Top Banner
N. I. T. /TENDER PAPER NIT No. : 03/NIT/CE/EZ-V/CPWD/2016-2017 This Composite NIT contains 1 to 76 pages (Part-A & Part-B) for Civil Works & Page 77 - 117 (Part-C) for Electrical Works including this page. AE (P) EE(P) SE(P) Approved CE/EZ-V Name of work : Construction of multi facility Auditorium with 500 sitting capacity at NRRI, Cuttack, Odisha i/c internal water supply, sanitary installation and, drainage, IEI, Fans & Fire fighting etc.Composite Estimated Cost : Rs. 7,83,47,483/- Earnest Money : Rs.15,66,950/- (To be returned after receiving performance guarantee) Performance Guarantee : 5% of tendered value. Security Deposit : 2.50 % of tendered value. Time Allowed : 08 (Eight) months
118

03NITCEEZV201617

Jul 10, 2016

Download

Documents

Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: 03NITCEEZV201617

N. I . T. /TENDER PAPER

NIT No. : 03/NIT/CE/EZ-V/CPWD/2016-2017

This Composite NIT contains 1 to 76 pages (Part-A & Part-B) for Civil Works & Page 77 - 117 (Part-C) for Electrical Works including this page.

AE (P) EE(P) SE(P)

Approved

CE/EZ-V

Name of work : “Construction of multi facility Auditorium with 500 sitting capacity at NRRI, Cuttack, Odisha i/c internal water supply, sanitary installation and, drainage, IEI, Fans & Fire fighting etc.”

Composite Estimated Cost : Rs. 7,83,47,483/- Earnest Money : Rs.15,66,950/- (To be returned after receiving performance

guarantee)

Performance Guarantee : 5% of tendered value.

Security Deposit : 2.50 % of tendered value.

Time Allowed : 08 (Eight) months

Page 2: 03NITCEEZV201617

1

INDEX

Sl. No. Description Page No.

Index 1 Part-A (Composite work) Information & Instruction for Bidders for e-tendering 2-3

--do-- NIT (Form CPWD-6) 4-9 --do-- Form of Earnest Money (Bank Guarantee) 10 --do-- Item rate tender & contract for works (Form CPWD-8) 11-19

Part-B (Civil Works) Brief Scope of Work 20-21 --do-- Particular Specifications & Special Conditions 22-32 --do-- Integrity Agreement 33-36 --do-- List of approved make of Materials 37-40 --do-- Schedule of Quantities ( Civil) 41-76

Part-C (Electrical Work) --do-- Additional Conditions for Internal Electrical Installations 77-83 --do-- Additional Conditions for Fire Fighting Works 84-105 --do-- Schedule of Quantity (Electrical) 106-117 --do-- Additional Conditions for Fire Fighting Works 100-101 --do-- General Terms & Conditions for DG set 102-112 --do-- Schedule of Quantity (Electrical) 113-128

This Composite NIT contains 1 to 76 pages (Part-A & Part-B) for Civil Works & Page 77 - 117 (Part-C) for Electrical Works including this page.

AE(P) EE(P) SE(P)

Name of work : “ Construction of multi facility Auditorium with 500 sitting capacity at NRRI, Cuttack, Odisha i/c internal water supply, sanitary installation and, drainage, IEI, Fans & Fire fighting etc.”

Page 3: 03NITCEEZV201617

2

PART-A

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING

The Executive Engineer, BCD-II Central Public Works Department, Bhubaneswar (Telephone Telephone No. & Fax No 0674-2560828) on behalf of President of India invites online item rate bids from approved and eligible contractors of CPWD for the following work(s):

Sl. N

o.

NIT

No.

Name of Work & location Estimated cost put to bid

Earn

est M

oney

Perio

d of

C

ompl

etio

n

Last date & time of

submission of bid, EMD,

etender processing

fees and other documents

Time & date of opening of

bid

1.

03/N

IT/C

E/E

Z-V

/ 201

6-17

“Construction of multi facility Auditorium with 500 sitting capacity at NRRI, Cuttack, Odisha i/c internal water supply, sanitary installation and, drainage, IEI, Fans & Fire fighting etc.”

Rs. 7,83,47,483/-

Rs.15,66,950/-

(Rupees Fifteen lakh Sixty Six

Thousand Nine Hundred Fifty)

only

08 (

Eig

ht)

mon

ths

17.05.2016 3:00 P.M

17.05.2016 4:00 P.M

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

he considers himself eligible and he is in possession of all the documents required. 2. Information and Instructions for bidders posted on website shall form part of bid document. 3. The bid document consisting of plans, specifications, the schedule of quantities of various types of items to be

executed and the set of terms and conditions of the contract to be complied with and other necessary documents can be seen and downloaded from website www.tenderwizard. com/CPWD or www.cpwd.gov.in free of cost.

4. 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 Schedule Bank towards EMD in favour of Executive Engineer, BCD-II, CPWD, Bhubaneswar and other documents as specified.

5. Those contractors not registered on the website mentioned above, are required to get registered beforehand. If needed they can be imparted training on online bidding process as per details available on the website.

6. The intending bidder must have valid class-IIII digital signature to submit the bid. 7. On opening date, the contractor can login and see the bid opening process. After opening of bids he will receive

the competitor bid sheets. 8. Contractor can upload documents in the form of JPG format and PDF format. 9. Contractor must ensure to quote rate of each item. The columns meant for quoting rate in figures appear 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”.

AE(P) EE(P) SE(P) * Blanks to be filled by EE/BCD-II.

Page 4: 03NITCEEZV201617

3

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). 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 Schedule Bank against EMD.

2. Enlistment Order of the Contractor.

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

4. The copy of receipt of deposition of original EMD from Executive Engineer of any Division office, CPWD in the prescribed proforma attached as below.

Receipt of deposition of original EMD

(Receipt No……………………………………/date……………………………)

1. Name of work: Construction of multi facility Auditorium with 500 sitting capacity at NRRI, Cuttack, Odisha i/c internal water supply, sanitary installation and, drainage, IEI, Fans & Fire fighting etc.

2. NIT No: 03/NIT/CE/EZ-V/CPWD/2016-2017

3. Estimated Cost. Rs. 7,83,47,483/-

4. Amount of Earnest Money Deposit: Rs.15,66,950/-

5. Last date of submission of bid: 17.05.2016

(*To be filled by NIT approving authority/EE at the time of issue of NIT and uploaded alongwith NIT)

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

2. Form of EMD:……………………………………………………………………..#

3. Amount of Earnest Money Deposit:……………………………………………….#

4. Date of submission of EMD:………………………………………………………#

Signature, Name and Designation of EMD Receiving officer (EE/AE(P)/AE/AAO)

alongwith office stamp (# to be filled by EMD receiving EE)

* Blanks to be filled by EE/ BCD-II

Page 5: 03NITCEEZV201617

4

CPWD-6 CPWD

GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT

NOTICE INVITING BID

1. Item rate bids are invited on behalf of President of India from approved and eligible contractors of CPWD for the work of “Construction of multi facility Auditorium with 500 sitting capacity at NRRI, Cuttack, Odisha i/c internal water supply, sanitary installation and, drainage, IEI, Fans & Fire fighting etc.”

The enlistment of the contractors should be valid on the last date of submission of bids.

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

1.1 The work is estimated to cost Rs. 7,83,47,483/- This estimate, however, is given merely as a rough guide.

1.1.1 The authority competent of 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.

2. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD-7/8 (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 08 (Eight) months from the date of start as defined in schedule ‘F’ or from the first date of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the bid documents.

4. The site for the work is available. 5.

The 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. A part of earnest money Rs. 15,66,950/- is acceptable in the form of bank guarantee also. In such case minimum

50% of earnest money or Rs. 20 lacs, whichever is less, will have to be deposited in shape prescribed above, and balance 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 original EMD should be deposited either in the office of Executive Engineer inviting bids or division office of any Executive Engineer, CPWD within the period of bid submission. (The EMD document shall only be issued from the place in which the office of receiving division office is situated). The EMD receiving Executive Engineer shall issue a receipt of deposition of earnest money deposit to the bidder in a prescribed format (enclosed) uploaded by tender inviting EE in the NIT. This receipt shall also be uploaded to the e-tendering website by the intending bidder upto the specified bid submission date and time.

Page 6: 03NITCEEZV201617

5

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/- (Rupees Five thousand Seven hundred Twenty Five) only shall be payable to M/s ITI Limited through their e-gateway by credit/debit card ,internet banking or RGTS/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 press notice shall have to be submitted by the lowest bidder only along with physical EMD of the scanned copy of EMD uploaded within a week physically in the office of tender opening authority. Online bid documents submitted by intending bidders shall be opened only of those bidders, 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 04:00 P.M on 17.05.2016.

9. The bid submitted shall become invalid & e-Tender processing fee shall not be refunded if: (i) The bidders is found ineligible. (III) The bidders does 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.

(IIIi)

If any discrepancy is noticed between the documents as uploaded at the time of submission of bid and hard copies as submitted physically by the lowest bidder in the office of tender opening authority.

(iv) The lowest bidder does not deposit physical EMD within a week of opening of bid. 10. The contractor whose bid is accepted, will be required to furnish performance guarantee of 5% (Five Percent)

of the bided amount within the period specified in schedule F. This guarantee shall be in the form of cash (in case guarantee amount is less than s 10000/-) or Deposit at Call receipt of any scheduled bank/Banker’s cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay order of any scheduled bank (in case guarantee amount is less than s 100000/-) 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 tender shall be returned after receiving the aforesaid performance guarantee. The contractor whose bid is accepted will be required to furnish either copy of applicable licenses/registrations or proof of applying for obtaining labour licenses, registration with EPFO,ESIC and BOCW Welfare Board and Programme Chart ( Time and Progress) within the specified in Schedule F.

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

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

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

14. The competent authority on behalf of President of India reserves to himself the right of accepting the whole or any part of the bid and the bidders shall be bound to perform the same at the rate quoted.

Page 7: 03NITCEEZV201617

6

15. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in case of contractors of

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

16. No Engineer of gazetted rank or other Gazetted Officer employed in Engineering or Administrative duties in an Engineering Department of the Government of India is allowed to work as a contractor for a period of one year after his retirement from Government service, without the 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 bid or engagement in the contractor’s service.

17. The validity period i.e. the tender shall remain open for acceptance for a period of 30/45/60/90 days from the opening of date of tenders, for single bid tenders as under:-

i. Tenders to be accepted by EE - upto 30 days. ii. Tenders to be accepted by SE- upto 45 days. iii. Tenders to be accepted by CE - upto 60 days. iv. Tenders to be approved by ADG / Spl.DG / DG / CWB -upto 90 days.

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.

18. 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 on other standard CPWD from as applicable.

19. For Composite Bids

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

19.1.2 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 date of dropping of tender.

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.

19.1.3 The bidders must associate with himself, agencies of the appropriate class eligible to bid for each of the minor component individually.

19.1.4 The eligible bidders shall quote rates for all items of major component as well as for all items of minor components of work.

Page 8: 03NITCEEZV201617

7

19.1.5

After acceptance of the bid by competent authority, the EE in charge of major component of the work shall issue letter of award on behalf of the President of India. After the work is awarded, the 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.

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

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

19.1.8 The main contractor has to associate 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).

19.1.9 In case the main contractor intends to change any of the above agency/agencies during the operation of the contract, he shall obtain prior approval of Engineer-in-charge of 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.

19.1.10 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.

19.1.11 Running payment for the major component shall be made by EE of major discipline to the main contractor. Running payment for minor components shall be made by the Engineer-in-charge of the discipline of minor component directly to the main contractor.

19.1.12 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. 19.1.12.A. 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.

19.1.12B 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.

Page 9: 03NITCEEZV201617

8

Page 10: 03NITCEEZV201617

9

Page 11: 03NITCEEZV201617

10

FORM OF EARNEST MONEY (BANK GUARANTEE) 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 substantiate his demand, provided that in his demand the Engineer-in-Charge will note that the amount claimed by him 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.

Page 12: 03NITCEEZV201617

11

CPWD-8 CPWD

GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT Item Rate Tender & Contract for Works

(A) Tender for the work of: - “Construction of multi facility Auditorium with 500 sitting

capacity at NRRI, Cuttack, Odisha i/c internal water supply, sanitary installation and, drainage, IEI, Fans & Fire fighting etc.”

(i) To be submitted by 15:00 hours on 17.05.2016 to Executive Engineer, BCD-II, CPWD, Bhubaneswar

(III) To be opened in presence of tenderers who may be present at 16:00 hours on 17.05.2016 in the office of Executive Engineer, BCD-II , CPWD, Bhubaneswar

Issued to ………………………………*…………………………………………………..

Signature of officer issuing the documents …………………*………………………

Designation .……………………………………*…………………………………………

Date of Issue …………*…………….

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 Sixty (60) days from the due date of its opening and not to make any modification in its terms and conditions.

A sum of Rs. 15,66,950/- is hereby forwarded in cash/receipt 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 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.

Page 13: 03NITCEEZV201617

12

I/We hereby declare that I/We shall treat the tender documents drawings and other records connected with the work as secret/confidential documents and shall not communicate information/derived therefrom to any person other than a person to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial to the safety of the State. Dated: …………..**…………….

Signature of Contractor **

Witness: **

Address: ** Postal 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 s.………*……………..…….. (Rupee……………………………………………………………*………………………………………………………).

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

(a) *

(b) *

(c) *

For & on behalf of President of India

Signature …………………*……………………

CPWD-8 CPWD

Dated: ……*…….. Designation ………………*…………………. * Blanks to be filled by EE/BCD-II ** To be filled by Contractor

Page 14: 03NITCEEZV201617

13

AE (P) / EE (P)

PROFORMA OF SCHEDULES CPWD

PROFORMA OF SCHEDULES

(Separate Proforma 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 PWD-3) Page No. 41 to 76 (Civil)

Page No. 106 to 117 (Elect.)

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

SCHEDULE ‘D’

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

Page 15: 03NITCEEZV201617

14

AE (P) / EE (P)

PROFORMA OF SCHEDULES CPWD

SCHEDULE ‘E’ Reference to General Conditions of contract of 2014 with amendments up-to-date of dropping of tender.

Name of Work : “Construction of multi facility Auditorium with 500 sitting capacity at NRRI, Cuttack, Odisha i/c internal water supply, sanitary installation and, drainage, IEI, Fans & Fire fighting etc.” dha, Bhubaneswar”.

Estimated cost of work: Rs. 7,83,47,483/-

(i) Earnest Money : Rs.15,66,950/- (To be returned after receiving performance guarantee)

(III) Performance Guarantee : 5 % of tendered value

(IIIi) Security Deposit : 2.50 % of tendered value

SCHEDULE 'F'

GENERAL RULES & DIRECTIONS : Officer inviting tender EE/BCD-II /CPWD/ Bhubaneswar

Maximum percentage for quantity of items of work to be executed beyond which rates are to be determined in accordance with Clauses 12.2 12.3

:

See below

Definitions:

2(v) Engineer-in-Charge EE/BCD-II/CPWD/ Bhubaneswar

2(vIIIi) Accepting Authority SE/BCC/CPWD/ Bhubaneswar

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(xIII) Department Central Public Works Department.

9(III) Standard CPWD Contract Form GCC 2014, CPWD Form 8 modified & Corrected up-to-date of dropping of tender

Clause 1

(i) Time allowed for submission of Performance Guarantee, Programme Chart (Time and Progress) and applicable labour licences, registration with EPFO,ESIC and BOCW Welfare Board or proof of applying thereof from the date of issue of letter of acceptance

10 (Ten) days

(III) Maximum allowable extension beyond the period provided in (i) above with the late fee 0.1% per day of Performance Guarantee amount beyond the period provided in (i) above

10 (Ten) days

Page 16: 03NITCEEZV201617

15

AE (P) / EE (P)

PROFORMA OF SCHEDULES CPWD Clause 2 Authority for fixing compensation under clause 2 SE/BCC/CPWD/ Bhubaneswar

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 7 days

Mile stone(s) as per table given below:

Sl. No.

Description of Milestone (Physical)

Time allowed in

months (from date of start)

Amount to be with-held in case of non

achievement of mile stone( % of Tendered

amount )

1. All RCC work upto plinth level, Brick Work upto plinth. 04 months

1% of tender amount

2

RCC work upto 1st floor slab, Balcony slab, casting with elect conducting, Brick work upto 1st floor level 05 months 1% of tender amount

3 RCC work upto first floor roof slab casting with elect conducting, Fabrication & erecition of Truss, Brick work of 1st floor, plastering upto ground floor.

06 months 1% of tender amount

4 Sheet roofing work, Plastering (1st floor), flooring work (ground floor )

07 months 1% of tender amount

5 Flooring work (1st floor), Aluminum work, door and windows, Wall paneling, False ceiling, ACP, Structural glazing,Panting,Sanitary fittings,testing and commissioning clearing of site and handing over.

08 months 1% of tender amount

Time allowed for execution of work 08 (Eight) months Authority to decide:

(i) Extension of time SE/BCC/CPWD/ Bhubaneswar. (III) Rescheduling o f mile stones SE/BCC/CPWD/Bhubaneswar.

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

Clause 7 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. 97 lacs

Clause 7A 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.

Page 17: 03NITCEEZV201617

16

AE (P) / EE (P)

Clause 10A List of testing equipment to be provided by the contractor at site lab. 1. Balance 2. Sieve as per IS460-1962 3. Oven

4. Dial Gauge 5. Equipment for Slump Test 6. Sieve Shaker

7. Graduated Measuring Cylinder 8. Enamel Tray 9. Compression Testing Machine

Clause 10B(III) Whether Clause 10 B (III) shall be applicable No

Clause 10C

Component of labour expressed as percent of value of work = 25%(Twenty Five percent)

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*

1 Cement

1. ………………… 1 . PPC – Rs.6400/- Per MT

2 Reinforcement bars 2. …………………... 2 . Primary Producer – Rs.40000/- Per MT 3 Structural steel 3. …………………... 3. Rs. 38000 /- Per MT

In case contractor is permitted to used TMT reinforcement bars procured from ISPs or secondary producers then: a) The base price of TMT reinforcement bars as stipulated under schedule ‘F’ shall be reduced by Rs.5,000/-

Per MT. b) The rate of providing & laying TMT reinforcement bars as quoted by the contractor in the tender shall also

be reduced by Rs.5.75 per kg. (the rate of reduction shall be same as ‘a’ above converted to per kg plus Contractor’s Profit and Over Heads as applicable) (currently 15%)

* Base price of all the materials covered under clause 10 CA is to be mentioned at the time of approval of NIT.

Page 18: 03NITCEEZV201617

17

AE (P) / EE (P)

PROFORMA OF SCHEDULES CPWD

Clause 10CC ---- Not Applicable Clause 10 CC to be applicable in contracts with stipulated period

of completion exceeding the period shown in next column 18 (Eighteen) months

Schedule of component of other Materials, Labour, POL etc. for price escalation. - Nil Component of civil (except materials covered under clause 10CA) /Electrical

construction Materials expressed as percent of total value of work Xm ..........%

Component of Labour – expressed as percent of total value of work.

Y ..........%

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

Z ..........%

Clause 11 Specifications to be followed

for execution of work CPWD Specifications 2009 volume -I & II with corrections of slips up-to-date of dropping of tender and As per CPWD General Specification for Electrical Works Part –I(Internal),Part-III (External) & Part-V (Wet riser System)

Clause 12 12.2. & 12.3 Deviation limit beyond which clauses 12.2 &

12.3 shall apply for building work 30% (Thirty percent)

12.5 1. Deviation Limit beyond which clauses 12.2 & 12.3 shall apply for foundation work (except earth work)

30% (Thirty percent)

2. Deviation Limit for items in earth work Subhead of DSR or related items

100%(One Hundred percent)

Type of Work Original Work Clause 16 Competent Authority for

deciding reduced rates. SE/BCC/CPWD/ Bhubaneswar

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

1. Excavator (various capacity) 2. Bar Bending Machine 3. Bar Cutting Machine

4. Needle Vibrator 5. Drilling Machine 6.

Compression Testing Machine

7. Cutting tools for Aluminium section & Glazed tiles

8. Floor Grinding for kota stone flooring

9. Granite cutting tools

10 Hand Grinder 11 Builder Hoist/Cranes for lifting building materials

12 Concrete mixing machine

13 Concrete Pump Clause 25

Constitution of Dispute Redressal Committee:- A] For total Claims more than Rs. 25 lacs Chairman - CE (EZ-I), CPWD, Kolkata Member - SE (TLCQA), CPWD, Kolkata DW(ER) will act as member in absence of SE

(TLCQA)

Member - SE (P), EZ-I, CPWD, Kolkata Member - SE in charge of the work shall present case before DRC but shall not have any part in

decision making.

Deleted

Page 19: 03NITCEEZV201617

18

AE (P) / EE (P)

PROFORMA OF SCHEDULES CPWD B] For total Claims upto Rs. 25 lacs Chairman - SE (TLCQA),CPWD, Kolkata Member - EE (P), EZ-I, CPWD, Kolkata Member - EE, EZ-I, CPWD, Kolkata (Other than EE under whose jurisdiction the work falls) Member - EE in charge of the work shall present case before DRC but shall not have any part in

decision making.

Clause 36 (i) Requirement of Technical Representative(s) and recovery Rate

S. No.

Minimum Qualification of Technical

Representative

Dis

cipl

ine Designation (Principal

Technical/ Technical Representative)

Minimum Experience

Num

ber

Rate at which recovery shall be made from the contractor in the event of not fulfilling

provision of clause 36(i) Figures

2

Graduate Engineer

Or Diploma Engineer

Civil

Project

Planning/quality/site/ billing Engineer

Two

or Five Years respectively

1

(One)

Rs.15,000/- p.m.

3

Graduate Engineer

Or Diploma Engineer

Electric

al

Project

Planning/quality/site/ billing Engineer

Two

or Five Years respectively

1

(One)

Rs.15,000/- p.m.

Notes: 1. ‘Cost of work’ in table above, means the agreement amount of the work. 2. Rate of recovery in case of non compliance of Clause 36(i) shall be made from the contractor at following rates:- 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 requirements of degree engineers.

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.

(III) Variations permissible on theoretical quantities: (a) Cement For works with estimated cost put to

tender more than Rs.5 lakh. 2% (Two percent)plus/minus.

(b) Steel Reinforcement and structural steel

sections for each diameter, section and category 2%(Two percent) plus/minus

(c) All other materials Nil (d) Schedule/statement for determining theoretical consumption of Brick work on the basis of CSR’

1994.

Page 20: 03NITCEEZV201617

19

AE (P) / EE (P)

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. 7,040 /- Per MT ( seven thousand forty

per MT)

2. Steel Reinforcement TMT Bar of all dia Nil Rs. 44,000/- Per MT. ( Forty four thousand per

MT)

3. Structural Sections Nil Rs. 41,800 /- Per MT. ( Forty one thousand eight

hundred per MT)

PROFORMA OF SCHEDULES CPWD

Page 21: 03NITCEEZV201617

20

AE (P) / EE (P)

PART-B BRIEF SCOPE OF WORK

Name of Work : “Construction of multi facility Auditorium with 500 sitting capacity at NRRI, Cuttack, Odisha i/c internal water supply, sanitary installation and, drainage, IEI, Fans & Fire fighting etc.” of 12 1. FOUNDATIONS:

i) The foundation will be single isolated. Foundation depth and size of foundation will be as specified in the structural drawings.

III) The bed of earth at the base of footings shall be properly compacted before laying lean concrete for receiving the footings.

IIIi) The columns shall be connected by grade beam of specified size at ground level.

iv) Lean Concrete:- C.C. 1:5:10 (1 cement : 5 coarse sand : 10 graded stone aggregate 40mm nominal size) of specified thickness and width shall be provided below footings as per approved structural drawings.

v) Reinforced Cement Concrete footings & Columns: RCC shall be design mix M25 or mix as specified with TMT bars/reinforcement of Fe 500D grade conforming to IS 1786-2008 as per structural drawings.

vi) Brick work: a) 230mm thick in cement mortar 1:6 (1 cement: 6 coarse sand) with class 5.0 designation common

burnt clay FPS (non-modular) bricks and as per structural drawings. 2. SUPERSTRUCTURE i) Reinforced Cement Concrete in Columns, Slabs, Lintels, Beams and Staircase:- R.C.C shall be design mix

M25 or mix as specified with TMT bars reinforcement of Fe 500D grade conforming to IS 1786-2008 as per approved structural drawings.

III) Brick work in walls: a) 230mm thick in cement mortar 1:6 (1 cement: 6 coarse sand) with class 5.0 designation flyash FPS

(non-modular) bricks and as per structural drawings.

3. DOORS & WINDOWS a) 35mm thick flush door shutters decorative type with teak wood lipping.

b) FRP door shutter with FRP door frame shall be provided in toilets.

c) M.S. grill shall be in all windows and all openings.

4. FLOORING a)

b) Double charged Vitrified tiles in main area & Ceramic tiles in toilets. Granite flooring in passage & staircase.

5. SKIRTING i) 100mm high skirting of Double charged Vitrified tiles in main area & Ceramic tiles in toilets.

shall be provided matching to the floor finish in all the rooms/places.

6. FINISHING i) Internal Surface: a) 12mm/ 15mm thick plaster in cement mortar 1:6 (1 cement : 6 coarse sand).

b) 6mm thick plaster in cement mortar 1:3 (1 cement : 3 fine sand) in ceiling and RCC surface.

c) All internal wall shall be finished with two or more coats of acrylic emulsion paint over 1mm thick

cement based putty in all places.

d) All grills and other metal and wood works shall be painted with synthetic enamel paint.

Page 22: 03NITCEEZV201617

21

AE (P) / EE (P)

III) External Surface: a) 12mm/15mm thick plaster with cement mortar 1:6 (1 cement : 6 coarse sand) as required.

b) Exterior shall be finished with premium acrylic smooth exterior paint.

7. SANITARY & WATER SUPPLY i) All the sanitary pipes & fittings shall be made of 100mm dia. centrifugally cast (spun) & sand cast iron

respectively. All internal pipes inside the building shall be concealed.

III) All concealed floor traps and sand cast iron shall be encased with cement concrete 1:1.5:3.

IIIi) Water supply pipe shall be of CPVC of dia. as per the items. All internal water supply pipes shall be concealed.

iv) PVC water storage tank shall be provided over the roof. The internal distribution of water supply in the unit will be as per approved plan.

v) All exposed sand cast iron pipes are to be painted with paint of shade matching with wall.

The above is merely indicative not exhaustive. The work shall be carried out as per

Architectural & Structural Drawings issued.

Page 23: 03NITCEEZV201617

22

AE (P) / EE (P)

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

[A] PARTICULAR SPECIFICATIONS 1.0 GENERAL 1.1 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). 1.2 The following modifications to the above specifications and some additional specifications shall however apply: i) All stone aggregates shall be of hard stone variety to be obtained from approved quarries at………*………… III) 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………*……… and screened as required. The same shall consist of hard siliceous material. It shall be clean sand.

IIIi) Common burnt clay FPS (non-modular) brick of 7.5-class designation shall be used in size …*..…(F.P.S. units) [size ...…*…..mm.]. Brick shall be obtained from approved kiln at. ………*……….

2.0 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 or receipt of tenders on 17.05.2016.

3.0 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.

4.0 R.C.C. Work (Mix Design) 4.1 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. The trial mix shall be prepared with approved aggregates, cement and water. The concrete batching plant to be employed in the work shall be used for preparing the trial mix to simulate actual field conditions. RMC 25grade or richer as per requirement shall be prepared without adding any admixture and minimum cement content of RMC 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.

5.0 FLOORING 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.

6.0 WOOD WORK The samples of species of timber/PVC 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.

6.1 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. 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 meets the specified tests.

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

Page 24: 03NITCEEZV201617

23

AE (P) / EE (P)

7.0 STEEL WORK 7.1 All welded steel work shall be tested for quality of weld as laid down in IS: 822-1970 before actual erection.

8.0 INTERNAL WATER SUPPLY AND SANITARY INSTALLATIONS 8.1 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. 8.2 The contractor shall be responsible of 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.

9.0 VARIATION IN CONSUMPTION OF MATERIALS 9.1 The variation in consumption of material shall be governed as per CPWD specifications and clauses of the contract

to the extent applicable.

10.0 CONDITIONS 10.1 The contractor will have to work according to the programme of work, decided by the Engineer-in-Charge. 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.

10.2 The contractor shall take instructions from the Engineer-in-Charge for stacking of materials in any place. No excavated earth or building materials shall be stacked on areas where other buildings, roads, services of compound wall are to be constructed.

10.3 If as per Municipal rules 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.

10.4 Grey cement bags shall be stacked/stored in separate godown to be constructed by contractor at his own cost as per sketch (which is only indicative and actual size will depend on the site requirements) at page 23 of CPWD specification 2009 Vol.I with weather leak proof roofs and walls. Each godown shall be provided with single door with two locks. The keys of one lock shall remain with CPWD Engineer-in-Charge of work and that of the other lock with the authorized agent of the contractor at the site of work so that the cement is removed from the godown according to the daily requirement with the knowledge of both the parties and proper account maintained in standard proforma.

10.5 The contractor is responsible for the safe custody of the materials issued to him even if the materials are under double lock system.

10.6 The contractor shall construct suitable go downs, 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.

10.7 The standard sectional weights referred to as standard tables in Para 5.3.4 in specifications for works, 2009 Vol.I & II vide page 135 of Table-5.4 to be considered for conversion of length of various size of M.S. bars/cold twisted bars and Thermo Mechanically Treated Bars into weight are as under:[Note: These are as per clause 6.2 of IS:1786] .

TABLE

Nominal Size Weight KG/M Size (Diameter MM) Weight KG/M 6 0.222 25 3.85 8 0.395 28 4.83

10 0.617 32 6.31 12 0.888 36 7.99 16 1.58 40 9.86 20 2.47

Page 25: 03NITCEEZV201617

24

AE (P) / EE (P)

10.8 All materials obtained from contractor shall be got checked by the Junior Engineer-in-Charge of the works on receipt of the same at site before use.

10.9 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.

11.0 TESTING OF MATERIAL

11.1 Grey cement & Thermo-mechanically Treated Bar shall be arranged by the contractor.

11.2 The contractor shall procure all the materials in advance so that there is sufficient time for testing and approving of the material and clearance of the same before use in work.

12.0 INTEGRAL WATER PROOFING TREATMENT 12.1 The contractor must associate himself with the specialized firm to be approved by the Engineer-in-Charge in

writing, for integral cement based water proofing treatment for sunken floors and on roofs. 10 years Guarantee Bond in prescribed proforma attached vide page 32 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 for 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 15(Fifteen) years is produced and deposited with the department.

13.0 Treatment for Roof Surface

13.1 The brickbats shall be from well-burnt bricks. The proprietary waterproofing compound shall conform to IS: 2645-1975. Before execution of work, water proofing compound has to be brought to site from which random sample would be got tested and a certificate of it’s conforming to IS Code should be produced. The proprietary waterproofing compound shall be added at the rate recommended by the specialized firm but not exceeding 8%(percent) by weight of cement.

13.2 The finished surface after waterproofing treatment shall have minimum slope of 1 in 80. At no point shall the thickness of waterproofing treatment be less than 65mm.

13.3 While treatment of roof surface is done it shall be ensured that the outlet drainpipes have been fixed and mouths at the entrance have been added and rounded off properly for easy flow of water.

13.4 The surface where the waterproofing is to be done shall be thoroughly cleaned with wire brushes. All loose scales shall be removed and dusted off. The surface shall be treated with neat cement slurry admixed with proprietary water proofing compound to penetrate into crevices and fill up all the pores in the surface. This cement slurry shall be applied at the junction of parapet and terrace slab by injection process.

13.5 After the slurry coat is laid, layer of well burnt brick bats shall be laid in cement mortar of mix as specified by the specialist firm but not leaner than 1:5(1 cement: 5 coarse sand) admixed with proprietary water proofing compound to required gradient and joints filled to half the depth. The brick bat of various thickness shall be used to achieve the specified gradient. This layer shall be rounded at the junction with the parapet and tapered towards top for a height of 300 mm. Curing of this layer shall be done for three days.

13.6 After curing, the surface shall be applied with a coat of cement slurry admixed with proprietary water proofing compound.

13.7 Joints of brick bat layer shall be filled fully with cement mortar of mix as specified by the specialized firm but not leaner than 1:4 (1 cement: 4 coarse sand) admixed with proprietary waterproofing compound and finally top finished with average 20mm thick layer of same mortar and finished smooth with cement slurry admixed with proprietary water proofing compound. The finished surface shall have marking of 300 x 300 mm false squares to give the appearance of tiles.

13.8 Curing of water proofing treatment shall be done for a minimum of ten days. 13.9 The Measurement shall be taken along with the finished surface of treatment including the rounded and trap

portion of junction of parapet wall.

Page 26: 03NITCEEZV201617

25

AE (P) / EE (P)

[B] SPECIAL CONDITIONS 01. Unless otherwise provided in the Schedule of quantities vide page 41 to 76 (civil) & page 106-117 (elect) 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 at in accordance with clause 12 of the agreement if not already specified.

02. The contractor shall make his own arrangements for water and for obtaining electric connections if required and make necessary payments directly to the department concerned.

03. Other agencies doing work related with this project will also simultaneously execute the works and the contractor shall afford necessary facilities for the same. The contractor shall leave such necessary holes, openings etc. for laying, burying in the work pipes, cables, conduits, clamps, boxes and hooks for fan clamps, etc. as may be required for other agencies conduits for Electrical wiring/cables will be laid in a way that they leave enough space for concreting and do not adversely affect the structural members. Nothing extra over the agreement rates shall be paid for the same.

04. The contractor shall give a performance test of the entire installation(s) as per standing specifications before the work

is finally accepted and nothing extra whatsoever shall be payable to the contractor for the test. 05. Any cement slurry added over base surface (or) for continuation of concreting 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. 06. Testing of materials:

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, if material does not conform to the relevant codes/specifications, the testing charges shall be borne by the contractor. All other expenditure required to be incurred for taking the samples, conveyance, packing etc. shall be borne by the contractor himself.

07. The Structural and Architectural drawings shall at all times be properly co-related before executing any work. However, in case of any discrepancy in the item given in the schedule of quantities appended with the tender and Architectural drawings relating to the relevant item, the former shall prevail unless and otherwise given in writing by the Engineer-in-Charge.

08. In all contracts where departmental issue of cement and steel is not stipulated, special conditions shall be

incorporated as below:

08.1 Conditions for Cement (Grey Cement). i) The contractor shall procure 43 grade Portland Pozzolana Cement (PPC) [conforming to IS:1489 (Part-I)],

as required in the work, from reputed manufacturers of cement such as ACC, Ultra tech, Vikram, Shree Cement, Ambuja, Jaypee Cement, Century Cement & J. K. Cement or from any other reputed cement Manufacturer having a production capacity not less than one million tonnes per annum as approved by ADG for that sub Region. The tenderers may also submit a list of names of cement manufacturers which they propose to use in the works 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. 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.

III) Use of 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:

Page 27: 03NITCEEZV201617

26

AE (P) / EE (P)

(i) The concrete mix design shall be done as “Design Mix Concrete” as prescribed in clause-9 of IS 456 mentioned above.

(III) 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 made with 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. IIIi) The cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided by the Engineer-

in-charge. iv) The cement go down of the capacity to store a minimum of 2000 bags of cement shall be constructed by the contractor at

the site of work for which no extra payment shall be made. Double lock provision shall be made to the door of the cement go down. The keys of one lock shall remain with the Engineer-in-charge or his authorized representative and the keys of the other lock shall remain with the contractor. The contractor shall be responsible for the watch and ward and safety of the cement go down. The contractor shall facilitate the inspection of the cement godown by the Engineer-in-charge at any time.

v) The cement shall be got tested by Engineer-in-charge and shall be used on work only after test results have been received. The contractor shall supply free of charge the cement 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 cement does not conform to relevant BIS Codes. b) By the Department, if the results show that the cement conforms to relevant BIS Codes. vi) 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.

vIII) 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.

vIIIi) 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.

08.2 Conditions for Steel. 1) The contractor shall procure TMT bars of grade (the grade to procure is to be specified) from primary steel

producers such as SAIL, Tata Steel Ltd., RINL or any other producer as approved by CPWD who are using iron ore as the basic raw material/ input and having crude steel capacity of 2.0 Million tones per annum and above. In case of non-availability of steel from primary producers the NIT approving authority may permit use of

Page 28: 03NITCEEZV201617

27

AE (P) / EE (P)

TMT reinforcement bars procured from steel producers having integrated steel plants (ISPs) using iron ore as the basic raw material for production of crude steel which is further rolled into finished shapes in-house having crude steel capacity of 0.5 Million tone per annum and more. A separate list of producers for this category shall be approved by the ADG concerned for their sub region under intimation to the Directorate, CPWD/CE, CSQ. In case of non availability of steel from Primary Producer as well as ISPs then the NIT approving authority may also permit use of TMT reinforcement bars procured from secondary producers. In such cases following action is to be taken:

a) The grade of the steel such as Fe 500D or other grade to be procured is to be specified as per BIS 1786-2008.

b) The secondary producers must have valid BIS licence to produce HSD bars conforming to IS 1786:2008. In addition to BIS licence, the secondary producer must have valid licence from either of the firms Tempcore, Thermex, Evcon Turbo & Turbo Quench to produce TMT Bars.

c) The TMT bars procured from primary producers and ISPs shall conform to manufacture’s specifications.

d) The TMT bars procured from secondary producers shall conform to the specification as laid by Tempcore, Thermex, Evcon Turbo & Turbo Quench as the case may be.

e) TMT bars procured either from primary producers or secondary producers, the specifications shall meet the provisions of IS 1786:2008 pertaining to Fe 500D grade of steel as specified in the tender.

2) 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.

3) Samples shall also be taken and got tested by the Engineer-in-Charge as per the provisions in this regard in relevant BIS codes. In case the test results indicate that the steel arranged by the contractor does not conform to the specifications as defined under para 11.2 (1) (d) & (1) (e) above, the same shall stand rejected, and it shall be removed from the site of work by the contractor at his cost within a week time or written orders from the Engineer-in-Charge to do so.

4) The steel reinforcement shall be brought to the site in bulk supply of ten tones or more as decided by the Engineer-in-charge.

5) 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.

6) For checking nominal mass, tensile strength, bend test, re-bend test etc. specimen of sufficient length shall be cut from each size of the bar at random at frequency not less than that specified below:

Size of bar For consignment below 100 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

7) 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. 8) 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.

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

10) In case contractor is permitted to used TMT reinforcement bars procured from ISPs or secondary producers then:

10.1 The base price of TMT reinforcement bars as stipulated under schedule ‘F’ shall be reduced by Rs.5,000/- Per MT.

Page 29: 03NITCEEZV201617

28

AE (P) / EE (P)

10.2 The rate of providing & laying TMT reinforcement bars as quoted by the contractor in the tender shall also be reduced by Rs.5.75 per kg. (the rate of reduction shall be same as 10.1 above converted to per kg plus Contractor’s Profit and Over Heads as applicable) (currently 15%)

08.3 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.

III) As soon as the material is removed, a certificate to that effect may be recorded by the AE/AEE against the original entry, giving the date of removal a mode of removal i.e. whether by truck, carts or by manual labour. If removal is by truck, the registration number of the truck should be recorded.

IIIi) 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.

08.4 Cement should be kept in godowns under double locks and keys and its consumption account invariably

maintained, whether the cement is supplied departmentally or arranged by the contractor. A register should be maintained at the site of each work costing above Rs.20,000.00. This register should contain the columns as shown in Appendix-28. (CPWD Works Manual 2014).

The pages of the register should be machine numbered and each page initialed by the EE. The columns in the register mentioned above will be provided by the EEs or the SDOs. The cement godown and the register are required to be checked by the SDO/EE in-charge of the work.

i) At least weekly or fortnightly, respectively in case of works at the Headquarters of SDO/EE and. III) Whenever they visit the site of work in case of works located outside the Sub-Divisional/Divisional Head

Quarters. IIIi) In the case of large concentrated projects like major bridges etc., the EE should check the cement register at

least fortnightly.

Page 30: 03NITCEEZV201617

29

AE (P) / EE (P)

FORM OF WATER PROOFING WORK GUARANTEE BOND ON STAMPED PAPER

This agreement made this…………..……..day of two thousand………..……... between

M/s……………..………………(hereinafter called the Guarantor of the one part) and the President of India (hereinafter called the Govt. of the other part).

Whereas this agreement is supplementary to the contract (hereinafter called the Contract) dated………….. made

between the Guarantor of the one part and Govt. of the other part, whereby the contractor inter alia, undertook to render the Buildings and structures in the said contract recited completely water and leak proof.

And whereas the Guarantor agreed to give a guarantee to the effect that the said structure will remain waterproof for

ten years to be reckoned from the date after the maintenance period prescribed in the contract expires. During this period of guarantee the Guarantor shall make good all defects and for that matter, shall replace at his risk

and cost such members as may be damaged by water and in case of any other defect being found he shall render the building waterproof at his cost to the satisfaction of the Engineer-in-Charge and shall commence the works of such rectification within seven days from the date of issuing notice from the Engineer-in-Charge calling upon him to rectify the defects failing which the work shall be got done by the Department by some other contractor at the Guarantor’s cost and risk and in the latter case the decision of the Engineer-in-charge as to the cost, recoverable from the Guarantor shall be final and binding.

That if the Guarantor fails to execute the waterproofing or commits breaches hereunder then the Guarantor will

indemnify principal and his successors 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 supplemental 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 of these presents have been executed by the Obligor………………….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 OBLIGOR in presence of- 1. 2. SIGNED for and on behalf of THE PRESIDENT OF INDIA by………………..in the presence of- 1. 2. Blanks to be filled by Contractor/EE(BCD-II )

Page 31: 03NITCEEZV201617

30

AE (P) / EE (P)

QUALITY ASSURANCE PLAN (1) All the Tests required shall be conducted as per CPWD specification 2009 Vol I & II with upto date

correction slip. (2) The field laboratory shall be set up by the contractor at site of work. The list of testing equipments to

be provided by the contractor at site lab has been indicated inclause 10A of schedule ‘F’. (3) Maintenance of Register of Tests –

(i) All the registers 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 in the same manner as being issued to CPWD field staff.

(III) All Samples of materials including Cement Concrete Cubes shall be taken jointly with Contractor by JE and out of this at least 50% samples shall be taken in presence of AE in charge. If there is no JE, all Samples of materials including Cement Concrete Cubes shall be taken by AE jointly with Contractor. All the necessary assistance shall be provided by the contractor. Cost of sample materials is to be borne by the contractor and he shall be responsible for safe custody of samples to be tested at site.

(IIIi) All the test in field lab setup at Construction Site shall be carried out by the Engineering Staff deployed by the contractor which shall be 100% witnessed by JE and 50% of tests shall be witnessed by AE-in-charge. At least 10% of the tests are to be witnessed by the Executive Engineer.

(iv) All the entries in the registers will be made by the designated Engineering Staff of the contractor and same should be regularly reviewed by JE/AE/EE.

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

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

If all the test registers and hindrance register is not submitted along with each alternate R/A Bill & Final Bill, it will be responsibility of EE & AAO that no payment is released to the contractor.

(5) Maintenance of Material at Site (MAS) Register – (i) All the MAS Registers including Cement and Steel Registers shall be maintained by Contractor

which shall be issued to the contractor by Engineer-in-charge in the same manner as being issued to CPWD field staff.

(III) Each of the entry of receipt of material at site shall be 100% test checked by JE or by AE if there is no JE.

(IIIi) Each MAS Register shall be checked by JE at least twice a week and at least once a week by AE.

If There is no JE then MAS registers will be checked by AE at least twice a week.

(iv) Cement Register shall be reviewed by EE at least one in a month.

Page 32: 03NITCEEZV201617

31

AE (P) / EE (P)

To, The All Bidders Sub: NIT No. 03/NIT/CE/EZ-V/CPWD/2016-2017 for the work “Construction of multi

facility Auditorium with 500 sitting capacity at NRRI, Cuttack, Odisha i/c internal water supply, sanitary installation and, drainage, IEI, Fans & Fire fighting etc.”

Dear Sir, It is here by declared that CPWD is committed to follow the principle of transparency, equity and competitiveness in public procurement. The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that the Bidder will sign the integrity Agreement, which is an integral part of tender/bid documents, failing which the tenderer/bidder will stand disqualified from the tendering process and the bid of the bidder would be summarily rejected. This declaration shall form part and parcel of the Integrity Agreement and signing of the same shall be deemed as acceptance and signing of the Integrity Agreement on behalf of the CPWD.

Yours faithfully

Executive Engineer

Page 33: 03NITCEEZV201617

32

AE (P) / EE (P)

To, Executive Engineer, BCD-II, CPWD, Bhubaneswar Sub: Submission of Tender for the work of “Construction of multi facility Auditorium

with 500 sitting capacity at NRRI, Cuttack, Odisha i/c internal water supply, sanitary installation and, drainage, IEI, Fans & Fire fighting etc.”

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

Yours faithfully (Duly authorized signatory of the Bidder)

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

Page 34: 03NITCEEZV201617

33

AE (P) / EE (P)

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

BETWEEN President of India represented through Executive Engineer, BCD-II, CPWD, Bhubaneswar, (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 ( NIT No. 03/NIT/CE/EZ-V/CPWD/2016-2017) (hereinafter referred to as “Tender/Bid”) and intends to award, under laid down organizational procedure, contract for hereinafter referred to as the “Contract”.

AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules, regulations, economic use of resources and of fairness/transparency in its relation with its Bidder(s) and Contractor(s).

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions of which shall also be read as integral part and parcel of the Tender/Bid documents and Contract between the parties. NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby agree as follows and this Pact witness as under:

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

following principles:

(a) No employee of the Principal/Owner, personally or through any of his/her family members, will in connection with the Tender, or the execution of the Contract, demand, take a promise for or accept, for self or third person, any material or immaterial benefit which the person is not legally entitled to.

(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

(c) Contract execution.

(d) 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.

Page 35: 03NITCEEZV201617

34

AE (P) / EE (P)

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.

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 acting reliance thereof, with the purpose of obtaining unjust advantage by or causing damage to justifiediest 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

Page 36: 03NITCEEZV201617

35

AE (P) / EE (P)

Bidder(s)/Contractor(s) from the Tender process or terminate/determine the Contract, if already executed or exclude the Bidder/Contractor from future contract award processes. The imposition and duration of the exclusion will be determined by the severity of transgression and determined by the Principal/Owner. Such exclusion may be forever or for a limited period as decided by the Principal/Owner.

2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner has disqualified the Bidder(s) from the Tender process prior to the award of the Contract or terminated/determined the Contract or has accrued the right to terminate/determine the Contract according to Article 3(1), the Principal/Owner apart from exercising any legal rights that may have accrued to the Principal/Owner, may in its considered opinion forfeit the entire amount of Earnest Money Deposit, Performance Guarantee and Security Deposit of the Bidder/Contractor.

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

Page 37: 03NITCEEZV201617

36

AE (P) / EE (P)

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 :

Page 38: 03NITCEEZV201617

37

AE (P) / EE (P)

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 but only after approval of the alternate brand by the Architect/Engineer-in-Charge. (See also condition of contract). Sl. No. Materials Approved make

1 CEMENT ACC, ULTRATECH, VIKRAM, LAFARGE, AMBUJA, JAYPEE CEMENT, J.K.CEMENT, KONARK.

2 WHITE CEMENT J.K. WHITE, BIRLA WHITE 3 REINFORCEMENT STEEL SAIL, TATA STEEL LTD. RINL. 4 STRUCTURAL STEEL SECTIONS TATA, SAIL, RINL 5 POLY-SULPHIDE SEALENT, PIDILITE, FOSROC, SIKA. 6 DAMP PROOF MATERIAL IMPERMO, DURASEAL, ACCO-PROOF. 7 ADMIXTURE FOSROC, SIKA, BASF. 8 WATER PROOFING COMPOUND TAPECRETE, CICO, FOSROC, PIDILITE 9 BITUMEN INDIAN OIL, HINDUSTAN PETROLEUM.

10 LOCKS/LATCH GODREJ, HARRISON, PLAZA, GOLDEN, YALE.

11 LAMINATES FORMICA, DECOLAM, MERINO. 12 WIRE MESH (MS/SS) STERLING ENTERPRISES, TRIMURTY

WELDED MESH, GKD, WMW. 13 PRELAMINATED PARTICLE BOARD NOVOPAN, KITLAM, ARCHID PLY 14 ADHESIVE PIDILITE, DUNLOP, CICO. 15 EPOXY MORTAR FOSROC, SIKA. CICO. 16 DASH FASTNERS HILTI, FISCHER, BOSCH. 17 FLUSH DOOR SHUTTERS (DECORATIVE/

NON DECORATIVE). KITCAM, NATIONAL, SWASTIC, CORBETT, MARINO.

18 PVC DOOR FRAME POLYLINE, DUROPLAST, POLLYWOOD, RAJSHRI.

19 FRP DOOR SHUTTERS & FRAME POLYLINE, DUROPLAST, CACTUS, SHIV SHAKTI FIBER UDHYOG.

20 BOARD & PLYWOOD DURO, KITPLY, CENTURY, GREEN PLY, ARCHID.

21 HYDRAULIC DOOR CLOSER/ FLOOR SPRING

HARDWYN, GODREJ.

22 S.S.STAIRCASE RAILING CONNECT ARCHITECTURAL PRODUCTS PVT.LTD, JINDAL STAINLESS STEEL LTD., ICICH INDUSTRIES, ESSAL.

23 FIRE CHECK DOOR ROMAT, KUTTY DOOR. 24 SMOKE SEAL STRIP IMPORTED PROMAT/ASTRO FLAME. 25 DOOR CLOSER LOCK INGERSOLL RAND/DORMA. 26 PANIC EXIT DEVICE INGERSOLL RAND/MONARCH. 27 DOOR COORDINATOR UL LISTED /MONARCH. 28 ANODISED ALUMINIUM HARDWARE

(HEAVY DUTY) HARDIMA, EVERITE, SIGMA (ISI MARKED).

29 CLEAR/ FLOAT/ TOUGHENED GLASS MODI FLOAT & SAINT GOBAIN, ASAHI. 30 FIRE RATED GLASS ST.GOBIAN, PILKINGTON, SCHOTT,

Page 39: 03NITCEEZV201617

38

AE (P) / EE (P)

FIRELITE. 31 ALUMINIUM SECTIONS JINDAL, HINDALCO, INDALCO, SWAIN 32 FRICTION STAY HINGES EARL-BIHARI, ETTA, PUJA 33 NUTS, BOLTS AND SCREWS, STEEL KUNDAN, PRIYA, ATUL,PUJA 34 EPDM GASKET HANU/ANAND. 35 STRUCTURAL SILICON DOW CORNING/WACKER, GE 36 WEATHER SILICON DOW CORNING/WACKER, MCCOY,

SOUDAL 37 GLAZED CERAMIC TILES JOHNSON, SOMANY, KAJARIA, NITCO,

ORIENT, RAK. 38 CEMENT CONCRETE TILES/

HARDONITE TILES NITCO, NTC, HINDUSTAN, PODDAR.

39 VITRIFIED TILES/DIGITAL TILES RAK, NAVIN DIAMOND, KAJARIA, JOHNSON (MARBONITE) NITCO, RAK CERAMICS, SOMANY.

40 UNGLAZED VITRIFIED TILES JOHNSON- (ENDURA), SOMANY –(DURA STONE), REGENCY- (TILES)

41 TACTILE TILE JOHNSON, ENVISON, SUNHEART 42 CLAY TILES ON ROOF KENJAI , JOHNSON . 43 TILE ADHESIVE CICO, PIDILITE, FERROUS, ARDEXENDURE

(GOLDSTAR) 44 CC PAVERS NITCO-(ROCKARD), BHARAT-(NILSAN)

REGENCY, ULTRA, EURCON. 45 GRASS PAVER UNISTONE, ULTRA, OVILITE, VICTORIA. 46 WATER-PROOF CEMENT PAINT SNOWCEM, ASIAN, ICI DULUX. 47 ACRYLIC EMULSION PAINT ASIAN, NEROLAC, ICI DULUX. 48 TEXTURED PAINT WEATHER COAT TEXTURED (BERGER),

APEX TEX (ASIAN), SANDTEX MAT (SNOWCEM)

49 SILICON BASED WATER REPELLENT COAT

FERROUS CRETE (FERRO 201), ARDEX ENDURA (HEAVY DUTY IM [REGNALING & STONE SEALER], PIDILITE (ROOF STONE GUARD WD)

50 ACRYLIC EMULSION ROYAL (ASIAN), VELVET TOUCH (ICI DULUX)

51 CEMENT PRIMER DECOPRIME (ASIAN), WHITE PRIMER (ICI DULUX)

52 FIRE RETARDENT PAINT/ PRIMER VIPERFRS 880, FRS88, NULLIFIRE. 53 VITREOUS CHINA SANITARYWARE PARRYWARE, HINDWARE, JAQUAR, CERA 54 FIRECLAY SINK & DRAIN BOARDS PARRY, SUNFIRE, HINDWARE 55 STAINLESS STEEL SINKS NILKANTH, NIRALI, JAYNA 56 LA( CI) PIPES RIF, NECO, ELECTRO STEEL, KESORAM 57 G.I.PIPES TATA, JINDAL. 58 G.I.FITTINGS (MALLEABLE CAST IRON) UNIK, ICS, ZOLOTO. 59 STONEWARE PIPE & GULLY TRAPS PERFECT, PARRY, ANANT, SFMC, BURN. 60 R.C.C. PIPES- ( NP-2) LAKSHMI SOOD & SOOD, JAIN & CO,

BALAJI. 61 MS PIPES KESORAM, ELECTRO STEEL, SAIL, TISCO,

JINDAL. 62 UPVC PIPE SUPREME, PRINCE, FINOLEX, SFMC. 63 GUNMETAL VALVES LEADER, SANT, ZOLOTO.

Page 40: 03NITCEEZV201617

39

AE (P) / EE (P)

64 C.I.DOUBLE FLANGED SLUICE VALVES. KIRLOSKAR, IVC, BURN, SONDHI, KEJRIWAL

65 BALL VALVES ZOLOTO, IBP, ARCO. 66 SPIDER FITTINGS DORMA, SEVAX. 67 MINERAL FIBRE FALSE CEILING ARMSTRONG OR EQUIVALENT AS PER

RELEVANT IS CODE. 68 FIRE RATED DOOR CLOSER DORMA, MARSHALL, INGERSOLLRAND, D-

LINE. 69 C.P.BRASS FITTINGS JAQUAR, MARC, NOVA, PARRYWARE 70 PPR PIPES & FITTINGS SFMC, SAFE, WETFLOW, SUPREME

ASTRAL. 71 POLYSTER POWDER COATING SHADES NEROLAC, BERGER, J&N. 72 HARDNERS IRONITE, FERROK, HARDOMATE, FOSROC 73 PVC WATER TANK SINTEX, SPL, SFMC. 74 CALCIUM SILICATE BOARD FOR FRD

SHUTTERS PROMATECT-H, HILUX, STARPAN.

75 WOOD/STEEL FIRE RATED DOOR SHUTTER

SUKRI, SHAKTI MET, GODREJ, PROMAT, KUTTI

76 INTUMESCENT STRIP FOR FRD SHUTTERS

INTUMEX, ASTOFLAME, LORIANT, RAVEN

77 FALSE CEILING SYSTEM ALONG WITH SUPPORTING GRID AND MINERAL FIBRE TILES

ARMSTRONG, USG, DAIKEN, AURA (ASIPL)

78 FALSE CEILING SYSTEM ALONG WITH SUPPORTING GRID AND CALCIUM SILICATE BOARD/TILE

ST.GOBAIN GYROC, BORAL, HILUX, AEROLITE.

79 FALSE CEILING SYSTEM ALONG WITH SUPPORTING GRID AND ROCKWOOL/GLASSWOOL ACOUSTICAL TILES

ARMSTRONG, USG, ECOPHONE, DECOSONIC, DAIKEN

80 FALSE CEILING SYSTEM ALONG WITH SUPPORTING GRID AND METALLIC TILES

ARMSTRONG, HUNTER DOUGLAS, AURA (ASIPL), DAIKEN.

81 ACCOUSTIC TILES FOR HIGH FREQUENCY ABSORPTION

ARMSTRONG, USG, DAIKEN, DECOSONIC

82 GRG TILE FOR FALSE CEILING DECOSONIC, SAINTGOBAIN, ARMSTRONG, CKM

83 FIBRE GLASS ACOUSTICAL WALL PANELLING

DECOSONIC, ARMSTRONG, ECOPHONE (SAINTGOBIN)

84 FIRE RATED SS BALL BEARING HINGES DORMA, MARSHALL, INGERSOLL RAND, D-LINE

85 FIRE RATED PANIC BAR/ PANIC TRIM DORMA, MARSHALL, INGERSOLL RAND, D-LINE

86 CLAMP SYSTEM FOR DRY STONE CLADDING

HILTI, FISCHER, BOSCH

87 STONE ADHESIVE FERROUS CRETE (FERRO-113), ARDEX ENDURA (DIAMOND STAR), PIDILITE (ROOF STONE ADHESIVE)

88 GYPSUM PLASTER FERROUS CRETE (FERRO- 500), GYPROC SAINT GOBAIN (ELITE-90), BORAL (BORAL GYPSUM)

89 WALL PUTTY J.K.WHITE, BIRLA WHITE,

Page 41: 03NITCEEZV201617

40

AE (P) / EE (P)

90 MIRROR SAINT GOBAIN, MODIGUARD, AIS, 91 BACKER ROD SUPREME IND LTD, SYSTRANS POLYMERS 92 EPDM ACOUSTICAL, FIRE SEAL ENVIROSEAL 93 SS HINGED GRATING GMGR, NEER, CHILLY 94 CI MANHOLE FRAME & COVERS AND GI

GRATING NECO, RIF, SKF, BIC

95 SFRC MANHOLE COVERS & GRATING K.K, JAIN, PRAGATI 96 PTMT FITTINGS PRAYAG POLYMER PVT. LTD, SHAKTI

ENTERPRISES, PRINCE 97 ACP FOR CLADDING ALUDECOR, ALSTRONG. 98 APP WATERPROOFING MEMBRANE STP LTD, TEXSA, BITUMAT CO.LTD,

DERMABIT, GRACE, BENGAL BITUMEN, PIDILITE.

99 CURING COMPOUND FOSROC, SIKA, BASA 100 LAMINATE FLOORING ARMSTRONG, PERGO, FLORENCE 101 PVC FLOORING & VINYL WALL

COVERING ARMSTRONG, FORBO, GERELOR, INPROCORP

102 LINOLEUM FLOORING TARKETT, FORBO, WIKENDER 103 EXPANSION JOINTS CONSTRUCTION SPECIALITIES,

ARCHITECTURE SPECIALITY PRODUCT (ASP), MISKA & EMSEAL

104 POLYCARBONATE ROOFING SYSTEM PALRAM, GE, SEPITALIA. 105 SOIL WASTE & VENT PIPES & FITTINGS

(A) CENTRIFUGAL CAST IRON NECO, SKF, BIC

Page 42: 03NITCEEZV201617

41

AE (P) / EE (P)

SCHEDULE OF QUANTITIES (CIVIL)

ITEM No.

DESCRIPTION UNIT QTY. RATE AMOUNT

SH : 1 : EARTHWORK

1.1 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.

1.2.1 All kinds of soil Cum 242.00

1.2 Earth work in excavation by mechanical means (Hydraulic excavator) / manual means in foundation trenches or drains (not exceeding 1.5 m in width or 10 sqm on plan), including dressing of sides and ramming of bottoms, lift upto 1.5 m, including getting out the excavated soil and disposal of surplus excavated soil as directed, within a lead of 50 m.

1.2.1 All kinds of soil. Cum 23.00

1.3 Excavating trenches of required width for

pipes, cables, etc including excavation for sockets, depth upto 1.5 m, including getting out the excavated materials, returning the soil as required, in layers not exceeding 20 cm in depth, including consolidating each deposited layer by ramming, watering, etc. stacking serviceable material for measurements and disposal of unserviceable material as directed, within a lead of 50 m :

1.3.1 All kinds of soil. 1.3.1.1 Pipes, cables etc. exceeding 80 mm

dia. but not exceeding 300 mm dia Metre 105.00

Name of work : “Construction of multi facility Auditorium with 500 sitting capacity at NRRI, Cuttack, Odisha i/c internal water supply, sanitary installation and, drainage, IEI, Fans & Fire fighting etc.”

Page 43: 03NITCEEZV201617

42

AE (P) / EE (P)

1.4 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. Cum 88.00

1.5 Supplying and filling in plinth with local

sand under floors, including watering, ramming, consolidating and dressing complete. Cum 1620.00

SH : 2 : CONCRETE WORK

2.1 Providing and laying in position cement concrete of specified grade excluding the cost of centering and shuttering - All work upto plinth level

2.1.1 1:3:6 (1 Cement : 3 coarse sand : 6 graded stone aggregate 20 mm nominal size)

Cum 116.00 2.1.2 1:5:10 (1 cement : 5 coarse sand : 10

graded stone aggregate 40 mm nominal size) Cum 104.00

2.2 Providing and laying cement concrete in

retaining walls, return walls, walls (any thickness) including attached pilasters, columns, piers, abutments, pillars, posts, struts, buttresses, string or lacing courses, parapets, coping, bed blocks, anchor blocks, plain window sills, fillets, sunken floor,etc., up to floor five level, excluding the cost of centering, shuttering and finishing :

2.2.1 1:5:10 (1 Cement : 5 coarse sand : 10 graded stone aggregate 40mm nominal size). Cum 2.00

2.3 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 75 mm bed of dry brick ballast 40 mm nominal size well rammed and consolidated and grouted with fine sand including finishing the top smooth. Sqm 125.00

Page 44: 03NITCEEZV201617

43

AE (P) / EE (P)

2.4 Extra for providing and mixing water proofing material in cement concrete work in doses by weight of cement as per manufacturer’s specification.

per 50 kg cement

225.00 SH : 3 : REINFORCED CEMENT

CONCRETE

3.1 Providing and laying in position specified grade of reinforced cement concrete, excluding the cost of centring, shuttering, finishing and reinforcement - All work upto plinth level :

3.1.1 1:1.5:3 (1 cement : 1.5 coarse sand : 3 graded stone aggregate 20mm nominal size). Cum 22.00

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. Sqm 362.00 3.2.2 Walls (any thickness) including

attached pilasters, butteresses, plinth and string courses etc. Sqm 59.00

3.2.3 Suspended floors, roofs, landings, balconies and access platform.

Sqm 1817.00

3.2.4 Lintels, beams, plinth beams, girders, bressumers and cantilevers.

Sqm 2243.00

3.2.5 Columns, Pillars, Piers, Abutments, Posts and Struts. Sqm 1838.00

3.2.6 Stairs, (excluding landing) except spiral staircases. Sqm 181.00

3.2.7 Weather shade, Chajjas, corbels etc., including edges. Sqm 28.00

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. Kilogram 67500.00

Page 45: 03NITCEEZV201617

44

AE (P) / EE (P)

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. Kilogram 111900.00

3.5 Providing and laying in position ready mixed M-25 grade concrete for reinforced cement concrete work, using cement content as per approved design mix, manufactured in fully automatic batching plant and transported to site of work in transit mixer for all leads, having continuous agitated mixer, manufactured as per mix design of specified grade for reinforced cement concrete work, including pumping of R.M.C. from transit mixer to site of laying , , excluding the cost of centering, shuttering finishing and reinforcement, including cost of 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 the 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).

3.5.1 All works upto plinth level cum 322.00 3.5.2 All works above plinth level upto

floor V level cum

698.00

SH : 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 1:4 (1 cement : 4 coarse sand) Cum 17.00

4.1.2 Cement mortar 1:6 (1 cement : 6 coarse sand) Cum 73.00

4.2 Half brick masonry with common burnt clay

F.P.S. (non modular) bricks of class designation 7.5 in superstructure above plinth level up to floor V level.

4.2.1 Cement mortar 1:4 (1 cement :4 Sqm 224.00

Page 46: 03NITCEEZV201617

45

AE (P) / EE (P)

coarse sand)

4.3 Extra for providing and placing in position 2 Nos 6mm dia M.S bars at every third course of half brick masonary (with F.P.S bricks). Sqm 224.00

4.4 Brick work with clay fly ash F.P.S. (non

modular) brick of class designation 7.5 in superstructure above plinth level up to floor five level in :

4.4.1 Cement mortar 1:6 (1 cement : 6 coarse sand) Cum 730.00

SH : 5 : MARBLE & GRANITE WORK

5.1 Providing and fixing stone slab with table rubbed, edges rounded and polished, of size 75X50 cm deep and 1.8 cm thick, fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 6mm nominal size) as per direction of Engineer-in-charge and finished smooth.

5.1.1 Granite Stone of approved shade. Sqm 3.00

5.2 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 Engineerin- Charge :

5.2.1 Flamed finish granite stone slab Jet Black, Cherry Red, Elite Brown, Cat Eye or equivalent. Sqm 481.00

Page 47: 03NITCEEZV201617

46

AE (P) / EE (P)

SH : 6 : WOOD WORK & PVC WORK

6.1 Providing wood work in frames of doors, windows, clerestory windows and other frames, wrought framed and fixed in position with hold fast lugs or with dash fasteners of required dia & length (hold fast lugs or dash fastner shall be paid for separately).

6.1.1 Second class teak wood Cum 1.00

6.2 Providing and fixing ISI marked flush door shutters conforming to IS : 2202(Part I) non-decorative type, core of block board construction with frame of Ist class hard wood and well matched commercial 3 ply veneering with vertical grains or cross bands and face veneers on both faces of shutters.

6.2.1 35mm thick including ISI marked Stainless Steel butt hinges with necessary screws. Sqm 54.00

6.3 Extra for cutting rebate in flush door

shutters (Total area of the shutter to be measured). Sqm 41.00

6.4 Supply & installation of Anutone or equivalent soak cord binary of selected colours kerf edge fabric wrapped ,pinewood fibers panels of size 600 X 600 /2400 x 20 mm having density 400 Kg /m3 weight 8 Kg / mt 2 installed by using GI strut system. The GI strut works includes cross channels CC50 having thickness 0.45 mm , length 3600knurled web 50, depth 50 mm& equal flanges of 13 mm is fastened to wall positioned horizontally in a regular manner at 600 mm centres. PVC vinylcore UV treated H - Spline having thickness 2 mm & length 2400 mm to be fixed or using Z bar on the back of tiles & simillar on the back of channels perpendicular to the cross channelsCC50 at 600 mm centres. Kerfed edge fabricwrapped panels shall be then insert into the H - spline against wall to perfect fit . Panels shall be backlined with acoustical in fill of anutone synth PF 10 x 50 mm thick adhered to the wall using stick Sqm 937.00

Page 48: 03NITCEEZV201617

47

AE (P) / EE (P)

7 adhesive. The technical parameters are as follows : core variant - pinewood fibers. Fire class 1 & P Acoustic - NRC 0.95 Climate - OCRH - 50,90 Termite resistance - yes light reflectance - colour dependent, Green RC % - 10 , Hygiene ( Voc ,Clean Room ) - Low , Strength , Load Capacity ( Kg ) - Ball impact .

6.5 Supply & installation of Anutone or equivalent Slats high density fiber board made out of pinewood particals , Melamine laminated finish, perforated wooden grooved slats L16-2 (2 mm grooves @ 8mm centers),tongue-groove edge for a seamless look, FR grade, of lineal dimension size 128mm x 2440mm x 16mm thick having density 800Kg /m3, weight 12.8Kgs/m2 installed by using GI strut system. The technical parameters are as follows Core Variants - Fibreboard, Fire – Class 1 & P, Climate (OC RH) – 50, 70 Light reflectance – 75%,Green (RC %) – 25, Hygiene (VoC, Clean room) – Low, Class 1,Strength, Load capacity (Kg) - Antisag, Ball-Impact. The GI strut system includes GI Cross channel(CC25) having thickness 0.45mm, length 3600mm, knurled web 40mm, depth 10mm and equal flanges 15mm is fastened vertically at every 600mm centers. Aluminium core cross channel (CC18) having thickness 0.5mm, length 2400mm, web 15mm & 27mm, depth 18mm and flanges of 7mm with suitable edge & centre brackets is then fixed perpendicular to the CC25 with the help of fasteners at every 400mm centers. Contractor to Provide expansion joints of 3mm at every 5mts bothways.Panels shall be backlined with acoustical in fill of anutone synth PF 10 x 50 mm thick adhered to the wall using stick 7 adhesive. Sqm 418.00

Page 49: 03NITCEEZV201617

48

AE (P) / EE (P)

6.6 Supply and installation of Anutone or equivalent smart Septum SSSSPM NSS square edge magnesite bonded wood particle panels of size 600 x 1200 x 20mm having density 600kg/m3, weight 12kg/m2 installed by using GI strut system.Core - Wood particle. The technical parameters are as follows : Fire – Class 1 & P, Isolation - 50 STC Acoustics – NRC upto 0.5 , Termite reistance , Green (RC %) – 25 ,Hygiene (VoC, Clean room) – Low, Class 3 , Strength, Load capacity (Kg) - Antisag, Ball-Impact. The GI strut work includes Cross channel(CC50) having thickness 0.45mm, length 3600mm, knurled web 50, depth 50mm and equal flanges of 13mm is fastened to wall positioned horizontally at 600mm centers. direct apply of screw on panels to section made up of GI to be fixed perpendicular to the Cross channel (CC50)at 600mm centers. The square edge panels shall be joints will be filled with silicon sealent to get air passage blocked . Panels shall be backlined with acoustical infill of Anutone Synth PF 10X 25 adhered to the wall using Stick 7 adhesive. Apply Sqm 93.00

6.7 Providing and fixing 18mm thick, 150mm wide pelmet of coir veneer board ISI marked IS : 14842 - 2000, including top cover of 6mm coir veneer board, nickel plated M.S Pipe 20mm dia (heavy type) curtain rod with nickel plated brackets including fixing with 25x3 mm M.S. Flat 10cm long and rawl plug 50mm long (designation 10 No) etc., complete. Metre 69.00

6.8 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.

6.8.1 Fixed to openings / wooden frames

with rawl plugs screws etc complete. Kg 1150.00

Page 50: 03NITCEEZV201617

49

AE (P) / EE (P)

6.9 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 1000mm) with double speed adjustment with necessary accessories and screws etc. complete. Each 26.00

6.10 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. :

6.10.1 250 X 16mm Each 19.00

6.11 Providing and fixing aluminim 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.

6.11.1 250 x 10 mm Each 32.00 6.11.2 150 x 10 mm Each 40.00

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 Each 64.00 6.12.2 100 mm Each 40.00

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. Each 32.00

Page 51: 03NITCEEZV201617

50

AE (P) / EE (P)

6.14 Providing and fixing Fiber Glass Reinforced plastic (FRP) Door Frames of cross-section 90 mm X 45 mm having single rebate of 32 mm X 15 mm to receive shutter of 30mm thickness. The laminate shall be moulded with fire resistance grade unsaturated polyster resin and chopped mat. Door frame laminate shall be 2 mm thick and shall be filled with suitable wooden block in all the three legs. The frame shall be covered with fiber glass from all sides. M.S stay shall be provided at the bottom to steady the frame. Metre 99.00

6.15 Providing and fixing to existing door

frames. 6.13.1 30mm thick Glass Fibre Reinforced

Plastic (FRP) panelled door shutter of required colour and approved brand and manufacture, made with fire - retardant grade unsaturated polyster resin, moulded to 3 mm thick FRP laminate for forming hollow rails and styles, with wooden frame and suitable blocks of seasoned wood inside at required places for fixing of fittings, cast monolithically with 5 mm thick FRP laminate for panels conforming to IS : 14856, including fixing to frames. Sqm 32.00

6.16 Providing and fixing zinc alloyed (white

powder coated) touch lock for uPVC sliding window with necessary screws etc. complete. Each 54.00

6.17 Providing and fixing steel roller for uPVC

sliding window with necessary screws etc. complete. Each 108.00

SH : 7 : STEEL WORK

7.1 Structural steel work riveted, bolted or welded in built up sections, trusses and framed work, including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer all complete. Kg 23240.00

Page 52: 03NITCEEZV201617

51

AE (P) / EE (P)

7.2 Providing and fixing in position collapsible steel shutters with vertical channels 20x10x2mm and braced with flat iron diagonals 20x5 mm size with top and bottom rail of T-iron 40x40x6mm with 40mm dia steel pulleys, complete with bolts, nuts, locking arrangement, stoppers, handles, including applying a priming coat of approved steel primer. Sqm 9.00

7.3 Providing and fixing M.S fan clamp type I

or II of 16mm dia M.S bar, bent to shape with hooked ends in R.C.C slabs, beams during laying including painting the exposed portion of loop, all as per standard design complete. Each 16.00

7.4 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. Each 11.00

7.5 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.). Kg 590.00

Page 53: 03NITCEEZV201617

52

AE (P) / EE (P)

SH : 8 : FLOORING

8.1 Cement concrete flooring 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate) finished with a floating coat of neat cement, including cement slurry, but excluding the cost of nosing of steps etc. complete.

8.1.1 40 mm thick with 20 mm nominal size stone aggregate Sqm 1268.00

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. Sqm 66.00

8.3 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) :

8.3.1 25 mm thick Sqm 403.00

8.4 Kota stone slabs 25 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. Sqm 83.00

8.5 Extra for pre finished nosing in treads of

steps of Kota stone/ sand stone slab. Mtr 306.00

8.6 Extra for Kota stone/ sand stone in treads of steps and risers using single length up to 1.05 metre . Sqm 138.00

Page 54: 03NITCEEZV201617

53

AE (P) / EE (P)

8.7 38mm thick wood block flooring of first class teak wood laid over 25mm thick leveling layer of cement concrete 1:2:4 (1 cement : 2 coarse sand: 4 graded stone aggregate 10mm nominal size) to be paid separately coated with a thin layer of hot bitumen penetration 80/25 (blown type)@ 2.45 kg per sqm. including fixing blocks in position after dipping in hot bitumen (blown type) up to half depth, planed, levelled smooth and finished complete. Sqm 329.00

8.8 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 @ 3.3 kg per sqm including pointing in white cement mixed with pigment of matching shade complete. Sqm 331.00

8.9 Providing and laying Ceramic glazed floor

tiles 300X300 mm (thickness to be specified by the manufacturer) of Ist 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 the joints with white cement and matching pigment etc. complete. Sqm 73.00

8.10 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.

8.10.1 Size of Tile 600x600 mm Sqm 124.00

Page 55: 03NITCEEZV201617

54

AE (P) / EE (P)

8.11 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 (1cement: 3 coarse sand), including grouting the joint with white cement &matching pigments etc. complete.

8.11.1 Size of Tile 600x600 mm Sqm 7.00

8.12 Providing and fixing prepolished cement concrete floor tiles conforming to IS : 1237 : 1980 (Reaffirmed in 1996) for heavy duty tiles (Exterier Grade) of 22 - 25 mm thick of make Ultra eurocon or Dunacrete or equivalent Abrasion and water resistant as per pattern, size and colour as specified or as approved by Engineer-in-charge to be used in floor laid over cement mortar (1:4) 20mm thick required jointed with neat cement slurry mixed with pigment to match the shade of tiles including curing, rubbing and cleaning etc complete. Sqm 676.00

SH : 9 : ROOFING

9.1 Making khurras 45 x 45 cm with average minimum thickness of 5 cm cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate of 20 mm nominal size) over P.V.C. sheet 1m x 1m x 400 micron, finished with 12 mm cement plaster 1:3 (1 cement : 3 coarse sand) and a coat of neat cement rounding the edges and making and finishing the outlet complete Each 11.00

9.2 Providing and fixing on wall face

unplasticised- Rigid PVC rain water pipes conforming to IS : 13592 Type A including jointing with seal ring conforming to IS : 5382 leaving 10 mm gap for thermal expansion.(I) Single socketed pipes.

9.2.1 9.4.1 110 mm diameter Metre 105.00

Page 56: 03NITCEEZV201617

55

AE (P) / EE (P)

9.3 Providing and fixing on wall face unplasticised - PVC moulded fittings/accessories for unplasticised Rigid PVC rain water pipes conforming to IS : 13592 Type A including jointing with seal ring conforming to IS : 5382 leaving 10 mm gap for thermal expansion.

9.3.1 Bend 87.5degree. 9.3.1.1 110mm bend. Each 11.00 9.3.2 Shoe (Plain) 9.3.2.1 110mm shoe. Each 11.00

9.4 Providing and fixing unplasticised - PVC pipe clips of approved design to unplasticised - PVC rain water pipes by means of 50 x 50 x 50 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.

9.4.1 110 mm Each 59.00

9.5 Providing and fixing to the inlet mouth of rain water pipe cast iron grating 15 cm diametre and weighing not less than 440 grams. Each 11.00

9.6 Providing and fixing precoated galvanised iron profile sheets (size, shape and pitch of corrugation as approved by Engineer-in-charge) 0.50 mm (+ 0.05 %) total coated thickness with zinc coating 120 grams per sqm as per IS: 277, in 240 mpa steel grade, 5-7 microns epoxy primer on both side of the sheet and polyester top coat 15-18 microns. Sheet should have protective guard film of 25 microns minimum to avoid scratches during transportation and should be supplied in single length upto 12 metre or as desired by Engineer in-charge. The sheet shall be fixed using self drilling / self tapping screws of size (5.5x 55 mm) with EPDM seal, complete upto any pitch in horizontal/ vertical or curved surfaces, excluding the cost of purlins, rafters and trusses and including cutting to size and shape wherever required. sqm 727.00

Page 57: 03NITCEEZV201617

56

AE (P) / EE (P)

9.7 Providing and fixing precoated galvanised steel sheet roofing accessories 0.50 mm (+ 0.05 %) total coated thickness, Zinc coating 120 grams per sqm as per IS: 277, in 240 mpa steel grade, 5-7 microns epoxy primer on both side of the sheet and polyester top coat 15-18 microns using self drilling/ self tapping screws complete :

9.7.1 Ridges plain (500 - 600mm) meter 29.00

9.8 Supply and Installation of 10 mm thick Tufbloc HDFR size 1200 x 2400 mm having density 1000 kg/mt cube with STC 44 – 50, weight 8.5 kg /sq mt, fire class 1&P & thermal 0.11792 W/mK to be fixed with Philips head screw is fixed by using concealed ceiling system. The concealed ceiling system shall include GI Wall channel(WC22) having thickness 0.45mm, length 3600mm, unequal flanges of 15 & 20mm and web of 22mm should be fixed along the perimeters of the wall with nylon sleeves and suitable fasteners at every 300mm centers. Then suspend Main channels(MC45) having thickness 0.9mm, length 3600mm, equal flanges of 15mm and web 45mm from the soffit at every 1200mm centers with Suspender angle(SA25) having thickness 0.45mm, unequal flanges of 25 & 10mm. GI Cross channel(CC22) having thickness 0.45mm, length 3600mm, knurled web 35mm, depth of 22mm and equal flanges 9.5mm is fastened to the Main channel in the direction perpendicular to the Main Channel at every 600mm centers. Now the jointing & finishing of the same will be done by using Anutone jointing kit consist of powder mixed with water and apply the same with flat flap on the boards joints to finish the surface of the boards so as to look flush. Apply Synth PF 5 x10 acoustic wool of 50 kg density to be kept on the top of the ceiling by laying on the frame work. Sqm 580.00

Page 58: 03NITCEEZV201617

57

AE (P) / EE (P)

9.9 Supply and Installation of 15 mm thick strand ebony / colour tiles wood wool board having size 600 X 2400/ 1200 mm having density 600 - 800 kg/mt cube with fire class 1&P , Climate 0C, RH ( 50,90) NRC - 0.95 & green(Voc ,RC%) - Low ,10 to to be fixed with Philips head screw by using concealed ceiling system. The concealed ceiling system shall include GI Wall channel(WC22) having thickness 0.45mm, length 3600mm, unequal flanges of 15 & 20mm and web of 22mm should be fixed along the perimeters of the wall with nylon sleeves and suitable fasteners at every 300mm centers. Then suspend Main channels (MC45) having thickness 0.9mm, length 3600mm, equal flanges of 15mm and web 45mm from the soffit at every 1200mm centers with Suspender angle(SA25) having thickness 0.45mm, unequal flanges of 25 & 10mm. GI Cross channel(CC22) having thickness 0.45mm, length 3600mm, knurled web 35mm, depth of 22mm and equal flanges 9.5mm is fastened to the Main channel in the direction perpendicular to the Main Channel at every 600mm centers. Now the jointing & finishing of the same will be done by using sealent to look flush. Now 15 mm Strand square edge of size 600 x 2400 x15 mm thick shall be fixed. Apply Synth PF 5 x10 acoustic wool of 50 kg density to be kept on the top of the ceiling by laying on the frame work. Sqm 597.00

Page 59: 03NITCEEZV201617

58

AE (P) / EE (P)

9.10 Supply and Installation of Anutone or equivalent Subtex Nubby Steppe edge Glass fibre core ceiling tile of size 595x595x15mm having rear side encapsulation with density 100-120Kgs/ m3, weight 1.5 - 3.0 kg/m2 which is suspended by using 0.3mm thick and 15mm wide pre coated metal T15 grid system. The technical parameters are as follows :Core - Glassfibre, Fire – Class 1 & P , Acoustics – NRC 0.95,Climate (OC RH) – 40, 95,Termite resistance ,Light reflectance – 85 %,Green (RC %) – 35, Hygiene (VoC, Clean room) – Low, Class 3 Strength, Load capacity (Kg) - Antisag. The T15 Grid system of 600x600mm module shall include wall angle(WA15W30) with unequal flanges of size 14 x 20 x3000 mm wide, length 3000mm, 0.43mm thick fixed along the perimeter of wall with the help of nylon sleeves and suitable fasteners at 300mm centers. Then suspend the Main T15(MT15W36) having flange width 15mm, height 32mm and length 3600mm thickness 0.30 mm from the soffit with help of soffit cleat and wire rod along with leveling spring clip at 1200mm c/c. Cross T/U15(CT15W12) with flange width 15mm, height 32mm and length 1200mm is then interlocked into the pre-cut slots in the Main T15 at 600mm centers in the direction perpendicular to the Main T15. Finally Cross T15 (CT15W06) having flange width 15mm, height 32mm and length 600mm are then interlocked into the pre cut slots in the 1200mm Cross T15 at 1200mm centers and in direction parallel to the Main T15. Subtex Nubby steppe edge of size 595x595x15mm thick shall be placed into the grid size of 600x600mm. Ensure arrow marks behind subtex panels are orianted in one direction to achieve uniform shade. Sqm 124.00

SH : 10 : FINISHING

10.1 12 mm cement plaster of mix : 10.1.1.1 1:6 (1 cement: 6 coarse sand) Sqm 3307.00

Page 60: 03NITCEEZV201617

59

AE (P) / EE (P)

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) Sqm 3251.00

10.3 15 mm cement plaster on rough side of single or half brick wall finishede with a floating coat of neat cement of mix :

10.3.1 1:4 (1 cement : 4 fine sand) Sqm 66.00

10.4 6 mm cement plaster of mix : 10.4.1 1:3 (1 cement : 3 fine sand) Sqm 1489.00

10.5 Distempering with 1st quality acrylic distemper (ready mixed) of approved manufacturer, of required shade and colour complete, as per manufacturer's specification.

10.5.1 Two or more coats on new work. Sqm 3749.00

10.6 Applying one coat of water thinnable cement primer of approved brand and manufacture on wall surface :

10.6.1 Water thinnable cement primer. Sqm 3749.00

10.7 Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade.

10.7.1 New work (Two or more coats applied @ 1.43 ltr / 10 sqm over and including base coat of water proofing cement paint applied @ 2.20 kg / 10 sqm) Sqm 1819.00

10.8 Painting with synthetic enamel paint of

approved brand and manufacture to give an even shade :

10.8.1 Two or more coats on new work. Sqm 195.00

10.9 Polishing on wood work with ready mixed wax polish of approved brand and manufacture :

10.9.1 New work. Sqm 129.00

Page 61: 03NITCEEZV201617

60

AE (P) / EE (P)

10.10 Providing and applying white cement based putty of average thickness of 1 mm of approved brand and manufacturer, over plastered wall surface to prepare the surface even and smooth complete. Sqm 3749.00

SH : 11 : SANITARY INSTALLATIONS

11.1 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 :

11.1.1 White Vitreous china Orissa pattern W.C. pan of size 580x440 mm with integral type foot rests Each 8.00

11.2 Providing and fixing white vitreous china

pedestal type water closet (European type) with seat and lid, 10 litre low level white vitreous china flushing cistern & C.P flush bend with fittings & C.I brackets, 40mm flush bend, overflow arrangement with specials of standard make and mosquito proof coupling of approved muncipal design complete including painting of fittings and brackets, cutting and making good the walls and floors wherever required.

11.2.1 W.C pan with ISI marked white solid plastic seat and lid. Each 6.00

11.3 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 :

11.3.1 Single half stall urinal with 5 litre P.V.C. automatic flushing cistern. Each 3.00

Page 62: 03NITCEEZV201617

61

AE (P) / EE (P)

11.3.2 Range of four half stall urinals with 10 litre P.V.C. automatic flushing cistern. Each 2.00

11.4 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 :

11.4.1 White Vitreous China Flat back wash basin size 550x400 mm with single 15 mm C.P. brass pillar tap. Each 16.00

11.5 Providing and fixing P.V.C. waste pipe for

sink or wash basin including P.V.C. waste fittings complete.

11.5.1 Semi rigid pipe 11.5.1.1 40 mm dia Each 16.00

11.6 Providing and fixing mirror of superior glass (of approved quality) and of required shape and size with plastic moulded frame of approved make and shade with 6mm thick hard board backing.

11.6.1 Rectangular shape 453x357 mm. Each 16.00

11.7 Providing and fixing 600x120x5 mm glass shelf with edges round off, supported on anodised aluminium angle frame with C.P. brass brackets and guard rail complete fixed with 40 mm long screws, rawl plugs etc., complete. Each 20.00

11.8 Providing and fixing soil, waste and vent

pipes : 11.8.1 100 mm dia 11.8.1.1 Centrifugally cast (spun) iron

socket & spigot (S&S) pipe as per IS: 3989 Metre 177.00

Page 63: 03NITCEEZV201617

62

AE (P) / EE (P)

11.9 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. :

11.9.1 For 100 mm dia pipe Each 54.00

11.10 Providing and fixing bend of required degree with access door, insertion rubber washer 3 mm thick, bolts and nuts complete.

11.10.1 100 mm dia 11.10.1.1 Sand cast iron S&S as per IS -

3989 Each 44.00

11.11 Providing and fixing heel rest sanitary bend. 11.11.1 100 mm dia 11.11.1.1 Sand cast iron S&S as per IS -

3989 Each 8.00

11.12 Providing and fixing single equal plain junction of required degree with access door, insertion rubber washer 3 mm thick, bolts and nuts complete :

11.12.1 100x100x100x100 mm 11.12.1.1 Sand cast iron S&S as per IS -

3989 Each 44.00

11.13 Providing and fixing terminal guard :

11.13.1 100mm 11.13.1.1 Sand cast iron S&S as per IS -

3989 Each 14.00 11.14 Providing and fixing collar :

11.14.1 100mm 11.14.1.1 Sand cast iron S&S as per IS -

3989 Each 6.00 11.15 Providing lead caulked joints to sand cast

iron/centrifugally cast (spun) iron pipes and fittings of diameter :

11.15.1 100 mm Each 215.00

Page 64: 03NITCEEZV201617

63

AE (P) / EE (P)

11.16 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 :

11.16.1 100 mm inlet and 100 mm outlet 11.16.1.1 Sand cast iron S&S as per IS:

3989 Each 23.00

11.17 Painting sand cast iron/ centrifugally cast (spun) iron soil, waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey, or buff etc. over a coat of primer (of approved quality) for new work :

11.17.1 100 mm diameter pipe Metre 195.00

11.18 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.

11.18.1 600 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. Each 5.00

SH : 12 : WATER SUPPLY

12.1 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for hot & cold water supply, including all CPVC plain & brass threaded fittings, including fixing the pipe with clamps at 1.00 m spacing. This includes jointing of pipes & fittings with one step CPVC solvent cement and testing of joints complete as per direction of Engineer in Charge.

Internal work - Exposed on wall 12.1.1 25 mm dia nominal bore. Metre 94.00 12.1.2 32 mm dia nominal bore. Metre 75.00 12.1.3 40 mm nominal outer dia Pipes Metre 30.00

Page 65: 03NITCEEZV201617

64

AE (P) / EE (P)

12.2 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for hot & cold water supply, including all CPVC plain & brass threaded fittings, i/c fixing the pipe with clamps at 1.00 m spacing. This includes jointing of pipes & fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge.

Concealed work, including cutting chases and making good the walls etc.

12.2.1 15 mm nominal outer dia Pipes Metre 208.00 12.2.2 20 mm nominal outer dia Pipes Metre 40.00 12.2.3 32 mm nominal outer dia Pipes Metre 50.00

12.3 Providing and fixing G.I. pipes complete with G.I. fittings including trenching and refilling etc.

External work 12.3.1 50 mm dia nominal bore Metre 10.00

12.4 Making connection of G.I distribution branch with G.I main of following sizes by providing and fixing tee, including cutting and threading the pipe etc. complete

12.4.1 50 to 80 mm nominal bore Each 1.00

12.5 Providing and fixing gun metal gate valve with C.I. wheel of approved quality (screwed end) :

12.5.1 25 mm nominal bore. Each 2.00 12.5.2 32 mm nominal bore. Each 4.00 12.5.3 40 mm nominal bore Each 1.00 12.5.4 50 mm nominal bore Each 1.00

12.6 Providing and fixing unplasticised PVC connection pipe with brass unions.

12.6.1 45 cm length 12.6.1.1 15 mm nominal bore Each 30.00

Page 66: 03NITCEEZV201617

65

AE (P) / EE (P)

12.7 Providing and fixing C.P. brass shower rose with15 or 20mm inlet :

12.7.1 150mm diameter. Each 3.00

12.8 Supplying pig lead at site of work. Quintal 0.21

12.9 Constructing masonry Chamber 30x30x50 cm inside, in brick work in cement mortar 1:4 (1 cement :4 coarse sand) for stop cock, with C. I. surface box 100x100 x75 mm (inside) with hinged cover fixed in cement concrete slab 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size), i/c necessary excavation, foundation concrete 1:5:10 ( 1 cement : 5 fine sand : 10 graded stone aggregate 40mm nominal size ) and inside plastering with cement mortar 1:3 (1 cement : 3 coarse sand) 12mm thick, finished with a floating coat of neat cement complete as per standard design :

12.9.1 With common burnt clay F.P.S.(non modular) bricks of class designation 7.5 Each 1.00

12.10 Painting G.I pipes and fittings with two

coats of anti-corrosive bitumastic paint of approved quality.

12.10.1 50 mm diameter pipe. Metre 10.00

12.11 Providing and filling sand of grading zone V or coarser grade allround the G.I pipes in external work.

12.11.1 50 mm diameter pipe. Metre 10.00

12.12 Providing and placing on terrace (at all floor level) polythylene 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. Per litre 7500.00

12.13 Providing and fixing C.P. brass bib cock of

approved quality conforming to IS:8931 :

Page 67: 03NITCEEZV201617

66

AE (P) / EE (P)

12.13.1 15 mm nominal bore Each 18.00

12.14 Providing and fixing C.P. brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms.:8931 :

12.14.1 15 mm nominal bore Each 5.00

12.15 Providing and fixing C.P. brass stop cock (concealed)of standard design and of approved make conforming to IS : 8931.quality and colour.

12.15.1 15 mm nominal bore. Each 43.00

12.16 Providing and fixing PTMT grating of approved quality and colour.

12.16.1 Circular type. 12.16.1.1 100mm nominal dia. Each 9.00 SH : 13 : DRAINAGE

13.1 Providing and laying cement concrete 1:5:10 (1 cement : 5 coarse sand : 10 graded stone aggregate 40 mm nominal size) up to haunches of S.W. pipes including bed concrete as per standard design :

13.1.1 150 mm diameter S.W. pipe Metre 105.00

13.2 Providing, 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 :

13.2.1 150 mm dia R.C.C pipe Metre 105.00

13.3 Providing and fixing square-mouth S.W. gully trap class SP-1 complete with C.I. grating brick masonry chamber with water tight C.I. cover with frame of 300 x300 mm size (inside) the weight of cover to be not less than 4.50 kg and frame to be not less than 2.70 kg as per standard design :

13.3.1 100x100 mm size P type

Page 68: 03NITCEEZV201617

67

AE (P) / EE (P)

13.3.1.1 With common burnt clay F.P.S. (non modular) bricks of class designation 7.5 Each 8.00

13.4 Constructing brick masonry manhole in

cement mortar 1:4 (1 cement : 4 coarse sand) 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 :

13.4.1 Inside size 90 x 80 cm and 45 cm

deep including C.I cover with frame (light duty) 455x610mm internal dimensions, total weight of cover and frame to be not less than 38kg (weight of cover 23kg and weight of frame 15kg).

13.4.1.1 With common burnt clay F.P.S

(non-modular) . bricks with class designation 7.5. Each 15.00

13.5 Extra for depth for manholes :

13.5.1 Size 90x80 cm 13.5.1.1 With common burnt clay F.P.S.

(non modular) bricks of class designation 7.5 Metre 2.00

13.6 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 :

13.6.1 With 20 mm diameter round bar. Each 10.00

Page 69: 03NITCEEZV201617

68

AE (P) / EE (P)

13.7 Making connection of drain or sewer line with existing manhole including breaking into and making good the walls, floors with cement concrete 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20mm nominal size) cement plastered on both sides with cement mortar 1:3 (1 cement : 3 coarse sand) finished with a floating coat of neat cement and making necessary channels for the drain etc. complete.

13.7.1 For pipes 100 to 250 mm diameter. Each 1.00

13.8 Making soak pit 2.5 m diameter 3.0 metre

deep with 45 x 45 cm dry brick honey comb shaft with bricks and S.W. drain pipe 100 mm diameter, 1.8 m long complete as per standard design.

13.8.1 With common burnt clay F.P.S. (non modular) bricks of class designation 7.5 Each 1.00

SH : 14 : PILE WORK

14.1 Boring, Providing and installing cast in situ single under reamed piles of specified diameter and length below pile cap in M-25 cement concrete, 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 the length of the pile to be embedded in pile cap etc. all complete. (Length of pile for payment shall be measured upto to the bottom of pile cap) :

14.1.1 400 mm dia piles Mtr 2784.00

14.2 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.

Page 70: 03NITCEEZV201617

69

AE (P) / EE (P)

Note:-2. Testing agency shall submit the design of loading platform for the approval of Engineer-in-charge.

14.2.1 Single pile upto 50 tonne safe capacity

14.2.1.1 Initial test. ( Test load 2.5 times the safe capacity) Each 2.00

14.2.1.2 Routine test ( Test load 1.5 times the safe capacity) Each 4.00

SH : 15 : ALUMINIUM WORK

15.1 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 of 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 / panelling, C.P brass / stainless steel screws, all complete as per architectural drawings and the direction of Engineer-in-charge.(Glazing, paneling and dash fasteners to be paid for separately).

15.1.1 For fixed portion. 15.1.1.1 Powder coated aluminium

(minimum thickness of powder coating 50 micron). Kg 386.00

15.1.2 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).

15.1.2.1 Powder coated aluminium (minimum thickness of powder coating 50 micron). Kg 450.00

Page 71: 03NITCEEZV201617

70

AE (P) / EE (P)

15.2 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).

15.2.1 With float glass panes of 4.0 mm thickness. Sqm 53.00

15.2.2 With float glass panes of 5.50 mm thickness. Sqm 4.00

15.3 Providing and fixing double action

hydraulic floor spring of approved brand and manufacture IS : 6315, having brand logo embossed on the body / plate with double spring mechanism and door weight upto 125kg, for doors, including cost of cutting floors , embedding in floors as required and making good the same matching to the existing floor finishing and cover plates with brass pivot and single piece M.S sheet outer box with slide plate etc complete as per the direction of Engineer-in-charge.

15.3.1 With stainless steel cover plate minimum 1.25mm thickness. Each 2.00

15.4 Filling the gap in between aluminium frame

& adjacent RCC/Brick/Stone work by providing weather silicon sealant over backer rod of approved quality as per architectural drawings and direction of Engineer-in-charge complete.

15.4.1 Upto 5mm depth and 5mm width. Metre 198.00

15.5 Providing and fixing 100mm brass locks (best make of approved quality) for aluminium doors including necessary cutting and making good etc. complete. Each 1.00

SH : 16 : WATER PROOFING

16.1 Providing and laying water proofing treatment to vertical and horizontal surfaces of depressed portions of W.C., kitchen and the like consisting of :

Page 72: 03NITCEEZV201617

71

AE (P) / EE (P)

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.) Sqm 46.00

16.2 Cement concrete 1:2:4 (1 cement : 2 coarse

sand : 4 graded stone aggregate 20 mm nominal size)

cum 35

SH : 17 : STRUCTURAL GLAZING AND ALUMINIUM COMPOSITE PANEL

17.1 Providing and supplying aluminium

extruded tubular and other aluminium sections as per the architectural drawings and approved shop drawings , the aluminium quality as per grade 6063 T5 or T6 as per BS 1474,including super durable powder coating of 60-80 microns conforming to AAMA 2604 of required colour and shade as approved by the Engineer-in-Charge. (The item includes cost of material such as cleats, sleeves, screws etc. necessary for fabrication of extruded aluminium frame work. Nothing extra shall be paid on this account). Kg 4538.00

17.2 Designing, fabricating, testing, protection,

installing and fixing in position semi (grid) unitized system of structural glazing (with open joints) for linear as well as curvilinear portions of the building for all heights and all levels including:

Page 73: 03NITCEEZV201617

72

AE (P) / EE (P)

a) Structural analysis & design and preparation of shop drawings for the specified design loads conforming to IS 875 part III (the system must passed the proof test at 1.5 times design wind pressure without any failure), including functional design of the aluminum sections for fixing glazing panels of various thicknesses, aluminium cleats, sleeves and splice plates etc. gaskets, screws, toggles, nuts, bolts, clamps etc., structural and weather silicone sealants, flashings, fire stop (barrier)-cum-smoke seals, microwave cured EPDM gaskets for water tightness, pressure equalisation & drainage and protection against fire hazard including:

b) Fabricating and supplying serrated M.S. hot dip galvanised / Aluminium alloy of 6005 T5 brackets of required sizes, sections and profiles etc. to accommodate 3 Dimensional movement for achieving perfect verticality and fixing structural glazing system rigidly to the RCC/ masonry/structural steel framework of building structure using stainless steel anchor fasteners/ bolts, nylon separator to prevent bimetallic contacts with nuts and washers etc. of stainless steel grade 316, of the required capacity and in required numbers.

c) Providing and filling, two part pump filled, structural silicone sealant and one part weather silicone sealant compatible with the structural silicone sealant of required bite size in a clean and controlled factory / work shop environment , including double sided spacer tape, setting blocks and backer rod, all of approved grade, brand and manufacture, as per the approved sealant design, within and all around the perimeter for holding glass.

d) Providing and fixing in position flashings of solid aluminium sheet 1 mm thick and of sizes, shapes and profiles, as required as per the site conditions, to seal the gap between the building structure and all its interfaces with curtain glazing to make it watertight.

Page 74: 03NITCEEZV201617

73

AE (P) / EE (P)

e) Making provision for drainage of moisture/ water that enters the curtain glazing system to make it watertight, by incorporating principles of pressure equalization, providing suitable gutter profiles at bottom (if required), making necessary holes of required sizes and of required numbers etc. complete. This item includes cost of all inputs of designing, labour for fabricating and installation of aluminium grid, installation of glazed units, T&P, scaffolding and other incidental charges including wastages etc., enabling temporary structures and services, cranes or cradles etc. as described above and as specified. The item includes the cost of getting all the structural and functional design including shop drawings checked by a structural designer, dully approved by Engineer-in-charge. The item also includes the cost of all mock ups at site, cost of all samples of the individual components for testing in an approved laboratory, field tests on the assembled working structural glazing as specified, cleaning and protection till the handing over of the building for occupation. In the end, the Contractor shall provide a water tight structural glazing having all the performance characteristics etc. all complete as required, as per the Architectural drawings, as per item description, as specified, as per the approved shop drawings and as directed by the Engineer-in-Charge.

Note:- 1. The cost of providing extruded aluminium frames, shadow boxes, extruded aluminium section capping for fixing in the grooves of the curtain glazing and vermin proof stainless steel wire mesh shall be paid for separately under relevant items under this sub-head. However for the purpose of payment, only the actual area of structural glazing (including width of grooves) on the external face shall be measured in sqm upto two decimal places.

Page 75: 03NITCEEZV201617

74

AE (P) / EE (P)

Note:- 2 The following performance test are to be conducted on structural glazing system if area of structural glazing exceeds 2500 sqm from the certified laboratories accreditated by NABL (National Accreditation Board for testing and Calibration Laboratories), Department of Science & Technologies, India. Cost of testing is payble separately. The NIT approving authority will decide the necessity of testing on the basis of cost of work, cost of the test and importance of the work. Performance testing of Structural glazing system Tests to be conducted in the NBL Certified laboratories.

1. Performance Laboratory Test for Air Leakage Test (-50pa to - 300pa) & (+50pa to +300pa) as per ASTME-283-04 testing method for a range of testing limit 1 to 200 mVhr."

2. Static Water Penetration Test (50pa to 1500pa) as per ASTME-331-09 testing method for a range up to 2000 ml."

3. Dynamic Water Penetration (50pa to 1500pa) as per AAMA501.01-05 testing method for a range upto 2000ml"

4. Structural Performance Deflection and deformation by static air pressure test (1.5 times desing wind pressure without any failure) as per ASTME-330-10 testing method for a range upto 50 mm"

5. Seismic Movement Test (upto 30 mm) as per AAMA 501.4-09 testing method for Qualitative test" Tests to be conducted on site.

6. Onsite Test for Water Leakage for a pressure range 50 kpa to 240 kpa (35psi) upto 2000ml" Sqm 273.00

17.3 Designing, fabricating, testing, installing

and fixing in position Curtain Wall with Aluminium Composite Panel Cladding, with open grooves for linear as well as curvilinear portions of the building , for all heights and all levels etc. including:

Page 76: 03NITCEEZV201617

75

AE (P) / EE (P)

a) Structural analysis & design and preparation of shop drawings for pressure equalisation or rain screen principle as required, proper drainage of water to make it watertight including checking of all the structural and functional design.

b) Providing, fabricating and supplying and fixing panels of aluminium composite panel cladding in pan shape in metallic colour of approved shades made out of 4mm thick aluminium composite panel material consisting of 3mm thick FR grade mineral core sandwiched between two Aluminium sheets (each 0.5mm thick). The aluminium composite panel cladding sheet shall be coil coated, with Kynar 500 based PVDF / Lumiflon based fluoropolymer resin coating of approved colour and shade on face # 1 and polymer (Service) coating on face # 2 as specified using stainless steel screws, nuts, bolts, washers, cleats, weather silicone sealant, backer rods etc.

(c) The fastening brackets of Aluminium alloy 6005 T5 / MS with Hot Dip Galvanised with serrations and serrated washers to arrest the wind load movement, fasteners, SS 316 Pins and anchor bolts of approved make in SS 316, Nylon separators to prevent bi-metallic contacts all complete required to perform as per specification and drawing.

Page 77: 03NITCEEZV201617

76

AE (P) / EE (P)

The item includes cost of all material & labour component, the cost of all mock ups at site, cost of all samples of the individual components for testing in an approved laboratory, field tests on the assembled working curtain wall with aluminium composite panel cladding, cleaning and protection of the curtain wall with aluminium composite panel cladding till the handing over of the building for occupation. Base frame work for ACP cladding is payable under the relevant aluminium item.s The Contractor shall provide curtain wall with aluminium composite panel cladding, having all the performance characteristics all complete , as per the Architectural drawings, as per item description, as specified, as per the approved shop drawings and as directed by the Engineer-in-Charge. However, for the purpose of payment, only the actual area on the external face of the curtain wall with Aluminum Composite Panel Cladding (including width of groove) shall be measured in sqm. up to two decimal places. Sqm 91.00

Assistant Engineer (P) Executive Engineer(P) BCC, CPWD, Bhubaneswar BCC, CPWD, Bhubaneswar

Page 78: 03NITCEEZV201617

77

AE (P) / EE (P)

PART-C

Additional Conditions and Specificatoins for Internal Electrical Installations.

1. General

1.1. The work shall be generally carried out in accordance with schedule of quantities and the following specifications and conditions.

a. CPWD general specifications for electrical work Part-I internal- 2013, as amended upto date. b. CPWD general specifications for electrical work Part-II external – 2005, as amended upto date. c. Commercial and additional conditions for this work. d. The Indian electricity Act, 2003 as amended upto date. e. 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. Rates:

The rates quoted by the tenderer, shall be firm and inclusive of all taxes (Including works contract tax, labour welfare cess (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.

3. 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 use full 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. Storage and Custody of Materials: The agency has to make his own arrangement for storage, 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. 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. 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 satisfactory of the Engineer-in-Charge.

7. Performance Guarantee: The tender shall guarantee among other things, the following visa-a-vis specifications. a. Quality, strength and performance of the materials used. b. Satisfactory operation during the maintenance period.

8. Defect Liability Period:

Page 79: 03NITCEEZV201617

78

AE (P) / EE (P)

a) The entire installation in general shall be guaranteed for a period of 12 months from the date of completion. Any defective materials and equipment shall be replaced free of cost at the direction of the Engineer-in-Charge. b) The LED chips / LED fittings shall be guaranteed for a period of 5 years and drivers shall be guaranteed for a period of 3 years from the date of completion of work and handing over. A letter from the manufacturer of the LED luminaires regarding the back to back arrangement for performance of this guarantee clause shall be submitted at the time of supply of LED fittings.

9. Power Supply:

No power supply for the purpose of carrying out the work, except for testing and commissioning, shall be provided by the department.

10. 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 report and update / re-schedule the same every month. These shall be submitted by the contractor in soft copy also besides forwarding hard copy of the same.

11. 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 requirement by the department.

11.2. Micor 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.

12. Compliance with Regulations and Indian Standards 12.1. All works shall be carried out in accordance 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. IS & BS Standards as applicable. d. Workmen’s compensation Act. e. Statutory norms prescribed by local bodies.

13. 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. Co-operation 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

Page 80: 03NITCEEZV201617

79

AE (P) / EE (P)

execution of this works contract smooth. No remuneration should be claimed from the department for such technical operation. 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 from the successful tenderer if the restoration work to the original condition or specification of the dismantled portion of the work was not under taken by the successful tenderer himself. Water proofing of pits shall not be damaged under any circumstances.

15. 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. 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 not available.

17. The main contractor shall also enter into a ‘Memorandum of understanding’ with the approved associated 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.

18. 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 this tender. It will be obligatory on part of the main contractor to sign the tender documents for all the components.

19. The main agency shall be responsible for all acts of omissions and submission of the electrical contractor or sub-contractor engaged by him, even with approved of department.

20. Approval of the Engineer-in-charge shall be taken well in advance for all the materials to be supplied and used in all the works by the contractor.

21. The contractor has to make his own arrangements for stores and watch and ward and no extra claim for this will be entertained.

22. 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.

23. 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 rate 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.

Page 81: 03NITCEEZV201617

80

AE (P) / EE (P)

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, cover plates etc.

40%

C On completion of installation, testing and commissioning.

15%

D At the time of payment of final bill. 5%

B] Items of Lighting Fixtures, MV Panels, MCBs, MCB DBs, Rising Main etc

S. N Stage of work Percentage of Rate A On initial inspection of material and delivery at site in

good condition on pro-rate basis. 70%

B On completion of installation on pro-rata basis. 15% 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.

24. The main contractor shall be responsible for coordinating the activities of all works and will ensure progress of works as per laid down program.

25. The main contractor and / or his associated electrical contractor or his representative is bound to sign the site order books as and when required by the Engineer-in-charge and will comply with the remarks therein.

26. The contractor shall make his own arrangement at his own cost for electrical / general tools and plants required for the work.

27. The connections, interconnections, earthing and loop earthing shall be done by the contractor when ever required to be done for energisation of the installation and nothing extra shall be paid on this account.

28. The contractor must be able to work on concrete slabs / walls as and when required and in complete coordination 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 case to rough surface with proper cement sand mixture. Only in exceptional cases e.g. where cutting of plastered surface con not be avoided it will be contractor’s responsibility to ensure that plastering is done to match the original finish at no extra cost.

29. The contractor shall remove all the debris due to the electrical works from the site as soon as the work is completed.

30. The wiring and conduit route shall be marked by the contractor in the drawing first, and shall be got approved from Engineer-in-Charge.

Page 82: 03NITCEEZV201617

81

AE (P) / EE (P)

31. Some light points in lobby / corridors / stair case / lift shaft etc are group controlled which will be measured as per specifications.

32. The rupturing capacity of the MCB’s shall be 10KA. The MCB’s shall have ISI mark. Quantities of MCBs of different rating of 6 amps to 32 amps shall be brought in consultation and after obtaining approval from the Engineer-in-Charge.

33. All the MCCB’s shall be rated for Ics=Icu 34. The copper wires to be used on this work shall be FRLS type and ISI marked. 35. The make of switch boxes shall be the same as that of switches. Only the required knockouts of

the switch boxes are to be removes for terminating the conduit pipes with PVC glands / check nuts. Make of MCB / MCCB shall be the same as the make of MCB DB. All the switch boxes, MCB DBs are to be covered with plastic sheet / petroleum gelly when installed in brick work till the plastering / painting is done to avoid sticking of cement plaster / splashes of the paint. Cement plaster / paint are to be cleaned immediately after plaster to avoid rusting of switch boxes and MCB DBs. The plastic sheet is to be removed at the time of handing over. All pin 15 amp and 6 pin 15/16 amps power sockets, fan regulator shall be of 2/3 module type.

36. The electrical works shall be carried out by the contractor, side by side with the progress of the civil works.

37. The contractor shall on demand by the Engineer-in-charge, furnish the proof to the satisfaction of Engineer-in-charge regarding purchases of wires, modular switches & accessories, MCB’s MCB DB, fittings, accessories and other items, from the manufacturer’s authorization outlets.

38. 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 / check nuts.

39. Cutting of brick walls shall be with chase cutting machine only. All repairs and patch works shall be neatly carries out to match the original finish and to the entire satisfaction of the Engineer-in-charge.

40. All the sub main and circuit wiring includes loose wire for connections inside switch boxes and MCB DB’s No payment for these wires shall be made. However wires within the cubical panel will be measured and paid under relevant item of work. All the circuit/sub main wiring are to be suitably numbered with stickers/maker pen at LT panel, MCB DB’s switch boards (ON backside of cover plate) for ease of maintenance. Nothing shall be paid extra on this account.

41. 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 30days 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. 25, 000.00.

42. 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 EI works, fish wire shall be invariably drawn.

43. The connection between incoming switch / isolator and bus bar shall be made with suitable size of thimble and cable at no extra cost.

Page 83: 03NITCEEZV201617

82

AE (P) / EE (P)

44. Copper conductor of insulated cables of size 1.5 Sq.mm and above shall be stranded and terminals provided with crimped lugs.

45. All MS junction box cover should be of phenolic laminated / good quality plastic sheet of thickness not less than 3 mm and for which nothing extra shall be paid on the account.

46. All sub-main/power/light wiring shall be terminated in the main board as well as in the switch boards/socket outlets with suitable copper lugs / thimbles for which nothing extra shall be paid on this account.

47. All hardware items such as screw, 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. All hardware items such as nuts / bolts / screws / washers etc to be used in work shall be zinc / cadmium plate iron.

49. 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. While laying conduit, suitable size junction boxes shall be provided for pulling the wire as per the decision of the Engineer-in-Charge.

51. 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 use at site. The Engineer-in-charge shall reserve the right to instruct the contractor to remove the materials which, in his opinion, is not acceptable.

52. Where switches / sockets / regulator / telephone / TV / internet outlets are to be provided the same shall be of only one make.

53. 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 reqd.

54. Wherever light fittings are proposed to be provided on the false ceiling, the respective light / fan point wiring will have to be brought up to the terminal of the light fittings / fans by the contractor. Flexible metal conduits shall be used for drawing wires from ceiling to fittings on false ceiling and nothing extra shall be paid to the contractor for the same.

55. Rate Rationalization shall be applicable 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. Accordingly the lowest rate quoted for that item among all the sub-heads shall be considered for all similar items for evaluation of tender and making payment.

56. All statutory deductions like WCT, labour welfare cess etc. shall be made from the bills.

Page 84: 03NITCEEZV201617

83

AE (P) / EE (P)

LIST OF ACCEPTABLE MAKES - IEI WORK If any make stated below does not comply with the technical specifications and or IS Standards then such a make shall not be used in the work.

ITEM / EQUIPMENT ACCEPTABLE MAKES Ceiling Fans Khaitan / Orient / Crompton

Exhaust Fans Khaitan / Orient / Cromton Greaves MCCBs / MCB DBs / MCBs / RCCBs / INDUSTRIAL SOCKETS

Legrand / Hager / Siemens / Schneider Electric / GE / C&S

Connectors / Terminal Blocks Elmex / Connectwell / Essen PVC Insulated (FRLS) Copper conductor multi stranded cables

Finolex / RR Kable / KEI / Polycab / Havells

DLP U PVC Trunking / Under Floor GI trunking

MK / Legrand / Schneider

Fluorescent Light Fixtures PHILIPS / WIPRO / CROMPTON LED Luminaires PHILIPS / ENDO / WIPRO / ZUMTOBEL / GE CAT 6 Cable / Telephone wire / TV Cable

Systimax / D Link / Mollex / Finolex / Avaya

Lamps PHILIPS / GE / OSRAM PVC Conduits BEC / Diamond / Precision / AvonPlast / AKG / Pressfit Medium Class GI pipes Tata / Jindal / Zenith Anchor Fasteners Hilti / Fischer Modular Switches & Accessories Legrand Myrius / Schnieder Zencelo / Panasonic Vision

Ceiling Roses Anchor / Cona / Leader / Havells MV Panels CPRI approved and type tested LT UG Cables Finolex / Havells / Polycab / KEI / Universal Rising Mains and Accessories C &S Electric / Legrand / Schnider / GE HDPE / DWC pipes REX / DURALINE / EMTELLE MS Conduits AKG / BEC / VIMCO / RMCON Multifunction / Digital meters Conzerv / AE / Neptune / L&T Cable Trays Legrand / RMCON / MEK / Profab

Page 85: 03NITCEEZV201617

84

AE (P) / EE (P)

ADDITIONAL CONDITIONS AND SPECIFICATIONS for Fire Fighting Works

1. The Work shall be carried out strictly in accordance with the CPWD General specifications for Electrical Works, Part- I internal 2005 and Part- II external, 2007 and Part-V(Wet riser system)-2006 as amended up to date. All installations shall also comply with the requirements of Indian Electricity rules 1956, as amended up to date. In case of items not covered by the above specifications, the work shall be carried out as per the instructions of the Engineer-in-Charge.

2 The prospective tenderer is advised to visit the site before quoting for the work and no claim whatsoever on account of any deficiency at site shall be entertained like non availability of water, security restrictions, inaccessibility, local bylaws or rules etc.,

3. The contractor has to follow the local security/safety rules and regulations and such instructions on restricted hours of work as maybe imposed on him by the department / local authorities, while working in security/restricted zones, and no claim on account of the loss of labour/ idle labour will be entertained. His attention is therefore once again drawn to Para 1 above.

4 The contractor shall also submit insulation and earth test reports before the installation is handed over to the Engineer-in-Charge in good condition as required under CPWD specifications, failing which a suitable recovery will be made from the bills.

5 All components shall confirm to relevant Indian standard specification. Wherever existing the materials with ISI certification mark shall only be used.

6 All the materials to be used in the work shall be got approved by the Engineer-in-Charge before their actual use in work.

7. The contractor shall give a guarantee for the entire work for a period of one year from the date of handing over the installation to the department.

8 Bad workmanship shall be rejected in toto. 9 All repairs and patch works shall be neatly carried out to match with the original finish by

the contractor to the entire satisfaction of the Engineer-in-Charge. 10 All the debris due to the electrical work shall be cleared every now and then and site shall

be kept clean by the contractor at all times. 11 The contractor or his authorised representative will have to sign the site order book and

comply with the remarks therein. 12 The contractor has to make his own arrangements for the watch and ward of the materials

and other installations till the installation/work is completely handed over to the department. No extra claim will be entertained on account of this. Any damage caused to the materials during or under storage will be to the contractors account.

13 The contractor shall make his own arrangement for all general and special T&P required for the work and no T & P items shall be supplied by the department.

14. The contractor has to submit the completion plan as per CPWD specification on completion of work positively for passing and payment of the bill.

15. The performance guarantee and security deposit shall be recovered from the contractor/ firm as per the Modification / New addition of clauses to CPWD form 6,7&8 attached

16 On award of work , the firm shall submit (3) sets of drawings for poles, feeder pillar etc., to the Engineer-In-Charge within ONE weeks and shall commence work only after receipt of approval from the Engineer-In-Charge.

Page 86: 03NITCEEZV201617

85

AE (P) / EE (P)

17. The Contractor shall make his own arrangement for the Transportation of the materials issued by the department from the stores to the site of work. No extra claim on any account whatsoever will be entertained at later date.

18. Work contract tax @ 5% will be recovered from contractor's bill as applicable and to this effect necessary certificate will be issued by this office.

19 The cables are to be meggered before and after the use on work as per CPWD specifications and values recorded shall be produced to the office for record.

20 Final Painting of Wet riser pipe and Hose boxes is to be done at site as per the instructions of Engineer - in - Charge.

21 The General layout of the Cable Laying feeder pillar/ Main switch of St.lights is to be got approved by the Engineer-in-Charge before actual fabrication/execution.

22 Preferred makes of material: a) GI / MS 'C' class pipes duly ISI marked: Jindal/ TATA/ ZENITH.

b) Single/Double Headed GM Landing Valve: Suprex/Safex/Minimax/Winco/Newage. c) Sluice Valve : Kalpana/Minimax/Durga /Deepak d) CI NRV / Sluice/ Butterfly valves : ZENITH/ Kalpana/Suprex/Deepak/Audco e) GM gate valves : ZENITH/ Kalpana/Suprex/Deepak/Audco /zolota/Leader f) Branch pipe:Winco/Kalpana/Suprex/Safex/ Newage g) First Aid Hose Reel box: Safex/Suprex/Minimax/SRI/Newage/Eversafe h) Hydrant valuve : Suprex / Newage / Winco/Safex i) Pump sets : Grundfos / Kirloskar / ITT

j) LT panels: CPRI Approved

.k) LT Cables: Finolex/ KEI / Polycab / Havells

l} Fire Extinguishers: Safex / Fireshield / Minimax / Ceasefire

m) n)

Pressure Switch :Danfoss/Honeywell/indofoss/fiebig. Diesel Engine : Kirloskar/Graves.

23 Earthing - All metal supports and metallic fittings shall be bonded to the continuous earth wire, and same shall finally be connected to main earthing where ever provided.

24 The rates quoted shall be inclusive of all taxes and duties including Works Contract Tax, Service Tax and Entry Tax etc.,

Page 87: 03NITCEEZV201617

86

AE (P) / EE (P)

SECTION -1

SPECIAL AND GENERAL CONDITIONS

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

a) CPWD General Specifications for Electrical works Part - VI -Fire Alarm System-1988.

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

c) CPWD General Specifications for Electrical works Part - I Internal - 2013 as amended up to date.

d) CPWD General Specifications for Electrical works Part - II External - 1994 as amended up to date.

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

1.3 BUILDING CONSTRUCTION AND DRAWINGS 1.3.1 The Contractor shall prepare detailed working drawings in coordination with other

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

1.4 Payments terms:

On account payment for part work as assessed by the Engineer-in-Charge for the various items included in the contract shall be payable at part rates not exceeding the percentage indicated against the stages of work.

S.No Stage of work Percentage of Rate

1 a) On initial inspection of materials and delivery at Site in good condition on pro-rata basis.

80%

2 b) On completion of pro-rata installation

10%

3 c) On completion of Testing and commissioning

5%

4 d) On approval of installation by Local Fire Authority and local body, if any.

5%

1.5 Inspection and Testing

Page 88: 03NITCEEZV201617

87

AE (P) / EE (P)

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

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

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

A. GENERAL CONDITIONS A.1 SCOPE OF WORK

A.1.1 These specifications shall cover the Design, Supply, Erection, Testing, and Commissioning of Intelligent Addressable Fire Detection System for the CDSCO Office Building, at Sanjeeva Reddy Nagar, Hyderabad.

A.2. SCHEDULE OF REQUIREMENTS

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

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

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

A.2.4 All electronic equipment shall conform to the pertinent regulations governing radio frequency electromagnetic interference and should be so labelled.

A.2.5 All system components and sub-systems are to be fault tolerant and provide satisfactory operation without damage at + 10% of the rated voltage and at + 3 Hz variation in line frequency.

A.3. TECHNICAL DATA

A.3.1 The tenderer shall submit comprehensive technical information for all the equipment and material. This must include but not necessarily be restricted to, all data as required under “SCHEDULE OF TECHNICAL DATA”

A.3.2 Information given by the tenderer under chapter "SCHEDULE OF TECHNICAL DATA" is meant for general information only. In case of discrepancies between tender specifications and details given by the tenderer under chapter "SCHEDULE OF TECHNICAL DATA", the decision of Engineer-in-charge will be final and binding on Contractor unless departures are

Page 89: 03NITCEEZV201617

88

AE (P) / EE (P)

indicated by the Tenderer under chapter "SCHEUDLE OF DEPARTURE FROM SPECIFICATION” as mentioned here in after.

A.4. PERFORMANCE GUARANTEE AND TESTING

A.4.1 The Contractor shall execute the work on the basis of indicative designs hereby given and accepted by him with or without modifications or new designs submitted by him at the tender stage and accepted by Engineer in charge, as the case may be. All Variations, i.e. additions, omissions or substitutions necessitated at anytime for any reason whatsoever, shall be deemed to have been accepted by the Contractor as not vitiating the performance based nature of this contract. If any such variations, irrespective of whether such variations are intended to be executed by other agencies employed by the Engineer-in-charge, have any bearing on the performance of this Contract, the same shall immediately be brought to the notice of Engineer-in-charge by the Contractor in writing. In any case the Contractor shall have to guarantee for due and proper performance of the works agreed to be so erected.

A.4.2 The Fire Detection and alarm System installation shall be designed and guaranteed to perform as per these specifications read in conjunction with statutory requirements.

A.4.3 In addition to the above, all equipment and systems shall be tested after installation as required by various statutory authorities, certifying agencies and as required by various sections of these specifications.

A.4.4 The Contractor shall take full responsibility for proper operation of the entire system including debugging and proper calibration of each component and sub-system.

A.4.6 The Contractor shall leave necessary provisions required for fixing instruments, gauges, meters, etc. for testing the installation. The Contractor at his own cost shall arrange all such instruments, services etc. needed for the tests.

A.4.7 It is the sole responsibility of Contractor to obtain all the necessary approvals from the statutory authorities, either prior to, during or after installation as required. All tests specified herein-after and witnessed/ approved by Engineer-in-charge, may be deemed to be invalid at the option of Engineer-in-charge, if the requisite, final and unconditional approvals from the concerned statutory authorities are not obtained by the Contractor.

A.4.8 The Contractor shall intimate in writing to Engineer-in-charge as and when individual components of the installation are ready for tests required for further progress of erection. All such tests shall be carried out as per these specifications and/ or as directed by Engineer-in-charge and recorded in the presence of Engineer-in-charge or his authorized representatives.

A.4.9 On completion of erection, the contractor shall thoroughly clean all the equipment, inspect and check the entire installation for correctness and completeness and furnish a detailed report on all components of the installation to Engineer-in-charge. The contractor shall also inspect and check the services required by him and provided by other agencies employed by the Engineer-in-charge and confirm the completeness and correctness of such services to the extent necessary.

A.4.10The Contractor shall intimate in writing to Engineer-in-charge, the proposed date of initial

startup. A.4.11 The Contractor shall, on approval of Engineer-in-charge, proceed with necessary pre-

commissioning activities and tests and put the installation in initial operation and start-up during which preliminary adjustments and addressing shall be carried out.

A.4.12 Based on preliminary observations during the initial operation described above, necessary modifications/ repairs/ replacements/ etc. if any shall be carried out by the Contractor to the entire satisfaction of Engineer-in-charge. On successful completion of initial operation, the Contractor shall proceed with trial runs.

Page 90: 03NITCEEZV201617

89

AE (P) / EE (P)

A.4.13 Notwithstanding approval of tests or equipment or materials by Engineer-in-charge etc., up to the

tests in static state as described here-in above, the Contractor shall be required to perform site tests to prove correctness of ratings and performance of equipment and materials supplied and installed by him, in normal operating condition.

A.4.14 All equipment shall be capable of performing the duties specified in these specifications without damage, distortion or failure of any component.

A.4.15 Individually, the performance of various equipments shall not be less than quoted ratings and consumption of power shall not exceed the ratings quoted by the tenderer, when tested in normal operating conditions. Otherwise the equipment / material is liable for rejection.

A.4.16 All test instruments shall be calibrated for accuracy prior to taking the performance tests. A.5 INSTALLATION: A.5.1 Installation shall be in accordance with the local and state codes and as recommended by the

equipment manufacturer. A.5.2 Smoke detectors shall not be installed prior to the system programming and test period. If

construction is ongoing during this period, measures shall be taken to protect smoke detectors from contamination and physical damage.

A.5.3 All wiring shall be properly supported and run in a neat and workmanship like manner. All wiring exposed and in equipment rooms shall be parallel to or at right angles to the building structure. All wiring within enclosures shall be neatly bundled and anchored to prevent obstruction to devices and terminals.

A.5.4 The Contractor shall be responsible for all electrical installation required for a fully functional control system and not shown on the electrical plans or required by the electrical specifications.

A.5.5 All fire detection and alarm system devices, control panels and remote enunciators shall be flush mounted or surface mounted as per instructions of the Engineer-in-charge.

A.5.6 Manual call boxes shall be suitable for surface mounting or semi-flush mounting and shall be installed at a height of not less than 1,000 mm, and not more than 1200 mm above the finished floor level.

A.5.7 The service of a competent, factory-trained engineer or technician authorised by the manufacturer of the fire alarm equipment shall be provided to technically supervise and participate during all of the adjustments and tests for the system.

A.5.8 At the final inspection, an authorized representative of the manufacturer of the major equipments shall demonstrate that the system functions properly in every respect.

A.6 DEMONSTRATION : A.6.1 The Contractor shall completely check, calibrate and test all connected hardware and software to

ensure that the system performs in accordance with the approved specifications and sequences of operations submitted.

A.6.2 This demonstration shall consist of the following: a) Display and demonstrate each type of data entry to show site-specific customizing capability. b) Demonstrate parameter changes. c) Demonstrate scan, update and alarm responsiveness.

A.7 MANUALS The following manuals shall be provided at the time of Handing over: A.7.1 An Operator’s Manual containing graphic explanations of keyboard use for all operator functions

specified under Operator Training.

Page 91: 03NITCEEZV201617

90

AE (P) / EE (P)

A.7.2 Computerized printouts of all data file layouts including all point processing assignments, terminal relationships, scales and offsets, command alarm limits, program flowcharts, etc.

A.7.3 On completion of works "As Built drawings for completed installation” shall be prepared by the Contractor and three (3) copies of the same shall be supplied to the Engineer-in-Charge. In addition, Three (3) sets of the followings shall be supplied to the Engineer-in-charge:

1) Operation Manuals, 2) Technical Literature for the various components of equipment, 3) Controls and Accessories installed, 4) Recommended Spares and Service Manuals

A.8 TRAINING & HANDING -OVER A.8.1 All training by the Contractor shall utilize manuals and as-built documentation and the on-line

help utility. A.8.2 Operator training shall include:

a. Sequence of Operation review b. Sign ON - Sign OFF

c. Selection of all displays and reports

d. Commanding of points, keyboard

e. System initialization

f. Trouble shooting of sensors (determining bad sensors)

g. Password modification

A.8.3 Supervisor training shall include: a. Password assignment / modification b. Operator assignment/modification c. Operator authority assignment/modification

d. Point disable/enable

e. Terminal and data segregation/modification

A.9 GUARANTEE A.9.1 The contractor shall guarantee the entire Intelligent Addressable Fire Alarm system installation

as per specifications both for components and for system as a whole. All equipment shall be guaranteed for One year from the date of completion against unsatisfactory performance or breakdown due to defective design, manufacture and/or installation.

Page 92: 03NITCEEZV201617

91

AE (P) / EE (P)

A.9.2 Labour to trouble shoot, repair, reprogram or replace system components shall be furnished by

the contractor at no charge to the Engineer-in-charge during the guarantee period. A.9.3 All corrective software modifications made during guarantee period shall be updated on all user

documentation. A.10. MISCELLANEOUS: A.10.1 The onus of incorporating the statutory requirements as per local rules and obtaining necessary

approval for the fire alarm systems shall rest fully with the Contractor. A.10.2 All the Equipment Supplied and Installed by the Contractor shall have compatibility to be

connected to Standard Building Management System (BMS). Adequate Potential Free Contacts shall be provided for sending/ receiving digital signals.

A.10.3 The installation shall be carried out using new Equipment/ Materials complying with applicable standards in a workmanship like manner. Engineer-in-charge reserves the right to reject any part of installation having poor workmanship.

A.10.4 All minor Masonry, Carpentry and Civil works such as cutting / opening in Masonry Walls/ Internal Partitions, Chasing on Walls, etc. and making good the same to match existing surface shall be done by the Contractor. Nothing extra shall be paid on this account.

SECTION - 2

SPECIFICATIONS FOR INTELLIGENT ADDRESSABLE FIRE ALARM SYSTEM

TECHNICAL SPECIFICATIONS

CHAPTER – A: SYSTEM DESCRIPTION A.1 SCOPE OF WORK AND EXCLUSIONS

The work shall comprise entire labour including supervision and all materials necessary to make a complete installation to the entire satisfaction of the department. The term complete installation shall mean, not only major items of equipment covered by these specifications, but also incidental sundry components necessary for complete execution and satisfactory performance of the installation, with all labour charges, whether or not these have been mentioned in detail in the tender documents. The work shall include data entry, programming, start up test and demonstration, training of personnel for maintenance and operation, submission of construction and installation drawings and wiring diagrams, as built documents and system guarantee. A.1.1 The Contractors’ scope of work will include all items of work as per these specifications, terms

and conditions of contract etc. and briefly described in schedule of quantities. This shall include, but not be restricted to the following: -

a) Analog Addressable Photo-Electric Smoke Detectors b) Analog Addressable Thermal Detectors c) Analog Addressable Photo-Electric cum Thermal Detector d) Addressable Manual Call Points.

Page 93: 03NITCEEZV201617

92

AE (P) / EE (P)

e) Microprocessor Based Intelligent Analog Addressable Main Fire Alarm Control Panel for connecting and monitoring the Fire Detectors and other devices.

f) Strobe g) Providing suitable compatibility in the Main Fire Alarm Control Panel for the Public

Address System, audio Amplifiers, speakers. h) Providing suitable compatibility in the Main Fire Alarm Control Panel with the Building

Automation System, for AHUs, lifts and Auto-dialer to Fire Brigade etc. i) Electrical works, including Cabling, Earthing etc. for the installation. j) All other works associated with above items as per specifications, conditions of contract

and the AP Fire Services requirements except those specifically excluded in Schedule of Quantities.

A.2 GENERAL DESCRIPTION OF INTELLIGENT FIRE ALARM SYSTEM

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

A.2.1 Analog Addressable Photo-Electric Smoke Detectors for enclosed Areas like Office Rooms, Meeting Rooms, Cabins and the areas above false ceiling.

A.2.2 Analog Addressable Photo-Electric cum Thermal Detectors for Critical Fire Risk areas like

AHU Rooms, Electric Rooms and Lift Machine Rooms. A.2.3 Addressable Manual Call Points are proposed to be installed at each Fire Exit Staircase on

each floor. A.2.4 Addressable Input Module shall be provided in suitable location for the purpose of providing

location address for flow switch. A.2.5 Addressable Output Modules shall be provided in suitable location for the purpose of shutting

off Fire Dampers on detection of smoke within its zone and for increasing the speed of exhaust / ventilation fans.

A.2.6 Main Fire Alarm Control Panel: All the above Addressable Input Modules, Addressable Output Modules, Addressable Manual Call Points and the Addressable Detectors shall be connected to Intelligent Addressable

Panel, which will raise an alarm, in case fire is detected at any of the locations mentioned above. It shall be provided in Fire control room / Main Reception.

A.2.7 Sounders will be located on each floor which will be activated in emergency. Sounder Circuit

controllers shall be provided for the purpose of operating sounders at any location on an addressable loop on the basis of command from control panel. It shall be possible to set a unique address to the devices fed from sounder circuit controller. Controller shall monitor open/short circuit in the wiring to the sounders as well as the external power supply to the sounders.

A.2.8 Power for Modules shall be provided from Main Fire Alarm Control panel .

Page 94: 03NITCEEZV201617

93

AE (P) / EE (P)

A.2.9 Sounders, Battery Back-up, Power Transformers, Software, Communication link shall be provided.

A.2.10.The general scheme for spatial and logical disposition of the various elements of the system is as

follows: a) Analog Addressable Photoelectric Smoke Detectors to be located under the false ceiling

and distributed in open work station areas such that there is one detector in every 50 sq. m area. The maximum distance between the detectors shall not exceed 8 mtrs and from wall shall not exceed 4mtrs.

b) Analog Addressable Photoelectric Smoke Detectors to be located above the false ceiling

area. These detectors shall be provided with response indicators.

c) Addressable Manual Call Points shall be located near all escape routes to enable any person to raise a fire alarm.

d) The Fire Panel that connects all the detector devices shall be capable of polling all the

points in its loop so as to register an alarm within 3/7 seconds. The Fire Panel shall be capable of displaying the zone/address of the occurrence of the smoke and shall be capable of initiating action like Voice Evacuation, Activating Hooters, Dampers and initiating other alarm procedures.

e) It shall be possible to program the Fire Panel such that meaningful alpha-numeric

descriptions can be assigned to each Detector Address. This shall be useful in identifying the location of Fire very quickly and easily.

f) Output Modules shall be logically attached to particular AHU or Fans. As soon as

Fire/Smoke is detected in a particular area, the Fire Panel through its software shall activate the appropriate Output Module program linked to the affected area.

g) The Output Module on being activated shall immediately shut off the fire dampers on the

supply and return duct of the particular AHU associated with it. Thus, airflow to the affected problem area shall be immediately stopped.

Page 95: 03NITCEEZV201617

94

AE (P) / EE (P)

CHAPTER B

LIST OF APPROVED MAKES OF EQUIPMENT AND MATERIALS B.1 The equipment and materials to be used in the execution of this contract shall be selected from

the following list unless other wise specifically agreed by Engineer-in-charge. B.2 The successful contractor shall prepare a list of equipment and materials selected from the

approved list, proposed to be used by him for execution of the contract. Before placing orders on suppliers or delivering the equipment and materials to site, the Contractor shall obtain approval from Engineer-in-charge, whose decision shall be final and binding on the Contractor.

B.3 Any equipment of material not specified under here but required for execution of the work shall be as per Technical Specification, of best quality, preferably with ISI approval and from a reputed manufacturer for which the prior approval of the Engineer-in-Charge is required.

B.4 All the Components of the system given below from Sl No 1 to 11 shall be of the same

manufacturer.” S. No. Item Description Manufacturer 1. Addressable Optical Smoke Detectors NOTIFIER / SIEMENS / EDWARDS 2. Addressable Thermal Detectors NOTIFIER / SIEMENS / EDWARDS 3. Addressable Multi Criteria Photo

Electric Smoke cum Heat Detectors NOTIFIER / SIEMENS / EDWARDS

4. Addressable Manual call Point. NOTIFIER / SIEMENS / EDWARDS 5. Intelligent Analog Addressable Main

Fire Alarm Control Panel with Battery Backup and Repeater Panel

NOTIFIER / SIEMENS / EDWARDS

6. Addressable Input Module NOTIFIER / SIEMENS / EDWARDS 7. Addressable Output Module NOTIFIER / SIEMENS / EDWARDS 8. Addressable Fault Isolator Module NOTIFIER / SIEMENS / EDWARDS 9. Addressable Sounder cum strobe NOTIFIER / SIEMENS / EDWARDS 10. Addressable Control Module NOTIFIER / SIEMENS / EDWARDS 11. Response Indicator Reputed Make 12. LSZH Control Cables Finolex / Polycab / KEI / Havells

Page 96: 03NITCEEZV201617

95

AE (P) / EE (P)

CHAPTER – C: EQUIPMENT AND MATERIALS C.1.1 MAIN FIRE ALARM CONTROL PANEL: C.1.1.1 The Main Fire Alarm Control Panel shall contain a microprocessor based Central Processing

Unit (CPU). The CPU shall communicate with and control the following types of equipment used to make up the system: analog addressable smoke and thermal (heat) detectors, addressable modules, printer, annunciators, and other system controlled devices.

C.1.1.2 The system shall include 2 loops (Each loop accessing minimum 159 detectors + 159

addressable devices) C.1.1.3 The microprocessor shall be a state-of-the-art high speed, at least 32-bit device and it shall

communicate with, monitor and control all external interfaces. It shall include an EPROM for system program storage, non-volatile memory for building-specific program storage, and a "watch dog" timer circuit to detect and report microprocessor failure.

C.1.1.4 The microprocessor shall contain and execute all control-by-event programs for specific action to be taken if an alarm condition is detected by the system. Control-by-event equations shall be held in non-volatile programmable memory, and shall not be lost even if system primary and secondary power failure occurs.

C.1.1.5 The microprocessor shall also provide a real-time clock for time annotation of system displays,

printer, and history file. The time-of-day and date shall not be lost if system primary and secondary power supplies fail.

C.1.1.6 The Main Fire Alarm Control Panel display shall provide all the controls and indicators used by

the system operator and may also be used to program all system operational parameters. C.1.1.7 The display shall include MINIMUM 500-character backlit alphanumeric Liquid Crystal Display

(LCD). It shall also provide Light-Emitting-Diodes (LEDs),that indicate the status of the following system parameters:

AC POWER, FIRE ALARM, PREALARM WARNING, LOW BATTERY, SUPERVISORY SIGNAL, SYSTEM TROUBLE, DISABLED POINTS, ALARM SILENCED.

Page 97: 03NITCEEZV201617

96

AE (P) / EE (P)

C.1.2.8 The Main fire alarm control panel shall include a full featured operator interface control and

annunciation panel that shall include as part of the standard system a backlit Liquid Crystal Display (LCD), individual color coded system status LEDs, and an alphanumeric keypad for entry of any alphabetic or numeric information, for field programming and control of the fire alarm system. Minimum two different password levels shall be provided to prevent unauthorized system control or programming.

C.1.1.9 All programming or editing of the existing program in the system shall be achieved without

special equipment and without interrupting the alarm monitoring functions of the fire alarm control panel. The system shall be fully programmable, configurable, and expandable in the field without the need for special tools, PROM programmers or PC based programmers.

C.1.1.10 The main power supply shall continuously monitor all field wires for earth ground conditions,

and shall have the following LED indicators:

Ground Fault LED Battery Fail LED AC Power Fail LED

C.1.1.11 The main power supply shall operate on 230 VAC, 50 Hz, and shall provide all necessary

power for the Main Fire Alarm Control Panel. It shall be provided with SMF Battery for 24 hours along with charger for stand-by supply with a provision to indicate battery voltage and charging current. It shall provide very low frequency sweep earth fault detect current capable of detecting earth fault on sensitive addressable module. It shall be power limiting using positive temperature coefficient (PTC) resistor.

C.1.1.12 The Main fire alarm control panel shall receive analog information from all addressable

detectors to be processed to determine whether normal, alarm, pre-alarm, or trouble conditions exist for each detector. The software shall automatically maintain the detector's desired sensitivity level by adjusting for the effects of environmental factors, including the accumulation of dust in each detector. The analog information shall also be used for automatic detector testing and for the automatic determination of detector maintenance requirements.

C.1.1.13 To eliminate nuisance alarms each smoke detector shall be provided with alarm verification

with field-adjustable time from 0 to 55 seconds. Only a verified alarm shall initiate the alarm sequence for the zone.

C.1.1.14 Maintenance alert shall be provided with two levels to warn of excessive smoke

detector dirt or dust accumulation.

C.1.1.15 A means shall be provided for adjusting the sensitivity of any or all Analog Addressable detectors in the system from the system keypad. Sensitivity range shall be within the allowed UL window and have a minimum of 9 levels.

C.1.1.16 Day/Night Automatic Adjustment of detector sensitivity shall be possible.

Page 98: 03NITCEEZV201617

97

AE (P) / EE (P)

C.1.1.17 Any addressable device or conventional circuit in the system may be enabled or disabled

through the system keypad. C.1.1.18 Upon command from an operator of the system, a status report will be generated and printed,

listing all system status. The system shall be able to display or print the following point status diagnostic functions:

a. Device status b. Device type c. Custom device label d. View analog detector values e. Device zone assignments f. All program parameters

The printer shall provide hard-copy printout of all changes in status of the system and shall time-stamp such printouts with the current time-of-day and date. The printer shall be enclosed in a separate cabinet suitable for placement on a desktop or table. The printer shall communicate with the control panel using an interface. Power to the printer shall be 230 VAC @ 50 Hz.

C.1.1.19 The fire alarm control panel shall contain a history buffer that will be capable of storing

up to 4000 events. Each of this activation will be stored and time and date stamped with the actual time of the activation. The contents of the history buffer may be manually reviewed, one event at a time, or printed in its entirety. The history buffer shall use non-volatile memory.

C.1.1.20 The system shall include one serial EIA-232/ Centronics Parallel interfaces. Each interface

shall be a means of connecting multiple printers, CRT monitors and other similar peripherals. C.1.1.21 Smoke Detectors (Photo-Electric) and Heat Detectors shall be located as per the approved

working drawings. Loop communications and processing scheme shall assure that in a fully loaded loop, alarms will be detected in no more than 3 seconds.

C.1.1.22 The Output module shall provide auxiliary relay circuits rated at minimum 5 amperes, 28 VDC.

An expansion circuit board shall allow expansion to eight relays per module. C.1.1.23 The control panel shall be housed in a cabinet suitable for surface or semi-flush mounting. The

cabinet and front shall be corrosion protected, given a rust-resistant prime coat, and manufacturer’s standard finish.

C.1.1.24 The door shall provide a key lock and shall include a glass or other transparent opening for

viewing of all indicators. The control panel shall be modular in structure for ease of installation, maintenance & future expansion

Page 99: 03NITCEEZV201617

98

AE (P) / EE (P)

C.1.1.25 When a fire alarm condition is detected and reported by one of the system initiating devices, the following functions shall immediately occur:

The system alarm LED on the Main fire alarm control panel shall flash. A local piezo electric signal in the Main fire alarm control panel shall sound. A backlit 500-character LCD display on the Main fire alarm control panel shall indicate

all information associated with the fire alarm condition, including the type of alarm point and its location within the protected premises.

Printing on the Main fire alarm control panel and history storage equipment shall log the

information associated each new fire alarm control panel condition, along with time and date of occurrence.

All system output programs assigned via control-by-event interlock programming to be

activated by the particular point in alarm shall be executed, and the associated system outputs (alarm notification appliances and/or relays) shall be activated.

AHU dampers on that floor shall be closed and basement staircase pressurization fans

will be put on to double speed. C.1.1.26 The following Operator Control shall be provided:

Acknowledge Switch: Activation of the control panel acknowledge switch in response to a single new alarm and/or trouble condition shall silence the local panel piezo electric signal and change the system alarm or trouble LED from flashing mode to steady-ON mode. If additional alarm or trouble conditions exist or are detected and reported in the system, depression of this switch shall acknowledge and/or advance the 80-character LCD display to the nest alarm or trouble condition.

Alarm Silence Switch: Activation of the alarm silence switch shall cause all notification appliances and relays, which are programmed to de so to return to the normal condition after an alarm condition. The selection of notification circuits and relays that are silence able by this switch shall be fully programmable within the confines of all applicable standards.

Alarm Activate (Drill) Switch: Activation of system drill switch shall initiate an

automatic test of all analog/addressable detectors in the system. The system test shall activate the electronics in each analog/addressable sensor, simulating an alarm condition and causing the transmission of the alarm condition from that sensor to the Main fire alarm control panel. The Main fire alarm control panel shall interpret the data from each sensor installed in the system. A report summarizing the results of this test shall be displayed automatically on the control panels LCD display, CRT and printer. This report shall display the number of detectors tested per SLC/Loop, the total number tested in the system, any detector that failed, or an all “ Tested OK” message. Time/Date stamp of when the test was performed shall also be included in the report.

Page 100: 03NITCEEZV201617

99

AE (P) / EE (P)

System Reset Switch: Activation of the system reset switch shall cause all electronically-latched initiating devices, appliances or software zone, as well as all associated output devices and circuits, to return to their normal condition. If the alarm conditions still exist, or if they reoccur in the system after system reset switch activation, the system shall then respond the alarm condition.

Lamp Test: Activation of the lamp test switch shall sequentially turn on all LED

indicators, LCD display and local piezo electric signal, and then automatically return the fire alarm panel to the previous condition.

C.1.1.27 An alarm from a water flow detection device shall activate the appropriate alarm message on

the 500-character display, turn on all programmed notification appliance circuits and shall not be affected by the signal silence switch.

C.1.1.28 The Main fire alarm control panel shall be capable of mapping diagnostics with the diagnostic

codes so that the alphanumeric description of the same shall be displayed on the Fire Display Panel.

C.1.1.29 The Response Time for each loop shall not exceed 750 millisecond. C.2. ADDRESSABLE DEVICES C.2.1 General C.2.1.1Addressable Detectors Shall be of Optical, Photoelectric type, Photoelectric cum Heat Type and

Thermal type to be installed as indicated.

C.2.1.2The Detectors shall be Analog Addressable and shall connect with two wires to the Main fire alarm control panel Signaling Line Circuit (SLC) loops.

C.2.1.3Detectors will operate in an analog fashion, where the detector simply measures its

designed environment variable and transmits an analog value to the Main fire alarm control panel based on real-time measured values. The Main fire alarm control panel software, not the detector, shall make the alarm/normal decision, thereby allowing the sensitivity of each detector to be set in the Main fire alarm control panel program and allowing the system operator to view the current analog value of each detector.

C.2.1.4The Detectors above false ceiling shall be ceiling-mounted and mount to a single suitable

square/round M.S. box fixed direct on the ceiling and detectors below false ceiling shall have anchoring arrangement of the base with the false ceiling with use of a round / square 16 gauge M.S. plate mounted above false ceiling to which the base shall be screwed and shall have a twist-lock removable base and insect-resistant screen for field cleaning.

C.2.1.5The Detectors shall be Compact of Stylish Design and shall have built-in tamper-resistant

feature. C.2.1.6The detectors shall provide address setting.

Page 101: 03NITCEEZV201617

100

AE (P) / EE (P)

C.2.1.7Detectors shall also store an internal identifying type code that the control panel shall use to

identify the type of device (PHOTO, THERMAL, PHOTO cum THERMAL). C.2.1.8The detectors shall be provided with a LED. The LED will flash under normal conditions,

indicating that the detector is operational and in regular communication with the control panel. The LED shall be placed into steady illumination by the control panel, indicating that an alarm condition has been detected. It shall also be possible to connect an external remote alarm LED if required.

C.2.1.9Detectors shall have a plug-in wiring connector for ease of installation and serviceability. Easy

wiring using terminal block shall be provided to enable removing the detector without loss of power to the remaining loop.

C.2.1.10 The detectors will provide a means to test whereby they will simulate an alarm condition and

report that condition to the control panel. Such a test may be initiated at the detector itself, by activating a magnetic switch, or may be activated remotely on command from the Control Panel.

C.2.1.11 The detectors shall have fully coated circuit boards, RF/transient protection circuits and shall

withstands air velocities exceeding 1,500 feet-per-minute without triggering false alarm. C.2.2 ANALOG ADDRESSABLE PHOTO-ELECTRIC SMOKE DETECTORS

C.2.2.1 The analog addressable Photo-Electric smoke detectors shall use the Photo-Electric (light-

scattering) principle to measure smoke density and shall, on command from the control panel, send data to the panel representing the analog level of smoke density. The sensors shall be monitored continuously to measure any change in their sensitivity because of the environment (dirt, smoke, temperature, humidity, etc.). The sensor shall provide advanced indication of the analogue value of the level of smoke density to the panel that maintenance is required thus reducing the maintenance required to inspect routinely all sensors, in order to ensure normal operation.

C.2.3 ADDRESSABLE THERMAL DETECTORS

The addressable Thermal sensor shall have low profile and operate on the combination of “rate of rise” and “fixed” temperature principles with fixed temperature set point at 135F (58C) & have a rate-of-rise element rated at 15F(9.4C) per minute. It shall connect via 2 wires to the fire alarm control panel signaling line circuit.

C.2.4 ANALOG ADDRESSABLE PHOTO-ELECTRIC CUM HEAT DETECTORS

The analog addressable photo-electric cum Heat detector shall use both photo-electric (light scattering) principle as well as on thermal sensing by combination of rate of rise and fixed temperature.

C.2.5 ADDRESSABLE INPUT MODULE

Page 102: 03NITCEEZV201617

101

AE (P) / EE (P)

C.2.5.1 The addressable input module shall allow the connection of simple contacts to an addressable detection line of the control panel. No separate power supply shall be required. The addressable monitor module shall represent one address on the control panel.

C.2.6 ADDRESSABLE OUTPUT MODULE C.2.6.1 Addressable output Modules shall be provided to allow a compatible Main fire alarm control

panel to switch discrete contacts by code command. The Module shall mount in a standard electrical box or to a surface mounted back box. The Module shall provide two isolated sets of Form-C contacts for fan shutdown and other auxiliary control functions.

C.2.6.2 The Module contact ratings shall support up to 1 Amp/30 VDC of Inductive load or

2Amps/30VDC (coded) of Resistive load (up to 3 Amps in non-coded applications). The relay coil shall be magnetically latched to reduce wiring connection requirements and to insure that 100% of all auxiliary relays or may be energized at the same time on the same pair of wires.

C.2.6.3 The Module shall provide address-setting and shall also store an internal identifying code that

the Main fire alarm control panel shall use to identify the type of device. An LED shall be provided that shall flash under normal conditions, indicating that the Module is operational and is in regular communication with the control panel.

C.2.6.4 A magnetic test switch shall be provided to test the module without opening or shorting its

internal circuit wiring.

C.2.6.5 The interface unit shall be suitable for connecting normally open (N.O.) alarm initiating devices such as pressure switch, flow switch, level switch, potential free contacts etc in the addressable loop.

C.2.6.6 The interface unit shall be a sealed electronic unit with individual address. It shall be housed in a metallic/high impact plastic enclosure and suitable for indoor/outdoor installation.

C.2.6.7 The operating voltage shall be 20 V to 28 V D.C C.2.7 ADDRESSABLE MANUAL CALL POINT:

C.2.7.1 The manual Call Box units shall be addressable type and suitable to connect with two wires to

the Main fire alarm control panel, Signaling Line Circuit (SLC) loops. C.2.7.2 These Units shall be designed for semi-flush mounting. C.2.7.3 The Units shall be either with Push And Pulling Lever to activate the unit or with Pulling lever

and breakable glass rods such that the front glass rod is broken on pulling the lever to activate the unit.

C.2.7.4 Manual Call points shall be connected with two wires to one of the control panel SLC loops. The

Manual Station shall, on command from the control panel, send data to the panel representing the state of the manual switch.

Page 103: 03NITCEEZV201617

102

AE (P) / EE (P)

C.2.7.5 The word FIRE shall appear on the front of the stations in 1.75 inches or larger. Manual Call Point shall be electrically compatible with standard range of detectors so that it can

be connected directly into the system. The manual call points shall be addressable and identifiable by the master fire alarm control panel, Address assignments shall be set electronically and reside within the station in non volatile memory.

C.2.7.6 It shall be of pleasant streamlined and flat appearance permitting its use as flush,

surface mounted or semi flush mounting. C.2.7.7 It shall have a built-in LED lighting up automatically to confirm its actuation. C.2.7.8 Operating instructions must be clearly marked in the Manual call Point. C.2.7.9 All Manual Call stations shall be furnished with a spare glass rod. C.3 OTHER DEVICES: C.3.1 FAULT ISOLATOR MODULE C.3.1.1 Fault Isolator Modules shall be provided to automatically isolate wire-to-wire short circuits on an

SLC loop. The Isolator Module shall limit the number of modules or detectors that may be rendered inoperative by a short circuit fault on the SLC Loop. At least one isolator module shall be provided after group of 10-20 detectors.

C.3.1.2 If a wire-to-wire short occurs, the Isolator Module shall automatically open-circuit (disconnect)

the SLC loop. When the short circuit condition is corrected, the Isolator Module shall automatically reconnect the isolated section of the SLC loop.

C.3.1.3 The Fault isolator module shall be an automatic switch and shall open when the line voltage

drops below 4 volts. C.3.1.4 The Fault Isolator Module shall not require any address setting, and its operations shall be totally

automatic. It shall not be necessary to replace or reset an Isolator Module after its normal operation.

C.3.1.5 The Fault Isolator Module shall mount in a standard electrical box or in a surface mounted back

box. It shall provide a single LED that shall flash to indicate that the Isolator is operational and shall illuminate steadily to indicate that a short circuit condition has been detected and isolated.

C.3.2 RESPONSE INDICATOR C.2.2.1 The response indicator shall provide a remote indication for any analogue addressable detector

installed above the false ceiling. C.2.2.2 The response indicator shall be driven directly from its associated local detector. C.2.2.3 The connection to the response indicator shall be monitored for open and short circuits.

Page 104: 03NITCEEZV201617

103

AE (P) / EE (P)

C.2.2.4 Each Response indicator shall be looped with detectors above the false ceiling. C.4 BATTERIES:

C.4.1 The battery shall have sufficient capacity to power the fire alarm system for not less than 24 hours upon a normal AC power failure.

C.4.2 Battery Capacity Calculation shall be submitted to Engineer – in charge for their approval. C.4.3 The batteries are to be completely maintenance free. No liquids are required to replenish. C.5 ELECTRONIC HOOTERS: C.5.1 ADDRESSABLE TYPE SOUNDERS: C.5.1.1. The dual tone electronic sounder provided shall be such that it gives discontinuous /intermittent

audible alarm automatically whenever automatic /manual detector operates and is distinct from the background noise in every part of the premises.

C.5.1.2 The mode of the alarm sounders shall be quite distinct from any other sounder to be

heard. All hooters shall produce a similar sound and shall maintain the same during their

operation. Hooter shall be complete with electronic oscillations, magnetic coil (sound coil) and accessories, ready for mounting (fixing) and confirming to IS : 2189 – 1999.

Page 105: 03NITCEEZV201617

104

AE (P) / EE (P)

SCHEDULE OF DEPARTURE FROM SPECIFICATIONS

Ref to Clause of the Specification Description of Deviation Reason for Departure 1) 2) 3) 4) 5) 6) 7) 8) 9) 10) Certified that except for departure mentioned above tender is in accordance with CPWD General Specifications for Electrical works, BIS Code of practice (IS: 2189 – 1988) for Selection, Installation and Maintenance of Automatic Fire detection and Alarm system with amendments up to date, CPWD General Specifications for Electrical works Part - I Internal - 2013 as amended upto date, CPWD General Specifications for Electrical works Part - II external - 1994 as amended upto date and in accordance with detailed requirements specified in tender specifications /BOQ.

(Signature of the contractor)

Page 106: 03NITCEEZV201617

105

AE (P) / EE (P)

SECTION – 3

CERTIFICATE

Certified that the items of the work as described in the Schedule of Quantities in Price Bid have been read in conjunction with the Technical Specifications and the Scope of Work has been fully understood by us. Further, we also certify that there are no departures from the nomenclature of items specified in the Schedule of Quantities except those specifically brought out in the “Schedule of departure from Specifications “.

SIGNATURE OF THE CONTRACTOR

Page 107: 03NITCEEZV201617

106

AE (P) / EE (P)

SCHEDULE OF QUANTITIES (ELECTRICAL)

SH: 18 :WIRING

18.1

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 steel conduit, with modular switch, modular plate, suitable GI box and earthing the point with 1.5 sq.mm. FR LS PVC insulated copper conductor single core cable etc as required.

i)Group -C Points 581

18.2

Wiring for light/ power plug with 2X4 sq. mm FRLS PVC insulated copper conductor single core cable in surface/ recessed steel conduit alongwith 1 No 4 sq. mm FRLS PVC insulated copper conductor single core cable for loop earthing as required.

Meter 500

18.3

Wiring for light/ power plug with 4X4 sq. mm FRLS PVC insulated copper conductor single core cable in surface/ recessed steel conduit alongwith 2 Nos 4 sq. mm FRLS PVC insulated copper conductor single core cable for loop earthing as required.

Meter 200

18.4

Wiring for circuit/ submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor, single core cable in surface/ recessed steel conduit as required

i)2 x 1.5 sq.mm + 1 x 1.5 sq.mm earth wire Meter 450 ii)2 x 6 sq.mm + 1 x 6 sq.mm earth wire Meter 50 iii)4 x 10 sq.mm + 2 x 10 sq.mm. earth wire Meter 400

18.5

Supplying and fixing of following sizes of steel conduit along with accessories in surface/recess including painting in case of surface conduit, or cutting the wall and making good the same in case of recessed conduit as required.

i)20 mm Meter 500 ii)25 mm Meter 500 iii)32 mm Meter 200

18.6 Supplying and drawing of UTP 4 Pair Cat 6 LAN cable in the existing surface/ recessed steel/ PVC conduit etc as required.

Meter 1000

SH: 19 :FAN & FITTINGS

19.1 Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box including connections but excluding modular plate etc. as required.

Each 137

19.2

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.

Each 33

Page 108: 03NITCEEZV201617

107

AE (P) / EE (P)

19.3 Supplying and fixing following size/ modules, GI box alongwith modular base & cover plate for modular switches in recess etc as required.

i)1 or 2 Module (75mmX75mm) Each 6 ii)3 module (100 mmx 75mm) Each 40

19.4 Supplying and fixing following modular switch/ socket on the existing modular plate & switch box including connections but excluding modular plate etc. as required.

i)LAN Socket outlet (RJ 45) Each 20 ii)25 amp modular starter Each 4 iii)TV antenna socket outlet Each 4

19.5 Supplying and fixing skirting foot light with white LED in the Modular box i/c connection,testing, commissioning etc as reqd

Each 40

19.6 Supplying and fixing 3 pin, 5 amp ceiling rose on the existing junction box/ wooden block including connection etc as required.

Each 210

19.7

Supplying and fixing of indoor decorative recessed mounted Energy efficient LED luminaire of 600mmx600mm size with power rating not more than 36 watt and lumen output not less than 3000 lumens complete with electronic driver and all other accessories suitable for 230 V,50 Hz supply as reqd. (Similar to model no:RC380B G2 LED355-4000 PSU OD WH, Make: Philips or similar make of CG / WIPRO/BAJAJ)

Each 53

19.8

SITC of recessed mounting type Circular LED downlighter with power rating not more than 24 watt having minimum lumen output of 1500 lumens complete as required along with electronic driver etc as required. (For Auditorium & Entrance Hall) (Make: Philips DN194B LED15S-4000PSUWHSI C or equivalent of Wipro / Zumtobel / ENdo / GE)

Each 163

19.9

Supplying and fixing of Energy efficient surface mounted Circular LED downlighter with power rating not more than 15 W and nominal lumen output not less than 1000 lumens complete with electronic driver and all other accessories suitable for operation on 230 V, 50 Hz supply as reqd. (Similar to PHILIPS model no: DN194B LED155-4000PSUWH SI or similar make of / WIPRO / GE / ZUMTOBEL / ENDO )

Each 64

19.10

Supplying and fixing bulk head LED light fitting on wall complete with all accessories having minimum system lumen 600 etc as required. (Similar to Phillips ENDURA or equivalent of CG/Wipro)

Each 5

19.11

S.I.T.C. of 1200 mm (5 Star Rated) sweep ceiling fan i/c wiring the down rod of standard length (upto 30 cm ) with 1.5 sq mm FR PVC insulated copper conductor single core cable etc. as required.

Each 137

19.12 Supplying and fixing extra down rod of 20 cm length G.I pipe 15 mm diavy gauge including painting etc. as required

Each 800

Page 109: 03NITCEEZV201617

108

AE (P) / EE (P)

19.13

Supply, installation, testing and commissioning of 450 mm sweep 900 RPM exhaust fan i/c cutting the hole to suit the size and making good the damage, connection, testing, commissioning etc as required.

Each 12

19.14

Supply, installation, testing and commissioning of 300 mm sweep 900 RPM exhaust fan i/c cutting the hole to suit the size and making good the damage, connection, testing, commissioning etc as required.

Each 26

19.15

Supplying & Fixing of following type 2 mm thick photo luminescent signage’s non-toxic, non-radio active maintenance free self glowing safety signage’s comprising of supplied chargeable crystals to glow in the dark with high intensity luminous 1.2 mm aluminum sheet properties by chemical coated (Vinayal & Tap not accepted) and covered with UV protection layer printed with graphic symbol etc as required.

i)For EXIT (Size 12" x 6") Each 6 ii) For ENTRANCE (Size 16" x 6") Each 3 iii)For TOILET (size 12"x 6") Each 4

19.16

Suppyling and fixing 400 mm sweep wall fan aerodynamically rotor blade with fixing arrangement in wall,suitable for 230v.50 HZ AC supply i/c connection with 1.5 sqmm copper wire etc as reqd.

Each 35

19.17

Supplying and fixing of Energy efficient surface mounted LED flood lighting luminaire with power rating not more than 70 W and nominal lumen output not less than 7000 lumens complete with electronic driver and all other accessories suitable for operation on 230 V, 50 Hz supply as reqd. (Similar to PHILIPS model no: BVP120 LED 70 CW NB FG S1 PSU GR or similar make of / WIPRO / GE / ZUMTOBEL / ENDO )

Each 8

SH: 20 :DB & SWITCHGEARS

20.1

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, earth bar, din bar, interconnections, powder painted including earthing etc. as required. (But without /RCCB/Isolator)

i)4way (4 + 12), Double door Each 3 ii)8 way (4+24) Double door Each 8

20.2

Supplying and fixing following ways surface/recess mounting,vertical,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 with 100 amps TP 16 KA MCCB as incomer,interconnection between incomer MCCB and bus bars(but without MCB's/MCCB) as required.(Note:Vertical type MCB TPDB is normally used where 3 phase outlets are required.)

Page 110: 03NITCEEZV201617

109

AE (P) / EE (P)

i)8 way Each 1

20.3

Supplying and fixing following ways surface/recess mounting,vertical,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 with 160 amps TP 16 KA MCCB as incomer,interconnection between incomer MCCB and bus bars(but without MCB's/MCCB) as required.(Note:Vertical type MCB TPDB is normally used where 3 phase outlets are required.)

i)8 way Each 1

20.4

Supplying and fixing 5 amps to 32 amps ratting 240/415 volt ‘C’ series, miniature circuit breaker of suitable for lighting and other load of following poles in the existing MCB DB complete with connections, testing and commissioning etc. as required.

i)Single pole Each 228

20.5

Supplying and fixing following rating 415 volt ‘C’ curves, miniature circuit breaker suitable for lighting and other load of following poles in the existing MCB DB complete with connections, testing and commissioning etc. as required.

i)63 Amps TP&N Each 16 ii)40 Amps TP&N Each 6

20.6

Supplying, installation, testing & commissioning of Indoor type IP43 construction, Wall mounted Cubical Panel Board suitable for 415V, 3 Phase, 4Wire, 50Hz AC supply system, fabricated in compartmentalized design from CRCA sheet steel of 2 mm thick for frame work and covers, 3mm thick for gland plates i/c cleaning & finishing complete with 7/8 tank process for powder coating in approved shade, having following capacity 4 strip Pre insulated Al. Busbar of high conductivity, DMC/ SMC busbar supports, bottom base channel of MS section not less than 75mmx50mmx5mm thick, 2 nos. earthing stud and continious run of earthing strip at the bottom of the panel, control wiring with 1.5 sq.mm. FR LS PVC insulated copper conductor S/C cable, cable alleys, individual cable gland plate for each outgoing, i/c providing following switchgears, connection & interconnection etc as required. (General arrangement and schematic Drawings to be approved by the Deptt. before start of fabrication) Note- All MCCB's shall be Ics=Icu with thermal - magnetic based release with overload & short circuit with adjustable settings .

Job 1

Incoming

400A, 4P,36kA MCCB (Make of MCCB: Legrand DPX 250 / L&T / C&S)-1 No.

Digital Multi function Meter of accuracy class 1.0 (Make: L&T/Rishabh/ AE/ Conzerve) - 1 No.

R, Y, B phase indicating lights (LED Type ) - 1 Set

Page 111: 03NITCEEZV201617

110

AE (P) / EE (P)

2 A, 10KA , SP MCBs for instrument protection.-3 Nos (Make: Legrand/L&T/C&S)

Bus Bar

400 A, 415V, 50 Hz FP Pre insulated Al. Bus bar with cast resin type CT of 400/5A of 15VA burden-1 set

Outgoing

100A, 4P, 25kA MCCB (Make of MCCB: Legrand DPX 160/ L&T/C&S)-3Nos.

125A, 4P, 25kA MCCB (Make of MCCB: Legrand DPX 160/ L&T/ C&S)-5 Nos.

SH: 21 :LIGHTNING CONDUCTOR.

21.1

Providing and fixing lightning conductor finial made of 25mm dia 300mm long copper tube having single prong at top wth 85mm dia 3mm thick copper base plate including holes etc complete as required .

set 4

21.2 Providing and fixing of G.I tape 20mm X 3mm thick on parapet or surface of wall for lightning conductor as required . ( Horizontal run )

Mtr 150

21.3 Providing and fixing of G.I tape 20mm X 3mm thick on parapet or surface of wall for lightning conductor as required . ( Vertical run )

Mtr 90

21.4 Providing and fixing testing joint of 20mm X 3mm thick G.I strip , 125mm long with 4nos G.I bolt, nut, check nut & spring washer as required .

set 4

21.5 Providing and laying 32 mm x 6 mm G.I tape from earth electrode directly in ground as required. Mtr 40

21.6

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.

set 4

21.7

Providing and fixing 25mm X 5mm G.I strip in 40 mm dia G.I.pipe from earth electrode i/c connection with G.I nut bolt,spring washer excavation and refilling etc.as required .

Mtr 10

21.8 Providing and fixing 25mm X 5mm G.I strip on surface or in recess for connection etc.as required . Mtr 10

SH: 22 :FIRE FIGHTING (WET RISER SYSTEM)

22

Supplying, Installation, testing and commissioning of the Electric Motor driven Fire Pump Set for Wet Riser system suitable for manual and automatic operation and consisting of the following:

Page 112: 03NITCEEZV201617

111

AE (P) / EE (P)

i)

Horizontal centrifugal end suction multistage fire pump of cast iron body, bronze impeller with stainless steel shaft, mechanical seal to ensure a minimum pressure of 3.5 Kg / sq. cm at the highest and farthest outlet at specified flow of 2280 LPM at 60 m head conforming to IS 1520. (The pump should also be capable of giving 150% of rated discharge at a head not less than 65% of the rated head)

ii)

Suitable HP squirrel cage AC induction motor, TEFC, synchronous speed of 1500 RPM suitable for operation on 415 Volts 50 Hz, 3 phase, AC supply with IP 55 protection for enclosure, horizontal foot mounted type with class F insulation, conforming to IS 325.

iii) MS Fabricated common base plate, coupling, coupling guard, foundation bolts etc as required.

iv) Suitable cement concrete foundation duly plastered with anti vibration pads set 1

22

Supplying, Installation, testing and commissioning of Diesel Engine driven Main Fire Pump set suitable for automatic operation and consisting of following: complete in all respects as required.

i)

Horizontal centrifugal end suction multistage fire pump of cast iron body, bronze impeller with stainless steel shaft, mechanical seal to ensure a minimum pressure of 3.5 Kg / sq. cm at the highest and farthest outlet at specified flow of 2280 LPM at 60 m head conforming to IS 1520. (The pump should also be capable of giving 150% of rated discharge at a head not less than 65% of the rated head)

ii)

Suitable HP 1500 RPM water cooled with radiator diesel engine conforming to relevant BS & IS standard complete with auto starting mechanism, 12V/24 V electric starting equipment, diesel tank, exahust pipe extended upto 1 m outside pump house duly insulated with 50 mm thick glass wool with 1 mm thick aluminium sheet cladding, residential silencer, instruments and protection as per specification, stop solenoid for auto stop in the event of fault with audio indications, painted with post office red colour etc as required.

iii) MS fabricated common base plate, coupling, coupling guard, foundation bolts etc as required.

iv) Suitable cement concrete foundation duly plastered with anti vibration pads. set 1

22.3

Supplying, Installing, Testing and Commissioning of electric driven pressurisation pump suitable for automatic operation and consisting of following complete in all respects as required.

i)

Horizontal type centrifugal end suction multistage fire pump of cast iron body, bronze impeller with stainless steel shaft, mechanical seal and flow of 180 LPM at 60 m head conforming to IS 1520.

Page 113: 03NITCEEZV201617

112

AE (P) / EE (P)

ii)

Suitable HP squirrel cage AC induction motor, TEFC, synchronous speed of 1500 RPM suitable for operation on 415 Volts 50 Hz, 3 phase, AC supply with IP 55 protection for enclosure, horizontal foot mounted type with class F insulation, conforming to IS 325.

iii) MS fabricated common base plate, coupling, coupling guard, foundation bolts etc as required.

iv) Suitable cement concrete foundation duly plastered with anti vibration pads. set 1

22.4

Providing laying testing and commissioning of C Class heavy duty MS pipe conforming to IS 1239 i/c fitting like elbows, tees, flanges, tapers, nuts bolts, gaskets etc fixing the pipe on the wall / ceiling with suitable clamps and painting with two or more coats of sysnthetic enamel paint of requred shade complete as required.

i)100 mm dia Mtr 60

22.5

Providing laying testing and commissioning of C Class heavy duty MS pipe conforming to IS 1239 i/c fitting like elbows, tees, flanges, tapers, nuts bolts, gaskets etc in ground including excavation and providing cement concrete blocks as supports, anti corrosive treatment with coaltar / asphalt tape as per IS 10221 refilling the trench etc as required..

i)100 mm dia Mtr 150

22.6

Supply, fixing, testing and commissioning of CI double flanged type butterfly valve of class PN 1.6 as per IS: 780 of 1984 of following sizes complete i/c necessary rubber insertions, nuts, bolts etc as reqd.

i)100 mm dia Each 2.00

22.7

Providing, fixing including testing and commissioning the following sizes of wafer type non-return valves made out of C.I. body dual plate conforming to IS 5312 complete with flanges, bolts and nuts, rubber insertions etc.as per specification complete as required.

i)100 mm dia(Horizontal) Each 4

22.8 Providing, fixing including testing and commissioning the following size of gun metal Gate valves with threaded end, ISI marked etc.as per specification complete as required.

i)100 mm dia Each 4

22.9

Providing, fixing including testing and commissioning of 100 mm dia pressure gauge of range 0 - 15 Kg / sqcm conforming to IS - 3624 having bourdon tube of stainless steel 310 in cast aluminium,stove enamelled, black, weather proof case with outer, screwed aluminium bezel and complete with necessary U-type stainless steel siphon tube and cock including providing suitably painted angle iron support to the tube etc.as per specification complete as required.

Each 4

Page 114: 03NITCEEZV201617

113

AE (P) / EE (P)

22.10

Providing and fixing internal hydrants comprising double headed double outlet gun metal landing valves conforming to type -B of IS: 5290-1977 with separate valves one on each of the two heads, cap and chain arrangement of one head of the outlet with an instantaneous pattern female coupling suitable for connecting to hose pipe and adaptor on the other head for first aid hose reel connection, GI Tee tapping from the wetriser, distance piece and any other accesories as required. INTERNAL HYDRANTS

Each 8

22.11

Providing, fixing and testing of 2 lengths of 63 mm dia,15 mtrs. long rubber lined woven jacketed hose pipe, type-A, ISI marked (Reinforced Rubber Lined) of IS:636 complete with necessary instantaneous spring lock type copper wire bounded ss coupling, at the ends to match with landing valves / hose pipe/ branch pipe etc. as per specification complete as required. HOSE PIPES

Each 16

22.12

Supplying and fixing first aid hose reel with MS construction spray painted in post office red conforming to IS:884 comprising of hose reel drum, swinging type fixing bracket, 19 mm size shut off nozzle and G.M. gate valve, (ISI marked) and Thermoplastic hose of 19 mm dia x 30 mtr. long Type 2 as per IS 12585, connections from riser with 40 mm dia stop valve etc. as per specification complete as required. FIRST AID HOSE REEL

Each 8

22.13

Supplying and fixing 63mm dia branch pipe of gunmetal complete with male instantaneous spring lock type coupling (for connection to the hose pipe ) on one end, 20mm dia (internal ) nozzle of copper /gunmetal having screw thread and hexagonal head at the inlet end to facilitate screwing of nozzle on the branch pipe both confirming to IS: 903-1985 complete as required

Each 8

22.14

Providing, fixing, testing and commissioning of 'SIAMESE' type Fire Service inlet connection with 4 instantaneous male inlet of 63 mm dia built in spring type non-return couplings, 1 no 100 mm dia non return valve, plug and chains etc., fitted on 100 mm dia x 1 mtr. long GI pipe header in the existing cabinet etc. as per specification complete as required. FIRE BRIGADE INLET for SUMP

Each 1

22.15

Providing, fixing including testing and commissioning air vessel tank fabricated out of 8 mm thick steel and hot dip galvanised conforming to IS:4736-1966 having 300 mm dia and a height of 1.2 mtr with dished ends and supporting legs, drain with valve, Air release nipple with plug, mounted on the terrace, with 15mm dia air release valve, necessary piping, etc. as per specification complete as required.

Each 4

Page 115: 03NITCEEZV201617

114

AE (P) / EE (P)

22.16

Fabricating, Supplying, installation, testing & commissioning of Indoor floor mounted modular construction, extendable type, compartmentalized cubicle panel of suitable size, fabricated from cold rolled sheet steel 2 mm thick for enclosure, 1.6 mm thick for doors, top covers and partitions with stiffeners whereever required, having vibration free structure chemically treated with seven tank process, epoxy powder coated, making earth connection, with suitable Electrolytic grade high conductivity copper busbar, suitable for operation on 3 phase 415 V 50 HZ AC supply i/c providing and fixing the following switchgear mounted thereon complete with gaskets and interconnections. The board shall be dust free, vermin proof, totally enclosed, confirming to protection class IP 42, free standing type with suitable cable alleys.

INCOMING SECTION :

I) 315 Amps. 4P MCCB 35 KA panel mounting type. -- 1 No. ii) Digital Load manager with suitable ratio CTs - 1 Set. iii) 400 Amps 4 strip Copper bus bars --1 set iv) LED type Phase indicating lamps -- 3 Nos.

OUTGOING SECTION

i)

Electric fire pump section with 200 A, 35 KA panel mounting type TP MCCB with suitable HP fully automatic star/delta starter with over load protection, current sensing type single phase preventer complete with all accessories and internal wiring required for automatic operation selector switch for local / remote, auto / manual / Off opeation

ii)

Pressurisation pump section with 63 A TP MCCB, 10 KA rating with suitable HP fully automatic star/delta starter with over load protection, current sensing type single phase preventer complete with all accessories and internal wiring required for automatic operation selector switch for local / remote, auto / manual / Off opeation

iii)

Control for Diesel Engine comprising: a) Auto / manual selector switch and 3 attempt starting device, timers and relays as required, push buttons, start / stop in manual mode. B) indication lamps for High / Low lub oil pressure, high water temperature and engine ON indication c) Battery charger suitable for 12 V / 24 V DC with boost and trickle selector switch, 0-30 V DC voltmeter, 0-20 A DC ammeter d) All standard relays and accessories for automati operation of diesel engine

iv)

Pressurisation pump section with 63 A TP MCCB, 10 KA rating with suitable HP fully automatic star/delta starter with over load protection, current sensing type single phase preventer complete with all accessories and internal wiring required for automatic operation and

Page 116: 03NITCEEZV201617

115

AE (P) / EE (P)

selector switch for local / remote, auto / manual / Off operation

v)

System controller: Designing supply installation testing and commissioning of system controller to control operation of Main Electric Fire pump, Diesel pump, pressurisation pump, terrace pump in sequence as per specification consisting of relays, timers, sensors, annunciation window for fault indication, complete as required.

Job 1

22.17

Supplying of following sizes of XLPE insulated and PVC sheathed Armoured aluminium conductor cable of 1.1 KV grade on surface on wall / ceiling / floor etc as per specification complete as required.

i) 3 x 120 sq. mm. ( for Main Fire pump ) Mtr 50 ii) 3 x 25 sq. mm. ( for jockey pump ) Mtr 50 SH: 23 :EARTHING

23.1

Earthing with GI earth plate 600 mm X 600 mm X 6 mm thick i/c accessories, and providing masonary enclosure with cover plate having locking arrangement and watering pipe of 2.7 m long etc with charcoal / coke and salt etc as required

set 2

23.2

Providing and fixing 25 mm X 5 mm GI strip in 40 mm dia GI pipe from earth electrode i/c connection with GI nut, bolt, spring, washer excavation and refilling etc as required

Mtr 10

23.3 Providing and fixing 25 mm X 5 mm GI strip on surface or in recess for connections etc as required Mtr 10

SH: 24 :FIRE ALARM SYSTEM

24.1

Supplying, installation, testing and commissioning of Optical type Addressable smoke Detector including connections etc. above false ceilling on a suitable MS Junction box / below the false ceiling complete as per specifications complete as required

Each 100

24.2

Supplying, installation, testing and commissioning of Addressable Heat Detector including connections etc. above false ceilling on a suitable MS Junction box / below the false ceiling complete as per specifications complete as required

Each 4

24.3

Supplying, installation, testing and commissioning of LED type Response Indicator having 2 Nos. red coloured LED lamps including connections etc. as per specifications complete as required.

Each 50

Page 117: 03NITCEEZV201617

116

AE (P) / EE (P)

24.4

Supplying, installation, testing and commissioning of semi-flush mounted Addressable Manual Pull Station (Manual call point), ‘UL’ listed, including visual indicator for activated condition, built- in bicolor LED (Flashes in normal operation and steady red when in alarm), key reset, decimal rotary switch, connections etc. complete as required.

Each 10

24.5

Supplying, installation, testing and commissioning of fault isolator module including mounting accessories connections etc. as per specifications complete as required.

Each 5

24.6

Supplying, installation, testing and commissioning of Analog addressable Control modules/Relay modules/Monitor modules/Input modules including mounting accessories connections etc. as per specifications complete as required.

Each 5

24.7

Supplying, installation, testing and commissioning Addressable type low intensity dual tone electronic hooter alongwith flasher and having sound output of 90-100dB at 1 mtr suitable for indoor application and suitable for operation on 24V DC supply including connections etc. as per specifications complete as required.

Each 4

24.8

Supplying, installation, testing and commissioning Addressable type high intensity dual tone electronic hooter alongwith flasher and having sound output of 90-120dB around 10 Km radious suitable for outoor application and suitable for operation on 24V DC supply including connections etc. as per specifications complete as required.

Each 1

24.9

Supplying, installation, testing and commissioning of 2 loop Analog intelligent, Main Fire Alarm Control panel to accept 318 Addressable detectors / devices per loop suitable for operatiopn on 230 V, 1 Ph, 50Hz, AC supply with sufficient number of control relay modules, data entry, programming and comprising of the following as per specification complete as reqd.

Intelligent Detection Panel : MAIN FACP

i) Microprocessor based Central processing unit of at least 32 bit device, EPROM, non volatile memory with real time clock for communicating and controlling the intelligent / addressable devices and History buffer of 5000 events with time and date stamp.

ii) 10 Signaling Line Circuits capable of communicating 159 Addressable detectors and 159 Addressable modules.

iii) Operator interface, control and annunciation panel with at least 500-character back-lit alphanumeric liquid crystal display, system status LED's, two level password access and with alphanumeric key pad.

iv) One no. serial EIA -232 / Centronics parallel interface to connect printers and other similar peripherals.

Page 118: 03NITCEEZV201617

117

AE (P) / EE (P)

v) Suitable capacity Maintenance free battery with 24 hours back up alongwith battery charger.

vi) The cabinet shall be corrosion proof, with manufacture standard finish and having door lock and transparent viewing facility of the front panel alongwith painting with rust-resistant prime coat complete as rqed.

set 1

24.10

Supplying and laying/fixing of 2 core 1.5 Sq.mm 1100 V grade with Low Smoke Zero Halogen PVC outer sheathing, XLPE insulated copper conductor armoured cable including connections etc.as required on surface above false ceiling complete as required.

Mtr 2000

FIRE EXTINGUISHER

24.11

Supplying, installing, testing and commissioning of 4.5 kG capacity stored pressure type carbon dioxide type fire extinuishers made from brand new seamless drawn steel cylinder as per IS 7285 with ISI mark, fitted with wheel valve as per IS 3224 with ISI mark, with discharge bend and horn and complete with initial charge as per IS 15683 with ISI mark and wall bracket complete as required.

Each 8

24.12

Supplying, installation, testing and commissioning of ABC stored pressure type Fire extinguishers of 4 KG capacity fitted with discharge control valve and pressure gauge, filled with mono ammonium phosphate powder as per EN 3615 approved and supplied complete with initial charge as per IS: 15683 with ISI mark and wall bracket complete as required.

Each 8

24.13

Supplying, installation and testing of 2 kG capacity Eco Friendly, Stored pressure type filled with HFC 134 A ( clean agent fire extinguishant having Zero Ozone depletion potential ) Clean Agent Fire Extinguishers with safety seal, pressure guage, controllable discharge mechanism, helium leak detection tested and conforming to IS 15683 complete with initial charge as required.

Each 6

Assistant Engineer (P) Executive Engineer(P) BCEC, CPWD, Bhubaneswar BCEC, CPWD, Bhubaneswar