GPRA Upload NIT 31.124.imimg.com/data4/MX/TK/HTT-1526/1526_2016-01-02-16-40... · 2016-01-02 · 7....

283
1 AE-I AE-II EE Name of work : C/o 314 Nos. GPRA Quarters (G + 10) at Digha, Patna, Bihar, (Type- II-119 Nos., Type-III- 100 Nos., Type-IV- 60 Nos., Type-V- 30 Nos. and Type-VI- 05 Nos.) etc. i/c Internal Water Supply, Sanitary Installation, Drainage, Civil Development Works, Internal Electrical Installations, Fan & Fittings, Fire Fighting System, Fire Alarm System, Passenger Lifts, Sub-Stations and D. G. Sets. INDEX Sl. No. Description Page No. 1 Index 1-2 2 Salient Features of Composite Bid 3-4 3 Information & Instruction for Bidders for e-tendering 5-7 4 Press Notice 8 5 Part-A Technical Bid 9 6 NIT (Form CPWD-6) 10-15 7 Item rate tender & contract for works (Form CPWD-8) 16-30 8 Integrity Pact 31-36 9 Section I - Brief Particulars of the work 37-39 10 Section II - General Guidelines for Bidders 40-45 11 Section III - Information regarding Eligibility 46 i) Letter of Transmittal 47 ii) Form “A” 48 iii) Form “B” 49 iv) Form “C” 51 v) Form “D” 52 vi) Form “E” 53 vii) Form “F” 54 viii) Form “G” 55 ix) Form “H” 56 x) Form “I” 57-58 xi) Form “J” 59 xii) Form “K” 60

Transcript of GPRA Upload NIT 31.124.imimg.com/data4/MX/TK/HTT-1526/1526_2016-01-02-16-40... · 2016-01-02 · 7....

1

AE-I AE-II EE

Name of work : C/o 314 Nos. GPRA Quarters (G + 10) at Digha, Patna, Bihar, (Type-

II-119 Nos., Type-III- 100 Nos., Type-IV- 60 Nos., Type-V- 30 Nos. and

Type-VI- 05 Nos.) etc. i/c Internal Water Supply, Sanitary Installation,

Drainage, Civil Development Works, Internal Electrical Installations,

Fan & Fittings, Fire Fighting System, Fire Alarm System, Passenger

Lifts, Sub-Stations and D. G. Sets.

INDEX

Sl. No. Description Page

No.

1 Index 1-2

2 Salient Features of Composite Bid 3-4

3 Information & Instruction for Bidders for e-tendering 5-7

4 Press Notice 8

5 Part-A Technical Bid 9

6 NIT (Form CPWD-6) 10-15

7 Item rate tender & contract for works (Form CPWD-8) 16-30

8 Integrity Pact 31-36

9 Section I - Brief Particulars of the work 37-39

10 Section II - General Guidelines for Bidders 40-45

11 Section III - Information regarding Eligibility 46

i) Letter of Transmittal 47

ii) Form “A” 48

iii) Form “B” 49

iv) Form “C” 51

v) Form “D” 52

vi) Form “E” 53

vii) Form “F” 54

viii) Form “G” 55

ix) Form “H” 56

x) Form “I” 57-58

xi) Form “J” 59

xii) Form “K” 60

2

AE-I AE-II EE

Part - B Financial Bid (Civil Component, Page 61 to 184) 61

12 Particular Specifications 62-86

13 Additional Terms & Conditional for Horticulture Works 87-88

14 Special Condition 88-132

15 List of approved make of Materials 135-136

16 Schedule of Quantities 137-184

Part-C Financial Bid(Electrical Component Page 185 to 283) 185

17 Item Rate Tenders & Contract for Works (Form CPWD-8) 186-192

18 Commercial and Additional Conditions 193

19 Lift 194-199

20 Fire Alarm & Internal Fire Fighting System 200-206

21 Internal & External EI works 207-216

22 D. G. Set 217-227

23 Sub-Station 228-244

24 Technical Specification for LED street light fittings 245

25 Approved Make of Materials 246-249

26 Schedule of Quantities 250-283

This NIT contains Part-A from Page 1 to 60 & Part-B from Page 61 to 184 and Part-C

from Page 185 to 283 only including these two pages.

3

AE-I AE-II EE

S A L I E N T F E A T U R E S O F T E N D E R D O C U M E N S

Name of work : C/o 314 Nos. GPRA Quarters (G + 10) at Digha, Patna, Bihar, (Type-

II-119 Nos., Type-III- 100 Nos., Type-IV- 60 Nos., Type-V- 30 Nos.

and Type-VI- 05 Nos.) etc. i/c Internal Water Supply, Sanitary

Installation, Drainage, Civil Development Works, Internal Electrical

Installations, Fan & Fittings, Fire Fighting System, Fire Alarm

System, Passenger Lifts, Sub-Stations and D. G. Sets.

The tenderer is advised to read and examine the tender documents for the work and the set of drawings

available with Engineer-in-Charge carefully and inspect and examine the site and its surroundings and satisfy

himself before submitting his tender. Some salient highlights of the tender documents are:-

S.

No. Description of Salient Features For details Ref. to

age/conditions No. 1. The Contractor(s) shall quote the rate for each item in figures and words

accurately so that there is no discrepancy in rates written in figures and words.

They shall also write the amount for each item and requisite totals. In event no

rate has been quoted for any item(s), leaving space both in figure(s), word(s) and amount blank, it will be presumed that the contractor has included the cost of this/these item(s) in other items and rate for such item(s) will be considered as zero and work will be required to be executed accordingly.

Page-7/Para 10 of

GCC-2014.

2. No conditional rebates/conditions shall be quoted by tenderers. The tenders of

such tenderers who shall quote any condition or/and conditional rebate shall be

summarily rejected.

Part-A/Para 13 of

CPWD-6

3. Time allowed for execution of work is 24 (Twenty Four) months only. The

security deposit of the contractor shall not be refunded before the expiry of 12

(Twelve) months after the issues of the certificate final or otherwise of

completion of work or till the final bill has been prepared and passed whichever

is later.

Part-A/ Clause-5,

Clause 10CC and

Clause 17 of the

General Conditions

of the Contract 2014.

4. The schedule of quantities is given in two parts viz. Civil Components in Part-B

& Electrical Component in Part-C. It will be obligatory on the part of

Contractor/Tenderer to sign on Part-B and Part-C pages of tender documents.

Part-B/page 137-184

(Civil component) Part-C/page 250-283

(E & M Component)

5. The contractor (s) shall not be entitled to be paid any interim payment if the

gross work to be done together with net payment/adjustment of advances for

material collected, if any, since the last such payment is less than Rs 450.00 lacs

for Civil Component and for Rs 50.00 lacs for E & M Component.

Part-A/Clause-7 of CPWD-8 (Civil Component) Page-21 Part-C/Clause-7 of CPWD-8 Page-188

6. This work pertains to construction of building in RCC framed structure with

raft/pile foundation. In this connection the Contractor(s) shall carefully study the

relevant drawings available with EE/G.P.O.A.-P.D.

Architectural/Structu

ral Drawings

7. Only steel form work (Centering and Shuttering) conforming to CPWD

specifications 2009 Vol.I shall be used. Nothing extra shall be payable for

steel form work.

Part-B/Para 7 of

particular

specification. 8. a The entire required quantities of Thermo - Mechanically Treated (TMT) steel

reinforcement bars shall have to be procured by the contractor(s) from

primary producers/Integrated steel plant producers having appropriate

capacity.

Part-B/Para-41.2 of

special condition.

b The entire required quantities of cement shall have to be procured from

reputed manufacturer’s having production capacity of one million tonnes or

more per annum, such as Ultra tech, ACC, Lafarge, Konark, J.P. Rewa,

Vikram, Shree Cement, Century cement, Jaypee cement, J.K. Cement,

Part-B/Para 41.1 of

special condition.

4

AE-I AE-II EE

Ambuja Cement, Birla Jute, Cement Corporation of India etc.

c The materials procured as such shall have to be got tested as specified before

use. Part-B/Para 40 of

special condition.

d The contractor will have to construct cement store of adequate capacity as

per details given on page 97 of General Conditions of Contract 2014 and to

make arrangements for safe storage of steel bars as per direction of Engineer-

in-Charge.

9. Particulars of Composite Tenders Part A/ Page- 37-39

10. The contractor shall make his own arrangement for electricity and water required

for the execution of work for which nothing extra shall be payable. Part-B/Para 19 of

special conditions 11. Details of Milestones – indicating withhold of amount in not achieving

milestone. Part A/ Page-20, Part-

C, Page-189

5

AE-I AE-II EE

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR

e-TENDERING

The Executive Engineer, GPOA Project Division, Central Public Works Department, Patna

(Telephone No. 0612-2580074 & Fax No. 0612-2580097 & email id – [email protected] ) on behalf

of President of India invites online item rate tenders from firms/contractors of repute in two bid system

(technical bid & financial bid) for the following work:-

NIT

No

.

Name of Work & location Estimated cost put

to bid Earnest Money

Per

iod

of

Co

mp

leti

on

Last date & time of submission of technical &

financial bid, EMD,

e-tender processing fee and other documents as

specified in the press notice

Time and date of

opening of

technical bid

01

/NIT

/PM

/GP

OA

-PD

/CP

WD

/20

15

-16 C/o 314 Nos. GPRA Quarters

(G + 10) at Digha, Patna, Bihar, (Type-II-119 Nos., Type-III- 100 Nos., Type-IV- 60 Nos., Type-V-

30 Nos. and Type-VI- 05 Nos.) etc. i/c Internal Water Supply, Sanitary Installation, Drainage, Civil Development Works,

Internal Electrical Installations, Fan & Fittings, Fire Fighting System, Fire Alarm System, Passenger Lifts, Sub-Stations

and D. G. Sets.

Part-A & B for Civil

Work

Rs.107.19 crore

Part-C for E & M

Work

Rs. 12.06 crore

Total – Rs.119.25

crore

Rs. 1,29,25,000/- (Rupees One

Crore Twenty

Nine Lakh Twenty

Five Thousand

only)

24

(T

wen

ty F

ou

r) M

on

ths

Upto 18.01.2016 on 3.00 PM

18.01.2016 on 03.30

PM

1. Contractors who fulfil the following requirements shall be eligible to apply. Joint ventures are not accepted.

a. Should have satisfactorily completed the works as mentioned below during the last seven years ending previous day of last date of submission of bid.

i. Three similar works each costing not less than Rs. 4770 lacs, or two similar works each costing not less

than Rs. 7155 lacs or one similar work costing not less than Rs. 9540 lacs.

And

ii. One work of any nature (either part of (i) above or a separate one) costing not less than Rs. 4770 lacs

with some Central/State Government Department/Central Autonomous Body/ State Autonomous Body/

Central Public Sector Undertaking/State Public Sector Undertaking/City Development

Authority/Municipal Corporation of city formed under any Act by Central/State Government and

published in Central/State Gazette.

Similar work shall mean “Construction of residential/ non-residential building with RCC framed structure

(G+7) storey (minimum 8 storied) with pile/raft foundation including internal water supply, sanitary

installations, internal roads, drainage, internal electrical installations, lifts, Fire-fighting & fire alarm system and electrical substation equipment (minimum 1200KVA) in India.

The bidders may have the experience of execution of electrical substation equipment (minimum 1200 KVA),

lift, fire-fighting and fire alarm system in India either under eligible qualifying work as per NIT or under one

or more Agreements, but the value of the work so executed under these Agreements shall not be considered

for eligibility criteria and only the experience will be counted”. 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 last date of submission of bids.

(b)

Should have had average annual financial turnover of Rs. 119.25 Crore on construction works during the

immediate last three consecutive financial years ending 31.03.2015 duly audited by chartered accountant

(Scanned copy of certificate from CA to be uploaded). Year in which no turnover is shown would also be

considered for working out the average. Copy of other documents in support including the balance sheet (as

submitted with Income tax Department) will have to be submitted if required for evaluation.

(c) Should not have incurred any loss in more than two years during the last five consecutive years ending

31.03.2015.

6

AE-I AE-II EE

(d) Should have a solvency of Rs. 4770.00 lacs. (Scanned copy of original solvency to be uploaded)

2. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only submit his

bid if he considers himself eligible and he is in possession of all the documents required.

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

4. Bid document consisting of plans, specifications, the schedule of quantities of various types of work to be

executed and the set of terms and conditions of the contract to be complied with and other necessary

documents can be seen and downloaded from website www.tenderwizard.com/CPWD or www.cpwd.gov.in

free of cost.

5. But the bid can only be submitted after depositing Processing Fee in favour of ITI Limited and uploading

the mandatory scanned documents such as 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, PCD, CPWD, Patna and other documents as specified.

6. Those contractors not registered on the website mentioned above, are required to get registered beforehand.

If needed they can be imparted training on online tendering process as per details available on the website.

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

8. On opening date, the contractor can login and see the bid opening process. After opening of bids he will

receive the competitor bid sheets.

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

10. Certificate of Financial Turnover: At the time of submission of bid contractor may upload

Affidavit/Certificate from CA mentioning Financial Turnover of last 5 years or for the period as specified in

the bid document and further details if required may be asked from the contractor after opening of technical

bids. There is no need to upload entire voluminous balance sheet.

11. Contractor must ensure to quote rate of each item. The column meant for quoting rate in figures appears in

pink colour and the moment rate is entered, it turns sky blue.

In addition to this, while selecting any of the cells a warning appears that if any cell is left blank the same

shall be treated as "0". Therefore, if any cell is left blank and no rate is quoted by the bidder, rate of such

item shall be treated as "0" (ZERO). However, if a tenderer quotes nil rates against each item in the item

rate tender or does not quote any percentage above/below on the section/sub head in percentage rate tender,

the tender shall be treated as invalid and will not be considered as lowest tenderer.

12. The Technical bid shall be opened first on due date and time as mentioned above. The time and date of

opening of financial bid of contractors qualifying the technical bid shall be communicated to them at a later

date.

13. Pre Bid conference shall be held in the office of Project manager, GPOA Project Circle, CPWD,

Patna, Bihar at 03.00 PM on dated 07.01.2016 to clear the doubt of intending bidders, if any and

minute of the per bid conference shall be uploaded on 08.01.2016 (if required).

14. Deleted

15. The department reserves the right to reject any prospective application without assigning any reason and to

restrict the list of qualified contractors to any number deemed suitable by it, if too many tenders are

received satisfying the laid down criterion.

Executive Engineer,

GPOA-PD, CPWD, Patna

** Blanks to be filled by EE/GPOA-PD

7

AE-I AE-II EE

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

1. Treasury Challan/Demand Draft/Pay order or Banker`s Cheque/Deposit at Call Receipt/FDR/Bank Guarantee of any Scheduled Bank against EMD.

2. Certificates of Work Experience. (Form C, D & E)

3. Certificate of financial turnover from Chartered Accountant. (Form A) 4. Bank Solvency Certificate. (Form B)

5. Structure & organization – Form F.

6. Details of technical & Administrative personnel – Form G.

7. Details of construction equipments – Form H.

8. Affidavit as per clause 1.2.2.B of CPWD 6. (Form J)

9. Certificate of Registration for Sales Tax / VAT and acknowledgement of up to date filed return if required.

10. Integrity Pact duly signed.

11. An undertaking that “The Physical EMD shall be deposited by me/us with the EE calling the bid upto 03.00 PM on dated 20.01.2016 after the opening of Technical (eligibility) bid (in Form K) otherwise department may reject the bid and also take action to withdraw my/our

enlistment/debar me/us from tendering in CPWD”.

12. Copy of PAN card 13. Calculation of bidding capacity

8

AE-I AE-II EE

CENTRAL PUBLIC WORK DEPARTMENT

Notice inviting e-Tender

The Executive Engineer, GPOA Project Division, C.P.W.D., Digha, Patna invites

on behalf of President of India invites online item rate on two bid system for the

following work(s):-

NIT No. 01/NIT/PM/GPOA-PD/CPWD/2015-16 Name of Work: C/o 314 Nos. GPRA

Quarters (G+10) at Digha, Patna, Bihar, (Type-II-119 Nos., Type-III- 100 Nos., Type-IV- 60

Nos., Type-V- 30 Nos. and Type-VI- 05 Nos.) etc. i/c Internal Water Supply, Sanitary

Installation, Drainage, Civil Development Works, Internal Electrical Installations, Fan &

Fittings, Fire Fighting System, Fire Alarm System, Passenger Lifts, Sub-Stations and D. G.

Sets. Estimated Cost Rs. 119.25 Crore Earnest money Rs. 1,29,25,000/- & period of

completion 24 months. Last time and date of submission of bid 3:00 P.M. on 18.01.2016

The tender forms and other details can be obtained from the website

www.tenderwizard.com/CPWD or www.cpwd.gov.in or www.eprocure.gov.in

Note: - Not to be printed

dk;Zikyd vfHk;Urk

th-ih-vks-,- Ikfj;kstuk eaMy]

ds-yks-fu-fo-] iVuk

9

AE-I AE-II EE

Part-A: TECHNICAL BID

10

AE-I AE-II EE

CPWD-6 CPWD

GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT

NOTICE INVITING BID 1. Item rate bids are invited on behalf of Presidente of India from firms / contractors of repute in two bid

system for the work of : C/o 314 Nos. GPRA Quarters (G + 10) at Digha, Patna, Bihar,

(Type-II-119 Nos., Type-III- 100 Nos., Type-IV- 60 Nos., Type-V- 30 Nos. and Type-VI-

05 Nos.) etc. i/c Internal Water Supply, Sanitary Installation, Drainage, Civil

Development Works, Internal Electrical Installations, Fan & Fittings, Fire Fighting

System, Fire Alarm System, Passenger Lifts, Sub-Stations and D. G. Sets. Joint ventures

are not accepted. 1.1 The work is estimated to cost Rs. 107.19 Crore for Civil Component & Rs. 12.06 Crore for E&M

Component. Total Rs. 119.25 Crore. This estimate, however, is given merely as a rough guide.

1.1.1. The authority competent to approve NIT for the combined cost and belonging to the major

discipline will consolidate NITs for calling the bids. He will also nominate Division which will

deal with all matters relating to the invitation of bids. For composite bid, besides indicating the combined estimated cost put to bid, it should clearly

indicate the estimated cost of each component separately. The eligibility of bidders will

correspond to the combined estimated cost of different components put to bid.

1.2 Intending bidders is eligible to submit the bid provided he has definite proof from the appropriate

authority, which shall be to the satisfaction of the competent authority, of having satisfactorily

completed similar works of magnitude specified below:-

1.2.1 Deleted

1.2.2 Criteria of eligibility:

A. Contractors who fulfill the following requirements shall be eligible to apply. Joint ventures

are not accepted. a. Should have satisfactorily completed the works as mentioned below during the last seven

years ending previous day of last date of submission of bid.

i. Three similar works each costing not less than Rs. 4770 lacs, or two similar works each costing not

less than Rs. 7155 lacs or one similar work costing not less than Rs. 9540 lacs. And

ii. One work of any nature (either part of (i) above or a separate one) costing not less than

Rs. 4770 lacs with some Central/State Government Department/Central Autonomous Body/State

Autonomous Body/Central Public Sector Undertaking/State Public Sector Undertaking/City

Development Authority/Municipal Corporation of city formed under any Act by Central/State

Government and published in Central/State Gazette.

Similar work shall mean “Construction of residential/ non-residential building with RCC framed

structure (G+7) storey (minimum 8 storied) with pile/raft foundation including internal water supply,

sanitary installations, internal roads, drainage, internal electrical installations, lifts, Fire-fighting &

fire alarm system and electrical substation equipment (minimum 1200KVA) in India.

The bidders may have the experience of execution of electrical substation equipment (minimum 1200

KVA), lift, fire-fighting and fire alarm system in India either under eligible qualifying work as per NIT or under one or more Agreements, but the value of the work so executed under these Agreements

shall not be considered for eligibility criteria and only the experience will be counted”.

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 last date of submission of bids.

11

AE-I AE-II EE

b. Should have had average annual financial turnover of Rs. 119.25 Crore on construction

works during immediate last three consecutive years ending 31.03.2015.

c Should not have incurred any loss in more than two years during available last five

consecutive balance sheets duly certified and audited by the chartered accountant.

d Should have a solvency of Rs. 4770 lacs. (Scanned copy of original solvency to be uploaded)

B. To become eligible for issue of bid, the bidders shall also have to furnish an affidavit as under:

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

2. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD-8 (or other

Standard From as mentioned) which is available as a Govt. of India Publication and also available on

website www.cpwd.gov.in. Bidders shall quote his rates as per various terms and conditions of the said

form which will form part of the agreement.

3. The time allowed for carrying out the work will be 24 (twenty four) 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.

Or

The site for the work shall be made available in parts as specified below :- (ii) The architectural and structural drawings for the work is available.

The architectural and structural drawings shall be made available in phased manner, as per requirement of the same as per approved programme of completion submitted by the contractor

after award of the work

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 & conditions of the contract to be complied with and other

necessary documents except Standard General Conditions of Contract Form can be seen from website

www.tenderwizard.com/CPWD or www.cpwd.gov.in free of cost.

6. After submission of the bid the contractor can re-submit revised bid any number of times but before last

time and date of submission of bid as notified.

7. While submitting the revised bid, contractor can revise the rate of one or more item(s) any number of

times (he need not re-enter rate of all the items) but before last time and date of submission of bid as

notified.

8. When bids are invited in three stage system and if it is desired to submit revised financial bid then it

shall be mandatory to submit revised financial bid. If not submitted then the bid submitted earlier shall

become invalid.

9. Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker`s Cheque or

Deposit at Call Receipt [drawn in favour of Executive Engineer, PCD, CPWD, Patna] shall be

scanned and uploaded to the e-tendering website within the period of bid submission.

12

AE-I AE-II EE

A part of earnest money is acceptable in the form of bank guarantee also. In such case, 50% of earnest

money or Rs. 20 lacs, whichever is less, will 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 six

months or more from the last date of receipt of bids. Which is to be scanned and uploaded by the

intending bidders.

The physical EMD of the scanned copy of EMD uploaded shall be deposited by the bidders upto 03.00 PM on dated 20.01.2016 after opening of technical (eligibility) bid otherwise department

may reject the bid and also take action to withdraw enlistment/debar from tendering in CPWD.”

The following undertaking in this regard shall also be uploaded by the intending bidders:-

“The Physical EMD shall be deposited by me/us with the EE calling the bid upto 03.00 PM on dated 20.01.2016 after opening of technical (eligibility) bid otherwise department may reject the bid and

also take action to withdraw my/our enlistment/debar me/us from tendering in CPWD.”

Interested contractor who wish to participate in the bid has also to make following payments within the

period of bid submission:

e-Tender Processing Fee - Rs. 5725.00, if registration with tender processing fee is continued,

shall be payable to M/s ITI Limited through their e-gateway by credit/debit card, internet banking or RTGS/NEFT facility.

Copy of Enlistment Order and certificate of work experience and other documents as specified in the

press notice shall be scanned and uploaded to the e-tendering website within the period of bid

submission. However, certified copy of all the scanned and uploaded documents as specified in the

press notice shall have to be submitted by the bidders only along with physical EMD of the scanned

copy of EMD uploaded upto 03.00 PM on dated 20.01.2016 in the office of tender opening authority.

Online bid documents submitted by intending bidders shall be opened only of those bidders, who has

deposited e-Tender Processing Fee with M/s ITI Limited and Earnest Money Deposit and other

documents scanned and uploaded are found in order.

The bid submitted shall be opened at 03.30 PM on dated 18.01.2016.

The technical bid shall be opened first at 03.30 PM on dated 18.01.2016. The time and date of opening

of financial bid of contractors qualifying the technical bid shall be communicated to them at a later date.

Pre Bid conference shall be held in the office of Project Manager, GPOA Project Circle, CPWD, Patna, Bihar at 03.00 PM on dated 07.01.2016 to clear the doubt of intending tenderers, if any

and minute of the per bid conference shall be uploaded on 08.01.2016 (if required).

10. The bid submitted shall become invalid and e-tender processing fee shall not be refunded if,

i. The bidder is found ineligible.

ii. The bidders do not upload all the documents (including service tax registration/VAT

registration/Sales Tax registration) as stipulated in the bid document including the undertaking

about deposition of physical EMD of the scanned copy of EMD uploaded.

iii. If any discrepancy is noticed between the documents as uploaded at the time of submission of

bid and hard copies as submitted physically by the lowest tenderer in the office of tender

opening authority.

iv. The bidders do not deposit physical EMD upto 03.00 PM on dated 20.01.2016 after opening

of technical (eligibility) bid.

v. If a bidder quotes nil rates against each item in item rate tender and does not quote any

percentage above/below on the total amount of the bid or any section/ sub head in percentage

rate tender, the tender shall be treated as invalid and will not be considered as lowest tenderer.

13

AE-I AE-II EE

11. The contractor, whose tender is accepted, will be required to furnish performance guarantee of 5% (Five

Percent) of the bid amount within the period specified in schedule F. This guarantee shall be in the form

of cash (in case guarantee amount is less than Rs. 10,000/-) or Deposit at Call receipt of any scheduled

bank/Banker’s cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay order of any

scheduled bank (in case guarantee amount is less than Rs. 1,00,000/-) or Government Securities or

Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India in

accordance with the prescribed form. In case the contractor fails to deposit the said performance

guarantee within the period as indicated in schedule ‘F’ including the extended period if any, the

Earnest Money deposited by the contractor shall be forfeited automatically without any notice to the

contractor. The Earnest Money deposited along with the bid shall be returned after receiving the

aforesaid performance guarantee.

The contactors whose bid is accepted will also be required to furnish either copy of applicable licenses/

registration or proof of applying for obtaining labour licenses, registration with EPFO, ESIC and

BOCW Welfare Board and Programme Chart (Time and Progress) within the period specified in

Schedule F.

12. The description of the work is as follows :

C/o 314 Nos. GPRA Quarters (G + 10) at Digha, Patna, Bihar, (Type-II-119 Nos., Type-III- 100 Nos., Type-IV- 60 Nos., Type-V- 30 Nos. and Type-VI- 05 Nos.) etc. i/c Internal Water Supply, Sanitary Installation, Drainage, Civil

Development Works, Internal Electrical Installations, Fan & Fittings, Fire Fighting System, Fire Alarm System, Passenger Lifts, Sub-Stations and D. G. Sets.

Intending bidders are advised to inspect and examine the site and its surroundings and satisfy

themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is

practicable), the form and nature of the site, the means of access to the site, the accommodation they

may require and in general shall themselves obtain all necessary information as to risks, contingencies

and other circumstances which may influence or affect their bid. A 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 bidders shall be responsible for arranging and

maintaining at his own cost all materials, tools & plants, water, electricity access, facilities for workers

and all other services required for executing the work unless otherwise specifically provided for in the

contract documents. Submission of a bid by a bidder implies that he has read this notice and all other

contract documents and has made himself aware of the scope and specifications of the work to be done

and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the

Government and local conditions and other factors having a bearing on the execution of the work.

13. The competent authority on behalf of the President of India does not bind itself to accept the lowest or

any other bid and reserves to itself the authority to reject any or all the bids received without the

assignment of any reason. All bids in which any of the prescribed condition is not fulfilled or any

condition including that of conditional rebate is put forth by the bidders shall be summarily rejected.

14. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids

submitted by the contractors who resort to canvassing will be liable 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. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in case of

contractors of Horticulture/Nursery category) responsible for award and execution of contracts, in

which his near relative is posted a Divisional Accountant or as an officer in any capacity between the

14

AE-I AE-II EE

grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the

names of persons who are working with him in any capacity or are subsequently employed by him and

who are near relatives to any gazette officer in the Central Public Works Department or in the Ministry

of Urban Development. Any breach of this condition by the contractor would render him liable to be

removed from the approved list of contractors of this Department.

17. No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or Administrative

duties in an Engineering Department of the Government of India is allowed to work as a contractor for

a period of one year after his retirement from Government service, without the previous permission of

the Government of India in writing. This contract is liable to be cancelled if either the contractor or any

of his employees is found any time to be such a person who has not obtained the permission of the

Government of India as aforesaid before submission of the tender or engagement in the contractor’s

service.

18. The bid for the works shall remain open for acceptance for a period of Ninety(90) days from the date of

opening of technical bid in case tenders are invited on 2 envelop system . 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 bidders shall not be allowed to participate in the rebidding

process of the work.

19. This notice inviting Bid shall form part of the contract document. The successful bidder/contractor, on

acceptance of his bid by the Accepting Authority shall within 15 days from the stipulated date of start

of the work, sign the contract consisting of :-

a. The Notice Inviting Bid, all the documents including additional conditions, specifications and

drawings, if any, forming part of the bid as uploaded at the time of invitation of bid and the rates

quoted online at the time of submission of bid and acceptance thereof together with any

correspondence leading thereto.

b. Standard C.P.W.D. Form 8 or other standard CPWD from as applicable.

20. For Composite Bids (As applicable in the present bid)

20. 1.1 The Executive Engineer in charge of the major component will call bids for the composite

work. The cost of bid document and Earnest Money will be fixed with respect to the

combined estimated cost put to tender for the composite bid.

20.1.2 The bid document will include following three components:

Part A:- CPWD-6, CPWD-8 including schedule A to F for major component of the work, Standard

General Conditions of Contract for CPWD 2014 as amended/modified upto 30.11.2015.

Part B :- General/specific conditions, specifications and schedule of quantities applicable to major

component of the work.

Part C :- Schedule A to F for minor component of the work. (SE/EE in charge of major component

shall also be competent authority under clause 2 and clause 5 as mentioned in schedule A to F

for major components) General/specific conditions, specifications and schedule of quantities

applicable to minor component (s) of the work.

20.1.3 The bidders must associate with himself, agencies of the appropriate class eligible to bid for

each of the minor component individually.

20.1.4 The eligible bidders shall quote rates for all items of major component as well as for all items

of minor components of work.

15

AE-I AE-II EE

20.1.5 After acceptance of the bid by competent authority, the EE in charge of major component of

the work shall issue letter of award on behalf of the President of India. After the work is

awarded, the main contractor will have to enter into one agreement with EE in charge of

major component and has also to sign two or more copies of agreement depending upon

number of EE’s/DDH in charge of minor component. One such signed set of agreement shall

be handed over to EE/DDH in charge of minor component. EE of major component will

operate part A and part B of the agreement. EE/DDH in charge of minor component (s) shall

operate Part C along with Part A of the agreement.

20.1.6 Entire work under the scope of composite bid including major and all minor components shall

be executed under one agreement.

20.1.7 Security Deposit will be worked out separately for each component corresponding to the

estimated cost of the respective component of works.

20.1.8 The main contractor has to associate agency(s) for minor component(s) conforming to

eligibility criteria as defined in the bid document and has to submit detail of such agency(s) to

Engineer-in-charge of 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).

20.1.9 In case the main contractor intends to change any of the above agency/agencies during the

operation of the contract, he shall obtain prior approval of Engineer-in-charge of 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.

20.1.10

20.1.11

The main contractor has to enter into agreement with the contractor(s) associated by him for

execution of minor components(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.

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.

20.1.12A The composite work shall be treated as complete when all the components of the work are

complete. The completion certificate of the composite work shall be recorded by Engineer-in-

charge of major component after record of completion certificate of all other components.

20.1.12B Final bill of whole work shall be finalized and paid by the EE of major component.

Engineer(s) in charge of minor component(s) will prepare and pass the final bill for their

component of work and pass on the same to the EE of major component for including in the

final bill for composite contract.

16

AE-I AE-II EE

CPWD-8 CPWD

GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT

Item Rate Tender & Contract for Works

Tender for the work of:- “C/o 314 Nos. GPRA Quarters (G + 10) at Digha, Patna, Bihar, (Type-II-

119 Nos., Type-III-100 Nos., Type-IV- 60 Nos., Type-V- 30 Nos. and Type-VI- 05 Nos.) etc. i/c

Internal Water Supply, Sanitary Installation, Drainage, Civil Development Works, Internal

Electrical Installations, Fan & Fittings, Fire Fighting System, Fire Alarm System, Passenger

Lifts, Sub-Stations and D. G. Sets.”

(i) To be uploaded by 03.00 PM on dated 18.01.2016 to Executive Engineer, GPOA-PD, CPWD,

Patna.

(ii) To be opened in presence of tenderers who may be present at 03.30 PM on dated 18.01.2016 in the office of Executive Engineer, GPOA-PD, CPWD, Patna.

COMPOSITE TENDER

I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F, Specifications applicable,

Drawings & Designs, General Rules and Directions, Conditions of Contract, of 2014 with up to date

amendments, 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, drawing and instructions in writing referred to in Rule-1 of General Rules and Directions and in

Clause 11 of the Conditions of contract of 2014 with up to date amendments and with such materials as are

provided for, by, and in respect of accordance with, such conditions so far as applicable.

We agree to keep the tender open for (90) Ninety days from the date of opening of technical bid and not to make any modification in its terms and conditions.

A sum of Rs. 1,29,25,000/- in the form of treasury challan/deposit at call receipt of a scheduled bank/fixed

deposit receipt of scheduled bank/demand draft of a scheduled bank/bank guarantee issued by a scheduled

bank is scanned and uploaded as earnest money. If I/We, fail to furnish the prescribed performance guarantee

within prescribed period, I/We agree that the said President of India or his successors, in office shall without

prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if

I/We fail to commence work as specified, I/We agree that President of India or the successors in office shall

without prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money

and the performance guarantee absolutely, otherwise the said earnest money shall be retained by him towards

security deposit to execute all the works referred to in the tender documents upon the terms and conditions

contained or referred to those in excess of that limit at the rates to be determined in accordance with the

provision contained in Clause 12.2 and 12.3 of the tender form. Further, I/We agree that in case of forfeiture

of Earnest Money & Performance Guarantee as aforesaid, I/We shall be debarred for participation in the

re-tendering process of the work.

I/We undertake and confirm that eligible similar work(s) has/have not been got executed through another

contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then

I/We shall be debarred for tendering in CPWD in future forever. Also, if such a violation comes to the notice

of Department before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount

of Earnest Money Deposit/Performance Guarantee.

17

AE-I AE-II EE

I/We hereby declare that I/We shall treat the tender documents drawings and other records connected with the

work as secret/confidential documents and shall not communicate information/derived there from to

any person other than a person to whom I/We am/are authorized to communicate the same or use the

information in any manner prejudicial to the safety of the State.

Dated Signature of Contractor

Postal Address

Witness:

Address:

Occupation:

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for an on behalf of the President of India for a sum of Rs .………*……………..…….. (Rupee……………………………………………………………*………………………………………………………). The letters referred to below shall form part of this contract agreement:-

(a) *

(b) *

For & on behalf of President of India Signature …………………*…………………… Dated: ……*…….. …………………………..

* Blanks to be filled by EE/G.P.O.A.-P.D.

18

AE-I AE-II EE

PROFORMA OF SCHEDULES

(Separate Performa for Civil & Elect. Works in case of Composite Tenders) (Operative Schedules to be supplied separately to each intending tenderer)

SCHEDULE ‘A’

Schedule of quantities (as per CPWD-3) Page No 137-184

SCHEDULE ‘B’

Schedule of materials to be issued to the contractor.

S. No.

Description of item

Quantity

Rates in figures & words at Which the

material will be charged to the contractor

Place of issue

1 2 3 4 5

NIL

SCHEDULE ‘C’

Tools and plants to be hired to the contractor

S. No. Description Hire charges per day Place of Issue 1 2 3 4

NIL

PROFORMA OF SCHEDULES ( Civil Component) CPWD

19

AE-I AE-II EE

PROFORMA OF SCHEDULES CPWD

SCHEDULE ‘D’

Extra schedule for specific requirements/document for the work, if any. N I L

SCHEDULE ‘E’

Reference to General Conditions of contract of 2014 with amendments upto last date of submission of bid.

Name of Work : “C/o 314 Nos. GPRA Quarters (G + 10) at Digha, Patna, Bihar, (Type-

II-119 Nos., Type-III- 100 Nos., Type-IV- 60 Nos., Type-V- 30 Nos. and

Type-VI- 05 Nos.) etc. i/c Internal Water Supply, Sanitary Installation,

Drainage, Civil Development Works, Internal Electrical Installations,

Fan & Fittings, Fire Fighting System, Fire Alarm System, Passenger

Lifts, Sub-Stations and D. G. Sets.”

Estimated cost of work :

(a) Civil : Rs. 107.19 Crore

(b) Electrical : Rs. 12.06 Crore

Total : Rs. 119.25 Crore

(i) Earnest Money : Rs. 1,29,25,000/- (To be returned after receiving performance

guarantee.)

(ii) Performance

Guarantee

: 5% of tendered value of the work

(iii) Security Deposit : 2.5% of tendered value of the work

SCHEDULE ‘F’

GENERAL RULES & DIRECTIONS : Officer inviting tender EE/G.P.O.A.-P.D./CPWD/Patna

Maximum percentage of quantity of items of work to be

executed beyond which rates are to be determined in

accordance with Clauses 12.2 & 12.3

Definitions: 2(v) Engineer-in-Charge

For Civil items of work

EE/G.P.O.A.-P.D./CPWD/ Patna.

For Electrical item of work EE/PCED/CPWD/Patna.

2(viii) Accepting Authority CE(EZ-II)/CPWD/Patna or his successor thereof.

2(x) Percentage on cost of materials and

Labour to cover all overheads and profits:

15%

2(xi) Standard Schedule of Rates DSR’ 2014

2(xii) Department CPWD

9(ii) Standard CPWD Contract Form GCC 2014 CPWD Form 8 modified & Corrected upto last date of submission of bid (Whether correction vide latest circulars are incorporated or

not in this document)

20

AE-I AE-II EE

PROFORMA OF SCHEDULES CPWD

Clause 1

(i) Time allowed for submission of Performance Guarantee from the

date of issue of letter of acceptance

15 (Fifteen) days

(ii) Maximum allowable extension with late fee @ 0.1% per day of

performance guarantee amount beyond the period

provided in (i) above

01 to 15 (One to Fifteen) days

Clause 2

Authority for fixing compensation under clause 2

PM/GPOA-PC/PATNA or his

successor thereof

Clause 2A Whether Clause 2A shall be applicable Yes

Clause 5

Number of days from the date of issue of letter

of acceptance for reckoning date of start

22 days

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

Sl.

No. Description of mile stone

Period for

completion from date of

start in months

Withheld

amount for

non-achievement

of mile stone.

1. (i) Foundation work & RCC works complete upto plinth beam.

(ii) Submission and getting approval of all drawings and datasheets

of E&M services (E/I, Sub-station equipment, DG Set, Lift, Fire

fighting/ Fire Alarm)

06 months 0.5% of the

accepted

tendered

value.

2. (i) RCC work complete upto 4th

floor slab.

(ii) Slab Conduiting complete alongwith civil work.

09 months 0.5% of the

accepted

tendered

value.

3. (i) RCC work complete upto terrace level and brick work upto 4th

floor slab Sub-station building complete with flooring/Finishing.

(ii) Slab conduiting complete terrace level and wall conduiting upto

4th

slab. Delivery of lift complete.

14 months 1% of the

accepted

tendered

value.

4. (i) RCC work and brick work complete above terrace level including

water tanks, mumty etc. all water proofing work inside the

building and at terrace level and all masonry work at all floor

levels including parapet walls etc.

Completion of internal plastering, flooring, plumbing, fixing door

window upto 6th

floor slab level. One sample quarter each of type

T-II, T-III, T-IV, T-V & T-IV at Ist floor level.

(ii) Complete conduit work and wiring work, Fire- fighting/ Fire

alarm & ITC of fans and fittings upto 6th

floor slab and delivery

of Sub-Station equipment.

18 months 0.5% of the

accepted

tendered

value.

5. (i) Complete internal & external plaster, flooring, fixing door

window of all floors & plumbing works.

(ii) Complete installation of fans & fittings, Sub-station equipment,

Lifts and Fire-fighting/Fire alarm work.

Delivery of DG Set.

20 months 1% of the

accepted

tendered

value.

6. (i) Completion of internal & external finishing, false ceiling and

painting, development works, Sanitary fittings, Sewage and water

supply.

(ii) ITC of all E&M services, Fans and fitting including street lights.

24 months 0.5% of the

accepted

tendered

value.

21

AE-I AE-II EE

PROFORMA OF SCHEDULES CPWD

Time allowed for execution of work: 24 (Twenty Four) Months.

Authority to decide:

(i) Extension of time EE/GPOA-Project Division/PATNA or his successor thereof.

(ii) Rescheduling of mile stones PM/GPOA-Project Circle/PATNA or his successor thereof.

(iii) Shifting of date of start in case of delay in

handing over of site

PM/GPOA-Project Circle/PATNA or his successor thereof.

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

Clause 7, 7A Gross work to be done together with net payment /adjustment of advances for material collected, if any, since the last such payment for being eligible to interim payment

Rs 450.00 lacs for civil components.

No Running Account Bill shall be paid for the work till the

applicable labour licenses, registration with EPFO, ESIC

and BOCW Welfare Board, whatever applicable are

submitted by the contractor to the Engineer-in-charge.

Clause 10A

List of testing equipment to be provided by the contractor at site lab.

Equipments for Testing of Materials & Concrete at Site Laboratory

All necessary equipment for conducting all necessary tests shall be provided at the site laboratory by the

contractor at his own cost. The following minimum laboratory equipments shall be set up at site office laboratory:-

Sl. No. Equipment Numbers (Minimum)

1. Cube testing machine 4

2. Slump cone 12

3. Vicats apparatus with Desk pot 2

4. Megger & earth resistance tester 4

5. Pumps and pressure gauges for hydraulic testing of pipes 4

6. Weighing scale platform type 100 Kg capacity 4

7. Graduated glass cylinder As per requirement

8. Sets of sieves for coarse aggregate [40; 20; 10; 4.75mm] 4

9. Sets of sieves for fine aggregate [4.75; 2.36; 1.18; 600; 300 & 150 micron] 4

10. Core cutter for soil compaction with accessories 2

11. Cube moulds size 70mmx70mmx70mm 18

12. Cube moulds size 150mmx150mmx150mm 90

13. Moisture content rapid moisture meter standard 4

14. Hot air open temp. Range 50oc to 300oc 2

15. Electronic balance 600gx0.1g. 10kg and 50 kg 3

16. Physical balance weight upto 5 kg 1

17. Digital thermometer upto 150oc 2

18. Poker thermometer (concrete road) 0oc to 50oc & 150oc 2 Each set of each size

19. Measuring jars 100ml, 200ml, 500ml 2 Nos. each size

20. Gauging trowels 100mm & 200mm with wooden handle 4 Nos. Each size

21. Sptula 100mm & 200mm with long blade wooden handle 2 Nos. Each size

22. Vernier calipers 12” & 6” size 2

23. Digital PH motor least count 0.01mm 1

24. Digital Micrometer least count. 0.01mm 1

25. Digital paint thickness meter for steel 500 micron range 2

26. GI tray 600x450x50mm, 450x300x40mm, 300x250x40mm 2 Each

27. Electric Motor mixer 0.25 cum capacity 1

28. Rebound hammer test digital rebound hammer 1

29. Screw gauge 0.1mm-10mm, least count 0.05 2

30. Water testing kit (Chloride, Sulphte, PH) 2 Each

22

AE-I AE-II EE

PROFORMA OF SCHEDULES CPWD

31. Aggregate impact value testing machine with blow counter As per requirement

32. Crushing valve apparatus As per requirement

33. Thickness gauge for measuring flakiness index As per requirement

34. Elongation gauge As per requirement

35. Measuring cylinder 3, 5, 10 & 15 liter cylinder As per requirement

36. Pycnometer 2

37. Motorized sieve shaker 2

38. Any other equipment for site tests as outlined in BIS and as directed by the Engineer-in-charge.

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

Clause 10B (iii)

Whether Clause 10 B (iii) shall be applicable Yes

Clause 10C

Not applicable

Clause 10CA

S. No.

Material covered under this clause

Nearest Materials (other than cement, reinforcement bars and the structural steel) for which All India Wholesale Price Index to be followed

Base Price of all Materials covered under

clause 10 CA.

Base Price (per tonne) Corresponding

period 1. Cement (PPC) Not Applicable 1. Rs. 6,100/- August 2015 2. Steel (TMT Bars)

reinforcement

a. Primary

producer

b. Secondary

producer

Not Applicable 1.

a. Rs.45,600/-

b. Rs. 42,400/-

August 2015

3. Structural steel Not Applicable 1. Rs. 44,600/- per MT August 2015

* Includes cement component used in RMC brought at site from outside approved RMC Plants, if any * Base price of all the materials covered under clause 10 CA is to be mentioned at the time of approval of NIT. Clause 10CC ---- Applicable

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

exceeding the period shown in next column 12 (Twelve) months

Schedule of component of other Materials, Labour, POL etc. for price

escalation.

Component of civil (except materials covered under clause 10CA) /

Electrical construction value of work Xm 45%

Component of Labour – expressed as percent of total value of work. Y 25%

Component of P.O.L. – expressed as percent of total value of work. Z Nil

23

AE-I AE-II EE

PROFORMA OF SCHEDULES CPWD Clause 11 Specifications to be followed

for execution of work CPWD Specifications 2009 volume -I & II with correction slips

upto last date of submission of bid (Hereinafter called CPWD

specification also) & Manufacture’s specification.

Clause 12 Type of Work ** Project and Original work/ Maintenance work including work of

upgradation, aesthetic, special repair, addition/ alteration in the

building

12.2 & 12.3 (i) Deviation limit beyond which clauses 12.2 & 12.3

shall apply for building work

30% (Thirty percent)

12.5 (i) Deviation limit beyond which clause 12.2 & 12.3

shall apply for foundation work (except items

mentioned in earthwork sub head in DSR &

related items)

30% (Thirty percent)

(ii) Deviation Limit for item in earth work

subhead of DSR and related items.

100% (One hundred percent)

Clause 16

Competent Authority for deciding

reduced rates. PM/GPOA-Project Circle/PATNA or successor thereof

Clause 18 List of mandatory machinery, tools & plants to be deployed by the contractor at site:-

PLANT AND EQUIPMENT REQUIRED TO BE OWNED / TAKEN ON LEASE BY THE CONTRACTOR

Sl. No.

Equipment Numbers (Minimum)

1. Hydraulic Mixer with Diesel Engine/Electrically Operated with Digital inbuilt weigh batching.

6

2. Batching plant electrically operated with automatic load cell weigh batching system (30 cum capacity per hour).

2

3. Mobile crane (wheel mounted) capacity 20 tonnes. 2

4. Tower hoist with winch machine (750kg gross load and height upto 110ft.) 2

5. Excavator cum loader (JCB 3D model or equivalent). 2

6. Compressor machine with Jack hammer. 1

7. DG sets of adequate capacity. As per requirement

8. Any other machinery as required for completion of the work. Actual

9. Transit mixer. 4

10. Concrete pump (30 cum/Hr. min capacity & lift 50M). 4

11. Vibrators (Needle). 30

12. Dumper. 10

13. Reinforcement banding machine. 6

14. Reinforcement cutting machine. 6

15. Power driven earth rammer. 3

16. Total station. 2

17. Auto level & staff. 4

18. Concrete cube moulds. 60

19. Tractor with trolley. 2

20. Water tanker. 2

21. Smooth wheeled roller 8 tonne. 2

22. Pile Rigs 2

Road Work Machinery

23. Road Roller (Static & Vibratory) 1

24. Dozer 2

25. Poclain/JCB 2

26. Paver 1

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

24

AE-I AE-II EE

PROFORMA OF SCHEDULES CPWD Clause 25

Constitution of Dispute Redressal Committee:-

Constitution of Dispute Redressal Committee (DRC) Competent Authority to appoint DRC

DRC shall constitute one Chairman and Two members Additional Director General ER-I

Clause 36 (i)

Requirement of Technical Representative(s) and recovery Rate

S. No.

Requirement of Technical Staff Minimum

Experience Designation

Rate at which recovery shall be made from the

contractor in the event of not fulfilling provision of

clause 36(i)

Figures Words Qualification Number

1. Graduate Engineer (Major

Component)

01 20 (and having experience of one similar nature of

work)

Project Manager with degree in major

discipline of Engineering

Rs.

60,000/- p.m.

Rupees Sixty

thousand only.

2. Graduate

Engineer

2 + 1 12 (and having

experience of one

similar nature of

work)

Deputy Project

Manager Rs.

40,000/-p.m. per

person

Rupees Forty

thousand only

p.m. per

person 3. Graduate

Engineer

or

Diploma

Engineer

4 + 2 5 or 10 respectively Project / Site

Engineer

Rs.

25,000/- p.m. per

person

Rupees

Twenty Five

thousand only

p.m. per

person 4. Graduate

Engineer

1 + 1 8 Quality Engineer Rs. 25,000/-

p.m.

Rupees

Twenty Five

thousand only 5. Diploma

Engineer

1 8 Surveyor Rs. 15,000/-

p.m. per person

Rupees

Fifteen

thousand only

p.m. per

person 6. Graduate 1 + 1 6 Project Planning /

billing Engineer Rs.

20,000/- p.m. per person

Rupees

Twenty

thousand only

p.m. per

person

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

Graduate Engineers.

Diploma holder with minimum 10 year relevant experience with a reputed construction co. can be treated

at par with Graduate Engineers for the purpose of such deployment subject to the condition that such

diploma holders should not exceed 50% of requirement of degree engineers.

The Project Manager/Principal technical representative must have minimum graduate degree in civil

engineering.

25

AE-I AE-II EE

PROFORMA OF SCHEDULES CPWD

Clause 42

(i) (a) Schedule/statement for determining theoretical quantity of

cement & bitumen on the basis of Delhi Schedule of Rates

2014 printed by C.P.W.D.

Delhi Schedule Rate 2014

(ii) Variations permissible on theoretical quantities:

(a) Cement

For works with estimated cost put to tender not more than Rs. 5

lakh.

3% plus/minus

For works with estimated cost put to tender more than Rs. 5

lakh.

2% (Two percent) plus/minus.

(b) Bitumen All Works 2.5% plus & nil on minus side

(c) Steel Reinforcement and structural steel sections for each

diameter, section and category

2%(Two percent) plus/minus

(d) All other materials Nil

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

S. No. Description of Item

Rates in figures and words at which recovery shall be made

from the Contractor

Excess beyond

permissible variation

Less use beyond

permissible variation

1. Cement PPC Conforming to IS 1489 (Part I) Nil

Rs. 6,800/- Per MT

(Six thousand Eight Hundred per MT)

2. Steel Reinforcement TMT Bar of all dia Nil

Rs. 50,200/- Per MT.

(Fifty thousand Two Hundred per

MT)

3. Structural Sections Nil

Rs. 49,100/- Per MT.

(Forty Nine thousand One Hundred

per MT)

26

AE-I AE-II EE

FORM OF WATER PROOFING WORKS GUARANTEE BOND ON STAMPED PAPER

(BASEMENT/LOWER GROUND FLOOR/UNDER GROUND TANK/ROOF)

The Agreement made this _____________ day of ___________ Two thousand and _______

between _______________________________________________________ son of

_____________________________ (hereinafter called the Guarantor of the one part) and the

PRESIDENT OF INDIA (hereinafter called the Government of the other part).

WHEREAS THIS agreement is supplementary to a contract (hereinafter called the contract)

dated __________________________ and made between the GUARANTOR OF THE ONE part and

the Government of the other part, whereby the contractor, inter alia, undertook to render the buildings

and structures in the contract recited completely water and leak-proof.

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

structures will remain water and leak-proof for 10 (Ten) years from the date after the maintenance

period prescribed in the contract.

NOW THE GUARANTOR hereby guarantees that water proofing treatment given by him will

render the structures completely leak proof and the minimum life of such water proofing treatment

shall be ten years to be reckoned from the date after the maintenance period prescribed in the contract.

Provided that the Guarantor will not be responsible for the leakage caused by earthquake or

structural defects or misuse of roof or alteration and for such purpose:

a. Misuse of roof shall mean any operation which will damage proofing treatment, like chopping

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 cause of leakage/seepage 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 at his

cost and shall commence the work for the rectification within seven days from the date of issue of the

notice from the Engineer-in–charge calling upon him to rectify the defects failing which the work shall

be done by the department by some other agency contractor at the GUARANTOR’s risk and cost. The

decision of the Engineer-in–charge as to the cost payable by the Guarantor shall be final and binding.

27

AE-I AE-II EE

That if guarantor fails to make good all defects or commits breach there under then the

Guarantor will indemnify the principal and his successors against all loss, damage, cost expense

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 the parties.

IN WITNESS WHEREOF these presents have been executed by the Obliger______________

and by ________________ and for and on behalf of the PRESIDENT OF INDIA on the day, month

and year first above written SIGNED, SEALED AND delivered by OBLIGOR in the presence of :

1. …………………………………..

2. …………………………………..

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY

____________________ ________________________________ in the presence of:

1. ………………………………………….

2. ………………………………………….

28

AE-I AE-II EE

Form of Performance Security (Guarantee)

Bank Guarantee Bond

In consideration of the President of India (hereinafter called “The Government”) having offered to

accept the terms and conditions of the proposed agreement between…………………………….and

…………….....................…… (hereinafter called “the said Contractor(s)”) for the work

…………………………………………………… (hereinafter called “the said agreement”) having agreed to

production of an irrevocable Bank Guarantee for Rs. …………. (Rupees ………………………………… only)

as a security/guarantee from the contractor(s) for compliance of his obligations in accordance with the terms

and conditions in the said agreement.

1. We, ………………………………. (hereinafter referred to as “the Bank”) hereby undertake to pay to

the Government an amount not exceeding Rs. ……………………….. (Rupees………………. Only) on

demand by the Government.

2. We, ……………………………….(indicate the name of the Bank) do hereby undertake to pay the

amounts due and payable under this guarantee without any demure, merely on a demand from the

Government stating that the amount claimed as required to meet the recoveries due or likely to be due

from the said contractor(s). Any such demand made on the bank shall be conclusive as regards the

amount due and payable by the bank under this Guarantee. However, our liability under this guarantee

shall be restricted to an amount not exceeding Rs.………………….. (Rupees ……………….only

3. We, the said bank further undertake to pay the Government any money so demanded notwithstanding

any dispute or disputes raised by the contractor(s) in any suit or proceeding pending before any court or

Tribunal relating thereto, our liability under this present being absolute and unequivocal. The payment

so made by us under this bond shall be a valid discharge of our liability for payment there under and the

Contractor(s) shall have no claim against us for making such payment.

4. We, ……………………………. (indicate the name of the Bank) further agree that the guarantee herein

contained shall remain in full force and effect during the period that would be taken for the performance

of the said agreement and that it shall continue to be enforceable till all the dues of the Government

under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or

till Engineer-in- Charge on behalf of the Government certified that the terms and conditions of the said

agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges

this guarantee.

5. We, ……………………………. (indicate the name of the Bank) further agree with the Government

that the Government shall have the fullest liberty without our consent and without affecting in any

manner our obligation hereunder to vary any of the terms and conditions of the said agreement or to

extend time of performance by the said Contractor(s) from time to time or to postpone for any time or

from time to time any of the powers exercisable by the Government against the said contractor(s) and to

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(s) or for any forbearance, act of omission on the part of the Government or any indulgence

by the Government to the said Contractor(s) or by any such matter or thing whatsoever which under the

law relating to sureties would, but for this provision, have effect of so relieving us.

29

AE-I AE-II EE

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the

Contractor(s).

7. We, ……………………………. (indicate the name of the Bank) lastly undertake not to revoke this

guarantee except with the previous consent of the Government in writing.

8. This guarantee shall be valid up to …………………………unless extended on demand by the

Government. Notwithstanding anything mentioned above, our liability against this guarantee is

restricted to Rs. …………………… (Rupees ………………..) and unless a claim in writing is lodged

with us within six months of the date of expiry or the extended date of expiry of this guarantee all our

liabilities under this guarantee shall stand discharged.

Dated the …………..day of ……………………for…………………. (indicate the name of the Bank)

30

AE-I AE-II EE

Form of Earnest Money Deposit

Bank Guarantee Bond

WHEREAS, contractor.................. (Name of contractor) (hereinafter called "the contractor") has

submitted his tender dated ............. (date) for the construction of ............................................. (name of work)

(hereinafter called "the Tender")

KNOW ALL PEOPLE by these presents that we ......................................... (name of bank) having our

registered office at ................................... (hereinafter called "the Bank") are bound unto

................................................... (Name and division of Executive Engineer) (hereinafter called "the Engineer-

in-Charge") in the sum of Rs. ......................... (Rs. in words .................................................) for which payment

well and truly to be made to the said Engineer-in-Charge the Bank binds itself, his successors and assigns by

these presents.

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

CONDITIONS of this obligation are:

1. If after tender opening the Contractor withdraws, his tender during the period of validity of tender

(including extended validity of tender) specified in the Form of Tender;

2. If the contractor having been notified of the acceptance of his tender by the Engineer-in-Charge:

a. Fails or refuses to execute the Form of Agreement in accordance with the Instructions to contractor,

if required;

OR

b. Fails or refuses to furnish the Performance Guarantee, in accordance with the provisions of tender

document and Instructions to contractor,

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

receipt of his first written demand, without the Engineer-in-Charge having to substantiates his demand,

provided that in his demand the Engineer-in-Charge will note that the amount claimed by his is due to him

owing to the occurrence of one or any of the above conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date* ............. after the deadline for

submission of tender as such deadline is stated in the Instructions to contractor or as it may be extended by the

Engineer-in- Charge, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this

Guarantee should reach the Bank not later than the above date.

DATE............. SIGNATURE OF THE BANK

WITNESS.................. SEAL

(SIGNATURE, NAME AND ADDRESS)

*Date to be worked out on the basis of validity period of 6 months from last date of receipt of tender.

31

AE-I AE-II EE

Integrity Pact CPWD

To Executive Engineer, G.P.O.A. Project Division,

CPWD, Patna

Sub: C/o 314 Nos. GPRA Quarters (G + 10) at Digha, Patna, Bihar, (Type-II-119 Nos., Type-

III- 100 Nos., Type-IV- 60 Nos., Type-V- 30 Nos. and Type-VI- 05 Nos.) etc. i/c Internal

Water Supply, Sanitary Installation, Drainage, Civil Development Works, Internal

Electrical Installations, Fan & Fittings, Fire Fighting System, Fire Alarm System,

Passenger Lifts, Sub-Stations and D. G. Sets.

Dear Sir,

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

Integrity Agreement enclosed with the tender/bid document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition that

I/We will sign the enclosed integrity Agreement, which is an integral part of tender documents, failing which

I/We will stand disqualified from the tendering process. I/We acknowledge that THE MAKING OF THE BID

SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of

the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and further

agree that execution of the said Integrity Agreement shall be separate and distinct from the main contract, which

will come into existence when tender/bid is finally accepted by CPWD. I/We acknowledge and accept the

duration of the Integrity Agreement, which shall be in the line with Article 1 of the enclosed Integrity

Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Agreement, while

submitting the tender/bid, CPWD shall have unqualified, absolute and unfettered right to disqualify the

tenderer/bidder and reject the tender/bid is accordance with terms and conditions of the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

32

AE-I AE-II EE

To be signed by the bidder and same signatory competent /authorized to sign the relevant

contract on behalf of CPWD.

INTEGRITY AGREEMENT

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

BETWEEN

President of India represented through Executive Engineer, G.P.O.A. Project Division, CPWD, Patna, (Hereinafter

referred as the ‘Principal/Owner’, which expression shall unless repugnant to the meaning or context hereof include its

successors and permitted assigns)

AND

………………………………………………………………………………………………………………………………

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

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

(Details of duly authorized signatory)

“Bidder/Contractor” and which expression shall unless repugnant to the meaning or context hereof include its successors

and permitted assigns)

Preamble

WHEREAS the Principal/Owner has floated the Tender 01/NIT/EE/GPOA-PD/CPWD/PM/2015-16.

(hereinafter referred to as “Tender/Bid”) and intends to award, under laid down organizational procedure, contract for

“C/o 314 Nos. GPRA Quarters (G + 10) at Digha, Patna, Bihar, (Type-II-119 Nos.,

Type-III- 100 Nos., Type-IV- 60 Nos., Type-V- 30 Nos. and Type-VI- 05 Nos.) etc.

i/c Internal Water Supply, Sanitary Installation, Drainage, Civil Development

Works, Internal Electrical Installations, Fan & Fittings, Fire Fighting System, Fire

Alarm System, Passenger Lifts, Sub-Stations and D. G. Sets.”

AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules, regulations,

economic use of resources and of fairness/transparency in its relation with its Bidder(s) and Contractor(s).

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity Agreement

(hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions of which shall also be read as integral part

and parcel of the Tender/Bid documents and Contract between the parties.

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

this Pact witness as under:

33

AE-I AE-II EE

Article 1: Commitment of the Principal/Owner

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

following principles:

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

with the Tender, or the execution of the Contract, demand, take a promise for or accept, for self or third

person, any material or immaterial benefit which the person is not legally entitled to.

(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and reason. The

Principal/Owner will, in particular, before and during the Tender process, provide to all Bidder(s) the same

information and will not provide to any Bidders(s) confidential/additional information through which the

Bidder(s) could obtain an advantage in relation to the Tender process or the Contract execution.

(c) The Principal/Owner shall Endeavour to exclude from the Tender process any person, whose

conduct in the past has been of biased nature.

2) If the Principal/Owner obtains information on the conduct of any of its employees which is a criminal

offence under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC Act) or is in

violation of the principles herein mentioned or if there be a substantive suspicion in this regard, the

Principal/Owner will inform the Chief Vigilance Officer and in addition can also initiate disciplinary

actions as per its internal laid down policies and procedures.

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

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

agents) adhere to the highest ethical standards, and report to the Government/Department all

suspected acts of fraud or corruption or Coercion or Collusion of which it has knowledge or

becomes aware, during the tendering process and throughout the negotiation or award of a contract.

2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to prevent corruption.

He commits himself to observe the following principles during his participation in the Tender

process and during the Contract execution:

a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer, promise or give to

any of the Principal/Owner’s employees involved in the Tender process or execution of the Contract or to

any third person any material or other benefit which he/she is not legally entitled to, in order to obtain in

exchange any advantage of any kind whatsoever during the Tender process or during the execution of the

Contract.

b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement or

understanding, whether formal or informal. This applies in particular to prices, specifications, certifications,

subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness

or to cartelize in the bidding process.

c) The Bidder(s)/Contractor(s) will not commit any offence under relevant IPC/PC Act. Further the

Bidder(s)/Contract(s) will not use improperly, (for the purpose of competition or personal gain), or pass on

to others, any information or documents provided by the Principal/Owner as part of the business

relationship, regarding plans, technical proposals and business details including information contained or

transmitted electronically.

34

AE-I AE-II EE

d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses of

agents/representatives in India, if any. Similarly Bidder(s)/Contractor(s) of Indian Nationality shall disclose

names and address of foreign agents/representatives, if any. Either the India agent on behalf of the foreign

principal or the foreign principal directly could bid in a tender but not both. Further, in cases where an agent

participate in a tender on behalf of one manufacturer, he shall not be allowed to quote on behalf of another

manufacturer along with the first manufacturer in a subsequent/parallel tender for the same item.

e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose (with each tender as per proforma

enclosed) any and all payments he has made, is committed to or intends to make to agents, brokers or any

other intermediaries in connection with the award of the Contract.

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

an accessory to such offences.

4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge in

fraudulent practice means a willful misrepresentation or omission of facts or submission of

fake/forged documents in order to induce public official to act in reliance thereof, with the

purpose of obtaining unjust advantage by or causing damage to justified interest of others

and/or to influence the procurement process to detriment of the Government interests.

5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use Coercive Practices

(means the act of obtaining something, compelling an action or influencing a decision through intimidation,

threat or the use of force directly or indirectly, where potential or actual injury may befall upon a person,

his/her reputation or property to influence their participation in the tendering process).

Article 3: Consequences of Breach

Without prejudice to any rights that may be available to the Principal/Owner under law or the Contract or its

established policies and laid down procedures, the Principal/Owner shall have the following rights in case of

breach of this Integrity Pact by the Bidder(s)/Contractor(s) and the Bidder/Contractor accepts and undertakes to

respect and uphold the Principal/Owner’s absolute right:

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

transgression through a violation of Article 2 above or in any other form, such as to put his reliability or

credibility in question, the Principal/Owner after giving 14 days’ notice to the contractor shall have

powers to disqualify the Bidder(s)/Contractor(s) from the Tender process or terminate/determine the

Contract, if already executed or exclude the Bidder/Contractor from future contract award processes.

The imposition and duration of the exclusion will be determined by the severity of transgression and

determined by the Principal/Owner. Such exclusion may be forever or for a limited period as

decided by the Principal/Owner.

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

disqualified the Bidder(s) from the Tender process prior to the award of the Contract or

terminated/determined the Contract or has accrued the right to terminate/determine the Contract

according to Article 3(1), the Principal/Owner apart from exercising any legal rights that may have

accrued to the Principal/Owner, may in its considered opinion forfeit the entire amount of Earnest

Money Deposit, Performance Guarantee and Security Deposit of the Bidder/Contractor.

35

AE-I AE-II EE

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

of an employees or a representative or an associate of a Bidder or Contractor which constitutes

corruption within the meaning of Indian Penal code (IPC)/Prevention of Corruption Act, or if the

Principal/Owner has substantive suspicion in this regard, the Principal/Owner will inform the same to

law enforcing agencies for further investigation.

Article 4: Previous Transgression

1) The Bidder declares that no previous transgressions occurred in the last 5 years with any other

Company in any country confirming to the anticorruption approach or with Central Government or

State Government or any other Central/State Public Sector Enterprises in India that could justify his

exclusion from the Tender process.

2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender process

or action can be taken for banning of business dealings/holiday listing of the Bidder/Contractor as

deemed fit by the Principal/Owner.

3) If the Bidder/Contractor can prove that he has resorted/recouped the damage caused by him and has

installed a suitable corruption prevention system, the Principal/Owner may, at its own discretion,

revoke the exclusion prematurely.

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

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

conformity with this Integrity Pact. The Bidder/Contractor shall be responsible for any violation(s) of

the principles laid down in this agreement/Pact by any of its Sub-contractors/sub-vendors.

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

Contractors.

3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact between the

Principal/Owner and the bidder, along with the Tender or violate its provisions at any stage of the

Tender process, from the Tender process.

Article 6: Duration of the Pact

This Pact begins when both the parties have legally signed it. It expires for the Contractor/Vendor 12 months

after the completion of work under the contract or till the continuation of defect liability period, whichever is

more and for all other bidders, till the Contract has been awarded.

If any claim is made/lodged during the time, the same shall be binding and continue to be valid despite the lapse

of this Pacts as specified above, unless it is discharged/determined by the Competent Authority, CPWD.

36

AE-I AE-II EE

Article 7 : Other Provisions

1) This Pact is subject to Indian Law, place of performance and jurisdiction is the Head quarters of the Division of

the Principal/Owner, who has floated the Tender.

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

3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners or by one or more

partner holding power of attorney signed by all partners and consortium members. In case of a Company, the Pact

must be signed by a representative duly authorized by board resolution.

4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact remains valid. In

this case, the parties will strive to come to an agreement to their original intensions.

5) It is agreed term and condition that any dispute or difference arising between the parties with regard to the terms

of this Integrity Agreement/Pact, any action taken by the Owner/Principal in accordance with this Integrity

Agreement/Pact or interpretation thereof shall not be subject to arbitration.

Article 8: LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in addition to all the other legal rights and remedies

belonging to such parties under the Contract and/or law and the same shall be deemed to be cumulative and not

alternative to such legal rights and remedies aforesaid. For the sake of brevity, both the Parties agree that this

Integrity Pact will have precedence over the Tender/Contract documents with regard any of the provisions covered

under this Integrity Pact.

IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place and date first above

mentioned in the presence of following witnesses:

………………….…………………….

(For and on behalf of Principal/Owner)

………………………..……………………..

(For and on behalf of Bidder/Contractor)

WITNESSES:

1. …………………………………….

(Signature, name and address)

2. ……………………………………

(Signature, name and address)

Place:

Date :

37

AE-I AE-II EE

SECTION I

BRIEF PARTICULARS OF THE WORK

38

AE-I AE-II EE

SECTION-I

BRIEF PARTICULARS OF THE WORK

1. Salient details of the work for which Bids are invited are as under:

Sl.

No. Name of Work Approx. Cost

Period of

Completion 1. C/o 314 Nos. GPRA Quarters (G + 10) at

Digha, Patna, Bihar, (Type-II-119 Nos.,

Type-III- 100 Nos., Type-IV- 60 Nos.,

Type-V- 30 Nos. and Type-VI- 05 Nos.)

etc. i/c Internal Water Supply, Sanitary

Installation, Drainage, Civil

Development Works, Internal Electrical

Installations, Fan & Fittings, Fire

Fighting System, Fire Alarm System,

Passenger Lifts, Sub-Stations and D. G.

Sets.

Civil work 107.19/- Crore

Electrical work 12.06/- Crore

Total 119.25/- Crore

24 months.

2. The work is situated at Digha, Patna in the state of Bihar. The site is 8 Km away from Patna railway

station.

The Proposed work pertains to the residential and other complexes within the new campus at Digha and includes the construction and provisions of the following Civil Components:

1) Type V & VI quarters - (G+10) - 01 block.

2) Type IV quarters - (G+10) - 01 block.

3) Type III quarters - (G+10) - 01 block.

4) Type II quarters - (G+10) - 01 block.

5) CGHS/Shop Building - (G+1) - 01 block.

6) Sub-Station Building - (G) - 01 block.

7) Internal Road works

8) Water supply/Sewages

9) STP

3. General features and major components of the work are as under:

(i) Building work of G+10 storied earthquake resistant RCC framed construction with

floor to floor height of 3.15 m.

(ii) Provision of Construction of C/o 314 Nos. GPRA (G + 10), Type V & VI (One Block of 35

Quarters), Type IV ( One Block of 60 Quarters), Type III (One Block of 100 Quarters), Type II

( One Block of 119 Quarters), Sub-Station Building (G) and Shop/ CGHS Building (G+1) at

Digha, Patna i/c Internal Water Supply, Sanitary Installation, Internal Road, Drainage, Civil

Development Works, STP etc.

(iii) Internal Electrical Installations Fans & Fittings, Fire Alarm System, Fire Fighting

System, Passenger Lifts, Sub-station & DG Sets etc.

39

AE-I AE-II EE

4. Work shall be executed according to General Conditions of Contract, 2014 for CPWD Works with upto

date correction slips, available separately at printer’s outlets. The bidder may obtain the address of the

outlets from the Executive Engineer, GPOA-PD, CPWD, Patna. The General Conditions of Contract for

Central Public Works Department is also available on web site www.cpwd.gov.in.

40

AE-I AE-II EE

SECTION II

GGGEEENNNEEERRRAAALLL GGGUUUIIIDDDEEELLLIIINNNEEESSS FFFOOORRR BBBIIIDDDDDDEEERRRSSS

41

AE-I AE-II EE

SECTION II

GENERAL GUIDELINES FOR BIDDERS

1.0 GENERAL:

1.1 Letter of transmittal and forms for deciding eligibility are given in Section III.

1.2 All information called for in the enclosed forms should be furnished against the relevant columns in

the forms. If for any reason, information is furnished on a separate sheet, this fact should be

mentioned against the relevant column. Even if no information is to be provided in a column, a “nil”

or “no such case” entry should be made in that column. If any particulars/query is not applicable in

case of the bidder, it should be stated as “not applicable”. The bidders are cautioned that not giving

complete information called for in the application forms or not giving it in clear terms or making any

change in the prescribed forms or deliberately suppressing the information may result in the bid being

summarily disqualified. Bids made by telegram or telex and those received late will not be

entertained.

1.3 The bid should be type-written. The bidder should sign each page of the application.

1.4 Overwriting should be avoided. Correction, if any, should be made by neatly crossing out, initialling,

dating and rewriting. Pages of the eligibility criteria document are numbered. Additional sheets, if any

added by the contractor, should also be numbered by him. They should be submitted as a package

with signed letter of transmittal.

1.5 References, information and certificates from the respective clients certifying suitability, technical

knowledge or capability of the bidder should be signed by an officer not below the rank of Executive

Engineer or equivalent.

1.6 The bidder may furnish any additional information which he thinks is necessary to establish his

capabilities to successfully complete the envisaged work. He is, however, advised not to furnish

superfluous information. No information shall be entertained after submission of eligibility criteria

document unless it is called for by the Employer.

1.7 The credentials submitted in respect of pre qualification of the tender/tender for specialised work by

the first lowest bidder after opening of the financial bid shall be verified before award of work. Any

information furnished by the bidder found to be incorrect either immediately or at a later date, would

render him liable to be debarred from tendering/taking up of work in CPWD. If such bidder happens

to be enlisted contractor of any class in CPWD, his name shall also be removed from the approved list

of contractors.

2.0 DEFINITIONS:

2.1 In this document the following words and expressions have the meaning hereby assigned to them.

2.2 Employer: Means the President of India, acting through the Executive Engineer, GPOA Project

Division, CPWD, Digha, Patna.

2.3 Bidder: Means the individual, proprietary firm, firm in partnership, limited company private or public

or corporation.

2.4 “Year” means “Financial Year” unless stated otherwise.

42

AE-I AE-II EE

3.0 METHOD OF APPLICATION:

3.1 If the bidder is an individual, the application shall be signed by him above his full type written name

and current address.

3.2 If the bidder is a proprietary firm, the application shall be signed by the proprietor above his full

typewritten name and the full name of his firm with its current address.

3.3 If the bidder is a firm in partnership, the application shall be signed by all the partners of the firm

above their full typewritten names and current addresses, or, alternatively, by a partner holding power

of attorney for the firm. In the later case a certified copy of the power of attorney should accompany

the application. In both cases a certified copy of the partnership deed and current address of all the

partners of the firm should accompany the application.

3.4 If the bidder is a limited company or a corporation, the application shall be signed by a duly

authorized person holding power of attorney for signing the application accompanied by a copy of the

power of attorney. The bidder should also furnish a copy of the Memorandum of Articles of

Association duly attested by a Public Notary.

4.0 FINAL DECISION MAKING AUTHORITY

The employer reserves the right to accept or reject any bid and to annul the process and reject all bids

at any time, without assigning any reason or incurring any liability to the bidders.

5.0 PARTICULARS PROVISIONAL

The particulars of the work given in Section I are provisional. They are liable to change and must be

considered only as advance information to assist the bidder.

6.0 SITE VISIT

The bidder is advised to visit the site of work, at his own cost, and examine it and its surroundings to

himself collect all information that he considers necessary for proper assessment of the prospective

assignment.

7.0 CRITERIA FOR ELIGIBILITY (TECHNICAL BID)

7.1 The Bidder Should have satisfactorily completed works during the last Seven years ending previous

day of last date of submission of tenders. For this purpose cost of work shall mean gross value the

completed work including cost of material supplied by the Government/Client but excluding those

supplied free of cost. This should be certified by an officer not below the rank of Executive

Engineer/Project Manager or equivalent.

(i) Three similar works each costing not less than Rs. 4770 lacs, or two similar works each costing not

less than Rs. 7155 lacs or one similar work costing not less than Rs. 9540 lacs.

And

(ii) One work of any nature (either part of (i) above or a separate one) costing not less than Rs. 4770 lacs with some

Central/State Government Department/Central Autonomous Body/ State Autonomous Body/ Central Public

Sector Undertaking/State Public Sector Undertaking/City Development Authority/Municipal Corporation of city

formed under any Act by Central/State Government and published in Central/State Gazette.

Similar work shall mean “Construction of residential/ non-residential building with RCC framed structure

(G+7) storey (minimum 8 storied) with pile/raft foundation including internal water supply, sanitary installations, internal roads, drainage, internal electrical installations, lifts, Fire-fighting & fire alarm

system and electrical substation equipment (minimum 1200KVA) in India. The bidders may have the

experience of execution of electrical substation equipment (minimum 1200 KVA), lift, fire-fighting and

fire alarm system in India either under eligible qualifying work as per NIT or under one or more

Agreements, but the value of the work so executed under these Agreements shall not be considered for

eligibility criteria and only the experience will be counted”.

43

AE-I AE-II EE

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 last date of submission of bids.

To become eligible for bidding, the bidder shall have to furnish an affidavit as under:

“I/We undertake and confirm that eligible similar work(s) has /have not been got executed through

another contractor on back to back basis. Further that, if such a violation comes to the notice of

Department, then I/We shall be debarred for tendering in CPWD contracts in future forever. Also, if

such a violation comes to the notice of Department before date start of work, the Engineer-in- Charge

shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.”

7.2 The bidder should have had average annual financial turn over (gross) of Rs. 119.25 Crore on

Civil/Electrical construction work during the last available three consecutive balance sheets (may

range from six to eighteen months) duly audited by Charted Accountant. Year in which no turnover

is shown would also be considered for working out the average.

7.3 The bidder should not have incurred any loss in more than two years during available last five

consecutive balance sheets, duly certified and audited by the Chartered Accountant.

7.4 The bidding capacity of the contractor should be equal to or more than the estimated cost of the work

put to tender. The bidding capacity shall be worked out by the following formula:

Bidding Capacity = [A*N*2]-B

Where.

A= Maximum turnover in construction works executed in any one year during the last five years taking

into account the completed as well as works in progress. The value of completed works shall be

brought to current costing level by enhancing at a simple rate of 7% per annum.

N= Number of years prescribed for completion of work for which bids has been invited.

B= Value of existing commitments and ongoing works to be completed during the period of completion

of work for which bids have been invited.

7.5 The bidder should have a solvency of Rs.4770 lakhs certified by his Bankers.

7.6 The bidder should own constructions equipment as per list required for the proper and timely

execution of the work. Else, he should certify that he would be able to manage the equipment by

hiring etc., and submit the list of firms from whom he proposes to hire.

7.7 The bidder should have sufficient number of Technical and Administrative employees for the proper

execution of the contract. The bidder should submit a list of these employees stating clearly how these

would be involved in this work.

7.8 The bidder’s performance for each work completed in the last Seven years and in hand should be

certified by an officer not below the rank of Executive Engineer or equivalent and should be obtained

in sealed cover.

8.0 EVALUATION CRITERIA FOR TECHNICAL QUALIFCATION

8.1 The detailed submitted by the bidders will be evaluated in the following manner:

8.1.1 The initial criteria prescribed in para 7.1 to 7.5 above in respect of experience of similar

class of works completed, bidding capacity and financial turn over etc. will first be

scrutinized and the bidder’s eligibility for the work be determined.

8.1.2 The bidders qualifying the initial criteria as set out in para 7.1 to 7.5 above will be evaluated

for following criteria by scoring method on the basis of details furnished by them.

44

AE-I AE-II EE

a. Financial strength (Form ‘A’ & ‘B’) Maximum 20 Marks

b. Experience in similar nature of work during

last seven years (Form ‘C’)

Maximum 20 Marks

c. Performance on works (Form ‘E’) – Time over

run

Maximum 20 marks

d. Performance on works (Form ‘E’) – Quality Maximum 15 marks

e. Personnel and Establishment (Form “F”&”G”) Maximum 10 marks

f. Plant & Equipment (Form “H”) Maximum 15 marks

---------------------------

Total 100 marks

---------------------------

NOTE:

1) To become eligible for short listing the bidder must secure at least fifty percent

marks in each and sixty percent marks in aggregate.

2) The department, however, reserves the right to restrict the list of such qualified

contractors to any number deemed suitable by it.

8.2 Even though any bidder may satisfy the above requirements, he would be liable to disqualification if

he has:

(a) made misleading or false representation or deliberately suppressed the information in the

forms, statements and enclosures required in the eligibility criteria document.

(b) record of poor performance such as abandoning work, not properly completing the contract,

or

financial failures / weaknesses etc.

9.0 FINANCIAL INFORMATION

Bidder should furnish the following financial information:

Annual financial statement for the last five year in ( Form “A”) and solvency certificate in (Form “B”)

10.0 EXPERIENCE IN CIVIL WORKS HIGHLIGHTING EXPERIENCE IN SIMILAR

WORKS

10.1 Bidder should furnish the following:

(a) List of all works of similar nature successfully completed during the last seven years in

(Form “C”).

(b) List of the projects under execution or awarded (in Form “D”).

10.2 Particulars of completed works and performance of the bidder duly authenticated/certified by an

officer not below the rank of Executive Engineer or equivalent should be furnished separately for each

work completed or in progress (in Form “E”).

10.3 Information (in Form “D”) should be complete and no work should be left out.

45

AE-I AE-II EE

11.0 ORGANISATION INFORMATION

Bidder is required to submit the information in respect of his organization in Forms “F” & “G”

12.0 CONSTRUCTION PLANT & EQUIPMENT

Bidder should furnish the list of construction plant and equipment including steel shuttering, centering

and scaffolding to be used in carrying out the work. (in Form “H”). Details of any other plant &

equipment required for the work not included in Form “F” and available with the applicant may also

be indicated.

13.0 LETTER OF TRANSMITTAL

The bidder should submit the letter of transmittal attached with the document on Page-47.

14.0 OPENING OF THE FINANCIAL BID

After evaluation of applications, a list of short listed agencies will be prepared. Thereafter the

financial bids of only the qualified and technically acceptable bidders shall be opened at the notified

time, date and place in the presence of the qualified bidders or their representatives. The bid shall

remain valid for a period of 90 days from the date of opening of technical bids.

15.0 AWARD CRITERIA

15.1 The employer reserves the right, without being liable for any damages or obligation to inform the

bidder, to:

(a) Amend the scope and value of contract to the bidder.

(b) Reject any or all the applications without assigning any reason.

15.2 Any effort on the part of the bidder or his agent to exercise influence or to pressurize the employer

would result in rejection of his bid. Canvassing of any kind is prohibited.

46

AE-I AE-II EE

SECTION III

IIINNNFFFOOORRRMMMAAATTTIIIOOONNN RRREEEGGGAAARRRDDDIIINNNGGG EEELLLIIIGGGIIIBBBIIILLLIIITTTYYY

(((TTTEEECCCHHHNNNIIICCCAAALLL BBBIIIDDD)))

47

AE-I AE-II EE

LETTER OF TRANSMITTAL

From:

To

The Executive Engineer

GPOA Project Division,

CPWD, Patna

Subject:- C/o 314 Nos. GPRA Quarters (G + 10) at Digha, Patna, Bihar, (Type-II-119 Nos., Type-III- 100 Nos., Type-IV- 60 Nos., Type-V- 30 Nos. and Type-VI- 05 Nos.) etc. i/c Internal Water Supply, Sanitary Installation, Drainage, Civil Development Works, Internal Electrical Installations,

Fan & Fittings, Fire Fighting System, Fire Alarm System, Passenger Lifts, Sub-Stations and D. G. Sets.

Sir,

Having examined the details given in Press – Notice and Bid document for the above work,

I/we hereby submit the relevant information.

1. I/We hereby certify that all the statement made and information supplied in the enclosed forms

A to J and accompanying statement are true and correct.

2. I/We have furnished all information and details necessary for eligibility and have no further

pertinent information to supply.

3. I/We submit the requisite certified solvency certificate and authorize the Executive Engineer,

GPOA Project Division, CPWD, Patna to approach the Bank issuing the solvency certificate to

confirm the correctness thereof. I/We also authorize Executive Engineer, GPOA Project

Division to approach individuals, employers, firms and corporation to verify our competence

and general reputation.

4. I/We submit the following certificates in support of our suitability, technical knowledge and

capability for having successfully completed the following works:

Name of Work Certificate from

Enclosures:

Seal of bidder

Date of submission

SIGNATURE(S) OF BIDDER(S)

48

AE-I AE-II EE

FORM ‘A’

FINANCIAL INFORMATION

I. Financial Analysis-Details to be furnished duly supported by figures in balance sheet/profit &

loss account for the last five years duly certified by the Chartered Accountant, as submitted by

the applicant to the Income Tax Department (Copies to be attached).

YEARS

2010-11 2011-12 2012-13 2013-14 2014-15

i) Gross Annual turn over

On construction works.

ii) Profit/Loss

II. Financial arrangements for carrying out the proposed work.

III. Solvency Certificate from Bankers of bidder in the prescribed Form “B”

SIGNATURE OF BIDDER(S)

Signature of Chartered Accountant with Seal

49

AE-I AE-II EE

FORM ‘B’

FORM OF BANKERS’ SOLVENCY CERTIFICATE FROM

A SCHEDULED BANK

This is to certify that to the best of our knowledge and

information that M/s./Shri………………………………………

having marginally noted address, a customer of our bank are/is

respectable and can be treated as good for any engagement upto a

limit of s……………

(Rupees……………………………………).

This certificate is issued without any guarantee or

responsibility on the bank or any of the officers.

(Signature)

For the Bank

NOTE:(1) Bankers certificate should be on letter head of the

Bank, sealed in cover addressed to tendering

authority.

(2) In case of partnership firm, certificate should include

names of all partners as recorded with the Bank.

50

AE-I AE-II EE

------------BLANK------------

51

AE-I AE-II EE

FORM ‘C’

DETAILS OF ALL WORKS OF SIMILAR CLASS COMPLETED DURING THE LAST SEVEN YEARS ENDING PREVIOUS DAY OF LAST DATE OF SUBMISISON OF BID

Sl.

No.

Name of work/

project and location

Owner or

sponsoring organization

Cost of

work in crores

Date of

commencement as per contract

Stipulated

date of completion

Actual date

of completion

Litigation/

arbitration cases

pending/in

progress with

details*

Name and

address/ telephone number of

officer to whom

reference may be made

Remarks

1 2 3 4 5 6 7 8 9 10

SIGNATURE OF BIDDER(S)

*indicate gross amount claimed and amount awarded by the Arbitrator.

52

AE-I AE-II EE

FORM ’D’

PROJECTS UNDER EXECUTION OR AWARDED

Sl.

No.

Name of work/

project and location

Owner or

sponsoring organization

Cost of

work

Date of

commencement as per contract

Stipulated

date of completion

Upto date

percentage progress of

work

Slow

progress if any, and reasons

thereof

Name and

address/ telephone number of

officer to whom

reference may be made

Remarks

1 2 3 4 5 6 7 8 9 10

Certified that the above list of works is complete and no work has been left out and that the information given is correct to my/our knowledge and belief.

SIGNATURE OF BIDDER(S)

53

AE-I AE-II EE

FORM ‘E’

PERFORMANCE REPORT OF WORKS

REFERRED TO IN FORM “C” & “D”

1. Name of wok/

Project & Location

2. Agreement No.

3. Estimated Cost

4. Tendered Cost

5. Date of Start

6. Date of completion

i) Stipulated Date of Completion

ii) Actual Date of Completion

7. Amount of compensation levied for

delayed completion, if any.

8. Amount of reduced rate items, if any.

9. Performance Report

1) Quality of Work

Very Good/Good/Fair/Poor

2) Financial Soundness Very Good/Good/Fair/Poor

3) Technical Proficiency Very Good/Good/Fair/Poor

4) Resourcefulness Very Good/Good/Fair/Poor

5) General Behaviour Very Good/Good/Fair/Poor

Dated: Executive Engineer or Equivalent

54

AE-I AE-II EE

FORM ‘F’

STRUCTURE & ORGANISATION

1. Name & Address of the bidder

2. Telephone No./Telex No./Fax No.

3. Legal status of the bidder (attach copies of original

document defining the legal status).

a) An Individual

b) A proprietary firm

c) A firm in partnership

d) A limited company or Corporation

4. Particulars of registration with various Government bodies (attach attested photo-copy).

Organization/Place of registration

Registration No.

1.

2.

3.

5. Names and Titles of Directors & Officers with

designation to be concerned with this work.

6. Designation of individuals authorized to act for the

organization.

7. Was the bidder ever required to suspend construction

for a period of more than six months continuously after

you commenced the construction? If so, given the

name of the project and reasons of suspension of work.

8. Has the bidder, or any constituent partner in case of

partnership firm, ever abandoned the awarded work

before its completion? If so, give name of the project

and reasons for abandonment.

9. Has the bidder, or any constituent partner in case of

partnership firm, ever been debarred/ black listed for

tendering in any organization at any time? If so, give

details.

10. Has the bidder, or any constituent partner in case of

partnership firm, ever been convicted by a court of

law? If so, give details.

11. In which field of Civil Engineering Construction the

bidder has specialization and interest?

12. Any other information considered necessary but not

included above.

SIGNATURE OF BIDDER(S)

55

AE-I AE-II EE

FORM ‘G’

DETAILS OF TECHNICAL & ADMINISTRATIVE

PERSONNEL TO BE EMPLOYED FOR THE WORK

Sl. No.

Designation Total Number

Number available for

this work

Name Qualifications

Professional experience and

details of work carried out

How these would be

involved in this work

Remarks

1 2 3 4 5 6 7 8 9

We undertake to deploy the above mentioned persons at site for the execution of work and also

to replace any or all the above with appropriate substitute if their performance and/or conduct not

found suitable by the Engineer-in-charge.

SIGNATURE OF BIDDER(S)

56

AE-I AE-II EE

FORM ‘H’

DETAILS OF CONSTRUCTION AND EQUIPMENT LIKELY TO BE USED IN

CARRYING OUT THE WORK

Sl.

No.

Name of

Equipment

Nos Capacity

or Type

Age

Co

nd

itio

n

Ownership status Current

location

Remarks

Presently

Owned

Leased To be

Purchased

1 2 3 4 5 6 7 8 9 10 11

1. Total station m/c,

Auto level

2. Truck/Tippers/

Transit mixer

3. Steel shuttering at

least 10000 sqm.

plus External

Scaffoldings for the

entire height of the

bldg.

4. Tower crane

5. Building Hoist

6. Excavator

7. Batch Mix Plant

(capacity of 30

cum/hr)

8. Vibratory/Tandom

Roller

9. Vibration

Compactor

10. Concrete Pumps

11. Pile rigs for pilling.

I, the undersigned, do hereby undertake that our firm M/s. …………………………………

shall deploy all plants, equipments and machineries required for implementation of the project as per

technical specifications. I also undertake to either own or have assured access through hire or lease the

key items of the equipments as specified in this form.

……………………………………………….

Signed by an Authorised Officer of the firm

57

AE-I AE-II EE

FORM ‘I’

CRITERIA FOR EVLAUTATION OF THE PERFORMANCE OF

CONTRACTOR FOR PER-ELIGIBILTY

Attributes Evaluation

(a) Financial strength (20 marks) (i) 60% marks for minimum eligibility criteria

(i) Average annual

turnover

16 marks

(ii)

100% marks for twice the minimum eligibility

criteria or more

(ii) Solvency

Certificate

4 marks In between (i) & (ii) – on pro-rata basis

(b) Experience in similar

class of works

(20marks) (i) 60% marks for minimum eligibility criteria

(ii) 100% marks for twice the minimum eligibility

criteria or more

In between (i) & (ii) – on pro-rata basis

(c) Performance on

works (time over run) ( 20 marks)

Parameter Calculation For

points

Score Maximum Marks

If TOR = 1.00 2.00 3.00 >3.50

20

(i)

(ii)

Without levy of

compensation

With levy of

compensation

20

20

15

5

10

0

10

-5

(iii) Levy of

compensation not

decided

20 10 0 0

TOR = AT/ST, where AT=Actual Time; ST=Stipulated Time.

Note: Marks for value in between the stages indicated above is to be determined by straight line variation

basis.

(d) Performance of works (Quality) (15 marks) (i)

Very Good 15

(ii) Good 10

(iii) Fair 5

(iv) Poor 0

(e) Personnel and Establishment (Max. 10 marks) (i) Graduate Engineer 3 marks for each

(ii) Diploma holder Engineer 2 marks for each upto Max.4 marks

(iii) Supervisory/Foreman 1 mark for each upto Max. 3 marks

58

AE-I AE-II EE

(f) Plant & Equipment (Max. 15 marks)

(i) Total station m/c, Auto level 1/2 mark for each upto Max. 1 mark

(ii) Truck/Tippers/Transit mixer 1/2 mark for each upto Max. 1 mark

(iii) Steel shuttering at least 10000 sqm. plus

External Scaffoldings for the entire height of

the bldg.

1/2 mark for each 1800sqm upto maximum 1 marks

(iv) Tower crane 1 ½ marks for each upto Max. 2 marks

(v) Building Hoist

1/2 mark for each upto Max. 1 mark

(vi) Excavator 1/2 mark for each upto Max. 1 mark

(vii) Batch Mix Plant (capacity of 30 cum/hr)

1 mark for each upto Max. 2 marks

(viii) Vibratory/Tandom Roller

1/2 mark for each upto Max. 1 mark

(ix) Vibration Compactor

1/2 mark for each upto Max. 1 mark

(x) Concrete Pumps 1/2 marks for each upto Max. 1 mark

(xi) Pile rigs for pilling in coarse sandy soil.

2 ½ marks for each upto Max. 3 marks

59

AE-I AE-II EE

FORM ‘J’

AFFIDAVIT

I/We undertake and confirm that eligible similar works(s) has/have not been

got executed through another contractor on back to back basis. Further that, if such

a violation comes to the notice of Department, then I/we shall be debarred for

bidding in CPWD in future forever. Also, if such a violation comes to the notice of

Department before date of start of work, the Engineer-in-Charge shall be free to

forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.

(Scanned copy of this affidavit to be uploaded at the time of submission of bid).

………………………….……………………….

Signed by an Authorised Officer of the firm

60

AE-I AE-II EE

FORM ‘K’

Undertaking to be uploaded by the intending bidders

The Physical EMD shall be deposited by me/us with the EE, GPOA Project Division, CPWD,

Patna calling the bid upto 03.00 PM on 20.01.2016 after opening of Technical (Eligibility) bid

otherwise department may reject the bid and also take action to withdraw my/our

enlistment/debar me/us from tendering in CPWD.

………………………….……………………….

Signed by an Authorised Officer of the firm

61

AE-I AE-II EE

PART-B: FINANCIAL BID

(CIVIL COMPONENT)

62

AE-I AE-II EE

PARTICULAR SPECIFICATIONS & SPECIAL CONDITIONS

[A] PARTICULAR SPECIFICATIONS

1. GENERAL

i. Unless otherwise specified, CPWD Specifications 2009 volume I - II with up to date corrections slips shall be followed in general. Any additional item of work, if taken up

subsequently, shall also conform to the relevant CPWD specifications mentioned above.

Should there be any difference or discrepancy between the description of items as given in

the schedule of quantities, particular specifications for individual items of work (including

special conditions) and I.S. Codes etc., the following order of preference shall be observed:

(i) Description of items as given in Schedule of quantities

(ii) Particular specifications

(iii) Special Conditions

(iv) CPWD Specifications including correction slips issued up to the last date of

uploading/submission of tender.

(v) Working drawings

(vi) Indian Standards Specifications of B.I.S.

(vii) ASTM, BS, or other foreign origin code mentioned in tender document.

(viii) Manufacturer’s specifications and as decided by the Engineer-in-Charge.

(ix) Sound Engineering practices or well established local construction practices.

Above provision supersedes para 8.1 of “Conditions of Contract” in PWD 8.

ii. The work shall be executed and measured as per metric dimensions given in the Schedule

of quantities, drawings etc. (F.P.S. units wherever indicated are for guidance only).

iii. The following modifications to the above specifications shall however apply:

a. All stone aggregates shall be of hard stone variety to be obtained from approved

quarries at Pakur (Jharkhand).

b. Sand to be used for cement concrete work, mortar for masonry and plaster work shall

be of standard quality. Sand shall be obtained from approved quarry at…Koilwar and

screened as required. The same shall consist of hard siliceous material. It shall be

clean sand.

c. Brick of 7.5-class designation shall be used in size 10”x 5”x 3” (F.P.S. units) [size

250x125x75mm.]. Brick shall be obtained from approved companies located at nearby

Patna/Bihta.

d. Fly ash Bricks shall be obtained from approved companies located at nearby

Patna/Bihta.

2. Wherever any reference to any Indian Standard Specification occurs in the documents

relating to this contract, the same shall be inclusive of all amendments issued thereto or

revisions thereof, if any, up to the date of receipt of tenders.

63

AE-I AE-II EE

3. i. Unless otherwise specified in the schedule of quantities the rates for all items of the work

shall be considered as inclusive of pumping out or bailing out water if required for which

no extra payment will be made. This will include water encountered from any source,

such as rains, floods, and sub-soil water table being high due to any other cause

whatsoever.

ii. Unless otherwise provided in the Schedule of quantities or in CPWD specifications or in

tender document, the rates tendered by the contractor shall be all inclusive and shall

apply to all heights, lifts, leads and depths of the building and nothing extra shall be

payable to him on this account.

4. Engagement of agency for specialized works:

i. Contractor has to engage specialized agencies for specialized items of works such as Aluminum works, water proofing, S.S. Railing works and STP. Only those specialized agencies/firms who have satisfactorily executed works as per following criteria during last seven years are eligible for the specialized works-

A. Aluminum work:- a. Three similar works each costing not less than Rs. 159 lacs.

Or b. Two similar works each costing not less than Rs. 239 lacs.

Or c. One similar work costing not less than Rs. 318 lacs. Similar work means - Aluminum Work.

B. Water proofing work: a. Three similar works each costing not less than Rs. 32 lacs.

Or b. Two similar works each costing not less than Rs. 48 lacs.

Or c. One similar work costing not less than Rs. 54 lacs.

Similar work means - Water proofing work.

C. S.S. Railing works: a. Three similar works each costing not less than Rs. 19 lacs.

Or b. Two similar works each costing not less than Rs. 29 lacs.

Or c. One similar work costing not less than Rs. 38 lacs.

Similar work means - S.S. Railing works.

D. STP: a. Three similar works each costing not less than Rs. 22 lacs.

Or b. Two similar works each costing not less than Rs. 33 lacs.

Or c. One similar work costing not less than Rs. 44 lacs. Similar work means – STP. Approval of the specialized agencies for each specialized work shall be obtained from the Engineer-in-Charge within one month of award of work. Even if, such specialized items of work shall be executed by the specialized agencies, the work shall be deemed to be executed by the tenderer for all purposes and the responsibility of the quality of items of works executed etc. shall continue to be that of the tenderer only.

64

AE-I AE-II EE

5 EARTH WORK

i. Excavation shall be undertaken to the width of footing including necessary margins for construction

operation as per drawing or directed otherwise. Where the nature of soil or the depth of the trench and

season of the year, do not permit vertical sides, the contractor at his own expense shall put up the

necessary shoring, strutting and planking or cut slopes with or without steps, to a safer angle or both with

due regard to the safety of personnel and works and to the satisfaction of the Engineer. Measurement of

plan area of excavation for payment shall be permitted only.

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

for that.

iii. The contractor shall make at his own cost all necessary arrangements for maintaining water level, in the

area where works are under execution low enough so as not to cause any harm to the works or problems

in carrying out with the execution and the rates for all items of work shall be considered as inclusive

of pumping out or bailing out water, if required and for which no extra payment shall be made. This

will include water coming from any source, such as rains, accumulated rain water, floods, leakages from

sewer and water mains subsoil water table being high or due to any other cause whatsoever. The

contractor shall make necessary provision of pumping, dredging, bailing out water coming from all

above sources and excavation and other works shall be kept free of water by providing suitable system

approved by the Engineer-in-Charge.

6. R.C.C. Work (Mix Design)

i. The work shall be carried out in general as per CPWD Specifications as mentioned in

schedule ‘F’.

ii. The RCC work shall be done with Design Mix Concrete unless otherwise specified. In the

nomenclature of items wherever letter M has been indicated, the same shall imply for the

Design Mix Concrete.

iii. Contractor shall be allowed 15 days time for mobilization from the date of issue of letter

of award for the work. During this period contractor will mobilize plant & equipment

and complete other preliminaries like approval of quarry, mix design, trial mix etc. The

mix design and testing of trial mixes shall be done in any of the laboratories approved by

CPWD after formal letter of intent.

iv. No concreting shall be done until the mix-design is approved by the Engineer in charge.

In case of change of source or characteristic properties of the ingredients used in the

concrete mix-design during the work, a revised concrete mix-design conducted by

laboratory established at site shall be submitted by the contractor as per the direction of

the Engineer-in-Charge. Nothing extra shall be paid on this account.

v. For concrete work laboratory tests with PPC cement will be carried out by the contractor

through approved laboratories/institutions approved by the Engineer-in-charge. For this

purpose the various ingredients shall be sent to the lab/test houses or Institutions and

the samples of such ingredients sent shall be preserved at site.

vi. Design mix shall be prepared without adding any admixture and minimum cement

content of design mix as specified in the item is based on without adding any admixture.

Admixture may be added to achieve desired workability for which nothing extra shall be

paid to the contractor.

65

AE-I AE-II EE

DESIGN MIX AND JOB MIX FORMULA

The Contractor shall engage one of the following approved laboratories / test house for designing the concrete mix and job mixes of GSB & WMM in accordance with relevant IS / IRC codes and to conduct laboratory tests to ensure the quality of material being proposed, target strength & workability criteria for a given grade of concrete:-

i. IIT, Patna ii. NIT, Patna iii. IIT Delhi

The various ingredients for mix design / Job mix and laboratory tests shall be sent to the lab / test houses through the Engineer-in-charge and the samples of such aggregates sent shall be preserved at site by the department. In the event if all the above laboratories are unable to carry out the requisite design /

testing, the contractor may have it done from any other laboratory with prior approval

of the Project Manager, GPOA Project Circle, CPWD, Digha, Patna.

All cost of mix designing / Job mix and testing, connected therewith, including

charges payable to the laboratory shall be borne by the Contractor including

redesigning of the concrete mix / job mix whenever required & as directed by

Engineer-In-Charge.

vii. COVER BLOCKS

The contractor shall provide approved type of support for maintaining the bars in

position and ensuring required spacing and correct cover of concrete to reinforcement as

called for in the drawings, spacer blocks of required shape and size. Chairs and spacer

bars shall be used in order to ensure accurate positioning of reinforcement. Spacer

blocks shall be cast well in advance with approved proprietary pre-packed free flowing

mortars (Conbextra as manufactured by M/S Fosroc Chemicals India Ltd. or approved

equivalent) of high early strength and same colour as surrounding concrete. However,

Cover Guard Bars shall also be used to maintain proper cover of RCC Columns in

addition to spacer blocks as mentioned above. Pre-cast cement mortar/concrete

blocks/blocks of polymer shall not be used as spacer blocks unless specially approved

by the Engineer-in-charge, rate of RCC items is inclusive of cost of such cover blocks &

Cover Guard Bars.

7. FORM WORK

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

ii) Only M.S. centering / shuttering and scaffolding material unless & otherwise specified

shall be used for all R.C.C. work to give an even finish of concrete surface. However,

shutter-ply shuttering in exceptional cases as per site requirement may be used on

specific request from contractor to be approved by the Engineer–in-Charge.

Steel shuttering as approved by the Engineer-in-Charge shall be used by the contractor.

Minimum size of shuttering plates shall be 600mm x 900mm except for the case when

closing pieces required to complete the shuttering panels.

Dented, broken, cracked, twisted or rusted shuttering plates shall not be allowed to be

used on the work.

The shuttering plates shall be cleaned properly with electrically driven sanders to remove

any cement slurry or cement mortar or rust. Proper shuttering oil or de-bonding

compound shall be applied on the surface of the shuttering plates in the requisite

quantity before assembly of steel reinforcement.

iii) For the execution of centering and shuttering, the contractor shall use propriety

“Reebole” chemical mould release agent of FOSROC or equivalent as shuttering oil as

approved by Engineer-in-charge and nothing extra shall be paid on this account.

66

AE-I AE-II EE

iv) Double steel scaffolding having two sets of vertical supports shall be provided for

external wall finish, cladding etc. The supports shall be sound and strong, tied together

with horizontal pieces over which scaffolding platform shall be fixed. Scaffolding shall

have steel staircase for inspection of works at upper levels.

v) 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.

vi) In order to keep the floor finish as per architectural drawings and to provide required

thickness of the flooring as per specifications, the level of top surface of R.C.C. shall be

accordingly adjusted at the time of its centering, shuttering and casting for which

nothing extra shall be paid to the Contractor.

vii) As per general engineering practice, level of floors in toilet / bath, balconies, shall be

kept 12 to 20mm lower than general floors as required. Shuttering should be adjusted

accordingly. Nothing extra is payable on this account.

viii) Concreting of upper floor shall not be done until concrete of lower floor has set at least

for 14 days but form work and reinforcement can be taken up after the concrete has set

atleast for three days.

8. REINFORCEMENT

i) The reinforcement work shall be done as per CPWD Specifications.

ii) The rate of item of reinforcement of RCC work includes all operations including

straightening, cutting, bending, welding, binding with annealed steel or welding and

placing in position at all the floors with all leads and lift complete as per CPWD

Specifications.

The contractor shall provide approved type of support for maintaining the bars in

position and ensuring required spacing and correct cover of concrete to reinforcement

as called for in the drawings, spacer blocks of required shape and size. Chairs and

spacer bars shall be used in order to ensure accurate positioning of reinforcement.

To ensure proper cover, only round type cover blocks will be used to avoid

displacement of bars in any direction.

9. WATER PROOFING FOR SUNKEN FLOORS

i) The work shall be got executed as per CPWD Specifications and from the specialized

agency as approved by the Engineer-in-Charge.

ii) Contractor shall also submit the names of water proofing specialist along with

information about their technical capabilities and list of similar works executed by the

specialized agency in the past for the approval of Engineer-in-charge within 30 days

from the date of award of work.

iii) Total quantity of the water proofing compound required shall be arranged only after

obtaining the prior approval of the make by Engineer-in-charge in writing. Materials

shall be kept under double lock and key and proper account of the water proofing

compound used in the work shall be maintained. It shall be ensured that the

consumption of the compound is as per specified requirements.

iv) The finished surface after water proofing treatment shall have adequate smooth slope

as per the direction of the Engineer-in-charge.

67

AE-I AE-II EE

v) Before commencement of treatment on any surface, it shall be ensured that the outlet

drain pipes / spouts have been fixed and the spout openings have been eased and

rounded off properly for easy flow of drain water.

vi) The approved specialized agency for the work of water proofing will have to execute a

guarantee bond in prescribed Proforma enclosed at page 92 for removing any defects

for at least 10 years. Guarantee bond shall be signed by both the specialized agencies

as approved by the Engineer-in-Charge and the contractor to meet their liability under

the guarantee bond. However, the sole responsibility about the efficiency of water

proofing treatment shall rest with the building contractor.

vii) 10% of the cost of water proofing work shall be retained as additional 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 unsatisfactory and any defects noticed during the guarantee period, they

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 the contractor.

However this security deposit can be released in full if bank guarantee of equivalent

amount for 10 (ten) years is produced and deposited with the department.

10. STONE WORK

i) The execution of stone work shall be carried out in general as per CPWD Specifications.

ii) All exposed surface of stone are to be fine chisel hand dressed/gang-saw cut/hammer

dressed as per item.

iii) The type of sand stone proposed, but not limited to, for the scope of work is Dholpur

Stone.

iv) All the stones shall be natural stones, compact, hard and resistant to water absorption.

All stones shall be consistent in colour, texture, grain and mineral composition. Any

variations in the inherent characteristics of the stone and of the quarry from where it is

sourced shall be specifically brought to the notice of the Engineer-in-Charge for

decision. Each finished stone panel/sill/cornices etc. shall be free from weathering, de-

colorization and defects (i.e. vents, cracks, holes, seams, fissures etc.) which are liable

to affect the physical properties, durability and the appearance of its intended use.

v) 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. Sample

stones shall be clearly marked indicating stone type, quarry name, selection grade and

location reference along with confirmation of acceptance by the Engineer-in-Charge.

The stones shall illustrate the accepted range of colour, texture and finish of the stones

as approved by the Engineer-in-Charge.

vi) The sample stones shall remain at the designated place till ordered to be removed by

engineer in charge and shall be the reference point for quality check.

vii) Inspection or any other action by the Engineer-in-Charge shall not be taken as approval

until it is confirmed in writing.

viii) Contractor either on the basis of the drawing/shop drawing shall prepare a full panel

mock up at the location directed by the Engineer-in-Charge inclusive of all the

necessary anchorage, joining, accessories etc complete including modifications as

68

AE-I AE-II EE

directed, if any, prior to the actual commencement of work.

ix) Exposed face for cladding (Veneering) work shall be gang-saw cut unless specified

otherwise in the nomenclature of item. The vertical face that is to come against backing

of masonry shall not be dressed so as to ensure better grip with the backing. The

dressed stone shall be of the thickness, as specified, with permissible tolerance of + 2

mm.

x) All holes, rebates, recessed, etc. for providing fixing and inserts shall be pre-drilled and

worked using precision machine tools. The working on various stones to suit the

requirements in building may be allowed to be carried outside the site campus by the

Engineer-in-charge on the request of Contractor without asking for any extra cost on

this account. The contractor is to supply list of equipments, tool, precision tools for

stone work, cladding on circular columns, etc.

xi) Sequence of execution for cladding work shall be suggested by the contractor for

approval of Engineer-in-charge.

xii) The cladding stone shall be secured to the R C C surfaces by means of stainless steel

cramps and pins of the specified sizes. The cramps and the pins shall be laid in cement

mortar 1:2 (1cement : 2 fine sand). A proposal for fixing arrangement shall be

submitted by the contractor to the Engineer-in-charge for his approval.

xiii) Anchor bolts and other mechanical fixing devices which will show on the face of the

stones shall not be permissible unless and otherwise specifically mentioned.

xiv) Whenever necessary jib crane or other mechanical appliances shall be used to hoist the

heavy pieces of stones and place these into correct positions, care being taken that the

corners of the stone are not damaged. Stones shall be covered with gunny bags, before

trying chain or rope is passed over it, and it shall be handled carefully. No piece which

has been damaged shall be used in work.

xv) The contractor shall only employ experienced and specialized workmen for carrying out

the stone work. It is the sole responsibility of the contractor to provide and fix the stone

securely and to ensure that no stone shall fall and/or get disturbed from its position

after fixing. The contractor shall give a bank guarantee of a value of 1% of the cost of

work done under this subhead of Stone work for a period of 5 years, in a form enclosed

in this document at page 93.

xvi) The stone work shall include making necessary joints, recesses / notches / holes /

grooves etc. to anchor cladding stones, accommodate stainless steel cramps/ pin, to

house wooden rough ground, socket outlet boxes, trunking for cables, etc. for which

nothing extra is payable to the contractor. However, cost of stainless steel cramps, pins,

metallic channels for cable trunking, wooden rough ground, dash-fasteners are to be

paid for separately.

11. STAINLESS STEEL CRAMPS

The size & shape of the cramps shall be as per drawing and as per directions of Engineer-in-

charge. The samples of steel cramps should be got approved in advance before starting the

stone cladding work.

69

AE-I AE-II EE

12 STEEL WORK

i) All welded steel work shall be tested for quality of weld as laid down in IS: 822-1970

before actual erection.

ii) The work in general shall be carried out as per CPWD Specifications.

13. FLOORING

i) The rate of items of flooring is inclusive of Providing Sunken Flooring in Bathrooms,

Kitchen, W.C., etc. and nothing extra on this account is admissible.

ii) All the work in general shall be carried out as per CPWD Specifications 2009.

iii) The vitrified tiles shall be as specified in the item. The tiles shall be of specified colours

as shown in the drawings and will be laid in pattern as per architectural drawings.

Nothing extra shall be paid for laying tiles in specific pattern. The tiles shall be of first

quality of approved make.

iv) Proper gradient shall be given to flooring for toilets, verandah, kitchen, courtyard etc.

so that the wash water flows towards the direction of floor trap. Any reverse slop if

found, shall be made good by the contractor by ripping open the floor/grading

concrete and nothing shall be paid for such rectifications.

v) The flooring and skirting will be executed as per pattern shown in the Architectural

drawings and as per approval of Engineer-in-Charge and nothing extra shall be

payable on this account.

vi) Samples of flooring material are to be deposited well in advance to the Engineer-in-

Charge for approval. Approved samples should be kept at site with the Engineer-in-

Charge and the same shall not be removed except with the written permission of

Engineer-in-Charge. No payment whatsoever will be made for these samples.

vii) The rate shall include the cost of all materials and labour involved in all the

operations. Nothing extra shall be paid for use of cut/sawn tiles in the work.

viii) Stone Flooring: Whenever flooring is to be done in patterns of stones, the contractor

shall get samples of each pattern laid and approved by the Engineer-in-charge before

final laying of such flooring. Nothing extra shall be payable on this account.

a) The samples shall not be of a size less than 600mm x 600mm or as required by

Engineer in Charge.

b) The sample produced shall be fully supported by the details of location/quarry and

the same shall not be removed except with the written permission of Engineer-in-

Charge.

c) Samples for finish granite shall be produced separately.

d) Full width stone over kitchen platform shall be provided except to adjust for

closing pieces. The marble/any stone flooring in treads and risers of stair case is to

be laid in single piece.

e) Nothing extra shall be paid on these accounts.

70

AE-I AE-II EE

ix) The rate of item of marble/ Kota stone flooring is inclusive of providing required

patters with combination of both and nothing extra will be paid on this account.

14. WOOD WORK

i) The wood work in general shall be carried out as per CPWD Specifications 2009.

a) Specified timber shall be of good quality and well-seasoned. It shall have

uniform colour, reasonably straight grains and shall be free from knots, cracks,

shakes and sapwood.

b) Wood work shall not be painted, oiled or otherwise treated before it has been

approved by the Engineer-in-Charge.

c) All portion of timber including architrave abutting against masonry concrete

stone or embedded in ground shall be painted with approved wood preservative

or with boiling coal tar.

d) All fittings and fixtures shall be got approved from the Engineer-in-Charge before

procurement well in advance and the approved samples shall be kept at site till

completion of the work.

ii) a) The samples of species of timber to be used shall be deposited by the

contractor with the Executive Engineer before commencement of the work.

The contractor shall produce cash vouchers and certificates from standard

kiln seasoning plant operator about the timber section to be used on the

work having been kiln seasoned by them, failing which it would not be so

accepted as kiln seasoned.

b) Factory made shutters, as specified shall be obtained from factories to be

approved by the Engineer-in-Charge and shall conform to IS: 2202 (Part-I)

1991. The contractor shall inform well in advance to the Engineer-in-Charge

the names and address of the factory where from the contractor intends to

get the shutters manufactured. The contractor will place order for

manufacture of shutters only after written approval of the Engineer-in-

Charge in this regard is given.

iii) The contractor is bound to abide by the decision of the Engineer in Charge and

recommend a name of another factory from the approved list in case the factory

already proposed by the contractor is not found competent to manufacture quality

shutters. Shutters will however, be accepted only if this meet the specified tests.

The contractor will also arrange stage wise inspection of the shutters at factory by

the Engineer in Charge or his authorized representative. The contractor will have

no claim if the shutters brought at site are rejected by the Engineer in Charge in

part or in full lot due to bad workmanship/quality. Such shutters will not be

measured and paid. The contractor shall remove the same from the site of work

within 7 days after the written instructions in this regard are issued by the

Engineer in Charge.

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

71

AE-I AE-II EE

b) Inspection of shutters shall be carried out for dimensions & tolerances, size &

type general construction & workmanship, finish & glazing at the following

frequency: -

Lot Size Sample Size Permissible number of

defectiveness

Upto 25 2 0

26 to 50 5 0

51 to 100 8 0

101 to 150 13 1

151 to 300 20 2

301 to 500 32 3

501 to 1000 50 5

1001 & above 80 7

c) Criteria for conformity

Any sample shutter failing in any one or more of the requirements inspected

for as above shall be considered as defective. A lot shall be considered as

having satisfied the requirements of the standard if the number of defective

shutters in the sample does not exceed the corresponding permissible number

of defectiveness given above.

d) Testing – The shutters shall be tested for species seasoning & treatment,

defects in the timber, panel material, construction & workmanship in the

approved Govt. Laboratory at the frequency mentioned in CPWD specification:

If shutters are found defective in any one of the criterion double the shutter

shall be tested & if found permissible can be accepted. If shutter is found

defective in more than one criterion, the whole lot shall be rejected.

e) Finish

i) All components of door shutter shall have smooth finish.

ii) Panels of the door shutters shall be flat and well sanded to a smooth

and level Surface.

iii) All the surfaces of door shutters which are required to be painted or

polished or varnished shall be got approved from the Engineer In

Charge before applying protective coat of primer, polish or varnish.

15. FINISHING

i) The work shall be carried out as per CPWD specifications.

ii) The Primer, Synthetic Enamel paint, distemper etc., of makes as approved by the

Engineer in charge and of low VOC, shall only be used and brought to the site of, work

in the original sealed containers. The material brought to the site of work shall be

sufficient for at least 60 days of work. The material shall be kept under the joint

custody of contractor and representative of the Engineer-in-Charge. The empty

containers shall not be removed from the site till the completion of the work without

permission of the Engineer-in-Charge.

72

AE-I AE-II EE

16. CONSTRUCTION JOINTS

i) The contractor shall give his proposal for location and treatment of construction joints.

The construction joints shall be provided only at places and in the manner as

approved by Engineer-in-Charge.

ii) Except where shown otherwise on the drawing, reinforcement shall continue through

construction joints. The foreign matter and laitance shall be cleaned properly by

compressed air before starting further work.

17. WATER SUPPLY, SANITARY INSTALLATIONS AND DRAINAGE

i) Centrifugally cast (spun) iron S & S pipes and G.I. pipes wherever necessary shall be

fixed to R.C.C. columns, beams etc. with rawl plugs and nothing extra shall be paid

for this.

ii) The contractor shall be responsible for the protection of the sanitary and water supply

fittings and other fittings and fixtures against pilferage and breakage during the period

of installation and thereafter until the building is handed over.

iii) The contractor shall furnish all labour, materials and equipment, transportation and

incidental necessary for supply, installation, testing and commissioning of the

complete Plumbing / Sanitary system as described in the Specifications and as shown

on the drawings. This also includes any material, equipment, appliances and

incidental work not specifically mentioned herein or noted on the

Drawings/Documents as being furnished or installed, but which are necessary and

customary to be performed under this contract. The Plumbing / Sanitary System shall

comprise of following:

a) Sanitary Fixtures and Fittings.

b) Internal and External Water Supply.

c) Internal and External Drainage.

d) Approval from Local Authorities.

e) Balancing, testing & commissioning.

f) Test reports and completion drawings.

iv) The contractor shall procure and install all pipes, Sockets /Nipples including shut-off

valve etc for mounting sensors/transmitters for the interface to Building Automation

System.

v) The contractor shall ensure that senior and experienced plumbers are assigned

exclusively for this work. Such plumber(s) should have valid license from the local

authorities. The project management shall be done through modern technique. For

quality control & monitoring of workmanship, contractor shall assign at least one

engineer who would be exclusively responsible for ensuring strict quality control,

adherence to specifications and ensuring top class workmanship for the installation.

vi) The work shall be in conformity with the Bye-laws, Regulations and Standards of the

local authorities concerned. But if these Specifications and Drawings call for a higher

standard of materials and / or workmanship than those required by any of the above

regulations and standards, then these Specifications and Drawings shall take

precedence over the said regulations and standards. However, if the Drawings and

specifications require something which violates the Bye-laws and Regulations, then

the Bye-laws and Regulations shall govern the requirement of this installation.

73

AE-I AE-II EE

vii) The contractor shall obtain all permits/ licenses and pay for any and all fees required

for the inspection, approval and commissioning of their installation. However, all

receipted amount shall be reimbursed on production of proof of payment.

viii) The Plumbing / Sanitary Drawings given by the Engineer In-Charge or issued with

tenders are diagrammatic only and indicate arrangement of various systems and the

extent of work covered in the contract. These Drawings indicate the points of supply

and of termination of services and broadly suggest the routes to be followed. Under no

circumstances shall dimensions be scaled from these Drawings. The contractor shall

follow these drawings in preparation of his shop drawings, and for subsequent

installation work.

ix) The contractor shall examine all architectural, structural, plumbing, electrical and

other services drawings and check the as-built works before starting the work, report

to the Engineer In-Charge any discrepancies and obtain clarification. Any changes

found essential to coordinate installation of his work with other services and trades,

shall be made with prior approval of the Engineer In-Charge without additional cost to

the department.

x) All the shop drawings shall be prepared on computer through Autocad System based

on Architectural Drawings and site measurements. Within two months of the award of

the contract, contractor shall furnish, for the approval of Engineer In-Charge, the two

sets of detailed shop drawings of complete work and materials including layouts for

Plant room, Pump room, Typical toilets drawings showing exact location of supports,

flanges, bends, tee connections, reducers, detailed piping drawings showing exact

location and type of supports, valves, fittings etc; external insulation details for pipe

insulation etc.

xi) These shop drawings shall contain all information required to complete the work.

These Drawings shall contain details of construction, size, arrangement, operating

clearances, performance characteristics and capacity of all items of equipment, also

the details of all related items of work by other contractors. Each shop drawing shall

contain tabulation of all measurable items of equipment/materials/works and

progressive cumulative totals from other related drawings to arrive at a variation-in-

quantity statement at the completion of all shop drawings. Minimum 4 sets of

drawings shall be submitted after final approval along with CD. When he makes any

amendments in the above drawings, the contractor shall supply two fresh sets of

drawings with the amendments duly incorporated along with check prints, for

approval. The contractor shall submit further four sets of shop drawings to the

Engineer In-Charge for the exclusive use by the Engineer In-Charge and all other

agencies. No material or equipment may be delivered or installed at the job site until

the contractor has in his possession, the approved shop drawing for the particular

material/equipment / installation.

xii) Shop drawings shall be submitted for approval four weeks in advance of planned

delivery and installation of any material to allow the Engineer In-Charge ample time

for scrutiny. No claims for extension of time shall be entertained because of any delay

in the work due to his failure to produce shop drawings at the right time, in

accordance with the approved programme.

xiii) Samples of all materials like valves, pipes and fittings etc. shall be submitted to the

Engineer In-Charge prior to procurement for approval and retention by Engineer In-

Charge and shall be kept in their site office for reference and verification till the

completion of the Project. Wherever directed a mockup or sample installation shall be

carried out for approval before proceeding for further installation without any extra

cost.

74

AE-I AE-II EE

xiv) Approval of shop drawings shall not be considered as a guarantee of measurements or

of building dimensions. Where drawings are approved, said approval does not mean

that the drawings supersede the contract requirements, nor does it in any way relieve

the contractor of the responsibility or requirement to furnish material and perform

work as required by the contract.

xv) All materials and equipment shall conform to the relevant Indian Standards and shall

be of the approved make and design. Makes shall be in conformity with list of

approved manufacturers.

xvi) Balancing of all water systems and all tests as called for the CPWD Specifications shall

be carried out by the contractor through a specialist group, in accordance with the

Specifications and Standards. The installation shall be tested and shall be

commissioned only after approval by the Engineer In-Charge. All tests shall be carried

out in the presence of the representatives of the Engineer In-Charge and nothing extra

shall be payable on this account.

xvii) The contractor shall submit completion plans for water supply, internal sanitary

installations and building drainage work within 15 days of the date of completion.

These drawings shall be submitted in the form of two sets of CD’s and four portfolios

(300 x 450 mm) each containing complete set of drawings on approved scale indicating

the work as installed. These drawings shall clearly indicate complete plant room

layouts, piping layouts and sequencing of automatic controls, location of all concealed

piping, valves, controls and other services. In case the contractor fails to submit the

completion plans as aforesaid, security deposit shall not be released and these shall

be got prepared at his risk and cost.

xviii) The CCI/CI/PVC pipe and GI pipe etc. wherever necessary shall be fixed to RCC

columns, beams etc. with rawl plugs and nothing extra shall be paid for this.

xix) The variation in consumption of material shall be governed as per CPWD specification

and clauses of the contract to the extent applicable.

xx) “The pig lead to be used in joints of 150mm, 100mm, 75mm, 50mm dia of sand cast

iron, centrifugally cast (Spun) iron pipes shall be as per relevant CPWD

Specifications”. However, in case of 150 mm dia pipes less use of pig lead by more

than the required quantity and the permissible variation thereof, a recovery for such

quantity shall be made from the contractor at market rate to be determined by

Engineer in Charge whose decision in the matter will be final.

xxi) The contractor shall bear all incidental charges for cartage, storage and safe custody of

materials and shall construct suitable godowns, yards at the site of work for storing

materials so as to be safe against damage by sun, rain, fire or theft etc., at his own

cost and also employ necessary watch and ward establishment for the purpose at his

own cost.

xxii) All fixtures and fittings shall be provided with all such accessories as are required to

complete the item in working condition whether specifically mentioned or not in the

Schedule of Quantities, specifications, elsewhere in this tender document & drawings.

The quoted rates shall be deemed to be all inclusive for a complete item fit for use

including all materials, labour T&P, specials, equipment, testing & commissioning etc.

Accessories shall include proper fixing arrangement, brackets, nuts, bolts, screws and

required connection pieces. Nothing extra whatsoever shall be payable on this

account.

75

AE-I AE-II EE

xxiii) Fixing screws shall be half round head chromium plated brass screws with

C.P. washers where necessary or otherwise as provided in the item.

xxiv) Porcelain sanitary ware shall be glazed vitreous china of first quality free from warps;

cracks and glazing defects and shall conform to relevant BIS codes. Colour of sanitary

ware, shall be specified or as selected by the Engineer-in-Charge. Nothing extra shall

be payable on this account.

xxv) Horizontal pipes running along ceiling shall be fixed on structural adjustable clamps

of approved design. Horizontal pipes shall be laid to uniform slope and the clamps

adjusted to the proper levels so that the pipes fully rest on them and are properly

secured.

xxvi) Contractor shall provide all nuts, bolts, welding material and paint the Clamps with

one coat of red oxide and two or more coats of black enamel paint.

xxvii) Slotted angle/channel supports on walls shall be provided wherever shown on

drawings. Angles/channels shall be of sizes shown on drawings or specified in

schedule of quantities. Angles/channels shall be fixed to brick walls with bolts

embedded in cement concrete blocks and to RCC walls with suitable anchor fasteners.

The spacing of support bolts horizontally shall not exceed 1 m.

xxviii) Wherever M.S. clamps are required to be anchored directly to brick walls, concrete

slabs, beams or columns, nothing extra shall be payable for clamping arrangement

and making good with cement concrete 1:2:4 mix (1 cement: 2 coarse sand: 4 stone

aggregate 20 mm nominal size) or as directed by the Engineer-in-Charge.

xxix) The ground colour shall be applied throughout the entire length of pipe. Colour bands

shall be superimposed on the ground colour and shall be applied near valves,

junctions, joints, service appliances, bulkheads, valves, etc. for clear identification of

fluid being carried and to avoid confusion. The relative proportional widths of the first

colour band to the subsequent bands shall be 4:1.The minimum width of the

narrowest colour band shall be 25 mm.

xxx) A. Rates for all items quoted shall be inclusive of all work and items given in the

above mentioned specifications and Schedule of Quantities and applicable for the

work under floors, in shafts or at ceiling level at all heights and depths. All rates

are inclusive of cutting holes and chases in RCC and masonry work and making

good the same.

xxxi) B. All rates are inclusive of pre testing and on site testing of the installations,

materials and commissioning.

xxxii) Cleaning and Disinfection of Pipelines:-

On completion of hydraulic tests and before a pipe is disinfected, it shall be proved to

be free from obstruction, debris and sediment by scouring or by any other process

which the Engineer-in-charge may prescribe. Upon satisfactory completion of testing

and cleaning, the pipelines shall be disinfected as order. Chlorine solution shall be

applied at the charging point as the pipeline is being filed and dosing shall be

continued until the pipeline is full and at least 50 parts of chlorine per million parts of

water have been made available and distributed evenly. If ordinary bleaching power is

used, proportions will 150 gms of power to 1000 litre of water. If a proprietary brand

is used, the proportion shall be as specified by the manufacturer. The treated water

76

AE-I AE-II EE

shall be left in pipeline for a period as directed but not exceeding 24 hours chlorine

residual tests shall be taken at various points along the pipeline. The disinfection

process shall be repeated until the sample of water taken from the pipeline are

declared fit for human consumption by a recognized laboratory.

18. VARIATION IN CONSUMPTION OF MATERIALS

The variation in consumption of material shall be governed as per CPWD

specification and clauses of the contract to the extent applicable.

19. Aluminum Window

i. The work shall be carried out in general as per CPWD Specifications as mentioned in

schedule ‘F’.

20. SPECIFICATIONS FOR FACTORY MADE FIRE CHECK DOORS:

The Fire Check doors shall satisfy:

i) Stability:

The fire check door should not collapse during the rated period of fire under the

specified fire conditions. The fire check doors provide safe access to the escape route

in the building namely protected corridors and staircase.

ii) Integrity:

The fire check doors should not allow the passage of hot gases or the flames through

the rebate or the gap between the door frame and shutters for the duration of its fire

railing.

iii) Insulation:

The mean temperature of fire door on unexposed side should not exceed 140 degree C

above ambient temperature for the duration of its fire rating.

The fire / smoke check door assembly being offered shall be as proto-type tested by

CBRI, Roorkee, for the prescribed fire – rating as per BS: 476 part 20/22 IS:3614 Part-

II. A test report from CBRI, Roorkee shall be submitted for approval before executing

the work.

The Fire / Smoke check doors should also have Tariff Advisory Committee approval as

admissible.

The tenderer shall employ specialized agency or manufacturer of the fire check door

assembly, having their own manufacturing facilities and such agency shall be got

approved by the Engineer- In-charge.

Door frame and shutter shall in general, be fabricated as per nomenclature of the

item of the work and recommendation of the specialized agencies as approved by the

Engineer-In-Charge.

iv) Fire check doors shall be of 2 hours fire rated and shall satisfy the three performance

criteria of stability, integrity and insulation as per BS 476 part-II and IS 3614 part-II.

v) One door assembly shall be got tested from the CBRI Rookee or any other test-

laboratory approved by Engineer-in-Charge as per nomenclature of the item for the

same.

77

AE-I AE-II EE

vi) Tenderer shall be responsible for obtaining “No objection Certification from Local Fire

Authority for the executed work”.

vii) Guarantee Bond:

The work shall be guaranteed for a period of five years from the date of N.O.C. issued

by the Local Fire Authority.

The security deposit against this item of work shall be in addition to the security

deposit mentioned in schedule-F.

The contractor shall execute the necessary guarantee bond against any structural

defect, faulty materials, workmanship and defective finish.

In addition 5% (five percent) of the cost of this item of work shall be retained as

security deposit and the amount so withheld would be released after five years from

the date of completion of the entire work under the agreement, if the performance of

the work done is found satisfactory. If any defect is noticed during the guarantee

period, it shall be rectified by the contractor along with any incidental repairs to

structure, flooring, finishing, fixtures and any other related damaged work within

fifteen days of receipt of intimation of such defects in the work. If the defects pointed

out are not attended to with the specified period, the same shall be got done from

another agency at the risk and cost of the contractor and the cost of attending such

repairs shall be deducted from any dues payable to the contractors. However, the

security deposit deducted may be released in full against bank guarantee of equivalent

amount in favour of Engineer-In-Charge in the prescribed proforma.

21. Window Glass

i. The work shall be carried out in general as per CPWD Specifications as mentioned in

schedule ‘F’.

22. SPECIFICATIONS FOR CALCIUM SILICATE TILES

i) GENERAL

This section covers the requirements for all materials, labour, tools, scaffolding and

equipment complete in all respect for suspended false ceiling as per nomenclature of

the item.

ii) CODES AND STANDARDS:

The codes and standards generally applicable are:

BS -476-PART IV –CALCIUM SILICATE – INCOMBUSTIBILITY

I S -277-1982- FOR GALVANIZING OF MS SHEETS

The following clauses are intended to amplify the requirements of the reference

documents listed above and the contractor shall comply with these clauses.

iii) MATERIALS

a) Frame work:

A grid of section 600 mm x 600 mm is to be made up of G.I T sections wherein

the Main tee is duly suspended from the RCC slab roof. The sizes of the members

shall be as under and the entire grid should be able to take a suspended load of

minimum 18 kg/sq m.

i) Perimeter wall angle: 0.40 mm thick gauge having equal flanges of size 22 mm

made from pre-coated G.I. coil of length 3.0m.

ii) Main tees of 3.60m/3.0m length having a web height of 38 mm with a 8mm

bulb at the top having an exposed bottom of 24mm capped with a pre-coated

G.I. coil wherein the coil thickness is 0.33 mm.

78

AE-I AE-II EE

iii) Cross tees of length 1.20 m and 0.60 m having a web height of 28mm and an

exposed bottom of 24mm capped with pre-coated G.I. coil wherein the coil

thickness is 0.33 mm.

The grid shall be of standard quality like METAWORTH / TECHNO T GRID /

ARMSTRONG / GRID LINE.

b) Ceiling Tile:

Light weight calcium silicate tiles and made from hydrated calcium silicate,

reinforcing fibers natural fillers free from formaldehyde and other harmful

materials shall not contain any toxic ingredients. The tiles shall be of size 595

mm x 595 mm having reinforced edges of 15 mm thickness all around in a collar

of width 24 mm and 10 mm thickness at the center. The tiles shall have an

overall density of 350 kg/m3 in the body and 450 kg/m3 at the edges. The tiles

shall be primer coated on both sides and the fair surface shall be having a factory

finish in two coats of white dispersion type solvent free paint.

The tiles should be characterized with 100% relative humidity resistance,

incombustibility as per BS 476, Part IV, thermal conductivity of 0.043w/moKC,

and light reflectance > 85%, and an NRC of 0.50 (sound attenuation: 32 dB). The

tiles should weight approx. 5.5 kg/m2.

iv) FIXING THE G.I. SUSPENSION SYSTEM TO THE CEILING:

The main runners of size 38 mm x 24 mm x 3.60mm length spaced at 1200 mm

centers shall be securely suspended with G.I. suspension wire of 4 mm dia. With

necessary level adjusters made from spring steel with adequate tension in one

direction. The G.I. wire is to be suspended at 1200 mm centers from the soffit with the

aid of soffit cleats made of zinc alloy having dimension 25 mm x 35 mm x 1.6 mm

secured to the soffit with metal dash fasteners of size 6 mm x 50 mm.

The last hanger at the end of each main runner should not be greater than 600mm

from the adjacent wall. Then flush fitting cross tees of size 28 mm x 24 mm x 1.20 m

length are to be inserted in the main tees at 600 mm centers at right angles to the

main tees. 600 mm x 600 mm modules are then to be formed by fitting cross tees of

size 28mm x 24 mm x 0.6 m length centrally between the longer cross tees.

The system shall rest on periphery walls / partition on the wall angle of section 0.40

mm thick gauge having equal flanges of 22mm made from pre-coated G.I. coil of

length 3.0m. The entire grid system shall be designed to bear a distributed load of

minimum 15kg /sq.m.

v) a) Storage and Handling precautions:

i) Ceiling tiles shall have be supplied in neatly packed cartons.

ii) Not to store the cartons in flat and wet locations.

iii) Handle cartons and individual tiles with care.

iv) Do not drop or stand cartons or tiles or edges or corners.

v) Open cartons completely and using both hands with protective

gloves, remove tiles in pairs with fair faces together.

b) Installation Precautions:

The following to be ensured before installation of the ceiling system.

i) The area is dry prior to ceiling installation work.

ii) All wet trades are completed such as plastering, flooring etc.

iii) Air conditioning duct work is completed.

iv) Electrical chasing or drawing lines etc are in place.

v) No unauthorized weight is put on ceiling. Lighting fixtures to be

suspended independently.

vi) Calcium Silicate Tiles should be installed by experienced contractors

in compliance with manufacturers specifications and conditions.

79

AE-I AE-II EE

vii) Installations shall be done in areas free from chemical fumes /

freezing temperatures and vibrations.

viii) Calcium Silicate Tiles shall not be used to support any unauthorized

loads.

ix) Calcium silicate Tiles shall be mechanically suspended properly and

shall not be cemented nor glued to the surface of any other material.

vi) Cutouts for light and A/C fixtures:

Rate quoted shall include the cost of making cut outs required for fixing light

fixtures, air-conditioning diffusers, and fire detectors, etc. No extra payment shall

be made for making cut outs.

vii) Fire Resistance:

The ceiling tiles should be as per BS: 476 (Part IV) and to be classified in class 1 for

spread of flame as per BS: 476 (Part VII) and class O for propagation as per BS: 476

(Part VI).

a) Thermal Properties: The tiles should have a low thermal conductivity of 0.43

w/m˚KC.

b) Acoustic properties: The tiles offer an average NRC of .50 and a sound

attenuation STA – 32 dB.

viii) Effect of temperature:

The tiles should be suitable for use in high temperature area due to their low heat

conductivity. They can also be subjected to freezing temperatures without risk of

damages.

ix) MEASUREMENTS

The measurement shall be taken in square meter and the length and breadth shall

be measured in metre correct to two decimal places.

x) RATES

a) The work shall be carried out as per above specification, drawings and as per

direction of Engineer-in-Charge.

b) The rate shall include the cost of all the materials, labour, necessary

openings for light fixtures, diffusers, machinery and manpower involved in

all the operations described above including cartage, lifts and all taxes like,

Sales Tax/VAT, Excise duty, Octroi etc. as applicable.

23. SEWAGE TREATMENT PLANT (STP) (200M3 / Per day)

23.1 The general character and the scope of work to be carried out under this contract is

illustrated in Drawings, Specifications and Schedule of Quantities. The Contractor

shall carry out and complete the said work under this contract in every respect in

conformity with the contract documents and with the direction of and to the

satisfaction of the Client’s site representative. The contractor shall furnish all

labour, materials and equipment as listed under Schedule of Quantities and

specified otherwise, transportation and incidental necessary for supply,

installation, testing and commissioning of the complete Sewage Treatment Plant as

described in the Specifications and as shown on the drawings. This also includes

any material, equipment, appliances and incidental work not specifically mentioned

herein or noted on the Drawings/Documents as being furnished or installed, but

which are necessary and customary to be performed under this contract. The

Sewage Treatment Plant shall comprise of following:

80

AE-I AE-II EE

A. CIVIL WORKS:

Design basis for various units:-

a) Main Sewage Receiving Sump cum Lifting Station (MSRSCLS)

The total sewage & sullage generated from the various scattered unit will

be collected in this sump. This sump will be provided with a detention

time of 30 minutes at peak flow. The wastewater collected in this sump

will be pumped to inlet & screen chamber by two submersible pumps of

necessary capacity and head.

b) Bar Screen Chamber & Oil & Grease Trap

From the MSRSCLS, the pumped sewage will be sent for screening.

There will be 2 nos. Screen Channels (1W + 1S), each screen channel

comprising semi manual bar screen suitable for design peak flow shall

be provided. After screening, the sewage shall be transferred to

Equalization tanks by gravity. En-route to the Equalization Tank the

screened sewage will be made to pass through an Oil & Grease Trap of

conventional design by gravity. The hydraulics will be so designed that

gravity conveyance of screened sewage via Oil & Grease Trap is possible.

Bar screen chamber will be designed for the peak flow. Screen chamber

is provided with measures to remove the floating matter. Removal of

floating matter is essential because it can otherwise choke pipelines /

pumps etc and hinder the normal operation of the sewage treatment

plant (STP). Screen chamber consists of vertical bars, normally spaced 1

cm apart and inclined away from the incoming flow. Solids retained by

the bars are to be removed manually/ semi-manually.

Screens are fixed in rectangular channels that receive the flow from the

collection system. The screens should be readily accessible for cleaning.

Hydraulically, the flow velocity shall not exceed 1.0 m/s in the channel.

c) Equalization Chamber

This unit is designed for average flow with minimum detention time of 8

hours. The basic purpose of the unit is to ensure homogeneous

incoming wastewater as both canteen sullage and raw sanitary sewage

will be collected and equalized in this tank. The bottom of the tank has

to be provided with a coarse bubble aeration system to avoid septic

conditions. This aeration will prevent settling of solids and also to build

up the dissolved oxygen level in the wastewater. Aeration ensures

complete mixing of the wastewater and the solids are maintained in

suspension. Settling of solids could lead to accumulation and

stagnation, leading to anaerobic and septic conditions, the result being

strong odor problems. Aeration also aids in maintaining a residual

dissolved oxygen level in the wastewater, which aids in treatment

efficiency.

From Equalization tank the wastewater will be pumped to FAB reactor

tanks. There will be two nos (1 W + 1S) of Equalization tank transfer

pumps (horizontal centrifugal non-clog pump).

d) FAB Reactors

The FAB reactor consists of a tank filled with specially developed media.

These media are made of special material of suitable density that can be

fluidized using an aeration device through diffusers.

81

AE-I AE-II EE

A bio-film develops on the media, which move along the effluent in the

reactor. The movement within the reactor is generated by providing

aeration with help of diffusers placed at the bottom of the reactor.

This thin film on the media enables the bacteria to act upon the bio-

degradable matter in the effluent and reduce BOD/COD content in

presence of oxygen from the air used for fluidization.

e) Tube Settler Tank

The mixed liquor suspended solids (MLSS) from the FAB reactor flows

into the Tube settler tank by gravity. The biomass settles by gravity and

the supernatant overflows the weirs to the adjoining Chlorine contact

tank.

f) Sludge Holding Tank

The segregated biological sludge from tube settler tank will be led to this

sump. Provision will be there to partially recycle back the sludge to the

FAB unit to maintain the biomass concentration if required during

initial commissioning stage. Wasted sludge will be taken to sludge

holding tank for further action and disposal. This tank will have

provision of aeration by equalization tank blowers to avoid settling of

sludge in this tank. This sludge will be periodically transferred to a

centralized Sludge drying bed.

g) Sludge Pumps

Two numbers return sludge pumps (Horizontal centrifugal / sludge

pumps) [1 working + 1 standby] are to be provided to recycle the settled

sludge from the sludge holding tank into the FAB reactor if required.

The excess sludge if any will be bled off from the return sludge line

taken to Sludge holding tank.

h) Final Treated Water Tank

i) This tank is provided to hold the treated water for atleast 1 (one) hour.

From this tank the treated water will be reused in toilet flushing and

green belt development. Two (1W+1S) centrifugal pumps shall be used

for this purpose.

j) Chlorine contact Tank

Chlorination of the treated water will be done to control faecal coliform

bacteria. The basic purpose of this unit is to ensure that the faecal

coliform count is less than 1000 number / 100 ml.

Chlorination will be done by dosing hypochlorite solution via dosing tank

and dosing pump arrangement.

This tank will have baffles to facilitate mixing of chlorine solution with

the treated wastewater.

k) Cutting holes, chases & like through all types of walls /floors and

finishing for all services crossings, including sealing, cover plates,

making good structure and finishes to an approved standard.

82

AE-I AE-II EE

The characteristics of raw sewage have been provided in Table-1(at page 74).The

Treated Sewage shall satisfy the requirement as provided in Table-2(at page 74).

TABLE-1

THE QUALITY OF RAW SEWAGE

• pH : 7 – 8

• Flow : 15 m3/hr & 5 m3/hr

• BOD3 27ºC : 500 mg/l

• TSS : 500 mg/l

• Fecal Coliform : 106 – 107, Number per 100 ml

• Oil & Grease : 100 mg/l

TABLE-2

THE DESIRED QUALITY OF TREATED SEWAGE

• pH : 7 – 8

• Flow : 15 m3/hr & 5 m3/hr

• BOD3 27ºC : < 20 mg/l

• TSS : < 30 mg/l

• Fecal Coli form : <1000, Number per 100 ml

• Oil & Grease : < 10 mg/l

B. ELECTRICAL & MECHANICAL WORKS:

This include supply & installation of following equipments & accessories:-

a. Main sewage receiving sump transfer pumps.

b. Bar screen.

c. Air grid for equalization tank.

d. Fluidised aerobic bed (FAB) reactor feed pumps.

e. FAB reactor containing air grid, media and blower.

f. PVC tube settler modules.

g. Hypochlorite dosing tank (LDPE-100 litre) and hypochlorite dosing pump.

h. Filter feed pumps.

i. Dual media filter.

j. Activated carbon filter.

k. Air grid for sludge holding tank (HDPE).

l. Interconnecting pipelines and valves.

23.2 QUIET OPERATION AND VIBRATION ISOLATION

The installation shall operate under all conditions of load without any sound or

vibration which is objectionable in the opinion of the Client’s site representative. In

case of rotating machinery sound or vibration noticeable outside the room in which

it is installed, or annoyingly noticeable inside its own room, shall be considered

objectionable. Such conditions shall be corrected by the Contractor at his own

expense. The contractor shall guarantee that the equipment installed shall

maintain the specified Noise Control levels.

23.3 ACCESSIBILITY

The Contractor shall verify the sufficiency of the size of the shaft openings,

clearances in cavity walls and suspended ceilings for proper installation of his

piping and other ancillaries. His failure to communicate insufficiency of any of the

above, shall constitute his acceptance of sufficiency of the same. The Contractor

83

AE-I AE-II EE

shall locate all equipment which must be serviced, operated or maintained in fully

accessible positions. The exact location and size of all access panels, required for

each concealed, valve or other devices requiring attendance, shall be finalized and

communicated in sufficient time, to be provided in the normal course of work.

Failing this, the Contractor shall make all the necessary repairs and changes at his

own expense. Access panel shall be standardized for each piece of equipment /

device / accessory and shall be clearly 83authorized83e / marked.

23.4 MATERIALS AND EQUIPMENT

23.4.1 Quality

All materials and equipment used in work shall be new and of best

available quality conforming to the relevant Indian Standard

Specifications and to these specifications. Makes shall be strictly in

conformity with list of approved manufacturers. Owners reserve the

right to reject any item which in their assessment is second hand.

23.4.2 Manufacturers Instruction

Where manufacturers have furnished specific instructions, relating

to the materials used in this job, covering points not specifically

mentioned in these documents, manufacturers instructions shall be

brought to the notice of the Owners/Architects for further

instructions in the matter.

23.5 COMPLETION CERTIFICATE

On completion of the Electrical installation for STP works, a certificate shall be

furnished by the contractor, counter signed by the licensed supervisor, under

whose direct supervision the installation was carried out. This certificate shall be in

the prescribed form as required by the local authority.

The contractor shall be responsible for getting the entire electrical installation for

Sewage Treatment Plant duly approved by the local authorities concerned, and

shall bear expenses if any, in connection with the same.

23.6 BALANCING, TESTING AND COMMISSIONING

Balancing of all water systems and all tests as called for the Specifications shall be

carried out by the contractor through a specialist group, in accordance with the

Specifications and Manual on Sewage & Sewage Treatment – Published by CPHEEO

Guide lines and Standards. Performance test shall consist of seven days of 10 hour

each operation of system for each season. All the chemicals, sludge/cow dung etc

required for balancing period will be arranged by the contractor at their own cost.

MSDS for the chemicals will be provided by the contractor before usages of

chemical.

The installation shall be tested again after removal of defects and shall be

commissioned only after approval by the Client’s site representative. All tests shall

be carried out in the presence of the representatives of the Engineer-in-

charge/client’s site representative. After commissioning, the results shall be

submitted for scrutiny in quadruplicate.

84

AE-I AE-II EE

23.7 OPERATING INSTRUCTION & MAINTENANCE MANUAL

Upon completion and commissioning of part Sewage Treatment Plant the contractor

shall submit a draft copy of comprehensive operating instructions, maintenance

schedule and log sheets for all systems and equipment included in this contract.

This shall be supplementary to manufacturer’s operating and maintenance

manuals. Upon approval of the draft, the contractor shall submit four (4) complete

bound sets of typewritten operating instructions and maintenance manuals; one

each for retention by Consultant and Client’s site representative and two for Clients

Operating Personnel. These manuals shall also include basis of design, detailed

technical data for each piece of equipment as installed, spare parts manual and

recommended spares for 4 year period of maintenance of each equipment. These

manuals shall include:

i) Description of the work carried out / installed.

ii) Operating instructions.

iii) Maintenance instructions including procedures for preventive maintenance.

iv) Manufacturers catalogues.

v) Spare parts list.

vi) Trouble shooting charts.

vii) Drawings

viii) Type and routine test certificates of major items.

Details of all the bought out item should be part of this maintenance manual.

23.8 ON SITE TRAINING

Upon completion of all work and all tests, the Contractor shall furnish necessary

operators, labor and helpers for operating the entire installation for such periods so

as to enable the Client’s staff to get acquainted with the operation of the system.

During this period, the contractor shall train the Client’s personnel in the

operation, adjustment and maintenance of all equipment installed.

23.9 MAINTENANCE DURING DEFECTS LIABILITY PERIOD

23.9.1 Complaints

The Contractor shall receive calls for any and all problems

experienced in the operation of the system under this contract,

attend to these within 10 hours of receiving the complaints and

shall take steps to immediately correct any deficiencies that may

exist.

23.9.2 Repairs

All equipment that requires repairing shall be immediately serviced

and repaired. Since the period of Mechanical Maintenance runs

concurrently with the defects liability period, all replacement parts

and labour shall be supplied promptly free-of-charge to the Client.

23.10 UPTIME GUARANTEE

The contractor shall guarantee for the installed system an uptime of 98%. In case of

shortfall in any month during the defects liability period, the Defects Liability

period shall get extended by a month for every month having shortfall and no

reimbursement shall be made for the extended period.

85

AE-I AE-II EE

GUARANTEE PROFORMA

GUARANTEE FOR SEWAGE TREATMENT SYSTEM INSTALLATION

We hereby guarantee the year round satisfactory performance of the Sewage Treatment Plant system

which we have installed in the complex described below:

Building : GPRA at Digha, Patna

Location : Digha, Patna. Bihar For a period of 12 months from the date of acceptance of the total installation, we agree to

repair or replace to the satisfaction of the Owner, any or all such work that may prove defective in

workmanship, equipment or materials within that period, ordinary wear and tear and unusual abuse or

neglect excluded, together with any other work, which may be damaged or displaced in so doing. In

the event of our failure to comply with the above mentioned conditions within a reasonable time, after

being notified in writing, we collectively and separately, do hereby authorize the Owner to proceed to

have the defects repaired and made good at our expense, and we shall pay the cost and charges thereof,

immediately upon demand.

We also hereby undertake to test the entire installation in first Summer, Winter and Monsoon

on following the completion of the installation, to check and do everything necessary to ensure that

the specified design conditions and functional requirement are met, that all water, sewage, air

pollution control systems are properly balanced, that all controls are calibrated accurately, and that all

units are functioning satisfactorily.

SIGNATURE OF CONTRACTOR

For SEWAGE TREATMENT PLANT INSTALLATION

Date:

Seal

86

AE-I AE-II EE

24 Horticulture works

24.1 The work shall be carried out in general as per CPWD Specifications as mentioned

in schedule ‘F’ and as per direction of the Engineer-in-charge.

24.2 The contractor has to associate himself with the registered CPWD contractor in

appropriate class or with the specialize agency who has carried out the similar

nature of works as under.

A. Horticulture works:- a. Three similar works each costing not less than Rs. 8 lacs.

Or b. Two similar works each costing not less than Rs. 12 lacs.

Or c. One similar work costing not less than Rs. 16 lacs. Similar work means - Horticulture works

87

AE-I AE-II EE

ADDITIONAL TERMS & CONDITIONS FOR HORTICUALTURE WORK

1. The day to day maintenance shall be carried out to be the entire satisfaction of the Horticulture-in-charge.

2. Department shall not be responsible for any injury partial or permanent or death of any worker at site due to accident or malfunctioning of the equipment or by negligence of the staff.

3. The department shall be at liberty to discontinue / cancel the contract / agreement by giving one week’s notice without assigning any reason thereof. Decision of Executive Engineer shall be final binding on the contractor for which no claim on any account shall be entertained by the department.

4. Duty time of Malies will be 9.00 AM to 5.00 PM with lunch break. The attendance will be taken by the contractor and will submit to S.O. daily at the beginning of the day. It will be checked by Assistant Engineer at random. The Executive Engineer will check at least once in month.

5. Prevailing minimum wages as notified by the Government subsequently may be retrospective effect, shall be binding to the contractor and labour shall paid at the increased rates w.e.f. the date mentioned in the notification and nothing extra shall be paid on this account.

6. The intending contractors are requested to inspect the site of works to apprise themselves with the areas before quoting their rates. No claim in this respect shall be entertained after award of the work from successful tenderer.

7. The contractor’s or staff engaged shall generally carry out as per instruction of the department officials.

8. The contractor will make his own arrangement for accommodation of labour.

9. T&P and other accessories required for maintenance of Hort. Work will not be issued to the contractor.

10. Weekly rest will be Sunday which can be changed as per requirement and nothing will be paid extra for rest day.

11. The water shall be provided to the contractor free of cost of maintain the garden features.

12. The decision of the Executive Engineer will be final and binding and respect of quality of work performance attendance etc. as per condition of the contract.

13. It shall be the sole responsibility of the contractor to ensure before undertaking the maintenance that the no casualty and deficiency of plants exists at site of work and if otherwise he has to bring the same into the notice of Executive Engineer within three days of taking of the maintenance. Failing which it shall be presumed that there were neither casualties nor deficiency of the plant.

14. In case of any casualty of shrubs and trees, the recovery of Rs. 60/- per shrubs & Rs. 120/- per tree shall be made apart from the contractor has to replace tree/shrubs by another at his own risk and cost. Nothing extra shall be paid for the same in this regard. The decision of the Executive Engineer shall be final and binding in this regard.

88

AE-I AE-II EE

15. It shall be primary responsibility of the contractor to maintain the plant and lawn area in good condition.

16. Recovery at the following rates shall be made for absence of staff from duty on short deployment of the staff.

i. Mali prevailing Government approved minimum wages.

17. The contractor has to employ a technical supervisor as directed by officer-in-charge for overall supervision of works carried out during the maintenance period for which no extra will be paid by the department.

18. If any labour is required on holiday/rest day, the same will be provided by the contractor in lieu of compensatory holiday will be given by the contractor to the labour and nothing will be paid extra.

19. Nos. of workers shall be deployed as per approved norms/yard stick.

20. The Sweeping work shall be done as per specification/direction of officer-in-charge.

21. If the maintenance/sweeping work is not found satisfactory no payment will be made to contractor as the horticulture works need regular sweeping because all area is to be cleaned regularly.

89

AE-I AE-II EE

B.. SPECIAL CONDITIONS 1. The tenderer shall acquaint himself with the proposed site of work, its approach roads,

working space available before quoting his rates.

2. The contractor(s) shall give to the local body, police and other authorities all necessary notices etc. that may be required by law and obtain all requisite licenses for temporary obstructions, enclosures etc. and pay all fee, taxes and charges which may be leviable on account of these operations in executing the contract. He shall make good any damage to the adjoining property whether public or private and shall supply and maintain lights either for illumination or for cautioning the public at night. The contractor(s) shall do the barricading upto 3 m height, wherever required, enclosing the area as per direction of Engineer-in-charge.

3. The Contractor(s) shall take all precautions to avoid accidents by exhibiting necessary caution boards day and night. In case of any accident of labours / contractual staffs the entire responsibility will rest on the part of the contractor and any compensation under such circumstances, if becomes payable, shall be entirely borne by the contractor.

4. Setting Out

4.1 The contractor shall establish, maintain and assume responsibility for grades, lines, levels and bench marks. He shall report any errors or inconsistencies regarding grades, lines, levels, dimensions to the Engineer-in-Charge before commencing work. Commencement of work shall be regarded as the contractor’s acceptance of such grades, lines, levels and dimensions and no claim shall be entertained at a later date for any errors found.

5. If at any time, any error in the respect of setting out appears during the progress of the work, the contractor shall, at his own expense rectify such error if so required, to the satisfaction of the Engineer-in-Charge.

5.1 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.

5.2 The approval by the Engineer-in-Charge of the setting out by the contractor shall not relieve the contractor of any of his responsibilities of any inaccuracy creeping in.

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

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

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

b. Ground and invert levels of all drainage pipes together with locations of all manholes and connections, upto outfall.

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

panels etc.

90

AE-I AE-II EE

7. The rates quoted by the contractor are deemed to be inclusive of site clearance, setting out work, profile, establishment of reference bench mark, spot levels, construction of all safety and protection devices, barriers, earth embankments, preparatory works i/c providing culvert & gates for entry in the campus from road side, all testing of materials, working during monsoon, working at all depths, height and locations etc. unless specified in the schedule of quantities.

8. Unless otherwise provided in the Schedule of quantities vide page 137 to 184, the rates tendered by the contractor shall be all inclusive and shall apply to all heights, lifts, leads and depths of the building and nothing extra shall be payable to him on this account. Payment for centering, shuttering, however, if required to be done for heights greater than 3.5m shall be admissible at rates arrived in accordance with clause 12 of the agreement if not already specified.

9. 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.

10. The contractor shall engage specialized agency for carrying out pile foundation. Before engaging such agency, the contractor shall submit for the approval of Engineer-in-charge, the name of the agency along with their working experience in recent past, etc.

11. The Contractor shall submit for the approval of the Engineer-in-Charge in writing, the names of specialized agencies, of repute along with their technical capability proposed to be engaged by him, works executed by them in recent past, etc. for integral cement based water proofing treatment for sunken floors and on roofs. 10 years Guarantee Bond in prescribed proforma attached vide page 26 must be given by the specialized firm on stamp paper which shall be countersigned by the contractor, in token of his overall responsibility. In addition 10% (ten percent) of the cost of these items would be retained as Guarantee Bond to watch the performance of the work done. If any defect is noticed during the Guarantee period of ten years to be reckoned from the date after the maintenance period prescribed in the contract expires it should be rectified by the contractor within seven days and if not attended to, the same will be got done by another agency at the risk and cost of the contractor. However, this security deposit can be released in full, if bank guarantee of equivalent amount for 10(ten) years is produced and deposited with the department.

12. The proposed work is a prestigious work and quality of work is of paramount importance. Contractor shall have to engage well experienced skilled labour and deploy modern T&P and other equipments to execute the work to provide the desired quality. Many items like stone masonry & stone cladding work, stone flooring & other specialized flooring work, wood work etc. will specifically require engagement of skilled workers having experience particularly in execution of such items.

13. The Contractor shall bear all incidental charges for cartage, storage and safe custody of materials, if any, issued by department as well as to those materials also arranged by the contractor.

14. Any cement slurry added over base surface (or) for continuation of concerting for better bond is deemed to have been built in the items and nothing extra shall be payable or extra cement considered in consumption on this account.

15. The contractor shall give performance test of the entire installation(s) as per the specifications in the presence of the Engineer-in-charge or his authorized representative before the work is finally accepted and nothing extra what-so-ever shall be payable to the contractor for such test.

16. Water tanks, taps, sanitary, water supply & drainage pipes, fittings & accessories should conform to bye-laws of local body/corporation, where CPWD specifications are not available. 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 shall submit for the approval of the Engineer-in-

91

AE-I AE-II EE

Charge, the name of the plumbing agency (along with their working experience in recent past) proposed to be engaged by him.

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

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

19. The contractor shall make his own arrangements for water and for obtaining electric connections if required and make necessary payments directly to the State Govt. departments concerned. Contractor shall get the water tested from laboratory approved by the Engineer-in-charge at regular interval as per the CPWD Specifications 2009. All expenses towards collection of samples, packing, transportation except testing charges etc. shall be borne by the contractor.

20. The contractor shall take all necessary precautions to prevent any nuisance or inconvenience to the owners, tenants or occupiers of adjacent properties and to the public in general and to prevent any damage to such properties from pollutants like smoke, streams and water-ways. The contractor shall make good at his cost and to the satisfaction of the Engineer-in-Charge, any damage to roads, paths, cross drainage works or public or private property whatsoever caused thereon. All waste or superfluous materials shall be carried away by the contractor, without any reservation, entirely to the satisfaction of the Engineer-in-Charge.

21. Utmost care shall be taken to keep the noise level to the barest minimum so that no disturbance as far as possible is caused to the nearby occupants/users of building(s), if any.

22. In the event of any restrictions being imposed by the Security agency, CPWD, Traffic or any other authority having jurisdiction in the area on the working or movement of labour /material, the contractor shall strictly follow such restrictions and nothing extra shall be payable to the contractor on such accounts. The loss of time on these accounts, if any, shall have to be made up by augmenting additional resources whatever required.

23. The contractor shall also construct a sample unit complete in all respects within time specified by the Engineer-in-Charge and this sample unit shall be got approved from the Engineer-in-Charge before mass construction is taken up. No extra claim whatsoever beyond the payments due at agreement rates will be entertained from the contractor on this account.

24. If as per the rules of the local authority, the huts for labour are not to be erected at the site of work by the contractors, the contractors are required to provide such accommodation as is acceptable to local bodies and nothing extra shall be paid on this account.

25. No payment shall be made for any damage caused by rain, snowfall, flood or any other natural calamity, whatsoever during the execution of the work. The contractor shall be fully responsible for any damage to the govt. property and the work for which payment has been advanced to him under the contract and he shall make good the same at his risk and cost. The contractor shall be fully responsible for safety and security of his material, T&P/Machinery brought to the site by him.

92

AE-I AE-II EE

26. The contractor shall construct suitable godowns, yard at the site of work for storing all other materials so as to be safe against damage by sun, rain, damages, fire, theft etc. at his own cost and also employ necessary watch and ward establishment for the purpose at his cost.

27. All materials obtained from contractor shall be got checked by the representative of Engineer-in-Charge on receipt of the same at site before use.

28. Royalty at the prevalent rates shall have to be paid by the contractor on all the boulders, metals, shingle sand and bajri etc. collected by him for the execution of the work, direct to the Revenue authority or authorized agent of the State Government concerned or Central Government.

29. PROGRAMME CHART

i) The Contractor shall prepare an integrated programme chart in Primavera software for the execution of work (Civil as well as E&M services activities), showing clearly all activities from the start of work to completion, with details of manpower, equipment and machinery required for the fulfillment of the programme within the stipulated period or earlier and submit the same for approval to the Engineer-in- Charge within ten days of award of the contract. A recovery of Rs. 5000/- shall be made on per day basis in case of delay in submission of the above programme.

ii) The programme chart should include the following: a. Descriptive note explaining sequence of the various activities. b. Network (PERT / CPM / BAR CHART). c. Programme for procurement of materials by the contractor.

Programme of procurement of machinery / equipments having adequate capacity, commensurate with the quantum of work to be done within the stipulated period, by the contractor. In addition to above, to achieve the progress of Work as per programme, the contractor must bring at site adequate shuttering material required for cement concrete and R.C.C. works etc. for three floors within one month from the date of start of work till the completion of RCC work as per requirement of work. The contractor shall submit shuttering schedule adequate to complete structure work within laid down physical milestone.

iii) 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 or after rescheduling of milestones, the contractor shall produce a revised programme within 7 (seven) days, showing the modifications to the approved programme to ensure timely completion of the work. The modified schedule of programme shall be approved by the Engineer in Charge. A recovery of Rs. 5000/- shall be made on per day basis in case of delay in submission of the modified programme.

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

v) The contractor shall submit the progress report using Primavira software with base

line programme referred above for the work done during previous month to the Engineer-in-charge on or before 5th day of each month failing which a recovery Rs. 5000/- shall be made on per day basis in case of delay in submission of the monthly progress report.

30. If the work is carried out in more than one shift or during night, no claim on this account

shall be entertained. The contractor has to take permission from the police authorities etc. if required, for working during night hours. No claim/hindrance shall be considered and allowed in case work is not allowed to be carried out during night hours.

93

AE-I AE-II EE

31. Existing drains, pipes, cables, over-head wires, sewer lines, water lines and similar services, if any, 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, expenditure incurred in doing so shall be payable to the contractor. The contractor shall work out the cost, get the same approved by Engineer-in-Charge before taking up actual execution. 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.

32. 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(s) is physically taken over by the department. No extra payment shall be made on this account.

33. The contractor shall render all help and assistance in documenting the total sequence of this project by way of photography, slides, audio-video recording, etc. Nothing extra shall be payable to the contractor on this account. However, cost of photographs, slides, audio-videography etc. shall be borne by the department.

34. The rate of items of flooring is inclusive of providing sunken flooring in bathrooms, kitchen etc. and nothing extra on this account is admissible.

35. Malba, rubbish & other waste materials shall be reused at site to the extent possible, as directed by Engineer in Charge or disposed off to recycling agents, if available, and necessary documentations submitted in the prescribed proforma. No deduction on this account shall be made from the contractor.

36. A site laboratory with the minimum equipments as specified in CPWD specifications/in this agreement shall be established, made functional and maintained within one month from the award of work.

37. SAMPLE OF MATERIALS Sample of building materials, fittings and other articles required for execution of work shall be got approved from the Engineer-in-Charge before use in the work. The quality of samples brought by the contractor shall be judged by standards laid down in the relevant BIS specifications. All materials and articles brought by the contractor to the site for use shall conform to the samples approved by the Engineer-in-Charge. The samples shall be preserved till the completion of the work.

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

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

40. Testing of materials:

40.1 The contractor shall procure all the materials in advance so that there is sufficient time for testing, approving of the material and clearance of the same before use in work. 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 the representative of the Engineer-in-charge.

40.2 Samples of various materials required for testing shall be provided free of charge by the contractor. Testing charges shall be borne by the department. However, in case the material does not conform to the relevant codes/specifications, the testing charges shall be borne by the contractor. All other incidental expenditure required to be incurred like for taking out the samples, packing, conveyance, etc. shall be borne by the contractor himself.

94

AE-I AE-II EE

41. Conditions for Cement & Steel: 41.1 Conditions for Cement (Grey Cement).

i) Cement required for the work shall be procured by the contractor.

ii) The contractor shall procure Portland Pozzolana Cement (PPC) [conforming to

IS:1489 (Part-I)], as required in the work, from reputed manufacturers of grey cement having a production capacity of one million tonnes or more per annum, such as Ultra tech, ACC, Lafarge, Konark, J.P.Rewa, Vikram, Shri Cement, Birla Jute & Cement Corporation of India etc. as approved by the Ministry of Industry, Government of India and holding licence to use ISI certification mark for their product whose name shall be got approved from Engineer-in-charge. Supply of cement shall be taken in 50 Kg. bags bearing manufacturer’s name and ISI marking.

iii) Every delivery of cement shall be accompanied by producer’s certificate confirming that the supplied cement conforms to relevant specifications. These certificate should be endorsed to Engineer-in-charge for his record.

iv) For each grade, cement bags shall be stored in two separate godowns, one for tested cement and the other for fresh cement (under testing) constructed by the contractor at his own cost as per sketch given in General Conditions of Contract for CPWD 2014 with weather proof roofs and walls. The actual size of godown shall be as per site requirements and as per the direction of the Engineer in charge and nothing extra shall be paid for the same. The decision of the Engineer-in-charge regarding the capacity required/needed will be final. However, the capacity of each godown shall not be less than 200 bags of cement. Each godown shall be provided with a single door with two locks. The keys of one lock shall remain with CPWD Engineer-in-charge or his authorized person and that of other lock with the authorized agent of the contractor at the site of work so that the cement is issued from godown according to the daily requirement with the knowledge of both the parties. The account of daily receipt and issue of cement shall be maintained in a register in the prescribed Proforma and signed daily by the contractor or his authorized agent in token of its correctness. The contractor shall be responsible for the watch & ward and the safety of the cement godown. The contractor shall facilitate the inspection of the cement godown by the Engineer-in-charge any time. The pages of the register should be machine numbered and each page initialed by the EE. The cement godown and the register are required to be checked by the AE/EE in-charge of the work as mentioned below:- a) At least weekly or fortnightly, respectively in case of works at the

Headquarters of AE/EE and. b) Whenever they visit the site of work in case of works located outside the

Sub-Divisional/Divisional Head Quarters. c) In the case of large concentrated projects like major bridges etc., the EE

should check the cement register at least fortnightly.

v) Samples of cement arranged by the contractor shall be taken by the Engineer-in-charge and got tested in accordance with provisions of relevant BIS codes. In case test results indicate that the cement arranged by the contractor does not conform to the relevant BIS codes, the same shall stand rejected and shall be removed from the site by the contractor at his own cost within a week’s time of written order from the Engineer-in-charge to do so. The cost of tests shall be borne by the contractor/Department in the manner indicated below: a) By the contractor, if the results show that the cement does not conform to

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

relevant BIS Codes.

95

AE-I AE-II EE

vi) PPC (Portland Pozzolana Cement) shall be used in RCC structures in

accordance with the circular issued by the Directorate General of Works vide No.CDO/SE(RR)/Fly Ash (Main)/102 dt.09.04.2009. The use of PPC shall be regulated as per the following conditions stipulated in the circular dt.09.04.2009:- a. IS:456-2000 Code of Practice for Plain and Reinforced Concrete (as

amended upto date) shall be followed in regard to Concrete Mix Portion and its production as under: i) The concrete mix design shall be done as “Design Mix Concrete” as

prescribed in clause-9 of IS 456 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. Minimum M25 grade of concrete shall be used in all structural elements of RCC, both in load bearing and framed structure.

c. 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.

d. 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 manufacture.

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. In environment subjected to aggressive chloride or sulphate attack in particular, use of flyash admixed or PPC based concrete is recommended. In case, where structural concrete is exposed to excessive magnesium sulphate, flyash substitution/content shall be limited to 18% by weight. Special type of cement with low C3A content may also be alternatively used. Durability criteria like minimum binder content and maximum water/binder ratio also need to be given due consideration is such environment.

f. 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. Subject to General Guidelines detailed out as above, PPC manufactured conforming to IS:1489 (Part-I) shall be treated at par with OPC for manufacture of Design Mix Concrete for structural use in RCC.

h. 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.

i. While using PPC for structural concrete work, no further admixing of

flyash shall be permitted.

96

AE-I AE-II EE

vii) The actual issue and consumption of cement on work shall be regulated and proper accounts maintained as provided in clause 10 of the contract. The theoretical consumption of cement shall be worked out as per procedure prescribed in clause 42 of the contract and shall be governed by conditions therein. No payment for excess consumption of cement will be allowed. However for consumption lesser than permissible theoretical variation, a recovery shall be made in accordance with conditions of contract of schedule A to F without prejudice to action for acceptance of work/item of reduced rate or rejection, as the case may be.

viii) For non-schedule items, the decision of the Superintending Engineer or successor thereof regarding theoretical quantity of cement which should have been actually used shall be final and binding on the contractor.

ix) Cement brought to site and cement remaining unused after completion of

work shall not be removed from site without written permission of the Engineer-in-charge.

x) Damaged cement shall be removed from site immediately by the contractor on receipt of notice in writing from the Engineer-in-charge. If he does not do so within three days of receipt of such notice, the Engineer-in-charge shall get it removed at the cost of the contractor.

xi) Cement should be kept in godowns under double lock and key and its consumption account invariably maintained. Cement register should contain the columns as shown in Appendix-28. (CPWD Works Manual 2014).

41.2 Conditions for Steel.

i) The contractor shall procure TMT bars of Fe 500D grade from primary producers such as SAIL or TISCO or RINL as approved by Ministry of Steel. The TMT bars procured shall conform to manufacture’s specifications and shall meet the provisions of BIS 1786:2008 pertaining to Fe 500D grade of steel as specified in the tender.

ii) 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.

iii) 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.

iv) The steel reinforcement shall be brought to the site in bulk supply of ten tones

or more as decided by the Engineer-in-charge. v) The steel reinforcement shall be stored by the contractor at site of work in

such a way as to prevent distortion and corrosion and nothing extra shall be paid on this account. Bars of different sizes and lengths shall be stored separately to facilitate easy counting and checking.

vi) For checking nominal mass, tensile strength, bend test, re-bend test etc.

specimen of sufficient length shall be cut from each size of the bar at random at frequency not less than that specified below:

97

AE-I AE-II EE

Size of bar For consignment below 100 tonnes

For consignment above 100 tonnes

Under 10mm dia. Bars

One sample for each 25 tonnes or part thereof

One sample for each 40 tonnes or part thereof

10mm to16mm dia bars

One sample for each 35 tonnes or part thereof

One sample for each 45 tonnes or part thereof

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

One sample for each 50 tonnes or part thereof

vii) The contractor shall supply free of charge the steel required for testing. The

cost of tests shall be borne by the contractor/Department in the manner indicated below: a. By the contractor, if the results show that the steel does not conform to

relevant BIS codes.

b. By the Department, if the results show that the steel conforms to relevant BIS codes.

viii) The actual issue and consumption of steel on work shall be regulated and

proper accounts maintained as provided in clause 10 of the contract. The theoretical consumption of steel shall be worked out as procedure prescribed in clause 42 of the contract and shall be governed by conditions laid therein. In case the consumption is less than theoretical consumption including permissible variations recovery at the rate so prescribed shall be made. In case of excess consumption no adjustment need to be made.

ix) The standard sectional weights referred to shall be as given in Table 5.4 in para 5.3.4 in CPWD specifications 2009 Vol. 1 and will be considered for conversion of length of various sizes of TMT bars in to standard weight. Record of actual sectional weights shall also be kept dia wise and lot wise. The average sectional weight for each diameter shall be arrived at from samples from each lot of steel received at site. The decision of the Engineer in charge shall be final for the procedure to be followed for determining the average sectional weight of each lot. Quantity of each diameter of steel received at site of work each day will constitute one single lot for the purpose. The weight of steel by conversion of length of various sizes of bars based on the actual weighted average sectional weight shall be termed as Derived Actual Weight.

a. If the derived weight is less than the standard weight, then the Derived

Actual Weight shall be taken for payment.

b. If the derived actual weight is found more than the standard weight, then standard weight as worked out above shall be taken for payment and nothing shall be paid extra for the difference in Derived Actual Weight and standard weight.

x) Steel brought to site and steel remaining unused shall not be removed from

site without the written permission of the Engineer-in-charge.

xi) In case contractor is permitted to use TMT reinforcement bars procured from secondary producers then:

a) The base price of TMT reinforcement bars as stipulated under

schedule ‘F’ shall be reduced by ` …… Per MT.

b) The rate of providing & laying TMT reinforcement bars as quoted by the contractor in the tender shall also be reduced by ` …… per kg. (the rate of reduction shall be same as xi (a) above converted to per kg plus Contractor’s Profit and Over Heads as applicable) (currently 15%)

98

AE-I AE-II EE

42. The following procedure should be followed in case of removal of rejected/sub-standard

materials from the site of work. (i) Whenever any material brought by the contractor to the site of work is rejected, entry

thereof should invariably be made in the site order book under the signature of the AE/AEE giving approximate quantity of such materials.

(ii) 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, 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.

43. 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.

99

AE-I AE-II EE

44. Requirement of GRIHA Rating of Integrated Habitat Assessment (GRIHA)

44.1 The building is proposed for obtaining at least 3 Star GRIHA rating. To secure GRIHA

rating the contractor shall appoint/engage consultant/ consultancies to provide technical guidance and supervise the work for obtaining GRIHA rating pertaining to the criterion related to the execution of work. Further the contractor shall prepare scheme for the approval of Engineer-in-charge for obtaining GRIHA rating in the criterions relevant to the execution of work.

44.2 The following guideline provides the general concept of green, green building rating and the expectations from each one of those involved in this project: All materials and systems used in the project are intended to maximize energy efficiency for operation of Project throughout service life (substantial completion to ultimate disposition – reuse, recycling, or demolition) with an emphasis on top quality. Materials and systems are to maximize environmentally-benign construction techniques, including construction waste recycle, reusable delivery packaging, and reusability of selected materials. All vendors / contractors must adhere to best practices related to Green Buildings. Other than the particular specifications / methodologies for green buildings outlined here, all vendors / contractors will be furnished with a supplementary set of guidelines more specific to their nature of service/product. GREEN BUILDING PRACTICES:

44.2.1 Ensure healthy indoor air quality in final Project. 44.2.2 Maximize use of products with low embodied energy (harvesting, mining,

manufacturing, transport, installation, use, operations, recycling and disposal). Exceptions might include materials that result in net energy conservation during their useful life in building and building’s life cycle.

44.2.2.1 Where possible, select materials harvested and manufactured regionally,

within a 800-km radius of the project site.

44.2.2.2 Maximize use of durable products.

44.2.2.3 Maximize use of products easy to maintain, repair, and that can be cleaned using non-toxic substances.

44.2.2.4 Maximize recycled content in materials, products, and systems.

44.2.2.5 Maximize use of reusable and recyclable packaging.

44.2.2.6 Where possible and feasible, provide for non-destructive removal and re-use

of materials after their service life in this building.

44.2.2.7 Re-use existing building materials to extent feasible within design concept expressed in Contract Documents. Provide materials that utilize recycled content to maximum degree possible without being detrimental to product performance or indoor air quality.

44.2.3 Use construction practices such as material waste reduction and dimensional

planning that maximize efficient use of resources and materials.

44.2.4 Provide or contribute to O&M Manuals wherever applicable. 44.2.5 Be conversant with the Site Waste Management Program Manual and actively

contribute to its compilation. Assist the Engineer-in-Charge by estimating the nature and volume of waste generated by the process/installation in question.

100

AE-I AE-II EE

44.2.6 Minimize pollution: Select materials that generate least amount of pollution during mining, manufacturing, transport, installation, use, and disposal.

44.2.6.1 Avoid materials that emit greenhouse gases

44.2.6.2 Avoid materials that require energy intensive extraction, manufacturing,

processing, transport, installation, maintenance, or removal.

44.2.6.3 Avoid materials that contain ozone-depleting chemicals (e.g. CFCs or HCFCs).

44.2.6.4 Avoid materials that emit potentially harmful volatile organic chemicals

(VOCs).

44.2.6.5 Employ construction practices that minimize dust production and combustible by-products.

44.2.6.6 Avoid materials that can leach harmful chemicals into ground water; do not

allow potentially harmful chemicals to enter sewers or storm drains.

44.2.6.7 Protect soil against erosion by wind or storm-water and topsoil depletion.

44.2.6.8 Minimize noise generation during construction; screen mechanical equipment to block noise.

44.2.6.9 Select materials that can be reused or recycled and materials with

significant percentage of recycled content; conform with or exceed specified Project recycled content percentages for individual materials; avoid materials difficult to recycle.

Protect natural habitats; restore natural habitats where feasible within scope of Project.

101

AE-I AE-II EE

CONDITIONS OF CONTRACT SPECIFIC TO GREEN BUILDING PRACTICES

45.0 The contractor shall strictly adhere to the following conditions as part of his contractual

obligations as the project is targeted to get GRIHA certification:

45.1 SITE 45.1.1 The contractor shall ensure that adequate measures are taken for the prevention

of erosion of the top soil during the construction phase. The contractor shall implement the Erosion and Sedimentation Control Plan (ESCP) provided to him by the Project Manager as part of the larger Construction Management Plan (CMP). The contractor shall obtain the Erosion and Sedimentation Control Plan (ESCP) Guidelines from the Landscape Architect and then prepare “working plan” for the following month’s activities as a CAD drawing showing the construction management, staging & ESCP. At no time soil should be allowed to erode away from the site and sediments should be trapped where necessary.

45.1.2 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 architects / landscape consultant / green building consultant before any excavation. Top soil should be stripped to a depth of approximately 20 cm (centimeters) from the areas to be disturbed, for example proposed area for buildings, roads, paved areas, external services and area required for construction activities etc. It shall be stockpiled within the campus area only to a maximum height of 40 cm in designated areas, covered or stabilized with temporary seeding for erosion prevention. The excavation, loading, unloading, stacking and cartage shall be paid separately. This stockpiled soil in the end shall be reapplied to site during plantation of the proposed vegetation. The excavation, loading, unloading and filling including cartage shall again be paid separately Top soil shall be separated from subsoil, debris and stones larger than 50 mm (millimetre) diameter.

45.1.3 The contractor shall carry out the recommendations of the soil test report for improving the soil under the guidance of the landscape consultant who would also advise on the timing of application of fertilizers and warn about excessive nutrient levels.

45.1.4 The contactor shall carry out post-construction placement of topsoil or other suitable plant material over disturbed lands to provide suitable soil medium for vegetative growth. Prior to spreading the topsoil, the sub-grade shall be loosened to a depth of 50mm to permit bonding. Topsoil shall be spread uniformly at a minimum compacted depth of 50mm on grade 1:3 or steeper slopes, a minimum depth of 100mm on shallower slopes. A depth of 300mm is preferred on relatively flatter land.

45.1.5 The Contractor should follow the construction plan as proposed by the architect / landscape consultant 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.

45.1.6 The barricading by sheets of the construction area shall be done as per direction of Engineer in Charge to the required height and perimeter which shall be payable extra to the contractor.

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

102

AE-I AE-II EE

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

45.1.9 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 landscape architect/architect/engineer-in-charge

45.1.10 Contractor shall reduce pollution and land development impacts from automobiles use during construction.

45.1.11 Overloading of trucks is unlawful and creates and 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.

45.2 CONSTRUCTION PHASE AND WORKER FACILITIES

45.2.1 The contractor shall specify and limit construction activity in pre-planned/designated areas and shall start construction work after securing the approval for the same from the Project Manager. This shall include areas of construction, storage of materials, and material and personnel movement.

45.2.2 Preserve and Protect Landscape during Construction

45.2.3 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.

45.2.4 The contractor shall take steps to protect trees or saplings identified for preservation within the construction site have to be protected using tree guards as per Engineer in charge. Nothing extra shall be payable on this account.

45.2.5 The contractor shall conserve existing natural areas and restore damaged areas to provide habitat and promote biodiversity. Contractor should limit all construction activity within the specified area as per the Construction Management Plan (CMP) proposed by the architect / Landscape consultant. All the existing trees should be preserved, if not possible than compensate the loss by re-planting trees in the proportion of 1:3.

45.2.6 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.

45.2.7 Maintenance activities shall be performed as needed to ensure that the vegetation remains healthy. The preserved vegetated area shall be inspected by the Landscape Architect / Architect / Engineer-in-charge at regular intervals so that they remain undisturbed. The date of inspection, type of maintenance or restorative action followed shall be recorded in the logbook.

103

AE-I AE-II EE

45.2.8 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-vide policy of “Nothing leaves the Site” should be followed. In such a case when strictly followed, care would automatically be taken in ordering and timing of materials such that excess doesn’t become “waste”. The Contractor’s ingenuity is especially called towards meeting GRIHA LD requirement. Consider recycling cardboard, metal, brick, acoustical tile, concrete, plastic, clean wood, glass, gypsum wallboard, carpet and insulation. Designate a specific area(s) on the construction site for segregated or collection of recyclable material, and track recycling efforts throughout the construction process. Identify construction haulers and recyclers to handle the designated materials. Note that diversion may include donation of materials to charitable organizations and salvage of materials on-site.

45.2.9 Contractor shall collect all construction waste generated on site. Segregate these wastes based on their utility and examine means of sending such waste to manufacturing units which use them as raw material or other site which require it for specific purpose. Typical construction debris could be broken bricks, steel bars, broken tiles, spilled concrete and mortar etc.

45.2.10 The contractor shall comply with the safety procedures, norms and guidelines (as applicable) as outlined in the document Part 7. Constructional practices and safety, 2005, National Building code of India, Bureau of Indian Standards which has safety measures for different construction activities.

45.2.11 The contractor shall provide clean drinking water for all workers.

45.2.12 The contractor shall provide the minimum level of sanitation and safety facilities for the workers at site. The contractor shall ensure cleanliness of workplace with regard to the disposal of waste and effluent; provide clean drinking water and latrines and urinals as per applicable standard. Adequate toilet facilities shall be provided for the workman within easy access of their place of work. The total no. to be provided shall not be less than 1 per 30 employs 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.

45.2.13 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: a) Clear vegetation only from areas where work will start right away. b) Vegetate / mulch areas where vehicles do not ply. c) Apply gravel / landscaping rock to the areas where mulching / paving is

impractical d) 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%

e) 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

104

AE-I AE-II EE

nearby to ensure that spray nozzles don’t get plugged. Water spraying can be done on:

• Any dusty materials before transferring, loading and unloading • Area where demolition work is being carried out • Any un-paved main haul road • Areas where excavation or earth moving activities are to be carried

out f) The contractor shall ensure that the speed of vehicles within the site is

limited to 10 km/hr.

g) All material storages should be adequately covered and contained so that they are not exposed to situations where winds on site could lead to dust / particulate emissions.

h) Spills of dirt or dusty materials will be cleaned up promptly so the spilled material does not become a source of fugitive dust and also to prevent of seepage of pollutant laden water into the ground aquifers. When cleaning up the spill, ensure that the clean-up process does not generate additional dust. Similarly, spilled concrete slurries or liquid wastes should be contained / cleaned up immediately before they can infiltrate into the soil / ground or runoff in nearby areas

i) Provide hoardings of not less than 3m high along the site boundary, next to a road or other public area

j) Provide dust screens, sheeting or netting to scaffold along the perimeter of the building

k) Cover stockpiles of dusty material with impervious sheeting

l) Cover dusty load on vehicles by impervious sheeting before they leave the site

45.2.14 Contractor shall be required to provide an easily accessible area that serves the

entire building and is dedicated to the separation, collection and storage of materials for recycling including (at a minimum) paper, corrugated cardboard, glass, plastics, and metals. He shall coordinate the size and functionality of the recycling areas with the anticipated collections services for glass, plastic, office paper, newspaper, cardboard, and organic wastes to maximize the effectiveness of the dedicated areas. Consider employing cardboard balers, aluminum can crushers, recycling chutes, and collection bins at individual workstations to further enhance the recycling program.

45.2.15 The contractor shall ensure that no construction leach ate (Ex: cement slurry), 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).

45.2.16 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.

105

AE-I AE-II EE

45.2.17 Comply with the safety procedures, norms and guidelines (as applicable) as outlined in the document Part 7 _Constructional practices and safety, 2005, National Building code of India, Bureau of Indian Standards. A copy of all pertinent regulations and notices concerning accidents, injury and first-aid shall be prominently exhibited at the work site. Depending upon the scope & nature of work, a person qualified in first-aid shall be available at work site to render and direct first-aid to causalities. A telephone may be provided to first-aid assistant with telephone numbers of the hospitals displayed. Complete reports of all accidents and action taken thereon shall be forwarded to the competent authorities.

45.2.18 Adopt additional best practices, prescribed norms as in Doc No. CED 46(6086), July 2003: Draft National Building Code of India: Part 7 Constructional practices and safety, issued by Bureau of Indian Standards

45.2.19 The storage of material shall be as per standard good practices as specified in Part 7, Section 2 – Storage, Stacking and Handling practices, NBC 2005 and shall be to the satisfaction of the Project Manager 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. The Owner shall not take any responsibility on any account.

45.2.20 The contractor shall ensure the following activities for construction workers safety, among other measures: a) Guarding all parts of dangerous machinery. b) Precautionary signs for working on machinery c) Maintaining hoists and lifts, lifting machines, chains, ropes, and other

lifting tackles in good condition. d) Durable and reusable formwork systems to replace timber formwork and

ensure that formwork where used is properly maintained. e) Ensuring that walking surfaces or boards at height are of sound

construction and are provided with safety rails or belts. f) Provide protective equipment; helmets etc. g) Provide measures to prevent fires. Fire extinguishers and buckets of sand

to be provided in the fire-prone area and elsewhere. h) Provide sufficient and suitable light for working during night time.

45.2.21 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.

45.2.22 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.

45.2.23 Contractor shall collect the relevant material certificates for materials with high recycled (both post-industrial and post-consumer) content.

45.2.24 Contractor shall collect the relevant material certificates for rapidly renewable materials such as bamboo, wool, cotton insulation, agrifiber, linoleum, wheat board, strawboard and cork.

45.2.25 Contractor shall adopt an IAQ (Indoor Air Quality) management plan to protect the HVAC system during construction, control pollutant sources, and interrupt

106

AE-I AE-II EE

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. Testing charges for ascertaining air quality or noise pollution shall be paid by the department.

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

45.2.27 Contractor shall make efforts to reduce the quantity of indoor air contaminants that are odorous or potentially irritating harmful to the comfort and well-being of installer and building occupants. Contractor shall ensure that the VOC (Volatile Organic Compounds) content of paints, coatings and primers used must not exceed the VOC content limits mentioned below:

Paints Non-flat - 150 g/L Flat (Mat) - 50 g/L Anti corrosive/ anti rust - 250 g/L Coatings / Clear wood finishes Varnish - 350 g/L Lacquer - 550 g/L Floor coatings - 100 g/L Stains - 250 g/L Sealers Waterproofing sealer - 250 g/L Sanding sealer - 275 g/L Other sealers - 200 g/L The VOC (Volatile Organic Compounds) content of adhesives and sealants used must be less than VOC content limits mentioned:

Architectural Applications VOC Limit(g/l less water) Indoor Carpet adhesives - 50 Pad Adhesives - 50 Wood Flooring Adhesive - 100 Floor Adhesives - 60 Sub Floor Adhesives - 50 Ceramic Tile Adhesives - 65 VCT and Asphalt Tile adhesives - 50 Dry Wall and Panel Adhesives - 50 Structural Glazing Adhesives - 100 Multipurpose Construction Adhesives - 70

Substrate Specific Application VOC Limit (g/l less water)Metal to Metal - 30 Plastic Foams - 50 Porous material (except wood) - 50 Wood - 30 Fiber Glass – 80

45.2.28 Wherever required, Contractor shall meet and carry out documentation of all activities on site, supplementation of information, and submittals in accordance with GRIHA LD program standards and guidelines. Towards meeting the aforementioned building environmental rating standard(s) expert assistance shall be provided to him up on request.

45.2.29 Contractor shall provide quantities, manufacturers data, O&M manuals, and Certificates required from manufacturer in accordance with GRIHA LD program requirement for all equipments and materials.

45.2.30 Water Use during Construction Contractor should spray curing water on concrete structure and shall not allow free flow of water. After liberal curing on the first day, all the concrete structures should be painted with curing chemical to save water which shall be paid separately. Areas on which the curing compound is to be used shall be decided by

107

AE-I AE-II EE

Engineer-in-Charge (as on some areas water may also be used for curing) for water curing nothing shall be paid extra. 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.

45.2.31 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 in the campus else where and nothing extra shall be paid for cartrage within the campus 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. Debries shall be disposed in the campus within a lead of 2 kms. by digging a well and properly covering the same with soil. Nothing extra shall be paid for this.

45.3 MATERIALS & FIXTURES FOR THE PROJECT 45.3.1 All materials sourced specifically for construction at this project, shall be strictly

sourced from a distance of 1000 km radius from the project site. Contractor shall collect the relevant material certificates to prove the same. a) Any material that is to be sourced from outside the prescribed radius shall

be done after securing the necessary approval from the Project Manager. b) All cement used at site for reinforced concrete, precast members, mortar,

plaster, building blocks, etc shall be PPC (Portland Pozzolana Cement). The PPC must meet the requirements of IS 1489: 1991.

c) As a measure to reduce wastage and water consumption during construction, the contractor shall source or set up the infrastructure for a batch mix concrete.

d) The contractor has to comply as per MoEF issued notification 8.0.763(E) dated 14th Sept.1999 containing directive for greater fly ash utilization, where it stipulates.

e) 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 Architects and the Project Manager before the application of any such material.

f) All plumbing and sanitary fixtures installed shall be as per the prescription of the Engineer-in-Charge and shall adhere to the minimum LPM and LPF mentioned.

g) The contractor shall employ 100% zero ODP (ozone depletion potential) insulation; HCFC (hydro-chlorofluorocarbon)/ and CFC (chlorofluorocarbon) free HVAC and refrigeration equipments and/halon-free fire suppression and fire extinguishing systems.

h) The contractor shall ensure that all composite wood products/agro-fibre products used for cabinet work, etc do not contain any added urea formaldehyde resin.

45.4 RESOURCES CONSUMED DURING CONSTRUCTION

a) The contractor shall ensure that the least amount of water and electricity is wasted during construction. The Project Manager can bring to the attention any such wastage and the contractor will have to ensure that such bad practices are corrected.

b) The contractor shall install necessary meters and measuring devices to record the consumption of water, electricity and diesel on a monthly basis for the entire tenure of the project.

c) The contractor shall ensure that all run-off water from the site, during construction is collected and reused to the maximum.

108

AE-I AE-II EE

d) The contractor shall use treated recycled water of appropriate quality standards for construction, if available.

e) No lights shall be turned on during the period between 6:00 AM to 6:00 PM, without the permission of the Project Manager.

f) The contractor is encouraged to use bio-diesel in place of petroleum diesel for the running of generators during construction.

45.5 CONSTRUCTION WASTE a) Contractor shall ensure that wastage of construction material is kept to a

maximum of 3%. b) 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.

c) All construction debris shall be used for road preparation, back filling, etc, as per the instructions of the Architects and the Project Manager, with necessary activities of sorting, crushing, etc. and surplus shall be disposed of in a well after digging a well for this purpose and suitably covered with soil within the 2 kms. lead in the campus. Nothing extra shall be paid for this.

d) No construction debris shall be taken away from the site, without the prior approval of the Project Manager.

e) The contractor shall recycle the unused chemical/hazardous wastes such as oil, paint, batteries, and asbestos.

f) If and when construction debris is taken out of the site, after prior permissions from the Project Manager, then the contractor shall ensure the safe disposal of all wastes and will only dispose of any such construction waste in approved dumping sites.

g) Inert waste to be disposed off by Municipal Corporation/ local bodies at landfill sites.

h) The facility for cleaning the tyres of trucks/ dumpers carting the material shall be provided at the entry points and sedimentation trap shall be made. Nothing shall be extra payable on this account.

45.6 Documentation

a) The contractor shall, during the entire tenure of the construction phase, submit the following records to the Project Manager on a monthly basis: i) Water consumption in litres ii) Electricity consumption in ‘kwh’ units iii) Diesel consumption in litres iv) Quantum of waste generated at site and the segregated waste types

divided into inert, chemical and hazardous wastes. v) Digital photo documentation to demonstrate compliance of safety

guidelines as specified here and in the Appendix on Safety Conditions.

b) The contractor shall, during the entire tenure of the construction phase, submit the following records to the Project Manager on a weekly basis: i) Quantities of material brought into the site, including the material

issued to the contractor by the client. ii) Quantities of construction debris (if at all) taken out of the site iii) Digital photographs of the works at site, the workers facilities, the

waste and other material storage yards, pre-fabrication and block making works, etc as guided by the Project Manager

c) The contractor shall submit one document after construction of the buildings, a brief description along with photographic records to show that other areas have not been disrupted during construction. The document should also include brief explanation and photographic records to show erosion and sedimentation control measures adopted. (Document CAD drawing showing site plan details of existing vegetation, existing buildings, existing slopes and site drainage pattern, staging and spill prevention measures, erosion and sedimentation control measures and measures adopted for top soil preservation during construction.

109

AE-I AE-II EE

d) The contractor shall submit to the Project Manager after construction of the

buildings, a detailed as built quantification of the following:

i) Total materials used, ii) Total top soil stacked and total reused iii) Total earth excavated, iv) Total waste generated, v) Total waste reused, vi) Total water used, vii) Total electricity, and viii) Total diesel consumed.

e) The contractor shall submit to the Project Manager, As built drawings after

construction of the buildings as detailed. f) The contractor shall submit to the Project Manager, 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.

g) The contractor shall submit to the Project Manger, a detailed narrative (not more than 250 words) on provision for safe drinking water and sanitation facility for construction workers and site personnel.

h) Provide supporting document from the manufacturer of the cement

specifying the fly-ash content in PPC used in reinforced concrete/ in other works.

i) Provide supporting document from the manufacturer of the pre-cast building

blocks specifying the fly ash content of the blocks used in an infill wall system.

j) The contractor shall, at the end of construction of the buildings, submit to

the Project Manager, submit following information, for all material brought to site for construction purposes, including manufacturer’s certifications, verifying information, and test data, where Specifications sections require data relating to environmental issues including but not limited to: i) Source of products: Supplier details and location of the supplier. ii) Project Recyclability: Submit information to assist Owner and

Contractor in recycling materials involved in shipping, handling, and delivery, and for temporary materials necessary for installation of products.

iii) Recycled Content: Submit information regarding product post industrial recycled and post consumer recycled content. Use the “Recycled Content Certification Form”, to be provided by the Commissioning Authority appointed for the Project.

iv) Product Recyclability: Submit information regarding product and product’s component’s recyclability including potential sources accepting recyclable materials.

v) Provide certification for all wood products provided by a Forest Stewardship Council (FSC - or equivalent organization) accredited certifier.

vi) Provide final certification of well-managed forest of origin to provide final documentation of certified sustainably harvested status: Acceptable wood “certified sustainably harvested” certifications shall include:

110

AE-I AE-II EE

a) Wood suppliers’ certificate issued by one of the Forest Stewardship Council-accredited certifying agencies;

b) Suppliers’ invoice detailing the quantities of certified wood products for project;

c) Letter from one of a certifying agency corroborating that the products on the wood supplier’s invoice originate from certified well-managed forests. i) Clean tech: Provide pollution clearance certificates from all

manufacturers of materials ii) Indoor Air quality and Environmental Issues: Submit emission test data,

sourced from the manufacturers, produced by acceptable testing laboratory listed in Quality Assurance Article for materials as required in each specific Specification section.

a) Certifications from manufacturers of Low VOC paints, adhesives, sealant and polishes used at this particular project site.

b) Certification from manufacturers of composite wood products/agro fibre products on the absence of added urea formaldehyde resin in the products supplied to them to this particular site.

c) Submit environmental and pollution clearance certificates for all diesel generators installed as part of this project.

d) Provide total support to the Architects / Project Manager / Green Building Consultants appointed by the owner in completing all Green Building Rating related formalities, including signing of forms, providing signed letters in the contractor’s letterhead.

45.6.1 EQUIPMENT

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

b) All lighting installed by the contractor around the site and at the labour quarters during construction shall be CFL bulbs of the appropriate illumination levels. This condition is a must, unless specifically prescribed. The contractor is expected to go through all other conditions of the GRIHA LD rating stipulations, which can be provided to him by the architects. Failure to adhere to any of the above mentioned items, without necessary clearances from the Project Manager, shall be deemed as a violation of contract and the contractor shall be held liable for penalty as determined by the Project Manager.

111

AE-I AE-II EE

46.0 MINIMUM QUALITY ASSURANCE PLAN (CIVIL WORK)

46.1 FIELD LABORATORY

Contractor shall establish a laboratory at site of work at his own cost within a period of 20 days after the date of issue of letter of commencement of work. The laboratory shall be equipped, inter alia, with the equipment mentioned in Schedule F of work. In case of non compliance or delay in compliance in this a recovery of Rs. 500/- (Rs. five hundred only) per day shall be imposed and recovered from the immediate next running account bill of the contractor.

The Contractor shall submit, within 20 days after the date of issue of letter of commencement of work, a detailed and complete method statement for the execution, testing and Quality Assurance, of such items of works, as directed by the Engineer-in-Charge. All the materials to be used in the work, to give the finished work complete in all respects, shall comply with the requirements of the specifications and shall pass all the tests required as per specifications as applicable or such specifications / standards as directed by the Engineer-in- Charge. However, keeping the Quality Assurance in mind, the Contractor shall submit, on request from the Engineer-in- Charge, his own Quality Assurance procedures for basic materials and such items, to be followed during the execution of the work, for approval of the Engineer-in-Charge.

All materials and fittings brought by the contractor to the site for use shall conform to the samples approved by the Engineer-in-charge which shall be preserved till the completion of the work. If a particular brand of material is specified in the item of work in Schedule of Quantity, the same shall be used after getting the same approved from Engineer-In-Charge. Wherever brand / quality of material is not specified in the item of work, the contractor shall submit the samples as per list of acceptable brand names given in the tender document / particular specifications for approval of Engineer-In-Charge. For all other items, materials and fittings of ISI Marked shall be used with the approval of Engineer-In-Charge. Wherever ISI Marked material / fittings are not available, the contractor shall submit samples of materials / fittings manufactured by firms of repute conforming to relevant specifications or IS codes and use the same only after getting the approval of Engineer-In-Charge.

46.2 OUTSIDE / INDEPENDENT TESTING

Testing of materials in any Govt. institute/ IITs/ NITs/ Central and State Research Centre / Centrally and State funded laboratories may be allowed by the Engineer-in-charge, if testing facility is not available in the field laboratory. Where testing facilities are not available even in aforesaid laboratories the name of the proposed lab shall be got approved by the Engineer-in-charge

46.3 QUALITY CONTROL TESTS

46.3.1 Field / lab tests shall be carried out to check, control and finally assure the quality of work at every level. Material and finished item shall be subjected to test to achieve the desired quality of work. Where ever necessary required number of test shall be carried out in outside laboratory approved by the Engineer-in-charge. The mandatory test shall be carried out as per the provision of CPWD Specifications 2009 Volume-I & II and relevant IS codes.

46.3.2 The independent test equal to 10% tests or as desired by Engineer-in-charge of the total number of tests performed in field laboratory shall be carried out in out-side laboratories mentioned in para 46.2 above.

46.3.3 Any other test in the opinion of the Engineer-in-Charge required for establishing quality of material or execution of work shall also got carried out by the contractor. Decision of Engineer in Charge shall be final and binding in this respect.

112

AE-I AE-II EE

46.3.4 The contractor shall supply free of charge the materials required for testing including its transportation cost to testing laboratories. The cost of tests carried out shall be borne by the contractor / Department in the manner indicated below: a. By the contractor, if the results show that the material does not conform to

relevant codes / particular specification / manufacturer’s specification. (b) By the Department, if the results show that the material conforms to relevant codes / particular specification / manufacturer’s specification.

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

46.3.6 REMOVAL OF REJECTED/SUB-STANDARD MATERIALS

The following procedure shall be followed for the removal of rejected/sub-standard materials from the site of work: a Whenever any material brought by the contractor to the site of work is

rejected, entry thereof should invariably be made in the Site Order Book under the signature of the Assistant Engineer, giving the approximate quantity of such materials.

b As soon as the material is removed, a certificate to that effect shall be recorded by the Assistant Engineer against the original entry, giving the date of removal and mode of removal, i.e., whether by truck, carts, or by manual labour. If the removal is by truck, the registration number of the truck should be recorded.

c When it is not possible for the Assistant Engineer 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 Assistant Engineer should countersign the certificate recorded by the Junior Engineer.

46.4 Maintenance of register of test i. The register of tests carried out at construction site or in outside

laboratories shall be maintained by the contractor which shall be issued to the contractor by Engineer-in-charge. The contractor shall make a written request for issue of test register clearly stating the name of register.

ii. 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 AE cubes shall be taken by AE jointly with contractor. All the necessary assistance shall be provided by the contractor. Cost of sample materials is to be borne by the contractor and he shall be responsible for safe custody of samples to be tested at site.

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

iv. All the entries in the register will be made by the designated engineering staff of the contractor and same should be regularly reviewed by JE/AE/EE.

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

Submission of copy of test register, material at site register and hindrance register along with each alternate running account bill and final bill shall be mandatory. These registers shall be duly checked by AE(P) in division office and receipts of registers should be acknowledged by accounts officer by signing the copies and

113

AE-I AE-II EE

register to confirm receipt in division office. If the test register and hindrance register is not submitted along with each alternate R/A bill & final bill, it will be responsibility of EE & AAO not to release any payment to the contractor.

46.5 The contractor shall submit a “METHOD STATEMENT” for the approval of Engineer-in-charge within 30 days of the award of the work. Method statement shall be a statement which the construction procedure for important activities of construction like pile work, RCC, Brick Work, Plaster, Flooring, Water proofing, Sanitary work, Door Window work etc. shall be stated, checked and approved. The method statement should have a description of the item with elaborate procedures in steps to implement the same, the specifications of the materials involved, their testing and acceptance criteria, equipment’s to be used, precautions to be taken, mode of measurement

46.6 Approval of source of materials and check lists Approval of source shall be obtained from Engineer-in-charge for availability of good quality materials. Material shall be got approved from Engineer-in-charge on the prescribed check list given below.

a. CEMENT

S. No. Particular Remarks

1 Name and address of the Manufacture/supplier.

2 Information regarding the other ongoing works where the material is being supplied by this supplier.

3 Whether the supplier/ manufacture is among the approved list annexed to agreement.

4 Whether the supplier can supply the material in desired size of the lot as per the site schedule.

5 Whether the material satisfies the test requirement (attached copy of test certificate)

Site Engineer Assistant Engineer For contractor

b. REINFORCEMENT BARS

S. No. Particular Remarks

1 Name and address of the Manufacture/supplier.

2 Information regarding the other ongoing works where the material is being supplied by this supplier.

3 Whether the supplier/ manufacture is among the approved list annexed to agreement.

4 Whether the supplier can supply the material in desired size of the lot as per the site schedule.

5 Whether the material satisfies the test requirement (attached copy of test certificate)

Site Engineer Assistant Engineer For contractor

114

AE-I AE-II EE

Check Lists For Various Items

PART — A

CHECK LIST FOR ITEMS OF FOUNDATION CONCRETE Name of work:………………………………

Name of contractor ………………………

Agreement no. …………………………….

1. Date of inspection Yes/No

2. Location Yes/No

3. Material used for concrete whether tested Yes/No

a. Sand Yes/No

b. Coarse aggregate Yes/No

c. Water Yes/No

d. Admixture, if any Yes/No

4. Raft top level, whether provided as per details Yes/No

5. Architectural/structural drawing correlated Yes/No

6. Whether location of construction joint has been discussed with Executive

Engineer, and he has approved it Yes/No

7. Cleaning over water proofing surface and construction joint done Yes/No

8. CC cover blocks of 60 mm, thickness provided (min 2 in one square metre area) Yes/No

9. Reinforcement placement as per relevant structural drawing checked Yes/No

10. Layout of columns as per relevant structural drawing checked Yes/No

11. Placement of shuttering plates and key board for proper construction joint with

shuttering oil Yes/No

12. Cement slurry applied on construction joint before pouring of concrete Yes/No

13. Trained mason available Yes/No

14. Concreting to start from farthest point to nearest point with respect of weight

batching plant Yes/No

15. Concrete mix has been designed Yes/No

16. Plasticiser being used Yes/No

17. Adequate number of concrete vibrators in working condition available Yes/No

18. Slump checked Yes/No

19. Sample cubes taken Yes/No

20. Signature of Representative of Contractor………….

21. Signature of Junior Engineer ……………………….

22. Signature of Assistant Engineer ……………………

23. Signature of Executive Engineer ……………………

115

AE-I AE-II EE

PART — B

CHECK LIST FOR COLUMNS/BEAMS/SLABS 1. Date of inspection Yes/No

2. Drawing no.

3. Location Yes/No

4. Whether materials used conform to relevant Specifications? Yes/No

a. Sand Yes/No

b. Coarse aggregate Yes/No

c. Water Yes/No

d. Admixture, if any Yes/No

5. Whether structural drawings correlated with architectural drawings? Yes/No

6. Whether the centre line of column/beams checked with reference to grid lines as

per architectural drawings? Yes/No

7. Whether treatment of expansion joint, wherever required, is done? Yes/No

8. Whether cleaning, repairing and approval of shuttering plate, application of

quality shuttering oil is done? Yes/No

9. Whether shuttering is in true plumb and vertical and properly done and

maintained during concreting? Yes/No

10. Whether reinforcement detailing, their placement are as per structural drawings? Yes/No

11. Whether proper gauge binding wire is used and with full cross binding and

tightening of reinforcement bars with stirrups? Yes/No

12. Whether required minimum cover to reinforcement is maintained? Yes/No

13. Whether stainless steel cramps, angle irons for holding stones and any holding

arrangement for electrical/mechanical/fire fighting/other services have been

seen and approved by JE (E)/AE(E)

Yes/No

14. Whether conduits for various electrical/mechanical/fire fighting/other services

have been seen and approved by JE(E)/AE(E)? Yes/No

15. Whether concrete of approved design mix within maximum permissible water-

cement ratio is used? Yes/No

16. Whether admixture of good brand quality approved by Engineer-in- charge is

used? Yes/No

17. Whether technical supervision at batching plant/mixer and at point of

concreting done? Yes/No

18. Whether concreting is placed within initial setting time of mixing? Yes/No

19. Whether proper compaction with vibrator is done? Yes/No

20. Whether the concreting has been done in a lift not exceeding 1.5 m? Yes/No

21. Whether cubes as per requirement filled for testing? Yes/No

22. Signature of Junior Engineer ……………………….

23. Signature of Assistant Engineer ……………………

24. Signature of Executive Engineer ……………………

Post-concreting:

25. Whether shuttering stripped off as per specification, and laitance removed

immediately thereafter? Yes/No

26. Whether proper arrangement of curing and curing period maintained as per

specifications? Yes/No

27. Whether hacking of RCC surface by proper hacking tool for subsequent

plastering/finishing is carried out? Yes/No

28. Signature of Representative of Contractor………….

29. Signature of Junior Engineer ……………………….

30. Signature of Assistant Engineer ……………………

31. Signature of Executive Engineer ……………………

116

AE-I AE-II EE

PART — C

CHECK LIST FOR BRICK WORK 1. Date of inspection Yes/No

2. Drawing no.

3. Location Yes/No

4. Whether materials used conform to relevant Specifications and

whether mandatory tests done? Yes/No

a. Sand Yes/No

b. Coarse aggregate Yes/No

c. Water Yes/No

d. Admixture, if any Yes/No

5. Whether structural drawings co-related with architectural drawings? Yes/No

6. Whether the centre line of brickwork checked with reference to grid

lines as per architectural drawings? Yes/No

7. Whether bricks soaked in water before use for sufficient period? Yes/No

8. Whether queen closers are used at junction of walls? Yes/No

9. Whether brickwork is in true plumb and vertical and all layers truly

horizontal? Yes/No

10. Whether graduated wooden straight edge storey rod being used for

keeping height of brick courses uniform? Yes/No

11. Whether wall height being constructed in a day is being restricted to 1

m height? Yes/No

12. Whether parts of wall left at different levels are raked back at an angle

of 45 degrees or less with the horizontal? (Toothing is not to be

permitted) Yes/No

13. Whether top courses of all plinths, parapets, steps and top of walls

below floor and roof slabs laid with brick on edge? Whether marucona

provided at corners in such brickwork? Yes/No

14. Whether thickness of joints in brickwork is kept 1 cm ± 20%? Yes/No

15. Whether mortar of approved mix within maximum permissible water

cement ratio is used? Yes/No

16. Whether all horizontal and vertical joints are being filled? Yes/No

17. Whether proper arrangement of curing and curing period maintained as

per specification? Yes/No

18. Whether date of work done written? Yes/No

19. Signature of Representative of Contractor………….

20. Signature of Junior Engineer ……………………….

21. Signature of Assistant Engineer ……………………

22. Signature of Executive Engineer ……………………

117

AE-I AE-II EE

PART — D

CHECK LIST FOR PLASTERING 1. Date of inspection Yes/No

2. Drawing no.

3. Location Yes/No

4. Whether materials used conform to relevant Specifications and

whether mandatory tests done? Yes/No

5. Whether surface cleaned of all loose mortar and efflorescence? Yes/No

6. Whether all conduiting and electrical piping done? Yes/No

7. Whether all doors, windows etc. fixed? Yes/No

8. Whether all defects of brickwork/CC/RCC rectified? Yes/No

9. Whether preparation of surface done? Yes/No

10. Whether 2.5 m long aluminum straight edge and plumb bob being used

to check verticality and evenness of surface? Yes/No

11. Whether 15 cm x 15 cm bunda at every 2 m horizontally and vertically

being provided to serve as gauges? Yes/No

12. Whether uniform groove provided at junctions of all plaster and ceiling

plaster? Yes/No

13. Whether mortar of approved mix within maximum permissible water

cement ratio is used? Yes/No

14. Whether proper arrangement of curing and curing period maintained as

per specifications? Yes/No

15. Whether date of work done written? Yes/No

16. Signature of Representative of Contractor………….

17. Signature of Junior Engineer ……………………….

18. Signature of Assistant Engineer ……………………

19. Signature of Executive Engineer ……………………

118

AE-I AE-II EE

PART — E

CHECK LIST FOR Water Supply Lines 1. Date of inspection Yes/No

2. Drawing no.

3. Location Yes/No

4. Whether materials used conform to relevant Specifications and

whether mandatory tests done? Yes/No

5. Whether plumber employed is licensed plumber or not? Yes/No

6. Whether plan for piping system has been prepared and got approved? Yes/No

7. Whether all pipes and fittings are ISI marked? Yes/No

8. Whether a sample system has been prepared and got approved? Yes/No

9. Whether clamps provided at specified spacing? Yes/No

10. Whether pipe lines checked at required pressure before covering? Yes/No

11. Whether weight of flushing pipe checked? Yes/No

12. Whether flushing cistern is ISI marked and internally painted with

bitumastic paint? Yes/No

13. Whether fittings like wash basin, sink pan, cistern, bib cock, stop cock,

wheel valves, etc. are ISI marked? Yes/No

14. Whether PVC water storage tank is ISI marked? If not, whether sample

sent for testing? Yes/No

15. Signature of Representative of Contractor………….

16. Signature of Junior Engineer ……………………….

17. Signature of Assistant Engineer ……………………

18. Signature of Executive Engineer ……………………

119

AE-I AE-II EE

47 THIRD PARTY QUALITY ASSURANCE

In order to achieve a high standard of quality, it shall be required to go for Third Party Quality Assurance. For this purpose, a separate agency shall be appointed by the owner who will carry out independent testing of materials and checking and ensuring overall quality procedures. The contractor shall be required to fully cooperate with agency and facilitate them in taking samples, transportation and examination of various activities including documentation at no extra time and cost to the owner. In case of any adverse findings by the agency, the contractor shall do the needful rectifications at no extra time and cost to the owner. The Engineer-in-charge shall be at liberty for getting quality assurance work done through agencies like IIT Patna, NIT Patna or any other agency approve by PM/GPOA at its own cost. The successful tenderer shall include the provisions of Quality Assurance while framing the proposed methodology for tests.

48 FIELD LABORATORY

All the materials to be used in the work and tested in the laboratory shall comply with the requirements of relevant specification or particular specifications as applicable or such recognized specifications as acceptable to Engineer-in-Charge in terms of this tender.

The testing machines shall be recalibrated periodically as per QAP/QAM and approved by Engineer-in-Charge. The calibration shall be got done from an authorized laboratory approved by Engineer-in-Charge. The site laboratory shall be equipped with the minimum of the items required as per QAP/QAM besides the following items:

LIST OF EQUIPMENTS FOR SITE LABORATORY

Particulars Item Qty.

I. Aggregate testing

1. Set of coarse sieves 30 cm dia (GI Sheet frames) with

aperture size (40 mm, 25 mm, 20 mm, 16 mm, 17.5 mm, 10

mm, 4.75 mm all with lid and pan).

1 Set

a. Motorized sieves shaker for the above sieves. 1 No.

2. Set of fine sieves 30 cm dia (GI Sheet frames) with aperture

size 94.75 mm, 2.36 mm, 1.18 mm, 600mic, 300 mic, 150

mic, 75 mic, all with lid and pan).

1Set

a. Motorized sieves shaker for the above sieves. 1 No.

3. Flakiness & elongation Index Screen. 1 No.

4. Los Angeles Abrasion Testing Machine. 1 No.

5. Bulk Density and voids and Aggregates Cylindrical Metal

measures with capacity (3 ltr, 10 ltr, 15 ltr or 20 ltr).

1 No./each

6. Pycnometer 1000 ml capacity with brass. 1 No.

7. Hot – Air Blower (Hair Dryer). 1 No.

8. Aggregate Impact value apparatus with automatic blow

counter.

1 No.

9. Hot – Plate 1000 to 2000 watts with regulator cum switch. 1 No.

10. Drying pans (Frying Pans). 2 No.

11. China clay dishes with dia 10 cm & 15 cm. 2 No./each

12. Watch glasses for above 10 cm & 15 cm. 2 No./each

13. Sieve Brushes. 2 No.

II. Concrete Testing 1. Concrete cube moulds 15 x 15 x 15 cm. 90 Nos.

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

mm2.

4 Nos.

3. Extra Bottom Plates for 15 cm cube mould. 6 Nos.

4. Standard Vibration Table for cubes. 2 Nos.

5. Compression Testing Machine (ASEW or equivalent0 with

Electricity cum manually operated tamping unit with pressure

guage preferably 30 cm dia., 0.150 tonne in 1 tonne divisions.

Sensitivity 0.5 tonne.

1 No.

120

AE-I AE-II EE

6. Slump Test Apparatus Complete. 3 Nos.

7. Pocket Concrete Penetremeter 0 to 50 kg./ sqcm. 1 No.

8. GI Tray approx 1 m x 1 m with sides 10 cm high for hand

mixing of concrete.

2 Nos.

9. Concrete temperature measuring Thermometer. 2 Nos.

III. Cement Testing 1. Mortar cube moulds 7.07 x 7.07x 7.07 cm. 10 Nos.

Standard Sand Grade I, II & III. 50 kgs/each

Mortar cube vibrator. 1 No.

Vicat needle Apparatus. 1 No.

IV. Weighing equipment Physical balance capacity 200 gms. 1 No.

Dial type spring balance having knob capacity 10 kg reading to ½

kg.

2 Nos.

Counter scale capacity 1 kg & 10 kg. 1 No./each

Weighting platform capacity 100 kg. 1 No.

Iron weights of 5 kg, 2 kg, 500 gm, 200 gm, 100 gm. Brass

weights of 50 gm, 20 gm, 10 gm, 5 gm, 2 gm, 1gm.

2 Nos./each

V. Water Measuring

Equipment

5 ltr, 2 ltr, 1 ltr, ½ ltr. 5 Nos./each

Measuring cylinder capacity 10 ml, 500 ml, 250 ml, 100 ml. 2 Nos./each

Beakers with capacity 500 ml, 200 ml, 50 ml. 2 Nos./each

Wash bottles capacity 500 ml. 2 Nos./each

Thermometers 0-100 degree centigrade. 5 Nos./each

VI. Laboratory Tools 1. Set of Box spanner ratchet. 2 Nos.

2. Hammer 1 lb. 2 Nos.

3. Rubber Hammer 2 Nos.

4. Hacksaw with 6 blades. 1 No.

5. Measuring tape 2 mtr. 2 Nos.

6. Depth guage 20 cm. 2 Nos.

7. Vernier Calliper. 2 Nos.

8. Micrometer screw 25 mm guage. 2 Nos.

Miscellaneous item 1. Showels & Spade. 6 Nos./each

2. Plastic or GI Buckets 15 ltr, 10 ltr & 5 ltr. 3 Nos./each

3. Wheel Barrow. 3 Nos.

The laboratory shall be equipped with the following equipment also:

a. Balances:-

i. 7 kg 10 kg. capacity, semi self-indicating type-accurate to 10 gm. ii. 500 gm capacity, semi self indicating type-accurate to 1 gm. iii. Pan balance type 5 kg – accurate to 10 gm.

b. Oven: - Electrically operated, thermostatically controlled up to 110oC –sensitivity 1oC.

c. Sieves: as per IS: 460

1. IS sieve – 450 mm internal dia of sizes 100 mm, 80 mm, 63 mm, 50 mm, 40 mm, 25 mm, 20 mm, 12.5 mm, 10 mm, 6.3 mm, 4.75 mm complete with lid and pan.

2. IS Sieves – 200 mm internal dia (bras frame) consisting of 2.36 mm, 1.18 mm, 500 microns, 425 microns, 300 microns, 212 microns, 150 microns, 90 microns, 75 microns with lid and pan.

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

121

AE-I AE-II EE

e. Equipment of slump test – slump cone, steel plate, temping rod, steel scale, scoop.

f. Dial gauges 25 mm tr4avel – 0.01 mm / division least count – 2 nos.

g. Graduated measuring cylinders 200 ml capacity – 3 nos.

h. Enamel trays for efflorescence test for bricks:- 300 mm x 250 mm x 40 mm = 2 Nos. Circular plates of 250 mm dia. = 4 Nos.

i. Other instruments like steel tapes – 30 m, vernier calipers, a good quality plumb bob,

spirit level minimum 30 cm long with 3 bubbles for horizontal vertical, wire guage (circular type) disc, foot rule, long nylon thread, magnifying glass, screw driver 30 cms long, ball pin hammer 100 gms, plastic bags for taking samples etc.

j. The equipments not relevant for this work may be exempted by Engineer-in-Charge on the written request of the agency.

k. Any other equipment specified by Engineer-in-Charge.

48.1 OTHER APPROVED LABORATORIES

The tests which cannot be carried out in the field laboratory shall be conducted in the approved external laboratories as detailed below or any other lab approved by Chief Engineer-in-Charge.

1. IIT Patna 2. NIT Patna 3. IIT Delhi 4. National Test House, Kolkata. 5. Shri Ram Institute for Industrial Research (SRI), Delhi 6. CIPET, Hajipur 7. CPWD lab or any other lab approved by Engineer-in-Charge.

The contractor or his authorised representative shall associate in collection, preparation, forwarding and testing of such samples. The cost of such samples shall be borne by the contractor.

The representatives of CPWD Lab shall be at liberty to inspect the testing facilities at site and conduct testing at random in consultation with Engineer-in-Charge. The contractor shall provide all necessary facilities for the purpose.

It is also a term of the agreement that out of tests which can be carried out in field laboratory, minimum 10% of important tests e.g. concrete cube tests, test for cement etc., or the tests as directed by Engineer-in-Charge, shall be got done through agencies/labs as mentioned above. For the all tests, the contractor shall supply free of charge all the materials required for testing and the testing charges shall be borne by the contractor. No extra claims whatsoever on this account shall be admissible.

48.2 UNSUITABLE MATERIALS

If at any stage of execution of work, Engineer-in-Charge finds that the particular materials are not suitable to be used in any component of the work, the Engineer-in-Charge may order retesting of the material from any approved laboratory. The rejected material either after the initial test or after re-testing, as the case may be, shall be immediately removed from the site of work by the contractor at his own cost. In case of default on the part of the contractor in removing rejected materials and any work executed with such unaccepted materials, the Engineer-in-Charge shall be at liberty to have them removed and/or dismantled by other means at the risk and cost of the contractor. In case of retesting of any material, the cost of sample, its conveyance, its testing charges etc. shall be borne by the contractor. No claim whatsoever shall be entertained on the account whether the re-test result confirm the material to be acceptable or to be rejected.

122

AE-I AE-II EE

49. QUALITY ASSURANCE MANUAL

The tables given in Annexure - QA shows the tentative Quality Assurance Plan for testing some typical materials to be used in this work. QAP is given in 4 columns indicating the name of the test, frequency of testing, check level, Referred codes. The levels shown under the check level are defined as below. a. Level 1 indicates the Manufacturer’s Test Certificate (MTC) or the tests performed by the

contractor at his own level before requesting the department for accepting the material for its approval.

b. Level 2 (2A or 2B) indicates the tests to be conducted in order to ensure the suitability of the material being used. Level 2 is classified in two categories i.e. Level 2A for the tests conducted at site laboratory and level 2B for the tests conducted outside the site laboratory as necessary facilities cannot be made available at site.

c. Level 3 indicates the testing of the sensitive material from an independent source equipped with proper controls like temperature, humidity etc. essential for the specific material testing and also equipped with well-qualified staff, from whom an expert opinion can be obtained.

Within the two months of start of work, the contractor shall establish a complete site testing laboratory and arrange all relevant Indian and International codes and standards. The contractor shall depute at least two full time qualified Engineers, exclusively for supervising all the laboratory tests to the satisfaction of Engineer-in-charge. The quoted rates shall include cost of all test material and their tests to be conducted at field laboratory for the purpose of quality assurance. Similarly, for the tests to be carried out by the external laboratories, the contractor shall supply free of charge all the materials required for testing and the testing charges shall be borne by the contractor. Nothing shall be paid on this account. All the testing machines and equipment (including batching plant) shall be calibrated prior to first use and recalibrated periodically as determined by the Engineer-in-charge to detect errors. The calibration certificates/ charts (from an approved laboratory) shall be submitted to the Engineer-in-charge well in advance of execution of work. The moulds for cubes shall be checked at regular interval as decided by Engineer-in-Charge. The contractor or his authorised representative shall associate in collection, preparation forwarding and testing of such samples. In case he or his authorised representative is not present or does not associate himself, the Engineer-in-charge shall do the needful for getting the samples collected and tested, the results of such tests and consequences thereof shall be binding on the contractor. The contractor shall give not less than 7 days notice for all tests in order that the Engineer-in-charge may be present. Two copies of all test certificates shall be supplied by the contractor to the Engineer-in-charge for approval immediately after the completion of the tests. Test certificates shall invariably be supplied to the Engineer-in-charge well in advance before the materials or components are used in the works, unless the Engineer-in-charge directs otherwise. The Engineer-in-Charge shall be free to carry out such additional tests as may be decided by him at his sole discretion, from time to time, in addition to those specified in this document. The Contractor shall provide the samples and labour for collecting the samples. Nothing extra shall be payable to the Contractor for samples or for the collection of the samples. The results of such additional tests and third party inspection shall be binding on the contractor The test under Level 2 shall be conducted at the Site laboratory that shall be established by the Contractor or at any other Standard External Laboratory selected by the Engineer-in-Charge. The Contractor shall transport the samples to the laboratory for which nothing extra shall be payable. In the event of the Contractor failing to arrange transportation of the samples in proper time, the Engineer-in-Charge shall have them transported and recover two times the actual cost from the Contractor's bills. All sampling and testing shall be performed in the presence of Engineer-in-Charge or his authorised representative. Testing may be witnessed by the Contractor or his authorised representative if permitted by the Standard External Laboratory. Whether witnessed by the Contractor or not, the test results shall be binding on the Contractor.

123

AE-I AE-II EE

The Engineer-in-Charge shall have the right at all times to inspect all operations including the sources of materials, procurement, layout and storage of materials, all equipment including the concrete batching and mixing equipment, and the quality control system. Such an inspection shall be arranged and the Engineer-in-Charge's approval obtained prior to starting of the particular item of work. This shall however, not relieve the Contractor of his responsibilities. All materials which do not conform to these specifications shall be rejected and shall be removed from the site immediately. The Engineer-in-Charge shall have the powers to cause the Contractors to purchase and use materials from any particular source, as may in the Engineer-in-Charge's opinion be necessary for the proper execution of work.

124

AE-I AE-II EE

ANNEXURE-QA

TESTING OF MATERIALS

A. CONCRETE WORKS

1. COARSE AGGREGATES

Test Frequency Laboratories Ref. Codes

1. Particle Size and Shape

a) Sieve Analysis

1. At the beginning for approval of

each source and change of source

and for every 45 cum or part

thereof.

1 IS: 383-1970

IS: 2386 (Part I)-

1963

2. Deleterious Materials 1. At the beginning for approval of

each source and change of source.

2. Once in a month

1

2B

IS: 383-1970

IS: 2386 (Part II)-

1963

3. Specified Gravity & bulk

Density

1. At the beginning for approval of

each source and change of source.

2. One for every 40 cum or part

thereof.

1

2A

IS: 383-1970

IS: 2386 (Part-

III)-1963

4. Mechanical Properties

a. Aggregate Crushing

Value 1. At the beginning for approval of

each source and change of source

2. For every 40cum of part thereof

1

2A

IS: 383-1970

IS: 2386 (Part-

IV)-1963

b. Impact Value

c. 10 percent Fines

d. Abrasion Value

1. At the beginning for approval of

each source and change of source

2. For every 40cum of part thereof

1. At the beginning for approval of

each source and change of source

2. For every 40cum of part thereof

1. At the beginning for approval of

each source and change of source

2. For every 40cum of part thereof

1

2A

1

2A

1

2A

5. Surface Moisture Content 1. At the beginning for approval of

each source and change of source.

2. At every change of mix design

3. Every time making the concrete

1

1/2A

2A

IS:383-1970

IS:2386 (Part-III)-

1963

6. Alkali Reactivity 1. At the beginning for approval of

each source and change of source.

2. Once in 3 months

1

2B

IS:383-1970

IS:2386 (Part-

VII)-1963

125

AE-I AE-II EE

2. FINE AGGREAGES

Test Frequency Laboratories Ref. Codes

Particle Sizes 1. At the beginning for

approval of each source and

change of source

2. Every 40cum or part

thereof

1

2A

IS: 383-1970

IS : 2386(PartI) –

1963

Deleterious Materials 1. At the beginning for

approval of each source and

change of source

2. Once in a month

1

2B

IS: 383-1970

IS : 2386(Part II) –

1963

Silt Content 1. At the beginning for

approval of each source and

change of source

2. Once for every 20 cum or

part thereof

1

2A

IS: 383-1970

IS : 2386(Part III) –

1963

Specific Gravity, & Density 1. At the beginning for

approval of each source and

change of source

2. Once for every 20 cum or

part thereof

1

2A

IS: 383-1970

IS : 2386(Part III) –

1963

Water absorption 1. At the beginning for

approval of each source and

change of source

1 IS: 383-1970

IS : 2386(Part V) –

1963

Moisture Content 1. Daily at regular interval 2A

Soundness 1. At the beginning for

approval of each source and

change of source

2. Once in 3 months

1

2B

126

AE-I AE-II EE

3. WATER

Test Frequency Laboratories Ref. Codes Chemical Analysis

a) pH value

b) Chlorides (as CI)

c) Sulphate (as SO3)

1. Once at beginning for approval

of each source and change of

source and thereafter

2. Once in 3 months

3. Chemical test weekly in the

site laboratory with testing kit.

1

2B

2B

IS:456:2000

IS: 3025(Part 24)

IS: 3025(Part 32)

Physical Analysis

a) Suspended matter

b) Organic matter

c) Inorganic matter

1. Once at beginning for approval

of each source and change of

source

2. Once in 3 months

1

2B

IS: 3025(Part 17)

IS: 3025(Part 18)

IS: 3025(Part 18)

127

AE-I AE-II EE

4. CEMENT

Test Frequency Laboratories Ref. Codes 1. Chemical Test

Total Chloride content Ratio of Alumina to that or Iron

Oxide Magnesia % by mass

Total sulphate content

Loss on Ignition

Insoluble Residue

Lime saturation factor

1. At the beginning for

approval of each source

and change of source

2. Once in 3 months

1

2B/3

IS:12269-1987

(for 53 Grade) &

IS : 8112 – 1989

(for 43 Grade)

2. Physical Test

a) Setting Time Initial

Final

b) Soundness

c) Compressive Strength i) At 3 days

ii) At 7 days

iii) At 28 days

d) Fineness

1. At the beginning for

approval of each source

and change of source

2. Once for every lot

3. Once in 3 months

1

2A/2B

3

128

AE-I AE-II EE

5. PLASTICISER (NORMAL AND RETARDING TYPE SUPERPLASTICESER)

Test Frequency Laboratories Ref. Codes 1. Water content percent of control

sample

2. Slump

3. Time of Setting, allowable

deviation from control sample

a) Initial b) Final

4. Compressive strength , % of

Control sample

a) 1 day

b) 3 days

c) 7days

d) 28 days

e) 6 months

f) 1 year 5. Flexural Strenth, % of control

sample

a) 3 days

b) 7 days

c) 28 days 6. Length change, % increase Over

control sample

a) 28 days

b) 6 months

c) 1 year 7. Bleeding, % increase over

control sample.

8. Loss of workability

9. Air content (%) over Control

specimen

10. Uniformity Tests

o Dry Material Content

o Ash content

o Relative Density

o Chlorides ion content

o pH

1. At the beginning for approval

of each source and change of

source(for test at S. No. 1 to

10)

2. Once for every lot (for

S.No.10 only)

1/3

2B

IS:9103-1999

129

AE-I AE-II EE

6. REINFORCING BARS (TMT)

Test Frequency Laboratories Ref. Codes 1. Chemical Tests

a) Carbon

b) Sulphur

c) Phosphorus

d) Sulphur + Phosphorus

2. Physical Test

a) Ultimate Tensile Strength

b) 0.2 % Proof stress

c) Percentage Elongation

d) Bend and Rebend Test

e) Mass per meter run (kg)

1. At the beginning for

approval of each source

and change of source

2. Once for every lot*

3. Once in 3 months for at

least one lot

1. At the beginning for

approval of each source

and change of source

2. Once for every lot*

3. Once in 3 months for at

least one lot

1

2B

3

1

2B

3

IS:1786-1985

The lot shall be defined as under from each source for each dia.

*a). For consignment below 100MT

i. Under 10mm – One sample for each 25 MT or part thereof.

ii. 10mm to 16 mm dia – One sample for each 35 MT or part thereof.

iii. Over 16mm dia – One sample for each 45 MT or part thereof.

**a). For consignment above 100 MT

i. Under 10mm – Once sample for each 40MT or part thereof.

ii. 10mm to 16mm dia – one sample for each 45MT or part thereof.

iii. Over 16mm dia – One sample for each 50MT or part thereof.

130

AE-I AE-II EE

7. BENTONITE

Test Frequency Laboratories Ref. Codes 1. Density

2. Marsh Cone Viscosity

3. pH value

4. Silt content

5. Liquid limit

1. At the beginning for approval

of each source and change of

source

2. Once for every day of Piling

1

2A

MORTH

Specifications for

Road & Bridge

works

131

AE-I AE-II EE

8. GALANISING

Test Frequency Laboratories Ref. Codes 1. Mass of zinc Coating

2. Visual Test

3. Free Bore Test

4. Uniformity of Galvanized

Coating

5. Adhesion Test

One Test per lot

One Test per lot

One Test per lot

One Test per lot

One Test per lot

3

3

3

3

3

IS : 6745:1972

IS : 2629-1985

IS : 2633-1986

IS : 4736-1986

IS : 2629-1985

132

AE-I AE-II EE

9. WATER PROOFING COMPOUND

Test Frequency Laboratories Ref. Codes 1. Permeability

2. Setting Time

3. Compressive Strength

4. Chloride Content

5. Sulphate Content

1. At the beginning for

approval of each

source and change

of source

2. Once in a project

for source

1

2B

IS:2645-1975

133

AE-I AE-II EE

TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF DEFECTS AFTER

COMPLETION IN RESPECT OF ALUMINIUM DOORS, WINDOWS VENTILATORS, STRUCTURAL GLAZING & ALUMINIUM COMPOSITE PANEL WORKS

The agreement made this ___________________ day of __________ Two Thousand and

______________ between _____________________________ son of _____________________ (hereinafter

called the GURANTOR of the one part) and the PRESIDENT OF INDIA (hereinafter called the Government of

the other part.)

WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated

_____________ and made between the GUARANTOR OF THE ONE PART AND the Government of the other

part, whereby the contractor inter alia, undertook to render the work in the said contract recited structurally stable,

leak proof and sound material, workmanship, anodizing, colouring, sealing.

AND WHEREAS THE GURANTOR agreed to give a guarantee to the affect that the said work will

remain structurally stable, leak proof and guaranteed against faulty material and workmanship, defective

anodizing, colouring, sealing and finishing for 2 (Two) 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,

leak proof and guaranteed against faulty material and workmanship, defective anodizing, colouring, sealing and

finishing for two years to be reckoned from the date after the expiry of maintenance period prescribed in the

contract.

The decision of the Engineer-in-charge with regard to nature and cause of defects shall be final.

During this period of guarantee, the guarantor shall make good all defects to the satisfaction of the

Engineer-in-charge at his cost and shall commence the work for such rectification within seven days from the date

of issue of the notice from the Engineer-in-charge calling upon him to rectify the defects failing which the work

shall be got done by the Department by some other contractor at the Guarantor’s risk and cost. 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 or commits breach there under, then the guarantor

will indemnify the principal and his successor against all loss, damage, cost expense or otherwise which may be

incurred by him by reason of any default on the part of the GUARANTOR in performance and observance of this

supplementary agreement. As to the amount of loss and/or damage and/or cost incurred by the Government, the

decision of the Engineer-in-charge will be final and binding on both the parties.

IN WITNESS WHEREOF these presents, have been executed by the obligator __________________ and

_________________________ by _____________________ for and on behalf of the PRESIDENT OF INDIA on

the day, month and year first above written.

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

1. …………………………………………

2. …………………………………………

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY ___________________

________________________________ in the presence of:

1. …………………………………………

2. …………………………………………

134

AE-I AE-II EE

TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF DEFECTS AFTER

COMPLETION IN RESPECT OF WATER SUPPLY AND SANITARY INSTALLATIONS

The agreement made this ___________________ day of __________ Two Thousand and _________

between __________________________________ son of _____________________ (hereinafter called the

GUARANTOR of the one part) and the PRESIDENT OF INDIA (hereinafter called the Government of the other

part.)

WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated

_____________ and made between the GUARANTOR OF THE ONE PART AND the Government of the other

part, whereby the contractor inter alia, undertook to render the work in the said contract recited structurally stable

workmanship, finishing and use of sound materials.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will

remain structurally stable and guaranteed against faulty workmanship, finishing, manufacturing defects of

materials and leakages, etc.

NOW THE GUARANTOR hereby guarantee that work executed by him will remain structurally stable

after expiry of maintenance period prescribed in the contract for the minimum life of 02 (Two) year to be

reckoned from the date after the 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.

IN WITNESS WHEREOF these presents, have been executed by the obligator __________________ and

_________________________ by _____________________ for and on behalf of the PRESIDENT OF INDIA on

the day, month and year first above written.

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

1. …………………………………………

2. …………………………………………

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY ___________________

________________________________ in the presence of:

1. …………………………………………

2. …………………………………………

135

AE-I AE-II EE

LIST OF APPROVED MAKE OF MATERIALS (FOR CIVIL WORKS)

Specification/brands names of materials (Refer materials, whichever are applicable for the scope of work) and finishes approved by the Architect/Engineer-in-charge are listed below. However approved equivalent material and finishes of any other specialized firms may be used, in case it is established that the brands specified below are not available in the market and subject to approval of the alternate brand by the Architect/Engineer-in-charge. (See also condition of contract) 1 POLY-SULPHIDE SEALENT PIDILITE, TUFFSEAL, CHOKSEY, CHEMI

CALS. 2 DAMP PROOF MATERIAL IMPERMO, DURASEAL, ACCO-PROOF. 3 STRUCTURAL STEEL SECTIONS TATA, SAIL, RINL, JINDAL STEEL &

POWER LTD., JSW STEEL LTD. 4 ADMIXTURE FOSROC, SIKKA. 5 WHITE CEMENT J.K. WHITE, BIRLA WHITE 6 WATER PROOFING COMPOUND TAPECRETE, CICO, ACCOPROOF, IMPER

MO. 7 BITUMEN INDIAN OIL, HINDUSTAN PETROLEUM. 8 INJECTION GROUTING PIDILITE( Dr. Fixit) 9 NONMETALIC SURFACE HARDNER MC DERITOP F.H.. 10 LOCKS/LATCH GODREJ, HARRISON, YALE, Plaza,

Goldan. 11 LAMINATES FORMICA, DECOLAM, MERINO. 12 WIRE MESH STERLING ENTERPRISES, TRIMURTY W

ELDED 13 PRELAMINATED PARTICLE BOARD NOVOPAN, KITIAM, ARCHID PLY 14 ADHESIVE PIDILITE, DUNLOP, VAMORGANIC 15 EPOXY MORTAR FOSROC, SIKA. 16 DASH FASTENER HILTI, FISHER, CANON. 17 FLUSH DOOR SHUTTERS

(DECORATIVE/NON DECORATIVE). CENTURY, NATIONAL, GREENPLY, DURO

18 BOARD & PLYWOOD DURO, CENTURY, GREENPLY, KITPLY 19 HYDRAULIC DOOR CLOSER/ FLOOR HARDWYN, GODREJ, DORMA. 20 WOODEN DOOR FITTINGS OF BRU

SHED STEEL B & R., DORMA

21 S.S.STAIRCASE RAILING CONNECT ARCHITECTURAL PRODUCTS PVT. LTD., JINDAL STAINLESS STEEL LTD.

22 FIRE CHECK DOOR ROMA, KUTTY DOOR 23 FIRE CHECK ACCESSORIES CALCIUM FROMTECT 24 SMOKE SEAL STRIP IMPROTED PROMAT/ASTRO FLAME. 25 DOOR CLOSER LOCK IMPROTED PROMAT/ASTRO FLAME,

DORMA 26 PREMIUM ACRYLIC EXTERIOR PAINT

WITH LOW VOC ASIAN, BERGER, NEROLAC, ICI, DULUX

27 CEMENT PRIMER WITH LOW VOC ASIAN, BERGER, NEROLAC, ICI, DULUX 28 ANODISED ALUMINIUM HARDWARE(HE

AVY DUTY HARDIMA, EVERITE, SIGMA (ISI MARKED).

29 TEMPERED GLASS MODI FLOAT & SAINT GOBAIN, ASAHI

30 PLOYSTER POWER COATING SHADES NEROLAC, BERGER, J&N 31 ALUMINIUM SECTIONS HINDALCO, INDALCO, JINDAL. 32 FRICTION STAY HINGES EARL-BIHARI, PULSE. 33 NUTS, BOLTS AND SCREWS, STEEL HETTICH, HEFLE, KUMDAN, PRIYA,

ATUL.

136

AE-I AE-II EE

34 EPDM GASKET HANU/ANAND 35 STRUCTURAL SILICON DOW CORNING/WACKER 36 WEATHER SILICON DOW CORNING/WACKER. 37 ADHESIVE TAPE NORTON. 38 GLAZED CERAMIC TILES JOHNSON, SOMANY, KAJARIA,O

RIENT, BELT CEREMIC. 39 CEMENT CONCRETE TILES/HARDONITE

TILES NITCO, HINDUSTAN, PODDAR, ULTRA TILES, NTS

40 VITRIFIED TILES KAJARIA, JOHNSON (MARBONITE), SOMANY , AGL,

41 TILE ADHESIVE CICO, PIDILITE, FERROUS. 42 CHEQUERED TERRAZO TILES NITCO , BHARAT, PODDAR, ULTRA

TILES 43 CLAY TILES ON ROOF KENJAI , JOHNSON . 44 CC PAVERS NITCO-(ROCKARD), PODDAR, ULTRA

TILES 45 GRASS PAVER UNISTONE, ULTRA TILES 46 WATER-PROOF CEMENT PAINT SNOWCEM, ASIAN. 47 SYNTHETIC ENAMEL PAINT BERGER, NEROLAC, ASIAN, ICI, DULUX 48 PLASTIC EMULSION PAINT ASIAN, BERGER, NEROLAC, ICI, DULUX. 49 VITREOUS CHINA SANITARYWARE PARRYWARE, HINDWARE. 50 FIRECLAY SINK & DRAIN BOARDS PARRYWARE, SUNFIRE. 51 STAINLESS STEEL SINKS NILKANTH, AMC, CORBA. 52 C.P.BRASS FITTINGS JAGUAR, PARKO, MARC, NOVA. 53 SOIL, WASTE & VENT PIPES & FITTINGS

(A) CENTTIFUGAL CAST IRON NECO, HEPCO

54 LA( CI) PIPES RIF, NECO. 55 G.I.PIPES TATA, JINDAL(HISSAR) 56 G.I.FITTINGS (MALLEABLE CAST IRON) UNIK, ZOLOTO. 57 GUNMETAL VALVES LEADER, SANT, ZOLOTO. 58 STONEWARE PIPE & GULLY TRAPS PERFECT, PARRY. 59 R.C.C. PIPES- ( NP-2) LAKSHMI SOOD & SOOD , JAIN & CO. 60 MS PIPES TATA, SAIL, JINDAL, ELECTRO STEEL. 61 C.I.DOUBLE FLANGED SLUICE VALVES. KIRLOSKAR, IVC, BURN. 62 C.I.DOUBLE FLANGED NON-RETURN

VALVES KIRLOSKAR, LEADER

63 C.I.MANHOLES COVERS B.C.RIF 64 UPVC PIPE SUPREME, PRINCE, FINOLEX. 65 COPPER TUBES/PIPES RAJCO, MAX FLOW ABC. 66 COPPER FITTINGS YORKSHINE, IBP, BCONEX. 67 BALL VALVES ZOLOTO, IBP, ARCO. 68 BUTTERPLY VALVES AUDCO 69 UNGLAZED VITRIFIED TILES JOHNSON- (ENDURA), SOMANY –

(DURA STONE), REGENCY- (TILES)

70 SPIDER FITTINGS DORMA, SEVAX. 71 MINERAL FIBRE FALSE CEILING ARMASTRONG OR EQUIVALENT AS

FOR RELEVANT IS: CODE.

72 LIGHT WEIGHT CALCIUM SILICATE FALSE CEILING

AEROLITE OR EQUIVALENT AS PER RELEVANT IS CODE.

73 ALUMINIUM COMPOSITE PANEL ALUCOBOND, ALPOLIC, REYNOBOND

74 6MM THICK TOUGHENED HEAT REFLECTIVE GLASS

SAINT GOBIN, INDO ASAHI, MODI GUARD

75 BAMBOO-JUTE COMPOSITE POLYMER PANELS & FRAMES

A B COMPOSITE, G.I. NATURAL FIBRE COMPOSITE, NANO STEEL

76 WOODEN FLOORING PERGO, SPASM OR EQUIVALENT

137

AE-I AE-II EE

SCHEDULE OF QUANTITY

(CIVIL COMPONENT)

138

AE-I AE-II EE

SL. No Description Qty Unit Rate Amount 1.1 Earth work in surface excavation

not exceeding 30 cm in depth but exceeding 1.5 m in width as well as 10 sqm on plan including disposal of excavated earth upto 50 m and lift upto 1.5 m, disposed soil to be leveled and neatly dressed :

1.1.1 All kinds of soil

4380.00 100 Sqm

1.2 Supplying and filling earth in layers not exceeding 20 cm in depth, breaking clods, watering, rolling each layer with ½ tonne roller or wooden or steel rammers, and rolling every 3rd and top-most layer with power roller of minimum 8 tonnes and dressing up or filling up ground depressions i/c royalty, all leads and all lifts.

1.2.1 All kinds of soil 23848.00 cum 1.3 Deduct for not rolling with power

roller of minimum 8 tonnes for banking excavated earth in layers not exceeding 20 cm in depth. 6332.00 cum

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

1.4.1 All kinds of soil 7920.00 cum 1.5 Excavating trenches of required

width for pipes, cables, etc including excavation for sockets, and dressing of sides, ramming of bottoms, depth upto 1.5 m, including getting out the excavated soil, and then returning the soil as required, in layers not exceeding 20 cm in depth, including consolidating each deposited layer by ramming, watering, etc. and disposing of surplus excavated soil as directed, within a lead of 50 m :

1.5.1 All kinds of soil 1.5.1.1 Pipes, cables etc. exceeding 80

mm dia. but not exceeding 300 mm dia 2100.00 M

Development 1.5.1.2 Pipes, cables etc. exceeding 300

mm dia but not exceeding 600 mm 200.00 M

Development

139

AE-I AE-II EE

1.6 Filling available excavated earth (excluding rock) in trenches, plinth, sides of foundations etc. in layers not exceeding 20cm in depth, consolidating each deposited layer by ramming and watering, lead up to 50 m and lift upto 1.5 m. 7155.00 cum

1.7 Supplying and filling in plinth with Local sand under floors, including watering, ramming, consolidating and dressing complete. 1315.00 cum

Sub-Total 2 CONCRETE WORK 2.1 Providing and laying in position

cement concrete of specified grade excluding the cost of centering and shuttering - All work up to plinth level :

2.1.1 1:5:10 (1 cement : 5 coarse sand : 10 graded stone aggregate 40 mm nominal size) 1100.00 cum

2.2 Making plinth protection 50 mm thick of cement concrete 1:3:6 (1 cement : 3 coarse sand : 6 graded stone aggregate 20 mm nominal size) over 75mm thick bed of dry brick ballast 40 mm nominal size, well rammed and consolidated and grouted with fine sand, including finishing the top smooth. 1172.00 sqm

Sub-Total 3 REINFORCED CEMENT

CONCRETE 3.1 Providing and laying in position

specified grade of reinforced cement concrete, excluding the cost of centering, shuttering, finishing and reinforcement - All work up to plinth level :

3.1.1 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) 440.00 cum

3.2 Centering and shuttering including strutting, propping etc. and removal of form for:

3.2.1 Foundations, footings, bases of columns, etc. for mass concrete 6217.00 sqm

3.2.2 Walls (any thickness) including attached pilasters, butteresses, plinth and string courses etc. 1579.00 sqm

3.2.3 Suspended floors, roofs, landings, balconies and access platform 36653.00 sqm

3.2.4 Lintels, beams, plinth beams, girders, bressumers and cantilevers 42935.00 sqm

140

AE-I AE-II EE

3.2.5 Columns, Pillars, Piers, Abutments, Posts and Struts 38412.00 sqm

3.2.6 Stairs, (excluding landings) except spiral-staircases 2461.00 sqm

3.2.7 Vertical and horizontal fins individually or forming box louvers band, facias and eaves boards 1795.00 sqm

3.2.8 Weather shade, Chajjas, corbels etc., including edges 25.00 sqm

3.3 Steel reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete upto plinth level.

3.3.1 Thermo-Mechanically Treated bars 1418780.00 Kg

3.4 Steel reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete above plinth level.

3.4.1 Thermo-Mechanically Treated bars 1812660.00 Kg

3.5 Providing and fixing in position copper plate as per design for expansion joints. 1010.00 kg

3.6 Providing and fixing in position 12 mm thick bitumen impregnated fibre board conforming to IS: 1838, including cost of primer, sealing compound in expansion joints. 20085.00

per cm depth per 100m

3.7 Add for plaster drip course/ groove in plastered surface or moulding to R.C.C. projections. 57139.00 metre

3.8 Providing and laying in position machine batched and machine mixed design mix M-25 grade cement concrete for reinforced cement concrete work, using cement content as per approved design mix, including pumping of concrete to site of laying but excluding the cost of centering, shuttering, finishing and reinforcement, including admixtures in recommended proportions as per IS: 9103 to accelerate, retard setting of concrete, improve workability without impairing strength and durability as per direction of Engineer-in-charge. (Note :- Cement content considered in this item is @ 330 kg/cum. Excess/ less cement used as per design mix is payable/recoverable separately).

141

AE-I AE-II EE

3.8.1 All works upto plinth level 3841.00 cum 3.8.2 All works above plinth level upto

floor V level 14100.00 cum 3.9 Extra for providing richer mixes at

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

3.9.1

Providing M-30 grade concrete instead of M-25 grade BMC/ RMC. (Note:- Cement content considered in M-30 is @ 340 kg/cum) 17941.00 cum

3.9.2

Providing M-35 grade concrete instead of M-25 grade BMC/ RMC. (Note : Cement content considered in M-35 is @ 350 kg/ cum) 11550.00 cum

3.10 Add for using extra cement in the items of design mix over and above the specified cement content therein. 3047.00

quintal

3.11 Extra for R.C.C./ B.M.C/ R.M.C. work above floor V level for each four floors or part thereof. 8287.00 cum

3.12 Providing and fixing in position Stainless steel Grade 304 plate-1.0 mm thick as per design for expansion joints.

3.12.1 200 mm wide. 600.00 metre Sub-Total 4 BRICK WORK 4.1 Brick work with common burnt

clay F.P.S. (non modular) bricks of class designation 7.5 in foundation and plinth in:

4.1.1 Cement mortar 1:6 (1 cement : 6 coarse sand) 552.00 cum

4.2 Extra for brick work / AAC block masonry / Tile brick masonry in superstructure above floor V level, for each four floors or part thereof by mechanical means. 7101.00 cum

4.3 Extra for half brick masonry in superstructure, above floor V level for every four floors or part thereof by mechanical means. 13130.00 sqm

4.4 Extra for providing and placing in position 2 Nos 6mm dia. M.S. bars at every third course of half brick masonry. 17166.00 sqm

4.5 Brick work with clay flyash F.P.S. (non modular) brick of class designation 7.5 in superstructure above plinth level up to floor five level in :

4.5.1 Cement mortar 1:6 (1 cement : 6 coarse sand) 9119.00 cum

142

AE-I AE-II EE

4.6 Brick edging 7cm wide 11.4 cm deep to plinth protection with common burnt clay F.P.S. (non modular) bricks of class designation 7.5 including grouting with cement mortar 1:4 (1 cement : 4 fine sand). 1375.00 metre

4.7 Half brick masonry with non modular fly ash bricks of class designation 10, conforming IS:12894, in super structure above plinth and upto floor V level.

4.7.1 Cement mortar 1 : 4 (1 cement : 4 coarse sand) 17166.00 sqm

Sub-Total

5 MARBLE WORK 5.1 Marble work gang saw cut

(polished and machine cut) of thickness 18 mm for wall lining (veneer work), backing filled with a grout of average 12 mm thick in cement mortar 1:3 (1 cement : 3 coarse sand), including pointing with white cement mortar 1:2 (1 white cement : 2 marble dust) with an admixture of pigment to match the marble shade (To be secured to the backing by means of cramps, which shall be paid for separately).

5.1.1 Raj Nagar Plain white marble/ Udaipur green marble/ Zebra black marble.

5.1.1.1 Area of slab over 0.50 sqm 1869.00 sqm 5.2 Providing and fixing 18 mm thick

gang saw cut, mirror polished, pre moulded and pre polished, machine cut for kitchen platforms, vanity counters, window sills, facias and similar locations of required size, approved shade, colour and texture laid over 20 mm thick base cement mortar 1:4 (1 cement : 4 coarse sand), joints treated with white cement, mixed with matching pigment, epoxy touch ups, including rubbing, curing, moulding and polishing to edges to give high gloss finish etc. complete at all levels.

5.2.1 Granite of any colour and shade 5.2.1.1 Area of slab upto 0.50 sqm 958.00 sqm 5.2.1.2 Area of slab over 0.50 sqm 1876.00 sqm 5.3 Providing edge moulding to 18

mm thick marble stone counters, Vanities etc., including machine polishing to edge to give high gloss finish etc. complete as per design approved by Engineer-in-Charge.

143

AE-I AE-II EE

5.3.1 Granite work 740.00 metre 5.4 Extra for providing opening of

required size & shape for wash basin/ kitchen sink in kitchen platform, vanity counter and similar location in marble/ Granite/ stone work, including necessary holes for pillar taps etc. including moulding, rubbing and polishing of cut edges etc. complete. 43.00 each

5.5 Providing and fixing cramps of required size & shape in RCC/ CC / Brick masonry backing with cement mortar 1:2 ( 1 cement :2 coarse sand), including drilling necessary hole in stones and embedding the cramp in the hole (fastener to be paid separately).

5.5.1 Stainless steel cramps 1466.00 kg 5.6 Providing and laying flamed finish

Granite stone flooring in required design and patterns, in linear as well as curvilinear portions of the building all complete as per the architectural drawings with 18 mm thick stone slab over 20 mm (average) thick base of cement mortar 1:4 (1 cement : 4 coarse sand) laid and jointed with cement slurry and pointing with white cement slurry admixed with pigment of matching shade including rubbing, curing and polishing etc. all complete as specified and as directed by the Engineer-in-Charge :

5.6.1 Flamed finish granite stone slab Jet Black, Cherry Red, Elite Brown, Cat Eye or equivalent. 825.00 sqm

Sub-Total 6 WOOD AND P.V.C. WORK 6.1 Providing and fixing paneling or

paneling and glazing in paneled or paneled and glazed shutters for doors, windows and clerestory windows (Area of opening for panel inserts excluding portion inside grooves or rebates to be measured). Paneling for paneled or paneled and glazed shutters 25 mm to 40 mm thick :

6.1.1 Particle Board 12 mm thick 6.1.1.1 Pre-laminated particle board with

decorative lamination on one side and balancing lamination on other side, Grade I, Type II IS: 12823 marked 138.00 sqm

6.1.1.2 Pre-laminated particle board with decorative lamination on both sides , Grade I, Type II IS: 12823 marked 17.00 sqm

144

AE-I AE-II EE

6.2 Extra for providing frosted glass panes 4 mm thick instead of ordinary float glass panes 4 mm thick in doors, windows and clerestory window shutters. (Area of opening for glass panes excluding portion inside rebate shall be measured). 389.00 sqm

6.3 Providing and fixing ISI marked flush door shutters conforming to IS : 2202 (Part I) decorative type, core of block board construction with frame of 1st class hard wood and well matched teak 3 ply veneering with vertical grains or cross bands and face veneers on both faces of shutters.

6.3.1 35 mm thick including ISI marked Stainless Steel butt hinges with necessary screws 2940.00 sqm

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

6.4.1 35 mm thick including ISI marked Stainless Steel butt hinges with necessary screws 1254.00 sqm

6.5 Extra for providing lipping with 2nd class teak wood battens 25 mm minimum depth on all edges of flush door shutters (over all area of door shutter to be measured). 4194.00 sqm

6.6 Providing and fixing nickel plated M.S. pipe curtain rods with nickel plated brackets :

6.6.1 25 mm dia (heavy type) 4903.00 metre 6.7 Providing and fixing M.S. grills of

required pattern in frames of windows etc. with M.S. flats, square or round bars etc. including priming coat with approved steel primer all complete.

6.7.1 Fixed to openings /wooden frames with rawl plugs screws etc. 76702.00 kg

6.8 Providing and fixing aluminium extruded section body tubular type universal hydraulic door closer (having brand logo with ISI, IS : 3564, embossed on the body, door weight upto 36 kg to 80 kg and door width from 701 mm to 1000 mm), with double speed adjustment with necessary accessories and screws etc. complete. 90.00 each

145

AE-I AE-II EE

6.9 Providing and fixing aluminium sliding door bolts, ISI marked anodised (anodic coating not less than grade AC 10 as per IS : 1868), transparent or dyed to required colour or shade, with nuts and screws etc. complete :

6.9.1 300x16 mm 2524.00 each 6.10 Providing and fixing aluminium

tower bolts, ISI marked, anodised (anodic coating not less than grade AC 10 as per IS : 1868 ) transparent or dyed to required colour or shade, with necessary screws etc. complete :

6.10.1 250x10 mm 2717.00 each 6.10.2 150x10 mm 3556.00 each 6.11 Providing and fixing aluminium

pull bolt lock, ISI marked, anodised (anodic coating not less than grade AC 10 as per IS : 1868) transparent or dyed to required colour and shade, with necessary screws bolts, nut and washers etc. complete. 985.00 each

6.12 Providing and fixing aluminium handles, ISI marked, anodised (anodic coating not less than grade AC 10 as per IS : 1868) transparent or dyed to required colour or shade, with necessary screws etc. complete :

6.12.1 125 mm 5432.00 each 6.12.2 100 mm 1678.00 each 6.13 Providing and fixing aluminium

hanging floor door stopper, ISI marked, anodised (anodic coating not less than grade AC 10 as per IS : 1868) transparent or dyed to required colour and shade, with necessary screws etc. complete.

6.13.1 Twin rubber stopper 2717.00 each 6.14 Providing and fixing PTMT door

catcher of length 72 mm and dia. of 42 mm with suitable washers weighing not less than 33 gms 2717.00 each

6.15 Providing and fixing factory made Pre laminated decorative finish P.V.C. door frame of size 50x60 mm with a wall thickness of 5 mm, made out of extruded 5mm rigid PVC foam sheet, mitred cut at two corners and joined with 2 Nos of 150 mm long brackets of 15x15 mm M.S. square tube, the vertical door profiles to be reinforced with 40x20 mm M.S. square tube of 19 gauge, throughout the frame the door frame to be fixed to the wall using M.S screws of 65/100 mm size, complete as per manufacturer’s specification and direction of Engineer- in-Charge. 4150.00 metre

146

AE-I AE-II EE

6.16 Providing and fixing to existing door frames. 30 mm thick factory made pre laminated decorative finish PVC flush door shutter consisting of Panel of hollow PVC profile up 20 mm thickness, consisting of frame made out of M.S. tubes of 19 gauge thickness and size of 19 mm x 19 mm inserted inside the hollow section of styles, top & bottom rails and two 19 mm X 19 mm M.S. tube inserted horizontally inside the hollow profile section at an equal distance from top and bottom of door and fixed with hollow profile section using 5 mm thick PVC sheet using screws,. Hollow PVC profile shall be lipped with 10 mm (5 mm x 2 mm) thick x 20 mm width on stiles and rails using solvent cement. The inner panel shall be laminated with 5 mm thick termite proof, water proof and fire retardant pre lam, PVC sheet using solvent cement on the both the sides of the panel etc. complete as per direction of Engineer-in-charge, manufacturer's specification & drawing.

6.16.1 30 mm thick pre laminated PVC door shutters 1122.00 sqm

6.17 Providing and fixing wire gauge shutters using stainless steel grade 304 wire gauge with wire of dia 0.5 mm and average width of aperture 1.4 mm in both directions for doors, windows and clerestory windows with necessary screws :

6.17.1 35 mm thick shutters 6.17.1.1 With ISI marked stainless steel

butt hinges of required size 6.17.1.1.1 Second class teak wood 519.00 sqm 6.18 Providing and fixing fly proof

stainless steel grade 304 wire gauge, to windows and clerestory windows using wire gauge with average width of aperture 1.4 mm in both directions with wire of dia. 0.50 mm all complete.

6.18.1 With Aluminium beading (Excluding cost of Aluminium beading, Cost of aluminium beading to be paid in basic item) 1901.00 sqm

147

AE-I AE-II EE

6.19 Providing and fixing fire resistant door frame of section 143 x 57 mm having built in rebate made out of 16 SWG G.I. sheet (zinc coating not less than 120 gm/sqm) duly filled with vermiculite based concrete mix, suitable for mounting 120 minutes fire rated door shutters. The frame is fitted with intumescent fire seal strip of size 10x4 mm (minimum) all-round the frame and fixing with dash fastener of approved size and make, including applying a coat of approved brand fire resistant primer etc. complete as per direction of Engineer-in-charge (Dash fastener to be paid for separately). 485.00 metre

6.20 Providing and fixing 50 mm thick glazed fire resistant door shutters of 120 minutes fire rating conforming to IS:3614 (Part-II), tested and certified as per laboratory approved by Engineer-in-charge, with suitable mounting on door frame, consisting of vertical styles, lock rail, top rail 100 mm wide, bottom rail 200 mm wide, made out of 16 SWG G.I. Sheet (zinc coating not less than 120 gm/m2) duly filled FR insulation material and fixing with necessary stainless steel ball bearing hinges of approved make, including applying a coat of approved fire resistant primer etc. all complete as per direction of Engineer-in-charge (paneling to be paid for separately). 190.00 sqm

6.21 Providing and fixing glazing in fire resistant door shutters, fixed panels, ventilators and partitions etc., with G.I. beading of appropriate size, made out of 20 SWG G.I. Sheet (zinc coating not less than 120 gm/m2), fire resistant sealant, including applying a coat of approved fire resistant primer on G.I. beading etc., complete all as per direction of Engineer-in-charge.

6.21.1 With clear fire resistant glass panes 6mm thick of approved brand, having minimum 120 minutes fire resistance 11.00 sqm

6.22 Providing and fixing panic bar / latch (Double point) fitted with a single body, Trim Latch & Lock on back side of the Panic Latch of reputed brand and manufacture to be approved by the Engineer- in- charge, all complete. 96.00 each

148

AE-I AE-II EE

Sub-Total 7 STEEL WORK 7.1 Providing and fixing in position

collapsible steel shutters with vertical channels 20x10x2 mm and braced with flat iron diagonals 20x5 mm size, with top and bottom rail of T-iron 40x40x6 mm, with 40 mm dia steel pulleys, complete with bolts, nuts, locking arrangement, stoppers, handles, including applying a priming coat of approved steel primer. 88.00 sqm

7.2 Providing and fixing 1mm thick M.S. sheet door with frame of 40x40x6 mm angle iron and 3 mm M.S. gusset plates at the junctions and corners, all necessary fittings complete, including applying a priming coat of approved steel primer.

7.2.1 Using M.S. angels 40x40x6 mm for diagonal braces 42.00 sqm

7.3 Providing and fixing factory made ISI marked steel glazed doors, windows and ventilators, side /top /Centre hung, with beading and all members such as F7D, F4B, K11 B and K12 B etc. complete of standard rolled steel sections, joints mitred and flash butt welded and sash bars tenoned and riveted, including providing and fixing of hinges, pivots, including priming coat of approved steel primer, but excluding the cost of other fittings, complete all as per approved design, (sectional weight of only steel members shall be measured for payment).

7.3.1 Fixing with 15x3 mm lugs 10 cm long embedded in cement concrete block 15x10x10 cm of C.C. 1:3:6 (1 Cement : 3 coarse sand : 6 graded stone aggregate 20 mm nominal size) 280.00 kg

7.4 Providing and fixing pressed steel door frames conforming to IS: 4351, manufactured from commercial mild steel sheet of 1.60 mm thickness, including hinges, jamb, lock jamb, bead and if required angle threshold of mild steel angle of section 50x25 mm, or base ties of 1.60 mm, pressed mild steel welded or rigidly fixed together by mechanical means, including M.S. pressed butt hinges 2.5 mm thick with mortar guards, lock strike-plate and shock absorbers as specified and applying a coat of approved steel

149

AE-I AE-II EE

primer after pre-treatment of the surface as directed by Engineer-in-charge:

7.4.1 Profile B 7.4.1.1 Fixing with adjustable lugs with

split end tail to each jamb 6573.00 Metre 7.4.2 Profile E 7.4.2.1 Fixing with adjustable lugs with

split end tail to each jamb 8258.00 Metre 7.5 Providing and fixing circular/

Hexagonal cast iron or M.S. sheet box for ceiling fan clamp, of internal dia 140 mm, 73 mm height, top lid of 1.5 mm thick M.S. sheet with its top surface hacked for proper bonding, top lid shall be screwed into the cast iron/ M.S. sheet box by means of 3.3 mm dia round headed screws, one lock at the corners. Clamp shall be made of 12 mm dia M.S. bar bent to shape as per standard drawing. 1377.00 Nos.

7.6 Steel work welded in built up sections/ framed work, including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer using structural steel etc. as required.

7.6.1 In gratings, frames, guard bar, ladder, railings, brackets, gates and similar works 93291.00 kg

7.7 Providing and fixing hand rail of approved size by welding etc. to steel ladder railing, balcony railing, staircase railing and similar works, including applying priming coat of approved steel primer.

7.7.1 G.I. pipes 15612.00 kg

150

AE-I AE-II EE

7.8 Providing and fixing stainless steel (Grade 304) railing made of Hollow tubes, channels, plates etc., including welding, grinding, buffing, polishing and making curvature (wherever required) and fitting the same with necessary stainless steel nuts and bolts complete, i/c fixing the railing with necessary accessories & stainless steel dash fasteners , stainless steel bolts etc., of required size, on the top of the floor or the side of waist slab with suitable arrangement as per approval of Engineer-in-charge, (for payment purpose only weight of stainless steel members shall be considered excluding fixing accessories such as nuts, bolts, fasteners etc.). 6644.00 kg

7.9 Providing & fixing fly proof wire gauze to windows, clerestory windows & doors with M.S. Flat 15x3 mm and nuts & bolts complete.

7.9.1 Stainless steel (grade 304) wire gauze of 0.5 mm dia wire and 1.4 mm aperture on both sides 3025.00 sqm

Sub-Total 8 FLOORING 8.1 52 mm thick cement concrete

flooring with concrete hardener topping, under layer 40 mm thick cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) and top layer 12 mm thick cement hardener consisting of mix 1:2 (1 cement hardener mix : 2 graded stone aggregate 6 mm nominal size) by volume, hardening compound mixed @ 2 litre per 50 kg of cement or as per manufacturer's specifications. This includes cost of cement slurry, but excluding the cost of nosing of steps etc. complete. 3255.00 sqm

8.2 Cement plaster skirting up to 30 cm height, with cement mortar 1:3 (1 cement : 3 coarse sand), finished with a floating coat of neat cement.

8.2.1 18 mm thick 278.00 sqm 8.3 Providing and fixing glass strips in

joints of terrazzo/ cement concrete floors.

8.3.1 40 mm wide and 4 mm thick 7094.00 metre

151

AE-I AE-II EE

8.4 Chequerred precast cement concrete tiles 22 mm thick in footpath & courtyard, jointed with neat cement slurry mixed with pigment to match the shade of tiles, including rubbing and cleaning etc. complete, on 20 mm thick bed of cement mortar 1:4 (1 cement: 4 coarse sand).

8.4.1 Dark shade pigment using ordinary cement 360.00 sqm

Development 8.5 Kota stone slab flooring over 20

mm (average) thick base laid over and jointed with grey cement slurry mixed with pigment to match the shade of the slab, including rubbing and polishing complete with base of cement mortar 1 : 4 (1 cement : 4 coarse sand) :

8.5.1 25 mm thick 5500.00 sqm 8.6 Kota stone slabs 20 mm thick in

risers of steps, skirting, dado and pillars laid on 12 mm (average) thick cement mortar 1:3 (1 cement: 3 coarse sand) and jointed with grey cement slurry mixed with pigment to match the shade of the slabs, including rubbing and polishing complete. 1253.00 sqm

8.7 Extra for pre finished nosing in treads of steps of Kota stone/ sand stone slab. 2175.00 metre

8.8 Extra for Kota stone/ sand stone in treads of steps and risers using single length up to 1.05 metre. 979.00 sqm

8.9 Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS: 15622 (thickness to be specified by the manufacturer), of approved make, in all colours, shades except burgundy, bottle green, black of any size as approved by Engineer-in-Charge, in skirting, risers of steps and dados, over 12 mm thick bed of cement mortar 1:3 (1 cement : 3 coarse sand) and jointing with grey cement slurry @ 3.3kg per sqm, including pointing in white cement mixed with pigment of matching shade complete. 24856.00 sqm

8.10 Providing and laying Ceramic glazed floor tiles of size 300x300 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), including pointing 2221.00 sqm

152

AE-I AE-II EE

the joints with white cement and matching pigment etc., complete.

8.11 Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer), of 1st quality conforming to IS: 15622, of approved make, in colours White, Ivory, Grey, Fume Red Brown, laid on 20 mm thick cement mortar 1:4 (1 Cement: 4 Coarse sand), including grouting the joints with white cement and matching pigments etc., complete. 655.00 sqm

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

8.12.1 Size of Tile 600x600 mm 22940.00 sqm 8.13 Providing and laying Vitrified tiles

in different sizes (thickness to be specified by manufacturer), with water absorption less than 0.08 % and conforming to I.S. 15622, of approved make, in all colours & shade, in skirting, riser of steps, over 12 mm thick bed of cement mortar 1:3 (1 cement: 3 coarse sand), including grouting the joint with white cement & matching pigments etc. complete.

8.13.1 Size of Tile 600x600 mm 2489.00 sqm Sub-Total 9 ROOFING 9.1 Providing and fixing on wall face

un plasticized Rigid PVC rain water pipes conforming to IS : 13592 Type A, including jointing with seal ring conforming to IS : 5382, leaving 10 mm gap for thermal expansion, (i) Single socketed pipes.

9.1.1 75 mm diameter 4280.00 metre 9.1.2 110 mm diameter 2710.00 metre 9.2 Providing and fixing on wall face

un plasticized - PVC moulded fittings/ accessories for un plasticized Rigid PVC rain water pipes conforming to IS : 13592 Type A, including jointing with seal ring conforming to IS : 5382, leaving 10 mm gap for thermal

153

AE-I AE-II EE

expansion.

9.2.1 Single tee with door 9.2.1.1 75x75x75 mm 1001.00 each 9.2.2 Bend 87.5° 9.2.2.1 75 mm bend 739.00 each 9.2.2.2 110 mm bend 199.00 each 9.3 Providing and fixing un plasticised

-PVC pipe clips of approved design to un plasticised - PVC rain water pipes by means of 50x50x50 mm hard wood plugs, screwed with M.S. screws of required length, including cutting brick work and fixing in cement mortar 1:4 (1 cement : 4 coarse sand) and making good the wall etc. complete.

9.3.1 75 mm 2414.00 each 9.3.2 110 mm 1730.00 each 9.4 Providing and fixing to the inlet

mouth of rain water pipe cast iron grating 15 cm diameter and weighing not less than 440 grams. 102.00 each

9.5 Providing and fixing tiled false ceiling of approved materials of size 595x595 mm in true horizontal level, suspended on inter locking metal grid of hot dipped galvanized steel sections ( galvanized @ 120 grams/ sqm, both side inclusive) consisting of main "T" runner with suitably spaced joints to get required length and of size 24x38 mm made from 0.30 mm thick (minimum) sheet, spaced at 1200 mm center to center and cross "T" of size 24x25 mm made of 0.30 mm thick (minimum) sheet, 1200 mm long spaced between main "T" at 600 mm center to center to form a grid of 1200x600 mm and secondary cross "T" of length 600 mm and size 24x25 mm made of 0.30 mm thick (minimum) sheet to be interlocked at middle of the 1200x600 mm panel to form grids of 600x600 mm and wall angle of size 24x24x0.3 mm and laying false ceiling tiles of approved texture in the grid including, required cutting/making, opening for services like diffusers, grills, light fittings, fixtures, smoke detectors etc. Main "T" runners to be suspended from ceiling using GI slotted cleats of size 27 x 37 x 25 x1.6 mm fixed to ceiling with 12.5 mm dia and 50 mm long dash fasteners, 4 mm GI adjustable rods with galvanized butterfly level clips of size 85 x 30

154

AE-I AE-II EE

x 0.8 mm spaced at 1200 mm center to center along main T, bottom exposed width of 24 mm of all T-sections shall be pre-painted with polyester paint, all complete for all heights as per specifications, drawings and as directed by Engineer-in-charge.

9.5.1 12.5 mm thick square edge PVC Laminated Gypsum Tile of size 595x595 mm, made of Gypsum plasterboard, manufactured from natural gypsum as per IS 2095 part I and laminated with white 0.16mm thick fire retardant PVC film on the face side and 12micron metalized polyester on the back side with all edges sealed with the face side PVC film which goes around and wraps the edges and is bonded to the edges and the back side metalized polyester film so as to make the tile a completely sealed unit. 2736.00 sqm

9.6 Providing and Fixing 15 mm thick densified tegular edged ecofriendly light weight calcium silicate false ceiling tiles of approved texture spintone/ cosmos / Hexa or equivalent of size 595 x 595 mm in true horizontal level, suspended on inter locking metal grid of hot dipped galvanised steel sections (galvanising @ 120 grams per sqm including both side) consisting of main ‘T’ runner suitably spaced at joints to get required length and of size 24x38 mm made from 0.33 mm thick (minimum) sheet, spaced 1200 mm centre to centre, and cross “T” of size 24x28 mm made out of 0.33 mm (Minimum) sheet, 1200 mm long spaced between main ’T’ at 600 mm centre to centre to form a grid of 1200x600 mm and secondary cross ‘T’ of length 600 mm and size 24 x28 mm made of 0.33 mm thick (Minimum) sheet to be inter locked at middle of the 1200x 600 mm panel to from grid of size 600x600 mm, resting on periphery walls /partitions on a Perimeter wall angle pre-coated steel of size(24x24X3000 mm made of 0.40 mm thick (minimum) sheet with the help of rawl plugs at 450 mm centre to centre with 25 mm long drywall screws @ 230 mm interval and laying 15 mm thick densified edges calicum silicate ceiling tiles of approved texture (Spintone /Cosmos/ hexa) in the grid, 710.00 sqm

155

AE-I AE-II EE

including, cutting/ making openingfor services like diffusers, grills, light fittings, fixtures, smoke detectors etc., wherever required. Main ‘T’ runners to be suspended from ceiling using G.I. slotted cleats of size 25x35x1.6 mm fixed to ceiling with 12.5 mm dia and 50 mm long dash fasteners, 4 mm G.I. adjustable rods with galvanised steel level clips of size 85 x 30 x 0.8 mm, spaced at 1200 mm centre to centre along main ‘T’, bottom exposed with 24 mm of all Tsections shall be pre-painted with polyster baked paint, for all heights, as per specifications, drawings and as directed by engineer-in-charge.

9.7 Providing and fixing Heat Resistant Terrace Tiles (300 mm x 300 mm x 20 mm) with SRI (solar refractive index) > 78, solar reflection > 0.70 and initial emittance > 0.75 on waterproof and sloped surface of terrace, laid on 20 mm thick cement sand mortar in the ratio of 1:4 (1 cement : 4 coarse sand) and grouting the joints with mix of white cement & marble powder in ratio of 1:1, including rubbing and polishing of the surface upto 3 cuts complete, including providing skirting upto 150 mm height along the parapet walls in the same manner. 3973.00 sqm

Sub-Total 10 FINISHING 10.1 12 mm cement plaster of mix : 10.1.1 1:6 (1 cement: 6 coarse sand) 65260.00 sqm 10.2 15 mm cement plaster on rough

side of single or half brick wall of mix:

10.2.1 1:6 (1 cement: 6 coarse sand) 50800.00 sqm 10.3 6 mm cement plaster of mix : 10.3.1 1:3 (1 cement : 3 fine sand) 54295.00 sqm 10.4 Neat cement punning. 205.00 sqm 10.5 Extra for plastering exterior walls

of height more than 10 m from ground level for every additional height of 3 m or part thereof. 134160.00 sqm

10.6 Extra for plastering done on moulding, cornices or architraves including neat finish to line and level:

10.6.1 In one coat 245.00 sqm 10.7 Finishing walls with Premium

Acrylic Smooth exterior paint with Silicone additives of required shade:

156

AE-I AE-II EE

10.7.1 New work (Two or more coats applied @ 1.43 ltr/10 sqm over and including priming coat of exterior primer applied @ 2.20 kg/10 sqm) 37560.00 sqm

10.8 Painting (two or more coats) on rain water, soil, waste and vent pipes and fittings with synthetic enamel paint of approved brand and manufacture and required colour over a priming coat of approved steel primer on new work.

10.8.1 100 mm diameter pipes 15496.00 metre 10.9 French spirit polishing : 10.9.1 Two or more coats on new works

including a coat of wood filler 10775.00 sqm 10.10 Providing and applying white

cement based putty of average thickness 1 mm, of approved brand and manufacturer, over the plastered wall surface to prepare the surface even and smooth complete. 132700.00 sqm

10.11 Distempering with 1st quality acrylic distemper, having VOC (Volatile Organic Compound) content less than 50 grams/ litre, of approved brand and manufacture, including applying additional coats wherever required, to achieve even shade and colour.

10.11.1 Two coats 104550.00 sqm 10.12 Wall painting with premium

acrylic emulsion paint of interior grade, having VOC (Volatile Organic Compound) content less than 50 grams/ litre of approved brand and manufacture, including applying additional coats wherever required to achieve even shade and colour.

10.12.1 Two coats 28150.00 sqm 10.13 Painting with synthetic enamel

paint, having VOC (Volatile Organic Compound) content less than 150 grams/ litre, of approved brand and manufacture, including applying additional coats wherever required to achieve even shade and colour.

10.13.1 Two coats 17515.00 sqm 10.14 Applying priming coats with

primer of approved brand and manufacture, having low VOC (Volatile Organic Compound) content.

10.14.1 With water thinnable cement primer on wall surface having VOC content less than 50 grams/litre 132700.00 sqm

Sub-Total

157

AE-I AE-II EE

11 ROAD WORK 11.1 Preparation and consolidation of

sub grade with power road roller of 8 to 12 tonne capacity after excavating earth to an average of 22.5 cm. depth, 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 lead upto 50 metres. 6500.00 sqm

11.2 Providing and applying tack coat using hot straight run bitumen of grade VG - 10, including heating the bitumen, spraying the bitumen with mechanically operated spray unit fitted on bitumen boiler, cleaning and preparing the existing road surface as per specifications :

11.2.1 On W.B.M. @ 0.75 Kg I sqm 3750.00 sqm 11.3 2.5 cm premix carpet surfacing

with 2.25 cum and 1.12 cum of stone chippings of 13.2 mm and 11.2 mm size respectively per 100 sqm and 52 kg and 56 kg of hot bitumen per cum of stone chippings of 13.2 mm and 11.2 mm size respectively, including a tack coat with hot straight run bitumen, including consolidation with road roller of 6 to 9 tonne capacity etc. complete (tack coat to be paid for separately).

11.3.1 With paving Asphalt grade VG - 10 heated and then mixed with solvent at the rate of 70 grams per kg of asphalt 3750.00 sqm

11.4 Manufacturing, supplying and fixing retro reflective sign boards made up of 2 mm thick aluminium sheet, face to be fully covered with high intensity encapsulated type heat activated retro reflective sheeting conforming to type - IV of ASTM-D 4956-01 in blue and silver white or other colour combination including subject matter, message (bi-lingual), symbols and borders etc. as per IRC ; 67:2001, pasted on substrate by an adhesive backing which shall be activated by applying heat and pressure conforming to class -2 of ASTM-D-4956-01 and fixing the same with suitable sized aluminium alloy rivets @ 20 cm c/c to back support frame of M.S. angle iron of size 25x25x3 mm along with theft resistant measures, mounted and fixed with 2 Nos. M.S. angles

158

AE-I AE-II EE

of size 35x35x5 mm to a vertical post made up to M.S. Tee section ISMT 50x50x6 mm welded with base plate of size 100x100x5 mm at the bottom end and including making holes in pipes, angles flats, providing & fixing M.S. message plate of required size, steel work to be painted with two or more coats of synthetic enamel paint of required shade and of approved brand & manufacture over priming coat of zinc chromate yellow primer (vertical MS-Tee support to be painted in black and white colours).Backside of aluminium sheet to be painted with two or more coats of epoxy paint over and including appropriate priming coat including all leads and lifts etc. complete as per drawing , specification and direction of Engineer--in-charge.

11.4.1 Mandatory/ Regulatory sign boards of 900 mm diametre with support length of 3750 mm 5.00 sqm

11.4.2 Cautionary /warning sign boards of equilateral triangular shape having each side of 900 mm with support length of 3650 mm 2.00 sqm

11.5 Providing, laying and making kerb channel 30 cm wide and 50 mm thick with cement concrete 1:3:6 (1 cement: 3 coarse sand:6 graded stone aggregate 20 mm nominal size) over 75mm bed of dry brick ballast 40 mm nominal size, well rammed and consolidated and grouted with fine sand, including finishing the top smooth etc. complete and as per direction of Engineer-in-charge. 336.00 sqm

11.6 Providing and laying 60mm thick faciory made cement concrete interlocking paver block of M -30 grade made by block making machine with strong vibratory compaction, of approved s;ze, design & shape, laid in required colour and pattern over and including 50mm thick compacted bed of coarse sand, filling the joints with line sand etc. all complete as per the direction of Engineer-in-charge. 150.00 sqm

159

AE-I AE-II EE

11.7 Providing and laying at or near ground level factory made kerb stone of M-25 grade cement concrete in position to the required line, level and curvature, jointed with cement mortar 1:3 (1 cement: 3 coarse sand), including making joints with or without grooves (thickness of joints except at sharp curve shall not to more than 5mm), including making drainage opening wherever required complete etc. as per direction of Engineer-in-charge (length of finished kerb edging shall be measured for payment). (Precast C.C. kerb stone shall be approved by Engineer-in-charge). 68.00 Cum

11.8 Construction of granular sub-base by providing close graded Material conforming to specifications, mixing in a mechanical mix plant at OMC, carriage of mixed material by tippers to work site, for all leads & lifts, spreading in uniform layers of specified thickness with motor grader on prepared surface and compacting with vibratory power roller to achieve the desired density, complete as per specifications and directions of Engineer-in-Charge.

11.8.1 With material conforming to Grade-I (size range 75 mm to 0.075 mm) having CBR Value-30 577.00 Cum

11.9 Providing, laying, spreading and compacting graded stone aggregate (size range 53 mm to 0.075 mm ) to wet mix macadam (WMM) specification including premixing the material with water at OMC in for all leads & lifts, laying in uniform layers with mechanical paverfinisher in sub- base / base course on well prepared surface and compacting with vibratory roller of 8 to 10 tonne capacity to achievethe desired density, complete as per specifications and directions of Engineer-in-Charge. 769.00 Cum

160

AE-I AE-II EE

11.10 Providing and laying factory made coloured chamfered edge Cement Concrete paver blocks of required strength, thickness & size/ shape, made by table vibratory method using PU mould, laid in required colour & pattern over 50mm thick compacted bed of fine sand, compacting and proper embedding/laying of inter locking paver blocks into the sand bedding layer through vibratory compaction by using plate vibrator, filling the joints with jamuna sand and cutting of paver blocks as per required size and pattern, finishing and sweeping extra sand in footpath, parks, lawns, drive ways or light traffic parking etc. complete as per manufacturer's specifications & direction of Engineer-in-Charge. 60mm thick C.C. paver block of M-35 grade with approved colour, design & pattern. 2655.00 sqm

Sub-Total 12 SANITARY INSTALLATIONS 12.1 Providing and fixing water closet

squatting pan (Indian type W.C. pan ) with 100 mm sand cast Iron P or S trap, 10 litre low level white P.V.C. flushing cistern, including flush pipe, with manually controlled device (handle lever) conforming to IS : 7231, with all fittings and fixtures complete, including cutting and making good the walls and floors wherever required:

12.1.1 White Vitreous china Orissa pattern W.C. pan of size 580x440 mm with integral type foot rests 413.00 each

12.2 Providing and fixing white vitreous china pedestal type water closet (European type W.C. pan) with seat and lid, 10 litre low level white P.V.C. flushing cistern, including flush pipe, with manually controlled device (handle lever), conforming to IS : 7231, with all fittings and fixtures complete, including cutting and making good the walls and floors wherever required :

12.2.1 W.C. pan with ISI marked white solid plastic seat and lid 319.00 each

161

AE-I AE-II EE

12.3 Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern, with fittings, standard size C.P. brass flush pipe, spreaders with unions and clamps (all in C.P. brass) with waste fitting as per IS : 2556, C.I. trap with outlet grating and other couplings in C.P. brass, including painting of fittings and cutting and making good the walls and floors wherever required :

12.3.1 Single half stall urinal with 5 litre P.V.C. automatic flushing cistern 8.00 each

12.4 Providing and fixing wash basin with C.I. brackets, 15 mm C.P. brass pillar taps, 32 mm C.P. brass waste of standard pattern, including painting of fittings and brackets, cutting and making good the walls wherever require:

12.4.1 White Vitreous China Wash basin size 630x450 mm with a single 15 mm C.P. brass pillar tap 810.00 each

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

12.5.1 Kitchen sink with drain board 12.5.1.1 510x1040 mm bowl depth 250

mm 314.00 each 12.5.2 Kitchen sink without drain board 12.5.2.1 610x510 mm bowl depth 200 mm 96.00 each 12.6 Providing and fixing P.V.C. waste

pipe for sink or wash basin including P.V.C. waste fittings complete.

12.6.1 Semi rigid pipe 12.6.1.1 32 mm dia 1228.00 each 12.7 Providing and fixing 600x450 mm

beveled edge mirror of superior glass (of approved quality) complete with 6 mm thick hard board ground fixed to wooden cleats with C.P. brass screws and washers complete. 910.00 each

12.8 Providing and fixing toilet paper holder :

12.8.1 C.P. brass 524.00 each 12.9 Providing and fixing soil, waste

and vent pipes : 12.9.1 100 mm dia 12.9.1.1 Centrifugally cast (spun) iron

socket & spigot (S&S) pipe as per IS: 3989 13994.00 metre

162

AE-I AE-II EE

12.10 Providing and filling the joints with spun yarn, cement slurry and cement mortar 1:2 ( 1 cement : 2 fine sand) in S.C.I./ C.I. Pipes :

12.10.1 100 mm dia pipe 3306.00 each 12.11 Providing and fixing M.S. holder-

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

12.11.1 For 100 mm dia pipe 5438.00 each 12.12 Providing and fixing bend of

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

12.12.1 100 mm dia 12.12.1.1 Sand cast iron S&S as per IS -

3989 1643.00 each 12.13 Providing and fixing plain bend of

required degree. 12.13.1 100 mm dia 12.13.1.1 Sand cast iron S&S as per IS :

3989 3292.00 each 12.14 Providing and fixing heel rest

sanitary bend 12.14.1 100 mm dia 12.14.1.1 Sand cast iron S&S as per IS -

3989 213.00 each 12.15 Providing and fixing double equal

junction of required degree with access door, insertion rubber washer 3 mm thick, bolts and nuts complete :

12.15.1 100x100x100x100 mm 12.15.1.1 Sand cast iron S&S as per IS -

3989 434.00 each 12.16 Providing and fixing single equal

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

12.16.1 100x100x100 mm 12.16.1.1 Sand cast iron S&S as per IS -

3989 1899.00 each 12.17 Providing and fixing single equal

plain junction of required degree : 12.17.1 100x100x100 mm 12.17.1.1 Sand cast iron S&S as per IS -

3989 798.00 each 12.18 Providing and fixing terminal

guard : 12.18.1 100 mm 12.18.1.1 Sand cast iron S&S as per IS -

3989 211.00 each 12.19 Providing lead caulked joints to

sand cast iron/centrifugally cast (spun) iron pipes and fittings of diameter :

163

AE-I AE-II EE

12.19.1 100 mm 12327.00 each 12.20 Providing and fixing M.S. stays

and clamps for sand cast iron/ centrifugally cast (spun) iron pipes of diameter :

12.20.1 100 mm 212.00 each 12.21 Providing and fixing trap of self

cleansing design with screwed down or hinged grating with or without vent arm complete, including cost of cutting and making good the walls and floors :

12.21.1 100 mm inlet and 100 mm outlet 12.21.1.1 Sand cast iron S&S as per IS:

3989 1598.00 each 12.22 Providing and fixing PTMT towel

ring trapezoidal shape 215 mm long, 200 mm wide with minimum distances of 37 mm from wall face with concealed fittings arrangement of approved quality and colour, weighing not less than 88 gms. 324.00 each

12.23 Providing and fixing PTMT towel rail complete with brackets fixed to wooden cleats with CP brass screws with concealed fittings arrangement of approved quality and colour.

12.23.1 600 mm long towel rail with total length of 645 mm, width 78 mm and effective height of 88 mm, weighing not less than 190 gms. 705.00 each

12.24 Providing and fixing PTMT shelf 440 mm long, 124 mm width and 36 mm height of approved quality and colour, weighing not less than 300 gms. 1029.00 each

12.25 Providing and fixing white vitreous china extended wall mounting water closet of size 780x370x690 mm of approved shape including providing & fixing white vitreous china cistern with dual flush fitting, of flushing capacity 3 litre/ 6 litre (adjustable to 4 litre/ 8 litres), including seat cover, and cistern fittings, nuts, bolts and gasket etc complete. 102.00 each

Sub-Total 13 WATER SUPPLY 13.1 Providing and fixing G.I. pipes

complete with G.I. fittings and clamps, i/c cutting and making good the walls etc. Internal work - Exposed on wall

13.1.1 20 mm dia nominal bore 779.00 metre 13.1.2 25 mm dia nominal bore 2204.00 metre 13.1.3 32 mm dia nominal bore 1593.00 metre 13.1.4 40 mm dia nominal bore 2108.00 metre 13.1.5 50 mm dia nominal bore 2585.00 metre

164

AE-I AE-II EE

13.2 Providing and fixing G.I. Pipes complete with G.I. fittings and clamps, i/c making good the walls etc. concealed pipe, including painting with anticorrosive bitumastic paint, cutting chases and making good the wall :

13.2.1 15 mm dia nominal bore 5110.00 metre 13.2.2 20 mm dia nominal bore 5739.00 metre 13.3 Providing and fixing G.I. pipes

complete with G.I. fittings including trenching and refilling etc. External work

13.3.1 50 mm dia nominal bore 706.00 metre Development 13.3.2 80 mm dia nominal bore 135.00 metre Development 13.4 Providing and fixing gun metal

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

13.4.1 25 mm nominal bore 14.00 each 13.4.2 50 mm nominal bore 236.00 each 13.4.3 80 mm nominal bore 27.00 each 13.5 Providing and fixing uplasticised

PVC connection pipe with brass unions :

13.5.1 45 cm length 13.5.1.1 15 mm nominal bore 2078.00 each 13.6 Providing and fixing C.P. brass

shower rose with 15 or 20 mm inlet :

13.6.1 150 mm diameter 705.00 each 13.7 Providing and laying S&S

centrifugally cast (spun) iron pipes (Class LA) conforming to IS - 1536 :

13.7.1 100 mm dia pipe 710.00 metre 13.8 Providing lead caulked joints to

spun iron or C.I. pipes and specials, including testing of joints but excluding the cost of pig lead :

13.8.1 100 mm diameter pipe 15.00 each 13.9 Providing lead caulked joints to

spun iron or C.I. pipes and specials, including testing of joints but excluding the cost of pig lead : 0.30

Quintal

13.10 Providing and fixing C.I. sluice valves (with cap) complete with bolts, nuts, rubber insertions etc. (the tail pieces if required will be paid separately) :

13.10.1 100 mm diameter 13.10.1.1 Class II 10.00 each 13.11 Constructing masonry Chamber

60x60x75 cm inside, in brick work in cement mortar 1:4 (1 cement : 4 coarse sand) for sluice valve, with C.I. surface box 100mm top diameter, 160 mm bottom diameter and 180 mm

165

AE-I AE-II EE

deep ( inside) with chained lid and RCC top slab 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20mm nominal size ) , i/c necessary excavation, foundation concrete 1:5:10 (1 cement : 5 fine sand : 10 graded stone aggregate 40 mm nominal size) and inside plastering with cement mortar 1:3 (1 cement : 3 coarse sand) 12 mm thick, finished with a floating coat of neat cement complete as per standard design :

13.11.1 With common burnt clay F.P.S.(nonmodular) bricks of class designation 7.5 10.00 each

13.12 Painting G.I. pipes and fittings with synthetic enamel white paint with two coats over a ready mixed priming coat, both of approved quality for new work :

13.12.1 20 mm diameter pipe 779.00 metre 13.12.2 25 mm diameter pipe 2224.00 metre 13.12.3 32 mm diameter pipe 1593.00 metre 13.12.4 40 mm diameter pipe 2108.00 metre 13.12.5 50 mm diameter pipe 2585.00 metre 13.13 Painting G.I. pipes and fittings

with two coats of anti-corrosive bitumastic paint of approved quality :

13.13.1 50 mm diameter pipe 706.00 metre 13.13.2 80 mm diameter pipe 135.00 metre 13.14 Providing and filling sand of

grading zone V or coarser grade, allround the G.I. pipes in external work :

13.14.1 50 mm diameter pipe 706.00 metre 13.14.1 80 mm diameter pipe 135.00 metre 13.14.2 100 mm diameter pipe 710.00 metre 13.15 Providing and fixing G.I. Union in

G.I. pipe including cutting and threading the pipe and making long screws etc. complete (New work) :

13.15.1 20 mm nominal bore 255.00 each 13.15.2 25 mm nominal bore 522.00 each 13.15.3 32 mm nominal bore 441.00 each 13.15.4 40 mm nominal bore 564.00 each 13.15.5 50 mm nominal bore 562.00 each 13.15.6 80 mm nominal bore 10.00 each 13.16 Providing and placing on terrace

(at all floor levels) polyethylene water storage tank, ISi : 12701 marked, with cover and suitable locking arrangement and making necessary holes for inlet, outlet and overflow pipes but without fittings and the base support for tank. 4000.00 Ltr

13.17 Providing and fixing C.P. brass bib cock of approved quality conforming to IS:8931 :

166

AE-I AE-II EE

13.17.1 15 mm nominal bore 1737.00 each 13.18 Providing and fixing C.P. brass

angle valve for basin mixer and geyser points of approved quality conforming to IS:8931 a) 15 mm nominal bore

13.18.1 15mm nominal bore 2808.00 each 13.19 Providing and fixing PTMT grating

of approved quality and colour. 13.19.1 Circular type 13.19.1.1 100 mm nominal dia 815.00 each 13.19.2 125 mm nominal dia with 25 mm

waste hole 1195.00 each 13.20 Providing and fixing PTMT Ball

cock of approved quality, colour and make complete with Epoxy coated aluminium rod with L.P./ H.P.H.D. plastic ball.

13.20.1 25 mm nominal bore, 152mm long, weighing not less than 440 gms 2.00 each

13.20.2 50 mm nominal bore, 242mm long, weighing not less than 1240 gms 8.00 each

13.21 Providing push-on-joints to Centrifugally (Spun) Cast Iron Pipes or Ductile Iron Pipes including testing of joints and the cost of rubber gasket :

13.21.1 100 mm dia pipes 150.00 each 13.22 Providing and fixing C.P.brass

wall mixer of 3-in-1 system with provision of both telephonic and overhead shower complete of approved quality of Jaquar or equivalent make as per direction of the Engineer-in-chare. 708.00 each

13.23 Providing and fixing C.P brass two way bib cock with hadshower health faucet, 1 meter long flexible C.P. tube and C.P wall hook of approved quality of Jaquar or equivalent make for european type W.C. pan as per direction of the Engineer-in-charge. 424.00 each

13.24 Providing and fixing C.P. brass Mixer type Pillar cock of approved quality conforming to IS:8931 : 1029.00 each

Sub-Total 14 DRAINAGE 14.1 Providing and laying non-pressure

NP2 class (light duty) R.C.C. pipes with collars jointed with stiff mixture of cement mortar in the proportion of 1:2 (1 cement : 2 fine sand) including testing of joints etc. complete :

14.1.1 150 mm dia. R.C.C. pipe 1380.00 metre 14.1.2 300 mm dia. R.C.C. pipe 1920.00 metre 14.1.3 450 mm dia. R.C.C. pipe 200.00 metre

167

AE-I AE-II EE

14.2 Constructing brick masonry manhole in cement mortar 1:4 ( 1 cement : 4 coarse sand ) with R.C.C. top slab with 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size), foundation concrete 1:4:8 mix (1 cement : 4 coarse sand : 8 graded stone aggregate 40 mm nominal size), inside plastering 12 mm thick with cement mortar 1:3 (1 cement : 3 coarse sand) finished with floating coat of neat cement and making channels in cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) finished with a floating coat of neat cement complete as per standard design :

14.2.1 Inside size 90x80 cm and 45 cm deep including C.I. cover with frame (light duty) 455x610 mm internal dimensions, total weight of cover and frame to be not less than 38 kg (weight of cover 23 kg and weight of frame 15 kg) :

14.2.1.1 With common burnt clay F.P.S. (non modular) bricks of class designation 7.5 166.00 each

14.2.2 Inside size 120x90 cm and 90 cm deep including C.I. cover with frame (medium duty) 500 mm internal diameter, total weight of cover and frame to be not less than 116 kg (weight of cover 58 kg and weight of frame 58 kg) :

14.2.2.1 With common burnt clay F.P.S. (non modular) bricks of class designation 7.5 130.00 each

14.3 Providing M.S. foot rests including fixing in manholes with 20x20x10 cm cement concrete blocks 1:3:6 (1 cement : 3 coarse sand : 6 graded stone aggregate 20 mm nominal size) as per standard design :

14.3.1 With 20 mm diameter round bar 60.00 each 14.4 Providing and fixing in position

pre-cast R.C.C. manhole cover and frame of required shape and approved quality

14.4.1 L D- 2.5 14.4.1.1 Circular shape 450 mm internal

diameter 8.00 each 14.5 Constructing brick masonry road

gully chamber 50x45x60 cm with bricks in cement mortar 1:4 (1 cement : 4 coarse sand) including 500x450 mm pre-cast R.C.C. horizontal grating with frame complete as per standard design :

14.5.1 With common burnt clay F.P.S. (non modular) bricks of class 83.00 each

168

AE-I AE-II EE

designation 7.5

Sub-Total 15 PILE WORK 15.1 Boring, providing and installation

bored cast-in-situ reinforced cement concrete piles of grade M-25 of specified diameter and length below the pile cap, to carry a safe working load not less than specified, excluding the cost of steel reinforcement but including the cost of boring with bentonite solution and temporary casing of appropriate length for setting out and removal of same and the length of the pile to be embedded in the pile cap etc. by percussion drilling using Direct mud circulation (DMC) or Bailer and chisel technique by tripod and mechanical Winch Machine all complete, including removal of excavated earth with all its lifts and leads (length of pile for payment shall be measured up to bottom of pile cap). Note: Truck Mounted rotary/TMR/Tubewell boring machine shall not be used.

15.1.1 450 mm dia piles 2910.00 metre 15.1.2 600 mm dia piles 39225.00 metre 15.2 Vertical load testing of piles in

accordance with IS 2911 (Part IV) including installation of loading platform by Kentledge method and preparation of pile head or construction of test cap and dismantling of test cap after test etc. complete as per specification & the direction of Engineer in-charge. Note: 1. Initial and Routine Load Test shall not be carried out by Dynamic method of testing. Note: 2. Testing agency shall submit the design of loading platform for the approval of Engineer-in-charge.

15.2.1 Single pile upto 50 tonne Safe capacity

15.2.1.1 Initial test (Test Load 2.5 times the Safe capacity) 2.00

per test

15.2.1.2 Routine test (Test Load 1.5 times the Safe capacity) 2.00

per test

15.2.2 Single pile above 50 tonne and upto 100 tonne Safe capacity

15.2.2.1 Initial test (Test Load 2.5 times the Safe capacity) 4.00

per test

15.2.2.2 Routine test (Test Load 1.5 times the Safe capacity) 10.00

per test

169

AE-I AE-II EE

15.3 Lateral load testing of single pile in accordance with IS Code of practice IS : 2911 (Part IV) for determining safe allowable lateral load on pile :

15.3.1 Upto 50 tonne capacity pile 2.00

per test

15.3.2 Above 50 tonne and upto 100 tonne capacity pile 10.00

per test

15.4 Integrity testing of Pile using Low Strain/ Sonic Integrity Test/ Sonic Echo Test method in accordance with IS 14893 including surface preparation of pile top by removing soil, mud, dust & chipping lean concrete lumps etc. and use of computerised equipment and high skill trained personal for conducting the test & submission of results, all complete as per direction of Engineer-in-charge. 10.00

per test

Sub-Total 16 ALUMINIUM WORK 16.1 Providing and fixing aluminium

work for doors, windows, ventilators and partitions with extruded built up standard tubular sections/ appropriate Z sections and other sections of approved make conforming to IS: 733 and IS: 1285, fixing with dash fasteners of required dia and size, including necessary filling up the gaps at junctions, i.e. at top, bottom and sides with required EPDM rubber/ neoprene gasket etc. Aluminium sections shall be smooth, rust free, straight, mitred and jointed mechanically wherever required including cleat angle, Aluminium snap beading for glazing / paneling, C.P. brass / stainless steel screws, all complete as per architectural drawings and the directions of Engineer-in-charge. (Glazing, paneling and dash fasteners to be paid for separately) :

16.1.1 For fixed portion 16.1.1.1 Powder coated aluminium

(minimum thickness of powder coating 50 micron) 49891.00 Kg

16.1.2 For shutters of doors, windows & ventilators including providing and fixing hinges/ pivots and making provision for fixing of fittings wherever required including the cost of EPDM rubber / neoprene gasket required (Fittings shall be paid for separately)

170

AE-I AE-II EE

16.1.2.1 Powder coated aluminium (minimum thickness of powder coating 50 micron) 25226.00 Kg

16.2 Providing and fixing glazing in aluminium door, window, ventilator shutters and partitions etc. with EPDM rubber / neoprene gasket etc. complete as per the architectural drawings and the directions of engineer-in-charge.(Cost of aluminium snap beading shall be paid in basic item):

16.2.1 With float glass panes of 4.0 mm thickness 387.00 sqm

16.2.2 With float glass panes of 5.50 mm thickness 4597.00 sqm

Sub-Total 17 WATER PROOFING 17.1 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) Ist layer of 22 mm to 25 mm thick approved and specified rough stone slab over a 25 mm thick base of cement mortar 1:3 (1 cement : 3 coarse sand) mixed with water proofing compound conforming to IS:2645 in the recommended proportion over the leveling course (leveling course to be paid separately). Joints sealed and grouted with cement slurry mixed with water proofing compound.ii) 2nd layer of 25 mm thick cement mortar 1:3 (1 cement: 3 coarse sand) mixed with water proofing compound in recommended proportions.iii) Finishing top with stone aggregate of 10 mm to 12 mm nominal size spreading @ 8 cudm/sqm thoroughly embedded in the 2nd layer.

17.1.1 Using rough kota stone. 105.00 sqm

171

AE-I AE-II EE

17.2 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) Ist layer of 22 mm to 25 mm thick approved and specified rough stone slab over a 25 mm thick base of cement mortar 1:3 (1 cement : 3 coarse sand) mixed with water proofing compound conforming to IS:2645 in the recommended proportion over the leveling course (leveling course to be paid separately). Joints sealed and grouted with cement slurry mixed with water proofing compound. ii) 2nd layer of 25 mm thick cement mortar 1:3 (1 cement: 3 coarse sand) mixed with water proofing compound in recommended proportions. iii) Finishing top with stone aggregate of 10 mm to 12 mm nominal size spreading @ 8 cudm/sqm thoroughly embedded in the 2nd layer.

17.2.1 Using rough kota stone. 132.00 sqm 17.3 Providing and laying water

proofing treatment to vertical and horizontal surfaces of depressed portions of W.C., kitchen and the like consisting of: (i) Ist course of applying cement slurry @ 4.4 kg/sqm mixed with water proofing compound conforming to IS 2645 in recommended proportions including rounding off junction of vertical and horizontal surface. (ii) IInd course of 20 mm cement plaster 1:3 (1 cement : 3 coarse sand) mixed with water proofing compound in recommended proportion including rounding off junction of vertical and horizontal surface. (iii) IIIrd course of applying blown or residual bitumen applied hot at 1.7 kg. per sqm of area. (iv) IVth course of 400 micron thick PVC sheet. (Overlaps at joints of PVC sheet should be 100 mm wide and pasted to each other with bitumen @ 1.7 kg/sqm). 4347.00 sqm

172

AE-I AE-II EE

17.4 Providing and laying integral cement based water proofing treatment including preparation of surface as required for treatment of roofs, balconies, terraces etc consisting of following operations:a) Applying a slurry coat of neat cement using 2.75 kg/sqm of cement admixed with water proofing compound conforming to IS. 2645 and approved by Engineer-in-charge over the RCC slab including adjoining walls upto 300 mm height including cleaning the surface before treatment.b) Laying brick bats with mortar using broken bricks/brick bats 25 mm to 115 mm size with 50% of cement mortar 1:5 (1 cement : 5 coarse sand) admixed with water proofing compound conforming to IS : 2645 and approved by Engineer-in-charge over 20 mm thick layer of cement mortar of mix 1:5 (1 cement :5 coarse sand ) admixed with water proofing compound conforming to IS : 2645 and approved by Engineer-in-charge to required slope and treating similarly the adjoining walls upto 300 mm height including rounding of junctions of walls and slabs.c) After two days of proper curing applying a second coat of cement slurry using 2.75 kg/ sqm of cement admixed with water proofing compound conforming to IS : 2645 and approved by Engineer-in-charge.d) Finishing the surface with 20 mm thick jointless cement mortar of mix 1:4 (1 cement :4 coarse sand) admixed with water proofing compound conforming to IS : 2645 and approved by Engineer-in-charge including laying glass fibre cloth of approved quality in top layer of plaster and finally finishing the surface with trowel with neat cement slurry and making pattern of 300x300 mm square 3 mm deep.e) The whole terrace so finished shall be flooded with water for a minimum period of two weeks for curing and for final test.All above operations to be done in order and as directed and specified by the Engineer-in-Charge :

17.4.1 With average thickness of 120 mm

and minimum thickness at 4346.00 sqm

173

AE-I AE-II EE

khurra as 65 mm.

Sub-Total 18 RAIN WATER HARVESTING &

TUBEWELLS 18.1 Boring/drilling bore well of

required dia for casing/ strainer pipe, by suitable method prescribed in IS: 2800 (part I), including collecting samples from different strata, preparing and submitting strata chart/ bore log, including hire & running charges of all equipments, tools, plants & machineries required for the job, all complete as per direction of Engineer -in-charge, upto 90 metre depth below ground level.

18.1.1 All Types of Soil 18.1.1.1 300 mmm dia 210.00 metre 18.1.1.2 400 mmm dia 50.00 metre 18.2 Supplying, assembling, lowering

and fixing in vertical position in bore well, unplasticized PVC medium well casing (CM) pipe of required dia, conforming to IS: 12818, including required hire and labour charges, fittings & accessories etc. all complete, for all depths, as per direction of Engineer -in-charge.

18.2.1 200 mm nominal size dia 40.00 metre 18.3 Supplying, assembling, lowering

and fixing in vertical position in bore well unplasticized PVC medium well screen (RMS) pipes with ribs, conforming to IS: 12818, including hire & labour charges, fittings & accessories etc. all complete, for all depths, as per direction of Engineer-in-charge.

18.3.1 200 mm nominal size dia 20.00 metre 18.4 Supplying, filling, spreading &

leveling stone boulders of size range 5 cm to 20 cm, in recharge pit, in the required thickness, for all leads & lifts, all complete as per direction of Engineer-in-charge. 55.00 Cum

18.5 Supplying, filling, spreading & leveling gravels of size range 5 mm to 10 mm, in the recharge pit, over the existing layer of boulders, in required thickness, for all leads & lifts, all complete as per direction of Engineer-in-charge. 55.00 Cum

18.6 Supplying, filling, spreading & leveling coarse sand of size range 1.5 mm to 2 mm in recharge pit, in required thickness over gravel layer, for all leads & lifts, all complete as per direction of 55.00 Cum

174

AE-I AE-II EE

Engineer -in-charge.

18.7 Gravel packing in tubell construction in accordance with IS:4097, including providing gravel fine/medium/coarse, in required grading & size as per actual requiremnet, all complete as per direction of Engineer-in-charge. 28.00 Cum

18.8 Supplying, assembling, lowering and fixing in vertical position in bore well, ERW (Electric Resistance Welded) FE 410 mild steel screwed and socketed /plain ended casing pipies of required dia, confirming to IS: 4270, of reputed & approved make, including painted with outside surface with two coats of anticorrosive paint of approved brand and manufacture, including required hire & labour charges, fitting & accessories, all complete, for all depths, as per direction of Engineer-in-charge

18.8.1 150 mm nominal size dia 100.00 metre 18.8.2 200 mm nominal size dia 50.00 metre 18.9 Supplying, assembling, lowering

and fixing in vertical position in bore well, ERW (Electric Resistance Welded) FE 410 plain slotted (having slot of size 1.6/3.2 mm) mild steel threaded and socketed/ plain bevel ended pipe (type A) of required dia, confirming to IS: 8110, of reputed and approved make, having wall thickness not less than 5.40 mm, including painted with outside surface with two coats of anticorrosive bitumestic paint of approved brand and manufacture, including required hire & labour charges, fitting & accessories, all complete, for all depths, as per direction of Engineer-in-charge

18.9.1 150 mm nominal size dia 50.00 metre

175

AE-I AE-II EE

18.10 Development of tube well in accordance with IS : 2800 (part I) and IS: 11189, to establish maximum rate of usable water yield without sand content (beyond permissible limit), with required capacity air compressor, running the compressor for required time till well is fully developed, measuring yield of well by "V" notch method or any other approved method, measuring static level & draw down etc. by step draw down method, collecting water samples & getting tested in approved laboratory, i/c disinfection of tubewell, all complete, including hire & labour charges of air compressor, tools & accessor 16.00 Hour

18.11 Providing and fixing suitable size threaded mild steel cap or spot welded plate to the top of bore well housing/ casing pipe, removable as per requirement, all complete for borewell of:

18.11.1 200 mm dia 2.00 each 18.12 Providing and fixing M.S. clamp of

required dia to the top of casing/ housing pipe of tubewell as per IS: 2800 (part I), including necessary bolts & nuts of required size complete. 200 mm clamp 4.00 each

18.13 Providing and fixing Bail plug/ Bottom plug of required dia to the bottom of pipe assembly of tubewell as per IS:2800 (part I).

18.13.1 150 mm dia 2.00 each 18.13.2 200 mm dia 2.00 each 18.14 Supplying, assembling, lowering

and fixing in vertical position in bore well mild steel/ERW reducer 200 mm to 150mm nominal size dia 2.00 each

Sub-Total 19 SEWAGE TREATMENT PLANT

Design, Fabrication Supply, installation, testing, trial run & commissioning of Sewage Treatment Plant of Capacity of 200KLD based on MBBR technology

19.1 BAR SCREEN

19.1.1

S.I.T & C of SS-304 fabricated basket type bar screen with 8-12mm normally placed gaps in screen to allow sewage water flow and prevent higher size debris from entering into the Collection tank at the very entry point itself of the tank. Screen kept inclined at 45 degree to the horizontal with hand track as required. 1.00 Lot

176

AE-I AE-II EE

19.2 MS TANKS

19.2.1

Providing & fixing of Mild steel tank including design, engineering & fabrication comprising of 2 aeration tank of capacity 22 cum each, Tube settling tank of minimum surface area of 2.5 sqm and total height of tank minimum 3 meters, clarified water tank of minimum storage capacity 5 cum made of MS sheet of 6 mm thick for wall and top cover with suitable opening for diffuser drops, air vent & manholes for easy maintenance and 6 mm thick for base along with required stiffener support of channel 100x50x6mm, bottom support of channel 150X75X6mm with openable type top covering along with internal FRP coating and exterior enamel paint on the outer walls including required provision of inlet outlet, vent etc., transportation and installation at site etc. Complete in all respect.. 1.00 Lot

19.3 Raw Sewage Pump ( 1 w + 1 s )

19.3.1

S.I.T&C of Centrifugal, Monobloc, raw sewage pumps to pump sewage from equalization tank to aeration tank suitable for handling minimum 8-10 mm solid particles having a liquid discharge rate of minimum 10 m3/hrs at a head of 10 meters suitable for operation on 3phase 400Volt AC supply [Make: KSB/Grundfos/Xylem/Kiloskar/CRI] 2.00 Nos

19.4 Coarse Bubble Diffuser

19.4.1

S.I.T&C of coarse bubble diffuser with MSEP pipe grid to provide clog free oxygen for equalization tank as required 14.00 Nos

19.5 Fine Bubble Diffuse

19.5.1

S.I.T&C of fine bubble diffuser with Tubular Fine Membrane set of EPDM/Silicon with anti-fungal treatment of size 63mm X 1000 mm Long to provide clog free oxygen for aeration tank as required [Make: W2P Tek /PP-Aqua / Rehaeu, Germany/ Equivalent] 18.00 Nos

177

AE-I AE-II EE

19.6 Air Blower (1W+1S)

19.6.1

S.I.T&C of twin type rotary air blowers capable of delivering 230 cum/hr of Air and 0.51 kg/cm2 pressure driven through “V” belt or directly coupled through flexible coupling to a TEFC motor of 7.5 KW with accessories MS base plate, safety valves, suction filter, NRV, PRV, ant vibration pad, V – belt, Belt guard, Drive and driven pulleys Suitable for 415 ± 10% volts, 3 phase, 50 cycles A/C supply as required (MAKE Blower: Everest / Airvac / Blowvac/ Equivalent) (MAKE Motor: Crompton/ Kirloskar/ Equivalent) 2.00 Nos

19.7 MBBR Media

19.7.1

S.I.T&C of MBBR media of PP/PVC self-supporting, cylindrical shaped structure with fins having specific gravity of 0.90-0.95gm/cm3 for enhanced Dwelling space for bacterial growth installed in Aeration tank as required [Make: PP -Aqua/ WEEPL/ W2PTEK] 15.00 Cum

19.8 SLUDGE THICKENING TANK

19.8.1

Providing & fixing of HDPE sludge thickening tank of capacity 5 cum along with all necessary pipe fittings & labor charges including transportation at respective site. Make - Sintex/Polywell/Jindal or Equivalent approved make, complete in all respect. 5000.00 Litre

19.9 SECONDARY TUBE SETTLING MEDIA

19.9.1

S.I.T&C of Tube settling media of PP/PVC for for solid and liquid separation to be installed in secondary tube settler tank as required [Make: PP -Aqua/ WEEPL/ W2PTEK] 12.00 Cum

19.10 BIO - SLUDGE RECYCLE PUMP – (1w+1s)

19.10.1

S.I.T&C of Centrifugal, mono bloc sludge recycle pump to recycle sludge to Aeration Tank & excess sludge to SDB having discharge rate of minimum 6m3/hrs. at a head of 25 meters suitable for operation on 3phase 400Volt AC supply [Make:KIRLOSKER/Grundfos/CRI 2.00 Nos

19.11 FILTER FEED PUMP – (1w+1s)

178

AE-I AE-II EE

19.11.1

S.I.T&C of Centrifugal, Mono block, filter feed pump having discharge rate of minimum 20 m3/hrs at a head of 24 meters suitable for operation on 3phase 400Volt AC supply [Make: CRI/Kirloskar/Crompton] 2.00 Nos

19.12 ACTIVATED CARBON FILTER

19.12.1

Supply, installation & commissioning of Activate carbon filter comprising of MSEP vessel with frontal piping and butterfly valve of size: 1000 MM Dia X 2000MM HOS complete with all fittings to remove Color & Odor as required [Make VENZA/Stockdale] 1.00 Nos

19.3 PRESSURE SAND FILTER

19.13.1

Supply, installation & commissioning of Multi Grade filter comprising of MSEP vessel with frontol piping and butterfly valve of size: 1000 MM Dia X 2000MM HOS complete with all fittings to remove fine suspended solids, as required (Make VENZA/Stockdale ) 1.00 Nos

19.14 DOSING PUMP FOR HYPO DOSING TANK

19.14.1

S.I.T&C of single phase dosing pump-motor set having flow rates 0-6LPH and PVC dosing tank for storage of chlorine dosing solution suitable for chlorine dosing in Chlorine contact tank as required. [Make:E-dose/Pentair/p-dose or Equivalent] 1.00 Nos

19.15 DOSING PUMP FOR POLYELECTROLYTE SOLUTION

19.15.1

S.I.T&C of single phase dosing pump-motor set having flow rates 0-6LPH and PVC dosing tank for storage of polyelectrolyte dosing solution suitable for poly -electrolyte dosing in sludge thickening tank as required. [Make: E-dose/Pentair/p-dose] 1.00 Nos

19.16 TREATED WATER TANK AND DOSING TANKS

19.16.1 S.I.T&C of 5 NOS 5 CUM capacity for storage of treated water . 25000.00 Litre

19.17 SLUDGE FEED PUMP

19.17.1

S.I.T&C of 1 no Centrifugal, Screw Type, sludge feed pump to feed the Sludge to the Filter press having discharge rate of minimum 2 m3/hrs at a head of 50 meters suitable for operation on 3phase 400Volt AC supply [Motor Make: CRI/Kirloskar/CNP/] 1.00 No [Pump Make: Rotomac / Equivalent ]

19.18 AIR PURGING GRID

179

AE-I AE-II EE

19.18.1

S.I.T&C of air purging grid in sludge collection tank for providing air for mixing complete with piping, valves and other accessories of MSEP as required 1.00 Lot

19.19 FILTER PRESS

19.19.1

S.I.T&C of filter press consisting of minimum 15 Nos of P.P. plates of size not less than 450mm x 450mm and M.S. frame suitable for dewatering the sludge and making its cakes with moisture contents of 75% to 80% complete as required 1.00 Set [Make:AKAR-MPEX/W2PTEK/PP-Aqua]

19.2 MICROBIAL INOCULANTS

19.20.1

Supply of liquid microbial inoculants for the dosing of bacteria at the inlet of the system to reduce the foul smell Make /E.M/Equivalent 20.00 kg

19.21 INTERCONNECTING PIPING

19.21.1

Supply of all necessary CPVC pipes of make Astral, Prince or equivalent make, MS pipe (medium duty) of make Jindal/QST/Equivalent valve, fittings etc. including fixing at site, complete in all respect. 1.00 Lot

19.22 CONTROL PANEL

19.22.1

Supplying, Installation, Testing and Commissioning of Non-compartmentalised & free standing electric distribution panel box made out of 16 SWG CRCA sheet duly powder coated design with 63 amp bus . The panel shall be having PVC heat shrinakable sleaved and 4 strip (3 phase + 1neutral ) Al bus bar and copper interconnections etc complete as required with suitable switch gears and accessories as required [Make Siemens / L & T/ Equivalent] 1.00 Lot

19.23 CABLING

19.23.1

Supplying and installation of Copper / Al unarmored Electrical cabling s from control panel to various units of sewage treatment plant as per the capacity of the motors / drives complete as required [Make Havells / Kalinga/Polycab/ Equivalent] 1.00 Lot

19.24 PRESSURE GAUGES [Make;Wika / H guru / Equivalent]

19.24.1

S.I.T&C of Bourdon / Diaphragm type pressure gauges to Indicate the Pressure having range of 0 to 4 Kg/ cm2 for Pumps & 0 to 1.0 Kg/cm2 for Blowers as required 1.00 Lot

180

AE-I AE-II EE

19.25 LEVEL SWITCHES [Make;Minilac / Equivalent]

19.25.1 S.I.T&C of level switches to Indicate the low & High level inside the tanks as required 1.00 No

19.26 PH- METER

19.26.1

supplying & installation of online p-H meter to measure acidity or alkanity of the treated water. Push button Front keys; individual High & Low Set Point Relay; Programmable Control Delay Time to prevent Chattering; Hysteresis to Prevent Relay Chattering;IN-Built Diagnostics; IN - Built Alarm Annunciator as required (Make:Aster/ Toshniwal/Equivalent) 1.00 No

19.27 ELECTRO MAGNETIC FLOW METERR

19.27.1

S.I.T&C of Electromagnetic Flow meter 3" - reduced to 2 1/2" line size. Suitable for 2-35m3/hr with flow rate for sewage water and treated water Indicator 160x160x160mm; enclosure - cast aluminum, weather proof ip-65; mounting- field(direct on sensor); supply power- 230volt ac as required (Make: Embark/ Aster/ Toshniwal/Equivalent) 1.00 No

19.28 U.V. Lamp

19.28.1

S.I.T&C of UV Lamps with maximum capacity - tertiary treatment waste water is 8-15 m3/hr with minimum 6 no of high output UV lamps, UV Dosage (uW-sec/cm2) 1.00 No

Sub-Total 20 LANDSCAPING AND

HORTICULTURE WORKS

20.1 Preparation of beds for hedging and shrubbery by excavating 60 cm deep and trenching the excavated base further depth of 30 cm .Refilling the excavated earth after breaking clods and mixing with the sludge or manure in the ratio 8 :1 (8parts of stack volume of earth after reduction by 20 % :one part of stack volume of sludge or manure after reduction by 8 %) flooding with water filling with earth if necessary . watering and finally fine dressing ,leveling etc ,including stacking and disposal of material declared unserviceable and surplus earth by spreading and leveling as directed,within a lead uo to 50 m and lift 1.5 m complete ( cost of manure and good earth to be paid 164.00 cum

181

AE-I AE-II EE

for separately ).

20.2 Digging holes in ordinary soil and refilling the same with the excavated earth mixed with manure or sludge in the ratio of 2:1 by volume ( 2 parts of stacked volume of manure after reduction by 20%: 1 part of stacked volume of manure after reduction by 8%) flooding with water,dressing including removal and surplus earth,if any ,with all leads and lifts (cost of manure ,sludge or extra good earth if needed to be paid for separately)

20.2.1 Holes 60 cm dia 60 cm deep. 504.00 Each 20.3 Removal of excavated earth

mixed/ malba by mechanical transport lead upto 5 km including loading, unloading and stacking . 210.00 cum

20.4 Supplying and stacking of good earth at site including royalty and carriage upto 5 km. (Earth measured in stacks will be reduced by 20% for payment) 1811.00 cum

20.5 Supplying and stacking of cowdung manure at site including and carriage upto 5 km. (Manure measured in stacks will be reduced by 8% for payment). 349.00 cum

20.6 Spreading sludge, dump manure or/ and good earth in required thickness (cost of sludge, dump manure or / and good earth to be paid separately). 1875.00 cum

20.7 Rough dressing the trenched ground including breaking clods . 5357.00

100 sqm

20.8 Flooding the ground with water including making kiaries and dismantling the same. 5357.00

100 sqm

182

AE-I AE-II EE

20.9 Uprooting weeds from the trenched area after 10to 15 days of its flooding with water including disposal of uprooted vegetation. 5357.00

100 sqm

20.10 Fine dressing the ground.

5357.00 100 sqm

20.11 Grassing with Selection No. 1 grass including watering and maintenance of the lawn for 30 days or more till the grass forms a thick lawn free from weeds and fit for mowing including supplying of good earth if needed (as good earth shall be paid separately.)

20.11.1 In rows 5 cm apart in both directions

5357.00 100 sqm

20.12 Supply & stacking of Selection No.1 grass at site fresh & free from weeds having proper roots. 1071.00 Sqm

20.13 Preparation of mounds of various size and shape by available excavated/supplied earth in layers not exceeding 20 cm in depth,breaking clods,watering of each layer,dressing etc., lead upto 50 meter and lift upto 1.5 m complete as per direction of officer- in- charge. 204.00 cum

20.14 Supplying and spreading of Neem oil cake ( in 50kg packing) 5.00

Per Qtl

20.15 Supplying and stacking of following plants (trees,shrubs.hedges, ground covers) free from diseases and pests, healthy growth, true to variety at site of work.

20.15.1 Azadirachta indica (Neem) of ht. 120-150 cm in gunny bag. 10.00 Each

20.15.2 Polyalthia longifolia of ht. 90-120 cm in gunny bag. 20.00 Each

20.15.3 Largerstroemia flosreginie of ht. 60-75 cm in polybag. 10.00 Each

20.15.4 Mimusops elengi (Maulsri) of ht. 150 cm and multibranched in gunny bag. 10.00 Each

20.15.5 Bauhinia purpurea (kachnar) of ht. 150 cm and multibranched in gunny bag. 10.00 Each

20.15.6 Cassia fistula (Amaltas) of ht.120 cm and multibranched in gunny bag. 10.00 Each

20.15.7 Mussaendra erythrophylla of height 90-100 cm in earthen pots of 30 cm 40.00 Each

20.15.8 Hibiscus rosasinensis of ht. 60 cm,bushy shape,well developed and well branched in gunny bag. 40.00 Each

20.15.9 Tecoma gaudichaudi of ht. 60-90 cm, well developed and well branched in polybag. 100.00 Each

20.15.10 Ixora coccinia of height 45-60 cm 100.00 Each

183

AE-I AE-II EE

in polybag

20.15.11 TMC (variegated) having 45-60 cm height in 20 cm polybag 100.00 Each

20.15.12 TMC (Green) having 45-60 cm height in 20 cm polybag 54.00 Each

20.15.13 Clerodendron inermi of ht 25-30 cm in polybag 2939.00 Each

20.15.14 Duranta goldiana of ht 15-25 cm in polybag . 5878.00 Each

20.15.15 Jasminium grandiflora of ht. 30-45 cm in polybag 1439.00 Each

20.15.16 Murraya exotica of ht. 30-45 cm ,well developed in polybag 1500.00 Each

20.16 Plantation of trees/shrubs/hedges etc at site including watering, removal of unserviceable materials for all leads and lifts as per direction of officer in charge. 12260.00 Each

20.17 Complete maintenance of the entire garden features in the garden area i.e lawn, trees, shrubs,hedges ,flower beds,creepers etc. including hoeing,prunning,replacement of plants,gap filling,watering,mowing of lawn,clipping of hedge,removal of garden waste,applying insecticide, pesticide &fertlilizer(whenever required) top dressing of lawn with good earth and manure and maintenance of other garden related works as directed by officer in charge.( Good earth, manure, fertilizer, insecticide, pesticide etc. & All T&P articles &stock materials will be provided by the department.) (5357.00 sqmx 6 months=32142.00 sqm) 32142.00

per sqm

20.18 Cutting of Hedge/Edge including removing of cut material along with removal of rubbish for lead upto 50 m and lift upto 1.5 m as per direction of officer incharge.(Excluding the cost of material which shall be provided by the department) (546.00sqmx6month=3276.00sqm) 3276.00

per sqm

Sub-Total 21 Garbage Chute 21.1 Providing and fixing Garbage

Chute of 34 meter height with 1.5 mm thick sheet of stainless steel 430 grade 450 mm dia round duct which will be fixed in the building shaft with support of angle clamps to be grounded in RCC or with dash fasteners with following specifications and direction by Engineer-in-charge.

184

AE-I AE-II EE

21.1.1 10 nos. intake doors will be provided I all floors of size 450 x 450 mm

Automatic rooftop ventilators are fitted on top which shall be wored on Air pressure technology.

Height of Garbage chute shall be 34 meter. 7.00 nos.

Sub-Total Total

185

AE-I AE-II EE

PART-C – FINANCIAL BID

(E&M COMPONENT)

SH: 1 INTERNAL EI & FANS

SH: 2 LIFTS

SH: 3 FIRE ALARM & FIRE FIGHTING

SH: 4 EXTERNAL ELECTRICAL WORKS

I/C D.G. SET & SUB-STATION ETC

186

AE-I AE-II EE

PROFORMA OF SCHEDULES

For Electrical & Other Components

(Separate Performa for Civil & Elect. Works in case of Composite Tenders)

(Operative Schedules to be supplied separately to each intending tenderer)

SCHEDULE ‘A’

Schedule of quantities (as per CPWD-3) Page No 250-283

SCHEDULE ‘B’

Schedule of materials to be issued to the contractor.

S. No.

Description of item Quantity

Rates in figures & words at Which the

material will be charged to the contractor

Place of issue

1 2 3 4 5

NO MATERIAL SHALL BE ISSUED BY THE DEPARTMENT. ALL THE

MATERIALS AS PER SCHEDULE OF WORK & SPECIFICATIONS SHALL BE

ARRANGED BY THE MAIN CONTRACTOR / ASSOCIATED ELCETRICAL

CONTRACTOR AS THE CASE MAY BE.

SCHEDULE ‘C’

Tools and plants to be hired to the contractor

S. No. Description Hire charges per day Place of Issue

1 2 3 4

NO MATERIAL SHALL BE ISSUED BY THE DEPARTMENT. ALL THE

MATERIALS AS PER SCHEDULE OF WORK & SPECIFICATIONS SHALL

BE ARRANGED BY THE MAIN CONTRACTOR / ASSOCIATED

ELCETRICAL CONTRACTOR AS THE CASE MAY BE.

PROFORMA OF SCHEDULES CPWD

187

AE-I AE-II EE

PROFORMA OF SCHEDULES CPWD

SCHEDULE ‘D’

Extra schedule for specific requirements/document for the work, if any. Attached

SCHEDULE ‘E’

Reference to General Conditions of contract of 2014 with amendments up-to-date of submission of tenders

Name of Work : “C/o 314 Nos. GPRA Quarters (G + 10) at Digha, Patna, Bihar, (Type-II-119 Nos.,

Type-III- 100 Nos., Type-IV- 60 Nos., Type-V- 30 Nos. and Type-VI- 05 Nos.) etc.

i/c Internal Water Supply, Sanitary Installation, Drainage, Civil Development

Works, Internal Electrical Installations, Fan & Fittings, Fire Fighting System, Fire

Alarm System, Passenger Lifts, Sub-Stations and D.G. Sets.”

Estimated cost of work

Electrical Component :

A. I.E.I & Fans : Rs. 4.99 Crore

B. Lift : Rs. 3.84 Crore

C. Fire alarm/Fire

fighting

:

Rs. 0.76 Crore

D. External

Electrification

i/c DG Set &

Sub-Station etc.

:

Rs. 2.47 Crore

Total : Rs. 12.06 Crore

(i) Earnest Money : As per Part A

(ii) Performance Guarantee : As per Part A

(iii) Security Deposit : As per Part A

SCHEDULE ‘F’

GENERAL RULES & DIRECTIONS :Officer inviting tender EE/G.P.O.A.-P.D./CPWD/Patna

Maximum percentage of quantity of items of

work to be executed beyond which rates are to

be determined in accordance with Clauses 12.2

& 12.3

: See below

Definitions: 2(v) Engineer-in-Charge EE/PCED/CPWD/Patna.

2(viii) Accepting Authority CE(EZ-II)/CPWD/Patna or his successor thereof.

2(x) Percentage on cost of materials and

Labour to cover all overheads and profits:

15%

2(xi) Standard Schedule of Rates DSR’ 2014 (Electrical) & Market Rates

2(xii) Department CPWD

9(ii) Standard CPWD Contract Form CPWD Form 8 modified & Corrected up-to-date of dropping of tenders.

188

AE-I AE-II EE

PROFORMA OF SCHEDULES CPWD

Clause 1

(i) Time allowed for submission of Performance Guarantee from

the date of issue of letter of acceptance

As per Part A

(ii) Maximum allowable extension with late fee @ 0.1% per day

of performance guarantee amount beyond the period

provided in (i) above

As per Part A

Clause 2 Authority for fixing compensation under clause 2

PM/GPOA Project Circle/ CPWD/

Patna or his successor thereof.

Clause 2A Clause 2A shall be applicable As per Part A

Clause 5

Number of days from the date of issue of letter

of acceptance for reckoning date of start

As per Part A

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

Sl.

No. Description of mile stone

Period for

completion from date of

start in

months

Withheld

amount for non-achievement of

mile stone.

As per Part-A

Time allowed for execution of work: 24 (Twenty Four) Months.

Authority to decide:

(i) Extension of time EE/GPOA-Project Division/PATNA or his successor thereof. (Engineer in Charge or Engineer in Charge of Major Component

in case of Composite Contracts, as the case may be)

(ii) Rescheduling of mile stones PM/GPOA-Project Circle/PATNA or his successor thereof.

(Superintending Engineer in Charge or Superintending Engineer

in Charge of Major Component in case of Composite Contracts,

as the case may be)

(iii) Shifting of date of start in case of delay in

handing over of site PM/GPOA-Project Circle/PATNA or his successor thereof.

(Superintending Engineer in Charge or Superintending Engineer

in Charge of Major Component in case of Composite Contracts,

as the case may be)

189

AE-I AE-II EE

PROFORMA OF SCHEDULES CPWD

Clause 6, 6A

Clause applicable - (6 or 6A)

6A

Clause 7, 7A Gross work to be done together with net payment /adjustment of advances for material collected, if any, since the last such payment for being eligible to interim payment

Rs. 50 lacs

Clause 10A

List of testing equipment to be provided by the contractor at site lab.

Equipments for Testing of Materials at Site Laboratory

All necessary equipment for conducting all necessary tests shall be provided at the site laboratory by the contractor at his own cost. The following minimum laboratory equipments shall be set up at site office laboratory:-

1. EARTH TESTER 2. MEGGER 500 V

3. LINE TESTER 4. TEST LAMP

5 TONG TESTER 6. BATTERY TESTER

7. CHASE CUTTING MACHINE 8. CRIMPING TOOL

9. GAS CUTTING MACHINE 10. WELDING MACHINE

11 HYDRAULIC PRESURE TESTING M/C 12. WIRE DRAWING EQUIPMENT

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

Clause 10C Not applicable, labour component taken in 10 CC

Clause 10CA

S. No.

Material covered under this clause

Nearest Materials (other than cement, reinforcement bars and the structural steel) for which All India Wholesale Price Index to

be followed

Base Price of all Materials covered under

clause 10 CA

NOT APPLICABLE

* Base price of all the materials covered under clause 10 CA is to be mentioned at the time of approval of NIT.

190

AE-I AE-II EE

PROFORMA OF SCHEDULES CPWD

Clause 10CC ---- Applicable

Clause 10 CC to be applicable in contracts with stipulated period of completion exceeding the period shown in next column

12 (Twelve) months

Schedule of component of other Materials, Labour and POL etc. for

price escalation.

Component of civil (except materials covered under clause 10CA) /

Electrical construction Materials expressed as percent of total value of

work

Xm 45 %

Component of Labour – expressed as percent of total value of work.

Y 25%

Component of P.O.L. – expressed as percent of total value of work.

Note : Xm…..% should be equal to (100) – (materials covered under

clause 10CA i.e. Cement, Steel and other material specified in clause

10CA + Component of P.O.L.)

Z Nil

Clause 11

Specifications to be followed

for execution of work CPWD General Specifications for Electrical Works Part I Internal–

2013, CPWD General Specifications for Electrical Works Part IV Sub

Station–2013, CPWD General Specifications for Electrical Works

Part VII D.G. Sets–2013, CPWD General Specifications for Electrical

Works Part VIII Gas Based Fire Extinguishing System–2013, General

Specifications for Electrical Works-Internal-2005, General

Specifications for Heating,Ventilation & Air-Conditioning (HVAC) -

2004 & General Specifications for Electrical Works (Part-III-LIFTS

& Escalators)-2003, Part V (Wet Riser and Sprinkler system) 2006

(all the above specifications amended upto date and as per additional

specifications attached with schedule of work.

Clause 12 Type of Work ** Project and Original work/ Maintenance work including work of

upgradation, aesthetic, special repair, addition/alteration in the building

12.2 & 12.3 (i) Deviation limit beyond which clauses 12.2 & 12.3 shall apply

for building work

30% (Thirty percent)

12.5 (i) Deviation limit beyond which clause 12.2 & 12.3 shall apply for

foundation work (except items mentioned in earthwork sub head

in DSR & related items)

30% (Thirty percent)

(ii) Deviation Limit for item in earth work subhead of DSR

and related items.

100% (One hundred percent)

Clause 16 Competent Authority for deciding reduced rates. PM/GPOA-Project Circle/PATNA or successor thereof

Clause 18

List of mandatory machinery, tools & plants to be deployed by the contractor at site:- 1. EARTH TESTER 2. MEGGER 500 V

3. LINE TESTER 4. TEST LAMP

5. DIE & VICE 6. CHASE CUTTING MACHINE

7 TONG TESTER 8. BATTERY TESTER

9. CHASE CUTTING MACHINE 10. CRIMPING TOOL

11. GAS CUTTING MACHINE 12. WELDING MACHINE

13 HYDRAULIC PRESURE TESTING M/C 14. WIRE DRAWING EQUIPMENT

191

AE-I AE-II EE

PROFORMA OF SCHEDULES CPWD

Clause 25

Constitution of Dispute Redressal Committee:-

Constitution of Dispute Redressal Committee (DRC) Competent Authority to appoint DRC DRC shall constitute one Chairman and Two members Additional Director General ER-I

Clause 36 (i)

Requirement of Technical Representative(s) and recovery Rate

Sl.

No Minimum

Qualification of

Technical

Representative

Discipline Designation

(Principal

Technical/

Technical Representative)

Minimum

Experience

Number Rate at which

recovery shall be made

from the contractor in

the event of not fulfilling provision of

clause 36(i)

Figure

in Rs.

Words

(Rupees)

1 Graduate

Engineer Electrical

Technical representative

Five Years One Rs.

25,000/-

p.m.

Rupees

Twenty five

thousand

only.

2 Graduate

Engineer

or

Diploma

Engineer

Electrical Technical

representative

NIL

Five Years

One

One

Rs.

20,000/- p.m.

Rs

20,000/-

p.m.

Rupees

Twenty thousand

only

Rupees

Twenty

thousand only.

3 Graduate

Engineer

or

Diploma Engineer

Mechanical Technical

representative

NIL

Five Years

One

One

Rs.

20,000/-

p.m.

Rs 20,000/-

p.m.

Rupees

Twenty

thousand

only

Rupees Twenty

thousand

only.

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

Graduate Engineers. Diploma holder with minimum 10 year relevant experience with a reputed construction co. can

be treated at par with Graduate Engineers for the purpose of such deployment subject to the condition that such

diploma holders should not exceed 50% of requirement of degree engineers.

192

AE-I AE-II EE

PROFORMA OF SCHEDULES CPWD

Clause 42

(i) (a) Schedule/statement for determining theoretical quantity of

cement & bitumen on the basis of Delhi Schedule of Rates

2014 printed by C.P.W.D.

Delhi Schedule Rate 2014

(ii) Variations permissible on theoretical quantities:

(a) Cement

For works with estimated cost put to tender not more than Rs. 5

lakh.

3% plus/minus

For works with estimated cost put to tender more than Rs. 5

lakh.

2% (Two percent)plus/minus.

(b) Bitumen All Works 2.5% plus & only & nil on minus side

(c) Steel Reinforcement and structural steel sections for each

diameter, section and category

2%(Two percent) plus/minus

(d) All other materials Nil

(e) Schedule/statement for determining theoretical consumption of

Brick work on the basis of CSR’ 1994.

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

S. No.

Description of Item

Rates in figures and words at which recovery shall be made from the

Contractor

Excess beyond

permissible

variation

Less use beyond

permissible

variation

1. Grey Cement conforming to IS 8112 OPC 43 Grade

Not Applicable

2. Cement PPC Conforming to IS 1489 (Part II)

3. Steel Reinforcement TMT Bar of all dia

4. Structural Sections

193

AE-I AE-II EE

COMMERCIAL AND ADDITIONAL CONDITIONS

194

AE-I AE-II EE

BUILDING INTERNAL LIFTS (1) GENERAL

a) The main contractor for the work has to associate manufacturer’s of lift under Category A in CPWD

(OTIS/KONE/SCHINDLER/MITSUBISHI/ JOHNSON) for execution of this sub head of work. No

other associated agency shall be eligible to execute the work. b) This specification covers manufacture, testing as may be necessary before dispatch, delivery at site, all

preparatory work, assembly and installation, commissioning putting into operation of lifts and final testing

of lift at proposed GPRA campus at Digha, Patna.

c) Scope of work: The lifts are to be provided in the different type of buildings as under:-

Sl. No. Quarter Block Type of installation

1. Type- V & VI A 2 Nos. (13 Passengers)

2. Type- IV B 2 Nos. (13 Passengers)

3. Type- III C 4 Nos. (13 Passengers)

4. Type- II D 4 Nos. (13 Passengers)

d) The work shall be executed as per CPWD General Specifications for Electrical Works Part-III, Part-III-

Lifts & Escalators – 2003, Electrical Works Part I Internal – 2013 as amended upto date and as per

relevant IS and as per direction of Engineer-in-charge. These additional specifications are to be read in

conjunction with above and in case of variations, specifications given in this additional condition shall

apply. However, nothing extra shall be paid on account of these additional specification & conditions as

the same are to be read along with schedule of quantities for the work.

e) The tenderer should in his own interest visit the site and get familiarize with the site conditions before

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

(2) TERMS OF PAYMENTS

The following percentage of contract rates for the various items included in the contract shall be payable against the

stage of work shown herein.

a) 80% after initial inspection and delivery at site in good condition on pro-rata basis.

b) 10% after completion of installation in all respects.

c) Balance 10% will be paid after testing, commissioning & handing over to the department for beneficial use.

(3) RATES

The rates quoted by the tenderer, shall be firm and inclusive of all taxes (including works contract tax, VAT, labour

cess), duties levies, octroi etc. and all charges for packaging, forwarding, insurance, freight and delivery,

installation, testing, commissioning etc. at site including temporary construction of storage, risks, over head

charges, general liabilities/obligations and except service tax which is reimbursable on producing of documentary

proof of depositing the same.

The department will not issue Octroi exemption certificate.

(4) The contractor has to carry out maintenance as per manufacturer's standards for a period of 12 months from the date

of handing over. Nothing extra shall be paid on this account.

(5) COMPLETENESS OF TENDER

a) All sundry equipment, fittings, unit assemblies, accessories, hardware items, foundation bolts, termination

lugs for electrical connections, and all other items which are useful and necessary for efficient assembly and

installation of equipment and components of the work shall be deemed to have been included in the tender

irrespective of the fact whether such items are specifically mentioned in the tender documents or not.

b) For item / equipment requiring initial inspection at manufacturer’s works’ the contractor will intimate the date

of testing of equipments at the manufacturer’s works before dispatch. The department also reserves the right

to inspect the fabrication job at factory and the successful tenderer has to make the agreement for the same.

The successful tenderer shall given sufficient advance notice regarding the dates proposed for such tests /

inspection to the department’s representative(s) to facilities his presence during testing / fabrication. The

engineer-in-charge at his discretion may witness such testing / fabrication. The cost of the Engineer’s visit to

the factory will be borne by the Department. Also equipment may be inspected at the Manufacturer’s

premises, before dispatch to the site by the contractor.

(6) STORAGE AND CUSTODY OF MATERIALS

The room, if available, may be used for storage of sundry materials and erection equipments or else the agency has

to make his own arrangements. No separate storage accommodation shall be provided by the department. Watch

and ward of the stores and their safe custody shall be the responsibility of the contractor till the final taking over of

the installation by the department.

195

AE-I AE-II EE

(7) CARE OF THE BUILDING:

Care shall be taken by the contractor while handling and installing the various equipments and components of the

work to avoid damage to the building. He shall be responsible for repairing all damages and restoring the same to

their original finish at his cost failing which the same shall be got rectified/made good at the risk and cost of the

contractor by the department and will be recovered in the bill. He shall also remove every day at his cost all

unwanted and waste materials arising out time to time of the installation from the site of work.

(8) COMPLETION PERIOD

The completion period indicated in the tender documents is for the entire work of planning, designing, approval of

drawings etc., arrangement of materials & equipments, delivery at site including transportation, installation, testing,

commissioning and handing over of the entire system to the satisfaction of the Engineer-in-charge.

(9) GUARANTEE

a) All equipments shall be guaranteed for a period of 12 months, from the date of taking over the installation by

the department, against unsatisfactory performance and/or break down due to defective design, workmanship

or material. The equipments or components, or any part thereof, so found defective during guarantee period

shall be forthwith repaired or replaced free of cost, to the satisfaction of the Engineer-inCharge. In case it is

felt by the department that undue delay is being caused by the contractor in doing this, the same will be got

done by the department at the risk and cost of the contractor. The decision of the Engineer-in-charge in this

regard shall be final & binding on the contractor.

b) The tender shall guarantee among other things, the following:

i) Quality, strength and performance of the materials used as per manufacturers standards.

ii) Safe mechanical and electrical stress on all parts under all specified conditions of operation.

iii) Satisfactory operation during the maintenance period.

(10) ACCEPTABLE MAKES OF lifts:

The acceptable makes of lifts are as follows:

OTIS/KONE/SCHINDLER/MITSUBISHI/JOHNSON

(11) DATA MANUAL AND DRAWINGS TO BE FURNISHED BY THE TENDER:

a) With Tender: The tenderer shall furnish alongwith the tender, detailed technical literature, pamphlets and

performance data for appraisal and evaluation of the offer.

b) After award of work.

The successful tenderer would be required to submit the following drawings within 15 days of award of work for

approval before commencement of installation.

a) General arrangement drawing of the equipments like lift car, rail, controls, doors, supporting arrangements.

b) Details of fixing arrangements for the equipments and the weights of assembled equipments.

c) Cable/ layout between each equipment’s etc.

d) Any other drawings necessary for the job.

(12) The successful tenderer should furnish well in advance three copies of detailed instructions and manuals of

manufacturers for all items of equipments regarding installation, adjustments operation and maintenance including

preventive maintenance & trouble shooting together with all the relevant data sheets, spare parts catalogue etc. all

in triplicate.

13) EXTENT OF WORK

a) The work shall comprise of entire labour including supervision and all materials necessary to make a complete

installation and such tests and adjustments and commissioning, as may be required by the department. The term

complete installation shall not only mean major items of the plant and equipments covered by specifications but

all incidental sundry components necessary for complete execution and satisfactory performance of installation

with all layout charts whether or not those have been mentioned in details in the tender document in connection

with this contract as this is a turnkey job.

b) In addition to supply, installation, testing and commissioning of lifts, following works shall be deemed to be

included within the scope of work to be executed by the tenderer as this is a turnkey job.

i) Minor building works necessary for installation of equipments, foundation/fixing

arrangements, making of opening in walls or in floors and restoring them to their original

condition I finish and necessary grouting etc. as required.

ii) All supports necessary lift installation.

196

AE-I AE-II EE

(14) Exclusion and work to be done by the agencies:

The following shall be excluded from the scope of the work:

a) Major dismantling of any existing building work.

(15) INSPECTION AND TESTING

a) All major equipments i.e. lift shall be offered for initial inspection at manufacturers works. The contractor will

intimate the date of testing of equipments at the manufacturer's works before dispatch. The successful tenderer

shall give advance notice of minimum two weeks regarding the dates proposed for such tests to the

department's representative to facilitate his presence during testing. The Engineer-in-charge may witness such

testing. The cost of the Engineer's visit to the factory will be borne by the Department. Equipments will be

inspected at the manufacturer/ Authorised Dealers premises, before dispatch to the site by the contractor if so

desired by the Engineer-in-charge.

b) Copies of all documents of routine type test certificates of the equipment, carried out at the manufacturers

premises shall be furnished to the Engineer-in-charge and consignee.

c) After completion of the work in all respects the contractor shall offer the manual for testing and operation.

(16) COMPLIANCE WITH REGULATIONS AND INDIAN STANDARDS:

a) All works shall be carried out in accordance with relevant regulation, both statutory and those specified by the

Indian Standards related to the works covered by this specification. In particular, the equipment and installation

will comply with the following:

(i) Factories Act.

(ii) Indian Electricity Rules.

(iii) B.I.S. & other standards as applicable.

(iv) Workmen's compensation Act.

(v) Statutory norms prescribed by local bodies like CEA, Power Supply Co., etc.

b) After completion of the installation, the same shall be offered for inspection by the representatives of the client

Authority and security authory. The contractor will extend all help including test facilities to the

representatives. The observations of theirs if any will be attended by the contractor. The installation will be

commissioned only after getting clearance from clients that the system is perfectly working.

c) Nothing in this specification shall be construed to relieve the successful tenderer of his responsibility for the

design, manufacture and installation of the equipment with all accessories in accordance with currently

applicable statutory regulations and safety codes.

d) Successful tenderer shall arrange for compliance with statutory provisions of safety regulations and

departmental requirements of safety codes in respect of labour employed on the work by the tenderer. Failure to

provide such safety requirement would make the tenderer liable for penalty of Rs.1000/- for each default. In

addition, the department will be at liberty to make arrangement for the safety requirements at the cost of

tenderer and recover the cost thereof from him.

(17) INDEMNITY:

The successful tenderer shall at all times indemnify the department, consequent on this works contract. The

successful tenderer shall be liable, in accordance with the Indian Law and Regulations for any accident occurring

due to any cause and the contractor shall be responsible for any accident or damage incurred or claims arising there

from during the period of erection, construction and putting into operation the equipments and ancillary equipment

under the supervision of the successful tenderer in so far as the latter is responsible. The successful tenderer shall

also provide all insurance including third party insurance as may be necessary to cover the risk. No extra payment

would be made to the successful tenderer on account of the above.

(18) ERECTION TOOLS:

No tools and tackles either for unloading or for shifting/erection of the equipments and for execution purposes

would be made available by the department. The successful tenderer shall make his own arrangement for all these

facilities. No T&P shall be issued by the Department and nothing extra shall be paid.

(19) COOPERATION WITH OTHER AGENCIES: The successful tenderer shall co-ordinate with other contractors and agencies engaged in the construction of

buildings, if any, and exchange freely all technical information so as to make the execution of this work/contract

smooth. No remuneration should be claimed from the department for such technical cooperation. If any

unreasonable hindrance is caused to other agencies and any completed portion of the work has to be dismantled and

re-done for want of cooperation and coordination by the tenderer during the course of work, such expenditure

incurred will be recovered from the successful tenderer if the restoration work to the original condition or

specification of the dismantled portion of the work was not undertaken by the tenderer himself.

197

AE-I AE-II EE

(20) MOBILIZATION ADVANCE:

No mobilization advance shall be paid for this work.

(21) INSURANCE AND STORAGE:

All consignments are to be duly insured upto the destination from warehouse at the cost of the contractor. The

insurance covers shall be valid till the equipment is handed over duly installed, tested and commissioned.

(22) VERIFICATION OF CORRECTNESS OF EQUIPMENT AT DESTINATION:

The contractor shall have to produce all the relevant records to certify that the genuine equipments from the

manufacturers has been supplied and erected.

(23) PAINTING:

This shall include cost of painting of the entire installation where ever required. The car body, doors, panels etc.

shall be factory final finish painted. The agency shall be required to do only touching to the damages caused to the

painting during transportation, handling & installation at site, if there is no major damage to the painting. However

hangers, supports etc. shall be painted with required shade including painting with two coats of anticorrosive primer

paint at site.

(24) TRAINING:

The scope of works includes the on job technical training of two persons of Department at site. Nothing extra shall

be payable on this account.

(25) MAINTENANCE:

a) Sufficient trained and experienced staff shall be made available to meet any exigency of work during the

guarantee period of one year from the handing over of the installation.

b) The maintenance, routine as well as preventive, for one year from the date of taking over the installation as

per manufacturers recommendation shall be carried out on quarterly basis.

(26) INTERPRETING SPECIFICATIONS:

In interpreting the specifications, the following order of precedence shall be followed in case of contradictions:

a) Schedule of quantities

b) Technical specifications

c) Drawing (if any)

d) General specifications.

e) Relevant BIS or other international code in case BIS code is not available.

(27) In case the same item appears more than once in the schedule of work under the same subhead or different

subhead of works, the lowest rate quoted for that item elsewhere shall be taken for other items also.

198

AE-I AE-II EE

SPECIFICATIONS FOR LIFTS

1 Make of Lift OTIS/Schindler/Kone/Mitsubishi/Johnson.

2 Type of Lift a) Passenger Lifts (Block A (Type-V & VI), B(Type-IV), C (Type-III) &

D(Type II)

All lifts are Permanent Magnet Gearless Motor

3 No. of Lifts 12 nos.

4 Load / No. of persons 13 passenger (884Kg) -12 Nos

5 Rated speed 1.75 MPS ( Mtr / Sec)

6 Travel in meters & number of

Floors Served

a) 34m, 11 floor

7 For Passenger Lift

a) Inside size of Lift well 2500 mm X 1900 mm

8 Clear inside size of the lift car 2000mm x 1100mm

9 Car Height 2300mm clear height inside the car below the false ceiling.

10 Position of machine At the top of lift shaft.

11 a) Type of Control Microprocessor based A.C. variable voltage variable (V3F) frequency control.

b) Type of operation Micro-processor based Simplex/duplex collective selective with or without

attendant.

12 Car Entrance door

a) Number 1 No. center opening door and door frame both of stainless steel moon rock

finish.

b) Size As per manufacture

c) Type of door Horizontal sliding-center opening fabricated from stainless steel in rock moon

finish of not less than 1.5 mm thick.

d) Car open Open in front only

e) Power or manual

operation

Automatic door operation with both infra red screens based and pressure switch

shall be provided for door opening.

13 Construction Design &

finish of Car body work

Stainless steel moon rock finish body with stainless steel drop ceiling and CFL

lamps lights for lighting inside the car and fan. 20 mm thick Granite flooring. All

other items as per CPWD General Specifications for Lifts 2003.

14 Type of signal system a) Digital floor position indicator, Dot matrix type, in the car and at all

landings

b) Travel direction indicator, Dot matrix type, in the car and at all landings.

c) Gongs / Car chime & visual indication through directional arrows on all

landings for pre arrival of the car at all floors.

d) Overload warning Audio & Visual indicator, inside the car (lift should not

start on overload).

e) Battery operated alarm bell and emergency light duly fed by a suitable

inverter with SMF batteries for 30 minutes backup.

f) Car operating panel with luminous buttons in car and with intercom (3 way –

at car, lobby, controller).

g) Luminous hall buttons at all landings with Braille language engraved.

Landing call registered indicator at all floors.

h) Voice annunciation system. This will announce the position of the car

landing.

i) Protection against over-voltage, under-voltage and single phasing should be

provided.

j) Fire men’s Switch at ground floor.

15 Landing Entrance

a) Location of Landing

entrance on different floors

All doors on the same side

b) Number In each landing / floor

c) Size As per manufacture

d) Type of Doors Horizontal Sliding - Centre Opening, fabricated from stainless steel in moon rock

199

AE-I AE-II EE

finish of not less than 1.5mm thick.

e) Lift in Use/ Lift out of

Order Sign

A suitable box on the landings with LED illuminated sign of “LIFT OUT OF

ORDER” coming up simultaneously on all floors.

16 Electric supply a) Power: 415 V, A.C., 50 Hz, 3 phase, 4 wire system.

b) Lighting: 230 V, A.C., 50Hz, 1 phase.

17 Is neutral wire available for

control circuits

Yes.

18 Period of completion As per tender document.

19 Storage space provided Yes in machine room.

20 Additional items-

a) Location of main switch Top floor

b) Dimensions of car

platform

Conforming to IS:14665

c) Ventilation opening in the

Car Body

Required with fans. The fan should be auto switch off when there is no passenger

inside the lift car

d) Operating panel inside Car Automatic cum manual flush mounted with luminous brail button suitable for

barrier free environment for physically challenged persons

e) Fireman’s Switch Required for all lifts at ground floor.

f) Emergency power supply Available

g) Miscellaneous The firm’s offer should include beam and all structural steel required for the

work.

h) Automatic Rescue

Device (ARD)

Provisions of Automatic Rescue Device for the purpose of bringing the lift car to

the nearest floor should be provided, one for each individual lift. This shall

consist of:

Control panel with necessary interface/ integration of device with the main

controller, Inverter of required capacity, Maintenance free batteries of required

Ampere-hours capacity, Battery charging unit, “Rescue Operation on” indicator

in the lift car.

Free maintenance for a period of one year from the date of commissioning and

taking over by the Department.

i) Fire resistance Landing doors in lift enclosures shall have a fire resistance of not less than one

hour.

j) Manual Switch Manual switch shall be provided in controller located on top floor nearer to

landing door to operate the lift manually

k) Features for physically

challenged persons

The lift shall be equipped with brail system, stainless steel mirror finish hand rail

on 3 sides inside the car and other additional special features for use by physically

challenged persons.

21 Environment condition at

site of installation

Summer Condition: Max Temp. - 37.8 deg. Centigrade

Min Temp. - 27.8 deg. Centigrade

RH - 46%

Winter Condition: Max Temp. - 8.9 deg. Centigrade

Min Temp. - 5.6 deg. Centigrade

RH - 60%

Monsoon Condition: Max Temp. - 28.9 deg. Centigrade

Min Temp. - 25.6 deg. Centigrade

RH - 76%

Height above sea level : 700 Meters

200

AE-I AE-II EE

FIRE ALARM & INTERNAL FIRE FIGHTING SYSTEM

1. SPECIFICATIONS

The work shall be executed as per CPWD General Specifications for Electrical Works Part I Internal – 2013,

CPWD General Specifications for Electrical Works Part IV Sub Station – 2013, Part V (Wet Riser and

Sprinkler system) 2006 CPWD General Specifications for Electrical Works Part VII D.G. Sets – 2013, CPWD

General Specifications for Electrical Works Part VIII Gas Based Fire Extinguishing System – 2013, General

Specifications for Electrical Works - Internal - 2005, General Specifications for Heating,Ventilation & Air-

Conditioning(HVAC) - 2004 & General Specifications for Electrical Works (Part-III-Lifts & Escalators) - 2003

IE Rules, Indian Standards amended up to date and as per directions of Engineer - in - Charge. The

additional specifications are to be read with above and in case of any variation; specifications given along with the

tender shall apply.

2. LOCATION The work is to be executed at proposed GPRA Campus at Digha, Patna. The Contractor is advised to visit the

site before submission of their tender and ensure that equipment being offered by them shall be accommodated in

the spaces available.

3. ELIGIBILITY The main contractor should engage an agency either registered/ annually prequalified in CPWD in appropriate

class in fire alarm system & fire fighting system ( Water based wet riser & sprinkler ) category or experienced

firms who satisfies the eligibility criteria of having successfully completed during last seven years ending

30.11.2015 three similar works each of value not less than 40% of the estimated cost of this subhead of work

or two similar works each of value not less than 60 % of the estimated cost of this subhead of work or one

similar work of value not less than 80% of the estimated cost of this subhead of work in Central / State

Government department/ Central Autonomous Body / Central Public Sector Undertaking. Similar work means

work involving addressable fire alarm system & fire fighting system (water based) in residential or non

residential buildings. In case the main contractor himself meets the above criteria, he shall be allowed to

execute this sub-head of work after due verification by the Engineer-in-Charge of Electrical Works.

4. SUBMISSION OF TENDER: - 4.1 The tenderer shall submit the following:-

i) Deviation, if any from NIT specifications should be clearly brought out.

ii) Complete technical particulars of all equipments and materials.

iii) Technical literature and catalogues of all equipment & materials.

iv) Technical literature and catalogues of all equipments, performance curves of pumps etc.

v) Confirmation that existing space available is adequate for installation of equipments being offered

by the tenderer.

4.2 The tenderers are advised not to deviate from the technical specifications / items, commercial terms

and conditions of NIT like terms of payment, guarantee, arbitration clause, escalation.

4.3 Necessary clarifications required by the department shall have to be furnished by the tenderer within

the time given by the department for the same. The tenderer will have to depute his representative to

discuss with the officer (s) of the department as and when so desired. In case, in the opinion of

the department a tenderer is taking undue long time in furnishing the desired clarifications, his bid

will be rejected without making any reference.

5. RATES

The rates quoted by the tenderer, shall be firm and inclusive of all taxes (including works contract tax but

excluding service tax), octroi, duties and levies and all charges for packaging, forwarding, insurance, freight and

delivery, installation, testing, commissioning etc at site i/c temporary constructional storage, risks, over head

charges, general liabilities/obligations and clearance from local authorities. The fee for the inspection of

installation by government authorities shall be reimbursed by the department on production of receipts. The

contractor has to, however, initially make the payment. Likewise service tax applicable shall be initially paid by

the contractor and shall be reimbursed to him by the department after verification of payment receipts etc.

In case the same item appears more than once in the schedule of work under the same sub head or among the

different subhead of works, the lowest rate quoted for that item elsewhere shall be taken for other items also.

6. STORAGE The contractor will have to make his own arrangement for T & P (General & Special) required for

execution of work at site. No built up storage accommodation shall be provided to the contractor. The

contractor can however construct a temporary godown for storage of his materials and T & P at the site at his own

cost. The vacant space for same as considered feasible shall be provided by the department.

201

AE-I AE-II EE

7. WATER & POWER

Water and power shall be arranged by the contractor for execution of the work.

8. ACCEPTABLE MAKE

The acceptable make of various equipment are indicated in the list attached. Alternative or equivalent make

will not be accepted.

9. TIME OF COMPLETION

The entire work shall be completed within stipulated time of completion.

10. MATERIAL APPROVAL

The material brought at site shall be approved by the Engineer-in-Charge before use in the work. In case during

execution any material being used in the work is found not as per agreement specifications, Engineer-in-Charge

may issue instruction to the contractor to remove the material from site and the contractor will be bound to do so.

QUALITY OF MATERIALS AND WORKMENSHIP

i) The components of installation shall be of such design so as to satisfactorily function under all conditions

of operation.

ii) The entire work of manufacture/ fabrication, assembly and installation shall confirm to sound

engineering practice.

iii) All equipments and materials to be used in work shall be manufactured in factories of good repute

having excellent track record of equality, manufacturing, performance and proper after sales service.

iv) Satisfactory operation during the maintenance period.

11. SAFETY CODES AND LABOUR REGULATIONS i) In respect of all labour employed directly or indirectly on the work for the performance of this

package, the contractor at his own expense will arrange for the safety provisions as per the

statutory provisions, B.I.S. recommendations, factory act, workmen’s compensation act, CPWD

Code and instructions issued from time to time. Failure to provide such safety requirements would

make the tenderer liable for penalty for Rs. 200/- for each violation. In addition the Engineer in Charge

shall be at liberty to make arrangement and provides facilities as aforesaid and recover the cost incurred

therein from the contractor.

ii) The contractor shall provide necessary barrier, warning signals and other safety measures while laying

pipelines, cables etc. or wherever necessary so as to avoid accident. He shall also indemnify CPWD

against claims for compensation arising out of negligence in this respect. Contractor shall be liable, in

accordance with the indirect law and regulations for any accident occurring due to any cause. The

department shall not be responsible for any accident occurred or damage incurred or claims arising there

from during the execution of work. The contractor shall also provide all insurance including third

party insurance as may be necessary to cover the risks. No extra payment would be made to the

contractor due to above provisions thereof.

12. INTRODUCTION & SCHEME

The building under construction at GPRA campus at Digha, Patna consist of Type V & VI (One Block of 35

Quarters) (G+10), Type IV (One Block of 60 Quarters) (G+10), Type III (One Block of 100 Quarters) (G+10),

Type II ( One Block of 119 Quarters) (G+10), Sub-Station Building (G) and Shop/ CGHS Building (G+1).

1.1 The work is situated at Digha, Patna in the state of Bihar. The site is 8 Km away from Patna

railway station. The Proposed work pertains to the residential and other complexes within the new campus at Digha and includes the construction and provisions of the following Civil Components:

1. Type V & VI quarters - (G+10) - 01 block. 2. Type IV quarters - (G+10) - 01 block. 3. Type III quarters - (G+10) - 01 block. 4. Type II quarters - (G+10) - 01 block. 5. CGHS/Shop Building - (G+1) - 01 block. 6. Sub-Station Building - (G) - 01 block. 7. Internal Road works 8. Water supply/Sewages 9. STP

202

AE-I AE-II EE

1.2 The tenderers are advised to visit the site for familiarization of site conditions and collection of any

information considered vital for submission of tender. The department will not take any responsibility for

the same.

13. SCOPE OF WORK

On the basis of the provisions laid in NBC - 2005 (Part IV) & CPWD General Specifications for Electrical Works

Part V : 2013 following fire fighting installations are to be provided in the different type of buildings under this

tender:-

Sl. No. Name of Building Type of installation

1. Block A, B, C & D (G+10) Down comer system (2 Nos. down comers in each block),

Manual fire alarm system, PA system, Portable Fire

extinguisher.

2. CGHS/Shop building (G+1, One Block) Portable Fire extinguisher

3. Electrical Sub Station Buildings (G) Portable Fire extinguisher

14. SCHEME

14.1 Down comer system:- It consists of suitable No. of MS pipe of appropriate dia connected to the terrace

tank of appropriate capacity on the terrace and descending upto the ground floor with the provision of

landing valve, Hose Reel, suitable length of Hose pipe (for first aid fire fighting) at each landing and shall

be connected to the 2 Nos. electric pumps (one No. standby) at terrace at the downstream of terrace tank.

The terrace pump shall be started automatically on sensing of pressure drop by the pressure switch,

transducer to be mounted in the header / pipeline near the terrace pump. The complete system will be

fed through emergency panel.

14.2 Hose Reel system:- It consist of MS pipe of appropriate dia connected to the terrace tank of appropriate

capacity on the terrace and descending upto the ground floor with the provision of Hose Reel at each

landing & shall be connected to the 2 Nos. electric pumps (one No. standby) at terrace at the downstream

of terrace tank. The terrace pump will be operated automatically as mentioned above in case of down

comer The complete system will be fed through emergency panel.

14.3 Manual Fire Alarm system: - It shall be provided with suitable Nos. of Manual Call Box, Wall

Mounted Speaker, Microprocessor based fire alarm panel, all other accessories etc. at appropriate

locations. Fire Alarm panel shall be installed in the ground floor.

14.4 Public Address System: - Public Address system shall be equipped with suitable No. Amplifier,

Speakers & other accessories and shall be provided at appropriate locations for general announcement in

case of fire for evaluation of building. PA console shall be installed in the ground floor near the entrance.

14.5 Portable Fire Extinguishers & Escape Signage: - Suitable No. of Portable Fire Extinguishers & Escape

Signage shall be provided in all the buildings at appropriate locations.

The quantity of various items in BOQ may likely to vary in the event of changes, alterations in the

building structure and therefore no extra claim shall be entertained on account of variations from BOQ.

The BOQ is comprised of all the items necessary for making provisions of above mentioned fire

detection & fire fighting installations as per the provisions laid in NBC - 2005 (Part IV) & CPWD General

Specifications for Electrical Works Part V : 2006. However any discrepancy in the BOQ / Specifications

noted by the participating bidder shall be brought into the notice of the Department before opening of price

bid.

15. The contactor will make his own arrangements for transportation of his materials upto the site of work, the security

and watch and ward of the materials brought at site and the electrical installation executed by him shall be his

responsibility till the work as a whole is completed and handed over to the department.

16. Any damage done to the building or installation during the execution of work shall be made good by the contractor

free of cost. In the event of his failure to do so, the same shall be got rectified through another agency at his risk

and cost.

17. The contractor or his authorized representative will have to sign site order book to acknowledge the instruction

issued by Engineer-in-Charge or his authorized representative for all matters relating to the execution of work.

The instructions noted in the site order book shall have to be complied within reasonable time as decided by the

Engineer-in-Charge.

203

AE-I AE-II EE

18. Commercial

18.1 Completeness of Tender

All sundry equipment, fittings, unit assemblies, accessories, hardware items, foundation bolts,

termination lugs for electrical connections, and all other items which are useful and necessary for

efficient assembly and installation of equipment and components of the work shall be deemed to have

been included in the tender irrespective of the fact whether such items are specifically mentioned in the

tender documents or not and nothing extra is payable on this account.

Intent of Specifications 18.2 The work shall be carried out in accordance with the following relevant & applicable codes

amended up to date, and to the best available standards of engineering practice, design & workmanship.

a) Items of BOQ & Technical Specifications of the Agreement,

b) CPWD General Specifications for Electrical Works: Part I (Internal) 2013, Part II (External)

1995, Part IV (Sub Station) 2013, Part V (Wet Riser) 2006, Part-VI Fire Alarm System).

c) Indian Standards Specifications by BIS, IS Code

d) National Building Code 2005

e) Indian Electricity Rules & Statutory Regulations.

f) TAC Regulations

g) Local Fire Authority Regulations.

18.3 Nothing extra shall be paid for executing the work as per these specifications/ codes. The material

having ISI mark shall have precedence over the one confirming to IS Specifications. In case of any

discrepancy in the description of any item in the schedule of quantities and the specifications/ code,

or if the specifications of any of the items are not available, the decision of the Engineer-in-Charge or

his authorized representative shall be final and binding and work shall be executed in the manner as may

be prescribed by him.

19. Execution

19.1 The contractor shall depute well experienced / skilled Engineer / Supervisor / Foreman & licensed wireman /

electrician for execution of work. The Engineer-in-Charge reserves the right to reject/remove any person

which is not suitable/ fit in his opinion.

19.2 The work shall be executed in well planned & engineered like manner. Poor/Bad workmanship

shall not be accepted. The same shall be redone as per the directions of the Engineer-in-Charge, for

which no extra payment shall be made.

19.3 No tools and tackles either for unloading or for shifting the equipments for erection purposes would be

made available by the department. The successful tenderer shall make his own arrangement for all these

facilities.

20. Payment Terms

20.1 No advance payment shall be made.

20.2 On account payments for part work (after stipulated and statutory deductions) as assessed by the

Engineer – in-charge for the applicable items in the Contract shall be payable at part rates not

exceeding the percentage indicated against the stages of work.

Stage of Work % of rates payable

a 1) Delivery at site in good condition after initial inspection (Wherever

specified) on pro-rata basis for Motors & Electrical Panels

80 %

a 2) Delivery at site in good condition after initial inspection (Wherever

specified) on pro-rata basis for all other items

70%

b 1) On completion of Pro-rata installation (a 1) 10%

b 2) On completion of Pro-rata installation (a 2) 20%

c) The final payment shall be made after Completion, testing

&commissioning of the installations to the entire satisfaction of the

Engineer-in-Charge, approval from local bodies, Fire Authority and

handing over the site/installation to the Department in good working

condition

10%

For other items, the part rates will be decided by the Engineer-In-Charge of the work and shall be

binding on the Contractor.

204

AE-I AE-II EE

20.3 The Sub Standard work if any shall not be accepted & measured unless approved by the

competent authority.

20.4 The rates of any Extra/Substituted/Deviated Items of work shall be derived by the Department as per

the provisions in the agreement or as decided by the Engineer-in-Charge, and the same shall be

binding & acceptable to the contractor.

20.5 The Engineer-in-Charge reserves the right to recover any part/item not executed, due to site

requirements etc. The rates of such items shall be derived by the Department as per the provisions in

the agreement or decided by the Engineer-in-Charge, and shall be binding & acceptable to the contractor.

21. Completion & Guarantee

21.1 The completion of the work shall be certified by the competent authority of the department, the defects if

any shall have to be rectified to the entire satisfaction of the competent authority.

21.2 The contractor shall stand guarantee/warranty for a period of at least 12 months

from the date of completion of work or after taking over the installations by the department whichever

is later, against any manufacturing defect in material, unsatisfactory performance/ working of system/

installation and / or breakdown due to defective design, workmanship.

21.3 The material / equipment / installation so found defective shall be replaced / repaired free of cost to

the satisfaction of the Engineer-in-Charge. The delay in rectification/ replacement shall not be accepted.

The department reserves the right to get it done at the risk and cost of the contractor. The decision of

the Engineer-in-Charge, shall be final & binding to the contractor.

21.4 The contractor must carry out routine inspection/ testing as the manufacturers recommendation or as

per decision of the Engineer-in-Charge during the guarantee period and attend to the defects

taking place during this period. Sufficient number of trained and experienced staff shall be made

available to meet any exigency/ emergency at site of work during the guarantee period.

21.5 The contractor shall provide the following drawings for approval of Engineer-in-Charge before

commencement of supply/ fabrication.

i) Schematic Diagram of complete Down Comer System

ii) General layout-Plans of Terrace Pumps

iii) Layout plans of internal Hydrants

iv) Any other drawing the Engineer-in-Charge may deem fit.

21.6 The contractor shall have to submit completion plans in triplicate within 30 days of the completion of

work failing which a sum equal to 2.5% of the value of work done subject to the ceiling of Rs.

1,00,000/- (Rupees One Lac Only) shall be recovered from the contractor.

22. Works to be arranged by the department

Unless otherwise specified in the tender document, the following works shall be arranged by the department.

a) Vacant space for accommodating all the equipments and components involved in the work.

b) Drain points at suitable location/s.

c) Terrace tank.

23. Works to be done by the contractor

Unless otherwise mention in the tender document, the following works shall be done by the contractor and

therefore their cost shall be deemed to be included in their tendered cost, whether specifically indicated in the

schedule of work or not

i) Foundation for equipments including foundation bolts and vibration isolation spring and pads.

ii) Suspenders, brackets and floor / wall supports for suspending / supporting pipes / cable trays.

iii) Excavation and refilling of trenches in soil wherever the pipes are to be laid directly in ground, including a

base treatment and supports.

iv) Sealing of all floors / slabs / wall opening provided by the department or made by the contractor for

pipes and cables from fire safety point of view, after laying of the same.

v) Painting of all exposed metal surfaces of equipments and components with appropriate colour.

vi) Making openings in the walls / floors / slabs or modifications in the existing openings wherever provided

for carrying pipeline, cables etc.

205

AE-I AE-II EE

viii) All electrical works including cables / wires, earthing etc. beyond power supply made available by the

department.

ix) Making good all damages caused to the structure during installation and restoring the same to their

original finish.

x) Approval from local bodies / fire authorities as may be required as per local by-laws. (The

contractor’s responsibility shall be limited to the work executed by him). The inspection fee of local bodies

/ fire authorities shall be borne by the department.

24. Inspection by Chief Fire Officer After completion of the work to the entire satisfactory of Engineer-in-Charge, the installation shall be offered

for inspection by Local Fire Officer or his representative. Testing as desired by the Fire Officer shall be

carried out. The contractor will extend all help including man power during testing. The observations

of Local Fire Officer in the executed part of works of the agreement under the contract shall be attended by the

contractor without any extra cost. Nothing extra is to be paid for testing as above. It shall be the responsibility of

the Contractor to get the System / Installations approved / cleared by Local Fire Authority before finalizing the

bills.

25. Design & Specification of Analogue Addressable fire alarm system.

This specification covers the supply, erection, testing and commissioning of Analogue Addressable Fire Alarm

system complete in all respect with all equipment, fittings and accessories for efficient and trouble free operation

as specified here under. It is not intent to specify completely herein all aspects of design and constructional

features of equipment and details of the work to be carried out, nevertheless, the equipment and work shall

confirm in all respects to high performing in continuous commercial operation in all manner acceptable to the

Engineer who shall interpret the meaning of the specifications and drawings and shall have right to reject or accept

any work of material which in his assessment is not complete to meet the requirement of this specifications

and or applicable code and standards mentioned elsewhere in this specification.

25.1 The number of detectors and location shall confirm to relevant standards.

25.2 Addressable multi-criteria / heat / smoke detectors shall be used. The detectors shall give the visual and

audible alarm at the respective control panel.

25.3 The fire alarm panel shall operate at 240 V+ 10% 50 Hz. The FDAS/Fire Panel shall also be provided with

a dedicated standby power supply system (battery and charger) / UPS capable of maintaining the system

for a period of not less than 24 hours after failure of AC power supply after which sufficient battery

shall remain to provide full load operation for at least 30 minutes.

25.4 The system should be able to detect any type to smoke, fire and heat in the respective site area. The FAS

shall be able to recognize normal and alarm conditions.

25.5 Read-out or address an actual detector location. The operator shall also be able to adjust alarm and alarm

thresholds and other parameters for the smoke sensor.

25.6 Provide a maintenance/ pre-alert alarm capability at smoke sensors to prevent the detectors from

indicating a false alarm due to dust, dirt etc.

25.7 Provide alarm verification of individual smoke sensors.

25.8 Provide local numeric point address on display Screen and current condition of the fire and fault events.

25.9 Provide outputs that are addressable, i.e. outputs shall have point address.

25.10 In the event of a fire alarm, but not in a fault condition, the following action shall be performed

automatically.

a) The System Alarm LED on the main fire alarm control panel shall flash.

b) A local sounder shall be sounded.

c) The display on the main fire alarm control panel shall indicate all information associated

with Fire Alarm condition including the type of alarm point and its location within the premises.

206

AE-I AE-II EE

25.11 The Main Fire Alarm Panel Shall be:

a) Microprocessor controlled by Multiprocessor-technology

b) Modular structure which can be customized by plug in modules as per the requirements.

c) Shall allow the exchange or adding of modules while the panel is operating

d) The panel shall be expandable to at least loops.

25.12 Addressable Multi criteria Smoke and Heat Detectors: 1. Smoke detector shall be addressable devices

and shall connect with two wires to one of the fire Alarm Control Panel loops. Minimum of 250

devices should connect to one loop.

1. --Blank—

2. The detectors shall have integrated turning switches to ensure easy addressing of

detectors, either automatically or manually, as well as with or without auto detection.

3. Each detector must have in built fault isolation feature (either in detector Head or in detector

base) for the fail safe functioning of the system.

4. The area covered by each smoke detector shall be as per UL/ENSU/VDS Guidelines.

5. The detector shall be allow T-Tapping/ Stub-lines.

6. The detector should have both ROR and fixed heat type characteristic.

7. Permissible ambient Temp:100C to 50

0C.

8. Permissible Humidity: 95% (Non-condensing).

25.13 Addressable Sounder

1. Sounder for sounding a local alarm with integrated tone generator and sound converter, monitored

control.

2. Voltage should be supplied via the ring bus system/external power feed.

3. Designed for surface and flush mounting cable feed.

4. Individual control of sounders via assigning to any desired detector in the fire detector system.

5. The sounder shall be monitored from the Fire Alarm Control Panel.

6. The sounder shall to capable of generation of minimum & Audio tones. These tones must be

programmable from the fire control panel: at least one of these tones can be selected to comply

with at least 85 DB at a distance of 1 meter and at frequency range of 440Hz to 2850 Hz.

25.14 Addressable Manual Call points:

1. Addressable manual stations shall be provided to connect the fire Alarm control Panel loops.

2. The manual stations shall on command from the Control Panel send data to the panel

representing the state of the manual station.

3. Stations shall be suitable for surface recess mounting.

4. The Manual call points shall be of only electronic address-setting type to avoid any

subsequent external address tampering.

5. Alarm activation by breaking of the glass panel.

26 LIST OF RELEVANT INDIAN STANDARDS

S. No. I.S. Code No. Title 1 5:2004

Colours for ready mixed paints and enamels (fifth

revision)

2 513:1994 Cold-rolled low carbon steel sheets and strips (fourth

revision)

3 (Part 1):1988 Part 1 For working voltages upto and including 1100 V

(first revision)

4 11360:1985 Specification for smoke detectors for use in

automatic

electrical fire alarm system

5 2175:1988 Specification for heat sensitive fire detectors for use

in automatic fire alarm system (second revision)

207

AE-I AE-II EE

BUILDING INTERNAL ELECTRIFICATION

1.0 General:

1.1 The work shall be generally carried out in accordance with tender/bid specifications and the following

specifications / rules

a) CPWD General Specifications for Electrical work Part I Internal - 2013, as amended up to date.

b) CPWD General Specifications for Electrical work Part II External - 1994, as amended up to date.

c) CPWD General Specifications for Electrical work Part IV Sub-station-2013 as amended upto date.

d) Commercial and Additional conditions for this work.

e) The Indian Electricity Act, 2003.

f) Indian Electricity Rules 1956 amended upto date.

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

2.0 Rates:

The rates quoted by the tenderer, shall be firm and inclusive of all taxes (including works contract tax but excluding

service tax), octroi, duties and levies and all charges for packing forwarding, insurance, freight and delivery,

installation, testing, commissioning etc at site i/c temporary constructional storage, risks, over head charges, general

liabilities/obligations and clearance from local authorities. The fee for the inspection of installation by government

authorities shall be reimbursed by the department on production of receipts. The contractor has to, however, initially

make the payment. Likewise service tax applicable shall be initially paid by the contractor and shall be reimbursed to

him by the department after verification of payment receipts etc.

3.0 Completeness of tender:

All sundry equipment, fittings, unit assemblies, accessories, hardware items, foundation bolts, termination lugs for

electrical connections, and all other items which are useful and necessary for efficient assembly and installation of

equipment and components of the work shall be deemed to have been included in the tender irrespective of the fact

whether such items are specifically mentioned in the tender documents or not.

4.0 Storage and custody of materials:

The agency has to make his own arrangement for watch and ward of the stores. Their safe custody shall be the

responsibility of the contractor till the final taking over of the installation by the department.

5.0 Care of the Building :

Care shall be taken by the contractor while handling and installing the various equipments and components of the

work to avoid damage to the building. He shall be responsible for repairing all damages and restoring the same to

their original finish at his cost. He shall also remove at his cost all unwanted and waste materials arising out of the

installation from the site of work.

6.0 Completion period :

The completion period indicated in the tender documents is for the entire work of supplying, installation, testing,

commissioning and handing over of the entire installation to the satisfaction of the Engineer-in-charge.

7.0 Performance Guarantee:

7.1 The tenderer shall guarantee among other things, the following vis-à-vis specifications.

a) Quality, strength and performance of the materials used.

b) Satisfactory operation during the maintenance period.

8.0 Defect Liability Period:

All the equipments shall be guaranteed for a period of 12 months from the date of taking over the installation by the

department against unsatisfactory performance and / or break down due to defective design, workmanship of

material. The equipments or components, or any part thereof, so found defective during guarantee period shall be

forthwith repaired or replaced free of cost, to the satisfaction of the Engineer-in-Charge. In case it is felt by the

department that undue delay is being caused by the contractor in doing this, the same will be got done by the

department at the risk and cost of the contractor. The decision of the Engineer-in-Charge in this regard shall be final.

9.0 Power Supply:

No Power Supply for the purpose of carrying our the work, except for testing and commissioning, shall be provided

by the department.

10.0 Data and Programme to be furnished by the tenderers:

The Contractor shall prepare the programme chart for the execution of the work showing clearly all activities from

the start of work to the completion required for the completion of the work within the stipulated period and submit

the same to the Engineer-in-Charge within fifteen days after the issue of letter for commencement of the work. The

Contractor shall also submit monthly programme and progress reports and up date / re-schedule the same every

month. These shall be submitted by the contractor in soft copy also besides forwarding hard copy of the same.

208

AE-I AE-II EE

11.0 Extent of work :

11.1 The work shall comprise of entire labour including supervision and all materials necessary to make a

complete installation and such tests and adjustments and commissioning as may be required by the

department.

11.2 Minor building works necessary like making of opening in walls or in floors and restoring to their original

condition, finish and necessary grouting etc as required to be undertaken.

11.3

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

12.0 Compliance with Regulations and Indian standards

12.1 All works shall be carried out in accordance with relevant regulation, both statutory and those specified by

the Indian Standards related to this work. In particular, the equipment and installation shall comply with the

following:

a) Factories Act

b) Indian Electricity Rules

c) I.S. & BS Standards as applicable

d) Workmen's compensation Act

e) Statutory norms prescribed by local bodies

13.0 Indemnity :

The successful tenderer shall at all times indemnify the department, consequent on this works contract. The

successful tenderer shall be liable, in accordance with the Indian Law and Regulations for any accident occurring due

to any cause and the department shall not be responsible for any accident or damage incurred or claims arising there

from during the period of erection, construction and putting into operation the equipments and ancillary equipment

under the supervision of the successful tenderer in so far as the latter is responsible. The successful tenderer shall also

provide all insurance including third party insurance as may be necessary to cover the risk. No extra payment would

be made to the successful tenderer due to the above.

14.0 Cooperation with other agencies :

The successful tender shall co-ordinate with other contractors and agencies engaged in the construction of the building and

exchange freely all technical information so as to make the execution of this works contract smooth. No remuneration

should be claimed from the department for such technical cooperation. If any unreasonable hindrance is caused to other

agencies and any existing portion of the building has to be dismantled and re-done for want of cooperation and

coordination by the successful tenderer during the course of work, such expenditure incurred will be recovered form the

successful tenderer if the restoration work to the original condition or specification of the dismantled portion of the work

was not undertaken by the successful tenderer himself. Water proofing of pits shall not be damaged under any

circumstances.

15.0 Verification of correctness of material at Destination :

The contractor shall have to produce all the relevant records to certify that the genuine material from the

manufacturers has been supplied and erected.

16.0 Order of Preference:

Should there be any difference or discrepancy between the description of items as given in the Schedule of

Quantities, technical specifications for individual items of work (including additional and commercial conditions)

and IS Codes etc., the following order of preference shall be followed:

a) Schedule of quantities

b) Commercial and Additional conditions for this work

c) General Conditions of Contract for CPWD Works

d) Drawings

e) CPWD General Specifications

f) Relevant IS or any other International code in case IS code is not available.

17.0 The main contractor should engage an agency registered in CPWD in appropriate class in internal & external

electrical installations category or experienced firms who satisfies the eligibility criteria of having successfully

completed works during last seven years ending 31.11.2015. Three similar works each of value not less than 40% of

the estimated cost of this subhead of work or Two similar works each of value not less than 60 % of the estimated

cost of this subhead of work or one similar work of value not less than 80% of the estimated cost of this subhead of

work in Central / State Government department/ Central Autonomous Body / Central Public Sector Undertaking.

Similar work means work involving internal electrification of the building including wiring. The firm should posses’

valid electrical contractor license. In case the main contractor himself meets the above criteria, he shall be allowed to

execute this sub-head of work after due verification by the Engineer-in-Charge of Electrical Works.

209

AE-I AE-II EE

18.0 The main contractor shall also enter in to an ‘Memorandum of understanding’ with the approved associate contractor

on Non-Judicial Stamp Paper as per the enclosed proforma and submit this ‘MOU’ duly completed (duly signed by

him and the associated Contractor) before commencement of work.

19.0 Executive Engineer (Elect.) shall be the Engineer-in-Charge as far as electrical works are concerned. Separate tender

form for electrical component is appended with his tender. It will be obligatory on part of the main contractor to sign

the tender documents for all the component.

20.0 The main agency shall be responsible for all acts of commissions and non-commissions of the electrical contractor or

sub-contractor engaged by him, even with approval of department.

21.0 Approval of the Engineer-in-charge shall be taken well in advance for all the materials to be used in the work by the

contractor.

22.0 The contractor has to make his own arrangements for stores and watch and ward and no extra claim for this will be

entertained.

23.0 Running payment for Electrical/Mechanical components shall be made by the EE (E) directly to the main Contractor.

The main contractor shall make the payment to associated Contractor within 15 days of receipt of each running

account payment.

24.0 Payments terms :

On account payments for part work (after stipulated and statutory deductions) as assessed by the Engineer – in-

charge for the applicable items in the Contract shall be payable at part rates not exceeding the percentage indicated

against the stages of work.

A] Items connected with point wiring, circuit wiring, sub-main wiring, power point wiring and light plug wiring.

S.N Stage of work Percentage of Rate

a On laying of conduits with accessories, switch boxes,

etc.

40%

b On drawing of wires i/c terminations, switches, sockets

etc.

50%

c. On completion of item and after testing and

commissioning

5%

d At the time of payment of final bil 5%

B] Items of Distribution Boards, MCB, RCBO, etc.

S.N Stage of work Percentage of Rate

a On initial inspection of material and delivery at site In

good condition on pro-rata basis

75%

b On completion of installation on pro-rata basis 10%

c. On completion of testing and commissioning 10%

d At the time of payment of final bill 5%

For other items, the part rates will be decided by the Engineer-In-Charge of the work and shall be binding on the

contractor.

25.0 The main contractor shall be responsible for coordinating the activities of all works and will ensure progress of

works as per laid down programme.

26.0 The Associated electrical Contractor or his representative is bound to sign the site order book as and when required

by the Engineer-in-charge and will comply with the remarks therein.

27.0 The contractor shall make his own arrangement at his own cost for electrical / General Tools and plants required

for the work.

28.0 The connections, inter-connections, earthing and inter-earthing shall be done by the contractor wherever required

to be done for energisation of the installation and nothing extra shall be paid on this account.

29.0 The contractor must be able to work on concrete slabs / walls as and when required and in complete co-ordination

with the civil works. Cutting of chases in the plastered wall shall in no case be allowed. The contractor shall fix

conduits and boxes in the walls soon after the brick work is completed and finish the chase to rough surface with

proper cement sand mixture. Only in exceptional cases e.g. where cutting of plastered surface cannot be avoided it

will be contractor’s responsibility to ensure that plastering is done to match the original finish at no extra cost.

30.0 The contractor shall remove all the debris due to the electrical works from the site as soon as the work is

completed.

210

AE-I AE-II EE

31.0 The wiring and conduit route shall be marked by the contractor in the drawing first, and shall be got approved from

the Engineer-in-charge.

32.0 The rupturing capacity of the MCB’s shall be 10 KA. The MCB’s shall have ISI marked.

33.0 All the MCCBs shall be rated for Ics=Icu

34.0 The copper wire to be used on this work shall be FRLS type.

35.0 Make of MCB/MCCB shall be the same as the make of MCB DB.

36.0 The Electrical works shall be carried out by the contractor, side by side with the progress of the civil works.

37.0 The Contractor shall on demand by the Engineer-in-charge, furnish the proof to the satisfaction of Engineer-in-

charge regarding purchase of Wires, Modular switches & accessories, MCBs, MCBDB, Fittings, accessories and

other items, from the manufacturers authorized outlets.

38.0 All PVC conduits accessories shall be of the same make as conduits. The Conduits shall be terminated at switch

boxes/metallic junction boxes with suitable PVC glands.

39.0 Cutting of brick walls shall be with chase cutting machine only. All repairs and patch works shall be neatly carried

out to match the original finish and to the entire satisfaction of the Engineer in Charge.

40.0 All the sub main and circuit wiring includes loose wire for connections inside switch boxes and MCB DB s. No

payment for these loose wires shall be made. However wires within the cubicle panel will be measured and paid

under relevant item of work.

41.0 The contractor shall submit the completion plan separately in triplicate on blue print with one set on tracing

“Cloth” as per Clause-8 of the contract within 30 days of the completion of work. In case, the contractor fails to

submit the plan, he shall be liable to pay a sum equivalent to 2.5% of the value of the work subject to a ceiling of

Rs.25000.00

42.0 To facilitate drawing of wires, 18 SWG GI fish wire shall be provided along with laying of recessed conduit for

which no extra payment shall be made. Conduits laid for other services, like fire alarm, PA etc., where wiring is

not done along with IEI works, fish wire shall be invariably drawn.

43.0 The connection between incoming switch / isolator and bus bar shall be made with suitable size of thimble and

cable at no extra cost.

44.0 Copper conductor of insulated cables of size 1.5 Sq.mm and above shall be stranded and terminals provided with

crimped lugs.

45.0 All MS pulling box cover should be of phenolic laminated sheet of thickness not less than 3mm and for which

nothing extra shall be paid on the account.

46.0 All sub-main shall be terminated in the main board with suitable copper lugs and thimbles for which nothing extra

will be paid on this account.

47.0 All hardware items such as screws, thimbles, GI wire etc. which are essentially required for completing an item as

per specifications will be deemed to be included in the item even when the same have not been specifically

mentioned.

48.0 All hardware items such as nuts/ bolts/ screws/ washers etc. to be used in work shall be zinc/ cadmium plated iron.

49.0 Any conduit which is not be wired by the contractor shall be provided with GI fish wire for wiring by some other

agency subsequently. Nothing extra shall be paid for the same.

50.0 While laying conduit, suitable size junction boxes shall be provided for pulling the wire as per the decision of the

E-in-C.

51.0 Materials to be used in work are to be ISI marked. The make of the materials have been indicated in the list of

acceptable makes. No other makes will be acceptable. The materials to be used in the work shall be got approved

by the Engineer in Charge / his representative before its use at site. The E-in-C shall reserve the right to instruct the

contractor to remove the material which, in his opinion, is not acceptable.

211

AE-I AE-II EE

52.0 Where switches/ sockets/ regulator/ telephone/ TV / internet outlets are to be provided, the same shall be of only

one make.

53.0 While laying conduits for fire alarm system, sufficient junction outlets are to be provided as per the direction of the

Engineer-in-Charge for detectors as required, for which no extra payment shall be made.

54.0 Wherever light fittings are proposed to be provided on the false ceiling, the respective light / fan point wiring will

have to be brought upto the terminal of the light fittings / fans by the contractor. Flexible conduits shall be used for

drawing wires from PVC conduits on ceiling to fittings on false ceiling and nothing extra shall be paid to the

contractor for the same.

55.0 In case the same item appears more than once in the schedule of work under the same sub head or among the

different subhead of works, the lowest rate quoted for that item shall be taken for other items also.

56.0 The work should be carried out at GPRA campus at Digha, Patna.

57.0 All statutory deductions like WCT, Labour welfare cess etc. shall be made from the bills.

58.0 All the lamps, ceiling fans shall be five star rated only.

212

AE-I AE-II EE

EXTERNAL SERVICES (ELECTRICAL)

This included External Electrification works along with Substation Equipments, DG Sets, Street lighting, Area lighting,

UG Service Connection etc.

1 GENERAL 1.1 The work shall be generally carried out in accordance with tender/bid specifications and the following

specifications / rules.

a) CPWD General Specifications for Electrical work Part I Internal - 2013, as amended up to date

b) CPWD General Specifications for Electrical work Part II External - 1994, as amended up to date

c) CPWD General Specifications for Electrical work Part IV Sub-station-2013 as amended upto date.

d) CPWD General Specifications for Electrical work Part VII – DG Sets - 2013 as amended upto date.

e) Commercial and Additional conditions for this work.

f) The Indian Electricity Act, 2003.

g) Indian Electricity Rules 1956 amended upto date

1.2 Order of Preference:

Should there be any difference or discrepancy between the description of items as given in the Schedule of

Quantities, technical specifications for individual items of work (including additional and commercial

conditions) and IS Codes etc., the following order of preference shall be followed:

a) Schedule of quantities

b) Commercial and Additional conditions for this work

c) General Conditions of Contract for CPWD Works

d) Drawings

e) CPWD General Specifications

f) Relevant IS or any other International code in case IS code is not available.

These Commercial and Additional conditions are to be read in conjunction with above and in case of

variations, specifications given in these additional conditions shall apply. However, nothing extra shall be

paid on account of these additional specifications and conditions, as the same are to be read alongwith

schedule of quantities for the work.

1.3 This specification covers manufacture, testing as may be necessary before dispatch, delivery at site, all

preparatory work, assembly and installation, commissioning putting into operation of sub-station

equipments consisting of HT panels, transformers, L T panels, HT & LT cabling, DG Sets, External

Lighting, Street Lighting etc. and final testing of sub-station equipments, External Lighting, Street Lighting

at Proposed GPRA Campus at Digha, Patna.

1.4 The tenderer should in his own interest visit the site and get familiarize with the site conditions before

tendering.

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

1.6 Technical particulars, Annexure I as appended with the tender documents has to be dully filled & uploaded

by the tenderer failing which tender is liable to be rejected.

2 COMMERCIAL CONDITIONS

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

2.1.1 Scrutiny/evaluation of the technical-cum-commercial bid shall be done by the department. In case it

is found that the technical-cum-commercial bid of a tenderer is not in line with NIT

specifications/requirements and / or contains too many deviations, the department reserves the right

to reject the technical bid of such firms(s) without making any reference to the tenderer(s).

2.1.2 Necessary clarifications required by the department shall have to be furnished by the tenderer within

the time given by the department for the same. The tenderer will have to depute his representative to

discuss with the officer(s) of the department as and when so desired. In case, in the opinion of the

department a tenderer is taking undue long time in furnishing the desired clarifications, his bid will

be rejected without making any reference.

213

AE-I AE-II EE

3 TERMS OF PAYMENTS

The following percentage of contract rates for the various items included in the contract shall be payable against

the stage of work shown herein.

Substation Equipments & Diesel Generating Sets

3.1 80% after initial inspection and delivery at site in good condition on pro-rata basis.

3.2 10% after completion of installation in all respects.

3.3 Balance 10% will be paid after testing, commissioning & handing over to the department for beneficial use.

For other items, the terms of payment will be decided by the Engineer-In-Charge of the work and shall be

binding on the contractor.

3.4 Income tax, VAT, work contract tax, labour cess & other statuory deductions etc. shall be made at source as

per the prevalent laws. The deductions of Security Deposit, Income-Tax, Works Contract Tax etc. shall be

done after calculation ofthe above due payments as per clauses 3.1 to 3.3 and net payment shall be reduced

accordingly.

4 RATES

4.1 The rates quoted by the tenderer, shall be firm and inclusive of all taxes (including works contract tax,

VAT, labour cess & service tax), duties levies, octroi etc. and all charges for packing forwarding, insurance,

freight and delivery, installation, testing, commissioning etc. at site including temporary construction of

storage, risks, over head charges, general liabilities/obligations and clearance from CEA. However, the fee

for the CEA inspections shall be borne by the department. Service tax applicable shall be initially paid by

the contractor and shall be reimbursed to him by the department after verification of payment receipts etc.

4.2 The department will not issue Octroi exemption certificate.

4.3 The contractor has to carry out maintenance as per manufacturer's standards for a period of 12 months from

the date of handing over. Nothing extra shall be paid on this account.

4.4 In case the same item appears more than once in the schedule of work under the same sub head or among the different subhead of works, the lowest rate quoted for that item elsewhere shall be considered for other items also during evaluation of tender.

5 COMPLETENESS OF TENDER

All sundry equipment, fittings, unit assemblies, accessories, hardware items, foundation bolts, termination lugs for

electrical connections, and all other items which are useful and necessary for efficient assembly and installation of

equipment and components of the work shall be deemed to have been included in the tender irrespective of the fact

whether such items are specifically mentioned in the tender documents or not.

6 STORAGE AND CUSTODY OF MATERIALS

The transformer room & HT panel room, if available, may be used for storage of sundry materials and erection

equipments or else the agency has to make his own arrangements. No separate storage accommodation shall be

provided by the department. Watch and ward of the stores and their safe custody shall be the responsibility of the

contractor till the final taking over of the installation by the department.

7 CARE OF THE BUILDING:

Care shall be taken by the contractor while handling and installing the various equipments and components of the

work to avoid damage to the building. He shall be responsible for repairing all damages and restoring the same to

their original finish at his cost. He shall also remove at his cost all unwanted and waste materials arising out of the

installation from the site of work.

8 COMPLETION PERIOD

The completion period indicated in the tender documents is for the entire work of planning, designing, approval of

drawings etc., arrangement of materials & equipments, delivery at site including transportation, installation,

testing, commissioning and handing over of the entire system to the satisfaction of the Engineer-in-charge.

9 GUARANTEE

9.1 All equipments shall be guaranteed for a period of 12 months, from the date of taking over the installation

by the department, against unsatisfactory performance and/or break down due to defective design,

workmanship or material. The equipments or components, or any part thereof, so found defective during

guarantee period shall be forthwith repaired or replaced free of cost, to the satisfaction of the Engineer-in-

Charge. In case it is felt by the department that undue delay is being caused by the contractor in doing this,

the same will be got done by the department at the risk and cost of the contractor. The decision of the

Engineer-in-charge in this regard shall be final & building on the contractor.

9.2 The tender shall guarantee among other things, the following:

a) Quality, strength and performance of the materials used as per manufacturers standards.

b) Safe mechanical and electrical stress on all parts under all specified conditions of operation.

c) Satisfactory operation during the maintenance period.

214

AE-I AE-II EE

10 POWER SUPPLY:

The contractor has to make its own arrangement for power supply required for execution of the work.

11 WATER SUPPLY:

The contractor has to make its own arrangement for water supply required for execution of the work.

12 ACCEPTABLE MAKES OF VARIOUS EQUIPMENTS:

The acceptable makes of various equipments/components/accessories have been indicated in "Acceptable Makes"

appended with the tender documents. The tenderer shall work out the cost of the offer on this basis. Alternate

makes are not acceptable.

13 DATA MANUAL AND DRAWINGS TO BE FURNISHED BY THE TENDER:

13.1 With Tender: The tenderer shall furnish alongwith the tender, detailed technical literature, pamphlets and

performance data for appraisal and evaluation of the offer.

13.2 After award of work

The successful tenderer would be required to submit the following drawings within 15 days of award of

work for approval before commencement of installation.

a) General arrangement drawing of the equipments like HT panels transformers, bus duct, L T panel

etc. in the sub-station building, with complete dimensions for L T Panel & Bus Duct. The tenderer

shall also give dimensions, details of L T Panels and Bus Duct got tested at CPRI successfully for

fault withstand capacity of 31 MV A for 1 Sec.

b) Details of foundations for the equipments and the weights of assembled equipments.

c) Cable/bus duct layout between HT panel boards, transformers, DG Sets & L T panel etc.

d) Any other drawings necessary for the job.

14 The successful tenderer should furnish well in advance three copies of detailed instructions and manuals of

manufacturers for all items of equipments regarding installation, adjustments operation and maintenance including

preventive maintenance & trouble shooting together with all the relevant data sheets, spare parts catalogue etc. all

in triplicate.

15 EXTENT OF WORK

15.1 The work shall comprise of entire labour including supervision and all materials necessary to make a

complete installation and such tests and adjustments and commissioning, as may be required by the

department. The term complete installation shall not only mean major items of the plant and equipments

covered by specifications but all incidental sundry components necessary for complete execution and

satisfactory performance of installation with all layout charts whether or not those have been mentioned in

details in the tender document in connection with this contract as this is a turnkey job.

15.2 The overhead bus duct as per schedule is to connect 2 Nos. 1500KVA transformers to main L T panel.

Similarly HT cable is to be laid inside the proposed sub-station in open duct between HT panel board and

2 Nos.11KV/433V transformers. The HT cable shall be brought at site after taking correct measurements

since no joint shall be permissible in between HT panel & transformer.

15.3 In addition to supply, installation, testing and commissioning of sub-station equipments, following works

shall be deemed to be included within the scope of work to be executed by the tenderer as this is a turnkey

job

a) Minor building works necessary for installation of equipments, foundation, making of opening in

walls or in floors and restoring them to their original condition I finish and necessary grouting etc.

as required.

b) All supports for over head bus ducts, cables and MS channels for erection of panels & transformers

etc. as are necessary.

c) Testing of PTsl CTs for metering & protection purpose & relay calibration & setting.

d) Getting CEA inspection done & obtaining approval for energizing the installation. However,

necessary fees for inspection shall be borne by the Department.

15.4 The locations of substations may likely to be changed depending on the location decided by State Electricity

Board, Bihar. As such successful bidder is advised to assess the actual quantity of items like cable etc.

before bringing the items to the site.

16 Exclusion and work to be done by other agencies: The following shall be excluded from the scope of the work:

a) Major dismantling of any existing building work.

b) Electricity supply in sub-station building.

215

AE-I AE-II EE

17 INSPECTION AND TESTING

17.1 All major equipments / items i.e. HT panel, transformers, DG Sets,bus duct, L T panel, Pole,High Mast,

UG cable etc. shall be offered for initial inspection at manufacturers works. The contractor will intimate the

date of testing of equipments at the manufacturer's works before dispatch. The successful tenderer shall give

advance notice of minimum two weeks regarding the dates proposed for such tests to the department's

representative to facilitate his presence during testing. The Engineer-in-charge may witness such testing.

The cost of the Engineer's visit to the factory will be borne by the Department. Equipments will be

inspected at the manufacturer/ Authorised Dealers premises, before dispatch to the site by the contractor if

so desired by the Engineer-in-charge.

17.2 Copies of all documents of routine and type test certificates of the equipment, carried out at the

manufacturers premises shall be furnished to the Engineer-in-charge and consignee.

17.3 After completion of the work in all respects the contractor shall offer the installation for testing and

operation.

18 DELETED

19 COMPLIANCE WITH REGULATIONS AND INDIAN STANDARDS:

19.1 All works shall be carried out in accordance with relevant regulation, both statutory and those specified by

the Indian Standards related to the works covered by this specification. In particular, the equipment and

installation will comply with the following:

i) Factories Act.

ii) Indian Electricity Rules.

iii) B.I.S. & other standards as applicable.

iv) Workmen's compensation Act.

v) Statutory norms prescribed by local bodies like CEA, Power Supply Co., etc.

19.2 After completion of the installation, the same shall be offered for inspection by the representatives of the

Central Electricity Authority. The contractor will extend all help including test facilities to the

representatives of CEA. The observations of CEA will be attended by the contractor. The installation will be

commissioned only after getting clearance from CEA.

19.3 Nothing in this specification shall be construed to relieve the successful tenderer of his responsibility for the

design, manufacture and installation of the equipment with all accessories in accordance with currently

applicable statutory regulations and safety codes.

19.4 Successful tenderer shall arrange for compliance with statutory provisions of safety regulations and

departmental requirements of safety codes in respect of labour employed on the work by the tenderer.

Failure to provide such safety requirement would make the tenderer liable for penalty of Rs.1000/- for each

default. In addition, the department will be at liberty to make arrangement for the safety requirements at the

cost of tenderer and recover the cost thereof from him.

20 INDEMNITY:

The successful tenderer shall at all times indemnify the department, consequent on this works contract. The

successful tenderer shall be liable, in accordance with the Indian Law and Regulations for any accident occurring

due to any cause and the contractor shall be responsible for any accident or damage incurred or claims arising there

from during the period of erection, construction and putting into operation the equipments and ancillary equipment

under the supervision of the successful tenderer in so far as the latter is responsible. The successful tenderer shall

also provide all insurance including third party insurance as may be necessary to cover the risk. No extra payment

would be made to the successful tenderer on account of the above.

21 ERECTION TOOLS:

No tools and tackles either for unloading or for shifting the equipments for erection purposes would be made

available by the department. The successful tenderer shall make his own arrangement for all these facilities.

22 COOPERATION WITH OTHER AGENCIES:

The successful tenderer shall co-ordinate with other contractors and agencies engaged in the construction of

buildings, if any, and exchange freely all technical information so as to make the execution of this work/contract

smooth. No remuneration should be claimed from the department for such technical cooperation. If any

unreasonable hindrance is caused to other agencies and any completed portion of the work has to be dismantled

and re-done for want of cooperation and coordination by the tenderer during the course of work, such expenditure

incurred will be recovered from the successful tenderer if the restoration work to the original condition or

specification of the dismantled portion of the work was not undertaken by the tenderer himself.

23 The work will be carried out with least disturbance during shifting & shut down taken in consultation with the

client department.

216

AE-I AE-II EE

24 MOBILIZATION ADVANCE:

No mobilization advance shall be paid for this work.

25 INSURANCE AND STORAGE:

All consignments are to be duly insured upto the destination from warehouse at the cost of the contractor. The

insurance covers shall be valid till the equipment is handed over duly installed, tested and commissioned.

26 VERIFICATION OF CORRECTNESS OF EQUIPMENT AT DESTINATION:

The contractor shall have to produce all the relevant records to certify that the genuine equipments from the

manufacturers has been supplied and erected.

27 PAINTING:

This shall include cost of painting of the entire installation. The major equipments like HT panel, transformers, L T

panel, bus duct, cable trays etc. shall be factory final finish painted. The agency shall be required to do only

touching to the damages caused to the painting during transportation, handling & installation at site, if there is no

major damage to the painting. However hangers, supports etc. of bus trunking & cable tray etc. shall be painted

with required shade including painting with two coats of anticorrosive primer paint at site.

28 TRAINING:

The scope of works includes the on job technical training of two persons of Department at site. Nothing extra shall

be payable on this account.

29 MAINTENANCE:

29.1 Sufficient trained and experienced staff shall be made available to meet any exigency of work during the

guarantee period of one year from the handing over of the installation.

29.2 The maintenance, routine as well as preventive, for one year from the date of taking over the installation as

per manufacturers recommendation shall be carried out on quarterly basis.

30 INTERPRETING SPECIFICATIONS:

In interpreting the specifications, the following order of precedence shall be followed in case of contradictions:

a) Schedule of quantities

b) Technical specifications

c) Drawing (if any)

d) General specifications.

e) Relevant BIS or other international code in case BIS code is not available.

31 Eligibility

The main contractor should engage an agency either registered/ annually prequalified in CPWD in appropriate

class in Electrical Substation & DG Set category or experienced firms who satisfies the eligibility criteria of

having successfully completed during last seven years ending 31.11.2015 three similar works each of value not

less than 40% of the estimated cost of this subhead of work or two similar works each of value not less than 60

% of the estimated cost of this subhead of work or one similar work of value not less than 80% of the estimated

cost of this subhead of work in Central / State Government department/ Central Autonomous Body / Central

Public Sector Undertaking. Similar work means work involving SITC of substation including transformers of

total capacity not less than 3000 KVA & DG Set of capacity not less than 200 KVA in residential or non-

residential buildings. In case the main contractor himself meets the above criteria, he shall be allowed to execute

this sub-head of work after due verification by the Engineer-in-Charge of Electrical Works.

217

AE-I AE-II EE

TECHNICAL SPECIFICATIONS FOR DG SETS

1.0 Design, Equipment, Selection, Deviations

1.1 The tenderer shall submit detailed schematic diagram for the approval of the Engineer-in-charge. He will

make sure that the equipment offered shall fulfill the design conditions. All the equipments and their

installation shall be suitable for the environmental conditions encountered at the location as indicated in

specifications. If any deviations from the Tender specification are contemplated, these shall be clearly

brought out in the tender along with the reasons for the same. If the tenderer fails to bring out specific

deviations, it will be presumed that the work shall be carried out as per tender specifications.

1.2 The tenderer shall submit the de-rating calculations for engine as well as alternator along with

supporting manufacture catalogues & model no of Engine & Alternator, offered.

2.0 Conformity to Statutory Acts, Rules, Regulations, Standards and safety Codes.

2.1 CPWD Specifications:

The entire work shall be carried out as per following CPWD General Specifications for Electrical works

wherever applicable and as amended up-to-date.

a) CPWD General Specification for Electrical works (Part-VII) DG Set 2013

b) CPWD General Specification for Electrical works (Part-I) Internal – 2013

c) CPWD General Specification for Electrical works, (Part-II) External -1994

d) CPWD General Specification for Electrical works, (Part-IV) Sub-Station- 2013

The tender specifications wherever they differ from these specifications as indicated above, shall have

overriding value and shall be followed for this work.

2.2 Indian Electricity Act and Rules:

All electrical works in connection with installation shall be carried out in accordance with the provision of

Indian Electricity Act 2003 and Indian Electricity Rules 1956, both amended up-to date.

2.3 Indian Standards:

All the components shall confirm to relevant Indian Standard specifications, wherever existing, amended to

date. A list of such standards is appended in appendix V in specification.

2.4 Fire Regulation:

The installation shall be carried out in conformity with the local Fire Regulations and Rules there under

wherever they are in force and the provisions in local bye-laws, if any.

2.5 Safety Code and Labour Regulation:

i) In respect of all labour employed directly or indirectly on the work for the performance of

contractor’s part of work, the contractor at his own expense, will arrange for the safety provisions

as per the statutory provisions, B.I.S. recommendations, factory act, workman’s compensation act,

CPWD Code and instructions issued from time to time. Failure to provide such safety requirements

would make the tenderer liable for penalty for Rs. 200/- for each violation. In addition the

Engineer-in-Charge, shall be at liberty to make arrangements and provide facilities as aforesaid and

recover the cost from the contractor.

ii) The contractor shall provide necessary barriers, warning signals and other safety measures while

executing the work of DG set installation, cables etc. or wherever necessary so as to avoid accident.

He shall also indemnify CPWD against claims for compensation arising out of negligence in this

respect. Contractor shall be liable, in accordance with the Indian Law and Regulations for any

accident occurring due to any cause. The department shall not be responsible for any accident

occurred or damaged incurred or claims arising there from during the execution of work. The

contractor shall also provide all insurance including third party insurance as may be necessary to

cover the risk. No extra payment would be made to the contractor due to the above provisions

thereof.

218

AE-I AE-II EE

2.6 Central Pollution Control Board (CPCB) NORMS:

As per CPCB II Norms (emission & noise level) for DG set as per the gazette released by the Ministry of

Environment & Forest.

The firm need to furnish the certificate of Type approval and certificate of conformity of production issued

by the Central Pollution Control Board (CPCB) or any authorised agency as prescribed in the above law.

3.0

Scope of work

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

a) 2 Nos. Diesel Generating Set 200 KVA capacity at 0.8 power factor developing 415 volts 3 phase 4 wire

output with the engine and alternator mounted on common bed plate complete and all accessories required.

The DG Set shall be capable of delivering desired KVA at 0.8 P.F. for the external load after meeting its

own requirement for auxiliaries etc. and after accounting for de-rating due to various factors, site conditions.

b) Necessary acoustic enclosure.

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

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

e) Necessary control Panel and AMF panel as per detailed specification.

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

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

required.

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

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

j) Control wiring from D.G. Set up to control panels and AMF panels.

k) Power cable between D.G. Set and AMF panel.

l) Foundation for D.G Set.

4.0 Schedule of guaranteed technical particulars:

While tendering the tenderer should submit the details of technical particulars as per annexure attached of all items

of material to be supplied for this work in case of acceptance of his offer.

5.0 Acceptable make:

Approved makes of materials to be used in the work have been appended with tender document.

6.0 Diesel Engine

6.1 Engine rating

The engines shall be multi cylinders, vertical, 4 stroke cycles, water cooled, turbo charged with after cooler

diesel engine developing suitable BHP for giving a prime power output of 200 KVA as designed for

individual set at 0.8 P.F. at the load terminals of the respective alternators (exclusive of the power

requirements of auxiliaries deriving power from the engine) (as per ISO 8528 part- I).

The engines shall be capable for delivering specified prime power rating at variable loads for PF of

0.8 lag with 10% overload available in excess of specified output for one hour in every 12 hours. The

average load factor of the engine over period of 24 hours shall be 0.85 (85%) for prime power output.

The engines shall conform to BS 5514/ BS 649/ IS10000/ ISO: 3046 amended upto date. The engines shall

be fitted with following accessories.

i) Fly. Wheel, dynamically balanced to suit flexible coupling with necessary housing.

ii) Necessary flexible coupling and guard for alternator and engine.

iii) Air cleaner dry type with replaceable elements.

iv) Corrosion Inhibitor Coolant.

v) An electronic speed governor of class-A1 to maintain engine speed at all conditions of load.

vi) M.S. sheet daily fuel service tank of suitable capacity as specified in BOQ for 12 hours operation

of engine at full load. Tank should be provided with inlet, outlet connections, air vent folding tap,

drain plug and level indicator (gauge). M.S fuel piping from tank to engine with valves, unions,

reducers, flexible hose connection and floor mounting pedestals, twin fuel filters and fuel injectors.

The location of the tank shall depend on standard manufacturers design.

vii) Fuel pump.

219

AE-I AE-II EE

viii) Residential exhaust silencers with flanges.

ix) Suitable self starter 12 / 24 V D.C.

x) Battery Charging alternator unit and voltage regulator, 1 / 2 Nos. 12/24 Volts 25 plates 180 Ampere

hour heavy duty lead acid type batteries, insulated battery racks with interconnecting leads and

terminals. The connection between battery charger and batteries shall be provided with suitable

copper leads with lugs etc.

xi) Necessary pumps for lubricating oil, priming of engine bearing as well as fuel system etc. as

required.

xii) Exhaust gas turbo charger with after cooler.

xiii) Lubricating oil cooler.

xiv) Lubrication oil filters with replaceable elements.

xv) Fuel injector.

xvi) Fuel control solenoid.

xvii) Fuel pump with engine speed adjustment.

xviii) Engine Control Panel fitted and having digital display for following:

a) Start / stop key switch.

b) Lube oil pressure indication.

c) Water temperature indication.

d) RPM indication.

e) Engine Hours indications.

f) Battery charging indication.

g) Low lube oil trip indication.

h) High water temperature indication.

i) Over speed indication

xix) Safety controls against low lube oil pressure, high lube oil temperature, high cooling water

temperature and fail to start.

xx) Base frame as per manufacturer’s specification including required nos. of anti vibration cushy foot

mountings.

xxi) Necessary over-speed trip on the engine.

xxii) 1 no. 0.5 hp mono block, self prime pump set with suitable size & length suction & delivery oil

resistive pipe for filling the daily service fuel tank.

xxiii) Exhaust piping wrapped with asbestos rope of not less than 10 mm dia. complete with aluminium

foil covering.

xxiv) Heavy Duty Radiator, radiator fan and mounting.

xxv) Set of standard tools.

All moving parts of the engine shall be mechanically guarded in such manner that a human cannot touch any

moving part.

6.1.1 Necessary certificate indicating the compliance of the above capacity requirement for the

engine model so selected along with compliance of Noise and Emission norms as per CPCB-II

guidelines for DG set capacity up-to 1000 KVA, should be furnished from the manufacturers

along with the technical bid. However, above 1000 KVA DG set, manufacturers shall furnish

certificate that the engine for the DG set complies with the CPCB-II Emission norms. The

guidelines as per CPWD General specification for DG set-2013(Part-VII) to be followed in this

regard.

6.2 Governor

The Governor shall be mechanical type confirming to class A2 confirm to ISO 3046 / BS 5514 with actuator

as per standard design of manufacturer.

6.3 Frequency variation

The engine speed shall be so maintained that frequency variation at constant load including no load shall

remain within a band of 1% of rated frequency.

220

AE-I AE-II EE

6.4 Fuel System

It shall be fed through engine driven fuel pump. A replaceable element of fuel filter shall be suitable located

to permit easy servicing. The daily service tank shall be complete with necessary supports, gauges,

connecting pipe work etc. In case of top mounted tanks, non returned valves are must in fuel supply and

return line of specified value. Pipe sealant should be used for sealing all connections. No Teflon tape is to be

used. If piping length is more than 10 meters, detail engineering is required in consultation with OEM /

Manufacturers.

6.5 Lubricating oil system

It shall be so designed that when the engine starts after a long shut down lubricating failure does not occur.

Necessary priming pump for the lube oil circuit shall be installed to keep bearings primed. This pump shall

be normally automatically operative on AC/DC supply available with the set.

6.6 Starting System :-

This shall comprise of necessary set of heavy duty batteries 12/24 V D.C., and suitable starter motors, axial

gear to match with the toothed ring on the fly wheel. Battery capacity shall be suitable for meeting the needs

of the starting system as well as the requirements of control panel, indications and auxiliaries such as

priming pump etc. the scope shall cover all cabling, terminals including initials charging etc. The system

shall be capable of starting the DG Set within 20-30 sec, even in winter condition with an ambient

temperature down to 00 C.

6.7 Piping work

All pipe lines and fittings and accessories required inside the engine room /enclosure and outside for

exhaust piping shall be provided by the contractor. This shall include necessary flexible pieces in the

exhaust, fuel, lube oil and water as are necessary in view of the vibration isolation requirement in the

installation. Piping of adequate size shall be used for lube Oil of the materials as per manufacturer standard.

However, only MS pipes for the exhaust and fuel oil lines shall be used.

The pipe work shall be inclusive of all fittings and accessories required such as bends, reducers, elbows,

flanges, flexible connections, necessary hardware’s etc. The installation shall cover clamps, supports,

hangers etc. as are necessary for completing the work. Welding or brazing will be permitted in the

installation. However, the work shall be sectionalised with flanged connections as are necessary for easy

isolation for purposes of maintenance of unit as approved by Engineer-in-charge.

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

asbestos rope.

6.8 Common bed plate

Engine and alternator shall be coupled by means of flexible coupling and both units shall be mounted on a

common bed plate together with all ancillaries to ensure perfect alignment of engine and alternator with all

minimum vibrations. The bed plate shall be such that it will be feasible to remove the engine sump without

disturbing the engine assembly. Fabricated bed plate will be acceptable. The bed plate shall be suitable for

installation on suitable anti-vibration mounting system.

6.9 Exhaust System

6.9.1 Exhaust piping: All MS pipes for exhaust lines shall be confirming to relevant IS. The runs forming

part of factory assembly on the engine flexible connections upto exhaust silencer shall be exclusive

of exhaust piping item. The work includes necessary cladding of exhaust pipe work using 10mm

dia asbestos rope insulation & aluminium cladding (0.80 mm thick) for the complete portion. The

exhaust pipe work includes necessary supports, foundation etc. to avoid any load & stress on turbo

charges / exhaust piping. The exhaust pipe support structure shall be got approved by engineer –in-

charge before execution.

221

AE-I AE-II EE

6.9.2 a) Exhaust system should create minimum back pressure.

b) Number of bends should be kept minimum and smooth bends should be used to minimize

back pressure.

c) Pipe sleeve of large dia should be used while passing the pipe through concrete wall & gap

should be filled with ‘felt lining.

d) Exhaust piping inside the Acoustic Enclosure / Genset room should be lagged with asbestos

rope along with aluminium sheet cladding to avoid heat in put to the room.

e) Exhaust flexible shall have it’s free length when it is installed. For bigger engines, two

flexible bellows can be used.

f) For engines upto 500 KVA, only one below is required. However, if exhaust pipe length is

more than 7 m, then additional bellow / provision for expansion should be provided.

g) ‘Class B’ MS pipes and long bend / elbows should be used.

h) The exhaust outlet should be in the direction of prevailing winds and should not allow

exhaust gases to entire air inlet / windows etc.

i) When tail end is horizontal, 45 Degree downward cut should be given at the end of the pipe

to avoid rain water entry into exhaust piping.

j) When tail end is vertical, there should be rain trap to avoid rain water entry. If rain cap is

used, the distance between exhaust pipe and rain cap should be higher than diameter of pipe.

Horizontal run of exhaust piping should slope downwards away from engine to the

condensate trap. Silencer should be installed with drain plug at bottom.

6.9.3 Optimum Silencer Location: Location of the silencer in exhaust system has very definite influence

on both reduction of noise and back pressure imposed on the system.

6.9.4 Care should be taken to ensure that no carbon particle emitted due to exhaust leaking enters and

deposits on alternator windings and on open connections.

6.9.5 Support to exhaust piping: Exhaust piping should be supported in such manner that load of exhaust

piping is not exerted to turbo charger.

7.0 Air System

It is preferable to provide vacuum indicator with all engines to indicate choked filter. Maximum air intake

restrictions with clean and choked filters should be within prescribed limit as per OEM / manufacturer

recommendation for particular model of the engine. Genset should be supplied with medium duty air cleaners.

8.0 Cooling System

I. System should be designed for ambient condition of Patna.

II. Water softening / demineralising plants should be used, if raw water quality is not acceptable.

III. Coolant should be used mixed with additive (in suitable proportion) as per recommendation of OEM /

Manufacturer for various engine models.

IV. Radiator fan flow should be free from any obstruction.

V. For radiator cooled DG Set and proper room ventilation should be planned at the time of construction of DG

room.

9.0 Alternator

9.1 Synchronous Alternator: Self excited, screen protected, self regulated, brush less alternator, Horizontal

foot mounted in single bearing construction suitable for the following:

Rated PF : 0.8 (lag)

Rated voltage : 415 Volts

Rated frequency : 50 Hz

No. of phases : 3

Enclosure : SPDP

Degree of

protection

: IP-23

Ventilation : Self ventilated air cooled

Ambient

Temperature

: 400 C maximum

Insulation class : H / F

222

AE-I AE-II EE

Temperature Rise : Within class H limits at rated load

Voltage regulation : +/- 1%

Voltage variation : +/- 5%

Overload duration

/ capacity

: 10% for one hour in every 12 hours of continuous use.

Frequency

variation

: As defined by Engine Governor(+/- 1%)

Excitation : Self excited.

Type of AVR : Electronic

Type of Bearing

and

: Anti-friction bearing with Grease Lubrication arrangement lubrication

Standard : IS – 4722 & IEC : 34 as amended up to date.

9.2 Alternator should be able to deliver output rating at ambient condition of Patna

9.3 Excitation: The alternator shall be brushless type and shall be self excited self regulated having static

excitation facility. The exciter unit should be mounted on the control panel or on the alternator assembly.

The rectifier shall be suitable operation at high ambient temperature at site.

9.4 Automatic Voltage regulators (AVR): In order to maintain output terminal voltage constant within the

regulation limits i.e +/- 1%, Automatic voltage regulator unit shall be provided as per standard practice of

manufacturer.

9.5 Fault Tripping: In the event of any fault e.g over voltage / high bearing temperature high winding

temperature or an external fault, the AVR shall remove the excitation voltage to the alternator. An

emergency trip shall also be provided.

9.6 Standards: the alternator shall be in accordance with the following standards as are applicable.

i) IS: 4722/BS: 2613 / 1970. the performance of rotating electrical machine.

ii) IS: 4889/ BS: 269 rules for method of declaring efficiency of electrical machine.

9.7 Performance: Voltage dip shall not exceed 20% of the rated voltage for any step load or transient load as

per ISO:8528 (part I). The winding shall not develop hot spots exceeding safe limits due to imbalance of

20% between any two phases from no load to full load.

The generator shall preferable by capable of withstanding a current equal 1.5 times the rated current for a

period of not more than 15 second as required vide clause 14.1.1 of IS 4722: 1992.

The performance characteristics of the alternator shall be as below:

a) Efficiency at full load

0.8 PF

Not less than 90%

b) Total distortion factor Less than 3%

c) i) 10% overload One hour in every 12 hrs of continuous use.

ii) 50% overload 15 sec

9.8 Terminal Boxes: Terminal boxes shall be suitable for UG cables / Bus Trunking. The terminal box shall be

suitable to withstand the mechanical and terminal stresses developed due to any short circuit at the

terminals.

9.9 Earth terminals: 2 nos. earth terminals on opposite side with vibration proof connections, non-ferrous

hardware etc. with galvanized plate and passivated washer of minimum size 12mm dia hole shall be

provided.

10.0 AMF Control Panel

10.1 location:

Associated AMF panel of DG set can be located inside the acoustic enclosure or outside the acoustic

enclosure as per the manufacturer’s standard. In case the AMF panel is to be installed outside the acoustic

enclosure, it should be closer to the acoustic enclosure in consultation with the Architect.

223

AE-I AE-II EE

10.2 General Features:

The control panel shall be fabricated out of 1.6mm sheet steel totally enclosed, dust, damp and vermin proof

free standing floor mounted type and front operated. It shall be made into sections such that there should be

no mixing of control, power, DC & AC functions. Hinged doors shall be provided preferably double leaf for

access for routine inspection from the rear. There is no objection to have single leaf hinged door in the front,

all indication lamps, instrument meters etc. shall be flushed in the front. The degree of protection required

will be IP-42 confirming to IS:2147.

10.2.1 Terminal blocks and Wiring:

Terminal blocks of robust type and generally not less than15 Amps capacity, 250/500 volts grade

for DC upto 100 volts and 660/1100 volts grade for AC and rest of the junctions shall be employed

such a manner that they are freely accessible for maintenance. All control and small wiring from

unit to unit inside the panel shall also be done with not less than 2.5 sq.mm. copper conductor PVC

insulated and 660/1100volts grade. Suitable colour coding can be used. Wiring system shall be

neatly formed and ru function wise and as far as feasible segregated voltage wise. All ends shall be

identified with ferrules at the end.

10.2.2 Labelling and Painting:

All internal components shall be provided with suitable identification labels suitably engraved.

Labels shall be fixed on buttons, indication lamps etc.

The entire panel shall be given primer coat after proper treatment and powder coating with 7 tank

process before assembly of various items.

10.2.3 Equipment requirements: The control cubicle shall include the following

a) Control system equipments and components such as relays, contactors, timers, etc both for

automatic operation on main failure and as well as for manual operation.

b) Equipments and components necessary for testing generating set’s healthiness with test mode

and with load on mains.

c) Necessary instruments and accessories such as voltmeter, power factor meter, KW meter,

KWH meter, ammeter, frequency meter etc. in one energy analyzer with selector switch to

obtain the reading of desired parameters.

d) Necessary indication lamps, fuses, terminal blocks, push buttons, control switches etc.

required.

e) Necessary engine/generating set shut down devices due to faults/abnormalities.

f) Necessary visual audio alarm indication and annunciation facility as specified.

g) Necessary battery charger.

h) Necessary excitation control and voltage regulating equipment.

i) Necessary cable end terminations, all internal wirings, connections etc as required.

j) Switch gears as specified in the schedule of work.

10.3 System Operation:

The following operations are required:

10.3.1 Auto mode

a) A line voltage monitor shall monitor supply voltage on each phase. When the main supply

voltage fails completely or fails below set value (variable between 80 to 90% of the normal

value)on any phase, the monitor module shall initiate start-up of diesel engine. To avoid

initiation due to momentary disturbances, a time delay adjustment between 0 to 5 sec shall be

incorporated in start-up initiation.

b) A three attempt starting facility shall be provided 6 seconds ON, 5 seconds OFF, 6 seconds

ON, 5 seconds OFF, 6 seconds ON. If at the end of the third attempt, the engine does not

start, it shall be locked out of start and a master timer shall be provided for this function.

Suitable adjustment timers are to be incorporated which will make it feasible to vary

independently ON-OFF setting periods from 1-10 seconds. If alternator does not build up

voltage after first or second start as may be further starting attempt will not made until the

starting facility is reset.

224

AE-I AE-II EE

c) Once the alternator has built up voltage, the alternator circuit breaker shall close connecting

the load to the alternator. The load is now supplied by the alternator.

d) When the main supply is restored and is healthy as sensed by the line voltage monitor setting,

both for under voltage and unbalance, the system shall be monitored by a suitable timer

which can be set between 1 min to 10 min for the load to be transferred automatically to main

supply.

e) The diesel alternator set reverts to standby for th next operation as per (a),(b) and (c) above.

10.3.2 Manual mode:

a) In a manual mode , it shall be feasible to start-up the generator set by the operator on pressing

the start push button.

b) Three attempts starting facility shall be operative for the start up function.

c) Alternator circuit breaker closing and trip operations shall also be through operator only by

pressing the appropriate button on the panel and closure shall be feasible only after alternator

has built up full voltage. If the load is already on ‘mains’, pressure on ‘close’ buttons shall be

ineffective.

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

10.3.3 Test mode

a) When under ‘test’ mode, pressing of ‘test’ button shall complete the start up sequence

simulation and start the engine. The simulation will be that of main failure.

b) Engine shall build up voltage but the set shall not take load by closing of alternator circuit

breaker. When the load is on the mains, monitoring of performance for voltage/frequency etc.

shall be feasible without supply to load.

c) If during test mode, the power supply has failed, the load shall automatically get transferred

to alternator.

d) Bringing the mode selector to auto position shall shut down the set as per sequence 10.3.1 (d)

provided main supply is ON. If the main supply is not available at that time, the alternator

shall take load as in (c ) above.

10.4 Engine shut down and alternator protection equipments:

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

a) Engine

i) Low lubricating oil pressure shut down. This shall be inoperative during up and acceleration

period.

ii) High coolant (Water) temperature shut down.

iii) Engine over speed shut down.

b) Alternator protection

i) Overload

ii) Short circuit

iii) Earth fault

iv) Over voltage

10.5 Monitoring and metering system:

a) Necessary energy analyser unit for visual monitoring of mains, alternator and load voltage, current,

frequency, KWH, power factor etc.

b) A set of visual monitoring lamp indication for:

i) Load on set

ii) Load on mains

iii) Set on Test(Alternator on operation duty, Alternator on stand-by duty)

iv) Set of lamp for engine shut down for over-speed, low lube oil pressure and high coolant

water temp, overload trip of alternator, earth leakage trip of alternator, engine lock out and

failure to start etc. All these indication shall have an audio visual alarm. When operator

accepts the alarm, the hooter will be silenced and the fault indication will become steady until

reset by operating a reset button.

225

AE-I AE-II EE

10.3 Operating Devices:

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

a) Master Engine Control Switch

This shall cut off in “OFF” position DC control supply to the entire panel, thus preventing start-up

of engine due to any cause. However, battery charger, lamp test button for testing the healthiness of

indication lamps, DC volt meter, ammeter etc. shall be operative. It shall be feasible to lock the

switch in OFF position for maintenance and shut down purposes.

b) Operation selector switch OFF/AUTO /MANUAL/TSET position

c) A Set of push buttons as specified.

d) Necessary battery charger with boost / trickle selector, DC voltmeter and DC ammeter.

e) Energy analyzer unit for display of various electrical parameters like voltage, current, frequency,

KW, Power factor etc

f) Relays, contactors, timers ,circuit breakers as required

11.0 Battery / Electrical System

11.1 Batteries supplied with Genset are generally dry and uncharged. First charging of uncharged batteries is very

important and should be done from authorized battery charging centre. Initial charging should be done for

72 – 80- hours.

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

11.3 The battery should be 180 AH capacity 12 / 24 Volt, 25 plate and the size of copper conductor battery cable

should be of 70 sq.mm.

11.4 For AMF applications, a static battery charger working on mains supply is recommended to keep the

charged all the times.

11.5 1.5 Sq. mm. copper wire should be used for wiring between junction box and control panel.

12.0 Cabling

12.0 Power cabling between alternator to control panel and control panel to changeover switch should be done

with one no. 3.5 core 400 sq.mm XLPE insulated aluminium conductor armoured cable.

12.1 Multi core copper cable should be used for inter connecting the engine controls with the switch gear and

other equipments.

12.2 It is recommended to support output cables on separate structure on ground so that weights of cables

should not fall on alternator / base rail

13.0 Foundation

A PCC foundation (1: 2:4) of depth 400mm is required so as to provide level surface for placement of the acoustic

enclosure. About 150 mm foundation height should be above ground level. The length and breath of foundation

should be at least 250mm more than the size of the enclosure. Genset should be mounted on AVM’s inside the

enclosure.

14.0 Acoustic enclosure:

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

The canopy will enclose the following items inside: -

a) Diesel Engine

b) Alternator

c) Control Panel

d) 12 / 24 Volt Starting Battery

e) Daily service fuel tank.

f) Other accessories so that the DG set with all items and accessories could be placed in open space

without any other requirement of Diesel Generator room suitable to withstand all weather

conditions.

14.2 The acoustic enclosure shall be designed and manufactured confirming to relevant standards suitable for

outdoor installation exposed to weather conditions, and to limit overall noise level to 75 dB (A) at a

distance of 1 mtr. from the enclosure as per CPCB norms under free field conditions.

14.3 The construction should be such that it prevents entry of rain water splashing into the enclosure and allows

free & quick flow of rain water to the ground in the event of heavy rain. The detained construction shall

confirm to the details as under:

226

AE-I AE-II EE

14.4 The acoustic enclosure will be made on the basis of modular construction i.e made in parts and can be

assembled or disassembled at site. All members will be properly gasketed and bolted together. The

structure should be weather proof.

14.5 The enclosure will be totally enclosed type made of high quality CRCA sheet of thickness at least 16

SWG.(1.6 mm)

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

The enclosure shall be powder coated (inside as well outside) with a special pure polyester based powder.

All nut and bolts / external / hardware shall be made of Stainless Steel.

14.7 Sound proofing of the enclosure shall be done with high quality Fire Retardant insulation material i.e.

Glass wool / mineral wool of minimum 50mm thickness confirming to relevant IS. The sound proofing

materials would be further covered with fine glass fibre cloth and would be supported by perforated MS

sheet duly powder coated.

14.8 The doors shall be gasketed with high quality gaskets to prevent leakage of sound and the door handles

shall be lockable type.

14.9 There shall be a provision for filling fuel from outside the enclosure with locking arrangement. Fuel tank

should have provision for cleaning.

14.10 The provision of external drain plug shall be kept for draining lub oil and diesel.

14.11 Especially design attenuators shall be provided to control sound at air entry exit point.

14.12 Especially design residential silencer shall be provided within the enclosure to reduce exhaust noise.

14.13 Adequate ventilation shall be provided to meet total air requirement. If necessary suitable numbers of axial

flow fan and exhaust fan of suitable dia meter shall be provided as per manufacturer.

14.14 The temperature rise inside the enclosure should not be more than 50 C for maximum ambient above 40

0 C

and it should be below 100 C for ambient below 40

0 C.

14.15 Temperature Control Relay which continuously indicates the inside temperature of the canopy with

variable setting for tripping the generator.

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

14.17 Acoustic enclosure will be provided with flexible exhaust pipe connection with adequate and suitable

arrangement of mounting of the residential silencer mounted on the top and concealed in the body of the

enclosure. The exhaust pipe will be provided with asbestos rope insulation of 10mm thick and covering

with aluminium foil. The exhaust pipe inside the enclosure must be lagged (except below).

14.18 The DG set will be provided with special spring mounted vibration damper to eliminate the vibration when

DG set is working on full load.

14.19 The front panel should include engine RPM meter electrically operated.

14.20 The Fuel gauge shall have electrically operated – fuel gauge shall have to provide inside the enclosure.

14.21 There should have a provision of DC Emergency light operated automatically with door opening.

14.22 The inside of the enclosure shall be illuminated by the fluorescent tube with the help of PVC insulated

copper conductor wiring in recess conduit suitable for single phase AC supply.

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

14.24 The acoustic enclosure should be suitable for cable connection / connection through bus-trunking. Such

arrangements on acoustic enclosure should be water proof and dust-proof confirming to IP-65 protection.

15.0 Inspection and Testing

The successful tenderer will arrange staff / fuel / POL for test run at his cost.

15.1 Testing shall necessarily be carried out at factory / manufacturer premises in presence of representative of

the department.

15.2 For testing following procedure will be followed:

All major items / equipments i.e. engine and alternator in assembled condition, associated electrical control

panels etc. shall be offered for inspection and testing at factory / manufacturers works. The successful

tenderer shall give a notice of minimum two weeks for carrying out such tests. The Engineer-in-charge / or

his authorised representative shall witness such inspection & testing at mutually agreed date. The cost of

the Dept’s representative’s visit to the factory will be borne by the Department.

15.3 The department also reserves the right to inspect the fabrication job at factory and successful tenderer has

to make arrangements for the same.

15.4 DG set will be tested on load of unity power factor for the rated KW rating. During testing, the DG set

covered under scope of the work, shall be operated for a period of 12 hours on the rated KW at DG set’s

KW rating i/c 1 hour of 10% over load after continuous run of the 12 hours. During testing all controls /

227

AE-I AE-II EE

operations safeties will be checked and proper record will be maintained. Any defect / abnormality noticed

during testing shall rectified. The testing will be declared successful only when no abnormality / failure is

noticed during the testing. The DG set will be cleared for despatched to site only when the testing is

declared successful by authorised representative / Engineer-in-charge.

16.0 Earthing system

16.1 Copper earth plate electrode – 2 Nos. for neutral earthing of alternator as per CPWD General Specification

Electrical works Part-I , Internal 2005.

16.2 The naked portion of the earth lead for neutral earthing of the alternator inside the room shall be provided

with PVC sleeve covering at no extra cost by the contractor.

16.3 G.I. pipe earthing - 2 Nos. for body earthing of alternator as per CPWD General Specification Electrical

works Part-I , Internal 2005.

16.4 Specifications for Earthing System

Earthing system shall comprise earth electrodes in accordance with clause 8.2.1 of General Specifications

for electrical works (Part I internal) 2005. Neutral earthing of transformers & generators shall be as

follows:

S. No. Equipment Earth electrode Earth strip from earth

electrode to neutral

1. Transformer of capacity upto 1600 KVA Copper plate 25 X 5 mm copper strip

2. Transformer of capacity above 1600 KVA Copper plate 32 X 5 mm copper strip

3. Generating set of all capacity Copper plate 25 X 5 mm copper strip

Earth continuity strip for protective earthing of Substation equipment shall be as follows: -

S. No. Equipment Earth electrode Earth strip from earth

electrode to neutral

1. Indoor substation with HT panel,

Transformer capacity upto 1600 KVA, LT

panel, Generating Set

Copper plate 25 X 5 mm copper strip

2. Indoor substation with HT panel,

Transformer capacity above 1600 KVA, LT

panel, Generating Set

Copper plate 32 X 5 mm copper strip

3. HT outdoor substation Copper plate 25 X 5 mm copper strip

The body earthing for transformers, HV & MV panels, DG Set shall be done to a common earth bars connected to

two separate & distinct earth electrodes. Where the generator & Substation equipments are located together in the

same building, the body earthing can be common for all electrical equipments in the building. Normally an earth

electrode shall not be situated less than 1.5 m from any building. GI Pipe electrode shall be used for earthing of

internal electrical installations like DB, Meter Board, Feeder Pillars & Poles etc. GI plate electrode shall be used for

firefighting pumps, water supply pumps, lightning conductors. Separate earth electrodes shall be provided for

lightning arrestor / lightning conductors.

228

AE-I AE-II EE

TECHNICAL SPECIFICATION FOR HIGH VOLTAGE PANEL

17 SCOPE

These specifications cover the detailed requirements for supply, installation, testing and commissioning of High

Voltage 11 KV Panels.

18 TYPE OF PANELS:

a) Vacuum circuit breaker.

(A) VACUUM CIRCUIT BREAKER

H.V. PANEL

18.1 The Panel board shall be of indoor type, having the incoming sectionalisation and outgoing

switch gears as per IS 13118-1991 of VCB, IEC 62271-100 for Breakers and - 200 for Panels /

IS 3427 of switch board. The degree of enclosure protection shall be IP-5X.

Updated and current Indian Standard Specifications and Codes of Practice will apply to the

equipment and the work covered by the scope of this contract. In addition the relevant clauses of

the Indian Electricity Act 1910, Indian Electricity Rules 1956, National Building Code 2005,

National Electric Code 1985, Code of Practice for Fire Safety of Building (general): General

Principal and Fire Grading - IS 1641 - 1988 as amended up to date shall also apply. Wherever

appropriate Indian Standards are not available, relevant British and/or IEC Standards shall be

applicable.

Detailed requirements shall be in accordance with the schedule of works at Appendix-II.

18.2 Rating: All panels assembled to form a board shall be suitable for the nominal operation voltage

and rupturing capacity as specified. They should be rated as specified with a minimum of 630

Amps. And suitable for operation on 11 KV, 3 phase 50 Hz system. Type test certificate for the

breaking capacity of the panel shall be supplied. A circuit breaker for a given duty in service is

best selected by considering the individual rated values required by load conditions and fault

condition.

18.3 Type: The HV panel Board shall be metal clad, indoor, floor mounting, free standing type. It

shall be totally enclosed dust, damp and vermin proof.

18.4 General Construction: Separately earthed compartments shall be provided for circuit breakers,

bus bars, relay & instruments, CT & PT and cable boxes, fully and effectively segregating these

from one another so that fault in anyone compartment do not cause damage to equipment(s) in

other compartment(s).

The housing shall be of bolted construction to ensure compact and rigid structure, presenting a

neat and pleasing appearance. The sheet steel used should not be less than 2mm. thick.

The panels shall be bolted together to form a continuous flush front switch gear suitable for front

operation of board and for extension at both ends.

18.5 General Design Aspects: The HV panel board shall be designed such that the switchgear,

instruments, relays, bus bars, small wiring etc. are arranged and mounted with due consideration

for the followings:

i) Facility for inspection, maintenance and repairs of testing terminals and terminal boards

for ease of external connection.

ii) Minimum noise and vibrations.

-- Risk of accidental short circuits and open circuits.

-- Secured and vibration proof connections for power and control circuits.

iii) Risk of accidental contact and danger to personnel due to live connections.

iv) Mountings at approachable height.

229

AE-I AE-II EE

19 CIRCUIT BREAKER:

19.1 General Arrangements: The circuit breaker panels shall be complete with the following:

a) Racking in / Racking out mechanism.

b) Isolating plugs and sockets.

c) Mechanical inter-locks and safety shutters.

d) Mechanical ON/OFF indicator.

e) Minimum of 4 NO and 4 NC Auxiliary contacts directly operated by the circuit breaker.

Additional NO & NC contacts can be provided with auxiliary contactors.

f) Anti condensation space heaters suitable for operation on 240V, 1 Ph 50 Hz A.C. for each panel

wherever specified.

g) Suitable tripping arrangement

h) Mechanical counter to assess the total number of operations of the breaker (if asked for

specifically).

19.2 Type: The circuit breaker shall be of horizontal isolation, ,horizontal draw out pattern.

19.3 Breaker Truck: The breaker carriage shall be fabricated from steel, providing a sturdy vehicle for the

circuit breaker and its operating and tripping mechanism. The carriage shall be mounted on wheels,

moving on guides, designed to align correctly and allow easy movement of the circuit breaker and for

removing the carriage for inspection and maintenance purposes.

Vacuum interrupters shall be hermetically sealed and shall be designed for minimum contact erosion,

fast recovery of di-electric strength, maintenance

free vacuum interrupter, suitable for auto-reclosing. The drive mechanism shall preferably be provided

with facility for pad locking at any position namely, "Service", "Test" and "Fully Isolated". It should be

possible for testing the circuit breaker for its operation without energizing the power circuit in the

"Testing" position. The contacts shall be made only after the breaker is inserted into service position.

Interlocking should prevent contacts from being disconnected if circuit breaker is tried to be moved

from service position.

19.4 General Features: Single break contacts are provided in sealed vacuum interrupter.

19.5 Rating: The circuit breakers shall be continuously rated as specified with a minimum rated current of 630

Amps. With voltage rating and breaking capacity as specified.

19.6 Operating Mechanism: The operating mechanism shall be one of the following as specified:

Manually operated spring charged / motor wound spring charged with both mechanical and electrical

release for closing. The operating mechanism shall be trip free.

19.7 External auxiliary supply shall be made available for charging motors & heaters operation.

20 BUS BAR SECTION:

General Requirement: The switch board shall be single bus bar pattern with air insulated encapsulated bus bars

housed in a separate compartment, segregated from other compartments.

Material: The bus bars shall be of high conductivity electrolytic copper rated as specified. The bus bars shall be

sized for carrying the rated and short circuit current without over-heating. Maximum bus bar temperature shall

not exceed 95 degree C.

21 CURRENT TRANSFORMER:

21.1 General Requirements: Accommodation shall be provided in the circuit breaker panel to mount one set

of three numbers dual core dual ratio CTs for metering and protection purposes. Access to the CTs for

cleaning, testing or changing shall be from the front, back or top of the panel.

230

AE-I AE-II EE

21.2 Rating: Dual core & dual ratio CTs of suitable burden (but not less than 15 VA) shall be preferred.:

CT ratio shall be compatible with the loading pattern on HV side.

The CTs shall conform to relevant Indian Standards. The design and construction shall be robust to

withstand thermal and dynamic stresses during short circuits. Secondary terminals of CTs shall be

brought out suitably to a terminal block which will be easily accessible for testing and terminal

connections. The protection CTs shall be of accuracy class 5 P 10 of IS 2705Part III-1992.

The metering CTs shall conform to the metering ratio and accuracy class 0.5 of IS 2705-1992 for

incomer and class 1 for outgoing Panels.

22 VOLTAGE TRANSFORMER:

General Requirements: A voltage transformer of burden not less than 100 VA and of proper ratio as specified

shall be provided at the incoming panel. The accuracy class for the VT shall be class 0.5 as per IS 3156 parts I to

III for incomer and class 1 for outgoing Panels.

The transformer shall be of cast epoxy resin construction. It shall be fixed / withdrawable type. HRC fuses /

MCBs shall be provided on both HV and LV sides.

23 PROTECTION AND TRIPPING ARRANGEMENT:

23.1 Protection: The Relays shall be microprocessor based numerical relays with

O/L , E/F and S/C protection

Tripping relay shall be used for tripping signal to the Shunt Trip Coil of Circuit Breaker operating on

24V/30V DC supply / Power pack / 110 V VT supply.

Note: - 24V / 30V DC shall be provided through 2 Nos. SMF batteries of 12/15 volts of minimum 26 AH

capacity with a battery charger as per recommendation of the manufacturer both for protection as well as

indications.

Alternatively Power Pack converters fed through PT / 230V externally could be provided with 2 Nos.,

12/15 volt, 7 AH SMF batteries (Power pack with condenser / capacitor backup are also available which

do not need batteries,

these should not be used) for tripping. In cases where tripping is fed through

PT, VA burden of PT shall be suitably increased (say 200 VA) as recommended by the manufacturer

depending upon the number of panels and connected controls. In addition external 24 volt / 30 volt DC

supply shall be provided for indications etc. through 2 Nos. SMF batteries of 12/15 volts of minimum 26

AH capacity with a battery charger as per recommendation of the manufacturer.

23.2 Relays: Over current Relays shall have adjustable setting for current from 50% to 200% and earth fault

from 10% to 40% or 20% to 80%. These should be of manual reset type. All relays shall have a LED

indicator which will indicate operation for each function. It shall be possible to reset it only by manual

operation. The number and types of relays shall be as specified.

24 SMALL WIRING

The small wiring shall be carried out with minimum 1.5sq. mm FRLS / HFFR insulated copper conductor cables.

CT wiring shall be done with minimum 2.5 sq mm wires with colour code: R Y B, Gray for auxiliary DC circuits

and Black for auxiliary AC circuits. The wiring shall be securely fixed and neatly arranged to enable easy tracing

of wires. Identification tags shall be fitted to all wire terminals to render

identification easy and to facilitate checking in accordance with IS 375. Necessary terminal blocks and cable

entries shall be provided for RTD relay wiring, power supply etc.

25 METERING INSTRUMENT., PANEL ACCESSORIES (DIGITAL):

25.1 Metering: Energy metering shall be done either on the incomers or on the feeders as specified in

schedule of work.

231

AE-I AE-II EE

25.2 Voltage Selection Scheme: Where a bus coupler is incorporated and only one incomer feeder (out of two

available) is intended to be operated at a time, a VT Transfer Relay shall be incorporated to provide

necessary potential for metering. This will be necessary when energy metering is done on individual

feeders or where VT supply is used for trip circuits. Alternatively PTs shall be provided on both the bus

sections (incomers) with individual metering on each incomer.

25.3 Instrument Panels: The instrument panel shall form part of the housing. Relays, meters and instruments

shall be mounted as per general arrangement drawings to be submitted by the tenderer. They shall be

preferably of flush mounting type at a maximum height of 1800 mm.

25.4 Instrumentation:

a) A voltmeter of class 1.5 accuracy as per IS-1248 shall be provided at each incomer panel, with

selector switch. The instrument shall be calibrated for the ranges specified.

b) Energy meters of class 1.0 conforming to IS - 722 (Part IX) and power factor meter of class of

accuracy of 2 shall be provided, if specified.

c) Ammeter of specified range of class 1.5 accuracy as per IS-1248 shall be provided at both incomer

and outgoing panels alongwith necessary selector switches.

d) The panel assembly shall also take care of the following requirements:

i) Lamp indication shall be provided to indicate ON / OFF (BY red / green respectively) of

switch gear.

ii) Panel illuminating lamp.

iii) Mechanical indication for spring charged status. If possible an indicating lamp could be

provided.

iv) Lamp indicating tripping at fault status.

v) Healthy trip supply shall be indicated by clear lamp.

vi) Separate fuses / MCBs. shall be provided for lamps, heaters, voltmeters and other

instrumentation etc. on each panel.

vii) Anti-condensation space heaters shall be provided, and shall be suitable for operation on

240 V, 1 phase, 50 Hz A.C. for each panel if specified.

viii) Where there is more than one incomer and bus sections, these shall be castle key interlocked

as per interlocking scheme as specified.

26 CABLE BOXES

Cable boxes shall be situated in a compartment at the rear / side of the housing as specified.

27 Cable Entry: provision for top (bus ducts preferred for top entry) / bottom or such other side entry shall be made

as per requirement with sufficient head room for cable termination. 3mm thick removable gland plate shall be

provided for cable termination.

28 Earthing: The earthing of the breaker body and moving portion shall be so arranged that the earthing of the non-

current carrying structure to the frame earth bar is completed well before the main circuit breaker plugs enter the

fixed house sockets.

The entire panel board shall have a common tinned copper earth bar of suitable section with 2 earth terminals for

effectively earthing metallic portion of the panels. The frame earthing of panel shall be in accordance with

Section 7 of this specifications.

29 Installation: The installation work shall cover assembly of panels lining up, grouting the units etc. In the case of

multi panels switch boards after connecting up the bus bar all joint shall be insulated with HV insulation tape or

with approved insulation compound. A common earth bar shall be run preferably at the back of the switch board

connecting all the sections for connecting the earth system. All protection, indications & metering connections

and wirings shall be completed. Where trip supply battery is installed the unit shall be commissioned, completing

initial charging of the batteries.. All relay instruments and meters shall be mounted and connected with

appropriate wiring. Calibration checks of units as necessary and required by the licensee like CTs , VTs, Energy

Meters etc. shall be completed before pre-commission checks are undertaken.

232

AE-I AE-II EE

30. Test at Manufacturers Works

Copies of type tests and of routine tests carried out at manufacturer's works shall be furnished along with the

delivery of the switchboards. Engineer-in-Charge reserves the right to get the switchboard inspected by their

representative at manufacturer's works prior to dispatch to site to witness the routine tests, for which purpose the

manufacturer / supplier shall provide the necessary facilities and also give due notice.

31. Tests at Site

Pre-commissioning tests as per manufacturer's recommendations shall be carried out on the switchboard at site

after installation including but not restricted to the following

Physical checking of the switchboard including checking for damage or cracks in components, bolt tightness,

gasket ting etc. Checking of vacuum bottles to ensure leak tightness'

Insulation testing of Bus bar supports by 5 kV megger Insulation testing of Control wiring by 5 kV megger.

Testing of relays and CTs with secondary injection kit.

Checking of breaker operation.

Checking of earth continuity.

32. TESTING AND COMMISSIONING

Procedure for testing and commissioning of relay shall be in general accordance with good practice.

Commissioning checks and tests shall include in addition to checking of all small wiring connections, relays

calibration and setting tests by secondary injection method and primary injection method. Primary injection test

will be preferred for operation of relay through CTs. Before panel board is commissioned, provision of the safety

namely fire extinguishers, rubber mats and danger notice board shall be ensured. In addition all routine megger

tests shall be performed. Checks and test shall include following.

a. Operation checks and lubrication of all moving parts.

b. Interlock function checks.

c. Continuity checks of wiring, fuses etc. as required.

d. Insulation tests.

e. Trip test and protection gear tests.

f. The complete panel shall be tested with 5000V megger for insulation between poles and poles to earth.

Insulation test of secondary of CTs and VT to earth shall be conducted using 500V megger.

g. Any other tests as may be required by the Licensee / Inspector shall be conducted.

h. Where specified, the entire switch board shall withstand high voltage test after installation.

233

AE-I AE-II EE

TECHNICAL SPECIFICATIONS OF MV / LT PANELS 33 Scope

This Section covers the detailed requirements of medium voltage switch Panel for 433V, 3 phase 50 Hz 4 wire

system. These shall be branded and/or assembled/fabricated from a factory of repute. All switchgears shall be

fully rated at an ambient of 40° C.

34 Type of Panel The medium voltage switch board panel shall comprise of anyone of the following types of switchgears or

combination thereof as specified.

a) Air Circuit breakers draw out or fixed type.

b) Switch Disconnect or Fuse Units fixed type, MCCBs of suitable Ics ratings. MCCBs shall invariably be

Current Limiting type. Features like Double Break, Positive Isolation functions shall be preferred.

The Panel shall be indoor type having incoming sectionalization and outgoing switchgears as specified. The

design shall be cubical type. The degree of enclosure protection shall be IP 42 as per IS: 13947 (Part-I).

35 M. V. Panel

35.1 General Construction The switchboard shall be floor mounted free standing totally enclosed and extensible type. The switch

board shall be dust & vermin proof and shall be suitable for the climate conditions as specified. The design

shall include all provisions for safety of operation and maintenance personnel. The general construction

shall conform to IS: 8623/1993 for factory assembled switch board.

35.2 Cubical Type Panels

35.2.1 Cubical type panels shall be fabricated out of sheet steel not less than 2.0 mm thick. Wherever

necessary, such sheet steel members shall be stiffened by angle iron frame work. General

construction shall employ the principle of compartmentalization and segregation for each circuit.

Unless otherwise approved, incomer and bus section panels or sections shall be separate and

independent and shall not be mixed with sections required for feeders. Each section of the rear

accessible type panel shall have hinged access doors at the rear. Overall height of the panel shall

not exceed 2.4 meters. Operating levers, handle etc. of highest unit shall not be higher than 1.7

meters. Multi-tier mounting of feeder is permissible. The general arrangement for multi tier

construction shall be such that the horizontal tiers formed present a pleasing and aesthetic look.

The general arrangement shall be approved before fabrication. Cable entries for various feeders

shall be either from top or bottom. Through cable alleys located in between two circuit sections,

either in the rear or in the front of the panel. All cable terminations shall be through gland plates.

There shall be separate gland plate for each cable entry so that there will not be dislocation of

already wired circuits when new feeders are added. Cable entry plates shall therefore be

sectionalized. The construction shall include necessary cable supports for clamping the cable in

the cable alley or rear cable chamber.

Cubicle panels with more than 1000 Amps BUS shall be made of tested structural modular

sections.

35.2.2 Bus Bar and Connections

The bus bars shall be of Copper of high conductivity electrolytic quality and of adequate section.

Current density shall not exceed 160 amps for Copper /sq. cm. The bus bar system may comprise

of a system of main horizontal bus bars and ancillary vertical bus bars run in bus bar alleys on

either side of which the circuit could be arranged with front access cable entries. In the case of

rear access, horizontal bus system shall run suitably either at the top or bottom. All connections

to individual circuits from the bus bar shall preferably be solid connections; however flexible

connections shall also be permitted as per recommendations of the Panel Manufacturer. All bus

bars and connections shall be suitably sleeved I insulated in approved manner.

35.2.3 Incomer / Termination

Incomer termination shall be suitable for receiving bus trunking / underground cables. Cable

terminations shall invariably be through terminal blocks (Polyamide or superior) or brought out

solid terminals.

234

AE-I AE-II EE

35.2.4 Instruments

All voltmeters and ammeters shall be flush mounted of size minimum 96 mm conforming to

class 1.5 of IS:1248 for accuracy. All voltmeters shall be protected with MCR

35.2.5 Indicating Lamps

On all the incomers of M.V panels, ON/OFF indicating LED lamps shall be provided and shall

be suitable for operation on AC supply. Phase indicating LED lamps shall be associated with

necessary ON/OFF toggle switch.

35.2.6 Small Wiring

All small wiring for Controls, Indication etc. shall be of with suitable FRLS/HFFR (halogen free

fire retardant) copper conductor cables. Wiring shall be suitably protected within switch board.

Runs of wires shall be neatly bunched, suitably supported and clamped. Means shall be provided

for easy identifications of the wires. Where wires are drawn through steel conduits, the works

shall conform to CPWD General Specifications for Electrical works (Part 1- Internal) - 2005 and

IS:732 as the case may be. Identification ferrules shall be used at both ends of the wires. All

control wiring meant for external connections are to be brought out of terminal board.

OPERATIONAL REQUIREMENTS

The indoor type MV panel shall conform to the following:

a) The panel shall comprise of incomers, outgoing feeders and bus coupler as specified. The

incomer shall be either a double break / contact repulsion MCCB or an Air Circuit Breaker.

The bus coupler shall be either a circuit breaker or a double break / contact repulsion

MCCB or switch disconnector fuse unit as specified. The outgoing feeders shall be circuit

breakers/MCCBs as specified.

b) Bus bars for phase and neutral shall have a rating as specified in the format of Appendix II.

c) The entire switch panel shall be cubical type generally conforming to IS:862311993 for

factory assembled switch board.

d) The incomer panel shall be suitable for receiving bus trunking or MV cable of size

specified either from top or from bottom.

All incoming AIRCIRCUIT BREAKER/MCCB shall have suitable adjustable tripping

current and the time delay settings.

The entire panel shall have a common earth bar of size as specified with two terminals for

earth connections.

36 Rating and Requirements

36.1 Air Circuit Breaker

All Air Circuit Breakers shall be 3/4 pole with minimum 50 KA breaking capacity (35 MV A at 433V)

conforming to IS: 13947 (Part-II). Rated current shall be as per capacities specified. The equipment shall

be complete with the following:

a) Necessary circuit breaker carriage with 3 position (isolate, test, service) drawout mechanism.

b) Necessary isolating plugs and sockets.

c) Necessary mechanism interlock and automatic safe shutters gear with arrangement for pad

locking.

d) Necessary independent manual spring mechanism with mechanical On/Off indication as well as

electrical On/Off indication.

e) Necessary bus bars with bolted type neutral links.

f) ACB shall be provided with microprocessor based releases having built in over load, short circuit

& earth fault protection. Microprocessor release shall be EMI (electromagnetic induction)/EMC(

electromagnetic compatible) certified.

g) Necessary set of auxiliary switches.

235

AE-I AE-II EE

h) Necessary set of CTs with ratios as specified

i) Necessary identification, metering requirements as specified i/c. ON/OFF indication lamps,

selector switches, fuses, ammeter, voltmeter etc.

j) In case of 4 pole breaker neutral shall be fully rated with adjustable settings from 50% to 100%

of In.

k) ACB terminals shall be suitable/suitably brought out for direct aluminum termination as per IS

13947 Part-II.

36.2 Switch Disconnect or Fuse Units /MCCB:

36.2.1 Switch Disconnect or Fuse Units: All SDF units for feeders or outgoing circuits shall be suitable

for a Breaking capacity of 80 KA (57 MV A 433V) capacity at 433V 3 phase 50 Hz AC system

conforming to IS: 4064. The number of units and rated current shall be as per detailed

requirements specified. Switch Disconnect or Fuse unit shall be double break front operated

type. The units shall be complete with following:

a) Necessary HRC cartridge fuses conforming to IS:9224 (part-II).

b) Necessary operating mechanism quick break make type.

c) Necessary set of CTs together with an ammeter and selector switch as specified.

d) Necessary interconnections to bus bars.

e) Necessary neutral link inside the SDF unit.

f) All SDF units shall be AC23A utilization category.

36.2.2 MCCB: All MCCBs shall be current limiting type with features of load line reversibility and

suitable for Horizontal / Vertical mounting without any derating. Beyond 300Amps capacity

MCCBs shall have positive isolation and preferably double break I contact repulsion & double

insulation features. The MCCBs shall invariably be used with terminal spreaders.

37 TEST AT MANUFACTURERS WORK

All routine tests shall be carried out and test certificates produced to the department.

38 INSTALLATION

The installation work shall cover assembly of various sections of the panels lining up, grouting the units etc. In

the case of multiple panel switch boards after connecting up the bus bars etc., all joints shall be insulated with

necessary insulation tape or approved insulation compound. A common earth bar as per section 7 of these

specifications shall be run inside at the back of switch panel connecting all the sections for connection to frame

earth system. All protection and other small wirings for indication etc. shall be completed before calibration and

commissioning checks are commenced. All relays, meters etc. shall be mounted and connected with appropriate

wiring.

TESTING AND COMMISSIONING

Commissioning checks and tests shall include all wiring checks and checking up of connections. Relay

adjustment/setting shall be done before commissioning in addition to routine Megger tests. Checks and tests shall

include the following:

a) Operation checks and lubrication of all moving parts.

b) Interlock function checks.

c) Continuity checks of wiring, fuses etc. as required.

d) Insulation test: When measured with 500V Megger the insulation resistance shall not be less than 100

mega ohms.

e) Trip tests and protection gear test.

236

AE-I AE-II EE

TECHNICAL SPECIFICATIONS OF TRANSFORMERS

39 SCOPE

This section covers the detailed requirements regarding supply, installation, testing, commissioning and handing

over of transformers 11KV / 0.430KV dry type required for the sub-station.

40 OIL COOLED TRASFORMERS

40.1 General Construction

The oil filled Transformers shall comply with the following Indian Standards as amended upto date:

i) IS 2026 - Part I to V power transformers.

ii) IS 335 - Transformer oil

iii) IS 10028 (Part II & III) - Installation and Maintenance of Transformers.

iv) IS 2099 – Bushings

v) IS 2705 - Current Transformers.

vi) IS 6600 - Guide for loading of oil immersed transformers.

40.2 Insulation Oil

Insulation oil shall conform to IS 335. Transformer oil to be supplied with initial fill of filtered oil.

40.3 General Requirements

The transformer shall be indoor or outdoor type as specified. Unless otherwise specified the transformer

in addition shall have thermal and dynamic ability to withstand external short-circuit as per clause 9 of IS

2026 (Part I) 1977.

40.4 Capacity and Rating.

The KV A ratings for three phase transformers shall be as specified in the schedule of work and shall be

irrespective of tapping position.:

TEMPERATURE RISE

The reference ambient temperatures assumed for the purpose of this specification are as follows:

Maximum ambient air temperature 50° C.

Maximum daily average ambient air temperature 40° C.

Maximum yearly weighted average ambient temperature 32° C.

Minimum yearly weighted average ambient temperature (-)5° C.

The temperature rise at the above conditions and at the altitude not exceeding 1000 meters shall be as

follows:

By resistance method 55° C (maximum temperature being 95° C). By thermometer 50° C.

If the site conditions indicated for a particular job is more severe than the refereed ambient temperature

mentioned above, the temperature rise shall be suitably scaled down such that the hot spot temperature

shall not exceed the values for the reference conditions.

40.5 Tap Changing Device

Tap changing device shall be provided on H.V side, circuit type, externally hand operated with necessary

indications for tap position and locking arrangement at any of the tapping positions. It shall be designed

for bi-directional operation and shall be of self positioning type and shall have the following steps:

+ 2.5% +5% -7.5% -10% (if required)

Note: Tap changing device shall normally be off load type. However NIT approving authority may use on

load type Tap Changing Devices judiciously.

237

AE-I AE-II EE

40.6 Voltage Ratio

Unless otherwise specified, the transformer shall be suitable for a voltage ratio of 11 KV/433 V.

VECTOR GROUP

In case of step down transformers, the winding connections shall conform to vector group dy. 11 unless

otherwise specified.

In case of step up transformer the vector group unless otherwise specified shall be starl delta.

40.7 Cooling

Unless otherwise specified, the transformer shall be oil immersed natural air-cooled type (ONAN).

40.8 Accessories

The transformer shall be a single tank type with termination on bushings or cable end box as specified both

on HV and MV side. The MV side shall be suitable to receive bus bar trunking or MV cable inter-

connection suitable for full load current of the transformer.

FITTINGS

The transformer shall be complete with the following fittings:

Oil conservator with oil level indicator, minimum level marking and drain plug for all transformers of

capacity 50 KV A and above.

a) Off circuit type tap changer with position indicator and locking arrangement for all transformers.

b) Thermometer pocket with plug for all transformers of capacity 100 KV A and above.

c) 100 mm dial type /stem type thermometer with metal guard Dial type thermometer may have max.

temperature indicator and resetting device for all transformers of capacity 250 KV A and above.

d) Lifting lugs for all transformers.

e) Bi-directional / Unidirectional Rollers to be specified.

f) Rating diagram and terminal marking plate for all transformers.

g) Explosion vent for all transformers of capacity 400 KV A and above.

h) Additional Neutral separately brought out on a bushing for earthing for all transformers.

i) Earth terminals (2 Nos.) for body earthing for all transformers.

j) Valves for filtration, drainage and filling etc. with necessary plugs for all transformers.

k) Radiator assembly for all transformers.

l) Silica gel breather for all transformers.

m) Air release plug for all transformers.

n) First filling of oil to IS 335/1993 including make-up fill during installation for all transformers.

o) Facility to connect up Buchholtz relay for all transformers of capacity 800 KV A and above.

p) Inspection covers on tank cover for access to terminal connections for all transformers.

q) Bushing terminations or cable box terminations as specified.

r) Necessary hardware, clamps, lugs etc. for termination on HV /MV etc. for all transformers.

40.9 Explosion Vent

Explosion vent or pressure relief device shall be provided of sufficient size for rapid release of any pressure

that may be generated within the tank and which might result in damage to the equipment. The device shall

operate at a static pressure less than the hydraulic test pressure for transformer tank. Means shall be

provided to prevent the ingress of moisture and of such a design to prevent gas accumulation.

40.10 Accommodation/or Auxiliary Apparatus

Where specified, such as, for restricted earth fault protection, facilities shall be provided for the mounting

of a neutral current transformer.

RATING AND DIAGRAM PLATES

The following plates shall be fixed to Transformer in a visible position.

a) A rating plate of weather proof material bearing the data specified in the appropriate clauses of

IS: 2026/1977.

b) A diagram plate showing the internal connection and also the voltage vector relationship of the

several windings in accordance with IS: 2026-1977 and Ii plan view of the transformer giving

the correct physical relationship of the terminals.

40.11 Joints and Gaskets

All gaskets used for making oil tight joints shall be of proven material such as granulated cork bonded with

synthetic rubber gaskets or synthetic rubber or such other good material.

238

AE-I AE-II EE

GAS AND OIL ACTUATED (BUCH HOLTZ RELAYS)

Buchholtz Relay shall be provided for transformers of capacity 800 KVA and above.

The design of the relay mounting arrangements, the associated pipe work shall be such that mal-operation

of the relays shall not take place under normal service. The pipe work shall be so arranged that all gas

arising from the transformer shall pass through the gas and oil-actuated relay. The oil circuit through the

relay shall not form a delivery path in parallel with any circulating oil pipe, nor shall it be tied into or

connected through the pressure relief vent, Sharp bends in the pipe work shall be avoided.

All wiring connections, terminal boards, fuses and links etc. connected with gas actuated relays shall be

suitable for tropical atmosphere. Any wiring liable to be in contact with oil shall have oil resistant

insulation and the bared ends of stranded wire shall be sealed together to prevent seepage of oil entering

connection boxes used for cables or wiring.

40.12 Cable Box

Cable box shall not be mounted on the tank covers. It shall be feasible to remove the tank covers for

inspection during maintenance etc. without recourse to breaking the joints or disturbing the cables already

terminated. Necessary removable links in oil approachable through inspection cover in tank cover etc. after

lowering oil shall be provided for test purpose.

40.13 Parallel Operation

For parallel operation of transformers, the transformers shall have the same percentage impedance, same

voltage ratio, same vector group, phase sequence etc.

40.14 Tests

40.14.1 Tests at Works

All routine and other tests prescribed by IS 2026 shall be carried out at the manufacturer's works

before dispatch of the transformer in the presence of inspecting officer if required. Copies of the

test certificates shall be furnished to the department. In addition to the prescribed routine tests,

temperature rise test shall be invariably done on one transformer of each design. A copy of the

impulse test certificate done on the same type/design

of the transformer shall be furnished in accordance with IS for purpose of record. If no impulse

test was done in an earlier unit of the same design and capacity, one transformer will be

subjected to impulse test in consultation with the Inspector at the firm's cost.

Copies of the certificates for pressure test, test for bushings, and type test for short circuit shall

be supplied to the Department.

40.14.2 Tests at Site

In addition to tests at manufacturer's premises, all relevant precommissioning checks and tests

conforming to IS code of practice No.

10028 (Part II & III) shall be done before energization. The following tests are to be particularly

done before cable jointing or connecting up the bus bar trunking.

a) Insulation test between HV to earth and HV to MV with 5000 volts Megger.

b) Insulation test between MV to earth with 500 volts Megger.

c) Di-electric strength Test on oil.

d) Buchholtz relay operation by simulation test when fitted.

All test results are to be recorded and reports should be submitted to the department.

40.15 Installation and Commissioning

40.15.1 The transformer shall be installed in accordance with IS 10028 (Part II & III)-Code of practice

for Installation and maintenance of transformer. Necessary support channels shall be grouted in

the flooring.

40.15.2 The Transformer shall be moved to its location and shall be correctly positioned. Transformer

wheels shall be either locked or provided with wheel stoppers. All parts of the transformers

239

AE-I AE-II EE

which are supplied loose, such as conservator, radiator banks, Buchholtz relay, dial thermometer,

bushing etc. shall be fitted on the transformer. Transformer oil supplied in drums shall be topped

up into the transformer after duly testing/filtering upto the correct level required.

40.15.3 Wiring of devices such as Buchholtz relay, dial thermometer etc. shall be carried out as per

drawings, Earthing of neutral and body of the transformer shall be done in accordance with

section (7) of these specifications.

40.15.4 Drying out of transformer winding will be necessary when the di-electric strength of the oil is

lower than the minimum value as per IS-I0028 or the transformer has not been energized within

6 months of leaving the works or where the radiator assembly is done at site. The transformer

shall be dried out by one of the methods specified in IS -10028. Drying out with, centrifugal or

vacuum type filters will, however, be preferred. The contractor shall carry out the process of

drying without interruption and shall maintain a log sheet indicating time, oil temperature and

insulation resistance.

40.15.5 After complete drying out of the transformer, oil sample shall be collected by the contractor and

shall be tested for dielectric strength as specified in IS:335-1993 with approved test kit.

40.15.6 All devices such as dial type thermometers, Buchholtz relays and main alann and trip contacts

shall be checked for satisfactory operation.

40.15.7 All tests specified in 3.2.14 of these specifications shall be carried out by the contractor in the

presence of inspecting officer/consignee free of cost.

40.16 Guaranteed Technical Data

Guaranteed technical particulars shall be supplied vide Schedule 'c' of Appendix III.

41 DRY TYPE DISTRIBUTION TRANSFORMERS

41.1 General Construction

41.1.1 The Transformers shall comply with the following Indian Standards as

amended upto date:

i) IS 11171 : 1985 - Dry type power transformers.

ii) IS 10028 (Part II & III) - Installation and Maintenance of Transformers.

iii) IS 2099 - Bushing

iv) IS 2705 - Current Transformers.

41.1.2 Constructional Features: All the MS parts shall be either Hot dipped galvanized or cold

galvanized to make them corrosion free. The core shall be made up of high grade low loss cold

rolled grain oriented silicon steel. Both low & high voltage windings shall be made of copper

conductor. The class of winding insulation shall correspond to class 'F'. The construction of the

windings of the transformer shall be such that no creepage path is found even in dusty &

corrosive ambient conditions. The core coil assembly shall be housed in a prefabricated

enclosure. The enclosure shall be fabricated with mild steel CRCA sheets with adequate

provision for ventilation. The enclosures shall under go the seven tank process. Finally the

external and internal surfaces of the enclosure shall be powder coated with the required paint

shade.

41.2 General Requirements: The transformer shall be indoor or outdoor type as specified. Unless otherwise

specified the transformer in addition shall have thermal and dynamic ability to withstand external short-

circuit as per clause 9 of IS 2026 (Part I)

1977 and clause 5 of IS 11171-1985.

41.3 Capacity and Rating: The KVA ratings for three phase transformers shall be as specified in the schedule

of work and shall be irrespective of tapping position.

Continuous rating specified shall be irrespective of tapping position.

41.4 Indoor transformer shall be suitable for IP-23 protection; outdoor transformer shall confirm to IP-33

protection.

240

AE-I AE-II EE

41.5 Temperature Rise: The reference ambient temperatures assumed for the purpose of this specification are

as follows:

a) Maximum ambient air temperature 50° C.

b) Maximum daily average ambient air temperature 40° C.

c) Maximum yearly weighted average ambient temperature 32° C.

d) Minimum yearly weighted average ambient temperature (-)5° C.

e) Class of insulation

F

The temperature rise limit at the above conditions and at the altitude not exceeding 1000 meters shall be

as specified.

If the site conditions indicated for a particular job is more severe than the referred ambient temperature

mentioned above, the temperature rise above ambient shall be suitably scaled down such that the hot spot

temperature shall not exceed the values for the reference conditions 90° C (F class insulation).

41.6 A) Tap Changing Device: Preferred tapping range is +5% to -7.5% in 2.5 percent steps by means

of off load tap changing links or tap switch. The device shall be provided on HV for HV

Voltage to keep L V Voltage constant.

B) Terminal Markings Connections: Relevant provisions of lS:2026 (Part-IV)-1977 shall be

applicable.

41.7 Voltage Ratio: Unless otherwise specified, the transformer shall be suitable for a voltage ratio of

11 KV/433 V.

41.8 Vector Group: In case of step down transformers, the winding connections shall conform to vector group

Dy 11 unless otherwise specified.

In case of step up transformer the vector group unless otherwise specified shall be star / delta.

41.9 Cooling: Unless otherwise specified the transformer cooling shall be air and naturally cooled (AN)

41.10 Accessories: The transformer shall be with enclosure or without enclosure with HV and MV terminations

as specified both on HV and MV side. The MV side shall be suitable to receive bus bar trunking or MV

cable inter-connection suitable for full load current of the transformer.

41.11 Fittings: The transformer shall be complete with the following fittings:

a) Off load type tap changing link or tap switch.

b) RTD temperature controller.

c) Lifting lugs for all transformers.

d) Bi-directional / Unidirectional Rollers to be specified.

e) Rating diagram and terminal marking plate for all transformers.

f) Additional Neutral separately brought out on a bushing for earthing for all transformers.

g) Earth terminals (2 Nos.) for body earthing for all transformers.

h) Necessary hardware, clamps, lugs etc. for termination on HV /MV etc. for all transformers.

41.12 Rating Plates: A rating plate of weather proof material bearing the data specified in clause-8 of IS: 11171:

1985

241

AE-I AE-II EE

41.13 Joints and Gaskets: All gaskets used for making gas tight joints shall be of proven material.

41.14 Parallel Operation: For parallel operation of transformers, the transformers shall have the same

percentage impedance, same voltage ratio, same vector group, phase sequence etc.

Where ever more than one Transformer is to be installed in the same Sub-Station, capacity of each

Transformer shall preferably be same.

41.15 Tests:

41.15.1 Tests at Works: All routine and other tests prescribed in IS 11171 : 1985 shall be carried out at

the manufacturer's works before the dispatch of the transformer in the presence of inspecting

officer. Copies of the test certificates shall be furnished to the department. In addition to the

, prescribed routine tests, temperature rise test shall be invariably done on one transformer of

each design. A copy of the impulse test certificate done on the same type/design of the

transformer shall be furnished in accordance with IS 11171 : 1985 for purpose of record. If no

impulse test was done in an earlier unit of the same design and type, one transformer will be

subjected to impulse test in consultation with the Inspector at the firm's cost.

Copies of the certificates of type test for short circuit shall be supplied to the Department.

41.15.2 Tests at Site: In addition to tests at manufacturer's premises, all relevant precommissioning

checks and tests conforming to IS code of practice No. 10028 shall be done before energization.

The following tests are to be particularly done before cable jointing or connecting up the bas bar

trunking.

a) Insulation test between HV to earth and HV to MV with a 5000 volts Megger.

b) Insulation test between MV to earth with 500 volts Megger.

c) All test results are to be recorded and reports should be submitted to the department.

41.16 Installation and Commissioning:

41.16.1 The transformer shall be installed in accordance with IS 10028-Code of practice for Installation

and maintenance of transformer. Necessary support channels shall be grouted in the flooring.

41.16.2 The Transformer shall be moved to its location and shall be correctly positioned. Transformer

wheels shall be either locked or provided with wheel stoppers.

41.16.3 Wiring of devices shall be carried out as per drawings; Earthing of neutral and body of the

transformer shall be done in accordance with section (7) of these specifications.

41.16.4 All devices shall be checked for satisfactory operation.

41.16.5 All tests specified in 3.2.14 of these specifications shall be carried out by the contractor in the

presence of inspecting officer/consignee free of cost.

242

AE-I AE-II EE

AAAUUUTTTOOOMMMAAATTTIIICCC PPPOOOWWWEEERRR CCCOOORRRRRREEECCCTTTIIIOOONNN CCCAAAPPPAAACCCIIITTTOOORRR BBBAAANNNKKK &&& PPPAAANNNEEELLL

42 GENERAL The specification covers requirement of Medium voltage capacitors and control panel to be used for power factor

improvement of the electrical system and shall be connected to main L.T. panels. Automatic Power correction

panel shall be functional to improve power factor of the system in which it is connected. It shall improve power

factor up to 0.95 from initial power factor of 0.70, 10% to 20% of the total capacitor rating shall be fixed

permanently to ensure power factor compensation at low load/ night mode condition.

43 CODES AND STANDARDS The design, manufacture and performance of power capacitors and accessories shall comply with all currently

applicable status, regulations and safety codes for power installation as prescribed in relevant IS codes and to

requirement of Local Electricity supply Authority to which the equipment shall be installed.

Unless otherwise specified the capacitor and control panel shall conform to following:

IS: 13340 - Shunt capacitors for power systems

IS:2147 - Degree of protection (IP-54) provided by enclosures for low

voltage switchgear and control gear

IS:4237 - General requirements for switchgear and control gear for

voltage not exceeding 1000V

IS:8623 - Specification for factory built assemblies of switch gear and

control gear(Upto 1000 volts)

IS:13947 (Part-II)IEC-947(2) - Specification for MCCB’s

IS:2959 - AC contactors for voltage not exceeding 1000 volts.

Power factor Management:-

i) Low power factor results in higher current resulting in higher voltage drop and system losses. In order to

have control over these parameters, power factor of 0.9 to 0.95 to be maintained by the power consumers.

Heavy penalty is imposed in case of low power factor.

Percentage reduction of load current and transformer loss due to power factor improvement is given in

table below:

Initial Power Factor Power factor

improvement

% Reduction in load % Reduction in

transformer

Current losses

0.7 0.9 23.7 40

0.7 1.0 30.0 51

0.8 0.9 10.0 21

0.8 1.0 20.0 36

0.9 1.0 10.0 19

ii) Effect of leading power factor:

Leading power factor causes higher voltage resulting in:

a) Increase in hysterics and eddy current losses.

b) Transformer may operate in saturated BH curve, resulting in generation of harmonies, which may

lead to heating, and failure of capacitor.

iii) Automatic power factor correction capacitor banks:

Properly designed APFC panels shall be provided to maintain power factor automatically at desired level.

243

AE-I AE-II EE

Technical Specifications

1. Supply Voltage - 415 / 440V, 50Hz

2. Permissible voltage - + 10%

3. Permissible over current - + 30%

4. Temperature range - 10°C to 50°C

5. Reference Standard Capacitor - IEC 831/1 & 831/2

Panel - IEC 439/1 – 2

6. Panel Constructions - Modular, Free standing, Sheet metal, Powder coated

with Antirust treatment

7. Isolation - Delta connected built in harmonic separation filter,

correction in steps of 5, 10, 15, 20, 25 KVAR to meet

binary logic

8. Sensing - Through city connected to 415 V, 3 Phase line current

43.1 The control panel shall be indoor, cubical type, floor mounted, dust and vermin proof enclosure enclosing

capacitor bank shall be of protection class IP-41.The power capacitor. control relay & electronic switches

should be as per specification & from same manufacturer only.

43.2 Cubical panel shall comprise rigid structural frame enclosed by 2 mm thick cold rolled sheet steel; doors

and covers shall be from 1.6mm thick cold rolled sheet steel. Structural framework with foundation bolts

etc. shall be provided at the bottom to mount control panel directly on concrete /floor/steel channel base.

43.2.1 All doors, removable covers shall be gasketed all around preferably with neoprene gaskets.

43.2.2 The capacitors control panel shall, in general, comprise of the following and shall be housed in

well-ventilated panels. Capacitors and their control elements may be installed in such a manner

so that minimize the space requirement.

Capacitor panel shall be of step system. Each step shall comprise of capacitor banks. Each step

shall be suitable for accommodating capacitors of required KVAR rating, of electronic

switching as required for each steps and protecting MCB / MCCB of suitable rating. Capacitors

mounted inside the panel shall be three phase, low loss ISI marked capacitors only. The system

shall have microprocessor based power factor controller with 12 steps provided in the command

module for target P. F setting with digital P. F. display. The controller consists.

VAR/FIFO/BINARY mode, all the three powers, i.e. KVA, KW and KVAR phase wise and

system Harmonic in all three phases. All threes voltages, phase to phase and phase to neutral,

Supports MODBUS-RTU protocol. The controller Display size of 240 X 128 mega pixels on

time. Cooling fan shall be provided for efficient performance.

43.2.3 The Capacitor panel door shall be interlocked mechanically with the suitable mechanical lock

so that the door cannot be opened without the lock key. The APFC panel, ISI marked power

capacitor & relay should be of same make & from NIT approved makes only.

43.2.4 Each section of bank shall be controlled by a separate MCB’s & MCCB’s and provided with

rapid discharge for protection of shunt Capacitor as per the schedule of quantity.

43.2.5 Indicating lights shall be provided to indicate the number of capacitors in circuit. The capacitors

manufacturing firm should have valid manufacturing license from BIS and all the capacitors

shall be APP type with ISI marked only from same firm. Indicating lamps shall be LED type.

43.2.6 The main buses and connection shall be of high conductivity Aluminum sized for specified

current ratings shall be limited to 105 degree centigrade for silver plated aluminum joints.

43.2.7 For all bus connection adequate contact pressure shall be ensured by means of two-bolt

connection with plain and spring washers and locknuts.

43.2.8 Bus bars and connections shall be fully insulated for working voltage with adequate phase/

ground clearance. Insulating sleeves for bus bars and shroud for joints shall be provided.

Shroud for bus bars joints and tapping points shall be of two-part epoxy resin cast/ fiberglass

molded. Minimum clearance of 20mm is required between phases and 15mm between phase

and earth irrespective of sleeve/ shrouds provided for bus bar. Insulating shrouds shall be

molded type. Bus supports shall be non-hygroscopic type epoxy/ SMC with high creep age

surface.

244

AE-I AE-II EE

43.2.9 All buses and connections shall be supported and braced to withstand the stresses due to

maximum short circuit current and also to take care of any thermal expansion.

43.2.10 Bus bars shall be color coded for easy identification and so located that the sequence R-Y-B

shall be from left to right, top to bottom or front to rear, when viewed from the front to panel

assembly.

43.3 TESTS

43.3.1 Routine tests shall be carried out on assembled capacitors and control panel as per relevant

Indian Standards.

43.3.2 Type tests reports for similar capacitors units shall be submitted.

43.3.3 Three (3) copies of type test and routine test certificates shall be submitted for Engineer-in-

charge approval before dispatch of capacitor and control panel.

43.4 INSPECTION

43.4.1 Visual inspection including witnessing routine tests shall be carried out by Engineer-in-charge

or his authorized representative.

43.4.2 Contractor shall notify Engineer-in-charge or his authorized representatives in writing at least

fifteen (15) days prior to contractor’s scheduled inspection test.

245

AE-I AE-II EE

Technical Specification for LED street light fittings

Makes of LED street light fittings Philips, GE, Wipro, Crompton

LED make CREE, Osram, Philips, Nichia.

Wattage of LED street light fittings 43W & 24 W

Lamp Efficacy Should not be less than 50 lm/W

Supply Source 180-240 volt. However, conditions for voltage fluctuations

should be considered and the system should be robust

enough to withstand such variation in supply source.

Total Harmonics Distortion (THD) Should be less than 15%

Power factor Greater than 0.90

Life Expectancy About 50,000 burning hours at a 35°C ambient temperature

with 70% lumen maintenance

Control Circuit Compatible to LED

Colour Rendering Index Minimum CRI of 70

Correlated Colour Temperature 4000K or 6000K +/-

Luminaire Housing Low copper aluminum, with high performance heat sink(S)

designed. Luminaire configuration must allow for modular

upgradability and/ or filed repair of all electrical

components (i.e LED modules, Driver(s) etc.)

Finish Finish includes cleaning and preparing metal surface,

electro-deposited epoxy primer and baked-on ultra-durable

power coat.

Lenses To obtain a better light control, the luminaire should have

combination of lenses.

Ingress protection IP66

Test certificate The luminaire should have IESNA LM 79-08 test

certificate.

246

AE-I AE-II EE

APPROVED MAKE OF MATERIALS

247

AE-I AE-II EE

FIRE ALARM & INTERNAL FIRE FIGHTING SYSTEM

Sl.

No. Item Acceptable make

1 Pump Kirloskar/Mather & Platt/ KSB

2 Motor Siemens/ Kirloskar/ Crompton

3 MCCB / MCB L & T /Siemens/ ABB/ Schneider / GE

4 Contactor / Relay / Motor Starter L & T /Siemens/ ABB/ Schneider / GE

5 Measuring instruments AE/ Rishab / L&T

6 Single phase preventer L & T /Siemens

7 UG Cable / Control cable Polycab / CCI / Universal / Gloster/ KEI/ RR Kabel (ISI marked)

8 CTs AE/ Kappa/ C & S

9 Selector Switch L & T /Kay Cee/ C & S

10 Indicating lamp BCH/ L & T/ C & S

11 Electrical panel / system controller panel Tricolite / ADELAC / Siemens

12 MS Pipe Jindal / Jindal (Hisar)/ Tata duly ISI marked

13 GI pipe Jindal / Jindal (Hisar)/ Tata duly ISI marked

14 Sluice valve / non return valve Kirloskar of Class PN 1.6 / Sant/Leader

15 GM Sluice valve / non return valve Sant/Leader / Audco for G.M. accessories

16 Cushy foot mountings GERB/ Dunlop Gunmetal valves

17 Pressure Switch Indfoss / Fiebig

18

Fire fighting equipments such as single

headed/double headed hydrant valves,

Fitting, Nozzles, Fire Brigade Inlet/ Outlet

Connection, Siamese Connections, Landing

Valve, Branch pipe etc.

Newage/ Minimax / Agni / Ceasefire

19 Hose reel 20 mm dia Newage/ Cosmos/ Jyoti duly ISI marked / Getech

20 RRL Hose pipe 63 mm dia Jayshree/ Newage/ Jyoti duly ISI marked Type-B / Ceasefire /

Getech

21 First aid hose reel drum Jyoti duly ISI marked Type-B / Ceasefire / Getech

22 Portable fire extiguisher Ceasefire / Safex / Minimax / Fire shield

23 Addressable fire alarm system Notifier / Edward / JOHNSON CONTROL/ Honeywell

24 Repeater panel JOHNSON CONTROL /SIEMENS / Honeywell / Agni

25 Detectors Notifier / Edward / JOHNSON CONTROL /SIEMENS /

Honeywell

26 Sounders Notifier / Edward / JOHNSON CONTROL /SIEMENS /

Honeywell

27 Manual call point Notifier / Edward / JOHNSON CONTROL /SIEMENS / system

Sensors/ Honeywell / Getech

28 Speakers Edward / JOHNSON CONTROL / Honeywell

29 FRLS Copper conductor cable Finolex / Polycab / RR Kabel ( FRLS Type with ISI marked )

30 Steel conduit BEC / New Indian conduit (NIC) /Steel craft/ AKG ( ISI marked)

Note: - In case make of any equipment or material is not specified in the NIT, the matter shall be referred to the NIT

approving authority.

248

AE-I AE-II EE

BUILDING INTERNAL ELECTRIFICATION

S.

No. Description of item Acceptable Makes

1. PVC conduit pipe & accessories Avon Plast /Bajaj Plast / AKG/ Modi / Precision (ISI Marked)

2. Steel conduit pipe & accessories BEC / New Indian conduit (NIC) /Steel craft/ AKG ( ISI

marked)

3. PVC insulated copper wire Finolex/ Polycab/ Havells/ RR Kabel ( FRLS Type with ISI

marked )

4. Modular Switches & Sockets, Fan Regulator,

RJ-45(cat-6)/ RJ-11 outlets including modular

boxes & plates

Legrand / Siemens / Schneider

5. Telephone DP boxes Krone / D-Link / ITL

6. MCBs / RCCB / RCBO/MCB DBs, Industrial

Sockets and accessories. / Din mounted

contactors & Change Over Switches

Siemens / Schneider / Legrand / GE

7. Panel Board Mounting switches / MCCBs /

SDFU

L&T / Siemens / Schneider / Legrand / GE

8. Protective relays, contactors, starters L&T / Siemens / Schneider / Legrand / GE

9. Meter, indicating instruments AE / L&T/ Rishabh

10. Sensors Wipro / Crompton Greaves / Philips / Honeywell

11. Energy Meter L&T/ Havells / GE / Schneider

12. Indicating Lamps, push button, selector switches L&T / Siemens/Schneider/ AE/ Kaycee/IMP/

13. GI. Pipe Tata / Jindal / Jindal-Hissar

14. Compact bus duct / Rising main Schneider / GE / C&S/ L&T / ABB

15. LT / MV Panel / Feeder Pillar Box L&T / Siemens / Schneider / ADELAC / Tricolite

16 XLPE / PVC insulated PVC Seathed aluminium

conductor UG cable

Polycab / Havells / CCI / Universal / Gloster/ KEI/ RR Kabel

& items shall be compulsorily ISI marked.

17 Luminaires Philips / Wipro /GE

18 Ceiling Fan ( 5 Star rated ) of white shade Crompton Greaves / Orient / Polar / Khaitan / USHA

19 Exhaust fan Crompton Greaves / Orient / Polar / Khaitan / USHA

20 Lamps OSRAM / Philips / Wipro / Crompton

Note: In case make of any equipment or material is not specified in the NIT, the matter shall be referred to the

NIT approving authority.

249

AE-I AE-II EE

EXTERNAL SERVICES (ELECTRICAL)

Items Acceptable makes

1. 11 KV HT Panel : Areva / Siemens / ABB / Schneider / L&T/ BHEL/ Kirloslar

2. Transformer : Kirloskar / Crompton / Areva / BHEL / Schneider

3. Diesel Engine : Cummins/ Kirloskar Oil Engine Ltd. (KOEL) / Caterpiller

4. Alternator : Kirloskar / Crompton / Stamford /NGEF/ Jyoti

5. ACB : Siemens / ABB / GE / Schneider / Mitsubishi / L&T

6. MCCB : Siemens / ABB / GE / Schneider / Mitsubishi / L&T

7. MCB : Siemens / ABB / L&T / Schneider/ Legrand / GE

8. Contactors : MG / Siemens / ABB / Mitsubishi / GE / L&T / Schneider

9. LT Panel : L&T / Siemens / Schneider / ADELAC / Tricolite

10. Bus trunking : ADELAC / Tricolite/ C S / Legrand

11. Protective relays : Areva / L&T / ABB / Siemens / Schneider / GE

12. Meters : AE / L&T / Conzerv / Trinity

13. MF meter : Conzerv / Secure / Trinity

14. Indication lamps / push buttons

/ selector switch

: L&T / Siemens/Schneider/ AE/ Kaycee / IMP

15. CTs / PTs : Kappa / AE

16. Terminal Block : Connectwell / Elmex / Phoenix / Wago

17. Cable lugs / Glands : Dowells / Wago / Gripwel / Johnsons / Comet.

18. Heat shrinkable sleeve : Raychem / 3M

19. 11 KV / 33 KV End Joints : CCI / M-Seal / Raychem

20. 1.1 KV Cable : Polycab / CCI / Universal / Gloster/ KEI/ RR Kabel & items shall

be compulsorily ISI marked

21. Fire extinguishers : Ceasefire / Safex / Minimax / Fire shield

22. Copper control wiring inside

panels

: KEI/ Finolex / Polycab / RR Kabel & items shall be compulsorily

ISI marked

23. Battery with charging

equipment

: Exide / Amarraja / Panasonic

24. APFC Panel : EPCOS / Siemens / L & T / GE / SEL / Neptune / ADELAC /

Tricolite

25. Heavy duty Capacitors : EPCOS / Siemens / L & T / GE / SEL / Neptune (Only ISI marked)

26. APFC intelligent relays : EPCOS / Siemens / L & T / GE / SEL / Neptune (Only ISI marked)

Note :- (1). APFC panel(s) including capacitors and relays should be of same make only to have

total warranty from the manufacturer.

(2) In case make of any equipment or material is not specified in the NIT, the matter

shall be referred to the NIT approving authority.

250

AE-I AE-II EE

SCHEDULE OF QUANTITY

(ELECTRICAL COMPONENT)

251

AE-I AE-II EE

a. PROVIDING IEI & FANS

S. No

Description of Items Qty Unit Rate Amount

WIRING

1.1 Wiring for light point/ fan point/ exhaust fan point/ call bell point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable in surface / recessed medium class PVC conduit, with modular switch, modular plate, suitable GI box and earthing the point with 1.5 sq.mm. FRLS PVC insulated copper conductor single core cable etc as required.

a Group A (For Type-II & Type-III Qtrs) 4723 Points

b Group B (For Type-IV, V & Type-VI Qtrs) 4388 Points

c Group C (For CGHS, Shops and Substation building)

150 Points

1.2

Wiring for twin control light point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable in surface / recessed medium class PVC conduit, 2 way modular switch, modular plate, suitable GI box and earthing the point with 1.5 sq.mm. FRLS PVC insulated copper conductor single core cable etc as required.

352 Points

1.3

Wiring for light/ power plug with 2X4 sq. mm FRLS PVC insulated copper conductor single core cable in surface/ recessed medium class PVC conduit along with 1 No 4 sq. mm FRLS PVC insulated copper conductor single core cable for loop earthing as required.

30500 Metre

1.4 Wiring for light/ power plug with 4X4 sq. mm FRLS PVC insulated copper conductor single core cable in surface/ recessed medium class PVC conduit along with 2 Nos. 4 sq. mm FRLS PVC insulated copper conductor single core cable for loop earthing as required.

1800 Metre

1.5

Wiring for circuit/ sub main wiring along with earth wire with the following sizes of FRLS PVC insulated copper conductor, single core cable in surface/ recessed medium class PVC conduit as required.

a 2 X 1.5 sq. mm + 1 X 1.5 sq. mm earth wire.

17000 Metre

b 2 X 6 sq. mm + 1 X 6 sq. mm earth wire 21500 Metre

c 2 X 10 sq. mm + 1 X 10 sq. mm earth wire 5840 Metre

d 4 X 16 sq. mm + 2 X 16 sq. mm earth wire 1865 Metre

1.6 Supplying and drawing following sizes of FRLS PVC insulated copper conductor, single core cable in the existing surface/ recessed steel / PVC conduit as required.

a 2 x 1.5 sq. mm 1600 Metre

b 3 x 1.5 sq. mm 320 Metre

c 4 x 1.5 sq. mm 1400 Metre

252

AE-I AE-II EE

d 6 x 1.5 sq. mm 30 Metre

e 8 x 1.5 sq. mm 30 Metre

f 10 x 1.5 sq. mm 420 Metre

1.7

Supplying and fixing of following sizes of medium class PVC conduit along with accessories in surface/recess including cutting the wall and making good the same in case of recessed conduit as required.

a 20 mm 13344 Metre

b 25 mm 766 Metre

c 32 mm 633 Metre

1.8 Supplying and drawing following pair 0.5 mm dia FRLS PVC insulated annealed copper conductor, unarmored telephone cable n the existing surface/ recessed steel/ PVC conduit as required.

a 2 Pair 17778 Nos.

1.9 Supplying and fixing following modular switch/ socket on the existing modular plate & switch box including connections but excluding modular plate etc. as required.

a 5/6 amps switch 3147 Nos.

b 3 pin 5/6 amp socket outlet 3147 Nos.

c Telephone socket outlet 533 Nos.

e Bell push 442 Nos.

1.10 Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc. as required.

1458 Nos.

1.11

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) 533 Nos.

b 3 Module (100mmX75mm) 2000 Nos.

c 6 Module (200mmX75mm) 1147 Nos.

1.12 Supplying and fixing call bell/ buzzer suitable for single phase, 230 volts, complete as required.

442 Nos.

1.13

Installation, testing and commissioning of pre-wired, fluorescent fitting / compact fluorescent fitting of all types, complete with all accessories and tube etc. directly on ceiling/ wall, including connection with 1.5 sq. mm FRLS PVC insulated, copper conductor, single core cable and earthing etc. as required.

2582 Nos.

1.14 Installation, testing and commissioning of ceiling fan, including wiring the down rods of standard length (upto 30 cm) with 1.5 sq. mm FRLS PVC insulated, copper conductor, single core cable etc. as required.

1458 Nos.

253

AE-I AE-II EE

1.15

Installation of exhaust fan in the existing opening, including making good the damage, connection, testing, commissioning etc. as required.

a Upto 450 mm sweep 1138 Nos.

1.16 Extra for fixing the louvers/ shutters complete with frame for a exhaust fan of all sizes.

338 Nos.

1.17

Supplying and fixing suitable size GI box with modular plate and cover in front on surface or in recess, including providing and fixing 6 pin 5/6 & 15/16 amps modular socket outlet and 15/16 amps modular switch, connection etc. as required.

2343 Nos.

Total of WIRING

FITTING AND FIXTURES

2.1

Supplying of ISI marked energy efficient 5 start rating 1200 mm sweep ceiling fan complete with all accessories but without regulator suitable for operation on single phase AC 230V, 50Hz supply etc as reqd. (Make:- Usha, Model no. ATOM ISI or similar from /Orient/Polar/Khaitan)

1458 Nos.

2.2

Supplying of 250 mm sweep plastic body Exhaust fan complete with all accessories i/c back shutter louver, suitable for operation on single phase AC 230V, 50Hz supply etc as reqd. (Make:- Usha, Model No. CRISP AIR or similar from Orient/Polar/Khaitan)

800 Nos.

2.3

Supplying of 300 mm sweep heavy duty ISI Marked Exhaust fan metal body 1400 RPM complete with all accessories i/c louver shutter, suitable for operation on single phase AC 230V, 50Hz supply etc as reqd. (Make:- Usha, Model No. TURBO HDEF or similar from Orient/Polar/Khaitan)( For kitchen in each qtrs., substation bldg., lift machine rooms, CGHS.)

338 Nos.

2.4

Supplying of 1X28 watt T5 slim batten fitting suitable for single T5 28W lamp etc as required (make-Philips model No. TMS 022 1X28W HFB or similar from Wipro/Bajaj)

1570 Nos.

2.5

Supplying of LED type mirror Light fitting of 30 CM length etc as required (make-Philips model No. BN 550 W LED 6-6500 or similar from Wipro/Bajaj)

9 Nos.

2.6

Supplying of LED type surface mounted Down lighter mirror Light fitting etc as required (make-Philips model No. DN 097 B LED 10S-6500 PSU WH or similar from Wipro/Bajaj)

1003 Nos.

2.7

SITC of Decorative wall bracket fitting suitable for GLS/CFL lamp etc as required. (Make- Philips Model No.-36282 Wall Lamp or similar from Wipro/Bajaj)

430 Nos.

254

AE-I AE-II EE

2.8

SITC of wall bracket fitting suitable for 1X12 watt Lamp etc as required. (Make- Philips Model No.-30950 Wall Lamp or similar from Wipro/Bajaj)

3377 Nos.

2.9

Supplying of 36 w LED street light fittings etc. as reqd. (Make-Philips model No. BRP 409 LED CW 036 MRFG S-1 PSU GR or similar from Wipro/Bajaj)

40 nos.

Total of FANS & FIXTURES

RISING MAINS & MCCB, MCB & DB

3.1 Supplying, installing on wall, testing and commissioning of following capacity rising mains made of 1.6mm thick sheet steel enclosure duly painted with powder coating, wall straps, fully PVC insulated 4 Nos. aluminium bus bars in convenient sections and suitable for 415 volts, 3 phase, 4 wire, 50 Hz, A.C. supply with extension joints, fire proof barriers, expansion joints, thrust pads including jointing, and earthing with 2 runs of galvanized iron strips etc. as required. (Rising mains confirming to IS 8623, TEC 439)

a 200 amps (S.C. rating for 1 sec - 15 KA) 51 Metre

b 315 amps (S.C. rating for 1 sec - 20 KA) 34 Metre

c 400 amps (S.C. rating for 1 sec - 25 KA) 54.4 Metre

d 630 amps (S.C. rating for 1 sec - 45 KA) 37.4 Metre

e 800 amps (S.C. rating for 1 sec - 50 KA) 10.2 Metre

3.2 Supplying, installing, testing and commissioning of following capacity TPN tap off box made of 1.6mm thick sheet steel enclosure duly painted with powder coating on existing rising mains complete with TPN disconnect or FSU and HRC fuses, connections, earthing etc. as required.

a 63 amps TPN 20 Nos.

b 100 amps TPN 30 Nos.

3.3 Supplying, installing, testing and commissioning of following capacity End Feed Unit made of 1.6mm thick sheet steel enclosure duly painted with powder coating to existing rising mains complete with TPN disconnect or FSU and HRC fuses, mounting stands, cable end box, brass compression gland, connections, earthing etc. as required.

a 400 amps TPN 2 Nos.

b 600 amps TPN 2 Nos.

c 800 amps TPN 1 Nos.

3.4 Supplying and fixing following way, horizontal type three pole and neutral, sheet steel, MCB distribution board, 415 volts, on surface/ recess, complete with tinned copper bus bar, neutral bus bar,

255

AE-I AE-II EE

earth bar, din bar, interconnections, powder painted including earthing etc. as required. (But without MCB/RCCB/Isolator)

a 8 way (4 + 24), Double door 1 Nos.

3.5 Supplying and fixing of following ways surface/ recess mounting, vertical type, 415 volts, TPN MCB distribution board of sheet steel, dust protected, duly powder painted, inclusive of 200 amps tinned copper bus bar, common neutral link, earth bar, din bar for mounting MCB’s (but without MCB’s and incomer ) as required . (Note : Vertical type MCB TPDB is normally used where 3 phase outlets are required.)

a 4 way (4 + 12), Double door 12 Nos.

b 12 way (4 + 36), Double door 101 Nos.

3.6 Supplying and fixing following way, single pole and neutral, sheet steel, MCB distribution board, 240 volts, on surface/ recess, complete with tinned copper bus bar, neutral bus bar, earth bar, din bar, interconnections, powder painted including earthing etc. as required. (But without MCB/RCCB/Isolator)

a 2 + 6 way, Double door 95 Nos.

b 16 Way SPN DB 219 Nos.

3.7 Supplying and fixing 5 amps to 32 amps rating, 240/415 volts, “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 6637 Nos.

b Tripal pole 16 Nos.

3.8 Supplying and fixing following rating, double pole, 240 volts, isolator in the existing MCB DB complete with connections, testing and commissioning etc. as required.

a 40 amps 214 Nos.

b 63 amps 100 Nos.

3.9 Supplying and fixing following rating, four pole, 415 volts, isolator in the existing MCB DB complete with connections, testing and commissioning etc. as required.

a 40 amps 61 Nos.

b 63 amps 52 Nos.

3.10 Supplying and fixing 20 amps, 240 volts, SPN industrial type, socket outlet, with 2 pole and earth, metal enclosed plug top along with 20 amps “C” curve, SP, MCB, in sheet steel enclosure, on surface or in recess, with chained metal cover for the

802 Nos.

256

AE-I AE-II EE

socket out let and complete with connections, testing and commissioning etc. as required.

3.11 Supplying and fixing of modular AC starter with overload protection i/c suitable size GI box in recess , connection, testing etc as reqd. (Make:- L&T Cat No. OS61W25 or similar from Legrand/GE)

1083 Nos.

3.12 Cubical Panel for meter board (For Type-II Qtrs)

Fabricating, Supplying, Installation, Testing and Commissioning of cubical type wall/Floor mounted panel for meter board made of 2mm thick CRCA sheet steel, compartmentalized with dust and vermin proof, powder coated of approved shade after 7 tank treatment process, cable alley, Interconnection with suitable size PVC insulated FRLS copper conductor single core cable, Individual meter box will have locking arrangement, loose wire box, cable alley and bus bar chamber will have arrangement for sealing, having marking for switchgear, meter, Isolator etc. complete in all respect i/c S/F suitable capacity Al. bus bar and S/F of following switch gear, meter etc. as required.

Size of cubical panel for meter box - 1300mm (H) X 1800mm (W) X 300mm (D)

a Incoming

i

63Amp, FP, 25KA, MCCB with rotary handle and all accessories (make-L&T, Type- DN0-100D or similar from Legrand / GE -1 No.

ii 100Amp TPN bus bar of high conductivity electrolytic quality Al. alloy - 1 Set

iii Phase indicating lamp with control fuse LED type ,RYB indicating -1Set

Outgoing

i Digital KWH meter with LCD display - 12 Nos.

ii 40Amp DP MCB ( Make -L&T / Legrand / GE) -12 Nos.

10 Nos.

3.13 Cubical Panel for meter board (For Type-III Qtrs)

Fabricating, Supplying, Installation, Testing and Commissioning of cubical type wall/Floor mounted panel for meter board made of 2mm thick CRCA sheet steel, compartmentalized with dust and vermin proof, powder coated of approved shade after 7 tank treatment process, cable alley, Interconnection with suitable size PVC insulated FRLS copper conductor single core cable, Individual meter box will have locking arrangement, loose wire box, cable alley and bus bar chamber will have arrangement for sealing, having marking for switchgear, meter, Isolator etc.

257

AE-I AE-II EE

complete in all respect i/c S/F suitable capacity Al. bus bar and S/F of following switch gear, meter etc. as required.

Size of cubical panel for meter box - 1300mm (H) X 1800mm (W) X 300mm (D)

a Incoming

i

63Amp, FP, 25KA, MCCB with rotary handle and all accessories (make-L&T, Type- DN0-100D or similar from Legrand / GE -1 No.

ii 100Amp TPN bus bar of high conductivity electrolytic quality Al. alloy - 1 Set

iii Phase indicating lamp with control fuse LED type ,RYB indicating -1Set

Outgoing

i Digital KWH meter with LCD display - 10 Nos.

ii 63Amp DP MCB ( Make -L&T / Legrand / GE) -10 Nos.

10 Nos.

3.14 Cubical Panel for meter board (For Type-IV Qtrs)

Fabricating, Supplying, Installation, Testing and Commissioning of cubical type wall/Floor mounted panel for meter board made of 2mm thick CRCA sheet steel, compartmentalized with dust and vermin proof, powder coated of approved shade after 7 tank treatment process, cable alley, Interconnection with suitable size PVC insulated FRLS copper conductor single core cable, Individual meter box will have locking arrangement, loose wire box, cable alley and bus bar chamber will have arrangement for sealing, having marking for switchgear, meter, Isolator etc. complete in all respect i/c S/F suitable capacity Al. bus bar and S/F of following switch gear, meter etc. as required.

Size of cubical panel for meter box - 1350mm (H) X 1000mm (W) X 300mm (D)

a Incoming

i

100Amp, FP, 25KA, MCCB with rotary handle and all accessories (make-L&T, Type- DN1-250C or similar from Legrand / GE -1 No.

ii 100Amp TPN bus bar of high conductivity electrolytic quality Al. alloy - 1 Set

iii Phase indicating lamp with control fuse LED type ,RYB indicating -1Set

Outgoing

i 3 Phase Digital KWH meter with LCD display - 3 Nos.

ii 63Amp FP MCB ( Make -L&T / Legrand / GE) -3 Nos.

20 Nos.

258

AE-I AE-II EE

3.15 Cubical Panel for meter board (For Type-V&VI Qtrs)

Fabricating, Supplying, Installation, Testing and Commissioning of cubical type wall/Floor mounted panel for meter board made of 2mm thick CRCA sheet steel, compartmentalized with dust and vermin proof, powder coated of approved shade after 7 tank treatment process, cable alley, Interconnection with suitable size PVC insulated FRLS copper conductor single core cable, Individual meter box will have locking arrangement, loose wire box, cable alley and bus bar chamber will have arrangement for sealing, having marking for switchgear, meter, Isolator etc. complete in all respect i/c S/F suitable capacity Al. bus bar and S/F of following switch gear, meter etc. as required.

Size of cubical panel for meter box - 1350mm (H) X 1000mm (W) X 300mm (D)

a Incoming

i

100Amp, FP, 25KA, MCCB with rotary handle and all accessories (make-L&T, Type- DN1-250C or similar from Legrand / GE -1 No.

ii 100Amp TPN bus bar of high conductivity electrolytic quality Al. alloy - 1 Set

iii Phase indicating lamp with control fuse LED type ,RYB indicating -1Set

Outgoing

i 3 Phase Digital KWH meter with LCD display - 4 Nos.

ii 63Amp FP MCB ( Make -L&T / Legrand / GE) -4 Nos.

10 Nos.

TOTAL OF RISING MAINS & MCCB, MCB & DB

EARTHING AND LIGHTING CONDUCTOR

4.1 Earthing with G.I. earth pipe 4.5 metre 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.

39 Sets

4.2 Earthing with G.I. earth plate 600 mm X 600 mm X 6 mm thick including accessories, and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 2.7 metre long etc. with charcoal/ coke and salt as required.

51 Sets

4.3

Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories, and providing masonry enclosure with cover plate having locking arrangement and watering pipe of 2.7 metre long etc. with charcoal/ coke and salt as required.

8 Sets

259

AE-I AE-II EE

4.4 Providing and fixing 32 mm X 5 mm copper strip in 40 mm dia G.I. pipe from earth electrode including connection with brass nut, bolt, spring, washer excavation and re-filling etc. as required.

20 Metre

4.5 Providing and fixing 25 mm X 5 mm copper strip in 40 mm dia G.I. pipe from earth electrode including connection with brass nut, bolt, spring, washer excavation and re-filling etc. as required.

20 Metre

4.6 Providing and fixing 25 mm X 5 mm G.I. strip in 40 mm dia G.I. pipe from earth electrode including connection with G.I. nut, bolt, spring, washer excavation and re-filling etc. as required.

125 Metre

4.7 Providing and laying earth connection from earth electrode with 6 SWG dia G.I. Wire in 15 mm dia G.I. pipe from earth electrode including connection with G.I. thimble excavation and e-filling as required.

102 Metre

4.8 Providing and fixing 32 mm X 5 mm copper strip on surface or in recess for connections etc. as required.

14 Metre

4.9 Providing and fixing 25 mm X 5 mm copper strip on surface or in recess for connections etc. as required.

14 Metre

4.10 Providing and fixing 25 mm X 5 mm G.I. strip on surface or in recess for connections etc. as required.

160 Metre

4.11

Providing and fixing 6 SWG dia G.I. wire on surface or in recess for loop earthing along with existing surface/ recessed conduit/ sub main wiring/ cable as required.

1170 Metre

4.12

Providing and fixing of lightning conductor 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.

46 Nos

4.13

Jointing copper / G.I. tape (with another copper/ G I tape, base of the finial or any other metallic object) by riveting / nut bolting/ sweating and soldering etc as required.

375 Nos

4.14

Providing and fixing G.I. tape 20 mm X 3 mm thick on parapet or surface of wall for lightning conductor complete as required. (For horizontal run)

1325 Metre

4.15

Providing and fixing G.I. tape 20 mm X 3 mm thick on parapet or surface of wall for lightning conductor complete as required. (For vertical run)

905 Metre

4.16

Providing and fixing testing joint, made of 20 mm X 3 mm thick G.I. strip, 125 mm long, with 4 nos. of G.I. bolts, nuts, chuck nuts and spring washers etc. complete as required.

23 Nos

4.17 Providing and laying G.I. tape 32 mm X 6 mm from earth electrode directly in 140 Metre

260

AE-I AE-II EE

ground as required.

TOTAL OF EARTHING AND LIGHTING CONDUCTOR

b. LIFTS

5.1 Supplying, Installation, testing & Commissioning of 13 passenger (884 Kg) capacity lift having contract speed of 1.75 MPS of serving different floors the lift shaft as per detailed specification enclosed and as under:

a Location of Lifts - T - II, T-III, T-IV, T-V & T - VI at GPRA Patna.

b Speed ----- 1.75 MPS

c Floors ----- 11 floor (G + 10)

d Travel ----- 34 Meters (Approx.)

e Stop & opening ------ 11 + 11

f Type of Control: Microprocessor based A.C. variable voltage & variable frequency.

g

Operation:- Microprocessor based ( Simplex- 4Nos. and Duplex-8 Nos.) collective selective with/ without attendant.

h Automatic rescue device complete with dry maintenance free batteries as reqd.

i Power --- 415V, 3 phase, 50Hz, 4 wires system.

j Size of Lift well (2500mm x 1900mm)

k Size of lift car inside (2000mm x 1100 mm)

l Type of Machine:- Gearless with STM CSB Driver type.

m Type of doors.

(A) Car:- Power operated, Centre opening horizontal sliding stainless steel scratch proof (moon rock )not less than 1.5 mm thick.

(B) Landing doors & Door frame:- Power operated, Centre opening, horizontal sliding, stainless steel scratch proof (moon rock finish)not less than 1.5 mm thick.

n A hand rail not less than 600 mm long at 900mm above floor level to be fixed in three sides in the lift car.

o Car enclosure: Stainless steel in moon rock finish with SS false ceiling, platform with decorative Granite flooring.

p

Automatic car opening panel control with luminous buttons and digital car position indicators on stainless steel face plate or touch sensitive panel.

q

Voice announcement system in the car to announce the position of the elevator in the hoist way as the car passer or stops at a floor served by the elevator.

261

AE-I AE-II EE

r Luminous type buttons with digital hall position indicator in each floor on stainless steel face plate.

s VVVF (V3F door operator)

t Intercom and battery operated Alarm bell and operated emergency light.

u Facility for BRAILLE for all installation.

v Coated steel belt instead of conventional rope.

w All inside door and Lift door should have minimum 1 hr. fire rating.

x Type of signal system:-

A) Digital floor position indicator, Dot

matrix type in the car and at all landings.

B) Travel direction indicator, Dot

matrix type in the car and at all landings.

C) Gongs/car chime & visual indication through directional arrows on all landings for pre arrival of the car at all floors.

D) Over load warning audio & visual

indicator, inside the car ( lift should not start on over load)

E) Battery operated alarm bell and emergency light duly fed by a suitable inverter with SMF batteries for 30 minutes backup.

F) Car operating panel with luminous

buttons in car and with intercom( 3-way- at car, lobby, controller)

G) Luminous hall buttons at all

landings, Landing call registered indicator at all floors.

H) Protection against over voltage,

under voltage and single phasing should be provided.

y

Lift in use / Lift out of order:- A suitable box on the landings with LED illuminated sign of" LIFT OUT OF ORDER" coming up simultaneously on all floors.

z

i) Ventilation opening in the car body:- Required with fans. The fan should be auto switch off when there is no passenger inside the lift car.

ii) Fireman’s switch:- Required for all

lifts at ground floor. 12 each

262

AE-I AE-II EE

c. FIRE FIGHTING & FIRE ALARM

SYSTEM

6.1 Supply, Installation, Testing and commissioning of electric driven terrace pump suitable for automatic operation and consisting of following complete in all respect as required. A. Centrifugal Split Casing Pump of cast iron body & bronze impeller with stainless steel shaft, mechanical seal with minimum pressure of 3.5kg/ sq cm and flow of 900 LPM at 35 mtrs. Head conforming to IS-1520. B. Suitable H.P. squirrel cage induction motor TEFC type suitable for operation on 415 volts, 3 phase 50 Hz, AC with IP 55 class of protection of enclosure, horizontal foot mounted type with class "F" insulation, conforming to IS-325. C. M.S. fabricated common base plate, coupling, coupling guard, foundation bolts etc as reqd. D. Suitable cement concrete foundation duly plastered with anti vibration pads.

8 Job

6.2 Fabrication, supplying, installation, testing and commissioning of electrical control panel of cubical construction, floor mounted type fabricated out of 2mm thick CRCA sheet compartmentalized with hinged, lockable doors, dust and vermin proof, powder coated of approved shade after 7 tank treatment process, cable alley, inter connection, having switch gears and accessories mounting and internal wiring, earth terminal; numbering etc complete in all respect, suitable for operation on 415V, 3 phase, 50Hz AC supply with enclosure protection class IP-42 as reqd.

A. 100 Amp. FP MCCB .............1 No. B. 63 Amp T.P. MCCB

........................... 2 Nos. C. Voltmeter (0-500V) with selector

switch - 1 No. (96mm x 96 mm) D. Ammeter (0-300A) with selector

switch - 2 Nos.(96mm x 96 mm) E. Set of Aluminium bus bar (4 strip)

100 Amp. Capacity - 1 Set. F. Set of 3 phase indication lamp - 1

set with 5 Amp. MCB as incomer. G. Selector switch for local/remote,

Auto/manual/off operation ON/Off. Indication lamp etc - 2 sets.

H. Fully automatic star delta starter suitable for motor of item No. 1 with overload protection, current sensing type single phase preventer complete with all accessories and internal wiring for

4 Job

263

AE-I AE-II EE

automatic operations - 2 Nos. I. System Controller to control

operation of terrace sudden loss of pressure in line consisting of pump sequence controller, relay, timer and pressure suction etc complete as per specification.

6.3 Fabrication, supply, installation, testing and commissioning of wall mounted remote indication panel for firefighting system fabricated from not less than 1.6 mm thick CRCA sheet, powder coated of approved shade, complete internal wiring, LED type indicating lamps. Accessories, numbering, lettering complete in all respect and consisting of the following as reqd. A) ON/OFF indication of terrace pump - 8 Nos. B) Audio Visual indication of operation of all the eight no's terrace pumps with reset push button. C) Pressure indication in firefighting system for all the down comer. D) Water level indication for all the terrace water tanks (empty, 1/4 1/2, 3/4 and full) - 04 set.

4 Each

6.4

Providing laying testing and commissioning of C class heavy duty M.S. pipe conforming to IS-3589 and 1239 including cutting and welding with fitting like elbow, tees, flanges, tapers, nut bolts, gaskets etc, fixing on wall/ceiling with suitable clamps and painting with two or more coat of synthetic enamel paint after primer of reqd. shade, cutting hole in wall/RCC slab and making good the damage etc. complete reqd.

a 50 mm dia 60 Metre

b 80 mm dia 80 Metre

c 100 mm dia 500 Metre

d 150 mm dia 40 Metre

6.5

Supplying and fixing single headed internal hydrant valve with instantaneous stainless steel coupling of 63 mm dia with cast iron wheel ISI marked conforming to IS - 5290 (Type A) with blank ABS cap and chain as reqd.

96 Nos.

6.6 Providing installation testing and commissioning of 50mm dia gum metal valve as reqd.

8 Nos.

6.7 Supplying, fixing, testing and commissioning of double flanged butterfly valve lever type, cast iron body for firefighting application of rating PN 1.6 (disc CF8/SS 304) ISI marked complete with G.I. bolts, nuts washer gasket conforming to IS = 13095 of the following

264

AE-I AE-II EE

sizes as reqd.

a 80 mm dia 8 Nos.

b 100 mm dia 8 Nos.

c 150 mm dia 4 Nos.

6.8 Providing, installation and commissioning of Cast iron Double Flanged Non return valve as per IS:5312 PN 1.6, ISI marked of following size complete with rubber gasket, G.I bolt nuts washer etc. as reqd.

a 80 mm dia. 8 Nos.

b 100 mm dia. 16 Nos.

6.9 SITC of cast iron sluice valve of PN 1.6 rating flanged at both ends with non rising spindle, bronze/ G.M seat, ISI marked of following sizes complete with rubber insertion, nuts bolts and washer etc as reqd.

(a) 100 mm dia 16 Nos.

6.10 SITC of 100% synthetic flax canvas non-percolating FIRE hose (Type-A) ISI marked 63 mm dia and 15 m. long with stainless steel male & female couplings bound and riveted to hose pipes with copper rivets and copper wire as reqd. conforming to IS: 636 .

192 Nos.

6.11 Supplying and fixing first aid hose reel, wall mounting swinging type complete with drum & bracket of MS construction, spray painted in post office red colour confirming to IS: 884/1995 with up to date amendments complete with the following .

(a) 30 mtr long 20mm (nominal internal) dia, water hose thermoplastic (Textile reinforced) type-2 (as per IS: 12585).

(b) up to 20mm (nominal internal) dia glove valve of nozzle of 6mm.

(c) Drum and bracket for fixing the equipment on wall.

(d) Connection from down comer with 25mm dia stop valve & M.S. pipe. 88 set

6.12 Proving & fixing Fire door made of angle iron (40X40X5mm) door frame and M.S. sheet (2mm thick) cum glass shutter of size upto 2.1 mtr. X 1.2 mtrs (NS) with 25mm X25mmX3mm angle iron all around & stiffened in between i/c hinges, handle, locking arrangement, painting with approved synthetic enamel paint i/c sing writing on glass at internal hydrant i/c painting etc. as required.

88 Nos.

6.13 Supplying & fixing 63mm dia stainless steel branch pipe with 20mm (nominal internal dia) size stainless steel nozzle confirming to IS: 903 suitable for instantaneous connection to inter connection hose pipe RRL, coupling as

96 Nos.

265

AE-I AE-II EE

required.

6.14 Supplying & fixing 3 way FBIC comprising of C.I.B body and gun metal instantaneous male inlet coupling conforming to IS: 904 with flag and cap, chain as required with nuts and bolts and high pressure rubber gasket suitable for 100 mm dia MS pipe connection etc complete as required.

8 Nos.

6.15 Fabricating, Supplying & Installation, Commissioning of air vessel of continues welded construction with flanged discharge header on the top of each riser , made of 250mm dia, 8mm thick M.S. sheet 1200mm in height with air release valve on top with flanged connection to riser drain arrangement with 25mm dia gun metal wheel valve, with required accessories. Pressure gauge and painting with synthetic enamel paint of approved shade as required.

8 Nos.

6.16 Providing & fixing pressure switch in the M.S. pipe line i/c connection etc as required.

8 Nos.

6.17 Providing & fixing pressure Gauge 100mm dia Borden type stainless steel dial in the M.S. pipe line i/c connection etc as required.

8 Nos.

FIRE ALARM SYSTEM

6.18 Supply, Installation, Testing and Commissioning of main panel with microprocessor based main control and indicating panel 16 zone made out of 16 SWG MS Sheet to accommodate the following items duly stove enameled painted in approved colour with louvers for ventilations, locking arrangement including audio and visual indication of fire alarm and public address system, monitoring system including providing and fixing the following accessories, connections, interconnections etc. complete as required.

4 Nos. (a) 250 watt RMS amplifier with racks

suitable for operation on 230V AC /24V DC supply complete with all accessories as required.-2 nos.

(b) Announcement control suitable for selection of 4 different zones selectivity and ON "ÄLL Call" switch with visual indication for speech "POWER ON" indication etc. complete as required.-1 set

(c) Amplifier changeover switch for inter changing amplifier -1 No.

(d) Monitor panel for loudspeaker complete with volume control output selector ON/OFF switch, fuse, visual indicator etc.-1no.

(e) Hand held microphone with ON/OFF

266

AE-I AE-II EE

switch -1 no.

(f) Multifunctional digital meter consisting of mains ON/OFF switch, fuse, indication lamp, DC and AC volt meter and Amp meter.-1 set.

(g) Battery charger 24 volt 10 amp with trickle cum boost charging facilities to take complete load of fire alarm & PA system complete with all accessories including providing and fixing of 2 Nos. 12 volt 60AH each sealed maintenance free batteries.-1 set

6.19 Supply, Installation, Testing and Commissioning of dual chamber type optical smoke detector with built in LED , mounting base & connection etc. complete as required.

20 Nos.

6.20 Providing and fixing of medium intensity sounder cum public address speaker made of CRCA sheet MS Sheet i/c connection etc. as required at site.

88 Nos.

6.21 Supply, Installation, Testing and Commissioning manual call box fabricated from CRCA Sheet complete as per standard design & duly painted with powder coated paint of approved shade complete as required.

88 Nos.

6.22 Providing fixing of high intensity electronic hooter with speaker within range not exceeding 120 db i/c connection, testing etc as required.

4 Nos.

6.23 Providing and fixing 4.5 Kg Carbon-di-oxide fire extinguishers ISI marked consisting of welded MS cylindrical body complete with all accessories as required.

60 Nos.

TOTAL OF FIRE FIGHTING & FIRE ALARM SYSTEM

267

AE-I AE-II EE

d. EXTRNAL ELECTRIFICATION WORKS INCLUDING SUB STATION EQUIPMENT, D G SETS, STREET LIGHTINH, U G SERVICE CONNECTIONS

7.1 Supplying, installation, testing & commissioning of indoor type floor mounted metal clad, 11KV VCB panel with 5 Nos. VCBs, totally enclosed & fully interlocked, horizontal draw out, horizontal/vertical isolation type breaker as per IS 13118, as amended up to date and additional specifications, having capacities as mentioned below, single break, trip free mechanism, motorized breaker suitable for use on 11KV, 3 phase, 50Hz A.C. supply with short circuit fault level of 350 MVA, complete with self-contained, fully interlocked, rack in and rack out mechanism, air insulated but encapsulated copper bus bars of 800 Amps capacity, breaker featured with mechanical ON/OFF indicator with hand trip device, spring release coil, shunt trip coil and auxiliary switch of 8 No+4NC and equipped with following switchgears and accessories i/c connections suitable upto 3x300sqmm XLPE 11KV cable (cable entry from bottom), end termination with heat shrinkable jointing material etc. as required. (Note: Cost of end termination not included in this item)

A (a) Incoming 2 No 630 Amp VCB (b) 2 No. 11KV/110 Volts PT Class 0.5

accuracy and 100 VA burden with 1 No. voltmeter (0-15KV), digital type, selector switch for voltmeter and protection fuses/MCB for IIT metering up to 12KV on incomer

(c) 2 Nos. Digital multifunction meter for KW, KVAR, KVA, Ampere, voltage, PF, frequency etc.

(d) 2 No. Microprocessor based numerical relay with 3 O/C and 1 E/F protection.

(e) 2 No. set of dual core dual ratio 3 CTs 300/150/5/5 A of 15 VA burden and accuracy Class 0.5 for metering and class 5P10 for protection

B (a) Outgoing 3 Nos. 630 A VCB (b) 3 Nos [0-100A] Ammeter, dual scale digital

type and selector switch

(c) 3 No. Microprocessor based numerical relay with 3 O/C and 1 E/F protections.

(d) 3 Nos. set of dual core dual ratio 3 CTs 100/50/5/5 A of 15 VA burden and accuracy Class 0.5 for metering and class 5P10 for protection

(e) 3 Nos. Auxiliary relay for WT 1 trip + alarm including connection

268

AE-I AE-II EE

interconnection.

C Bus Coupler - 1 No. 630 Amp VCB The VCB shall have 24 V DC tripping with

power pack as per manufacturer’s standard.

1 Job

7.2 SITC of Cast Resin Dry Type 1500 KVA 11/ 0.433 KV, 3 Phase, 50Hz, Dyn11 vector group, copper wound, class F insulation associated with winding temperature indicator/controller actuated by means of resistance temperature detector embedded in LV windings, indoor type Transformer with Approximately 5% impedance, tapping for on load change over operation on HV side tapping range + 10% in steps of 1.25% each step with OLTC, AV & RTCC with standard losses & impedance IS 2026 having cable end boxes on HV side suitable for 3x 240Sqmm XLPE cable of 11KV grade and 2500 Amp. bus trunking arrangement on LV side with neutral brought out separately , suitably mounted on M.S. Channel i/c supplying and grouting of suitable M.S. Channel with all accessories and confirming to IS 211171:1985 & as per specification attached complete in all respects as required at site.

2 Job

7.3 Supplying, Installation, Testing & Commissioning of 2500 Amps. Prefabricated Air-insulated bus trunking suitable for 415 Volt 3 Phase 4 wire 50 Hz AC supply system (between transformer's LT side to incomer of LT Panel side) of Aluminium bus bars complete with bends, expansion joints, fire barriers, copper flexible end connections at both ends Earthing with 2 runs of copper earth of size 25mm x 5mm strips etc. i/c necessary supports etc. as per specifications attached as reqd.

Note: the bus trunking shall be measured along the length of enclosure. The copper/aluminium strips which will go inside LT panels & end termination boxes of transformers shall not be take into measurement of bus trunking quantity.

20 Mtr

269

AE-I AE-II EE

Non-Essential Panel

7.4 Supplying, installation, testing & commissioning of cubicle type LT panel suitable for 415V, 3 Phase, 4 Wire 50 Hz Ac supply system having depth not less than 1.20 Mtr 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 2500 Amp capacity extensible type TPN aluminium alloy bus bars of high conductivity, to withstand short circuit of 31 MVA for 1 Sec., DMC/SMC support bus bar support, 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 1.5 sq. mm. PVC insulated copper conductor S/C cable, cable alleys, cable gland plates in two half, i/c providing following switch gears :-

(I) Incoming : 2 Nos. 2500 Amps four pole horizontal

draw out type air circuit breaker of fault breaking capacity 50KA (Ics=Icu upto 433V manually operated, fitted with interlocked door, automatic safety shutters, mechanical ON/OFF and service/test/isolated position indicators and frame earthing contact, conforming to IS-1397- 2 1993 as amended up-to-date complete with following accessories for each complete with following accessories for each ACB

(a) Independent manual spring closing mechanism-1No. (b) Microprocessor release (EMI & EMC certified) for over current, earth fault & short circuit protection- 1 set. (c) 96 mm square flush pattern digital type Voltmeter (0-500 V), with selector switch & back up HRC fuses -1set. (d) 96 mm. square flush pattern Digital type Ammeter (0-2500 Amp), with selector switch and one set of 3 nos. CT’s of ratio 2500/5Amp Class I accuracy and 15 VA burden- 1set. (e) 3 Nos. Phase indication LED lamps with 2Amp back up HRC fuse, breaker ‘ON’ indicating light with 2A HRC fuse, test terminal block set, fuses, circuits as

270

AE-I AE-II EE

per-standard practice, auxiliary contacts for positive interlocking of the breakers as required. (f) Shunt trip coil 220V A.C.

II) Bus Couplers : 1 Nos. 2500 Amps horizontal four pole

draw out type, air circuit breakers of fault breaking capacity 50 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

(a) Independent manual spring closing mechanism- 1 Nos.

(b) Breaker ‘ON’ indicating light with back up 2A HRC fuse test terminal block, fuses, circuits contactors for positive electrical interlocking of breakers, etc. as required.- 1 Nos.

III) Bus Bars : TPN aluminium bus bars of minimum of

2500 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 31 MVA for 1 Sec.

IV) Interlocking : 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.

271

AE-I AE-II EE

V) Outgoing : A 5 Nos. 800 Amps four pole horizontal draw

out type air circuit breaker of fault breaking capacity 50KA (Ics=Icu upto 433V manually operated, fitted with interlocked door, automatic safety shutters, mechanical ON/OFF and service/test/isolated position indicators and frame earthing contact, conforming to IS-1397- 2 1993 as amended up-to-date complete with following accessories for each complete with following accessories for each ACB (a) Independent manual spring closing mechanism-1No. (b) Microprocessor release (EMI & EMC certified) for over current, earth fault & short circuit protection- 1 set. (c) 96 mm square flush pattern digital type Voltmeter (0-500 V), with selector switch & back up HRC fuses -1set. (d) 96 mm. square flush pattern Digital type Ammeter (0-800 Amp), with selector switch and one set of 3 nos. CT’s of ratio 800/5Amp Class I accuracy and 15 VA burden- 1set. (e) 3 Nos. Phase indication LED lamps with 2Amp back up HRC fuse, breaker ‘ON’ indicating light with 2A HRC fuse, test terminal block set, fuses, circuits as per-standard practice, auxiliary contacts for positive interlocking of the breakers as required. (f) Shunt trip coil 220V A.C.

2 Nos. 600 Amps four pole horizontal draw out type air circuit breaker of fault breaking capacity 50KA (Ics=Icu upto 433V manually operated, fitted with interlocked door, automatic safety shutters, mechanical ON/OFF and service/test/isolated position indicators and frame earthing contact, conforming to IS-1397- 2 1993 as amended up-to-date complete with following accessories for each complete with following accessories for each ACB (a) Independent manual spring closing mechanism-1No. (b) Microprocessor release (EMI & EMC certified) for over current, earth fault & short circuit protection- 1 set. (c) 96 mm square flush pattern digital type Voltmeter (0-500 V), with selector switch & back up HRC fuses -1set. (d) 96 mm. square flush pattern Digital type Ammeter (0-800 Amp), with selector switch and one set of 3 nos. CT’s of ratio 800/5Amp Class I accuracy and 15 VA

272

AE-I AE-II EE

burden- 1set. (e) 3 Nos. Phase indication LED lamps with 2Amp back up HRC fuse, breaker ‘ON’ indicating light with 2A HRC fuse, test terminal block set, fuses, circuits as pe-standard practice, auxiliary contacts for positive interlocking of the breakers as required. (f) Shunt trip coil 220V A.C.

A i. 400 Amp 4 Pole 50 KA MCCB (Ics = Icu upto433V) – 2 Nos.

ii. CT’s of ratio 400/5Amps 2 Set (1 set of 3 Nos.) iii. 96 mm sq Digital type ammeter (0- 400 Amp) with built in selector switch – 2 Sets iv. Rotary Handle – 2 Nos.

B i. 400 Amp 4 Pole 50 KA MCCB (Ics =ICu) upto 433V) Spare - 2 Nos.

1 Job

7.5 ESS. PANNEL Supplying, installation, testing &

commissioning of cubicle type LT panel suitable for 415V, 3 Phase, 4 Wire 50 Hz Ac supply system having depth not less than 1.20 Mtr 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 1000 Amp capacity extensible type TPN aluminium alloy bus bars of high conductivity, with short circuit to withstand 31 MVA for 1 Sec., DMC/SMC bus bar support, 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 1.5 sq. mm. PVC insulated copper conductor S/C cable, cable alleys, cable gland plates in two half, i/c providing following switch gears :-

273

AE-I AE-II EE

(I) Incoming : 2 Nos. 800 Amps four pole horizontal draw

out type air circuit breaker of fault breaking capacity 50KA (Ics=Icu upto 433V manually operated, fitted with interlocked door, automatic safety shutters, mechanical ON/OFF and service/test/isolated position indicators and frame earthing contact, conforming to IS-1397- 2 1993 as amended up-to-date complete with following accessories for each complete with following accessories for each ACB (a) Independent manual spring closing mechanism-1No. (b) Microprocessor release (EMI & EMC certified) for over current, earth fault & short circuit protection- 1 set. (c) 96 mm square flush pattern digital type Voltmeter (0-500 V), with selector switch & back up HRC fuses -1set. (d) 96 mm. square flush pattern Digital type Ammeter (0-1600 Amp), with selector switch and one set of 3 nos. CT’s of ratio 1600/5Amp Class I accuracy and 15 VA burden- 1set. (e) 3 Nos. Phase indication LED lamps with 2Amp back up HRC fuse, breaker ‘ON’ indicating light with 2A HRC fuse, test terminal block set, fuses, circuits as per-standard practice, auxiliary contacts for positive interlocking of the breakers as required. (f) Shunt trip coil 220V A.C.

II) Bus Couplers : 1 No. 800 Amps horizontal four pole draw

out type, air circuit breakers of fault breaking capacity 50 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

(a) Independent manual spring closing mechanism-I No. (b) Breaker ‘ON’ indicating light with back up 2A HRC fuse test terminal block, fuses, circuits contactors for positive electrical interlocking of breakers, etc. as required.- 1 set

2 nos. 800 AMP 4 pole on load change over switch front operated type in open execution

274

AE-I AE-II EE

III) Bus Bars : TPN aluminium bus bars of minimum of

1000 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 31 MVA for 1 Sec.

IV) Interlocking : 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 : A i. 63 .Amp 4 Pole 10 KA MCCB (Ics =ICu)

upto 433V) - 18 Nos. ii. CT’s of ratio 63/5Amps – 18 Sets (1 set of 3 Nos.) iii. 96mm sq. Digital type ammeter (0-60 Amp) with built in selector switch – 18 Sets. iv. Rotary Handle- 18 Nos.

B i. 160 .Amp 4 Pole 50 KA MCCB (Ics =ICu) upto 433V) - 1 Nos. ii. CT’s of ratio 160/5Amps – 1 Sets (1 set of 3 Nos.) iii. 96mm sq. Digital type ammeter (0-320 Amp) with built in selector switch – 1 No. iv. Rotary Handle- 1 Nos.

C i. 100 .Amp 4 Pole 50 KA MCCB (Ics =ICu) upto 433V) - 2 Nos. ii. CT’s of ratio 100/5Amps – 2 Sets (1 set of 3 Nos.) iii. 96mm sq. Digital type ammeter (0-200 Amp) with built in selector switch – 2 Sets. iv. Rotary Handle- 2 Nos.

1 Job

7.6 APFC PANEL Supplying, installation, testing &

commissioning of RLC circuit operated automatic power factor corrector & saver panel (400 KVAR ) of cubical design fabricated out of 2 mm thick CRCA sheet powder coated after 7 tank treatment process compartmentalized suitable for 3 Phase, 415 Volts, 50 Hz AC supply, heat shrinkable sleeve and consisting of the following.

i. 1 No. 400 Amp 50 KA ( I cs=100% I cu ) TP MCCB as incomer with set of bus bar

ii. Fan for cooling of panel with ON/OFF switch and indication.

iii. 1 No. digital multifunction meter to indicate Voltage, Current, power factor including providing necessary CT's & Selector switch.

275

AE-I AE-II EE

AUTO SECTION (250 KVAR) i. APP type capacitors (total 300 KVAR ) to

be connected in suitable no of steps for auto correction

Note :The range of capacitor panel shall varied form 0 KVAR upto maximum rating of the panel in the steps of 5 KVAR by providing suitable capacity Capacitors, Contactors, timer etc for switching ON & OFF automatically

ii. MCCB (capacitor duty) of desired rating for protection of each bank of capacitors.

iii. Current limiting type (capacitor duty) TP contactors suitable for capacitor duty for each bank of capacitors.

iv. Automatic power factor correction i/c necessary indication of power factor, capacitor banks and with facility of adjustment of power factor and dead band setting.

v. Auto manual selector switch with facility for manual control of each capacitor bank in the event automatic operation not functioning

vi. CT's of desired ratio to be fixed in main incomer of L.T. panel with wiring from L.T. panel to capacitor panel.

MANUAL SECTION ( 100 KVAR ) i. 1 no APP type capacitors ( 3 phase 50

KVAR each) to be Manually ON/OFF connected (static type ) with necessary TP MCCB only -2 sets (2 For Main incomer)

2 Job

7.7 D G Set

Providing, Installation, Testing and commissioning of silent type D G Set along with having prime power rating of 200 KVA 415 Volt at 1500 RPM, 0.8 Lagging PF at 415 Volt suitable for 50 Hz 3 phase system and for 0.85 load factor and consisting of the following.(along with AMF control panel)

A Diesel engine

Diesel engine 4 stroke water cooled turbo charged electric start of suitable BHP not less than 254 BHP at 1500 RPM suitable for above output of alternator at 40 deg. Centigrade, 50% RH and at 1000 metre MSL and conforming to BS; 5514 BS; 649 , IS : 10002, ISO : 3046 capable of taking 10% over loading for one hour after 12 twelve hour of continuous operation. The engine will be fitted complete with all required accessories.

B Engine mounted instrument Panel fitted with and having digital display for following.

(i) Start, Stop switch with key

276

AE-I AE-II EE

(ii) Water temperature indication.

(iii) Lubrication oil pressure indication.

(iv) Lubrication oil temperature indication.

(v) Batteries charging indication.

(vi) RPM Indication.

(vii) Over speed indication

(viii) Low lubrication oil trip indication.

(ix) Engine hour’s indication.

C Alternator

1 Synchronous alternator rated at 200 KVA 415 Volt at 1500 RPM, 3 Phase, 50Hz, AC supply with 0.8 Lagging PF at 40 deg. C , 50% RH & at 1000 metre MSL. The alternator shall be having SPDP enclosure, Brass less continuous duty, self - excited and -self - regulated through AVR conforming to IS : 4722, BS : EN60034-1 suitable for tropical conditions and with class -F/H insulation.

D Base frame and foundation

Both the engine and alternator shall be mounted on suitable base frame made of sheet steel metal with necessary reinforcement which shall be installed on suitable cement concrete foundation and vibration isolation arrangement as per recommendation of manufacturer, cement concrete foundation to be provided by the firm.

E Fuel Tank

Daily service fuel tank of 8 hours capacity fabricated out of 3mm thick MS sheet complete with all standard accessories and complete with fuel piping, Valves, Level indication and other accessories as required as per specification.

F Exhaust system

The silencer shall be residential type and without catalytic converter as per OEM standard of DG set.

G Starting system

12V/24V DC starting system comprising with starter motors, voltage regulator and arrangement for initial excitation complete with suitable nos. of Batteries with Leads and Battery cable as required as per specification.

H Acoustic and weather proof enclosure with arrangement for fresh air intake for cooling of engine and alternator, extraction, discharging hot air in to atmosphere as per specification.

277

AE-I AE-II EE

I AMF Panel

SITC of company make standard automatic main failure panel for suitable for 200KVA silent type DG set complete with all accessories etc as required and consisting of the following.

A 2 Pole 2 way selector switch, 6A-1nos.

B 3 Pole 2 way selector switch, 6A-1nos.

C Battery charger automatic 24V DC 10A -1 nos.

D Contactor, auxiliary supply 240V AC 4 pole, 300A -2 nos.

E Control terminal 4 sq mm front entry type 20A rating -12nos.

F Current transformer, tape wound 300/5A -3 nos.

G DC amp. Meter analog type 0-15A-1 nos.

H DC volt meter analog type 0-30V-1 nos.

I Emergency stop 4A-1 nos.

J Indicator 12/24V DC -2 nos.

K Indicator 220V AC -1 nos.

L Line voltage monitoring relay 415V AC -2 nos.

M SP MCB 6A/16A/32A-12 nos.

N MCCB TP 10KA 315A- 2 nos.

O Plug in relay with base 8 pin DIN rail mounted 24V DC -1 nos.

P 2 relay card rail mounted 24V DC - 1 no.

Q Push button 4A -2 nos.

R VAF meter digital type 415V AC CTR 300/5A - 1no.

S End stop 4A- 8 nos.

T Insulator rounded type -8 nos.

U Bus bar 300A TPN Aluminium - 1Set

2 Set

7.8 SITC of outdoor type totally enclosed weather proof feeder pillar of size not less than 1.1 metreX1 metreX350mm depth fabricated with 2 mm thick CRCA M.S. sheet with base frame fabricated with 50 mm x 50 mm x 5 mm thick angle iron, suitable for 415 Volts, 50 Hz, AC supply, detachable gland plate, hinged front open able single leaf double door with locking arrangement complete with suitable size PVC insulated copper conductor single core cable etc, powder coated painting earthing arrangement, including suitable capacity al. bus bar , bricks pillar foundation of suitable size for resting the feeder pillar etc. as required including supplying and fixing the following mountings:- Incoming - (a) 160 Amps. 25 KA, FP MCCB with rotary handle (Make:- L&T) - 1 No.

1.00 Each

278

AE-I AE-II EE

Outgoing:- (a) 63 Amps. FP MCCB (Make:- L&T) - 6 Nos. (b) Indicator-3 nos.,

(For Ground floor DB in each block, CGHS, Shop)

7.9 Supplying of following size 11KV grade (Earthed) standard, compact circular aluminium conductor screened with extruded semi conducting compound, XLPE insulated, insulation screened with semi conducting compound in combination with copper tape, cores laid up, inner sheath of PVC tape, Gal vanished steel flat strip armored and overall PVC sheathed cable conforming to IS: 7098/II /85 with latest amendment etc as required.

(a) 3x185 sq mm 256 Mtrs

7.10 Laying of one number PVC insulated and PVC sheathed / XLPE power cable of 11 KV grade of following size direct in ground including excavation, sand cushioning, protective covering and refilling the trench etc as required.

(a) Above 120 sq. mm and upto 400 sq. mm 50 Mtrs

7.11 Laying of one number additional PVC insulated and PVC sheathed/ XLPE power cable of 11 KV grade of following size direct in ground in the same trench in one tier horizontal formation including excavation, sand cushioning, protective covering and refilling the trench etc as required.

(a) Above 120 sq. mm and upto 400 sq. mm 50 Mtrs

7.12 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 pipe as required.

(a) Above 120 sq. mm and upto 400 sq. mm 6 Mtrs

7.13 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.

(a) Above 120 sq. mm and upto 400 sq. mm 150 Each

7.14 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) 3X185 sq.mm 14 Each

7.15 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 :

279

AE-I AE-II EE

(a) 3X185 sq.mm 2 Mtrs

7.16 Supplying of one No. XLPE insulated. Aluminium conductor armored power cable of 1.1 KV grade of following size and confirming to IS 7089(Part-II) amended upto date as reqd.

(a) 3.5X300 Sq.mm 1040 Mtrs

(b) 3.5X240 Sq.mm 370 Mtrs

© 3.5X185 Sq.mm 280 Mtrs

(d) 3.5X120 Sq.mm 1430 Mtrs

( e) 3.5X95 Sq.mm 1245 Mtrs

(f) 3.5X70 Sq.mm 690 Mtrs

g) 3.5X50 Sq.mm 635 Mtrs

(h) 4X25 Sq.mm 185 Mtrs

(i) 2X16 Sq.mm 205 Mtrs

(j) 2X10 Sq.mm 1280 Mtrs

7.17 Laying of one number PVC insulated and PVC sheathed / XLPE power cable of 1.1 KV grade of following size direct in ground including excavation, sand cushioning, protective covering and refilling the trench etc as required.

(a) Upto 35 sq. mm 976 Mtrs

(b) Above 35 sq. mm and upto 95 sq. mm 398 Mtrs

© Above 95 sq. mm and upto 185 sq. mm 61 Mtrs

(d) Above 185 sq. mm and upto 400 sq. mm 146 Mtrs

7.18 Laying of one number additional PVC insulated and PVC sheathed / XLPE power cable of 1.1 KV grade of following size direct in ground in the same trench in one tier horizontal formation including excavation, sand cushioning, protective covering and refilling the trench etc as required.

(a) Upto 35 sq. mm 468 Mtrs (b) Above 35 sq. mm and upto 95 sq. mm 1093 Mtrs

© Above 95 sq. mm and upto 185 sq. mm 1074 Mtrs

(d) Above 185 sq. mm and upto 400 sq. mm 900 Mtrs

7.19 Laying of one number PVC insulated and PVC sheathed / XLPE power cable of 1.1 KV grade of following size in the existing RCC/ HUME/ METAL pipe as required.

(a) Upto 35 sq. mm 121 Mtrs

(b) Above 35 sq. mm and upto 95 sq. mm 114 Mtrs

© Above 95 sq. mm and upto 185 sq. mm 65 Mtrs

(d) Above 185 sq. mm and upto 400 sq. mm 82 Mtrs

7.20

Laying of one number PVC insulated and PVC sheathed / XLPE power cable of 1.1 KV grade of following size in the existing masonry open duct as required.

(a) Upto 35 sq. mm 81 Mtrs

(b) Above 35 sq. mm and upto 95 sq. mm 250 Mtrs

280

AE-I AE-II EE

© Above 95 sq. mm and upto 185 sq. mm 180 Mtrs

(d) Above 185 sq. mm and upto 400 sq. mm 282 Mtrs

7.21

Laying of one number PVC insulated and PVC sheathed / XLPE power cable of 1.1 KV grade of following size on the Surface/wall as required.

(a) Upto 35 sq. mm (clamped with 1mm thick saddle)

24 Mtrs

(b) Above 35 sq. mm and upto 95 sq. mm (clamped with 25x3mm MS flat clamp)

715 Mtrs

© Above 95 sq. mm and upto 185 sq. mm (clamped with 25/40x3mm MS flat clamp)

330 Mtrs

7.22 Supplying and making end termination with brass compression gland and aluminium lugs for following size of PVC insulated and PVC sheathed / XLPE aluminium conductor cable of 1.1 KV grade

(a ) 3½ X 300 sq. mm (70mm) 16 Each (b) 3½ X 240 sq. mm (62mm) 12 Each

(c ) 3½ X 185 sq. mm (57mm) 10 Each

(d) 3½ X 120 sq. mm (45mm) 10 Each

(e) 3½ X 95 sq. mm (45mm) 12 Each

(f) 3½ X 70 sq. mm (38mm) 10 Each

(g) 3½ X 50 sq. mm (35mm) 12 Each

(h) 4 X 25 sq. mm (28mm) 8 Each

(i) 2 X 16 sq. mm (22mm) 2 Each

(j) 2 X 10 sq. mm (19mm) 12 Each

7.23 Providing & fixing danger plates of mild steel at least 2mm thick & vitreous enameled white on both sides & with inscriptions in signal red colour on front side as required.

(a) High Voltage- Size 250mm x 200mm 4 Nos.

(b) Medium Voltage -Size 200mmx150mm. 8 Nos.

7.24 First Aid box as approved by St. john ambulance Brigade/Indian Red Cross confirming to IS 2217-1963

1 Nos.

7.25 Supply & Fixing shock treatment chart duly mounted on a wooden frame with 5mm thick glass as reqd.

1 Nos.

7.26 Providing of rubber mat 1 mtr wide and 12 mm thick to withstand 15 KV dielectric strength as per IS 5424.

28 Mtr

7.27

Supplying, fixing of 4 nos 9.5 litre capacity bucket painted in post office red colour with prior coat of red-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. as required.

1 Set

281

AE-I AE-II EE

7.28

Supplying and fixing safety instruction chart in word duly framed with 5 mm thick glass as reqd. (approximate front area 1.2 sqm)

1 Nos.

7.29 SITC of outdoor type totally enclosed weather proof feeder pillar of size 80 cm x 60 cm x 35 cm depth fabricated with 2 mm thick CRCA M.S. sheet with base frame fabricated with 50 mm x 50 mm x 5 mm thick angle iron, suitable for 415 Volts, 50 Hz, AC supply, detachable gland plate, hinged front open able single leaf double door with locking arrangement complete with suitable size PVC insulated copper conductor single core cable ,including suitable size Al. Bus bar etc, powder coated painting, earthing arrangement, bricks pillar foundation of suitable size for resting the feeder pillar etc. as required including supplying and fixing the following mountings:- Incoming - (a) 100 Amps. 25 KA, TPMCCB with rotary handle (Make:- L&T) - 1 No. Outgoing:- (a) 32 Amps. DPMCB (Make:- L&T) - 8 Nos. (b) 32 Amps. 4 pole MCB (Make:- L&T) - 2 Nos. (c) 2A SPMCB (Make:- L&T) - 1 No. (d) Timer switch (Make:- L&T) -1 No. (e) Power contactor (make:- L&T) ML -2 - 1 No. (f) Indicator-3 nos., (g) Selector switches -1 nos. (h) start/stop push button -2 set

1.00 Each

7.30 Supplying & laying of following size of XLPE insulated and PVC sheathed Copper conductor armored control cable of 1.1 KV grade (ISI Mark ) confirming to IS: 7098 (Part-I)1988 with amendment upto date in existing pipe /open trench/ on surface / loose for connection etc. as reqd.

a 8x1.5sqmm unarmored control cable 40.00 Metre

7.31 Supplying & laying of following size of XLPE insulated and PVC sheathed Copper conductor armored control cable of 1.1 KV grade (ISI Mark ) confirming to IS: 7098 (Part-I)1988 with amendment upto date in existing pipe /open trench/ on surface / loose for connection etc. as reqd.

a 8x2.5sqmm unarmored control cable 80.00 Metre

7.32 Supplying & laying of following size of XLPE insulated and PVC sheathed Copper conductor armored control cable of 1.1 KV grade (ISI Mark ) confirming to IS: 7098 (Part-I)1988 with amendment upto date in existing pipe /open trench/ on surface / loose for connection etc. as reqd.

16x1.5sqmm unarmored control cable 40.00 Metre

282

AE-I AE-II EE

7.33 SITC of 6 metre height dip galvanized octagonal poles with 130mm bottom dia. and 70mm top dia. made up of 3mm thick HT sheet along with base plate of size 200X200X16mm thick with in built terminal box for cable connection and 1.0 metre single arm bracket made of 40 dia. G.I. including 4 nos. M20 X 600 mm long 'J'' type EN8 grade foundation bolts alongwith template, necessary c.c. foundation (1:2:4) for erection of pole including excavation and refilling etc as required.

40 Nos.

7.34 Fabrication and supplying of PCC pole conforming to IS: 1678 - 1978 and IS: 2905 - 1989 (upto date0 of 9.0 metre long having working load of 400 kg, top and bottom dimensions (120 x 200) mm and (120 x 430) mm respectively as reqd.

2 Nos.

7.35 Erection of RCC/ PCC pole of following length in brick ballast and ramming the foundation, finishing with 150mm thick cement concrete (1:3:6) layer on top with including excavation and refilling etc as required.

(a) Above 8.0 metre and upto 11.0 metre 2 Nos

7.36 S/F of channel iron 100 mm x 50 mm x 6 mm (9.56 kg/mtr) of 2.50 mtr long on the existing DP structure complete with including drilling holes etc and painting with primer and finish paint as reqd.

10 Jobs

7.37 S/E of a set of cross bracing frame work for 11KV O.H. line DP Structure made of 50 mm x 50 mm x 6mm angle iron complete with clamps, nuts, bolts including drilling holes etc and painting with primer and finish as reqd.

1 Job

7.38 Supplying and erection of ACSR Conductor of size 7/2-11 mm to 7/3.00 mm dia i/c drilling etc. as reqd.

24 Kg

7.39 Supplying and erection of 11 KV pin insulator complete with large steel head G.I. pin, nuts, washers etc. as required.

3 Sets

7.40 Supplying and erection of 11 KV disc insulator for 11 KV overhead lines with galvanized insulator fittings, ball and socket type and complete with galvanized strain clamps, bolts, nuts, washers etc. as required.

6 Sets

7.41 Supplying and erection of three piece nonlinear resistor type lightning arrestor suitable for 3 wire, 11 KV overhead lines with rated voltage 9 KV (rms) with a nominal discharge current rating of 5 KA and complete with galvanized clamping arrangement, G.I. bolts, nuts, washers etc. as required.

1 Set

283

AE-I AE-II EE

7.42 Supplying and erection of 11KV TP 630 amps Gang operated Air break switch suitable for outdoor vertical pole having 3 phase 3 Nos. 11KV 320 mm CD post insulator per phase based on 75 mm x 40mm GMS channel complete with horizontal connection bar, GI pipe for Gang operation, liver coupling operating handle with locking arrangement etc as reqd.

1 Set

7.43 Supplying and erection of 11KV air insulated drop out fuse suitable for outdoor vertical pole mounting type having 3 phase 2 Nos. per phase post insulators on 75mm x 40mm GMS channel and 11KV baral fuse complete as reqd.

1 Set

7.44 Supplying and fixing of light class G.I. pipe of 100 mm dia. (nominal) 3 metres length along the pole for protection of underground cable as required.

2 Nos.

7.45 Supplying and embedding following dia. GI pipe (Medium class) in pole collar/ foundation (during casting) for cable entry including bending the pipe to the required shape complete as reqd.

a) 40 mm. dia.

40 Mtr

TOTAL OF EXTRNAL ELECTRIFICATION WORKS INCLUDING SUB STATION EQUIPMENT, D G SETS, STREET LIGHTINH, UG SERVICE CONNECTIONS

Total