Tender Document
Tender Document
INDEX
Sl. No. Description Page Nos.
Index 1
1.0 PART–A (Form CPWD-6 & 7, Schedule A to F 2
1.1 Information and Instructions for Bidders for E-Tendering 3-8
1.2 Form CPWD-6 9-14
1.3 Form CPWD–7 15-17
1.4 Schedule A to F (Civil Component) & Milestone. 18-26
2.0 PART–B-CIVIL CONDITIONS AND SPECIFICATIONS OF 27
MAJOR COMPONENT
2.1 Additional Conditions 28-40
2.2 Specials Conditions 41-53
2.3 Particular specifications 54-61
2.4 Preferred Makes of Material 62-63
2.5 Guarantee Bonds/ Affidavit for work (Annexure-I to VI) 64-71
2.6 SCHEDULE OF QUANTITES (MAJOR COMPONENT) 72-112
3.0 PART-C–ELECTRICAL –SPECIFICATION & CONDITIONS OF 113
MINOR COMPONENT
3.1 Schedule A to F (Electrical Component) & Milestone. 114-118
3.2 Eligibility criteria 119-120
3.3 Additional Condition for Electrical Work 121-125
3.4 General conditions for electrical works 126-128
3.5 Additional specifications 129-130
3.6 List of Preferred Make (Electrical Works) 131-132
3.7 SCHEDULE OF QUANTITES (MINOR COMPONENT) 133-174
4.0 PART-D 175
4.1 FINANCIAL BID 176
The Executive Engineer, CED-II, CCU, MoEF&CC, New Delhi (email: eeced2ccu-
[email protected]) on behalf of President of India invites Percentage rate bids from approved and
eligible contractors of CPWD in appropriate class and category for following work:
Period of Completion
Last date &
Earnest Money
time of
submission of
NIT No.
Estimated
Name of work and bid, and other Time & date of
cost put to
location Documents as opening of bid
bid
specified in the
bid
document
2 3 4 5 6 7 8
Construction of Type-II,
Upto- 3 PM on 19.05.2023
At 3.30 PM on 19.05.2023
01/NIT/CE/CCU/2023-24
Rs. 73,61,997/-
Field Hostel, Auditorium and
24 months
Administrative Block
including Development
Works for G.B. Pant Institute
of Himalayan Environment &
Development (GB Pant) at
Srinagar, Garhwal.
1) 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 for CPWD Works 2020 for construction work with upto date
correction slips. The Tender is available as Government of India Publications and on
CPWD website at https://etender.cpwd.gov.in however, provisions included in the tender
document shall prevail over the provisions contained in the standard form. The sets of
drawings and NIT shall be available in the office of Executive Engineer, CED-II, CCU,
MoEF&CC, New Delhi. 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 he is in possession of all the 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 forth with.
b) The successful bidder shall be required to submit a Performance Guarantee of 5% (Five
Percent) of the tendered amount within 15 days of issue of letter of intent. This period can
be further extended by Engineer-in-Charge up to a maximum period of 07 days on the
written request of the contractor and with late fee as defined in Schedule F.
c) GST and Labour-Cess etc. 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.
2) The intending bidder must read the terms and conditions of CPWD-6 carefully. He should
only submit his bid if he considers himself eligible and he is in possession of all the
documents required.
3) Information and Instructions for bidders posted on websites all form part of bid document.
4) The enlistment of the contractors should be valid on the last date of submission of bids. In
case the last date of opening of bid is extended, the enlistment of contractor should be
valid on the original date of opening of tender.
5) The bid document consisting of plans, specifications, the schedule of quantities of various
types of items to be executed and the set of terms and conditions of the contract to be
complied with and other necessary documents can be seen in the office of Executive
Engineer, CED-II, CCU, MoEF&CC, New Delhi on all working days between 11 AM to 4
PM except Sunday and public holidays and downloaded from website
https://etender.cpwd.gov.in free of cost.
6) 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/CCU, MoEF&CC within the period of bid submission and uploading the
mandatory scanned documents as mentioned in the NIT such as Insurance Surety Bond or
Demand Draft or Pay order or Banker`s Cheque or Deposit at call Receipt or Fixed Deposit
Receipts and Bank Guarantee of any Scheduled Bank towards EMD in favour of
“Executive Engineer, CED-II, CCU, MoEF&CC, New Delhi” receipt of deposition of
original EMD to any division office of CCU, MoEF&CC/ CPWD or office of Executive
Engineer, CED-II, CCU, New Delhi and all other documents as mentioned in NIT.
7) The online bids will be submitted upto 3 PM on 19.05.2023. The online bid shall be opened
at 3:30 PM on 19.05.2023.
8) Those contractors not registered on the website mentioned above, are required to get
registered beforehand. If needed they can be imparted training on online bidding process
as per details available on the website.
9) The intending bidder must have valid class-III digital signature to submit the bid.
10) The Executive Engineer of any division of CCU, MoEF&CC/CPWD shall receive the
original EMD for tender of other division/ Divisions.
11) Copy of Enlistment Order and certificate of work experience and other documents as
specified in the bid document shall be scanned and uploaded to the e-tendering website
within the period of bid submission. However certified copy of all the scanned and
uploaded documents as specified in the bid document shall have to be submitted by the
lowest bidder only physically in the office of tender opening authority as and when directed
by Engineer-in-charge. Online bid documents submitted by intending bidders shall be
opened only of those bidders, whose all documents scanned and uploaded are
found in order including scanned copy of EMD & receipt of Deposition of EMD.
13) Contractor can upload documents in the form of JPG format and PDF format.
14) 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”.
15) 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).
16) The required documents meeting the criteria to qualify as “approved and eligible
contractors of CPWD” along with other documents as mentioned under para “List of
Documents to be scanned and uploaded within the period of bid submission” below, as
uploaded by the agency and hard copies received subsequently shall be checked. The
financial bid of only those agencies shall be opened who are found to be eligible agencies,
as per this NIT.
17) The department reserves the right to reject any prospective bid without assigning any
reason.
18) 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.
19) While submitting the revised bid, contractor can revise the rate any number of times but
before last time and date of submission of bid as notified.
20) In case of composite tenders, the contractor submitting the tender should read all the three
Parts of the tender viz. Part-A, B & C, which are containing schedule of quantities,
additional & special conditions, additional specifications, particular specification and other
terms and conditions given in the NIT and drawings for Major as well as Minor component
of work. Details of these parts are summarized as under:
24) After acceptance of the tender 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 in-charge of minor components. One such
signed set of agreement shall be handed over to EE in charge of minor component. EE
in charge of major component will operate part A, B and D (Annexure A) of the
agreement. EE in charge of minor component(s) shall operate Part A, C and D
(Annexure-B) of the agreement.
25) The main contractor has to enter into agreement with the contractor(s) associated by
him for execution of minor component(s). Copy of such agreement shall be submitted
to EE in charge of minor component as well as to EE in charge of major component. In
case of change of associate contractor, the main contractor has to enter into
agreement with the new contractor associated by him.
26) Tenders with any condition including that of conditional rebates in the tender document
shall be rejected forthwith.
27) The online percentage rate(s) must be quoted in decimal coinage. Amount shall be
calculated and rounded in full rupees by ignoring fifty paisa and considering more than
fifty paisa as rupee one.
29) The contractor shall have to execute guarantee bonds in respect of Stone work, water
supply, sanitary installation & drainage works, water proofing works, CPVC and
Aluminum Works as per Performa at Annexure- I & VI (Page No. 64-69).
30) GST on materials as applicable shall be paid by the contractor himself. The contractor
shall quote his rates considering all such taxes.
31) Attention is also drawn to Clauses 6 and 7 of General Condition of Contract for CPWD
works 2020 for construction works, which prescribes the procedure for computerized
recording of measurement and preparation of bill by contractor.
32) Intending bidder may submit physical mile stone on the basis of their resources and
methodology at the time of tendering as indicated in the “Schedule F”, otherwise it will
be assumed that agency is agreeable to physical milestones mentioned in the table.
34) Payment for the items with less use of materials beyond permissible limits as
mentioned in Schedule ‘F’ of Part-A & C shall not be made to contractor.
35) List of Documents to be scanned and uploaded within the period of bid
submission:
a) Insurance Surety Bond / Treasury Challan/ Demand Draft/ Pay Order or Banker’s
Cheque/ Deposit at Call Receipt/ FDR/ Bank Guarantee of any Scheduled Bank
against EMD
b) Valid Enlistment Order of the CPWD registered Contractor in appropriate class of
composite/B&R category.
c) Receipt of deposition of original EMD to division office of any Executive Engineer,
CPWD (including NIT issuing EE).
d) GST registration Certificate of the state in which the work is to be taken up, if
already obtained by the bidder.
If the bidder has not obtained GST registration in the state in which the work is to be
taken up, or as required by GST authorities, then in such a case the bidder shall
scan and upload following undertaking along with other bid documents.
“If work is awarded to me, I/We shall obtain GST registration certificate of the state, in
which work is to be taken up, 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 a/c of the work executed and/ or for any action taken by
CPWD or GST department in this regard.
Executive Engineer
Note:
i) The Executive Engineer receiving EMD in original form shall examine the EMD deposited by the bidder
and shall issue a receipt of deposition of earnest money to the agency in a given format uploaded by
tender inviting EE. The receipt may be issued by the EE/AE(P)/AE/AAO.
ii) The Executive Engineer receiving original EMD shall also intimate tender inviting Executive Engineer
about deposition of EMD by the agency by email ([email protected] ).
iii) The original EMD receiving Executive Engineer shall release the EMD after verification from the e-
tendering portal website (www.tenderwizard.com>tenderfree view> advance search>awarded tenders)
that the particular contractor is not L-1 tenderer and work is awarded.
iv) The tender inviting Executive Engineer will call for original EMD of the L-1 tenderer from EMD receiving
Executive Engineer immediately after opening the bids.
1 Percentage rate bids are invited on behalf of President of India from approved and
eligible contractors of CPWD in appropriate class for the work of “Construction of Type-
II, Type-III, Type-IV & Type-V Quarters, Scientist Hostel, Field Hostel, Auditorium and
Administrative Block including Development Works for G.B. Pant Institute of
Himalayan Environment & Development (GB Pant) at Srinagar, Garhwal” .
The enlistment of the contractors should be valid on the last date of submission of bids.
In case the last date of opening of bid is extended, the enlistment of contractor should be
valid on the original date of opening of bids.
The work is estimated to cost Rs. 36,80,99,822/- (Civil: Rs.33,26,00,714/- + Elect.: Rs. 3,54,99,108/-)
This estimate, however, is given merely as a rough guide.
The authority competent to approve NIT for the combined cost and belonging to major
discipline will consolidates NITs for calling the bids. He will also nominate division, which
will deal with all matters relating to the invitation of bid.
1.1 For composite tender, besides indicating the combined estimated cost put to tender,
should clearly indicates the estimated cost of each component separately. The eligibility
of tenderer will correspond to the combined estimated cost of different components put to
tender.
1.2 Online bid documents submitted by intending bidders shall be opened only of those
bidders, whose “EMD Deposition receipt, Cost of Bid Document and e-tender
Processing Fee” and “other documents including eligibility documents as required as per
this NIT” are found in order.
The financial bid of only those agencies shall be opened who are found to be eligible
agencies, as per this NIT.
2. Agreement shall be drawn with the successful bidder on prescribed Form No. CPWD 7
which is available as a Govt. of India Publication. 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 24 months from the date of start as
defined in schedule ‘F’ or from the first date of handing over of the site, whichever is
later, in accordance with the phasing, if any, indicated in the bid documents.
4. (i) The site for the work is available.
(ii) The site is situated on hill. First the approach road is to be constructed and
construction of approach road is included in scop of this work.
(iii) The architectural and structural drawings for the work are available and will be
supplied according to progress of the work.
6. After submission of the bid the contractor can re-submit revised bid any number of times
7. While submitting the revised bid, contractor can revise the rate of one or more item(s)
any number of times (he need not re-enter rate of all the items) but before last time and
date of submission of bid as notified.
8. Details of Earnest Money in the form of Insurance Surety Bond or Treasury Challan or
Demand Draft or Pay order or Banker`s Cheque or Deposit at Call Receipt or Fixed
Deposit Receipt (drawn in favour of Executive Engineer, CED-II, CCU, MoEF&CC, New
Delhi) shall be scanned and uploaded to the e-tendering website within the period of bid
submission. The original EMD should be deposited either in the office of Executive
Engineer inviting bids or division office of any Executive Engineer, CPWD/CCU,
MoEF&CC within the period of bid submission. (The EMD documents shall only be
issued from the place in which the office of receiving division office is situated). The EMD
receiving Executive Engineer (including NIT issuing EE) 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.
The receipt shall also be uploaded to the e-tendering website by the intending bidder up
to the specified bid submission date and time.
A part of earnest money is acceptable in the form of bank guarantee also. In such case,
minimum 50% of earnest money or Rs. 20 lac, whichever is less, shall have to be
deposited in shape prescribed above, and balance may be deposited in shape of Bank
Guarantee of any scheduled bank having validity for 90 days or more from last date of
receipt of bids which is to be scanned and uploaded by the intending bidders.
9. Copy of Enlistment Order and certificate of work experience and other documents as
specified in the bid document shall be scanned and uploaded to the e-tendering website
within the period of bid submission. However, certified copy of all the scanned and
uploaded documents as specified in the bid document shall have to be submitted
by the lowest bidder physically in the office of tender opening authority as and
when directed by Engineer-in-charge.
Online bid documents submitted by intending bidders shall be opened only of those
bidders, whose all documents scanned and uploaded are found in order.
10. The bid submitted shall be come invalid and e-tender processing fee shall not be
refunded if:
(i) The bidder is found in eligible.
(ii) The bidder does not deposit original EMD with division office of any Executive
Engineer, CPWD/CCU, MoEF&CC.
(iii) The bidder does not upload all documents (including GST registration/ undertaking)
as stipulated in the bid document.
(iv) If any discrepancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted physically by the lowest bidder in the
office of tender opening authority.
(v) If a tenderer quotes nil rates against each item in item rate tender or does not quote any
percentage above/ below on the total amount of the tender or any section/ sub-head in
percentage tender, the tender shall be treated as invalid and will not be considered as
11. The contractor whose bid is accepted will be required to furnish performance guarantee
of 5% (Five Percent) of the accepted tendered amount within the period specified in
Schedule F. This guarantee shall be in the form of cash (in case guarantee amount is
less than Rs. 10,000/-) or Insurance Surety Bond or Deposit at Call receipt of any
scheduled bank/Banker’s cheque of any scheduled certificate signed & uploaded
bank/ Demand Draft of any scheduled bank/ Pay order of any Scheduled Bank of any
scheduled bank (in case guarantee amount is less than Rs. 1,00,000/-) or Government
Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the
State Bank of India in accordance with the prescribed form. In case the contractor fails to
deposit the said performance guarantee within the period as indicated in Schedule ‘F’
including the extended period if any, then the Earnest Money deposited by the
contractor shall be forfeited automatically without any notice to the contractor. The
contractor whose bid is accepted, will also be required to furnish either copy of applicable
licenses/ registrations or proof of applying for obtaining labour licenses, registration with
EPFO, ESIC and BOCW Welfare Board and Programme Chart (Time and Progress)
within the period specified in Schedule-F.
12. 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, 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
bidder 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 bidder shall be responsible for arranging and maintaining at his own cost all
materials, tools & plants, water, electricity access, facilities for workers and all other
Services required for executing the work unless otherwise specifically provided for in the
contract documents. Submission of a bid by a bidder implies that he has read this notice
and all other contract documents and has made himself aware of the scope and
specifications of the work to be done and of conditions and rates at which stores, tools
and plant, etc. will be issued to him by the Government and local conditions and other
factors having a bearing on the execution of the work.
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 condition all 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 to
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 bidder shall be bound to perform the
same at the rate quoted.
16. GST or any other tax applicable in respect of inputs procured by the contractor for
this contract shall be payable by the Contractor and Government will not entertain
any claim whatsoever in respect of the same.
18. The bid for the works shall remain open for acceptance for a period of a period of thirty
(30) days from the date of opening of bids. If any bidder withdraws his bid before the
said period or issue of letter of acceptance, whichever is earlier, or makes any
modifications in the terms and conditions of the bid which are not acceptable to the
department, then the Government shall, without prejudice to any other right or remedy,
be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the bidder
shall not be allowed to participate in there bidding process of the 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 part of the bid as uploaded at the time of invitation of bid
and the rates quoted online at the time of submission of bid and acceptance thereof
together with any correspondence leading thereto.
Part A: CPWD-6, CPWD-7 including schedule A to F for major and minor component of the
work, Standard General Conditions of Contract for CPWD 2020 for construction work
as amended/ modified upto last date of submission of bid.
20.1.3 The bidders must associate with himself, agencies of the appropriate class eligible to bid
for each of the minor component individually. The eligible bidders shall quote rates for all
items of major component as well as for all items of minor components of work.
20.1.4 After acceptance of the bid by competent authority, the EE in charge of major component
of the work shall issue letter of award on behalf of the President of India. After the work is
awarded, the main contractor will have to enter into one agreement with EE in-charge of
major component and has also to sign two or more copies of agreement depending upon
number of EE in-charge of minor components. One such signed set of agreement shall
be handed over to EE in-charge of minor component. EE of major component will
operate Part-A and Part-B of the agreement. EE in-charge of minor component(s) shall
operate Part-C alongwith Part-A of the agreement.
20.1.5 Entire work under the scope of composite bid including major and all minor components
shall be executed under one agreement.
20.1.6 Security Deposit will be worked out separately for each component corresponding to the
estimated cost of the respective component of works. The Earnest Money will become
part of the security deposit of the major components of work.
20.1.7 The main contractor has to associate agency(s) for minor component(s) conforming to
eligibility criteria as defined in the tender document and has to submit detail of such
agency(s) to Engineer-in-charge of minor component(s) within prescribed time. Name of
the agency(s) to be associated shall be approved by Engineer-in-charge of minor
component(s).
20.1.8 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
minor component. 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.
20.1.9 The main contractor has to enter into agreement with the contractor(s) associated by him
for execution of minor component(s). Copy of such agreement shall be submitted to
EE/DDH in charge of each minor component as well as to EE in-charge of major
component. In case of change of associate contractor, the main contractor has to enter
into agreement with the new contractor associated by him.
20.1.10 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.
20.1.12(B) 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.
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
Name of Work: Construction of Type-II, Type-III, Type-IV & Type-V Quarters, Scientist
Hostel, Field Hostel, Auditorium and Administrative Block including
Development Works for G.B. Pant Institute of Himalayan Environment
& Development (GB Pant) at Srinagar, Garhwal.
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
& 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, designs, drawings and instructions in writing
referred to inRule-1 of General Rules and Directions and in Clause 11 of the
Conditions of contract and with such materials as are provided for, by, and in respects
in accordance with, such conditions so far as applicable.
We agree to keep the tender open for a period of thirty (30) days from the date of
opening of bids and not to make any modifications in its terms and conditions.
Dated:
Signature of Contractor Postal Address
Witness:
Address:
Occupation:
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:-
a)
b)
c)
Dated
Signature
Designation
SCHEDULE ‘B’
Schedule of materials to be issued to the contractor.
SCHEDULE ‘C’
Tools and plants to be hired to the contractor
S.No. Description Hire charges Place of issue Per day
(1) (2) (3) (4)
----Nil----
SCHEDULE ‘D’
Extra schedule for specific requirements/ documents for the work, if any.
Civil work:
SCHEDULE ‘E’
Reference to General General Conditions of Contract 2020 for Construction
Conditions of Contract Works in CPWD as amended /modified upto the last
date of submission of Bid
1.1 Name of Work: “Construction of Type-II, Type-III, Type-IV & Type-V Quarters,
Scientist Hostel, Field Hostel, Auditorium and Administrative Block including
Development Works for G.B. Pant Institute of Himalayan Environment &
Development (GB Pant) at Srinagar, Garhwal”.
2(vi) Standard CPWD Contract (Civil & electrical) CPWD Form 7 modified and
Amended up-to last date of online
submission of bids.
Clause-5.1 Rate of recovery for delay in submission of the Rs. 5000 per day
Time and Progress Chart and Progress Report
Clause-5.4 Rate of recovery for delay in submission of the Rs. 5000 per day
modified programme in terms of delay days:
Clause- 6 Clause applicable- 6 or 6A 6A, Applicable
Clause- 7 Gross work to be done together with net (i) Rs.125 lacs (Civil)
payment / adjustment of advances for material (ii) Rs.25 lacs (Elect.)
collected, if any, since the last such payment
for being eligible to interim payment.
Clause25:
Conciliation and Arbitration
Conciliator: : ADG, CPWD / CE, CCU, MoEF&CC
Arbitrator Appointing Authority : CE, CCU, MoEF&CC
The Executive Engineer, CED-II, CCU will present the case.
Place of Arbitration : Delhi
Note: No party shall be represented before the Concialator by an Advocate/ legal council
etc.
CLAUSE32
Requirement of Technical Representative(s) and Recovery Rate
Cost of Requirement of Technical Minimum Designation Rate at which recovery
work staff Experience shall be made from the
(Rs. In Qualification Number (Years) contractor in the event
crore) (of Civil + Electrical of not fulfilling provision
Component) of clause36 (i)
More Graduate 1 20 (and having Project Rs.60,000/-
Experience of Manager Per month
Than Engineer One similar
Rs. 20 Nature of work)
Cr to
Rs. 50 Graduate 1 12 (and having Deputy Project Rs.40,000/-
crore Engineer Experience of Manager Per month
One similar Per person
Nature of work)
Graduate 1+1 5 Project/ Site Rs.25,000/-
Engineer Or 10 Engineer Per Month
Or Diploma Respectively Per person
Engineer
Graduate 1+1 2 Project/ Rs.15,000/-
Engineer Or Planning/ Per month
quality/
Or 5 Billing Per person
Engineer
Diploma Respectively
Engineer
Note:
Clause-38:-
i) Schedule/Statement for determining As per Delhi Schedule of Rates 2021
Theoretical quantity of cement & bitumen with amendments upto last of
on the basis of Delhi Schedule of Rates bid submission
Note: Intending tenderer may submit physical activities/ milestones on the basis of their
resources and methodology at the time of tendering corresponding to physical milestones/
stages as indicated in the above table. These shall be formed part of agreement after
approval of the accepting authority, otherwise it would be assumed that agency agrees
with the above mentioned physical milestones
4) The proposed building work is a prestigious project and quality of work is of paramount
importance. Contractor shall have to engage well experienced skilled labour and deploy modern
T&P and other equipment to execute the work. Many items like stone masonry & stone cladding
work, stone flooring, flooring work, wood work, precast RCC coffers, polysulphide / silicone
sealant & other specialized works will specifically require engagement of skilled workers having
experience particularly in execution of such items.
5) The tenderer shall acquaint himself with the proposed site of work, its approach roads, working
space available etc. before quoting his rates and no claim on this account shall be entertained by
the department.
6) The contractor(s) shall get himself acquainted with nature and extent of the work and satisfy
himself about the availability of materials from kiln or approved quarries for collection and
conveyance of materials required for construction.
7) The 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. No payment shall be made on this account and the quoted rates shall be deemed to be
inclusive of all such activities.
8) The building work shall be carried out in the manner complying in all respects with the
requirements of the relevant bylaws and regulations of the local body under the
jurisdiction of which the work is to be executed or as directed by the Engineer-in-charge
and nothing extra shall be paid on this account.
12) The works shall be carried out in accordance with the Architectural drawings and structural
drawings, to be issued from time to time by the Engineer-in-Charge or as mentioned in detailed
program chart submitted by the contractor after award of work. Before commencement of any
item of work, the contractor shall correlate all the relevant architectural and structural drawings
issued for the work and satisfy himself that the information available thereof is complete and
unambiguous. The discrepancy, if any shall be brought to the notice of the Engineer-in-Charge
before execution of the work. The contractor alone shall be responsible for any loss or damage
executing by the commencement of work on the basis of any erroneous and or incomplete
information.
13) The Architectural drawings given in the tender, if any, other than those indicated in nomenclature
of items are only indicative of the nature of the work and materials/fixings involved unless and
otherwise specifically mentioned. However, the work shall be executed in accordance with the
drawings duly approved by the Engineer-in-Charge.
14) Other specialized agencies will also simultaneously execute and install the works of sub-station /
generating sets, air-conditioning, lifts, etc. for the work and the contractor shall afford
necessary facilities for the same. The contractor shall leave such recesses, holes, openings
trenches etc. as may be required for such related works for which inserts, sleeves, brackets,
conduits, base plates, clamps etc. shall also be fixed at time of casting of concrete, stone work
and brick work, if required, and nothing extra shall be payable on this account.
15) The contractor shall conduct work so as not to interfere with or hinder the progress or completion
of the work being performed by other contractor(s) or by the Engineer-in-Charge and shall as far
as possible arrange his work and shall place and dispose of the materials being used or
removed so as not to interfere with the operations of other contractor or he shall arrange his work
with that of the others in an acceptable and coordinated manner and shall perform it in proper
sequence to the complete satisfaction of others.
16) Some restrictions may be imposed by the security agencies /client on the working and on
movement of labour, materials etc in the campus/site and may require to issue identity cards to
all persons authorized by contractor to do work / visit the work site. The contractor shall be
bound to follow all such restrictions / instructions and no claim whatsoever shall on this
24) The rates for all items shall be considered as inclusive of pumping/baling out water, if
necessary, for which no extra payment shall be made. Those conditions shall be
considered to include water from any source such as inflow of flood, rain water, surface
drainage, sewerage or due to any other reason including surface and sub-soil water etc.
and shall apply to the executionin any season.
25) The contractor(s) shall study the soil investigation report (indicative only) for the site,
available in the office of the Engineer-in-charge and satisfy himself about complete
characteristics of soil and other parameters at site. However, no claim on the alleged
inadequacy or incorrectness of the soil data supplied by the department shall be
entertained.
26) The work shall be executed and measured as per metric dimensions given in the Schedule of
quantities, drawings etc. (FPS units wherever indicated are for guidance only).
27) Unless otherwise specified in the schedule of quantities, the rates tendered by the
32) The contractor shall maintain in perfect condition, all portions executed till completion of the
entire work allotted to him. Where however phased delivery of work is contemplated these
provisions shall apply separately to each phase.
33) 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.
34) The contractor(s) shall take instructions from the Engineer-in-Charge regarding collection and
stacking of materials at any place. No excavated earth or building rubbish shall be stacked on
areas where other buildings, roads, services and compound walls are to be constructed. The
stacking shall take place as per stacking plan however, if any change is required, the same shall
be done with the approval of Engineer-in-Charge.
35) The Contractor shall bear all incidental charges for all type of cartage/carriage upto
execution site, storage and safe custody of materials issued by department/arranged by
the contractor.
36) The terms machine batched, machine mixed and machine vibrated concrete used elsewhere in
agreement shall mean the concrete produced in concrete batching and mixing plant and if
necessary, transported by transit concrete mixers, placed in position by the concrete pumps,
37) The cost of flooring is inclusive of providing sunken flooring in bath-rooms, kitchen, etc.
and nothing extra on this account shall be payable.
38) Any legal or financial implications resulting out of carriage of earth from outside or
disposal of earth shall be sole responsibility of the contractor. Nothing extra shall be paid
on this account.
39) No chase cutting/dismantling of plaster/RCC/CC shall be allowed, so contractor has to execute
the electrical work accordingly. The work should be planned in a systematic manner so that
chase cuttings in the walls, ceilings and floors are minimized. Wherever absolutely essential, the
chase shall be cut using chase cutting machines. Chases will not be allowed to be cut using
hammer / chisel. The electrical boxes should be fixed in walls simultaneously while raising the
brick work. The contractor shall ensure proper coordination of various disciplines viz. sanitary &
water supply, electrical, fire- fighting and any other services.
40) The work of water supply, internal sanitary installations and drainage, firefighting etc.
shall be carried out as per the bylaws of the Municipal Corporation or any other local body
and the contractor shall produce necessary completion certificates from such authority
after completion of work.
41) In case of local Municipal regulations / restrictions by client /non-availability space at site
if huts for labours are not allowed to be erected at the site of work, the contractor shall be
required to provide such accommodation at suitable place at his own cost and nothing
extra shall be paid on this account.
42) Any cement slurry added over base surface for continuation of concerting for better bond
is deemed to have been built in the items and nothing extra shall be payable and no extra
cement considered in consumption on this account.
43) Existing drains, pipes, cables, over-head wires, sewer lines, water lines and similar service
encountered in the course of the execution of work shall be protected against the damage
by the contractor at his own expense. In case the same are to be removed and diverted. The
same shall be payable to the contractor. The contractor shall work out the cost and the same
shall be approved by Engineer-in-Charge. The contractor shall not store materials or otherwise
occupy any part of the site in a manner likely to hinder the operation of such services.
44) The contractor shall be responsible for the watch and ward / guard of the buildings safety,
fittings and fixtures provided by him against pilferage and breakage during the period of
installations and thereafter till the building is physically handed over to the department.
No extra payment shall be made on this account.
(i) Contractor shall provide permanent bench marks and other reference points for the proper
execution of work and these shall be preserved till the end of work. All such reference
points shall be in relation to the levels and locations, given in the Architectural and
plumbingdrawings and direction of Engineering-in-Charge.
(ii) The contractor shall establish, maintain and assume responsibility for grades, lines, levels
and bench marks. He shall report any errors or inconsistencies regarding grades, lines,
levels, dimensions to the Engineer-in-Charge before commencing work. Commencement
(iii) If at any time, any error in this respect shall appear during the progress of the work,
the contractor shall, at his own expense rectify such error if so required to the
satisfaction of the Engineer-in-Charge. Nothing extra shall be payable on this
account.
(iv) Though the site levels may be indicated in the drawings the contractor shall ascertain
himself and confirm the site levels with respect to GTS bench mark from the concerned
authorities.
(v) The approval by the Engineer-in-Charge of the setting out by the contractor shall not
relievethe contractor of any of his responsibilities.
(vi) The contractor shall be entirely and exclusively responsible for the horizontal, vertical and
other alignment, the level and correctness of every part of the work and shall rectify
effectively any errors or imperfections therein. Such rectifications shall be carried out by the
contractor at his own cost to the instructions and satisfaction of the Engineer-in-Charge.
(iv) If at any time, it appears to the Engineer-in-Charge that the actual progress of work does
not conform to the approved programme referred above, the contractor shall produce a
revised programme showing the modifications to the approved programme to ensure
completion of the work. The modified schedule of programme shall be approved by the
Engineer-in-Charge. Non-submission of such revised programme shall attract the
recoveries as mentioned in the Schedule-F of the tender document. For Periodic
inspections of the local body and on completion of works, the Contractor shall procure
approvals and local body completion certificates.
(v) The submission for approval by the Engineer-in-Charge of such programme or the
furnishing of such particulars shall not relieve the contractor of any of the duties or
(i) Contractor shall within two weeks of award of work, submit to the Engineer-in-Charge
for his approval, list of measures for maintaining safety of manpower deployed for
construction.
(ii) The contractor(s) shall erect the barricading of Precoated galvanized iron profile
sheet with proper structural support of 6-meter height enclosing the full area of
constructions as per direction of Engineer-in-charge, and nothing extra will be
payable on this account.
(iii) Entry to the site shall be controlled for proper security of man and materials and to avoid
accidents.
(iv) Necessary personal protective and safety equipment’s such as helmet, safety shoes &
harness, gloves etc. shall be provided to the all-site Engineers, Supervisory staff, labour and
technical staff of the contractor by the Contractor at his own cost and to be used at site.
(v) The Contractor(s) shall take all precautions to avoid accidents by exhibiting necessary
caution boards, day & night speed limit boards, red flags, red lights and providing barriers.
He shall be responsible for all damages and accidents caused to existing/new work due to
negligence on his part. No hindrances shall be caused to traffic during the execution of the
work.
(vi) In case of any accident of labours/ contractual staff’s the entire responsibility will rest on the
part of the contractor and any compensation under such circumstances if becomes payable
the same shall be entirely borne by the contractor and department shall have no role on this
account.
(vii) It shall be ensured by the contractor that no electric live wire is left exposed or unattended to
avoid any accidents in this regard.
(viii) Any trenching and digging for laying sewer lines/water lines/cables etc. shall be commenced
by the contractor only when all men, machineries and materials have been arranged and
closing of the trench(s) thereafter shall be ensured within the least possible time.
(ix) For facia work, outer finishing and other RCC works etc. double steel scaffolding having two
sets of vertical supports with steel staircase for inspection of works by engineer in charge
shall be used. The supports shall be sound and strong, tied together with horizontal piece
over which scaffolding planks shall be fixed.
(x) The contractor shall have to work in pandemic / epidemic conditions such as COVID 19 for
which he has to make safety arrangement / measures for the workers / staff and for the
premises meant for them, as per guidelines issued by Government and directions issued by
(iii) Similarly, the contractor shall submit brand/make of various materials to be used for the
approval of the Engineer-in-Charge along with samples and once approved, he shall stick to
it. Any change will have to be got approved from engineer in charge in adv
(iv) The contractor shall depute Quality Engineer exclusively for enforcement of quality control.
For other staff to be deployed for quality assurance, the contractor may refer to clause 32
underschedule “F”.
(v) The contractor shall ensure quality control measures on different aspects of construction
including materials, workmanship and correct construction methodologies to be adopted. He
shall have to submit quality assurance programme within two weeks of the award of work.
The quality assurance programme should include method statement for various items of work
to be executed along with check lists to enforce quality control.
(vi) Wherever work is specified to be done through specialized agencies, their names shall be
got approved well in advance from Engineer in charge. Failure to do so shall not justify delay
in execution of work. It is suggested that immediately after award of work, contractor should
negotiate with concerned specialist agencies and send their names for approval to Engineer
in charge within 10 days of issue of letter of award of work
(vii) The contractor shall provide at his own cost suitable weighing and measuring arrangements
at site for checking the weight / dimensions as may be necessary for execution of work. The
sealed samples are to be handed over to the testing lab by contractor in the presence of
Junior Engineer/Assistant Engineer-in-Charge of work.
(viii) Samples of various materials required for testing shall be provided free of charges by
the contractor.
(ix) Testing charges to be borne by contractor. All expenditure to be incurred for testing
of samples e.g. packaging, sealing transportation, loading, unloading etc. including
testing charges shall be borne by the contractor.
(x) The contractor or his authorized representative shall associate in collection, preparation,
forwarding and testing of such samples. In case, he or his authorized representative is not
present or does not associate him, the results or such tests and consequences thereon shall
be binding on the contractor.
(xi) For certain items, if frequency of tests not mentioned in the CPWD Specifications and then
relevant IS code shall be followed and tests shall be carried out as per the frequency
specified therein.
(xiv) 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.
(xv) The contractor shall get the source of all other materials, not specified elsewhere in the
document, approved from the Engineer-in-Charge. The contractor shall stick to the approved
source unless it is absolutely unavoidable. Any change shall be done with the prior approval
of the Engineer-in-Charge for which tests etc. shall be done by the contractor at his own
cost. Similarly, the contractor shall submit brand/ make of various materials not specified in
the agreement, to be used for the approval of the Engineer-in-Charge along with samples
and once approved, he shall stick to it.
(xvi) The contractor shall get the water tested with regard to its suitability and conforming
to the relevant IS Code. The contractor shall obtain written approval from the
Engineer-in- Charge before he proceeds by using the same for execution of work. The
water testing charges shall be borne by the contractor. If tube well water is not
suitable, the contractor shall arrange Municipal water or from any other source at his
own cost and nothing extra shall be paid on this account. The water shall be got
tested at frequency specified in latest CPWD Specifications / BIS Code.
(xvii) The Stone aggregate/stone, sand shall be brought from any quarries subjected to the said
materials conforming to CPWD specifications.
(xviii) The gradation of fine sand to be used in plaster work shall be strictly as per CPWD
Specifications 2019, conforming to IS:1542-1977. The plastered surface shall be fairly
smooth without any undulation of any kind for applying paint/white wash.
(xx) The contractor shall submit shop drawings of staging and shuttering arrangement,
(xxi) The contractor shall invariably prepare the samples of finishing items i.e. flooring of different
types, external & internal finishing i/c colour scheme of paint, tiles in dado, flooring in
platforms & staircase, water supply & sanitary fittings and any other item as per direction of
Engineer-in-charge. The contractor shall proceed with further finishing items only after
getting the samples of these items approved in writing from Engineer-in-charge. Toilets and
in case of construction of hostel building, one sample room with toilet complete in all shape
for each category, shall be prepared by the contractor and got approved from Engineer-in-
charge in writing. The contractor shall be allowed to proceed with further quarters only after
getting the sample quarters approved in writing from Engineer-in-charge No extra claim
whatsoever beyond the payments due at agreement rates will be entertained from the
contractor on this account.
(xxii) The construction joints shall the provided in predetermined locations only as decided
by Engineer in charge. The cost of shuttering for these construction joints shall be
included in item of Concrete work / RCC work and nothing extra shall be payable on
this account to the contractor.
(xxiii) Water tanks, taps, sanitary, water supply and drainages pipes, fittings and accessories
should conform to the specifications provided in bidding documents. The contractor(s)
should engage approved, licensed plumbers for the work and get the materials
(fixtures/fittings) tested, by the municipal Body/Corporation authorities, wherever required, at
his own cost. The Contractor(s) shall submit for the approval to the Engineer-in-Charge the
name of the plumbing agency proposed to be engaged by him.
(xxiv) All the hidden items such as water supply lines, drainage pipes, conduits, sewers etc. are to
be properly tested as per the design conditions submitted before covering.
(xxv) The contractor shall give a performance test of the entire installation(s) as per
standing specifications before the work is finally accepted by making his own
arrangements for water supply, electricity etc. and nothing extra whatsoever shall be
payable for the same.
(xxvi) The agency shall submit all the original GST Bill and eway bills of all the materials
procured for this work as a proof of the genuinity of the materials.
(xxvii) Door/window frames/shutters and other factory-made materials shall be procured from
reputed and approved manufacturers or their authorized dealers. Decision of Engineer-in-
charge in this regard shall be final and binding.
(xxviii) The contractor shall provide documentation of the total sequence of this project by
way of photography, slides, audio-video recording etc. nothing extra shall by payable
to the contractor on this account.
51. Testing of Materials:
a) Laboratory at site: The contractor shall establish a testing lab at site and provide testing
equipment and materials for the field tests mentioned in the list of mandatory tests given in
CPWD Specifications 2019 Vol. 1 & 2. Nothing extra shall be payable to him on this
account. The representatives of the department shall be at liberty to inspect the
testing facilities at site and conduct testing at random in consultation with Engineer in
Not less than 90% tests for material be performed at site lab with above stated equipment’s,
however at least 10% testing of materials shall be got done from external laboratories.
However, for the tests to be carried out by the external laboratories, the contractor shall
supply free of charge all the materials required for testing, including transportation. If the
tests which were to be conducted in the site laboratory are conducted in other laboratories
for any the reasons the cost of such tests shall be borneby the contractor.
Other Laboratories: The contractor shall arrange carrying out all tests required under the
agreement through the laboratory approved by CE/CCU as per direction of the
Engineer- in-Charge and shall bear all charges in connection therewith including
charges for testing for all materials.
52. Maintenance of Site Registers:
(i) All the registers of tests to be carried out at Construction Site or in outside laboratories is
maintained by the contractor which is issued to the contractor by Engineer-in-charge
(ii) All the Site Registers including Tests registers for tests to be carried out at construction site
or in outside laboratories shall be maintained by the contractor which shall be issued to the
contractor by Engineer-in-Charge in the same manner as being issued to CPWD field staff.
(iii) The various registers to be issued to the contractor are:
Materials at site account register.
Cement register.
Master test registers.
Cube test register.
Paint & chemical register
Drawing register.
Bitumen Register
Road Roller Register
(iv) All the entries in the registers will be made by the designated engineering staff of the
contractor and same should be regularly reviewed by JE/AE/EE.
(v) All samples of materials including cement concrete cubes shall be taken jointly with
contractor by JE and out of this at least 50% samples shall be taken in presence of AE in
charge. If there is no JE, all samples of materials including cement concrete cubes shall be
taken by AE jointly with contractor. All the necessary assistance shall be provided by the
contractor. Cost of sampling & testing are to be borne by the contractor and he shall be
responsible for safe custody of samples to be tested at site/ outside laboratory.
(vi) All the tests in field lab at construction site shall be carried out by the Engineering staff
deployed by the contractor and shall be 100% witnessed by JE and 50% of tests shall be
witnessed by AE –in-Charge. At least 10% of the tests are to be witnessed by the Executive
Engineer.
(vii) Submission of copy of all test registers, material at site register along with each alternate
running account bill and final bill shall be mandatory. These registers should be duly checked
by division office.
a. Ultrasonic Pulse Velocity Method of Test for RCC
(iii) Pulse velocity method of test of concrete is to be conducted for the work as a routine test.
The acceptance criteria as per the above table will be applicable which is as per IS 13311
(part- 1): 1992. From the above “Good” and “Excellent” grading are acceptable and below
these grading the concrete will not be acceptable
(iv) 5% of the total number of RCC members in each category i.e. beam, column, slab and
footing may be tested by UPV test method for establishing quality of concrete. It is
suggested that test be conducted on RCC beam near joint with column, on RCC
column near joint with beam, on RCC footings and rafts. On RCC rafts a suitable grid
can be worked out for determining number of tests. In addition, doubtful areas such
as honeycombed locations, locations, where continuous seepage is observed,
construction joints and visible loose pockets will also be tested.
(v) The test results are to be examined in view of the above acceptance criteria “Good” and
“Excellent” and wherever concrete is found with less than required quality as per acceptance
criteria, repairs to concrete will be made. Honeycombed areas and loose pockets will be
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.
a) Whenever any material brought by the contractor to the site of work is rejected, entry thereof
b) As soon as the material is removed, a certificate to that effect may be recorded by the
AE/AEE against the original entry, giving the date of removal a mode of removal i.e. whether
by truck, carts or by manual labour. If removal is by truck, the registration number of the truck
should be recorded.
c) When it is not possible for the AE/AEE to be present at the site of work at the time of
actual removal of the rejected/sub-standard materials from the site the required
certificate should be recorded by the Junior Engineer and the AE/AEE should
countersign the certificate recorded by the Junior Engineer.
53. AS BUILT DRAWINGS:
On completion of work, the Contractor(s) shall submit at his own cost four prints of “AS
BUILT” drawings to the Engineer-in-Charge within 30 days of completion of work. These
drawings shall have the following information also.
(i) Diameters of all soil waste pipes and vertical stacks with location.
(ii) Ground and invert levels of all drainage pipes together with locations of all manholes
andconnections, up to outfall.
(iii) Diameter of all water supply line with locations of control valves, access panels etc.
Final bill will not be paid and Security Deposit shall not be released until
submission of as built drawings as above.
Note 1: The General conditions detailed above are in addition to additional /special
conditions as specified elsewhere in tender document.
Note 2: Nothing extra shall be paid on the account of these General conditions.
54. Two (2) nos. Inspection Vehicles one Toyota Innova hybrid top model and other SUV
model both not older than 2023 model along with licensed driver, POL, insurance,
repair & maintenance of vehicle for running of average 3000 km per month of each
vehicle and shall be provided by the agency for site inspection during the entire
stipulated completion including extension if any of the work and nothing extra shall
be paid to the agency on this account. In case of failure, recovery @ of Rs 1,50,000/
will be made from running bills.
55. Two laptop apple brands, with latest features and accessories with extended
guarantee for 3 years, as decided by Engineer-in charge to be provided for use on
work.
56. Unless otherwise provided in the schedule of quantities the rates quoted by the
contractor shall be all inclusive and shall apply to all heights, lifts, leads and depths of the
building, working in or under water and/or foul conditions and nothing extra shall be
payable to him on this account. Payment for centering, shuttering, however if required to
be done for floor-to-floor heights greater than 3.5 m shall be admissible at rates arrived at
in accordance with clause-12 of the agreement if not already specified.
57. The contractor shall prepare a sample quarter for each type of quarters, toilets etc. which
shall be complete in all respect wall, flooring, water supply, sanitary fittings, electric
fittings switches, door and windows and other finishes etc. for approval of the client
department and Engineer-in-charge. The contractor shall take the mass work only after
approval of sample quarters/rooms and toilets.
1.1 The contractor shall procure Portland Pozzolana Cement (PPC) conforming to IS: 1489 (Part-1)
/ 43 grade ordinary Portland Cement (OPC) conforming to IS: 269 as required in the work from
reputed manufacturers of cement as mentioned in “List showing preferred brands /
Manufacturers / Makes” or from any other reputed cement manufacture having a production
capacity not less than 1 million Ton per annum as approved by CE, CPWD, Dehradun or his
successor. The cement of approved make as aforesaid in 50 kg bags bearing manufacturer’s
name and ISI marking, along with manufacturers test certificate for each lot shall be procured
by the contractor. However, if the contractor uses higher grade of cement or uses OPC
nothing extra shall be paid. The use of PPC shall be regulated as per the following
conditions.
a) IS:456-2000 Code of Practice for Plain and Reinforced Concrete (as amended upto date)
shallbe followed in regard to Concrete Mix Portion and its production as under:
(i) The concrete mix design shall be done as “Design Mix Concrete” as prescribed in clause-9
of IS 456 mentioned above.
(ii) Concrete shall be manufactured in accordance with clause 10 of above mentioned IS:456
covering quality assurance measures both technical and organizational, which shall also
necessarily require a qualified Concrete Technologist to be available during manufacture of
concrete for certification of quality of concrete.
b) The mechanical properties such as modulus of elasticity, tensile strength, creep and
shrinkage of flyash mixed concrete or concrete using flyash blended cements (PPCs) are
not likely to be significantly different and their values are to be taken same as those used for
concrete made with OPC.
c) To control higher rate of carbonation in early ages of concrete both in flyash admixed as
well as PPC based concrete, water/binder ratio shall be kept as low as possible, which shall
be closely monitored during concrete production.
If necessitated due to low water/binder ratio, required workability shall be achieved by use
of chloride free chemical admixtures conforming to IS:9103. The compatibility of chemical
admixtures and super plasticizers with each set OPC, fly ash and /or PPC received from
different sources shall be ensured by trails.
e) Wet curing period shall be enhanced to a minimum of 10 days or its equivalent. In hot & arid
regions, the minimum curing period shall be 14 days or its equivalent.
g) Till the time, BIS makes it mandatory to print the %age of flyash on each bag of cement, the
certificate from the PPC manufacturer indicating the same shall be insisted upon before
allowing use of such cements in works.
1.2 Supply of cement shall be made in 50 kg. bags bearing manufacturer’s name and ISI marking.
Samples of cement arranged by the contractor shall be taken by the Engineer-in-Charge and
got tested in accordance with provisions of the relevant BIS codes. In case the test results
indicate that the cement arranged by the contractor does not confirm to the relevant BIS code
the same shall stand rejected and shall be removed from the site by the contractor at his own
cost within a week’s time of written order from the Engineer-in-charge to do so.
1.3 The cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided by
the Engineer-in-Charge.
1.4 The cement godown of the capacity to store a minimum of 2000 bags of cement shall be
constructed by the contractor at site of work for which no extra payment shall be made.
1.5 Double lock provision shall be made to the door of the cement godown. The keys of one lock
shall remain with the Engineer-in-charge or his authorized representative and the key of the
other lock shall remain with the contractor. The contractor shall be responsible for the watch
and ward and safety of the cement godown. The contractor shall facilitate the inspection of
the cement godown by the Engineer-in-Charge at any time.
1.6 The cement shall be got tested by the Engineer-in-Charge and shall be used on the work only
after satisfactory test results have been received. The contractor shall supply free of charge the
cement required for testing including its transportation cost to test laboratories. The cost of
tests shall be borne by the contractor:
1.7. The actual issue and consumption of cement on work shall be regulated and proper accounts
maintained as provided in clause 10A of the contract. The theoretical consumption of cement
shall be worked out as per procedure prescribed in clause 38 of the contract and shall be
governed by conditions laid therein. In case the cement consumption is less than theoretical
consumption including permissible variation, recovery at the rate show prescribed shall be
made after ensuring structural soundness and stability on the basis of testing. In case of
excess consumption, no adjustment need to made.
1.8. The cement brought to site and the cement remaining unused after completion of the work
shall not be removed from site without the written permission of the Engineer-in-Charge.
1.9. The damaged cement shall be removed from the site immediately by the contractor on receipt
of a notice in writing from the Engineer-in-Charge. If he does not do show within three days of
receipt of such notice, the Engineer-in-Charge shall get it removed at the cost of the contractor.
1.10. Cement bags shall be stored in separate godowns to be constructed by the contractor at his
own cost as per sketch (which is only indicative and actual size will depend on the site
requirements) given in CPWD specifications with weather proof roofs and walls. Each godown
shall be provided with a single shutter door with two locks. The key of one lock shall remain
with Engineer-in- charge or his authorized representative and that of the other lock with the
authorized agent of the contractor at the site of work so that the cement is issued from the
godown according to the daily requirements with the knowledge of both parties and proper
account for the same is maintained in the standard proforma.
1.11. Separate cement registers showing the receipt of the OPC and PPC shall be maintained
at site. The contractor shall construct separate godowns for storage of OPC & PPC at
site and nothing extra on this account shall be payable.
(i) The cement godown(s) should be properly and effectively double locked, keys of one of the
locks remaining with the department and that of the other with the contractor.
(ii) The pages of the Cement Register should be as per Annexure-30 of CPWD Works Manual
for SOP-2019, machine numbered and each page initialed by the Executive Engineer.
(iii) Periodical checking of cement godown: The cement godown and the Cement Register
should be checked by the Assistant Engineer/Executive Engineer in-charge of the work
asper following schedule:
a) At least weekly or fortnightly, respectively, in case of works at the headquarters of the
Assistant Engineer/Executive Engineer.
b) Whenever they visit the site of work in case of works that are located outside the Sub-
Divisional/Divisional headquarters.
1.13. The contractor shall submit original vouchers from the manufacturer for the total quantity of
cement supplied under each consignment to be used in the work.
2.1 For reinforced cement concrete or pre-stressed concrete works, the reinforcement bars shall
consist of the following grades conforming to IS1786 : 2008 (Indian Standard specification for
high strength deformed steel bars and wires for concrete reinforcement): Fe 500D, Fe 550D.
2.2 The contractor shall obtain manufacture’s certificate stating the process of manufacture, chemical
composition and test sheet giving result of each mechanical test applicable to the material
purchased and submit it to the Engineer-in-charge. Each test certificate shall indicate the number
of the cast to which it applies, corresponding to the number or identification mark to be found on
the material.
2.3 The Engineer-in-Charge shall get each consigning tested for both chemical composition and
physical properties (including bend and re-bend test) as specified in IS:1786 from NABL
accredited laboratory or any Government laboratory.
2.4 Reinforcement bar is one of the most important building materials. Its quality directly affects the
life span, resistance to earthquake and durability of the structure. In order to ensure consistent
quality of rebars, the NIT approving authority may prescribe reputed brands like SAIL, RINL,
Tata, JSW, JSPL in the list of preferred makes. Only corrosion resistant steel rebars shall be
used. The contractor shall have to obtain and furnish test certificates to the Engineer-in-charge in
respect of all supplies of steel brought by him to the site of work.
2.5 Samples shall also be taken and got tested by the Engineer-in-Charge as per the provisions in
this regard in relevant BIS codes. In case the test results indicate that the steel arranged by the
contractor does not conform to the specifications, the same shall stand rejected, and it shall be
removed from the site of work by the contractor at his cost within a week time or written
orders from the Engineer-in-Charge to do so.
2.6 The steel reinforcement bars shall be brought to the site in bulk supply of 50 tonnes or as
decided by the Engineer-in-charge.
2.7. The steel reinforcement shall be stored by the contractor at site of work in such a way as
Size of bar For consignment below 100 For consignment above 100
tonnes tonnes
Under 10mm dia. One sample for each 25 One sample for each 40 tonnes or
bars tonnesor part thereof part thereof
10mm to16mmdia One sample for each 35 One sample for each 45 tonnes or
bars tonnesor part thereof part thereof
Over 16mm diabars One sample for each 45 One sample for each 50 tonnes or
tonnesor part thereof part thereof
2.9. The contractor shall supply free of charge the steel required for testing including transportation to
testing laboratories. The cost of tests shall be borne by the contractor.
2.10. The actual issue and consumption of steel on work shall be regulated and proper accounts
maintained as provided in clause 10A of the contract. The theoretical consumption of steel shall
be worked out as procedure prescribed in clause 38 of the contract and shall be governed by
conditions laid therein. In case the consumption is less than theoretical consumption including
permissible variations recovery at the rate so prescribed shall be made. In case of excess
consumption, no adjustment need to be made.
2.11. Steel brought to site and steel remaining unused shall not be removed from site without the
written permission of the Engineer-in-charge.
2.12. Steel bars brought by the contractor for use in the work shall be got checked from the Engineer-
in-Charge or his authorized representative of the work on receipt of the same at sitebefore use.
2.13. In case the contractor brings surplus quantity of steel the same after completion of the work will
be removed from the site by the contractor at his own cost after approval of the Engineer-in-
Charge.
2.14. Reinforcement including authorized spacer bars and overlaps shall be measured in length of
different diameters, as actually (not more than as specified in the drawing) used in the work,
nearest to a centimeter. Wastage and unauthorized overlaps shall not be measured.
2.15. The standard sectional weights referred to as in Table 5.4 under para 5.3.4 in CPWD
Specifications for works 2019 Vol. 1 will be considered for conversion of length of various sizes
of MS bars, Tor steel bars and TMT bars into standard weight.
2.16. Records of actual sectional weight shall also be kept dia-wise & lot-wise. The average sectional
weight for each diameter shall be arrived at from samples from each lot of steel received at site.
The decision of the Engineer-in-Charge shall be final for the procedure to be followed for
determining the average sectional weight of each lot. Quantity of each diameter of steel received
at site of work each day will constitute one single lot for the purpose. The weight of steel by
conversion of length of various sizes of bars based on the actual weighted average sectional
weight shall be termed as derived actual weight.
2.19. Tolerances on Nominal Mass (individual sample) shall be as per table 5.4A of CPWD
Specification-2019, Vol-I.
2.20. The contractor shall submit original vouchers from the manufacturer for the total quantity ofsteel
supplied under each consignment to be used in the work.
3. SPECIAL CONDITIONS FOR PREVENTION OF AIR POLUTION AS PER DIRECTIVES OF
NATIONAL GREEN TRIBUNAL (NGT):
3.1. The contractor shall not store/dump construction material or debris on metalled road.
3.2. The contractor shall get prior approval from Engineer-in-charge for the area where the
construction material or debris can be stored beyond the metalled road. This area shall not
cause any obstruction to the free flow of traffic/inconvenience to the pedestrians. It should be
ensured by the contractor that no accidents occur on account of such permissible storage.
3.3. The contractor shall take appropriate protection measures like raising wind breakers of 6 meter
height on all sides of the plot/area using precoated CGI sheets to ensure that no construction
material dust fly outside the plot area.
3.4. The contractor shall ensure that all the trucks or vehicles of any kind which are used for
construction purpose or are carrying construction material like cement, sand and other allied
materials are fully covered. The contractor shall take all necessary precautions that the
vehicles are properly cleaned and dust free to ensure that enroute their destination, the dust,
sand or any other particles are not released in air / contaminate air.
3.5. The contractor shall provide mask to every worker working on the construction site and
involved in loading, unloading and carriage of construction material and construction debris to
prevent inhalation of dust particles.
3.6. The contractor shall provide all medical help, investigation and treatment to the workers
involved in the construction of building and carry of construction material and debris relatable
to dust emission.
3.7. The contractor shall ensure that C&D waste is transported to the C&D waste site only and due
record shall be maintained by the contractor.
3.8. The contractor shall ensure compulsory use of wet jet in grinding and stone cutting.
3.9. The contractor shall comply all the preventive and protective environmental steps as stated in
the MoEF guidelines.
3.10. The contractor shall carry out on road inspection for black smoke generating machinery. The
contractor shall use cleaner fuel.
3.11. The contractor shall ensure that all DG sets comply emission norms notified by MoEF.
3.12. The contractor shall use vehicles having pollution under control certificate. The emissions
can be reduced by a large extent by reducing the speed of a vehicle to 20 KMPH. Speed
bumps shall be used to ensure speed reduction. In cases where speed reduction cannot
effectively reduce fugitive dust, the contractor shall divert traffic to nearby paved areas.
3.13. The contractor shall ensure that the construction material is covered by tarpaulin. The
contractor shall take all other precaution to ensure that no dust particles are permitted to pollute
The contractor shall strictly adhere to the following conditions as part of his contractual
obligations:-
4.1 SITE
4.1.1 The contractor shall ensure that all the top soil excavated during construction works is neatly
stacked and is not mixed with other excavated earth. The contractors shall take the clearance
of the Engineer in Charge before any excavation. Top soil should be stripped to a depth of 20
cm (centimeters) from the areas to be disturbed, for example proposed area for buildings,
roads, paved areas, external services and area required for construction activities etc. It shall
be stacked designated areas, covered or stabilized with temporary seeding for erosion
prevention and shall be reapplied to site during plantation, landscaping etc. of the proposed
vegetation. Top soil shall be separated from subsoil, debris and stones larger than 50 mm
diameter. The stored top soil may be used as finished grade for planting areas.
4.1.2 The Contractor should follow the construction plan as proposed by the Architect /
Engineer in Charge to minimize the site disturbance such as soil pollution due to spilling. Use
staging and spill prevention and control plan to restrict the spilling of the
contaminating material on site. Protect top soil from erosion by collection storage and
reapplication of top soil, constructing sediment basin, contour trenching, mulching etc.
4.1.3 No excavated earth shall be removed from the campus unless suggested by Engineer in
Charge. All subsoil shall be reused in backfilling/landscape, etc as per the instructions of the
Engineer in Charge.
4.1.4 The contractor shall not change the natural gradient of the ground unless specifically
instructed by the Engineer in Charge. This shall cover all natural features like water bodies,
drainage gullies, slopes, mounds, depressions, etc. Existing drainage patterns through or into
any preservation area shall not be modified unless specifically directed by the Engineer-in-
charge.
4.1.5 The contractor shall not carry out any work which results in the blockage of natural
drainage.
4.1.6 The contractor shall ensure that existing grades of soil shall be maintained around existing
vegetation and lowering or raising the levels around the vegetation is not allowed unless
specifically directed by the Engineer-in-charge
4.1.7 Contractor shall reduce pollution and land development impacts from automobiles use during
construction.
4.1.8 Overloading of trucks is unlawful and creates the erosion and sedimentation problems,
especially when loose materials like stone dust, excavated earth, sand etc. are moved.
Proper covering must take place. No overloading shall be permitted.
4.1.10 Agency/contractor shall not dump the construction material on the metaled road and shall keep
the construction material on the physically demarcated space by the Engineer-in- Charge.
4.1.11 All the building material responsible for pollution shall be brought at site from sources
covered by tarpaulin and shall take all precautionary measure to ensure that no dust
particles are permitted to pollute the air quality, failure of which Agency shall be liable to pay
damages as decided by Engineer-in-Charge. The decision of Engineer-in-Charge shall be
final & binding.
4.3.1 The contractor shall ensure that no trees, existing or otherwise, shall be harmed and
damage to roots should be prevented during trenching, placing backfill, driving or parking
heavy equipment, dumping of trash, oil, paint, and other materials detrimental to plant health.
These activities should be restricted to the areas outside of the canopy of the tree, or, from a
safe distance from the tree/plant by means of barricading. Trees will not be used for support;
their trunks shall not be damaged by cutting and carving or by nailing posters, advertisements
or other material. Lighting of fires or carrying out heat or gas emitting construction activity within
the ground, covered by canopy of the tree is not to be permitted.
4.3.2 The contractor shall take steps to protect trees or saplings identified for preservation within
the construction site using tree guards of approved specification.
4.3.3 Contractor should limit all construction activity within the specified area as per the
Construction Management Plan (CMP) approved by Engineer in Charge.
4.3.4 The contractor shall avoid cut and fill in the root zones, through delineating and fencing the drip
line (the spread limit of a canopy projected on the ground) of all the trees or group of trees.
Separate the zones of movement of heavy equipment, parking, or excessive foot traffic from
the fenced plant protection zones.
4.3.5 The contractor shall ensure that maintenance activities during construction period shall be
performed as needed to ensure that the vegetation remains healthy.
4.3.6 Contractor shall be required to develop and implement a waste management plan,
quantifying material diversion goals. He shall establish goals for diversion from disposal in
landfills and incinerators and adopt a construction waste management plan to achieve these
goals. A project-wide policy of nothing leaves the Site, should be followed, in such a case when
strictly followed, care would automatically be taken in ordering and timing of materials such
that excess does not become waste. The Contractor ingenuity is especially called towards
meeting this prerequisite/ credit (as per 5 star rating of GRIHA/ GHAR CPWD). Consider
recycling cardboard, metal, brick, acoustical tile, concrete, plastic, clean wood, glass,
4.3.8 The contractor shall provide potable water for all workers.
4.3.9 The contractor shall provide the minimum level of sanitation and safety facilities for the
workers at their camp/labour site. The contractor shall ensure cleanliness of workplace with
regard to the disposal of waste and effluent; provide clean drinking water and latrines and
urinals as per applicable standard. Adequate toilet facilities shall be provided for the workman
within easy access of their place of work. The total no. to be provided shall not be less than 1
per 30 employees in any one shift. Toilet facilities shall be provided from the start of building
operations, connection to a sewer shall be made as soon as practicable. Every toilet shall be
so constructed that the occupant is sheltered from view and protected from the weather and
falling objects. Toilet facilities shall be maintained in a sanitary condition. A sufficient quantity of
disinfectant shall be provided. Natural or artificial illumination shall be provided. Agency has to
ensure all preventive measures to prevent the spread of COVID-19 and nothing extra
shall be payable in this account.
4.3.10 The contractor shall ensure that air pollution due to dust/generators is kept to a minimum,
preventing any adverse effects on the workers and other people in and around the site. The
contractor shall ensure proper screening, covering stockpiles, covering brick and loads of dusty
materials, wheel-washing facility, gravel pit, and water spraying. Contractor shall ensure the
following activities to prevent air pollution during construction:
(i) Clear vegetation only from areas where work will start right away
(iii) Apply gravel / landscaping rock to the areas where mulching / paving is impractical
(iv) Identify roads on-site that would be used for vehicular traffic. Upgrade vehicular roads (if
these are unpaved) by increasing the surface strength by improving particle size, shape and
mineral types that make up the surface & base. Add surface gravel to reduce source of dust
emission. Limit amount of fine particles (smaller than 0.075mm) to 10 - 20%
(v) Water spray, through a simple hose for small projects, to keep dust under control. Fine mists
should be used to control fine particulate. However, this should be done with care so as not to
waste water. Heavy watering can also create mud, which when tracked onto paved public
roadways, must be promptly removed. Also, there must be an adequate supply of clean water
nearby to ensure that spray nozzles don’t get plugged.
(d) Areas where excavation or earth moving activities are to be carried out
(vii) The contractor shall ensure that the speed of vehicles within the site is limited to 10 km/hr.
(x) Provide barricading of not less than 6 metre or higher as per direction of Engineer-in- charge,
along the site boundary, next to a road, around batching plant or other public area. Nothing
extra shall be paid on this account.
(xi) Provide dust screens, sheeting or netting to scaffold along the perimeter of the building
(xiii) Cover dusty load on vehicles by impervious sheeting before they leave the site.
4.3.11 Contractor shall be required to provide an easily accessible area that serves the entire
building and is dedicated to the separation, collection and storage of materials for recycling
including (at a minimum) paper, corrugated cardboard, glass, plastics, and metals.
4.3.12 The contractor shall ensure that no construction leachate (e.g. cement slurry etc.), is
allowed to percolate into the ground. Adequate precautions are to be taken to safeguard
against this including, reduction of wasteful curing processes, collection, basic filtering and
reuse. The contractor shall follow requisite measures for collecting drainage water run-off
from construction areas and material storage sites and diverting water flow away from such
polluted areas. Temporary drainage channels, perimeter dike/swale, etc. shall be constructed to
carry the pollutant-laden water directly to the treatment device or facility (municipal sewer
line).
4.3.13 Staging (dividing a construction area into two or more areas to minimize the area of soil that
will be exposed at any given time) should be done to separate undisturbed land from land
disturbed by construction activity and material storage.
4.3.14 The contractor shall comply with the safety procedures, norms and guidelines (as
applicable) as outlined in the document Part 7 Constructional practices and safety, National
Building code -2016 Bureau of Indian Standards. A copy of all pertinent regulations and
notices concerning accidents, injury and first-aid shall be prominently exhibited at the work
site. Depending upon the scope & nature of work, a person qualified in first-aid shall be
available at work site to render and direct first-aid to causalities. A telephone may be
provided to first-aid assistant with telephone numbers of the hospitals displayed. Complete
reports of all accidents and action taken thereon shall be forwarded to the competent
authorities.
4.3.15 The contractor shall ensure the following activities for construction workers safety, among other
measures:
(i) Guarding all parts of dangerous machinery.
(ii) Precautionary signs for working on machinery
(iii) Maintaining hoists and lifts, lifting machines, chains, ropes, and other lifting tackles in good
condition.
(iv) Durable and reusable formwork systems to replace timber formwork and ensure that formwork
where used is properly maintained.
(v) Ensuring that walking surfaces or boards at height are of sound construction and are
provided with safety rails or belts.
4.3.16 The storage of material shall be as per standard good practices as specified in Part 7,
Section 3. Storage, stacking and Handling practices, NBC 2016 and shall be to the
satisfaction of the Engineer in Charge to ensure minimum wastage and to prevent any
misuse, damage, inconvenience or accident. Watch and ward of the Contractor’s materials
shall be his own responsibility. There should be a proper planning of the layout for
stacking and storage of different materials, components and equipments with proper
access and proper maneuverability of the vehicles carrying the materials. While planning the
layout, the requirements of various materials, components and equipments at different stages
of construction shall be considered.
4.3.17 The contractor shall provide for adequate number of garbage bins around the construction
site and the workers facilities and will be responsible for the proper utilisation of these bins
for any solid waste generated during the construction. The contractor shall ensure that the
site and the workers facilities are kept litter free. Separate bins should be provided for plastic,
glass, metal, biological and paper waste and labelled in both Hindi and English with suitable
symbols.
4.3.18 The contractor shall prepare and submit spill prevention and control plans before the start of
construction, clearly stating measures to stop the source of the spill, to contain the spill, to
dispose the contaminated material and hazardous wastes, and stating designation of
personnel trained to prevent and control spills. Hazardous wastes include pesticides,
paints, cleaners, and petroleum products.
4.3.19 Contractor shall collect & submit the relevant material certificates for materials with high
recycled (both post-industrial and post-consumer) content, including materials like RMC mix
with fly-ash, glass with recycled content, calcium silicate boards etc.
4.3.20 Contractor shall collect the relevant material certificates for rapidly renewable materials such
as bamboo, wool, cotton insulation, agrifiber, linoleum, wheat board, strawboard and cork
etc.
4.3.21 Where possible, the contractor shall select materials/vendors, harvested and manufactured
regionally.
4.3.22 Contractor shall adopt an IAQ (Indoor Air Quality) management plan to protect the HVAC
system during construction, control pollutant sources, and interrupt pathways for
contamination. He shall sequence installation of materials to avoid contamination of
absorptive materials such as insulation, carpeting, ceiling tile, and gypsum wallboard. He
shall also protect stored on-site or installed absorptive materials from moisture damage.
4.3.23 The contractor shall ensure that neat and deep cleaning of all internal spaces is conducted
prior to handover. This shall comprise an opening of all doors and windows for 14 days to
vent out any toxic fumes due to paints, varnishes, polishes, etc.
4.3.24 Contractor shall make efforts to reduce the quantity of indoor air contaminants that are
odorous or potentially irritating harmful to the comfort and well-being of installer and
building occupants. Contractor shall ensure that the VOC (Volatile Organic Compounds)
content of paints, coatings and primers used must not exceed the VOC content limits
mentioned below:
a) Paints
b) Non-flat - 150 g/L Flat (Mat) - 50 g/LAnti corrosive/ anti rust - 250 g/L Coatings / Clear wood
4.3.25 Wherever required, Contractor shall meet and carry out documentation of all activities on site,
supplementation of information, and submittals in accordance with IGBC LEED India New
Construction v1.0 & GRIHA / or equivalent of GHAR, CPWD program standards and
guidelines. Towards meeting the aforementioned building environmental rating standard(s)
expert assistance shall be provided to him up on request.
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 ponding on all sunken slabs using
cement and sand mortar bunds.
4.3.27 The Contractor shall remove from site all rubbish and debris generated by the Works and
keep Works clean and tidy throughout the Contract Period. All the serviceable and non-
serviceable (malba) material shall be segregated and stored separately. The malba
obtained during construction shall be collected in well-formed heaps at properly selected
places, keeping in a view safe condition for workmen in the area. Materials which are likely to
cause dust nuisance or undue environmental pollution in any other way, shall be
removed from the site at the earliest and till then they shall be suitable covered. Glass & steel
should be dumped or buried separately to prevent injury. The work of removal of debris
should be carried out during day. In case of poor visibility artificial light may be provided.
4.4.1 Contractor will produce wherever feasible certificate regarding distance of the source of the
relevant material.
(a) Unless otherwise stated cement used at site for reinforced concrete, precast members, mortar,
plaster, building blocks, etc shall be PPC.
(b) The contractor shall ensure that all paints, polishes, adhesives and sealants used both
internally and externally, on any surface, shall be Low VOC products. The contractor shall get
prior approval from the Engineer in Charge before the application of any such material.
(c) All plumbing and sanitary fixtures installed shall be as per the direction of the Engineer in
Charge and shall adhere to the minimum LPM (litres per minute) and LPF (litres per flush)
mentioned.
(d) Water tanks, taps, sanitary, water supply and drainage pipes, fittings and accessories should
(a) The contractor shall ensure that the water and electricity is not wasted during
construction. The Engineer in Charge can bring to the attention any such wastage and the
contractor will have to ensure that such bad practices are corrected.
(b) The contractor shall ensure that all run-off water from the site, during construction is collected
and reused to the maximum.
(c) The contractor shall use treated recycled water of appropriate quality standards for
construction, if available.
4.6 CONSTRUCTION WASTE
(a) All construction debris generated during construction shall be carefully segregated and
stored in a demarcated waste yard. Clear, identifiable areas shall be provided for each waste
type. Employ measures to segregate the waste on site into inert, chemical, or hazardous
wastes.
(b) No construction debris shall be taken away from the site, without the prior approval of the
Engineer in Charge.
(c) The contractor shall recycle the unused chemical/hazardous wastes such as oil, paint,
batteries, and asbestos.
(d) If and when construction debris is taken out of the site, after prior permissions from the
Engineer in Charge, then the contractor shall ensure the safe disposal of all wastes and
willonly dispose of any such construction waste in approved dumping sites.
4.7 Documentation:
b) The contractor shall, during the entire tenure of the construction phase, submit the
following records to the Engineer in Charge on daily basis:
i) Quantities of material brought into the site, including the material issued to the contractor by
the Engineer in charge.
ii) Inventories of materials used in the work i/c. flyash, flyash bricks etc.
iii) Digital photographs of the works at site, the workers facilities, the waste and other material
storage yards, pre-fabrication and block making works, etc as guided by the Engineer in
Charge.
c) The contractor shall submit a document after construction of the buildings, a brief
description along with photographic records to show that other areas have not been
disturbed during construction.
d) The contractor shall submit to the Engineer in Charge, before the start of construction, a site
plan along with a narrative to demarcate areas on site from which top soil has to be gathered,
designate area where it will be stored, measures adopted for top soil preservation and
indicate areas where it will be reapplied after construction is complete.
e) Provide supporting document from the manufacturer of the cement specifying the flyash
content in PPC used in reinforced concrete.
a) To ensure energy efficiency during and post construction all pumps, motors and engines
used during construction or installed, shall be subject to approval of the Engineer-in-
Charge.
b) All lighting installed by the contractor around the site and at the labour quarters during
construction shall be appropriate illumination levels. This condition is a must, unless
specifically prescribed.
4.9 Submission of Pollution Control Plan
(a) The contractor shall submit the detailed action plan for control of pollution and for
adherence to all the environmental guidelines/Laws/statutes/Court Orders/NGT orders/orders
of pollution control authorities through the entire period of construction at site. The detailed
action plan shall be submitted to the Engineer-in- Charge within 15 days of the stipulated
date of start of work and shall be got approved from the Engineer-in-Charge.
(b) The contractor shall arrange for control measures of all dust/noise/emission from the
construction activities at site of work and shall install screens/curtains/ covers/dust trappers
etc. as per guidelines/orders of the NGT/Court of law/ statutory authorities etc. No
hindrance shall be allowed, arising out of any stay/stopping of work from any court/statutory
authority/NGT/Govt. Authorities as a consequence of the contractor not adhering to any
pollution control guideline/law/order of the state bodies during the construction period.
Nothing shall be paid to the contractor on account of expenses for any
dust/pollution/emission control measures at the site of work or any delay in work due to any
orders passed by any court/ statutory authority/Govt. Authorities during the period of
construction.
(c) A compensation of Rs. 2,000/- per day will be levied and recovered from the dues of
the contractor for each day of delay beyond 15 days for non submission of pollution
control plan.
(d) The contractor is strongly advised to study all dust/Noise/emission/ pollution control
norms/laws/Court Orders before bidding for the work and quote his rates accordingly for any
liability which may arise on this account during the period of construction.
Note 1: The special conditions detailed above are in addition to general /additional conditions
asspecified elsewhere in tender document.
Note 2: Nothing extra shall be paid on the account of these special conditions.
a) The work shall be done in accordance with CPWD Specifications - 2019 - Vol.I & Vol. II and
National Building Code 2016 with upto date correction slips.
b) The contractor at his own expense shall put up the necessary shoring, strutting and
planking or cut slopes with or without steps, to a safer angle or both with due regard
to the safety of personnel and works and to the satisfaction of the Engineer – in –
charge. Nothing extra shall be paid in this account.
c) Any trenching and digging for laying sewer lines/water lines/cables etc. shall be commenced
by the contractor only when all men, machineries and materials have been arranged and
closing of the trench(s) thereafter shall be ensured within the least possible time.
d) The Jungle clearance and clearance of grass are not payable separately for any type of
Earth Work in excavation and Preparation of sub-grade.
2) RCC/CC Work
a) The work shall be done in accordance with CPWD Specifications - 2019 - Vol.I & Vol. II and
National Building Code 2016 with upto date correction slips.
b) The contractor shall engage one of the IIT/NIT/Reputed Govt. Engineering
Institutions/Approved Laboratories as directed by the Engineer-in-charge at his own
expenses for designing the concrete mix in accordance with relevant IS Codes and to
conduct laboratory test to ensure the target strength and workability criteria for a given grade
of concrete.
c) In case of change of source or characteristic properties of the ingredients used in the
concrete mix during the work, a revised laboratory mix design report conducted at laboratory
established at site shall be submitted by the contractor as per the direction of the Engineer-in-
Charge.
d) All cost of mix designing and testing connected therewith including charges payable to the
laboratory shall be borne by the Contractor including redesigning of the concrete mix
wherever required and directed by Engineer-in-Charge.
3) SHUTTERING / FORM WORK
a) The work shall be done in accordance with CPWD Specifications- 2019 Vol. I & Vol. II with
upto date correction slips.
b) All the RCC work shall be shutter finished. Basically, only steel shuttering shall be
adopted in general. However, a combination of steel and shuttering ply conforming to
IS: 848-1974 and LS: 5539 may be allowed by the Engineer-in-charge in consideration
of the special request of the contractor to maintain quality and speed of the work. In
such cases the use of shuttering ply shall be permitted only for circular columns,
beam sides and bottom and in other locations wherever it is felt necessary on account
of difficulty in using steel shuttering in such locations. But in other areas like slab,
rectangular / square columns etc. steel shuttering shall be invariably used. However,
no extra payment or deduction will be admissible or made for use of shuttering ply.
c) The shuttering plates shall be cleaned properly with electrically driven sanders to remove any
e) Providing joint filler of required thickness in position to substrate using either double sided
foam adhesive tape or neoprene synthetic rubber adhesive.
f) Nothing extra shall be paid for the centering and shuttering, circular in shape
whenever the form work is having a mean radius exceeding 6m in plan.
g) In order to keep the floor finish as per architectural drawings and to provide required
thickness of the flooring as per specifications, the level of top surface of RCC shall be
accordingly adjusted at the time of its centering, shuttering and casting for which
nothing extra shall be paid to the Contractor.
h) As per general engineering practice, level of floors in toilet / bath, balconies, shall be
kept 25 mm as required lower than general floors shuttering should be adjusted
accordingly and slabs should be laid with slope towards the drainage point. Nothing
extra is payable on this account.
b) All holes, rebates, recesses etc. for providing fixing and inserts shall be predrilled and
precut and worked using precision machine tools. Nothing extra on this account shall
be payable.
c) 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.
d) Sequence of execution for cladding work shall be suggested by the contractor for approval of
Engineer-in-Charge.
5) SCAFFOLDING
a) Double steel scaffolding having two sets of vertical supports shall be provided. The supports
shall be sound and strong, tied together with horizontal pieces over which scaffolding planks
shall be fixed.
6) WOOD WORK
a) Factory made shutter as specified shall be obtained from factories approved by the Engineer
in charge. The contractor shall inform well in advance to the Engineer-in-charge the names
and address of the factory from where the contractor intends to get the shutters
manufactured.
b) All fittings and fixtures shall be got approved from the Engineer-in Charge before
7) FLOORING
a) All work in general shall be carried out as per CPWD Specifications- 2019 - Vol.I& Vol. II with
upto date correction slips.
b) Whenever flooring is to be done in patterns tiles/ stone, the contractor shall get
samples of each pattern laid and approved by the Engineer-in-Charge before final
laying of such flooring for which nothing extra shall be paid.
c) POP protection layer shall be laid on all finished floors for protection from damage
during execution of other items of work in that area which shall be removed and
cleaned just before handing over of the premises for which nothing extra shall be
paid.
d) The samples of flooring, dado & skirting as per approved pattern shall be prepared & got
approved from the Engineer-in-charge before execution of work.
e) Single piece granite stone slab shall be provided in treads (with 15 mm pre-moulded
nosing) and single piece polished granite of approved shade shall be used for risers.
Nothing extra shall be payable on any account
a) Work shall be executed as per CPWD Specifications, 2019 Vol I & II with upto date correction
slips and manufac.
b) The contractor shall associate himself with the specialized firm, to be approved by the
Engineer- in-charge in writing, for water proofing treatment for basement/lower ground floor,
underground tank and on roofs.
c) Before commencement of treatment on roof surface, it shall be ensured that the outlet drain
pipes/ spouts have been fixed and the spout opening have been eased and rounded off
properlyfor easy flow of water.
d) The work shall carry Ten Years guarantee to be reckoned from the date of completion of the
entire work under the contract against faulty workmanship, finishing, unsound materials,
efficiency of water proofing treatment and other related problems.
Ten Years Guarantee bond in prescribed Performa attached herewith as Annexure-I shall
be submitted by the contractor which shall also be signed by both the specialized agency and
the contractor to meet their liability / liabilities under the guarantee bond. However, the sole
responsibility about efficiency of water proofing treatment shall rest with the main contractor.
10% (Ten percent) of the tender amount of whole water proofing work shall be retained
as security deposit and the amount so withheld would be released after ten years from the
date of completion of the entire work under the contract, if the performance of the work done
is found satisfactory. If any defect is noticed during the guarantee period, it shall be rectified
by the contractor within seven days of receipt of intimation of defects in the work. If the
defects pointed out are not attended to within the specified period, the same will be got
done from another agency at the risk and cost of contractor.
a) The scope of work comprises supply, laying, installation, commissioning and testing of water
supply, sewerage and drainage works including sanitary fixtures and fittings. These works
shall be executed as per the specifications of items attached and CPWD specifications-
2019 Vol. I & II with up-to-date correction slips up to the date of tender submission.
b) The work of water supply and sanitary installations shall be got executed by the
agency as approved by Engineer-in-Charge. The work shall be executed as per
drawings issued by Engineer-in charge.
c) The work of water supply, internal sanitary installations and drainage etc. shall be carried out
as per the bylaws of the Municipal Corporation or any other local body and the contractor
shall produce necessary completion certificates from such authority after completion of work.
d) All water tanks, taps, sanitary, water supply and drainage pipes fittings and accessories etc.
shall conform to the bylaws and specifications of the Municipal Body/Corporation where
CPWD specifications are not available.
e) The contractor shall engage licensed plumbers for the work.
f) The contractor shall submit samples of all fittings and fixtures proposed to be used to the
Engineer-in-charge for his approval. The approved samples shall remain with the Engineer-
in- charge till the completion of the work.
g) The contractor shall give a performance test of the entire installation(s) as per
standing specifications before the work is finally accepted by making his own
arrangements for water supply, electricity etc. and nothing extra whatsoever shall be
payable for the same.
h) Guarantee
Five years guarantee bond in prescribed proforma attached at Annexure-II herewith shall
be submitted by the contractor the contractor to meet their liability/ liabilities under the
guarantee bond
5% (Five percent) of the tender amount of whole sanitary installations and water
supply be retained as security deposit and the amount so withheld would be
released after five years from the date of completion of the entire work under the
agreement, if the performance of the workdone is found satisfactory. If any defect is noticed
during the guarantee period, it shall be rectified by the contractor within seven days of
receipt of intimation of defects in the work. If the defects pointed out are not attended to
within the specified period, the same will be got done from another agency at the risk and
cost of contractor.
However, the security deposit deducted may be released in full against bank guarantee of
equivalent amount in favour of authority intimated by Engineer-in-Charge, if so decided by
the Engineer-in- Charge.
The security deposit against this item of work shall be in addition to the security deposit
mentioned elsewhere in contract for
b) Work shall be carried out as per CPWD Specifications- 2009 Vol. I & Vol.II with upto date
correction slips.
c) Guarantee.
Five years guarantee bond in prescribed proforma attached at Annexure-II herewith shall
be submitted by the contractor the contractor to meet their liability/ liabilities under the
guarantee bond.
5% (Five percent) of the tender amount of whole sanitary installations and water
supply be retained as security deposit and the amount so withheld would be
released after five years from the date of completion of the entire work under the
agreement, if the performance of the workdone is found satisfactory. If any defect is noticed
during the guarantee period, it shall be rectified by the contractor within seven days of
receipt of intimation of defects in the work. If the defects pointed out are not attended to
within the specified period, the same will be got done from another agency at the risk and
cost of contractor.
However, the security deposit deducted may be released in full against bank guarantee of
equivalent amount in favour of authority intimated by Engineer-in-Charge, if so, decided by
the Engineer-in- Charge.
The security deposit against this item of work shall be in addition to the security deposit
mentioned elsewhere in contract for
a) The work shall be carried out through an approved specialized agency/manufacturer, who
shall furnish all materials, labour, accessories, equipment, tool and plant and incidentals
required for providing and installing Fire Check doors. The specialized agency shall be got
approved from the Engineer-in-charge, well before actual commencement of the item of work.
b) GUARANTEE:
Specialized agency/Manufacturer & Contractor to offer a warrantee on the Fire Doors for a
period of Five Years to be reckoned from the date after the expiry of maintenance period
prescribed in the contract of the work against faulty workmanship, finishing, unsound
materials, structural instability and other related problems.
Five Years Guarantee bond in prescribed Performa attached herewith as Annexure-III shall
be submitted by the contractor to meet their liability / liabilities under the guarantee bond.
Five percent of the cost of Fire Doors shall also be retained as security deposit and the
amount so withheld would be released after Five Years to be reckoned from the date after the
expiry of maintenance period prescribed in the contract, if the performance of the work done
is found satisfactory. If any defect is noticed during the guarantee period, it shall be rectified
by the contractor within seven days of receipt of intimation of defects in the work. If the
defects pointed out are not attended to within the specified period, the same will be got
done from anotheragency at the risk and cost of contractor.
However, the security deposit deducted may be released in full against bank guarantee of
equivalent amount in favour of Engineer in charge, if so decided by the Engineer in charge.
a) The work shall be carried out through an approved specialized agency, who shall furnish all
materials, labour, accessories, equipment, tool and plant and incidentals required for
providing and installing Structural Glazing work. The specialized agency shall be got
approved from the Engineer-in-charge, well before actual commencement of the item of work.
b) The work shall be executed as CPWD specification 2019 Vol.I & Vol. II, BIS codes and
manufacturers specifications.
c) The Contractor shall submit detailed shop drawings for the Structural wall system, aluminum
composite panel cladding works to the Engineer-in-charge for review and approval.
d) Shop Drawings shall be signed and sealed by a Qualified Structural Engineer with specific
experience in Structural Glazing Wall construction and design.
e) GUARANTEE:
Contractor& Specialized agency to offer a warrantee on the cladding work and structural
glazing for a period of Five Years to be reckoned from the date after the expiry of
maintenance period prescribed in the contract of the work against faulty workmanship,
finishing, unsound materials, structural instability and other related problems.
Five Years Guarantee bond in prescribed Performa attached herewith as Annexure-IV shall
be submitted by the contractor to meet their liability / liabilities under the guarantee bond.
Five percent of the cost of Fire Doors and structural glazing shall also be retained as
security deposit and the amount so withheld would be released after Five Years to be
reckoned from the date after the expiry of maintenance period prescribed in the contract, if
the performance of the work done is found satisfactory. If any defect is noticed during the
guarantee period, it shall be rectified by the contractor within seven days of receipt of
intimation of defects in the work. If the defects pointed out are not attended to within the
specified period, the same will be got done from another agency at the risk and cost of
contractor.
However, the security deposit deducted may be released in full against bank guarantee of
equivalent amount in favour of Engineer in charge, if so decided by the Engineer in charge.
The Security deposit against this item of work shall be in addition to the security deposit
mentioned elsewhere in contract form.
The contractor shall only employ experienced and specialized workmen/sub-contractors for
carrying out the uPVC door/window/ventilator work.
Five years Guarantee bond in prescribed proforma attached herewith as Annexure-V shall be
submitted by the contractor to meet his liabilities under the Guarantee Bond. The sole
responsibility about quality of uPVC door/window/ventilator work shall rest with the contractor.
5% (Five percent) of the cost of uPVC door/window/ventilator work shall be retained as security
However, the security deposit deducted may be released in full against Bank Guarantee of
equivalent amount in favour of Engineer-in-charge, if so decided by the Engineer-in-charge. The
security deposit against this work shall be in addition to the security deposit mentioned elsewhere
in contract form.
Road work shall conform to CPWD specification 2019, in case the same is not available in
CPWD specification or if required as per item, the MORTH specifications for roads and
bridges 2001 shall be followed. Five years (05) guarantee bond in prescribed Performa
attached at Annexure-VI herewith shall be submitted by the contractor which shall also be
signed by both the specialist agency and the contractor to meet their liability / liabilities
under the guarantee bond. However, the sole responsibility shall rest with the building
contractor.
10% (Ten percent) of the cost of bituminous layers of road work shall be retained as
security deposit and the amount so withheld would be released after ten years from the
date of completion of the entire work under the agreement, if the performance of the work
done is found satisfactory , if any defects like leakage and manufacturing defects etc. is
noticed during the guarantee period, it shall be rectified by the contractor within seven days
of the 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 the contractor.
However, the security deposit deducted may be released in full against bank guarantee of
equivalent amount in favour of Engineer-in-charge, if so, decided by the Engineer-in-
charge.
The Security deposit against this item of work shall be in addition to the security deposit
mentioned elsewhere in contract form.
The contractors shall quote the rates after careful study of contract conditions, specifications,
drawings & schedule of quantities.
The Contractor(s) shall submit his proposal for the approval of the Engineer-in-Charge,
the names of specialized agencies of repute along with their technical capability /experience
proposed to be engaged by him. The agency must be currently actively engaged in execution
of the said specialized item and must have who have satisfactorily executed similar work
during last7 (Seven) years as below:
(i) Three works each of value not less than 40% of corresponding cost of the specialized
items.
or
(ii) Two works each of value not less than 60% of corresponding cost of the specialized
items.
or
(iii) One work of value not less than 80% of corresponding cost of the specialized items.
For calculation purpose only, cost of the specialized item as per accepted tendered value of
the allthe items corresponding to the specialized item under consideration.
For ascertaining the above criteria, contractor shall provide certified copy of Income
tax TDS certificates for payments made, work order copy, completion certificate,
performance certificate against each completed similar work for verification by
Engineer in charge. In case required and directed by Engineer in charge, contractor
shall get such similar completed work inspected by Engineer in charge and contractor
shall extend all necessary help for same at no extra cost to the department. Decision
as to approve or reject the proposed specialized agency based on the inspection of the
completed work shall be final and binding on the contractor and no claim, whatsoever,
shall be admissible on this account and the contractor shall be required to propose
another specialized agency as per the required eligibility criteria.
Note: CE, CCU, MoEF&CC, New Delhi reserves the right to add or delete any materials and
Brands in the list of approved / acceptable materials / brands.
This agreement made this.................... day of ................. Two Thousand................................ between M/s
……………………... (hereinafter called the GUARANTOR on the one part) and the PRESIDENT OF INDIA
(hereinafter called the Government on the other part)
(a) Misuse of roof shall mean any operation which will damage proofing treatment, like chopping of
firewood and things of the same nature which might cause damage to the roof;
(b) Alteration shall mean construction of an additional storey or a part of the roof or construction adjoining
to existing roof whereby proofing treatment is removed in parts;
(c) The decision of the Engineer-in-Charge with regard to nature and cause of defect shall be final.
During this period of guarantee, the guarantor shall make good all defects and in case of any
defect being found render the building water proof to the satisfaction of the Engineer-in-Charge calling upon
him to rectify the defects failing which the work shall be got done by the Department by some other
contractor at the Guarantor’s cost and risk. The decision of the Engineer-in-Charge as to the cost payable
by the Guarantor shall be final and binding.
That if the guarantor fails to execute the water proofing or commits breach there under, then the
guarantor will indemnify the principal and his successor against all loss, damage, cost expense or
otherwise which may be incurred by him by reason of any default on the part of the GUARANTOR in
performance and observance of this supplementary agreement. As to the amount of loss and/or damage
and or cost incurred by the Government, the decision of the Engineer-in-Charge will be final and binding on
both the parties.
1. ................................................ 2. ...........................................
1. ............................................... 2. ..........................................
Provided that the guarantor will not be responsible for leakage caused by earthquake or structural
defects or misuse. The decision of the Engineer-in-Charge with regard to nature and cause of defect shall
be final.
During this period of guarantee, the guarantor shall make good all defects and in case of any
defect being found render the 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.
1. ................................................ 2. ...........................................
1. ............................................... 2. ..........................................
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work
will remain structurally stable and guaranteed against faulty workmanship, finishing and materials for
five years to be reckoned from the date after the expiry of maintenance period prescribed in the
contract.
NOW THE GUARANTOR hereby guarantee that work executed by him will remain structurally
stable and defect free for minimum period of five years to be reckoned from the date after the expiry of
maintenance period prescribed in the contract.
During this period of guarantee, the guarantor shall make good all defects to the satisfaction of
the Engineer-in-charge calling upon him to rectify the defects failing which the work shall be got done by
the Department by some other contractor at the Guarantor’s cost and risk. The decision of the Engineer-
in-Charge as to the cost payable by the Guarantor shall be final and binding.
That if the guarantor fails to make good all the defects, commits breach there under, then the
guarantor will indemnify the principal and his successor against all loss, damage, cost expense or
otherwise which may be incurred by him by reason of any default on the part of the GUARANTOR in
performance and observance of this supplementary agreement. As to the amount of loss and/or
damage and or cost incurred by the Government, the decision of the Engineer-in-Charge will be final
and binding on both the parties.
1. ................................................ 2. ...........................................
SIGNED FOR AND BEHALF OF THE PRESIDENT OF INDIA BY ................ in the presence of:
1. ............................................... 2. ..........................................
NOW THE GUARANTOR here by guarantee that work executed by him will remain
structurally stable after the expiry of maintenance period prescribed in the contract for the
minimum life of five years (05) to be reckoned from the date after expiry of maintenance
period prescribed in the contract.
The decision of the Engineer-in-charge with regard to nature and cause of defect
shall be final.
During this period of guarantee, the guarantor shall make good all defects to the
satisfaction of the Engineer-in-charge calling upon him to rectify the defects failing which
the work shall be got done by the Department by some other contractor at the Guarantor’s
cost and risk. The decision of the Engineer-in-Charge as to the cost, payable by the
Guarantor shall be final and binding.
That if the guarantor fails to make good all the defects, commits breach 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.
INWITNESS WHERE OF 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.
NOW THE GUARANTOR here by guarantee that work executed by him will remain
structurally stable after the expiry of maintenance period prescribed in the contract for the
minimum life of five years (05) to be reckoned from the date after expiry of maintenance
period prescribed in the contract.
The decision of the Engineer-in-charge with regard to nature and cause of defect
shall be final.
During this period of guarantee, the guarantor shall make good all defects to the
satisfaction of the Engineer-in-charge calling upon him to rectify the defects failing which
the work shall be got done by the Department by some other contractor at the Guarantor’s
cost and risk. The decision of the Engineer-in-Charge as to the cost, payable by the
Guarantor shall be final and binding.
That if the guarantor fails to make good all the defects, commits breach 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.
INWITNESS WHERE OF 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.
NOW THE GUARANTOR here by guarantee that work executed by him will remain
structurally stable after the expiry of maintenance period prescribed in the contract for the
minimum life of five years (05) to be reckoned from the date after expiry of maintenance
period prescribed in the contract.
The decision of the Engineer-in-charge with regard to nature and cause of defect
shall be final.
During this period of guarantee, the guarantor shall make good all defects to the
satisfaction of the Engineer-in-charge calling upon him to rectify the defects failing which
the work shall be got done by the Department by some other contractor at the Guarantor’s
cost and risk. The decision of the Engineer-in-Charge as to the cost, payable by the
Guarantor shall be final and binding.
That if the guarantor fails to make good all the defects, commits breach 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.
INWITNESS WHERE OF 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.
2. We, ............... (indicate the name of the bank)…………… (herein after referred to as “the Bank”), hereby
undertake to pay to the Government an amount not exceeding Rs,...,.......,................. (Rupees
……………… only) on demand by the Government within 10 days of the demand.
3. We, ........................ (indicate the name of the Bank) ………………….,do here by undertake to pay the
amount due and payable under this guarantee without any demur, merely on a demand from the
Government stating that the amount claimed is required to meet the recoveries due or likely to be due from
the said contractor. Any such demand made on the Bank shall be conclusive as regards the amount due
and payable by the Bank under this Guarantee. However, our liability under this guarantee shall be
restricted to an amount not exceeding Rs. ........ (Rupees ...................only).
4. We, .................. (indicate the name of the Bank) ............... , further undertake to pay the Government any
money so demanded notwithstanding any dispute or disputes raised by the contractor in any suit or
proceeding pending before any court or Tribunal, our liability under this Bank Guarantee being absolute and
unequivocal. The payment so made by us under this Bank Guarantee shall be a valid discharge of our
liability for payment there under and the contractor shall have no claim against us for making such payment.
5. We, ..................... (indicate the name of the Bank)……………………., further agree that the Government
shalI have the fullest liberty without our consent and without affecting in any anner 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 andto 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 to withstanding 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.
Date………..
Witnesses:
1. Signature…………. Authorized Signatory
1. Signature…………..
Name and Address
*Date to be worked out on the basis of validity period of 90 days where only financial bids are invited and
180 days for two/three bid system from the date of submission of tender.
**ln paragraph 1, strike out the portion not applicable. Bank Guarantee will be made either for earnest
money or for performance guarantee/security deposit/mobilization advance, as the case may be
139.1 For pipes 100 to 250 mm diameter 4.00 Each 623.50 2494
140 Providing and laying Non Pressure NP-4
class (Heavy duty) R.C.C. pipes including
collars/spigot jointed with stiff mixture of
cement mortar in the proportion of 1:2 (1
cement : 2 fine sand) including testing of
joints etc. complete
Correction – Nil Insertion – Nil Deletion – Nil AE(P) EE (P) Page 100
147 Providing and laying integral cement based
treatment for water proofing on horizontal
surface at all depth below ground level for
underground structures as directed by
Engineer-in-Charge and consisting of :
(i) 1st layer of 22 mm to 25 mm thick
approved and specified rough stone slab
over a 25 mm thick base of cement mortar
1:3 (1cement: 3 coarse sand) mixed with
water proofing compound conforming to
IS:2645 in the recommended proportion
over the levelling course (levelling course to
be paid separately). Joints sealed and
grouted with cement slurry mixed with water
proofing compound.
(ii) 2nd layer of 25 mm thick cement mortar
1:3 (1 cement: 3 coarse sand) mixed with
water proofing compound in recommended
proportions.
(iii) Finishing top with stone aggregate of 10
mm to 12 mm nominal size spreading @ 8
cudm/sqm thoroughly embedded in the 2nd
layer.
147.1 Using rough kota stone. 208.00 Sqm 1362.95 283494
148 Providing and laying integral cement based
treatment for water proofing on the vertical
surface by fixing specified stone slab 22 mm
to 25 mm thick with cement slurry mixed
with water proofing compound conforming to
IS:2645 in recommended proportions with a
gap of 20 mm (minimum) between stone
slabs and the receiving surfaces and filling
the gaps with neat cement slurry mixed with
water proofing compound and finishing the
exterior of stone slab withcement mortar 1:3
(1 cement : 3 coarse sand) 20 mm thick with
neat cement punning mixed with water
proofing compound in recommended
proportion complete at all levels and as
directed by Engineer-in-charge :
Correction – Nil Insertion – Nil Deletion – Nil AE(P) EE (P) Page 101
NEW TECHNOLOGIES AND MATERIALS
150 Providing and fixing factory made single
extruded WPC (Wood Polymer Composite)
solid decorative type flush door shutter of
required size comprising of virgin polymer of
K value 58-60 (Suspension Grade), calcium
carbonate and natural fibers (wood powder/
rice husk/wheat husk) and non toxic
additives (maximum toxicity index of 12 for
100 gms) having minimum density of 650
kg/ cum and screw withdrawal strength of
1800 N (Face) & 900 N (Edge), minimum
compressive strength 50 N/mm2, modulus
of elasticity 850 N/mm2 and resistance to
spread of flame of Class A category with
property of being termite/borer proo f,
water/moisture proof and fire retardant.
WPC to be laminated with PVC foil of
minimum 14 microns thick of approved
design pasted with hot melt adhesive on
both faces of shutter and fixing with
stainless steel butt hinges of required size
with necessary full body threaded star
headed counter sunk S.S screws, all as per
direction of Engineer-In- Charge. (Note:
stainless steel butt hinges and necessary
S.S screws shall be paid separately)
150.1 30 mm thick 300.00 Mtr 4327.70 1298310
151 Providing and fixing factory made single
extruded WPC (Wood Polymer Composite)
solid board one side white color and other
side of board laminated with PVC foil of
minimum 14 micron thickness of approved
design pasted with hot melt adhesive for
cup boards, work stations and
bathroom/kitchen cabinet etc. of required
sizes comprising of virgin polymer of K
value 58-60 (Suspension Grade), calcium
carbonate and natural fibers (wood powder/
rice husk/wheat husk) and non toxic
additives (maximum toxicity index of 12 for
100 gms) having minimum density of 650
kg/cum and screw withdrawal strength of
1800 N (Face) & 900 N (Edge), minimum
compressive strength 50 N/mm2, modulus
of elasticity 850 N/mm2 and resistance to
spread of flame of Class A category with
property of being termite/ borer proof,
water/moisture proof and fire retardant and
fixing with stainless steel piano hinges/soft
close clip on concealed hinges of required
size with necessary full body threaded star
headed counter sunk S.S screws, all as per
direction of Engineer-In- Charge. (Note:
stainless steel piano hinges/soft close clip
on concealed hinges and necessary S.S
screws shall be paid separately)
151.1 25 mm thick 118.00 Sqm 3530.30 416575
NON-SCHEDULED ITEMS
Correction – Nil Insertion – Nil Deletion – Nil AE(P) EE (P) Page 102
152 Providing and constructing plum concrete
rubble masonry with hard stone 60-
70%(Avg 65%) and balanced concrete 1:2:4
grade in retaining/breast wall (repairing and
constructing new) upto all height including
cost of shuttering and its removal making
arrangement for weep holes, providing key
stone of appropriate size for guard block all
complete as per direction of Engineer-in -
Charge. 549.00 Cum 4485.10 2462320
153 Providing and laying of Filter media with
granular materials/stone crushed
aggregates satisfying the requirements laid
down in clause 2504.2.2. of MoRTH
specifications to a thickness of not less than
600 mm with smaller size towards the soil
and bigger size towards the wall and
provided over the entire surface behind
abutment, wing wall and return wall to the
full height compacted to a firm condition
complete as per drawing and technical
specification. 1668.00 Cum 3169.20 5286226
154 Providing and fixing Stainless steel satin
finish SS 304 grade Sliding Door bolts
250x16 mm for wooden doors of approved
make and model all complete as per the
directions of Engineer-in-charge
154.1 250x16 mm 88.00 Eeach 345.30 30386
155 Providing and fixing Stainless steel satin
finish SS 304 grade Tower Bolts SS screws
for wooden doors of approved make and
model all complete as per the directions of
Engineer-in-charge
155.1 450x10 mm 109.00 Each 781.00 85129
155.2 300x10 mm 127.00 Each 524.90 66662
156 Providing and fixing Ornamental Stainless
steel satin finish SS 304 grade Tower Bolts
SS screws for wooden doors of approved
make and model all complete as per the
directions of Engineer-in-charge
156.1 450x10 mm 109.00 Each 937.50 102188
156.2 300x10 mm 50.00 Each 660.10 33005
157 Providing and fixing Stainless steel SS
grade 304 curtain rod having wall thickness
of 1.25mm with two SS grade 304 brackets
fixed with C.P. screws and PVC sleeves
etc., wherever necessary complete :
157.1 20 mm dia 332.00 metre 208.40 69189
158 Providing and fixing Door closer of 65kg
capacity with link arm satin finish with SS
screws for wooden doors of width upto
1000mm of approved make and model all
complete as per the directions of Engineer-
in-charge 10.00 Each 1408.40 14084
159 Providing and fixing Ornamental Door closer
of 65kg capacity with link arm satin finish
with SS screws for wooden doors of width
upto 1000mm of approved make and model
all complete as per the directions of
Engineer-in-charge 4.00 Each 1621.80 6487
Correction – Nil Insertion – Nil Deletion – Nil AE(P) EE (P) Page 103
160 Providing and fixing Stainless steel SS 304
grade satin finish wall mounted door stopper
of 75mm length with SS screws of approved
make and model all complete as per
directions of Engineer-in-charge 72.00 Each 459.10 33055
161 Providing and fixing Ornamental Stainless
steel SS 304 grade satin finish wall mounted
door stopper of 75mm length with SS
screws of approved make and model all
complete as per directions of Engineer-in-
charge 99.00 Each 508.90 50381
162 Providing and fixing Magic eye in door
shutter at required height including cutting
hole of required size in door shutter as per
direction of Engineer-in-charge. 33.00 each 156.20 5155
163 Providing and fixing 18mm thick high
moisture resistant ply board conforming to
IS 1659 exterior grade (Grade I) of
approved make in fabrication of cupboards
with teak wood lipping on the edges of the
box etc. complete as per the directions of
Engineer-in-charge. (area of board to be
measured and lipping to be paid separately) 561.00 sqm 1816.20 1018888
164 Providing and fixing cup board shutters with
18mm thick high moisture resistant ply
board confirming to IS:1659 exterior grade
(Grade I) of approved make with bright
finished 3.0mm thick SS 304 grade soft
close hingess of approved make, SS
Screws including 2nd class teak wood lipping
of 25x12 mm size alround the shutter with
necessary SS screws complete as per
direction of Engineer-in-charge. 155.00 Sqm 2648.30 410487
165 Providing and fixing 18mm thick high
moisture resistant ply board of approved
make ISI marked for backing of cupboard
with necessary screws, priming coat with
ready mix pink/grey primer on unexposed
surface etc. complete as per direction of
Engineer-in-charge 155.00 Sqm 1287.80 199609
166 Providing and fixing 2nd class teak wood
lipping of 19 mm wide x5 mm thick on edges
of cupboard shelves with necessary screws
complete as per direction of Engineer-in-
charge 244.00 Metre 93.60 22838
167 Providing and fixing Stainless steel SS 304
grade telescopic drawer channels 500 mm
long of approved make and model, side
mounted with 60kg weight capacity with SS
screws etc. complete as per directions of
Engineer-in- charge. 340.00 set 327.70 111418
168 Providing and fixing 25mm pin cylinder
wardrobe lock with SS screws of approved
make and model all complete as per the
directions of Engineer-in-charge 206.00 Nos 584.10 120325
169 Providing and fixing Stainless steel SS 304
grade satin finish D Shape Single side
hollow pull handles, concealed fixing 25mm
dia, 300mm length with SS screws for
cupboards of approved make and model all
complete as per directions of Engineer-in-
charge 206.00 Nos 1146.30 236138
Correction – Nil Insertion – Nil Deletion – Nil AE(P) EE (P) Page 104
170 Providing and fixing 20mm diameter
Stainless Steel SS 304 grade hanger rod in
cupboards with SS brackets, SS Screws,
wooden plugs etc. complete 47.00 metre 187.50 8813
171 Providing and fixing bright /matt finished
Stainless Steel handles of approved quality
& make with necessary of SS screws etc all
complete.
171.1 300 mm 442.00 Each 1028.50 454597
172 Providing and fixing Ornamental bright /matt
finished Stainless Steel handles of approved
quality & make with necessary SS screws
etc all complete. 0.00
172.1 300 mm 252.00 Each 1116.70 281408
173 Providing and fixing stainless steel ( Grade
316) railing made of Hollow tubes, channels,
plates etc., including welding, grinding,
buffing, polishing and making curvature
(wherever required) and fitting the same
with necessary stainless steel nuts and bolts
complete, i/c fixing the railing with
necessary accessories & stainless steel
dash fasteners , stainless steel bolts etc., of
required size, on the top of the floor or the
side of waist slab with suitable arrangement
as per approval of Engineer-in-charge, (for
payment purpose only weight of stainless
steel members shall be considered
excluding fixing accessories such as nuts,
bolts, fasteners etc.). 4627.00 Kg 616.90 2854396
174 Providing and fixing factory made stainless
steel (Grade 304) door shutter of required
size as per approved design and drawing
made of hollow square /rectangular SS
tubes size not more than 50 mm, SS
channels, SS plates etc., including welding,
grinding, buffing, polishing and making
curvature (wherever required) and fitting the
same with necessary stainless steel nuts
and bolts complete. The rates shall include
providing and fixing the door with frame at
all levels with necessary accessories,
stainless steel dash fasteners, stainless
steel bolts, SS 304 grade hinges, Handles
and Sliding door bolts etc., of sizes as per
approval of Engineer-in-charge, (for
payment purpose only area of door shutter
shall be measured). Weight of Door shutter
shall not be more than 15 kg per Sqm 139.00 Sqm 12430.10 1727784
175 Providing and laying 14mm thick
Engineered wooden flooring AC-4 grade of
approved make, colour, shade and patterns
in approved plank sizes of Caramel Oak.
including cost of all type of profiles, skirting,
2-3mm thick approved underlay material as
per manufacturers recommendations, all
operations as listed above at all heights and
levels all complete as per drawings and as
directed by the Engineer-in-charge. 132.00 Sqm 4361.70 575744
Correction – Nil Insertion – Nil Deletion – Nil AE(P) EE (P) Page 105
176 Providing and laying Antiskid Ceramic
glazed floor tiles of size 400x400 mm
(thickness to be specified by the
manufacturer) of 1st quality conforming to IS
: 15622 of approved make in colours such
as White, Ivory, Grey, Fume Red Brown,
laid on 20 mm thick cement mortar 1:4 (1
Cement : 4 Coarse sand), Jointing with grey
cement slurry @ 3.3 kg/sqm including
pointing the joints with white cement and
matching pigment etc., complete. 160.00 Sqm 1799.80 287968
177 Providing and fixing 18 mm thick leather
finished granite stone in risers of steps,
skirting, dado and pillars laid on 12 mm
(average) thick cement mortar 1:3 (1
cement : 3 coarse sand ) and jointed with
grey cement slurry mixed with pigment to
match the shade of the slab, including
rubbing and polishing complete. 119.00 Sqm 3293.40 391915
178 Providing and fixing 18 mm thick Polished
finish granite stone in risers of steps,
skirting, dado and pillars laid on 12 mm
(average) thick cement mortar 1:3 (1
cement : 3 coarse sand ) and jointed with
grey cement slurry mixed with pigment to
match the shade of the slab, including
rubbing and polishing complete. 49.00 Sqm 4929.50 241546
179 Providing and laying Glazed Vitrified tiles in
different sizes (thickness to be specified by
manufacturer), with water absorption less
than 0.08 % and conforming to I.S. 15622,
of approved make, in all colours & shade, in
skirting, riser of steps, over 12 mm thick bed
of cement mortar 1:3 (1 cement: 3 coarse
sand), jointing with grey cement slurry @
3.3 kg/ sqm including grouting the joint with
white cement & matching pigments etc.
complete.
179.1 Size of Tile 800 x 800 mm 9.00 Sqm 2096.00 18864
179.2 Size of Tile 600x600 mm 594.00 Sqm 1454.40 863914
180 Providing and laying Glazed Vitrified tiles in
different sizes (thickness to be specified by
manufacturer), with water absorption less
than 0.08 % and conforming to I.S. 15622,
of approved make, in all colours & shade, in
skirting, riser of steps, over 12 mm thick bed
of cement mortar 1:3 (1 cement: 3 coarse
sand), jointing with grey cement slurry @
3.3 kg/ sqm including grouting the joint with
white cement & matching pigments etc.
complete.
180.1 Size of Tile 600x600 mm 7.00 Sqm 1512.70 10589
180.2 Size of Tile 600x1200 mm 57.00 Sqm 1804.30 102845
180.3 Size of Tile 800x800 mm 2.00 Sqm 1731.40 3463
181 Providing and fixing Hand tufted woolen
carpet having 12mm to 14mm thickness
with imported carpets of approved sample
with Modern design, fine wool content, solid
dye method, Cut pile construction, 12mm
thick pile height, 3000 GSM pile weight ,
Total weight 4000 GSM with Embossed as
per required and latex primary and 171.00 Sqm 3863.30 660624
Correction – Nil Insertion – Nil Deletion – Nil AE(P) EE (P) Page 106
secondary backing with carpet and
underlay to be installed with standard
fevicol/Dunlop adhesives, The flooring/
vertical skirting to be installed as per
manufacturer’s specifications.
182 Providing and fixing 1st quality Rectified
glazed antiskid ceramic wall tiles conforming
to IS: 15622 (thickness to be specified by
the manufacturer), of approved make, in all
colours, shades except burgundy, bottle
green, black of any size as approved by
Engineer-in-Charge, in skirting, risers of
steps and dados, over 12 mm thick bed of
cement mortar 1:3 (1 cement : 3 coarse
sand) and jointing with grey cement slurry
@ 3.3kg per sqm, including pointing in white
cement mixed with pigment of matching
shade complete. 765.00 Sqm 1488.80 1138932
183 Providing & Fixing of Durlum ,2.5mm/1.8mm
dia. hole perforated RAL or wooden finished
GMS SW4.2 perforated wall cladding with
form fitting & tension free planks 200-
600mm Wide, up to 1500-1800mm Long
manufactured of 1.00mm GMS sheets. The
cladding shall be with square edges on 4
side & covered with non-woven acoustical
black flees from the back of panel & filled
with 50mm rockwool to achieve NRC 0.95. .
All panels are fixed onto vertical C Chanel
profiles 1.2mm Thick GMS installed with
adjustable C Bracket 1.2mm GMS installed
to the concrete/ prefixed sub frame (If
required). The angles are to be connected
together at the ends by means of
longitudinal connectors. The spacing of the
grid angles is according to the requirements
of DIN 18168 and DIN EN 13964 and quality
controlled to ISO 9001:2008 approved by
TUV. On the grid angles, Z shaped carrier
profiles are attached as longitudinal profile
with M6 bolts [secured against loosening].
183.1 The longitudinal connection of the Z-shaped
carrier profiles are made by means of profile
connectors. The planks shall be
manufactured on advanced equipment
which includes several levelling stages in
manufacturing process. The plank ends will
be raised with pips & stops to ensure
accurate fixing & demounting of individual
panel. Finishes of cladding planks shall be
powder coated base of minimum 60 microns
coating thickness. No Pre-Coated products
shall be accepted the spacing of the grid
angles is according to the requirements of
DIN 18168 and DIN EN 13964 and quality
controlled to ISO 9001:2008 approved by
TUV & LEED certification by Indian Green
Building council (IGBC) 348.00 Sqm 8450.50 2940774
Correction – Nil Insertion – Nil Deletion – Nil AE(P) EE (P) Page 107
184 Supply and fixing of Glass Fiber Reinforced
Concrete (GFRC ) Produced in accordance
with PRE CAST INSTITUTE ( U.S.A)
MANUAL 128 EDN 4 , conforming material
in approved size pattern , Design , thickness
and colour. The material should be made
from 53 grade white portland cement
manufactured by J.K cement or equivalent
having minimum compressive strength of 30
N / m Sqm, quartz, fine silica sand . Alkali
resistant Glass Fiber manufactured by
Nippon or Saint Gobain or owens corning or
equivalent, super plasticizers and polymers
manufactured by BASF , Sikka MYK
Schomburg or equivalent . The material
casting should take place in Synthetic
Rubber / FRP Mould manufactured by
Reckli or equivalent. The Fixing should be
dry fixing i.e to be done with GI fasteners ,
dash fastners , self - scerw and pins on MS
frame or wall / RCC . 53.00 Sqm 6310.00 334430
185 Providing and fixing Glass mossaic tiles on
finished plain floor surface of size 20 mm x
20 mm x 4 mm in all colour, design , fixing in
customize design as per direction of
Engineer-in- Charge. The glass mosaic tiles
to be fixed on the floor surface with the help
of approved adhesive and grouting of the
same including joint with non-shrink grout.
The rate is inclusive of all operation,
material and required pattern approved by
Engineer-in-Charge: 826.00 Sqm 4215.70 3482168
186 Providing & Fixing of Durlum, 5.00mm hole
dia perforated designer GMS S4 Hook On
planks ceiling with form fitting & tension free
planks 300/600mm (deep 50mm) Wide, up
to 1200/1800mm Long manufactured of
0.6mm GMS sheets with black tray in end of
every white panel line . The black tray
ceiling shall be 30mm deep & 20mm from
the white ceiling panels. The size of black
tray shall be 150x30x1.00mm. The ceiling
planks shall be with square edges on 4 side
& covered with nonwoven acoustical black
flees & 50mm rockwool from the back of
panel to achieve 0.95 NRC. The
substructure consisting of form punched
angles as a lateral grid which is suspended
pressure-rigid from the bare ceiling with M6
threaded rods using officially approved. The
angles are to be connected together at the
ends by means of longitudinal connectors.
Correction – Nil Insertion – Nil Deletion – Nil AE(P) EE (P) Page 108
186.1 The spacing of the grid angles is according
to the requirements of DIN 18168 and DIN
EN 13964 and quality controlled to ISO
9001:2008 approved by TUV. On the grid
angles, Z-shaped carrier profiles are
attached as longitudinal profile with M6 bolts
[secured against loosening]. The
longitudinal connection of the Z-shaped
carrier profiles are made by means of profile
connectors. The planks shall be
manufactured on advanced equipment
which includes several levelling stages in
manufacturing process. The plank ends will
be raised with pips & stops to ensure
accurate fixing & demounting of individual
panel. Finishes of ceiling planks shall be
powder coated base of minimum60 microns
coating thickness. No precoated product
shall be accepted. The spacing of the grid
angles is according to the requirements of
DIN 18168 and DIN EN 13964 and quality
controlled to ISO 9001:2008 approved by
TUV & LEED certification by Indian Green
Building council (IGBC). The designs &
colour finishes will be decided as per the
engineer-in-charge 238.00 Sqm 7793.20 1854782
187 Providing and applying 6 mm thick
(average) premixed formulated one coat
gypsum lightweight plaster having additives
and light weight aggregates applied on
hacked / uneven background such as bare
RCC work on ceiling at all floors and
locations, finished in smooth line and level
etc. complete. 2911.00 Sqm 361.60 1052618
188 Preparation and consolidation of sub grade
with power road roller of 8 to 12 tonne
capacity, dressing to camber and
consolidating with road roller including
making good the undulations etc. and re-
rolling the sub grade and disposal of surplus
earth with lead upto 50 metres.(The
Excavation work shall be paid for
separately). 9536.00 Sqm 220.30 2100781
189 Providing and fixing of Set of Diverter Body
with Exposed Kit, bath spout, Shower Head
(Hindware F430002) etc complete as
required. 58.00 Set 10385.20 602342
190 Providing and fixing white vitreous china
One-piece toilet with Quiet-Close™ seat
cover in white of approved shape including
seat cover, and nuts, bolts and gasket etc
complete as required (Make : Kohler, Code:
K-17629IN-SM-0) or hindware or Roca or
kerovit equivalent. 23.00 Each 24384.30 560839
191 Providing and fixing wash basin with single
faucet hole in white, including fittings and
brackets, cutting and making good the walls
wherever complete as required. (Make :
Kohler, K-25316IN-0) or hindware or Roca
or kerovit equivalent. 25.00 Each 7722.80 193070
Correction – Nil Insertion – Nil Deletion – Nil AE(P) EE (P) Page 109
192 Providing and fixing Single-control tall basin
faucet without drain in polished chrome 15
mm nominal bore basin faucet long nose of
approved quality conforming to IS
standards. (Make : Kohler, Code :K-
27480IN-4ND-CP) or hindware or Roca or
kerovit equivalent. 25.00 Each 7557.40 188935
193 Providing and fixing C.P. brass angle valve
for basin mixer, Sink and geyser points of
approved quality conforming to IS:8931
(Make Kohler, Code:K-80154IN-4-CP) or
hindware or Roca or kerovit equivalent.
193.1 15 mm nominal bore 48.00 Each 1632.20 78346
194 Providing and fixing toilet paper holder of
approved quality conforming to IS
standards. (Make : Kohler, Code:K-5632IN-
AF) or hindware or Roca or kerovit
equivalent. 23.00 Each 1785.60 41069
195 Providing and fixing of CP brass Health
faucet with 8mm dia 1.2 mtr. Long PVC tube
and wall hook fixed to wall with rawl plug
and CP brass screws complete. (Similar to
Hindware F160110) 73.00 Each 1467.90 107157
196 Providing and fixing PTMT liquid soap
Dispenser 125 mm high and 112 mm
distance from wall of standard shape with
bracket of the same materials with snap
fittings of approved quality (Make : Kohler,
Code : K-10712D-CP) or hindware or Roca
or kerovit equivalent. 16.00 Each 4173.60 66778
197 Providing and fixing 350mm bottle trap
without drain in polished chrome of
approved quality & make and as per the
direction of Engineer- in-charge. (Make
Kohler, Code: K-75823IN-CP) or hindware
or Roca or kerovit equivalent. 25.00 Each 2530.40 63260
198 Providing and fixing Grid drain with
overflow hole in polished chrome of
approved quality & make and as per the
direction of Engineer- in-charge. (Make
Kohler, Code: K-45432IN-CP) or hindware
or Roca or kerovit equivalent. 25.00 Each 712.00 17800
199 Providing and fixing white vitreous china
Urinal with rear spud in white 0.5 ltr urinal
basin of 430x260x350 mm or 340x410x265
mm sizes respectively. (Make Kohler,
Code:K-20713IN-ER-0) or hindware or Roca
or kerovit equivalent. 11.00 Each 18288.20 201170
200 Providing and fixing Urinal sensor with AC
adaptor (AC+DC) with fushing adjustable in
polished chrome Complete as required.
(Make Kohler, CodeK-24199IN-C03-CP) or
hindware or Roca or kerovit equivalent. 11.00 Each 23814.70 261962
201 Providing and fixing automatic Touchless
hand dryer in white complete with all
accessories & fittings. (Make Kohler, Code
K-5486T-2-0P) or hindware or Roca or
kerovit equivalent. 8.00 Each 30030.70 240246
Correction – Nil Insertion – Nil Deletion – Nil AE(P) EE (P) Page 110
202 Providing and fixing 6mm thick toughened
glass in door, window, ventilator shutters
and partitions (including S.S support and
frame for partation work) etc. with EPDM
rubber / neoprene gasket etc. complete as
per the architectural drawings and the
directions of engineer-in-charge. Make:
Saint-Gobain or equivalent in same price 554.00 Sqm 2798.40 1550314
203 Providing and fixing Toilet cubical with the
following specifications.
Thickness of Compact Laminate: 12 mm
Color of HPL Boards: As approved by
Engineer-in-charge
Size of Cubicle : as per drawing
Door Size : 1995mm (H) x 750mm (W)
Divider Size : as per drawing
Overall Height Of Cubicle : 2100mm
(Including boom Gap of 100mm)
Accessories: Standard - as per approved
Make Stainless Steel - 304 Grade
accessories)
a) SS "U" Channel
b) SS "F" channel
c) SS Coat Hook
d) SS Privacy Thumb turn c/w Occupancy
Indicator
e) SS Door Knob
f) SS Hinges with Cover
g) SS Shoe Box Leg 18mm - 316 Grade
h) Rubber Lining for Groove
i) S.S. Screws 304 G & P .V.C Wall Plugs
Rates shall include all items as listed above
including all hardware etc. all complete as
per drawings and as directed by Engineer-
in-charge 17.00 Each 27875.00 473875
204 Providing and laying water proofing
membrane on smooth, hard, dry and free
from dust surface using following as per
manufacturer specification and as per
direction of Engineer in charge. Providing
and laying LSFRE EPDM membrane 1.5
mm (60 mi) thick loose laid over the
geotextile layer. The width of EPDM sheet
should be minimum 6 meter to minimize the
number of joints Adjacent sheet shall be laid
in similar fashion with the an overlap of
minimum 100 mm, Min 75mm wide rubber
polymers butyl splice tape with synthetic
rubber polymer Quick Prime Plus should be
used to make watertight Quick Seam
between 2 EPDM membranes. Insertions,
comers etc. will be finished using Quick
sealed form finish wherever required. 1573.00 Sqm 2068.90 3254380
205 Providing weep holes in Brick
masonry/Plain/ Reinforced concrete
abutment, wing wall/ return wall with 100
mm dia AC pipe, extending through the full
width of the structure with slope of 1V :20H
towards drawing foce. Complete as per
drawing and Technical Specifications
810.00 Sqm 485.60 393336
Correction – Nil Insertion – Nil Deletion – Nil AE(P) EE (P) Page 111
206 Core Cutting in RCC slab / beam for
drainage pipe and water supply line and
other service lines as per requirement and
to fill and repair back complete in all respect
including waterproofing of required
specifications. (The contractor will provide
the guarantee for any seepage to the hole).
206.1 110mm dia and 125mm depth 170.00 each 1123.90 191063
Total of all Subheads 315195932
Add GST difference 6.33% on all DSR
item 17404782
Total 332600714
Correction – Nil Insertion – Nil Deletion – Nil AE(P) EE (P) Page 112
PART-C
SCHEDULE ‘A’ TO ‘F’ FOR MINOR COMPONENT OF THE
WORK GENERAL/SPECIFIC CONDITIONS,
SPECIFICATIONS AND SCHEDULE OF QUANTITIES
APPLICABLE TO MINOR COMPONENT OF THE
ELECTRICAL WORK.
Correction – Nil Insertion – Nil Deletion – Nil AE(P) EE (P) Page 113
SCHEDUL E – ‘A’ to ‘F’ FOR THE WORK (ELECTRICAL WORK)
SCHEDULE ‘A’
Schedule of Quantities Page No. as per sheet attached.
1) SCHEDULE ‘B’
Schedule of materials to be issued to the contractor:
1 2 3 4 5
--- NIL ----
2) SCHEDULE ‘C’
Schedule of Tools and Plants to be hired to the contractor:
1 2 3 4
3) SCHEDULE ‘D’
Extra schedule for specific requirements/document for
As per tender documents
the work, if any:
SCHEDULE ‘E’
Reference to General As per “Part- A (Civil work)” of NIT
Conditions of contract:
Construction of Type-II, Type-III, Type-IV & Type-V Quarters,
Scientist Hostel, Field Hostel, Auditorium and Administrative Block
Name of Work:
including Development Works for G.B. Pant Institute of Himalayan
Environment & Development (GB Pant) at Srinagar, Garhwal
Estimated cost of the work: As per “Part- A (Civil work)” of NIT
SCHEDULE ‘F’
General rules and direction
Officer inviting tender As per “Part- A (Civil work)” of NIT
Maximum percentage of quantity of As per “Part- A (Civil work)” of NIT
items of work to be executed beyond
which rates are to be determined in
accordance with Clause 12.2 & 12.3
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 114
Definitions:
2(v) Engineer-in-Charge : Executive Engineer (E), CCU, MoEF&CC or his
successor-in-charge of work.
Clause 1
i) Time allowed for submission of Performance As per “Part- A (Civil work)” of
Guarantee, Programme Chart (Time and Progress) NIT
and applicable labour licenses, registration with
EPFO, ESIC and BOCW Welfare Board or proof of
applying thereof from the date of issue of letter of
acceptance
ii) Maximum allowable extension with late fee @0.1% As per “Part- A (Civil work)” of
per day of Performance Guarantee amount beyond NIT
the period as provided in i) above
Clause 2 Authority for fixing Compensation under Clause 2 As per “Part- A (Civil work)” of
NIT
Clause 5 Number of days from the date of issue of letter of As per “Part- A (Civil work)” of
intent for reckoning date of start NIT
Time allowed for execution of work: As per “Part- A (Civil work)” of NIT
Authority to decide:
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 115
Clause 5.4
Schedule of rate of recovery for delay in submission of the modified programme in terms of delay
days.
Sl. No. Contract Value Recovery per day (Rs.)
As per “Part- A (Civil work)” of NIT
Clause 7
Gross work to be done together with net payment/ adjustment of advances : As per “Part- A
for material collected, if any, since the last such payment for being eligible to (Civil work)” of NIT
interim payment
Clause 7A
Whether clause 7A shall be applicable : Yes, Applicable
Clause 10 C
Whether Clause 10 C shall be applicable Not Applicable
Clause 10 CA
Nearest materials (other than cement,
Base Price of
Materials covered reinforcement bars, structural steel and
S No materials covered
under this clause POL) for which All India Wholesale Price
under clause 10 CA
Index to be followed
- NIL -
Clause 10 Cc
Clause 10 CC As per Part ‘A’ of NIT
Clause 11
Specifications to CPWD Specifications for Electrical Work.
be followed for Part-I (internal) 2013, Part-II (external) 1995, Part-IV (Substations) 2013,
execution of work Part-V (Wet riser) & sprinkler system) 2020, Part-VI (Fire alarm
system) 2018, Part-VIII (Gas based fire extinguisher system) 2013
and as amended up to correction slips till date.
Clause 12
12.2. & Deviation limit beyond which clauses 12.2 & 12.3 As per “Part- A (Civil work)” of
12.3 shall apply for building work. NIT
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 116
12.5 i) Deviation limit beyond which clauses12.2 & As per “Part- A (Civil work)” of
12.3 shall apply for foundation work (except NIT
items mentioned in earth work sub head in DSR
and related items)
ii) Deviation limit for items mentioned in earth As per “Part- A (Civil work)” of
work sub head of DSR and related items NIT
Clause 16
Competent authority for deciding reduced rates As per “Part- A (Civil work)” of
NIT
Clause 18
List of Mandatory Machinery, tools & plants to be deployed by the contractor at site:-
S No. Machinery and T & P Min. Requirement
1 Chase cutter 4 Nos.
2 Drill machine 5 Nos.
3 Earth tester 1 No.
4 HT Megger 1 No.
5 LT Megger 1 No.
6 Vernier Caliper / Micro meter 1 set
Clause 19
Clause 19 C Authority to decide penalty for Executive Engineer (E),CCU, MoEF&CC or
each default his successor-in-charge of work.
Clause 25
Conciliation and Arbitration - As per “Part- A (Civil work)” of NIT
Designation
Number
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 117
1) Engineer(s) deployed as per stipulation in the contract looks after only the work under contract
and no other work and is available fully during execution of work.
Clause 38
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 118
Eligibility criteria for specialized E & M Works
The Composite category contractor is also being eligible to carry out himself/herself
Substation/DG set work/Fire Fighting System/Fire Alarm & PA system work without
associating any specialized agency/Manufacturer/OEMs/Approved and eligible CPWD agency
provided:
(a) He fulfills the prescribed eligibility criteria respectively for these work(s) as
mentioned below.
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
specialized agency as per criteria mentioned in NIT.
Otherwise he has to associate the agency fulfilling the prescribed eligibility criteria as
mentioned below:-
Agency should have satisfactorily completed the similar works as mentioned below during
the last 7 years ending on 30.04.2023.
Three similar works each costing not less than Rs. 6.70 Lacs
OR
Two similar works each costing not less than Rs. 10.05 Lacs
OR
One similar works each costing not less than Rs. 13.40 Lacs
Similar work shall mean SITC of DG Set of capacity not less than 125 KVA.
i) 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 last date of submission of bids.
Agency should have satisfactorily completed the similar works as mentioned below during
the last 7 years ending on 30.04.2023.
Three similar works each costing not less than Rs. 19.99 Lacs
OR
Two similar works each costing not less than Rs. 29.98 Lacs
OR
One similar works each costing not less than Rs. 39.99 Lacs
Similar work shall mean SITC of Substation Work of capacity not less than 400KVA.
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 119
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 last date of submission of bids.
Agency should have satisfactorily completed the similar works as mentioned below during
the last 7 years ending on 30.04.2023.
Three similar works each costing not less than Rs. 19.38 Lacs
OR
Two similar works each costing not less than Rs. 29.07 Lacs
OR
One similar works each costing not less than Rs. 38.80 Lacs
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 last
date of submission of bids.
Agency should have satisfactorily completed the similar works as mentioned below during
the last 7 years ending on 30.04.2023.
Three similar works each costing not less than Rs. 8.20 Lacs
OR
Two similar works each costing not less than Rs. 12.29 Lacs
OR
One similar works each costing not less than Rs. 16.39 Lacs
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 last date of submission of bids.
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 120
ADDITIONAL CONDITIONS FOR ELECTRICAL WORKS
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 (except the materials, if any, stipulated for supply by the department)
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 (including those supplied by
the department, if any) for the work at site etc
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 121
f) Storage space for all equipments, components and materials at site for the work
The main contractor shall arrange for proper storage of all electro-mechanical equipments and
electrical materials including 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.
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 122
16.0 Work in occupied buildings:
a) When work is executed in occupied buildings, there would be minimum of inconvenience to the
occupants. The work shall be programmed in consultation with the Engineer-in-charge and the
occupying department. If so required, the work may have to be done even before and after the
office hours.
b) The contractor shall be responsible to abide by the regulations or restrictions set in regard to
entry into, and movement within the premises.
c) The contractor shall not tamper with any of the existing installations including their switching
operations or connections there to without specific approval from the Engineer-in-charge.
17.0 Drawings:
a) 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 Engineer-in-
charge.
b) 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 or PWD 8). 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.
c) After award of the work, the firm will be required to submit the shop drawings for the proposed
work including layout plan, conduit routes showing location of points and height etc. and
submitted for approval, Work will be carried out as per the approved drawings before start of
work.
20.2. 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 & delivered at site only with the prior approval of the department to
ensure timely delivery.
b) The agency should approved TDS of material from Engineer-in-Charge before actual brought at
site. 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 Engineer-in-charge.
c) 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/
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 123
authorized dealers to ensure genuineness & quality and as per the approved makes only. Proof
in this regard shall be submitted by the contractor before installation at site to the department.
d) Inspection at factory or at godown of the manufacturer, as required, shall be arranged by the
firm for a mutually agreed date. Certificate for genuineness of the fittings shall have to provided
duly signed by the manufacturer‘s officer not below the rank of Regional Manager.
e) Delivery of material shall be taken up only with the consent of department, after clearance of the
material.
f) Department shall reserve the right to waive inspection in lieu of suitable test certificate, at its
discretion.
20.3. 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.
24.0 Workmanship:
24.1. Good workmanship is an essential requirement to be complied with. The entire work of
manufacture/fabrication, assembly and installation shall confirm to sound engineering practice.
24.2. Proper supervision/skilled workmen: The contractor shall be a licensed electrical contractor
suitable for execution of the electrical work. He shall engage suitably skilled/licensed workmen
of various categories for execution of work supervised by supervisors / 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.
24.3. Use of quality materials: Only quality materials of reputed make as specified in the tender will be
used in work.
24.4. 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.
25.0 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.
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 124
26.0 Commissioning on completion:
After the work is completed, it shall be ensured that the installation is tested and commissioned.
28.0 Guarantee
The installation will be handed over to the department after necessary testing and
commissioning. The installation will be guaranteed against any defective design/workmanship.
Similarly, the materials supplied by the contractor will be guaranteed against any manufacturing
defect or inferior quality. The guarantee period will be for a period of 12 months from the date of
handing over to the department or recording of completion certificate by the engineer-in-charge
and acceptance by the competent authority whichever is later. Installation/ equipments or
components thereof shall be rectified/ repaired to the satisfaction of the Engineer-in-charge at
his own cost and nothing extra will be paid to the contractor on this account. The firm will be
required to submit guarantee of material from the manufacturer to the department.
Note: The quantity of material in the BOQ is indicative. Contractor has to assess the actual
requirement of material at site before placing the order, keeping in view the drawing and
site requirement. No claim for payment for unused excess material shall be entertained.
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 125
B. SPECIAL CONDITIONS FOR ELECTRICAL WORKS
1) These Special Conditions of Contract shall be read in conjunction with the other documents
forming part of the contract. In any case of any discrepancy, the order of preference shall be as
under:-
a) Nomenclature of the item as per schedule of quantities.
b) General/ Additional conditions attached with the contract document.
c) Additional Specifications attached with the contract document.
d) Drawings.
e) CPWD Specifications with correction slips upto last date of submission of bids.
f) BIS Specifications.
g) Manufacturer’s specifications.
h) Decision of the Engineer-in-Charge.
i) Sound Engineering practices.
2) Unless specifically mentioned otherwise all the relevant codes & standards published by the
Bureau of India Standards before the acceptance of the contract shall apply and govern in
respect of design, workmanship, quality and properties of materials, testing and
measurements.
3) The contractor shall organize his operations in a workman like manner and take all necessary
precautions to provide safety and prevent accidents on the site to both person and property,
more so if they will be working in proximity to working machinery of existing plants in operation.
4) The Owner shall have the power in requiring the contractor to adopt from time to time such
measures as they may consider necessary to ensure the above requirements. The Owner shall
not be responsible for any consequence resulting from violation of safety requirements. In
particular the Contractor shall ensure compliance with the all necessary safety codes.
5) All duties, taxes (including GST), octroi, turnover tax etc. shall be borne by the contractor.
6) Latest relevant BIS specifications shall govern this contract and work shall be carried out strictly
in accordance of these.
7) Time is the essence of this contract. The contractor is expected to work in more than one shift.
Nothing extra shall be paid for the same.
8) The Contractor must submit a Time Schedule as per conditions of NIT. The same shall be
reviewed during the time of execution. Suitable amendments shall be made in the work
programme if in the opinion of the Engineer-In-Charge the progress of the work is not
satisfactory. Nothing extra shall be paid for the same.
9) In case the contractor fails to match the progress of the work to the programme approved by the
Engineer-In-Charge, the department reserves the right to get the complete or a portion of the
work executed by any other agency at the risk of the contractor.
10) The department shall not provide any equipment/machine required for any of the operation as
described in the drawings, schedule of quantity, specifications etc.
11) The contractor must get acquainted with the proposed site of the work and the specifications
and conditions carefully before tendering. The work shall be executed as per programme
approved by the Engineer-In-Charge. If part of site is not available for any reason or there is
some unavoidable delay in supply of materials stipulated by the Owner, the programme of
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 126
execution shall be modified accordingly and the contractor shall have no claim for any extras or
compensation on this account of delays or work in odd hours.
12) The architectural and other drawings shall, at all times, be properly correlated for executing any
work. After taking measurements at site. Samples shall be prepared for approval before starting
any items of work specified by the Engineer-In-Charge. The Contractor shall prepare the
fabrication /shop drawings on existing & proposed services of works.
13) Rates quoted for the items in all individual sections shall be valid for carrying out the items of
work at any place, any level and at any height.
14) Collection and stacking of materials shall include all leads. The rates quoted by the contractor
shall hold good irrespective of the source from which the materials are brought so long as they
conform to the specifications and as approved by the Engineer-In-Charge.
15) The drawings referred to in the tender documents are available for inspection to the intending
tenderers in the office of the Engineer-In-Charge. Tenderer’s shall inspect the same and
acquaint themselves with the work to be executed. The contractor shall have no claim or
reference to these drawings in respect of any of the rates after acceptance of the tender.
16) Samples of various materials required for testing shall be provided free of charges by
contractor. All expenditure required to be incurred for taking the sample, conveyance, packing,
sealing, loading, unloading etc. shall be borne by the contractor himself.
The materials 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
samples of materials required for testing including its transportation to testing laboratories. The
cost of tests shall be borne by the contractor / Department in the manner indicated below
(except otherwise mentioned in the contract):
(a) By the contractor, if the results show that the material does not conform to relevant BIS
codes.
(b) By the Department, if the results show that the material conforms to relevant BIS codes.
17) The work have to be executed in shifts and all necessary arrangements are to be made by the
contractor & nothing extra shall be claimed for the by the Contractor.
18) It should be carefully noted that numerous agencies will be working in the project
simultaneously and the contractor shall have to work at every stage in close coordination with
each of these agencies. He shall have to programme his work accordingly in consultation with
other agencies as per sequential requirements as may be decided by the CCU and Client or
simultaneous execution of other components of the work by other agencies may necessitate
reorganizing, which shall not be accepted as grounds for any delay or excuse of any nature
what so ever.
19) The contractor shall make his own arrangements for electricity and its distribution. However
Electricity Connection, if any available, shall be given at one point at the site, but the Employers
do not guarantee uninterrupted supply. Energy thus provided shall be metered and the
contractor shall reimburse the cost of energy to the Employer as per prevailing rates.
20) Approval of shop drawing / fabrication drawings / SLD’s: The contractor shall make shop
drawings for all site work, detailed fabrication drawings for all tanks, vessels, headers etc. and
Single Line Diagram for all Electrical panels and shall obtain approval from the Engineer-in-
Charge before proceeding with the fabrication/manufacture work.
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 127
21) "As Built" Drawings
At the completion of work and before issuance of certificate of provisional completion the
Contractor shall submit eight (8) sets to the Department, layout drawing drawn at appropriate
scale indicating the complete Electrical/Mechanical Works System "as installed".
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 128
ADDITIONAL SPECIFICATIONS FOR ELECTRICAL WORKS
1.0 GENERAL
1.1 All hardware items such as screws, thimbles, and steel wires etc. required for completing an
item as per specifications are deemed to have been included in the item even if not specifically
mentioned in the item.
1.2 All hardware materials such as MS nuts / bolts / screws / washers etc, to be used in the work
shall be zinc coated / cadmium plated.
1.3 All conduits shall be provided with G I fish wire for wiring, failing which recovery shall be made
@ Rs. 10 per metre of conduit. While laying conduit, suitable junction boxes shall be provided
wherever required for pulling the wires. Nothing extra shall be paid for fish wire and junction
boxes.
1.4 The contractor shall ensure that chase cutting machine is used for cutting chases for laying of
conduit.
1.5 Flexible conduits may be used only for interconnection between point and fitting in false ceiling.
1.7 The work is to be carried out as per approved drawings. The contractor should study the
drawings issued by the engineer-in-charge and modifications, if any, required to comply with the
specifications, standards, and statutory rules shall be incorporated and got approved form the
engineer-in-charge before execution.
1.8 The contractor shall make his own arrangements for temporary electricity and water connection,
if required and make necessary payment including electricity and water charges for its use direct
to the authority concerned. The engineer-in-charge will provide all possible assistance by way of
reasonable recommendation for obtaining electricity connection to the concerned authorities but
bears no responsibility for the same.
1.9 The contractor shall ensure that the skilled labour such as electrician, wireman engaged in the
execution of work possess valid license issued by appropriate authorities. The wireman /
electrician not having valid license shall not be permitted to work.
1.10 The electrical fittings in areas of false ceiling/drop ceiling are required to be suspended/secured
form ceiling with suitable hanging arrangement of galvanized iron chains / dash fasteners. The
opening/ slit for fittings in false ceiling shall be provided by the agency executing the item of
false ceiling. However, fixing of electrical fittings in the said opening / slit in a straight line, flush
with the false ceiling shall have to be ensured by the contractor.
2.1 Acceptable makes of materials to be used in the work are enclosed. In case of non-availability of
these makes, the engineer-in-charge may allow use of alternative makes. Only ISI marked
materials shall be used in the work. Non ISI marked materials may be permitted by the
engineer-in-charge only when ISI marked materials are not manufactured.
2.2 The sample of the materials shall be submitted in advance to the engineer-in-charge and got
approved before dispatch to the site of work. The contractor shall produce original invoice for
procurement of electrical accessories, etc. from manufacturers or from their authorized dealers
for authentication.
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 129
2.3 The contractor shall take prior permission from the engineer-in-charge regarding location for
storage and stacking of materials required for the work at site. The cost of construction of store
and watch and ward charges shall be borne by the contractors.
2.4 Testing of electrical installations shall be completed at least 30 days before the scheduled
completion date of the work so that all necessary adjustments are carried out and trial runs
completed before the work is treated as complete and the equipment are taken over by the
department.
2.5 All the electrical equipment shall be brought to site when the site is available for installation, with
prior permission of the engineer-in-charge.
2.6 The conduits for a large number of services may be required to be laid / embedded in RCC
slab/walls or fixed on surface/cable trays. To enable identification of conduits of different
services proposed in the building, the ends of conduits in junction boxes shall be painted as per
the following colour schemes without any extra cost.
4.1 General arrangement drawing of the electrical works including LT panels and feeder pillars shall
be got approved from the engineer-in-charge before commencement of work.
4.2 The contractor shall submit as-built single line diagrams for LT panels, feeder pillars and internal
electrical layout to the engineer-in-charge, incorporate changes and modification suggested by
him, and obtain his approval. Three sets of approved As-Built single line diagrams shall be
submitted to the Engineer-in-charge.
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 130
PREFERRED MAKES OF MATERIALS FOR ELECTRICAL & MECHANICAL ITEMS
All materials and Equipment shall conform to the relevant standards and shall be of approved make
and design. The list of preferred makes for various equipments/materials etc. is given below. Any item
missed out from the list should be got approved by the Engineer in Charge before delivery/
installation. Engineer-in-charge may, for any item, in the interest of work allow use of any other
make/brand in addition to the makes/brands mentioned in the preferred makes lists subject to its
satisfactory quality and on proper grounds like non-availability of preferred makes/brands in the
market etc. In such case, cost adjustment shall be made if the make/brand actually used is priced
lower than the lowest priced brands of that item in the preferred makes list. However, nothing extra
shall be paid if actually used brand/make is of higher price than the highest priced brand/make in the
list of preferred makes.
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 131
27 Pump Mather & Platt / Kirloskar/ KSB/ Grundfos
28 Motor ABB/ Siemens/ Crompton Greaves/ Kirloskar/KSB
29 Fastener Hilti/ Fischer
30 Smoke detector NOTIFIER/ BOSCH/ MORLEY/ APOLLO
31 Control Panel NOTIFIER/ BOSCH/ MORLEY/ APOLLO
32 MCP & Hooter NOTIFIER/ BOSCH/ MORLEY/ APOLLO
32 DWC pipe DURALINE/REX
33 MS pipe TATA/JINDAL (HISAR)
34 Valve/ NRV SANT/ZOLOTO/LEADER
35 Single headed Hydrant valves, four-way Newage/ Minimax/ Guards
Fire Brigade inlet & shut off nozzle, Rubber
Hose for hose reel, Sauce & non return
36 Geyser Venus/Crompton/Havells/V-Guard
37 Light fittings Philips/ Wipro/ Havells
38 APFC relays & protective relays Siemens/ L&T/ABB/ Schneider
(Microprocessor based compatible with PC
& PLC)
39 PLC Siemens/L&T/ABB/Schneider
40 CT/PT L&T/Kappa/Matrix/AE
41 Selector switch Siemens/L&T/Schneider/ABB/BCH
42 Hand gloves and Insulated rubber mat upto ISI marked
11 KV
43 ABC and CO2 type fire extinguisher Guard/Kanes/Supermax/Firesheild
44 Celing /Exhaust Fan Crompton/Usha/Orient/Havells
45 Lighting Automation/Control system Lutron/ Dynalite/Schneider/Crestron/ Omicron /
including Dali light sensors and occupancy Lighting Technologies/ Philips
sensors
46 Perforated MS cable tray MEM/AKG/BEC
47 Fire brigaded connection Newage/Minimax/Superex
48 Flow switch/monitor module System sensor/TYCO/Potter
49 UPS Emerson/APC/Numeric
50 Welding rods ESSAB/ADOR/ESSAR
51 Timer L&T/ABB/Legrand/Siemens
52 External Lighting Pole Utkarsh / BPP /Bajaj
Note: - Chief Engineer, CCU, MoEF&CC, New Delhi reserves the right to add or delete any
materials and Brands in the list of approved materials/brands on the recommendations of
Engineer-in- charge
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 132
SCHEDULE OF
QUANTITY
(SH:- : Electrical and Mechanical Works)
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 133
SCHEDULE OF QUANTITY
Name of work: Construction of Type-II, Type-III, Type-IV & Type-IV quarters, scientist hostel &
field hostel, auditorium & administrative block including development works for GB Pant Institute
of Himalayan Environment & development (GBPIHED) at Srinagar, Garhwal. (U.K)
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 134
mm FRLS PVC insulated copper
conductor single core cable for loop
earthing as required
6 Wiring for circuit/ submain wiring
alongwith earth wire with the following
sizes of FRLS PVC insulated copper
conductor, single core cable in surface/
recessed medium class PVC conduit as
required.
a. 2 X 1.5 sq. mm + 1 X 1.5 sq. mm earth 2340 Metre 233 5,45,220
wire
b. 2 X 6 sq mm + 1 X 6 sq mm earth wire 750 Meter 439 3,29,250
(for AC Point)
c. 2 X 10 sq mm + 1 X 6 sq mm earth wire 360 Meter 570 2,05,200
(for 1PH DB'S)
d. 4 X 6 sq. mm + 2 X 6 sq. mm earth wire 200 Metre 754 1,50,800
(For LDB of Hostel & AC Point)
e. 4 X 10 sq. mm + 2 X 6 sq. mm earth 250 Metre 1,005 2,51,250
wire (FOR 3 PH'S DB - LIGHTING)
f. 4 X 16 sq. mm + 2 X 6 sq. mm earth 230 Metre 1,365 3,13,950
wire (FOR 3 PH'S DB - POWER)
7 Supplying and fixing of following
sizes of medium class PVC conduit
along with accessories in
surface/recess including painting in
case of surface conduit, or cutting the
wall and making good the same in case
of recessed conduit as required.
a. 20 mm 2000 Metre 128 2,56,000
b. 25 mm 1450 Metre 145 2,10,250
c. 32 mm 240 Metre 184 44,160
8 Supplying and drawing following pair
0.5 mm dia FRLS PVC insulated
annealed copper conductor,
unarmored telephone cable in the
existing surface/ recessed steel/ PVC
conduit as required.
a. 2 Pair 2470 Metre 38 93,860
9 Supplying and drawing co-axial TV 1550 Metre 47 72,850
cable RG-6 grade, 0.7 mm solid
copper conductor PE insulated,
shielded with fine tinned copper braid
and protected with PVC sheath in
the existingsurface/ recessed steel/
PVC conduit as required.
10 Supplying and drawing of UTP 4 pair
CAT 6 LAN Cable in the existing
surface/ recessed Steel/ PVC conduit as
required.
a. 1 run of cable 775 Metre 57 44,175
b. 2 run of cable 450 Metre 96 43,200
c. 3 run of cable 301 Metre 134 40,334
11 Supplying and fixing following size/
modules, GI box alongwith modular
base & cover plate for modular switches
in recess etc. as required.
a. 1 or 2 Module (75mmX75mm) 261 Each 298 77,778
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 135
12 Supplying and fixing of following
modular switch / socket on the existing
modulat cover plate & swtch box switch
box including connection but excluding
modulat cover plate etc. as required.
a. Telephone socket outlet 144 Each 148 21,312
b. TV antenna socket outlet 114 Each 148 16,872
c. RJ 45 socket 61 Each 667 40,687
13 Supplying and fixing two module 200 Each 369 73,800
stepped type electronic fan regulator
on the existing modular plate switch
box including connections but excluding
modular plate etc. as required.
14 Supplying and fixing modular blanking 102 Each 40 4,080
plate on the existing modular plate
& switch box excluding modular
plate as reqd
15 Supplying and fixing suitable size GI box 307 Each 477 1,46,439
with modular plate and cover in front
on surface or in recess, including
providing and fixing 3 pin 5/6 A
modular socket outlet and 5/6 A
modular switch, connections etc. as
required.
16 Supplying and fixing suitable size GI box 314 Each 586 1,84,004
with modular plate and cover in front on
surface or in recess, including providing
and fixing 6 pin 5/6 & 15/16 A modular
socket outlet and 15/16 A modular
switch, connections etc. as required
17 Supplying and fixing suitable size GI box 71 Each 676 47,996
with modular plate and cover in front
on surface or in recess, including
providng andfixing 2 nos. 3 pin 5/6 A
modular socket outlet and 2 nos. 5/6 A
modular switch, connections etc. as
required.
18 Supplying & fixing suitable size GI 205 Each 727 1,49,035
box wih modular plate and cover in
front on surface or in recess
including providing and fixing 25 A
modular socket outlet and 25 A modular
SP MCB, "C" curve including
connections, painting etc. as required.
(For Geyser & AC point)
TOTAL (SUB HEAD -I) 80,09,951
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 136
b. 8 way, Double door 5 Each 2,573 12,865
c. 12 way, Double door 24 Each 2,315 55,560
20 Supplying and fixing following way,
horizontal type three pole and neutral,
sheet steel, having IP-43 MCB
distribution board, 415 V, on surface/
recess, complete with tinned copper bus
bar, neutral bus bar, earth bar, din bar,
interconnections, powder painted
including earthing etc. as required. (But
without MCB/RCCB/ Isolator)
a. 6 way (4 + 18), Double door 6 Each 4,974 29,844
b. 8 way (4 + 24), Double door 28 Each 5,967 1,67,076
c. 12 way (8 + 36), Double door 1 Each 7,861 7,861
21 Supplying and fixing following rating,
240/415 V, 10 KA, "C" curve, miniature
circuit breaker suitable for inductive load
of following poles in the existing MCB
DB complete with connections, testing
and commissioning etc. as required.
a. Single Pole (5A to 32 A) 824 Each 256 2,10,944
b. Double Pole (5A to 32 A) 33 Each 656 21,648
c. Triple Pole Neutral (40 Ato 63 A) 35 Each 2,125 74,375
22 Supplying and fixing following rating,
double pole, (single phase and neutral),
240 V, residual current circuit breaker
(RCCB), having a sensitivity current 30
mA in the existing MCB DB complete
with connections, testing and
commissioning etc. as required.
a. 40A 128 Each 2,642 3,38,176
23 Supplying, installing on wall, testing and
commissioning of following capacity Air
Insulated Compact Type Rising Main for
use on 3 phase 4 wire 415 volts, 50Hz
A.C. supply with enclosure having IP-54
rating after fixing the tap off boxes and
all accessories, made of 1.6mm thick
steel sheet duly powder coated in
convenient sections complete with 4
Nos aluminium bus bars having current
density of 130 A/ sq cm at nominal
current rating, necessary joints, elbow
joints & expansion joints, fire barrier at
each floor, continuous earthing with 2
Nos aluminium strip of suitable size (one
on each side) including, G.I. clamping
brackets, suspenders, angle iron
bracket, steel fasteners, connecting to
earthing system etc. as required.
a 200 A Isc = 15kA for 1 second ( In 16 mtrs. 7,969 1,27,504
Admin blok)
24 Supplying, installation, testing &
commisioning of following capacity End
Feed Unit for the existing Air Insulated
Compact Type bus trunking/ rising
mains for use on 3 phase 4 wire 415 V,
50Hz A.C. supply made with 1.6mm
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 137
thick steel sheet enclosure (IP54) duly
powder coated with provision of
MCCB/ACB (but without MCCB/ACB)
complete with necessary joints including
clamping brackets, angle iron bracket,
steel fasteners, connecting to earthing
system etc. as required
a 200 A 15kA SC for 1 sec 2 Each 8,475 16,950
25 Supplying, installation, testing &
commisioning of following capacity Plug
In/ tap off box on the existing Air
Insulated Compact Type bus trunking/
rising mains for use on 3 phase 4 wire
415 V, 50Hz A.C. supply made with
1.6mm thick sheet steel enclosure
(IP54) duly powder coated with
provision of MCCB (but without MCCB)
complete etc. as required
a 125 A, Isc = 15 kA for 1 second 6 Nos 8,671 52,026
26 Providing and fixing following rating and
breaking capacity and pole MCCB with
thermomagnetic release and terminal
spreaders in existing cubicle panel
board including drilling holes in cubicle
panel, making connections, etc. as
required
a. 100 A, 30 KA,FP MCCB 3 Nos. 7,723 23,169
a. 125 A, 30 KA,FP MCCB 3 Nos. 8,209 24,627
TOTAL (SUB HEAD -II) 11,71,449
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 138
b. 600 mm long 10 watt LED mirror 22 Nos. 455 10,010
luminiare in aluminium housing with
polycarbonate cover. (For Admin,
Quarter & Hostels) Equivant to Philips
BN021 LED12S 6500 PSU GR, Wipro
D622065,, 2000 LUMEN, 6500 K,
Havells
LUMILINEBS10WLED865SPCWH
c. LED 34/36 watt 600mmx600mm recess 49 Nos. 4,576 2,24,224
fitting made of metallic CRCA powder
coated minimum system efficacy 100
Lumens/watt. Electronic in buit driver,
PF>0.9, suitable for 220V-240V 50Hz
A.C. supply, including making
connections, testing and commissioning
etc. (For Admin block) Equivant to
Philips RC-383B LED 36S-6500 PSU
OD WH PIR, Havells VENUS
NEOHE2X2R36WLED840PIRSENSOR
d. 12 W LED down lighter made up of high 285 Each 999 2,84,715
pressure die cast aluminium housing
with polycarbonate cover having
symmetric optics with minimum 600
lumens output system. Equivalent to
Philips Sleek Surface SM250 C
LED12S-6500 PSU WH, Wipro Slim
surface panel round shape, D641265,
Havells Trim Clipon LEDLHEAABP7IL
1W012,
e IP 66 6/10 watt LED Bulk Head 25 Nos. 1,142 28,550
Luminarie made up of high pressure die
cast aluminium housing with
polycarbonate cover having symmetric
optics with minimum 600 lumens output
system. Equivalent to Philips Endura-
WT202W, Wipro DA11065 , Havells
HEXA -HEXAFT10W LED
ED857SSYMBOPC
f Oval shape Walll Bracket Light, 98 Each 1,212 1,18,776
COLOUR- Bronze (For Hostel &
Quarters) Equivalent to Philips Muziris 1
Head Wall Light 31425 , E-27 LED,
including 10W LED Lamp Havells make
Floretine WL 1LS B22 SS Wall Bracket
Light, colour -Brushed nickel
g Step light LED recessed type, material 12 Nos. 1,210 14,520
Aluminium IP44, suitable for 220V-240V
50Hz A.C. supply, including making
connections, testing and commissioning
etc. (Equivalent to Philips Model No.
34152,3W, Havells RADIANTFTR07W
LED 830PSYMTOPC)
h 40W Dimmable COB Down Luminarie of 40 Nos. 5,781 2,31,240
coulour temp. 4000K made up of high
pressure die cast aluminium housing
with polycarbonate cover with Electronic
in buit Dali Dimmable driver, PF>0.9,
suitable for 220V-240V 50Hz A.C.
supply, including making connections,
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 139
testing and commissioning etc. (for
Auditorium) (Equivalent to Philips
EcoAccent COB RS271B LED40/850
PSD WB WH, Havells -
SPARKLEPROFIXDL R45 W857 MOD
60D WHTNEEM, 45 W LED )
i Touch Panel to control the dimming of 3 Nos. 40,319 1,20,957
Light Fixtures. (Equivalent to Lightning
Technologies, Philips Antumbra Touch 8
Botom)
j Single Channel Dimmer controller for 5 Nos. 1,42,594 7,12,970
Dimmable Lights. (Equivalent to
Lightning Technologies, Philips
DDBC120)
k Communication module for 5 Nos. 3,502 17,510
communication between controller and
Dimmable Lights. Equivalent to
Lightning Technologies, Philips PAPBE)
28 Supply, Installation, Testing and
Commissioning of BEE 5 star rated,
ceiling fan with Brush Less Direct
Current (BLDC) Motor, class of
insulation: B, 3 nos. blades, 30 cm long
down rod, 2 nos. canopies, shackle kit,
safety rope, copper winding, Power
Factor not less than 0.9, Service Value
(CMM/W) minimum 6.85, Air delivery
minimum 215 CMM, 350 RPM
(tolerance as per IS : 374- 2019), THD
less than 10%, remote or electronic
regulator unit for speed control and all
remaining accessories including safety
pin, nut bolts, washers, temperature
rise=75 degree C (max.), insulation
resistance more than 2 mega ohm,
suitable for 230 V, 50 Hz, single phase
AC Supply, earthing etc. complete as
required.
a. 1200 mm ceiling fan 163 Each 2,730 4,44,990
29 Supply, Installation, Testing and
Commissioning of BEE 5 star rated,
ceiling fan with,3 nos. blades, 30 cm
long down rod, 2 nos. canopies, shackle
kit, safety rope, copper winding, Power
Factor not less than 0.9, Service Value
(CMM/W) minimum 6.85 earthing etc.
complete as required.
b. 1400 mm ceiling fan, 5 Star rated 6 Each 5,151 30,906
30 Supply, installation, Testing &
commissioning of following sweep
Ventilation fan in the existing opening
including making good the damage,
connection, testing & commissioning
etc. as required
a. 250 mm 89 Nos. 1,584 1,40,976
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 140
31 Supplying, installation, testing and 20 Each 4,602 92,040
commissioning of Passive Infrared
(PIR) technology based occupancy
sensor having high performance, non
regulating programmable type,
suitable for connected load upto 10Amp,
for mounting height up to 2.8 mtr
and for 5 m diameter coverage area
along with necessary fixing
arrangements i/c programming at site
etc. complete as required.
TOTAL (SUB HEAD -III) 26,23,254
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 141
protection.
e) 1 No. set of dual core dual ratio 3
CTs 100/50/5/5A of 15VA burden and
accuracy Class-1.0 for metering and
class 5P10 for protection.
a) Outgoing - 2 Nos. 630A VCB.
b) 2 Nos. - (0-75A) Ammeters, dual
scale digital type & selector switches for
Ammeters.
c) 2 Nos. - Microprocessor based
numerical relays with O/L, E/F & S/C
protections.
d) 2 Nos. - set of dual core dual ratio 3
CTs 60/30/5/5A of 15VA burden and
accuracy Class-1.0 for metering and
class 5P10 for protection.
e) 1set of 24 V DC power system for 1 Set 15,33,077 15,33,077
control including 2x65 AH SMF
Batteries.
33 TRANSFORMER
Supplying, installation, testing & 2 Each 15,93,804 31,87,608
commissioning of 400 KVA 11/0.433
KV, 3 phase, 50 Hz, Dyn11, indoor
ONAN type, copper wound Dry Type
Transformer with class F insulation with
OFF load tap changing arrangement on
HV side in steps of @2.5%, - 7.5% to +
7.5% having cable end boxes on HV
side & LT cables connection with all
accessories filling of filtered dehydrated
oil and confirming to IS 1180 Level -2
amended up to date & as per
specification attached complete in all
respects as required at site.
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 142
SUB HEAD - V (DG Sets)
Fuel Tank
Daily service fuel tank of manufacturer
Standard capacity fabricated out of
MS sheet complete with all slandered
accessories and fuel piping between
fuel tank and diesel engine with MS
class 'C' pipes of suitable dia. Complete
with valves, , level indications &
accessories as required as per
specifications.
Exhaust System :
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 143
Dry exhaust manifold with hospital
exhaust silencer ,
Starting System:
12V/24V DC starting system comprising
of starter motors: voltage regulator and
arrangement for initial excitation
complete with suitable nos. Of
Maintenance Free Lead Acid batteries
as per manufacture standard as reqd.
Acoustic and weather proof enclosure
with arrangement for fresh air intake for
cooling of the engine & alternator,
extraction, discharging hot air in to the
atmosphere as per specifications.
Fuel Tank
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 144
Daily service fuel tank of manufacturer
Standard capacity fabricated out of MS
sheet complete with all slandered
accessories and fuel piping between
fuel tank and diesel engine with MS
class 'C' pipes of suitable dia. Complete
with valves, , level indications &
accessories as required as per
specifications.
Exhaust System:
Dry exhaust manifold with hospital
exhaust silencer,
Starting System:
12V/24V DC starting system comprising
of starter motors: voltage regulator and
arrangement for initial excitation
complete with suitable nos. Of
Maintenance Free Lead Acid batteries
as per manufacture slandered as reqd.
Acoustic and weather proof enclosure
with arrangement for fresh air intake for
cooling of the engine & alternator,
extraction, discharging hot air in to the
atmosphere as per specifications.
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 145
Note- All MCCBs of 250A & above shall
be Micro processed release with O/L,
S/C protection and below 250A shall be
thermal magnetic release. All MCCB
shall be with rotary handle and have Ics
= 100 % Icu.
37 MAIN LT PANEL
I. Incoming for Transformer (2 x 400 KVA
TRANSFORMER):
a) 2 Nos. 630 Amps, 50KA, 440 volt 4-P
Electrically operated draw out ACB
complete with Microprocessor releases
based release for adjustable setting for
over current, earth fault & short circuit
protection with 4 line LCD (R,Y,B,N)
display with bar graph for % loading of
phases. all three current and neutral
current (Class 1 accuracy), release
should self-powered requiring no
external power supply, protection
against phase unbalance, counting the
number of operations and contact wear
of arc chutes, protection against under ,
over frequency, voltage unbalance,
reverse power, over temperature
protection with 20 fault history and event
history minimum 20 and inbuilt zone
selective interlocking feature
(Microprocessor based) having variable
range with time lag facility to achieve
discrimination. Required Interlocking
with other incomers & Bus Coupler to be
provided as per Interlocking / operation
scheme indicated in Main Schematic
Diagram. The ACB shall have suitable
arrangement for termination of cable
termination on incoming side and
busbar connection at outgoing side,
complete with following for each ACB:
b) Digital flush type class -1.0 accuracy
multifunction meter with RS-485
communication port with 3 Nos. current
transformers of 630/5 ratio, 15 VA Class
1.0 for metering.
c) 6 nos. NO/NC contacts for remote
opening & closing.
d) Red/Green/Amber ON/OFF/TRIP
indicating lamps with 2A SP MCB
backup protection.
e) 1 set of three phase indicating lamps
along with 2A SP MCB backup
protection.
f) Spring charge& DC supply healthy
indicating lamp with 2A SP MCB backup
protection.
g) 1 no. current transformer of 600/5A ratio
Class 1.0, 15 VA Burden for PF
correction relay.
h) Motor wound spring closing mechanism.
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 146
i) Suitable arrangement to receive
incoming Aluminium Cable of
150Sq.mm Size.
j) T-N-C Breaker control switch
k) Control MCB, control terminals& wiring
as required.
l) One auto/manual selector switch
m) Combined Under voltage and over
voltage relay ,3 Phase with Time delay
setting.
n) Restricted Earth Fault Relay,
o) 1 no. current transformer of 630/5A ratio
Class PS 15 VA Burden to be supplied
loose to mount in Transformer
II. Bus Couplers:
a) 1 No. 630 Amps horizontal 4 pole
electrically draw out type, air circuit
breakers of fault breaking capacity 36
KA (Ics=Icu upto 433V) manually
operated, with interlocked door,
automatic safety shutters, mechanical
ON/OFF and service/test/isolated
position indicators and frame earthing
contact conforming to IS-13947- 2-1993
as amended upto date complete with
following accessories for each ACB:
b) Independent manual spring closing
mechanism-I No.
c) Breaker ‘ON’ indicating light with back
up 2A HRC fuse/MCB test terminal
block, fuses, circuits contactors for
positive electrical interlocking of
breakers, etc. as required. - 1 set
III. Bus Bars:
a) 4 strip aluminium bus bars of minimum
of 800 Amps capacity with heat
shrinkable coloured sleeves and i/c
DMC/SMC bus bare cross section, size
supports & their spacing etc. for
withstanding fault level of 36 kA
IV. Interlocking:
a) Electrical through advance contacts in
ACB’s (incomers & Bus couplers) and
mechanical (castle key) interlocking
should be provided to ensure that only
one supply is available at a time on
each section of bus and to eliminate any
possible of accidentally approaching two
supplies at one bus section.
V. Outgoing:
All MCCB shall have Breaker ‘ON’
indicating light with back up 2A HRC
fuse/MCB test terminal block, fuses,
circuits contactors for positive electrical
interlocking of breakers, etc. as required
- 1 set
a) 320 Amp 4 Pole 36 KA MCCB – 1 Nos.
b) 250 Amp 4 Pole 36 KA MCCB – 1 Nos.
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 147
c) 200 Amp 4 Pole 36 KA MCCB – 7 Nos.
d) 160 Amp 4 Pole 36 KA MCCB - 1 Nos.
e) 100 Amp 4 Pole 36 KA MCCB – 5 Nos. 1 Job 12,05,360 12,05,360
38 ESSENTIAL PANEL
Supplying, installation, testing &
commissioning of cubicle type LT panel
suitable for 415V, 3 Phase, 4 Wire 50
Hz Ac supply system, fabricated in
compartmentalized (preferably) design
from CRCA sheet steel of 2mm thick for
frame work and covers, 3mm thick for
gland, plates i/c cleaning & finishing
complete with 7 tank process for powder
coating in approved shade, having
Suitable Amp capacity extensible type
TPN aluminium alloy bus bars of high
conductivity, DMC/SMC bus bar
supports, with short circuit withstand
capacity of 31 MVA for 1 Sec., bottom
base channel of MS section not less
than 100mmx 50mm x 5mm thick,
fabrication shall be done in
transportable sections, entire panel shall
have a common copper earth bar of size
25mm x 5mm at the rear with 2 Nos.
earth stud, solid connections from main
bus bar to switch gears with required
size of Al. bus bars and control wiring
with 2.5 sq. mm. FRLS PVC insulated
copper conductor S/C cable, cable
alleys, cable gland plates in two half, i/c
providing following switch gears :-
Note- All MCCBs of 250A & above shall
be Micro processed release with O/L,
S/C protection and below 250A shall be
thermal magnetic release. All MCCB
shall be with rotary handle and have Ics
= 100 % Icu.
I. Incoming for LT Panel
a) 320 Amp FP MCCB of 36 KA breaking
capacity with required CT's of ratio
300/5A Class 1, 15 VA Burden.
b) Digital flush type class -1.0 accuracy
multifunction meter with RS-485
communication port for measurement of
THD, KVARH KW, KWH, KVAR, PF, V,
A, Hz, with 3 Nos. current transformers
of required ratio, 15 VA Class 1.0
c) 6 nos NO/NC contacts for remote
opening & closing.
d) Red/Green/Amber ON/OFF/TRIP
indicating lamps with 2A SP MCB
backup protection.
e) 1 set of three phase indicating lamps
along with 2A SP MCB backup
protection.
f) Motor wound spring closing mechanism
-Motorised MCCB
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 148
II. Incoming for DG SET (1X125KVA DG
SET):
a) 250 Amp FP MCCB of 25 KA breaking
capacity with required CT's of ratio
250/5A Class 1, 15 VA Burden.
b) Digital flush type class -1.0 accuracy
multifunction meter with RS-485
communication port for measurement of
THD, KVARH KW, KWH, KVAR, PF, V,
A, Hz, with 3 Nos. current transformers
of required ratio, 15 VA Class 1.0
c) 6 nos NO/NC contacts for remote
opening & closing.
d) Red/Green/Amber ON/OFF/TRIP
indicating lamps with 2A SP MCB
backup protection.
e) 1 set of three phase indicating lamps
along with 2A SP MCB backup
protection.
f) Spring charge & DC supply healthy, DG
set on, MCCB ON indicating lamp with
2A SP MCB backup protection.
g) Motor wound spring closing mechanism
-Motorised MCCB
h) Suitable arrangement to receive
incoming cable of 1 runs of 3.5 x 185 sq.
mm "Al." XLPE conductor.
i) T-N-C Breaker control switch
j) Control MCB, control terminals& wiring
as required.
k) Combined Undervoltage & Overvoltage
relay 3 phase with time delay setting,
Reverse Power relay.
l) One auto/manual selector switch
m) one set of push buttons for DG start, DG
Stop Reset & Emergency Stop.
n) One 16 amp automatic Battery charger
with inbuilt facility of trickle / boost &
consisting of :
o) DC Ammeter (0-30)V.
p) DC Voltmeter. (0-30)Amp
q) Charger ON, OFF indications.
r) 1 Nos 6 Window microprocessor based
annunciation panel (for each D.G. set)
for following indications & Buzzer:
s) DG set Alarm
t) DG set Fault
u) DC supply failure
v) O/V Fault
III. Incoming for DG SET (1X40 KVA DG
SET) :
a) 100 Amp FP MCCB of 25 KA breaking
capacity with required CT's of ratio
100/5A Class 1, 15 VA Burden.
b) Digital flush type class -1.0 accuracy
multifunction meter with RS-485
communication port for measurement of
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 149
THD, KVARH KW, KWH, KVAR, PF, V,
A, Hz, with 3 Nos. current transformers
of required ratio, 15 VA Class 1.0
c) 6 nos NO/NC contacts for remote
opening & closing.
d) Red/Green/Amber ON/OFF/TRIP
indicating lamps with 2A SP MCB
backup protection.
e) 1 set of three phase indicating lamps
along with 2A SP MCB backup
protection.
f) Spring charge & DC supply healthy, DG
set on, MCCB ON indicating lamp with
2A SP MCB backup protection.
g) Motor wound spring closing mechanism
-Motorised MCCB
h) Suitable arrangement to receive
incoming cable of 1 runs of 3.5 x 50 sq.
mm "Al." XLPE conductor.
i) T-N-C Breaker control switch
j Control MCB, control terminals& wiring
as required.
k) Combined Undervoltage & Overvoltage
relay 3 phase with time delay setting,
Reverse Power relay.
l) One auto/manual selector switch
m) one set of push buttons for DG start, DG
Stop Reset & Emergency Stop.
n) One 16 amp automatic Battery charger
with inbuilt facility of trickle / boost &
consisting of :
o) DC Ammeter (0-30) V.
p) DC Voltmeter. (0-30) Amp
q) Charger ON, OFF indications.
r) 1 Nos 6 Window microprocessor based
annunciation panel (for each D.G. set)
for following indications & Buzzer:
s) DG set Alarm
t) DG set Fault
u) DC supply failure
v) O/V Fault
w) Load Management and Interlocking
through PLC
x) PLC
y) UPS
z) HMI
aa) Aux Relay
IV. Bus Couplers:
a) 250 Amp FP MCCB of 25 KA breaking
capacity with required CT's of ratio
250/5A Class 1, 15 VA Burden.
mechanical ON/OFF and
service/test/isolated position indicators
and frame earthing contact conforming
to IS-13947- 2-1993 as amended upto
date complete with following
accessories for each ACB:
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 150
b) Independent manual spring closing
mechanism-I No.
c) Breaker ‘ON’ indicating light with back
up 2A HRC fuse/MCB test terminal
block, fuses, circuits contactors for
positive electrical interlocking of
breakers, etc. as required - 1 set
V. Bus Bars:
a) 4 strip aluminium bus bars of minimum
of 300 Amps capacity with heat
shrinkable coloured sleeves and i/c
DMC/SMC bus bare cross section, size
supports & their spacing etc. for
withstanding fault level of 36 KA
VI. Interlocking:
a) All (incomers & Bus couplers) and
mechanical (castle key) interlocking
should be provided to ensure that only
one supply is available at a time on
each section of bus and to eliminate any
possible of accidentally approaching two
supplies at one bus section.
VII. Outgoing:
All MCCB shall have Breaker ‘ON’
indicating light with back up 2A HRC
fuse/MCB test terminal block, fuses,
circuits contactors for positive electrical
interlocking of breakers, etc. as required
- 1 set
a) 125 Amp 4 Pole 36 KA MCCB – 2 Nos.
b) 100 Amp 4 Pole 36 KA MCCB –7 Nos.
c) 80 Amp 4 Pole 36 KA MCCB – 2 Nos. 1 Job 7,31,814 7,31,814
39 APFC Panel
Supplying, Installation , testing , &
commissioning of factory built floor
mounted auto-manual capacitor bank of
total capacity of 100 KVAR having 3
phase MPP heavy duty type with ISI
marked / conforming to IEC power
capacitor & suitable steps APFC relay
having capacitor of sizes
(5+5+10+15+15+25+25) including 1 No
10 KVAR as static provided with
Thyristor Electronic switching of suitable
rating to suppress switching of inrush
current to improve capacitor life.
The system shall have microprocessor
based APFC relay provided in the
command module for target P. F setting
with digital P. F. display. The Controller
consists: all three powers, i.e. KVA, KW
and KVAR phase wise.
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 151
The system shall be provided with
required capacity master MCCB having
protection for over load, short circuit,
etc. the panel shall be made of 2mm
thick CRCA Sheet including Suitable
size of 4- strip aluminium bus bar
powder coated painting provided with
exhaust fans (with thermostat) and grills
for proper ventilation, interconnections
with suitable size conductor cables &
lugs and accommodating the following
switchgears & accessories:
a) 200 A TP MCCB 50 KA microprocessor
release along with rotary handle: 1 No.
b) 8 step APFC relay - 1No.
c) Digital type voltmeter (0-500volt) - 1 No.
d) Digital type ammeter (0-300A) - 1 No.
e) Thyristor Electronic switches for 5/10/15
KVAR capacitor 440V -5 Nos.
f) Thyristor Electronic switches for 25
KVAR capacitor, 440V - 2 Nos.
g) 25A 10 KA MCB TP- 5 Nos.
h) 63A 25 KA thermal magnetic release
MCCB TP- 2 Nos.
i) Selector switches of required Nos. for
auto/manual control, indicating lamps
j) MPP heavy duty shunt capacitors 3 1 Job 1,66,777 1,66,777
phase 440 volt:-
(5+5+10+15+15+25+25) KVAR.
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 152
The panels shall be FRONT operated,
with cable entry from the top /bottom.
Earth bus shall be part of the panel.) (All
MCB to be "C" Curve)
The following provisions shall be
required to be made in the Distribution
Panel as detailed below:
All live accessible parts shall be
shrouded with 1mm thick
polycarbonate/3 mm thick FRP sheet
and all equipment shall be finger touch
proof. The busbar insulation shall be
with heat shrinkable sleeves according
to the colour code. SMC shrouds and
busbar supports shall be used. All
MCCB door handle shall be interlocked
and lockable in OFF position.
Galvanised hardware with zinc
passivation shall be used in fabrication
of Switchboards.
Suitable Aluminium earth bus to be
provided throughout the length of
Switchboards.
All indication lamps / illuminated push
buttons shall be LED type.
Coil of all motor starters shall be fed
from 440 V / 230 V Control Transformer.
2A SP MCBs shall be used as backup
protections.
All MCCBs shall be variable setting type
with thermal magnetic up to 630 A rating
and with microprocessor-based releases
above 630 A rating, line load
reversibility, Ics = 100% Icu, & rotary
handle.
All control& power wiring shall be
brought out upto the cable alley in the
terminal blocks.
An approval shall be taken for each
panel before manufacturing.
Provision of one 6/16-amp socket &
compartment lighting for each vertical
section of main panel.
Illuminated push button on Starter
Panels of Pumps.
Interlocking / Auto start command
terminals for Starter panels. All
Ventilation & pressurisation fans shall
be interlocked with Fire Alarm Panel as
per given logic.
All breaking Capacity for MCCB to be
Ics=100%Icu.
All MCB to be C Curve
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 153
Lamp(25KA)-1no.
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 154
i) 40A 4-pole MCB, 10 KA breaking 1 Job 63,823 63,823
capacity -8 nos
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 155
protection MCB-1set
II. Bus Bar
1 No. 200 amp TPN Alu Bus bar 10 KA,
of suitable length with current density of
1.3 sq.mm/amp,
III. Outgoing
i) 100A 4- pole MCCB with thermal
magnetic release(16KA)-1no.
ii) 63A 4-pole MCB, 10 KA breaking 1 Job 69,114 69,114
capacity - 5 nos
III. Outgoing
i) 40A 4-pole MCB, 10 KA breaking
capacity -7 nos
i) 63A 4-pole MCB, 10 KA breaking 1 Job 63,051 63,051
capacity -1 nos
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 156
ii) Digital KWH three phase Energy 1 Job 59,965 59,965
Meter with LED display-3 nos
HT Cable
41 Supplying of one number Earthed
armoured Aluminium conductor XLPE
power cable of 11 KV grade confirming
to IS:7098 (Part-II)1985 as amended up
to date.
(a). 3 x120 Sq.mm HT CABLE 100 mtr 1,528 1,52,800
42 Laying of one number PVC insulated
and PVC sheathed XLPE power cable
of 11 KV grade of following size in the
existing RCC/HUME/metal/DWC pipe as
required.
Upto 120 sq. mm 60 mtr 77 4,620
43 Laying of one number PVC insulated
and PVC sheathed XLPE power cable
of 11 KV grade of following size in the
existing masonry open duct as required.
Upto 120 sq. mm 40 mtr 63 2,520
44 supplying and making indoor cable end
termination with heat shrinkable jointing
kit complete with all accessories
including lugs suitable for following size
of 3 core, XLPE aluminium conductor
cable of 11 KV grade as required
a) 120 Sq.mm 5 each 14,968 74,840
45 Supplying and making outdoor cable
end termination with heat shrinkable
jointing kit complete with all accessories
including lugs suitable for following size
of 3 core, XLPE aluminium conductor
cable of 11 KV grade as required
a) 120 Sq.mm 1 each 20,100 20,100
46 Supplying and laying of following size
DWC HDPE pipe ISI marked along with
all accessories like socket, bend,
couplers etc. conforming to IS 14930,
Part II complete with fitting and cutting,
jointing etc. direct in ground (75 cm
below ground level) including excavation
and refilling the trench but excluding
sand cushioning and protective covering
etc., complete as required.
a) 63 mm dia (OD-63 mm & ID-51 mm 2000 Mtr. 247 4,94,000
nominal)
b) 160 mm dia (OD-160 mm & ID-135 mm 1000 Mtr. 481 4,81,000
nominal)
LT Cable
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 157
47 Supplying of following size Alu.
conductor XLPE insulated and PVC
sheathed armoured power cable of 1.1
KV grade as required as per IS:7098
(Part-I)1988 as amended up to date.
a. 3 x 10 sq.mm 90 Mtr. 174 15,660
b. 4 x 10 sq.mm 120 Mtr. 197 23,640
c. 4 x 16 sq.mm 190 Mtr. 236 44,840
d. 4 x 25 sq.mm 290 Mtr. 289 83,810
e. 4 x 35 sq.mm 130 Mtr. 380 49,400
f. 3.5 x 50 sq.mm 325 Mtr. 450 1,46,250
g. 3.5 x 70 sq.mm 625 Mtr. 608 3,80,000
h. 3.5 x 95 sq.mm 225 Mtr. 761 1,71,225
i. 3.5 x 120 sq.mm 125 Mtr. 934 1,16,750
j. 3.5 x 150 sq.mm 60 Mtr. 1,097 65,820
k. 3.5 x 185 sq.mm 275 Mtr. 1,387 3,81,425
l. 3.5 x 240 sq.mm 60 Mtr. 1,781 1,06,860
m. 3.5 x 300 sq.mm 100 Mtr. 2,177 2,17,700
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 158
a. Upto 35 sq. mm (clamped with 1mm 60 Mtr. 55 3,300
thick saddle)
b. Above 35 sq. mm and upto 95 sq. mm 30 Mtr. 130 3,900
(clamped with 25x3mm MS flat clamp)
c. Above 95 sq. mm and upto 185 sq. mm 30 Mtr. 153 4,590
(clamped with 25/40x3mm MS flat
clamp)
d. Above 185 sq. mm and upto 400 sq. 20 Mtr. 226 4,520
mm (clamped with 40x3mm MS flat
clamp)
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 159
legs, Conform to IS Specification, with
IP-55 enclosure protection, as per IS-
2137(Revised), floor mounting free
standing on a suitable masonry pedestal
outdoor type panel, provided with
hinged detachable and lockable outer
opening doors with the following
incoming/outgoing MCCB/ MCBs
mounted therein including making
connections/ interconnections, earthing,
painting etc. as required. The panel
shall have canopy arrangement on the
top. All MCB to be C curve .
(Note : The fault withstanding capacity
shall be 10 KA for one sec. Earth bus
shall be part of the panel. All MCB to be
10 KA breaking capacity.
Feeder Pillar for Street light
Incomer
4-pole 63 Amp,16KA MCCB - 1 Nos.
63 A 4 Pole power contactor- 1 no
Astronomical 24 hours’ time switch
(L&T) - 1 no.
By pass arrangement with toggle switch
RYB LED indicating Lamp - 1 Set
Bus Bar - 100 Amp TPN - 1 Set
outgoing
32 A SPN MCB -8 nos. 2 Set 41,887 83,774
55 Supplying of 6 mtr. long octagonal pole 34 Nos 10,212 3,47,208
galvanized continuously tapered (bolt
fixing type) in single section made out of
3mm thick sheet having top dia 70mm
and bottom dia 130mm with 04 Nos. hot
dip galvanized foundation bolts of size
20mm dia x 700mm long along with
suitable size GI single arm bracket
1500mm long, i/c providing and fixing
Bakelite sheet of size 25cm x 10cm x
6mm thick, 3 nos connector, of suitable
size and 1 no 6A SP MCB + 3X1.5
Sq.mm Cu cable inside the pole to
complete wiring upto LED fittings with
door and locking arrangement near
bottom of the pole as suitable height etc
as required. (Make Bajaj / BPP /
Utkarsh)
56 Erection of metallic pole of following
length in cement concrete 1:3:6 (1
cement: 3 coarse sand: 6 graded stone
aggregate 40 mm nominal size)
foundation including excavation and
refilling etc. as required.
a. Above 4.5 metre and upto 6.5 metre 34 Each 5,121 1,74,114
57 Supplying, installation, testing and 34 Nos 4,998 1,69,932
commissioning of 45 watt IP 66 LED
Street light fitting having system lumen
output of minimum 100 lumens /watt
made with pressure die cast aluminium
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 160
alloy body and life expectancy of 50,000
hrs, PF more than 0.9, CRI more than
70 complete with all accessories
suitable for vertical/horizontal mounting
on pole complete with connections etc
as required. (Equivalent to Philips Smart
brite 45 watt LED Street light BRP 052
LED 045 CW SLMR FG S1 PSU GR,
4000 K, Havells
ENDURASUNDOWNSL45W
LED765PASYBOTG, 4000K /
Equivalent fixture performance of Wipro
/ Equivalent fixture performance of
Bajaj)
58 Supplying, Installation, Testing and 20 Nos 21,707 4,34,140
Commissioning of 3 mtr. Aesthetically
designed decorative hot dipped
galvanised mild steel step pole with grey
powder finish. Compatible for all post
top range. Window - Plasma cut & duly
chamfered opening window of 300x110
mm for terminal connections & mounting
accessories. Window cover is fitted with
Allen screws to the pole, Including
installation of concrete foundation 1:2:4
(1 Cement, 2 coarse sand & 4 graded
stone) of etc as required (Equivalent to
Havells DECO POLE 3.5M TOP Ø 76
MM)
59 Supplying, installation, testing and 20 Nos 8,216 1,64,320
commissioning of 27-30 watt IP 65 LED
post top lantern fitting made with
pressure die cast aluminium alloy body
and PF more than 0.9, CRI more than
70 complete with all accessories
complete with connections etc as
required. (Equivalent to Havells model-
RUBYPT25WLED757SSYMTOPCn,
Philips BGP LED 28 757 PSU IN S1)
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 161
62 Earthing with G.I. earth pipe 4.5 meter 4 Set 6,855 27,420
long, 40 mm dia including accessories,
and providing masonry enclosure with
cover plate having locking arrangement
and watering pipe etc. with charcoal/
coke and salt as required.
63 Providing and fixing 25 mm X 5 mm 40 mtr 1,551 62,040
copper strip in 40 mm dia G.I. pipe from
earth electrode including connection
with brass nut, bolt, spring, washer
excavation and re-filling etc. as required.
64 Providing and fixing 25 mm X 5 mm GI 60 mtr 706 42,360
strip in 40 mm dia G.I. pipe from earth
electrode including connection with
brass nut, bolt, spring, washer
excavation and re-filling etc. as required.
65 Providing and fixing 25 mm X 5 mm 80 mtr 1,162 92,960
copper strip on surface or in recess for
connections etc. as required.
66 Providing and fixing 25 mm X 5 mm G.I. 650 mtr 244 1,58,600
strip on surface or in recess for
connections etc. as required.
67 Providing and fixing 6 SWG dia GI wire 100 mtr 42 4,200
on surface or in recess for loop earthing
along with existing surface/recessed
conduit/submain wiring/ cable as
required.
68 Providing and fixing G.I. tape 20 mm X 3 700 Mt 126 88,200
mm thick on parapet or on surface of
wall for lightning conductor complete as
required. (For horizontal run)
69 Providing and fixing G.I. tape 20 mm X 3 100 mt 197 19,700
mm thick on parapet or on surface of
wall for lightning conductor complete as
required. (For vertical run)
70 Jointing copper /G.I. tape (with another 50 each 113 5,650
copper / G.I tape, base of the finial or
any other metallic object) by riveting /
nut bolting/ sweating and soldering etc.
as required.
71 Providing and fixing testing joint, made 10 Each 121 1,210
of 20 mm X 3 mm thick G.I. strip, 125
mm long, with 4 Nos. of G.I. bolts, nuts,
chuck nuts and spring washers etc.
complete as required.
72 Providing and laying G.I. tape 32 mm X 100 mt 195 19,500
6 mm from earth electrode directly in
ground as required.
73 Providing & fixing if lightning conductor 20 Each 518 10,360
finial, made of 25 mm dia 300 mm long,
G.I tube, having single prong at top, with
85 mm dia 6 mm thick G.I base plate
including holes etc. complete as
required.
TOTAL (SUB HEAD - IX) Rs. 10,46,392
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 162
74 Supplying & fixing safety instruction 2 each 908 1,816
chart in word duly framed with 5 mm
thick glass as required. (approx. front
area 1.20 sq.mt.)
75 Providing of set of 4 nos. 9.50 litre 1 set 2,162 2,162
capacity GI bucket painted in post office
red colour with prior coat of re-oxide
paint and written with white paint FIRE
and mounted on MS angle iron frame
with bracket of appropriate size &
capacity i/c filling sand etc.
76 Supply & fixing shock treatment chart 2 each 821 1,642
duly mounted on a wooden frame with 5
mm thick glass as required.
(Approximate front area 1.20 sq. mtr.)
77 Providing of rubber mat in position, 8 mtr 732 5,856
Class A, withstand upto 3.3 KV, 1 mtr
wide and as per IS 15652-(2006) as
required.
78 Providing of rubber mat in position, 10 mtr 1,098 10,980
Class C, withstand upto 33 KV, 1 mtr
wide and as per IS 15652-(2006) as
required.
TOTAL (SUB HEAD -X) Rs. 22,456
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 163
81 Providing, laying, testing &
commissioning of 'B' class medium duty
G.I. pipe conforming to IS 1239
including welding /screwing, fittings like
elbows, tees, flanges, tapers, nuts,
bolts, gaskets etc. and fixing the pipe on
the wall/ceiling with suitable
clamp/support frame and painting with
two or more coats of synthetic enamel
paint of required shade complete as
required:
a) 40 mm 20 Mt 831 16,620
82 Supplying, fixing, testing and
commissioning of butterfly valve of PN
1.6 rating with bronze/gunmetal seat
duly ISI marked complete with nuts,
bolts, washers, gaskets conforming to IS
13095 of following sizes as required:
a) 40mm 3 Each 3,591 10,773
83 Providing, installation, testing and
commissioning of non-return valve of
following sizes confirming to IS: 5312
complete with rubber gasket, GI bolts,
nuts, washers etc.as required:
a) 40mm 3 Each 5,790 17,370
84 Providing and fixing in position the 2 Each 659 1,318
industrial type pressure gauges with gun
metal / brass valves complete as
required
85 Providing and fixing in position the 40 Mtr. 233 9,320
industrial type 3C x 6 sq.mm Flat cu
Submersible cable for Submersible
Pumps complete as required
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 164
(d) Suitable cement concrete foundation
duly plastered with anti-vibration pads.
1620 lpm at 70 m Head 1 Set 331972 3,31,972
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 165
Suitable HP squirrel cage induction
motor TEFC type suitable for operation
on 415 volts, 3 phase 50 Hz AC supply
with IP 55 class of protection for
enclosure, horizontal foot mounted type
with Class-'F' insulation, conforming to
IS : 325.
M.S. fabricated common base plate,
coupling, coupling guard, foundation
bolts etc.as required.
Suitable cement concrete foundation
duly plastered and with antivibration
pads.
180 lpm at 88 m Head 2 Set 103304 2,06,608
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 166
with following in coming and Outgoings,
suitable for operation on 415V, 3 Phase,
50Hz Ac supply with enclosure
protection class IP 42 as required.
Incoming
400A, 50kA 4 Pole MCCB, Ics=100%
Icu rating Digital Voltmeter 0-500V with
selector switch Ammeter (0-400 A) with
selector switch & CTs etc.
LED type RYB phase indicating lamps,
ON, OFF, trip indicating lamps Set of
Copper Bus Bar 500A
Outgoing
Note: All outgoing feeders for pumps
should have digital Ammeter with
selector switches, and LED type ON,
OFF, trip indicating lamps)
Main Fire Pump + Hydrant Pump +
Sprinkler Pump
125 A, 50kA TPN MCCB, Ics=100% Icu,
each with fully automatic Star/Delta
starter suitable for 60 hp pump with
overload protection, current sensing
type single phase preventor complete
with all accessories and internal wiring
required for automatic operation,
selector switch for local/remote,
auto/manual/OFF operation - 2 Sets
Jockey Pump
63 Amp, 50kA TPN MCCB, Ics=100%
Icu with suitable HP fully automatic Star/
Delta starter with overload protection,
current sensing type single phase
preventor complete with all accessories
and internal wiring required for
automatic operation, selector switch for
local/ remote, auto/manual/OFF
operation. - 2 Sets
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 167
Designing, Supply, Installation, Testing
and commissioning of system controller
to control operation of main electric fire
pump, diesel pump, Pressurization
pump, Terrace pump in sequence as
per specification consisting of relays,
timers. Sensors, annunciation window
for fault indication, complete as per
specifications. 1 Set 372106 3,72,106
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 168
b. 100 mm Dia. 30 Mtr. 1718 51,540
95 Supplying and fixing single headed
internal hydrant valve with
instantaneous Gunmetal/Stainless Steel
coupling of 63 mm dia with cast iron
wheel ISI marked conforming to IS 5290
(Type -A) with blank Gunmetal/Stainless
Steel cap and chain as required:
a. Single headed Gunmetal 8 Set 7646 61,168
96 Supplying and fixing Single headed
external yard hydrant valve with 1 No.
63 mm dia instantaneous FM
Gunmetal/Stainless Steel coupling and
cast iron wheel, ISI marked, conforming
to IS 5290 (type A) with blank
Gunmetal/Stainless Steel cap and chain
as required:
a. Single headed Gunmetal 6 Set 7646 45,876
97 Supplying, fixing, testing and
commissioning of butterfly valve of PN
1.6 rating with bronze/gunmetal seat
duly ISI marked complete with nuts,
bolts, washers, gaskets conforming to IS
13095 of following sizes as required:
a. 80 mm Dia. 15 Set 4982 74,730
b. 100 mm Dia. 4 Set 6667 26,668
c. 150 mm Dia. 6 Set 8960 53,760
d. 200 mm Dia. 2 Set 15207 30,414
98 Supplying, fixing, testing &
commissioning of double flanged sluice
valve of rating PN 1.6 with non-rising
spindle, bronze/gun metal seat, ISI
marked complete with nuts, bolts,
washers, gaskets and conforming to IS
780 of following sizes as required :
a. 150 mm Dia. 2 Set 22762 45,524
b. 200 mm Dia. 2 Set 39332 78,664
99 Supplying and fixing orifice plate made 2 Set 1321 2,642
out of 6 mm thick stainless steel (Grade
304) with orifice of required size to be
fitted between flange & landing valve of
external and internal hydrants to reduce
pressure at the outlet to the level of 3.5
kg/cm2 complete as required.
100 Providing, installation, testing and
commissioning of non-return valve of
following sizes confirming to IS: 5312
complete with rubber gasket, GI bolts,
nuts, washers etc.as required:
a. 80 mm Dia. 4 Set 7691 30,764
b. 100 mm Dia. 1 Set 11050 11,050
c. 150 mm Dia. 3 Set 17786 53,358
d. 200 mm Dia. 2 Set 29282 58,564
101 Providing, installation, testing and
commissioning of stainless steel Y-
strainer fabricated out of 1.6 mm thick
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 169
stainless steel, Grade 304, sheet with 3
mm dia holes with stainless steel flange.
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 170
a. 100 mm Dia. 2 Each 7514 15,028
b. 150 mm Dia. 2 Each 9021 18,042
109 Providing and fixing gun metal ball
Valve with rotatory handle of approved
quality :
a. 25 mm nominal bore 10 Each 532.35 5,323.50
110 Providing and fixing Fire Hose Cabinet 8 Nos 14824 1,18,592
door including door frame (Internal)
fabricated from 16 gauge Aluminium
Sheet powder coated with glazing above
and below lock rail in front door with key
and lock arrangement, painted "Fire
Red" with powder coated paint "Fire
Hose" written on front including suitable
supports to place, approximately size
(minimum) 1200x2100 mm or as per site
suitable to house following;
(i) Single Headed Outlet - 2Nos.
(ii) First Aid Hose Reel (Length of pipe
shall be such that nozzle of the hose
can be taken into every room and within
6 Mtrs. of any part of the rooms keeping
in view layout and obstruction.) - 1 No.
(iii) Hose pipe 63 mm dia 15m long with
male and female coupling at both ends.
- 2 Nos.
(iv) Branch pipe 63 mm dia with 20 mm
(nominal internal diameter) nozzle and
suitable for instantaneous connection - 1
No
111 Supplying and fixing of Fire Hose 6 Nos 8125 48,750
Cabinet (External) 900mm x 600 mm x
500 mm made of 2mm thick MS sheet
with 6 mm thick glazed glass doors i/c
necessary locking arrangements
suitable to accommodate external yard
hydrant with butterfly valve, 2Nos.
15mtr.long Hose pipe, 1No. branch pipe,
mounted on wall OR raised brick
platform & duly painted with post office
red externally and white internally with
synthetic enamel paint complete in all
respect, for external hydrant, as
required.
112 FIRE BUCKET STAND WITH 4 NOS. 2 Nos 2538 5,076
OF FIRE BUCKET Including canopy
support structure made out of 50x50x6
angle verticals and horizontal member.
The top canopy shall be made out of 1
mm thick corrugated aluminium sheet.
The overall height of the canopy shall be
2 meters from FGL and the buckets
shall be hung at support provided at 1
meter from FGL. The Aluminium shade
shall be fixed to the MS structure with
SDST screws of Hilti or equivalent make
.All the MS Structure shall be applied
with two coats of primer and two coats
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 171
of synthetic Enamel paint as approved
by Client.
113 Supplying and fixing of fire 100mm Dia 1 Set 2741 2,741
brigade draw out connection of
Gunmetal body with cap and chain as
reqd. for suitable dia MS pipe
connection conforming to IS code as
required :
114 Supplying, Fixing, Testing &
Commissioning of Rubber Bellow of PN
1.6 rating complete to the entire
satisfaction and direction of Fire
Officer/Engr-in-Charge.
a. 80 mm dia 2 Each 1,974 3,948
b. 150 mm Dia 4 Each 8,833 35,332
115 P/F/T/C of gun metal Air Release Valve 6 Nos. 922 5,532
of 25 mm dia of approved quality etc.
complete to the entire satisfaction and
direction of Fire Officer/Engr-in-Charge.
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 172
118 Supplying, installation, testing and
commissioning of microprocessor based
intelligent addressable main fire alarm
panel, central processing unit with the
following loop modules and capable of
supporting not less than 240 devices
(including detectors) and minimum 120
detectors per loop and loop length up to
2 km, network communication card,
minimum 320 character graphics/ LCD
display with touch screen or other
keypad and minimum 4000 events
history log in the non-volatile memory
(EPROM), power supply unit (230 ± 5%
V, 50 hz), 48 hrs back-up with 24 volt
sealed maintenance free batteries with
automatic charger. The panel shall have
facility to connect printer to printout log
and facility to have seamless integration
with analogue/digital voice evacuation
system (which is part of the schedule of
work under SH: PA System) and shall
be complete with all accessories . The
panel shall be compatible for IBMS
system with open protocol BACnet/
Modbus over IP complete as per
specifications.
Two Loop Panel. 2 Each 2,39,225 4,78,450
119 Supplying, installation, testing & 108 Each 2,858 3,08,664
commissioning of intelligent analogue
addressable photothermal detector
complete with mounting base complete
as required.
120 Supplying, installation, testing & 6 Each 3,270 19,620
commissioning of fault isolator complete
with base as required.
121 Supplying, installation, testing & 12 Each 276 3,312
commissioning of response indicator on
surface/recessed MS Box having two
LED, metallic cover complete with all
connections etc as required.
122 Supplying, installation, testing & 12 Each 3,871 46,452
commissioning of addressable manual
call point complete as required.
123 Supplying, installation, testing & 12 Each 3,506 42,072
commissioning of addressable horn cum
strobe complete as required.
124 Supplying, installation, testing & 3 Each 74,937 2,24,811
commissioning of intelligent addressable
thermal detector with rate of rise cum
fixed temperature thermistor complete
with base as required.
125 Supplying & laying of 2x1.5 sq. mm fire 1100 Mtr. 173 1,90,300
alarm armoured cable, 600/1000V rated
with annealed copper conductor having
XLPE insulation, steel wire armouring &
FRLS outer sheath complete as
required.
Public Address System -
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 173
126 Supplying, installation, testing & 2 Each 1,26,411 2,52,822
commissioning of 6 zone, voice alarm
controller with USB, MP3 player
(including 6 zone button paging station)
with seamless integration facility with
main fire alarm panel for voice
evacuation complete as required.
127 Supplying, installation, testing & 45 Each 965 43,425
commissioning of 1.5/3/6W ceiling
speaker complete as required.
128 Supplying, installation, testing & 2 Each 1,45,793 2,91,586
commissioning of digital audio amplifier
75 Watt, 25V rms operating at 240 Volt
AC Supply complete as required.
129 Supplying and drawing of cable Fire
Retardant PVC insulated copper
conductor cable in the existing surface /
recessed steel conduit of following pairs,
cores and size including connections
and interconnections etc. as require
a speaker cable Single pair, 2-core, 1.5 450 Metre 54 24,300
sq.mm
TOTAL (SUB HEAD -XIII) 19,25,814
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 174
PART-D
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 175
CIVIL CONSTRUCTION UNIT
Percentage
above or Total
Sl. Estimated % in
Name of component below the Cost
No. cost (Rs.) Figures
estimated (Rs.)
cost
1 2 3 4 5 6
1 Composite Tender
(Civil Component Rs. 33,26,00,714/- +
Electrical Component Rs. 3,54,99,108/-) 36,80,99,822 * * *
Total = Rs. 36,80,99,822/-
2) The amount in figures in column No.6 shall appear automatically corresponding to the percentage
quoted in column No.4 & 5.
3) The tenderer is required to quote the percentage only above or below or at par with the
estimated cost to cover all the rates of item covered under the respective packages.
5) If the percentage selection in column No 4 is "At Par", by default the percentage will be considered
as "Zero" only. In other words if "At par" is selected in column No.4, then no need to fill column
No.5
Correction – Nil Insertion – Nil Deletion – Nil AE(E) EE (E) Page 176