Elecpower
Pvt. Ltd./Bafna
41 MCB / MCCB / STARTERS SIEMENS / ABB / Schneider
42 Electrical Signages & Emergency Hochiki/Eaton/Prolite/Glowline/Autoglow
Lighting / Photoluminescent signages
43 Fire Extinguishers Minimax/ Ceasefire/ Safex

141
FIRE ALARM

142
SECTION -1
SPECIAL CONDITIONS FOR FIRE ALARM SYSTEM

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 - 2005 as amended up to
date.
d) CPWD General Specifications for Electrical works Part - II External - 2023 as amended up to
date.

1.2 The contractor shall carry out the work as per requirements, NBC-2016, CFO, Local body regulations
and scope of work whichever is stringent.

1.3 BUILDING CONSTRUCTION AND DRAWINGS

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

1.4 Payments terms:


Percentage of contract rates for the various items included in the contract shall be payable on pro-rata
basis as per Annexure attached.

1.5 Inspection and Testing:

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

1.5.2 All information, documents and tests as required by CFO and other local bodies and their final
approval for this installation shall have to be arranged by the contractor. All expenditure arising out of
inspections of CFO or Local body shall have to be borne by the contractor and the same shall not be
reimbursed by the department.

1.6 Completion Plan: Completion plan indicating the wiring layout, location of detectors, inventories &
manuals as per Technical specification shall be provided by the contractor after completion of work
and before payment of Final Bill.

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

143
ADDITIONAL CONDITIONS
A.1 SCOPE OF WORK

A.1.1 These specifications shall cover the Design, Supply, Erection, Testing, and Commissioning of
Intelligent Addressable Fire Detection system & PA system.

A.2. SCHEDULE OF REQUIREMENTS

A.2.1 It is the intent of this specification to define a state-of-art integrated addressable Fire Alarm System,
which is user friendly, modular, flexible and expandable. The system is to be designed, installed,
customised, tested, commissioned and supported by a local office or agent of the manufacturer by
Engineers skilled in providing functional and efficient solutions to the needs of the Engineer in charge.

A.2.2 The Vendor shall have an in-place support facility in Delhi/Rajasthan equipped with Competent
Support Staff, Spare Parts Inventory and all the necessary Test and Diagnostic Equipment to provide
support within 24 hours of any breakdowns.

A.2.3 The entire installation shall be in accordance with the requirements and stipulations of the Chief Fire
Officer and his office. In addition, it shall also be in accordance with the national and local electrical
codes and the Underwriters Laboratories standards.

A.2.4 All electronic equipment shall conform to the pertinent regulations governing radio frequency
electromagnetic interference and should be so labelled.

A.2.5 All system components and sub-systems are to be fault tolerant and provide satisfactory operation
without damage at + 10% of the rated voltage and at + 3 Hz variation in line frequency.

A.3. TECHNICAL DATA

A.3.1 The Tenderer shall submit comprehensive technical information for all the equipment and material
after the award of the work.

A.3.2 Technical catalogues and performance Tables/ Curves of all equipment and machines must be
submitted after the award of the work.

A.4. PERFORMANCE GUARANTEE AND TESTING

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

A.4.2 The Intelligent Addressable Fire Detection system PA system installation shall be designed and
guaranteed to perform as indicted in other parts of these specifications and drawings read in
conjunction with statutory requirements.

A.4.3 All equipment shall be tested at manufacturer's Works as per latest relevant BIS specifications or in
the absence of IS specification approved testing methods shall be followed and Test Certificates/
Reports submitted to the Engineer-in-charge. The contractor shall intimate in advance the probable
date of such tests to the Engineer-in-charge to enable their representatives to witness the tests if they
so desire. But under no circumstances shall this absolve the Contractor of his responsibility for
Performance of the Equipment or System.

A.4.4 In addition to the above, all equipment and systems shall be tested after installation as required by
various statutory authorities, certifying agencies and as required by various sections of these
specifications.

144
A.4.5 The Contractor shall take full responsibility for proper operation of the entire system including
debugging and proper calibration of each component and sub-system.

A.4.6 The Contractor shall leave necessary provisions required for fixing instruments, gauges, meters, etc.
for testing the installation even if these are not shown on the drawings. The Contractor at his own cost
shall arrange all such instruments, services etc. needed for the tests.

A.4.7 It is the sole responsibility of Contractor to obtain all the necessary approvals from the statutory
authorities, either prior to, during or after installation as required. All tests specified herein-after and
witnessed/ approved by Engineer-in-charge, may be deemed to be invalid at the option of Engineer-
in-charge, if the requisite, final and unconditional approvals from the concerned statutory authorities
are not obtained by the Contractor.

A.4.8 The Contractor shall intimate in writing to Engineer-in-charge as and when individual components of
the installation are ready for tests required for further progress of erection. All such tests shall be
carried out as per these specifications and/ or as directed by Engineer-in-charge and recorded in the
presence of Engineer-in-charge or his authorized representatives.

A.4.9 On completion of erection, the contractor shall thoroughly clean all the equipment, inspect and check
the entire installation for correctness and completeness and furnish a detailed report on all
components of the installation to Engineer-in-charge. The contractor shall also inspect and check the
services required by him and provided by other agencies employed by the Engineer-in-charge and
confirm the completeness and correctness of such services to the extent necessary.

A.4.10 The Contractor shall intimate in writing to Engineer-in-charge, the proposed date of initial startup.

A.4.11 The Contractor shall, on approval of Engineer-in-charge, proceed with necessary pre-commissioning
activities and tests and put the installation initial operation and start-up during which preliminary
adjustments and addressing shall be carried out.

A.4.12 Based on preliminary observations during the initial operation described above, necessary
modifications/ repairs/ replacements/ etc. if any shall be carried out by the Contractor to the entire
satisfaction of Engineer-in-charge. On successful completion of initial operation, the Contractor shall
proceed with trial runs.

A.4.13 Notwithstanding approval of tests or equipment or materials by Engineer-in-charge etc., up to the tests
in static state as described here-in above, the Contractor shall be required to perform site tests to
prove correctness of ratings and performance of equipment and materials supplied and installed by
him, in normal operating condition.

A.4.14. All equipment shall be capable of performing the duties specified in these specifications without
damage, distortion or failure of any component.

A.4.15. Individually, the performance of various equipments shall not be less than quoted ratings and
consumption of power shall not exceed the ratings quoted by the tenderer, when tested in normal
operating conditions. Otherwise the equipment / material is liable for rejection.

A.4.16. All test instruments shall be calibrated for accuracy prior to taking the performance tests.

A.4.17. Failing satisfactory performance of equipment and/ or overall installation after rectification etc. as
stated above, the Engineer– in-Charge, at his sole discretion, reserves the option of charging
liquidated damages for such non-performance or demand supply and installation of new installation all
at no extra cost to Engineer-in-Charge or demand for full refund of all "On Account" payments made
to the Contractor for that part of the work which has failed to perform, and the Contractor shall be
obliged to do so as directed by the Engineer-in-Charge.

A.5 INSTALLATION:

A.5.1 Installation shall be in accordance with the local and state codes, as shown on the drawings, and as
recommended by the equipment manufacturer.

A.5.2 All conduits, junction boxes, conduit supports and hangers shall be concealed in finished areas and
may be exposed in unfinished areas. Smoke detectors shall not be installed prior to the system

145
programming and test period. If construction is ongoing during this period, measures shall be taken to
protect smoke detectors from contamination and physical damage.

A.5.3 All wiring shall be properly supported and run in a neat and workmanship like manner. All wiring
exposed and in equipment rooms shall be parallel to or at right angles to the building structure. All
wiring within enclosures shall be neatly bundled and anchored to prevent obstruction to devices and
terminals.

A.5.4 The Contractor shall be responsible for all electrical installation required for a fully functional control
system and not shown on the electrical plans or required by the electrical specifications.

A.5.5 All fire detection and alarm system devices, control panels and remote enunciators shall be flush
mounted or surface mounted as per instructions of the Engineer-in-charge.

A.5.6 Manual call boxes shall be suitable for surface mounting or semi-flush mounting as shown on the
plans, and shall be installed at a height of not less than 1,000 mm, and not more than 1200 mm above
the finished floor level.

A.5.7 The service of a competent, factory-trained engineer or technician authorized by the manufacturer of
the fire alarm equipment shall be provided to technically supervise and participate during all of the
adjustments and tests for the system.

A.5.8 At the final inspection, an authorized representative of the manufacturer of the major equipments shall
demonstrate that the system functions properly in every respect.

A.6 DEMONSTRATION:

A.6.1 The Contractor shall completely check out, calibrate and test all connected hardware and software to
ensure that the system performs in accordance with the approved specifications and sequences of
operations submitted.

A.6.2 This demonstration shall consist of the following:


a) Display and demonstrate each type of data entry to show site-specific customizing capability.
b) Demonstrate parameter changes.
c) Demonstrate scan, update and alarm responsiveness.

A.7 MANUALS
The following manuals will be provided at the time of Handing over:

A.7.1 An Operator’s Manual shall contain graphic explanations of keyboard use for all operator functions
specified under Operator Training.

A.7.2 Computerized printouts of all data file layouts including all point processing assignments, terminal
relationships, scales and offsets, command alarm limits, program flowcharts, etc.

A.7.3 On completion of works "As Built drawings for completed installation” shall be prepared by the
Contractor and five (5) copies of the same will be supplied to the Engineer-in-Charge. In addition, Five
(5) sets of the followings shall be supplied to the Engineer-in-charge.
1) Operation Manuals,
2) Technical Literature for the various components of equipment,
3) Controls and Accessories installed,
4) Recommended Spares and Services Manuals

A.8 TRAINING & HANDING -OVER

A.8.1 All training by the Contractor shall utilize manuals and as-built documentation and the on-line help
utility.

A.8.2 Operator training shall include:


a. Sequence of Operation review
b. Sign ON - Sign OFF
c. Selection of all displays and reports
d. Commanding of points, keyboard
e. System initialization

146
f. Trouble shooting of sensors (determining bad sensors)
g. Password modification

A.8.3 Supervisor training shall include:


a. Password assignment / modification
b. Operator assignment/modification
c. Operator authority assignment/modification
d. Point disable/enable
e. Terminal and data segregation/modification

A.9 GUARANTEE

A.9.1 The contractor shall guarantee the entire Intelligent Addressable Fire Alarm system installation as per
specifications both for components and for system as a whole. All equipment shall be guaranteed for
two year from the date of Handing over of Installation against unsatisfactory performance or
breakdown due to defective design, manufacture and/or installation. The installation shall be covered
by the conditions that the whole installation or any part thereof found defective within one year from
the date of completion shall be replaced or repaired by the contractor free of charge as decided by the
Engineer-in-Charge.

A.9.2 The warranty shall cover the following: -


a) Quality, strength and performance of materials used.
b) Safe mechanical and electrical stress on all parts under all specified conditions of operation.
c) Satisfactory operation during the guarantee period.
d) Performance figures and other particulars as specified by the tenderer under Chapter – F.

A.9.3 Labour to trouble shoot, repair, reprogram or replace system components shall be furnished by the
contractor at no charge to the Engineer-in-charge during the guarantee period.

A.9.4 All corrective software modifications made during guarantee period shall be updated on all user
documentation.

A.10. MISCELLANEOUS:

A.10.1 The onus of incorporating the statutory requirements as per local rules and obtaining necessary
approval for the fire alarm systems shall rest fully with the Contractor.

A.10.2 All the Equipment Supplied and Installed by the Contractor shall have compatibility to be connected to
Standard Building Management System (BMS). Adequate Potential Free Contacts shall be provided
for sending/ receiving digital signals. The Contractor is required to co-ordinate with the BMS Vendor to
ensure that Fire alarm system effectively communicates with the BMS as per the strategy to be
decided by the Engineer-in-Charge.

A.10.3 The installation shall be carried out using new Equipment/ Materials complying with applicable
standards in a workmanship like manner. Engineer-in-charge reserves the right to reject any part of
installation having poor workmanship.

A.10.4 All minor Masonry, Carpentry and Civil works such as cutting / opening in Masonry Walls/ Internal
Partitions, Chasing on Walls, etc. and making good the same to match existing surface shall be done
by the Contractor. Nothing extra shall be paid on this account.

147
ADDRESSABLE FIRE ALARM SYSTEM
TECHNICAL SPECIFICATIONS
CHAPTER – A: SYSTEM DESCRIPTION
A.1 SCOPE OF WORK AND EXCLUSIONS
The work shall comprise of entire labour including supervision and all materials necessary to make a
complete installation to the entire satisfaction of the department. The term complete installation shall
mean, not only major items of equipment covered by these specifications, but also incidental sundry
components necessary for complete execution and satisfactory performance of the installation, with
all labour charges, whether or not these have been mentioned in detail in the tender documents. The
work shall include data entry, programming, start up test and demonstration, training of personnel for
maintenance and operation, submission of construction and installation drawings and wiring
diagrams, as built documents and system guarantee.

A.1.1 The Contractors’ scope of work will include all items of work as per these specifications, drawings,
terms and conditions of contract etc. and briefly described in schedule of quantities. This shall include,
but not be restricted to the following: -
a) Addressable Thermal Detectors + Multi criteria fire detectors
b) Addressable Photo-Electric cum Thermal Detector
c) Addressable Input Modules and Output Modules
d) Addressable Manual Call Points.
e) Microprocessor Based Intelligent Addressable Main Fire Alarm Control Panel for connecting
and monitoring the Fire Detectors and other devices.
f) Hooter-cum-Strobe
g) Two Tone Piezo Sounder (700 Hz. To 1200 Hz.).
h) Response Indicator at the location where Detector is out of sight.
i) Repeater Panel shall be provided at Security guard room or at any other location as decided
by Engineer-in-charge.
j) Providing suitable compatibility in the Main Fire Alarm Control Panel for the Public Address
System, audio Amplifiers, and speakers. (Wiring to be provided by other agencies.)
k) Providing suitable compatibility in the Main Fire Alarm Control Panel with the proposed
Building Automation System to be provided by other agencies, for AHU, staircase and shaft
pressurizing fans, lifts and Auto-dialer to Fire Brigade etc.
l) Electrical works, including Cabling, Earthing etc. for the installation.
m) All other works associated with above items as per specifications and conditions of contract
except those specifically excluded in Schedule of Quantities.

A.1.2 Unless otherwise indicated in Schedule of Quantities, the Contractor's scope of work will exclude only
the following items of work and services, which will be arranged by the Engineer-in-charge through
other contractors, if required.
a) Provisions of adequate AC, single/ three phase, 230/415 V, 50 HZ supply with earthing for Fire
Control Panels etc. as per drawings.
b) Fire Dampers to be activated by output Modules.
c) Other items specifically mentioned as excluded in the Schedule of Quantities.

A.2 GENERAL DESCRIPTION OF INTELLIGENT FIRE ALARM SYSTEM


The Proposed Fire Detection and Early Warning System consists of Addressable Detectors. All the
Addressable Detectors, Addressable Manual Call Points and the Addressable input, out put Modules
will be looped together and terminated onto an Intelligent Addressable Main Fire Alarm Control Panel.
The Fire alarm system consists of the following elements:

A.2.1 Addressable Photo-Electric cum Thermal Detectors for areas like Meeting Rooms, Cabins, Stores,
open Workstation areas and the areas above false ceiling AHU Rooms, Electric Rooms, Electrical
Shafts, Telecom Room, BMS Control Room, Fire Control Room, Pump Rooms, Transformer Rooms,
HT Panel Rooms and Lift Machine Rooms.

A.2.2 Addressable Thermal Detectors to detect unusual rate of rise of temperature for Kitchen and
Pantries.

A.2.3 Addressable Manual Call Points are proposed to be installed at each Fire Exit Staircase on each
floor.

148
A.2.4 Addressable Input Module shall be provided in suitable location for the purpose of providing location
address for flow switch.

A.2.5 Addressable Output Modules shall be provided in suitable location for the purpose of shutting off
Fire Dampers on detection of smoke within its zone and for increasing the speed of exhaust /
ventilation fans.

A.2.6 Entire Floor area of the building shall be divided into suitable number of loops.

A.2.7 Main Fire Alarm Control Panel: All the above Addressable Input Modules,

Addressable Output Modules, Addressable Manual Call Points and the

Addressable Detectors shall be connected to 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.2.8 Sounders/Hooter-cum-strobe shall be located on each floor and in the basement, 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.2.9 Power for Modules shall be provided from Main Fire Alarm Control panel.

A.2.10 Sounders, Battery Back-up, Power Transformers, Software, and Communication link shall be
provided.

A.2.11. The general scheme for spatial and logical disposition of the various elements of the system is as
follows:
a) Detectors to be located under the false ceiling and distributed in open work station areas such
that there is one detector in every 50 sq.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 exceeds 800mm 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 software shall activate the appropriate
Output Module program linked to the affected area.
g) The Output Module on being activated shall immediately shut off the fire dampers on the supply
and return duct of the particular AHU associated with it. Thus, airflow to the affected problem area
shall be immediately stopped.

149
CHAPTER B
LIST OF APPROVED MAKES OF EQUIPMENT AND MATERIALS
B.1 The equipment and materials to be used in the execution of this contract shall be selected from the
following list unless otherwise specifically agreed by Engineer-in-charge.

B.2 The successful contractor shall prepare a list of equipment and materials selected from the approved
list, proposed to be used by him for execution of the contract. Before placing orders on suppliers or
delivering the equipment and materials to site, the Contractor shall obtain approval from Engineer-in-
charge, whose decision shall be final and binding on the Contractor.

B.3 Any equipment of material not specified under here but required for execution of the work shall be as
per Technical Specification, of best quality, preferably with ISI approval and from a reputed
manufacturer for which the prior approval of the Engineer-in-Charge is required.

S. No. Item Description Manufacturer


1. Intelligent Addressable Optical Smoke NOTIFIER / BOSCH /GAMEWELL / Fenwell
Detectors
2. Intelligent Addressable Thermal NOTIFIER / BOSCH /GAMEWELL / Fenwell
Detectors
3. Intelligent Addressable Multi Criteria NOTIFIER / BOSCH /GAMEWELL / Fenwell
Photo Electric Smoke cum Heat
Detectors
4. Addressable Manual call Box. NOTIFIER / BOSCH /GAMEWELL / Fenwell
5. Duct Casting Unit NOTIFIER / BOSCH /GAMEWELL / Fenwell

6. Intelligent Addressable Main Fire NOTIFIER / BOSCH /GAMEWELL / Fenwell


Alarm Control Panel with battery
charger and Repeater Panels
7. Addressable Input Module NOTIFIER / BOSCH /GAMEWELL / Fenwell

8. Addressable Output Module NOTIFIER / BOSCH /GAMEWELL / Fenwell


9. Addressable Photo electric Smoke NOTIFIER / BOSCH /GAMEWELL / Fenwell
Detectors with Sound Base
10. Addressable Fault Isolator NOTIFIER / BOSCH /GAMEWELL/ Fenwell

11. Two (2) Tone Piezo Sounder (700 Hz Baliga / Monsher


to 1200 Hz.)
12. Fire survival cable LAPP KABEL / PIRELLI / BELDEN / RAMCRO/
DRAKA
13. Manual Fire Alarm Panel / MCP / Agni / ASES / Ravel / Notofire / Honeywell
Hooter / Sounder

150
CHAPTER – C -: EQUIPMENT AND MATERIALS
C.1.1 MAIN FIRE ALARM CONTROL PANEL:

C.1.1.1 The Main Fire Alarm Control Panel shall contain a microprocessor based Central Processing Unit
(CPU). The CPU shall communicate with and control the following types of equipment used to make
up the system: analog addressable smoke and thermal (heat) detectors, addressable modules,
printer, annunciators, and other system-controlled devices.

C.1.1.2 The system shall include eight or more loops (Each loop accessing minimum 250 addressable
devices) or system having lesser loop capacity needs to increase the no of loops accordingly and
supply the same in the same cost.

C.1.1.3 The microprocessor shall be a state-of-the-art, high speed, at least 32-bit device and it shall
communicate with, monitor and control all external interfaces. It shall include an EPROM for system
program storage, non-volatile memory for building-specific program storage, and a "watch dog" timer
circuit to detect and report microprocessor failure.

C.1.1.4 The microprocessor shall contain and execute all control-by-event programs for specific action to be
taken if an alarm condition is detected by the system. Control-by-event equations shall be held in non-
volatile programmable memory, and shall not be lost even if system primary and secondary power
failure occurs.

C.1.1.5 The microprocessor shall also provide a real-time clock for time annotation of system displays, printer,
and history file. The time-of-day and date shall not be lost if system primary and secondary power
supplies fail.

C.1.1.6 The Main Fire Alarm Control Panel display shall provide all the controls and indicators used by the
system operator and may also be used to program all system operational parameters.

C.1.1.7 The display shall include MINIMUM 320-character backlit alphanumeric Liquid Crystal Display (LCD).
It shall also provide Light-Emitting-Diodes (LEDs), that indicate the status of the following system
parameters:
 AC POWER,
 FIRE ALARM,
 PREALARM WARNING,
 LOW BATTERY,
 SUPERVISORY SIGNAL,
 SYSTEM TROUBLE,
 DISABLED POINTS,
 ALARM SILENCED.

C.1.2.8 The Main fire alarm control panel shall include a full featured operator interface control and
annunciation panel that shall include as part of the standard system a backlit Liquid Crystal Display
(LCD), individual color-coded system status LEDs, and an alphanumeric keypad for entry of any
alphabetic or numeric information, for field programming and control of the fire alarm system.
Minimum two different password levels shall be provided to prevent unauthorized system control or
programming.

C.1.1.9 All programming or editing of the existing program in the system shall be achieved without special
equipment and without interrupting the alarm monitoring functions of the fire alarm control panel. The
system shall be fully programmable, configurable, and expandable in the field without the need for
special tools, PROM programmers or PC based programmers.

C.1.1.10 The main power supply shall continuously monitor all field wires for earth ground conditions, and
shall have the following LED indicators:
 Ground Fault LED
 Battery Fail LED
 AC Power Fail LED

C.1.1.11 The main power supply shall operate on 230 VAC, 50 Hz, and shall provide all necessary power for
the Main Fire Alarm Control Panel. It shall be provided with SMF Battery for 24 hours along with
charger for stand-by supply with a provision to indicate battery voltage and charging current. It shall
provide very low frequency sweep earth fault detect current capable of detecting earth fault on

151
sensitive addressable module. It shall be power limiting using positive temperature coefficient (PTC)
resistor.

C.1.1.12 The Main fire alarm control panel shall receive analog information from all addressable detectors to
be processed to determine whether normal, alarm, pre-alarm, or trouble conditions exist for each
detector. The software shall automatically maintain the detector's desired sensitivity level by adjusting
for the effects of environmental factors, including the accumulation of dust in each detector. The
analog information shall also be used for automatic detector testing and for the automatic
determination of detector maintenance requirements.

C.1.1.13 To eliminate nuisance alarms each smoke detector shall be provided with alarm verification with
field-adjustable time from 0 to 55 seconds. Only a verified alarm shall initiate the alarm sequence for
the zone.

C.1.1.14 Maintenance alert shall be provided with two levels to warn of excessive smoke detector dirt or dust
accumulation.

C.1.1.15 A means shall be provided for adjusting the sensitivity of any or all Analog Addressable detectors in
the system from the system keypad.

C.1.1.16 Day/Night Adjustment of detector sensitivity shall be possible.

C.1.1.17 Any addressable device or conventional circuit in the system may be enabled or disabled.

C.1.1.18 Upon command from an operator of the system, a status report will be generated and printed, listing
all system status. The system shall be able to display or print the following point status diagnostic
functions:
a. Device status
b. Device type
c. Custom device label
d. View analog detector values
e. Device zone assignments
f. All program parameters

The printer shall provide hard-copy printout of all changes in status of the system and shall time-
stamp such printouts with the current time-of-day and date. The printer shall be enclosed in a
separate cabinet suitable for placement on a desktop or table. The printer shall communicate with the
control panel using an interface. Power to the printer shall be 230 VAC @ 50 Hz.

C.1.1.19 The fire alarm control panel shall contain a history buffer that will be capable of storing up to 2500
events. Each of this activation will be stored and time and date stamped with the actual time of the
activation. The contents of the history buffer may be manually reviewed, one event at a time, or
printed in its entirety. The history buffer shall use non-volatile memory.

C.1.1.20 The system shall include one serial EIA-232/ Centronics Parallel interfaces. Each interface shall be a
means of connecting multiple printers, CRT monitors and other similar peripherals.

C.1.1.21 Smoke Detectors (Photo-Electric) and Heat Detectors shall be located as shown in the drawings.
Loop communications and processing scheme shall assure that in a fully loaded loop, alarms will be
detected in no more than 750 milliseconds.

C.1.1.22 Output module shall provide auxiliary relay circuits rated at minimum 5 amperes, 28 VDC. An
expansion circuit board shall allow expansion to eight relays per module.

C.1.1.23 The control panel shall be housed in a cabinet suitable for surface or semi-flush mounting. The
cabinet and front shall be corrosion protected, given a rust-resistant prime coat, and manufacturer’s
standard finish.

C.1.1.24 The door shall provide a key lock and shall include a glass or other transparent opening for viewing
of all indicators. The control panel shall be modular in structure for ease of installation, maintenance &
future expansion

C.1.1.25 When a fire alarm condition is detected and reported by one of the system initiating devices, the
following functions shall immediately occur:

152
 The system alarm LED on the Main fire alarm control panel shall flash.
 A local piezo electric signal in the Main fire alarm control panel shall sound.
 A backlit 320-character LCD display on the Main fire alarm control panel shall indicate all
information associated with the fire alarm condition, including the type of alarm point and its
location within the protected premises.
 Printing on the Main fire alarm control panel and history storage equipment shall log the
information associate each new fire alarm control panel condition, along with time and date of
occurrence.
 All system output programs assigned via control-by-event interlock programming to be activated
by the particular point in alarm shall be executed, and the associated system outputs (alarm
notification appliances and/or relays) shall be activated.
 AHU dampers on that floor shall be closed and basement staircase pressurization fans will be put
on to double speed.

C.1.1.26 The following Operator Control shall be provided:


 Acknowledge Switch: Activation of the control panel acknowledge switch in response to a single
new alarm and/or trouble condition shall silence the local panel piezo electric signal and change
the system alarm or trouble LED from flashing mode to steady-ON mode. If additional alarm or
trouble conditions exist or are detected and reported in the system, depression of this switch shall
acknowledge and/or advance the 80-character LCD display to the nest alarm or trouble condition.
 Alarm Silence Switch: Activation of the alarm silence switch shall cause all notification
appliances and relays, which are programmed to de so to return to the normal condition after an
alarm condition. The selection of notification circuits and relays that are silence able by this switch
shall be fully programmable within the confines of all applicable standards.
 Alarm Activate (Drill) Switch: Activation of system drill switch shall initiate an automatic test of
all analog/addressable detectors in the system. The system test shall activate the electronics in
each analog/addressable sensor, simulating an alarm condition and causing the transmission of
the alarm condition from that sensor to the Main fire alarm control panel. The Main fire alarm
control panel shall interpret the data from each sensor installed in the system. A report
summarizing the results of this test shall be displayed automatically on the control panels LCD
display, CRT and printer. This report shall display the number of detectors tested per SLC/Loop,
the total number tested in the system, any detector that failed, or an all “Tested OK” message.
Time/Date stamp of when the test was performed shall also be included in the report.
 System Reset Switch: Activation of the system reset switch shall cause all electronically-latched
initiating devices, appliances or software zone, as well as all associated output devices and
circuits, to return to their normal condition. If the alarm conditions still exist, or if they reoccur in
the system after system reset switch activation, the system shall then respond the alarm
condition.
 Lamp Test: Activation of the lamp test switch shall sequentially turn on all LED indicators, LCD
display and local piezo electric signal, and then automatically return the fire alarm panel to the
previous condition.

C.1.1.27 An alarm from a water flow detection device shall activate the appropriate alarm message on the
320-character display, turn on all programmed notification appliance circuits and shall not be affected
by the signal silence switch.

C.1.1.28 Main fire alarm control panel shall be capable of mapping diagnostics with the diagnostic codes so
that the alphanumeric description of the same shall be displayed on the Fire Display Panel.

C.1.1.29 The Response Time for each loop shall not exceed 750 milli-seconds.

C.1.2 REPEATER PANEL

C.1.2.1 The panel should have 320-character Liquid Crystal Display with backlit control.

C.1.2.2 It should have on board input, output and status indicators to support diagnostics.

C.1.2.3 It Should be provided with keypads or touch screen.

C.1.2.4 It should be provided with the features of display and control center participation/indication

C.1.2.5 There should be proper cabinet to house the above devices.

153
154
C.2. ADDRESSABLE DEVICES

C.2.1 General

C.2.1.1 Addressable Detectors Shall be of Optical, Photoelectric type, Multi criteria, Photoelectric cum Heat
Type and Thermal type.

C.2.1.2 The Detectors shall be Intelligent Addressable and shall connect with two wires to the Main fire alarm
control panel Signaling Line Circuit (SLC) loops.

C.2.1.3 Detectors will operate in intelligent fashion, where the detector simply measures its designed
environment variable and transmits a value to the Main fire alarm control panel based on real-time
measured values. The Main fire alarm control panel software, not the detector, shall make the
alarm/normal decision, thereby allowing the sensitivity of each detector to be set in the Main fire alarm
control panel program and allowing the system operator to view the current value of each detector.

C.2.1.4 The Detectors above false ceiling shall be ceiling-mounted and mount to a single suitable
square/round M.S. box fixed direct on the ceiling and detectors below false ceiling shall have
anchoring arrangement of the base with the false ceiling with use of a round / square 16 gauge M.S.
plate mounted above false ceiling to which the base shall be screwed and shall have a twist-lock
removable base and insect-resistant screen for field cleaning.

C.2.1.5 The Detectors shall be Compact of a Stylish Design and shall have built-in tamper-resistant feature.

C.2.1.6 The detectors shall provide auto address setting.

C.2.1.7 Detectors shall also store an internal identifying type code that the control panel shall use to identify
the type of device (PHOTO, THERMAL, PHOTO cum THERMAL, Multi criteria).

C.2.1.8 The detectors shall be provided with a LED. The LED will flash under normal conditions, indicating
that the detector is operational and in regular communication with the control panel. The LED shall be
placed into steady illumination by the control panel, indicating that an alarm condition has been
detected. It shall also be possible to connect an external remote alarm LED if required.

C.2.1.9 Detectors shall have a plug-in wiring connector for ease of installation and serviceability. Easy wiring
using terminal block shall be provided to enable removing the detector without loss of power to the
remaining loop.

C.2.1.10 Detectors will provide a means to test whereby they will simulate an alarm condition and report that
condition to the control panel. Such a test may be initiated at the detector itself, by activating a
magnetic switch, or may be activated remotely on command from the Control Panel.

C.2.1.11 The detectors shall have fully coated circuit boards, RF/transient protection circuits and shall
withstands air velocities exceeding 1,500 feet-per-minute without triggering false alarm.

C.2.2 INTELLIGENT ADDRESSABLE PHOTO-ELECTRIC SMOKE DETECTORS

C.2.2.1 The Intelligent addressable Photo-Electric smoke detectors shall use the Photo-Electric (light-
scattering) principal to measure smoke density and shall, on command from the control panel, send
data to the panel representing the level of smoke density. The sensors shall be monitored
continuously to measure any change in their sensitivity because of the environment (dirt, smoke,
temperature, humidity, etc.). The sensor shall provide advanced indication of the analogue value of
the level of smoke density to the panel that maintenance is required thus reducing the maintenance
required to inspect routinely all sensors, in order to ensure normal operation.

C.2.3 ADDRESSABLE THERMAL DETECTORS


The addressable Thermal sensor shall have low profile and operate on the combination of “rate of
rise” and “fixed” temperature principles with fixed temperature set point at 135F (58C) & have a rate-
of-rise element rated at 15F(9.4C) per minute. It shall connect via 2 wires to the fire alarm control
panel signaling line circuit.

155
C.2.4 INTELLIGENT ADDRESSABLE PHOTO-ELECTRIC CUM HEAT DETECTORS
The intelligent addressable photo-electric cum Heat detector shall use both photo-electric (light
scattering) principle as well as on thermal sensing by combination of rate of rise and fixed
temperature.

C.2.5 ADDRESSABLE INPUT MODULE

C.2.5.1 The addressable input module shall allow the connection of simple contacts to an addressable
detection line of the control panel. No separate power supply shall be required. The addressable
monitor module shall represent one address on the control panel.

C.2.6 ADDRESSABLE OUTPUT MODULE

C.2.6.1 Addressable output Modules shall be provided to allow a compatible Main fire alarm control panel to
switch discrete contacts by code command. The Module shall mount in a standard electrical box or to
a surface mounted back box. The Module shall provide two isolated sets of Form-C contacts for fan
shutdown and other auxiliary control functions.

C.2.6.2 The Module contact ratings shall support up to 1 Amp/30 VDC of Inductive load or 2Amps/30VDC
(coded) of Resistive load (up to 3 Amps in non-coded applications). The relay coil shall be
magnetically latched to reduce wiring connection requirements and to ensure that 100% of all
auxiliary relays or may be energized at the same time on the same pair of wires.

C.2.6.3 The Module shall provide address-setting and shall also store an internal identifying code that the
Main fire alarm control panel shall use to identify the type of device. An LED shall be provided that
shall flash under normal conditions, indicating that the Module is operational and is in regular
communication with the control panel.

C.2.6.4 A magnetic test switch shall be provided to test the module without opening or shorting its internal
circuit wiring.

C.2.6.5 The interface unit shall be suitable for connecting normally open (N.O.) alarm initiating devices such
as pressure switch, flow switch, level switch, potential free contacts etc in the addressable loop.

C.2.6.6 The interface unit shall be a sealed electronic unit with individual address. It shall be housed in a
metallic/ high impact plastic enclosure and suitable for indoor/outdoor installation.

C.2.6.7 The operating voltage shall be 20 volts to 28 volts D.C

C.2.7 ADDRESSABLE MANUAL CALL POINT:

C.2.7.1 The manual Call Box units shall be addressable type and suitable to connect with two wires to the
Main fire alarm control panel, Signaling Line Circuit (SLC) loops.

C.2.7.2 These Units shall be designed for semi-flush mounting.

C.2.7.3 The Units shall be either with Push or Pulling Lever to activate the unit or with Pulling lever and
breakable glass rods such that the front glass rod is broken on pulling the lever to activate the unit.

C.2.7.4 Manual Call points shall be connected with two wires to one of the control panel SLC loops. The
Manual Station shall, on command from the control panel, send data to the panel representing the
state of the manual switch.

C.2.7.5 Manual call points shall be addressable and identifiable by the master fire alarm control panel;
Address assignments shall be set electronically and reside within the station in non-volatile memory.

C.2.7.6 It shall be of pleasant streamlined and flat appearance permitting its use as flush, surface mounted or
semi flush mounting.

C.2.7.7 It shall have a built-in LED lighting up automatically to confirm its actuation.

C.2.7.8 Operating instructions must be clearly marked in the Manual call Point.

C.2.7.9 All Manual Call stations shall be furnished with a spare glass rod.

156
C.3 OTHER DEVICES:

C.3.1 FAULT ISOLATOR MODULE

C.3.1.1 Fault Isolator Modules shall be provided to automatically isolate wire-to-wire short circuits on an SLC
loop. The Isolator Module shall limit the number of modules or detectors that may be rendered
inoperative by a short circuit fault on the SLC Loop. At least one isolator module shall be provided
after group of 10-20 detectors.

C.3.1.2 If a wire-to-wire short occurs, the Isolator Module shall automatically open-circuit (disconnect) the
SLC loop. When the short circuit condition is corrected, the Isolator Module shall automatically
reconnect the isolated section of the SLC loop.

C.3.1.3 The Fault isolator module shall be an automatic switch and shall open when the line voltage drops
below 4 volts.

C.3.1.4 The Fault Isolator Module shall not require any address setting, and its operations shall be totally
automatic. It shall not be necessary to replace or reset an Isolator Module after its normal operation.

C.3.1.5 The Fault Isolator Module shall mount in a standard electrical box or in a surface mounted back box. It
shall provide a single LED that shall flash to indicate that the Isolator is operational and shall
illuminate steadily to indicate that a short circuit condition has been detected and isolated.

C.3.2 RESPONSE INDICATOR

C.2.2.1 The response indicator shall provide a remote indication for any addressable detector installed above
the false ceiling.

C.2.2.2 The response indicator shall be driven directly from its associated local detector.

C.2.2.3 The connection to the response indicator shall be monitored for open and short circuits.

C.2.2.4 Each Response indicator shall be looped with 3 to 5 detectors above the false ceiling.

C.4 BATTERIES:

C.4.1 The battery shall have sufficient capacity to power the fire alarm system for not less than 24 hours
upon a normal AC power failure.

C.4.2 Battery Capacity Calculation shall be submitted to Engineer – in charge for their approval.

C.4.3 The batteries are to be completely maintenance free. No liquids are required to replenish.

C.5 ELECTRONIC HOOTERS:

C.5.1 ADDRESSABLE TYPE TWO TONE PIEZO SOUNDERS:

C.5.1.1. The dual tone electronic sounder provided shall be such that it gives discontinuous /intermittent
audible alarm automatically whenever automatic /manual detector operates and is distinct from the
background noise in every part of the premises.

C.5.1.2 The mode of the alarm sounders shall be quite distinct from any other sounder to be heard.
All hooters shall produce a similar sound and shall maintain the same during their operation. Hooter
shall be complete with electronic oscillations, magnetic coil (sound coil) and accessories, ready for
mounting (fixing) and confirming to IS: 2189 – 1999.

D. LIST OF STANDARDS AND CODES APPLICABLE


The Fire Alarm system shall comply with latest requirements of NFPA standard No. 72 / EN Standard
for protected premises signaling system, Indian Standards IS 2189, IS 2175, IS 11360 and local
Statutory Regulations. The system shall be as per above IS standards but not limited to it.
The specifications and standards listed below form a part of this specification. The system shall fully
comply with the latest issue of these standards, if applicable.

157
158
A. Underwriters Laboratories Inc. (UL) - USA:
a. No. 268 Smoke Detectors for Fire Protective Signaling Systems
b. No. 864 Control Units for Fire Protective Signaling Systems
c. No. 268A Smoke Detectors for Duct Applications
d. No. 521 Heat Detectors for Fire Protective Signaling Systems
e. No. 464 Audible Signaling Appliances
f. No. 38 Manually Actuated Signaling Boxes
g. No. 346 Water flow Indicators for Fire Protective Signaling Systems
h. No. 1076 Control Units for Burglar Alarm Proprietary Protective
i. No. 50 Cabinets and Boxes

B. Signaling Systems
a. No. 1971 Visual Notification Appliances

C. Local and State Building Codes.


a. All requirements of the Authority Having Jurisdiction (AHJ).

159
Solar Photovoltaic
Power Plant

160
TECHNICAL SPECIFICATIONS – SOLAR PV
1. GENERAL SCHEME & SCOPE

1.1 This document contains the requirement of Solar Photo Voltaic (SPV) power supply Grid Tied System
for general light load. The light loads are to be used for illumination of the office/room/commercial
place inside the campus. Suitable size of solar photovoltaic system is to be installed at each location
and has to be feed the electric load of all the office/room/commercial place light load at that location.
The power conditioning unit (PCU) shall be Grid Tied, i.e. with a priority for use of Solar power for light
load and if the solar power becomes inadequate due to sun outage or the fault in solar generation
system then Main/grid supply shall be used for light load.

1.2 Terrace of building is available at each location and the same shall be used for Installation ofthe solar
modules/arrays. The PCU shall be installed inside the Building as per the availability of space in the
building/terrace.

1.3 The scope of work include designing and providing suitable size of Grid Tied solar power system,
PCU (power conditioning unit), all measuring devices, indication devices, protection Devices switching
devices with all necessary wiring, cabling mounting structure on terrace of building and any other item
needed for proper functioning and protection of system from external/internal causes & from all kind of
surges etc. the system be designed with sound engineering and state of the art manner.

2. DEFINITION
A Grid Connected Solar Rooftop Photo Voltaic (SPV) power plant consists of SPV array, Module
Mounting Structure, Inverter/Power Conditioning Unit (PCU) consisting of Maximum Power Point
Tracker (MPPT), and Controls & Protections, interconnect cables and switches. PV Array is mounted
on a suitable structure. Grid connected SPV power plant is without battery and should be designed
with necessary features to supplement the grid power during day time. Components and parts used
in the SPV power plants including the PV modules, metallic structures, cables, DCDB, ACDB,
junction box, switches, inverters/PCUs etc., should conform to the BIS or IEC or international
specifications, wherever such specifications are available and applicable.

3. GRID TIED SPV POWER SUPPLY SYSTEM:


Grid tie solar inverters are suited for outdoor use and the ideal solution for small commercial building
rooftop and other application. The inverters provide a wide maximum point power tracking (MPPT)
voltage range on EU efficiency of 97%.

4. SITE LAYOUT DESIGN:


The contractor will submit his layout design for SPV module including its structure details to Engineer
in charge for approval prior before start of work. The contractor should visit the site before quoting the
tender to have idea of the site related preparation to be included in their offer.

5. (A) SPV MODULE/ARRAY:


Solar Photo Voltaic Generating Sources: SPV generating sources constituted of following building
blocks:
SPV Module: SPV Module is the basic building block of the SPV power supply, which consists of a
number of Solar cells (a Semiconductor Devices which when exposed to sunlight produces DC
electricity) connected in series and hermetically sealed with a toughened and highly transparent front
glass cover. These modules are connected in series and parallel to get the desired power and
voltage. The Rated DC current of One module shall be 535 Wp or higher.

SPV Panel: SPV Modules of same rating are connected in series to form a SPV panel to get the
desired voltage.

SPV Array: A number of panels are connected in parallel to get the desired power. This Whole
combination is called an array. The SPV array is so designed that, it provides simultaneously meets
the load demand, when sufficient Sunshine is available.

Design Features: The mechanical design and construction of SPV modules, panels and mounting
structure shall be inherently robust and rigid under all conditions of operation, adjustment, storage and
transport. Sharp edges shall be avoided.

161
B) SOLAR PHOTOVOLTAIC MODULES:
(i) The efficiency of the PV modules should be minimum 20.99%.
(ii) Test Certificate issued by one of the IEC authorized test centers.
(iii) Modules of any type mono/poly crystalline film can be used
(iv) The module type must be qualified as per IEC 61215 latest edition. Modules must qualify to IEC
61730 Part I and II for construction and safety qualification testing. Certificate for module
qualification from IEC or equivalent to be submitted as part of the bid offer.
(v) The total solar PV array capacity should not be less than allocated capacity (kWp) and should
comprise of solar crystalline modules of minimum 535 Wp and above wattage. Module capacity
less than 535 watts shall not be accepted.
(vi) Protective devices against surges at the PV module shall be provided. Low voltage drop bypass
diodes shall be provided.
(vii) The module frame shall be made of corrosion resistant materials having anodized aluminum or
as per manufacturer standard.
(viii) The bidder shall carefully design & accommodate requisite numbers of the modules to achieve
the rated power.
(ix) Other general requirement for the PV modules and subsystems shall be the Following:
a) The rated output power of any supplied module shall have tolerance of ± 3%.
b) The peak-power point voltage and the peak-power point current of any supplied module
and/or any module string (series connected modules) shall not vary by more than 2 (two) per
cent from the respective arithmetic means for all modules and/or for all module strings, as the
case may be.
c) The module shall be provided with a junction box with weather proof lid of sealed type and IP-
65 rated.
(x) Warranties: The PV Modules must be warranted for output wattage, which should not be less
than 90% at the end of 10 years and not less than 80% at the end of 25 years.

6. SPV MODULES
a. SPV Modules to be supplied should have minimum declared output of 535Wp or higher. Number
of Modules to be supplied shall be worked out accordingly. Test reports of the modules should be
submitted with the technical bid.
b. Stabilized output of the Solar PV Array for the Power Plant should not be less than Calculated
Kwp under standard Test Condition. Modules for Power Plant shall be made of poly or mono-
crystalline Silicon Solar cells.
c. Peak power point voltage and the peak power point current of any supplied module and/or any
module string (series connected module) shall not be more than 3% from the respective
arithmetic means for all modules and/or for all module strings, as the case may be.
d. Except otherwise specified, the front module surface shall consist of impact resistant, low iron
and high transmission glass.
e. The module frame shall be made of aluminum or corrosion resistant material, which shall be
electrically compatible with the structural material used for mounting the modules.

6a. SOLAR PV MODULE (ELECTRICAL FEATURES)


i) Crystalline high power cells shall be used in the Solar Photovoltaic module. Solar Module shall
be laminated using laminating technology using established polymer (EVA) and Tedlar /Polyester
laminate. The solar modules shall have suitable encapsulation and sealing arrangement to
protect the silicon cells from the environment. The arrangement and the material of encapsulation
shall be compatible with thermal expansion properties of the Silicon cells of the module framing
arrangement/ material. The encapsulation arrangement shall ensure complete moisture proofing
during life of solar modules.
ii) SPV Module conversion efficiency should be equal &greater than 20.99% Module shall be made
of high transmissivity glass front surface giving high encapsulation gain.
iii) All materials used shall be having a proven history of reliable and stable operation in external
outdoor/indoor applications
iv) Module rating is considered under standard test conditions, however Solar modules shall be
deigned to operated and perform in relative humidity up to 100% with temperature between-
10Deg C and +85 Deg C and with stand guts up to 150Km/h from back side of the panel.
v) Sample modules and production processes employed in the manufacture of the offered module
shall be in accordance with the requirement of IEC 61730 with appropriate certificate.

162
7. SOLAR PV MODULE (MECHNICAL FEATURES)
Solar PV module design shall conform to following Mechanical requirement
 Toughened, low iron content,
 High transmissivity front glass.
 Anodized Aluminum Frame.
 Ethyl vinyl Acetate (EVA) encapsulant.
 Silicon edge sealant around laminate.
 Tedlar / Polyester trilaminate back surface
 Weatherproof DC rated MC connections easier and secure, not allowing for any loose
connections Resistant to water, abrasion, hail impact, humidity & other environment factor for the
worst situation at site.

8. JUNCTION BOXES (JBs):


a) The junction boxes are to be provided in the PV array for termination of connecting cables. The J.
Boxes (JBs) shall be made of GRP/FRP/Powder Coated Aluminum /cast aluminum alloy with full
dust, water & vermin proof arrangement. All wires/cables must be terminated through cable lugs.
The JBs shall be such that input & output termination can be made through suitable cable glands.
b) Copper bus bars/terminal blocks should be housed in the junction box with suitable termination
threads Conforming to IP65 standard and IEC 62208. Hinged door should be used with EPDM
rubber gasket to prevent water entry.
c) Each Junction Box shall have High quality Suitable capacity Metal Oxide Varistors (MOVs) /
surge arrestors and suitable Reverse Blocking Diodes etc. The Junction Boxes shall have
suitable arrangement for monitoring and disconnection for each of the groups.

9. PV ARRAY CONFIGURATION
i) The Solar array shall be configured in multiple No. of sub- arrays, providing optimum DC power.
The bidder shall submit their own design indicating configuration of PCU and respective sub
arrays.
ii) The PV modules should be mounted on aluminum structures GI/ MS powder coated of adequate
strength and appropriate design, which can withstand load of modules and high wind velocities
up to 150 km per hour.
iii) The array structure shall be so designed that it will occupy minimum space without sacrificing the
output from the SPV panels
iv) Regarding civil structures the bidder needs to take care of the load bearing capacity of the roof
and to arrange suitable structures based on the quality of roof. The total load of the structure
(when installed with PV modules) on the terrace should be less than 60 kg/m 2. Suitable civil work
for installation of the structure is to be done by the supplier. Civil Structure should be Neat &
Clean, with proper alignment and round in shape with emphasis on proper grouting and there
should not be leakage, seepage in roof after installation of plant.

10. MODULE MOUNTING STRUCTURE


The mounting structure would be designed to sustain wind loading of up to 150Kmph and shall be
protected by using Eco friendly anticorrosion on structure. The entire structure including array will be
earthed to an independent pit with redundant paths. Mounting Structures with fixed/adjustable tilt has
been proposed. The Hardware shall be made of SS material or as per manufacturer standard.
a) The structure design shall be appropriate and innovative and must follow the existing structure
and profile
b) Design drawing with material selected shall be submitted for prior approval of engineer in-charge.
c) The structure shall be designed to allow easy replacement of any module.
d) The structure shall be designed for simple mechanical and electrical installation. It shall support
SPV module at a given orientation, absorb and transfer the mechanical loads to the roof properly.
e) The array structure shall be so designed that it will occupy minimum space without sacrificing the
output from SPV panels at the same time.
f) Nut & bolts supporting structure including module Mounting Structures shall have to be
adequately protected with atmosphere and weather prevailing in the area; Nut bolts should be
especially in SS material.
g) The bidder/manufacturer shall specify installation details of the PV modules and the support
structures with appropriate diagrams and drawings.
h) The drawings along with detailed design shall be submitted in four sets to the engineer- in-
charge for approval before starting the execution of work. The work will be carried out as per
designs approved by the engineer in-charge.

163
11. POWER CONDITIONING UNIT (PCU)
Power Conditioning Unit (PCU) is critical equipment in Grid Connect SPV Power Plant. This
equipment converts DC power generated by SPV array, into single phase/three phase medium
voltage AC to be connected to Grid. It also provides necessary protections for Grid Synchronization
and Data Logging/Monitoring. The DC energy, thus produced has to be utilized to maximum and
supplied to the DC bus for inverting to AC voltage with the help of Power Conditioning Unit using its
MPPT (The efficiency of MPPT shall not be less than 97% & shall be designed to meet the Solar PV
Array capacity control) to extract maximum energy from solar array and provides 415V AC, 3-ph 50Hz
to synchronize with local grid.
a. The PCU shall have protection features such as, over current, short circuit, over temperature to
name a few.
b. The PCU shall be of very high quality having high efficiency (=\>97%) and shall be capable of
running in isolated mode.
c. The PCU should be designed to be completely compatible with the SPV array voltage and grid
supply voltage.
d. The PCU should be designed for continuous, reliable power supply as per specifications.
e. The PCU shall have internal protection arrangement against any sustained fault.
f. The dimension, weight, foundation details etc. of the PCU shall be clearly indicated in the
detailed technical specification.
g. It should have user friendly LCD display for programming and view on line parameters such as
DC power input, DC input voltage, DC current, AC power output, AC voltage and AC current and
Power factor.
h. The PCU shall have arrangement for adjusting DC input current and should trip against
sustainable fault downstream and shall not start till the fault is rectified.

The Grid connect PCU shall be sourced from internationally reputed firms, which will incorporate
latest Technological advances to provide highly reliable and efficient energy conversion from DC to
AC. The PCU incorporates a new system design which uses multiple power stacks which work in
tandem. The PCU should be Single phase static solid state type power conditioning units/string
invertors suitability connected & synchronized to give three phase supply output. Both AC & DC lines
shall have suitable fuses/MCBs and contactors to allow safe start up and shut down of the system.
Fuses/MCBs used in the DC circuit should be DC rated. The PCU shall have provision for input and
output isolation. Each solid-state electronic device shall have to be protected to ensure long life of the
inverter as well as smooth functioning of the inverter.

AC side
Nominal AC power As per Manufacturer design
Output AC Voltage 415V with a variation + 10% at nominal voltage
Frequency 50 c/s (Hz) + 2.5%
Total Harmonic Distortion <3%
Under frequency protection Yes
Under Voltage Protection Yes

DC Side:
PV Power As per Manufacturer design
Maximum DC Voltage As per Manufacturer design
MPPT voltage range As per Manufacturer design
Maximum DC Current As per string rating
DC over voltage protection Yes
DC Voltage ripple <3%
Minimum Efficiency (CE) >97%
Ambient temperature range 0-50°C
Humidity (non condensing) 30-95%
Degree of protection IP21 for internal units and IP 66 for outdoor units
Dimensions approx (HXWXD As per Manufacturer design
Weight As per Manufacturer design
Recommended LCD Display on Front Accurate displays on the front panel:
Panel DC input voltage
DC current
AC Voltage(all3phases, in case of 3 phase)
AC current(all3phases in case of 3 phase)
Ambient temperature
Instantaneous &cumulative output power

164
Daily DC energy produced
Battery Voltage (in case of Hybrid PCU)
Communication interface RS485/ RS232
PCU shall also house MPPT (Maximum Power Point
Tracker), an interface between Solar PV array to the
power conditioning unit/inverter should also be DG
set interactive
Power Factor > 0.9
Test Certificates The PCU/ inverters should be tested from the MNRE
approved test centres / NABL /BIS /IEC accredited
testing- calibration laboratories. In case of imported
power conditioning units, these should be approved
by international test houses

12. INTEGRATION OF PV POWER WITH GRID:


i) In case of Power plant without battery bank (i.e. with string inverter), the existing uni-directional
meter of the user shall be installed for gross metering of solar generation while a Bi-directional
meter shall be installed for net-metering purpose or conditions pertaining to Net Metering
Policy of CREST.
ii) CEA guideline 2013 or latest for interconnecting solar power with Grid shall be followed.
iii) Certification of Islanding protection in the inverter/PCU from the manufacturer of the equipment
shall be mandatory. This shall be arranged by the supplier from the manufacturer.
iv) Verification report / test report shall be issued by the DISCOM or their authorized agency.

13. DATA MONITORING OF POWER PLANT:


I) PCU to log the inverter performance data and transmits the same to the Data logger.
II) Data logger shall then gather information and monitor the performance of the inverter. It shall
also supports measurements from the external sensors. The data can be acquired remotely via
modem.

14. LIGHTNING & OVER VOLTAGE PROTECTION


The SPV Power plant should be provided with Lightning and surge voltage protection connected to
proper earth mats.

The Lightning Conductors shall be made as per applicable Indian Standards in order to protect the
entire Array Yard/Shed from Lightning stroke. Necessary concrete foundation for holding the lightning
conductor in position to be made after giving due consideration to maximum wind speed and
maintenance requirement at site in future.

The lightning conductor shall be earthed through flats and connected to the Earth mats as per
applicable Indian Standards with earth pits. Each Lightning Conductor shall be fitted with individual
earth pit as per required Standards including accessories, and providing masonry enclosure with cast
iron cover plate having locking arrangement, watering pipe using charcoal or coke and salt as per
required provisions of IS.

The bidder shall ensure adequate lightning protection to provide and acceptable degree of protection
as per IS for the array Yard/Shed. If necessary more numbers of Lightning conductors may be
provided.

Conductor as per requirements of IS Standards.

All Building earth conductor shall be interconnected through the concept of “Earth Mats” for
interconnection with separate earth pits.

For each earth pit, necessary Test Point shall have to be provided.

15.
a) EARTHING SYSTEM
i) Earthing Protection: Each array structure of the PV yard should be grounded/ earthed
properly as per IS: 3043-1987. In addition the lighting arrester/masts should also be earthed
inside the array field. Earth Resistance shall be tested in presence of the representative of
Department as and when required after earthing by calibrated earth tester. PCU, ACDB and
DCDB should also be earthed properly. Earth resistance shall not be more than 5 ohms. It

165
shall be ensured that all the earthing points are bonded together to make them at the same
potential.
ii) 2 Nos. copper strip of size 25mm x 5mm shall be supplied and fixed as per CPWD
specification for earth bus of the sub-station to connect the system within the quoted rates.
Nothing extra shall be paid on this account.

b) AC Distribution Box (ACDB)


i) All switches and the circuit breakers, connectors should conform to IEC 60947, part I, II and
III/ IS60947 part I, II and III.
ii) The change-over switches, cabling work, Manual isolation of Inverters/Grid should be
undertaken by the bidder as part of the project within quoted rates.

c) DATA ACQUISITION SYSTEM / PLANT MONITORING


i) Web based remote monitoring which shall also be linked with servers of client / Board or
software such as SCADA monitoring system must be provided by Bidder. If needed access to
MNRE/CREST shall also be provided.
ii) PV array energy production: Digital Energy Meters to log the actual value of AC/ DC voltage,
Current & Energy generated by the PV system shall be provided.
iii) All instantaneous data shall be shown on the computer screen.
iv) The bidder must take approval/NOC from the Concerned DISCOM for the connectivity,
technical feasibility, and synchronization of SPV plant with distribution network and submit the
same to PMB before commissioning of SPV plant. Nothing extra shall be paid on this account.

d) PRIORITY FOR POWER CONSUMPTION:


i) Regarding the generated power consumption, in case of string inverter, priority need to given
for internal consumption first and thereafter any excess power can be exported to grid.

e) Grid Islanding:
i) In the event of a power failure on the electric grid, it is required that any independent power-
producing inverters attached to the grid turn off in a short period of time. This prevents the
DC-to-AC inverters from continuing to feed power into small sections of the grid, known as
“islands.”
Powered islands present a risk to workers who may expect the area to be unpowered, and
they may also damage grid-tied equipment. The Rooftop PV system shall be equipped with
islanding protection. In addition to disconnection from the grid (due to islanding protection)
disconnection due to under and over voltage conditions shall also be provided.
ii) A manual disconnect pole isolation switch beside automatic disconnection to grid would have
to be provided at utility end to isolate the grid connection by the utility personnel to carry out
any maintenance. This switch shall be locked, if required, by the utility personnel.

16. PAINTING & FINISH


i. All metal surfaces shall be thoroughly cleaned of rust, scale, oil, grease, dirt etc. Fabricated
structures shall be pickled and then rinsed to remove any trace of acid. The under surface
shall be made free from all imperfections before undertaking the finishing coat.
ii After Phosphate treatment, two (2) coats of yellow zinc chromate primer shall be applied
followed by two(2) coats of epoxy based synthetic enameled paint. Shade shall be Siemens
Grey RAL – 7032. Thickness of paint shall be not less than 75 micron.
iii. All unpainted steel parts shall be cadmium plated or suitably treated to prevent rust formation.
If these parts are moving elements then they shall be greased.

17. STANDARDS FOR SOLAR PHOTOVOLTAIC (PV) POWER PLANTS/SYSTEMS

A. PV MODULES:
The PV modules must conform to the latest edition of any of the following IEC/equivalent BIS
standards for PV module design qualification and type approval:
Crystalline Silicon Terrestrial PV modules : IEC 61215/ISI 14286
Thin Film Terrestrial PV modules : IEC 61646
Concentrator PV Modules & Assemblies : IEC 62108

In addition, the modules must conform to IEC 61730 Part1-requirements for construction & Part2 –
requirements for testing, for safety qualification.

PV modules to be used in a highly corrosive atmosphere (coastal areas, etc.) must quality. Salt Mist
Corrosion Testing as per IEC 61701.

166
167
B. BALANCE OF SYSTEM (BoS) ITEMS/COMPONENTS:
The BoS items/components of the SPV power plants/systems deployed under the mission must
conform to the latest edition of IEC/equivalent BIS standards as specified below:

BoS Applicable IEC/equivalent BIS standard


Item/component
Standard Description Standard Number

Power conditioner/ Efficiency Measurements Environmental EN61000–6-3


Inverters* Testing EN 50178
MPPT units* Design Qualification EN 50178
Environmental Testing UL 1741
CSA 107.1
Cables General test and measuring methods IEC 60189
PVC insulated cables for working voltage IS 694 / IS 1554
upto and including 1100 V-Do-UV IS/IEC 69947
resistant for outdoor installation
Switches/Circuit General Requirements Connectors - IS/IEC 60947 part I,II& III
Breakers/Connectors Safety EN 50521
Junction Boxes/ General Requirements IP 65 (for outdoor)/IP 21
Enclosures (for indoor) IEC 62208
SPV System Design PV Stand-alone Systems Design IEC 61215
verification IEC 61730
IEC 61701
Installation Practices Electrical installation of buildings IEC 61730
requirements for SPV power supply
systems

*Must additionally conform to the relevant national/international electrical safety standards.

18. Maintenance Schedule & Guidelines (for one Year during warranty period)

WEEKLY CHECK:
The contractor has to perform the weekly check at site including cleaning of the panel etc

MONTHLY CHECK:
a) Inspect the modules//panels of the array for any damage.
b) Check the wiring for physical damage & also for any sign of excessive heating.
c) Check all the junction Boxes for covers and sealing
d) Check the nut-bolts of the mounting structure and array for proper torque & lightening
e) Inspect the modules/panels of the array for any damage.

QUARTERLY:
a. Check cells for discoloration or breakage.
b. Clean the modules/panels of the array for dust if required.
c. Check for all the connection and ensure that they are not loose.
d. Check &Verify that the array does not come under shadow during 9 to 15 hours.

168
Typical Module Mounting Structure

Typical Module Mounting Structure


1) MS Galvanized mounting structure is to be used as per requirements of this project and maximum
nos. of modules is to be installed in min. area.
2) The proposed structure should be designed in such a manner that modules can be installed, replaced
& Service easily in future. The offered Module Mounting Structures should be in line with site
requirements.

3) Proposed Mounting Structure will support SPV modules at a given orientation, absorb and transfer the
mechanical loads to the ground properly and will not have any requirement of welding or complex
machinery at site.
4) The structure is designed in such a way that it will take less space and will withstand wind load up to
150kM/hr or may be designed as per site requirement (whichever is more).
5) Adequate spacing shall be provided between any two modules secured on PV panel for improved
wind resistance.
6) The structure shall be designed to withstand operating environmental conditions for a period of
minimum 25 years.
7) PV modules shall be secured to support structure using screw fasteners and/or metal clamps. Module
fasteners/clamps shall be adequately treated to resist corrosion.
8) All fasteners, nut and bolts are made of Stainless steel - SS 304.

169
LIST OF PREFERRED MAKES FOR EQUIPMENT & MATERIALS

S.No. Details of Materials/ Equipment Manufacturer’s Name

A SOLAR EQUIPMENT

1. SPV Modules HHV / PANASONIC /EMVEE / RENEWSYS / NOVASYS /


WAREE / REC / CANADIAN SOLAR/ TATA / BHEL / BEL /
ADANI / VIKRAM SOLAR / HAVELLS

2. Power Control Unit (PCU) String PCU SMA(America) / KACO(Siemens) / Ingeteam / Delta /
Siemens / ABB / Canadian Solar / Solis / Hitachi / Havells

B. MEDIUM VOLTAGE EQUIPMENT

1. Power Distribution Panel Milestones / Tricolite / Adlec/


Precision Control System/Johns Electric Co. Pvt. Ltd.
Shalabh/ Application Control/Expert Engineers
Engineer & Engineers/RP Control/Pristine/BCH
Dynamic Elecpower Pvt. Ltd./Bafna

2. Moulded Case Circuit Breaker (MCCB)


3&4 Pole With rotary operating mechanism Legrand(DPX3)/Siemens(3VA)
Schneider(Compact NSX)/ABB(T- Max)

3. Miniature Circuit Breaker (DC/AC MCB) Schneider Electric (MG)-Multi-9


ABB / GE Power Controls
Legrand / Siemens / Havells

4. Residual Circuit Breaker ( RCCB/ RCBO’s) Schneider Electric (MG)-Multi-9


ABB / GE Power Controls
Legrand / Siemens / Havells

5. Power/ Aux. Contractor 3 / 4 Pole Schneider Electric (Telemechanique)


ABB / Siemens / BCH

6. Indicating Lamps LED type, Push Button Schneider Electric (MG) / Vaishno Electricals
Siemens

7. Overload relays with built in Single Phase


Preventer Schneider Electric - TE/ Siemens
ABB / GE Power Control

8. Electronic Digital Meters (A/V/PF/HZ/KW/KWII) Conzerv / Schneider Electric / Secure

9. Solar cable (XLPO) copper conductor


Armoured power cable of 1.1 KV grade Finolex / Havells / Polycab / KEI

10. LT Jointing Kit/Termination Raychem / M Seal / 3M

11. Cable Glands Double Compression with


Earthing Links Comet /Cosmos / Dowell’s

12. Bimettalic/ Copper/ Aluminium Cable Lug Comet / Dowell’s / Hax Brass

13. PVC insulated copper conductor stranded flexible


FRLS wire Finolex / Havells/ KEI / Polycab

14. M S Conduit (ISI approved) AKG / BEC / NIC

15. Cable Trays/ Raceways (Prefabricated) Profab Engineer / Ricco / Slotco/ Venus

16. Polycarbonate Junction Boxes Hensel / Clipsal / Sintex

170
17. Rubber Mats (ISI Mark) Jyoti / Premier / Deepjyoti / 3M

18. Fastners Hilti / Fisher / 3M

19. Paints ICI / Asian / Berger

20. Fire Sealent Promat / Hilti / 3M

21. Junction Box Hensel / Spelsberg / ABB / Cooperbusman /


Sintex / Neptune

22. G.I. Pipe Tata / Jindal Hissar / SAIL

23. Material for Structure Tata / Jindal / SAIL

171
IP BASED CCTV
SYSTEM

172
TERMS AND CONDITIONS

1.0 SCOPE
The scope of work includes design, supply, installation, integration, testing and commissioning of
CCTV system and related hardware and software, power & communication cables etc. The
broad scope of the services included in the contract shall include, but not restricted, to the following:
a) SITC of CCTV System, installation of hardware equipment, Management Software & Licenses.
b) Training of the Operators & Engineers in operation and routine maintenance.

1.1 The final acceptance shall be done by the department, to ensure the system meets requirements,
standards and specifications as set out in these documents for satisfactory working of CCTV system
However, the department shall be free to get the material and installation inspected by the third party
at its own cost and take action as per its recommendation. The observations so made shall be
abided by the contractor and shall be binding upon him.

1.2 The contractor shall keep sufficient spares at the site after the completion of work till Warrantee
period from the date of completion.

1.3 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.

2. The contractor shall be fully responsible for the safe custody of the material issued or brought by
him to site for doing the work.

3. The rate for all items of work, shall unless otherwise clearly specified include cost of all labour,
material and other inputs involved in the execution of the items.

4. The contractor shall make his own arrangement of electricity and its distribution at his own cost. The
department will render only assistance to the contractor for making application to authorized Electric
supply agency, if required. All the fees and charges including consumption charges shall be borne by
the contractor.

5. The malba /garbage generated at site due to construction activities shall be removed from the site
immediately & shall be disposed off by the contractor to the approved dumping site identified by the
Engineer-in-charge.

6. The following specifications are applicable for the work. In case of discrepancy between the
nomenclature of items, specifications, and /or the drawings or in case no specifications are specified
(Refer clause 28 of the General Conditions of the Contract-2014) the following order of preference
shall be observed:
i) Nomenclature of items including the scope of work as given in Schedule of Quantities of
this tender.
ii) Technical / Particular Specifications, Special Conditions and other provisions of this tender.
iii) Drawings.
iv) CPWD Specifications (latest edition) with up to date correction slips issued up to the last date
of the month prior to month of submission of tender.
v) BIS Codes with latest revisions issued up to the last day of the month prior to month of
submission of tender.
vi) international standards and accepted international practices as approved by Engineer-in-
Charge.
vii) Sound Engineering Practice as per directions of the Engineer-in-Charge.

If there are varying or conflicting provisions made in any document forming part of the contract, the
Engineer-in-Charge shall be the deciding authority with regard to the intention/interpretation of the
tender and his decision shall be final and binding on the contractor.

7. TERMS OF PAYMENTS
The following percentage of contract rates for the items of CCTV System included in the contract
shall be payable against the stage of work shown herein.
 70% of the contract value, of the sub work, on initial inspection and delivery of materials at
site, in good condition, on pro-rata basis.
 20% on completion of installation of the equipments and accessories pro-rata basis.
 10% on testing, commissioning and handing over to the department.

173
8. GUARANTEE/WARRANTEE
The installation will be handed over to the department after necessary testing and commissioning.
All installations pertaining to complete CCTV System shall be warranted for a period of 12 months
from the date of taking over the installation by the department, against unsatisfactory performance
and/or break down due to defective design, workmanship of material. The material shall include all
material that is required for the successful completion of the work. The equipments or components,
or any part thereof, if found defective during warrantee period shall be forthwith rectified/ repaired or
replaced free of cost, to the satisfaction of the Engineer-in-Charge. In case it is felt by the
department that undue delay is being caused by the contractor in doing this, the same will be got
done by the department at the risk and cost of the contractor. The decision of the engineer-in-charge
in this regard shall be final & building on the contractor.

9. The contractor shall submit the relevant test certificate from OEM at the time of supply of
equipment.

10. The successful tenderer would be required to submit the following drawings after award of work for
approval before commencement of installation. Cost of these drawing deemed to be included in the
rates and nothing extra shall be paid on this account.
a. All general arrangement drawings.
b. Details of the equipments/ component hardware’s, software’s, single line diagram, installation
drawings, weight details i/c mounting/hanging arrangement, electrical load requirements,
copy of standards and compliance standards, data's of power and communication cables,
location details etc. of various assembled equipment as may be needed generally by other
agencies for purpose of their work
c. Complete layout dimensions with location of equipments for every unit/group of units with
dimensions required for erection purposes.
d. Any other drawing/information not specifically/mentioned above but deemed to be necessary
for the job by the contractor.

11. DURING INSPECTION AND TESTING

11.1 All major equipments shall be offered for initial inspection by the engineer-in-charge or officer
authorized by him at manufacturer’s works in India. The department may or may not inspect the
material at its discretion. The contractor will intimate the date of testing of equipments at the
manufacturer’s works before dispatch. Contractor shall make all arrangements for inspection of
material at works. The department reserves the right to get the equipment inspected by third party
inspection also. Such inspection shall be of following categories:
(a) Inspection of materials/ equipments to be witnessed at the manufacturer’s premises/ at its
authorized works in India, in accordance with relevant BIS/ Agreement Inspection Procedure.
(b) To receive material at site with manufacturer’s Routine & Type Test certificates.
(c) To inspect material at the authorized dealer’s go-down to ensure delivery of genuine material.
(d) To receive material after physical inspection at site.

11.2 Adequate care to ensure that only tested and genuine materials of proper quality are used in work
shall be ensured by firm. The firm shall ensure that:
(a) Material will be ordered and delivered at site only with the prior approval of the department. The
contractor shall, however, be responsible for timely delivery of material.
(b) As and when the order is placed for the items, it shall be endorsed to the engineer-in-charge
along with details of Agency, model no. and other delivery details.

174
SPECIAL CONDITIONS
1. The work to be carried out under the Contract shall, except as otherwise provided in these
conditions, include all labour, materials, tools, plants, machinery, equipment, temporary structures
and transport which may be required in preparation of and for the full and entire execution and
completion of the works.

2. DEVIATION FROM THE DRAWINGS, SPECIFICATIONS, STIPULATION, CONDITIONS


The contractor is not to vary or deviate from the drawings, specifications, stipulation, conditions of
tender document or instructions to execute any work of any kind whatsoever unless so authorized by
the Engineer-in-Charge in writing.

3. PROTECTION OF WORKS
All finished Works shall be protected from damage that could arise from other construction
activities. Work shall be planned and executed in such a manner that work completed by others is
not damaged. The compliance of these provisions is deemed to be included in the quoted amount and
nothing extra shall be paid on this account. The contractor shall maintain in good condition all work
till the completion of entire work allotted to him.

4. RIGHT TO CARRY OUT THE WORK


The right to carry out the work either in conformity with or in a manner entirely different from the
terms of this tender document that may be considered the most suitable before or subsequent to
the receipt of tenders due to exigencies of work is reserved with the Engineer-in-Charge.

5. PROGRESS OF WORK
Contractor shall give the Engineer-in-Charge on the 10th day of each month, 2 copies of progress
report in the prescribed format of the work done during the previous month and program/ proposal
for the next month.

6. NIGHT WORK
For completing the work in time, the contractor might be required to work in two or more shifts
(including night work) and no claim whatsoever shall be entertained on this account,
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.

7. CONTRACTOR TO INDEMNIFY
The Contractor shall at all times indemnify the department against all claims, damages of
compensation under the provisions of payments of Wages Act 1936, Workmen’s Compensation Act
1923, Minimum Wages Act 1948, Employment Liability Act 1938, Industrial Disputes Act 1947,
Maternity Benefit Act1961, Interstate Migrant Workmen (Regulation of Employment and ditions
Sewage) Act 1979 or any modifications thereof or any other law relating thereto any les made there
under from time to time or as a consequence of any accident or injury to any workmen or other
person in or about the works, whether in the employment of the Contractor or not, save and except
where such accident or injury has resulted from any act of the department, their agents or
servants and also against all costs, charges and expenses of any suit, action or proceedings
arising out of such accident or injury and against all sum or sums which may with the consent of the
Contractor be paid to compromise or compound any such claim without limiting his obligation and
liabilities as above. The Contractor shall insure against all claims, damages or compensation
payable under the Workmen’s Compensation Act 1923, or any modifications thereof or any other law
relating thereto. The Contractor shall ensure that similar insurance policies are taken out by his
sub-contractor (if any) and shall be responsible for any claims or losses to department
resulting from their failure to obtain adequate insurance protection in connection thereof. The
contractor shall procure or cause to be produced by his Sub-Contractors (if any) as the case may
be relevant policy or policies and premium receipts as and when required by the Engineer-in-
charge.

8. SAFETY OF WORKERS
Over and above the provisions made in CPWD Safety Code the following will also be applicable: In
respect of all workmen directly or indirectly employed in the work for the performance of the
contractor’s part of this agreement, the contractor shall at his expense arrange for the safety
provisions as per Indian Standard Safety codes shown below and shall at his own expense provide
for all facilities in connection there with. In case the contractor fails to make arrangement and
provide necessary facilities as aforesaid, he shall be liable to pay penalty prescribed under relevant

175
clauses of these tender documents for each default and in addition the Engineer-in-charge shall be
at liberty to make arrangement and provide facilities as aforesaid and recover the cost incurred on
that behalf from the contractor, and no claims on this account whatsoever shall be entertained.
1. IS: 3696 (part I) Safety code for scaffolds and ladders.
2. IS: 3696 (part II) Safety code for scaffolds and ladders Part II ladders.
3. IS: 4081 Safety code for blasting and drilling operations.
4. IS: 7293 Safety code for working with construction machinery.
5. IS: 7969 Safety code for storage and handling of building materials.
6. Any other code and/or as per directions of Engineer-in-charge.

9. COMPLIANCE OF LAWS
The contractor shall keep himself fully informed of all acts and laws of the Central and state govt.
(i.e. Govt. of National Capital Territory of Delhi) all local bye laws, ordinances, rules and regulations
and all orders and decree of bodies or, tribunals having any jurisdiction or authority which in any
manner affect hose engaged or employed on the work or which in any way affect the conduct of the
works. Contractor shall at all times, observe and comply with all such laws, ordinances, rules,
regulations, orders and decrees, and shall give all notices and pay out of his own money any fees
or charges to which he may be liable. He shall protect and indemnify the Department and its officers
and employees against any claim or liability arising out of violations of any such law, ordinances,
legislations, order or decree, whether by himself or by his employees &authorized representatives.

176
PREFERRED 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/Milestone
Video Management Server
3. Workstation Dell/HP/IBM
4. Network switches Alcatel/ Cisco/ HP/Extreme/Netgear
5. LED screens /Monitor/LED TV Panasonic/Delta/Samsung/Christie
6. Racks APW/ Rittal/Valrack/Netrack
7. Modular Jack Panel, Patch panel, Siemon/ Systimax/ Schneider/ Belden
UTP jumper, UTP Panel, UTP
Keystone
8. Cat - 6 UTP, CAT 6A UTP/STP Siemon/ Systimax/ Schneider/Belden
Cable, Fibre Optics cable, Fiber /
Copper Factory Crimp Patch Cord,
LIU, F/O Panel
9. M.S Conduit ISI marked NIC/AKG/BEC
10. Power Cable Finolex/Polycab/Havells/KEI/Bonton/LAPP Kabel
11. HDPE Pipe REX/Duraline/Gemini
12. PVC Conduit AKG/Precision/Kalinga/Polycab/Astral

177
LAN NETWORKING
System

178
TECHNICAL SPECIFICATION FOR THE LAN NETWORKING
LAN Networking :

1. The LAN Networking with switches will be installed at different locations of NIAM, Jaipur, Rajasthan.

2. The work shall be executed as per CPWD General Specifications for Electrical works amended up to
date & as per relevant IS and as per directions of Engineer-in-charge.

3. The tenderer should in his own interest visit the site and familiarizes himself with the site conditions
before tendering.

4. No T&P shall be issued by the department and nothing extra shall be paid on account of this.

5. All the LAN Networking items with switches should be of compatible approved make to have better
compatibility. The bid of the tenderer using different makes for different components will not be
acceptable. The firm must submit a letter from equipment manufacturer that the model of equipments
including accessories quoted by them is in continuous process of manufacturing and in this respect the
decision of the Engineer-in-charge is final & binding on the contractor.

6. Item must be complete with all equipments and required accessories along with necessary power
systems, video connector, plugs, sockets and hardware/software as required for complete installation of
the system under this contract and present scope of work.

7. The firm should visit the site before quoting their rates so as to satisfy themselves with all site working
conditions, cable routes etc.

8. All software & hardware should be in upgrade version.

9. LAN products should be with minimum three year warranty / as per OEM standards & OEM must have
service centre for prompt repairing and replacement at Jaipur, Rajasthan.

10. Any damage done to the building/false ceiling/Exhibits is to be made good by the contractor with no
extra cost by department.

11. For Sundry of material, the agency has to make his own arrangement. No separate storage
accommodation shall be provided by the department. Watch and ward of the stores and their safe
custody shall be the responsibility of the contractor till the final taking over of the installation by the
department.

12. The Firm shall ensure adequate and prompt after sales service in the form of maintenance, spares and
personnel are available at site of work during the guarantee period to minimize the breakdown period.
The firm shall also ensure that in the event of any breakdown of the system, that area is made
operational within 24 hrs.

13. DOCUMENT TO BE FURNISHED ON COMPLETION OF INSTALLATION


Three sets of the following shall be furnished to the department by the contractor on completion of
a) Completion drawings
b) Manufacturer's technical catalogues of all equipments and accessories.
c) Operation and maintenance manual of all major equipments detailing all adjustment,
operation and maintenance procedure. – 3 Sets

14. PAYMENT TERMS


The following percentage of contract rates shall be payable against the stages of work shown here in:
a) After supply of equipment at site in good condition on pro- rata basis 60%
b) On completion of pro-rata installation 20 %
c) On commissioning and completion in all respects 15 %
d) Handing over of the total installations to the department 5%

179
For other items, the terms of payment will be decided by the Engineer-In-Charge and shall bebinding on the
contractor.

LIST OF ACCEPTABLE MAKES for LAN & Wi-Fi Networking


Equipment/ Network Racks APW/ Rittal/Valrack/Netrack/APC
Network switches / SFP Modules / Alcatel/ Cisco/ HP/Extreme /Juniper/Netgear/
Access Point Arista
OFC / CAT 6 / CAT 6A Cables / Siemon/ Commscope / Schneider/ Belden / Molex /
LIU Boxes / RJ-45 Connectors / Legrand
Patch Panel (CAT 6/ CAT 6A ) /
Patch Cords (CAT 6/ CAT 6A )
/Pigtail / Information Outlet (I/O)

180
VRV/VRF System

181
GENERAL TERMS & CONDITIONS FORVRV/VRFAIR CONDITIONING SYSTEM
1.1.1 Scope

1.1.1.1 These specifications cover the following types of air-conditioning, heating, ventilation works:
i) VRV/ VRF type Air-conditioning System

1.1.1.2 These General Specifications cover the equipments and materials for the system, their testing and/ or
inspection as may be necessary before their dispatch from their respective works, their delivery at
site, all preparatory works, assembling, installation and adjustments, commissioning, final testing,
putting into operation, equipment capacity computation and handing over of the complete system.

1.1.1.3 These General Specifications are subject to revision from time to time.

1.1.1.4 Each air-conditioning work has its own particular requirements. These General Specifications shall
be supplemented with tender specifications as may be required for a particular work. The tender
specifications, wherever they differ from these General Specifications, shall have over- riding value
and shall be followed for that particular work.

1.1.2 Related Documents

These General Specifications shall be read in conjunction with the General conditions of contract.
These General Specifications shall also be read in conjunction with the tender specifications,
schedule of work, drawings and other documents connected with the work.

1.1.3 Terminology

The definition of terms used in these specifications shall be in accordance with IS: 3615- ―Glossary
of terms used in refrigeration and air-conditioning‖. Some of the commonly used terms are defined in
Appendix `A‘.

1.1.4 Site Information

The tenderer should, in his own interest, visit the site and familiarize himself with the site conditions
before tendering. For any clarification, tenderer may discuss with the Engineer-in-Charge.

1.2 CONFORMITY WITH STATUTORY ACTS, RULES, STANDARDS ANDCODES

i) All components shall conform to relevant Indian Standard Specifications, wherever existing,
amended to date.
ii) All works shall conform to National Building code as well as relevant BIS codes.
iii) All electrical works shall be carried out in accordance with the provisions of Indian Electricity
Act, 2003 and Indian Electricity Rules, 1956 amended to date. They shall also conform to
CPWD General Specifications for Electrical works, Part-I: Internal, 2023, Part-II: External,
2023andHVAC Specification 2024 as amended up to date.

1.3 SAFETY CODES AND LABOUR REGULATIONS

i) All the safety procedures outlined in the safety codes.


ii) In respect of all labour employed directly or indirectly on the work for the performance of the
air conditioning 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 as provided in
the labour laws/ GCC 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.
iii) The contractor shall provide necessary barriers, warning signals and other safety measures
while laying pipelines, ducts cables etc. or wherever necessary so as to avoid accident. He
shall also indemnify CPWD against claims 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 damage incurred or claims arising there from during the execution of
work. The contractor shall also provide all insurance including third party insurance as may be

182
necessary to cover the risk. No extra payment would be made to the contractor due to the
above provisions thereof.

1.4 WORKS TO BE ARRANGED BY THE DEPARTMENT

Unless otherwise specified in the tender documents, the following works shall be arranged by the
Department:
(i) Space for accommodating all the equipments and components involved in the work,
(ii) False ceiling and/ or return air enclosure excluding return air duct wherever provided as
required,
(iii) Make up water tank for condenser water,
(iv) Power supply, Water supply and Drain points as per para 1.6,
(v) Masonry ducts/ service trench within and outside the building for carrying pipe lines and
cables wherever specified.
(vi) If top floor is air conditioned, over-deck insulation.

1.5 WORKS TO BE DONE BY THE CONTRACTOR

Unless otherwise mentioned in the tender documents, the following works shall be done by the
contractor and therefore, their cost shall be deemed to be included in their tendered cost whether
specifically indicated in the schedule of work or not: -
i) Foundations for equipments including foundation bolts and vibration isolation spring/ pads, if
required by OEM
ii) Suspenders, brackets and floor/ wall supports for suspending/supporting ducts and pipes.
iii) Suspenders for laying of pipes.
iv) Sealing of all floor slab/ wall openings provided by the Department or contractor for pipes and
cables, from fire safety point of view, after laying of the same,
v) Painting of all exposed metal surfaces of equipments and components with appropriate colour
as per para 1.13.
vi) Making openings in the walls/ floors/ slabs or modification in the existing openings wherever
provided for carrying pipe line, ducts, cables etc.
vii) Making good all damages caused to the structure during installation and restoring the same to
their original finish.
viii) Equipment operation and maintenance manuals,
ix) A complete written narrative of how each system is intended to operate.

1.6 POWER SUPPLY, WATER SUPPLY AND DRAINAGE

1.6.1 Power Supply

i) Unless otherwise specified, 3 phase, 415 Volts, 50 Hz power supply shall be provided by the
main contractor at site. Termination switchgear however, shall be provided by the contractor.
Further extension if required shall be done by the Associate contractor.
ii) Unless otherwise specified in the contract, further power distribution to the various
equipments shall be done by the contractor.

1.7 MACHINERY FOR ERECTION

All tools and tackles, heavy machinery handling equipment, etc. required for unloading/ handling of
equipments and materials at site, their assembly, erection, testing and commissioning shall be the
responsibility of the contractor.

1.8 COMPLETENESS OF THE TENDER, SUBMISSION OF PROGRAMME, APPROVAL OF


DRAWINGS AND COMMENCEMENT OF WORK
i) Submission of programme
Within fifteen days from the date of receipt of the letter of acceptance, the successful tenderer
shall submit his programme for submission of drawings, supply of equipment, installation,
testing, commissioning and handing over of the installation to the Engineer-in-Charge. This
programme shall be framed keeping in view the milestones stipulated in the contract, building
progress. Items like ducting, piping etc. that directly affect the building progress shall be given
priority.
ii) Submission of Drawings
The contractor shall submit the drawings to the Engineer-in-Charge as per para 1.18.2 for
approval before start of work.

183
iii) Commencement of Work
The contractor shall commence work as soon as the drawings submitted by him are
approved.

1.9 DISPATCH OF MATERIALS TO SITE AND THEIR SAFE CUSTODY

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

1.10 CO-ORDINATION WITH OTHER AGENCIES

The contractor shall co-ordinate with all other agencies involved in the work so that the work of other
agencies is not hampered due to delay in his work.

Ducting, piping, cabling or any other work, which directly affect the progress of building work, shall be
given priority.

1.11 QUALITY OF MATERIALS AND WORKMANSHIP

i) The components of the installation shall be of such design so as to satisfactorily function


under all conditions of operation.
ii) The entire work of manufacture/ fabrication, assembly and installation shall conform to sound
engineering practice. The entire installation shall be such as to cause minimum transmission
of noise and vibration to the building structure.
iii) All equipments and materials to be used in work shall be manufactured in factories of good
repute having excellent track record of quality manufacturing, performance and proper after
sales service.
iv) None of the equipment/ machines supplied shall be more than Six months old from date of
supply at site, Copy of Excise Gate Pass/Invoice/ Shipment /Custom Clearance certificate/
details (in case of Imported equipments) shall be submitted to prove the date of manufacture
& genuineness of the equipments/ machines supplied.

1.12 CARE OF THE BUILDING

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

1.13 GUARANTEE

i) The contractor shall guarantee the complete system to maintain the specified conditions
under all conditions of ambience and internal loads subject to the condition that designed
outside conditions & designed internal loads are not exceeded. Also the inlet/ outlet
temperatures at the specified flow of water in the chiller unit shall be guaranteed.
ii) All equipments shall be guaranteed for a period of 12 months from the date of acceptance and
taking over of the installation by the Department against unsatisfactory performance and/or
breakdown due to defective design, material, manufacture, workmanship or installation. The
equipment or component or any part thereof so found defective during the guarantee period
shall be repaired or replaced free of cost to the satisfaction of the Engineer-in-Charge. In case
it is felt by the department that undue delay is being caused by the contractor in doing this, the
same will be got done by the department at the risk & cost of the contractor. The decision of
Engineer-in-Charge in this regard shall be final.
iii) Any leakage of refrigerant and/or oil due to defective design, manufacture, workmanship or
installation during the guarantee period shall be made good by the contractor free of charge.

184
1.14 PAYMENT TERMS

1.14.1 The following percentage of contract rates shall be payable against the stages of work shown
herein:

S.No. Stage of work Machinery & All other


Equipment items
1 After initial inspection (wherever specified) & 80% 80%
delivery at site in good condition on pro-rata basis
2 On completion of pro-rata installation 10% 10 %
3 On commissioning and completion of successful 5% 5%
running in period
4 After necessary training to the persons (not more 5% 5%
than 3) deputed by the client department for day-
to-day operation of Air conditioning system.

1.15 TENDER DRAWINGS, DRAWINGS FOR APPROVAL & COMPLETION DRAWINGS

1.15.1 Tender Drawings


The drawings appended/ uploaded with the tender documents are intended to show the areas to be
conditioned, space allotted for various equipments, tentative piping, cable and pipe routes. The
equipments offered shall be suitable for installation in the spaces shown in these drawings.

1.16 AFTER SALES SERVICES

The contractor shall ensure adequate and prompt after sales service in the form of maintenance,
spares and personnel as and when required and shall minimize the breakdown period. In case of
equipment supplied by other manufacturers the firm shall furnish a guarantee from the manufacturer
for the same before the plant is taken over.

1.17 DOCUMENTS TO BE FURNISHED ON COMPLETION OF INSTALLATION

Three sets of the following documents shall be furnished to the department by the contractor on
completion of work:-
a) Completion drawings,
b) One set in Digital form and 1 set in printed form of manufacturer‘s technical catalogues of all
equipments and accessories,
c) Operation and maintenance manual of all major equipments, detailing all adjustments, operation
and maintenance procedure.

185
SPECIAL CONDITIONS FOR VRV SYSTEM AND MECHANICAL VENTILATION
1.0 The work shall be carried out as per tender specification and in accordance with the following
specification.

1.1.(a) CPWD General Specifications for Heating Ventilation and Air-conditioning (HVAC)- 2024
amended up to date.

1.1.(b) CPWD General Specifications for Electrical work Internal - 2023, as amended up to date.

1.1.(c) CPWD General Specifications for Electrical work Part II External -2023, as amended up to date.

1.1.(d) CPWD General Specifications for Electrical work Part IV Sub-station - 2013. as amended upto
date.

186
TECHNICAL SPECIFICATIONS FOR VRV/VRF AIR CONDITIONING SYSTEM
All shop drawings shall be prepared by the A.C Contractor after examining the Architectural drawings, site
conditions and consultant’s tentative layout plans.

STANDARD SPECIFICATION OF VARIABLE REFRIGERANT VOLUME / FLOW SYSTEM (OUTDOOR


UNIT)

The specifications under this section covers the supply, installation, testing and commissioning of the
INVERTER BASED VARIABLE REFRIGERANT VOLUME / FLOW SYSTEM conforming to these
specifications and in accordance with the Detailed Bill of Quantities given in the tender.

General

Each VRV / VRF Unit shall be air cooled, split type multi-system air conditioner consisting of outdoor units and
number of indoor units, each having capability to cool and heat for the requirements of the individual area to
be air-conditioned. The VRV / VRF unit should be capable of connecting minimum Nine different types of
indoor units to one refrigerant circuit and controlled individually.

Each VRV / VRF unit shall have minimum one inverter scroll compressor per module upto 14 HP (With
inverter control) and capable of changing the rotating speed to follow variations in cooling loads. Each indoor
unit having capability to cool or heat for the requirement of the rooms.

Compressor shall be inverter controlled. Compressor installed in each outdoor unit shall be equipped with at
least one inverter compressor in bigger machines for higher reliability, improved life, better backup and duty
cycling purpose. The system shall be capable of changing the rotating speed of inverter compressor by
inverter controller to follow variations in cooling and heating load.

The Outdoor units shall be suitable for mix-match connection of following type.
 Wall/Floor mounted type
Please note that the refrigerant piping shall be capable of extending up to 100m with 50m level
difference without any oil traps.

Both indoor and outdoor units shall be factory assembled, tested and filled with first charge of refrigerant.
These being very hi-tech in construction with lots of factory checks being conducted, hence no sub assembly
should be done at site preferably.

Note: The VRV/VRF system proposed above shall have a combination ratio of not more than 100%
with the indoor units.

OUTDOOR UNIT

The outdoor unit shall be factory assembled, weather proof casing, constructed from heavy gauge mild steel
panels and coated with baked enamel finish. The unit should be completely factory wired tested with all
necessary controls tested prior to dispatch conforming to the following specifications.
a. All outdoor units shall consist of minimum one inverter scroll/twin rotary compressors up to 14 HP
capacity and minimum two inverter scroll/twin rotary compressors above 14 HP capacity, capable to
operate even when one compressor is unserviceable. Outdoor unit shall have 100% inverter
scroll/twin rotary compressor for maximum efficiency.
b. Outdoor units should be rugged of anti-corrosion design and should have strong base plate for easy
mounting of unit.
c. The outdoor unit shall comprise of sub-cooling feature to effectively use the entire coil surface through
proper circuit/bridge in order to prevent flushing of refrigerant owing to large length of piping.
d. The condensing unit shall be provided with state-of-the-art microprocessor based control panel.
e. The outdoor unit shall be provided with Aero spiral design fan exhibiting low noise level characteristics
complete with aero fitting grille to facilitate spiral discharge of airflow to effect reduction in pressure
losses. The fan should be capable to respond to external static pressure of 5mm.
f. Motor shall be speed controlled to ensure a stable operation for varying ambient; by a factory fitted
direct acting head pressure activated variable speed drive to give precise discharge pressure and
minimum power consumption of condenser fan motor.
g. The condenser shall be complete with provisions for refrigerant piping connections, shut off valves
and any other standard accessories necessary with the equipment supplied.

187
The condensing unit shall be designed to facilitate fail safe operation when connected to multiple indoor units.
If working on higher operating pressures, vendor to comply with all safety codes of high pressure safety &
testing as recommended and give 2 sets of special tools to handle such equipment at site. All brazing should
be done by only qualified trained person who had training on HIGH PRESSURE brazing, special tools &
procedures.

Note: The contractor shall furnish the COP values for the Outdoor unit offered from OEM.

SCROLL COMPRESSOR

The scroll compressor shall be an industrial quality rugged, cast iron, direct hermetic compressor with scroll
plates, suction & discharge service valves. The compressor shall be completely enclosed in a chamber with
no leakage path and providing the capability for scroll plates to separate. The compressor shall be provided
with industrial solid motor mounts internal motor protection and vibration isolation pads. Each compressor
shall be independently wired and piped to its own circuit for efficient operation & ease of maintenance. The
compressor used in the system is of OEM make only.

The compressor shall be highly efficient inverter control type. The inverter compressor shall change the speed
in accordance to the variation in cooling or heating load requirement:
a) All outdoor units shall have multiple steps of capacity control to meet load fluctuation and indoor
unit individual control. All parts of compressor shall be sufficiently lubricated stock. Forced
lubrication may also be employed.
b) Oil heater shall be provided in the compressor casing.
c) The inverter compressor shall preferably be efficient & reliable inverter compressor.

HEAT EXCHANGER

The heat exchanger shall be constructed with copper tubes mechanically bonded to aluminium fins to form a
cross fin coil.
a) The aluminium fins shall be covered by anti-corrosion resin film.
b) The unit should be with heat exchanger to optimize the path of heat exchanger and for better
efficiency of condenser.
c) The unit shall be provided with necessary number of direct driven low noise level propeller type
fans arranged for vertical discharge. Each fan shall have a safety guard.

REFRIGERANT CIRCUIT

The refrigerant circuit shall include liquid & gas shut-off valves and a solenoid valves at condenser end. The
equipment must have inbuilt refrigerant stabilization control for proper refrigerant distribution.

All necessary safety devices shall be provided to ensure the safely operation of the system.

REFRIGERANT

The VRV / VRF units shall be selected on R-410A refrigerant. The units should be fully factory charged with
refrigerant & oil & spare refrigerant & oil must be sent along with the machine for topping up of gas & oil as
may be required.

SAFETY DEVICES

All necessary safety devices shall be provided to ensure safe operation of the system.

Following safety devices shall be integral part of the outdoor unit:


 High pressure switch
 Fan drive overload protection switch
 Fusible plug
 Overload relay including overload protection for inverter driven compressor.

OIL RECOVERY SYSTEM

Entire system shall be designed and capable of oil recovery to ensure stable operation with long refrigeration
piping lengths.

The system should have inbuilt (avoid external) oil balancing circuit to avoid poor lubrication.

188
189
STANDARD SPECIFICATION OF INDOOR UNITS

INDOOR UNITS

This section deals with supply, erection, testing and commissioning of Various Type of Indoor Units confirming
to general specification and suitable for the duty selected. The type, capacity and size of indoor units shall be
as specified in Detailed Bill of Quantities.

GENERAL

Indoor units shall be either ceiling mounted cassette type, or ceiling mounted ductable type or floor standing
type or wall mounted type or other as specified in BOQ. Each unit shall have electronic control valve to control
refrigerant flow rate respond to load variations of the room.
a) The address of the indoor unit shall be set automatically in case of individual and group control
b) In case of centralized control, it shall be set by liquid crystal remote controller.
The fan shall be dual suction, aerodynamically designed turbo, multi blade type, statically &
dynamically balanced to ensure low noise and vibration free operation of the system. The fan shall be
direct driven type, mounted directly on motor shaft having supported from housing.

The cooling coil shall be made out of seamless copper tubes and have continuous aluminium fins. The fins
shall be spaced by collars forming an integral part. The tubes shall be staggered in the direction of airflow.
The tubes shall be hydraulically/ mechanically expanded for minimum thermal contact resistance with fins.
Each coil shall be factory tested at 21kg/sqm air pressure under water.

Unit shall have cleanable type filter fixed to an integrally moulded plastic frame. The filter shall be slide away
type and neatly inserted.

Each indoor unit shall have computerized PID control for maintaining design room temperature. Each unit
shall be provided with microprocessor thermostat for cooling or cooling and heating.

Each unit shall be with wired LCD type remote controller. The remote controller shall memorize the latest
malfunction code for easy maintenance. The controller shall have self-diagnostic features for easy and quick
maintenance and service. The controller shall be able to change fan speed and angle of swing flap individually
as per requirement.

CEILING MOUNTED INDOOR UNITS

The units shall be ceiling-mounted type. The unit includes pre filter, fan section & DX coil section. The
housing of unit shall be light weight powder coated galvanized steel.

Unit shall have an attractive external plastic casing for supply and return air.

TOUCH SCREEN TYPE COLOURED CENTRALIZED TYPE REMOTE

A multifunctional compact centralized controller shall be provided with the system. The controller should be
LCD remote controller to act as an advanced air-conditioning management system to give complete control of
VRV / VRF air-conditioning Equipment, It should have ease of use for the user and must have a user friendly
panel and LCD display.

It shall be able to control up to minimum 128 Nos. of indoor units with the following functions:-
a) Starting/stopping of Air-conditioners as a zone or group.
b) Temperature settling for each indoor unit or zone.
c) Switching between temperature controls modes, switching of fan speed and direction of airflow,
enabling/disabling of individual remote controller operation.
d) Monitoring of operation status such as operation mode & temperature setting of individual indoor
units, maintenance information, and troubleshooting information.
e) OPTIONAL-Display of air conditioner operation history.
f) OPERATIONAL-Daily management automation through yearly schedule function with possibility of
various schedules.
g) The screen of central controller should be colored and touch screen type only.

The controller shall have wide screen user friendly LCD display and can be wired by a non polar 2 wire
transmission cable to a distance of 1 km. away from indoor unit.

190
NOISE AND VIBRATION CONTROLS

The air conditioning contractor must take all necessary precautions to have minimum noise generation and its
transmission. Minimum vibration as permitted by IS relevant code shall be ensured. A few points for guidance
only are given below:
a) Double fire retardant flexible connections shall be provided from air discharge to outlet of air-handler
to the duct.
b) Vibration isolation pads of suitable thickness commensurate to loading for isolation of vibration shall
be provided under all VRV systems. in consultation with manufacturer for proper selection of vibration
isolators
c) Flexible conduit connections of minimum diameter of 50mm to motors shall be provided. All loops
should be large enough to allow connections to remain flexible.
d) All conduit connection where conduits are 60mm or larger shall be made of 1.2 meters minimum
length conduit installed in the shape of U and grossly slack to provide maximum vibration isolation.
e) Operating clearance of 40mm shall be kept between the base and the inertia base.
f) All items suspended from false ceiling shall be isolated on separate hangers.
g) In case of ducts, conduits, pipes & tubes the annular space between construction and penetrating
element shall be sealed with sand cement plaster.
h) All duct starting from fresh air fan unit shall be provided with acoustic lining. The duct lining shall be
12mm thick fibre glass rigid board with a density of 48 kg/cubic meter.
i) The air-conditioning contractor shall take all other precautions or shall make his own arrangements
even if not specified in the tender documents for eliminating high noise levels & shall minimize
vibrations in all mechanical equipments without any additional cost.

REFRIGERANT PIPE INSULATION

The whole of the liquid and suction refrigerant lines including all fittings, valves and strainer bodies, etc. shall
be insulated with 19mm /13 mm thick Nitrile Close cell rubber as specified in Detailed Bill Of quantities.

DRAIN PIPE INSULATION

Drain pipes carrying condensate water shall be insulated with 6 mm thick Nitrile rubber.

STANDARD SPECIFICATION ON REFRIGERANT PIPING WORK

This section deals with supply, installation, testing & commissioning of refrigerant piping as detailed below in
specifications.

REFRIGERANT PIPING

All refrigerant piping for the air conditioning system shall be constructed from soft seamless up to 19.1mm and
hard drawn copper refrigerant pipes for above 19.1mm with copper fittings and silver-soldered joints. The
refrigerant piping arrangements shall be in accordance with good practice within the air conditioning industry,
and are to include charging connections, suction line insulation and all other items normally forming part of
proper refrigerant circuits.

All joints in copper piping shall be sweat joints using low temperature brazing and or silver solder. Before
jointing any copper pipe or fittings, its interiors shall be thoroughly cleaned by passing a clean cloth via wire or
cable through its entire length. The piping shall be continuously kept clean of dirt etc. while constructing the
joints. Subsequently, it shall be thoroughly blown out using nitrogen.

After the refrigerant piping installation has been completed, the refrigerant piping system shall be pressure
tested using nitrogen at pressure of 20Kg per sq. cm and 10 Kg per sq. cm (low side). Pressure shall be
maintained in the system for 24 hours. The system shall then be evacuated to minimum vacuum if 700mm hg
and held for 24 hours.

The air-conditioning system supplier shall be design sizes and erect proper interconnections of the complete
refrigerant circuit.

191
The thickness of copper piping shall not be less than 20gauge for pipes up to 19.1mm and 18 gauges for
bigger sizes.

The suction line pipe size and the liquid line pipe size shall be selected according to the manufacturers
specified outside diameter. All refrigerant pipes shall be properly supported and anchored to the building
structure using steel hangers, anchors, brackets and supports which shall be fixed to the building structure by
means of inserts or expansion shields of adequate size and number to support the load imposed thereon.

LIST OF ACCEPTABLE MAKES for VRV / VRF System


Indoor/Outdoor/TFA Unit O-General/Mitsubishi Heavy/Mitsubishi
Electric/Toshiba/ Daikin/Carrier
Copper Pipe Total line/Mandev/Rajko/Diamond/Star
Nitrile rubber insulation A-fex/k-flex/vidoflex/Euro/Batex/Armacell
CPVC pipe Ashirwad/Supreme/Astral/Prayag
GSS Sheet(For site fabricated duct) SAIL/Jindal/Tata
Aluminium Sheet Hindalco/Balco/Nalco
Flexible duct/Company fabricated
Waves/Zeco/Ductofab/Airflow/Caryaire/ Atco
duct
Supply/Return Grill/diffuser Airflow/Trox/Dynacfaft
Inline Fan Siemens/ABB/Nicotra/Kruger/Woltar
Air Curtain Dolphy/Euronics/Totaline/Mitzvah
Cable Tray PILCO/ Steelways/ Slotco/ Apex/ Indiana/ Skytone
Cables / Wires Finolex /LappKabel/ KEI/Polycab/Havells/ RR Kabel/
Bonton
Condensate Drain Pipe Polycab/Supreme/Prince/Finolex/Polypack/Astral

192
Government of India
Central Public Works Department

Name of work: Construction of 200 Seater Hostel at


CCS NIAM at Bambala Jaipur (Raj.).

PART-D
(SCHEDULE OF QUANTITY
FOR CIVIL& ELECTRICALWORK)

193

You might also like