You are on page 1of 369

INDEX

Name of Work: “C/o Infrastructure (Non-residential & residential building) for CISF
10th Reserve Battalion, at Lakkur village, Bangalore in EPC mode (Design and Build
basis). SH : SH : C/o 10 Bedded Hospital, Family Welfare Centre, Sarvadharmasthal &
development works and services in western part of campus, i/c internal electrical
installations, water supply and sanitary installations and STP of 120 KLD

.” DESCRIPTION Page No
Index
.
Important instructions for Executive Engineer for e-tendering(shall not form i-iv
part of tender document)
Part
NIT A : (For all components of work)
Composite N.I.T./Tender Paper 1
Information & instructions for Bidders for e-biding forming part of bid 2 -5
document and to be posted on website.
Annexure 1 & 2 6-7
Design Considerations & Requirements (Civil Work) 8-11
Undertaking on Structural Design 12
Scope of work 13-17

NIT Form CPWD-6 18-23


Guidelines regarding signing of Integrity Pact 24
Integrity Pact 25-32
Form of Earnest Money Deposit (Bank Guarantee) 33
Form of Performance Security (Guarantee) & guarantee to be executed after 34-37
completion for water proofing

NIT Form CPWD-7( Percentage rate tender and contract for works) 38
Acceptance 39
Proforma of Schedules : A to F (For Civil & Electrical Components) 40-55
i) Equipments for Testing of Materials & Concrete at Site Laboratory 52-53
(Table-1) (Annexure-II)
ii) Plant and Equipment required to be Owned / Taken on lease by the 49-50

Technical staff requirement 54

Part B : General/Special conditions Particular Specifications (Civil


component)
1 Special Conditions 56-82
2 Special Conditions for Green Building 83-89
3 Special Conditions for cement 90-91
4 Special Conditions for steel 91-92
5 Additional conditions and particular specifications for RCC Works 93-100
6 Particular specifications and additional conditions for water proofing work 101-103
DESCRIPTION Page No

7 Additional Specifications 104-116

Particular conditions for STP 117-121


Special conditions for environmental clearance 122-125
Detailed Specification 126-151
Schedule of fitting for doors and windows, kitchen, bath & toilet 152

Schedule of payment for Civil work 158-163


153-159
List of approved make of materials (for civil works) 160-163
List of Architectural Drawings 164
Extract of Soil investigation report 165-170
Part-C: Technical Specifications & Additional Conditions For
Electrical component
Proforma of schedules (Electrical works) 171-175

Brief scope of electrical works & brief description of activities 176-179


General conditions 180-182
Additional specifications for internal EI works 183-185

Schedule of payment of each subhead 186-191

Special conditions for all specialized E&M components 192-193

Minimum eligibility components criteria for E&M components 194-197

Form –N,P,Q. 198-200


General conditions for all E&M packages 201-207

Inventory of E&M materials 208-217

Commercial & additional conditions for fire fighting system & fire alarm 218-233
system
Specification for lift 234-236

Special conditions for sewage treatment plant 237-241

Form of supplementary agreement 242-243


List of preferred makes of materials for STP 244

Preventive maintenance programme 245-246


Additional & commercial conditions for solar water heating system 247-249

List of preferred makes of materials 250-255

Additional conditions , technical specification & list of preferred make for 256-263
sub station and DG set

PART-D FINANCIAL BID


Tender Schedule for

i) Tender schedule for plinth area - Annexure-I 265

ii) Tender schedule for STP on turnkey basis - Annexure-II 266

iii) Development work Civil & Elect. Portion - Annexure-III 267-296


iv) Tender schedule for quoting 297-298

Amendments to General Conditions of Contract 2014 299-360

Architectural drawings 361-366

Certified that this NIT contains 366 Pages only

Assistant Engineer (C) Assistant Engineer (E)

Executive Engineer (C)


CENTRAL PUBLIC WORKS DEPARTMENT
NOTICE INVITING e-TENDERS

The Executive Engineer Bangalore Central Division II, CPWD, Bangalore on behalf of
President of India invites online composite percentage rate bids from approved and
eligible composite category contractors of CPWD for the following work:

NIT No. : 21/2019-20/CE/BCD-II/Bangalore

Name of Work : C/o


: Infrastructure (Non-residential & residential building) for CISF 10th
. Reserve Battalion, at Lakkur village, Bangalore. SH: 10 Bedded Hospital,
Family Welfare Centre and Sarvadharmasthal i/c internal electrical
installations, water supply and sanitary installations and STP of 120 KLD in
EPC mode (Design and Build basis). & development works and services in
western part of campus part (BoQ based).

Estimated Cost : Rs.10,56,80,617/- (Civil:Rs.7,82,52,745/- +


Electrical: Rs.2,74,27,872 /- )
Earnest money : Rs.20,56,806 /-

Period of completion : 12 months

Last time and date of submission of bid : 15:00 Hrs on 01.08.2019

The bid forms and other details can be obtained from the website
www.tenderwizard.com/CPWD or www.cpwd.gov.in and www.eprocure.gov.in

Assistant Engineer (C) Assistant Engineer(E) Executive Engineer(C)

Chief Engineer
CPWD, Bangalore
2

PART-A
INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e- TENDERINGFORMING
PART OF BID DOCUMENT AND TO BE POSTED ON WEB SITE
(Applicable for inviting open bids)

The Executive Engineer, Bangalore Central Division II, CPWD, Bangalore on


behalf of President of India invites online composite percentage bids from approved
and eligible composite category contractors of CPWD for the following work.

Estimate Last date &


Sl NIT Earnest Period of time of Time & date of
Name of work & Location d cost completion submission of opening of bid
No No. money
put to bid bid
1 2 3 4 5 6 7 9
1 C/o Infrastructure (Non-
21/2019-20/CE/BCD-II/Bangalore

residential & residential


building) for CISF 10th
Reserve Battalion, at
Lakkur village,
Civil Work: Rs. 7,82,52,745/-
Elect Works: 2,74,27,872 /-

Bangalore
Total: Rs. 10,56,80,617/-

SH: 10 Bedded
12 (Twelve) months
Rs. 20,56,806 /-

Hospital, Family
Welfare Centre and
Sarvadharmasthal i/c upto @
internal electrical 15:00 Hrs 15:30 Hrs
installations, water on on
supply and sanitary 01.08.2019 01.08.2019
installations and STP
of 120 KLD in EPC
mode (Design and
Build basis). &
development works
and services in
western part of campus
part (BoQ based)

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.
3

4. But the bid can only be submitted after deposition of original EMD either in the office of
Executive Engineer inviting bids or division office of any Executive Engineer, CPWD
within the period of bid submission and uploading the mandatory scanned documents
such as Demand Draft or Pay order or Banker‟s Cheque or Deposit at Call Receipt or
Fixed Deposit Receipts and Bank Guarantee of any Scheduled Bank towards EMD in
favour of Executive Engineer Bangalore Central Division II, CPWD, Bangalore as
mentioned in NIT, receipt for deposition of original EMD to division office of any
Executive Engineer, (including NIT issuing EE / AE), CPWD and other documents as
specified.

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

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

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

(B) The contractor can deposit original EMD either in the office of Executive Engineer
inviting bids or division office of any Executive Engineer, CPWD within the period
of bid submission. The contractor shall obtain the receipt of EMD from the
concerned Executive Engineer (including NIT issuing EE / AE ) in the prescribed
format uploaded by NIT issuing Executive Engineer.

The Bid Document as uploaded can be viewed and downloaded free of cost by anyone
including intending bidder. But the bid can only be submitted after uploading the
mandatory scanned documents such as Demand Draft/Pay order or Banker‟s
Cheque/Bank Guarantee of any Scheduled Bank towards EMD in favour of respective
Executive Engineer, copy of receipt of original EMD and other documents specified in
the press notice.

While submitting the EMD the bidders should ensure that any
insertion/addition/deletion in the FDR/TDR issued by the bank should be
properly authenticated/ stamped by the issuing bank. In the absence of which
the EMD shall not be considered in proper from and bid of the bidder shall be
rejected by the Engineer-in-charge.

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.
4

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

9. Contractor must ensure to quote the percentage rate in figures and words at
appropriate place at which he is willing to execute the work. The column meant for
quoting rate appears in pink colour and the moment rate is entered, it turns sky blue. In
addition to this, while selecting any of the cells a warning appears that if any cell is left
blank the same shall be treated as “0” (ZERO). However, if a bidder quotes nil rate, the
bid shall be treated as invalid and he will not be considered as lowest bidder.

10. Contractor should quote the percentage above or below to the placed decimal only.

11. CPWD composite category contractors shall be issued tender after production of Valid
electrical license from competent authority in the name of contractor. However, the
contractors shall be allowed to participate in tender with an undertaking that they will
either obtain valid electrical license at the time of execution of electrical work or
associate contractors having valid electrical license of eligible class.

12. List of Documents to be scanned and uploaded by bidder within the period of bid
submission :

I. Treasury Challan / Demand Draft / Pay order or Banker‟s Cheque / Deposit at


Call Receipt /FDR/Bank Guarantee of any Scheduled Bank against EMD in
favour of “Executive Engineer, Bangalore Central Division No:II, CPWD,
Bangalore”.
II. Copy of Receipt for deposition of original EMD issued from any Division
office of CPWD where bidder deposited EMD. ( Format of deposition receipt
should be as per Annexure-1 of this section)
III. Enlistment Order of the Contractor of CPWD in Composite Category and valid
on the date of opening of tender.
IV. Certificate of Registration for GST for the state in which the work is located.
OR
If the contractor is presently not working in the state in which the work is located then
he has to submit and undertaking that :
(i) I am presently not working in the state where the work is to be executed and do
not have GST Registration of the concerned state.
(ii) If the work is awarded to me, then I shall obtain GST registration within 30 days
of award of work OR before the 1st payment is made whichever is earlier.
IV. Letter of Transmittal in format as per Annexure-II of this section
VI. Copy of Electrical license of eligible class of the bidder. In case, bidder
doesn‟t have electrical license, he shall submit an undertaking that “I/We will
either obtain valid electrical license at the time of execution of electrical work or
associate contractors having valid electrical license of eligible class.”
5

13 This work requires engaging more than 20 nos. of labours / workers and therefore all
necessary licenses such as labour license, EPFO and ESI, BOCW welfare registration
etc., shall be taken by contractor within the time limits as prescribed under clause 1 of
schedule „F‟.

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

Executive Engineer (P)

APPROVED

Chief Engineer
South Zone III
CPWD, Bangalore
6

Annexure-I

Receipt of Deposition of Original EMD

Receipt No.: Date :

1. Name of Work : C/o Infrastructure (Non-residential & residential building) for


CISF 10th Reserve Battalion, at Lakkur village, Bangalore SH: 10
Bedded Hospital, Family Welfare Centre and Sarvadharmasthal
i/c internal electrical installations, water supply and sanitary
installations and STP of 120 KLD in EPC mode (Design and
Build basis). Development works and services in western part
of campus part (BoQ based).
2. NIT No. :21/2019-20/CE/BCD-II/Bangalore
3. Estimated Cost : Total: Rs. 10,56,80,617/-
(Civil Work: Rs. 7,82,52,745/-
Elect Works: Rs.2,74,27,872/-)
4. Amount of
Earnest Money Deposit : Rs.20,56,806 /-

5. Last date of submission of bid : 15:00 Hrs on 01.08.2019


…………………………………………………………………………………………………

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) / AAO)
along with Office stamp
Note :
1. The Executive Engineer of all divisions including NIT issuing division / sub-division of
CPWD should receive the original EMD for tender of other division.
2. The NIT approving authority / EE at the time of issue of NIT shall also fill and upload the
above prescribed format of receipt of deposition of original EMD along with NIT.
3. The Executive Engineer receiving EMD in original form shall examine the EMD deposited
by the bidder and shall issue a receipt of deposition of earnest money to the Contractor in
a given format uploaded by tender inviting EE. The receipt may also be issued by the
AE(P)/AE/AAO of the receiving division.
4. The Executive Engineer receiving original EMD shall also intimate tender inviting
Executive Engineer above deposition of EMD by the Contractor by
email/fax/telephonically.
5. The original EMD receiving Executive Engineer shall release the EMD after verification
from the e-tendering portal website (www.tenderwizard.com> tender free view > advance
search > awarded tenders) that the particular contractor is not L-1 tenderer and work is
awarded.
6. The tender inviting Executive Engineer will call for original EMD of the L-1 tenderer from
EMD receiving Executive Engineer immediately.
7

Annexure-II

LETTER OF TRANSMITTAL
From :
To
The Executive Engineer,
Bangalore Central Division-II, CPWD
Bangalore.

Subject: C/o Infrastructure (Non-residential & residential building) for CISF 10th
Reserve Battalion, at Lakkur village, Bangalore SH: 10 Bedded Hospital,
Family Welfare Centre and Sarvadharmasthal i/c internal electrical
installations, water supply and sanitary installations and STP of 120
KLD in EPC mode (Design and Build basis). Development works and
services in western part of campus part (BoQ based).
Sir,

Having examined details given in tender notice and bid document for the above work,
I/we hereby submit the bid along with all required information and documents.

1. I/We hereby certify that all the statements made and information supplied by
me/us are true and correct.
2. I / we have furnished all information and details necessary for bid and have no
further pertinent information to supply.
3. I/We also authorize Executive Engineer, Bangalore Central Division-II, CPWD,
Bangalore. to approach individuals, employers, firms and corporation to verify our
details, if required.

4. Certificate: It is certified that the information given by me/us in the bid are correct.
It is also certified that I/We shall be liable to be debarred, disqualified/ cancellation
of enlistment in case any information furnished by me/us is found to be incorrect.
5. Contact Details of our authorized representative are as under:
Name
Mobile Number:
Email id:
Contact Address:

Signature(s) of Bidder(s)
Name of Bidder : Seal of bidder
Contact Address :
Email Id of Bidder :
Mobile Number of Bidder(s):
8

DESIGN CONSIDERATIONS &REQUIREMENTS (CIVILWORK)

The Buildings and services of C/o Infrastructure (Non-residential & residential


building) for CISF 10th Reserve Battalion, at Lakkur village, Bangalore SH: 10
Bedded Hospital, Family Welfare Centre and Sarvadharmasthal i/c internal
electrical installations, water supply and sanitary installations and STP of 120
KLD in EPC mode (Design and Build basis). Development works and services in
western part of campus part (BoQ based) will be designed and constructed as per
minimum “3 star GRIHA Rating”. Accordingly use of fly ash / GGBS in concrete is
permitted
1. Type of Structure –The structure shall be either with conventional RCC framed cast-
in-situ construction or precast construction or Monolithic shear wall construction as
per Tenderer‟s Own Structural Designs. The tenderer should invariably adopt the
architectural plans, elevations, sections and details enclosed to tender with minor
changes if necessary with prior approval of Engineer-in-charge.
2. All concrete to be used /prepared at site shall be Design Mix concrete/ RMC as per
mix design approved by Engineer-in-charge.
3. Design criteria of RCC structural units shall conform to the Design requirements of
Latest Version of IS:456-2000.
4. Minimum grade of concrete RCC shall be of M-30 Grade as per Latest version of
IS:456-2000
5. IS marked TMT bars of various grades shall be procured from
(a) The steel Manufacturers such as SAIL, TATA steel Ltd., RINL, JINDAL steel &power
Ltd, and JSW steel Ltd or their authorised dealers having valid BIS license for IS:
1786-2008 ( Amendmant-1 November 2012).
(b) The steel manufacturers or their authorised dealers (as per DG/MAN/382 dated
06.02.2019) having valid BIS license for IS: 1786-2008 (Amendmant-1 November
2012).
6. The permissible stresses for plain and reinforced concrete shall be in accordance
with the requirements of Latest Version of IS:456-2000.
7. Components of RCC structure shall be designed for loads in accordance with IS
875(Parts l to 5) and IS 1893 (latest version). (Part 1). In addition, loads that might
be expected during the construction shall also be considered in the design.
8. Resistance to horizontal loading shall be provided by having moment resisting
frames and/or shear walls.
9. The structure shall be designed for Fire rating of two hours.
10. For shrinkage, thermal effects and lateral loads provisions of expansion Joints as per
IS 3414(Latest Version) shall be provided.
11. Frame members i.e. Beams & columns to be designed for shear moments and
deflections as per the values obtained from model analysis. All other components of
the building shall be designed with approved design programs. Design calculations
shall be provided for all the components of the structure.
12. Basic load calculations shall be provided for all values of loads applied on all
members in STAAD model./ETAB MODEL
13. Water retaining structures shall be designed in accordance with relevant
provision of IS: 3370 (Part-I to part-IV, Latest Version). In addition Earthquake
forces as per IS -1893 latest version shall also be considered.
9

14. FOUNDATION

a. Subsurface investigation shall be carried out indicating vertical sections of the


strata, testing of soil samples on the site and in a laboratory for determining
shear strength parameters, bearing capacity of the soil, permeability, index
properties, water table, compressibility characteristics, swelling properties type &
classification of soil and other geophysical information in the field to decide
economical & sound foundation type.

b. Number of Trial Pits and Borings

For a compact building site covering an area of about 0.4 hectare, one bore hole
in each corner and one in the centre should be tested. Cone penetration tests may
be performed at every 50 m by dividing the area in a grid pattern and number of
bore holes or trial pits decided by examining the variation in the penetration value
curves

c. Depth of Exploration:

(i) The bore holes shall be made upto the required depths as per IS : 1892
(Latest Version)
(ii) In weak soils, the exploration should be continued to a depth at which the
loads can be sustained without undesirable settlement and shear failure.
(iii) Water level in the bore shall be determined in accordance with, IS : 6935
(Latest Version)

d. The cement concrete foundation (plain or reinforced) shall be designed in


accordance with IS 456 (Latest Version).

e. Masonry structures (foundation & superstructure) shall be designed in accordance


with IS 1905 (Latest Version).

f. Design Considerations for Spread or Strip foundation shall be as per I.S. 1080
(Latest Version).

g. Choice of Raft Type foundation

(i) For small and fairly uniform column spacing and when the supporting soil is
not too compressible, a flat concrete slab having uniform thickness
throughout (a true mat) shall be provided. The slab may be thickened under
heavily loaded columns to provide adequate strength for shear and negative
moment. Pedestals may also be provided in such cases.

(ii) A slab and beam type of raft shall be preferred in large column spacing and
unequal column loads, particularly when the supporting soil is very
compressible.

(iii) In cohesive soils, the effect of long term settlement due to consolidation shall
be taken into consideration.

(iv) In case the structure supported by the raft consists of several parts with
varying heights and loads, expansion joints between these parts shall be
provided
10

h. Pile foundation
(i) When adequate load-bearing strata at shallow zone is not available, pile
foundation may be provided.
(ii) Choice of piling system shall be made based on the soil report values, load
values of the super-structure.
(iii) Design Consideration for Piling system shall be as per relevant provisions in
IS 2911(Latest Version).
(iv) Testing of piles and other requirements shall be as per IS 2911(Latest
Version) section-1 Para-4 and IS:14593 (Latest Version)

15. Seismic considerations

a. Dynamic analysis shall be performed on latest version of STAAD PRO


model,/ETAB/model considering Bangalore falling under Zone II. Dynamic
analysis, if required, shall be performed by Response Spectrum method using the
design spectrum specified under relevant clause of IS code1893 (Latest Version).
RC building frame system shall be designed and detailed to provide ductile
behaviour and shall comply with the requirements given in IS 4326 and IS 13920.
In the buildings with Dual frame system, the RC frame as well as the shear walls
shall be designed and detailed to provide ductile behaviour and comply with the
requirements given in IS 4326 and IS 13920.

b. Soft storey, if any, in the structure shall be treated as per relevant clause of IS
1893 (Latest Version).

c. Time period of the structure shall be taken as per relevant clause of IS 1893
(Latest Version)

d. Torsional forces in the structure arising out of mass or stiffness irregularity shall
be dealt as per relevant clause of IS 1893 (Latest Version)

e. For underground structures and foundations at depths of 30 m or below, the


design horizontal acceleration spectrum value shall be taken as half the value as
comes out as per relevant clause of IS 1893 part I (Latest Version). For structures
and foundations placed between the ground level and 30m depth, the design
horizontal acceleration spectrum value shall be linearly interpolated between Ah
and 0.5 Ah, where Ah is as specified in relevant clause IS 1893 (part-1)(Latest
Version). The design acceleration spectrum for vertical motions, when required,
may be taken as two-thirds of the design horizontal acceleration spectrum
specified.

f. To perform well in earthquake, the building shall be of simple & regular


configuration and of adequate lateral strength, stiffness and ductility. The building
shall be considered as irregular, if at least one of the conditions given in Tables 4
& 5, of IS 1893 (part1)(Latest Version) is applicable.

g. Vertical cantilever projections like RCC parapets, Tanks, etc. and others attached
to the buildings projecting above the roof, shall be designed and checked for
stability for five times the design horizontal seismic coefficient A as specified in
relevant clause of IS 1893 (part1)(Latest Version). In the analysis of the building,
the weight of these projecting elements will be lumped with the roof weight. The
increased design forces specified are only for designing the projecting parts and
their connections with the main structures. For the design of the main structure,
such increase need not be considered.
11

h. Seismic consideration in design of Isolated footings/pile caps

(i) Bangalore area being in Seismic Zones II, the individual spread footings/pile
caps shall be interconnected with ties. The ties may be provided at the
foundation level or at 150mm below G.L.

(ii) All ties shall be designed to carry in tension and in compression, an axial
force equal to Ah/4times the larger of the column or pile cap load where A h is
as per relevant clause of IS 1893 (part-1)(Latest Version)

(iii) The ties are to be designed for additional load of filler wall if acting in addition
to otherwise computed forces.

16. Separation Between adjacent buildings :

Two adjacent buildings or two adjacent units of the same building with separation
Gap in between shall be separated by a distance equal to the amount R times the
sum of the calculated storey displacements calculated as per relevant clause of IS
1893 (part-1)(Latest Version)each of them, to avoid damaging contact when the two
units deflect towards each other. When floor levels of two similar adjacent units or
buildings are at the same elevation levels, factor R in this requirement may be
replaced by R/2.In addition due allowance for Thermal Expansion shall also be
made.

17. Proof checking: Architectural drawings are available. The contractor shall design
and submit the complete structural drawings, calculations, soft copies on CDs and
two set hard copies for proof checking. Proof check to be got done from any one
of the Government Institute. (i) IIT Madras, Chennai (ii) NIT, Trichy (iii) NIT,
Surathkal,(iv) IISc, Bengaluru. After getting the proof checking done the contractor
shall submit corrected and faired structural drawings in two set soft copies on CDs
and eight set hard copies. The consultancy fees for proof checking shall be borne by
the contractor..

Note: Whether specifically mentioned or not, all the IS codes referred above are to be
used with latest edition and amendments upto last date of submission of bid.
12

UNDERTAKING ON STRUCTURAL DESIGN

The following certificate is to be submitted along with the technical bid of the bid
document:

1. It is to certify that the structural design and drawings including safety from
natural hazards like seismic, wind, fire etc., shall be prepared by duly qualified
Structural Engineer as per norms prescribed in NBC/B.I.S/ I.R.C./ APPLICABLE
RECOGNISED CODES/STANDARDS.

2. Further to certify that the structural Consultant hired by us for carrying out the
structural design shall have following experience.

a) Faculty at any reputed Government Engineering College like IIT/NIT etc.

Or

b) Under the panel list of CDO/CPWD (mention as the case may be)

Or

c) The structural consultant will have atleast a degree of M.Tech (Structure)


or equivalent and has got an experience of 15 years or more in the field of
structural design of similar nature of works. Documents in support of the
above will be submitted at appropriate time for approval of the department.

1. Signature of the contractor with date

--------------------

Name in Blocks letters ----------

Address ------------------------

-
13

SCOPE OF WORK

The work shall be executed on Turnkey (Design & Build) basis involving
getting all local body clearances, soil testing, structural design & drawings,
constructions &commissioning of buildings & services and obtaining completion
certificate in accordance with layout plan and architectural/structural drawings. The
layout plan and architectural drawings shall be provided by the department. The work is
to be executed according to those drawings. Scope of work contained in the paras
mentioned below i s only indicative and not exhaustive. In addition the contractor
shall be responsible for executing all items required for completing the various building
in all respects to make it habit able and ready for occupation complete, as per
architectural drawings and direction of Engineer-in-charge.

1. The Works shall include all Civil, Electrical, Mechanical, Horticulture all
Safety Aspects and any other Works required for the Construction and
Completion of the Works in all respects and to the Satisfaction of the
Engineer-in-Charge.
2. Local Body Approval:
(i) Agency will get the scheme approved from the local bodies wherever required
before start of the work and if required after completion of the work also.
However if modification is required in any of the architectural drawing by any
of the local bodies, the same shall also be carried out by the contractor at his
own cost.
(ii) The contractor shall obtain all mandatory approval and No Objection
Certificate/ Consent for Establishment from local body authorities like local
Fire department, local town planning authority, local ground water authority,
local electricity supply authority, local pollution control board, Forest
department, Environmental clearance, Lift inspectorate, Central Electricity
Authority, Airport Authority of India (AAI) etc at his own cost.
(iii) The contractor has to prepare all the documents as required and submit
directly to the local statutory bodies under intimation to the Engineer-in-
charge.
(iv) The contractor shall at his own cost collect field samples and carry out all
necessary tests required for submission of necessary applications.
(v) The contractor has to comply and, if necessary, resubmit applications as
required by the local bodies.
(vi) If required the contractor has to appoint at his own cost consultants for
obtaining local body approval
(vii) The statutory payments or fees made to local bodies shall be
reimbursed by the department on production of proof of such payments.
(viii) Three final copies of the documents prepared shall be submitted to Engineer-
in-Charge for record.
(ix) All the documents created out of the assignment will become the sole
property of the Department.
(x) The contractor shall obtain occupancy certificate after completion of the
project from statutory local bodies before handing over the same to the
Department.
14

3. Agency shall get the detailed soil investigation done as per relevant IS code,
NBC 2016 etc. as applicable through the soil consultant having professional
experience of 15 years and must have carried out soil investigation successfully
for at least two similar works & one set of test report shall be deposited with the
department. The department may verify the results submitted by the agency, if
need be.

4. Tenderer may satisfy himself by conducting pre-soil tests if he so requires.


However an indicative soil investigation report is uploaded for general
guidelines of the Bidders, although this will not have any bearing on the quoted
rates by the bidders. Tenderer will be required to conduct detailed soil
investigation including detection of harmful chemicals for housing pocket
separately for carrying out structural design of housing pocket, through soil
consultants as mentioned in Para 3 above.

5. Structural Design:

(i) Prepare complete structural design, drawings for foundation, superstructure


and for other related structures of the Residential and Non Residential buildings
as per provision contained in IS/relevant codes under seismic Zone II.
(ii) The contractor shall take all precautions like filling of sand in pit or any other
measures approved by Engineer-in-charge so that vibrations from Rolling
Stock/Railway Track are not transferred to the structure. Nothing extra shall
be paid on this account.
(iii) The structural drawings shall be got proof checked from the consultant agreed
by the Department (i.e. CPWD). If any modification in design/drawing is needed
as per site conditions, or subsequent to proof checking, the contractor shall do /
redo the design without any extra cost. The decision of the Engineer-in-charge in
this regard shall be final and binding. No claim whatsoever on this account will be
entertained on this count. The cost of proof-checking shall be borne by the
contractor.

6. Planning, preparing drawing for internal services and execution of the same i.e.
internal sanitary work, water supply work, drainage systematic. Complete for the
building including all pipes, its fittings, testing etc. complete as approved by the
department.

7. Water supply : Water supply lines shall be laid as per scheme prepared, submitted
by the contractor and approved by Engineer-in-charge. The same would be
implemented as per approval given along with construction of over head tank on top
of the building.

8. Planning, designing and construction / installation of underground reservoirs,


water gallery, its pump houses for water supply, for firefighting tank including
installing of pumps, standby pumps, as per approved drawings/specifications or
as directed by Engineer-in-charge.

9. Connection charges / fees, if any to be paid to the local bodies or any other agency
shall be borne by the Department. The cost of restoration of any services damaged
by the contractor during execution shall be borne by him.
15

10. Complete leveling and dressing as per Building and landscape plan including
filling of earth, its supply, disposal of surplus earth as the case may be, is to be
completed as directed by the Engineer-in-charge

11. Taking all precautionary measures to safeguard against any accident for the
contractors‟ employees, general public, supervisory staff of CPWD by providing
necessary safety equipments e.g. MS sheet barricading etc and personnel‟s
protection equipments e.g. helmets, safety shoes etc. at worksite.

12. The site has to be kept clean of all debris, rubbish and dirt & surplus / waste
material all the time. It also includes maintenance, cleaning & de-silting the drains,
pipelines laid by the agency for all services etc. executed by the agency to the
entire satisfaction of the Engineer-in-charge during the construction period.
Cleaning and de-silting will also be done by the agency before handing over the
completed building to CPWD. All machines, equipments and labour for this purpose
will be arranged by the contractor.

13. The contractor shall submit the Schedule of quantities of items, their rates as per
DSR (i.e. DSR 2016 (Civil), DSR 2016 (Electrical& Mechanical) and reference with
upto date correction slips and LMR for items not available in DSR with detailed
measurements &their specifications, as finally approved (in four sets)within two
months from the date of start of the work to accord the Technical Sanction.

14. The Electrical work as per specifications and scope of work given in the bid
document & direction of Executive Engineer (Electrical) CPWD which includes
internal electrical installations, etc. shall be implemented along with civil work.

15. Alllabouremployedbythefirm/contractorshallbegotregisteredwithKarnatakaConstruct
ionLabourWelfare Board, ESIC and EPF, etc,

16. Defect liability period would be one(1) year from the date of handing over the
building complete in all respects & fit for occupation. During this period, the defects
noticed in the work shall be rectified by the contractor at his own cost. In case he
fails to do so after intimation to him in writing by the Engineer-in-charge, the same
shall be carried out b y t h e Department at his r i s k a n d c o s t . However,
maintenance of other building activities such as cleaning, sweeping of pocket &
de-silting of sewer lines, S. W. Drain shall bed one only once, at the time prior to
handing over the building.

17. The final plinth level will be decided soon after actual start of work at site.
However the plinth level of the building shall be generally 1000-1200 mm above
the crown of finished road. Changes, if any, with the approval of Engineer-in-
charge in the plinth height would not affect the agreed rate and no claim on this
account shall been entertained.

18. Planning, designing and providing required electrical installations for the proposed
building shall be as per NBC norms and shall include obtaining approval of local
bodies.
16
16

19. Roof top Rain water harvesting system as per approved norms. Planning
designing and execution of the roof top rain water harvesting system for recharge
of the sub soil water including laying of pipe lines and construction of substructure/
super structures is included in the scope of work. The design, system shall be for
minimum 25mm per hour intensity of rainfall and shall be got approved from the
Engineer-in-charge.

20. Planning designing and providing required firefighting system for proposed building
as per NBC 2016 norms and chief fire officer approval including the provision of
required capacity underground water tank, overhead tank, pumps, hydrant,
extinguisher, sprinklers, provision of refuge area, fire stair case etc. all to the entire
satisfaction of Fire Authorities.

21. Out of 12 months as stipulated period, the time limit for Planning & Designing shall
be maximum 75 days including the activities of obtaining Local Body approvals if
any for commencement of work at site. The remaining period i.e. 290 days will be
for completion of entire work fit for habitation.

22. Development Work (for buildings) shall include following items:

(i) Complete levelling as per the building and landscape plans including disposal
of excess soil and/or filling with good earth under OMC. If excavated soil is
insufficient or of inferior quality than good earth shall be supplied by the
contractor at his own cost and nothing extra shall be payable

(ii) Planning, design, construction of retaining walls if required for levelling


purposes. Storm water catch drains for proper drainage of rain water to the rain
water harvesting system.

(iii) Cement concrete approach road upto main road and all around road and laying
kerb stones as per direction of Engineer-in-Charge. Path ways made with
Cement concrete/ 40mm thick CC tile/ 80mm thick paver block of M30grade/
60mm thick grass paver as per the Drawing enclosed. The concrete to be used
shall be vacuum dewatered CC of minimum grade M-30.

(iv) Construction of sewer line and man holes upto main sewer line (Trench).

(v) Water supply network around and inside the building from a tapping point near
the proposed building.

23. External development work will be as per the bill of quantities attached
(Annexure-III Page 266 to 295)

24. The above scope of work includes cost of all materials, manpower, equipments,
T&P, fixtures, accessories, royalties, taxes, watch & ward and all other essential
elements for completion and maintenance of works as aforesaid whatsoever. The
approval accorded by CPWD before acceptance of tender is only for tender
evaluation. Any changes, modifications, revisions etc. required to be done by
CPWD, client, local bodies, proof consultants etc. in accordance with applicable
standards will have to be do neat contractor‟s cost and nothing extra shall be
payable.
17

25. Documentation, Instrumentation, etc.

(i) All Drawings shall be made in Latest Version of AutoCAD and the Soft
Copies on CDs and eight Hard Copies of Prints of all Approved Drawings
and "As Built" Drawings shall be supplied by the Contractor to the Engineer-
in-Charge at Free of Cost as per the Approved Program.

(ii) CDs and eight Hard Copies of all Approved Design Calculations shall be
submitted by the Contractor to the Engineer-in-Charge at Free of Cost as
per Approved Program.

(iii) Three Copies of "Operation and Maintenance Manual" describing Access


Arrangements, Important Obligatory Precautions from the Point of View of
Structural Safety and Procedure for Minor and Major Repairs of each
Component of the Buildings and Layout, Renewals of Finishes and
Treatments periodically shall be supplied by the Contractor to the Engineer-
in-Charge at Free of Cost.

(iv) Three Copies of "Construction Manual" covering Various Aspects of


Construction Methods, Difficulties faced and how they are overcome during
Execution, etc. shall be supplied by the Contractor to the Engineer-in-
Charge at Free of Cost at the Time of Finalization of Work.

(v) The Contractor shall install Fixtures and Fastenings provided by the
Engineer-in-Charge for housing any Instrumentation at his Cost.

(vi) Fixing Arrangement for Internal and External Lighting shall be approved by
the Department and executed by the Contractor.

(vii) After local body approval and approval of structural drawings and
subsequent issue of architectural working drawings, the agency will submit
3D view of the building in CD and 8 hard copies for approval before
execution of the work.

(viii) After completion of the work agency has to submit photographs and
walkthrough videography of the completed buildings clearly showing all
services, elevations, amenities etc. provided in the building. Eight sets of
photographs and 3 Nos. CD to be submitted for the same.

(ix) After completion of the work agency has to submit original warranty
certificates along with bill vouchers for all fittings and fixtures installed in the
building.
18

CPWD-6 FOR E- TENDERING


Percentage rate bids are invited on behalf of President of India from CPWD enlisted
contractors of appropriate class in composite category in single bid system for the Work
of:C/o Infrastructure (Non-residential & residential building) for CISF 10th Reserve
Battalion, at Lakkur village, Bangalore SH: 10 Bedded Hospital, Family Welfare
Centre and Sarvadharmasthal i/c internal electrical installations, water supply
and sanitary installations and STP of 120 KLD in EPC mode (Design and Build
basis). Development works and services in western part of campus part (BoQ
based).

1 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.10,56,80,617/- (Civil: Rs.7,82,52,745/- +


Electrical: Rs.2,74,27,872/- ) This estimate, however, is given merely as a rough
guide.
1.1.1 The authority competent to approve NIT for the combined cost and belonging to
the major discipline will consolidate NITs for calling the bids. He will also
nominate Division which will deal with all matters relating to the invitation of bids.

For composite bid, besides indicating the combined estimated cost put to bid,
should clearly indicate the estimated cost of each component separately. The
eligibility of bidders will correspond to the combined estimated cost of different
components put to bid.

2. Agreement shall be drawn with the successful bidders on prescribed Form No.
CPWD 7 (or other Standard Form as mentioned) which is available as a Govt. of
India Publication and also available on website www.cpwd.gov.in. Bidders shall
quote his rates as per various terms and conditions of the said form which will
form part of the agreement.

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

4. The site for the work is available.

5 The bid document consisting of plans, specifications, the schedule of quantities of


various types of items to be executed and the set of terms and conditions of the
contract to be complied with and other necessary documents except Standard
General Conditions of Contract Form can be seen on website
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.
19

8. Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or
Banker„s Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in
favour of Executive Engineer. BCD II, CPWD, Bangalore ) shall be scanned and
uploaded to the e-Tendering website within the period of bid submission. The
original EMD should be deposited either in the office of Executive Engineer
inviting bids or division office of any Executive Engineer, CPWD within the period
of bid submission. The EMD receiving Executive Engineer (including NIT issuing
EE/AE) shall issue a receipt of deposition of earnest money deposit to the bidder
in a prescribed format (enclosed) uploaded by tender inviting EE in the NIT.

A part of earnest money is acceptable in the form of bank guarantee also. In such
case, minimum 50% of earnest money or Rs. 20 lakhs, whichever is less, shall
have to be deposited in shape prescribed above, and balance may be deposited
in shape of Bank Guarantee of any scheduled bank having validity for six months
or more from the last date of receipt of bids which is to be scanned and uploaded
by the intending bidders.

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, whose original EMD deposited with any division of CPWD
and other documents scanned and uploaded are found in order.

9. The contractors registered prior to 01.04.2015 on e-tendering portal of CPWD


shall have to deposit tender processing fee at existing rates, or they have option
to switch over to the new registration system without tender processing fee any
time. The bid submitted shall be opened at 03:30 PM on 01.08.2019 to be filled by
EE, BCD-II.

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

(i) The bidder is found ineligible.


(ii) The bidder does not upload scanned copies of all the documents stipulated in the
bid document.
(iii) If any discrepancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted physically by the lowest bidder in
the office of bid opening authority.
(iv) If a tenderer does not quote any percentage above/below on the total amount of
the tender or any section / sub head in percentage rate tender, the tender shall be
treated as invalid and will not be considered as lowest tenderer.
20

11. The contractor whose bid is accepted will be required to furnish performance
guarantee of 5% (Five Percent) of the bid amount within the period specified in
Schedule F. This guarantee shall be in the form of cash (in case guarantee
amount is less than Rs. 10000/-) or Deposit at Call receipt of any scheduled
bank/Banker‟s cheque of any scheduled bank/Demand Draft of any scheduled
bank/ Pay order of any Scheduled Bank of any scheduled bank (in case
guarantee amount is less than Rs. 1,00,000/-) or Government Securities or Fixed
Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank
of India in accordance with the prescribed form. In case the contractor fails to
deposit the said performance guarantee within the period as indicated in
Schedule „F‟, including the extended period if any, the Earnest Money deposited
by the contractor shall be forfeited automatically without any notice to the
contractor. The earnest money deposited along with bid shall be returned after
receiving the aforesaid performance guarantee. The contractor whose bid is
accepted will also be required to furnish either copy of applicable licenses/
registrations or proof of applying for obtaining labour licenses, registration with
EPFO, ESIC and BOCW Welfare Board including Provident Fund Code No. If
applicable and also ensure the compliance of aforesaid provisions by the sub
contractors, if any engaged by the contractor for the said work within the period
specified in Schedule F.

12. The description of the work is as follows:

C/o Infrastructure (Non-residential & residential building) for CISF 10th


Reserve Battalion, at Lakkur village, Bangalore SH: 10 Bedded Hospital,
Family Welfare Centre and Sarvadharmasthal i/c internal electrical
installations, water supply and sanitary installations and STP of 120 KLD in
EPC mode (Design and Build basis). Development works and services in
western part of campus part (BoQ based).

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.
21

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

14. Canvassing whether directly or indirectly, in connection with bidders is strictly


prohibited and the bids submitted by the contractors who resort to canvassing will
be liable for rejection.

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

16. The contractor shall not be permitted to bid for works in the CPWD Circle
(Division in case of contractors of Horticulture/Nursery category) responsible for
award and execution of contracts, in which his near relative is posted a Divisional
Accountant or as an officer in any capacity between the grades of Superintending
Engineer and Junior Engineer (both inclusive). He shall also intimate the names
of persons who are working with him in any capacity or are subsequently
employed by him and who are near relatives to any gazetted officer in the Central
Public Works Department or in the Ministry of Urban Development. Any breach of
this condition by the contractor would render him liable to be removed from the
approved list of contractors of this Department.

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


or Administrative duties in an Engineering Department of the Government of India
is allowed to work as a contractor for a period of one year after his retirement
from Government service, without the prior permission of the Government of India
in writing. This contract is liable to be cancelled if either the contractor or any of
his employees is found any time to be such a person who had not obtained the
permission of the Government of India as aforesaid before submission of the bid
or engagement in the contractor‟s service.

18. The bid for the works shall remain open for acceptance for period of (30) days
from the date of opening of bids. If any bidder withdraws his bid before the said
period or issue of letter of acceptance, whichever is earlier, or makes any
modifications in the terms and conditions of the bid which are not acceptable to
the department, then the Government shall, without prejudice to any other right or
remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid.
Further the bidders shall not be allowed to participate in the rebidding process of
the work.

19. This notice inviting Bid shall form a part of the contract document. The successful
bidder/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 CPWD Form 7.
22

For Composite Bids

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

20.1.2 The bid document will include following three components:

Part A: CPWD-6, CPWD-7 including schedule A to F for the major component of


the work.
Part B: General/Special conditions Particular specifications (Civil component)
Standard General Conditions of Contract for CPWD 2014 as
amended/modified up to the last date of submission of the bid. General /
specific conditions, specifications.

Part C: Schedule A to F for minor component of the work (competent authority


Under clause 2 and clause 5 shall be same authority as mentioned in
schedule A to F for major components), General/specific conditions,
specifications

Part D: Schedule of quantities applicable to major component of the work,


schedule of quantities applicable to minor component(s) of the work,
proforma for quoting the rates

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

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

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

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

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

20.1.8 The main contractor has to associate agencies for specialized component(s)
Conforming to eligibility criteria as defined in the bid document and has to submit
detail of such agency(s) to Engineer-in-charge of relevant component(s). Within
prescribed time. Name of the agency(s) to be associated shall be approved by
Engineer-in-charge of relevant component(s).
20.1.9 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 relevant specialized component(s).
23

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

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

20.1.11 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.

20.1.12A The composite work shall be treated as complete when all the components of
the work are complete. The completion certificate of the composite work shall
be recorded by Engineer-in-charge of major component after record of
completion certificate of all other components.

20.1.12B Final bill of whole work shall be finalized and paid by the EE of major
component. Engineer(s) in charge of minor component(s) will prepare and pass
the final bill for their component of work and pass on the same to the EE of
major component for including in the final bill for composite contract.
21 In case of any discrepancy is noticed between the documents as
uploaded at the time of submission of the bid by the lowest bidder, online
and hard copies as submitted physically by him in the office of Executive
Engineer, then the bid submitted by the lowest bidder shall become
invalid and 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 such bidders shall not be allowed to participate in the
re- tendering process of the work.
24

GUIDELINES REGARDING SIGNING OF INTEGRITY PACT BY THE BIDDER AT THE


TIME OF SUBMISSION OF BID

Sub: Clarification regarding Introduction of Integrity Pact introduced vide OM


No. CON 255 dated 23.05.2011

A new provision of Integrity Pact (IP) was introduced in GCC-2014. I t is


mentioned that at the time of submission of bid, it shall be mandatory to sign
the pact by the bidder failing which the bidder will stand disqualified from the
tendering process and such bid would be summarily rejected.

Some field Units have raised their doubts regarding submission of duly signed
Integrity Pact by the bidder at the time of submission of bid. In this regard it is
clarified that :-

1. Submission of duly signed Integrity Pact by the bidder is applicable in case of


manual tendering where e-tendering is not followed.

2. In case of manual tendering Executive Engineer should sign the first page
addressed to the intending bidder at the time of issue of tender form and before
submission of the bid, each bidder shall sign IP at respective places and submit
the bid. If duly signed IP is not submitted by the bidder, such bid shall not be
considered.

3. In case of e-tendering, Integrity Pact shall be treated in the same manner


as other components of the bid document. In e-tendering, the intending bidder
does not sign any document physically and entire bid document is submitted
through digital signature. Since IP is a part of bid document no separate
physical submission is required with other documents to be submitted in the
office of tender opening authority. In addition to other component of bid
document, the Integrity Pact shall also be signed between Executive
Engineer and successful bidder after acceptance of bid.
25

INTEGRITY AGREEMENT PACT TO BE SIGNED BY THE EXECUTIVE ENGINEER


BEFORE UPLOADING TENDER DOCUMENT

To

………………………….
………………………….
………………………….

Sub : NIT No: for the work C/o Infrastructure (Non-residential & residential building) for
CISF 10th Reserve Battalion, at Lakkur village, Bangalore. SH: 10 Bedded
Hospital, Family Welfare Centre and Sarvadharmasthal i/c internal electrical
installations, water supply and sanitary installations and STP of 120 KLD in EPC
mode (Design and Build basis). & development works and services in western
part of campus part (BoQ based)

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 from 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
Bangalore Central Division II
CPWD, Bangalore
26

INTEGRITY AGREEMENT PACT TO BE SIGNED AND BY THE BIDDER AT THE


TIME OF SUBMISSION OF BID DOCUMENT

To

Executive Engineer,
Bangalore Central Division II,
12th Floor, Sir, Visvesvaraya Kendriya Bhavan
Near Domlur Fly over, Domlur,
Bangalore 560 071

Sub : Submission of Tender for the work C/o Infrastructure (Non-residential & residential
building) for CISF 10th Reserve Battalion, at Lakkur village, Bangalore. SH: 10
Bedded Hospital, Family Welfare Centre and Sarvadharmasthal i/c internal
electrical installations, water supply and sanitary installations and STP of 120
KLD in EPC mode (Design and Build basis). & development works and services in
western part of campus part (BoQ based)

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 and 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 I 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)


27

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

INTEGRITY AGREEMENT

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

BETWEEN

President of India represented through Executive Engineer, Bangalore Central


Division II, CPWD, Bangalore (Hereinafter referred as the
(Address of Division)
„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/firm/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.21/2019-20/CE/BCD-
II/Bangalore) (hereinafter referred to as “Tender/Bid”) and intends to award, under laid
down organizational procedure, contract C/o Infrastructure (Non-residential &
residential building) for CISF 10th Reserve Battalion, at Lakkur village, Bangalore
SH: 10 Bedded Hospital, Family Welfare Centre and Sarvadharmasthal i/c internal
electrical installations, water supply and sanitary installations and STP of 120
KLD in EPC mode (Design and Build basis). Development works and services in
western part of campus part (BoQ based) 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 witnesses as under :
28

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 Bidder(s) confidential / additional information through
which the Bidder(s) could obtain an advantage in relation to the Tender
process or the Contract execution.

(c) The Principal / Owner shall endeavor to exclude from the Tender process
any person, whose conduct in the past has been of biased nature.

2) If the Principal / Owner obtains information on the conduct of any of its employees
which is a criminal offence under the Indian Penal Code (IPC) / Prevention of
Corruption Act, 1988 (PC Act) or is in violation of the principles herein mentioned
or if there be a substantive suspicion in this regard, the Principal / Owner will
inform the Chief Vigilance Officer and in addition can also initiate disciplinary
actions as per its internal laid down policies and procedures.

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

1) It is required that each Bidder/Contractor (including their respective Officers,


employees and agents) adhere to the highest ethical standards, and report to the
Government / Department all suspected acts of Fraud or Corruption or
Coercion or Collusion of which it has knowledge or becomes aware, during the
tendering process and throughout the negotiation or award of a contract.

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


prevent corruption. He commits himself to observe the following principles during
his participation in the Tender process and during the Contract execution:

a) The Bidder(s) / Contractor(s) will not, directly or through any other person
or firm, offer, promise or give to any of the Principal / Owner‟s employees
involved in the Tender process or execution of the Contract or to any third
person any material or other benefit which he/she is not legally entitled to,
in order to obtain in exchange any advantage of any kind whatsoever
during the Tender process or during the execution of the Contract.
29

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 the
relevant IPC/PC Act. Further the Bidder(s) / Contractor(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 addresses of
foreign agents/representatives, if any. Either the Indian agent on behalf of
the foreign principal or the foreign principal directly could bid in a tender
but not both. Further, in cases where an agent participate in a tender on
behalf of one manufacturer, he shall not be allowed to quote on behalf of
another manufacturer along with the first manufacturer in a subsequent /
parallel tender for the same item.

e) The Bidder(s) / Contractor(s) will, when presenting his bid, disclose (with
each tender as per proforma enclosed) any and all payments he has
made, is committed to or intends to make to agents, brokers or any other
intermediaries in connection with the award of the contract.

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

4) The Bidder(s) / Contractor(s) will not, directly or through any other person or firm
indulge in fraudulent practice means a willful misrepresentation or omission
of facts or submission of fake / forged documents in order to induce public
official to act in reliance thereof, with the purpose of obtaining unjust
advantage by or causing damage to justified interest of others and / or to
influence the procurement process to the 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).
30

Article 3 : Consequences of Breach

Without prejudice to any rights that may be available to the Principal / Owner under law
or the Contract or its established policies and laid down procedures, the Principal /
Owner shall have the following rights in case of breach of this Integrity Pact by the
Bidder(s) / Contractor(s) and the Bidder / Contractor accepts and undertakes to respect
and uphold the Principal / Owner‟s absolute right:

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


Contract has committed a transgression through a violation of Article 2 above or
in any other form, such as to put his reliability or credibility in question, the
Principal / Owner after giving 14 days notice to the contractor shall have powers
to disqualify the Bidder(s) / Contractor(s) from the Tender process or terminate /
determine the Contract, if already executed or exclude the Bidder / Contractor
from future contract award processes. The imposition and duration of the
exclusion will be determined by the severity of transgression and determined by
the Principal / Owner. Such exclusion may be forever or for a limited period
as decided by the Principal / Owner.

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


Owner has disqualified the Bidder(s) from the Tender process prior to the award
of the Contract or terminated / determined the Contract or 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 / Contract.

3) Criminal Liability : If the Principal / Owner obtains knowledge of conduct of a


Bidder or Contractor, or of an employee 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.
31

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 Subcontractors / 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.
32

4) Should one or several provisions of this Pact turn out to be invalid; the remainder
of this Pact remains valid. In this case, the parties will strive to come to an
agreement to their original intensions.
5) It is agreed term and condition that any dispute or difference arising between the
parties with regard to the terms of this Integrity Agreement / Pact, any action
taken by the Owner / Principal in accordance with this Integrity Agreement /
Pact or interpretation thereof shall not be subject to arbitration.

Article 8 - LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in addition to all the other
legal rights and remedies belonging to such parties under the Contractor 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 witness :

………………………………………………………
(For and on behalf of Principal / Owner)
……………………………………………………….
(For and on behalf of Bidder / Contractor)

WITNESS :
1. ……………………………………….
(Signature, name and address)
2. ……………………………………….
(Signature, name and address)

Place :

Dated :
33

FORM OF EARNEST MONEY DEPOSIT BANK GUARANTEE BOND

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


contractor") has submitted his tender dated ............. (date) for the construction of
.......................................................................................(name of work) (hereinafter called
"the Tender")

KNOW ALL PEOPLE by these presents that we ......................................... (name of


bank) having our registered office at ................................... (hereinafter called "the
Bank") are bound unto Executive Engineer, Bangalore Central Division II, CPWD,
Bangalore (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
Executive Engineer, Bangalore Central Division II, CPWD, Bangalore 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 Executive
Engineer, Bangalore Central Division II, CPWD, Bangalore

(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 Executive Engineer, Bangalore Central Division II,


CPWD, Bangalore either upto the above amount or part thereof upon receipt of his
first written demand, without the Executive Engineer, Bangalore Central Division II,
CPWD, Bangalore having to substantiates his demand, provided that in his demand the
Executive Engineer, Bangalore Central Division II, CPWD, Bangalore will note that
the amount claimed by his is due to him owing to the occurrence of one or any of the
above conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date* ............. after the
deadline for submission of tender as such deadline is stated in the Instructions to
contractor or as it may be extended by the Executive Engineer, Bangalore Central
Division II, CPWD, Bangalore 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 90 daysfrom last date of receipt
of tender.
34

Form of Performance Security (Guarantee)


Bank Guarantee Bond

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


having offered to accept the terms and conditions of the proposed agreement between
Executive Engineer, Bangalore Central Division II, CPWD, Bangalore. and (hereinafter
called “the said Contractor(s)”) for the work……………………………………………………
(hereinafter called “the said agreement”) having agreed to production of an irrevocable
Bank Guarantee for Rs. …………. (Rupees ………………………………… only) in favour
of Executive Engineer, Bangalore Central Division II, CPWD, Bangalore. for compliance
of his obligations in accordance with the terms and conditions in the said agreement.

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


undertake to pay to the Government an amount not exceeding Rs.
……………………….. (Rupees………………. Only) on demand by the
Government.

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


undertake to pay the amounts due and payable under this guarantee without any
demure, merely on a demand from the Government stating that the amount
claimed as required to meet the recoveries due or likely to be due from the said
contractor(s). Any such demand made on the bank shall be conclusive as regards
the amount due and payable by the bank under this Guarantee. However, our
liability under this guarantee shall be restricted to an amount not exceeding Rs.
………………….. (Rupees ……………….only)

3. We, the said bank further undertake to pay the Government any money so
demanded notwithstanding any dispute or disputes raised by the contractor(s) in
any suit or proceeding pending before any court or Tribunal relating thereto, our
liability under this present being absolute and unequivocal. The payment so made
by us under this bond shall be a valid discharge of our liability for payment there
under and the Contractor(s) shall have no claim against us for making such
payment.

4. We, ……………………………. (indicate the name of the Bank) further agree that
the guarantee herein contained shall remain in full force and effect during the
period that would be taken for the performance of the said agreement and that it
shall continue to be enforceable till all the dues of the Government under or by
virtue of the said agreement have been fully paid and its claims satisfied or
discharged or till Engineer-in- Charge on behalf of the Government certified that
the terms and conditions of the said agreement have been fully and properly
carried out by the said Contractor(s) and accordingly discharges this guarantee.
35

5. We,.………….………. (indicate the name of the Bank) further agree with the
Government that the Government shall have the fullest liberty without our
consent and without affecting in any manner our obligation hereunder to vary any
of the terms and conditions of the said agreement or to extend time of
performance by the said Contractor(s) from time to time or to postpone for any
time or from time to time any of the powers exercisable by the Government
against the said contractor(s) and to forbear or enforce any of the terms and
conditions relating to the said agreement and we shall not be relieved from our
liability by reason of any such variation, or extension being granted to the said
Contractor(s) or for any forbearance, act of omission on the part of the
Government or any indulgence by the Government to the said Contractor(s) or by
any such matter or thing whatsoever which under the law relating to sureties
would, but for this provision, have effect of so relieving us.

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

7. We, ……………………………. (indicate the name of the Bank) lastly undertake


not to revoke this guarantee except with the previous consent of the Government
in writing.

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


demand by the Government Not withstanding anything mentioned above, our
liability against this guarantee is restricted to Rs. …………………… (Rupees
………………..) and unless a claim in writing is lodged with us within six months
of the date of expiry or the extended date of expiry of this guarantee all our
liabilities under this guarantee shall stand discharged. Dated the
………………..day of ……………………for………………….(indicate the name of
the Bank)
36

GUARANTEE TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF


DEFECTS AFTER COMPLETION IN RESPECT OF WATER PROOFING WORKS

The agreement made this ...........................day of ....................two thousand


and........................ Between ..........................son of ...........................of .....................
(hereinafter called the guarantor of the one part) and the PRESIDENT OF INDIA
(hereinafter called government of the other part).

Whereas this agreement is supplementary to a contract ( hereinafter called the contract)


dated............. and made between the GUARANTOR of the one part and the government of
the other part, whereby the contractor, inter alia, undertook to render the buildings and
structures in the said contract recited completely water and leak-proof.

AND WHEREAS GUARANTOR agreed to give a guarantee to the effect that the said
structures will remain water and leak-proof for five years from the date of giving of water
proofing treatment.

NOW THE GUARANTOR hereby guarantees that water proofing treatment given by him
will render the structures completely leak-proof and the minimum life of such water
proofing treatment shall be five years to be reckoned from the date after the maintenance
period prescribed in the contract.

Provided that the guarantor will not be responsible for leakage caused by earthquake or
structural defects or misuse of roof or alteration and for such purpose:

(a) Misuse of roof shall mean any operation which will damage proofing treatment, like
chopping of firewood and things of the same nature which might cause damage to the
roof;

(b) Alteration shall mean construction of an additional storey or a part of the roof or
construction adjoining to existing roof whereby proofing treatment is removed in parts;

(c) The decision of the engineer-in-charge with regard to cause of leakage shall be final.

During this period of guarantee the guarantor shall make good all defects and in case of
any defect being found, render the building water-proof to the satisfaction of the engineer-
in-charge at his cost, and shall commence the work for such rectification within seven days
from the date of issue of the notice from the engineer-in-charge calling upon him to rectify
the defects, failing which the work shall be got done by the department by some other
contractor at the GUARANTOR'S cost and risk. The decision of the engineer-in-charge as
to the cost, payable by the guarantor shall be final and binding.
37

That if GUARANTOR fails to execute the water proofing or commits breach there under
then the GUARANTOR will indemnify the 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
supplementary agreement. As to the amount of loss and/or damage and/or cost incurred
by the government the decision of the engineer-in-charge will be final and binding on the
parties.

IN WITNESS WHEREOF these presents have been executed by the Obligor.....................


and by .....................and for and on behalf of the PRESIDENT OF INDIA on the day,
month and year first above written.

Signed, sealed and delivered by OBLIGOR in the presence of --


1.
2.

Signed for and on behalf of the PRESIDENT OF INDIA by ........................ In the presence
of --
1.
2.
38

CPWD -7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
Percentage Rate Tender & Contract for Works

Tender for the work of: C/o Infrastructure (Non-residential & residential building)
for CISF 10th Reserve Battalion, at Lakkur village, Bangalore SH: 10 Bedded
Hospital, Family Welfare Centre and Sarvadharmasthal i/c internal electrical
installations, water supply and sanitary installations and STP of 120 KLD in EPC
mode (Design and Build basis). Development works and services in western part
of campus part (BoQ based).

TENDER

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

I/We hereby tender for the execution of the work specified for the President of
India within the time specified in Schedule „F‟ viz., schedule of quantities and in
accordance in all respect 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 and with such materials as are provided for, by, and in respect of
accordance with, such conditions so far as applicable.

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

A sum of Rs. 20,56,806 /- is hereby forwarded in 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./ A copy
of earnest money in 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 is scanned and uploaded.

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 performance guarantee
absolutely. The said Performance Guarantee shall be guarantee to execute all the works
referred to in the tender documents upon the terms and conditions contained are
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
39

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

Dated:
Signature of Contractor
Witness:
Postal Address
Address :

Occupation :

ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned hereunder) is
accepted by me for and on behalf of the President of India for a sum of Rs.
……………………………..…….. (Rupees ………………………
………………………………………………………………………………………………………
)

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

(a)

(b)

(c)

For & on behalf of President of India

Dated: Signature …*……………

Designation *…………….

39
40

PROFORMA OF SCHEDULES

(Separate Performa for Civil &Elect. Works in case of Composite Tenders)

(Operative Schedules to be supplied separately to each intending tenderer)

SCHEDULE „A‟

Schedule of quantities;
(i) Tender schedule for plinth area - Annexure-I Page 265
(ii) Tender schedule for STP on turnkey basis - Annexure-II Page 266
(iii) Development work Civil & Elect. Portion - Annexure-III Page 267 to 296
(iv) Tender schedule for quoting Page 297 to 298

SCHEDULE 'B'

Schedule of materials to be issued to the contractor.

Sl. Description of Quantity Rates in figures & words at Place of


No. item which the material will be issue
charged to the contractor
1 2 3 4 5
---Nil---

SCHEDULE „C'

Tools and plants to be hired to the contractor

Sl. No. Description Hire charges per day Place of issue


1 2 3 4
---As per list attached (Table-2)Annexure-II---

SCHEDULE „D'

Extra schedule for specific requirements / documents for the work, if any.
--Nil--
SCHEDULE „E'

Reference to General Conditions of Contract (GCC-2014).

Name of work:C/o Infrastructure (Non-residential & residential building) for CISF


10th Reserve Battalion, at Lakkur village, Bangalore SH: 10 Bedded Hospital,
Family Welfare Centre and Sarvadharmasthal i/c internal electrical installations,
water supply and sanitary installations and STP of 120 KLD in EPC mode (Design
and Build basis). Development works and services in western part of campus part
(BoQ based).
41

1.1 Estimated cost of work: Rs. 10,56,80,617./- (Civil: Rs. 7,82,52,745/-+ Electrical :
Rs. 2,74,27,872 /-).

(i) Earnest money :/- (to be returned after receiving the Performance Guarantee)

(ii) Performance Guarantee : 5% of tendered value

(iii) Security Deposit : 2.5% of tendered value

SCHEDULE 'F'

GENERAL RULES & DIRECTIONS Executive Engineer


Officer inviting tender Bangalore Central Division II
CPWD, Bangalore

Definitions: Executive Engineer


2(v) Engineer-in-Charge Bangalore Central Division II
CPWD, Bangalore or his successor thereof

2(viii) Accepting Authority . Chief Engineer,

CPWD, Bangalore

2(x) Percentage on cost of materials and


Labour to cover all overheads and profits : 15%

2(xi) Standard Schedule of Rates Delhi Schedule of Rates 2016 with


amendments upto last date of submission
of bid.

2(xii) Department Central Public Works Department


9(ii) Standard CPWD Contract Form CPWD Form 7& GCC 2014 modified
&corrected upto the last date of
submission of bid
42

Clause 1
(i) Time allowed for submission of Performance 7(Seven) days
Guarantee, Programme Chart (Time and
Progress) and applicable labour licenses,
registration with EPFO, ESIC and BOCW
Welfare Board or proof of applying thereof
from the date of issue of letter of acceptance

(ii) Maximum allowable extension with late fee 7(Seven) days


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

Clause 2

Authority for fixing compensation under clause 2 Chief Engineer, CPWD


Bangalore or as notified from time to time

Clause 2A

Whether Clause 2A shall be applicable No

Clause 5
Number of days from the date of issue of letter
of acceptance for reckoning date of start 10 (Ten) days
43

MIle stone(s) as per table given below:10 Bedded hospital


Sl. Description of Milestone (Physical) Time Amount to be with-
No ( All floor levels are with reference to lower most Ground level) allowed in held in case of non
days achievement of
(from date each of the mile
of start) stone (% of
tendered amount)
1. a) Submission of methodology statement for carrying out the job
including safety practices being adopted.
b) Submission of applications including all required documents to
all necessary local bodies.
c) Submission of preliminary structural drawings/ structural
arrangement plans and tentative bill of quantities
d) Submission of documents for associating agencies for
Electrical works. 75 0.5%
e) Submission of structural drawings approved by Proof Checking
consultants
f) Obtaining approval/ consent of establishment from all
mandatory local bodies
g) Submission of working drawings, for all civil & electrical
services BOQ for Accord of Technical Sanction

2. Completion of RCC structure upto plinth including earthwork,


retaining walls and foundation, completion of grade beam. 135 0.50%

3. Completion of RCC work upto level 2 floor slab level, masonry in


Ground Floor including conduiting for electrical works. 165 1.00%

4. RCC work upto terrace slab level and masonry up to level 2, internal 210
plan sanitary installation, water supply in ground floor and one 0.50%
sample toilet at ground floor including conduiting for electrical
works, supply of door frames.
nd
5. Complete masonry work and internal plaster upto 2 floor water 240
nd
supply & sanitary installation upto 2 floor including conduiting and 1.00%
fixing of boxes for electrical works. Supply of all electrical inventory,
supply of all doors and windows.
6. Completion of water proofing at terrace. 300 0.50%

7. Completion of all works including electrical testing and 365 1.00%


commissioning cleaning of site and handing over of inventory as
built drawing and other documentation as required under the scope
of agreement.

Withheld amount shall be released if and when subsequent milestone is achieved within respective time
specified. The main contractor will ensure that electrical components of the work are executed in time without
giving any chance for slippage of milestone an account of delay in execution of associated electrical works by
him. However, in case milestones are not achieved by the contractor for the work, the amount shown against
milestone shall be withheld by the Engineer-In-Charge of the respective components.
Note: Intending tenderer may submit phasing of activities / milestones on the basis of their resources and
methodology at the time of tendering corresponding to physical milestones / stages indicated in the above table.
These shall be formed part of the agreement after approval of the accepting authority.
44

Milestone(s) as per table given below:Family welfare centre


Sl. Description of Milestone (Physical) Time Amount to be
No ( All floor levels are with reference to lower most Ground level) allowed with-held in case
in days of non
(from achievement of
date of each of the mile
start) stone (% of
tendered amount)
1. a) Submission of methodology statement for carrying out the job
including safety practices being adopted.
b) Submission of applications including all required documents to
all necessary local bodies.
c) Submission of preliminary structural drawings/ structural
arrangement plans and tentative bill of quantities
d) Submission of documents for associating agencies for Electrical
works. 75 0.5%
e) Submission of structural drawings approved by Proof Checking
consultants
f) Obtaining approval/ consent of establishment from all mandatory
local bodies
g) Submission of working drawings, for all civil & electrical services
BOQ for Accord of Technical Sanction

2. Completion of RCC structure upto plinth including earthwork,


retaining walls and foundation, completion of grade beam. 135 1.00%

3. Completion of RCC work upto terrace slab level.


165 1.00%
4. Completion of entire masonry work including conduiting for electrical
works. 210 0.5%

5. Complete internal plaster & sanitary installation including conduiting 240


and fixing of boxes for electrical works. Supply of all electrical 1.00%
inventory.

6. Completion of all works including electrical testing and 300 1.00%


commissioning cleaning of site and handing over of inventory as
built drawing and other documentation as required under the scope
of agreement.

Withheld amount shall be released if and when subsequent milestone is achieved within respective time
specified. The main contractor will ensure that electrical components of the work are executed in time without
giving any chance for slippage of milestone an account of delay in execution of associated electrical works by
him. However, in case milestones are not achieved by the contractor for the work, the amount shown against
milestone shall be withheld by the Engineer-In-Charge of the respective components.
Note: Intending tenderer may submit phasing of activities / milestones on the basis of their resources and
methodology at the time of tendering corresponding to physical milestones / stages indicated in the above table.
These shall be formed part of the agreement after approval of the accepting authority.
45

MIle stone(s) as per table given below:Sarvadharmasthal

Sl. Description of Milestone (Physical) Time Amount to be


No ( All floor levels are with reference to lower most Ground level) allowed with-held in case
in days of non
(from achievement of
date of each of the mile
start) stone (% of
tendered amount)
1. a) Submission of methodology statement for carrying out the job
including safety practices being adopted.
b) Submission of applications including all required documents
to all necessary local bodies.
c) Submission of preliminary structural drawings/ structural
arrangement plans and tentative bill of quantities
d) Submission of documents for associating agencies for
Electrical works. 75 0.5%
e) Submission of structural drawings approved by Proof
Checking consultants
f) Obtaining approval/ consent of establishment from all
mandatory local bodies
g) Submission of working drawings, for all civil & electrical
services BOQ for Accord of Technical Sanction

2. Completion of RCC structure upto plinth including earthwork,


retaining walls and foundation, completion of grade beam. 135 1.00%

3. Completion of RCC work upto terrace slab level.


165 1.00%
4. Completion of entire masonry work including conduiting for electrical
works. 210 0.5%

5. Complete internal plaster & sanitary installation including conduiting 240


and fixing of boxes for electrical works. Supply of all electrical 1.00%
inventory.

6. Completion of all works including electrical testing and 300 1.00%


commissioning cleaning of site and handing over of inventory as
built drawing and other documentation as required under the scope
of agreement.

Withheld amount shall be released if and when subsequent milestone is achieved within respective time
specified. The main contractor will ensure that electrical components of the work are executed in time without
giving any chance for slippage of milestone an account of delay in execution of associated electrical works by
him. However, in case milestones are not achieved by the contractor for the work, the amount shown against
milestone shall be withheld by the Engineer-In-Charge of the respective components.
Note: Intending tenderer may submit phasing of activities / milestones on the basis of their resources and
methodology at the time of tendering corresponding to physical milestones / stages indicated in the above table.
These shall be formed part of the agreement after approval of the accepting authority.
46

MIle stone(s) as per table given below:Development works

Sl. Description of Milestone (Physical) Time Amount to be with-held in


No (All floor levels are with reference to lower most allowed in case of non achievement of
Ground level) Days (from each of the mile stone (% of
date of tendered amount)
start)

1. Mobilization of all plants machineries and marking of


alignment of roads, water supply lines / sewer lines /
drains / street lights and electrical cables. 20 0.25%

2. Formation of road (50%), Supply of HDPE pipes for


water supply, RCC pipes for sewer lines, submission
of design of HT equipments / LT equipments, placing 75 0.75%
cable / conductors supply orders, street light poles,

3. Complete road formation with compaction, foundation 120 1.00%.


of culverts, excavation of water supply, sewer lines
and electric cables, drains.

4. Supply of electrical cables, panels, LT / HT 150 0.50%


equipments and completion of 25% of drains.

5. Completion of top slab for culverts, laying of 50% 210 0.50%


water supplies, sewer and electric lines.

6. Complete WMM and one course of bituminous 270 1.00%


macadam, 90% water supply lines, sewer lines,
drains and electrical cables. Erection of HT/LT
equipment, erection of street light poles.

7. Completion of road / drains, sewers and electrical 300 1.00%


works i/c commissioning & testing.

Withheld amount shall be released if and when subsequent milestone is achieved within respective time
specified. The main contractor will ensure that electrical components of the work are executed in time without
giving any chance for slippage of milestone an account of delay in execution of associated electrical works by
him. However, in case milestones are not achieved by the contractor for the work, the amount shown against
milestone shall be withheld by the Engineer-In-Charge of the respective components.
Note: Intending tenderer may submit phasing of activities / milestones on the basis of their resources and
methodology at the time of tendering corresponding to physical milestones / stages indicated in the above table.
These shall be formed part of the agreement after approval of the accepting authority.
47

Mile Stone as per Table given below:(STP)

Sl. Description of Milestone (Physical) Time Amount to be with-held in


No (All floor levels are with reference to lower most allowed in case of non achievement of
Ground level) Days (from each of the mile stone (% of
date of tendered amount)
start)

1. Submission of Schematic with flow diagram and


design brief report 30 0.5%

2. Submission of detailed design and drawings


60 0. 5%

3. Completion of civil structure and supply of E&M 210 1.00%.


equipments at site.

4. Erection of E&M Equipments 270 1.00%

5. Commissioning testing/local body approval 300 1.00%

Withheld amount shall be released if and when subsequent milestone is achieved within respective time
specified. The main contractor will ensure that electrical components of the work are executed in time without
giving any chance for slippage of milestone an account of delay in execution of associated electrical works by
him. However, in case milestones are not achieved by the contractor for the work, the amount shown against
milestone shall be withheld by the Engineer-In-Charge of the respective components.
Note: Intending tenderer may submit phasing of activities / milestones on the basis of their resources and
methodology at the time of tendering corresponding to physical milestones / stages indicated in the above table.
These shall be formed part of the agreement after approval of the accepting authority.

Time allowed for execution of work 12 months.

Authority to decide:

(i) Extension of time EE, BCD II CPWD, Bangalore or his successor thereof
(Engineer in Charge or Engineer in Charge of Major component in case of
composite contracts, as the case may be)

(ii) Rescheduling of mile stones. Chief Engineer, CPWD, Bangalore .or as notified
from time to time.

(iii) Shifting of date of start in case of delay in handing over of site


Chief Engineer, CPWD, Bangalore or as notified from time to time.
48

Clause 5.2
Nature of Hindrance Register: NA(Whenever any hindrance on the part of
department or contractor causing delay in the works comes to the notice of AE,
he should at once write in the site order book and immediately make a report to
the Engineer-in-charge. On receipt of AE‟s report or as soon as any hindrance
comes to the notice of Engineer-in-charge, he will make immediate efforts to get it
removed. All correspondence made in this regard shall be kept on record. All
correspondences kept on record, shall be considered by the competent authority
for the extension of time/rescheduling of milestones)

Clause 5.4

Schedule of rate of recovery for delay in submission of the modified


programme in terms of delay days

S. No. Contract Value Recovery Rs.


I. Less than or equal to Rs. 1 Crore NA
II. More than Rs. 1 Crore but less than or equal NA
to Rs. 5 Crore
III. More than Rs. 5 Crore but less than or equal 5000
to Rs. 20 Crores

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

Clause 7
Gross work to be done together with net payment /adjustment of As per schedule
advances for material collected, if any, since the last such payment of stage payment
for being eligible to interim payment for EPC mode.

For BoQ based part of the work


Rs. 40 lakhs
Clause 7A
Whether Clause 7A shall be Yes
Applicable (No Running Account Bill shall be paid
for the work till the applicable labour
licences, registration with EPFO, ESIC
and BOCW Welfare Board, whatever
applicable are submitted by the
contractor to the Engineer-in-charge).

Clause 8.B Completion plans to be submitted by the contractor

(i) For other works, the limit shall be as below :


(ii)

S.No. Contract Value Limit Rs.


I. Less than or equal to Rs. 1 Crore NA
II. More than Rs. 1 Crore but less than or equal to NA
Rs. 5 Crore
III. More than Rs. 5 Crore but less than or equal 25000
to Rs. 20 Crores
49

Clause 10A

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


All necessary equipment for conducting all necessary tests shall be provided at the
site in the well furnished site laboratory by the contractor at his own cost with proper
light and ventilation. The following minimum laboratory equipments shall be set up at
site office laboratory:-

Sl. No. Equipment Numbers


(Minimum)
1. Slump cone, steel plate, tamping rod, steel scale, scoop 4

2. Weighing scale platform type 100 Kg capacity 2

3. Graduated glass measuring cylinder As per


requirement
(Min 6 Nos.)

4. Sets of sieves of 450mm internal dia for coarse 1


aggregate [100mm, 80mm, 63mm, 50mm, 40mm;25mm,
20mm; 12.5mm,
10mm;6.3mm, 4.75mm complete with lid and pan]
5. Sets of sieves of 200mm internal dia for fine aggregate 2
[4.75mm; 2.36mm; 1.18mm; 500 microns;425 microns;
300 microns, 150 micron 90 micron;75micron , with lid
and pan]

6. Motorized sieve shaker 1

7. Cube moulds size 150mmx150mmx150mm As per


requirement
(Min 24Nos)
8 Cube Compression testing machine ((Digital) (Min 100kg 1
capacity)
9. Hot air oven temp. Range 50°C to 300°C- sensitivity 1 1
degree

10. Electronic balance 600gx0.1g., 10kg and 50 kg 1 each


11. Physical balance weight up to 5 kg 1
12. Measuring jars 100ml, 200ml, 500ml As required
(Min 2 each)

13. Gauging trowels 100mm & 200mm with wooden As required


handle (Min 4 nos)
14. Spatula 100mm & 200mm with long blade wooden As required
handle (Min 4 nos)
15. Vernier calipers 12” & 6” size 1 each
50

Sl. No. Equipment Numbers


(Minimum)
16. Digital paint thickness meter for steel 500 micron 1
range

17. GI /MS tray 600x450x50mm, 2 No each


450x300x40mm,300x250x40mm
18. Screw gauge 0.1mm-10mm, least count 0.05 2
19. Wash Bottles capacity 500 ml As required
20. Hacksaw 3
21. Measuring tape 2 mtr 6
22. Shovels & Spade 6

23. Plastic or G.I. Buckets 15 ltr, 10 ltr, 5 ltr 1 each


24. Wheel Barrow 6

25. Floor Brushes, hair dusters, scrappers, wire brush, paint 6 each
brushes, shutter steel plat oil, kerosene with stove etc.

26. Any other equipment for site tests as outlined in BIS


codes and as directed by the Engineer-in-charge.
27 Dynamic Penetrometer 1 No
28 Centrifuge for binder content determination 1 No
29 Computer and Laser Printer 1 Set

Clause 10 B(i) (Secured Advance)

Whether Clause 10 B (i) shall be applicable


Yes

Clause 10B(ii) (Mobilization Advance)

Whether Clause 10 B (ii) shall be applicable Yes

Clause 10C :
Component of labour expressed Not Applicable
as percentage of value of work
51

Clause 10CA : Applicable

Sl. Material covered Nearest Materials Base Price and its corresponding
No. under this clause (other than cement, period of all the materials covered
reinforcement bars under clause 10 CA
and structural steel)
for which all India
Base Price / MT Corresponding
Wholesale Price
Index to be followed.
in Rs. (Excluding Period
GST)
1 Ordinary Portland 4375 July 2019
Cement(OPC)
2 Portland Pozzolona 4219 July 2019
Cement(PPC)
3 Steel Reinforcement 39500 July 2019
bars TMT-500& TMT-
500D
(Primary producer)

Steel Reinforcement 38000 July 2019


bars TMT-500& TMT-
500D
(Primary producer)

4 Structural steel 40880 July 2019

CLAUSE 10 (CC) Not Applicable

Clause 11

Specifications to be followed CPWD specifications 2009 Vol I &II


for execution of work (with correction slips upto last
date of submission of bid)
Clause 12

Type of work:- Original work


(For development work (Annexure-II))

12.2 & 12.3 Deviation Limit beyond which clauses 12.2 & 12.3 shall 30%
apply for building work

12.5 (i) Deviation Limit beyond which clauses 12.2 & 12.3 30%.
shall apply for foundation work(except items mentioned in
earth work sub head in DSR and related items)

(ii) Deviation limit for items in earth work subhead of DSR 100%
or related items
52

(For Family welfare centre, 10 bedded hospital, Sarvadharma Sthal and STP)

12.2.&12.3 Deviation limit beyond which 30% (Thirty percent) applicable for plinth
Clauses12.2& area. Any additional/ Extra item other than
12.3shallapplyforbuildingwork the specified item will be treated as Extra
and Electrical work item and rate will be derived based on
(Annexure I and III) market rate prevailing at the time of
execution of item. For any change in
specification, any extra/ deduction amount
will be paid/deducted as per the difference in
market rates (prevailing at the time of
decision communicated to the contractor) of
the original specified item and the
Clause 16 changed/modified item.

Competent Authority for deciding Chief Engineer


Reduced rates CPWD, Bangalore. or as notified from time to time
Clause 18

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

S.No. Equipment Numbers (Minimum)


1. Fully Automatic Concrete Batching plant 1
(Min. 15 cum./hr.)
2. Concrete pump 2
3. DG set of minimum capacity 62.5 KVA. 1
4. Transit Mixer As per Requirement of work
5. Needle Vibrators. 6
6. Plate Vibrator 3
7. Compressor machine minimum 200 cfm with 1
rock breaker
8. Builder Hoist 1
9. JCB, Excavator, Dumper , Tipper As per Requirement of work
10. Reinforcement cutting & Bending machines 1
11. Reinforcement threading machine for 1
couplers
12. Total station. As per Requirement of work
13. Auto level & staff. 1
14. Water tanker(Minimum capacity of 5000 1
litres)
15. Welding machine 400 Ampere 3
53

S.No. Equipment Numbers (Minimum)


16. Screener for coarse sand and fine sand 2

17. Centrifugal mono block water pump minimum 2


capacity 2 HP

18. Steel Shuttering with necessary steel props As per requirement


(Minimum 1000 Sqm)
19. Steel scaffolding and staging materials As per requirement
20. Plain Concrete/Mortar Mixer 2 Nos.

21. Semi Automatic Pavement Concrete Paver As per requirement

22. Screed Vibrator As per requirement

23. Vibratory Roller 1


24. Grader 1
25. Sensor Paver 1
26. Laptop, Printer & Photocopier for billing & 2 set
project management at Contractors site
office.
27. Any other machinery required for completion As per Actual requirement
of the work as per decision of Engineer-in-
charge.

Clause 25
Constitution of Dispute Redressal Committee
Claim amount Upto Rs.25 lakhs More than Rs.25 lakhs

Chairman SE (Works and TLQA) (E), CPWD, Chief Engineer


Region Bangalore. CPWD Trivandrum.

Member Executive Engineer SE (Works and TLQA), (E),


Bangalore Central Division-I CPWD, Region Bangalore.
CPWD Bangalore

Member Executive Engineer (C), Superintending Engineer (P)


O/O Chief Engineer (C) – 1, Region Bangalore. .
South Zone III, CPWD, Bangalore.
54

Clause 36(i)
Requirement of Technical Representative(s) and recovery Rate
S Min. Discipli Designation Minimum No. Rate at which
N Qualificatio ne (Principal Experience recovery shall be
n of Technical/ made from the
Technical Technical contractor in the
Representa Representati event of not fulfilling
tive ve) provision of clause
36((i)
1 Graduate Civil Project 5 (and having 1 no Rs.25000/- per month per
Engineer Manager experience of person. (Rupees twenty
one similar five per month per
nature of work person)
2 Graduate 2 years Rs.15000/- per month per
Engineer Project / person. (Rupees twenty
or Civil Planning / or 1 no five thousand per month
Diploma Quality billing 5 years per person)
Engineer Engineer
2 Diploma Civil Surveyor 5 years 1No Rs.15000/- per month per
Engineer person. (Rupees twenty
five thousand per month
per person)
3 Graduate Project / 2 years Rs.15000/- per month per
Engineer Site Engineer or person. (Rupees fifteen
or Elect / 1 no thousand per month per
Diploma Mech 5 years person)
Engineer

Assistant Engineer retired from Government services that are holding Diploma will
be treated at par with Graduate Engineers.
Diploma holder with minimum 10 year relevant experience with a reputed
construction co. can be treated at par with Graduate Engineers for the purpose of such
deployment subject to the condition that such diploma holders should not exceed 50% of
requirement of degree.
Clause 42
(i) (a) Schedule/statement for determining
theoretical quantity of cement & bitumen on
the basis of Delhi Schedule of Rates .2016 printed by C.P.W.D.
(ii) Variations permissible on theoretical quantities:
(a) Cement
For works with estimated cost put to
tender more than Rs.5 lakh. 2% plus/minus.

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

(c) Steel Reinforcement and structural steel


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

(d) All other materials. Nil


55

RECOVERYRATES FOR QUANTITIESBEYOND


PERMISSIBLEVARIATION

Sl. No. Description of Item Rates in figures and words at


which recovery shall be made from
the Contractor

Excess Less use


beyond beyond permissible
permissible variation (Exclusive
variation of GST)

1. Ordinary Portland Cement(OPC Nil Rs. 4813/- Per MT

2. Portland Pozzolana Cement(PPC) Nil Rs. 4641/- Per MT

3. Steel Reinforcement (TMT Fe-500 & Nil Rs. 43450 /- Per MT


Fe-500D from primary producer.

4. Steel Reinforcement (TMT Fe-500 & Nil Rs. 41800 /- Per MT


Fe-500D from secondary producer.

5. Structural steel. Nil Rs. 44968/- Per MT


56

1.0 SPECIAL CONDITIONS (PART „B‟ CIVIL COMPONENT)

GENERAL

1.1 The Contractors are advised to inspect and examine the site and its surroundings
and satisfy themselves with the nature of site, the means of access to the site, the
constraints of space for stacking material / machinery, labour etc., constraints put
by local regulations, if any, weather conditions at site, general ground / subsoil
conditions etc. or any other circumstances which may affect or influence
submission of their bids. The site is available for work.. The contractor shall carry
out survey of the work area, at his own cost, setting out the layout and fixing of
alignment of the building as per architectural and structural drawings (to be
prepared by the contractor) in consultation with the Engineer-in-charge and
proceed further ensuring full structural continuity and integrated construction. Any
discrepancy between the architectural drawings and actual layout at site shall be
immediately brought to the notice of the Engineer-in-charge.

1.2 The Contractor shall, if required by him, before submission of the tender, inspect
the drawings in the Office of the Executive Engineer, Bangalore Central Division
II, CPWD, Bangalore The department shall not bear any responsibility for the lack
of knowledge and also the consequences, thereof to the Contractor. The
information and data shown in the drawings and mentioned in the bid documents
have been furnished, in good faith, for general information and guidance only.
The Engineer-in-Charge, in no case, shall be held responsible for the accuracy
thereof and/or interpretations or conclusions drawn there from by the Contractor
and all consequences shall be borne by the Contractor. No claim, whatsoever,
shall be entertained from the Contractor, if the data or information furnished in bid
document is different or in-correct otherwise or actual working drawings are at
variance with the drawings available for inspection or attached to the bid
document. It is presumed that the Contractor shall satisfy himself for all possible
contingencies, incidental charges, wastages, bottlenecks etc. likely during
execution of work and acts of coordination, which may be required between
different agencies. Nothing extra shall be payable on this account.

The work shall be carried out, all in accordance with true intent and meaning of
the specifications, the drawings and other terms & conditions in the bid
documents all taken together, regardless of whether the same may or may not be
particularly shown on the drawings and/or described in the specifications,
provided that the same can be reasonably inferred there from may be several
incidental works, which are not mentioned in the bid document but will be
necessary to complete the work in all respects. All these incidental works / costs
which are not mentioned in bid document but are necessary to complete the work
in all respects shall be deemed to have been included in the rate quoted by the
contractor. No adjustment of rates shall be made for any variation in quantum of
incidental works due to variation / change in actual working drawings. Also, no
adjustment of rates shall be made due to any change in incidental works or any
other deviation in such element of work (which is incidental to the work and are
necessary to complete the work in all respects) on account of the directions of
Engineer-in-charge. Nothing extra shall be payable on this account.
57

1.4 The contractor(s) shall give to the local body, police and other authorities all
necessary notices etc. that may be required by law and obtain all requisite
licenses for temporary obstructions, enclosures etc. and pay all fees, taxes and
charges which may be leviable on account of these operations in executing the
contract. He shall make good any damage to the adjoining property whether
public or private and shall supply and maintain lights either for illumination or for
cautioning the public at night. Proper temporary barricading by fencing with colour
coated G.I. sheets, shall be carried out by the contractor at the start of work as
per direction of Engineer-in-charge in order to physically define the boundaries of
the plot for restricted entry to only those involved in the work and also to prevent
any accidents, at the same time without causing any inconvenience to the traffic
and the users of the handed over buildings in the adjacent plots. It shall be done
by providing, erecting, maintaining temporary protective barricading of minimum
3.0 meters in height, made in panels, with each panel having MS frames / MS
scaffolding pipes of suitable size and stiffness, with 24 gauge thick colour coated
GI corrugated sheet or suitably stiffened plain GI sheet fixed on frames. If the
height of barricade is required more than 3.0M then the cost of barricading over
and above 3.0M shall be borne by the department. Such panels shall be suitably
connected to each other for stability with nuts and bolts, hooks, clamps etc. and
fixed firmly to the ground at about 2 metres spacing, for the entire duration till
completion of the work. He shall also provide and erect temporary protective
barricades within the plot, if required, to prevent any accident. Temporary
protective roofing near the entrance to the building, under construction, shall be
made to protect the visiting officials from getting hurt by falling debris etc. Also,
one or more coat of enamel paint of shade as approved and directed by the
Engineer-in-charge shall be applied on the panels and “CPWD” shall be painted
over that in suitable sizes, shapes and numbers as directed by the Engineer-in-
charge. It shall be dismantled and taken away by the Contractor after the
completion of work at his own cost with the approval of the Engineer-in- charge.
Nothing extra shall be payable on this account.

1.5 Architects to make our built environment Barrier free and accessible to all.
Bidders are instructed to strictly adhere to the provision contained in Hand Book
on Barrier free and accessibility containing 22 chapters and corresponding
provisions of NBC 2016 while incorporating such features in the building. Bidders
should visit CPWD website www.tenderwizard.com/CPWD orwww.cpwd.gov.in.
Nothing extra shall be payable on this account. (Provision of lift for vertical
movement shall be as per drawings)

1.6 The contractor shall take all precautions to avoid accidents by exhibiting
necessary caution boards day and night. In case of any accident to labours/
contractual staff the entire responsibility will rest on the part of the contractor and
any compensation under such circumstances, if becomes payable, shall be
entirely borne by the contractor.

1.7 The work shall generally be carried out in accordance with the “CPWD
Specifications 2009 Vol. I & II” with correction slips issued up to previous day of
the last date of submission of bids, Additional/ Particular Specifications,
Architectural/ Structural drawings and as per instructions of Engineer-in-charge.
Any additional item of the work, if taken up subsequently, shall also conform to
the relevant CPWD specifications as mentioned above.
58

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

1.9 Para 8.1 at page -11 of GCC-2014 stands superseded. In case of any difference
or discrepancy between the description of items, particular specifications for
individual items of work (including special conditions) and I.S. Codes etc., the
following order of preference shall be observed.

a) As given in minimum acceptable specification


b) Particular specifications
c) Special conditions
d) Additional Conditions
e) Tender drawings attached
f) CPWD Specifications including correction slips issued up to the last date of
uploading / submission of tender.
g) General Conditions of Contract for CPWD 2014 works including correction
slips issued up to the last date of uploading/submission of tender.
h) Indian Standards Specifications of B.I.S.
i) ASTM, BS, or other foreign origin codes mentioned in tender document.
j) Manufacturers‟ specifications and as decided by the Engineer-in-Charge.
k) Sound Engineering Practices

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

The works to be undertaken by the contractor shall inter-alia include the following:

(i) Preparation of detailed Structural drawing, SHOP drawings and „AS BUILT‟
drawings
(ii) Obtaining of Statutory permissions wherever applicable and required.
(iii) Pre-commissioning tests as per relevant standard specifications, code of practice,
Acts and Rules wherever required.
(iv) Warranty obligation for the equipments and / or fittings/fixtures supplied by the
contractor: Contractor shall provide all the shop drawings or layout drawings for
all the co-ordinated services before starting any work or placing any order of any
of the services etc. These shop drawings/layout drawings shall be got approved
from Engineer-in-charge before implementation and this shall be binding on the
contractor. The contractor shall submit material submittals along with material
sample for approval of Engineer-in-Charge prior to delivery of material at site.

1.11 The work shall be carried out in accordance with the approved architectural
drawings (to be supplied by the department) and structural drawings & service
drawings (to be prepared by contractor). Before commencement of any item of
work the contractor shall correlate all the relevant architectural and structural
drawings, Specifications etc. issued for the work and satisfy himself that the
information available from there is complete and unambiguous. The figure and
written dimension of the drawings shall be superseding the measurement by
scale. The discrepancy, if any, shall be brought to the notice of the Engineer-in-
charge before execution of the work.
59

The contractor alone shall be responsible for any loss or damage occurring by the
commencement of work on the basis of any erroneous and or incomplete
information and no claim whatsoever shall be entertained by the department on
this account. The delay caused on account of non-timely action by the contractor
in resolution of the differences whatsoever shall not be considered as valid
ground for extension of time unless otherwise accepted by Engineer- in-charge.

1.12 The contractor shall take instructions from the Engineer-in-Charge regarding
collection and stacking of materials at suitable place. No stacking of materials or
excavated earth or building rubbish shall be stacked on areas where other
buildings, roads, services and compound walls are to be constructed. The
stacking shall take place as per stacking plan. However, if any change is required,
the same shall be done with the approval of Engineer-in-Charge.

1.13 The contractor shall bear all incidental charges for cartage, storage and
safe custody of materials, if any, issued by department as well as to those
materials also arranged by the contractor.

1.14 Any cement slurry added over base surface (or) for continuation of concreting for
better bond is deemed to have been built in the execution of work and nothing
extra shall be payable or extra cement considered in consumption on this
account.

1.15 The contractor shall give performance test of the entire installation(s) as per the
specifications in the presence of the Engineer-in-charge or his authorized
representative before the work is finally accepted and nothing extra what-so-ever
shall be payable to the contractor for such test.

1.16 Materials used on work without prior inspection and testing (where testing is
necessary) and without approval of the Engineer-in-Charge are liable to be
considered unauthorized, defective and not acceptable. The Engineer-in-Charge
shall have full powers to require the removal of any or all of the materials brought
to site by contractor which are not in accordance with the contract specifications
or do not conform, in character or quality to the samples approved by the
Engineer-in-Charge. In case of default on the part of the contractor in removing
rejected materials, the Engineer-in-Charge shall be at liberty to have them
removed at the risk and cost of the contractor

1.17 Use of Manufactured sand (M-sand) is allowed in all items of work except
plastering works without any cost adjustment i.e. without any extra payment to
contractor or without any recovery from contractor. For plastering P-Sand should
be used.

1.18 Water tanks, taps, water supply & drainage pipes, fittings & accessories should
conform to bye- laws of local body/corporation, where CPWD specifications are
not available. The Contractor should engage approved, licensed plumbers for the
work and get the materials (fixtures/fittings) tested, by the municipal Body/
Corporation authorities wherever required at his own cost. The Contractor shall
submit for the approval of the Engineer-in-charge, the name of the plumbing
agency (along with their working experience in recent past) proposed to be
engaged by him.
60

1.19 The contractor shall make his own arrangements for water and for obtaining
electric connections if required and make necessary payments directly to the
State Govt. departments concerned. Contractor shall get the water tested from
laboratory approved by the Engineer-in-charge at regular interval as per the
CPWD Specifications. All expenses towards collection of samples, packing,
transportation etc. shall be borne by the contractor.

1.20 PREVENTION OF NUISANCE AND POLUTION CONTROL

The contractor shall take all necessary precautions to prevent any nuisance or
inconvenience to the owners, tenants or occupiers of adjacent properties and to
the public in general and to prevent any damage to such properties from
pollutants like smoke, dust, noise. The contractor shall use such methodology
and equipment so as to cause minimum environmental pollution of any kind
during construction and minimum hindrance to road users and to occupants of the
adjacent properties or other services running adjacent/near vicinity. The
contractor shall make good at his cost and to the satisfaction of the Engineer-in-
charge, any damage to roads, paths, cross drainage works or public or private
property whatsoever caused due to the execution of the work or by traffic brought
thereon by the contractor. All waste or superfluous materials shall be carried
away by the contractor, without any reservation, entirely to the satisfaction of the
Engineer-in-charge.

1.21 Utmost care shall be taken to keep the noise level to the barest minimum so that
no disturbance as far as possible is caused to the nearby occupants/users of
building(s), if any.

1.22 SECURITY AND TRAFFIC ARRANGEMENTS


In the event of any restrictions being imposed by the Security agency of Client
Department / CPWD/ Bangalore Traffic or any other local authority having
jurisdiction in the area on the working or movement of labour/ material, the
contractor shall strictly follow such restrictions and nothing extra shall be payable
to him on such accounts. The loss of time on these accounts, if any, shall have to
be made up by augmenting additional resources whatever required.

1.23 As per the rules of the CISF, Bangalore, normally the huts for labour are not to be
erected at the site of work by the contractors. However, the hutment for not more
than 50 labours could be erected at a location approved by CISF. Police
verification for their labour, if required, will have be provided by the bidder.

1.24 No payment shall be made for any damage caused by rain, snowfall, flood or any
other natural calamity, whatsoever during the execution of the work. The
contractor shall be fully responsible for any damage to the govt. property and the
work for which payment has been advanced to him under the contract and he
shall make good the same at his risk and cost. The contractor shall be fully
responsible for safety and security of his material, T&P/Machinery brought to the
site by him.

1.25 The contractor shall construct suitable godowns, yard at the site of work for
storing all other materials so as to be safe against damage by sun, rain,
damages, fire, theft etc. at his own cost and also employ necessary watch and
ward establishment for the purpose at his cost.
61

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

1.27 Royalty at the prevalent rates shall have to be paid by the contractor on all the
boulders, metals, shingles 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. Documentary proof of payment
of the same shall be submitted to Engineer-in-charge while submitting each RA
bill and final bill for the quantity utilised in the respective RA bills.

1.28 The contractor shall be responsible for the watch and ward/guard of the buildings,
safety of all fittings and fixtures including all equipments, services provided by him
against pilferage and breakage during the period of Installations and thereafter till
the building is physically handed over to CISF, the Client Department. No extra
payment shall be made on this account and no claim shall be admissible on this
account.

1.29 The contractor shall keep himself fully informed of all acts and laws of the Central
& State Governments, all orders, decrees of statutory bodies, tribunals having any
jurisdiction or authority, which in any manner may affect those engaged or
employed and anything related to carrying out the work. All the rules & regulations
and bye-laws laid down by Collector and any other statutory bodies shall be
adhered to, by the contractor, during the execution of work. The contractor shall
also adhere to all traffic restrictions notified by the local authorities. The extra
sewerage charges (one time charges for commencement of work) required to be
paid to the Municipal Corporation/ other statutory bodies shall be paid by the
department and need not be considered by the contractor. All statutory taxes,
levies, charges (including water and sewerage charges, charges for temporary
service connections and / or any other charges) payable to such authorities for
carrying out the work, shall be borne by the Contractor. The water charges (for
municipal water connection as well as tanker water) shall be borne by the
contractor. Also, if the contractor obtains water connection for the drinking
purposes from the municipal authorities or any other statutory body, the
consequent sewerage charges shall be borne by the contractor. The clause 31A
of the General Conditions of Contract for CPWD works -2014 is not applicable to
the tender. The contractor shall arrange to give all notices as required by any
statutory / regulatory authority and shall pay to such authority all the fees that is
required to be paid for the execution of work. He shall protect and indemnify the
department and its officials & employees against any claim and /or liability arising
out of violations of any such laws, ordinances, orders, decrees, by himself or by
his employees or his authorized representatives. Nothing extra shall be payable
on these accounts. The fee payable to statutory authorities for obtaining the
various permanent service connections and Occupancy Certificate for the building
shall be borne by the department.

1.30 For works below ground level the contractor shall keep that area free from water.
If dewatering or bailing out of water is required, the contractor shall do the same
at his own cost and nothing extra shall be paid except otherwise provided in the
tender document.
62

1.31 The contractor shall make all necessary arrangements for protecting works
already executed from rains, fog or likewise extreme weather conditions and for
carrying out further work, during monsoon including providing and fixing
temporary shelters, protections etc. Nothing extra shall be payable on this
account and also no claims for hindrance shall be entertained on this account.

1.32 In case of flooding of site on account of rain or any other cause and any
consequent damage, whatsoever, no claim financially or otherwise shall be
entertained notwithstanding any other provisions elsewhere in the bid document.
Also, the contractor shall make good, at his own cost, the damages caused, if
any. Further, no claim for hindrance shall be entertained on this account.

1.33 The contractor will take reasonable precautions to prevent his workman and
employees from removing and damaging any flora (plant/vegetation) from the
project area.

1.34 SETTING OUT

The contractor shall carry out survey of the work area, at his own cost, setting out
the layout of building in consultation with the Engineer–in-charge & proceed
further. Any discrepancy between architectural drawings and actual layout at
site shall be immediately brought to the notice of the Engineer–in-charge. It
shall be responsibility of the contractor to ensure correct setting out of alignment.
Total station survey instruments only shall be used for layout, fixing boundaries,
and centre lines, etc., Nothing extra shall be payable on this account.

The contractor shall establish, maintain and assume responsibility for grades,
lines, levels and benchmarks. He shall report any errors or inconsistencies
regarding grades, lines, levels, dimensions etc. to the Engineer–in-charge before
commencing work. Commencement of work shall be regarded as the contractor‟s
acceptance of such grades, lines, levels, and dimensions and no claim shall be
entertained at a later date for any errors found.

If at any time, any error appears due to grades, lines, levels and benchmarks
during the progress of the work, the contractor shall, at his own expense rectify
such error, if so required, to the satisfaction of the Engineer–in-charge. Nothing
extra shall be payable on this account.

The contractor shall ascertain and confirm the site levels with respect to
benchmark from the concerned authorities. The contractor shall protect and
maintain temporary/ permanent benchmarks at the site of work throughout the
execution of work. These benchmarks shall be got checked by the Engineer-in-
charge or his authorized representatives. The work at different stages shall be
checked with reference to bench marks maintained for the said purpose.
Nothing extra shall be payable on this account.

The approval by the Engineer-in-charge, of the setting out by the contractor, shall
not relieve the Contractor of any of his responsibilities and obligation to rectify the
errors/ defects, if any, which may be found at any stage during the progress of the
work or after the completion of the work.

62
63

The contractor shall be entirely and exclusively responsible for the horizontal,
vertical and other alignments, the level and correctness of every part of the work
and shall rectify effectively any errors or imperfections therein. Such rectifications
shall be carried out by the Contractor at his own cost to the entire satisfaction of
the Engineer– in-charge. The rate quoted by the contractor is deemed to be
inclusive of site clearance, setting out work (including marking of reference points,
centre lines of buildings),construction and maintenance of reference bench
mark(s), taking spot levels, construction of all safety and protection devices,
barriers, barricading, signage, labour safety, labour welfare and labour training
measures, preparatory works, working during monsoon, working at all depths,
height and location etc. and any other incidental works required to complete this
work. Nothing extra shall be payable on this account.

1.35 The rate offered is inclusive of providing sunken flooring in bathrooms, kitchen
etc. and nothing extra on this account is admissible.

1.36 A site laboratory with the minimum equipments as specified in CPWD


specifications/in this bid document shall be established, made functional and
maintained within one month from the award of work as per Annexure-I at page
No. 48 without any extra cost to the department. In case of non-compliance /
delay in compliance in this, a recovery @ Rs. 1000/- per day will be imposed
which will be recovered from the immediate next R/A Bill of the Contractor.The
contractor should make temporary arrangement for sewage disposal, water
supply and electricity for completed building to make them to functional in case
permanent arrangements are not ready.

1.37 INTEGRATED SERVICE DRAWINGS


Before taking up the work, the contractor shall also provide integrated drawings
for various civil and electrical services showing details of lay out plan including
sectional elevations. Contractor shall plan and mobilize his resources as per the
integrated drawings and as per the site conditions to facilitate convenient
execution, installation as well as maintenance of these services. Nothing extra
shall be payable on this account.

1.38 TOOLS AND PLANTS


The contractor should have own constructions equipment required for the proper
and timely execution of the work. Nothing extra shall be paid on this account. No
tools and plants including any special T&P etc. shall be supplied by the
department and the contractor shall have to make his own arrangements at his
own cost. No claim of hindrance (or any other claim) shall be entertained on this
account.

1.39 SCAFFOLDING
Wherever required for the execution of work, all the scaffolding shall be provided
and suitably fixed, by the contractor. It shall be provided strictly with steel double
scaffolding system, suitably braced for stability, with all the accessories,
gangways, etc. with adjustable suitable working platforms to access the areas
with ease for working and inspection. Single scaffolding system is strictly
prohibited and shall invite necessary action. It shall be designed to take all
incidental loads. It should cater to the safety features for workmen. Nothing extra
shall be payable on this account. It shall be ensured that no damage is caused to
any structure due to the scaffolding.
64

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

1.41 The contractor shall maintain all the work in good condition till the completion of
entire work. The contractor shall be responsible for and shall make good, all
damages and repairs, rendered necessary due to fire, rain, traffic, floods or any
other causes. The Engineer-in-charge shall not be responsible for any claims for
injuries to person/workmen or for structural damage to property happening from
any neglect, default, want of proper care or misconduct on the part of the
contractor or of any other of his representatives, in his employment during the
execution of the work. The compensation, if any, shall be paid directly to the
department / authority / persons concerned, by the contractor at his own cost.

1.42 ROYALTY

Royalty at the prevalent rates shall be paid by the Contractor or the RMC supplier
as per the terms of supply between them, on all materials such as boulders,
metals, all sizes stone aggregates, brick aggregates, coarse and fine sand,
moorum, river sand, gravels and bajri etc. collected by him for the execution of
the work, directly to the revenue authority of the state government concerned.
Further, contractor needs to submit proof of submission of full royalty to the state
government or local authority. Nothing extra shall be payable on this account.

1.43 PRESERVATION AND CONSERVATION MEASURES


(i) Existing drains, pipes, cables, over-head wires, sewer lines, water lines and
similar services, if any, encountered in the course of the execution of work shall
be protected against the damage by the contractor at his own expense. In case
the same are to be removed and diverted, expenditure incurred in doing so shall
be payable to the contractor. The contractor shall work out the cost, get the same
approved by Engineer-in-charge before taking up actual execution. The contractor
shall not store materials or otherwise occupy any part of the site in a manner
likely to hinder the operation of such services.
(ii) All fossils, coins, articles of value of antiquity, structures and other remains or
things of geological or archaeological interest discovered on project location
during excavation/construction shall be the property of the Government, and shall
be dealt with as per provisions of the relevant Act.
65

The contractor will take reasonable precaution to prevent his workmen or any
other persons from removing and damaging any such article or thing. He will,
immediately upon discovery thereof and before removal acquaint the Engineer-in-
charge of such discovery and carry out the official instructions of Engineer-in-
charge for dealing with the same, till then all work shall be carried out in a way so
as not to disturb/damage such article or thing.

RESPONSIBILITY

(i) The contractor shall protect and indemnify the CPWD and its officials &
employees against any claim and /or liability arising out of violations of any such
laws, ordinances, orders, decrees, by himself or by his employees or his
authorized representatives. Nothing extra shall be payable on these accounts.
(ii) The fee payable to statutory authorities for obtaining the various permanent
service connections and Building Use Certificate for the building shall be borne by
the CPWD.
(iii) The contractor shall assume all liability, financial or otherwise in connection with
this contract and shall protect and indemnify the CPWD from any and all
damages and claims that may arise on any account. The Contractor shall
indemnify the department CPWD against all claims in respect of patent rights,
royalties, design, trademarks- of name or other protected rights, damages to
adjacent buildings, roads or members of public, in course of execution of work or
any other reasons whatsoever, and shall himself defend all actions arising from
such claims and shall indemnify the department in all respect from such actions,
costs and expenses. Nothing extra shall be payable on this account.

1.45 CO-OPERATION WITH OTHER CONTRACTORS/SPECIALIZED AGENCIES/


SUB-CONTRACTORS

(i) The Contractor shall take all precautions to abide by the environmental related
restrictions imposed by any statutory body having jurisdiction in Karnataka as well
as prevent any pollution of streams, ravines, river bed and waterways. All waste
or superfluous materials shall be transported by the Contractor, entirely to the
satisfaction of the Engineer- in-Charge and disposed at designated places only.
Utmost care shall be taken to keep the noise level to the barest minimum so that
no disturbance as far as possible is caused to the occupants / users of adjoining
buildings. No claim what so ever on account of site constraints mentioned above
or any other site constraints, lack of public transport, inadequate availability of
skilled, semi-skilled or unskilled workers in the near vicinity, non-availability of
construction machinery spare parts and any other constraints not specifically
stated here, shall be entertained from the Contractor. Therefore, the tenderers
are advised to visit site and get first-hand information of site constraints.
Accordingly, they should quote their tenders. Nothing extra shall be payable on
this account.

(ii) The Contractor shall cooperate with and provide the facilities to the sub-
Contractors and other agencies working at site for smooth execution of the work.
The contractor shall indemnify the Department (CPWD) against any claim(s)
arising out of such disputes. The Contractor shall:
66

(a) Allow use of scaffolding, toilets, sheds etc.


(b) Properly co-ordinate their work with the work of other Contractors.
(c) Provide control lines and benchmarks to his Sub-Contractors and the other
Contractors.
(d) Provide electricity and water at mutually agreed rates.
(e) Provide hoist and crane facilities for lifting material at mutually agreed rates.
(f) Co-ordinate with other Contractors for leaving inserts, making chases, alignment
of services etc. at site.
(g) Adjust work schedule and site activities in consultation with the Engineer-in-
Charge and other Contractors to suit the overall schedule completion.
(h) Resolve the disputes with other Contractors/ sub-contractors amicably and the
Engineer-in-Charge shall not be made intermediary or arbitrator.

(iii) The work should be planned in a systematic manner so as to ensure proper co-
ordination of various disciplines viz. sanitary & water supply, drainage, rain water
harvesting, electrical, firefighting, information technology, communication &
electronics and any other services.

(iv) Other agencies will also simultaneously execute and install the works of sub-
station / generating sets, air-conditioning, lifts, etc. for the work and the
contractor shall afford necessary facilities for the same. The contractor shall
leave such recesses, holes, openings trenches etc. as may be required for
such related works (for which inserts, sleeves, brackets, conduits, base
plates, clamps etc. shall be supplied free of cost by the department unless
otherwise specifically mentioned) and the contractor shall fix the same at time of
casting of concrete, stone work and brick work, if required, and nothing extra
shall be payable on this account.

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

1.46 SUPERVISION OF WORK


The Contractor shall depute Site Engineer & skilled workers as required for the
work. He shall submit organization chart along with details of Engineers and
supervisory staff. It shall be ensured that all decision making powers shall be
available to the representatives of the Contractor at Bangalore itself to avoid any
likely delays on this account. The Contractor shall also furnish list of persons for
specialized works to be executed for various items of work. The Contractor shall
identify and deploy key persons having qualifications and experience in the
similar and other major works, as per the field of their expertise. If during the
course of execution of work, the Engineer-in-Charge is of the opinion that the
deployed staff is not sufficient or not well experienced; the Contractor shall deploy
more staff or better-experienced staff at site to complete the work with quality and
in stipulated time limit. Principle Technical representative of the Contractor
having minimum twenty years of experience in similar nature of work as
mentioned in the clause 36 of the General Conditions of the Contract, shall
always be available at the site during the actual execution of the work. The
recovery of Rs. 25,000/- (Twenty five thousand) per month shall be effected from
the Contractor in the event of not fulfilling this provision.
67

1.47 Specialized Agencies

The list of specialized items for all components of works which are to be got
executed through specialized agencies are as below:

Soil investigation
Water proofing works
Fire fighting & Fire alarm
AV Conference system, Access control
Solar water heating & Solar PV panel
R.O. Water Treatment plant

The main contractor shall submit the credential of specialized agency well in
advance as per the direction of Engineer-in-charge. After verification of the same,
written approval will be conveyed to main contractor in this regard. The quantum
of credentials will be broadly in line with CPWD guidelines. The main contractor
shall not change the specialized agency. However, if the change is warranted, he
may do so, with permission of Engineer-in-charge. However before making any
such change he has to enter into similar agreement as with previous agency &
submit the same to Engineer – in – Charge for approval. This shall however be
without any change in the accepted rates of the contract agreement and without
any cost implications to the Department.

(ii) It shall be the responsibility of main contractor to sort out any dispute / litigation
with the Specialized Agencies without any time & cost overrun to the Department.
The main contractor shall be solely responsible for settling any dispute / litigation
arising out of his agreement with the Specialized Agencies. The contractor shall
ensure that the work shall not suffer on account of litigation/ dispute between him
and the specialized agencies / sub- contractor(s). No claim of hindrance in the
work shall be entertained from the Contractor on this account. No extension of
time shall be granted and no claim what so ever, of any kind, shall be entertained
from the Contractor on account of delay attributable to the selection/rejection of
the Specialized Agencies or any dispute amongst them.

1.48 RATES
(i) The percentage rates quoted by the Contractor are deemed to be inclusive of site
clearance, setting out work, profile, setting lay out on ground, establishment of
reference bench mark(s), installing various signage, taking spot levels, survey
with total station, construction of all safety and protection devices, compulsory
use of helmet and safety shoes, and other appropriate safety gadgets by
workers, imparting continuous training for all the workers, barriers, preparatory
works, construction of clean, hygienic and well ventilated workers housings in
sufficient numbers as per drawing supplied by Engineer in charge, working
during monsoon or odd season, working beyond normal hours, working at all
depths, height, lead, lift, levels and location, implementation of green building
norms to achieve desired GRIHA (3 Star) Rating or IGBC Green rating etc. and
any other unforeseen but essential incidental works required to complete this
work. Nothing extra shall be payable on this account and no extension of time for
completion of work shall be granted on these accounts.
(ii) The percentage rates quoted by the tenderer, shall be firm and inclusive of
all taxes and levies (including works contract tax, GST, construction labour
welfare cess).
68

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

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

(v) For completing the work in time, the Contractor might be required to work in two
or more shifts (including night shifts). No claim whatsoever shall be entertained on
this account, not with-standing the fact that the Contractor may have to pay extra
amounts for any reason, to the labourers and other staff engaged directly or
indirectly on the work according to the provisions of the labour and other statutory
bodies regulations and the agreement entered upon by the Contractor with them.

(vi) All material shall only be brought at site as per program finalized with the
Engineer-in- Charge. Any pre-delivery of the material not required for immediate
consumption shall not be accepted and thus not paid for.

1.49 SAFETY PRACTICES

(i) WARNING/ CAUTION BOARDS: All temporary warning / caution boards / glow
signage display such as “Construction Work in Progress”, “Keep Away”, “No
Parking”, Diversions & protective Barricades etc. shall be provided and
displayed during day time by the Contractor, wherever required and as
directed by the Engineer-in-Charge. These glow signage and red lights shall be
suitably illuminated during night also. The Contractor shall be solely responsible
for damage and accident caused, if any, due to negligence on his part. Also he
shall ensure that no hindrance, as far as possible, is caused to general traffic
during execution of the work. This signage shall be dismantled & taken away by
the Contractor after the completion of work, only after approval of the Engineer –
in – Charge. Nothing extra shall be payable on this account.
69

(ii) SIGN BOARDS: The Contractor shall provide and erect a display board of size
and shape as required and paint over it, in a legible and workman like manner,
the details about the salient features of the project, as required by the Engineer-
in-Charge. The Contractor shall fabricate and put up a sign board in an approved
location and to an approved design indicating name of the project, Client/Owner,
Engineer-in-charges, Structural Consultants, Department etc. besides providing
space for names of other Contractors, Sub-Contractors and specialized agencies
within 15 days from issue of award letter. Nothing extra shall be payable on this
account. In case of noncompliance/delay in compliance in this, a penalty @ Rs.
1000/- per day will be imposed which will be recovered from the immediate next
R/A Bill of the Contractor.

(iii) Necessary protective and safety equipment such as helmet, safety shoes, gloves
etc. shall be provided to the Site Engineer, Supervisory staff, labour and technical
staff of the contractor and also to the departmental officials supervising /
inspecting the works by the Contractor at his own cost and to be used at site.
Nothing extra will be paid on this Account.

(iv) Nylon net (50x50mm aperture and 4mm dia) at site shall be fixed to hooks etc.,
along periphery of building at various levels required and as directed by Engineer-
in-charge for safety of the working staff for which nothing extra will be paid on this
account

(v) No inflammable materials including P.O.L shall be allowed to be stored in huge


quantity at site. Only limited quantity of P.O.L may be allowed to be stored at site
subject to the compliance of all rules / instructions issued by the relevant
authorities and as per the direction of Engineer –in- Charge in this regard. Also all
precautions and safety measures shall be taken by the Contractor for safe
handling of the P.O.L products stored at site. All consequences on account of
unsafe handling of P.O.L shall be borne by the Contractor.

1.50 QUALITY ASSURANCE

(i) The proposed building is a prestigious project and quality of work is of


paramount importance. Contractor shall have to engage well-experienced skilled
labour and deploy modern T&P and other equipment to execute the work. Many
items like exposed finish form work, specialized flooring work, silicon sealant and
backer rod fixing in expansion joints, factory made door- window shutters, proper
slope maintaining in toilet units, sanitary- water supply installation, water proofing
treatment, will specially require engagement of skilled workers having experience
particularly in execution of such items.

(ii) The contractor shall ensure quality construction in a planned and time bound
manner. Any sub-standard material / work beyond set out tolerance limit shall be
summarily rejected by the Engineer-in-charge & contractor shall be bound to
replace / remove such sub-standard / defective work immediately. If any material,
even though approved by Engineer-In-Charge is found defective or not
conforming to specifications shall be replaced / removed by the contractor at his
own risk & cost.
70

(iii) In addition to the supervision of work by CPWD engineers, the Consultants


deployed by CPWD shall also be carrying out regular and periodic inspection of
the ongoing activities in the work and deficiencies, shortcomings, inferior
workmanship pointed out by them shall be communicated by CPWD engineers to
the contractor. Upon receipt of instructions from Engineer in Charge these are
also to be made good by necessary improvement, rectification, replacement
upto his complete satisfaction. Special attention shall be paid towards line and
level of internal and external plastering, exposed smooth surface of RCC
members by providing fresh shuttering plates, rubberized linings to all the
shuttering joints, accurate joinery work in wooden doors and windows, thinnest
joints in stone/ tiling / cladding work, non-hollowness in floor and dado tiles work,
protection of scratches over flooring by impounding layer of plaster of Paris,
water tight pipe linings, absence of hollow vertical joints in brick masonry, proper
compaction of filled up earth etc. to achieve an Institution of International
standards and up keeping of quality assurance shall be of paramount importance,
as such.

(iv) The Contractor shall submit, within 20 days after the date of award of work, a
detailed and complete method statement for the execution, testing and Quality
Assurance, of such items of works, as directed by the Engineer-in-Charge. All the
materials to be used in the work, to give the finished work complete in all
respects, shall comply with the requirements of the specifications and shall pass
all the tests required as per specifications as applicable or such specifications /
standards as directed by the Engineer-in- Charge. However, keeping the Quality
Assurance in mind, the Contractor shall submit, on request from the Engineer-in-
Charge, his own Quality Assurance procedures for basic materials and such
items, to be followed during the execution of the work, for approval of the
Engineer-in-Charge.

(v) All materials and fittings brought by the contractor to the site for use shall conform
to the samples approved by the Engineer-in-charge which shall be preserved till
the completion of the work. If a particular brand of material is specified in the item
of work in Schedule of Quantity, the same shall be used after getting the same
approved from Engineer-In-Charge. Wherever brand / quality of material is not
specified in the item of work, the contractor shall submit the samples as per
suggested list of brand names given in the tender document / particular
specifications for approval of Engineer-In-Charge. For all other items, materials
and fittings of ISI Marked shall be used with the approval of Engineer-In-Charge.
Wherever ISI Marked material / fittings are not available, the contractor shall
submit samples of materials / fittings manufactured by firms of repute conforming
to relevant specifications or IS codes and use the same only after getting the
approval of Engineer-In-Charge.

(vi) The Contractor shall procure and provide all the materials from the
manufacturers / suppliers as per the list attached with the tender documents, as
per the item description and particular specifications for the work. The equivalent
brand for any item shall be permitted to be used in the work, only when the
specified make is not available. This is, however, subject to documentary
evidence produced by the contactor for non-availability of the brand specified and
also subject to independent verification by the Engineer-in-Charge.
71

In exceptional cases, where such approval is required, the decision of Engineer-


in-Charge as regards equivalent make of the material shall be final and binding on
the Contractor. No claim, whatsoever, of any kind shall be entertained from the
Contractor on this account. Nothing extra shall be payable on this account. Also,
the material shall be procured only after written approval of the Engineer-in-
Charge.

(vii) All materials whether obtained from Govt. stores or otherwise shall be got
checked by the Engineer-in-Charge or his authorized supervisory staff on receipt
of the same at site before use.

(viii) The tests, as necessary, shall be conducted in the laboratory approved by the
Engineer–in- Charge. The samples shall be taken for carrying out all or any of the
tests stipulated in the particular specifications and as directed by the Engineer-in-
Charge or his authorized representative.

(ix) All the registers of tests carried out at Construction Site or in outside laboratories
and all material at site (MAS) registers including cement register shall be
maintained by the contractor which shall be issued to the contractor by Engineer-
in-charge. 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/AEE/EE. Contractor shall be responsible for safe custody of all the
registers.

(x) The Contractor shall at his own risk and cost make all arrangements and shall
provide all such facilities including material and labour, the Engineer-in-Charge
may require for collecting, preparing, forwarding the required number of samples
for testing as per the frequency of test stipulated in the contract specifications or
as considered necessary by the Engineer-in-Charge, at such time and to such
places as directed by the Engineer-in-Charge. Nothing extra shall be payable for
the above.

(xi) The Contractor or his authorized representative shall associate in collection,


preparation, forwarding and testing of such samples. In case he or his authorized
representative is not present or does not associate him, the result of such tests
and consequences thereon shall be binding on the Contractor .The Contractor or
his authorized representative shall remain in contact with the Engineer-in–Charge
or his authorized representative associated for all such operations. No claim of
payment or claim of any other kind, whatsoever, shall be entertained from the
Contractor.

(xii) All the testing charges shall be borne by the contractor/ department in the manner
indicated below:

(a) By the contractor, if the results show that the material does not conform to
relevant specifications and BIS codes or any other relevant code for which
confirmatory test is carried out.
(b) By the department, if the results show that the material conforms to relevant
specifications and BIS codes or any other relevant code for which confirmatory
test is carried out.
72

(xiii) All the hidden items such as water supply lines, drainage pipes, conduits, sewers
etc. are to be properly tested as per the design conditions before covering and
their measurements in computerized measurement book duly test checked shall
be deposited with Engineer in charge or his authorized representative, prior to
hiding these items.

(xiv) Water tanks, taps, sanitary, water supply and drainage pipes, fittings and
accessories should confirm to bylaws and municipal body / corporation where
CPWD Specifications are not available. The contractor should engage licensed
plumbers for the work and get the materials (fixtures/fittings) tested by the
Municipal Body/Corporation authorities wherever required at his own cost.

(xv) The contractor shall give performance test of the entire installation(s) as per the
standing specifications before the work is finally accepted and nothing extra
whatsoever shall be payable to the contractor for the test.

(xvi) The contractor shall have to execute guarantee bonds in respect of water proofing
works as per Performa enclosed.

(xvii) The Contractor shall arrange electricity at his own cost for testing of the various
electrical installations as directed by Engineer-in-Charge and for the consumption
by the contractor for executing the work. Also all the water required for testing
various electrical installations, fire pumps, wet riser / firefighting equipments, fire
sprinklers etc. and also testing water supply, sanitary and drainage lines, water
proofing of underground sump, overhead tanks, water proofing treatment etc.
shall be arranged by the contractor at his own cost. Nothing extra shall be
payable on this account.

1.51 SUBMISSION AND DOCUMENTATION

(i) The Contractor shall display all permissions, licenses, registration certificates, bar
charts, other statements etc under various labour laws and other regulations
applicable to the works, at his site office. He should also keep at site at least one
set of BIS Codes and other relevant codes at site and produce the same if asked
for by Engineer-In-Charge. In case of noncompliance, these codes will be
purchased from the Market and actual cost of purchase will be recovered from the
next RA Bill of the Contractor.

(ii) The Contractor shall make available four (04) sets of completed Building
Drawings, “As Built Drawings” along with literatures, manuals, warranty
certificates etc. of various installed fittings, fixtures and equipment for the
completed projects. This shall be the prerequisite for payment of final bill.

(iii) The Contractor shall make available three (03) sets of all drawings of internal and
external services i.e. Water Supply, Sanitary line and Drainage lines. This shall be
the prerequisite for payment of final bill. These drawings shall have the following
information.
73

 Run off for all piping and their diameters including soil, waste pipes and vertical
stacks.
 Ground and invert level of all drainage pipes together with locations of all
manholes and connections, up to outfall.
 Run off for all water supply lines with diameters location of control valves, access
panels etc.

(iv) The contractor shall make available four (04) sets of computerized Standard
Measurement Books (SMBs) having measurement of all the permanent standing
in a building.

(v) The Performance Guarantee shall not be released to the contractor until the
aforesaid drawings are submitted to the Engineer-in-Charge.

(vi) The contractor will submit computerized measurement sheet for the work carried
out by him for making payment as per Clause – 6A of the CPWD General
Conditions of Contract 2014 (with correction slips upto the last date of submission
of tender). For casting of RCC members and other hidden items the corrected
and duly test checked measurement sheets of reinforcement or that of other
hidden items shall be deposited with Engineer in charge or his authorized
representative, before casting of RCC or other hidden items. The delay in
submission of corrected and duly checked measurement sheet may, therefore,
delay casting of RCC or execution of hidden item for which no hindrance shall be
recorded.

(vii) To avoid delay, contractor should submit all samples well in advance so as to give
timely orders for procurement.

1.52 PROJECT PROGRAM CHART:

The Contractor shall prepare an integrated program chart before start of work
including civil as well as E & M activities for the execution of work,

Showing clearly all activities from the start of work to completion, with details of
manpower, equipment and machinery required for the fulfilment of the program
within the stipulated period and submit the same for approval of the
Engineer-In-Charge within fifteen days of the award of the work. These shall be
submitted by the contractor through electronic media besides forwarding hard
copies of the same. The integrated program chart so submitted should not have
any discrepancy with the physical milestones attached in the contract agreement.
The program chart should include the following: -

(i) Descriptive note explaining sequence of various activities.


(ii) Construction Program prepared on M.S. Project Software, which will
indicate resources in financial terms, manpower and specialized equipment
for every important stage.
(iii) Program for procurement of materials by the contractor.
(iv) Program for arranging and deployment of manpower both skilled and
unskilled so as to achieve targeted progress.

(v) Program of procurement of machinery/equipment having adequate


capacity, commensurate with the quantum of work to be done within the
stipulated period, by the contractor.
74

(vi) Program for achieving fortnightly micro milestones and periodic milestones.

(vii) In case of non-compliance/delay in compliance in this, a penalty @ Rs.


2500/- per day will be imposed which will be recovered from the immediate
next R/A Bill of the Contractor.

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

(ix) The submission for approval by the Engineer-In-Charge of such program


or the furnishing of such particulars shall not relieve the contractor of any
of his duties or responsibilities under the contract. This is without prejudice
to the right of Engineer-In-Charge to take action against the contractor as
per terms and conditions of the agreement.

Submission of Progress Reports:

(x) Apart from the above integrated program chart, the contractor shall be
required to submit fortnightly progress report of the work in a
computerized form on 1st and 16th of every month. The progress
report shall contain the following, apart from whatever else may be
required as specified above.

(a) Construction schedule of the various components of the work through a bar chart
for the next two fortnights (or as may be specified), showing the micro-
milestone/milestones, targeted tasks (including material and labour requirement)
and up to date progress. At least 10 digital photographs showing all the parts of
construction site along with at least 5 minutes video of executions of different
items in soft copy has to be submitted in every fortnightly progress report.

(b) Progress chart of the various components of the work that are planned
and achieved, for the fortnight as well as cumulative up to the fortnight
under reckoning, with reason for deviations, if any in a tabular format.

(c) Plant and machinery statement, indicating those deployed in the work.

(d) Man-power statement indicating:

 Individually the names of all the staff deployed on the work, along with their
designations.

 No. of skilled workers (trade wise) and total no. of unskilled workers deployed on
the work and their location of deployment i.e. blocks.

(e) Financial statement, indicating the broad details of all the running account
payment received up to date, such as gross value of work done, advances taken,
recoveries effected, amount withheld, net payments details of cheque payment
received, extra/substituted/deviation items if any, etc.
75

(f) In case of noncompliance / delay in compliance in submission of


fortnightly, a penalty @ Rs. 2500/- per fortnightly report will be imposed
which will be recovered from the immediate next R/A Bill of the Contractor.

1.53 PROJECT REVIEW MEETINGS:

The contractor, immediately on award of work shall submit details of his key
personnel to be engaged for the work at site. In addition, he shall furnish the Engineer-
in-charge detailed organogram involved with the work. The contractor shall present the
programme and status at various review meetings as required. Weekly Review
Meetings: Shall be attended by Local Team headed by Project-in-charge along with
PMC team and client representative and representative of AED consultants for every
alternative weeks.

Agenda a) Weekly programme v/s actual achieved in the past week and
programme for next week.
b) Remedial actions and hold up analysis.
c) Any decision on quarries raised either by contractor/PMC.

Monthly Review Meetings: Shall be attended by Project – in – charge and the


Management Representative who can take independent decisions along with PMC team
and client‟s representatives and representative of AED consultants.

Agenda a) Progress Status/Statistics.


b) Completion Outlook.
c) Major hold ups/slippages.
d) Assistance required.
e) Critical issues.
f) Any decision on queries raised either by Contractor/PMC.
g) Anticipated cash flow requirement for next two months.

1.54 TEMPORARY WATER/ ELECTRICITY/ TELEPHONE CONNECTION

Arrangement of temporary telephone connection, water and electricity


required by Contractor, shall be made by him at his own cost and also necessary
permissions shall be obtained by him directly from concerned authorities, under
intimation to the Department. Also, all initial cost and running charges, and security
deposit, if any, in this regard shall be borne by him. The Contractor shall abide by all the
rules/ bye laws applicable in this regard and he shall be solely responsible for any
penalty on account of violation of any of the rules/byelaws in this regard. Nothing extra
shall be payable on this account. The contractor can use ground water by digging bore
well from the site premises. He shall maintain the bore log details, static water table,
yield, and drawdown level of the bore well and the same shall be handed over to the
department. After completion of work he can take out the submersible pump and the
bore will become property of employer.

The Contractor shall be responsible for maintenance and watch and ward of the
complete installation and water / electricity meter and shall also be responsible for any
pilferage, theft, damage, penalty etc. in this regard. The Contractor shall indemnify the
Department against any claim arising out of pilferage, theft, damage, penalty etc.
whatsoever on this account. Security deposit for the work shall be released only after No
Dues Certificates are obtained from the local Authorities from whom temporary electric/
water / telephone connection have been obtained by the Contractor. Nothing extra shall
be payable on this account.
76

The Department shall in no way be responsible for either any delay in getting
electric and/or water and/or telephone connections for carrying out the work or not
getting connections at all. No claim of delay or any other kind, whatsoever, on this
account shall be entertained from the Contractor. Also contingency arrangement of
stand-by water & electric supply shall be made by the Contractor for commencement
and smooth progress of the work so that work does not suffer on account of power
failure or disconnection or not getting connection at all. No claim of any kind whatsoever
shall be entertained on this account from the Contractor. Nothing extra shall be payable
on this account.

1.55 CLEANLINESS OF SITE

(i) The Contractor shall not stack building material/malba/muck on the land or road
of the local development authority or on the land owned by the others, as the
case may be. So the muck, rubbish etc. shall be removed periodically as directed
by the Engineer-in-Charge, from the site of work to the approved dumping
grounds as per the local byelaws and regulations of the concerned authorities and
all necessary permissions in this regard from the local bodies shall be obtained by
the Contractor. Nothing extra shall be payable on this account. In case, the
Contractor is found stacking the building material/malba as stated above, the
Contractor shall be liable to pay the stacking charges/penalty as may be levied by
the local body or any other authority and also to face penal action as per the
rules, regulations and bye-laws of such body or authority. The Engineer –in-
Charge shall be at liberty to recover, such sums due but not paid to the
concerned authorities on the above counts, from any sums due to the Contractor
including amount of the Security Deposit and performance guarantee in respect of
this contract agreement.

(ii) The contractor shall take instructions from the Engineer-In-Charge regarding
collection and stacking of materials at any place. No excavated earth or building
rubbish shall be stacked on areas where other buildings, roads, services and
compound walls are to be constructed.

(iii) The site of work shall be always kept clean due to constraints of space and to
avoid any nuisance to the users of buildings in the adjacent plots. The Contractor
shall take all care to prevent any water- logging at site. The waste water, slush
etc. shall not be allowed to be collected at site. It may be directly pumped into the
creek with prior approval of the concerned authorities. For discharge into public
drainage system, necessary permission shall be obtained from relevant
authorities after paying the necessary charges, if any, directly to the authorities.
The work shall be carried out in such a way that the area is kept clean and tidy.
All the fees/charges in this regard shall be borne by the Contractor. Nothing extra
shall be payable on this account.

1.56 INSPECTION OF WORK

(i) In addition to the provisions of relevant clauses of the contract, the work shall also
be open to inspection by Senior Officers of CPWD/CTE/TPQA and the
representatives. The contractor shall at times during the usual working hours and
at all times at which reasonable notices of the intention of the Engineer-in-charge
or other officers as stated above to visit the works shall have been given to the
contractor, either himself be present to receive the orders and instructions or have
a responsible representative duly accredited in writing, to be present for that
purpose.
77

(ii) Inspection of the work by committee/Consultant appointed by the CPWD.

The committee/consultant appointed by CPWD, shall be inspecting the works


including workshops and fabrication factory to ensure that the works are in
general being executed according to the design, drawings and specifications laid
down in the contract. His observations shall be communicated by CPWD
engineering staff and compliance is to be reported to CPWD.

The consultant appointed by CPWD shall certify on completion of particular


building that it has been constructed according to the approved drawings design
and specifications.

(iii) Senior Officers of CPWD, Dignitaries from Central Ministry / Department, (Client)
CISF Authorities shall be inspecting the on-going work at site at any time with or
without prior intimation. The contractor shall, therefore, keep updated the
following requirements and detailing.

Display Board showing detail of work, weekly progress achieved with respect to
targets, reason of shortfall, status of manpower, wages being paid for different
categories of workers.
Entrance and area surrounding to be kept cleaned.
Display layout plan key plan, Building drawings including plans, elevations and
sections.
Upto date displays of Bar chart, CPM and PERT etc.
Keep details of quantities executed, balance quantities, deviations, possible Extra
item, substituted Item etc.
Keep plastic / cloth mounted one sets of building drawings.
Set of Helmets and safety shoes for exclusive use for officers/dignitaries visiting
at site.
The work may be inspected by Chief Technical Examiners Organization of
Central Vigilance Commission. In such case the contractor shall make all
arrangements for providing required details/ documents.

1.57 FINAL TESTING OF THE INSTALLATION


The Contractor shall demonstrate trouble free functioning of all the Civil and E &
M installations and services. The Engineer-in-Charge or his authorized
representatives shall carry out final inspection of the various Civil and E & M
services and installations. Any defect(s) noticed during demonstration shall be
rectified by the Contractor at his own cost to the entire satisfaction of the
Engineer-in-Charge. Nothing extra shall be payable on this account.

1.58 SUBMISSION OF AS BUILT DRAWINGS AND OBTAINING OCCUPATION


CERTIFICATE

The contractor shall obtain occupation certificate / completion certificate from


local bodies including getting the required site visits conducted by such authorities
with a view to obtain the same.
78

1.59 GENERAL CLARIFICATIONS

i) Wherever any reference to any Indian Standards occurs in the documents relating
to this contract, the same shall be inclusive of all amendments issued thereto or
revisions thereof, if any, up to the date of receipt of tenders.

ii) Unless otherwise specified in the schedule of quantities, the rates for all items of
work shall be considered, as inclusive of pumping out or bailing out water, if
required throughout the construction period for which no extra payment shall be
made. This shall also include water encountered from any source such as rains,
floods, sub soil water table being high and/or due to any other cause whatsoever.

iii) All stone aggregate and stone ballast shall be of hard stone variety to be obtained
from approved quarries.

iv) Coarse sand should be obtained from approved sources. The same shall be
clean and sharp angular grit type. The coarse sand shall be screened before
using, if required. If the sand brought to site is dirty, it must be washed in clean
water to bring the sand to the required specifications. Nothing extra shall be
payable on this account.

v) The rates for all items of work, shall unless clearly specified otherwise, include
cost of all operations and all inputs of labour, material, T & P, scaffolding,
wastages, watch and ward, other inputs, all incidental charges, all taxes, cess,
VAT, duties, levies etc. required for execution of the work.

1.60 PRODUCT DELIVERY, STORAGE AND HANDLING OF CHEMICALS

The contractor shall construct storage space for Chemicals materials to ensure
that the storage conditions are as recommended by the manufactures.

All the materials shall be procured and delivered in sealed containers with labels
legible and intact.

All the chemicals {polymers, epoxy, water proofing compound, plasticizer,


Polysulphide, SBR based elastomeric, APP (Atactic Polypropylene Polymer), all exterior
and interior paints, polish etc.) shall be procured in convenient packs say 20 litres/Kgs.}
capacity packing only or as approved by the Engineer-in-Charge, and not in bigger
capacity containers, say 200 litre (Kgs.) drums unless otherwise specifically permitted by
the Engineer-in-Charge. One sample from each lot of the chemical procured by the
contractor shall be tested in a laboratory as approved by the Engineer-in-charge

All material required for the execution of the work shall be got approved, procured
and deposited with the Departmental supervisory staff. The materials shall be kept in
joint custody of the contractor and the Department. The watch and ward of such material
shall, however, remain to be the responsibility of the contractor and no claim,
whatsoever, on this account shall be entertained. Different containers of each chemical
shall be serially numbered on packing and also consumed in that order. Day-to-Day
account of receipt, issue and balance shall be regulated by the Department and proper
account shall be maintained at site of work in the prescribed form as per the standard
practice.

All the chemicals shall be procured by the contractor directly from the
manufacturer. In exceptional circumstances, the contractor may be allowed to procure
79

the materials from the authorized dealers of the manufacturers, if specifically permitted
by the Engineer-in-Charge.

The original copies of challan/cash memos towards the quantity of various


chemicals procured shall be made available by the contractor at the request from the
Engineer-in- Charge and a copy of the same shall be kept in record. The Name of
manufacturers, manufacturer‟s product identification, manufacturer‟s mixing instructions,
warning for handling and toxicity and date of manufacturing and shelf life shall be clearly
and legibly mentioned on the labels of the each container.

The contractor shall submit for the chemicals procured, manufacturer‟s and / or
authorized dealer‟s certificate regarding supplying and verifying conformance to the
material specifications, as specified.

All filled containers shall be handled in safe manner and in a way to avoid
breaking container seals. Empty containers of the chemicals should not be removed
from site till the completion of work and shall be removed only with the written approval
of the Engineer-in-Charge.

All arrangements for measuring, dosing and mixing of material / chemicals at site
have to be made by the contractor. Contractor shall suitably advise his site Engineer and
all the workers as regards safe handling of chemicals. Necessary protective and safety
equipment in form of hand gloves, goggles etc. shall be provided by the contractor and
be also used at site.

All incidental charges of any kind including cartage, storage and wastage and
safe custody of material etc. shall be borne by the contractor and no claim, whatsoever,
shall be entertained on this account.

The chemicals shall be tested in an independent laboratory as approved by the


Engineer-in-charge at the frequency as specified. If required, more samples may have to
be tested as per the directions of the Engineer-in-Charge. Nothing extra shall be payable
on this account.However testing charges shall be borne by the department for the
samples satisfying the requirements specified in the tender.

1.61 De-watering

(i) De-watering required, if any, shall be done conforming to BIS Code IS: 9759
(guide lines for de-watering during construction) and / or as per the specifications
approved by the Engineer-in-Charge. Design of an appropriate and suitable
dewatering system shall be the Contractor‟s responsibility. Such scheme shall
be modified / augmented as the work proceeds based on fresh information
discovered during the progress of work, at no extra cost. At all times during the
construction work, efficient drainage of the site shall be carried out by the
Contractor and especially during the laying of plain cement concrete, taking levels
etc. The Contractor shall also ensure that there is no danger to the nearby
properties and installations on account of such lowering of water table. If needed,
suitable precautionary measures shall be taken by the Contractor. Also the
scheme of dewatering adopted shall have adequate built in arrangement to serve
as stand-bye to attend to repair of pumps etc. and disruption of power / fuel
supply. Nothing extra shall be payable on this account.

(ii) In trenches where surface water is likely to get into cut / trench during monsoons,
a ring bund of puddle clay or by any other means shall be formed outside, to the
required height, and maintained by the Contractor. Also, suitable steps shall be
80

taken by the Contractor to prevent back flow of pumped water into the trench.
Nothing extra shall be payable on this account.

1.62 INSURANCE POLICIES


Before commencing the execution of work, the Contractor shall, without in any
way limiting his obligations and liabilities, insure at his own cost and expense
against any damage or loss or injury, which may be caused to any person or
property, at site of work. The Contractor shall obtain and submit to the Engineer-
in-Charge proper Contractor All Risk Insurance Policy for an amount 1.25 times
the contract amount for this work, with Engineer-in-Charge as the first beneficiary.
The insurance shall be obtained in joint names of Engineer-in-Charge and the
Contractor (who shall be second beneficiary). Also, he shall indemnify the
Department from any liability during the execution of the work. Further, he shall
obtain and submit to the Engineer-in-Charge, a third party insurance policy for
maximum Rs.10 lakh for each accident, with the Engineer-in-Charge as the first
beneficiary. The insurance shall be obtained in joint names of Engineer-in-
Charge and the Contractor (who shall be second beneficiary). The Contractor
shall, from time to time, provide documentary evidence as regards payment of
premium for all the Insurance Policies for keeping them valid till the completion of
the work. The Contractor shall ensure that Insurance Policies are also taken for
the workers of his Sub-Contractors / specialized agencies also. Without prejudice
to any of its obligations and responsibilities specified above, the Contractor shall
within 10 days from the date of letter of acceptance of the tender and thereafter at
the end of each quarter submit a report to the Department giving details of the
Insurance Policies along with Certificate of these insurance policies being valid,
along with documentary evidences as required by the Engineer-in-Charge. No
work shall be commenced by the Contractor unless he obtains the Insurance
Policies as mentioned above. Also, no payment shall be made to the Contractor
on expiry of insurance policies unless renewed by the Contractor. Nothing extra
shall be payable on this account. No claim of hindrance (or any other claim) shall
be entertained from the contractor on these accounts.

1.63 Training of the Personnel


The contractor shall arrange at no extra cost to the Department to train two
persons from the department (CPWD) and two person from the client CISF, one
each for civil and electrical works, on how to operate and carryout preventive
maintenance of the systems (both civil and electrical). The contractor shall
arrange this training from well qualified and experience personnel for at least
seven days.

1.64 Procurement of Centering and Shuttering

1.64.1 The steel / marine ply centering and shuttering and other connected materials
required for shuttering an area of 5000sqm ± 10% shall be made available within
60 days of date of start of work, failing which recovery will be made at the rate of
Rs. 10000/- per day till the materials are made available at site upto the
satisfaction of Engineering-in-charge. The recovery will be effected in the next
running account bill itself. The material so brought shall not be removed from the
site of work, unless all connected works are completed and approval of Engineer-
in-charge is obtained. The decision of the Engineer-in-charge in this regard shall
be final and binding upon the contractor.
80
81

1.65 The bidder shall mobilize construction equipment to site of work as per Table-2
(page- 51 to 52) within one month from the date of start of work failing to which a
recovery will be made at Rs. 25,000/- per week till those are brought to site.

1.66 Sample toilet at ground floor incorporating all relevant items including, painting,
water supply and sanitary installations, electrical installations and services is to be
completed demonstrating their functioning within 9 months from the stipulated
date of start, failing which recovery will be made at Rs. 10,000/- per day till the
sample quarter at first floor are completed upto the satisfaction of Engineer-in-
charge.

The recovery towards non fulfilment of condition for sample toilet at ground floor,
compliance with GRIHA guidelines technical staff and safety measures is non-
refundable. It is over and above any other recovery including the compensation
levied (if any) under Clause-2.

1.67 The recovery, if any, towards late procurement of centring and shuttering, T&P
equipment, Automatic batching plant, delay in submission of construction
programs, progress reports are refundable if the targeted portions are completed
within the stipulated period completion of contracted work or extension of time is
granted without levy of compensation. Else this is non-refundable and is over and
above the compensation levied (if any) under Clause-2.

1.68 Compliance of directives of Hon‟ble National Green tribunal (NGT) dated


04.12.2014 and 10.04.2015 and EIA guidance manual issued in February 2010.

The contractor shall comply with following guidelines on the matter in pursuance
of orders passed by Hon‟ble National Green Tribunal.

The contractor shall not store / dump construction material or debris on metalled
road.

The contractor shall get prior approval from Engineer-in-charge for the area
where the construction material or debris can be stored beyond the metalled road. This
area shall not cause any obstruction to the free flow of traffic / inconvenience to the
pedestrians. It should be ensured by the contractor that no accidents occur on account
of such permissible storage.

The contractor shall take appropriate protection measures like raising wind
breakers of appropriate height on all sides of the plot/area using CGI sheets or plastic
and/or other similar material to ensure that no construction material dust fly outside the
plot area.

The contractor shall ensure that all the trucks or vehicles of any kind which are
used for construction purposes/or are carrying construction material like cement, sand
and other allied material are fully covered. The contractor shall take every necessary
precautions that the vehicles are properly cleaned and dust free to ensure that enroute
their destination, the dust, sand or any other particles are not released in air/contaminate
air.
82

The contractor shall provide mask to every worker working on the construction
site and involved in loading, unloading and carriage of construction material and
construction debris to prevent inhalation of dust particles.

The contractor shall provide all medical help, investigation and treatment to the
workers involved in the construction of building and carry of construction material and
debris relatable to dust emission.

The contractor shall ensure that C&D waste is transported to the C&D waste site
only and due record shall be maintained by the contractor.

The contractor shall compulsory use of wet jet in grinding and stone cutting.

The contractor shall comply all the preventive and protective environmental steps
as started in the MoEF guidelines, 2010.

The contractor shall carry out on-road-inspection for black smoke generating
machinery. The contractor shall use cleaner fuel. The contractor shall ensure that all DG
sets comply emission norms notified by MoEF

The contractor shall use vehicles having pollution under control certificate. The
emissions can be reduced by a large extent by reducing the speed of a vehicle to 20
kmph. Speed bumps shall be used to ensure speed reduction. In cases where speed
reduction cannot effectively reduce fugitive dust, the contractor shall divert traffic to
nearby paved areas.

The contractor shall ensure that the construction material is covered by tarpaulin.
The contractor shall take all other precaution to ensure that no dust particles are
permitted to pollute air quality as a result of such storage.

Nothing shall be paid extra for fulfilling of all the above conditions except for the
items existing in the schedule of quantities. For such items, work done shall be paid on
the basis of the agreement rates.
83

2.0 SPECIAL CONDITIONS FOR GREEN BUILDING

The building is registered for obtaining GRIHA Rating from GRIHA Secretariat to
obtain minimum 3 star rating. The contractor is required to execute the work in a befitting
manner to obtain the targeted GRIHA rating.

Special conditions for GRIHA rating:-

2.1 The contractor shall prepare scheme for the approval of Engineer –in-charge for
obtaining GRIHA rating in the criteria relevant to the execution of work as per
advice of Green Building Consultant of main Consultant.
2.2 The contractor shall plan and execute the work in a manner to preserve and
protect the landscape during construction and shall arrange the
materials/equipment and follow the procedure as per criterion 2 of the GRIHA
rating as applicable.
2.3 All the mandatory criteria of GRIHA and additional conditions for Green
Building practices are to be necessarily followed for entire academic parcel.
2.4 The contractor shall comply with NBC norms on construction safety, health
and sanitation as per criterion 8 of the GRIHA rating system.
2.5 The construction activity shall be done in a befitting manner and the contractor
shall adopt measures to prevent air pollution at site in compliance with criterion 9
of GRIHA rating as applicable.
2.6 The contractor shall comply with all the instructions and schemes for
execution of Green building.
2.7 Nothing shall be paid extra for fulfilling of all the above conditions except for the
items existing in the schedule of quantities. For such items work done shall be
paid on the basis of the agreement rates.
2.8 Construction Stage
a) Construction Vehicles, Equipment and Machinery
b) All vehicles, equipment and machinery to be procured for construction shall
conform to the relevant Bureau of India Standard (BIS) norms.
c) Emission from the vehicles must conform to environmental norms.
d) Dust produced from the vehicular movement and other site activities is to be
mitigated by sprinkling of water.
e) Noise limits for construction equipment shall not exceed 75 dB(A), measured at
one meter from the edge of the equipment in free area, as specified in the
Environment Protection Act,1986, schedule VI part E, as amended on 9th
May,1993. The maximum noise levels near the construction site should be limited
to 65 dB (A) Leq (5 min) in project area.

2. Construction Wastes Disposal


a) The pre-identified dump locations will be a part of solid waste management plan
to be prepared by the Contractor in consultation with Engineer-in-charge.
b) Contractor shall get approved the location of disposal site prior to
commencement of the excavation on any section of the project location.
c) Contractor shall ensure that any spoils of material / construction waste will not be
disposed off in any municipality solid waste collection bins.
84

Procurement of Construction Materials

(i) All vehicles delivering construction materials to the site shall be covered to avoid
spillage of materials and maintain cleanliness of the roads.
(ii) Wheel Tyres of all vehicles used by of the contractor, or any of his sub contractor
or materials suppliers shall be cleaned and washed clear of all dust/mud before
leaving the project premises. This shall be done by routing the vehicles through
tyre washing tracks.
(iii) Contractor shall arrange for regular water sprinkling at least twice a day (i.e.
morning and evening) for dust suppression of the construction sites and unpaved
roads used by his construction vehicles.

2.10 Water Pollution

(i) The Contractor shall take all precautionary measures to prevent the
wastewater during construction to accumulate anywhere.
(ii) The wastewater arising from the project is to be disposed off in the manner that is
acceptable to the Engineer –in-charge.

2.11 Air and Noise Pollution

Contractor shall use dust screens and sprinkle water around the construction site
to arrest spreading of dust in the air and surrounding areas.

(i) Contractor shall ensure that all vehicles, equipment and machinery used for
construction are regularly maintained and confirm that emission levels comply
with environmental emission standards/norms.
(ii) For controlling the noise from Vehicles, Plants and Equipments, the
Contractor shall confirm the following:
(iii) All vehicles and equipment used in construction will be fitted with exhaust
silencers.
(iv) Servicing of all construction vehicles and machinery will be done regularly and
during routine servicing operations, the effectiveness of exhaust silencers will be
checked and if found defective will be replaced.
(v) Noise emission from compactors (rollers) front loaders, concrete mixers, cranes
(movable), vibrators and saws should be less than 75 dB(A).
(vi) As per the standards/guidelines for control of Noise Pollution from
Stationary Diesel Generator (DG) sets, noise emission in dB(A) from DG Set (15-
500 KVA) should be less than 94+10 log 10 (KVA). The standards also suggest
construction of acoustic enclosure around the DG Set and provision of proper
exhaust muffler with insertion loss of minimum 25 dB(A) as mandatory.

Personal Safety Measures for Labour:

a) Contractor shall provide the following items for safety of workers employed by
contractor and associate agencies:
b) Protective footwear / helmet and gloves to all workers employed for the
work on mixing, cement, lime mortars, concrete etc. and openings in
water pipeline / sewer line.
c) Welder‟s protective eye-shields to workers who are engaged in welding works.
85

d) Safety helmet and Safety harness/ belt Provide adequate sanitation/safety


facilities for construction workers to ensure the health and safety of the workers
during construction, with effective provisions for the basic facilities such as
sanitation, drinking water and safety equipment or machinery.
e) All the workers should be wearing helmet and shoes all the time on site.
f) Masks and gloves should be worn whenever and wherever required.
g) Adequate drinking water facility should be provided at site, adequate number of
decentralized latrines and urinals to be provided for construction workers.
h) Full time workers (if any with the approval of Engineer-in-Charge) residing on site
should be provided with clean and adequate temporary hutment.
i) First aid facility should also be provided.
j) Overhead lifting of heavy materials should be avoided. Barrow wheel and hand-
lift boxes should be used to transport materials onsite.
k) Tobacco and cigarette smoking should be prohibited onsite.
l) All dangerous parts of machinery are well guarded and all precautions for working
on machinery are taken.
m) Maintain hoists and lifts, lifting machines, chains, ropes and other lifting
tackles in good condition. Provide safety net of adequate strength to arrest falling
material down below.
n) Use of durable and reusable formwork systems to replace timber formwork and
ensure that formwork where used is properly maintained.
o) Ensure that walking surfaces or boards at height are of sound construction and
are provided with safety rails and belts. Provide protective equipments such as
helmets.
p) Provide measure to prevent fire. Fire extinguisher and buckets of sand to be
provided in fire-prone area and elsewhere.
q) Provide sufficient and suitable light for working during night.
r) Ensure that measures to protect workers from materials of construction,
transportation, storage and other dangers and health hazards are taken
s) Ensure that the construction firm/division/company have sound safety policies.
t) Comply with the safety procedure, norms and guidelines (as applicable) as
outlined in NBC 2016 (BIS 2005c).
u) Adopt additional best practices and prescribed norms as in NBC 2016 (BIS2005).

2.13 Identify roads on-site that would be used for vehicular traffic. Update vehicular
roads (if these are unpaved) by increasing the surface strength by improving
particle size, shape and mineral type that make up the surface base. Add surface
gravel to reduce source of dust emission. Limit amount of fine particles (smaller
than 0.075mm) to 10 -20%. Limit vehicular speed on site 10km/h. Nothing extra
will be payable for this.
86

2.14 All material storages should be adequately covered and contained so that they
are not exposed to situations where winds on site could lead to dust/particulate
emissions.

2.15 Spills of dirt or dusty materials shall be cleaned up promptly so the spilled
material does not become a source of fugitive dust and also to prevent of
seepage of pollutant laden water into the ground aquifers. When cleaning up the
spill, ensure that the clean – up process does not generate additional dust.
Similarly, spilled concrete slurries or liquid wastes should be contained/cleaned
up immediately before they can infiltrate into the soil/ground or runoff in nearby
areas.

2.16 Ensure that water spraying is carried out by wetting the surface by spraying water
on:
(i) Any dusty material.
(ii) Areas where demolition work is carried out.
(iii) Any unpaved main-haul road and.
(iv) Areas where excavation or earth moving activities are to be carried out.

2.17 The contractor shall ensure the following:


(i) Cover and enclose the site by providing dust screen, sheeting or netting to
scaffold along the perimeter of a building.
(ii) Covering stockpiles of dusty material with impervious sheeting.
(iii) Covering dusty load on vehicles by impervious sheeting before they leave the
site.
(iv) Transferring, handling/storing dry loose materials like bulk cement and dry
pulverized fly ash inside a totally enclosed system.
(v) Spills of dirt or dusty materials shall be cleaned up promptly so that the spilled
material does not become a source of fugitive dust and also to prevent
seepage of pollutant laden water into the ground aquifers. When cleaning up the
spill, ensure that the clean-up process does not generate additional dust.
Similarly, spilled concrete slurries or liquid wastes should be contained / cleaned
up immediately before they can infiltrate into the soil/ground or runoff in nearby
areas.
(vi) Clear vegetation only from areas where work will start right away.

2.18 Adopt measures to prevent air pollution in the vicinity of the site due to
construction activities. There is no standard reference for this. The best practices
should be followed (as adopted from international best practice documents and
codes).

2.19 Provide sheet covering/barricading of site of not less than 3m height along the
site boundary, next to a road or other public area. Nothing extra will be paid for
this.

2.20 The contractor shall provide experienced personnel with suitable training to
ensure that these methods are implemented. Prior to the commencement of any
work, the method of working, plant equipment and air pollution control system to
be used on –site should be made available for the inspection and approval of the
Engineer –in-Charge to ensure that these are suitable for the project.
87

2.21 Employ measures to segregate the waste on-site into inert, chemical or
hazardous wastes. Recycle the unused chemical/hazardous wastes such as oil,
paint, batteries and asbestos. The inert waste is to be disposed off to Municipal
Corporation/local bodies dump yard and landfill sites.

2.22 To preserve the existing landscape and protect it from degradation during the
process of construction. Select proper timing for construction activity to minimize
the disturbance such as soil pollution due to spilling of the construction material
and its mixing with rainwater. The construction management plan including soil
erosion control management plan shall be prepared accordingly for each month.
The application of erosion control measures includes construction of gravel pits
and tyre washing bays of approved size and specification for all vehicular site
entry/exits, protection of slopes greater than 10%. Sedimentation Collection
System and run-off diversion systems shall be in place before the
commencement of construction activity. Preserve and protect the existing
vegetation by not-disturbing or damaging to specified site areas during
construction.

2.23 The Contractor should follow the construction plan as proposed by the Engineer-
in-charge / landscape consultant to minimize the site disturbance such as soil
pollution due to spilling. Use staging and spill prevention and control plan to
restrict the spilling of the contaminating material on site.

2.24 Spill prevention and control plans should clearly state measures to stop the
source of the spill. Measures to contain the spill and measures to dispose
the contaminated material and hazardous wastes. It should also state the
designation of personnel trained to prevent and control spills. Hazardous wastes
include pesticides, paints, cleaners and petroleum products.

2.25 A soil Erosion and Sedimentation Control Plan (ESCP) should be prepared prior
to construction and should be applied effectively.

2.26 The contractor shall prepare and submit „Spill prevention and control plans‟ before
the start of construction, clearly stating measures to stop the source of the spill, to
contain the spill, to dispose the contaminated material and hazardous
wastes, and stating designation of personnel trained to prevent and control
spills. Hazardous wastes include pesticides, paints, cleaners, and petroleum
products.

2.27 The contractor shall ensure that no construction leaches (Ex: cement slurry) is
allowed to percolate into the ground. Adequate precautions are to be taken to
safeguard against this including reduction of wasteful curing processes,
collection, basic filtering and reuse. The contractor shall follow requisite measures
for collecting drainage water run-off from construction areas and material
storage sites and diverting water flow away from such polluted areas.
Temporary drainage channels, perimeter dike/swale, etc. shall be constructed to
carry the pollutant –laden water directly to the treatment device or facility
(municipal sewer line).

2.28 All lighting installed by the contractor around the site and at the labour quarters
during construction shall be CFL bulbs of the appropriate illumination levels. This
condition is a must, unless specifically prescribed otherwise.
88

2.29 All paints, adhesives and sealants should comply with the VOC limits prescribed
by GRIHA, as follows:

Table 1- VOC limits for paints, adhesives and sealants

Paints VOC Limit (g/l) Adhesives VOC Limit (g/l)


Non-flat paints 150 Wood flooring Adhesive 100
Flat (Mat) paints 50 Tile Adhesive 65
Anti-corrosive/anti- 250 Indoor Carpet Adhesive 50
rust paints
Varnish 350 Wood 30
Lacquer 550 Stains Water proofing 250
sealer

2.30 All the building materials and systems used on site must be as per the
specifications and approved makes by the Engineer-In-Charge.

2.31 All required certificates explaining the properties of the building material/system
needs to be obtained from the manufacturer/vendor as required by the green
building rating authority. The final certificates would be produced after the
approval of green building consultant with necessary due diligence. The purchase
orders of all the materials made with the manufacturers / authorized vendors
should be maintained and shall be provided for the process with due diligence
upon request.

2.32 Water saving measures as suggested by the consultants need to be followed on


site.

2.33 The contractor / subcontractor shall prepare and submit a Site Management
Plan (SMP) within 10 days of start, for approval by the Engineer –in-charge. This
SMP shall indicate the locations of godown, stockpiles, barricading, waste
storage, offices, vehicular movement routes etc. In short this SMP would
comprehensively represent how the site activities shall be managed conforming to
GRIHA guidelines. Contractor will be penalized @ Rs. 2000/- per day of delay on
non-submission of SMP beyond due date to be recovered from next RA bill.

2.34 Any other site management measures suggested by the Engineer-in-charge /


green building consultant shall be followed on site.

2.35 The contractor shall submit to the Engineer –in-Charge after construction of
the buildings, a detailed as built quantification of the following within 10 days of
recording of completion. Contractor will be penalized @ Rs. 500 per day of delay
in submission of “ detailed as built quantification”.
89

Total materials used


(ii) Total waste generated,
(iii) Total waste reused,
(iv) Total water used,
(v) Total electricity consumed, and
(vi) Total diesel consumed………

2.36 Evidence for the implementation of the all the above required measures
shall be provided to the Engineer-in-Charge in the form of photographs and
templates as required which is required for the submission to the green building
rating authority (GRIHA).

2.37 Nothing extra shall be payable for above provisions unless otherwise
specified in Schedule of Quantity

**********
90

PARTICULAR SPECIFICATION AND SPECIAL CONDITIONS FOR CEMENT AND


STEEL BROUGHT BY THE CONTRACTOR

3.1 CEMENT

The contractor shall procure cement (conforming to IS:1489-part-I) as required in the


work, from reputed manufacturers of cement such as ACC, Ultratech, Zuari cement and
Dalmia Bharat cement or from any other reputed cement manufacturer having a
production capacity not less than one million tones per annum as approved by Chief
Engineer, CPWD, Bangalore. The tenderers may also submit a list of names of cement
manufacturers which they propose to use in the work. The tender accepting authority
reserves right to accept or reject name(s) of cement manufacturer(s) which the tenderer
proposes to use in the work. No change in the tendered rates will be accepted if the
tender accepting authority does not accept the list of cement manufacturers, given by
the tenderer, fully or partially. Supply of cement shall be taken in 50kg 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. Every fresh cement batch should
be brought to site atleast 30 days before they are to be used / consumed in the work.
The cement shall be brought at site in bulk supply of approximately 50 tonnes or as
decided by the Engineer-in-Charge.

The cement godown of the capacity to store a minimum of 2 months requirement shall
be constructed by the contractor at site of work for which no extra payment shall be
made. Double lock provision shall be made to the door of cement godown. The keys of
one lock shall remain with Engineer-in-Charge or his authorized representative and 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 godown. The contractor shall facilitate the
inspection of the cement godown by the Engineer-in-Charge or his authorized
representatives.

The cement shall be got tested by the Engineer-in-Charge and shall be used on the work
only after satisfactory test results have been received. The contractor shall supply free of
charge the cement required for testing including its transportation cost to testing
laboratories. The frequency and details of the tests shall be decided by the Engineer-in-
Charge depending on the quantum of supply in each batch. The cost of tests shall be
borne by the contractor / Department in the manner indicated below:

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

(b) By the Department, if the results show that the cement conforms to relevant BIS
codes.

The actual consumption of cement on work shall be regulated and proper


accounts be maintained by the contractor. The theoretical consumption of cement shall
be worked out as per procedure prescribed in clause 42 of the contract and shall be
governed by the conditions laid therein. In case the cement consumption is less than
theoretical consumption including permissible variation, recovery at rate so prescribed
shall be made. In case of excess consumption no adjustment shall be made.
91

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.

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

The cement bags shall be stacked on proper floors consisting of two layers of dry
bricks laid on well consolidated earth at a level of at least one foot above ground. The
stacks shall be in rows of 2 and 10 bags high with minimum of 0.6m clear. Bags should
be placed horizontally continuous in each line. Actual size / shape of go down shall be
as per site requirement and nothing extra shall be paid on this account. The decision of
Engineer-in-charge regarding capacity shall be final.

Cement register for the cement shall be maintained at site. The account of daily
receipts and issues of cement shall be maintained in the register in the proforma
prescribed and signed daily by contractor or his authorized agent.

4.0 REINFORCING STEEL

4.1 The CPWD/ contractor shall procure IS marked TMT bars of various grades from

(1) The steel Manufacturers such as SAIL, TATA steel Ltd., RINL, JINDAL steel &
power Ltd, and JSW steel Ltd or their authorised dealers having valid BIS license
for IS: 1786-2008 ( Amendmant-1 November 2012).

(2) (a) The steel manufacturers or their authorised dealers (as per following selection
criteria) having valid BIS license for IS: 1786-2008 (Amendmant-1 November
2012).

The procured steel should have following qualities :-

i) Excellent ductility, bend ability and elongation of finished product due to possible
refining technology.
ii) Consumption of steel should be accurate as per design.
iii) Steel should have no brittleness problem in finished product.
iv) Steel should carry the quality of corrosion and earthquake resistance.
v) Quality steel with achievement of proper level of sulphur and phosphorus as per
IS: 1786-2008.

(b) Selection Criteria of steel manufacturers.

The supply of reinforcement steel for all CPWD works should have following
selection criteria of steel manufacturers:

Steel producers of any capacity using iron ore/ processed iron ore as the basic
raw material adopting advanced refining technologies as given hereunder,

DRI-EAF= Direct Reduced Iron- Electric arc furnace


OR
BF-BOF= Blast furnace- Basic oxygen furnace.
OR
COREX – BOF= COREX- Basic oxygen furnace.
92

For production of liquid steel to finish product at single/ multiple locations with
NABL or any other similarly placed accrediting Government body which operates
in accordance with ISO/IEC17011 and accredits labs as per ISO/IEC 17025
conforming to IS: 1786-2008( Amendment-1 November 2012). The check list for
incorporation any quality steel producer is enclosed for technical assessment is
given in Annexure-1. Chief Engineer CSQ (Civil) unit, Directorate of CPWD shall
approve the steel manufacturers.

4.2 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.

4.3 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 2.1 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‟s time of
written orders from the Engineer-in-charge to do so.

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

4.5 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.

4.6 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, and
at frequency not less than that specified below:-

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

4.7 The contractor shall supply free of charge the steel required for testing including
its transportation to testing laboratories. The cost of tests shall be borne by the
contractor.
4.8 The actual issue and consumption of steel on work shall be regulated and proper
accounts shall be maintained as provided in clause 10 of the contract. The
theoretical consumption of steel shall be worked out as per procedure prescribed
in clause 42 of the contract and shall be governed by conditions laid therein. In
case the consumption is less than theoretical consumption including permissible
variations, recovery at the rate so prescribed shall be made. In case of excess
consumption, no adjustment needs to be made.

4.9 The steel brought to site and steel remaining unused shall not be removed from
site without the written permission of the Engineer-in-Charge.
93

5.0 ADDITIONAL conditions and particular specification for R.C.C. WORK


(DESIGN MIX CONCRETE )
(Before start of RCC work concrete Mix Design shall be got done by the
contractor from a NABL accredited laboratory/ IIT/ NIT laboratory with the
approval of Engineer-in-Charge. The RCC Work shall be carried out as per the
Mix Design approved by the Engineer-in-charge,)

GENERAL:

5.1 The RCC work shall be done with RMC or Design Mix Concrete, unless otherwise
specified in the nomenclature of items, wherever letter M has been indicated , the
same shall imply for the Design Mix Concrete. The Ready Mix Concrete shall be
as per IS : 4926 and as per CPWD Specification and guide lines. For the nominal
mix in RCC, CPWD specification shall be followed. The Design Mix Concrete will
be designed based on the principles given in IS : 456, 10262 and SP 23. The
contractor shall carry out design mixes for each class of concrete indicating that
the concrete ingredients and proportions will result in concrete mix meeting
requirements specified. The cement shall be actually weighed as presumption of
each bag having 50 kg shall not be allowed. In case of use of admixture, the mix
shall be designed with these ingredients as well. The specification mentioned
herein below shall be followed for Design Mix Concrete.

INGREDIENTS
i) Coarse Aggregate :- As per CPWD Specifications
Fine Aggregate :- As per CPWD Specifications.
Water : As per requirements laid down in IS 456-2000 and CPWD specifications.
Cement: Cement arranged by the contractor will be PPC (in bags)
conforming to IS : 1489 : Part-I.
5.2 Admixture:- Type of Admixture shall be got approved from Engineer-in-
Charge. Admixtures of approved quality shall be mixed with concrete to
achieve the desired workability within specified water cement ratio. The admixture
shall conform to IS : 9103. The chloride content in the admixture shall satisfy the
requirement of BS : 5075. The total amount of chlorides in the admixture mixed
concrete shall also satisfy the requirements of IS : 456-2000

5.3 The contractor shall not be paid anything extra for admixture required for
achieving desired workability without any change in specified water cement ratio
for RCC / CC work.

5.4 Grade of concrete:- The characteristic compressive strength ofvarious grades of


concrete shall be given as below :-

Sl. Grade Compressive Specified Minimum Maximum


No Designation strength on characteristic cement water cement
15cm cubes min compressive content* (kg ratio
7 days ( N/mm2) strength at 28 per cum) ratio
days (N/mm2)
(i) M-30 As per Design As per IS 456 As per IS 456 As per IS 456
94

5.5 The Concrete mix will be designed for minimum workability as specified in para 7
of IS–456-2000

5.6 WORKABILITY OF CONCRETE (UNLESS OTHERWISE SPECIFIED


ELSEWHERE OR AS DECIDED BY ENGINEER IN CHARGE.

Placing Conditions Degree of Slump


Workability (mm)

(1) (2) (3)


Lightly reinforced sections in slabs, beams, walls, Low 25-75
columns
Heavily reinforced section in slabs, beams, walls, Medium 50-100
columns.
Pumped concrete Medium 75-100

5.7 The recommended values of slump for various members to confirm IS 456

5.8 In the designation of concrete mix letter M refers to the mix and the number to the
specified characteristic compressive strength of 15 cm – Cube at 28 days
expressed in N/mm2

5.9 The concrete design mix with or without admixture will be got cementious material
carried out by the contractor by any reputed NABL accredited laboratory as per
direction of Engineer-In-Charge.

5.10 For such approval various ingredients for mix design as submitted by contractor
shall be sent to the lab / test houses through the Engineer-In-Charge of the
project and got it tested in approved laboratories as may be decided by the
Engineer-in-charge. Sample of aggregate sent shall be preserved at site by the
department for each different set of Coarse aggregates & Fine aggregates , fresh
design shall be done and got approved by the Department. The admixture if used
by contractor shall be at his own cost without any extra payment.

5.11 * Note : For RMC OPC shall be used in combination with GGBS as follows:

Part of OPC 43 grade cement ( conforming to IS8112) can be substituted with


Ground Granulated Blast furnace slag (GGBS) to a minimum of 30%. The
physical and chemical properties of GGBS shall conform to IS: 12089-1987
(Reaffirmed 2008). Uniform blending with OPC 43 grade cement to be ensured in
accordance with clauses 5.2 and 5.2.1 of IS:456-2000.

5.12 In case of change of source or characteristic properties of the ingredients used in


the concrete mix during the work, a revised laboratory mix design report
conducted in approved by Engineer-In-Charge shall be submitted by the
contractor as per the direction of the Engineer in charge.
95

5.13 APPROVAL OF DESIGN MIX

(i) The mix design for a specified grade of concrete shall be done for a
target mean compressive strength Tck = Fck + 1.65s

Where Fck = Characteristic Compressive Strength at 28 days


s = Standard deviation which depends on degree of quality control.

(ii) The degree of quality control for this work is “good” for which the standard
deviation (s) obtained for different grades of concrete shall be as per IS relevant
IS Standards/ Codes.

Out of the six specimen of each set, three shall be tested at seven days and
remaining three at 28 days. The preliminary tests at seven days are intended only
to indicate the strength to be attained at 28 days.

5.14 CHARGES FOR DESIGN MIX

(i) All cost of mix designing and testing connected therewith including charges
payable to the laboratory shall be borne by the contractor.

5.15 DESIGN MIX CONCRETE FROM FULLY AUTOMATIC COMPUTERISED


CONCRETE BATCHING AND MIXING PLANT

(i) Proportioning Concrete

In proportioning cement concrete, the quantity of both cement and aggregates


shall be determined by weight. The cement shall be weighed separately from the
aggregates. Water shall either be measured by volume in calibrated tanks or
weighed. All measuring equipment shall be maintained in a clean and serviceable
condition. The amount of mixing water shall be adjusted to compensate for
moisture content in both coarse and fine aggregates. The moisture content of
aggregates shall be determined in accordance with IS : 2386 (Part III). Suitable
adjustments shall also be made in the weights of aggregates to allow for the
variation in weight of aggregates due to variation in moisture content.

Production of Concrete

The concrete shall be RMC .produced in a central batching and mixing plant with,
computerized printing for contents and admixture dosage. The batching plant
shall be fully automatic. Automatic batcher shall be charged by devices which,
when actuated by a Single starter switch will automatically start the weighing
operation of each material and stop automatically, when the designated weight of
each material has been reached. The batching plant shall have automatic
arrangement for dispensing the admixture and shall also be capable of
discharging water in more than one stage. A print out from the batching plant for
every lot shall be submitted. A batching plant essentially shall consist of the
following components :Separate storage bins for different sizes of aggregates,
silo for cement; and water storage tank.
96

a) Batching equipment
b) Mixers
c) Control panels
d) Mechanical material feeding and elevating arrangements
e) The Contractor shall arrange for inspection of automatic batching plant
within seven days of issue of letter of award to facilitate inspection and
approval of same by Engineer-In-Charge. Nothing extra will be paid for this.

The compartments of storage bins for aggregates shall be approximately of equal


size. The cement compartment shall be centrally located in the batching plant. It
shall be watertight and provided with necessary air vent, aeration fittings for
proper flow of cement & emergency cement cut off gate. The aggregate and sand
shall be charged by power operated centrally revolving chute. The entire plant
from mixer floor upward shall be enclosed and insulated. The batch bins shall be
constructed so as to by self-cleansing during drawdown. The batch bins shall in
general conform to the requirements of IS :4925.

The batching equipment shall be capable of determining and controlling the prescribed
amounts of various constituent materials for concrete accurately i.e. water, cement,
sand, individual size of coarse aggregates etc. The accuracy of the measuring devices
shall fall within the following limits.

Measurement of Cement ±2% of the quantity of cement in each


batch
Measurement of Water ±3% of the quantity of water in each batch

Measurement of Aggregate ±3% of the quantity of aggregate in each


batch
Measurement of Admixture ±3% of the quantity of admixture in each
batch

5.16 Mixing Concrete

The mixer in the batching plant shall be so arranged that mixing action in the
mixers can be observed from the operator‟s station. The mixer shall be equipped
with a mechanically or electrically operated timing, signaling and metering device
which will indicate and assure completion of the required mixing period. The
mixer shall have all other components as specified in IS : 4925.

5.17 Transportation, Placing and Compaction of Concrete

(i) Mixed concrete from the batching plant shall be transported to the point of
placement by transit mixers or through concrete pumps or steel closed bottom
buckets capable of carrying 6 cum concrete. In case the concrete is proposed to
be transported by transit mixer, the mixer speed shall not be less than 4 rev/ min.
of the drum nor greater than a speed resulting in a peripheral velocity of the drum
as 70 m / minute at its largest diameter. The agitating speed of the agitator shall
be not less than 2 rev / min. nor more than 6 rev / min. of the drum.

The number of revolutions of the mixing drum or blades at mixing speed shall
be between 70 to 100 revolutions for a uniform mix, after all ingredients,
97

have been charged into the drum. Unless tempering water is added, all rotation
after 100 revolutions shall be at agitating speed of 2 to 6 rev / min. and the
number of such rotations shall not exceed 250. The general construction of transit
mixer and other requirements shall conform to IS: 5892.

(ii) In case concrete is to be transported by pumping, the conduit shall be primed by


pumping a batch of mortar / thick cement slurry through the line to lubricate it.
Once the pumping is started, it shall not be interrupted (if at all possible) as
concrete standing idle in the line is liable to cause a plug. The operator shall
ensure that some concrete is always there in the pump-receiving hopper during
operation. The lines shall always be maintained clean and shall be free of dents.

Materials for pumped concrete shall be batched consistently and uniformly.


Maximum size of aggregate shall not exceed one-third of the internal diameter of
the pipe. Grading of aggregate shall be continuous and shall have sufficient ultra
fine materials (materials finer than 0.25mm). Proportion of fine aggregates
passing through 0.25mm shall be between15 & 30% and that passing through
0.125 mm sieve shall not be less than 5% of the total volume of aggregate. When
pumping long distances and through hot weather, set- retarding admixtures may
be used. Admixtures to improve workability can be added. Suitability of concrete
shall be through pumping shall be verified by trial mixes and by performing
pumping tests.

5.18 PREPARATION OF MIXES AS PER APPROVED DESIGN MIX AND


CONDUCTING CONFIRMATORY TEST AT FIELD LAB.

(i) The contractor shall make the cubes of trial mixes as per approved Mix design at
site laboratory for all grades, in presence of Engineer in charge using sample of
approved materials proposed to be used in the work prior to commencement of
concreting and get them tested in his presence to his entire satisfaction for 7 days
and 28 days. Test cubes shall be taken from trial mixes as follows.

For each mix, a set of six cubes shall be made from each of the three consecutive
batches. Three cubes from each set of six shall be tested at age of 7 days and
remaining three cubes at age of 28 days. The cubes shall be made, cured,
transported and tested strictly in accordance with specifications. The average
strength of nine cubes at age of 28 days shall exceed the specified target mean
strength for which design mix has been approved , the evaluation of test results
will be done as per IS : 456-2000.

5.19 WORK STRENGTH TEST

TEST SPECIMEN

Work strength test shall be conducted in accordance with IS: 516 on random
sampling. Each test shall be conducted on six specimen, three of which shall be
tested at 7 days and remaining three at 28 days. Additional samples shall be
prepared, if required, as per direction of Engineer in charge for testing samples
cured by accelerated method as described in IS : 9103.
98

TEST RESULTS OF SAMPLE


The test results of the sample shall be the average of the strength of three
specimen. The individual variation shall not be more than + - 15 percent of the
average. If more, the test results of the sample are invalid. 90% of the total tests
shall be done at the laboratory established at site by the contractor and remaining
10% in the laboratory of Government Engineering colleges, or in any other
approved laboratory as directed by the Engineer-in-charge.

5.20 STANDARD FOR ACCEPTANCE

i) Standard of acceptance shall be same as specified in clause 16 of IS 456-2000.

ii) In order to keep the floor finish as per direction of Engineer-in-charge and as per
Architectural drawings and to provide required thickness of the flooring as per
specification, the level of top surface of RCC shall be accordingly adjusted at the
time of its centring, shuttering and casting for which nothing extra shall be paid to
the contractor.

Ultrasonic Pulse Velocity Method of Test for RCC


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

The quality of concrete in terms of uniformity, incidence or absence of internal


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

Velocity criterion for Concrete Quality Grading.

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


(km/sec)
1 Above 4.5 Excellent
2 4.5 to 3.5 Good
3 3.5 to 3.0 Medium
4 Below 3.0 Doubtful
Note : In Case of “doubtful” quality it may be necessary to carry further tests.

iii) Pulse velocity method of test of concrete is to be conducted for CPWD works as a
routine test. The acceptance criteria as per the above table will be applicable
which is as per IS 13311 (part-1): 1992. From the above “Good” and “Excellent”
grading are acceptable and below these grading the concrete will not be
acceptable.
99

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

v) The test results are to be examined in view of the above acceptance criteria
“Good” and “Excellent” and wherever concrete is found with less than required
quality as per acceptance criteria, repairs to concrete will be made.
Honeycombed areas and loose pockets will be repaired by grouting using
Portland Cement Mortar/Polymer Modifies Cement Mortar /Epoxy Mortar ,etc.
after chipping loose concrete in appropriate manner. In areas where concrete is
found below acceptance criteria and defects are not apparently visible on surface
,injecting approved grout in appropriate proportion using epoxy grout /acrylic
Polymer modified cements slurry made with shrinkage compensating cement /
plain cement slurry etc will be resorted to for repairs.(refer relevant chapters from
CPWD Hand Book on Repairs and Rehabilitation of RCC Buildings).Repair to
concrete will be done till satisfactory results are obtained as per the acceptance
criteria by retesting of the repaired area. If satisfactory results are not obtained
dismantling and relaying of concrete will be done at the cost of contractor.

5.22 MEASUREMENT

As per CPWD specifications.

5.23 TOLERANCES

As per CPWD specifications

5.24 RATE :-

The plinth area rate includes the cost of materials and labour involved in all the
operations described above. In case of actual average compressive strength
being less than specified strength which shall be governed by para „ Standard of
Acceptance” as above the rate payable shall be worked out accordingly on the
basis of analysis.

In case of rejection of concrete on account of unacceptable compressive


strength, governed by para „Standard of Acceptance‟ as above, the work for
which samples have failed shall be redone at the cost of contractors. However,
the Engineer in charge may order for additional tests (like cutting cores, ultrasonic
pulse velocity test, load test on structure or part of structure etc) to be carried out
at the cost of contractor to ascertain if the portion of structure wherein concrete
represented by the sample has been used, can be retained on the basis of results
of individual or combination of these tests.
100

The contractor shall take remedial measures necessary to retain the structure as
approved by the Engineer in charge without any extra cost. However, for
payment, the basis of rate payable to contractor shall be governed by the 28 days
cube test results and reduced rates shall be regulated in accordance with
para 5.4.13 of Revised CPWD specification 2009, Vol.-I.

As per general engineering practice, level of floors in toilet / bath, balconies, shall
be kept 12 to 20mm or as required, lower than general floors shuttering should be
adjusted accordingly. The landing level of mumty / Staircase cabin shall be kept
one riser level higher than adjoining slab level so as to accommodate water
proofing treatment over terrace slab. In case of kitchen slab the portion of floor
trap below kitchen platform be kept at lower level as per drawings. Nothing extra
is payable on this account.

For the execution of centering and shuttering, the contractor shall use propriety
“Reebole” chemical mould release agent of FOSROC or equivalent as shuttering
oil as approved by Engineer-in-charge and nothing extra shall be paid on this
account.

5.25 COVER/SPACER BLOCK

The contractor shall provide approved type of support for maintaining the bars in
position and ensuring required spacing and correct cover of concrete to
reinforcement as called for in the drawings, spacer blocks of required shape and
size. Chairs and spacer bars shall be used in order to ensure accurate positioning
of reinforcement. Spacer blocks shall be cast well in advance with approved
proprietary pre-packed free flowing mortars (Conbextra as manufactured by M/S
Fosroc Chemicals India Ltd. Or equivalent as approved by the Engineer-in-charge
at his discretion) of high early strength and same colour as surrounding concrete,
Pre-cast cement mortar/concrete blocks/blocks of polymer shall not be used as
spacer blocks unless specially approved by the Engineer-in-charge, rate of RCC
items is inclusive of cost of such cover blocks.
101

6.0 PARTICULAR SPECIFICATION AND ADDITIONAL CONDITIONS FOR


WATER PROOFING

6.1 The work shall be got executed as per CPWD Specifications and as per the
manufacturer‟s specification through specialized agency as approved by the
Engineer-in-charge.

The contractor shall furnish the following particulars immediately after the issue of
letter of acceptance by the department.

i) The name of the specialized firm.


ii) The trade names of the product, which would be used.
iii) List of works where the treatment has been used.
iv) Quantity of chlorides and sulphides used in the product.

GUARANTEE FOR WATER PROOFING TREATMENT

6.2 The contractor shall be fully responsible for and shall guarantee proper
performance of the entire waterproofing system for a period of 10 (Ten) years
from the final completion of works. In addition, specific 10 years written guarantee
(to be furnished in a non-judicial stamp paper of value not less than Rs.100/-) in
approved proforma shall be submitted for the performance of the system, before
final payment and shall not in any way limit any other rights the Employer may
have under the contract. Guarantee for water proofing shall comprises of all the
items described above in particular specification.

6.3 All water-proofing work shall be carried out through approved specialist
agency as per method of working approved by the Engineer-in-charge. However
the contractor shall be solely responsible for waterproofing treatment until the
expiry of the above guarantee period.

6.4 Ten years guarantee in prescribed proforma attached shall be given by the
contractor for the water proofing treatment. Towards that 10% (ten percent) of the
cost of these items of water proofing under this sub head worked out on prevailing
market rate shall be retained as guarantee to watch the performance of the work
executed. However, half of this amount (withheld) would be released after five
years from the date of completion of the work, if the performance of the
waterproofing works is satisfactory. The remaining withheld amount shall be
released after completion of ten years from the date of completion of work, if the
performance of the waterproofing work is satisfactory. If any defect is noticed
during the guarantee period, it should be rectified by the contractor within seven
days of issuing of notice by the Engineer-in-Charge and, if not attended to, the
same shall be got done through other agency at the risk and cost of the contractor
and recovery shall be effected from the amount retained towards guarantee. In
any case, the contractor and the specialist agency, during the guarantee period,
shall inspect and examine the treatment once in every year and make good any
defect observed and confirm the same in writing. The security deposit can be
released in full, if bank guarantee of equivalent amount, valid for the duration of
guarantee period, is produced and deposited with the department.
102

6.5 GUARANTEE TO BE EXECUTED BY CONTRACTOR FOR REMOVAL OF


DEFECTS AFTER COMPLETION OF WORK IN RESPECT OF WATER
PROOFING WORKS.

This agreement made this day of two thousand and between, (Name of the
contractor, hereinafter call Guarantor of the one part) and the PRESIDENT OF
INDIA (hereinafter called the Government of the other part).

Whereas this agreement is supplementary to a contract (hereinafter


called the Contract) dated_ and made between the GUARANTOR
of the one part and the GOVERNMENT of the other part where by 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
structures will remain water / leak proof for ten years from the date of completion
of work.

Now the Guarantor hereby guarantees that water proofing treatment given by him
will render the structures completely leak proof and the minimum life of such
water proofing treatment shall be ten years to be reckoned from the date
completion of work.

Provided that the Guarantor will not be responsible for leakage caused by
earthquakes or structural defects or misuse of roof or alterations and for such
purpose

Misuse of roof shall mean by operation, which will damage roofing treatment, like
chopping of firewood and things of the same nature, which might cause damage
to the roof.

Alteration shall mean construction of an additional storey or a part of roof or


construction adjoining to existing roof, where by roofing treatment is removed in
parts.

The decision of the Engineer-in-Charge with regard to cause of leakage shall be


final.

During this period of guarantee, the Guarantor shall make good all defects and in
case of any defects being found, render the building water proof at his own cost,
to the satisfaction of the Engineer-in- Charge and shall commence the work for
such rectification within seven days from the date of issue of the notice from the
Engineer-in-Charge calling upon him to rectify the defects, failing which the work
shall be got done by Department through some other contractor at the
GUARANTOR‟S cost and risk. The decision of the Engineer-in-Charge as to the
cost, payable by the Guarantor shall be final and binding.

That is the Guarantor fails to execute the necessary rectification or commits


breach there under then the Guarantor will indemnify the Principal and his successors
against all loss, damage, cost expense or otherwise which may be incurred by him by
reasons of any default on the part of GUARANTOR in performance and observance of
this supplementary agreement. As to the amount of loss and / or damage and / or cost
incurred by the Government, the decision of the Engineer-in-Charge will be final and
binding on the parties.
103

In witness where of these presents has been executed by the Obligator ____________
and by _____________________________ and for and on behalf of the PRESIDENT
OF INDIA on the day month and year first above written.

Signed, sealed and delivered by (OBLIGOR) in the presence of:


1.

2.

Signed for and on behalf of THE PRESIDENT OF INDIA


BY__________________ in the presence of:

1.

2.

(Guarantee to be signed and delivered on a Non-Judicial stamp paper worth Rs. 1000/-)
104

ADDITIONAL SPECIFICATION

7.0 CLASSIFICATION OF SOILS FOR EARTH WORK IN EXCAVATION

7.1 The earth work shall be classified under the following categories and measured
separately for each category.

All kinds of soils: Generally any strata, such as sand, gravel, loam, clay, mud,
black cotton moorum, shingle, river or nallah bed boulders, siding of roads, paths
etc. and hard core, macadam surface of any description (water bound, grouted
tarmac etc.), lime concrete, mud concrete and their mixtures which for excavation
yields to application of picks, showels, jumper, scarifiers, ripper and other manual
digging implements.

Ordinary rock: Generally any rock which can be excavated by splitting with crow
bars or picks and does not require blasting, wedging or similar means for
excavation such as lime stone, sand stone, hard laterite, hard conglomerate and
unreinforced cement concrete below ground level. If required light blasting may
be resorted to for loosening the materials but this will not in any way entitle the
material to be classified as „Hard rock‟.

Hard rock: Generally any rock or boulder for the excavation of which blasting is
required such as quartzite, granite, basalt, reinforced cement concrete
(reinforcement to be cut through but not separated from concrete) below ground
level and the like.

7.2 CONDITIONS FOR WATER:

The contractor shall make his own arrangement for providing water for
construction and drinking purpose. Water charges shall not be recovered on
account of it. Contractor shall get the water tested from any laboratory approved
by the Engineer-in-charge at regular interval as per the CPWD Specifications. All
expenses towards collection of samples, packing transportation except testing
charges etc. shall be borne by the contractor.

7.3 FORM WORK

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

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

7.3.3 Double steel scaffolding having two sets of vertical supports shall be provided for
external wall finish, cladding etc. The supports shall be sound and strong, tied
together with horizontal pieces over which scaffolding platform shall be fixed.
Scaffolding shall have steel staircase for inspection works at upper levels.
105

7.3.4 In order to keep the floor finish as per architectural drawings and to provide
required thickness of the flooring as per specifications, the level of top surface of
RCC shall be accordingly adjusted at the time of its centering, shuttering and
casting for which nothing extra shall be paid to the Contractor.

7.3.5 As per general engineering practice, level of floors in toilets/bath, balconies, shall
be kept 12 to 20mm lower than general floor as required. Shuttering should be
adjusted accordingly. Nothing extra is payable on this account.
Steel shuttering as approved by the Engineer-in-charge only shall be used by the
contractor. Minimum size of shuttering plates shall be 600mm x 900mm except for
the case when closing pieces required to complete the shuttering panels.
Dented, broken, cracked, twisted or rusted shuttering plates shall not be allowed
to be used on the work.The shuttering plates shall be cleaned properly with
electrically driven sanders to remove any cement slurry or cement mortar or rust.
Proper shuttering oil or de-bonding compound shall be applied on the surface of
the shuttering plates in the requisite quantity before assembly of steel
reinforcement.

7.3.6 For the execution of centering and shuttering, the contractor shall use propriety
„Reebole” chemical mould release agent of FOSROC or equivalent as shuttering
oil as approved by Engineer-in-charge and nothing extra shall be paid on this
account.

7.4 RCC WORK as per additional condition of RCC work

7.5 FLOORING

7.5.1 All the work in general shall be carried out as per CPWD Specifications 2009.

7.5.2 The ceramic tiles shall be as specified. The tiles shall be of specified colours as
shown in the drawings and will be laid in pattern as per architectural drawings.
Nothing extra shall be paid for laying tiles in specific pattern. The tiles shall be of
first quality of approved make.

7.5.3 Proper gradient shall be given to flooring for toilets, verandah, kitchen, courtyard
etc. so that the wash water flows towards the direction of floor trap. Any reverse
slop if found, these shall be made good by the contractor by ripping open the
floor/grading concrete and nothing extra shall be paid for such rectifications.

7.5.4 The flooring and skirting will be executed as per pattern shown in the Architectural
drawings and as per approval of Engineer-in-charge.

STONE FLOORING:
7.5.5 All work in general shall be carried out as per CPWD Specifications 2009.
7.5.6 Whenever flooring is to be done in patterns of stones, the contractor shall get
samples of each pattern laid and approved by the Engineer-in-charge before final
laying of such flooring. Nothing extra shall be payable on this account.
106

i) The samples shall not be of a size less than 400mm x 400mm or as required
by Engineer-in- charge.
ii) The sample produced shall be fully supported by the details of location/quarry
and the same shall not be removed except with the written permission of
Engineer-in-Charge. Samples for Flame burnt/finish granite shall be produced
separately. Flame burning shall be carried out after the selection of the basic
granite sample. Flame burning shall be uniform and with a uniform texture
across the entire surface of the slab. The Flame burning of the stone slab shall
be inspected by the Engineer in Charge as and when found necessary and full
support for the inspection shall be provided. Full width stone over kitchen
platform shall be provided except to adjust for closing pieces. The marble/any
stone flooring in treads and risers of stair case is to be laid in single piece.
Nothing extra shall be paid on these accounts.40 mm wide sand blasted strip
at a distance of 50mm from the edge of the tread to create contrasting colour.

7.5.7 The plinth area rate offered is inclusive of providing sunken flooring in bathrooms,
kitchen etc. and nothing extra on this account is admissible. Proper gradient shall
be given to flooring for toilets, veranda, kitchen, courtyard, etc. as per the
directions of Engineer-in-charge.

7.5.8 The plinth area rate offered of is inclusive of providing patterns of required oblong
shaped pattern with combination of both and nothing extra will be paid on this
account.

7.6 WOOD WORK

7.6.1 The wood work in general shall be carried out as per CPWD Specifications 2009.
i) The samples of species of timber to be used shall be deposited by the
contractor with the Engineer in Charge before commencement of the work.
The contractor shall produce cash vouchers and certificates from standard kiln
seasoning plant operator about the timber to be used on the work having been
kiln seasoned by them, failing which it would not be accepted as kiln
seasoned.
ii) Specified timber shall be of good quality and well-seasoned. It shall have
uniform colour, reasonably straight grains and shall be free from knots, cracks,
shakes and sapwood.
iii) Wood work shall not be painted, oiled or otherwise treated before it has been
approved by the Engineer-in-Charge
iv) All fittings and fixtures shall be got approved from the Engineer-in-Charge
before procurement well in advance and the approved samples shall be kept
at site till completion of the work.

7.6.2 Factory made wooden shutter, as specified shall be obtained from factories to be
approved by the Engineer- in-charge shall conform to relevant IS Code. The
contractor shall inform well in advance to the Engineer- in-charge the name and
address of the factory where from he intends to get the shutters manufactured.
The contractor will place order for manufacturing of shutters only after written
approval of the Engineer- in-charge in this regard is given. The contractor is
bound to recommend name(s) 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 they meet
the specified tests. The contractor will also arrange stage wise inspection of the
shutters at factory by the Engineer-in-charge or his authorized representative.
The contractor will have no claim if the shutters brought at site are rejected by the
107

Engineer-in-charge in part or in full lot due to bad workmanship/quality. Such


shutters will not be measured and paid. The contractor shall remove the same
from the site of work within 7 days after the written instructions in this regard are
issued by the Engineer-in- charge.

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

ii) Inspection of shutters shall be carried out for dimensions & tolerances, size
& type general construction & workmanship, finish & glazing at the
following frequency:

Lot Size Sample Size Permissible number of defects


Up to 25 2 0
25 to 50 5 0
51 to 100 8 0
101 to 150 13 1
151 to 300 20 2
301 to 500 32 3
501 to 1000 50 5
1001 & above 80 7

iii) Criteria for conformity:


Any sample shutter failing in any one or more of the requirements inspected for
as above shall be considered as defective. A lot shall be considered as having
satisfied the requirements of the standard if the number of defective shutters in
the sample does not exceed the corresponding permissible number of
defectiveness given above.
iv) Testing – The shutters shall be tested for species seasoning & treatment, defects
in the timber, panel material, construction & workmanship in the approved Govt.
Laboratory at the frequency mentioned in CPWD specifications.
If shutters are found defective in any one of the criterion double the shutter shall
be tested & if found permissible can be accepted. If shutter is found defective in
more than one criterion, the whole lot shall be rejected.
v) Finish

a) All components of door shutter shall have smooth finish.


Panels of the door shutters shall be flat and well sanded to a smooth and level
surface.
All the surfaces of door shutters which are required to be painted or polished or
varnished shall be got approved from the Engineer In Charge before applying
protective coat of primer, polish or varnish.
7.6.3 Specification for Aluminium fitting for Doors.
The aluminium fittings and fixtures shall be machine made and free of fabrication
marks, residual effects of welding /riveting etc., with anodic coating not less than
grade AC 10 as per IS.1868 transparent or dyed to required colour or shade with
necessary screws.
108

.
The fitting shall be finished in a Satin finish (brushed finish-satin‟s commercial
purpose) except wherever specified otherwise. The brush effect shall be uniform
and without any variations.
Irrespective of the stipulations contained above, the contractor shall produce
samples for all the fitting in advance and a written approval for the chosen sample
shall be obtained from the Engineer-in-charge. The decision of the Engineer-in-
charge in respect of the specification, quality and make of fitting to be used at site
shall be final and binding on the contractor. Nothing extra shall be payable on this
account.
All the fittings shall be provided with all such accessories as are required to
complete the item in working condition whether specifically mentioned or not in
the schedule of quantities, specification & elsewhere in this bid document. The
quoted rates shall be deemed to be all inclusive for a complete item fit for use
including all material. Labour, T & P, Specials, fixing arrangements, nuts, bolts,
screws, bushes, all required connection pieces etc. as well as making good the
surface wherever required.
7.7. FINISHING
7.7.1 The work shall be carried out as per CPWD Specifications.

The Primer, Synthetic Enamel paint, distemper etc., of makes as approved by the
Engineer- in- charge and of low VOC, shall only be used and brought to the site
of, work in the original sealed containers. The material brought to the site of work
shall be sufficient for at least 60 days of work. The material shall be kept under
the joint custody of contractor and representative of the Engineer-in-charge. The
empty containers shall not be removed from the site till the completion of the work
without permission of the Engineer-in-charge.

7.8 WATER SUPPLY, INSTALLATIONS AND DRAINAGE

7.8.1 The contractor shall furnish all labour, material and equipment, transportation and
incidental necessary for supply, installation, testing and commissioning of the
complete Plumbing / system as described in the Specifications and as shown on
the drawings. This also includes any material, equipment, appliances and
incidental work not specifically mentioned herein or noted on the
Drawings/Documents as being furnished or installed, but which are necessary
and customary to be performed under this contract.

The Plumbing / Sanitary system shall comprise of following:

a) Sanitary and water supply Fixtures and Fittings.


b) Internal and External Water Supply.
c) Internal and External Drainage
d) Approval from Local Authorities
e) Balancing, testing & commissioning.
f) Test reports and completion drawings
109

7.8.2 The contractor shall procure and install all pipes, Sockets /Nipples including shut-
off valve etc as specified.

7.8.3 The contractor shall ensure that senior and experienced plumbers are assigned
exclusively for this work. Such plumber(s) should have valid license from the local
authorities. The project management shall be done through modern technique.
For quality control & monitoring of workmanship, contractor shall assign at least
one engineer who would be exclusively responsible for ensuring strict quality
control, adherence to specifications and ensuring top class workmanship for the
installation.

7.8.4 The work shall be in conformity with the Bye-laws, Regulations and Standards of
the local authorities concerned. But if these Specifications and drawings call for a
higher standard of materials and / or workmanship than those required by any of
the above regulations and standards, then these Specifications and drawings
shall take precedence over the said regulations and standards. However, if the
drawings and specifications require something which violates the Bye-laws and
Regulations, then the Bye-laws and Regulations shall govern the requirement of
this installation.

7.8.5 The contractor shall obtain all permits/ licenses and pay for any and all fees
required for the inspection, approval and commissioning of their installation.
However, all receipted amount shall be reimbursed on production of proof of
payment.

7.8.6 The Plumbing drawings are to be given by the contractor for obtaining approval
from Engineer-in-charge. The Plumbing / Sanitary Drawings given by the
Engineer In-Charge or issued with tenders are diagrammatic only and indicate
arrangement of various systems and the extent of work covered in the contract.
These Drawings indicate the points of supply and of termination of services and
broadly suggest the routes to be followed. Under no circumstances shall
dimensions be scaled from these Drawings. The contractor shall follow these
drawings in preparation of his shop drawings, and for subsequent installation
work.

7.8.7 The contractor shall examine all architectural, structural, plumbing, electrical
and other services drawings and check the as-built works before starting the
work, report to the Engineer In-Charge any discrepancies and obtain clarification.
Any changes found essential to coordinate installation of his work with other
services and trades, shall be made with prior approval of the Engineer In-Charge
without additional cost to the department.

7.8.8 All the shop drawings shall be prepared on computer through AutoCAD System
based on Architectural drawings and site measurements. Contractor shall furnish,
for the approval of Engineer-in-charge, the two sets of detailed shop drawings of
complete work and materials including layouts for Plant room, Pump room,
Typical toilets drawings showing exact location of supports, flanges, bends, tee
connections, reducers, detailed piping drawings showing exact location and type
of supports, valves, fittings etc; external insulation details for pipe insulation etc.
110

7.8.9 These shop drawings shall contain all information required to complete the work.
These drawings shall contain details of construction, size, arrangement, operating
clearances, performance characteristics and capacity of all items of equipment,
also the details of all related items of work by other contractors. Each shop
drawing shall contain tabulation of all measurable items of
equipment/materials/works and progressive cumulative totals from other related
drawings to arrive at a variation-in-quantity statement at the completion of all shop
drawings. Minimum 4 sets of drawings shall be submitted after final approval
along with CD. When he makes any amendments in the above drawings, the
contractor shall supply two fresh sets of drawings with the amendments duly
incorporated along with check prints, for approval. The contractor shall submit
further four sets of shop drawings to the Engineer In- charge for the exclusive use
by the Engineer In-charge and all other agencies. No material or equipment may
be delivered or installed at the job site until the contractor has in his possession,
the approved shop drawing for the particular material/equipment / installation.
7.8.10 Shop drawings shall be submitted for approval four weeks in advance of planned
delivery and installation of any material to allow the Engineer-in-charge ample
time for scrutiny. No claims for extension of time shall be entertained because of
any delay in the work due to his failure to produce shop drawings at the right time,
in accordance with the approved programme.
7.8.11 Samples of all materials like valves, pipes and fittings etc. shall be submitted to
the Engineer In-Charge prior to procurement for approval and retention by
Engineer In-Charge and shall be kept in their site office for reference and
verification till the completion of the Project. Wherever directed a mockup or
sample installation shall be carried out for approval before proceeding for further
installation without any extra cost.
7.8.12 Approval of shop drawings shall not be considered as a guarantee of
measurements or of building dimensions. Where drawings are approved, said
approval does not mean that the drawings supersede the contract requirements,
nor does it in any way relieve the contractor of the responsibility or requirement
to furnish material and perform work as required by the contract.
7.8.13 All materials and equipment shall conform to the relevant Indian Standards and
shall be of the approved make and design. Makes shall be in conformity with list
of approved manufacturers.
7.8.14 Balancing of all water systems and all tests as called for the CPWD
Specifications shall be carried out by the contractor through a specialist group,
in accordance with the Specifications and ASPE / ASHRAE Guidelines and
Standards. The installation shall be tested and shall be commissioned only after
approval by the Engineer-in-charge. All tests shall be carried out in the
presence of the representatives of the Engineer-in-charge and nothing extra
shall be payable on this account.
111

7.8.15 The contractor shall submit “completion plans of services” for water supply,
internal installations and building drainage work within 15 days of the date of
completion. These drawings shall be submitted in the form of two sets of CD‟s
and four portfolios (300 x 450 mm) each containing complete set of drawings on
approved scale indicating the work as - installed. These drawings shall
clearly indicate complete plant room layouts, piping layouts and sequencing of
automatic controls, location of all concealed piping, valves, controls and other
services. In case the contractor fails to submit the completion plans as
aforesaid, security deposit shall not be released and these shall be got prepared
at his risk and cost

7.8.16 The CCI/CI/PVC pipe and GI pipe etc. wherever necessary shall be fixed to
RCC columns, beams etc. with rawl plugs and nothing extra shall be paid for
this.

7.8.17 The variation in consumption of material shall be governed as per CPWD


Specification and clauses of the contract to the extent applicable.

7.8.18 Plinth area Rates quoted shall be inclusive of all work and items given in the
above mentioned specifications and Schedule of Quantities and applicable for
the work under floors, in shafts or at ceiling level at all heights and depths. All
rates are inclusive of cutting holes and chases in RCC and masonry work and
making good the same. Rates are inclusive of pre testing and on site testing of
the installations, materials and commissioning

7.8.19 Cleaning and Disinfection of Pipelines:-


On completion of hydraulic tests and before a pipe is disinfected, it shall be
proved to be free from obstruction, debris and sediment by scouring or by any
other process which the Engineer-in-charge may prescribe. Upon satisfactory
completion of testing and cleaning, the pipelines shall be disinfected as order.
Chlorine solution shall be applied at the charging point as the pipeline is being
filed and dosing shall be continued until the pipeline is full and at least 50 parts of
chlorine per million parts of water have been made available and distributed
evenly. If ordinary bleaching power is used, proportions will 150 gms of power to
1000 litre of water. If a proprietary brand is used, the proportion shall be as
specified by the manufacturer. The treated water shall be left in pipeline for a
period as directed but not exceeding 24 hours chlorine residual tests shall be
taken at various points along the pipeline. The disinfection process shall be
repeated until the sample of water taken from the pipeline are declared fit for
human consumption by a recognized laboratory.

7.9 MELAMINE POLSIH


The wood/veneer surface before polishing shall be well sanded to obtain smooth
and even surface. A coat of appropriate wood sealer of the same manufacturer
approved for melamine polish shall be applied over the surface before polishing.
The surface shall be sand papered again to remove the excess filler material and
to obtain smooth even surface. Melamine polish of approved brand and
manufacture in matt or glossy finish stained to required shade shall be machine
sprayed in required coats over the prepared surface. Final polished surface shall
be even, smooth and free from waviness. The natural grains of the wood/veneers
shall be clearly visible from the final polished surface. Consumption of the
melamine polish shall not be less than 0.25 lits/sqm.
112

7.10 STAINLESS STEEL HAND RAIL

7.10.1 Providing, fabricating and fixing in position welded built –up section using
stainless steel section/pipes and connecting plates, of Grade S.S 304 (SS 316
Grade shall be used for exterior applications) and of required diameter &
thickness as per the Engineer-in-charge Drawings and details, at the junctions of
doors, on walls, other locations as directed etc. including cutting, welding,
grinding, bending to required profile and shape, finish, hoisting, buffing and
polishing, cutting chase / embedding in RCC / Masonry, fixing using stainless
steel screws, nuts, bolts and washers or stainless steel fasteners as required to
make it rigidly fixed & stable and making good the plaster/ flooring etc. all
complete, at all floors and all levels as directed by the Engineer-in – Charge.
Prototype samples to be approved by Engineer-in-charge before mass
fabrication.

7.10.2 Plinth Area Rate includes cost of all inputs of materials, labour, T&P, etc. involved
in the work and all incidental charges to execute this item.

7.11 MISCELLENIOUS

7.11.1 CONSTRUCTION JOINTS

Construction joints in PCC, RCC and Light Weight Concrete works etc., shall be
provided only at places as per approved structural drawings. It shall not in any
manner structurally or functionally affect the structure. If, any additional
construction joint is required to be provided, it shall be done with approval of the
Engineer-in-Charge The centering, shuttering, strutting etc., required for the
construction joint in PCC, RCC and Light Weight Concrete works shall be
provided as per the CPWD Specifications. Nothing extra shall be payable on this
account.

7.11.2 TREATMENT TO THE CONSTRUCTION JOINTS AND RECTIFICATION OF


DEFECTS.

All care shall be taken to minimize the number of construction joints in the
basement raft and walls as well as in the leveling course of PCC at base. Still,
wherever the construction joints are provided, these shall be slightly opened up
and then suitably filled with cement mortar 1:3 (1 cement: 3 fine sand) after
applying a bond coat of cement slurry. The aluminium nipples shall be fixed in the
cavity and crevices, if required. Then cement slurry of w/c ratio 0.5 shall be
pressure grouted through these nipples as required, which shall then be suitably
cut. Nothing extra shall be payable on this account.

All care shall be taken to avoid any honey combed concrete or any cavity. Still, if
any honey combed concrete or cavity in RCC wall is encountered the same shall
be rectified by removing all loose concrete by chiseling. The chipped concrete
surface shall be cleaned and made dust free by blowing compressed air and then
washed clean with water (but without excess water). Then a bond coat of polymer
modified cement slurry @ 2.2 kg of cement per sq. m. of concrete surface, in two
coats, shall be applied as specified.
113

The second coat shall be applied immediately within 15-20 minutes of application
of the first coat. A coat of polymer modified cement plaster of mix 1:3 (1 cement: 3
fine sand) of the required thickness shall be applied as specified to fill the cavity if
the required thickness is less than 20 mm. If the required thickness is more than
20 mm. the cavity shall be filled by concrete of relevant grade after providing the
required centering and shuttering. The surface shall then be moist cured for
minimum 7 days. Nothing extra shall be payable on this account.

7.12 MISCELANEOUS

Mixer having arrangement of weighing water for controlling W.C. ratio should only
be used in all PCC and RCC works where there is no provision for Ready Mix
Concrete.
Only factory made round type M30grade cover blocks as per para 5.25 shall be
used.. No other type of cover blocks shall be permitted.

Any cement slurry if added over base surface (or for continuation of concreting)
for bond, its cost shall be deemed to have been included in the respective items,
unless otherwise, explicitly stated and nothing extra shall be payable nor extra
cement considered in the cement consumption on this account.

Centering and shuttering for all concrete and reinforced concrete wherever
required shall be in steel and / or plywood to produce a smooth and uniform finish
on all exposed surfaces. However, all props, bracings, scaffolding etc., shall be in
steel. The entire responsibility of planning, design, erection and safety of
formwork shall lie with the Contractor.

Extra for shuttering in curved profile.

For shuttering curved in elevation the steel/ply shuttering shall be fabricated to


achieve the curved profile as per the architectural drawings and nothing extra
shall be payable on this account.

7.12.6 The contractor shall arrange and provide at the site of work all the equipments for
field testing as required like balances, sieves, slump cone , dial gauges,
compression testing machines(still the samples shall be tested in an independent
laboratory as approved by the Engineer-in-Charge), graduated measuring
cylinders, steel tapes, vernier calipers, micrometer screw gauges, plumb bobs,
spirit levels , Schmidt rebound hammer, total station survey equipment,
magnifying glass, screw drivers, plastic bags for samples, etc. Allowing
establishing the site laboratory by the contractor shall not absolve the contractor
from fulfilling the criteria of getting the tests done in an independent laboratory.
The decision of the Engineer-in-Charge of allowing any test in the site laboratory
or any other laboratory shall be final and binding on the contractor and no claim of
any kind whatsoever shall be entertained from the contractor on this account.

7.12.7 Even if the certain items of work are carried out by the specialized contractors the
responsibility for the work shall however rest with the contractor only.
114

Unless otherwise specified for the item, the maximum water cement ratio for any
grade of concrete shall not be more than 0.5.The contractor shall within 15 days
of issue of letter for commencement of the work, submit the mix design for various
grades of concrete along with 7days crushing strength reports and within 40 days
submit 28 days crushing strength reports, for the samples for the mix. Nothing
extra shall be payable on account of admixing any chemical admixture for
achieving any characteristic for the concrete. Concreting shall be commenced
only after the approval of the mix design by the Engineer-in-Charge.

Wherever required the M.S. inserts shall be provided during the casting of RCC /
PCC for which nothing extra shall be payable. As far as possible the contractor
shall plan that the concreting is carried out during day shift.

7.12.8 Reinforcement Placing

The contractor shall provide approved type of support for maintaining the bars in
position and ensuring required spacing and correct cover of concrete to
reinforcement as called for in the drawings, spacer blocks of required shape and
size. Chairs and spacer bars shall be used in order to ensure accurate positioning
of reinforcement. Spacer blocks shall be cast well in advance with approved
proprietary pre-packed free flowing mortars (Conbextra as manufactured by M/s
Fosroc Chemicals India Ltd., or equivalent as approved by the Engineer-in-charge
at his discretion) of high early strength and same colour as surrounding concrete,
Pre-cast cement mortar / concrete blocks / blocks of polymer shall not be used as
spacer blocks unless specially approved by the Engineer-in-charge, rate of RCC
items is inclusive of cost of such cover blocks.

7.13 Expansion Joint

General Seismic / separation joints shall be provided where shown on the


drawings. They shall be constructed with in gap between the adjoining parts for
the works of the width specified in the drawings.

The contractor shall ensure that no debris is allowed to enter and be lodged in
seismic and separation joints.

Seismic or separation joints shall be provided with approved 50mm thickness of


compressible filer board, backer rod and polysulphide sealant compound etc.,

Board to be used in expansion joint shall be of best approved quality and shall be
got approved before use. It shall have minimum density of 95 kg/cum, Non
staining with less than 1% water absorption and compression recovery of 93%
minimum as per the specifications.

Method of Application

50mm thick expansion board having sufficient width directed by Engineer-in-


charge shall be provided in expansion joint before filling and finishing the
expansion joint with sealant.
115

The expansion joint shall be cleaned and made dry completely. All loose
materials shall also be removed. The joints gap shall be made uniform in width
and depth after cleaning the joints. The backup materials of best quality shall be
provided in position in order to produce the size of joint i.e. width and depth. The
primer part of I and II shall be mixed thoroughly together in required proportion as
prescribed by manufacture specification, so that a uniform mixture obtained. The
mixed solution shall be applied to two sides of the joint that it covers the sides
complete.

Disturbed edges of RCC members near expansion joints shall be finished with
rich mortar without any extra work includes providing required width of expansion
board in the joints and measurement of expansion board only shall be taken.

SAMPLING CRITERIA

Following test carried out at every 100 sqmt.

(i) Density
(ii) Water absorption
(iii) Compression recovery

7.14 Particular specification for solid cement concrete masonry blocks

a) The cement concrete blocks shall strictly conform to the standards of IS


2185 (Part-I): 2005 for manufacturing process as well as for physical
requirements and tests.
b) However, the density of blocks shall not be less than 2000 kg / m3
c) The CC blocks shall be manufactured for minimum average compressive
strength of 70 kg/cm2
d) The water absorption being the average of three blocks when determined as
per Annexure-E of IS 2185 (Part-I):2005 shall not be more than 10% by
mass.

7.15 Gang saw cut granite floor slabs.

The schedule provide for mirror polished granite slab flooring using Gang saw cut
granite slabs. The size of such gang saw cut granite slabs shall not be less than
1.5m x 2.4m. The granite block shall be gang saw cut using water cutting
process. The polishing of the cut stone slabs should be automatic machine
polished to highly even surface without any undulations. Manual polished and
kerosene cutting process slabs shall not be accepted and shall be rejected.

7.16 PARTICULAR SPECIFICATIONS FOR AAC BLOCK MASONRY

The AAC Blocks shall be procured from a reputed manufactures like M/s
Hyderabad Industries or any other brand with the approval of Engineer-incharge.

The blocks shall be stored at site in stacks on a level dry surface.

The mortar used for joining the blocks shall be mixed in the proportion 1:1:6
(1Cement : 1 Lime : 6 Sand) by volume or with polymer modified block laying
adhesive mortar.
116

The thickness of joints in the masonry shall not exceed 10 mm and shall be of
uniform thickness.

Maximum height of wall built on any day shall not be more than 1.2 metres(i.e. 6
layers).

The joints in the masonry shall be recessed and no flush pointing shall be done.

A slip membrane with PVC sheet shall be introduced as per the recommendation
of blocks manufacturer before laying the first course on the plinth beam.

The blocks shall not be soaked in water and instead they shall be dipped in water
and taken out immediately to have only moist surface.

The vertical joints of the masonry shall be broken to have a minimum overlap of
100 mm.

Bed joint reinforcement bars may be placed in the joints after every 4th course in
two successive layers as per the recommendation of the manufacturers to have
good lateral stability.

It shall be ensured that the lintels are rest at either end of window opening only on
full bocks and not on half or part blocks reinforcement shall be placed in the sill
course of window openings in two successive horizontal joints and extend the
same at least to 600 mm on either side of the jams surface.

At a RCC column interface an MS anchor (“L” – shape) may be placed and fixed
with screws at every 4th course so as to anchor the wall with RCC column for
better lateral stability.

Curing of the masonry shall be done only by spraying water and no flooding shall
be done by water jets / buckets.

The chases in the wall surface for electrical conduits shall be done only by means
of electrically operated saw to cut two parallel lines and the portion between the
cuts shall be chiseled carefully. The depth of vertical chases should be limited to
1/3rd of wall thickness and horizontal chases should not be more than 1/6th of
wall thickness. The chases have to be properly packed with cement mortar 1:8 (1
cement : 8 sand) between pipes and chases.

The blocks shall be cut using a carpenter saw to have half blocks or any other
suitable size block to close the masonry course or to break the vertical joint from
the bottom course. Hammer or a masons trowel shall not be used to cut the
blocks.

The thickness of plaster shall be limited to 12 mm on internal wall surface and 15


mm on external wall surface. The mortar for plastering shall be in the proportion
1:1:6 for external wall surface and 1:2:9 for internal wall surface i.e.1 cement : 2
lime : 9 fine sand.

Plaster mesh shall be fixed on all column wall and beams wall junctions before
taking up the plaster work.
117

PARTICULAR CONDITIONS OF STP


1. SCOPE OF CIVIL WORKS
1.1. Construction operation and maintenance of 120 KLD Capacity MBBR STP
1.2. Scope of works include Design, Construction, Supply, Installation &
Commissioning on turnkey basis with the design inputs and specifications as
mentioned in this document. Scope of works also includes the soil investigation,
determination of safe bearing capacity and design of foundation suitably.
1.3. All the tanks each STP shall be RCC construction. The Operator cum Panel room
shall be RCC framed structure with block work masonry walls.
1.4. The minimum sewage water tanks capacity for the STP shall be

No. of Material of
S. No Description Unit Capacity Remark
Units Construction
1 Screen Chamber No. 1 RCC (M-30) Structural
design to
2 Oil & Grease Chamber No 1 RCC (M-30) be got
3 Sewage Collection Tank KL As per Design 1 RCC (M-30) approved
by
4 Equalization Tank KL 1 RCC (M-30) Engineer-
5 Secondary Treatment Tank KL 1 RCC (M-30) in- charge
before
6 Treated water storage Tank KL 2day storage of 1 RCC (M-30) execution
treated water
7 Foundation for Electromechanical As per Design 1 RCC (M-30)
equipment etc

Note: The list is indicative and not exhaustive.

1.5. The contractor shall submit the preliminary scheme and design of each STP to
Engineer in charge within 7 days of award of work. The scheme and design of civil
works shall be submitted to Engineer in Charge of major component. The preliminary
scheme and design of all E&M equipment and components shall be submitted to
Engineer in Charge of E&M component. After the acceptance of preliminary scheme,
the contractor shall prepare the final scheme and detailed drawings for the work and
get these drawings proof checked by (i) IIT Madras, Chennai (ii) NIT, Trichy (iii) NIT,
Surathkal,(iv) IISc, Bengaluru before the commencement of work. Nothing extra shall
be paid for this.
1.6. The proof checked drawings shall be submitted to the Engineer in Charge and
approval shall be taken to start the execution of work on basis of drawings.
1.7. The scope of works includes 1 year Operation & Maintenance Work.
1.8. The contractor shall obtain CFE (Consent for Establishment) and CFO (Consent for
Operation) from the concerned local body (KSPCB). Nothing extra shall be paid for
this.
1.9. The progress of work shall be documented with photography every 2 weeks and
videography every month. Site visit by higher officers of the department / client shall
also be documented with photographs and videography.
1.10. The distance to the nearest manhole to the STP will not be more than 50m. The
connection to the nearest manhole is included within the scope of the work.
1.11. STP shall have an Operator cum Panel room of not less than 5 m x 5 m as per
approved layout drawing with all required internal electrical installations and fans.
These shall include sufficient power outlets of both 5 amps & 15 amps, USB charging
outlets, 3 phase outlets, battery backup emergency lights, etc. Wall mounted fire
extinguishers shall be provided in the pump room. A suitable motorised lifting
arrangement with proper I – beam shall be provided for lifting the submersible pumps
/ equipment in case of repair / servicing.
118

1.12. Any other items of work which have not been specifically mentioned in the
specifications but are necessary for construction of the STP as per good engineering
practice and safety norms and operation and guaranteed performance of the entire
plant shall be deemed to be included within the scope of work of this specifications
and shall be provided by the contractor without any extra cost to the employer.
1.13. The STP shall be provided and fixed with G.I. chain link fabric fencing of 2 m height
all around with mesh size 25x25 mm made of G.I. wire of dia 3 mm including
strengthening with 2 mm dia wire or nuts, bolts and washers. The fencing should
have a gate arrangement for entry /exit.
1.14. All tanks shall be provided and fixed with orange colour safety foot rest of minimum 6
mm thick plastic encapsulated as per IS : 10910, on 12 mm dia steel bar conforming
to IS: 1786, having minimum cross section as 23 mm x 25 mm and over all minimum
length 263 mm and width as 165 mm with minimum 112 mm space between
protruded legs having 2 mm tread on top surface by ribbing or chequering besides
necessary and adequate anchoring projections on tail length on 138 mm as per
standard drawing and suitable to with stand the bend test and chemical resistance
test as per specifications and having manufacture's permanent identification mark to
be visible even after fixing.
1.15. All internal and external flooring shall be 62 mm thick cement concrete flooring with
concrete hardener topping, under layer 50 mm thick cement concrete 1:2:4 (1 cement
: 2 coarse sand : 4 graded stone aggregate 20mm nominal size) and top layer 12mm
thick cement hardener consisting of mix 1:2 (1 cement hardener mix : 2 graded stone
aggregate, 6mm nominal size) by volume, hardening compound mixed @ 2 litre per
50 kg of cement or as per manufacture‟s specifications. Matching skirting shall be
provided at all places. Minimum slope shall be provided everywhere to ensure the
drainage on flat surfaces.
1.16. The Civil works shall be carried out in accordance with CPWD Specifications Volume
I and II and all relevant IS codes.
1.17. Any other items of work which have not been specifically mentioned in the
specifications but are necessary for construction of the plant as per good engineering
practice and safety norms and operation and guaranteed performance of the entire
plant shall be deemed to be included within the scope of work of this specifications
and shall be provided by the contractor without any extra cost to the employer.
1.18. Water proof acrylic painting of approved shade to all civil units and oil painting with
anti-corrosive treatment to railing and all MS, CI and GI works and zinc rich epoxy
painting inside of wet well, inlet chamber & screen chamber.
1.19. Waterproofing treatment shall be done in the all the tanks.
1.20. Integral Waterproofing treatment based on Brick Bat Cobba shall be done on the
terrace of operator cum Panel Room.
1.21. MS Railing shall be provided for steps and other places if required from safety point
of view.
1.22. Staircase / Steps shall be provided to facilitate movement in and out of STP.
1.23. STP shall be designed in such a way so as to ensure inspection (visual) without any
difficulty. Suitable platforms shall be provided from where tanks are easily visible and
reachable for inspections/ maintenance.
1.24. MS Door shall be provided in operator/ panel room.
1.25. All windows shall be 3 track sliding powder coated aluminium of medium/ heavy
sections of suitable size with 6 mm glass and stainless steel grade 304 wire gauge
with 0.5 mm dia. wire and 1.4 mm wide aperture.
1.26. All walls shall be constructed with fly ash cement concrete blocks.
1.27. All surface shall be finished with 12 mm / 15 mm cement plaster.
1.28. Internal surface shall be finished with white cement putty.
1.29. All Door/ Window fittings shall be ISI marked Powder coated Aluminium fittings
1.30. Arrangement shall be made in each STP to feed irrigation system and flushing
system with treated water.
2. STP Requirements
119

2.1. Typical process flow for MBBR STP is as follows: ( This is for reference only)
120

2.2. Design should satisfactorily ensure treatment of residential sewage as per the
most stringent standards prescribed by KSPCB (Karnataka State Pollution
Control Board).

2.2.1. Inlet Parameters: - Following inlet parameters are to be considered for design:

BOD 250-350 mg/ ltr.


COD 500-700 mg/ ltr.
TSS 250-400 mg/ ltr.
pH 6-8.5
Oil & Grease <20 mg/ltr

2.2.2. Treated Waste Water Quality: - Treatment scheme shall be designed to achieve
the following parameters fit for horticulture / Flushing etc.

BOD < 10 mg/ ltr.


COD < 50 mg/ ltr.
TSS < 20 mg/ ltr.
Ammonical Nitrogen <= 5 mg/ ltr.
Total Nitrogen <= 10 mg/ltr.
pH 6.5 - 8.0
Oil & Grease nil
Fecal Coliform (MPN/100ml) Less than 100
Colour < 5 Hazen
Odour Unobjectionable

2.3. The treated water tanks in each STP shall be suitable for 2 day storage.
2.4. The Biochips made of virgin polyethylene having active surface area of > 5,500
m2/m3 shall be used for moving bed bioreactor media.
2.5. The equipment and civil structure shall be designed for completely automatic
operation including online monitoring of various parameters of the complete STP
processes including the treated water.
2.6. The pump sets, pipelines and Panel i/c panel component shall have a minimum
warranty of 5 years from the date of completion.
2.7. The STP shall be suitable for completely automatic operation with manual
override a required.

3. Automation & Controls

3.1. Level indicators shall be provided in all the tanks for automatic operation of the
respective pump sets. The level indicators shall be suitable for the medium
(sewage, treated water etc) in which they are installed.
3.2. Flow Switches shall be provided in various stages / pipelines of the various
processes for automatic operation of the various pump sets.
3.3. Dual level / 2 level switches shall be provided in each tank to raise an alarm when
the level reaches 75% and 90% of its storage capacity of the respective tanks.
These alarms shall be of Design should satisfactorily ensure treatment of
residential sewage as per the most stringent standards prescribed by KSPCB
(Karnataka State Pollution Control Board).
121

4. Defect Liability

4.1. Defect liability period is of 12 months and will start from the date of the successful
commissioning of the work as per tender document.
4.2. The contractor shall ensure that the defects related to construction be attended
within 7 working days from the date of intimation of such defects.
4.3. Failure to rectify defects within the time frame will lead to a permanent recovery of
Rs 5000/- from the security deposits or running bill payments.
4.4. Soon after the Completion of the STP, the Contractor shall submit complete
documentation of the STPs. This shall contain the complete details of each STP
including design, drawings, dimensions of the various structures, E&M equipment
installed and their name plate details, Panel drawing, automation logic & controls,
complete flow chart of the STP, maintenance schedule of each equipment,
periodicity of cleaning of each part of the STP including the structures, progress
of work through photos and any other details as required by the Engineer-in-
charge.
122

SPECIAL CONDITION FOR COMPLIANCE OF ENVIRONMENTAL CLEARANCE

1. The agency is required to appoint an Environment and safety engineer during the
construction phase to take care of environment and safety aspects.
2. The agency is required to ensure that during the construction phase utmost
care is taken to ensure that there is no noise nuisance, no air and water
pollution and no disturbance to the nearby inhabitants. ln case of violation, if
the project is stopped by the concerned local authorities, the agency shall be
solely responsible and shall take all necessary action to mitigate within a week
time.
3. The agency has to cover the project site from all sides by raising sufficiently
tall barricades with sheets to ensure that pollutants do not spill to the
surroundings.
4. Provide at the main entrances bell gates, which are located at least 12' inside
the boundary of the project to enable smooth flow of traffic on the main road
leading to the entrance.
5. All required sanitary and hygienic measures should be in place before starting
construction activities and to be maintained throughout the construction phase.
Sufficient number of toilets/bathrooms shall be provided with required
mobile toilets, mobile STP for construction workforce.
6. A First Aid Room should be provided in the project during construction of the
project.
7. Adequate drinking water and sanitary facilities should be provided for construction
workers at the site. The safe disposal of waste water and solid wastes generated
during the construction phase shall be ensured.
8. Provision shall be made for the housing of' construction labourers within the site
with all necessary .infrastructures. The housing may be in the form of temporary
structures to be removed after the completion of the project. The facilities shall
include the crèche.
9. Provision should be made for the supply of fuel kerosene or cooking gas);
utensils such as pressure cookers etc. to the labourers during construction
phase.
10. All the labourers to be engaged for construction should be screened for
health and adequately treated before engaging them to work at the site and
detailed quarterly report need to be submitted in this regard. Safety standards
as per National Building Code (NBC) should be ensured.
11. For dis-infection of wastewater which is not meant for recycling for toilet
flushing, ultraviolet radiation is to be used and not chlorination. For
treated wastewater meant for reuse for toilet flushing, disinfect by using
chlorination need to be done.
123

12. All the top soil excavated during construction activities should be stored for
use in horticulture/landscape development within the project site.
13. Disposal of muck, construction debris during construction phase
should not create any adverse effect on the neighboring communities and be
disposed taking the necessary precautions for general safety and health
aspects of people, only in approved sites with the approval of competent
authority.
14. Soil and groundwater samples should be tested at the project site during
the construction phase to ascertain that there is no threat to groundwater
quality by leaching of heavy metals and or other toxic contaminants and
quarterly report to be submitted by the agency
15. Construction spoils, including bituminous material and other
hazardous materials, must not be allowed to contaminate watercourses and
the dumpsites for such material must be secured so that they should not
leach into the groundwater.
16. The diesel generator sets to be used during construction phase should be of
low Sulphur diesel type and should conform to E (P) Rules prescribed
for air and noise emission standards.
17. Vehicles hired for bringing construction material to the site should be in good
condition and should conform to the applicable air and noise emission
standards and should be operated only during non-peak hours.
18. Ambient noise levels should conform to the residential standards both during
day and night. Incremental pollution loads on the ambient air and noise
quality should be closely monitored during construction phase. Adequate
measurement to reduce air and noise pollution during construction keeping in
mind CPCB forms on noise limits.
19. Fly ash should be used as building material in the construction as per the
provisions of Fly Ash Notification of September 1999 and amended as on August
2003.
20. Ready mixed concrete must be used in building construction.
21. Storm water control and its reuse as per CGWB and BIS standards for various
applications.
22. Water demand during construction should be reduced by use of premixed
concrete, curing agents and other best practices.
23. Only tertiary treated water shall be used for construction as per G.O.No.
FEE 188 ENV 2003 dated 14.08.2003 and in terms of the orders of the
Principal Bench of Hon'ble National Green Tribunal, New Delhi dated 4th
May 2016 in original application No.222 of 2014. The agency shall identify a
suitable source of treated water for construction and submit an MOU/
Agreement with such suppliers. If so the supplier identified shall be
responsible for treatment of water with appropriate technology to the
standards required for constriction purpose.
124

24. No groundwater is to be drawn without permission from the Central/State Ground


Water Authority.
25. Separation of grey and black water should be done by the use of dual plumbing
line for separation of grey and black water.
26. Treatment of 100% grey water by decentralized treatment should be
done.
27. Fixtures for showers, toilet flushing and drinking should be of low flow either
by use of aerators or pressure reducing devices or sensor based control.
28. Use of glass shall not exceed 40% of exposed area to reduce the
electricity consumption and load on air conditioning. If necessary, use high
quality double glass with special reflective coating in windows.
29. The provision of Energy Conservation Building code, 2007 shall be fully complied
with.
30. Roof should meet prescriptive requirement as per Energy Conservation Building
Code, 2007 by using appropriate thermal insulation material.
31. Opaque wall should meet prescriptive requirement as per Energy
Conservation Building Code, 2007 which is proposed to be mandatory for all
air conditioned spaces while it is optional for non-air conditioned spaces by
use of appropriate thermal insulation material to fulfill requirement.
32. Facilities such as ramps and separate parking shall be provided for the
benefit of physically challenged.
33. The project shall be made operational only after necessary
infrastructure/ connection for water supply and sewerage line is
provided and commissioned by the Competent Authorities
34. The agency shall obtain the construction material such as stones and
jelly etc. only from the approved quarries and other construction
material shall also be procured from the authorized agencies/
traders.
35. The agency shall obtain approval from the competent authorities for
structural safety of the building due to earthquake, adequacy of fire
fighting equipment etc. as per the National Building Code (NBC) including
protection measures for lightening etc.
36. The agency shall ensure that no water bodies are polluted due to project
activities.
37. Safety standards as per National Building Code (NBC), 2005 should be
followed and ensured.
38. The agency shall ensure that the National Building Code, 2005 is fully
complied with and adhered to.
125

39. The agency shall obtain NOC before commencement of the construction activity
and clearance after the completion of the construction from the Fire and
Emergency Services Department, if Applicable.
40. The agency shall ensure the time specification prescribed by the Honourable
High Court of Karnataka in WP. No. 1958/2011 (LB - RES - PIL) on
04.12.2012 for different activities involved in construction work.
41. The agency shall take up the construction activity only after obtaining
NOC from BWS&SB or clearance from the competent authority for
assured supply of water as the case may be.
42. The existing water body, canals and rajakaluve and other drainage and
water bound structures if any shall be retained unaltered with due
buffer zone as applicable and maintained under tree cover.
43. The agency shall leave abuffer of 75 meters from the Lakes, 50 meters from
primary Rajakaluve, 35 meters from Secondary Rajakaluve and 25 meters from
Tertiary Rajakaluve in Accordance with the order of the Principal Bench of
Hon‟ble National Green Tribunal, New Delhi dated 4th May 2016 in original
application No.222 of 2014 in addition to sufficient buffer from the other water
bodies in accordance of law of applicable. The buffer so maintained shall be
developed as Greenbelt planting with indigenous tree species such as Neem,
Akash Mallige, Mahagoni, Honge, Kadamba Ficus, etc. and maintained as green
belt. No construction activity shall be undertaken in the said buffer zone.
44. The natural sloping pattern of the project site other than the area
excavated for the purpose of construction of proposed building shall
remain unaltered and the natural hydrology of the area be maintained as it is
to ensure natural flow of storm water.
45. Lakes and other water bodies within and/ or at the vicinity of the project
area shall be protected and conserved.
46. The agency shall build in infrastructure required for use of Piped Natural
Gas (PNG) such as pipelines and space for installation of PNG distribution
equipment for both domestic/ commercial purpose and DG set and shall
ensure that PNG is supplied for both commercial and for DG sets instead of
other type of fuels.
47. The percentage rate quoted by the agency shall include all above operations and
compliance of all above conditions and nothing extra shall be payable on this
account.
48. In case of non compliance of any of the above conditions even after written notice
from Engineer-in-Charge a penalty of Rs 25000/- per default shall be levied.
126

DETAILED SPECIFICATIONS FOR

NAME OF WORK : C/o Infrastructure (Non-residential & residential building) for CISF
10th Reserve Battalion, at Lakkur village, Bangalore SH: 10 Bedded
Hospital, Family Welfare Centre and Sarvadharmasthal i/c internal
electrical installations, water supply and sanitary installations and
STP of 120 KLD in EPC mode (Design and Build basis).
Development works and services in western part of campus part
(BoQ based).

MINIMUMACCEPTABLESPECIFICATIONS FOR(CIVILWORK)

Family Welfare Centre

Sl.No. ITEMS OF WORK SPECIFICATION


1 Structural system The structure shall be either with
conventional RCC framed cast-in-situ
construction or precast construction or
Monolothic shear wall construction

2 Foundation & plinth As per Structural drawings to be


approved later on

3 Foundation The type of foundation, depth, size &


thickness and width etc, including mix
design shall be as per approved
structural design to be submitted by the
agency and approved by the
department. The concrete mix shall be
of minimum M30 grade as per IS 456
latest edition and as per approved mix
design. Before start of RCC work
concrete Mix Design shall be got done
by the contractor from a NABL
accredited laboratory/ IIT/ NIT
laboratory with the approval of
Engineer-in-Charge.

4 Levelling Course Minimum 100mm thick DMC/RMC M


7.5 to be used as levelling course for
foundation.

5 Damp Proof Course DPC shall be 40 mm thick of CC M-20


with polymer modified bitumen coating
of 1.7 kg/sqm. However, if plinth beam
has been provided, DPC will not be
required or as per the direction of
Engineer- in charge.
127

Sl.No. ITEMS OF WORK SPECIFICATION


6 Plinth Filling :
a) Sand filling : M-Sand 150mm thick over earth filling
under OMC
b) Concrete under floor 100 mm layer of DMC/RMC M 10.0
above M-sand filling
7 Masonry work in foundation & plinth Masonry with 200mm thick Solid CC
Blocks with minimum 40% fly ash
content by volume of the CC block, in
cement mortar of minimum 1:4 (1PPC:
4 M-sand) subject to the provisions in
the approved structural drawings. The
brick/block should have minimum
crushing strength of 70kg/sqcm
8 Super structure masonry work :
Masonry Work in Superstructure Wherever provided, all masonry work in
outer walls in superstructure shall be with
solid 200mm thick CC block of minimum
crushing strength of 70kg/sqcm with
cement mortar 1:4 ( 1 PPC cement : 4 M-
sand) or approved block laying polymer
modified adhesive mortar Internal
Masonry wall of thickness 150 mm shall
be with AAC block of class designation
35 as per relevant IS code and as per
particular specification for AAC Block
masonry work.
9 RCC WORK
RCC in column, beams, & slabs RCC in column, beams, shear walls &
all precast / cast in situ slabs shall be as per the approved
structural drawings with design mixed
concrete/RMC mixed with permissible
admixtures, centering ,shuttering &
reinforcement. M.S. Centering/shuttering
and scaffolding material unless &
otherwise specified shall be used for all
R.C.C. work to give an even finish of
concrete surface. However, marine-ply
shuttering in exceptional cases as per
site requirement may be used on specific
request from contractor to be approved
by the Engineer-in-charge. The detailed
dimensions & mix for building elements to
be adopted shall be as per provisions of
IS: 456, IS:1642, IS: 1893, IS: 3792, IS:
6073, IS: 13920, IS: 11447, IS: 15916,
IS: 15917 and as per approved structural
design. RCC leaner than M-30 shall not
be used.
128

Sl.No. ITEMS OF WORK SPECIFICATION


10 Railing and staircase All staircase handrails, balusters and cross bars
etc in all floors shall be of Stainless Steel of
grade 304 as per approved design
11 Wood work, Door frames
and shutter
All door frames 2ndclass teak wood door frames of size 125 x 75
mm as per standard design
Door Shutters 35mm thick wooden doors shall be IS marked
flush door shutters core of block board
construction with well-matched commercial ply
veneers on both faces of shutters hot pressed 1
mm thick decorative lamination on both sides with
35 x 12 mm teak wood lipping all-around shutter
as per Architectural drawing.
Main Entrance Door 40mm thick panelled door shutter of 2nd class
teak wood with 25mm thick 2nd class teak wood
panelling as per approved architectural drawings
including all SS Hardware

12 Toilet door Toilet doors frames Fibber glass reinforced


plastic (FRP) with 30 mm thick Fibber glass
reinforced plastic (FRP) shutters
13 Door Fittings: Stainless steel satin finish door fittings as per
schedule of fitting for doors and windows
attached vide page no.........

14 Window/Ventilator Providing and fixing aluminium work for


windows, ventilators and with extruded built up
standard tubular sections/appropriate Z sections
and conforming to IS: 733 and IS: 1285, fixing
with dash fasteners of required dia and size,
including necessary filling up the gaps at
junctions, i.e. at top, bottom and sides with
required EPDM rubber/neoprene gasket etc.
Aluminium sections shall be smooth, rust free,
straight, mitred and jointed mechanically
wherever required including cleat angle,
Aluminium snap beading for glazing / paneling,
C.P. brass / stainless steel screws, all complete
as per architectural drawings . Powder coated
aluminium (minimum thickness of powder coating
50 micron) For shutters of doors, windows &
ventilators including providing and fixing hinges/
pivots and fixing of fittings wherever required
including the cost of EPDM rubber / neoprene
gasket, all accessories required. Gap between
Aluminium section and sill/jamb to be filled with
weather sealant
129

Sl.No. ITEMS OF WORK SPECIFICATION


15 Window grill Non-ornamental grills with MS flats and
square bars as per approved design
16 Glass in windows and ventilators 6 mm thick glass of “ Saint Gobain”
make or equivalent and for ventilators
louvers of 120mm wide pin headed
glass panes of 6mm thickness
17 FLOORING

Entrance /Corridors lobbies, stage 18mm thick gang saw cut mirror
(in open courtyard) with skirting polished Granite stone flooring over
20mm thick 1:4 cement mortar. For
skirting same granite over 12mm thick
cement mortar 1:3
Staircases with skirting 18mm thick gang saw cut mirror
polished / leather finish Granite stone
flooring in combination of Ivory Gold for
treads and Tan Brown for risers over
20mm thick 1:4 cement mortar. Single
piece granite stone shall be used in
treads and risers or any other shade of
equivalent price. Edge moulding with
half round nosing and 40mm wide sand
blasted strip to a distance 50mm from
the edge of the tread to create
contrasting colour
All other rooms Glazed Vitrified floor tiles of size
600x600mm laid on 20mm thick cement
mortar1:4. For skirting same tiles over
12mm thick cement mortar 1:3 with
4mm spacers grouted with epoxy grout
of approved shade.
Courtyard Stone grass pavers consisting of
natural surface dressed sadarhalli
granite stones of machine cut edges of
size 600x600 and thickness minimum
75mm placed over 50mm thick sand
bed with open joints of 100mm
including grass turfing in the joints.
Toilet Anti skid rectified ceramic Tiles of size
not less than 400x 400mm as approved
by Engineer-in-charge. Joints with 3mm
spacer and grouted with epoxy tile
grout. Dado in WC & bath-Ceramic
glazed tiles (minimum size of
300x600mm) to a height of 2100mm
130

Sl.No. ITEMS OF WORK SPECIFICATION


Window sill lining 18mm thick mirror polished black
granite stone projected by 15mm from
the finished wall surface on both sided
of the wall with edge moulding and
nosing.

Wash Counter and Urinal Partition 40mm thick mirror polished Jet Black
Granite slab supported over GI/SS
Bracket Structure for wash basin
counters and 18mm thick both side
polished Jet Black granite partitions for
urinals including edge moulding,
polished nosing complete.

Stage in Demonstration Hall Providing and fixing stone polymer


composite tiles with wear layer of
0.5mm, made up of WELSPUN or
equivalent stone polymer
composite,100% recyclable Green
Product having WELL LOCK click
sytem with suitable skirting. (Abrasion
wheel H-18 Calibrade, load applied
1000 grams, No of cycles 14,400)
18 ROOFING

Terrace Treatment Water proofing with Cement based


integral treatment (Brick bat coba) as
per DSR 2018 item no. 22.7

19 Rain Water Pipes : Un plasticized rigid PVC pipes of


100mm dia or higher diameter as per
the design requirement, duly fixed
with 2mm thick and 30mm wide GI
”U” clamp at required spacing over
RCC /CC / Masonry with 65 -75mm
long, 6mm dia stainless steel wide
headed Batasha nail into the holes
drilled over the surface of RCC / CC /
Masonry with Hammer drill machine.

20 FINISHING

i) Plastering on walls (internal) 12mm cement plaster (1 PPC: 6 P-


sand) over CC Block masonry surface
6 mm cement plaster 1:3(1 Cement:3
P-sand) on ceiling and exposed
independent RCC surface
131

Sl.No. ITEMS OF WORK SPECIFICATION


ii) Plastering on walls (External), 15mm thick cement plaster (1 PPC:
6 P-sand)
Finishing bottom of platform RCC 6mm rendering in CM 1:3 (1 Cement: 3
slab in kitchen. P- sand).
Demonstration Hall Perforated Calcium silicate acoustic
wall panelling upto 2.1m height with
minimum 0.8 NRC with back fill of glass
wool of density 40.
Internal finish on walls : Ceiling – Lime wash wherever false
ceiling is proposed. In other area two or
more coats of Acrylic distemper with
priming coat of approved primer
over 1mm thick white cement based
wall putty of approved brand over
6mm cement plaster
Toilet Ceiling - 1200 x 600mm PVC
grid ceiling with necessary frame work
as per manufacturers specifications.
Walls: Two or more coats of low VOC
Acrylic premium quality smooth interior
emulsion paint with priming coat of
approved primer over 1mm thick white
cement based wall putty of approved
brand on 12/15mm thick cement
plaster
External finish on walls : Finishing walls with Acrylic Smooth
exterior paint of required shade :
New work (Two or more coat applied @
1.67 ltr/10 sqm over and including
priming coat of exterior primer a @ 2.20
kg/10 sqm)
Primer : As per CPWD Specifications 2009
volume I and II for wood work, cement
putty and steel work or as specified in
the conditions
Painting on wood work & steel Superior quality matt finish PU paint for
work: all frames of wooden doors, synthetic
enamel paint for all other steel/wood
works over a base coat of suitable
primer
21 False ceiling in demonstration halls Combination of Gypsum False Ceiling
and Grid False Ceiling of compressed
glass wool tiles including suspender/
grid al complete
132

Sl. No. ITEMS OF WORK SPECIFICATION


22 Sanitary fittings  White vitreous sanitary ware.
Wall hung type EWC. Oval
shape under counter wash basin
for a range of two or more wash
basins.
 CP brass fittings for faucets (low
flow), angle valve, concealed
valve, pillar cock, waste
coupling, towel rod, shower rose
 The cistern for WC shall have
twin flush of capacity 4/8 litres.
 Liquid soap dispenser one each
for not more than two wash
basins of approved make to be
provided.
 Mirror of superior quality of size
450x600 with teakwood/ PVC
moulded beading for individual
wash basin and full width single
mirror for range of two or more
wash basins
23 Soil & waste pipes and fittings Un plasticised rigid PVC SWR system
for soil waste and vent pipes
conforming to IS : 13592 Type B
including testing of joints as per
approved design.

24 House Manhole Brick masonry in cement mortar 1:4


with Fly Ash brick of class designation
100 and of size 90x80x45cm with
SFRC light duty cover at top

25 Pipe between building manhole & RC hume pipe of required size or as


service manhole approved by Engineer-in- charge
along with providing gully trap – as per
CPWD Specifications

26 Pipes Internal Concealed: 20/25mm dia. CPVC


pipes as per item 18.8 of DSR 2016
as per approved plumbing drawing.
133

Sl.No. ITEMS OF WORK SPECIFICATION


27 Pipes Exposed: 25/32/40/50mm dia. CPVC pipes as
per approved plumbing drawing as per
CPWD Specifications
28 Over head terrace tank RCC Water storage tank with 2000
litres capacity. Gun metal Control
valve – each tank.
29 Construction joint of water retaining Bentonite based expandable water
structures bar of Pidilite/Ardex Endura/Fosroc or
Equivalent to be provided as per
manufacturer‟s specification at all
construction joints of water retaining
RCC structures in addition to
treatment mentioned in para 7.11.
30 Manholes & Gully trap Manholes & Gully trap of required dia.
as per depth (with Sewer Bricks) in
cement mortar 1:4 (1 cement: 4 with
foundation concrete 1:3:6 (1 cement:
3 M sand: 6 aggregate 20 mm
nominal size stone aggregate) with
inside plaster 1:4 (1 cement: 4 P-
sand) with floating coat of neat
cement, outside cement plaster 1:4 (1
cement: 4 P-sand) with SFRC cover at
top. In sub-soil or adverse soil
conditions, manholes & Gully trap
shall be as per approved structural
design (to be given by the contactor)
to avoid sinking and settlement of
lines/manholes. The channels to
require shape, size and slope in
cement concrete M20 finished with
neat cement punning shall also be
provided inside the manhole.
Manholes, Gully trap pipe line
connected to nearest external
seaware line/ STP/ Septic tank as per
direction of Engineer-in-Charge.

31 Foot rest Orange colour safety foot rest of


minimum 16mm thick plastic
encapsulated complete as per IS:
10910.
32 Plinth Protection Minimum 900mm wide Plinth
protection to be provided all around
the building consisting of 100mm thick
PCC M20 over 75mm thick M 7.5 with
an under lay of 100mm thick M Sand
134

Sl.No. ITEMS OF WORK SPECIFICATION


32 Signage Stainless steel 304 having graphics &
text in machine Etched for flat number
& Building name sign to be in capital
letters. CRCA (Cold rolled Close
Annealed) sheet support structure
having aluminium panels, powder
coated with graphics and text for way
finding, directional and statutory
signage‟s, all as per NBC 2016.

33 Road Work Approach road from campus grid road


is to be provided as per approved
drawing. Road layers
- 200mm thick GSB
- 80mm thick paver block as per
DSR 2018 item no. 16.91.2
34 Barrier free and Accessibility Chapter 1 to 22 of Hand Book on
Barrier free and Accessibility and NBC
2016 may be referred. visit CPWD
website
www.tenderwizard.com/CPWD
orwww.cpwd.gov.in.(Lifts as per
drawing for vertical movement.)

Note :

1. Wherever cement is mentioned, Portland Pozzolona cement (PPC) to be used


except concrete.
2. For concrete works ordinary Portland cement with 30% replacement of GGBS by
weight.

Wherever not mentioned specifically, specification mentioned above refers to


relevant items of CPWD Specifications 2009 Vol I & II with upto date correction slips and
detailed specification mentioned in corresponding item of DSR 2018 Vol-1 & Vol-2
135

10 Bedded hospital

Sl.No. ITEMS OF WORK SPECIFICATION


1 Structural system The structure shall be either with
conventional RCC framed cast-in-situ
construction or precast construction or
Monolothic shear wall construction
2 Foundation & plinth As per Structural drawings to be
approved later on
3 Foundation The type of foundation, depth, size &
thickness and width etc, including mix
design shall be as per approved
structural design to be submitted by the
agency and approved by the
department. The concrete mix shall be
of minimum M30 grade as per IS 456
latest edition and as per approved mix
design. Before start of RCC work
concrete Mix Design shall be got done
by the contractor from a NABL
accredited laboratory/ IIT/ NIT
laboratory with the approval of
Engineer-in-Charge.
4 Levelling Course Minimum 100mm thick DMC/RMC M
7.5 to be used as levelling course for
foundation.
5 Damp Proof Course DPC shall be 40 mm thick of CC M-20
with polymer modified bitumen coating
of 1.7 kg/sqm. However, if plinth beam
has been provided, DPC will not be
required or as per the direction of
Engineer- in charge.
6 Plinth Filling :
a) Sand filling : M-Sand 150mm thick over earth filling
under OMC

b) Concrete under floor 100 mm layer of DMC/RMC M 10.0


above M-sand filling

7 Masonry work in foundation & plinth Masonry with 200mm thick Solid CC
Blocks with minimum 40% fly ash
content by volume of the CC block, in
cement mortar of minimum 1:4 (1PPC:
4 M-sand) subject to the provisions in
the approved structural drawings. The
brick/block should have minimum
crushing strength of 70kg/sqcm
136

Sl.No. ITEMS OF WORK SPECIFICATION


8 Super structure masonry work :

Masonry work in superstructure Wherever provided, all masonry work in


outer walls in superstructure shall be
with solid 200mm thick CC block of
minimum crushing strength of
70kg/sqcm with cement mortar 1:4 ( 1
PPC cement : 4 M-sand) or approved
block laying polymer modified adhesive
mortar Internal Masonry wall of
thickness 150 mm shall be with AAC
block of class designation 35 as per
relevant IS code and as per particular
specification for AAC Block masonry
work.

9 RCC WORK

RCC in column, beams, & slabs RCC in column, beams, shear walls &
all precast / cast in situ slabs shall be as per the approved
structural drawings with design mixed
concrete/RMC mixed with permissible
admixtures, centering, shuttering &
reinforcement. M.S. Centering
/shuttering and scaffolding material
unless & otherwise specified shall be
used for all R.C.C. work to give an even
finish of concrete surface. However,
marine-ply shuttering in exceptional
cases as per site requirement may be
used on specific request from
contractor to be approved by the
Engineer-in-charge
The detailed dimensions & mix for
building elements to be adopted shall
be as per provisions of IS: 456,
IS:1642, IS: 1893, IS: 3792, IS: 6073,
IS: 13920, IS: 11447, IS: 15916, IS:
15917 and as per approved structural
design. RCC leaner than M-30 shall not
be used.

10 Railing and staircase All staircase handrails, balusters and


cross bars etc in all floors shall be of
Stainless Steel of grade 304 as per
approved design
137

Sl.No. ITEMS OF WORK SPECIFICATION


11 Wood work, Door frames and
shutter

All door frames 2ndclass teak wood door frames of size


125 x 75 mm as per standard design

Door Shutters 35mm thick wooden doors shall be IS


marked flush door shutters core of
block board construction with well
matched commercial ply veneers on
both faces of shutters hot pressed 1
mm thick decorative lamination on both
sides with 35 x 12 mm teak wood
lipping all-around shutter with suitable
vision panels fixed with 5 mm thick
glass as per Architectural drawing.

Main Entrance Door 40mm thick panelled door shutter of 2nd


class teak wood with 25mm thick 2nd
class teak wood panelling as per
approved architectural drawings
including all SS Hardware

Mumty Door Galvanized steel sheet composite door


frame made out of 1.25mm thick GI
Sheet and shutter of thickness 35mm
made of GI sheet of 0.6mm thick on
either side with polyurethane foam as
core material filled through injection
method to a density not less than
40kg/cum including stainless steel butt
hinges and fittings Frame and shutter
are to be provided with epoxy primer &
powder coating of approved shade with
thickness of not less than 50microns

Toilet door Toilet doors frames Fibber glass


reinforced plastic (FRP) with 30 mm
thick Fibber glass reinforced plastic
(FRP) shutters
Door Fittings: Stainless steel satin finish door fittings
as per schedule of fitting for doors and
windows attached vide page no.........
138

Sl.No. ITEMS OF WORK SPECIFICATION


12 Window/Ventilator Providing and fixing aluminium work for
windows, ventilators and with extruded built
up standard tubular sections/appropriate Z
sections and conforming to IS: 733 and IS:
1285, fixing with dash fasteners of required
dia and size, including necessary filling up
the gaps at junctions, i.e. at top, bottom and
sides with required EPDM rubber/neoprene
gasket etc. Aluminium sections shall be
smooth, rust free, straight, mitred and jointed
mechanically wherever required including
cleat angle, Aluminium snap beading for
glazing / panelling, C.P. brass / stainless
steel screws, all complete as per architectural
drawings . Powder coated aluminium
(minimum thickness of powder coating 50
micron) For shutters of doors, windows &
ventilators including providing and fixing
hinges/ pivots and fixing of fittings wherever
required including the cost of EPDM rubber /
neoprene gasket, all accessories required.
Gap between Aluminium section and sill/jamb
to be filled with weather sealant

Window grill Non-ornamental grills with MS flats and


square bars as per approved design

Glass in windows and ventilators 6 mm thick glass of “ Saint Gobain”


make or equivalent and for ventilators
louvers of 120mm wide pin headed
glass panes of 6mm thickness

13 FLOORING

Entrance /Corridors lobbies with 18mm thick gang saw cut mirror
skirting polished Granite stone flooring over
20mm thick 1:4 cement mortar. For
skirting same granite over 12mm thick
cement mortar 1:3

Staircases with skirting 18mm thick gang saw cut mirror


polished / leather finish Granite stone
flooring in combination of Ivory Gold for
treads and Tan Brown for risers over
20mm thick 1:4 cement mortar. Single
piece granite stone shall be used in
treads and risers or any other shade of
equivalent price. Edge moulding with
half round nosing and 40mm wide sand
blasted strip to a distance 50mm from
the edge of the tread to create
contrasting colour
139

Sl.No. ITEMS OF WORK SPECIFICATION


All other rooms Full body Glazed Vitrified anti skid tiles
flooring of size 600 x 600 mm with 3
mm tile spacer between tiles which
shall be finished with epoxy grouting of
matching shade. For skirting same tiles
over 12mm thick cement mortar 1:3

Toilet Anti skid rectified ceramic Tiles of size


not less than 400x 400mm as approved
by Engineer-in-charge. Joints with 3mm
spacer and grouted with epoxy tile
grout. Dado in WC & bath-Ceramic
glazed tiles (minimum size of
300x600mm) to a height of 2100mm

Window sill lining 18mm thick mirror polished black


granite stone projected by 15mm from
the finished wall surface on both sided
of the wall with edge moulding and
nosing.

Wash Counter and Urinal Partition 40mm thick mirror polished Jet Black
Granite slab supported over GI/SS
Bracket Structure for wash basin
counters and 18mm thick both side
polished Jet Black granite partitions for
urinals including edge moulding,
polished nosing complete.

14 ROOFING

Terrace Treatment Water proofing with Cement based


integral treatment (Brick bat coba) as
per DSR 2018 item no. 22.7

Sunken treatment Angle Fillet: Providing an cement - sand


mortar based angle fillet of 50 X 50mm
admixed with ARDEX ENDURA E 160
or equivalent @ 0.2 litre per 50 kg bag
of cement , all around in the internals
side at the floor-wall junction and curing
by water as per std practice. Carry out
through surface preparation of the
concrete floor interior by filling all the
crevices, holes , honeycombs, etc.,
cement-sand mortar admixed with
ARDEX ENDURA E 160 or equivalent
@ 0.2 litre per 50 kg bag of cement.
Cure the surface as per std practice.
Over the thoroughly prepared surface
internally,applying with single
component liquid polyurethane
140

elastomeric membrane with minimum


elongation of 400% and solid content
80% using ARDEX ENDURA WPM
810 or equivalent as per the approval of
engineer-in-charge applied @ 1.10
Kg/sq-m in two or three layers over a
coat of Primer using Primer PU as per
manufacturer‟s specification including
application of Geotextile of 120 GSM
with proper overlaps on the completed
and cured surface all complete as per
direction of Engineer-in-charge and
manufacturers specifications. Over the
completed surface a protective layer of
12mm thick cement plaster (1 PPC: 6 M
Sand) is to be provided before filling the
sunken floor.

Sunken in fill Sunken filling if required to be done


with AAC broken bats in cement mortar
1:4(1 PPC: 4 coarse sand) foam
concrete of Feathertec or equivalent.
Provision to be made with Pecitape or
equivalent gasket for pipe penetration
and drain cut outs to make all wet area
water tight (This item will be operated if
the structural design of the slab is
provided with sunken portion for toilet)

15 Rain Water Pipes : Un plasticized rigid PVC pipes of


100mm dia or higher diameter as per
the design requirement, duly fixed
with 2mm thick and 30mm wide GI
”U” clamp at required spacing over
RCC /CC / Masonry with 65 -75mm
long, 6mm dia stainless steel wide
headed Batasha nail into the holes
drilled over the surface of RCC / CC /
Masonry with Hammer drill machine.

16 FINISHING

i) Plastering on walls (internal) 12mm cement plaster (1 PPC: 6 coarse


sand) over CC Block masonry surface
6 mm cement plaster 1:3(1 Cement:3
Fine sand) on ceiling and exposed
independent RCC surface

ii) Plastering on walls (External), 15mm thick cement plaster (1 PPC:


6 coarse sand)
141

Sl.No. ITEMS OF WORK SPECIFICATION


Finishing bottom of platform RCC 6mm rendering in CM 1:3 (1 Cement: 3
slab in kitchen. Fine sand).

Internal finish on walls : Ceiling – Lime wash wherever false


ceiling is proposed. In other area two or
more coats of Acrylic distemper with
priming coat of approved primer
over 1mm thick white cement based
wall putty of approved brand over
6mm cement plaster
Toilet Ceiling - 1200 x 600mm PVC
grid ceiling with necessary frame work
as per manufacturers specifications.
Walls: Two or more coats of low VOC
Acrylic premium quality smooth interior
emulsion paint with priming coat of
approved primer over 1mm thick white
cement based wall putty of approved
brand on 12/15mm thick cement
plaster

External finish on walls : Finishing walls with Acrylic Smooth


exterior paint of required shade :
New work (Two or more coat applied @
1.67 ltr/10 sqm over and including
priming coat of exterior primer a @ 2.20
kg/10 sqm)

Primer : As per CPWD Specifications 2009


volume I and II for wood work, cement
putty and steel work or as specified in
the conditions

Painting on wood work & steel Superior quality matt finish PU paint for
work: all frames of wooden doors, synthetic
enamel paint for all other steel/wood
works over a base coat of suitable
primer

17 Sanitary fittings  White vitreous sanitary ware.


Wall hung type EWC. Oval
shape under counter wash basin
for a range of two or more wash
basins.
 CP brass fittings for faucets (low
flow), angle valve, concealed
valve, pillar cock, waste
coupling, towel rod, shower rose
 The cistern for WC shall have
142

twin flush of capacity 4/8 litres.


 Liquid soap dispenser one each
for not more than two wash
basins of approved make to be
provided.
 Mirror of superior quality of size
450x600 with teakwood/ PVC
moulded beading for individual
wash basin and full width single
mirror for range of two or more
wash basins.
 All the toilets of the ward should
have barrier free accessories.
18 Soil & waste pipes and fittings Un plasticised rigid PVC SWR system
for soil waste and vent pipes
conforming to IS : 13592 Type B
including testing of joints as per
approved design.

19 House Manhole Brick masonry in cement mortar 1:4


with Fly Ash brick of class designation
100 and of size 90x80x45cm with
SFRC light duty cover at top

20 Pipe between building manhole & RC hume pipe of required size or as


service manhole approved by Engineer-in- charge
along with providing gully trap – as per
CPWD Specifications

21 Pipes Internal Concealed: 20/25mm dia. CPVC


pipes as per item 18.8 of DSR 2016
as per approved plumbing drawing.

22 Pipes Exposed: 25/32/40/50mm dia. CPVC pipes as


per approved plumbing drawing as per
CPWD Specifications

23 Over head terrace tank RCC Water storage tank for drinking
purpose with 5000 litres capacity and
separate fire fighting tank having
suitable size as per NBC 2016 to be
provided on terrace. Gun metal
Control valve – each tank.
143

Sl. No. ITEMS OF WORK SPECIFICATION


24 Construction joint of water Bentonite based expandable water bar of
retaining structures Pidilite/Ardex Endura/Fosroc or
Equivalent to be provided as per
manufacturer‟s specification at all
construction joints of water retaining
RCC structures in addition to treatment
mentioned in para 7.11
25 Manholes & Gully trap Manholes & Gully trap of required dia. as
per depth (with Sewer Bricks) in cement
mortar 1:4 (1 cement: 4 with foundation
concrete 1:3:6 (1 cement: 3 coarse sand:
6 aggregate 20 mm nominal size stone
aggregate) with inside plaster 1:4 (1
cement: 4 coarse sand) with floating coat
of neat cement, outside cement plaster
1:4 (1 cement: 4 coarse sand) with
SFRC cover at top. In sub-soil or
adverse soil conditions, manholes &
Gully trap shall be as per approved
structural design (to be given by the
contactor) to avoid sinking and
settlement of lines/manholes. The
channels to require shape, size and
slope in cement concrete M20 finished
with neat cement punning shall also be
provided inside the manhole. Manholes,
Gully trap pipe line connected to nearest
external seaware line/ STP/ Septic tank
as per direction of Engineer-in-Charge.

26 Foot rest Orange colour safety foot rest of


minimum 16mm thick plastic
encapsulated complete as per IS: 10910.

27 Plinth Protection Minimum 900mm wide Plinth protection


to be provided all around the building
consisting of 100mm thick PCC M20
over 75mm thick M 7.5 with an under lay
of 100mm thick M Sand

28 Signage Stainless steel 304 having graphics &


text in machine Etched for flat number &
Building name sign to be in capital
letters. CRCA (Cold rolled Close
Annealed) sheet support structure
having aluminium panels, powder coated
with graphics and text for way finding,
directional and statutory signage‟s, all as
per NBC 2016.
144

Sl. No. ITEMS OF WORK SPECIFICATION


29 Road Work Approach road from campus grid road is
to be provided as per approved drawing.
Road layers
- 200mm thick GSB
- 80mm thick paver block as per
DSR 2018 item no. 16.91.2
30 Barrier free and Accessibility Chapter 1 to 22 of Hand Book on Barrier
free and Accessibility and NBC 2016
may be referred. visit CPWD website
www.tenderwizard.com/CPWD
orwww.cpwd.gov.in.(Lifts as per drawing
for vertical movement.)

Note :

1) Wherever cement is mentioned, Portland Pozzolona cement (PPC) to be used


except concrete.
2) For concrete works ordinary Portland cement with 30% replacement of GGBS by
weight.

Wherever not mentioned specifically, specification mentioned above refers to relevant


items of CPWD Specifications 2009 Vol I & II with upto date correction slips and detailed
specification mentioned in corresponding item of DSR 2018 Vol-1 & Vol-2
145

Sarvadharmasthal

Sl.No. ITEMS OF WORK SPECIFICATION


1 Structural system The structure shall be either with
conventional RCC framed cast-in-situ
construction or precast construction or
Monolothic shear wall construction.

2 Foundation & plinth As per Structural drawings to be


approved later on

3 Foundation The type of foundation, depth, size &


thickness and width etc, including mix
design shall be as per approved
structural design to be submitted by the
agency and approved by the
department. The concrete mix shall be
of minimum M30 grade as per IS 456
latest edition and as per approved mix
design. Before start of RCC work
concrete Mix Design shall be got done
by the contractor from a NABL
accredited laboratory/ IIT/ NIT
laboratory with the approval of
Engineer-in-Charge.

4 Levelling Course Minimum 100mm thick DMC/RMC M


7.5 to be used as levelling course for
foundation.

5 Damp Proof Course DPC shall be 40 mm thick of CC M-20


with polymer modified bitumen coating
of 1.7 kg/sqm. However, if plinth beam
has been provided, DPC will not be
required or as per the direction of
Engineer- in charge.

6 Plinth Filling :

a) Sand filling : M-Sand 150mm thick over earth filling


under OMC

b) Concrete under floor 100 mm layer of DMC/RMC M 10.0


above M-sand filling
146

Sl.No. ITEMS OF WORK SPECIFICATION


7 Masonry work in foundation & plinth Masonry with 200mm thick Solid CC
Blocks with minimum 40% fly ash
content by volume of the CC block, in
cement mortar of minimum 1:4 (1PPC:
4 M-sand) subject to the provisions in
the approved structural drawings. The
brick/block should have minimum
crushing strength of 70kg/sqcm

8 Super structure masonry work :

Masonry work in superstructure Wherever provided, all masonry work in


outer walls in superstructure shall be
with solid 200mm thick CC block of
minimum crushing strength of
70kg/sqcm with cement mortar 1:4 ( 1
PPC cement : 4 M-sand) or approved
block laying polymer modified adhesive
mortar Internal Masonry wall of
thickness 150 mm shall be with AAC
block of class designation 35 as per
relevant IS code and as per particular
specification for AAC Block masonry
work.

9 RCC WORK

RCC in column, beams, & slabs RCC in column, beams, shear walls &
all precast / cast in situ slabs shall be as per the approved
structural drawings with design mixed
concrete/RMC mixed with permissible
admixtures, centering, shuttering &
reinforcement. M.S. Centering/
shuttering and scaffolding material
unless & otherwise specified shall be
used for all R.C.C. work to give an even
finish of concrete surface. However,
marine-ply shuttering in exceptional
cases as per site requirement may be
used on specific request from
contractor to be approved by the
Engineer-in-charge
The detailed dimensions & mix for
building elements to be adopted shall
be as per provisions of IS: 456,
IS:1642, IS: 1893, IS: 3792, IS: 6073,
IS: 13920, IS: 11447, IS: 15916, IS:
15917 and as per approved structural
design. RCC leaner than M-30 shall not
be used.
147

Sl.No. ITEMS OF WORK SPECIFICATION


10 Railing in staircase and corridor All staircase handrails, balusters and
cross bars etc in all floors shall be of
Stainless Steel of grade 304 as per
approved design

11 Wood work, Door frames and


shutter

All door frames 2ndclass teak wood door frames of size


150 x 100 mm as per standard design

Main Entrance Door 40mm thick panelled door shutter of 2nd


class teak wood with 25mm thick 2nd
class teak wood panelling as per
approved architectural drawings
including all SS Hardware

Door Fittings:  4 No Brass Heavy Duty Parliamentary


Hinges per shutter
 2 No Brass (450mm) aldrops per door
 2 No Tower bolts 300mm per shutter
 2 No door Handles 450mm (brass) per
shutter
 150mm brass door stopper per shutter
(1 No)

12 Window/Ventilator Providing and fixing aluminium work for


windows, ventilators and with extruded built
up standard tubular sections/appropriate Z
sections and conforming to IS: 733 and IS:
1285, fixing with dash fasteners of required
dia and size, including necessary filling up
the gaps at junctions, i.e. at top, bottom and
sides with required EPDM rubber/neoprene
gasket etc. Aluminium sections shall be
smooth, rust free, straight, mitred and jointed
mechanically wherever required including
cleat angle, Aluminium snap beading for
glazing / paneling, C.P. brass / stainless steel
screws, all complete as per architectural
drawings. Polyester Powder coated
aluminium (minimum thickness of powder
coating 50 micron) For shutters of doors,
windows & ventilators including providing and
fixing hinges/ pivots and fixing of fittings
wherever required including the cost of
EPDM rubber / neoprene gasket, all
accessories required. Gap between
Aluminium section and sill/jamb to be filled
with weather sealant
148

Sl.No. ITEMS OF WORK SPECIFICATION


13 Window grill Non-ornamental grills with MS flats and
square bars as per approved design

14 Glass in windows and ventilators 6 mm thick glass of “ Saint Gobain”


make or equivalent and for ventilators
louvers of 120mm wide pin headed
glass panes of 5mm thickness

15 FLOORING

Entrance /Corridors lobbies with 18mm thick gang saw cut mirror
skirting polished Granite stone flooring over
20mm thick 1:4 cement mortar. For
skirting same granite over 12mm thick
cement mortar 1:3

Staircases 18mm thick gang saw cut mirror


polished / leather finish Granite stone
flooring in combination of Ivory Gold for
treads and Tan Brown for risers over
20mm thick 1:4 cement mortar. Single
piece granite stone shall be used in
treads and risers or any other shade of
equivalent price. Edge moulding with
half round nosing and 40mm wide sand
blasted strip to a distance 50mm from
the edge of the tread to create
contrasting colour

Hall Glazed Vitrified floor tiles of size


800x800mm laid on 20mm thick cement
mortar1:4. For skirting same tiles over
12mm thick cement mortar 1:3 with
4mm spacers grouted with epoxy grout
of approved shade.

Window sill lining 18mm thick mirror polished black


granite stone projected by 15mm from
the finished wall surface on both sided
of the wall with edge moulding and
nosing.

Ramp Cement Concrete Floor Tiles with


edges of 18mm thick granite. Stainless
Steel Handrails of 304 grade as per
NBC Guidelines
149

Sl.No. ITEMS OF WORK SPECIFICATION


16 ROOFING

Terrace Treatment Applying two coats of 2-component


acrylic polymer based cementitious
water proofing (Boscolastic of Bostik or
equivalent) with minimum elongation at
break 200% as per manufacturer‟s
specification and direction of Engineer-
in-charge laid over by terracotta tiles
make over a bed of 1:4 cement mortar
(or as per manufacture‟s specifications)
with ridge tiles at appropriate locations.

17 Rain Water Pipes : Un plasticized rigid PVC pipes of


100mm dia or higher diameter as per
the design requirement, duly fixed
with 2mm thick and 30mm wide GI
”U” clamp at required spacing over
RCC /CC / Masonry with 65 -75mm
long, 6mm dia stainless steel wide
headed Batasha nail into the holes
drilled over the surface of RCC / CC /
Masonry with Hammer drill machine.

18 FINISHING

i) Plastering on walls (internal) 12mm cement plaster (1 PPC: 6 coarse


sand) over CC Block masonry surface
6 mm cement plaster 1:3(1 Cement:3
Fine sand) on ceiling and exposed
independent RCC surface

ii) Plastering on walls (External), 15mm thick cement plaster (1 PPC:


6 coarse sand)

Internal finish on walls : Ceiling – Two or more coats of Acrylic


distemper with priming coat of
approved primer over 1mm thick
white cement based wall putty of
approved brand over 6mm cement
plaster
Walls: Two or more coats of low VOC
Acrylic premium quality smooth interior
emulsion paint with priming coat of
approved primer over 1mm thick white
cement based wall putty of approved
brand on 12/15mm thick cement
plaster
150

Sl.No. ITEMS OF WORK SPECIFICATION


External finish on walls : Finishing walls with Acrylic Smooth exterior paint
of required shade :
New work (Two or more coat applied @ 1.67
ltr/10 sqm over and including priming coat of
exterior primer a @ 2.20 kg/10 sqm)

Primer : As per CPWD Specifications 2009 volume I and II


for wood work, cement putty and steel work or as
specified in the conditions

Painting on wood work & Superior quality matt finish PU paint for all wood
steel work: works over a base coat of suitable primer.
Synthetic enamel for all steel work.

19 Plinth Protection Minimum 900mm wide Plinth protection to be


provided all around the building consisting of
100mm thick PCC M20 over 75mm thick M 7.5
with an under lay of 100mm thick M Sand

20 Signage Stainless steel 304 having graphics & text in


machine Etched for flat number & Building name
sign to be in capital letters. CRCA (Cold rolled
Close Annealed) sheet support structure having
aluminium panels, powder coated with graphics
and text for way finding, directional and statutory
signage‟s, all as per NBC 2016.

21 Road Work Approach road from campus grid road is to be


provided as per approved drawing. Road layers
- 200mm thick GSB
- 80mm thick paver block as per DSR 2018
item no. 16.91.2
22 Barrier free and Chapter 1 to 22 of Hand Book on Barrier free
Accessibility and Accessibility and NBC 2016 may be
referred. visit CPWD website
www.tenderwizard.com/CPWD
orwww.cpwd.gov.in. (Lifts as per drawing for
vertical movement.)

Note :
1) Wherever cement is mentioned, Portland Pozzolona cement (PPC) to be used
except concrete.
2) For concrete works ordinary Portland cement with 30% replacement of GGBS by
weight.

Wherever not mentioned specifically, specification mentioned above refers to relevant


items of CPWD Specifications 2009 Vol I & II with upto date correction slips and detailed
specification mentioned in corresponding item of DSR 2018 Vol-1 & Vol-2
151

SANITARY WATER SUPPLY FITTINGS

Item of description Company Model No.


Over head showers rose Jaquar OHS -1719
Single Towel rail 600mm long Jaquar ACN – 1111 SM
Towel ring square with round Flange Jaquar ACN – 1121 N
Soap dish holder Jaquar ACN – 1131 N
Soap Dispenser with glass bottle Jaquar ACN – 1135 N
Toilet roll holder with Flap Jaquar ACN-1153
Towel rack 600 mm long Jaquar ACN-1181
Glass Shelf Jaquar ACN-1171N
Corner glass shelf Jaquar ACN -1173
Faucet for wash basin Jaquar SNR-CHR-51031
Angular stop cock with wall flange Jaquar KUB-35053F
Exposed part kit of concealed stop Jaquar KUB-35083FK
cock
Single lever high flow bath and shower Jaquar KUB-35137F
mixer
Single lever high flow bath and shower Jaquar KUB-35193FK
mixer

Extended wall mounted EWC Parryware Verve wall hung C0269


Jaquar CNS-WHT-353N/CNS-WHT-203
Hindware Atlanta wall mounted
92098(part-1)
Urinals with sensor Parryware E WHIZ C0584
Jaquar URS-WHT-132530
Hindware
Wash Basin Parry ware HAVANA C0440
Jaquar CNS-WHT-701
Hindware GARNET 10080
Shower panels Jaquar JPL-BLK-JA011
Grab bar vertical swing Jaquar WAC-SAP-BG0800CS
Shower arm Jaquar SHA-487
Wall mixer Jaquar SOL-6273UPR
2 way bib cock Jaquar SOL-6041
Health faucet Jaquar ALD-573
Tumbler holder Jaquar AKP-35741P
152

SCHEDULEOF FITTING FOR DOORS AND WINDOWS


Double leaf
Single leaf
doors Single
door shutters
shutters leaf wire Wardrobe/
Sl. external
Name of fittings panelled or gauze cupboard Remarks
No. panelled or
glazed or door shutters
glazed or flush shutters
flush door
door shutter
shutter
1 2 3 4 5 6 7
1 SS Butt Hinges125 mm 8 4 3 -
2 SS Piano Hinges - - - 1
3 SS TowerBolt250mm 4 2 1 -
4 SS TowerBolt150mm - - - 2
5 SS TowerBolt100mm - - 1 -
6 SS Sliding door 1 - - -
bolt300mm
7 SS Sliding door - 1 1 -
bolt250mm
8 SS Floor doorstopper 2 1 - 1
9 SS Door handle of NIL 2 - -
200mm size 20mm dia
10 4 lever SS - - 1 1
Cupboard/wardrobe lock
11 SS 316 grade door 4 - - -
handles of D-shaped of
size 300mm &dia 25mm
12 SS handle of size - - 2 -
150mm
13 SS H-handle of size - - - 2
380mm long and 12mm
dia

Notes:
A : Door shutters

1. Door of room adjoining the verandah, corridor, lobby or hall, shall be considered as
external door. Where the height of the door leaf exceeds 2.15m above the floor
level, one extra hinge shall be provided for every additional height of 0.50m, or
part thereof and the length of top bolts shall be increased by the height of the leaf
above 2.15m from floor level.
2. For shutter 40mm thickness or more heavy type S.S. butt hinges of 125x90x3mm
shall be used.
3. In case of external door shutters, instead of sliding door bolt mortice lock should
be provided where specified.
4. Cupboard and wardrobe shutters will have ball catches.
5. Finger plates shall be provided in case of bath and W.C. shutters in office buildings
153

SCHEDULE OF PAYMENTAT STAGES – APPLICABLE FOR CONSTRUCTION OF


CIVIL WORKS FOR

Family Welfare Centre

Individual in
Cumulative in
percentage
%age on civil
S. No. Description on total civil
amount of
amount of
FWC
FWC
1. Soil investigation, Submission of foundation 0.25 0.25
designs and complete structural drawings for
superstructure and other works to be executed
at site for its completion including detailed
estimate. Submission of applications including
all required documents to all necessary local
bodies
2. Submission and approval of all drawings from 0.75 1.0
Proof checking consultant. Obtaining
approval/ consent of establishment from all
necessary local bodies.
3. Completion of Foundation 15.0
3.1 Casting of footings/foundation 15.0 16.0
4 Completion of structure upto plinth level 10.0
4.1 Raising of coumns upto plinth level and casting 6.0
of plinth beam
4.2 Brick work and back filling 2.0
4.3 Sand filling and lean concrete 2.0 26.00
5 Completion of Ground floor 25.00
5.1 Completion of RCC Columns 2.0
5.2 Completion of Slabs and Beams 8.0
5.3 Completion of Lintels and chajjas 2.0
5.4 Completion of walls up to roof level 3.0
5.5 Fixing of door frame 2.0
5.6 Completion of fixing of window frame 5.0
5.7 Internal plaster and finishing 3.0 51.00
154

Individual in
Cumulative in
percentage
%age on civil
S. No. Description on total civil
amount of
amount of
FWC
FWC
6 Completion of structure upto terrace level 5.0 56.00
including mumty, over head tank etc.,

7 Providing and fixing door shutters in all floors 5.0 61.00


8 Providing and fixing window shutters and grills 8.0 69.00
in all floors with glass panes
9 External finishing work 5.0 74.00
10 Balcony, staircase railing, window grill 3.0 77.00
wherever specified & other steel work
11 Internal flooring including skirting, dado and 8.0 85.00
cladding
12 Integral water proofing/Koba treatment including 3.0 88.00
rain water pipe
13 Internal sanitary and water supply pipe line 8.0 96.00
work
14 External water supply and sanitary pipe line 2.0 98.00
work
15 Submission of completion certificate 1.0 99.00
with completion plans and service drawings.
16 For defect rectification 1.00 100.00

Note:
1) The %age figures indicated into above table are with reference to civil
component of the building.
2) The work will proceed broadly as per the stages indicated above. However, for
work between two consecutive stages, the payment will be released for the lower
stage. If, some work is not executed as per the above sequence and later
sequence is executed first, then the payment for that stage will be released at the
discretion of the Engineer-in-charge and his decision in this regard shall be final
and binding.
3) The above provision is only to release stage payments. This may not be quoted
anywhere else.
4) The proposal shown above is for building of Single storeyed the proposal
submitted is more or less than the above proposal, the schedule of payment shall
be revised accordingly and working agency shall be bound to accept the revised
schedule of payment without any dispute.
5) The payment schedule is tentative it can be rescheduled, if required by Chief
Engineer concerned in consultation with Engineer-in-Charge and agency.
6) The payment schedule for Electrical work is given under the subhead Electrical
work on Part C
155
SCHEDULE OF PAYMENT AT STAGES-APPLICABLE FOR CONSTRUCTION OF
CIVIL WORKS FOR

Sarv Dharmasthal

Individual in
Cumulative in
percentage
%age on civil
on total civil
S. No. Description amount of
amount of
Sarv
Sarv
Dharmasthal
Dharmasthal
1. Soil investigation, Submission of foundation 0.25 0.25
designs and complete structural drawings for
superstructure and other works to be executed
at site for its completion including detailed
estimate. Submission of applications including
all required documents to all necessary local
bodies
2. Submission and approval of all drawings from 0.75 1.0
Proof checking consultant. Obtaining
approval/ consent of establishment from all
necessary local bodies.
3. Completion of Foundation 15.0
3.1 Casting of footings/foundation 15.0 16.0
4 Completion of structure upto plinth level 10.0
4.1 Raising of coumns upto plinth level and casting 6.0
of plinth beam
4.2 Brick work and back filling 2.0
4.3 Sand filling and lean concrete 2.0 26.00
5 Completion of Ground floor 25.00
5.1 Completion of RCC Columns 2.0
5.2 Completion of Slabs and Beams 8.0
5.3 Completion of Lintels and chajjas 2.0
5.4 Completion of walls up to roof level 3.0
5.5 Fixing of door frame 2.0
5.6 Completion of fixing of window frame 5.0
5.7 Internal plaster and finishing 3.0 51.00
156

Individual in
Cumulative in
percentage
%age on civil
on total civil
S. No. Description amount of
amount of
Sarv
Sarv
Dharmasthal
Dharmasthal
6 Completion of structure upto terrace level 5.0 56.00
including mumty, over head tank etc.,
7 Providing and fixing door shutters in all floors 5.0 61.00
8 Providing and fixing window shutters and grills 8.0 69.00
in all floors with glass panes
9 External finishing work 5.0 74.00
10 Balcony, staircase railing, window grill 3.0 77.00
wherever specified & other steel work

11 Internal flooring including skirting, dado and 8.0 85.00


cladding
12 Integral water proofing / Koba treatment 3.0 88.00
including
13 rain water
Internal pipe and water supply pipe line
sanitary 8.0 96.00
work
14 External water supply and sanitary pipe line 2.0 98.00
work
15 Submission of completion certificate with 1.0 99.00
completion plans and service drawings.
16 For defect rectification 1.00 100.00

Note:
1) The %age figures indicated in to above table are with reference to civil
component of the building.
2) The work will proceed broadly as per the stages indicated above. However, for
work between two consecutive stages, the payment will be released for the lower
stage. If, some work is not executed as per the above sequence and later
sequence is executed first, then the payment for that stage will be re-leased at the
discretion of the Engineer-in-charge and his decision in this regard shall be final
and binding.
3) The above provision is only to release stage payments. This may not be quoted
anywhere else.
4) The proposal shown above is for building of Single storeyed the proposal
submitted is more or less than the above proposal, the schedule of payment shall
be revised accordingly and working agency shall be bound to accept the revised
schedule of payment without any dispute.
5) The payment schedule is tentative it can be rescheduled, if required by Chief
Engineer concerned in consultation with Engineer-in-Charge and agency.
6) The payment schedule for Electrical work is given under the subhead Electrical
work on Part C
157
SCHEDULE OF PAYMENTAT STAGES-APPLICABLE FOR CONSTRUCTION OF
CIVIL WORKS FOR

1O Bedded Hospital

Individual in
Cumulative in
percentage
%age on total
S. No. Description on total civil
civil amount
amount of
of Hospital
Hospital
1. Soil investigation, Submission of foundation 0.25 0.25
designs and complete structural drawings for
superstructure and other works to be executed
at site for its completion including detailed
estimate. Submission of applications including
all required documents to all necessary local
bodies
2. Submission and approval of all drawings from 0.75 1.00
Proof checking consultant. Obtaining
approval/ consent of establishment from all
necessary local bodies.
3. Completion of Foundation 12.0
3.1 Casting of footings/foundation 12.0 13.00
4 Completion of structure upto plinth level 5.0
4.1 Raising of coumns upto plinth level and casting 3.0
of plinth beam
4.2 Brick work and back filling 1.0
4.3 Sand filling and lean concrete 1.0 18.00
5 Completion of Ground floor 20.00
5.1 Completion of RCC Columns 1.0
5.2 Completion of Slabs and Beams 7.0
5.3 Completion of Lintels and chajjas 1.0
5.4 Completion of walls up to roof level 3.0
5.5 Fixing of door frame 2.0
5.6 Completion of fixing of window frame 4.0
6 Completion of 1st floor 20.00
6.1 Completion of RCC Columns 1.0
6.2 Completion of Slabs and Beams 7.0
6.3 Completion of Lintels and chajjas 1.0
6.4 Completion of walls up to roof level 3.0
6.5 Fixing of door frame 2.0
6.6 Completion of fixing of window frame 4.0
6.7 Internal plaster and finishing 2.0 58.00
158
Individual in
Cumulative in
percentage
%age on total
S. No. Description on total civil
civil amount
amount of
of Hospital
Hospital
7 Completion of structure upto terrace level 2.00 60.00
including mumty, over head tank etc.,
8 Providing and fixing door shutters in all floors 5.0 65.00
9 Providing and fixing window shutters and 6.0 71.00
window grills in all floors with glass panes
10 External finishing work 6.0 77.00
11 Balcony, staircase railing, wherever specified 4.0 81.00
& other steel work
12 Internal flooring including skirting, dado and 9.00 90.00
cladding
13 Integral water proofing / Koba treatment 2.0 92.00
including rain water pipe
14 Internal sanitary and water supply pipeline 4.0 96.00
work
15 External water supply and sanitary pipeline 2.0 98.00
work
16 Submission of completion certificate 1.0 99.00
with completion plans and service drawings.
17 For defect rectification 1.00 100.00

Note :
1) The % age figures indicated into above table are with reference to civil
component of the building.
2) The work will proceed broadly as per the stages indicated above. However, for
work between two consecutive stages, the payment will be released for the lower
stage. If, some work is not executed as per the above sequence and later
sequence is executed first, then the payment for that stage will be released at the
discretion of the Engineer-in- charge and his decision in this regard shall be final
and binding.
3) The above provision is only to release stage payments. This may not be quoted
anywhere else.
4) The proposal shown above is for building of Ground+1 floor the proposal
submitted is more or less than the above proposal, the schedule of payment shall
be revised accordingly and working agency shall be bound to accept the revised
schedule of payment without any dispute.
5) The payment schedule is tentative it can be re-scheduled, if required by Chief
Engineer concerned in-consultation with Engineer-in-Charge and agency.
6) The payment schedule for Electrical work is given under the subhead Electrical
work on Part C
159

SCHEDULE OF PAYMENT AT STAGES-APPLICABLE FOR CONSTRUCTION OF


CIVILWORKS FOR

STP

Individual in
Cumulative in
percentage
%age on civil
S. No. Description on total civil
amount of
amount of
STP
STP

1. Submission of schematic, flow chart, DPR and 5 5


detailed design
2. Completion of foundation work 15 20
3 Completion of RCC Work 50 70
4 Completion of all civil work 20 90
5 Commissioning of the plant and successful 10 100
testing of the effluent

Note :
1) The % age figures indicated into above table are with reference to civil
component of the building.
2) The work will proceed broadly as per the stages indicated above. However,
formwork between two consecutive stages, the payment will be released for the
lower stage. If, some work is not executed as per the above sequence and later
sequence is executed first ,then the payment for that stage will be released at the
discretion of the Engineer-in- charge and his decision in this regard shall be final
and binding.
3) The above provision is only to release stage payments. This may not be quoted
anywhere else.
4) The proposal shown above is for building of Single storeyed the proposal
submitted is more or less than the above proposal, the schedule of payment shall
be revised accordingly and working agency shall be bound to accept the revised
schedule of payment without any dispute.
5) The payment schedule is tentative it can be rescheduled, if required by Chief
Engineer concerned in consultation with Engineer-in-Charge and agency.
6) The payment schedule for Electrical work is given under the subhead Electrical
work on Part C.
160
LIST OF APPROVED MAKE OF MATERIALS (FOR CIVIL WORKS)

Sl.
Materials Approved make
No.
1 DAMP PROOF MATERIAL IMPERMO, DURASEAL, ACCO-PROOF
2 STRUCTURAL STEEL SECTIONS TATA, SAIL, RINL
3 ADMIXTURE FOSROC, MC, SIKA, BASF
4 WHITE CEMENT J.K. WHITE, BIRLA WHITE
5 WATER PROOFING COMPOUND TAPCRETE, CICO, ACCOPROOF,
IMPERMO, FOSROC, ARDEX, ENDURA
6 BITUMEN INDIAN OIL, HINDUSTAN PETROLEUM
7 LOCKS / LATCHES GODREJ, HARRISON, LINK, DORSET
8 LAMINATES FORMICA, DECOLAM, MERINO, ROYAL
TOUCHE
9 PRELAMINATED PARTICLE NOVOPAN, KITIAM, ARCHID PLY,
BOARD CENTURY
10 ADHESIVE PIDILITE, DUNLOP, VAMORGANIC, SIKA,
FOSROC , ARDEX, ENDURA
11 EPOXY MORTAR FOSROC, SIKA, BASF, ARDEX, ENDURA
12 DASH FASTNERS HILTI, FISHER, CANON, BOSCH
13 FLUSH DOOR SHUTTERS (NON KITPLY, CENTURY, GREENPLY, ARCHID
DECORATIVE) PLY
14 FRP DOOR FRAME POLYLINE, DUROPLAST, CACTUS
15 GLASS FRP DOOR SHUTTERS POLYLINE, DUROPLAST, CACTUS
16 BOARD & PLYWOOD DURO, KITPLY, CENTURY, ARCHID PLY,
GREENPLY
17 HYDRAULIC DOOR CLOSER / HARDWYN, GODREJ, DORMA, DORSET
FLOOR SPRING
18 S.S.STAIRCASE RAILING CONNECT ARCHITECTURAL PRODUCTS
PVT. LTD., JINDAL STAINLESS STEEL
LTD., ICICH INDUSTRIES, ESSAL
19 FIRE CHECK DOOR MPP SCHODDERS, SHAKTI
20 SMOKE SEAL STRIP IMPORTED PROMAT / ASTRO FLAME
21 DOOR CLOSER LOCK INGERSOLL RAND / DORMA
22 PANIC EXIT DEVICE INGERSOLL RAND / MONARCH / DORMA
23 DOOR COORDINATOR UL LISTED / MONARCH
161

Sl.
Materials Approved make
No.
24 ANODISED ALUMINIUM HARDIMA, EVERITE, SIGMA (ISI MARKED)
HARDWARE (HEAVY DUTY)
25 TEMPERED GLASS MODI FLOAT, SAINT GOBAIN, ASAHI,
GLAVERBEL
26 POLYSTER POWDER COATED NEROLAC, BERGER, J&N
SHADES
27 ALUMINIUM SECTIONS JINDAL, HINDALCO, INDALCO
28 FRICTION STAY HINGES EARL-BIHARI
29 NUTS, BOLTS AND SCREWS, KUNDAN, PRIYA, ATUL
STEEL
30 EPDM GASKET HANU / ANAND
31 STRUCTURAL SILICON DOW CORNING / WACKER / GE
32 WEATHER SILICON DOW CORNING / WACKER / GE
33 GLAZED CERAMIC TILES JOHNSON, SOMANY, KAJARIA, BELL
CERAMICS, NITCO, ORIENT, ASIAN
34 CEMENT CONCRETE TILES / NITCO, NTC, HINDUSTAN, PODDAR
HARDONITE TILES
35 VITRIFIED TILES GRANITO, NAVIN DIAMOND, KAJARIA,
JOHNSON (MARBONITE) DECOLITE
(GRANOLITE), SOMANY, ASIAN
36 TILE ADHESIVE CICO, PIDILITE, PERROUS, FOSROC, SIKA
37 CHEQUERED TERRAZO TILES NITCO, BHART, PODDAR
38 CLAY TILES ON ROOF KENJAI, JOHNSON, COMMON WEALTH
TRUST (IND) LTD
39 CC PAVERS NITCO-(ROCKARD), BHARAT- (NILSAN)
REGENCY
40 GRASS PAVER UNISTONE, ULTRA
41 WATER PROOF CEMENT PAINT SNOWCEM, ASIAN
42 SYNTHETIC ENAMEL PAINT BERGER, NEROLAC, ASIAN, ICI
43 ACRYLIC EMULSION PAINT ASIAN, BERGER, NEROLAC, ICI
44 VITREOUS CHINA PARRYWARE, HINDWARE
SANITARYWARE
45 FIRECLAY SINK & DRAIN PARRY, SUNFIRE
BOARDS
162

Sl.
Materials Approved make
No.
46 STAINLESS STEEL SINKS NILKANTH, AMC, COBRA
47 C. P. BRASS FITTINGS JAQUAR, PARKO, MARC, NOVA
48 LA (CI) PIPES RIF, NECO
49 G. I. PIPES TATA, JINDAL, HISSAR
50 G. I. FITTINGS (MALLEABLE UNIK, ICS
CAST IRON)
51 GUNMETAL VALVES LEADER, SANT, ZOLOTO
52 STONEWARE PIPE & GULLY PERFECT, PARRY
TRAPS
53 R.C.C. PIPES (NP-2) LAKSHMI SOOD & SOOD, JAIN & CO.,
54 MS PIPES KESORAM, ELECTRO STEEL
55 C.I.DOUBLE FLANGED SLUICE KIRLOSKAR, IVC, BURN
VALVES
56 UPVC PIPE SUPREME, PRINCE, FINOLEX
57 COPPER TUBES / PIPES RAJCO, MAX FLOW ABC
58 COPPER FITTINGS YORKSHINE, IBP, BCONEX
59 BALL VALVES ZOLOTO, IBP, ARCO
60 UNGLAZED VITRIFIED TILES JOHNSON – (ENDURA), SOMANY – (DURA
STONE), REGENCY – (TILES)

61 INJECTION GROUTING FOSROC, SIKA, ARDEX, ENDURA


63 NION METALIC SURFACE FOSROC, SIKA, PIDLITE, ARDEX, ENDURA
HARDNER
64 SOIL, WASTE & VENT PIPES & NECO, SKF, BIC
FITTINGS (A) CENTRIFUGAL
CAST IRON
65 BUTTERFLY VALVES AUDCO, ZOLOTO OR EQUIVALENT
66 CPVC pipes FLOWGUARD, ASHIRVAD
67 RMC ULTRATECH, LAFARGE, ACC, APARNA
68 Glass panes, float glass, mirror Saint Gobain, Atul, Modiguard
69 Plastic WC seat cover Commander, Admiral, Sea bird, Hindware
(solid heavy duty)
70 PVC tank and loft tank (ISI marked) Sintex, SPL, Amitex, Lotus
163

Sl.
Materials Approved make
No.
71 Brass stop cock, bib cock, ball Link, Prima, leader
valve
72 SW pipes and GI pipes Anand, perfect, perry
73 SFRC manhole cover, KK manhole, pragati, Nitco
74 Cement ACC, Ultratech, Zuari cement and Dalmia
Bharat cement
75 AAC Blocks SIPOREX Ultratech, Maxlite

NOTE: Equivalent material and finishes of any other specialized firms may be used ,
in case it is established that the brands specified above are not available in
the market but only after approval of the alternate brand by the Engineer-in-
charge.
164

The following Architectural drawings shall form part of NIT for the
proposed work

Sarvadharmstal
1. SA(BLR) /320/151/R1 - Plan, Front Elevation & Section Y-Y

10 Beded Hospital
1. SA(BLR) /320/152/R1 - Ground floor plan, Section Y-Y
2. SA(BLR)/320/153/R1 - First floor plan & Elevation

Family Welfare centre


1. SA(BLR) /320/154 - Ground Floor Plan
2. SA(BLR) /320/155 - Section A-A & Front Elevation

LOP
1. SA(SZ)III/KA/320/113/R4 - Layout plan
165

EXTRACT OF

SOIL INVESTIGATION REPORT


166
Pruthvi Geotechnical Consultants
Admin Off: #27,6th A Main, Dr RadhaKridshna Rd, Canara Bank layout, Vidyaranyapuram (P)
Regd Off :#20 A, PM Enclave Near Mother Dairy, Yelahanka New Town , Bangalore -64
Bangalore : #20 A, PM Enclave Near Mother Dairy, Yelahanka New Town , Bangalore -560064
Mysore: MIG 2, New Kantha Raja Aras Rd, Kuvempu Nagar, Mysore – 560023
Hubli: Behind Church Road, MIG286, Navanagar Post, Hubli Taluk, Dharwad District-580025
Member: ACCE, Bangalore, IGS, Bangalore

PRELIMINARY REPORT ON SOIL INVESTIGATIONS FOR PROPOSED BUILDINGS


FOR RESIDENTIAL AND NON RESIDENTIAL BUILDINGS FOR CISF 10th RES Bn AT
LAKKUR VILLAGE, BANGALORE RURAL DISTRICT.

1. INTRODUCTION:

a. The Authorities of CPWD Div-II proposed to construct a Buildings for Residential and Non
Residential for CISF 10th Res Bn at Lakkur Village, Bangalore Rural District.
b. Prior to the design of foundations of the proposed Structure, it is necessary to have adequate
knowledge of the subsoil stratigraphy at site. To determine the relevant soil Parameters, a soil
investigation programme comprising of field investigations and Laboratory tests was carried
out. This report presents the results of these investigations and Includes recommendations for
design of foundations of the Proposed Structure.

2. OBJECT & SCOPE OF WORK:


a. The object of the soil investigation programme is to gain sufficient data regarding the
physical and engineering properties of the subsoil, required for evaluating the allowable
bearing pressure on the foundations.
b. The scope of work included the following:
i. Sinking 10No’s of bore holes to 6.00m depth, or refusal strata, whichever is encountered
earlier.
ii. Conducting field investigations and relevant laboratory tests, on soil samples collected from
the boreholes, observing the water table, if encountered.
iii. Preparing a detailed report, giving recommendations for design of foundations.

3. PROJECT DETAILS
a. The Site:
The site for the proposed Buildings is located at Lakkur Village, Bangalore Rural District.
The site is undulating and also site is having a steep slope. The level difference in the site for each
building is about 6.0m to 10.0m within the proposed Building site. There are lot Boulders are located
in the site.

b. The Structures:
The details of the proposed Buildings are given below:

Sl No Name of the Building No of Floors


1 2 No’s 320 Men Barrack G+3
2 Administration Building G+1
3 Quarter Guard Ground Floor
4 GO’s Mess Ground Floor
167
4. FIELD INVESTIGATIONS:
1. Drilling:
10 no’s of bore holes were sunk to study the subsoil conditions at the site. The bore holes have been
designated as BH-1 to BH-10 in this report. The bore holes were progressed with hand operated
auger. The scope of the work envisaged 10 No’s of Boreholes down to 6M depth. However refusal
strata was encountered less than 6m depth in all the Bore holes at which level, the bore holes were
terminated as per the scope of work. The refusal strata of each Bore hole is mentioned in the below
table:
Sl No
Bore Hole No Reduced Level (RL)
Of the Bore Hole (m)
Refusal strata of Each Bore hole (m)
Reduced Level(m) Depth below Ground Level (m)

1 BH-1 107.5 104.9 2.10


2 BH-2 106 104.2 1.80
3 BH-3 116 114.2 1.80
4 BH-4 112.5 110.4 2.10
5 BH-5 127 125.2 1.80
6 BH-6 125 123.0 2.00
7 BH-7 125.5 122.8 2.20
8 BH-8 121 118.9 2.10
9 BH-9 125 122.6 2.40
10 BH-10 126 124.7 1.70

Note: 1. At the level of Refusal, further boring by hand auger was not possible.
2. The RL of the boreholes and the location of the bore holes given by client.

i. Standard Penetration Tests were conducted at various depths of the bore holes to determine N-
values, and thereby, evaluate relative density/stiffness of the subsoil.

ii. Sampling
Disturbed and undisturbed soil samples were collected from various depths of the bore holes, for
conducting relevant laboratory tests. Undisturbed soil samples were collected with 50mm dia thin
walled shell by tubes. The disturbed soil samples were collected in polythene bags and labeled.

iii. Site Plan


The Site Plan and location of Bore Holes are given in Sheet no.1.

5. LABORATORY INVESTIGATIONS
a. The object of the laboratory tests is to determine various soil parameters pertaining to the design of
foundations.
b. The following laboratory tests were conducted:

1. Grain size analysis


2. Consistency limits
3. Natural density & Natural moisture content
4. Tri-axial shear tests
5. Free Swell index Test

All the laboratory tests were conducted as per B.I.S. Specifications.


168
6. RESULTS & DISCUSSIONS:
Presentation of Results:
The results of field investigations and laboratory tests are presented in table nos.1 to 10.These tables
include the results of grain size analysis, consistency limits, natural density and natural moisture
content, and tri-axial shear tests. The N-values and soil description at various depths, are also given
in these tables. Based on these results, a soil profile for each bore hole has been compiled and is
presented in sheet no.2.The grain size analysis curves are given in sheet no.3. A discussion on these
test results, is given in the following sections

7. SOIL PROFILE
10No’s of bore holes were sunk to study the subsoil conditions at the site. The borehole investigation
indicate the presence of top surface layer of Reddish Brown to Yellowish brown with Red Gravelly
Clayey Silty Sand. These strata are further Underlying by Yellowish Brown with White to Greyish
Yellow Silty Sand with clay. These strata extend down to depth about 1.5 m below ground level.
Below this level, the subsoil encountered is Yellowish White to Whitish grey silty sand with clay.
These lower silty sand strata, which are highly Di-Integrated Rock in deposit which extend down to
the termination depth of the bore holes. The termination depth of each Bore Hole and Their RL is
given below:

Sl No
Bore Hole No Reduced Level (RL)
Of the Bore Hole (m)
Termination Depth of Each Bore hole (m)
Reduced Level(m) Depth below Ground Level (m)
1 BH-1 107.5 104.9 2.10
2 BH-2 106 104.2 1.80
3 BH-3 116 114.2 1.80
4 BH-4 112.5 110.4 2.10
5 BH-5 127 125.2 1.80
6 BH-6 125 123.0 2.00
7 BH-7 125.5 122.8 2.20
8 BH-8 121 118.9 2.10
9 BH-9 125 122.6 2.40
10 BH-10 126 124.7 1.70

Note: At Refusal strata, further boring by hand auger was not possible and the subsoil
encountered at that level was very dense in nature.

8. N- VALUES:

Standard Penetration Tests were conducted at various depths of each bore hole. Overburden
correction has been applied for the observed N-values as per I.S.2131. The N-values (32-64) indicate
that the subsoil encountered at the site is dense to very dense.

9. WATER TABLE: The water table was not encountered in the bore holes at the time of
investigations. The observation carried out in the month of May-2019

10. CONCLUSIONS:
1. Type of Foundations:
i. The type of foundations for any structure, depends upon the subsoil conditions, as well as, the
loading intensity on each column.
ii. The subsoil encountered at average founding levels is generally dense to Very dense. Hence, the
load of the superstructure can be adequately supported on shallow foundations. The shallow
foundations may be isolated or combined footings/Raft foundations depending upon the column
loads, their spacing and configuration.
169
2. Depth of Foundations:
The depth at which the foundations of the proposed buildings should be laid, will be governed by the
following criteria:
a. Foundation should be below top weak zone or filled-up soil, which is generally filled with root
holes and other cavities.
b. Depth of top weak zone /filled-up soil.
c. Securing of adequate bearing capacity.
d. Requirement of structure.

As refusal strata was encountered at very shallow depth ranging from1.70M to 2.40M. Hence, it
is recommended that all the foundations were taken down minimum specified depth of 1.5m
ground level or refusal strata whichever encountered earlier.

11. ALLOWABLE BEARING PRESSURE


Taking into consideration the data of the bore holes, the allowable bearing pressure on foundations
has been evaluated based on the following criteria:
a. Shear failure criterion
b. Settlement criterion
From N-values
From elastic modulus determined from tri-axial shear test

Note:
i. The water table was not encountered in the bore holes. However as a measure of Abundant
precaution the Water Table Reduction Factor 0.75 for water table has been applied, while calculating
safe bearing capacity based on shear failure criterion. For calculation of Overburden Pressure, Bulk
Density has been considered.
iii. Due to variation of Refusal strata for calculations based on settlement criterion, the permissible
total settlement has been taken as 25mm.
The Refusal strata encountered in all the Bore Holes depth ranging from 1.70m to 2.40m below
ground level. Based on the above criteria that all the foundations of the proposed Building may
be resting on refusal strata or close to it. Hence the allowable Bearing pressure 2.5 Kg/cm 2 can
be adopted for the design of the foundations for the proposed buildings. If all the foundations
are resting on refusal strata an Allowable Bearing pressure of 3.0 Kg/cm2 can be adopted for
design of Foundations of the Proposed Buildings.

Note:
1) While adopting High Allowable Bearing Pressure, Adequate Care should be taken in order
to ensure that all the foundations are resting on Refusal strata.
2) Refusal strata can be defined as when further Excavation is not possible by manual means of
pickaxe or Crowbar/ by mechanical means.

12. PRECAUTIONS
1. Loose pockets of soil /disintegrated Rock wherever encountered, should be completely removed
and backfilled with well compacted earth/lean Concrete. A layer of 40-50mm size jelly should be laid
and rammed into the Backfilled earth. A leveling course of lean concrete can then be laid over the
jelly and Construction of foundations can be taken up subsequently.
2. Refusal Strata encountered in Bore Holes depths ranging from 1.70m to 2.40m depth below
Ground level.
Hence hard disintegrated Rock/Hard Rock may be encountered during the time of excavation for
Foundations. This should be taken down to the account while planning the excavation for foundations
of the proposed Buildings.
170
13. LIMITATIONS

The recommendations given in the report are based on the results of borehole Investigations at 10
locations. In case there is any substantial variation in the substrata Conditions, from those
encountered at the bore hole locations during the time of Excavation for Foundations it should be
bring it to Consultant notice and any additional investigations may be carried out, if necessary.

For M/s Pruthvi Geotechnical Consultants


M.S.MURALIDHAR
Managing Director
171

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

NOTICE INVITING TENDER

Name of the Work: C/o Infrastructure (Non-residential & residential building)


for CISF 10th Reserve Battalion, at Lakkur village,
Nelamangala, Bangalore. SH : 10 Bedded Hospital, Family
Welfare Centre and Sarvadharmasthal i/c internal electrical
installations, water supply and sanitary installations and STP
of 120 KLD in EPC mode (Design and Build basis). &
development works and services in western part of campus
part (BoQ based)

PART C

FOR E & M WORKS


172

PROFORMA OF SCHEDULES CPWD

PROFORMA OF SCHEDULES (ELECTRICAL WORKS)

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

SCHEDULE „A‟
Schedule of quantities: Page 280 to 296 of NIT
SCHEDULE 'B'
Schedule of materials to be issued to the contractor:

RATES IN FIGURES &


WORDS AT WHICH THE
SR. DESCRIPTION PLACE OF
QUANTITY MATERIAL WILL BE
NO. OF ITEM ISSUE
CHARGED TO BE
CONTRACTOR
1 2 3 4 5

NIL

SCHEDULE 'C'
Tools and plants to be hired to the contractor: -
Hire charges per
Sr. No. Description Place of issue
day
1 2 3 4

NIL

SCHEDULE „D‟
Extra schedule for specific requirements : Page.208 to 217
/ document for the work, if any
SCHEDULE „E‟
Reference to General Conditions of : G.C.C. – 2014, Corrected as per CON
contract Circular up to last date of submission of
bid.

NAME OF WORK:

C/o Infrastructure (Non-residential & residential building) for CISF 10th Reserve
Battalion, at Lakkur village, Bangalore in EPC mode (Design and Build basis).
SH : 10 Bedded Hospital, Family Welfare Centre and Sarvadharmasthal i/c internal
electrical installations, water supply and sanitary installations and STP of 120 KLD in EPC
mode (Design and Build basis). & development works and services in western part of
campus part (BoQ based)
1. Estimated cost of work (Elect.) for : 1,57,06,506/-
EPC Mode
2. Estimated cost of work (Elect.) for 1,17,21,366/-
BoQ Mode

(i) Earnest Money : As per part „A‟ of NIT


(ii) Performance Guarantee : As per part „A‟ of NIT
(iii) Security Deposit : As per part „A‟ of NIT
173

SCHEDULE „F‟ for both EPC Mode and BoQ Mode of tenders of works
GENERAL RULES & DIRECTIONS

(i) Officer inviting tender : Executive Engineer, Bangalore Central


Division II, CPWD, Bangalore

DEFINITIONS: -

2(i) Engineer -in- Charge : Executive Engineer ( Elect), BCED-II,


C.P.W.D., Bangalore (for E&M works).
Or successor thereof

2(ii) Accepting Authority : As per part „A‟ of NIT

2(iii) Percentage on cost of materials and : As per part „A‟ of NIT


Labour to cover all overheads and
profits

2(iv) Department : As per part „A‟ of NIT

2(v) Standard CPWD Contract Form : As per part „A‟ of NIT

Clause 1
(i) Time allowed for submission of : As per part „A‟ of NIT
Performance Guarantee from the date
of issue of letter of acceptance

(ii) Maximum allowable extension with late : As per part „A‟ of NIT
fee at 0.1% / day of PG amount beyond
the period provided in (i) above.

Clause 2
Authority for fixing compensation under : As per part „A‟ of NIT
Clause- 2

Clause 2A
Whether Clause 2A shall be applicable : As per part „A‟ of NIT

Clause 5
Number of days from the date of issue of : As per part „A‟ of NIT
letter of acceptance for reckoning date of
start

Mile Stone Table (Electrical):

Time allowed for execution of work – As per Part A of NIT


Period for Amount to be with
Sr. Description of Milestone (Physical Completion held In case of
No. Progress) from date of non achievement
start in months of mile stone
1. As per Part-A of NIT
2.
3.
4.
5.
174

Time allowed for execution of work : As per part-A

Authority to decide:

(i) Extension of time : As per part „A‟ of NIT

(ii) Rescheduling of mile-stones : As per part „A‟ of NIT

(iii) Shifting of date of start in case of : As per part „A‟ of NIT


delay in handing over the site.

Clause 6, 6A

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

Clause 7
Gross work to be done together with net : As per Schedule of Stage Payment.
payment /adjustment of advances for
material collected, if any, since the last such
payment for being eligible to interim
payment. (EPC Mode)
For development work (BOQ base) 20 lakhs

Clause 7 A :
Whether Clause 7 A shall be applicable – No Running Account Bill shall be paid for
the work till the applicable labour licences,
registration of EPFO, ESIC and BOCW
Welfare Board, whatever applicable are
submitted by the contractor to the
Engineer-in- Charge (As per DG/MAN 320
Dt. 04.06.2015)
Clause 10A

List of testing equipment to be provided : Lux meter, Earth Tester, TDS meter
By the contractor at site lab Tong Tester, Thermometer, Conduit Bending
Machine, Vernier calliper, Megger

12.5:
(i) Deviation Limit beyond which : As per part „A‟ of NIT

Clause - 12.2 & 12.3 shall


apply for Foundation Work.
(Except Earth Work).
(ii) Deviation Limit for items in earth : As per part „A‟ of NIT
work subhead of DSR or related items.

Clause 16

Competent Authority for deciding reduced : Chief Engineer (Bengaluru),


rates. C.P.W.D., Bangalore.
Or successor thereof
175

Clause 18

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

-----As per the requirements of work-------

Clause 25

Constitution of Dispute Redressal


Competent Authority to appoint DRC
Committee (DRC)
DRC shall constitute one Chairman and two As per part „A‟ of NIT
members.

Clause 36 (i)
Requirement of Technical Representative(s) and recovery rate for E&M works:

: As per part „A‟ of NIT


176

Brief scope of Electrical Works:

1 IEI &Fans i/c power There are three non-residential buildings such as Family
wiring & plugs, lightning Welfare Centre, 10 bedded Hospital, and Sarva Dharm
conductor, LIFT, rising Stal. The work is to be carried out in the following manner:
main, Telephone Part-(i) - For Family Welfare Centre complete with
/computer/ TV outlets, staircase, connected corridors, common toilets the scope
external lighting, Split includes Planning, Design & preparation of Drawings for
AC, R O water purifier, E&M services, obtaining approvals from the department,
UPS work etc supply, Installation, testing and commissioning of (i)
Internal Electrical Installations, Power wiring, telephone,
intercom / TV and computer conduiting and wiring, LED
light Fittings, call bell, Exhaust fans, Ceiling fans, Switch
boards, MCB / MCCB DBs, Essential and non-essential
panel boards, distribution feeder pillars, cabling, lightning
conductors, earthings, Street lights with 3 m poles etc.
Part–(ii) – For 10 bedded Hospital, complete with
staircase, connected corridors the scope includes
Planning, Design & preparation of Drawings for E&M
services, obtaining approvals from the department,
supply, Installation, testing and commissioning of (i)
Internal Electrical Installations, Power wiring, telephone,
intercom, TV and computer conduiting and wiring, Data
outlets with L2 network switches as per the requirement
with 20% spare capacity, 15passenger capacity Hospital
lift (BED Lift) – 1 nos ,LED Fittings, call bell, Exhaust fans,
Ceiling fans, Switch boards, MCB / MCCB DBs.
earthings, Essential and Non-essential Panel boards,
distribution feeder pillars, cabling, street lights with 3 m
poles etc..

Part-(iii) - For Sarva Dharm Stal, complete with


staircase, connected corridors, common toilets the scope
includes Planning, Design & preparation of Drawings for
E&M services, obtaining approvals from the department,
supply, Installation, testing and commissioning of (i)
Internal Electrical Installations, Power wiring, telephone,
intercom / TV and computer conduiting and wiring ,LED
light Fittings, call bell, Exhaust fans, Ceiling fans, Switch
boards, MCB / MCCB DBs, Essential and non-essential
panel boards, distribution feeder pillars, lightning
conductors, earthings, Street lights with 3 m poles etc.
Supply, Installation, Testing and Commissioning of
ESCOM energy meters for all the individual quarters in
the campus like 240 nos Type II quarters, Type III
Quarters, as per the BESCOM guidelines and (common
LT meter for Family Welfare Centre, 10 bedded Hospital,
Sarva Dharm Stal, all common area lighting, Street
Lights, STP, Pump sets etc as per the BESCOM
guidelines)..
177

2 Fire Fighting System (Down comer Planning, Design & preparation of Drawings
system) for E & M services, obtaining approvals from
the department, Supply, installation, testing
and commissioning of Fire Fighting system
(Wet riser, sprinkler or down comer system)
as per the requirement of NBC 2016 with
amendments, updated BIS codes, Fire bye-
laws of Govt. of Karnataka State and CPWD
specifications for all buildings as described
in the details of specifications. After
completion of work getting fire clearance
from the local bodies, Chief Fire Officer etc
as required.
NOTE:
For fire fighting water requirement, suitable
capacity water storage tanks may be
provided at terrace as per NBC -2016.
Fire extinguishers to be provided in the
buildings as per relevant IS codes.

3 Manual / Automatic Fire Alarm Planning, Design & preparation of Drawings


System for E & M services, obtaining approvals from
the department, Supply, installation, testing
and commissioning of Manual / automatic
fire alarm system as per the requirement of
NBC 2016 with amendments, updated BIS
codes, Fire bye-laws of Govt. of Karnataka
State and CPWD specifications for all
buildings as described in the detailed
specifications.

4 Air Conditioning For 10 bedded Hospital building the scope


includes obtaining approvals from the
department, supply, Installation, testing and
commissioning of Split type ACs as per
CPWD specifications as amended up to
date as described in the details of
specifications of this sub head as per
inventory.

5 RO water purifier / Plant The scope includes obtaining approvals


from the department, supply, Installation,
testing and commissioning of R O water
purifier / plant and storage water cooler for
Family Welfare Centre, 10 bedded Hospital
and Sarva Dharm Stal as per CPWD
specifications as amended up to date and
as per Inventory.

6 Solar water heating system (1 x Planning, Design & preparation of Drawings


300LPD) for E & M services, obtaining approvals from
the department, Supply, installation, testing
and commissioning of Solar Water Heating
system with heat exchanger type-1 for
Sarva Dharm Stal – 1 No x 300LPD as
described in the details of specifications
178

7 15 passenger Hospital lift Planning, Design & preparation of Drawings


for E & M services, obtaining approvals from
the department, Supply, installation, testing
and commissioning of 1 no 15 passenger
,0.5m/sec speed Hospital lift in 10bedded
hospital with machine room, gearless
machine, scratch proof finish SS car interior,
landing doors, LED fittings with inverter ,
ARD, ventilation fans, braille buttons,
suitable flooring, with all safety accessories
and as per the slandered specification of
CPWD LIFTS & Escalators – 2003 &
Bombay lift act wherever applicable. as
described in the details of specifications and
obtaining Lift Inspectorate Approval /
License.
8 Sewage treatment plant Planning, Design & preparation of Drawings
for E & M services, obtaining approvals from
the department, Supply, installation, testing
and commissioning of 120 KLD MBBR
Technology Sewage treatment plant as per
the detailed specifications mentioned.

Note:

All works have to be executed as per specifications provided in the bid document,
CPWD Specifications, National Building Code 2016 (in case of difference, if any, stringent
/ higher specification of the two shall be followed) and ECBC 2017 Code. In absence of
CPWD Specification, IS Codes, National Building Code 2016 or sound engineering
practices shall be adopted as per order of precedence defined in the contract.

The scope of works & specification are given in general but they are not exhaustive
i.e. does not mention all the incidental works required to be carried out for complete
execution of the item of work. The work shall be carried out, all in accordance with true
intent and meaning of the specifications and the drawings taken together, regardless of
whether the same may or may not be particularly shown on the drawings and/ or
described in the specifications, provided that the same can be reasonably inferred there
from. There may be several incidental works, which are not mentioned in the contract
document/specifications but will be necessary to complete the item in all respect. All these
incidental works/ costs which are not mentioned, but are necessary to complete the work
shall be deemed to have been included in the overall amount quoted by the contractor for
various components of work. No adjustment of rates shall be made for any variation in
quantum of incidental works due to variation/change in actual working drawings. Also , no
adjustment of rates shall be made due to any change in incidental works or any other
deviation in such element of work (which is incidental to the items of work and are
necessary to complete such items in all respects ) on account of the directions of
Engineer-in-charge . Nothing extra shall be payable on this account.

In case, some items are missing in the scope of work or specifications in the
bidding documents the same shall be taken from the specification mentioned in similar
type of items mentioned for similar type of buildings in the scope of work or shall be
executed as given in the CPWD Specifications, NBC-2016, IS Codes or according to
sound engineering practices so as to make the building including related services fully
functional. No claim what so ever may be entertained at later stage. All cost of providing
and making buildings with services , landscape and horticulture works fully complete in all
179

aspect unless specifically mentioned in the contract document and making buildings with
services fully functional are included in the cost tendered for this work.

Brief Description of activities:-

The work shall be executed on Turnkey (Design & Build) basis involving getting all
local body clearances, structural design & drawings, constructions & commissioning of
buildings & services and obtaining completion certificate in accordance with layout plan
and architectural / structural drawings. The tentative layout plan and preliminary
architectural drawings shall be provided by the department. The work is to be executed
according to those drawings. Scope of work contained in the paras mentioned below is
only indicative and not exhaustive.

The Works shall include all Civil, Electrical, Mechanical, all Safety Aspects and
any other Works required for the Construction and Completion of the Works in all respects
and to the Satisfaction of the Engineer – in – charge.

Local Body Approval:-

Agency will get the scheme approved from the local bodies wherever required
before start of the work and if required after completion of the work also. However if
modification is required in any of the architectural drawings by any of the local bodies, the
same shall be carried out by the contractor at his cost.

The contractor shall obtain all mandatory approval and No Objection Certificate /
Consent for Establishment from local body authorities like local Fire department, local
town planning authority, local ground water authority, local electricity supply authority,
local pollution control board, Forest department, Environment clearance, Lift inspectorate,
Central Electricity Authority, National Highway and other roads authorities etc.
The contractor has to prepare all the documents as required and submit directly to
the local statutory bodies. the contractor shall at his own cost collect field samples and
carry out all necessary tests required for submission of necessary applications.

The contractor has to comply and, if necessary, resubmit applications which are
required by the local bodies.

If required the contractor has to appoint at his own cost consultants for obtaining
local body approval.

The statutory payments or fees shall be paid by the department.

Three final copies of the documents prepared shall be submitted to Engineer – in –


charge for record.

All the documents created out of the assignment will become the sole property of
the Department.

The contractor shall obtain completion certificate after completion of the project
from statutory local bodies before handing over.
180

2.0. General Conditions for Planning & Design

2.1 ELECTRICAL ENGINEERING SERVICES

2.1.1 General

The services to be provided by Agency through / Consultant shall include


(Schedule of Quantities of various items involved in this work, design, drawings, vetting
and shop drawings).

Design of electrical installations including all electrical fittings/fixtures, as necessary.


Lightning protection and Earthing system. External Lighting, Building / Energy
Management system controlling all essential services. Fire fighting, fire detection and
design Solar Hot Water & Lightning System.

Any other services required but not specifically indicated. Proper coordination with civil
engineering / mechanical engineering features /services. Liasoning with other statutory
agencies like Municipal Authorities, Karnataka state Fire Services, BSNL,
BESCOM/KPTCL etc. for obtaining the pre construction and post construction
approvals.

2.1.2 Services

2.1.3 Telephone, Intercom & Communication System

Telephone layout and telephone equipment including conduit, wiring and


accessories layout for the telephone system and any protective devices battery
back-up required. Design the EPABX room. conduit layout of cables and terminals
inclusive of data transmission cables for system required.

Intercom layout and intercom equipment including conduit and accessories layout
for the intercom system and any protective devices required.

Prepare the specifications. Check and approve detailed drawings of the suppliers
and manufacturers and integrate with other services and in working drawings.

Check and approve the suppliers‟ / manufacturers' drawings/documents and


integrate with other services and in working drawings.

2.1.4. Lightning Protection and Earthing System

Lightning protection system shall be an advanced integrated lightning protection


system. The work shall include, but not limited to, the following Survey,
investigation of ground resistivity of sub soil at different depth.

Prepare plans showing internal/external earth grid, earth electrodes and lightning
protection with size of conductors and details of each electrical and lightning down
comers along-with details of earthing pits.

Design of earthing system shall be based on survey, investigation data, load and
as per relevant Indian Standards and Indian Electricity rules.

2.1.5. Solar roof top power plant, Solar water heating system and R.O. System

Planning and installation of Solar Water Heating System for Sarva Dharm Stal
building and R.O. System for all three buildings separately. Prepare specification,
detailed drawings of the suppliers/manufacturers, obtain approval of the Dept.
181

2.1.6. AV conference system and Access control

Planning and installation of Access control system and AV conference system for
Administrative building. Prepare specification, detailed drawings of the suppliers /
manufacturers, obtain approval of the Dept.

2.1.7. RO water purifier / Plant Storage water coolers with and without inbuilt RO
purifier & UV
Prepare specification, detailed drawings of the suppliers / manufacturers, layout
diagrams, obtain approval of the Dept.

2.1.8. UPS and Batteries

Prepare specification, detailed drawings of the suppliers / manufacturers, layout


diagrams, obtain approval of the Dept.

2.2 MECHANICAL ENGINEERING SERVICES

2.2.1. General
The services to be provided by shall include Fire detection, Fire fighting system
and fire alarm system.

2.2.2 Fire Detection & Alarm System

Design the FDA Control Room layout. Prepare working drawings (Floor wise)
indicating the zones, location of the fire alarm sensors, Response Indicator,
Manual call points, Hooters, their conduits and wiring and location/details of FDA
control panels. Vetting of drawings from local fire authority as requirement.

2.2.3. Fire Fighting System

Design and preparation of working drawings for internal and external fire
protection. The system drawings should clearly show Hydrant pressurization
system, fire extinguisher system, Terrace tanks, Terrace pump etc. in line with the
statutory requirements. Size all equipment required and prepare detailed
specifications, Obtain necessary license/permissions from the statutory/local fire
authority /bodies etc. as required. Check and approve detailed drawings and data
sheet of suppliers/ manufacturers and incorporation of modification of any working
/architectural /structural drawings.

2.2.4. Air Conditioning


Design and preparation of working drawings showing location of indoor and
outdoor units of Air Conditioners. Size all equipment required and prepare detailed
specifications, check and obtain approval of detailed drawings and data sheet of
suppliers/ manufacturers and incorporation of modification of any working
/architectural /structural drawings.

2.2.5 LIFT : Design and preparation of working drawings 15 passenger Hospital lift (Bed
Hospital lift ) . Size all equipment required and prepare detailed specifications,
check and obtain approval of detailed drawings and data sheet of suppliers/
manufacturers and incorporation of modification of any working /architectural
/structural drawings, obtaining approval from the local Lift Inspectorate and any
other as applicable.
182

2.2.6 Sewage treatment plant : Design and preparation of working drawings 120KLD
STP . Size all equipment required and prepare detailed specifications, check and
obtain approval of detailed drawings and data sheet of suppliers/ manufacturers
and incorporation of modification of any working /architectural /structural drawings,
obtaining approval from the local authorities as mentioned in the conditions.

3.0 Approval From local Authorities:

3.1 The agency shall take all necessary statutory approval from all local authorities
including municipal authorities, CFO, DGCA, Pollution Control Board,
Environmental, AAI clearances etc. Preparation of all submission drawings (any
numbers) / materials and models as per the required size/scale as required by local
bodies.

3.2 The agency shall take all necessary statutory approval of „Completion Plan‟ from all
local authorities including municipal authorities, CFO, DGCA, Pollution Control
Board, Environmental Clearances, NOC of Fire fighting equipments etc for
occupation of the buildings after completion of construction Consultancy works and
preparation of all submission drawings (any numbers)/ materials and models for
these approvals.

3.3 All statutory payments required for these approvals from local authorities shall be
made by the CPWD. For saving of time if the payment is required to be made
urgently the contractor/consultant should make the payment and the amount will be
reimbursed by the department after production of voucher & receipts.
183

ADDITIONAL SPECIFICATIONS, CONDITIONS FOR INTERNAL E.I WORKS

1. The work shall be carried out strictly in accordance with CPWD specification for
electrical works 2013 (Internal) and 1995 (External) and amended up to date and
in accordance with Indian Electricity Rules, 1956, India Electricity Act, 1910, ECBC
2017 as amended up to date and NBC 2016 as amended up to date and as per
instructions of the Engineer-in-Charge i/c as below and nothing will be paid extra.

2. The contractor has to submit MOU with associated contractor (in case electrical
contractor is associated), engineers name credential email address & mobile no
before start of work.

3. The contractor shall therefore employ an engineer as per NIT provision who will be
constantly in touch with the department and will sign site order book.

4. All the material to be used on this work by the contractor shall be got approved
from the Engineer-in-Charge in advance before installation at the site.

5. The work shall be carried out according to approved drawing/details which shall be
subsequently issued to the successfully qualified bided tenderer for execution, in
stages as per instruction of the Engineer-in-Charge who will have the right to
change the layout as per requirement at site and the contractor shall not have any
claim due to change in layout.

6. All damages done to the building during the execution of electrical work shall be
the responsibility of the contractor and the same will be made good immediately at
his own cost to the satisfaction of the Engineer-in-Charge. In case, the repair is not
satisfactory, the department will get it rectified &any expenditure incurred by the
department in this connection shall be recovered from the contractor and decision
of the Engineer-in-charge about recovery shall be final & binding on the contractor.

7. The bad workmanship will not be accepted and defects shall be rectified at
contractor‟s cost to the satisfaction of the Engineer-in-Charge. The program of
electrical works are to be coordinated in accordance with the building work and
considering that the allottees are senior officers and there may be restrictions in
working hours but no claim for idle labour will entertained in case of occupied
quarters.

8. All the debris of the electrical works should be removed and the site should be
cleared by the contractor immediately after the accruing of debris daily. Similarly
any rejected material should be immediately cleared off from the site by the
contractor.

9. Cement for this benefited work is to be arranged and used by the contractor
himself and nothing extra will be paid on this account.

10. The contractor or his engineer is bound to sign the site order book as and when
required by the Engineer-in-Charge and to comply with the remarks therein.

11. The size of conduit and wiring shall be got approved from the Engineer-in-Charge
before the execution of work.

12. The contractor shall make his own arrangement at his own cost for Electrical/
General tools and plants required for the work. In case, proper tools are not
available, the department will purchase the tools for bonafide use of work at the
risk & cost of the contractor.
184

13. Main board and main distribution board:- The work shall be carried out according
to the drawing/details as approved by the Engineer-in-Charge. The contractor shall
have to get the sample approved before the whole lot is brought to site. The main
board, distribution board shall be properly labelled.

14. No, tax shall be separately paid by the department. The rates tendered should be
inclusive all taxes and duties. Statutory deductions at source shall be made while
releasing payment through running/final bills as applicable. A certificate specifying
the rate and amount of deduction shall however be issued by the department. The
entire installation shall be at the risk and responsibility of the contractor until these
are tested and handed over to the department. The watch & ward is the
responsibility of the contractor till handing over.

15. Notwithstanding the schedule of quantities, all items of interrelated works


considered necessary to make the installation complete and operative are deemed
to be included, shall be provided by the contractor at no extra cost.

16. The connection inter connection, earthing and inter earthing shall be done by the
contractor wherever required and nothing extra shall be paid on this account.

17. Nothing extra shall be paid for inter connections with thimbles/Wires/Tapes strips
etc. used on the work.

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

19. The contractor shall make his own arrangements for electrical power supply for the
construction activities. No extra payments for the same will be made.

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

21. The rupturing capacity of the MCB‟s shall be 10KA. The MCB‟s shall have ISI
mark.

22. The insulated copper wire to be used on this work shall be FRLS type of multi
stranded.

23. Make of MCB/MCCB shall be the same as the make of MCB DB.

24. The contractor shall on demand by the Engineer-in-charge, furnish the proof to the
satisfaction of Engineer-in-charge regarding purchase of Wires, Modular switches
& accessories, MCBs MCBDB fan & fixture and accessories and other items, from
the manufactures authorized outlets.

25. All MS conduits accessories shall be of the same make as conduits and shall be
ISI marked. The conduits shall be terminated as switch boxes/metallic junction
boxes with suitable glands/check nuts.

26. Cutting of brick walls shall be done with due care. All repairs and patch works shall
be neatly carried out to match the original finish and to the entire satisfaction of the
Engineer in Charge.

27. All the sub main and circuits wiring includes loose wire for connections inside
switch boxes and MCB DBs. No payment for these loose wires shall be made.
However wires within the cubicle panel will be measured and paid under relevant
item of work.
185

28. 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 TV, Telephone etc., where wiring is not done along with IEI
work, fish wire shall be invariably drawn.
29. The connection between incoming switch/isolator and bus bar shall be made with
suitable size of thimble and cable at no extra cost.
30. Copper conductor of insulated cables of size 1.5 Sq.mm and above shall be
stranded and terminals provided with crimped lugs.
31. All hardware items such as screws, thimbles, GI wire etc. which are essentially
required for completing an item as per specification will be deemed to be included
in the item even when the same have not been specifically mentioned.
32. All hardware items such as nuts/bolts/screws/washers etc. to be used in work shall
be zinc/cadmium plated iron.
33. While laying conduit, suitable size junction boxes shall be provided for pulling the
wire as per the decision of the E-in-C.
34. Materials to be used in work are to be ISI marked. The make of the materials have
been indicated in the list of acceptable makes. No other makes will be acceptable.
The materials to be used in the work shall be got approved by the Engineer in
Charge/his representative before its use at site. The E-in-C shall reserve the right
to instruct the contractor to remove the material which, in his opinion, is not
acceptable.
35. Where switches/sockets/regulator/telephone/TV/internet outlets are to be provided,
the same shall be of only one make.
36. The materials used in the work shall be of approved make as per Annexure-A.

37. Defect Liability Period: All the installations 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.
38. In the acceptable makes of fitting model No. of one of the acceptable make has
been mentioned for guidance. However, the contractor is free to supply any of the
3 makes, provided the parameters of the fittings match with the fitting model No.
mentioned in NIT. The decision of Engineer-in-charge shall be final.
39. The lamp colour temperature shall be intimated by Engineer-in-charge/his
representative at site.

40. The firm should submit the warranty against manufacturer defect for a period of 5
years from the date of completion of work for LED fittings and products.

41. The contractor shall have to work as per the convenience of the concerned
Department.
42. The Contractor has to arrange / obtain power sanction from concerned
ESCOM, Supply, Installation, Testing and Commissioning of ESCOM energy
meters for all the individual quarters in the campus like 240 Nos. Type II
quarters, Type III Quarters, as per the BESCOM guidelines and (common LT
meter for Family Welfare Centre, 10 bedded Hospital, Sarva Dharm Stal, all
common area lighting, Street Lights, STP, Pump sets etc as per the BESCOM
guidelines). The Contractor has to make all payments to the local authorities
like ESCOM, Fire Services, Central Electricity Authority, Municipal, Revenue
Authorities, Forest Dept, any other authority concerned etc. Nothing etc shall
be paid by CPWD.
186

SCHEDULE OF PAYMENT AT STAGES APPLICABLE FOR ELECTRICAL WORK


FOR

a) Family Welfare Centre

Estimated cost For Electrical & Mechanical Works : Rs. 35,74,400/-

b) Individual in c) Cumulative in
percentage on %age on total
total elect. elect. amount of
S. No. Description amount of Family Welfare
Family Welfare Centre
Centre
1. IEI& Fans & Service 98.601 98.601
Connection, power wiring and
plugs, tel conduits, intercom,
computer conduits, lightning
conductor, exit sign board

2. Fire fighting, Fire Alarm, Fire 0.5595 99.161


Extinguisher
3. RO water purifier plant 0.8393 100

b) 10 Bedded Hospital

Estimated cost For Electrical & Mechanical Works : Rs. 70,74,552/-

c) Individual in d) Cumulative
percentage on in %age on
S. No. Description total elect. total elect.
amount of 10 amount of 10
Bedded Hospital Bedded
Hospital
1. IEI& Fans & Service Connection, 64.3794 64.3794
power wiring and plugs, tel
conduits, intercom, computer
conduits, lightning conductor,
exit sign board
2. Fire fighting, Fire Alarm, Fire 0.5654 64.9448
Extinguisher
3. RO and connected system 10.1773 75.1221
4 Inverter type Split AC Units 0.8481 75.9702

5 LIFT 24.0298 100


187

c) Sarva Dharm Stal

Estimated cost For Electrical & Mechanical Works : Rs. 7,07,554/-

d) Individual in e) Cumulative
percentage on in %age on
total elect. total elect.
S. No. Description amount of
amount of Sarva
Dharm Stal Sarva
Dharm Stal
1. IEI& Fans & Service Connection, 83.605 83.605
power wiring and plugs, tel
conduits, intercom, computer
conduits, lightning conductor, exit
sign board
2. Fire fighting , Fire Alarm, Fire 4.24 87.845
Extinguisher

3. RO and connected system 3.5333 91.379


4 Water Heating System 8.6213 100

f) Sewage treatment Plant

Estimated cost For Electrical & Mechanical Works : Rs. 43,50,000/-

h)Cumulative in
g)Individual in
%age on total
percentage on total
elect. amount of
S. No. Description elect. amount of
Sewage
Sewage Treatment Plant
Treatment Plant

1. Sewage Treatment Plant 100 100


188

Schedule of Intermittent Payment


1) Schedule of Payment for Internal EI Works,:
(For intermittent payments, Payment shall be released on pro-rata basis)

Breakup of % of % of Item
SI. No. Milestone Item Contract Contract
Value Value
1. Planning, Detailed Design & Approval from 1.00%
Statutory Bodies, third party vetting and
approval of the same by the Engineer-In-
Charge.
2 SITC of Fittings and fans i/c providing
complete switch plates, wiring and DBs.
2.1 On supply of fans, fittings, MCBDBs, 60.00 %
switch gears, Panels, Earthing materials
etc.

2.2 On completion of wiring and Installation of 15.00%


equipments, earthing. 99.00%

2.3 On successful testing of equipments after 10.00%


Installation and wiring.

2.4 After commissioning & handing over 14.00%


Total 100.00%

2) Schedule of Payment for Fire Fighting Work and (For intermittent


payments, Payment shall be released on pro-rata basis)

Breakup of % of % of Item
SI. No. Milestone Item Contract Contract
Value Value
1. Planning, Detailed Design & Approval from 1.00%
Statutory Bodies, third party vetting and
approval of the same by the Engineer-In-
Charge.
2 SITC of fire fighting equipments, pumps, fire
hydrants, valves, hose reel etc all materials.

2.1 On supply of fire fighting equipments viz. Fire 60.00 %


pumps, hydrant pipes, valves, hose reels etc,

2.2 On Installation of equipments, earthing. 15.00%


99.00%
2.3 On successful testing of equipments after 10.00%
Installation
2.4 After commissioning & Getting clearance from 14.00%
local body (if any) and handing over
Total 100.00%
189

3) Schedule of Payment for Fire Alarm Work


(For intermittent payments, Payment shall be released on pro-rata basis)

Breakup of % of % of Item
SI. No. Milestone Item Contract Contract
Value Value

1. Planning, Detailed Design & Approval from 1.00%


Statutory Bodies, third party vetting and
approval of the same by the Engineer-In-
Charge.
2 SITC of Fire alarm panels, detectors, Call
boxes, hooters ,speakers, amplifier etc.

2.1 On supply of Fire alarm panels, detectors, 60.00 %


hooters, cables, speakers, Amplifiers etc.,
2.2 On Installation of equipments.. 15.00%
2.3 On successful testing of equipments after 10.00%
Installation 99.00%

2.4 After commissioning & Getting clearance 14.00%


from local body (if any) and handing over
Total 100.00%

4) Schedule of Payment for Air Conditioning Work


(For intermittent payments, Payment shall be released on pro-rata basis)

Breakup of % of % of Item
SI. No. Milestone Item Contract Contract
Value Value

1. Planning, Detailed Design & Approval from 1.00%


Statutory Bodies, third party vetting and
approval of the same by the Engineer-In-
Charge.
2 SITC of AC units, Voltage Stabilizer etc.

2.1 On supply of AC units, Voltage Stabilizer 60.00 %


etc.

2.2 On Installation of equipments. 15.00%


2.3 On successful testing of equipments after 10.00% 99.00%
Installation

2.4 After commissioning and handing over 14.00%


Total 100.00%
190

5) Schedule of Payment for RO water purifier / plant work


(For intermittent payments, Payment shall be released on pro-rata basis)

Breakup of % of % of Item
SI. No. Milestone Item Contract Contract
Value Value

1. Planning, Detailed Design & Approval from 1.00%


Statutory Bodies, third party vetting and
approval of the same by the Engineer-In-
Charge.
2 SITC of RO water purifier / plant, Storage
water cooler with and without RO and UV
etc.
2.1 On supply of RO plant components, 60.00 %
Storage water coolers etc.

2.2 On Installation of equipments, earthing. 15.00%


2.3 On successful testing of equipments after 10.00% 99.00%
Installation

2.4 After commissioning & testing of water 14.00%


successfully and handing over
Total 100.00%

6) Schedule of Payment for Solar Water Heating Systems


(For intermittent payments, Payment shall be released on pro-rata basis )
Breakup of % of % of Item
SI. No. Milestone Item Contract Contract
Value Value
Planning, Detailed Design & Approval from
Statutory Bodies, third party vetting and
1. 1.00%
approval of the same by the Engineer-In-
Charge.

2 SITC of Solar water heating system

On supply of solar panels, storage tanks,


2.1 60.00 %
piping, control Panels etc.

2.2 On Installation of equipments. 15.00%


99.00%
On successful testing of equipments after
2.3 10.00%
Installation

2.4 After commissioning. 14.00%


Total 100.00%
191

7) Schedule of Payment for LIFT

(For intermittent payments, Payment shall be released on pro-rata basis )

Breakup of % of % of Item
SI. No. Milestone Item Contract Contract
Value Value
1. Planning, Detailed Design & Approval from 1.00%
Statutory Bodies, third party vetting and
approval of the same by the Engineer-In-
Charge.

2 SITC of LIFT

2.1 On supply of LIFT equipment 70.00 %

2.2 On Installation of equipments, earthing. 10.00%


2.3 On successful testing of equipments after 5.00%
Installation
99.00%
2.4 After commissioning. 14.00%

Total 100.00%

8) Schedule of Payment for Sewage treatment plant:

(For intermittent payments, Payment shall be released on pro-rata basis )

Breakup of % of % of Item
SI. No. Milestone Item Contract Contract
Value Value
1. Planning, Detailed Design & Approval from 1.00%
Statutory Bodies, third party vetting and
approval of the same by the Engineer-In-
Charge.

2 SITC of STP

2.1 On supply of STP equipment 70.00 %

2.2 On Installation of equipments, earthing. 10.00%


2.3 On successful testing of equipments after 5.00%
Installation
99.00%

2.4 After commissioning. 14.00%

Total 100.00%
192

SPECIAL CONDITIONS FOR ALL SPECIALIZED E&M COMPONENTS

The applicant should either himself meet the eligibility conditions for the
respective E&M components or otherwise he will have to associate with agencies,
fulfilling the eligibility requirements and hence consent letter from at least One eligible
Associate Agency of the respective components of E&M work shall also be submitted as
per attached Proforma as per Form “P”.

In case the main contractor is himself eligible (as per eligibility criteria) for
executing any specific minor component and intends doing the job himself, he may
not be required to associate with another agency for that minor component of work. In
such cases the main contractor also has to submit the documents as per eligibility criteria
mentioned for associated agency of individual E&M component.

The main tenderer have to submit the following documents for association of
contractor at least two months in advance from taking up specific component of the
work.

In support of the eligibility conditions of the proposed Associated Contractor, copy


of their registration documents, Electrical License, GST Documents duly attested by the
applicants (Main Contractor) shall be submitted to the EE(C) who will submit these
documents to the Executive Engineer (Electrical), CPWD, for deciding the eligibility.
Each such Associated Contractor will certify that they are not debarred as on the day of
application for sale of tender. Proposal for associating agency for minor components of
work shall be submitted in Form- “N” of this tender document from each associate
independently for all electrical and mechanical components.

The main contractor will submit an affidavit of MOU signed with eligible
associated. The MOU in the enclosed Form „Q‟ shall be signed by both the parties‟ main
contractor i.e.as 1st party and associated contractor as 2nd party. Independently for all
electrical and mechanical components.

In the event of the concerned E&M agency not performing satisfactorily or failure
of associate contractor to complete the E&M work, the main contractor on written
directions of the department, shall remove the Associate contractor deployed on the work
and shall submit name of new associate agency who fulfil the conditions mentioned in the
NIT to execute the left over work without any loss of time or variation in cost to the
department. Such associates shall also give an undertaking along with the main
tenderer but both of them together will stand guarantee for the equipments already
supplied for which payment has been released by the department in part. If any
equipment supplied for the work, during the currency of the earlier Associate contractor
and paid partly by the Dept., becomes redundant /not in a position to be installed and
commissioned and put to beneficial use due to change in agency for execution of E&M
work, the main contractor shall be liable for replacement of the equipment(s) at no cost to
Department. No change of Associated Contractor will be allowed without prior approval of
the Engineer-in-charge of the work.

In respect of all works i.e., IEI & Fans, Street lighting, Fire fighting System, Fire
Alarm System, Solar water heating system, Solar Roof Top Power plant equipment etc.,
and the materials shall be procured only from the original equipment
manufacturers/authorized dealers of OEM. The contractor shall submit all documentary
details in fulfilment of this conditions regarding procurement of materials including relevant
test certificates.

Executive Engineer (E) shall be the Engineer-in-charge as far as E & M works are
concerned. Separate tender schedule abbreviated CPWD-7 and Special Conditions for E
193

& M Work are appended with this tender. It will be obligatory on the part of the
contractor/tenderer to upload the tender documents for all the component parts.

The main contractor shall be responsible and liable for proper and complete execution
of the E & M work and ensure coordination and completion of both civil and E & M work.

The main contractor has to enter into agreement with contractor associated by him
for execution of minor component. Copy of such agreement shall be submitted to
Executive Engineer (E) in charge of minor component as well as E.E. in charge of major
component.

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

Before completion of defect liability period of one year, the main contractor
has to submit security deposit of 5% of 80% of the price quoted by him for SITC of
LED fittings for the remaining 4 years warranty period for LED fittings in acceptable
form i.e. FDR/ Bank guarantee to concern Executive Engineer (E). The Security
Deposit deducted from the bills of contractor shall be refunded to the main
contractor only after submission of above security deposit for LED fittings by main
contractor, failing which this LED security deposit shall be deducted from Security
Deposit deducted for total work and balance amount only will be refunded after
completion of defect liability period. The LED Security Deposit will be released after
completion of warranty period of 5 years to the main contractor.
194

THE MINIMUM ELIGIBILITY CRITERIA FOR E&M COMPONENTS AND


SPECIALIZED WORKS WHEREVER APPLICABLE

Estimated
Component of E&M
Sl. No cost Rs. (in Minimum Eligibility
works
lakhs)
1. 87.39 The main contractor shall associate with
contractor registered in composite
IEI &Fans i/c power category Class III and above in CPWD
wiring & plugs, for execution of this Sub head of
lightning conductor, work, possessing valid Electrical
rising main, Telephone Contractor License of appropriate
/ computer / TV Voltage issued by Karnataka State
conduiting, external Electrical Inspectorate / Licensing Board
lighting, etc.
2. Fire Fighting 0.9 The main contractor shall have to
(downcomer System) associate with agency fulfilling the
and Automatic / following eligibility criteria having
Manual Fire Alarm successfully completed during last
systems, Fire seven years ending up to previous day
Extinguisher of last date of submission of tender as
given below with completion certificate
issued by an officer not below the rank
of Executive Engineer or Equivalent duly
attested.
Three similar completed works each
of value not less than Rs. 0.36 Lakhs
OR
Two similar completed works each of
value not less than Rs. 0.54 Lakh
OR
One similar completed work of value not
less than Rs. 0.72 Lakhs.
Similar work shall mean "SITC of Fire
Fighting System (Water based)” or
Down comer system.
3. Solar water heating 0.61 The main contractor shall have to
system associate with Specialized agency
fulfilling the following eligibility
criteria having successfully completed
during last seven years ending up to
previous day of last date of submission
of tender as given below with
completion certificate issued by an
officer not below the rank of Executive
Engineer or equivalent duly attested.
Three similar completed works each of
value not less than Rs. 0.244 Lakhs
OR
Two similar completed works each of
value not less than Rs.
Rs. 0.366 Lakhs
OR
One similar completed work of value not
less than Rs. 0.488 Lakhs
Similar work shall mean "SITC of Solar
Water Heating System."
195

Estimated
Component of E&M
Sl. No cost Rs. (in Minimum Eligibility
works
lakhs)
4. RO water purifier / 1.15 The main contractor shall have to
plant associate with agency fulfilling
the following eligibility criteria having
successfully completed during last
seven years ending up to previous day
of last date of submission of tender as
given below with completion certificate
issued by an officer not below the rank
of Executive Engineer or equivalent duly
attested.
Three similar completed works each of
value not less than Rs. 0.46 Lakhs
OR
Two similar completed works each of
value not Less than Rs. 0.69 Lakh/-
OR
One similar completed works each of
value not less than 0.92 Lakh/-
Similar work shall mean "SITC of RO
water purifier System”
5. Inverter type Split Air- 7.2 The main contractor shall have to
conditioners. associate with agency fulfilling
the following eligibility criteria having
successfully completed during last
seven years ending up to previous day
of last date of submission of tender as
given below with completion certificate
issued by an officer not below the rank
of Executive Engineer or equivalent duly
attested.
Three similar completed works each of
value not less than Rs. 2.88 Lakhs
OR
Two similar completed works each of
value not Less than Rs. 4.32 Lakh/-
OR
One similar completed works each of
value not less than 5.76 Lakh/-
Similar work shall mean "SITC of
Inverter type Split Air-conditioners.
However, the Composite category
contractor shall also be eligible to
carry out himself without associating
any specialized agency provided:
(a) He fulfils the prescribed eligibility
criteria respectively for this work .
OR
(b) He directly procures the equipment of
approved make from manufacturer and
gets it installed from authorized
agency/service provider of the
manufacturer/specialized agency, all as
per the eligibility criteria mentioned as
above.
196

Estimated
Component of E&M
Sl. No cost Rs. (in Minimum Eligibility
works
lakhs)
6. LIFT 17 lacs Manufacturer of Johnson/Kone/OTIS
7. Sewage Treatment 81 Lacs The main contractor shall have to
plant (STP) associate with agency fulfilling
the following eligibility criteria having
successfully completed during last
seven years ending up to previous day
of last date of submission of tender as
given below with completion certificate
issued by an officer not below the rank
of Executive Engineer or equivalent duly
attested.
Three similar completed works each of
value not less than Rs. 32.4 Lakhs
OR
Two similar completed works each of
value not Less than Rs. 48.6 Lakh/-
OR
One similar completed works each of
value not less than 64.8 Lakh/-
Similar work shall mean "SITC of
Sewage treatment plant with MBBR
technology
8 DG Set 11.96 Lacs The main contractor shall have to
associate with agency fulfilling the
following eligibility criteria having
successfully completed during last seven
years ending up to previous day of last
date of submission of tender as given
below with completion certificate issued
by an officer not below the rank of
Executive Engineer or equivalent duly
attested.
Three similar completed works each of
value not less than Rs. 4.78 Lakhs
OR
Two similar completed works each of
value not Less than Rs. 7.17 Lakh/-
OR
One similar completed works each of
value not less than 9.57 Lakh/-
Similar work shall mean "SITC of DG
Set with AMF Panel
However, the Composite category
contractor shall also be eligible to
carry out himself without associating
any specialized agency provided:
(a) He fulfils the prescribed eligibility
criteria respectively for this work .
OR
(b) He directly procures the equipment of
approved make from manufacturer and
gets it installed from authorized
agency/service provider of the
manufacturer/specialized agency, all as
per the eligibility criteria mentioned as
above.
197

9 Substation, HT/LT 105.25 The main contractor shall have to associate


distribution, Street Lacs with agency fulfilling the following eligibility
lighting etc. criteria having successfully completed during
last seven years ending up to previous day of
last date of submission of tender as given
below with completion certificate issued by
an officer not below the rank of Executive
Engineer or equivalent duly attested.
Three similar completed works each of
value not less than Rs. 42.10 Lakhs
OR
Two similar completed works each of
value not Less than Rs. 63.15 Lakh/-
OR
One similar completed works each of
value not less than 84.20 Lakh/-
Similar work shall mean "SITC of
Substation equipments, HT/LT
distribution etc.
However, the Composite category
contractor shall also be eligible to carry
out himself without associating any
specialized agency provided:
(a) He fulfils the prescribed eligibility criteria
respectively for this work .
OR
(b) He directly procures the equipment of
approved make from manufacturer and gets
it installed from authorized agency/service
provider of the manufacturer/specialized
agency, all as per the eligibility criteria
mentioned as above.

Note:
The value of executed works shall be brought to current costing level by enhancing value of work
at simple rate of 7% per annum calculated from the date of completion to last date of submission of
tender. For other conditions, refer special conditions specified in Part C.

The applicant shall either himself meet the eligibility conditions for the respective E&M packages or
otherwise, he will have to associate an agency meeting the eligibility requirements as given in this
tender document and submit the details as per Form “N” given in Part C of this tender document at
least two months in advance from taking up specific component of work.

The applicant/ main contractor has to submit consent letters as per Form “P”, given in Part C of this
tender document from at least one eligible associate agency of the respective component of E&M
work for each of the component of E& M works by clearly indicating the component of work at least
two months in advance from taking up specific component of work.

The main contractor will have to submit an affidavit of MOU signed with eligible associated
contractor. The MOU in the enclosed Form “Q” shall be signed by both contractors, Main
contractor as 1st party and associated contractor as 2nd party, independently for each E&M
component.

Verifiable completion certificates of the work, registration/approval documents as the case may be,
duly attested by the applicant shall be submitted at least two months in advance from taking up
specific component of work. Valid Electrical license, as the case may be, duly attested by the
applicant shall also be submitted at least two months in advance from taking up specific component
of work.

Self attested GST registration documents in respect of the associated agencies shall be submitted
at least two months in advance from taking up specific component of work.
.

Executive Engineer (E)


198

FORM –N

PROPOSAL FOR ELIGIBLE ASSOCIATING AGENCIES FOR MINOR


COMPONENTS OF WORK

I/we hereby propose the following agencies as mentioned against each for executing
corresponding minor components of work. Their consent letters are also attached.

Enlistment Consent
Category and
Sl. Name of Associated copy/completion Monetary Limit of Validity of Letter
class of
No Contractor Certificates work registration Attached
registration
attached (Yes/No)
i) Internal Electrical Installations, UPS and street lighting, compound and
foot path lighting

ii) Fire fighting and Fire alarm


system

iii) Solar water heating


system

iv) LIFT

Inverter type Air-conditioning


v System

Vi Sewage treatment plant

VII DG Set
Substation, HT/LT distribution,
VIII Street lighting etc.

Note: Self Attested photocopies of enlistment order, valid electrical contractor


license, work experience certificates of each agency for each component of
E&M work shall be submitted.

Signature of contractor
199

FORM –P

CONSENT LETTER FROM ELIGIBLE ASSOCIATE AGENCY OF MINOR

COMPONENT OF WORK

Name of work: Construction of various building works for CISF campus of 10th Res BN
at Lakkur village, Nelamangala, Bangalore. SH : 10 Bedded Hospital, Family Welfare
Centre and Sarvadharmasthal i/c internal electrical installations, water supply and
sanitary installations and STP of 120 KLD in EPC mode (Design and Build basis). &
development works and services in western part of campus part (BoQ based)
I / We hereby give my consent to associate with M/s …………………………………, for
executing

the minor component of work of …….……….......................................................... (Mention


category).

I / We will execute the work as per specifications and conditions of the agreement and as
per directions of the Engineer –in-Charge for the corresponding minor work till the
completion of the work.

I / We will be responsible for necessary action to handover the installations and for
rectification of defects and repair during the maintenance / warranty period.

Also I / We will employ full time technically qualified Engineer / supervisor for the minor
component of the work as required for the work. I / We will attend inspection of officers of
the department as and when required.

Date:
Signature with date of Major component Signature with date of Associate/
Minor Component Contractor
Contractor Address
Address

Witness with address Witness with address


(From major component contractor side) (From minor component contractor
side)
200

FORM-“Q”
AFFIDAVIT OF MEMORANDUM OF UNDERSTANDING (MOU)
(to be submitted for each and every E&M component)

M/s. (Name of the firm with full


address)
Enlistment Status
Valid Upto:
(Henceforth called the main Contractor)

M/s. (Name of the firm with full


address)
Enlistment Status
Valid Upto:
(Henceforth called Associated Contractor)

For the execution of E &M component Works –

Name of work: C/o Infrastructure (Non-residential & residential building) for CISF
10th Reserve Battalion, at Lakkur village, Bangalore in EPC mode (Design and Build
basis). SH : 10 Bedded Hospital, Family Welfare Centre and Sarva Dharm Sthal i/c
internal electrical installations, water supply and sanitary installations and STP of 120 KLD
in EPC mode (Design and Build basis). & development works and services in western part
of campus part (BoQ based)
.
We state that M.O.U between us will be treated as an agreement and has legality
as per Indian Contract Act (amended up to date) and the department (CPWD) can enforce
all the terms and conditions of the agreement for execution of the above work. Both of us
shall be responsible for the execution of work as per the agreement to the extent this
MOU allows. Both the parties shall be paid consequent to the execution as per agreement
to the extent this MOU permits. In case of any dispute, either of us will go for mediation by
the Engineer In charge. Any of us may appeal against the mediation to the Chief
Engineer, South zone III, CPWD, Bangalore. His decision shall be final and binding on
both of us.

We have agreed as under:

The Associated Contractor will execute all E & M works in the wholesome manner as per
terms and conditions of the agreement.

The Associated Contractor shall be liable for disciplinary action if he fails to discharge the
action(s) and other legal action as per agreement.

All the machinery and equipments, tools and tackles required for execution of the E & M
works, as per agreement, shall be the responsibility of the Associated Contractor.

The site staff required for the E & M work shall be arranged by the Associated Contractor
as per terms and conditions of the agreement.

SIGNATURE OF MAIN CONTRACTOR SIGNATURE OF ASSOCIATED


Date : CONTRACTOR
Place : Date :
Place :

1. Witness with address 2. Witness with address


(From major component contractor side) (From minor component contractor side)
201

GENERAL CONDITIONS FOR ALL E&M PACKAGES

The agency must study various CPWD specifications; get themselves acquainted
with site and site conditions, provision for fire fighting system for various building in local
byelaws and additional conditions carefully. The work shall be executed in close co-
ordination with the progress of building work.

The work shall be carried out in the following order of preference.

Indian electricity rules 2005 & Indian electricity act 2003 amended up to date.
Additional Technical specifications and list of acceptable makes attached. CPWD general
specifications for electrical works Part – I (Internal) – 2013 , Part II (External) –
1994amended up to date, CPWD general specifications for electrical works Part – III ( Lifts
and Escalators ) – 2003,CPWD general specifications for electrical works Part – IV ( Sub
stations )- 2013, Local Fire Regulations, CPWD general specifications for electrical works
Part – V (Wet riser & sprinkler system) – 2006, CPWD general specifications for air-
conditioning / HVAC works –

2017, National electrical code 2011 amended up to date and Relevant sections of
National building code 2016.(Note: The higher specifications / stringent conditions of
CPWD specifications or NBC – 2016, ECBC 2017 shall be followed).Relevant BIS
standards as modified up to date.

Sound Engineering practice as approved by the Engineer – in – charge. Any


additional item of work, if taken up subsequently, shall also confirm to the relevant
specifications mentioned above.

All the equipments shall be delivered with (i) Manufacturer´s test certificate, (ii)
Manufacturer´s technical catalogues and Installation / Instruction (O&M) manuals.

Scaffoldings & any other T & P required for execution, testing and commissioning
of work shall be arranged by the contractor and is included in the cost of work tendered by
the contractor.

The design layout plans / drawings / other documents pertaining to E & M services
shall have to be submitted by the consultant engaged by the contractor for approval within
the time period as specified in the table of mile stone.

Inspection before Dispatch: All routine tests shall be conducted before dispatch
of equipments. No equipment shall be dispatched out from the manufactures premises
before such tests are conducted and test result recorded. These test certificates shall be
given along the supply of equipments. The Engineer- In-charge shall, if he so desires
inspect and witness the pre-delivery tests. For this purpose, the agency shall give 15 day
advance notice. Agency shall arrange for inspection of the department. Department shall
bear expenses of its officials for inspection as far as travelling, boarding and / lodging is
concerned. However, the inspection shall be done at the discretion of the department
without any cost implication but ROUTINE TEST & TYPE TEST CERTIFICATES shall
have to be submitted for all the equipments.

Prior to dispatch, all equipments shall be adequately protected & insured for the
whole period of transit, storage and erection against corrosion and incidental damages
etc. from the effect of vermin, sunlight, rain, heat, humid climate and accidents etc.
202

PROCEDURE FOR APPROVAL OF MATERIALS, SHOP FLOOR DRAWINGS AND


COMMENCEMENT OF WORK

Within the time specified in table of milestone, the contractor shall submit the
following documents for approval. List of makes & Model numbers of all items of
equipments and accessories for each sub Head of work. catalogues of the equipments to
be supplied. Shop floor drawings of each packages/ Sub work separately for approval. It is
the responsibility of the tenderer to get the makes, models and shop floor drawings
approved by the department before placing of order.
Insurance: The agency shall include storage cum erection insurance including third party
insurance right from the storage to commissioning and handing over of various
equipments. In insurance, the beneficiary shall be Engineer-In-charge at the cost of the
agency. All insurance which the agency is required to enter into under the contract shall
be affected any authorized general insurance company and the agency shall produce the
policies of insurance. In case of any delay in ITC handing over, the insurance cover will be
suitably extended by the contractor at his own cost.

Remedy of failure to insure: If the agency fails to effect and keep in force the insurance
referred to in the preceding sub-clause and in case of unforeseen eventuality of
theft/damage etc. to any material, the contractor only shall be held responsible and
necessary rectification/replacement has to be done by contractor himself.

Quality of material and workmanship: All parts of the equipment shall be of such
design, size and material so as to function satisfactorily under all rated conditions of
operation. All components of the equipments shall have adequate factor of safety. The
work of fabrication and assembly shall conform to sound engineering practice and on the
basis of “ Fail Safe Design”. The mechanical parts subject to wear and tear shall be easily
replaceable type. The construction of the equipments shall be such as to facilitate easy
operation, inspection, maintenance and repairs. All connections and contacts shall be
designed to minimize risk of accidental short circuits caused by animals, birds and vermin
etc. All identical items and their component parts should be completely interchangeable
including spare parts.

Inspection and testing at Factory and site :


The department requirement reserves the right to inspect the equipments and get it tested
at factory itself for which the Contractor has to give 15 days notice for inspection. The
travelling cost of Officers will be borne by the Department. The installation shall be subject
to necessary inspection during every stage of erection, by the Engineer In-charge or his
authorized representative. The successful bidder shall provide all facilities and assistance
for the purpose. The completed installation shall be inspected and tested by the Engineer-
in charge in the manner as will be laid down by department. All instruments and facilities
necessary for the tests shall be provided by the agency.

Completeness of work : The installations shall be completed in all respects and put in to
operation even where certain details have not been mentioned / left out in these
specifications. Any discrepancy may be brought out in pre-bid meeting.

All E&M services such as Internal Electrical installations, lifts, fire fighting system, sprinkler
system & Fire alarm system, D.G. sets, substation equipments, street lighting etc., shall
be declared as completed after completion of trial run of 1 month or completion of whole
work whichever is later. However, maintenance of these installations during the
maintenance period of 12 months shall be carried out by the agency at his own cost. DLP
/ Warranty period of all works / machine / equipment shall commence from date of
completion of complete work (project).
All electrical & mechanical fittings / fixture / appliances, to be provided for the work, where
BEE certification is available should have 5-star rating (of BEE).
203

The CPWD specifications are available at CPWD website “ cpwd.gov.in”. The


department shall not be responsible for the lack of knowledge and also the consequences
thereof to the Contractor. The information and data mentioned in the tender document
have been furnished in good faith and for general information and guidance only. The
Engineer-in-Charge in no case shall be held responsible for the accuracy thereof and / or
interpretations or conclusions drawn there from by the Contractor and all consequences
shall be borne by the Contractor and no claim, whatsoever, shall be entertained from the
Contractor, if the data or information furnished in tender document is different from data /
drawing after preparation of architectural drawings, design and approved for construction.
It is presumed that the Contractor has satisfied himself for all possible contingencies,
situations, bottlenecks and acts of coordination, which may be required between different
agencies.

INCIDENTAL CHARGES: All incidental charges of any kind including cartage, storage,
wastage and safe custody of material etc. shall be borne by the Contractor.

QUALITY ASSURANCE: The Contractor shall make available, on request from the
Department, for record, copies of challans, cash memos, receipts and other certificates,
if any, vouchers towards the quantity and quality of various materials procured and the
same shall be kept in record. These shall also provide information on the name of the
manufacturer, manufacturer‟s product identification, manufacturer's instructions, warning,
date of manufacturing and test certificates from manufacturers for the product for each
consignment delivered at site, shelf life, if any, for the department to ensure that the
material have been procured from the approved source and of the approved quality, as
directed by the Engineer-in-Charge. Day to day account of receipt of such material shall
be maintained at site of work and shall be regulated by the department. Nothing extra
shall be payable on this account.

STORAGE OF MATERIALS: Storage and safe custody of all materials shall be the sole
responsibility of the Contractor. Nothing extra shall be payable on this account.

QUALITY CONTROL AND TESTING OF MATERIALS:

All the material to be used on works shall bear ISI certification mark unless otherwise the
make is specified in the item or special conditions appended this tender document. In
case ISI mark material or the materials mentioned in the tender documents are not
available, as per opinion of Engineer-in-charge, which shall be final and binding, the
material to be used shall conform to CPWD specifications applicable in this tender or IS
Code. In such cases Engineer-in-charge shall satisfy himself about the quality of such
material and give his approval in writing. Only articles classified as first quality by the
manufacturers shall be used unless otherwise specified. All material not having ISI mark
shall be tested as per relevant ISI specification. The Engineer in charge may relax the
condition regarding testing if the quantity of the materials required for the work is small. In
all cases of use of ISI marked materials proper proof of procurement of materials from
authentic manufacturers shall be provided by the contractor to the entire satisfaction of
Engineer-in-charge. All materials equivalent to the one specified should be got approved
by the Engineer-in-charge before using the said materials in the work.

If the department desires to send any samples of materials for testing in an accredited
laboratory, the Contractor at his own expense shall supply all materials, labour for
preparing and testing samples as required by the Engineer-in-Charge. The testing shall be
carried out in the presence of the representative of the Engineer- in- Charge. The
transportation and testing charges shall also be borne by the contractor. No foreign
exchange shall be made available by the department for importing (purchase) of
equipments, plants, machinery, materials of any kind. No delay and no claim of any kind
shall be entertained from the Contractor on account of variation in the foreign exchange
rate and/or any Custom duties / charges or any other levies.
204

NO WAIVING OF LEGAL RIGHTS AND POWERS :The Engineer-in-Charge shall not be


precluded or stopped from taking any measurements, and framing of estimates or
detaining any certificates made either before or after the completion and acceptance of
the work and payment, from showing the true amount and character of the works
performed and materials furnished by the Contractor and from showing that any such
measurements, estimates or certificates untrue or incorrectly made and that Engineer-in-
charge shall not be precluded or stopped from recovering from the Contractor such
damages as it may be sustained by reasons of his failure to comply the terms and
conditions of the contract.

The tenderers shall take into account the element of wastage(s) those are likely to be
there in all elements of the work and quote his price, taking that into account. The
tenderers shall study all the items from the point of view of wastage(s), which are likely to
take place. Power supply required for construction, testing & commissioning shall have to
be arranged by the bidder at his own costs. Water required for testing of equipments is
also in the scope of agency.

The description of E &M service & specification are given in general but they are not
exhaustive i.e; does not mention all the incidental works required to be carried out for
complete execution of the item of work. The work shall be carried out, all in accordance
with true intent and meaning of the specifications and the drawings taken together,
regardless of whether the same may or may not be particularly shown on the drawings
and/ or described in the specifications, provided that the same can be reasonably inferred
there from. There may be several incidental works which are not mentioned in the
contract document/specifications but will be necessary to complete the item in all
respects.
All these incidental works/ costs which are not mentioned, but are necessary to complete
the work shall be deemed to have been included in the overall amount quoted by the
contractor for various components of work. No adjustment of rates shall be made for any
variation in quantum of incidental works due to variation/change in actual working
drawings. Also , no adjustment of rates shall be made due to any change in incidental
works or any other deviation in such element of work (which is incidental to the items of
work and are necessary to complete such items in all respects ) on account of the
directions of Engineer-in-charge. Nothing extra shall be payable on this account.

The scope of works also covers the preparation of layout plans, drawings for E & M
schemes and approval of the same from the respective local body‟s viz. BESCOM/Chief
Fire Officer/Lift Inspector/CEA etc. before the commencement of work. During execution,
if the local bodies etc. require a modification, the same shall be executed without any
extra cost. Finally, after execution, approvals / NOCs / clearances from local bodies etc.
shall be the responsibility of successful bidder for which nothing extra is payable. In case
any modification / extra work is required by the local bodies necessary for approvals /
NOCs / clearances, the same shall be get executed and nothing extra shall be paid on this
account. All statutory fees / charges required for obtaining clearances from Fire Officer/Lift
Inspector/CEA / Local Bodies etc. shall be paid by the department.

SUPERVISION OF WORK:
The Contractor shall depute Site Engineers & skilled workers as required for the work as
per the documents required in technical bids. He shall submit organization chart along
details of Engineers and supervisory staff. It shall be ensured that all decision making
powers shall be available to the representatives of the Contractor at site of work itself to
avoid any likely delays on this account. The Contractor shall also furnish list of persons for
specialized works to be executed for various items of work. The Contractor shall identify
and deploy key persons having qualifications and experience in the similar and other
major works, as per the field of their expertise. If during the course of execution of work,
the Engineer-in-Charge is of the opinion that the deployed staff is not sufficient or not well
experienced; the Contractor shall deploy more staff or better-experienced staff at site to
complete the work with stipulated quality and in stipulated time limit.
205

ADDITIONAL TECHNICAL SPECIFICATION FOR INTERNAL ELECTRIFICATION


WORKS:

C 1.1: Internal electrical Installations, external street lighting etc.

Note: The following information given is indicative only. Execution shall be carried out as
per functional requirement and design approved by engineer-in-charge

All internal electrical works shall be carried out with FRLS PVC insulated copper
conductor cables (IS:694) in PVC conduit. All switches, sockets, AC Starter, Telephone
socket, Data sockets, stepped type electronic fan regulators, bell push and accessories
along with matching mounting boxes shall be of modular type.

All lighting fixtures should be LED type having efficacy equal to or more than 100 Lumen /
Watt, CRI >80, THD <10%, LM 79 & LM 80 test report from NABL accredited lab should
be submitted by the agency.

Required illumination level for general lighting shall be achieved on the basis of required
lux level in various areas, light power density as per CPWD specification and NBC guide
lines.

Arrangement of luminaries in various areas of Residential and non – residential buildings


shall be done on the basis of Illumination level & light power density as specified in CPWD
specification Internal 2013 and National Building Code 2016 and shall be got approved
from Engineer-in-charge.

During Design submission, photometric file in IES format has to be submitted by the
Agency.

Ceiling fans will be provided in every building and at each location except toilets / Bath
rooms irrespective of provision of air conditioners. All ceiling fans shall be of 1200/1400
mm sweep and should be of 5 Star rated. Optimum size / number of ceiling fans for room
of different sizes shall be as per provision laid down in CPWD specifications for internal EI
work 2013. Minimum air delivery and service value shall be as per the above specification.
100mm dia 75mm deep fan box made of 16 SWG MS Sheet with hook made of 12mm dia
plain MS rod having top MS welded cover and bottom 3mm thick phenolic laminated sheet
cover shall be provided for ceiling fan except in top floor. In top floor fan hook made of
12mm dia MS rod shall be provided. Exhaust fans of suitable size, capacity and sweep
shall be provided in all the toilets as per standard specifications and as per the approval of
Engineer-in-Charge.

T.V outlet wiring shall be terminated in suitable size of G.I. box along with splitter for each
hostel room. The interconnections of all splitter boxes fixed at all floors shall be done
properly to form proper distribution system with the prior approval of Engineer-in- charge.

Telephone outlet point wiring shall be terminated in suitable size of Krone/junction boxes
provided in the data duct in each floor. The inter connections of all Krone/junction boxes
fixed at all floors shall be done properly making proper distribution system with the prior
approval of Engineer-in-charge. Providing incoming television / telephone cables from
outside of the each building is not covered in the scope of this bid. Proper provision for
cable entry to the building for Data/telephone/TV etc has to be made by agency.

The breaking capacity of MCCB for all types of panel boards except DBs shall be
minimum 35KA for ratings upto 200A and 50KA for 250A ratings & above. The rated
service breaking capacity should be equal to rated ultimate breaking capacities (Ics=Icu).
Where Ics is service breaking capacity and Icu is ultimate breaking capacity and they
should be of approved make. The MCB/MCCB and MCB DB shall be same make of
approved company with minimum breaking capacity of MCB shall be 10KA.
206

Floor Panels: In all the floors of the building, the panel boards shall be of modular type
and fabricated as per CPWD Specifications. The incomers, outgoings switch gears, bus
bar, indicating instruments etc. shall be designed as per connected load and shall be got
approved from Engineer-in-charge.

All type of panel shall be fabricated from CPRI Type Tested approved firms and strictly as
per CPWD Specification. The drawing of panel boards must be got approved from
Engineer-in-charge before fabrication work. The panel board shall consist of MCCB as
incomer and outgoing, copper bus bar, digital type ammeter, voltmeter OR multifunction
meter, selector switches, LED type indication lamps etc as per standard sound
engineering practice. Every multi function meter should have RS 485 port.

Each building shall be provided with external feeder pillars, separate for both essential
and non essential supply having suitable capacity incomer and outgoing switchgears with
minimum two nos spare switches of same capacity with earthing etc. Common feeder
pillar can be provided for buildings within 50 mtrs distance..

Staircase lighting shall be group connected to a common circuit with control from ground
floor. Lobby and Common Toilet lights shall be controlled by occupancy sensors.
Configuration tool for sensor programming shall also be provided. There shall be
arrangement of Bye pass switch so that in case of failure of sensor, the light can be
operated after bypassing the sensor. Therefore, one control switch for common light shall
be provided at each floor.

Minimum size of copper conductor for AC point / Geyser point wiring shall be 6 sq mm, for
5/6 amp or 15/16 amp socket outlet wiring shall be 4 Sq mm and that for light and fan
points wiring and circuit wiring shall be 1.5 sq mm.

The wiring and conduit route plan/drawings shall be submitted by the contractor well in
advance and shall be got approved from the Engineer-in-charge.

To facilitate drawing of wires, 18 SWG GI fish wire shall be provided along laying of
recessed conduit. Conduits laid for other services like Telephone, TV, fire alarm, PA
system, LAN etc., where wiring is not done along IEI works, fish wire as per CPWD
specification shall be invariably drawn.

The connection between incoming switch / isolator and bus bar shall be made with
suitable size of thimble and cable.

While laying metal conduits for fire alarm system, sufficient junction box outlets are to be
provided as per the direction of the Engineer-in-Charge for mounting detectors & RIs as
required.

After completing the work, necessary test results as envisaged in CPWD General
Specifications Part-I (Internal)-2013 & Indian Electricity Rules 1956, shall be recorded and
Test reports submitted to the department. The results shall be within the permissible limits.

Lightning conductor/arresters shall be provided for the buildings irrespective of height as


per IS 2309-1989as amended up to date and CPWD specifications for internal work –
2013.

RCBO of 30/100 mA sensitivity of suitable rating shall be provided as Incomer of each


Distribution boards.
207

Lighting luminaries (LED type) in all buildings shall be decided as per functional
requirement, design and drawing approved. Power supply to each lift shall be provided
separate cable from the LT panel in the LT room with control panel in the lift room having
out going RCBO for lift machine and lift lighting. Supply of cable shall be in the scope of
work.

For accommodating various size of Power cable/Telephone cable /Data cable incoming to
the building/out going from the building sufficient number of NP2 pipes of suitable size
shall be provided.

Size of distribution board shall be as per number of light / power circuits. All distribution
boards shall be pre-wired and double door type. RCBO of suitable rating shall be provided
as main incomer in all DBs.
In vertical DBs used for power distribution main incomer shall be MCCB of suitable rating
breaking capacity not less than 16KA, Ics=Icu.

Each floor Panel shall be fabricated from 2.00 mm thick M.S. sheet powder coated 7 tank
process and shall be equipped 4 pole MCCBs in comer and with suitable capacity out
going MCCBs, Bus bar along with digital voltmeter, ammeter, KWH meter, LED indicating
lamp extended rotary handle and all accessories as required.

If used as incomer then it should have earth fault protection and time delay in addition to
above protection. Earth leakage modules are not acceptable.

Earthing: Earthing system comprising of earth electrode, earth conductor, earth bus,
protective conductor etc. for each building shall be as per provision laid down in CPWD
Specifications Part – I 2013. Earthing system should be designed such as to maintain
required earth resistance as specified in CPWD specifications. Earth resistance shall be
checked / tested in harsh climatic conditions.

All E&M equipments shall be guaranteed for a minimum period of 12 months (except LED
fittings which shall be guaranteed for minimum 5 years) from the date of taking over the
installation by the department, against unsatisfactory performance and/or break down due
to defective design, workmanship or material. The equipments or components, or any part
thereof, so found defective during guarantee period shall be forthwith repaired or replaced
free of cost, to the satisfaction of the Engineer-in Charge. In case it is felt by the
department that undue delay is being caused by the contractor in doing this, the same will
be got done by the department at the risk and cost of the contractor. The decision of the
Engineer-in-charge in this regard shall be final & binding on the contractor.
208

INVENTORY OF E&M MATERIALS


Residential and Non-residential buildings: The minimum scale of amenities (electrical)
to be provided in different type of buildings shall be as per provision mentioned below
(however, it is to add that the said list is only indicative and not exhaustive and it shall be
the responsibility of the contractor to provide required number of fixtures and fittings to
cater the requirement):

FAMILY WELFARE CENTRE


1. Round surface sleek LED fitting with Aluminium die cast housing 1800 Lumens /
18W (Approved makes: Jaquar Model LNRO02R018SN / Lighting Technologies /
TRILUX / Philips / WIPRO) – 94 nos.
2. Mirror light LED fitting 1000 lumens extruded aluminium batten ( Approved makes:
PHILIPS Model BN021 LED10S PSU GR S1 / Lighting Technologies / TRILUX /
WIPRO) – 7 nos
3. 1200 mm long Extruded aluminium batten LED fitting surface mounted 3900
lumens CCT 6500 K ( Approved makes: PHILIPS Model SP 680P LED 39S 6500
PSUWH L120 S1 / Lighting Technologies / TRILUX / WIPRO ) – 45 nos
4. 600 mm x 600 mm LED fitting surface mounted CRCA housing 32 watt (
Approved makes: PHILIPS Model SM 365C LED 32 – 6500 PSU OD GR / Lighting
Technologies / TRILUX / WIPRO) – 17 nos
5. 400 watt high bay LED fitting suitable for area lighting (Approved makes: PHILIPS
Model BVP383 LED 450 / CW 400 W 220-240 AWB IN / Lighting Technologies /
WIPRO / JAQUAR) – 10 nos.
6. 1200 mm sweep Ceiling fan 5 star (Approved makes HAVELLS / CROMPTON
GREAVES / USHA / ORIENT (5 STAR RATED with ISI mark) – 36 nos.
7. 250 mm Sweep metallic exhaust fan with metallic louvers and metallic mosquito
mesh (Approved makes: KHAITAN/ CROMPTON/ USHA/ ALMONARD/ ORIENT/
ALSTHOM) – 13 nos.
8. Modular Type 6A / 16A 6 pin socket outlet and 15 A / 16 A switch – 47 nos.
9. Telephone instruments with caller id ( Approved makes Alcatel T 56 or equivalent
in Panasonic / Motorola) - 1 Nos
10. Telephone outlets – 1 nos.
11. Fire Extinguisher ABC powder type 6 Kg ISI marked – 8 nos
12. Exit sign boards battery operated self-illuminating at every 6 m in corridor and at
all conspicuous locations as per norms
13. Storage water cooler with inbuilt RO + UV purifier 80 litres storage capacity and 60
LPH water outlet – 2 nos.
14. Non-essential electrical panel, Essential Electrical Panel inside the building, Main
DBs, Sub DBs, cabling with copper conductor FRLS cables of suitable size.
15. Bulk head fitting pressure die cast housing with IP 66 protection surface mounted
( Approved makes: PHILIPS Endura LED TypeWT202W LED 6S NW PSU S2 PC /
Lighting Technologies / TRILUX WIPRO - 16 nos

16. Lightning conductors, connections, earthing


209

SARV DHARM STHAL

1. Round surface sleek LED fitting with Aluminium die cast housing 18W (Approved
makes: Jaquar Model LNRO02R018SN / Lighting Technologies / TRILUX / Philips
/ WIPRO) – 60 nos.

2. High bay Circular LED fitting16000 lumens with narrow / wide beam with
toughened glass ( Approved makes: PHILIPS Model BY415P LED160S CW WB
FG PSD GR S5 / Lighting Technologies / TRILUX / WIPRO) - 8 nos

3. High bay Rectuangular LED fitting19500 lumens with narrow / wide beam with
toughened glass ( Approved makes: PHILIPS Model BY325P LED195S CW PSU
GR FG WB XTFCL V1 / Lighting Technologies / TRILUX / WIPRO) - 1 no

4. 600 mm x 600 mm LED fitting surface mounted CRCA housing 32 watt (


Approved makes: PHILIPS Model SM 365C LED 32 – 6500 PSU OD GR / Lighting
Technologies / TRILUX / WIPRO) – 4 nos

5. 6A / 16A 6 pin socket outlet and 15 A / 16 A switch – 6 nos.

6. Non-essential electrical panel, Essential Electrical Panel inside the building, Main
DBs, Sub DBs, cabling with copper conductor FRLS cables of suitable size.

7. Lightning conductors, Connections, Earthing

8. Bulk head fitting pressure die cast housing with IP 66 protection surface mounted
( Approved makes: PHILIPS Endura LED TypeWT202W LED 6S NW PSU S2 PC /
Lighting Technologies / TRILUX) - 16 nos

9. 300 LPD Solar Water heating System – 1 no


210

10 BEDDED HOSPITAL

1. Round surface sleek LED fitting with Aluminium die cast housing 18W (Approved
makes: Jaquar Model LNRO02R018SN / Lighting Technologies / TRILUX / Philips
/ WIPRO) – 96 nos.
2. Mirror light LED fitting 1000 lumens extruded aluminium batten ( Approved makes:
PHILIPS Model BN021 LED10S PSU GR S1 / Lighting Technologies / TRILUX
WIPRO) – 16 nos
3. Bulk head fitting pressure die cast housing with IP 66 protection surface mounted
( Approved makes: PHILIPS Endura LED TypeWT202W LED 6S NW PSU S2 PC /
Lighting Technologies / TRILUX / Philips) - 12 nos
4. 600 mm x 600 mm LED fitting surface mounted CRCA housing 32 watt (
Approved makes: PHILIPS Model SM 365C LED 32 – 6500 PSU OD GR / Lighting
Technologies / TRILUX / WIPRO) – 90 nos
5. 1200 mm sweep Ceiling fan 5 star ( Approved makes HAVELLS / CROMPTON
GREAVES / USHA / ORIENT (5 STAR RATED with ISI mark) – 41 nos.
6. 250 mm Sweep metallic exhaust fan with metallic louvers and metallic mosquito
mesh (Approved makes: KHAITAN/ CROMPTON/ USHA/ ALMONARD/ ORIENT/
ALSTHOM) – 16 nos.
7. 6A / 16A 6 pin socket outlet and 15 A / 16 A switch – 80 nos.
8. AC Point with 20 A DP modular switch and 20 A 3 pin socket – 12 nos.
9. Providing 15 passenger Hospital lift 0.5m/sec – 1 no
10. 1.5 TR Split AC inverter type (Approved Makes : Hitachi / Blue Star / LG / Daikin )
– 8 nos
11. 2.0 TR Split AC inverter type (Approved Makes : Hitachi / Blue Star / LG / Daikin )
– 4 nos

12. Data cabling, data outlet, conduits and wiring and Network switch for 10 outlets – 1
job
13. Inter com outlets – 19 nos
14. Telephone instruments with caller id ( Approved makes Alcatel T 56 or equivalent
in Panasonic / Motorola) - 19 Nos
15. 20 Pair DP Box with krone connectors – 2 Nos

16. Outdoor Telephone DP Box with krone connectors 20 Pair – 1 No

17. Telephone outlets – 10 nos.


18. Fire Extinguisher ABC powder type 6 Kg ISI marked – 8 nos
19. Exit sign boards battery operated self-illuminating at every 6 m in corridor and at
all conspicuous locations as per norms
20. Storage water cooler with inbuilt RO + UV purifier 80 litres storage capacity and 60
LPH water outlet – 2 nos.
21. Non-essential electrical panel, Essential Electrical Panel inside the building, Main
DBs, Sub DBs, cabling with copper conductor FRLS cables of suitable size.
22. Lightning conductors, Connections, Earthing
211

Sewage Treatment Plant (STP)


S No. Details Qty Remarks
i) Bar Screen As per design Material stainless steel, Pore
size = 10m

ii) Sewage transfer As per design 1+1 Centrifugal pump


pumps ( 1 working + 1 stand by)
iii) Lamella clarifier / As per design Tube Settling Channel with
tube settler UV resistant PVC Plate

iv) Air blowers As per design 1+1 Positive displacement roots


(1 working + 1 stand by) type
v) Filter press feed As per design 1+1 Stainless Steel material
pumps ( 1 working + 1 stand by)

vi) Aeration grid in As per design Submersed Type


equalization tank

vii) Activated carbon As per design Graded quartz sand, pebbles,


filter gravels, activated carbon
viii) Sludge transfer As per design 1+1 Centrifugal (5m3/hr)
pumps (1 working + 1 stand by) (H =10m-12m) (Q=30 to
35LPM)

ix) Filter feed water As per design 1+1 SS wetted Centrifugal (H


pumps ( 1 working + 1 stand by) =28m-35m) (Q = 80 to
90m3/hr)

x) Chlorination As per design N+N ( N Electronic Dosing pump with


metering pump working + N stand by) designed flow with dosing tank
in HDPE
xi) Clear water pump As per design N+N ( N Suitable for designed
working + N stand by) discharge

And Plumbing- Complete job ,power cabling - Complete job,control wiring – Complete job,
GI plate earthing – 2 nos ,painting , support chains for the pumps wherever required , and
all connected works as applicable.
212

POWER DISTRIBUTION
Separate lighting DBs and power DBs with 25A and 40A RCBO with 30MA
sensitivity as incomer, main DBs, Sub DBs, essential and non-essential Panel boards,
panel rooms, Feeder pillars, cables etc are to be provided. Electrical rooms of suitable
size are to be constructed at suitable location for accommodating panels, UPS, EPABX /
MDF box, Battery racks, etc. with spacing as per norms (minimum 1 metre) and one meter
gap all around the UPS and Battery rack. Necessary RCC pipes of 300 dia – 2 nos for
every electrical room and 150 mm dia RCC pipes- 2 nos. for communication / data cables
and cable trench of depth 1 m and width 1 m on two sides of the electrical room.

Specifications of 80 litres capacity Storage water cooler with


inbuilt RO+UV purifier
Make : Bluestar model SWCSDLX 6080UVROE or equivalent in Voltas, Usha, Aqua
Guard

1. Storage capacity – 80 litres


2. Nominal cooling capacity – 80 litres
3. RO water outlet – 60 litres per hour
4. No. of faucets – 2 cold

In toilet area: For general lighting LED type batten fittings with light out put not less than
2000 lumens or 1800 lumens round surface mounted sleek LED fittings of suitable
numbers shall be used as mentioned. Heavy duty Exhaust fan with louvers shall be used
(the size and number shall be decided as per air changes required as per NBC norms).
One no. 15/5 amp socket outlet shall also be provided. LED type mirror light of suitable
size and wattage shall be provided near wash basin. Occupancy sensors will be provided
in the common toilets.

External lighting
The scope of this work consists of planning, designing and SITC of LED street lighting
with poles along roads, pathways, gardens etc. nearby the above buildings. The total qty
shall be 20 nos. Fabrication and supplying of 3.0 metre long street light pole made of 65
mm dia (nominal size) medium class G.I. pipe welded with M.S. base plate of size 300
mm x 300 mm x 6 mm thick I/c drilling of holes for cable entry , earth stud and painting
pole with one coat of anti-corrosive paint and two coats of approved quality of Aluminium
paint, Erection of the same in cement concrete 1:2:4 ( 1 cement: 2 coarse sand : 4
graded stone aggregate of 20 mm nominal size) foundation with cement concrete collar
of 0.5m dia X 0.4m height above ground level including excavation and refilling etc as
required. In addition Supply, installation, testing and commissioning of LED street light
luminaire with 2500 lumens, suitable for 230V, single phase, 50 Hz, AC supply complete
with all accessories and connections, earthing the body etc. complete as reqd. ( The
fitting shall be as per PHILIPS Model No. BGP161 LED 2500/NW PSU 220-240V 7043 IN
or approved equivalent from Wipro/ Trilux / Lighting Technologies) and supplying and
fixing of SMC cable looping box 230mm X 170mm X 105mm deep, having hinged cover
plates including providing and fixing one No. 6 amps SP MCB "C" series, and 4 way 32A
brass connector terminals on 6 mm thick phinolic laminated sheet for looping of 2 x 10 /
16 Sq.mm cable and suitable size detachable gland plate inside with necessary hole at
the bottom for cable entry pipe etc., as required.(Make: Hensel/Sintex).
213

Supplying and fixing of 50 mm dia 1.5 mtr long medium class GI pipe suitably bent at the
bottom end for cable entry to street light looping box including threading the pipe and
fixing the same with MS clamp to the pole including painting etc. complete as required.
The road work of the campus has to be constructed as per details given in Civil part and
accordingly street light has to be provided along the road work as below (details indicated
are only tentative, for the purpose of guidance only. It is responsibility of the contractor to
ensure that the work of external lighting has to be executed as per guidelines specified in
NBC 2016).

1 Feeder pillar To be fabricated with light sensing type nature switch for
street light, garden Lights, staircase lights of quarters and
facade light control and as per CPWD specifications by a
CPRI approved fabricator.
2 Connecting cables Substations to feeder pillar and from feeder pillar to
street light poles with suitable size 4 core / 2 core
Aluminium armoured UG cables laid in DWC pipes as per
approved norms and specifications.

The electrical Installation work shall be carried out in accordance with Indian
Standard Code of Practice. It shall also be in conformity with the current Indian Electricity
rules and regulations and requirements of the Local Electricity Supply Authority and Fire
Service / Insurance regulations, so far as these become applicable to the installation.
Electrical work in general shall be carried out as per following CPWD Specifications
amended upto date.

General Specifications for Electrical Works: Part-II-External Work- 1994.Wherever


these specifications calls for a higher standard of material and or workmanship than
those required by any of the above mentions regulations and specification then the
specification here under shall take precedence over the said regulations and standards.

The details of scope of work subhead wise are given in the subsequent paras.
The quantities worked out in schedule of quantities are based on particular equipment
considered at design stage. The contractor is required to recheck the quantities based on
equipment offered by him to achieve required parameters.

Feeder Pillars and Cabling

The scope of this work consists of planning, designing, SITC of the following feeder Pillars
and cables for ESCOM(EB) connection and DG set power supply connection to the
buildings. There shall be one non-essential panel and one essential panel for Family
Welfare Centre Building, 10 Bedded Hospital and Sarva Dharm Stal. These panels should
be connected through an Automatic Source change over Current Limiting Switch
(ACCL) of suitable capacity for change over in case of ESCOM power failure to DG
supply.

a. Residential Area Non-Essential FP 1 – 1 no.


Fabrication, supply and commissioning of out-door type feeder piller /distribution panel
made out of not less than 2 mm thick CRCA sheet and ISMC 100 mm x 50 mm base
frame of with hinged doors and locking arrangement including powder coating of panel
and the minimum size of panel front size shall be not less than 1600 mm x 1000 mm and
with depth of 300 mm, connections, interconnections etc. as per CPWD specifications
(Part IV & V) of following size and providing and fixing of following panel mounting
switchgears/ accessories in the pannel and installation on suitable size CC foundation of
height not less than 500 mm above ground and depth not less tha 500 mm below ground
with minimum 450 mm working platform on front side, minimum 300 mm on other sides
etc. as required. (Residential Area Non Essential FP 1)
214

INCOMING:

a) On Load Change over switch 200 A 4 P conforming to IS /IEC 60947-3 - 1no.


b) 200 A capacity, 415V, 50 Hz, 4P MCCB( 36 KA)(Ics=100% Icu) with micro
processor based OC, S/C release and ROM (long handle type) - 1 No.
c) Current Transformer 200 / 5 ratio, 15 VA burden- 1 set
d) Combined Digital type display meter suitable for measuring ac voltage, Current,
KWH, KW, PF, Frequency etc., - 1 Nos
e) 3 Phase indicating LED lamps, with toggle switches and HRC control fuse (3
Nos) - 1 set

BUSBAR
250 A Capacity 4 strip Aluminium bus bars with suitable supports -1 set

OUTGOING:
125 A capacity, 415V, 50 Hz, 3P MCCB( 25 KA)(Ics=100% Icu) with micro processor
based OC, S/C release and ROM (long handle type) - 2 Nos.

EARTH
GI Earth strip of size 50x6 mm for full width of board with 2 termination points

b. Residential Area Essential FP 1 – 1 no.

Fabrication, supply and commissioning of out-door type feeder piller /distribution panel
made out of not less than 2 mm thick CRCA sheet and ISMC 100 mm x 50 mm base
frame of with hinged doors and locking arrangement including powder coating of panel
and the minimum size of panel front size shall be not less than 1600 mm x 1300 mm and
with depth of 300 mm, connections, interconnections etc. as per CPWD specifications
(Part IV & V) of following size and providing and fixing of following panel mounting
switchgears/ accessories in the panel and installation on suitable size CC foundation of
height not less than 500 mm above ground and depth not less tha 500 mm below ground
with minimum 450 mm working platform on front side, minimum 300 mm on other sides
etc. as required. (Residential Area Essential FP 1).

INCOMING:

a) On Load Change over switch 125 A 4 P conforming to IS /IEC 60947-3 - 1no.


b) 125 A capacity, 415V, 50 Hz, 4P MCCB( 25 KA)(Ics=100% Icu) with micro
processor based OC, S/C release and ROM (long handle type) - 1 No..
c) Current Transformer 100 / 5 ratio, 15 VA burden- 1 set
d) Combined Digital type display meter suitable for measuring ac voltage, Current,
KWH, KW, PF, Frequency, THD etc., - 1 No
e) 3 Phase indicating LED lamps, with toggle switches and HRC control fuse (3
Nos.) - 1 set

BUSBAR
160 A Capacity 4 strip Aluminium bus bars with suitable supports -1 set

OUTGOING:
1) 100 A capacity, 415V, 50 Hz, 3P MCCB( 25 KA)(Ics=100% Icu) with micro
processor based OC, S/C release and ROM (long handle type) - 2 Nos.
2) 63 A capacity, 415V, 50 Hz, 3P MCCB( 25 KA)(Ics=100% Icu) with micro
processor based OC, S/C release and ROM (long handle type) - 2 Nos.

EARTH
GI Earth strip of size 50x6 mm for full width of board with 2 termination points
215

c. Residential Area Non-Essential FP 2 – 1 no

Fabrication, supply and commissioning of out-door type feeder piller /distribution panel
made out of not less than 2 mm thick CRCA sheet and ISMC 100 mm x 50 mm base
frame of with hinged doors and locking arrangement including powder coating of panel
and the minimum size of panel front size shall be not less than 1600 mm x 1600 mm and
with depth of 300 mm, connections, interconnections etc. as per CPWD specifications
(Part IV & V) of following size and providing and fixing of following panel mounting
switchgears/ accessories in the pannel and installation on suitable size CC foundation of
height not less than 500 mm above ground and depth not less tha 500 mm below ground
with minimum 450 mm working platform on front side, minimum 300 mm on other sides
etc. as required. (Residential Area Non Essential FP 2).

INCOMING:

a) On Load Change over switch 250 A 4 P conforming to IS /IEC 60947-3 - 1no.


b) 250 A capacity, 415V, 50 Hz, 4P MCCB( 35 KA)(Ics=100% Icu) with micro
processor based OC, S/C release and ROM (long handle type) - 1 No.
c) Current Transformer 250 / 5 ratio, 15 VA burden- 1 set
d) Combined Digital type display meter suitable for measuring ac voltage, Current,
KWH, KW, PF, Frequency etc., - 1 Nos.
e) 3 Phase indicating LED lamps, with toggle switches and HRC control fuse (3
Nos.) - 1 set

BUSBAR
300 A Capacity 4 strip Aluminium bus bars with suitable supports -1 set

OUTGOING:
1) 160 A capacity, 415V, 50 Hz, 3P MCCB( 25 KA)(Ics=100% Icu) with micro
processor based OC, S/C release and ROM (long handle type) - 2 Nos.
2) 125 A capacity, 415V, 50 Hz, 3P MCCB( 25 KA)(Ics=100% Icu) with micro
processor based OC, S/C release and ROM (long handle type) - 2 Nos.
3) 63 A capacity, 415V, 50 Hz, 3P MCCB( 25 KA)(Ics=100% Icu) with micro
processor based OC, S/C release and ROM (long handle type) - 2 Nos.

EARTH
GI Earth strip of size 50x6 mm for full width of board with 2 termination points

d. Residential Area Essential FP 2 – 1 no.

Fabrication, supply and commissioning of out-door type feeder pillar /distribution panel
made out of not less than 2 mm thick CRCA sheet and ISMC 100 mm x 50 mm base
frame of with hinged doors and locking arrangement including powder coating of panel
and the minimum size of panel front size shall be not less than 1600 mm x 1600 mm and
with depth of 300 mm, connections, interconnections etc. as per CPWD specifications
(Part IV & V) of following size and providing and fixing of following panel mounting
switchgears/ accessories in the panel and installation on suitable size CC foundation of
height not less than 500 mm above ground and depth not less tha 500 mm below ground
with minimum 450 mm working platform on front side, minimum 300 mm on other sides
etc. as required. (Residential Area Essential FP 2)
216

INCOMING:
a) On Load Change over switch 100 A 4 P conforming to IS /IEC 60947-3 - 1no.
b) 100 A capacity, 415V, 50 Hz, 4P MCCB( 25 KA)(Ics=100% Icu) with micro
processor based OC, S/C release and ROM (long handle type) - 1 No.
c) Current Transformer 100 / 5 ratio, 15 VA burden- 1 set
d) Combined Digital type display meter suitable for measuring ac voltage, Current,
KWH, KW, PF, Frequency, THD etc., - 1 No
e) 3 Phase indicating LED lamps, with toggle switches and HRC control fuse (3
Nos.) - 1 set

BUSBAR
125 A Capacity 4 strip Aluminium bus bars with suitable supports -1 set

OUTGOING:
1) 63 A capacity, 415V, 50 Hz, 3P MCCB( 25 KA)(Ics=100% Icu) with micro
processor based OC, S/C release and ROM (long handle type) - 4 Nos.
2) 32 A capacity, 415V, 50 Hz, 3P MCCB( 25 KA)(Ics=100% Icu) with micro
processor based OC, S/C release and ROM (long handle type) - 2 Nos.

EARTH
GI Earth strip of size 50x6 mm for full width of board with 2 termination points

e. Residential Area Non Essential FP 3 – 1 no.


Fabrication, supply and commissioning of out-door type feeder piller /distribution panel
made out of not less than 2 mm thick CRCA sheet and ISMC100 mm x 50 mm base
frame of with hinged doors and locking arrangement including powder coating of panel
and the minimum size of panel front size shall be not less than 1800 mm x 1500 mm and
with depth of 400 mm, connections, interconnections etc. as per CPWD specifications
(Part IV & V) of following size and providing and fixing of following panel mounting
switchgears/ accessories in the pannel and installation on suitable size CC foundation of
height not less than 500 mm above ground and depth not less tha 500 mm below ground
with minimum 450 mm working platform on front side, minimum 300 mm on other sides
etc. as required. (Residential Area Non Essential FP3)

INCOMING:
a) On Load Change over switch 400 A 4 P conforming to IS /IEC 60947-3 - 1no.
b) 400 A capacity, 415V, 50 Hz, 4P MCCB( 50 KA)(Ics=100% Icu) with micro
processor based OC, S/C release and ROM (long handle type) - 1 No.
c) Current Transformer 400 / 5 ratio, 15 VA burden- 1 set
d) Combined Digital type display meter suitable for measuring ac voltage, Current,
KWH, KW, PF, Frequency, THD etc., - 1 No
e) 3 Phase indicating LED lamps, with toggle switches and HRC control fuse (3
Nos) - 1 set

BUSBAR
500 A Capacity 4 strip Aluminium bus bars with suitable supports -1 set

OUTGOING:
1) 315 A capacity, 415V, 50 Hz, 3P MCCB( 50 KA)(Ics=100% Icu) with micro
processor based OC, S/C release and ROM (long handle type) - 2 Nos.
2) 200 A capacity, 415V, 50 Hz, 3P MCCB( 36 KA)(Ics=100% Icu) with micro
processor based OC, S/C release and ROM (long handle type) - 2 Nos.

EARTH
GI Earth strip of size 50x6 mm for full width of board with 2 termination points
217

CABLING
As the feeder pillars have change over switches as incomer, in addition to 4 pole
MCCBs, the non-essential and essential panels of buildings like Family Welfare Centre,
10 bedded Hospital and Sarva Dharm Stal also should have change over switches of
suitable capacity to connect standby cables from feeder pillars. The sizes of the cable
shall be determined according to cable chart in CPWD specifications for internal works.

FEEDER PILLAR

Outdoor type Feeder Pillars shall be suitable for 3 phase, 50Hz, 415 volts, A.C.
system and shall generally conform to IS 5039. Feeder Pillar shall be fabricated as per
CPWD specification and sound engineering practice. Fabrication shall be started only
after approval of drawing by Engineer-in-charge. All components of feeder pillars like
MCCBs, Bus bar, MCBs, astronomical timer etc. shall fulfill all requirement of relevant IS
codes. MCCBs upto 250 amp capacity should have breaking capacity not less than 35
KA and that of more than 250 Amp shall have breaking capacity 50 KA. All MCBs to be
used shall have breaking capacity not less than 10KA Bus bar shall be of tinned copper
electrolytic grade. For all MCCBs and MCBs ICs = ICu. Enclosures of feeder pillars shall
be powder coated with 7 tank process.

MOULDED CASE CIRCUIT BREAKERS

Moulded Case Circuit Breaker shall be incorporated in the Feeder Pillars wherever
specified. MCCB‟s shall conform to IS: 13947 (Part-II) IEC-947(2) in all respects. MCCB‟s
shall be suitable either for single phase AC 230 volts or three phase 415volts. The MCCB
shall of thermal magnetic type upto 200A ratingand MCCB above 250A rating shall be of
microprocessor base having overload and short circuit protection. The incomer MCCB
shall also have earth fault protection and time delay. The main incoming MCCB / ACB
provided in the main panel of each building shall be microprocessor based and shall be
suitable for BMS operation.

ROAD / STREET LIGHTING: For Road lighting Pole shall be GI octagonal type with
designer bracket of approved brand. Street light fittings shall be LED type. Illumination
level to be maintained at road shall be as specified in NBC code / CPWD specifications.
The height and distance between each poles shall be maintained as per provision laid
down in CPWD specifications. The minimum specifications for LED street light fittings to
be used are :

i) Type LED type only


ii) IP rating 66
iii) Efficacy Not less than 100 lumens / system watt
iv) Colour temperature As decided by Engineer-in-Charge
v) CRI > 80
vi) THD < 10
vii) Housing Die cast aluminium
viii) PF > 0.95
ix) Operating voltage 140 – 270 V, A.C. 50 Hz
x) Surge protection > 5 KA
xi) Street lighting/Area lighting Specification shall be as above
xii) Façade lighting Specification shall be as per designs approved
by Engineer-in-charge
218

Signage‟s / Sign boards: The scope of works consists of Signages: Designing,


manufacturing, providing and fixing of self glowing photo luminescent safety sinages on
1.2 mm thick aluminium sheet of various matter as briefed by the Engineer-in-charge such
as electrical safety precaution, instructions for lift passengers, fire safety measures,
indication of various shafts, entrance , exit, stairs, toilets, fire exit etc having single side
printing / computerized setting of letters on the photo luminescent as base chemical
covered with stabilizer coating complete as required for all floors of buildings under
construction . Wherever required light illuminated signages shall also be used.

Sign Boards (For buildings): The scope of work also consists of design, supply,
fabrication and fixing of sign board using word made of acrylic cut out letter with LED and
reflecting vinyl sheet as per design approved by Client /Engineer-in-charge. The board
shall be fabricated with 3mm thick ACP sheet and suitable size AI supports. Powder
coated aluminum sheet shall be fixed from the rear side of the entire board to make box
section. Powder coated aluminum cuts and bracket shall be used of minimum 3 mm
thickness.

C.3.1: COMMERCIAL AND ADDITIONAL CONDITIONS FOR FIRE FIGHTING SYSTEM


(Wet riser and sprinkler system as per NBC 2016 requirements)

Scope of work:

The scope of fire fighting system in various building to be constructed shall be as per
NBC 2016

Note: The work shall be executed as per the provisions given in NBC- 2016 & local
byelaws whichever is higher. Nothing extra shall be payable to contractor on this account.

I. Fire Protection System including Sprinkler System, wet risers, Yard-hydrants and
Fire Pumps etc. wherever required shall be designed and provided as per NBC
2016 , IS standard & Fire Bye Laws. Initial Aproval / NOC for the scheme from
Karnataka State Fire Service Department shall be obtained by the agency.

II. Scope of work shall be as under:

To get the fire fighting scheme approved first from Karnataka State Fire service
department before taking up execution of work for the entire building. To execute
the work as per approval of Karnataka state fire service department and as per
scope of work.

Agency shall obtain NOC/ clearance certificate from Karnataka state fire service
department for the entire building as per requirement. For the portions excluded
from the scope the work will be carried out by the department or by the client as
per the scheme approved by the fire department.

III. All the buildings to be constructed have to be connected with Heavy duty (C–
Class) M.S. pipe of suitable diameter, necessary NRV / sluice valve / butter fly
valve as per drawing approved by Engineer – in – charge as FIRE FIGHTING
RING MAIN WATER LINE. The fire pump house shall be constructed and fire
fighting equipments shall be Supplied, Installed, tested and commissioned by the
contractor as per the approved drawing and design.

IV. Fire extinguishers shall be installed at each floor in all the wings of the buildings (
as per NBC 2016/Fire Services of Karnataka Govt. norms). In addition to this fire
extinguishers in the building ABC type fire extinguishers of not less than 4.5 kg
capacity shall also be installed in sub-station building, Electrical rooms, fire pump
house, LT rooms, Lift machine rooms ( as per NBC/Fire Services of Karnataka
Govt. norms).
219

V. The agency must study specifications, provision for fire-fighting system for
various buildings, NBC code – 2016, local byelaws and additional conditions
carefully. The work shall be executed in close co-ordination with the progress of
building work.

VI. Contractor shall provide all tools, equipment, metering and testing devices required
for the purpose. On award of work, Contractor shall submit a detailed proposal
giving methods of testing and gauging the performance of the equipment to be
supplied and installed under this Contract.

VII. All tests shall be made in the presence of the Engineer-in-charge or his
representative or any inspecting authority and results recorded. At least five
working days notice in writing shall be given to the inspecting parties before
performing any test.

VIII. Water flow rate of all equipment and in pipe lines through valves shall be adjusted
to design conditions. Complete results of adjustments shall be recorded and
submitted.

IX. Contractor shall ensure proper balancing of the hydraulic system and for the
pipes / valves installed in his scope of work by regulating the flow rates in the pipe
line by valve operation. The contractor shall also provide permanent Tee
connection (plug) in water supply lines for ease of installing pressure gauge,
temperature gauge & rotameters. Contractor shall also supply all required pressure
gauge, temperature gauge &rota meter for system commissioning and balancing.
The balancing shall be to the satisfaction of commissioning and balancing. The
balancing shall be to the satisfaction of Consultant / Engineer in charge.

X. Three copies of all test results shall be submitted to the Engineer in A4 size sheet
paper in two weeks after completion of the tests

2. SPECIFICATION:

The works shall be executed as per CPWD‟s General specification for Electrical
Works, Part-I (Internal-2013); Part-II (External)-1994; Part-V (Wet Riser and
Sprinkler System for Fire Fighting Installation)-2006, Part-VI (Fire Alarm System)
IE Rules, provision laid down in NBC – 2016, ECBC 2017 as amended up to date
and latest building byelaws of local body / Local Municipal Corporation and various
Indian Standards amended up to date, and as per direction of Engineer-in-Charge.
The additional specifications are to be read above and in case of any variations;
specifications given along the tender shall apply.

3. Indian standards:

a. IS-8757 Glossary of terms associates Fire safety.


b. IS-884 Specification for first-aid hose reel for the fighting.
c. IS-884 Specification for first-aid hose reel for the fighting. IS-902
d. Specification for suction hose couplings for fire fighting purpose. IS-903
Specification for fire hose delivery couplings, branch pipe, nozzles and nozzle
spanner
e. IS-904 Specification for two-way and three – way suction collection heads for
firefighting purposes.
f. IS-908 Specification for fire hydrant, stand post type IS-636 Non percolating
flexible firefighting equipment.
g. IS-1646 Code of practice for fire safety of buildings (general): Electrical
installations.
h. IS-5290 Specification for landing valves.
220

i. IS-8090 Specification for couplings, branch pipe, nozzle, used in hose reel
tubing for fire fighting.

4. Completeness of tender, Submission of Execution Programme, Approval of


Drawings and Commencement of Work:

Completeness of the work - All sundry equipment, fittings, assemblies,


accessories, hardware items, bolts, supports, termination lugs for electrical
connection, cable glands, junction box and all other sundry items for proper
assembly and efficient working of the various equipment and components of the
work shall be deemed to have been included in the scope of work, irrespective of
the fact whether such items are specifically mentioned in the tender document or
not.

5. Dispatch of Materials to Site and Safe Custody thereof:

The contractor shall dispatch materials to site in consultation h the Engineer-in-


Charge. Programme of dispatch of material shall be framed keeping in view the
building progress. Safe custody of all machinery and equipment supplied by the
contractor shall be the responsibility of the contractor till final taking over by the
department. Piping, cabling or any other work, which directly affect the progress of
building work, shall be given priority.

6. Quality of Materials and Workmanship:

The components of the installation shall be of such design so as to satisfactorily


function under all conditions of operation. The entire work of manufacture/
fabrication, assembly and installation shall conform to sound engineering practice.
All equipment and materials to be used in work shall be manufactured in factories
of good repute having excellent track record of quality manufacturing, performance
and proper after sales service.

7. Care of the Building:

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

8. GUARANTEE:

All equipment shall be guaranteed for a period of 12 months from the date of
handing over of the installation by the Department against unsatisfactory
performance and/or breakdown due to defective design, material, manufacture,
workmanship or installation. The equipment or component or any part thereof so
found defective during the guarantee period shall be repaired or replaced free of
cost to the satisfaction of the Engineer-in-charge. In case of replacement or repair
requiring more than 7 days, the agency shall temporarily install the equipment so
that the system become operational. If it is felt by the department that undue delay
is being caused by the contractor in doing this, the same will be got done by the
department at the risk & cost of the contractor and the warrantee period will be
extended for the equipment for the time period equal to interval of defect and
replacement. The decision of Engineer-in-charge in this regard shall be final &
binding on the contractor.

The tender shall guarantee among other things, the following:-


Quality, strength and performance of the materials used as per manufacturers
standards.
221

Safe mechanical & electrical stress on all parts under all specified conditions of
operation.

9. TENDER DRAWINGS, DRAWINGS FOR APPROVAL AND COMPLETION


DRAWINGS

Drawings for approval on award of the work -The contractor shall prepare & submit
three sets of following drawings and get them approved from the Engineer-in-
charge before the start of the work. The approval of drawings however does not
absolve the contractor not to supply the equipment/materials as per agreement, if
there is any contradiction between the approved drawings and agreement. The
decision of the Engineer-in-Charge shall be final & binding on the contractor.

Lay out drawings of the equipments to be installed in pump from and terrace.
Drawings showing the details of erection of entire equipments including their
foundations. Plumbing drawings showing the layout of entire piping, dia. and length
of pipes, hydrant, air vessel and isometric drawings showing connections to
various equipments. Sprinkler drawing indicating layout and size of pipe, location
of valves, sprinklers etc. Lay out and isometric drawings of the equipment and pipe
work, valves, nozzles to be installed in various rooms. Drawings including section,
showing the details of erection of entire equipment including their supports/
mountings etc. Electrical wiring diagrams for all electrical equipment and controls
including the sizes and capacities of the various cables and equipment.

Any other drawings relevant to the work.

Completion Drawings: Three sets of the following laminated drawings shall be


submitted by the contractor while handing over the installation to the Department.
Out of this one of the sets shall be laminated on a hard base for display in the
Control room. In addition one soft copy will be given on compact disc/pen drive
Installation drawings giving complete details of all the equipment, including their
mountings/ supports. Plumbing layout drawings giving sizes and lengths of all the
pipes and the sizes and locations of valves, nozzles and including isometric
drawings for the entire piping including the pipes connections to the various
equipments. Electrical wiring diagrams for all electrical equipment and controls
including the sizes and capacities of the various cables and equipments.

10. Final Inspection and Testing

Final Inspection and testing will be done by the Engineer-in-Charge or his


representative as per details indicated in Chapter -11 of Specification.

The installation will be offered for inspection by local bodies (Chief Fire Officer).
The contractor or his representative shall attend such inspection of the Chief Fire
Officer, extend all test facilities as are considered necessary and comply all
observations of the Chief Fire Officer which are part of the agreement and arrange
for obtaining necessary NOC / clearance certificate in favour of the department. In
case the contractor fails to attend the inspection and not made desired facilities
available during inspection, the department reserves the right to provide the same
at the risk and cost of the contractor and impose penalty for the same. The
installation will be accepted by the department only after receiving clearance from
Chief Fire Officer for the work executed by the contractor under the agreement.

11. WORKS TO BE DONE BY THE CONTRACTOR:

Unless otherwise mentioned in the tender documents, the following works shall be
done by the contractor and therefore, their cost shall be deemed to be included in
their tendered cost- whether specifically indicated in the schedule of work or not.
Foundations for equipments including foundation bolts and vibration isolation
222

spring/pads Suspenders, brackets and floor/ wall supports for


suspending/supporting pipes.

Suspenders and/or cable trays for laying the cables. Excavation and refilling of
trenches in soil wherever the pipes are to be laid directly in ground, including
necessary base treatment and supports. Sealing of all floor slab/ wall openings
provided by the Department or contractor for pipes and cables, from fire safety
point of view, after laying of the same. Painting of all exposed metal surfaces of
equipment and components h appropriate colour. Making openings in the walls/
floors/ slabs or modification in the existing openings wherever provided for carrying
pipe line, cables etc. All electrical works including cable/wires earthing etc. beyond
power supply. Making good all damages caused to the structure during installation
and restoring the same to their original finish. Approval from local fire
authority/NOC from Karnataka state Govt. Fire Service as may be required as per
local bye-laws.

12. Verification of correctness of equipment at destination

The contractor shall have to produce all relevant records to certify that the genuine
equipment for the manufacturers

13. After Sales Service:

The contractor shall ensure adequate and prompt after sales service in the form of
maintenance, spares and personnel as and when required and shall minimize the
breakdown period. In case of equipment supplied by other manufacturers the firm
shall furnish a guarantee from the manufacturer for the same before the installation
is taken over.

14. Documents to be provided on Completion of Work:

Three sets of following documents shall be furnished to the department by the


contractor on completion of work. Completion drawings 3sets of manufacturer‟s
technical catalogues of all equipment and accessories. Operation and
maintenance manual of all major equipment, detailing all adjustments, operation
and maintenance procedure

15. Maintenance:

Maintenance including free defects liabilities period of one year from date of record
of completion by Engineer-in-Charge and handing over of the installation.

One number trained operator for fire fighting system and one helper shall be made
available to meet any exigency of work during the guarantee period of one year from the
handing over of the installation. The maintenance, routine as well as preventive, for one
year from the date of taking over the installation as per manufacturer‟s recommendation
shall be carried out.

16. PRE-COMMISSIONING

On completion of the installation of all pumps, piping, valves, pipe connections,


insulation etc. the Contractor shall proceed as follows:

Prior to start-up and hydraulic testing, the Contractor shall clean the entire
installation including all fitments, pipe work and the installation and keep them in a new
condition. All pumping systems shall be flushed and drained at least once through to get
rid of contaminating materials. All pipes shall be rodded to ensure clearance of debris,
cleaning and flushing shall be carried out in sections as the installation becomes
completed. All strainers shall be inspected and cleaned out or replaced.
223

When the entire systems are reasonably clean, a pre-treatment chemical shall be
introduced and circulated for at least 8 hours. Warning signs shall be provided at all
outlets during pre-treatment. The pre-treatment chemical shall: remove oil, grease and
foreign residue from the pipe work and fittings;

Pre-condition the metal surfaces to resist reaction water or air.

Establish an initial protective film; After pre-treatment, the system shall be drained
and refilled fresh water and left until the system is put into operation. Details and
procedures of the pre-treatment shall be submitted for approval. Check all clamps,
supports and hangers provided for the pipes. Fill up pipes water and apply hydrostatic
pressure to the system as given in the relevant section of the specification. If any leakage
is found, rectify the same and retest the pipes.

Fire Protection System

a) Check all hydrant valves by opening and closing: any valve found to be open shall
be closed.
b) Check all the piping under hydro test.
c) Check that all suction and delivery connections are properly made for all pump
sets.
d) Check rotation of each motor after decoupling and correct the same if required.
e) Test run each pump set.
f) All pump sets shall run continuously for 8 hours (if required, temporary piping back
to the tank to be made).

Commissioning and Testing

Pressurize the fire hydrant system by running the jockey pump and after it attains
the shut-off pressure of the pump. Then, open bypass valve and allow the pressure to
drop in the system. Check that the jockey pump cuts-in and cuts-out at the preset
pressure. If necessary, adjust the pressure switch for the jockey pump. Close by-pass
valve. Open hydrant valve and allow the water to flow into the fire water tank in order to
avoid wastage of water. The main fire pump shall cut-in at the preset pressure and shall
not cutout automatically on reaching the normal line pressure. The main fire pump shall
stop only by manual push button. However, the jockey pump shall cut-out as soon as the
main pump starts,

Switch off the main fire pump and test check the Diesel engine driven pump in the
same manner as the electrically driven pump,

When the fire pumps have been checked for satisfactory working on automatic
controls, open fire hydrant valves simultaneously and allow the hose pipes to discharge
water into the fire tank to avoid wastage. Check each landing valve, male and female
couplings and branch pipes, for compatibility. Any fitting which is found to be incompatible
and do not fit into the other properly shall be replaced by the Contractor. Each landing
valve shall also be checked by opening and closing under pressure. Check all
annunciations by simulating the alarm conditions at site.

STATUTORY AUTHORITIES' TESTS AND INSPECTIONS


As and when notified in writing or instructed by the Engineer-in-charge, the
Contractor shall submit shop drawing and attend all tests and inspections carried out by
Local Fire Authorities and other Statutory Authorities, and shall forth execute free of
charge any rectification work ordered by the Engineer-in- charge as a result of such tests
and inspections where these indicate non- compliance Statutory Regulations. Some of
these tests may take place after the issue of Practical Completion of the Main Contract
and the Contractor shall make all allowances in this respect. The Contractor shall be
responsible for the submission of all necessary forms and shop drawings to the Statutory
224

Authorities which shall conform in layout to the latest architectural plans submitted to and
kept by these Authorities.

The submission shall comply the requirements set forth in the current Codes of
Practice and circular letters of the Statutory Authorities. The shop drawings to be
submitted shall be forwarded to the Architect for checking before submission. The
Contractor shall allow for at least two submissions of complete sets of shop drawings to
the Authorities. The Engineer-in-charge may at his discretion instruct the Contractor for
additional submissions to the Local Authorities whenever necessary.

The Contractor shall notify the Engineer-in-charge at least seven days in advance
of his application for local Authority tests and inspections. On receipt of a confirmed date
for test and inspection the Contractor shall inform the Engineer-in-charge out delay.

FINAL ACCEPTANCE TESTS


Following commissioning and inspection of the entire installation, and prior to issue
of the Completion Certificate, the Contractor shall carry out final acceptance tests in
accordance to a programme to be agreed with the Engineer-in-charge.

If the results of the acceptance tests show that plant, systems and/or equipment
fail to perform to the efficiencies or other performance figures as given in this
Specification, the Contractor shall adjust, modify and if necessary, replace the equipment
without further payment in order that the required performance is obtained.

Where acceptance tests are required by the relevant Authorities having


jurisdiction, these tests shall be carried out by the Contractor prior to the issue of
Completion Certificate to the acceptance of the Authorities.

REJECTION OF INSTALLATION / PLANT

Any item of plant or system or component which fails to comply the requirements
of this specification in any respect whatsoever at any stage of manufacture, test, erection
or on completion at site may be rejected either in whole or in part as considered
necessary/appropriate. Adjustment and/or modification work as required by the Engineer-
in-charge so as to comply the Authority's requirements and the intent of the Specification
shall be carried out by the Contractor at his own expense and to the satisfaction of the
Authority/Engineer-in-charge.

After works have been accepted, the Contractor may be required to carry out
assist in carrying out additional performance tests as reasonably required by the
Engineer-in-charge /Employer.

HANDING OVER OF DOCUMENTS

All testing and commissioning shall be done by the Contractor to the entire
satisfaction of the Engineer-in-Charge and all testing and commissioning documents shall
be handed over to him.

The Contractor shall also hand over all maintenance and operation manuals, all
certificates and all other documentation as per the terms of the contract to the Engineer-
in-Charge.
225

C.4.1: CONDTIONS AND TECHNICAL SPECIFICATIONS FOR FIRE ALARM SYSTEM

SCOPE OF WORK

1.0 GENERAL
The specification covers design, supplying, installing, testing and commissioning putting
into operation of Manual Fire Alarm System at various buildings in CISF, Lakkur Village.
The work shall be carried out as per CPWD specifications for Fire Alarm 2018 The Fire
Alarm system work is to be carried out in as required as per NBC 2016.

1.1. LOCATION
The Manual Fire Alarm System will be installed at various buildings of CISF,
Lakkur Village, Bangalore. The ambient condition are as follows:
a) Temperature variation from 10 to 40 degree centigrade
b) Relative humidity variation from 20% to 90%

The system should work satisfactorily under these ambient conditions.


1.3 The work shall be executed as per CPWD General Specifications for Electrical
Work (Part I to VIII) as amended up to date, relevant I.E. Rules, BIS/IEC and shall
comply with latest requirements of NFPA/IS standards and as per directions of
Engineer-in-Charge. These additional specifications are to be read in conjunction
with above and in case of variations; specification given in this additional
conditions shall apply.

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

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

2.0 RATES:

2.1 The prices to be quoted by the intending tender shall include the designing,
preparing shop drawings, the supply and installation at the site of all equipment
ancillary material and other items. Whatever required for carrying out the job to
fulfil the intent and purpose as laid sown in the specifications or in the drawings.
The tenderer‟s price shall be deemed to include all nuts, bolts, shims, clamps,
supports etc. as required for proper fixing and or grouting of equipment, ancillary
items etc. whether specifically mentioned or not. The contractor shall also include
in this price all taxes, duties or other levels (viz excise duty customs duty, tax octroi
etc.) which are legally leviable. Failure to include all leviable taxes and duties will
not entitle. the contractor to any extra claims from the department.

2.2 The contractor has to carry out maintenance as per manufacturer‟s standard for a
period of 12 months from the date of handing over. Nothing extra shall be paid.

3.0 COMPLETION OF TENDER:

All sundry equipment, fittings, unit assemblies, accessories, hardware items,


foundation bolts, termination lugs for electrical connections, and all other items
which are useful and necessary for efficient assembly and installation of equipment
and components of the work shall be deemed to have been included in the tender
irrespectively of the fact whether such items are specifically mentioned in the
tender documents or not.
226

4.0 GUARANTEE:

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

4.2 The tenderer shall guarantee among other things, the following:
(a) Sound design, quality, strength and performance of the materials used as
per manufacturers standards.
(b) Safe mechanical and electrical stress on all parts under all specified
conditions of operation.

5.0 ACCEPTABLE MAKES OF VARIOUS EQUIPMENTS:

The acceptable makes of various equipments/components/accessories have been


indicated in “Acceptable Makes” in NIT. The tenderer shall work out the cost of the
offer on this basis. Alternate makes are not acceptable.

6.0 DATA MANUAL AND DRAWING TO BE FURNISHED BY THE TENDERERS:

6.1 After Award of work:

The successful tenderer would be required to submit the following drawings for
approval before commencement of installation.

(a) All general arrangement drawings of the equipments to be installed in the


building with complete dimension of panel etc. and cable layout.

(b) The make and model No. Of each equipment along with their catalogue and
undertaking from the manufacture

(c) Any other drawing necessary for the job.

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

7.0 INSPECTION AND TESTING:


7.1 All major equipmentsi.e Panel etc. shall be offered for initial inspection at
manufacturer‟s works. The contractor will intimate the date of testing of
equipments at the manufacturer‟s works before dispatch. The successful tenderer
shall give advance notice of minimum 2 weeks regarding the dates proposed for
such tests to the Department‟s representative to facilitate his presence during
testing. The Engineer-in-Charge may witness such testing. The cost of the
Engineer‟s visit to the factory will be borne by the department. Equipments will be
inspected at the manufacturer/authorized dealer‟s premises, before dispatch to the
site by the contractor if so desired by the Engineer-in-charge.
227

7.2 Copies of all documents of routine and type test certificates of the equipment,
carried out at the manufacturers premises shall be furnished to the Engineer-in-
Charge and consignee.
7.3 After completion of the work in all respect the contractor shall offer the installation
for testing and operation.
7.4 In addition to the above, all equipment and systems shall be tested after
installation as required by various statutory authorities, certifying agencies and as
required by various section of these specifications.
7.5 The contractor shall take full responsibility for proper operation of the entire system
including debugging and proper calibration of each component and sub-system.
7.6 The contractor shall leave necessary provisions required for fixing instruments,
gauges, meters, etc. for testing the installation even if these are not shown on the
drawings. The Contractor at his own cost shall arrange all such instruments,
services etc. needed for the tests.

8.0 INDEMNITY:
The successful tenderer shall at all times indemnify the department, consequent
on this works contract. The successful tenderer shall be liable, in accordance with
the Indian Law and regulations for any accident occurring due to any cause and
the department shall not be responsible for any accident o damage incurred or
claims arising there from during the period of erection, construction and putting into
operation the equipments and ancillary equipments under the supervision of the
successful tenderer in so far as the latter is equipment under the supervision of the
successful tenderer in so far as the latter is responsible. The successful tender
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.

9.0 ERECTION TOOLS


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

10.0 INSURANCE AND STORAGE


All consignments are to be duly insured up to the destination from warehouse to
warehouse at the cost of the supplier the insurance covers shall be valid till the
equipment is handed over duly installed, tested and commissioned. The successful
bidder has to submit proof/challan of purchase of material from manufacturer or
their authorized dealer.

11.0 VERIFICATION OF CORRECTNESS OF EQUIPMENT AT DESTINATION.


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

12.0 TRAINING
The scope of work includes the on job technical training of two persons of
department at site. Nothing extra shall be payable on this account.

13.0 MAINTENANCE
13.1 Sufficient trained and experienced staff shall be made available to meet any
exigency of work during the guarantee period of one year from the handing over of
the installation.
13.2 The maintenance routine as well as preventive for one year from the date of taking
over the installation as per manufacturer‟s recommendation shall be carried out on
quarterly basis.
228

TECHNICAL SPECIFICATIONS

1. GENERAL
1.1 CODES & STANDARDS

(a) The Fire Alarm System shall comply with latest requirements of NFPA/IS
Standards/Manufacturer specifications.
(b) In general the system and all components shall have UL approval (9th
Edition).

1.1.1 SCOPE OF WORK

1.2 SCHEDULE OF REQUIREMENTS

1.2.1 It is the intent of this specification to define a state-of-art integrated addressable


Fire Alarm System, which is user friendly, modular, flexible and expandable. The
system is to be designed, installed, customized, tested, commissioned and
supported by a local office of agent of the manufacturer by Engineer skilled in
providing functional and efficient solutions to the needs of the Engineer-in-Charge.
1.2.2 The entire installation shall be in accordance with the requirements and
stipulations of the Chief Fire Officer, Bangalore and his office. In addition, it shall
also be in accordance with the national and local electrical codes and the
Underwriters Laboratories standards.
1.2.3 All electronic equipment shall conform to the pertinent regulations governing radio
frequency electromagnetic interference and should be so labelled.

1.2 TECHNICAL DATA


1.2.1 The tenderer shall submit comprehensive technical information for all the
equipment and material alongwith technical catalogues and performance
Tables/Curves of all equipment and machines including makes and modem and
take approval from the department before taking action for their procurement.
1.2.2 The Fire Detection installation shall be designed and guaranteed to perform as
indicated in other parts of these specifications and drawing read in conjunction with
statutory requirements.
1.2.3 All equipment shall be tested at manufacturer‟s works as per latest relevant NFPA
specifications or in the absence of IS specification approved testing methods shall
be followed and test certificates/Reports submitted to the Engineer-in-Charge.
1.2.4 In addition to the above, all equipment and systems shall be tested after
installation as required by various statutory authorities, certifying agencies and as
required by various sections of these specifications.
1.2.5 The contractor shall take full responsibility for proper operation of the entire system
including debugging and proper calibration of each component and sub-system.
1.2.6 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 or his authorized representatives.
1.2.7. 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.
1.2.8 The contractor shall, on approval of Engineer-in-Charge, proceed with necessary
pre-commissioning activities and tests and put the installation initial operation and
start-up during which preliminary adjustment and addressing shall be carried out.
1.2.9 Based on preliminary observations during the initial operation described above,
necessary modifications/repair/replacement/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 trail runs for at
least one month trouble free.
229

1.2.10 Not withstanding approval of tests or equipment or materials by Engineer-in-


Charge etc. upto the tests in static as described herein 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.

1.2.11 All equipment shall be capable of performing the duties specified in these
specifications without damage, distortion of failure of any component.
1.2.12 The performance of various equipments individually shall not be less than quoted
rating and consumption of power shall not exceed the ratings quoted by the
tendered, when tested in normal operating condition. Otherwise the
equipment/material are liable for rejection.
1.2.13 Al test instruments shall be calibrated for accuracy prior to taking the performance
tests.

1.3 INSTALLATION
1.3.1 Installation shall be in accordance with the local and state codes, as shown on the
drawings and as recommended by the equipment manufacturer.
1.3.2 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.
1.3.3 Manual call boxes shall be with Metal Back boxes & flush mounting. It should be
resettable type, not with the break glass.
1.3.4 At final inspection, a factory-trained representative of the manufacturer of the
major equipment shall demonstrate that the system functions properly in every
respect.

1.4 DEMONSTRATION:
1.4.1 The firm shall completely check out, calibrate and test all connected hardware and
software to ensure that the system performs in accordance with the approved
specifications and sequences of operations submitted.
1.4.2 This demonstration shall consist of the following:-
a) Display and demonstrate each type of date entry to show site specific
customizing capability.
b) Demonstrate parameter changes.
c) Demonstrate scan, update and alarm responsiveness.

1.4 MANUALS:
The following manuals shall be provided at the time of Handing over:
1.4.1 An Operator‟s Manual shall contains graphic explanations of keyboard use for all
operator functions specified under operator training.
1.4.2 Computerized printouts of all date file layouts including all point processing
programming details, flowcharts, etc.
1.4.3 On completion of work “As Built” Drawings (Completion Plan) for completed
installation shall be prepared by the contractor and three(3) copies of the same will
be supplied to the Engineer-in-charge. In addition, all operation manuals,
Technical Literature for the various components of equipment, Controls and
accessories installed, recommended spares and services manuals will be supplied
by the Contractor to the Engineer-in-Charge.

1.5 TRAINING & HANDING OVER


1.5.1 All training by the Contractor shall utilize manuals and as built documentation and
the online help utility.
1.5.2 Operator training shall include:
a) Sequence of Operation review Sign ON – Sing OFF
b) Selection of all displays and reports Commanding of points, keyboard
c) System initialization
230

d) Trouble shooting of sensors (determining defective sensors)


e) Password modification

1.5.3 Supervisor training include:


a) Password assignment/modification
b) Operator assignment/modification
c) Operator authority assignment/modification
d) Point disable/enable
e) Terminal and data segregation/modification

1.6 GUARANTEE:
1.6.1 The contractor shall guarantee the entire 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 acceptance
against unsatisfactory performance or break down due to defective design,
manufacture and/or installation. The installation shall be covered by the conditions
that the whole installation or any part thereof found defective within one year from
the date of taking over shall be replace or repaired by the contractor free of charge
as decided by the department/Engineer-in-Charge.

1.6.2 The warranty shall cover the following:-


a) Quality, strength and performance of material used.
b) Safe mechanical and electrical stress on all parts under all specified
conditions of operation.
c) Satisfactory operation during the guarantee period.

1.6.3 Labour to trouble shoot, repair, reprogram or replace system components shall be
furnished by the contractor at no charge to the Engineer-in-Charge during the
guarantee period.

1.6.4 All corrective software modifications made during guarantee period shall be
updated on all user documents.

1.7 MISCELLANEOUS:

1.7 The onus of incorporating the statutory requirements as per local rules for the fire
alarm system shall rest fully with the Contractor.
1.7 The installation shall be carried out using new equipment/material complying with
applicable standards in a workmanship like manner. Engineer-in-Charge reserves
the right to reject any part of installation having poor workmanship.

2. SYSTEM DESCRIPTION

2.1 SCOPE OF WORK:

2.1.1 The work shall comprise design, preparing shop drawings, procurement of
materials and providing 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 date entry, programming, start up test
and demonstration, training of personnel for maintenance and operation,
submission of construction and installation drawing and wiring diagrams, as built
documents and system guarantee. After satisfactory completion of work to get the
NOC from local body is in the scope of work of contract.
231

2.1.2 The contractors scope of work will include all items of work as per these
specification, drawing, terms and conditions of contract etc. and briefly described
in schedule of quantities. This shall include , but not be restricted of the following:

a) Addressable Multi Criteria with floating sensitivity technology Smoke/Heat


Detectors.
b) Addressable Manual call Boxes (Re setting type should be used, Break glass
type is not be used).
c) Microprocessor Based Networkable Intelligent Addressable Main UL listed Fire
Alarm control panels for connecting and mounting the Fire Detectors and other
devices along with necessary required software for programming and
configuring the system.

d) Low/High Intensity advanced model Hooters/Speaker Strobes activated from


the Panel.
e) All other work associated with above items as per specifications, drawing and
conditions of contract) requirements except those specifically excluded in
Schedule of Quantities.
f) All the M.S. boxes require to install the above equipments/to make them flush
with the walls/ceiling.

2.1.3.2 The general scheme for spatial and logical disposition of the various elements of
the systems is as follow:
(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, Ventilation/ Exhaust Fans and initiating other alarm
procedures.
(e) It shall be possible to program the Fire Panel such that meaningful alpha- numeric
descriptions can be assigned to each Detector Address. This shall be
useful in identifying the location of Fire very quickly and easily.

2.3.15 Power supply unit of each FACP shall have following characteristics :-
(a) The main power supply shall be 240VAC+10%, 50 Hz+3% and shall in turn provide
all necessary power of the FACP.
(b) It shall provide a separate battery control module with charger. The batteries may
be housed in the FACP itself or in a separate box. The battery charger shall be
capable of charging all the batteries proposed.
2.3.16 It should have an in built digital voice control system capable to giving automatic
messages to digital amplifiers.
2.3.17 All software licence shall be supplied as part of the contract. Renewable &
subscription licence are not acceptable.

2.4.3 MANUAL CALL/PULL STATIONS


(a) Manual stations shall be provided to connect to the Fire Alarm Control Panel loops.
It should be resetting type.
(b) The manual stations shall on command from the control panel send date to the
panel representing the state of the manual station.
(c) Station shall be suitable for surface mounting or semi flush mounting. It should be
resetting type. Break glass type is not to be used.
(d) Wiring for the Manual Call/Pull station and other devices are proposed to be drawn
in the existing conduit that are already laid in recess on walls by other agency.
The conduit will be terminated in a conduit junction box or MS box. The fire alarm
contractor has to install the Manual Call station on these back boxes either in semi
flush or surface mounting position. If any additional enclosure/box is required for
accommodating the Manual Call station in semi flush or surface mounting position,
the same shall be provided by the fire alarm contractor within the quoted rates and
nothing extra shall be payable on this account.
232

2.4.4 ADDRESSABLE CONTROL MODULE SHALL HAVE THE FOLLOWING


FEATURES :

(a) Output should be electrically isolated from loop


(b) Switching of currents for operating a group of conventional hooters in a stairwell.
The minimum current carrying capacity of output contact of the relay/solenoid shall
be 2 Amps at 24 V DC.
(c) Owner supply to interface via two wire line (line supply)
(d) Addressing of interface either automatically or via code switch (allowing unique
assignment of installation location to address)
(e) Wiring for the Addressable Control Module and other devices are proposed to be
drawn in the existing conduit that are already laid in recess on walls by other
agency. The conduit will be terminated in a conduit junction box or MS box. The
fire alarm contractor has to install the Addressable Control Module on these back
boxes either in semi flush or surface mounting position. If any additional
enclosure/box is required for accommodating the Addressable Control Module in
semi flush or surface mounting position, the same shall be provided by the fire
alarm contractor within the quoted rates and nothing extra shall be payable on this
account.

2.4.5 ELECTRONIC HOOTER, SPEAKER & STROBE SHALL HAVE THE


FOLLOWING FEATURES :

(a) The Electronic Hooter Cum Strobe shall be compatible with the fire detection and
alarm panel offered.
(b) It shall be wall mount type
(c) It shall be used as a speaker in case of voice evacuation.
(d) It shall work at the same operating voltage of detectors
(e) It should have a strobe to given an alert to people with the challenge of hearing.
(f) It shall generate audio alarm on command from the fire detection and alarm panel
through the designated control module.
(g) It shall be able to withstand ambient temperature upto 50 Deg. C.
(h) Wiring for the Electronic Hooter and other devices are proposed to be drawn in the
existing conduit that are already laid in recess on walls by other agency. The
conduit will be terminated in a conduit junction box or MS box. The fire alarm
contractor has to install the Electronic Hooter on these back boxes either in semi
flush or surface mounting position. If any additional enclosure/box is required for
accommodating the Electronic Hooter in semi flush or surface mounting position,
the same shall be provided by the fire alarm contractor within the quoted rates and
nothing extra shall be payable on this account.

2.5 INSTALLATION
(a) Installation shall be in accordance with the IS 2189 & NFPA guidelines local and
state codes and as recommended by the major equipment manufacturer.
(b) All fire detection and alarm system devices, control panels and remote
annunciators shall be flush mounted or surface mounted as per direction given by
E-in-C.
(c) Manual fire alarm boxes shall be suitable for surface mounting or semi flush
mounting.
(d) Commissioned Procedure shall be carried out in a methodical sequence as follows
Start Up Configuration.
Operability adjustment
Stable operation
Final adjustment
(e) The Contractor shall finalize captured FDAS data to be recorded and the manner
in which the data is to be taken in association with CPWD.
233

2.6 TRAINING
(a) Training shall be provided as required for operating the system. Hands on
demonstrations of the operation of all system components and the entire system
including program changes and function shall be provided.
(b) The contractor and/or the systems manufacturer‟s representatives shall be provide
a typewritten “Sequence of Operation”

APPROVED MAKES OF EQUIPMENT AND MATERIALS

1.1 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 clearly
specifying the make & model no. of each equipment whose decision shall be final
and binding on the Contractor.

1.2 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.
1.3 All the components of the entire FA system shall be as per preferred make and
preferable from a single manufacturer only.
1.3.1 All component serial No. 1 to 6 shall be UL listed without fail. If any product
above is not having UL listing, the same shall not be used.
1.3.2 Before starting the work at site, the successful bidder has to submit the
undertaking from the manufacturer as per Annexure ‟I‟ to the Engineer-in-
Charge.

UNDERTAKING FROM THE OEM OF FIRE ALARM SYSTEM


(Annexure-I)

We, as manufacturer of………..fire alarm system & accessories, do hereby


confirm that all the products supplied under this tender will be UL listed. Moreover,
we will provide all technical support & backup to M/s……………….. during the
execution of fire alarm work. In addition to it, we will provide all technical support to
the department/agency approved by department in maintaining the fire alarm
system on payment basis in future.

Signature & Stamp of contractor Signature & Stamp of Manufacturer (F/A System
234

SPECIFICATIONS FOR PASSENGER LIFTS

1 Type of Lift : Hospital Lift

2 No. of Lifts : 1 No.

3 Load / No. of persons : 1020 Kg/ 15 persons

4 Rated speed : 0.5 MPS

5 Travel in meters : 3 .6 metres (approx.) one way

6 Number of Floors Served : 2 Floors (G+1 floors)

7 Inside size of Lift well : 3000 mm (W) x 1800 mm (D) (Approx)

8 Clear inside size of the lift car : 1000mm Wide x 2400mm Deep

9 Position of the counter weight : Backside of the car

10 Type of Control : Microprocessor based A.C. variable voltage


a) variable frequency control

b) Type of operation : Simplex Selective collective with or without


attendant

c) Potential free contacts : Required for each floor position and up &
down movement of the lift for building
automation & Central Indicating Panel

11 Car Entrance door :


a) Number : 1 No. center opening stainless steel

b) Size : 800 mm wide

c) Type of door : Horizontal Sliding - Centre Opening moon rock


finished
d) Car open in front only or open : Open in front only
through
e) Operation Power operated with full door length infra-red
beam detecting system in addition to the
safeties provided by mechanical retraceable
edges. The time of an automatically closing
door should be minimum 5 seconds and the
closing speed should not exceed 0.25 M/Sec

12 Construction Design & finish : Moon rock finished stainless steel panels on
of Car body works all the four sides with mirror finished centre
panel opposite to entrance, and with
stainless steel drop ceiling and LED light
fittings for lighting inside the car and fan,
antiskid PVC flooring. All other items as per
CPWD General Specifications for Lifts 2003 finished c
rail : at a height of 900mm on all three sides
of the car except below the operating panel
suitable for hospital lift.
235

13 Type of signal system : a) Digital floor position indicator in the car


and at all landings.
b) Travel direction indicator in the car and at
all landings.
c) Gongs & visual indication through
directional arrows on all landings for pre
arrival of the car at all floors.
d) Overload warning Audio & Visual
indicator, inside the car (lift should
not start on overload)
e) Battery operated alarm bell and
emergency light duly fed by a suitable
inverter with SMF batteries for 30 minutes
backup
f) Car operating panel with fade proof
luminous buttons in car and with intercom.
Braille switches to be provided in the lift.
g) Luminous hall buttons at all landings
with Braille switches. Landing call
registered indicator at all floors.
h) Fireman‟s switch at ground floor
i) Voice annunciation system. This
will announce the position of the car
landing in Kannada, Hindi & English
besides facilities for any other
announcement to be made from the
central control room/ reception of the
building.
j) Intercom system with inbuilt intercom in
the car and two phones (One each at
Ground floor & near the lift control panel).
k) Protection against over-voltage, under-
voltage and single phasing should be
provided.

14 Lift in Use/ Lift out of Order : A suitable box above the landings with LED
Sign illuminated bilingual (in English & Hindi) sign
of “LIFT OUT OF ORDER” coming up
simultaneously on all floors.

15 Electric supply : (a) Power: 415 V, A.C., 50 Hz, 3 phase, 4 wire


system.
(b) Lighting: 230 V, A.C., 50Hz, 1 phase

16 Is neutral wire available for : Yes


control circuits

17 Environment conditions at site


of installation

a) Summer conditions : 35.0 Deg. C DB

b) Winter conditions : 13.0Deg. C DB

c) Monsoon conditions : 32.0 Deg. C DB

18 Storage space provided‟ : No


236

19 Additional items

a) Ventilation opening in the Car : Required with fans


Body

b) Operating panel inside Car : For Automatic cum manual operation, flush
mounted with luminous brail switches suitable
for barrier free environment for physically
challenged persons

c) The firm‟s offer should include beam and all structural steel required
For the work

d) Automatic Rescue Device i) Control panel with necessary interface/


(ARD) : Provisions of Automatic integration of device with the main controller
Rescue Device for the purpose ii) Inverter of required capacity
of bringing the lift car to the iii) Maintenance free batteries of required
nearest floor should be Ampere-hours capacity
provided, one each for iv) Battery charging unit
individual lift. ARDs are to be v) Rescue Operation on” indicator in the lift car
provided shall consist of:

All electrical wiring, power supply, machine room lighting, lift shaft lighting, fans and
exhaust fans, power plugs as required etc. are to be provided
:
237

SPECIAL CONDITIONS FOR SEWAGE TREATMENT PLANT


1. The contractor will be fully responsible for the detailed design and drawings of all
the units/items mentioned in the Particular Specifications. The STP shall be
broadly based on CPHEEO Sewage Manual as well as relevant IS codes. The
work shall be carried out only after Detailed Designs and Drawings prepared by
the contractor and vetted from CPWD.

2. Samples of Treated sewage shall be drawn from the Plant and got tested by the
contractor characteristics like pH, BOD, COD, TSS Oil and grease, Hardness,
NH4-N, N-total and Feccal Coliform etc., from Karnataka Pollution Control
Board/ Central Pollution Control Board approved laboratory. If the samples meet
the norms laid out in the tender, the plant shall be deemed commissioned.

3. After the deemed testing and commissioning of the sewage treatment plant the
initial three months period will be treated as trial run and nothing will be paid on
this account. Date of start of maintenance period will be counted after three
months of trial run period.

4. The samples shall be taken continuously at a frequency of 15days to ascertain the


performance of the plant.

SUBMISSION OF DRAWINGS AND DESIGNS

1 The contractor shall submit detailed design and drawings duly vetted along with
detailed design calculations in 6 sets to Engineer-in-charge for approval. All details
as given in this tender document shall be taken into consideration by the contractor
for preparation and submission of designs. The drawings and design calculations
shall be very clear and give all necessary details so that there may not be any
ambiguity. These designs shall be checked by the department. In case changes in
design and drawings are required for ensuring structural stability of the structure
and water tightness of the tank, and other parameters, these shall be made
accordingly by the contractor for which nothing extra shall be paid to him. In case
of dispute or difference of opinion, the decision of the Chief Engineer shall be final
and binding on both the parties.

Approval to drawings may be given either in parts or in full by the department. Not
with standing such approval by Engineer-in-charge, the contractor shall remain
fully responsible for the quality of the treated sewage and safety, soundness and
water tightness of the structures. Defects or omissions in the design and/or
construction shall be made good by the contractor without any extra cost whenever
they are noticed by such remedial measures as the Engineer-in-charge may
decide to bring the work upto the required standards and specifications. The
contractor shall be fully responsible for the technical suitability of the design based
on the specifications sound engineering practices, the relevant standard designs
and IS provisions.

1. The tenderer shall submit 6 sets of completion plans including structural drawings
after completion of the work.

2. The contractor will submit the laminated copies (suitable Size) of the following
details at the time of completion of the STP.
238

a) Lay out Plan, Hydraulic Flow diagram and P&I diagram of the completed sewage
treatment plant.

b) Contractor will submit draft operation and maintenance (O&M) Manual during
execution/erection. After approval of the draft, three sets of final operation and
maintenance Manual shall be made available before commencing the
commissioning of the plant. The objective of the operational and maintenance
manual is to assemble under one bound cover all the instructions, data and
drawings necessary for the operational personal to start, operate, control, shut
down and maintain the system under normal and emergency condition in a safe
manner.

c) Frequency of the test to be conducted during the maintenance period.

d) Prescribed limit of various test as per CPHEEO Manual.

e) Details of size and specification of each component of the STP.

f) The tenderer will submit all the Instruction Operation Manual, Warranty/Guarantee
cards of all the mechanical components installed in the STP after completion of
maintenance period to the Engineer-in-charge for future reference.

OPERATION & MAINTENANCE

(i) It is obligatory for the contractor to quote rates for operation, maintenance and
testing of the STP for a period of 12 months from the date of commissioning &
stabilizing i.e. after completion of trial run and defect liability period failing which
the tender shall be summarily rejected.

(ii) The supplementary agreement for the operation, maintenance and monthly testing
of the STP will be drawn from the date of commissioning and stabilizing of STP i.e.
after the period of trial run and defect liability period specified in the agreement and
main agreement will be closed accordingly.

(iii) During the operation and maintenance period the contractor shall get the treated
sewage tested. Contractor shall keep a log of the flow data, the pumps etc,
complete for inspection of the Engineer-in-charge.

(iv) Commissioning of the plant includes training to owners and operators. The
contractor shall provide necessary supervisory staff during this period.

(v) Contractor shall ensure that at-least one man is available at STP at any time of the
day (24hrs).

(vi) The contractor will get the maintenance manual approved from the Engineer-in-
charge before start of maintenance.

(vii) The rate should include all consumable required during the period of maintenance
and deptt. will not provide any material but for power supply.

DEFECT LIABILITY:

The contractor„s liability during the defect liability period from the final date of completion
as per clause 17 shall be limited to rectification of defects including replacement as
follows which in the opinion of Engineer-in-Charge are not manmade.
239

SCOPE OF WORK :

Sl. No. Description


1 Supply of Mechanical Equipments as per detail above
2 All type of civil works
3 Supply of Electrical Items as per detail above
4 Supply of piping, valves and other accessories as per detail above
5 Supply of Instrumentation items
6 Supply of fabricated items
7 Operator„s training
8 Erection, Testing & Commissioning
9 Supply of Civil drawings

ADDITIONAL CONDITIONS AND TECHNICAL SPECIFICATION FOR STP WORK

SEWAGE TREATMENT DESCRIPTION

1. Screening
Screening is done in the bar screen chamber to retain large sized particles / Fibrous
material which cannot be equalized and treated.

2. Equalization
The effluent produced at different points and at different times may have different
characters. Equalization is done with the help of aeration and circulation pump to equalize
the characteristics.

3. Biological treatment
The equalized effluent is pumped to the biological treatment aeration tank(s) for biological
degradation of available organic matter to reduce the BOD and COD aerobically. The
biological treatment tank is designed on extended aeration principle. The fluidized aerobic
bioreactor tank is filled up with small carrier elements. The carrier elements or the media
are made up of special grade plastic of specific density that can be fluidized using an
aeration device. In course of treatment a bio-film develops on the carrier elements which
move along with the effluent in the bioreactor. The movement within the reactors is
generated by providing aeration with the help of diffusers placed at the bottom of the
reactor. The thin bio-film on the carrier elements enables the microorganisms to act upon
the biodegradable matter in the effluent and reduce the BOD content.

4. Secondary Tube settler


From the biological reactor the treated effluent flows by gravity to the tube settler. The
biological solids generated are removed in the tube settler by the help of tube settler
media.

5. Chlorination
Sodium Hypochlorite solution is used as sterilizer to remove the residual microbial load. A
small amount of residual chlorine in water will prevent any algae / micro-organism growth
during further treatment.

6. Tertiary Treatment
Media Filtration Unit (PSF / ACF)– The sterilized effluent is pumped to the Filtration Unit to
remove an fine suspended particles, excess chlorine and any odour to achieve filtered
water. The effluent from the activated carbon filter will be clear and odourless.

7. Sludge treatment and handling


The sludge generated in the bioreactor tank and the tube settler is taken to sludge pit. The
sludge pumps will pump the sludge to the sludge drying bed for dewatering. The dewatered
sludge cake is then dried and disposed off. The filtrate from the sludge drying bed is
recycled back to the equalization tank.
240

1 TECHNICAL DATA, Only indicative but not exhaustive : All pumps should
be self priming type :

Sl. Details Qty Remarks


No.
1 Bar Screen As per design Material stainless steel,
Pore size =10mm

2 Sewage transfer pumps As per design 1+1 Centrifugal pump self


(1 working + 1 stand by) priming type

3 Lamella clarifier / tube As per design Tube Settling Channel


settler with UV resistant PVC
Plate

4 Air blowers As per design 1+1 Positive displacement


(1 working + 1 stand by) roots type

5 Filter press feed pumps As per design 1+1 Stainless Steel material
(1 working + 1 stand by)

6 Aeration grid in As per design Submersed Type


equalization tank

7 Activated carbon filter As per design Graded quartz sand,


pebbles, gravels,
activated carbon

8 Sludge transfer pumps As per design 1+1 Centrifugal/Submersible


(1 working + 1 stand by) (5m3/hr) (H =10m-12m)
(Q=30 to 35LPM)

9 Filter feed water pumps As per design 1+1 SS wetted


(1 working + 1 stand by) Centrifugal/Submersible
(H =28m-35m) (Q = 80
to 90m3 / hr)

10 Chlorination metering As per design N+N Electronic Dosing pump


pump (N working + N stand by) with designed flow with
dosing tank in HDPE

11 Clear water pump As per design N+N Suitable for designed


(N working + N stand by) discharge

2 PIPING:

All related steel pipe shall confirm to IS 1239 -1982 of approved make complete with
fittings such as Tees, elbows, sockets etc, Puddle, flanges etc. Flexible reinforced
rubber connecting sleeves to be provided wherever required.

3 ELECTRICAL WORK :

Electrical work shall include all power and control cabling required for operation of the plant.
The control system shall include motor control cubical panels comprising circuit breaker,
motors, starters, timers all housed in sheet steel en closure as per the BOQ. The
Mechanical / Electrical system shall be designed to with stand ambient temperature
degree off 0 -500C. All wires cables m otor, starters etc shall be of approved make.
241

4 INSTALLATION AND OPERATING INSTRUCTION :

The contractor shall provide detailed operating & installation instructions including
troubleshooting for the treatment plant. Each set of books shall be prepared especially for
the type of equipment delivered & all operating instructions shall refer only to that
particular equipment. The contractor shall provide a minimum of two bound sets of
installation drawings.

5 TRAINING OF DEPARTMENTAL STAFF :

The contractor shall train the Departmental Staff on the Proper Operation and
Maintenance of the Sewage Treatment Plant.

6 DESIGN BASIS

Design Capacity 120 KLD


Type of Sewage : House Hold (Housing Colony)
Operating Time : Sewage Collection: 24 hours
Pump operation : continuous as required
Technology : MBBR

1 OPERATION AND MAINTENANCE

1.1 No Advance payment will be made.


1.2 The rate quoted shall be inclusive of all taxes including GST, duties etc. and
nothing extra will be paid.
1.3 Period of work will be TWELVE months from the date of successful commissioning
of the STP. In case the date of commissioning is different for each STP, the period
of O&M will be considered accordingly.
1.4 The work shall be carried out to the satisfaction of the Engineer - in charge OM/5.
The agency shall provide the services one number experienced skilled labour per
shift for all days including holidays.
1.5 Name and other details of the staff employed shall be communicated to the
representative of the Engineer-in-charge before commencement of the work and
the staff should possess necessary identity card.
1.6 Necessary attendance register is required to be maintained and should be
produced for verification
1.7 The contractor is required to issue necessary uniforms and badges to the workers
on duty at his own cost.
1.8 Deputing technically qualified engineer to check the complete system for 4 visits
in a month and submit Test report to the Engineer-in-Charge as an assurance
regarding the good working condition of the system.
1.9 Lubricating the moving parts every month including consumables.
1.10 Cleaning of all tanks when and where required as per the guidance of OEM and
direction of engineer in charge.
1.11 The firm shall attend to call backs after duty hours if any, without any extra
charges.
1.12 The firm should maintain the log book with the periodical signature of the Engineer
–in-charge.
1.13 Grease, Cotton waste and other consumable items are to be supplied at free of
cost by the Contractor
1.14 The Maintenance shall be as per the “Maintenance Schedule” submitted as part
of the Documentation by the Contractor.
1.15 The rate shall be tendered for 1 shift (8 hours) per month for each STP separately.
In case of additional shift, the payment will be made on prorate basis.
242

FORM OF SUPPLEMENTARY AGREEMENT

This Agreement made this day the .......................... between ....................... hereinafter
called the First Party which expression shall include his heirs, executors and
administrators/ their successors and assigns and the Executive Engineer, BCED-II,
Bangalore hereinafter called the Second Party, which expression shall include his
successors and assigns, shown as under :

1. That this Agreement shall be called as Supplementary Agreement to the


Agreement No. ........... relating to the Name of work ............... entered into by the
parties to this Agreement.
2. That WHEREAS the First Party has substantially completed the execution of the
work described in and covered by the Agreement No except the items
mentioned in the Schedule annexed to this Agreement and whereas the items of
the work mentioned in the Schedule annexed to this agreement cannot now be
executed on account of non-completion of the sanitary work, electric installation
and some other work; and whereas both the parties are desirous that the items
mentioned in the Schedule annexed to this Agreement should be executed by the
First Party after the completion of the sanitary work, electric installation and some
other work, it is hereby further agreed as under :
(a) That First Party shall and will execute the work covered by the items mentioned in
the Schedule annexed to this Agreement at the rates and as per the terms and
conditions of the original Agreement No.................................... whatsoever called
upon to do so by the Engineer-in- Charge, within a period of one year from the date
hereof.
(b) That the First Party shall have absolutely no claim of whatsoever nature against
the Second Party for doing the work mentioned in the Schedule annexed to this
Agreement as required under clause (a) above, except that which he would be
entitled to under the original Agreement No. ...............
(c) That the First Party shall have to execute all the items which the Engineer-in-charge
consider necessary.
(d) That the First Party shall start with the work of the remaining items mentioned in the
Schedule annexed to this Agreement within ............... days from on the receipt of a
letter to the effect from the Engineer-in-Charge or from any date fixed in the said
letter and shall complete the said work within the time fixed by the Engineer-in-
Charge or as extended by him from time to time.
(e) That on the due execution and completion of this Agreement by the parties, the bill
of the First Party in relation to the work already done by him under the Original
Agreement No ............................................................................ shall be
provisionally finalized by the Second Party and payment on account, if any amount
due, shall be made to the First Party provided that the Second Party shall have a
right to retain such amount as is considered reasonable by him as a security for the
execution of the work mentioned in the Schedule annexed to this Agreement and
the Second Party shall have right to deal with the said amount of security as he
thinks proper under the terms and conditions of the Original Agreement. Further,
on the due execution and original completion of this Agreement, the First Party
shall be entitled to claim back his security deposit relating to the work in question,
subject to the right of the Second Party to retain such amount as he thinks
reasonable as mentioned above soon after the maintenance period of three
months or six months, as the case may be mentioned in clause of the Original
Agreement, is over.
(f) That the final bill relating to the entire work under the two agreements shall be
prepared after the completion of the entire work covered by Agreement No.
............... and this Agreement.
243

Except as modified by this Agreement the said Agreement No. ………………….. shall
remain in full force and effect.

IN WITNESS WHEREOF THE ABOVE MENTIONED PARTIES HAVE PUT THEIR


SIGNATURE ON THIS DAY THE ……………….

For Contractor For CPWD

Witness

1)

2)
244

LIST OF PREFERRED MAKES

Sl. Description Make / Agency Material of


No. Construction

1 MBBR media Lamella, IEI / SRI TECH/ Equivalent


Chlorination tank

2 Air Blower EVEREST / BETA / Kay/IR CI

3 Dosing tank IEI / Sintex HDPE Tank

4 ACF Pearlite Engg.IEI / Ganesh MSEP/FRP


Enviro/Eqvt

5 Butterfly valve CRANE / Advance/Audco CI

6 Pressure gauge H GURU / FLEBIG/


PRICOL

7 Pipe JINDAL /TATA/ZENITH MS/ GI

8 Raw Sewage Pump KSB / Johnson/ Grundfos / Kirloskar/ CRI/ CNP

9 Sump Pumps KSB / Johnson/ Grundfos / Kirloskar/ CRI/ CNP

10 Sludge Transfer Pump KSB / Johnson/ Grundfos / Kirloskar/ CRI/ CNP

11 Sludge Transfer Pump KSB / Johnson/ Grundfos / Kirloskar/ CRI/ CNP

12 Filter Feed Pump Johnson / Kirloskar/ KSB/ CRI / CNP/ Grundfos

13 Treated Water Transfer Polycab /Finolex/ Universal/ Havells


Pumps

14 MCCBs L&T / Siemens / Schneider/ Legrand

15 Air Circuit Breakers L&T / Siemens / Schneider/ Legrand

16 Current Transformers Automatic Electric/ Kappa/ L&T/ Gilbert

17 Multifunction Meters Rishab / Automatic Electric / Prok Devices / Secure


(Analogue)

18 Selector Switches Kaycee / Salzer / Siemens / HPL / BCH

19 Indication lamps and BCH / L&T / Telemecanique / Siemens / Vaishnav /


push buttons Emco / Kaypee

20 Timers L&T/ Siemens/ Schneider Electric

21 Motor control panels CPRI approved manufacturers


245

Preventive maintenance Programme (During contract period/defect liability


period of 1 year as per the NIT)

The following Maintenance shall be carried out as a part of Comprehensive maintenance


programme.
1 Physical Checks
1.1 Daily Checks
a) Inspect physical condition of bar screen chamber and removal of obstacles,
removal of collected oil and grease checking air blowing in the equalization
tank and FAB/ MBBR/ FMR chambers, clogging conditions of sludge tank,
working conditions/ temperature of pumps and motors and general working and
functioning of the STP, analysis of treated water to maintain as per standards.
b) Remove accumulated dust deposits and maintain the plant and surroundings in
a neat and tidy manner.
c) To perform residual chlorine test and record the reading in the plant log book

1.2 Monthly Checks


a) Inspect physical condition of all equipment including motors, oiling and greasing
if required, maintenance of pumps and blowers
b) Remove accumulated dust deposits
c) Inspect Motor control panels and checking proper functioning of all components
d) Inspect motors/ pumps for overheating
e) Checking of belt tensions, checking clogging of filters/ tanks/ pipe lines etc., and
removal of clogs
f) Back wash of filters. Also, to be carried out as when required

2 Service reports shall be submitted duly signed by the representative of Engineer-


in-Charge/client department .It is the responsibility of the agency to ensure that
services are rendered to the satisfaction of Representatives of CPWD/client
and produce the service reports to the Engineer-in-Charge failing which no
payment shall be made to the agency
3 Replacement of all spares whenever required to upkeep the performance of the
equipment including Chemicals and consumables, filter media during defect
liability period and comprehensive maintenance contract periods and shall be
treated as covered under the scope of work and nothing extra will be paid on
any account.

4 Since the motor control panels consists of under/ over voltage protection, dry
running protection of motors, rewinding charges of motors on account of burning
etc., shall not be paid during the contract period. The agency has to make
periodical checking of all protection relays and other safety related equipment for
proper functioning.
246

5 Preventive Maintenance:

This consists of measures regarded by OEM or his authorized service centres as


necessary to maintain the equipment in a proper operating condition. Preventive
maintenance includes functional checking, necessary adjustments, etc. As far as
possible, the preventive maintenance shall be carried out in approximately equal
quarterly intervals during the term of this Contract. Either OEM or his authorized service
centers or Customer will intimate in writing, by FAX about schedule for such
maintenance. In the event that OEM or his authorized service centers is called for any
Breakdown Maintenance, OEM or his authorized service centers can carry out
Preventive maintenance at that time, provided such Breakdown Maintenance is called
for within two weeks before a scheduled Preventive Maintenance.

6 Breakdown Maintenance:

a. This is to be carried out in the event of malfunction, which prevent the satisfactory
operation of the equipment and its useful life. Work to be carried out during
the service coverage time as per the AMC contract. Breakdown Maintenance
includes faultfinding, repair or replacement of defective parts and functional
checking. Response Time shall be two hours and Turn Around Time for
attending to breakdown call shall be 6 Hours for all minor compliant. For major
complaints such as rewinding etc., of motors, a maximum of 3 days allowed. The
decision of Engineer-in-charge is final about the nature of complaint and time
allowed.

b. 100% standby is available for all reciprocating/ rotating equipment such as


motors, pumps, blowers etc., The same shall be operated one in each shift.
Any repairs, are to be carried out promptly without loss of any time.

7 Spares & Materials:

Defective parts discovered during maintenance could either be repaired or replaced by


new parts. If on repair of defective parts, the faults persists or gets repeated frequently,
then the defective part is to be replaced. The decision of Engineer-in-charge is binding
and final whether to repair and replace the parts. Spares replaced will be either of the
same makes or equivalent make. Approval of authorised representative of the
department shall be obtained for use of equivalent makes before such replacement.
247

C.7.1: ADDITIONAL AND COMMERCIAL CONDITIONS FOR SOLAR WATER


HEATING SYSTEM

This specification covers manufacture, testing as may be necessary before


dispatch, delivery at site, all preparatory work, assembly and installation, commissioning,
putting into operation of

Solar water heating system with flat plate collectors type.

The Solar water heating system shall be installed a on the terrace of the Training
cum Hostel building for Canara bank ,Bagalur, Bangalore.. The work shall be executed as
per CPWD General Specifications for Electrical Works-Part-I (Internal) 2013, as per
relevant IS and as per directions of Engineer-in-Charge. These additional specifications
are to be read in conjunction with above and in case of variations; specifications given in
this additional conditions shall apply. However, nothing extra shall be paid on account of
these additional specifications & conditions as the same are to be read along with
schedule of quantities for the work.

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

Safety measures: All equipments shall have suitable safety provisions to ensure
safety of the operating personnel as per manufacturer‟s standard practice.

The tenderer shall furnish along with the tender, detailed technical literature,
pamphlets and performance data for appraisal and evaluation of the offer.

The work is turnkey project. Any item required for completion of the project but left
inadvertently shall be executed within the quoted rates. Copies of all documents of routine
and type test certificates of the equipment, carried out at the manufacturer‟s premises
shall be furnished to the Engineer-in-Charge.

WORKS TO BE DONE BY THE CONTRACTOR

The following works shall be done by the contractor and therefore, their cost shall
be deemed to be included in their tendered cost-whether specifically indicated in the
schedule of work or not. Nothing extra shall be paid on this account.

Foundations/structures for panels and storage tanks. Making good all damages
caused to the structure during installation and restoring the same to their original finish.

All related building works necessary for commissioning of system including


necessary pipe lines& cables, making of opening in walls or in floors and restoring them to
their original condition/finish and necessary grouting etc. as required. All electrical works
and body earthing, control panels and control wiring etc. Painting of all exposed metal
surface of equipments and components with appropriate color. Clearance/Approval of the
complete installation from local body, if applicable.
248

Technical Specifications for Solar Water Heating System


Flat Plate Collector Specification

Collector : Copper – Copper


Size Standards : 2080 x 1070 x 100mm / As deemed fit & Manufactures
Collector Frame : Extruded Aluminium
Finish : Powder Coated
Header : Copper-1”/ As deemed fit & Manufactures standards
Riser : Copper – ½” / As deemed fit & Manufactures standards
Fin : Copper
Number of Fins : 09 / As deemed fit & Manufactures standards
Fin width : 120mm / As deemed fit & Manufactures standards
Back Sheet : Stucco/plain, 22 SWG, Aluminium, Riveted & sealed
with Silicon sealant
Glass : Minimum 4mm thickness, Toughened, sealed with
silicon sealant from top
Glass Beading : EPDM
Grommets : EPDM
Flanges : Brass
Insulation : Rockwool, Back –50mm & sides -25mm/ As deemed fit
& Manufactures standards
Reflective foil : Aluminium – 50 microns
Frame corners : Sealed inside with Silicon sealant
Tank
Tank capacity : Equal to system capacity in ltrs.
Thickness : 1.6mm for1000 LPD &1.2mm for 300 LPD
Type : Horizontal
Tank Material : SS 316L grade, TIG and MIG welded
End fittings : 1” BSP SS 316 CWI, CWO, HWI, HWO, SA and drain,
1¼” BSP SS 316 collar for electrical backup heater.
Tank Insulation
Material : PUF
Thickness : 75mm
Cladding : Aluminium sheet powder coated
Electrical backup with :
thermostat control.
Collector & Tank support
legs
Material : 40 x 40 x 4mm for MS angle iron for solar panels & 50 x
50 x 5mm thick MS angle iron for tank
Finish : Black, weather proof paint
Type : Dismantling
249

NOTE: The tenderer may change the design from 1x 300LPD to any other variations in
steps, but the total capacity of Solar Water Heating shall remain to 300LPD

FIRE EXTINGUISHERS :

The fire fighting system for the proposed power plant for fire protection shall be consisting
of Portable fire extinguishers in the control room for fire caused by electrical short circuits.
Sand buckets in the control room. The installation of Fire Extinguishers should confirm to
TAC regulations and BIS standards. The fire extinguishers shall be provided in the control
room housing the batteries and PCUs.

LIGHTNING AND OVER VOLTAGE PROTECTION :

There shall be the required number of suitable lightning arrestors installed in the array
field. Lightning protection shall be provided in an approved manner with suitable earthing
such that induced transients find an alternate route to earth. Protection shall meet the
safety rules as per Indian Electricity Act. Lighting protection for array yard and control
room building has to be provided. All building earth conductors shall be interconnected
through the concept of earth mats for interconnection with separate earth pits. For each
earth pits necessary test points shall have to be provided.

EARTHING PROTECTION :

Each array structure of the PV yard should be grounded properly. In addition the lightning
arrester / masts should also be provided inside the array field. Provision should be kept be
provided inside the array field. Provision should be kept for shorting and grounding of the
PV array at the time of maintenance work. All metal casing/shielding of the plant should be
thoroughly grounded in accordance with Indian Electricity Act 2003 / Indian Electricity
Rules 1956. Earth Resistance should be tested in presence of the representative of
CPWD after earthing by calibrated earth tester. INVERTERS, ACDB and DCDB should
also be earthed properly. The MV equipments and parts shall be earthed in compliance to
Indian Electricity Rules 1956.

Rules 1956, all non current carrying metal parts shall be earthed with two separate
and distinct earth continuity conductors to an efficient earth electrode.
250

LIST OF PREFERRED MAKES OF MATERIALS

The makes of all the materials to be used in the work has been specified. However, if any
material to be used in the work and the make is not specified the decision of the Engineer-
in-charge in writing shall be final.

C-1.2: Internal electrification, street lighting, split AC, UPS

Sl.
Item Makes
No.
1 PVC/CONDUIT AND BEC/ AKG/ NIC/ STEEL CRAFT/ MKAY/
ACCESSORIES (ISI MARKED) Precision/ Atul/ A-One Plast
2 PVC INSULATED FRLS COPPER FINOLEX/ HAVELLS/RR KABLE/SKYTONE/
CONDUCTOR CABLES 1.1 KV PANASONIC/ L&T /POLYLYCAB
GRADE (ISI MARKED)
3 MODULAR PLATE TYPE SWITCH / SCHNEIDER (ZENCELO) / LEGRAND
SOCKET GI BOXES / FAN (Myrius) / MK (BLENZ)/
REGULATOR / TELEPHONE
SOCKET/LAN OUTLET
4 MCB / MCB DB‟S / RCBO / MCCB / LEGRAND / SCHNEIDER / ABB / L&T/
MCCB DB SIEMENS/ HAGER
5 600mm/1200mm/600x600 LED/ PHILIPS / LIGHTING TECHNOLOGIES /
Highbay / Bulk head LIGHT TRILUX / WIPRO
FITTINGS and all other LED Fittings
6 Flame Proof Fittings Crompton /PHILIPS / LIGHTING
TECHNOLOGIES / TRILUX /
7 Chandelier /Wall bracket//Round PHILIPS / LIGHTING TECHNOLOGIES /
Ceiling fittings TRILUX / JAQUAR
8 CEILING FAN HAVELLS / CROMPTON GREAVES / USHA /
ORIENT (5 STAR RATED ISI MARKED)
9 EXHAUST FANS/ FRESH AIR FAN KHAITAN/ CROMPTON/ USHA/ ALMONARD/
ORIENT/ ALSTHOM
10 TELEPHONE CABLES / CO-AXIAL FINOLEX/ HAVELLS / RR KABLE/ ANCHOR /
TV CABLES GLOSTER
11 CAT 6 CABLE/ CAT 6A/ FIBER SCHNEIDER/SIEMON/SYSTIMAX/D-G LINK/
OPTICCABLE& ASSOCIATED D- LINK/ COMM SPOKE/ BELDAN /
ITEMS LEGRAND
12 TELEPHONE TAG BLOCK DP KRONE (GERMAN) / D LINK / ITL
BOXES
13 1.1 KV XLPE CABLE (ISI MARKED) FINOLEX/ GLOSTER / HAVELLS / RR
CABLE/CCI/UNIVERSAL
14 OCCUPANCY SENSOR PHILIPS / WIPRO / HONEY WELL/LEGRAND/
SCHNEIDER
15 ELECTRICAL PANELS /FEEDER CPRI TYPE TESTED PANEL FABRICATOR
PILLERS/FLOOR PANELS HAVING SEVEN TANK PROCESS
16 DATA RACK &ACCESSORIES SCHNEIDER/ RITTAL/ VALRACK / COMM
SPOKE/ NET RACK
17 MCCBS THE LATEST MODEL / SERIES OF
LEGRAND / L&T / SCHNEIDER / ABB /
SIEMENS
251

Sl.
Item Makes
No.
18 CURRENT TRANSFORMERS AUTOMATIC ELECTRIC/ KAPPA/ L&T/
NEPTUNE

19 DIGITAL INDICATING MEASURING L&T (QUASER)/ SCHNEIDER ( CONZERV)


INSTRUMENTS /MULTIFUNCTION / AE/ RISHAB
METERS
20 SELECTOR SWITCH L&T/ KAYCEE/ SIEMENS/ AE

21 INDICATION LAMP & PUSH BCH/ L&T/SIEMENS/ SCHNEIDER


BUTTON
22 DIGITAL ENERGY METER L & T / CONZERV/ SECURE

23 APFC RELAYS L&T / SIEMENS / CONSERVE /


SCHNEIDER / NEPTUNE (DUCATI)/CPRI
APPROVED MAKES
24 BUS TRUNKING, RISING MAIN & LEGRAND/ L&T/ SCHNEIDER/ C & S /
TAP-OFF BOX ABB

25 CABLE TRAYS & ACCESSORIES VENUS/ SLOTCO/ PILCO/ REECO/OBO/


LEGRAND/ HAVELLS

26 CAPACITOR( ISI MARKED) EPCOS/ NEPTUNE/ SIEMENS/ L&T

27 CABLE GLAND/ LUGS/ THIMBLES COMMET/ DOWELLS/ RAYCHEM/


GRIPWELL
28 OCTAGONAL STEEL POLE BAJAJ / CROMPTON/ VOLMART
/PHILIPS/K-LITE
29 LED STREET LIGHT FITTINGS PHILIPS / LIGHTING TECHNOLOGIES /
TRILUX / JAQUAR / WIPRO
30 Split AC Hitachi/ Blue Star/LG /Daikin/

31 R O water Purifier BLUESTAR / AQUAGUARD / USHA /


VOLTAS /
32 UPS APC / EMERSON / TECHSER / Power One

33 Storage Water Cooler with or BLUE STAR / VOLTAS / USHA /


without RO+UV Purifier AQUAGUARD

Note: LM79 and LM80 certificate shall submitted along with LED fittings and also test
certificates shall be submitted from third party NABL accredited lab. The Engineer-
in-Charge, CPWD reserves the right to add or delete any materials and
makes/brands in the list of preferred makes of materials/brands.
252

LIST OF PREFERRED MAKES OF MATERIALS


C-3.2: Fire fighting system

Sl.
DESCRIPTION MAKES
No.
1 TERRACE PUMPS : KIRLOSKAR/ KSB/ GRUNDFOSS/ MATHER
& PLATT
2 ELECTRICAL CONTROL PANEL : CPRI APPROVED FABRICATOR HAVING
SEVEN TANK PROCESS.
3 BUTTERFLY/NON RETURN : KIRLOSKAR/AUDCO/ADVANCE/ ZOLOTO/
VALVE/SLUICE VALVE /DUAL LEADER
PLATE CHECK VALVE /Y-
STAINER/FIRE MAN AXE
4 FIRE HYDRANT VALVES/LANDING : PADMINI/ SUPEREX/ OMEX/ MINIMAX /
VALVES/ORIFICE PLATE NEWAGE / GETECH / SAFEGUARD/ FIREX/
LIFEGUARD

5 FIRE BRIGADE INLETS/SUCTION : SAFEX/ NEWAGE / FIREX/ GETECH/


COLLECTING HEAD PADMINI/ CEASEFIRE

6 FIRST AID HOSE REEL (DRUM AND : NEWAGE / GETECH / PADMINI/ SAFEX/
BRACKET)/ FIRE HOSE/ GUN CEASEFIRE/ AGNI
METAL BRANCH PIPE/ FIREMAN
AXE/ RRL HOSE
7 GUN METAL/BRONZE : SANT/ LEADER/AUDCO/ADVANCE
GATE/GLOBE/CHECK/BALL
VALVES

8 XLPE CABLE (ISI MARKED) : FINOLEX/ GLOSTER / HAVELLS / RR


CABLE/CCI/UNIVERSAL
9 MCCB / ISOLATOR / MCB : LEGRAND / SCHNEIDER / ABB / L&T/
SIEMENS/ HAGER/GE

10 AMMETER/VOLTMETER/CTS : AUTOMATIC ELECTRIC/ I.M.P/ L&T


11 CONTACTORS : SIEMENS /L&T /SCHNEIDER/ ABB

12 MS / GI PIPE (ISI MARKED) : TATA/ JINDAL/ ZENITH

13 VIBRATION ELIMINATOR : RESISTO FLEX/ EASY FLEX/ D.WREN


CONNECTORS/ METALIC
EXPANSION
14 INSTALLATION CONTROL VALVE : HD FIRE/ NEWAGE/ PADMINI/ MATHER &
PLATT
15 CABLE TRAY : VENUS/ SLOTCO/ PILCO/ REECO/OBO/
LEGRAND/ HAVELLS
16 VIBRATION ELIMINATOR RESISTO FLEX/ EASY FLEX/ D.WREN
CONNECTORS/ METALIC
EXPANSION
253

Sl.
DESCRIPTION MAKES
No.
17 INSTALLATION CONTROL VALVE : HD FIRE/ NEWAGE/ PADMINI/ MATHER &
PLATT
18 CABLE TRAY : VENUS/ SLOTCO/ PILCO/ REECO/OBO/
LEGRAND/ HAVELLS
19 PRESSURE GAUGE : DANFOSS/ H-GURU/ FIEBIG

20 WEATHER PROOF HOSE CABINET : PADMINI/ GETECH/ OMEX/ NEWAGE

21 FIRE EXTINGUISHERS : CEASE FIRE/ LIFEGUARD/ PADMINI/


SUPEREX/ MINIMAX/ SAFEX
22 AIR VESSEL : PADMINI / CHAWLA FIRE/
GETECH/NEWAGE
23 ELECTRICAL SWITCHGEAR & : SIEMENS/ L&T/ ABB/ C&S
STARTERS, RELAYS

24 SINGLE PHASING PREVENTOR : L&T/ SIEMENS/ MINILEC


(CURRENT SENSING
25 PIPE COAT MATERIAL (PIPE : PYPKOTE/ COALTECK
PROTECTION)
26 BATTERY : EXIDE/PRESTOLITE/AMARAJA/ AMCO

27 ENAMEL PAINT, PRIMER : ASIAN/ NEROLAC/ BERGER

28 MEASURING METER : L&T/ SIEMENS/ AE/ ENERCON

29 AIR RELEASE VALVES : GIACOMINI/ AIP VALVE/ JAISON

30 SELECTOR SWITCH : L&T/ KAY CEE/SIEMENS/C&S/ SALZR

31 INDICATING LAMP : BCH/ L&T/ SIEMENS/ C&S/ SCHNEIDER/


TECNIC
32 CABLE GLAND/END TERMINATION : COMMET/ DOWELLS/RYCHEM/ WAGO/
LUGS/ TERMINAL BLOCKS ELMEC

Note : The Engineer-in-Charge, CPWD reserves the right to add or delete any materials
and makes/brands in the list of preferred makes of materials/brands.
254

LIST OF PREFERRED MAKES OF MATERIALS

C-4.2 : Fire Alarm System

S. Item Description Manufacturer


No.
1. Fire Alarm Control Panel with Battery Backup.

2. Manual pull box


Appollo/Agni/Ravel
3. Hooters, Strobe & speaker

Note : The Engineer-in-Charge, CPWD reserves the right to add or delete any materials
and makes/brands in the list of preferred makes of materials/brands.

LIST OF PREFERRED MAKES OF MATERIALS

C-7.2: Solar Water Heating System

1. GI pipe ISI marked : TATA / JINDAL/ZENITH


2. FRLS PVC insulated copper : FINOLEX/ HAVELLS/RR KABLE/ ASMON
conductor wire ISI marked FRLS / PANASONIC/L&T

3. Gun Metal Valves : Zoloto/ Leader/ Kirloskar/ Deepak/ L&T


Valves Limited

4. Insulation material : ROCK WOOL / UP TWIGA

5. CPVC pipe : ASHIRVAD/ ASTROL/ FINOLEX/ PRINCE/


SUDHAKAR

6. AC Rope : APPU / ELEPHANT / CHARMINAR

7. Solar Water Heating System : TATA BP SOLAR / RASHMI/ Kotak UrJa/


Photon/ Honeywell/RACOLD

Note: The Engineer-in-Charge, CPWD reserves the right to add or delete any materials
and makes/brands in the list of preferred makes of materials/brands.
255

LIST OF PREFERRED MAKES OF MATERIALS

C-8.2: Solar PV Plant

A SOLAR EQUIPMENT
1 SPV Modules (subject to : HHV/ REC/ Canadian Solar/ TATA / BHEL
compliance with tender /Panasonic/ Emvee/Shan
conditions)
2 SOLAR CELLS : Solar Tech/ Motec/ Q Cell/ Eton
3 Power Conditioning Unit (PCU) : SMA / Schneider/ Refusol/ Kaco/ Siemens/ ABB
4 Data logger/System performance : Kaco / SMA / ABB/ Energy Recommerce/ Equ/
Electro industries/ Energy Tracking IIc/
Schlumberger
5 Junction Box : Hensel/ Spelsberg/ ABB/ Cooper busman/ Equ
6 ACDB panel : Local fabrication approved Engineer-in- charge
7 Energy meter : L&T/ Siemens/ Schneider/ Secure/ HPL
8 Surge protection : OBO Betterman/ ABB/ Legrand/ Equ
9 PV module interconnecting : Tyco/ Cooper busman/ MC
Connector
10 AC cables and wires : RR Kabel/ Havells / Finolex/ Asmon/ Anchor/
KEI
11 DC cables and wires : Siechem/ LAPP/ TopSolar/ Nexans/ Equ
12 PVC Conduits and accessories : Avon Plast/ Precision/ AKG/ Bajaj plast/ GM
(ISI marked)
13 GI Pipes : TATA/ JINDAL (HISSAR)/ ZENITH
14 Indicating Lamps LED type , Push : Schneider Electric (MG)/ Larsen & Toubro
Button (ESBEE)/ Siemens/ Vaishno
15 Electronic Digital Meters : Conzerv/ Larsen & Toubro/ Secure
(Networking type)
16 PVC insulated XLPE aluminium/ : CCI/ Havells/ Gloster/ Universal/ NICCO/
copper conductor armoured MV Fortune Art
Cables upto 3300V grade
17 Selector Switch, Toggle switch : Salzer (Larsen & Toubro)/ Siemens/ Kaycee

18 Timer : Siemens/ L&T/ Schneider Electric – TE/ GE/


Siemens
19 Welding Rod : Advani / Esab
20 Fire Sealant : Promat/ Hilti/ Birla – 3 M
21 1.1KV grade aluminium & copper : FINOLEX/ GLOSTER / HAVELLS / RR CABLE
conductor, XLPE insulated
armoured UG Cables

Note: The Engineer-in-Charge, CPWD reserves the right to add or delete any materials
and makes/brands in the list of preferred makes of materials/brands.
256

ADDITIONAL CONDITIONS FOR SUBSTATION AND


DG SET

1 In general the work shall be carried out strictly in accordance with the CPWD
general specification for electrical works as amended up to date.

a) CPWD General Specification for electrical work 2013 Internal – Part- I &
External-II 1995, Specification for Substation -2013, Fire alarm detection and
alarm system – 2018, Specification for DG sets -2013, and as amended up to
date.
b) Indian Electricity Act 2003 amended up to date
c) National Electrical Code
d) Indian Electricity Rule 1956 amended up to date
e) National Building Code 2016.

The work shall be generally carried out in accordance with tender specifications
and the following specification rules.

2 All installations shall comply with the requirement of Indian electricity rules, 1956
as amended up to date. In case of items not covered by the above specification,
the work shall be carried out as per the instruction of the Engineer-in-charge.

3 Quantities given in the schedule is tentative only. Actual requirement may vary
according to the site requirements.

4 Earthing shall be done in the presence of the Engineer-in-Charge or his authorized


representatives.

5 The contractor or his authorized representative shall sign the site order book and
comply with the remarks entered therein by the representative of the Department.

6 The contractor will ensure that all the skilled persons managed / deployed for
executing the electrical work posses wireman license issued by approved
authorities. Consequences arising due to the default of the contractor to comply
with this condition would be contractor‟s responsibility only.

7 The contractor shall submit the completion certificate and completion plan as per
Clause 1.26 of General Specifications for Electrical Works Part-I, Internal 2013.

8 The contractor shall make his own arrangement at his own cost for
electrical/General Tools and plants required for the work.

9 The contractor will have to arrange for insulation and other tests as per rules in the
presence of the representative of Engineer-in-Charge as and when required by
him and submit the test report in triplicate before the work can considered as
complete.

10 The contractor shall be responsible for the safe custody of the electrical installation
in the building, including fitting and fixtures till the installations handed over to the
department. He should make his own arrangement for proper watch and ward at
his risk and cost. No claim will be entertained on this account.

11 The work is to be carried out in workman like manner and generally in accordance
with the plans. However the contractor will be bound to carry out the work with
minor deviation over the plan supplied if desired by the Engineer-in-Charge of the
work.
257

12 The contractor has to carry out maintenance as per manufacturer‟s standards for a
period of 12 months from the date of handing over. Nothing extra shall be paid on
this account.

13 Stage payment to the contractor for various minor component of work shall be
regulated as per CPWD Specifications. For works for which the % payment is not
specially mentioned in the specification, the rate of stage payment shall be decided
by Engineer-in-Charge.

14 Any Damage done to the building during the execution of electrical work shall be
made good immediately at his own cost to the entire satisfaction of the Engineer-
in-Charge.

15 The contractor shall coordinate with local bodies/licensing authorities/supply


company etc for getting approvals/clearances and shall submit necessary
documents required for the same. The Contractor shall get all the approvals from
the Local bodies for getting the HT service connection upto the campus, and Right
of way to lay cable along the road from the local bodies as proposed by the
ESCOM authorities. The job deemed to be complete only after the energization of
the HT substation . No extra payment shall be made for the same.
258

Substation

Technical specification of Transformer

1 Service : Outdoor, step down

2 Cooling system : ONAN

3 No. of Phases : 3

4 No. of winding per phase : 2

5 Rated output (KVA) with ONAN cooling : 315 KVA

6 Related voltage in KV (Line to Line) : HV-11 KV


LV-0.433 KV

7 Rated frequency : 50 Hz

8 Temperature rise above 50 degree C

a) In winding by resistance : 55 degree C or above

b) In oil by thermometer : 50 degree C or above

9 Guaranteed losses at 75 degree C at


normal tap position as per IS tol.

a) No load loss (W) : Level-2, As per IS 1180

b) Full load loss (W) : Level-2, As per IS 1180

c) Total loss (W) : Level-2, As per IS 1180

10 Insulation level

a) HV Power Freq. KV rms : 28 KV

b) HV (KV Peak) Impulse : 75 KV

c) LV (KV)

11 Vector Group : DYN11

12 Type of taps provided

a) Taps provided on : HV winding

b) Range of taps : +/-5%, +/-2.5% (5 positions)

c) Method of Tap Change control Rotary / Sliding

d) On load / Off load Off road


259

13 Percentage impedance at 75 Deg. C : As per relevant IS

14 Winding Material : Copper

15 System earthing : Solidly earthed

16 Terminal arrangement

a) HV & LV : Terminal box

b) Additional LV Neutral : Neutral Bushing on Top

17 Transfer-bushing voltage class

a) HV (KV) : 12 KV class

b) LV (KV) : 1.1 KV class


260

LIST OF PREFERED MAKES OF MATERIALS

Sl.
EQUIPMENTS PREFERRED MAKE
No
1 Transformer ABB/ Kirloskar / Crompton / Voltamp
2 VCB / ACB/ MCCB Legrand / Siemens / ABB / Schneider / L&T
3 Angle iron / ISMC SAIL / TISCO / HSL
4 GI Pipe Tata / Jindal
5 Cable Glands (Double compression) Comet / Braco

6 Copper / Aluminium lugs (Heavy Dowells / Jainson


duty)
7 HT Jointing kit 3M / Tropolin / Desons / Raychem / M Seal / CCI
8 Universal / CCI / Finolex / NICCO / Havells /
HT Cable Polycab
9 Gloster / Uni-star / Havells / Polycab / RRKable /
LT Cable Finolex / KEI
10 Multifunction Meter L&T / AE / MECO / HPL / IMP / Schneider
11 Current Transformers Kappa / Instrans / AE / L&T
12 Potential Transformers As per Manufacturer
13 Indication lamps (LED type only) L&T / Kaycee / Schneider / AE / Siemens
14 APFC Relay L&T / Schneider / Epcos / Neptune
15 Capacitors for PF correction L&T / Schneider / Meher / Epcos / Neptune /
Crompton
16 MCB / RCCB / RCBO / MCB DB Legrand / Siemens / Schneider / L&T/ABB/ Indo
and accessories Asian (Opti pro)
17 PVC insulated FRLS copper Havells / Anchor / Ravicab / Finolex / L&T / RR
conductor cable/Telephone cable Kabel/Polycab
18 PVC conduit Avonplast / Atul / Bajajplast / Precision
19 Modular (Plate) Type switches and Anchor (Woods) / MK(Blenz) / Legrand
sockets outlet and accessories. (Myrius) /Philips /Siemens (Wega)/ ABB /
IndoAsian (Opti pro)
20 CO2 and ABC type Fire extinguisher Minimax / Safex /Ceasefire
21 LT Panel Panel builder having CPRI Test certificate for
successfully testing LT panels with bus bar
rating, equivalent to the highest busbar rating
stipulated for LT panels and also having in-
house facilities for 7 tank process treatment and
powder coating.
22 HT RMU As per the BESCOM approved Vendores

Note: The Engineer-in-Charge, CPWD reserves the right to add or delete any materials
and makes/brands in the list of preferred makes of materials/brands.
261

DG Set

1 Work shall be carried out strictly in accordance with the CPWD general
specification for electrical work.

2 All tools and tackles required for unloading / handling of equipments and materials
at site, their assembly, erection, testing and commissioning shall be the
responsibility of the contractor.

i) Foundations for equipments including vibration isolation spring / pads,

ii) Making good all damages caused to the structure during installation and
restoring the same to their original finish.

iii) Minor building works necessary for installation of equipments, foundation trench
for fuel line & cable, making of opening in walls or in floors and restoring them
to their original condition / finish and necessary grouting etc. as required.

iv) All supports for exhaust & water pipes, chimney, bus trunking (if included in
scope of contract), cables, anti- vibration pads etc. as are necessary.

v) All electrical work and neutral earthing, body earthing, required for engine &
alternator, main board/control panels, and control wiring including loop earthing, if
specified in Schedule of Work.

vi) All pipes, bus trunking and/or cable connections.

vii) POL i.e. HSD oil and lub. oil for diesel engine for testing & commissioning and for
trial run as per conditions of the contract.

viii) Painting of all exposed metal surfaces of equipments and components with
appropriate colour.

ix) Clearance/Approval of the complete installation from CPCB/State Pollution Control


Board/Central Electricity Authority (CEA)/Local Bodies and other licensing
authorities, wherever required.
262

TECHNICAL SPECIFICATION

Sl.
Description Remarks
No.
I DIESEL ENGINE
1 No. of Cylinders Multi Cylinder
2 Rated RPM 1500
3 Method of starting Elect. Start using a battery
4 Aspiration Method Turbocharged – Air to air cooled
5 Number and type of exhaust pipe Single, ERW, MS „B‟ class
required
6 Whether meets CPCB norms for As applicable as on 0108.2014 shall be
Emission complied.
7 Any other data
i) Governor Electronic Governor or as CI.AI
per OEM
ii) Silencer Residential
iii) Fuel tank capacity per As per manufacturer
Manufacturer
iv) Fuel pipe As per Manufacturer
II ALTERNATOR
1 Make STAMFORD / CROMPTON / KEL
2 Type Brushless, 3 phase, 4 wire
3 Enclosure Details SPDP
4 Full load output in KVA 62.5
5 Full load output in KW at 0.8 PF 50
6 Designed over load capacity at 10%
max. amblent temp.
7 Class of Insulation of rotor F/H
8 Class of Insulation of stator F/H
III GENERAL
1 Noise level of DG set at one metre 75 dB or as per the CPCB latest norms
away from Acoustic Enclosure
whichever is superior
IV AMF PANELS
1 Make OEM / OEA
2 Type Micro processor based
3 Mode of selection Auto / Manual / Test
4 Finish Powder coated, Siemen‟s grey
V ACOUSTIC ENCLOSURE
1 Make OEM / OEA
2 Size As per manufacturer Std.
3 Details of Acoustic lining Fire retardant insulation material like glass
wool / mineral wool / PU foam of minimum
50mm thickness with outside enclosure
made of 1.6mm thick high quality CRCA
sheet (powder coated) and inner cover
made of 0.60mm thick perforated powder
coated CRCA sheet / 0.50mm thick
perforated GI sheet
4 Emergency stop Yes
5 Gland plate Removable
263

LIST OF APPROVED MAKE OF EQUIPMENTS

Sl. Equipments Preferred Make


No.
1 Diesel engine CUMMINS / CATERPILLAR / Scheider /
Crompton greaves

2 Alternator make & type STAMFORD / CROMPTON / KEL (Brush less


type).

3 IDMT / Numerical Relays for L & T / SIEMENS /Schneider/C & S/GE


over current / earth faultault.
Protection

4 Auxiliary relays ALSTHOM / SIEMENS / ALLEN BRADLEY

5 Instruments AE / IMP / ENERCON / SECURE

6 CT KAPPA / AE / SILKAANS / INSTRANS

7 Indication lamp SIEMENS / TEKNIC / KAYCEE / L & T /


SCHNEIDER

8 Batteries EXIDE / AMCO / STANDARD/CUMMINS

9 XLPE Insulated, PVC Sheathed HAVELLS / CCI / GLOSTER /UNIVERSIAL /


Aluminium conductor cable TORRENT / FINOLEX

10 AMF Panel As per OEM

11 AMF panel Micro Processor C & S / BELUK/ PIC


relay make

12 On load change-over switch L&T/ GE/ SIEMENS/Schneider

13 Contactors L&T/GE/SIEMENS//Schneider
264

PART D
(Tender Schedules)
265

TENDER SCHEDULE OF PLINTH AREA (ANNEXURE-I)


COMBINED RATE FOR CIVIL AND ELECTRICAL WORKS
Name of Work: C/o Infrastructure (Non-residential & residential building) for CISF 10th Reserve Battalion, at Lakkur village, Bangalore.
SH: 10 Bedded Hospital, Family Welfare Centre and Sarvadharmasthal i/c internal electrical installations, water supply
and sanitary installations and STP of 120 KLD in EPC mode (Design and Build basis). & development works and
services in western part of campus part (BoQ based).

Name of the Contractor

Sl No Name of Work Particular Plinth Area Estimated cost

1 C/o Infrastructure (Non-residential & residential a) 10 Bedded Hospital 779 Rs.3,11,98,965/-


building) for CISF 10th Reserve Battalion, at
Lakkur village, Bangalore. SH: 10 Bedded b) Family Welfare Centre 817 Rs.2,57,50,620/-
Hospital, Family Welfare Centre and c) Sarvadharmasthal 235 Rs.62,73,690/-
Sarvadharmasthal i/c internal electrical
installations, water supply and sanitary
installations and STP of 120 KLD in EPC mode
(Design and Build basis).

Total Rs. 6,32,23,275/-

Important Instructions : The site of the work is having huge rocky outcrop. Levelling dressing of the site in
the surroundings of the building is included the scope of the work. The bidders are
advised to have a through look at the site before submitting their financial bid.
266

TENDER SCHEDULE FOR STP ON TURN KEY BASIS (ANNEXURE-II)


COMBINED RATE FOR CIVIL AND ELECTRICAL WORKS
Name of Work: C/o Infrastructure (Non-residential & residential building) for CISF 10th Reserve Battalion, at Lakkur village, Bangalore.
SH: 10 Bedded Hospital, Family Welfare Centre and Sarvadharmasthal i/c internal electrical installations, water supply
and sanitary installations and STP of 120 KLD in EPC mode (Design and Build basis). & development works and
services in western part of campus part (BoQ based).

Name of the contractor

Sl No Name of Work Particular Estimated cost

1 C/o Infrastructure (Non-residential & residential STP – 1 Job Rs.81,00,000/-


building) for CISF 10th Reserve Battalion, at
Lakkur village, Bangalore.
SH: STP of 120 KLD in EPC mode (Design and
Build basis).

Total
TENDER SCHEDULE OF DEVELOPMENT WORKS (ANNEXURE-III)
SEPARATE RATE FOR CIVIL AND ELECTRICL WORKS
Name of Work:- C/o Infrastructure (Non-residential & residential building) for CISF 10th Reserve
Battalion, at Lakkur village, Bangalore. SH: 10 Bedded Hospital, Family Welfare Centre and
Sarvadharmasthal i/c internal electrical installations, water supply and sanitary installations and STP of
120 KLD in EPC mode (Design and Build basis). & development works and services in western part of
campus part (BoQ based).

BILL OF QUANTITIES
Rate i/c
Sl. No Description of work Quantity Unit Amount
Cost Index

Development works and services in western part of campus (BoQ based)


CIVIL WORK
1 Earth Work
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 All kinds of soil 1200 cum 166.69 200028.00


1.3 Earth work in excavation by mechanical means (Hydraulic
excavator)/ manual means over areas (exceeding 30 cm in
depth, 1.5 m in width as well as 10 sqm on plan) including
getting out and disposal of excavated earth lead up to 50 m
and lift up to 1.5 m, as directed by Engineer-in- charge.

1.3.1 Ordinary Rock 300 cum 292.56 87768.00


1.3.2 Hard rock (blasting prohibited) 600 cum 820.31 492186.00

267
Rate i/c
Sl. No Description of work Quantity Unit Amount
Cost Index
1.4 Banking excavated earth in layers not exceeding 20 cm in
depth, breaking clods, watering, rolling each layer with ½
tonne roller, or wooden or steel rammers, and rolling every
3rd and top-most layer with power roller of minimum 8 tonnes
and dressing up, in embankments for roads, flood banks,
marginal banks, and guide banks etc., lead upto 50 m and lift
upto 1.5 m :
1.4.1 All kinds of soil 2700 Cum 357.01 963927.00
1.5 Excavating trenches of required width for pipes, cables, etc
including excavation for sockets, and dressing of sides,
ramming of bottoms, depth upto 1.5 m including getting out
the excavated soil, and then returning the soil as required, in
layers not exceeding 20 cm in depth including consolidating
each deposited layer by ramming, watering, etc. and
disposing of surplus excavated soil as directed, within a lead
of 50 m :
1.5.1 Allkinds of soil
1.5.1.1 Pipes, cables etc, not exceeding 80 mm dia. 1000 metre 182.71 182710.00
1.5.1.2 Pipes cables etc. exceeding 80mm dia but not exceeding
300mm dia 350 metre 298.38 104433.00
1.5.2 Ordinary Rock
1.5.2.1 Pipes, cables etc, not exceeding 80 mm dia. 150 metre 257.42 38613.00
1.5.2.2 Pipes cables etc. exceeding 80mm dia but not exceeding
300mm dia 50 metre 637.40 31870.00
1.5.3 Hard Rock (Blasting Prohibited)
1.5.3.1 Pipes, cables etc, not exceeding 80 mm dia. 150 metre 497.17 74576.00
1.5.3.2 Pipes cables etc. exceeding 80mm dia but not exceeding
300mm dia 50 metre 1231.05 61553.00
2 Plain and Reinforced Concrete
2.1 Providing and laying in position cement concrete of specified
grade excluding the cost of centering and shuttering - All work
up to plinth level :
2.1.1 1:5:10 (1 cement : 5 coarse sand (zone-III): 10 graded stone
aggregate 40 mm nominal size). 150 cum 5570.68 835602.00

268
Rate i/c
Sl. No Description of work Quantity Unit Amount
Cost Index
2.2 Providing and laying in position machine batched and
machine mixed design mix M-30 grade cement concrete for
reinforced cement concrete work, using cement content as
per approved design mix, including pumping of concrete to
site of laying but excluding the cost of centering, shuttering,
finishing and reinforcement, including admixtures in
recommended proportions as per IS: 9103 to accelerate,
retard setting of concrete, improve workability without
impairing strength and durability as per direction of Engineer-
in-charge.“(Note :- Cement content considered in this item is
@ 330 kg/cum.“Excess/ less cement used as per design mix
is payable/recoverable separately).

2.2.1 All works up to plinth level 405 cum 8623.86 3492663.00


2.3 Steel reinforcement for R.C.C. work including straightening,
cutting, bending, placing in position and binding all complete
up to plinth level.
2.3.1 Thermo-Mechanically Treated bars of grade Fe-500D or
more. 43540 kg 74.91 3261581.00
2.4 Centering and shuttering including strutting, propping etc. and
removal of form for all heights :
2.4.1 Foundations, footings, bases of columns, etc. for mass
concrete 35 Sqm 256.69 8984.00
2.4.2 Walls (any thickness) including attached pilasters, buttresses,
plinth and string courses etc. 2495 sqm 501.08 1250195.00
2.4.3 Suspended floors, roofs, landings, balconies and access
platform 25 Sqm 558.91 13973.00
2.4.4 Lintels, beams, plinth beams, girders, bressumers and
cantilevers 10 Sqm 453.83 4538.00

269
Rate i/c
Sl. No Description of work Quantity Unit Amount
Cost Index
3 Masonry Work & Stone Work
3.1 Precast cement concrete solid block masonry work with
blocks of size 400 x 200 x 200mm having minimum
compressive strength not less than 70kg/cm2 in foundation
and plinth all complete as per particular specification and
direction of Engineer-in-Charge.
3.1.1 With cement mortar 1:6 (1portland pozzolona cement : 6
coarse sand) . 47 cum 6927.55 325595.00
3.2 Cutting, breaking and dressing of excavated rock of differen
sizes into required size suitable for masonry work including
stacking of dressed stones at site as per direction of Engineer-
in-charge. 120 cum 500.00 60000.00
3.3 Dry stone pitching 22.5 cm thick laid in courses and required
profile with hammer dressed stones having no side less than
15 cm, with minimum depth of 20 cm including preparing the
bedding surface etc. all complete. (Payment for Stone to be
made separately). 50 sqm 369.72 18486.00
3.4 Random rubble masonry with hard stone in foundation and
plinth including levelling up with cement concrete 1:6:12 (1
cement : 6 coarse sand : 12 graded stone aggregate 20 mm
nominal size) up to plinth level with : (Excluding the cost of
hard stone
3.4.1 Cement mortar 1:6 (1 cement : 6 coarse sand) 80 cum 3783.49 302679.00
3.5 Providing and constructing 300 mm thick rubble stone
pitching set in CM 1: 5 proportion by volume with pin headers
at 2 per sqm in including cost of all materials from approved
source, labour, packing stone chips and mortar into joints,
finishing, curing etc., complete with lead upto 50 m and all
lifts. 50 Sqm 471.00 23550.00

270
Rate i/c
Sl. No Description of work Quantity Unit Amount
Cost Index
4 Steel Work
4.1 Providing and fixing 1mm thick M.S. sheet door with frame of
40x40x6 mm angle iron and 3 mm M.S. gusset plates at the
junctions and corners, all necessary fittings complete,
including applying a priming coat of approved steel primer.

4.1.1 Using M.S. angles 40x40x6 mm for diagonal braces 3 sqm 3798.78 11396.00
4.2 Providing and fixing Factory made ISI Marked steel glazed
doors, windows and ventilators, side/top/centre hung, with
beading and all members such as F7D, F4B, K11B and K12B
etc. complete of standard rolled steel sections, joints mitred
and flash butt welded and sash bard tenoned and riveted,
including providing and fixing of hinges pivots, including
priming coat of approved steel primer, but excluding the cost
of other fittings, complete as per window design, (sectional
weight of only steel membes shall be measured for payment)

4.2.1 Fixing with carbon steel galvanised dash fastener of required


dia and size (to be paid for separately) 40 kg 111.44 4458.00
4.3 Providing and fixing glass panes with putty and glazing clips
in steel doors, windows, clerestory windows, all complete with:
4mm float glass panes 4 sqm 911.96 3648.00
5 Finishing Work
5.1 12 mm cement plaster of mix :
5.1.1 1:6 (1 cement: 6 coarse sand) 90 Sqm 222.68 20041.00
5.2 6 mm cement plaster of mix :
5.2.1 1:3 (1 cement : 3 fine sand) 345 Sqm 190.32 65660.00
5.3 Distempering with 1st quality acrylic distemper (ready mixed)
of approved manufacturer, of required shade and colour
complete, as per manufacturer's specification including
Applying one coat of water thinnable cement primer of
approved brand and manufacture on wall surface :

5.3.1 Two or more coats on new work 60 Sqm 119.25 7155.00

271
Rate i/c
Sl. No Description of work Quantity Unit Amount
Cost Index
5.4 Finishing walls with Acrylic Smooth exterior paint of required
shade :
5.4.1 New work (Two or more coat applied @ 1.67 ltr/10 sqm over
and including priming coat of exterior primer applied @ 2.20
kg/10 sqm) 295 Sqm 127.12 37500.00
6 Road Work
6.1 Preparation and consolidation of sub grade with power road
roller of 8 to 12 tonne capacity after excavating earth to an
average of 22.5 cm depth, dressing to camber and
consolidating with road roller including making good the
undulations etc. and re-rolling the sub grade and disposal of
surplus earth with lead upto 50 metres.
5920 Sqm 119.25 705960.00
6.2 Supplying and stacking at site. Good earth 1500 cum 440.13 660195.00
6.3 Providing, laying, spreading and compacting graded stone
aggregate (size range 53 mm to 0.075 mm ) to wet mix
macadam (WMM) specification including premixing the
material with water at OMC in for all leads & lifts, laying in
uniform layers with mechanical paver finisher in sub- base /
base course on well prepared surface and compacting with
vibratory roller of 8 to 10 tonne capacity to achieve the
desired density, complete as per specifications and directions
of Engineer-in-Charge. 935 cum 2822.03 2638598.00
6.4 Providing and applying tack coat using bitumen emulsion
conforming to IS: 8887, using emulsion pressure distributer
including preparing the surface & cleaning with mechanical
broom.
6.4.1 With medium setting bitumen emulsion
6.4.1.1 On W.B.M / W.M.M. @ 0.4kg/sqm 4657 sqm 17.47 81358.00

272
Rate i/c
Sl. No Description of work Quantity Unit Amount
Cost Index
6.5 Providing and laying bituminous macadam using crushed
stone aggregates of specified grading premixed with
bituminous binder, transported to site by tippers, laid over a
previously prepared surface with paver finisher equipped with
electronic sensor to the required grade, level and alignment
and rolling with smooth wheeled, vibratory and tandem rollers
as per specifications to achieve the desired compaction and
density, complete as per specifications and directions of
Engineer-in-Charge.

6.5.1 50 to 100 mm average compacted thickness with bitumen of


grade VG-30 @ 3.50% (percentage by weight of total mix)
prepared in Drum Type Hot Mix Plant of 60-90 TPH capacity.
217 cum 7419.67 1610068.00
6.6 Providing and laying semi- dense Bituminous concrete using
crushed stone aggregates of specified grading, premixed with
bituminous binder and filler, transporting the hot mix to work
site by tippers, laying with paver finisher equipped with
electronic sensor to the required grade, level and alignment
and rolling with smooth wheeled, vibratory and tandem rollers
to achieve the desired compaction and density as per
specification, complete and as per directions of Engineer-in-
Charge.
6.6.1 25 mm compacted thickness with bitumen of grade VG- 30 @
5% (percentage by weight of total mix) and lime filler @ 2%
(percentage by weight of Aggregate) prepared in Drum Type
Hot Mix Plant of 60-90 TPH capacity.
4342 sqm 236.18 1025494.00

273
Rate i/c
Sl. No Description of work Quantity Unit Amount
Cost Index
6.7 Providing and placing in position 100mm thick factory made
machine mixed Precast RCC Rectanghular covers on drains
of footpath of various sizes, of M-25 grade cement concrete
for RCC Work, including cost of centring, shuttering,
reinforcement of 8mm dia TMT Bars of Fe500 grade
@maximum 100mm c/c on both ways, neat cement punning
on finished surface, properly encased on all edges with
1.6mm thick, 100mm wide MS Sheet duly painted over
priming coat, reinforcement to be welded at edges with MS
Sheet and providing 2 Nos 12mm dia bar for hooks etc i/c
cost of cartage, all leads and lift, handling at site etc. all
complete as per direction of Engineer-in-charge
180 sqm 2525.17 454531.00
7 Water Supply and Drainage Work
7.1 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC)
pipes, having thermal stability for hot & cold water supply
including all CPVC plain & brass threaded fittings This
includes jointing of pipes & fittings with one step CPVC
solvent cement, trenching, refilling & testing of joints complete
as per direction of Engineer in Charge.
7.1.1 External work
7.1.1.1 50 mm nominal outer dia Pipes
900 metre 640.90 576810.00
7.1.1.2 75 mm nominal outer dia Pipes
400 metre 1589.59 635836.00
7.2 Providing and fixing gun metal gate valve with C.I. wheel of
approved quality (screwed end) :
7.2.1 40 mm nominal bore 8 each 773.85 6191.00
7.2.2 80 mm nominal bore
8 each 2540.46 20324.00

274
Rate i/c
Sl. No Description of work Quantity Unit Amount
Cost Index
7.3 Constructing masonry chamber 30x30x50 cm inside, in brick
with in cement mortar 1:4 (1cement :4coarse sand) for stop
cock, with C.I. Surface box 100x100x75mm (inside)
withhinged cover fixed in cement concrete slab 1:2:4 mix
(1cement:2coarse sand:4 graded stone aggregate 20mm
nominal size) i/c necessary excavation,, foundation concrete
1:5:10(1cement:5fine sand:10 graded stone aggregate 40mm
nominal size) and inside plastering with cement mortar
(1cement:3coarse sand) 12mm thick, finished with a floating
coat of neat cement complete as per standard design:

7.3.1 with cement concrete blocks of strength 70kg/sqcm 14 each 1910.20 26743.00
7.4 Providing and layer non-pressure NP2 Class (light duty) RCC
pipe with collars jointed with stiff mixture of cement mortar in
the proportion of 1:2(1cement:2 fine sand) including testing of
joints etc. complete:
7.4.1 150mm dia RCC Pipe
215 meter 472.09 101499.00
7.4.2 250mm dia RCC Pipe 720 meter 637.99 459353.00
7.4.3 1200 mm dia. R.C.C. pipe
36 meter 3743.06 134750.00
7.5 Constructing brick masonry circular type manhole 0.91m
internal dia at bottom and 0.56m dia at top in cement mortar
1:4 (1 Portland Pozzolona cement :4 manufactured sand), in
side cement plaster 12 mm thick with cement mortar 1:3 (1
Portland Pozzolona cement : 3 coarse sand) finished with a
floating coat of neat cement, foundation concrete 1:3:6 mix (1
Portland Pozzolona cement : 3 manufactured sand : 6 graded
stone aggregate 40mm nominal size), and making necessary
channel in cement concrete 1:2:4 (1 Portland Pozzolona
cement : 2 manufactured sand : 4 graded stone aggregate
20mm nominal size) finished with a floating coat of neat
cement all complete as per standard design :

275
Rate i/c
Sl. No Description of work Quantity Unit Amount
Cost Index
7.5.1 0.91 m deep with S.F.R.C. cover and frame (heavy duty, HD-
20 grade designation) 560mm internal diameter conforming to
I.S. 12592, total weight of cover and frame to be not less than
182kg., fixed in cement concrete 1:2:4 (1 Portland Pozzolona
cement : 2 manufactured sand : 4 graded stone aggregate 20
mm nominal size) including centering shuttering all complete.
(Excavation, foot rests and 12mm thick cement plaster at the
external surface shall be paid for separately) :

7.5.1.1 With sewer bricks conforming IS:4885 35 each 11572.29 405030.00


7.6 Extra depth for circular type manhole 0.91m internal dia (at
bottom) beyond 0.91 m to 1.67 m
7.6.1 With Sewer bricks conforming IS : 4885
20 meter 6645.23 132905.00
7.7 Providing orange colour safety foot rest of minimum 6 mm
thick plastic encapsulated as per IS : 10910, on 12 mm dia
steel bar conforming to IS: 1786, having minimum cross
section as 23 mmx25 mm and over all minimum length 263
mm and width as 165 mm with minimum 112 mm space
between protruded legs having 2 mm tread on top surface by
ribbing or chequering besides necessary and adequate
anchoring projections on tail length on 138 mm as per
standard drawing and suitable to with stand the bend test and
chemical resistance test as per specifications and having
manufacture's permanent identification mark to be visible
even after fixing, including fixing in manholes with 30x20x15
cm cement concrete block 1:3:6 (1 cement : 3 coarse sand : 6
graded stone aggregate 20 mm nominal size) complete as
per design.
170 each 433.98 73777.00

276
Rate i/c
Sl. No Description of work Quantity Unit Amount
Cost Index
8 Bore Well
8.1 Conducting Sub soil hydrological study by any scientific
method as approved by the Engineer-in-Charge and
submitting report on atleast three alternative locations for bore
well with expected yield and quality of water. The report shall
include detailed investigation philosophy and the tests carried
out 2 Job 15000.00 30000.00
8.2 Drilling of 165mm dia borewell in all kinds of soil formation
including transportation of drilling machine / rig and
installation at site including collecting soil sample of each
strata in transparent boxes with depth clearly demarcating,
conducting yield test, preparation and submitting yield report
through any scientist method in three copies.

8.2.1 upto 76 m 152 metre 250.00 38000.00


8.2.2 From 76m to 107 m 62 metre 289.00 17918.00
8.2.3 From 107m to 137 m 60 metre 327.00 19620.00
8.2.4 From 137 m to 168 m 62 metre 385.00 23870.00
8.2.5 From 168 m to 198m 60 metre 462.00 27720.00
8.2.6 From 198m to 229m 62 metre 539.00 33418.00
8.2.7 From 229m to 259m 60 metre 654.00 39240.00
8.2.8 From 259m to 290m 62 metre 731.00 45322.00
8.2.9 From 290m to 305m 30 metre 808.00 24240.00
8.3 Supplying and lowering of M.S. Casing pipe 175mm dia and
2.5mm thickness including collars etc as required. 120 metre 324.26 38911.00
8.4 Supplying and fixing M.S.borewell cap for 175mm dia casing
pipe
2 nos 250.00 500.00
8.5 Providing and assembling and lowering of 150mm dia UPVC
screen pipe conforming to IS 12818-2000 manually or
mechanically inside borewell as per the direction of the
Engineer-in-charge 490 metre 914.30 448007.00

277
Rate i/c
Sl. No Description of work Quantity Unit Amount
Cost Index
9 Water proofing
9.1 Water Retaining Structure Waterproofing with Ardex Endura
WPM 3000 BG or equivalent on Horizontal Slab & Vertical
Walls:
Supply and installation of 1.2 mm thick Ardex Endura WPM
3000 BG or equivalent below grade pre-applied integrally &
chemically bonded waterproofing sheet membrane composed
of a thick HDPE backing layer and an aggressive pressure
sensitive adhesive a trafficable weather resistant protective
granular coating realizing a firm bonding to poured concrete
to prevent water ingress applied on prepared PCC-base prior
to concrete pour. The membrane is loosely-laid with granules
surface facing upwards. Lapping the sheet ends and the
adjacent sheets by peel and stick method.
The HDPE sheet waterproofing membrane WPM 3000 BG or
equivalent will comply to the following minimum properties:

• Tensile strength - 990N


• Resist hydrostatic pressure - up to >75 m head as per
ASTM D 5385 modified
• Puncture resistance - 1100 N
• Adhesion to concrete - 3.6 N/Sqmm
• Shear strength of joints - 800 N/ 50mm
• Elongation - 700%
• Peeling strength from concrete - 3.5N/Sqmm.
• Low Temperature Flexibility - Unaffected at -29o Cas
per ASTM D1970.
• Water vapor transmission rate – 0 g/Smtr/24 Hrs as
per ASRM E 96-92.
The rate is inclusive of all sheet membrane installation,
overlapping, termination of sheets, labour and all jointing
material with necessary tools and equipment's for carrying out
the work to the entire satisfaction of the Engineer-in-charge.
70 sqm 950.00 66500.00
278
Rate i/c
Sl. No Description of work Quantity Unit Amount
Cost Index
9.2 Waterproofing membrane:- Ardex Endura WPM 300
Foodgrained or Equivalent (two component, water based
epoxy polyamide membrane/ moisture barrier coating) is a
product consisting of Part A and Part B which needs to be
mixed using heavy duty electric slow speed drill with
necessary mixing paddle, to achieve a uniform mix before
applying. Apply first coat of WPM 300 or equivalent using
brush / roller at coverage of 3 m² / Ltr and allow it to dry
completely. Apply second coat of WPM 300 or equivalent in
opposite direction to the first coat with same coverage as
applied in first coat and allow it to dry completely.
The membrane shall confirm to:- Colour: Grey, Finish: Semi-
gloss going to matt with aging, Wet Film Thickness: 300
microns per coat, Recoat time: 4 hours @ 25 Deg C, 50%
RH, Full cure: 7 days @ 25 Deg C, 50% RH, Pot life: 2 hours
@ 25 Deg C -1 hour @ 25 Deg C, VOC content: 26g/L;
Confirms to: Australian standard 4020 – 2000 and British
Standard 6920.
40 sqm 430.00 17200.00
9.3 Providing and fixing bentonite based expandable water bar at
vertical / horizontal construction joint of pidilite / fosroc / BASF
/ bostik make as manufacturer specifications and direction of
Engineer-in-charge. 60 mtr 512.00 30720.00

Civil Total 22635976.00

279
Rate i/c
Sl. No Description of work Quantity Unit Amount
Cost Index

ELECTRICAL WORK
Street Light
1 Manufacturing, supplying & erection (in existing foundation )
of street light pole made of 80 mm dia C class GI pipe 6 mtr
long welded with 300 mm x 300 mm x 10 mm thick MS base
plate having 4 Nos 20 mm dia hole and provided with earth
stud including providing & welding 4 Nos wedge of size 80
mm x 120 mm x 6 mm thick for supporting the streelt light
post & base plate, painting with one coat of Anti-corrosive
Primer and two or more coats of automobile grade matallic
paint of approved brand and shade and numbering the post
etc as required. 72 each 11352 817344.00
2 Excavation and providing CC ( 1:2:4) foundation of 450 mm
dia x 1000 mm deep and foundation of size 450 mm x 450
mm x 200 mm height above gound level including providing &
placing 4 nos 16 mm dia 750 mm long foundation bolt with
doublenut at top and providing reinforcement with 4 Nos 12
mm dia x 1000 mm long TMT rod with 4 mm dia stirap as per
CPWD specification site condition as required. 72 job 4467 321624.00
3 Supplying and fixing of 50 mm dia 1.5 mtr long medium class
GI pipe suitably bent at the bottom end for cable entry to
street light looping box including threading the pipe and fixing
the same with MS clamp to the pole painting with one coat of
Anti-corrosive Primer and two or more coats of automobile
grade matallic paint of approved brand and shade etc.
complete as required. 72 each 1533 110376.00
4 Fabricating, supplying & fixing of street light bracket made out
of 40 mm dia, G.I pipe (Medium class), 0.75 mtrs long welded
to suitable size M.S socket 0.40 mtrs high as required suitable
for fixing on street light pole as above, at a 120 deg angle
and making suitable hole for entry of wires including painting
with one coat of Anti-corrosive Primer and two or more coats
of automobile grade matallic paint of approved brand and
shade complete with bolting etc as required.
72 each 1355 97560.00
280
Rate i/c
Sl. No Description of work Quantity Unit Amount
Cost Index
5 Supplying and fixing of SMC cable looping box 255mm X
200mm X 100mm deep(inside), having hinged cover plates
including providing and fixing one No. 6 amps SP MCB "C"
series, and 4 way 32A brass connector terminals on 6 mm
thick phenolic laminated sheet for looping of 2 x 10 / 16
Sq.mm cable and suitable size detachable gland plate inside
with necessary hole at the bottom for cable entry pipe etc., as
required. 72 each 1355 97560.00
6 Supplying and fixing of energy efficient LED street light
luminaire having light output not less than 72000 lumens and
wattage not more than 72 watts with accessories suitable for
operation on Single Phase, 230 Volt, A.C supply including
connection, testing and commissioning etc complete as
required. (Make Philips, Model: BRP 409 LED 074 or similar
model of Wipro / Trilux/ Lighting Technology)
72 each 8521 613512.00
DG Set
7 Supply installation testing and commissioning of AMF type
diesel generating having capacity not less than 62.5 KVA / 50
KW with suitable size acoustic enclosure made as per CPCB
norms, comprising of radiator, water cooled type, 4 stroke,
multi cylinder turbo charged diesel engine of suitable BHP to
deliver rated KVA at the prevailing site conditions equipped
with fly wheel, residential type silencer, Electronic fuel pump,
fuel tank electric starting equipment with batteries directly
coupled to alternator capable of delivering not less than 62.5
kVA at 0.8 power factor, 3 phase, 4 wire, 50 Hz, 415 Volt AC
supply complete with common base frame etc. as per detailed
specifications. (The DG set capacity shall be suitably rated by
considering derating factors due to acoustic enclosure and
prevailing site conditions so as to achieve the rated capacity
plus 10% over load during load test at site.)

1 job 496380 496380.00

281
Rate i/c
Sl. No Description of work Quantity Unit Amount
Cost Index
8 Supply, installation, testing and commissioning of outdoor
type compartmentalised AMF type control panel made out of
2mm thick CRCA sheet, hinged doors and supplying and
installing the following switch gears, relays, meters,
connections and interconnections, proper earthing
arrangements as required.
a) 125 Amp 4 pole onload change over switch for BYPASS
arrangement. - 2Nos. (L&T/ Siemens/ Elcon/ C & S)

b) 125 Amps, 36 KA(Ics) micro processor based 4 pole


MCCB with ROM for Mains and alternator supply -2 Nos.
c) 125 Amps (AC-3 rating) 4 pole power contactor for main
and alternator with inter locking arrangement etc - 2 sets. ( L
& T/ Siemens/ Schnieders / C & S)
d) EC-2 Micro controller based engine control unit for
automatic function/emergency/stand by power supply system -
1no.
e) Auto/ Manual / Test / off Selective switches - 1 No.
f) IDMT/ digital relay for over current and earth fault protection
for 3 phase - 1 Set.
g) Required Sets of current transformers 15 P 10 accuracy for
protection and 15 VA class-I for metering.
h) Battery charger, complete with over charge cut off facility,
D.C. voltmeter and ammeter, selector switch for trickle, off
and boost charging adjustment.
i) Multi function meter to monitor Voltage, Current,
Frequency, Power Factor, KWH, KVAH, KVARH etc of Line,
DG and load as required as per the technical specification i/c
pdg three position selective switches as required - 1 set.

282
Rate i/c
Sl. No Description of work Quantity Unit Amount
Cost Index
I) Audio/Video annunciation for:
i) High water temperature
ii) Low lubricating oil pressure
iii) Engine over speed
iv) Engine fails to start
v) Full load / maximum load warning
AMF Panel complete as above....... 1 each 229055 229055.00
9 Necessary Piping and control cabling work required for DG
Set of item no. 1 above.
9.1 Exhaust piping arrangement with suitable size medium class
MS pipe as per manufacturer's recommendation including
accessories with insulation, aluminium cladding etc as per
specification as required. 50 metre 1852 92600.00
9.2 Supplying and laying 4 x 4 sq.mm PVC insulated & PVC
sheathed, armoured Copper conductor control cable of 1.1KV
grade on surface/in existing pipe /open duct as required.
50 metre 188 9400.00
9.3 c) Supplying and laying 10 x 2.5 sq.mm PVC insulated &
PVC sheathed, armoured Copper conductor control cable on
surface/in existing pipe /open duct as required. 50 metre 286 14300.00
10 Providing cement concrete foundation for the DG set with
1:2:4 (1 cement : 2 course sand : 4 graded stone aggregate
20 mm nominal size) including excavation, providing base
concrete with 1:5:10 cement concrete, required centering/
shuttering, finishing the exposed portion etc. as reqd. ( Item
will be paid based on measurements for 1:2:4 CC, but
excluding the 1:5:10 leveling course of base concrete).
4 Cum 9805 39220.00
11 Supplying and fixing on existing CC foundation of MS
Supporting structure made of MS Channels and MS angles
for supporting the exhaust piping of the DG Set including
painting with zinc chromite primer and aluminium/ synthetic
enamel paint of approved shade etc as required.
2500 kg 126 315000.00
Substation Equipment

283
Rate i/c
Sl. No Description of work Quantity Unit Amount
Cost Index
12 Supply and erection of 9 metres long RCC pole conforming
to IS: 785-1964 on brick ballast and ramming the foundation,
finishing with 150 mm thick cement concrete (1:3:6) layer on
top including excavation and refilling etc., as reqd.
3 each 8724 26172.00
13 Supplying of channel iron 75 mm x 40 mm x6 mm (7.14 Kg/m)
cross arm for two 11 KV over head line conductor complete
with 50 mm x 50 x 6 mm angle iron bracket welded to the
channel iron and complete with 50mm x 6mm MS flat iron
clamps, bolts, nuts and washers including drilling holes for
insulator pins, bolts and nuts etc. and painting with primer and
finish paint as reqd. 2 each 1640 3280.00
14 Supplying of 50 mm X 8 mm M.S. flat iron pole top bracket/
cross arm for single 11/22/33 KV over head line conductor
complete with fixing clamps, bolts, nuts and washers drilling
holes for insulator pins, bolts and nuts etc and painting with
primer and finish paint as required. 2 each 505 1010.00
15 Erection of pole top /straight two wire / V Shape two wire,
angle iron / Channel iron, cross arm on steel tubular / rail/
PCC pole for 11/22/33 KV as reqd. 4 each 467 1868.00
16 Supplying and erection of 11 KV pin insulator complete with
large steel head G.I. pin, nuts, washers etc. as required.
6 each 281 1686.00
17 Supplying and erection of 11 KV disc insulator for 11 KV
over head lines with galvanised insulator fittings, ball and
socket type and complete with galvanised strain clamps,
bolts, nuts, washers etc. as required. 4 each 931 3724.00
18 Supply Erection of ACSR conductor ( Rabbit ) for HT over
head line i/c binding, termination etc as required.
50 metre 120 6000.00

284
Rate i/c
Sl. No Description of work Quantity Unit Amount
Cost Index
19 Supply and erection of Double Pole structure with 2 nos 9
metres long RCC pole, double pole structure kit consists of 75
mm x 40 mm x 6 mm channel iron supports for 11 KV GOS,
lighting arrestors, HG fuses etc with suitable MS clamp/angle
iron supports, nuts and bolts, painting with one coat of zinc
chromate primer and two coats of aluminium paint of
approved makes i/c erecting the poles in 1:2:4 cement
concrete foundation etc as reqd.
2 Set 26301 52602.00
20 Supplying and fixing 11 KV, 400 Amps, Double-Air-Break,
Gang Operated, Horizontal-Swing Type, Triple Pole Switch,
each pole mounted on hot-dip galvanised channel iron base,
consisting of 3 Nos. of 11 KV post top H.T. pin insulators,
arching horns, etc complete with terminal connectors for
ACSR Conductors, Tandem Rod, G.I. pipe (B Class)
Operating Down Rod of suitable size & length with handle,
pad locking arrangements for "ON" and "OFF"positions
etc,complete, i/c Jumpers, etc as required.
3 Set 12414 37242.00
21 Supplying and fixing of horizontal 11 KV Horn Gap Fuse unit
complete with hot dip galvanised channel iron base and with
suitable H.T. Fuse element complete with G.I. nuts and bolts,
washers etc. as required (1 set with 3 Nos.)
2 Set 8664 17328.00
22 Supplying and erection of three piece nonlinear resistor type
lightning arrestor suitable for 3 wire, 11 KV overhead lines
with rated voltage 9KV(rms) with a nominal discharge current
rating 5 KA and complete with galvanised clamping
arrangement, GI bolts, nuts, washers etc.as required .
2 Set 2548 5096.00

285
Rate i/c
Sl. No Description of work Quantity Unit Amount
Cost Index
23 Supplying and erection of galvanised stay set for 11 KV over
head lines complete with 19/20mm dia x 1.8 metres long stay
rod, anchor plate of size 45cm x 45 cm x 7.5 mm thick,
thimble, stay clamps, turn buckle (20mm x 600mm),
7/4.00mm dia GI stay wire and 11 KV strain insulator etc in
cement concrete 1:3:6 (1 cement: 3 coarse sand: 6graded
stone aggregate 40mm nominal size) foundation including
excavation and refilling etc., as required.
2 Set 5060 10120.00
24 Proving and fixing Anti climbing device made of 50 x 50 x
6mm angle iron frame work and GI barbed wire i/c painting
with red oxide primer and 2 coat aluiminium paint as required.
2 Set 932 1864.00
25 Supply, Installation, testing and Commissioning of 315 KVA,
11/0.433 KV, 3 phase, 50Hz, Dyn11, outdoor, ONAN type,
copper wound transformer with OFF load tap changing
arrangement on HV side in suitable steps with locking
arrangement, having cable end boxes on HV and LV sides
suitable for XLPE cable termination, complete with all
accessories / fittings like oil conservator with oil level
indicator, additional neutral terminal for earthing, thermometer
pocket, oil and winding temperature indicator, silica gel
breather, air release plug, explosion vent including initial filling
of filtered dehydrated transformer oil, supplying and grouting
of suitable M.S Channel for placing the transformer etc
complete and confirming to IS 1180 (Part 1), Energy
efficiency Level-2 & and as per CPWD general specification
for electrical works (Part IV sub station) as amended up-to-
date. 1 each 1206232.00 1206232
26 Supplying and fixing H.T danger notice plate of 250mm x 200
mm size made of M.S at least 2mm thick and vitreous
enameled white on both sides and with inscription in signal
red colour on front side etc. as required.
4 each 155.00 620.00

286
Rate i/c
Sl. No Description of work Quantity Unit Amount
Cost Index
27 Supplying of 11 KV(earthed) XLPE insulated screened with
extruded semi conducting compound in combination with
copper tape, cores laid up, inner sheath of PVC tape,
galvanised steel flat strip armoured and overall PVC sheathed
cable conforming to IS 7098/11/1985 with latest amendment
of following size etc. as required.
27.1 3 x 185 sq.mm. 100 metre 1269.00 126900.00
28 Laying of one number PVC insulated and PVC sheathed /
XLPE power cable of 11 KV grade of following size in the
existing RCC/ HUME/ METAL pipe as required.
28.1 above 120 and upto 400 sqmm 80 metre 112.00 8960.00
29 Supplying and making OUTDOOR cable end termination with
heat shrinkable jointing kit complete with all accessories
including lugs suitable for following size of 3 core, XLPE
aluminium conductor cable of 11 KV grade as required.

29.1 185 sq.mm 2 set 15001.00 30002.00


30 Providing and fixing fencing to a height of 2.00 mtr with chain
link mesh made of 8 SWG GI wire with 50mmx50mm mesh
size, welded to angle iron frame made of 50mm x 50mm x 6
mm angle iron on all four sides and 1 no horizontal
intermediate member made of 40mm x 40 mm x 5mm angle
iron and 40mm x 5mm flat iron welded to form a T section
(the angle iron frame shall be fabricated in section of width
not more than 1.5 mtr and assembled at site to form the
required fencing). The complete frame shall be bolted to the
vertical ISMC 100 channel erected in the ground i/c erection
of the channel in 1:3:6 cement concrete, excavation painting
with alluminium paint etc as required. (to be measured on
linear basis)
18 metre 6552.00 117936.00

287
Rate i/c
Sl. No Description of work Quantity Unit Amount
Cost Index
31 Providing and fixing Gate for H.T Panel yard in two leaves of
size 2.00 mtr height x 1.0 mtr width each, made out of angle
iron frame with 50x50x6 mm angle iron on all four sides and
horizontal intermediate member made of 40mm x 40 mm x
5mm angle iron and 40mm x 5mm flat iron welded to form a
T section with chain link mesh (made out of 8 SWG GI wire
with 50mm x 50mm mesh size) and support made of 100mm
x 50 mm MS channel 3 mtr long with 2 Nos Horizontal
bracing members of 50 mmx 50mm x 6mm angle iron 2 mtr
long i/c providing locking arrangement, and erection of the
vertical support in 1:3:6 cement concrete etc. as required.
2 each 17081.00 34162.00
32 Brick work (in width 225 mm or more)with second class brick
in cement mortar 1:4 above the existing foundation i/c
cement plastering of exposed portion, white/colour washing
etc as required. 4 cu m 6362.00 25448.00
33 Supplying and spreading quarry dust (granite dust) of 100 mm
depth before laying stone aggregate, inside yard as required.
8 Cu.m 284.00 2272.00
34 Supplying and spreading stone aggregate of 40mm nominal
size for a depth of 100 mm on leveled quarry dust laid inside
yard as required. 4 Cum 258.00 1032.00
35 Providing cement concrete foundation t with 1:2:4 (1 cement :
2 course sand : 4 graded stone aggregate 20 mm nominal
size) including excavation, providing base concrete with
1:5:10 cement concrete, required centering/ shuttering,
finishing the exposed portion etc. as reqd. (Item will be paid
based on measurements for 1:2:4 CC, but excluding the
1:5:10 leveling course of base concrete).
2 cum 7504.00 15008.00
36 Providing and fixing 300 mm dia RCC pipe NP2 class (light
duty) in ground complete with RCC collars, jointing with
cement mortar 1:2 (1 cement : 2 fine sand) i/c trenching and
refilling etc as reqd. 10 metre 854.00 8540.00

288
Rate i/c
Sl. No Description of work Quantity Unit Amount
Cost Index
37 Providing and fixing 4.5 kg carbon dioxide (CO2) type fire
extinguishers confirming to IS 2878- 1976 and cylinders fully
charged of following capacity. 4 each 3700.00 14800.00
38 Supply and fixing of ABC type fire extinguishers, portable type
5 kg capacity hanged on wall with bracket complete as
required. 4 each 2500.00 10000.00
39 Providing of set of 4 Nos. 9.5 Litre capacity GI bucket painted
in post office red colour with prior coat of red-oxide paint and
written with white paint "FIRE" and mounted on MS angle iron
frame with bracket of appropriate size & capacity i/c fillings
sand etc. as reqd. 2 set 3150.00 6300.00
40 Supplying and providing safety insulation mat, 2 mm
thickness and 1000 mm nominal width to withstand 3.3 kV
dielectric strength and as per IS :15652 as required. 4 metre 2980.00 11920.00
41 Supplying and fixing first aid charts (one in English, one in
Hindi and one in Kannada) duly laminated and framed
displaying methods of giving artificial respiration to a recipient
of electrical shock as required. 1 each 191.00 191.00
42 Supplying and providing first aid box containing materials
prescribed by the St.John Ambulance Brigade (for 30
persons) as required.
1 each 946.00 946.00
43 Supplying and fixing the following danger plates made of 2
mm thick MS plate vitreous enameled white on both sides and
with inscription in signal red colour on front side as required.

43.1 MV danger plate of size 200 mm x 150 mm 2 each 150.00 300.00


43.2 HT danger plate of size 250 mm x 200 mm 2 each 200.00 400.00
LT Panels and Cabling.

289
Rate i/c
Sl. No Description of work Quantity Unit Amount
Cost Index
44 Fabrication, supply and commissioning of out-door type
feeder piller /distribution panel made out of not less than 2
mm thick CRCA sheet and ISMC 100 mm x 50 mm base
frame of with hinged doors and locking arrangement including
powder coating of panel and the minimum size of panel front
size shall be not less than 2000 mm x 2000 mm and with
depth of 400 mm, connections, interconnections etc. as per
CPWD specifications (Part IV & V) of following size and
providing and fixing of following panel mounting switchgears/
accessories in the pannel and installation on suitable size CC
foundation of height not less than 500 mm above ground and
depth not less tha 500 mm below ground with minimum 450
mm working platform on front side, minimum 300 mm on other
sides etc. as required. (Residential Area Main Non Essential
Panel in Substation)

INCOMING
a). On Load Change over switch 630 A 4 P conforming to IS
/IEC 60947-3 - 1no.
b) 630 A capacity, 415V, 50 Hz, 4P MCCB( 50 KA)(Ics=100%
Icu) with micro processor based OC, S/C release and ROM
(long handle type) - 1 No.
b) Current Transformer 600 / 5 ratio, 15 VA burden- 1 set

c) Combined Digital type display meter suitable for measuring


ac voltage, Current, KWH, KW, PF, Frequency, THD etc., - 1
No
d) 3 Phase indicating LED lamps, with toggle switches and
HRC control fuse (3 Nos. ) - 1 set
BUSBAR
800 A Capacity 4 strip Aluminium bus bars with suitable
supports -1 set.
OUTGOING:-

290
Rate i/c
Sl. No Description of work Quantity Unit Amount
Cost Index
a) 400 A capacity, 415V, 50 Hz, 3P MCCB( 50 KA)(Ics=100%
Icu) with micro processor based OC, S/C release and ROM
(long handle type) - 2 Nos.
b) 250 A capacity, 415V, 50 Hz, 3P MCCB( 36 KA)(Ics=100%
Icu) with micro processor based OC, S/C release and ROM
(long handle type) - 2 Nos.
c 200 A capacity, 415V, 50 Hz, 3P MCCB( 36 KA)(Ics=100%
Icu) with micro processor based OC, S/C release and ROM
(long handle type) - 2 Nos.
EARTH
GI Earth strip of size 50x6 mm for full width of board with 2
termination points. 1 each 274773.00 274773.00
45 Fabrication, supply and commissioning of out-door type
feeder piller /distribution panel made out of not less than 2
mm thick CRCA sheet and ISMC 100 mm x 50 mm base
frame of with hinged doors and locking arrangement including
powder coating of panel and the minimum size of panel front
size shall be not less than 1600 mm x 1300 mm and with
depth of 300 mm, connections, interconnections etc. as per
CPWD specifications (Part IV & V) of following size and
providing and fixing of following panel mounting switchgears/
accessories in the pannel and installation on suitable size CC
foundation of height not less than 500 mm above ground and
depth not less tha 500 mm below ground with minimum 450
mm working platform on front side, minimum 300 mm on other
sides etc. as required. (Residential Area Main Essential
Panel in Substation)

INCOMING
a). On Load Change over switch 160 A 4 P conforming to IS
/IEC 60947-3 - 1no.
b) 160 A capacity, 415V, 50 Hz, 4P MCCB( 25 KA)(Ics=100%
Icu) with micro processor based OC, S/C release and ROM
(long handle type) - 1 No.

291
Rate i/c
Sl. No Description of work Quantity Unit Amount
Cost Index
b) Current Transformer 200 / 5 ratio, 15 VA burden- 1 set

c) Combined Digital type display meter suitable for measuring


ac voltage, Current, KWH, KW, PF, Frequency, THD etc., - 1
No
d) 3 Phase indicating LED lamps, with toggle switches and
HRC control fuse (3 Nos. ) - 1 set
BUSBAR
300 A Capacity 4 strip Aluminium bus bars with suitable
supports -1 set.
OUTGOING:-
a) 125 A capacity, 415V, 50 Hz, 3P MCCB( 25 KA)(Ics=100%
Icu) with micro processor based OC, S/C release and ROM
(long handle type) - 2 Nos.
a) 100 A capacity, 415V, 50 Hz, 3P MCCB( 25 KA)(Ics=100%
Icu) with micro processor based OC, S/C release and ROM
(long handle type) - 2 Nos.
EARTH
GI Earth strip of size 50x6 mm for full width of board with 2
termination points. 1 each 133429.00 133429.00
46 Fabrication, supply and commissioning of out-door type
feeder piller /distribution panel made out of not less than 2
mm thick CRCA sheet and ISMC 100 mm x 50 mm base
frame of with hinged doors and locking arrangement including
powder coating of panel and the minimum size of panel front
size shall be not less than 1500 mm x 1500 mm and with
depth of 300 mm, connections, interconnections etc. as per
CPWD specifications (Part IV & V) of following size and
providing and fixing of following panel mounting switchgears/
accessories in the pannel and installation on suitable size CC
foundation of height not less than 500 mm above ground and
depth not less tha 500 mm below ground with minimum 450
mm working platform on front side, minimum 300 mm on other
sides etc. as required.(Residential Area SS APFC panel)

292
Rate i/c
Sl. No Description of work Quantity Unit Amount
Cost Index
(a) Incomer 250 A FP MCCB, 36 KA (Ics=100% Icu) breaking
capacity with thermal magnetic release and rotary handle with
set of bus bar - 1 No
(b) Digital multi function meter - 1set
(c) 3 Phase indicating LED lamps with SP MCB protection -
1set.
c. 300 A Capacity 4 strip Aluminium bus bars with suitable
supports -1 set.
(e) FP MCCBs and Three Pole Power Contactors of suitable
capacitor duty and capacity for each capacior for operation on
3 phase 415 volts, 50 HZ AC, with ON/OFF push buttons on
line indicator lamp ( LED type), with NO, NC element and
necessary interconnection for switching on each capacitor
and incoming supply when DG set is OFF, for below
mentioned KVAR ratings as required (Make:Contactor :L&T /
Schneider / SIEMENS / Epcos)
f) MPP Gas filled type heavy duty capacitors, 480Volts "ISI"
marked and with 7% detuned copper reactors 440volts, 50Hz
to obtain effective KVAR output of 110 KVAR(1x 1KVAR, 2x2
KVAR, 1 x 5 KVAR, 2 x 10 KVAR, 4 x 20 KVAR) to be
controlled in 12 or more steps of suitable configurations to
achieve a power factor no less than 0.98 and total harmonic
distortion (THD) not more than 5%.

g) 2 Nos. fixed capacitor MPP Gas filled heavy duty type of


suitable rating 480 volts "ISI" marked (2 x 7.5 KVAR) (direct
to incoming switch with MCCB back up for 315 KVA
transformer compensation under no load condition)
h) Core balancing CT for APFC relay - 1 Set
i) Providing and fixing phase indicating lamps (LED type) -
3nos.
j) Automatic power factor correction relay microprocessor
based (having not less than 12 stages) to indicate power
facotr, control capacitor banks and with facility to adjustments
of power factor settings. ( Make : Schneider/L&T/Epcos )

293
Rate i/c
Sl. No Description of work Quantity Unit Amount
Cost Index
k) Auto manual selector switch.
l) Panel mounted cooling fan with thermostat
m) GI Earth strip of size 25 x 5 mm for full width of board with
2 termination points.
n) M.V danger notice plate -1 No. 1 each 328654.00 328654.00
LT CABLING
47 Supplying following sizes of XLPE / PVC Insulated and PVC
Sheathed power cable of 1.1 KV grade, aluminium conductor,
armoured under ground cable of following size confirming to
relevent IS specification etc. as required.
47.1 2 x 16 sq mm 2320 metre 107 248240.00
47.2 3 1/2 x 35 sq mm 210 metre 192 40320.00
47.3 3 1/2 x 50 sq mm 120 metre 249 29880.00
47.4 3 1/2 x 120 sq mm 285 metre 510 145350.00
47.5 3 1/2 x 240 sq mm 305 metre 950 289750.00
47.6 3 1/2 x 300 sq mm 1930 metre 1164 2246520.00
48 Laying of XLPE / PVC Insulated and PVC Sheathed power
cable of 1.1 KV grade, aluminium conductor, armoured under
ground cable of following size confirming to relevent IS
specification etc. in the existing RCC/ HUME/ STONEWARE/
METAL/ DWC - HDPE pipe as required.

48.1 2 x 16 sq mm 2050 metre 31 63550.00


48.2 3 1/2 x 35 sq mm 195 metre 31 6045.00
48.3 3 1/2 x 50 sq mm 105 metre 47 4935.00
48.4 3 1/2 x 120 sq mm 260 metre 64 16640.00
48.5 3 1/2 x 240 sq mm 290 metre 112 32480.00
48.6 3 1/2 x 300 sq mm 1895 metre 112 212240.00
49 Supplying and laying of following size DWC HDPE pipe ISI
marked along with all accessories like socket, bend, couplers
etc. conforming to IS 14930, Part II complete with fitting and
cutting, jointing etc.direct in ground (75 cm below ground
level) including excavation and refilling the trench but
excluding sand cushioning and protective covering etc.,
complete as required.
49.1 120mm/100mm Dia (Outer Dia/ Inner Dia) DWC pipe. 1200 metre 254 304800.00

294
Rate i/c
Sl. No Description of work Quantity Unit Amount
Cost Index
49.2 75mm/63mm Dia (Outer Dia/ Inner Dia) DWC pipe. 100 metre 165 16500.00
49.3 40mm/32mm Dia (Outer Dia/ Inner Dia) DWC pipe. 1000 metre 95 95000.00
50 Supplying and laying of following size DWC HDPE pipe ISI
marked along with all accessories like socket, bend, couplers
etc. conforming to IS 14930, Part II complete with fitting and
cutting, jointing etc.direct in ground (75 cm below ground
level) including jointing etc. in the existing trench, complete as
required.
50.1 120mm/100mm Dia (Outer Dia/ Inner Dia) DWC pipe. 1200 metre 180 216000.00
50.2 75mm/63mm Dia (Outer Dia/ Inner Dia) DWC pipe. 100 metre 140 14000.00
50.3 40mm/32mm Dia (Outer Dia/ Inner Dia) DWC pipe. 1000 metre 95 95000.00
51 Excavation of the cable trenches in hard rock not metres in
width, and lift upto 1.5 metres, including getting outexceeding
1.5 the excavated soil and disposal of excavated soil as
directed within a lead of 50 metres. 600 Cu m 1013 607800.00
50 Supplying and making indoor end termination with brass
compression gland and aluminium lugs for following size of
XLPE aluminium conductor cable of 1.1 kV grade as required.

50.1 2 x 16 sq mm 150 set 222 33300.00


50.2 3 1/2 x 35 sq mm 6 set 300 1800.00
50.3 3 1/2 x 50 sq mm 4 set 329 1316.00
50.4 3 1/2 x 120 sq mm 10 set 489 4890.00
50.5 3 1/2 x 240 sq mm 8 set 809 6472.00
50.6 3 1/2 x 300 sq mm 14 set 936 13104.00
EARTHING
51 Earthing with copper earth plate 600 mm X 600 mm X 3 mm
thick including accessories, and providing masonry enclosure
with cover plate having locking arrangement and watering
pipe of 2.7 metre long etc. with charcoal/ coke and salt as
required. 9 Set 11794 106146.00
52 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.
20 Set 6216 124320.00

295
Rate i/c
Sl. No Description of work Quantity Unit Amount
Cost Index
53 Providing and fixing 25 mm X 5 mm copper strip on surface or
in recess for connections etc. as required. 180 metre 1009 181620.00
54 Providing and fixing 25 mm X 5 mm copper strip in 40 mm dia
G.I. pipe from earth electrode including connection with brass
nut, bolt, spring, washer excavation and re-filling etc. as
required. 100 metre 1224 122400.00
55 Providing and fixing 25 mm X 5 mm G.I. strip in 40 mm dia
G.I. pipe from earth electrode including connection with G.I.
nut, bolt, spring, washer excavation and re-filling etc. as
required. 200 metre 483 96600.00
56 Providing and fixing 25 mm X 5 mm G.I. strip on surface or in
recess for connections etc. as required. 100 metre 206 20600.00
57 Providing and fixing 6 SWG dia G.I. wire on surface or in
recess for loop earthing along with existing surface/ recessed
conduit/ submain wiring/ cable as required. 2300 mtr 37 85100.00
58 Laying of one number PVC insulated and PVC sheathed /
XLPE power cable of 11 KV grade of following size direct in
ground including excavation, sand cushioning, protective
covering and refilling the trench etc as required.

58.1 Above 120 sq. mm and upto 400 sq. mm 950 mtr 482.00 457900.00
Electrical Total 11721366.00
Total 34357342.00

296
Central Public Works Department
N.I.T. No:21/2019-20/CE/BCD-II/Bangalore
Name of work:- C/o Infrastructure (Non-residential & residential building) for CISF 10th Reserve
Battalion, at Lakkur village, Bangalore. SH: 10 Bedded Hospital, Family Welfare Centre and
Sarvadharmasthal i/c internal electrical installations, water supply and sanitary installations and
STP of 120 KLD in EPC mode (Design and Build basis). & development works and services in
western part of campus part (BoQ based).
The bidder must quote his/their rate in the following format (to be quoted only in the Financial bid
only and nowhere else):-
SCHEDULE OF QUANTITY
Name of the Contractor
Percentage
Estimated cost in above or below
Sl.No. Name of component % in Figures Total Cost
Rs. the estimated
cost
C/o Infrastructure (Non-residential & residential building) for CISF
10th Reserve Battalion, at Lakkur village, Bangalore. SH: 10 Bedded
1
Hospital, Family Welfare Centre and Sarvadharmasthal i/c internal
electrical installations, water supply and sanitary installations (As per -
Annexure-I)
1.1 10 Bedded Hospital 31198965.00 -
1.2 Family Welfare Centre 25750620.00 -
1.3 Sarvadharmastha 6273690.00 -
2 STP of 120 KLD in EPC mode (Design and Build basis). 8100000.00 -

298
Development works and services in western part of campus part (As
3
per BoQ at Annexure III) -
3.1 Civil Work 22635976.00 -
3.2 Electrical Work 11721366.00 -
Grand Total 105680617.00 -

Grand TotalA -100.00

Important Instructions :
The site of the work is having huge rocky outcrop. Levelling dressing of the site in the surroundings of the building is included
the scope of the work. The bidders are advised to have a through look at the site before submitting their financial bid.

Notes
1) The rate quoted in the bid will cover all provisions of bid documents such as scope of work, relevant specifications and all other
terms & conditions of the contract, etc.
2) Payment shall be made for the actual area built.
3) The minimum built up area of all the buildings shall be as per Architectural Drawings attached with the bid document.
4) The quoted rate shall be inclusive of all types of foundation that may be required to be provided as per structural considerations.

5) Ramp for each block of residential quarters with stainless steel railing for physically challenged persons shall be provided at
Ground floor which shall not be considered for plinth area calculation and for measurement.
6) The plinth area shall be measured as per IS:3861.
(i) Plinth area shall not include shafts open to sky, however shaft cover at top shall be counted at one floor level only.
(ii) Balcony area shall be measured and paid @50% of the Plinth area rate irrespective of top being protected or not protected above.

7 The work will be awarded as a whole and no splitting of work shall be considered. The lowest bidder shall be decided on the basis
of overall bid amount.

Contractor/Bidder Executive Engineer


BCD-II, CPWD, Bangalore
299
299
300
301
302
303
304
305
306
307
308
309
310
311
312
313
314
315
316
317
318
319
320
321
322
323
324
325
326
327
328
329
330
331
332
333
334
335
336
337
338
339
340
341
342
343
344
345
346
347
348
349
350
351
352
353
354
355
356
357
358
359
360
टिप्पणियाँ NOTES
१. सभी माप मिलीमीटर मे दिए गए हैं।
२. केवल लिखित डाइमेंशन्स को पालन करें
३. इस ड्राइंग में यदि कोई विसंगति हो तो , उसे क्रियान्वयन
से पहले वरिष्ट वास्तुक (बेंगलुर)ु के नोटिस में लाया जाएं।

1.ALL DIMENSION GIVEN ARE IN MM


2. ONLY WRITTEN DIMENSIONS ARE TO BE FOLLOWED
3.ANY DISCRIPANCY IN THE DRAWING SHALL BE BROUGHT TO
THE NOTICE OF THE SENIOR ARCHITECT OF THIS OFFICE
W1 W1 W1 W1 W2 W2
SCHEDULE OF OPENINGS
W.C BATH W.C TOILET SL. TYPE SIZE SILL LINTEL DESCRIPTION
1100X 1200X 1350x1300
1400 1825X1200 NO
115 THK.FLYASH 1400
BK.WALL UPTO
DOCTOR'S
2100 HT DUTY ROOM DW1 4200x2550 --- 2550 AS/PE
115 THK.FLYASH GENTS 1
NURSERY BK.WALL UPTO 3585X3065 LADIES
TOILET
TOILET
2100 HT 1540x3900 2 DWG1 4200x2550 --- 2550 "
LOBBY 1350x1300
FEMALE MALE WARD
LABOUR 3200X5595 3 D1 1200x2100 --- 2100 "
BATH WARD 115 THK.FLYASH
WARD 2125X1200
4370X5595 BK.WALL UPTO 8845X5595 X 4 D2 1000x2100 --- 2100 "
3530X4080 D1
NURSES W5 2100 HT

W1
STATION 5 D3 900x2100 --- 2100 "
4485x2645 W1
6 W1 1800x2100 900 2550 "
TOILET BATH
(DIFFERENTLY 2000x1585
ABLED PERSONS) 7 W2 1800x1450 1100 2550 "
X HR TO DETAIL EDB
D2 D2 D1
COUNTER 2200x1700
D1 D1 8 W3 1200x2100 900 2550 "
9 W4 750x2100 900 2550 "
W1 1800 W I D E C O R R I D O R W1
10 W5 600x2100 900 2550 "
DN UP 11 V1 900x600 1500 2100 "
LOBBY 12 V2 600x600 1500 2100
D3
D1 D2 LOBBY D2
"
SLUICE SPECIAL WARD SPECIAL WARD
W3
2245x1940 MINOR O. T. 3800X4170 4045X4170
D1
4295x4170 ANTE LIFT D3 D3
ROOM 1800X TOILET TOILET
W3
D3
2200X3485 3000 2300x2400 2300x2400
(BARRIER FREE (BARRIER FREE
EQUIPMENT CONVERTIBLE) CONVERTIBLE)

2245X2115 R=150
T=300
W=1500

W1 W3 W1 V2 V2 W1
DWG1 (WITH M.S.SAFETY
GRILLS)

TERRACE

FIRST FLOOR PLAN


LEGEND:
AREA - 390.577 SQ M FUTURE CONSTRUCTION

REVISION NO. R1
THIS DRAWING HAS BEEN REVISED AS/DIRECTION OF CE (SZIII) CPWD BANGALORE
DURING DISCUSSION ON 12-07-2019 ,ACCORDINGLY RAMP IS SHOWN FOR FUTURE
EXPANSION IF ANY.

FOR GROUND FLOOR PLAN & SECTION X-X


REFER. SA/BLR/320/152
MUMTY.LVL.
+10500 AREA STATEMENT

GROUND FLOOR AREA =388.6 SQ M


FIRST FLOOR AREA =390.4 SQ M
TOTAL AREA =779.0 SQ M
S.F.LVL. REFERENCE
+7800 THIS DRAWING IS BASED ON APPROVED DRG. VIDE LETTER NO.
E-43099/RB-RB-BLR/LAND/HC/16-356 DATED 12.1.2016 RECEIVED
FROM ASST COMMANDANT/JAO FOR DY.INSPECTOR
GENERAL,CISF DOS HQRS,BANGALORE

SENIOR ARCHITECT(BLR) CPWD BENGALURU


F.F.LVL.
वरिष्ट वास्तुक (बेंगलुरु ) के. लो . नि . वि . बेंगलुरु
F WING, III FLOOR, KENDRIYA SADAN, KORAMANGALA, BENGALURU-560034
+4200
F विंग , III फ्लोर , केंद्रीय सदन , कोरमंगला , बेंगलुरु -560034

ड्राइंग
नं व . वा . (BLR ) संशोधन सं :
01
DRG NO SA/ BLR/320/153 REV NO:
स्केल| SCALE: 1: 100 PROPOSED 10 BEDDED HOSPITAL FOR
दिनांक | DATE: JULY '2019 CISF AT LAKKUR VILLAGE,
P.LVL. फाइल नं | FILE NO. 320 NELAMAMGALA ,BANGALORE (G+1)
+600
द्वारा तैयार | DEALT: प्रथम तल अभिविन्यास और मुख दर्शन
G.LVL.
का.न. W.D.
+000 BHAWANI SINGH FIRST FLOOR PLAN & FRONT ELEVATION
GL
FRONT ELEVATION
CHANDRASHEKAR K MARUTHI KALIGI
चन्द्रशेखर के मारुति कलगी
DEPUTY ARCHITECT ARCHITECT SENIOR ARCHITECT CHIEF ARCHITECT/
उप वास्तुक वास्तुक वरिष्ट वास्तुक मुख्य वास्तुक
टिप्पणियाँ (NOTES)
१. सभी माप मिलीमीटर मे दिए गए हैं।
२. केवल लिखित डाइमेंशन्स को पालन करें
+1500 LVL. ३. इस ड्राइंग में यदि कोई विसंगति हो तो , उसे क्रियान्वयन
से पहले वरिष्ट वास्तुक (बेंगलुर)ु के नोटिस में लाया जाएं।

UP 1.ALL DIMENSION GIVEN ARE IN MM


2. ONLY WRITTEN DIMENSIONS ARE TO BE FOLLOWED
3.ANY DISCRIPANCY IN THE DRAWING SHALL BE BROUGHT TO
THE NOTICE OF THE SENIOR ARCHITECT OF THIS OFFICE
W1 W1 W1 W1 W2 W2
SCHEDULE OF OPENINGS
SL.

RAMP 1 IN 10
W1
W1
TYPE SIZE SILL LINTEL DESCRIPTION
TOILET NO
WAITING 1335x2240

4485X5595 KITCHEN DW1 4200x2550 --- 2550 AS/PE


CONSULTATION 1540x1200
4395X3680
1

WOODEN STORAGE
STORAGE SHELF
4485X5595 RCC LOFT UPTO 2 DWG1 4200x2550 --- 2550 "

STORAGE SHELF
DRESSING DISPENSARY SPACE FOR
W1
2100 MM HT.
DISPLAY
LABORATORY 3 D1 1200x2100 --- 2100 "
4370X5595 4485X5595 LADIES
GENTS
114 TOILET
TOILET
4370X5595 X 4 D2 1000x2100 --- 2100 "

SHELF
W1
1335x2240
BENCH

RCC LOFT UPTO


2100 MM HT.
5 D3 900x2100 --- 2100 "
W1
PANTRY W4
D2 D3
TOILET 3165X1800 6 W1 1800x2100 900 2550 "
(DIFFERENTLY D3
ABLED PERSONS)
HR TO DETAIL EDB 7 W2 1800x1450 1100 2550 "
X 2200x1700
D2 D2 D2 D2
8 W3 1200x2100 900 2550 "
FOR UP +600 LVL.
+2400 LVL. 9 W4 750x2100 900 2550 "
W1 1800 W I D E C O R R I D O R W1
+600 LVL.
114
.5 +4200 LVL. 10 W5 600x2100 900 2550 "
D1 UP V1
D2 D2 11 900x600 1500 2100 "
D3
D2
OFFICE 12 V2 600x600 1500 2100 "
3795X4130 115
.0

RAMP 1:10
RCC LOFT UPTO
W3
DARK 2100 MM HT.
BRIEF SPECIFICATIONS:-
113

STORAGE SHELF

STORAGE SHELF
X-RAY 2500X2560 RCC LOFT UPTO
FOUNDATION: R.C.C FRAMED STRUCTURE, SINGLE STORYED SUPER STRUCTURE:

SHELF
LIFT 2100 MM HT.
SUPER STRUCTURE: 230 & 115 THK. FLY ASH BRICK EXTERNAL/ INTERNAL MASONARY WALL PLASTERED ON
BOTH SIDES.
6355X4130 1800X STORE LINEN STORE JOINERY:-
3000 4370X4130 4395X4370 NTO
UR
UP
DOORS:
ENTRANCE LOBBY 115
.5 C
OU
1) ALL ROOM SHALL HAVE SECOND CLASS TEAK WOOD FRAME WITH FLUSH SHUTTER EXTERIOR GRADE WITH
D3 CHANGING APPROVED FINISH .

RAMP 1 IN 10
CUBICLE R=150
2)TOILET SHALL HAVE FRP DOOR FRAMES & SHUTTERS AND TOILET MAIN ENTRY DOOR SHALL BE OF MEDIUM
TEAK WOOD FRAME & BLOCK BOARD FLUSH SHUTTERS WITH WATER RESISTANT FINISH INSIDE
2500X1455 T=300 DW1 WINDOWS AND VENTILATORS:
W=1500 1) ALL WINDOWS SHALL BE OF POWDER COATED ALUMINIUM SECTION WITH GLAZED SLIDING/CASEMENT
SHUTTERS AND IN COMBINATION WITH MS SAFETY GRILLS .
W1 W1 W1 W1 W1 116
.0
2) ALL TOILET VENTILATORS SHALL BE OF POWDER COATED ALUMINIUM SECTION WITH LOUVERED GLASS WITH
FROSTED [ TRANSLUCENT ] PARTLY FIXED & PARTLY GLASS LOUVERED VENTILATORS 3)STAIRCASE SHALL HAVE
STAINLESS STEEL RAILING & ALL FITTINGS SHALL BE ANODIZED ALUMINIUM/ STAINLESS STEEL FITTINGS.
FLOORING:
+ 450 LVL. 1) ENTRANCE LOBBY , CORRIDORS SHALL HAVE POLISHED SADARAHALLI WHITE GRANITE FLOORING WITH (
40-50% ) FLAME FINISH PATTERN , 2) ALL WARDS SHALL HAVE ACID RESISTANCE NON-SKID DOUBLE CHARGED
RAMP UP VITRIFIED TILES OF SUAITABLE SIZES, 3) ALL OTHER ROOMS SHALL HAVE DOUBLE CHARGED VITRIFIED TILES OF
.5
116
113 CC PLINTH PROTECTION 1000 MM UP
SUAITABLE SIZES EXCEPT TOILETS WHICH SHALL HAVE ANTI-SKID CERAMIC TILES FLOORING 300 X 300mm.
DADO/SKIRTING:
1) ALL AREAS SHALL HAVE 100 MM SKIRTING OF SAME FLOORING 2) ALL WARDS,LABORATORIES , DISPENSARY,
WIDE ALROUND THE BUILDING
UP DRESSING,& TOILET SHALL HAVE GLAZED CERAMIC TILE DADOING 300 X 450mm UPTO 2100 MM HT.3) MINOR OT
ENTRY SHALL HAVE GLAZED CERAMIC TILE DADOING 300 X 450mm UPTO CEILING HT.
BARRIR FREE FINISHING:-
.0
ACCESS RAMP 117 EXTERNAL:ALL EXTERNAL AREAS SHALL BE PAINTED WITH EXTERIOR ACRYLIC EMULSION PAINT MATCHING
SLOPE OF 1 IN 12 MATT FINISH ENAMEL PAINT.

+ 000 REF.LVL.
GROUND FLOOR PLAN INTERNAL: ALL INTERNAL AREAS SHALL BE PAINTED WITH ACRYLIC EMULSION PAINT MATCHING MATT FINISH
ENAMEL PAINT WITH LOW VOC CONTENT. ENT. LOBBY & STAIRCASE SHALL BE PAINTED WITH EXTERIOR
ACRYLIC EMULSION PAINT MATCHING MATT FINISH ENAMEL PAINT AS PER STANDARD SPECIFICATION.

AREA - 388.567 SQ M ROOFING:


RCC SLAB WITH INTEGRAL CEMENT BASED WATER PROOFING TREATMENT.
SANITARY & WATER SUPPLY
ALL ELECTRICAL & PLUMBING FIXTURES ADHERING TO BIS STANDARDS & SHALL BE AS PER CPWD
+3300 LVL. SPECIFICATIONS.
MISCELLANEOUS: PROVISION FOR RAIN WATER HARVSTING/LANDSCAPING SHALL BE DONE

LEGEND:
FUTURE CONSTRUCTION
MUMTY.LVL.
REVISION NO. R1
+10500 THIS DRAWING HAS BEEN REVISED AS/DIRECTION OF CE (SZIII) CPWD BANGALORE
DURING DISCUSSION ON 12-07-2019 ,ACCORDINGLY RAMP IS SHOWN FOR FUTURE
150 DEEP FLY ASH EXPANSION IF ANY.
BK. COBA FILLING
STAIRCASE MINIMUM AREA STATEMENT
MUMTY GROUND FLOOR AREA =388.6 SQ M
FIRST FLOOR AREA =390.4 SQ M
S.F.LVL. TOTAL AREA =779.0 SQ M
+7800 FOR FIRST FLOOR PLAN,FRONT ELEVATION & SPECIFICATION REFER SA/BLR/320/153
REFERENCE
THIS DRAWING IS BASED ON APPROVED DRG. VIDE LETTER NO.
E-43099/RB-RB-BLR/LAND/HC/16-356 DATED 12.1.2016 RECEIVED FROM ASST
COMMANDANT/JAO FOR DY.INSPECTOR GENERAL,CISF DOS HQRS,BANGALORE

NURSE STATION
COUNTER वरिष्ट वास्तुक (बेंगलुरु ) के. लो . नि . वि . बेंगलुरु
MALE WARD SENIOR ARCHITECT(BLR) CPWD BENGALURU
CORRIDOR F.F.LVL. F विंग , III फ्लोर , केंद्रीय सदन , कोरमंगला , बेंगलुरु -560034
+4200 F WING, III FLOOR, KENDRIYA SADAN, KORAMANGALA, BENGALURU-560034

ड्राइंग
नं व . वा . (BLR ) संशोधन सं :
DRG NO SA/ BLR/320/152 REV NO: 01

स्केल| SCALE: 1: 100 PROPOSED 10 BEDDED HOSPITAL FOR


PANTRY दिनांक | DATE: JULY '2019 CISF AT LAKKUR VILLAGE,

CORRIDOR LABORATORY फाइल नं | FILE NO. 320 NELAMAMGALA ,BANGALORE (G+1)


P.LVL.
द्वारा तैयार | DEALT: भू तल अभिविन्यासऔर काट X-X
का.न. W.D.
+450
G.LVL. BHAWANI SINGH GROUND FLOOR PLAN & SECTION X-X
GL +000

RCFOUNDATION AS/STRUCTURAL DRG.

SECTION X-X CHANDRASHEKAR K MARUTHI KALIGI


चन्द्रशेखर के मारुति कलगी
DEPUTY ARCHITECT ARCHITECT SENIOR ARCHITECT CHIEF ARCHITECT/
उप वास्तुक वास्तुक वरिष्ट वास्तुक मुख्य वास्तुक
टिप्पणियाँ (NOTES)

4980
A 36130
26440 115 4710
१. सभी माप मिलीमीटर मे दिए गए हैं।
२. केवल लिखित डाइमेंशन्स को पालन करें
115 115 230 230 230 230 230 ३. इस ड्राइंग में यदि कोई विसंगति हो तो , उसे क्रियान्वयन
से पहले वरिष्ट वास्तुक (बेंगलुरु) के नोटिस में लाया जाएं।
5801100 1100 1470 11540 4790 2190 1100 1075
1.ALL DIMENSION GIVEN ARE IN MM
2. ONLY WRITTEN DIMENSIONS ARE TO BE FOLLOWED
3.ANY DISCRIPANCY IN THE DRAWING SHALL BE BROUGHT TO

5
63

11

11
THE NOTICE OF THE SENIOR ARCHITECT OF THIS OFFICE
15
W

57
V2 V2 W W W1 V2 V2

230
11 7
5
00

11

5
15
1300
SCHEDULE OF OPENING

10

1500
12

0 43

68 1 15
V2

0
13
WC WC
CUTTING V2

18
23 70
SEWING

55
bath rm. WC EWC

53
V2 V2 SL.NO.TYPE SIZE SILL LINTEL DESCRIPTION
7 8
17 11540x3830 4790x3830 STORE 1. ED 2220 X 3150 - 3150 AS PER P.E.
1700 bath rm.
4980

15
W2 C
2190x

39
2200
W 2. D1 1500 X 2100 - 2100 AS PER P.E.

00
E

61
3830

6460
3. D2 1000 X 2100 - AS PER P.E.

42
2100

20
D2

61
W1
LADIES TOILET D4 4. D3 1000 X 2100 - 2100 AS PER P.E.

20
TOILET
D2 5. D4 1000 X 2100 - 2100 AS PER P.E. & SLIDING DOOR
W D1 W W V2
FOR DIFFERENTLY
GENTS TOILET

1737
2550

300
ABLED TO DETAIL 6. W 1800 X 1650 900 AS PER P.E.
1800 WIDE CORRIDOR 1200

98
STORE 7. W1 1200 X 1650 900 2550 AS PER P.E.
2301720
DRINKING

13
P

1000
U
WATER

900
8. W2 1000 X 1650 900 2550 AS PER P.E.
D2

P
W2

110.0

M
RA
9. KW1 1800 X 1450 1100 2550 AS PER P.E.

1091 1980

10
0
851 10. KW2 1000 X 1450 1100 2550 AS PER P.E.

00
10

1990
EDB
11. V1 1800 X 450 1650 2100 AS PER P.E.
115 THK FLYASH BK.
W WALL UPTO 2100 HT. W 12. V2 600 X 900 1600 2100 AS PER P.E.
V1

1408 1500 800

800
AS BACK DROP

6094
LIBRARY +750
STORE
5541

5540
6000x5540 HAND-DRESSED GRANITE SLABS LAID TO 6840x5540 FURNITURE LAYOUT IS TENTATIVE AND CAN BE ALTERED AS
PER USER SPECIFICATION.
STAGE PATTERN AS PER DETAIL W W

1408
W BRIEF SPECIFICATIONS:-
D1 FOUNDATION: R.C.C FRAMED STRUCTURE, SINGLE STORYED SUPER STRUCTURE:

110.5
SUPER STRUCTURE: 230 & 115 THK. FLY ASH BRICK EXTERNAL/ INTERNAL MASONARY WALL
D2 PLASTERED ON BOTH SIDES.

230
230

JOINERY:-
DOORS:
RAMP DN. 1) ALL ROOM SHALL HAVE SECOND CLASS TEAK WOOD FRAME WITH FLUSH SHUTTER EXTERIOR
D1 GRADE WITH APPROVED FINISH .
D1 2)TOILET SHALL HAVE FRP DOOR FRAMES & SHUTTERS AND TOILET MAIN ENTRY DOOR SHALL BE OF
5792 5792 MEDIUM TEAK WOOD FRAME & BLOCK BOARD FLUSH SHUTTERS WITH WATER RESISTANT FINISH
1800 WIDE CORRIDSOR

1800 WIDE CORRIDSOR


W INSIDE
6000x5540 W WINDOWS AND VENTILATORS:
1) ALL WINDOWS SHALL BE OF POWDER COATED ALUMINIUM SECTION WITH GLAZED
5540

SLIDING/CASEMENT SHUTTERS AND IN COMBINATION WITH MS SAFETY GRILLS .


+150 2) ALL TOILET VENTILATORS SHALL BE OF POWDER COATED ALUMINIUM SECTION WITH LOUVERED
GLASS WITH FROSTED [ TRANSLUCENT ] PARTLY FIXED & PARTLY GLASS LOUVERED VENTILATORS
3)STAIRCASE SHALL HAVE STAINLESS STEEL RAILING & ALL FITTINGS SHALL BE ANODIZED ALUMINIUM/
V1 STAINLESS STEEL FITTINGS.
W 600X600 GANGSAW-CUT STONE FLOORING:
SLAB WITH GAP IN BETWEEN 1) ENTRANCE LOBBY , CORRIDORS SHALL HAVE POLISHED SADARAHALLI WHITE GRANITE FLOORING
WITH ( 40-50% ) FLAME FINISH PATTERN , 2) ALL OTHER ROOMS SHALL HAVE DOUBLE CHARGED
FOR GRASS TO GROW W VITRIFIED TILES OF SUAITABLE SIZES EXCEPT TOILETS WHICH SHALL HAVE ANTI-SKID CERAMIC TILES
W

36690
26730

FLOORING 300 X 300mm.


230

DADO/SKIRTING:
1) ALL AREAS SHALL HAVE 100 MM SKIRTING OF SAME FLOORING 2) TOILET SHALL HAVE GLAZED
CERAMIC TILE DADOING 300 X 450mm UPTO 2100 MM HT.
D1 FINISHING:-
W EXTERNAL:ALL EXTERNAL AREAS SHALL BE PAINTED WITH EXTERIOR ACRYLIC EMULSION PAINT
COURTYARD MATCHING MATT FINISH ENAMEL PAINT.
6000x5540 (OPEN TO SKY) W
INTERNAL: ALL INTERNAL AREAS SHALL BE PAINTED WITH ACRYLIC EMULSION PAINT MATCHING MATT
FINISH ENAMEL PAINT WITH LOW VOC CONTENT. ENT. LOBBY & STAIRCASE SHALL BE PAINTED WITH
EXTERIOR ACRYLIC EMULSION PAINT MATCHING MATT FINISH ENAMEL PAINT AS PER STANDARD
W
5540

17392
SPECIFICATION.
ROOFING:
RCC SLAB WITH INTEGRAL CEMENT BASED WATER PROOFING TREATMENT.

44458
SANITARY & WATER SUPPLY
ALL ELECTRICAL & PLUMBING FIXTURES ADHERING TO BIS STANDARDS & SHALL BE AS PER CPWD
V1
111.0
SPECIFICATIONS.
W
MISCELLANEOUS: PROVISION FOR RAIN WATER HARVSTING/LANDSCAPING SHALL BE DONE
+600
W
230

D1
D1

W
DEMONSTRATION
W
7000x15500 UP

S
6000x5540 UP

111.5

N
5540

E
16
0 BARRIER FREE RAMP

4000
W V1 0 TO DETAIL W1 stage W1 FOR SECTION A-A & FRONT ELEVATION REF. SA/BLR/320/155
3800 3000 +1200 FOR ACTUAL LOCATION AND ORIENTATION OF THE
BUILDING REF. DRG NO. SA(SZ)III /KA/320/113 R-4 WITH CROSS
RAMP DN.
1595 230

REFERENCE WITH SITE FEASIBILITY FROM EEBCD1CPWD

230
STORAGE SELF
KW2 TOILET V2
T=300 1613 AREA STATEMENT
1800

2015
D2 R=150
LADIES GROUND FLOOR AREA =817 SQ M
KITCHEN D2 W=1200
UP W1 D2 GREEN RM.

5
+600LVL
D2

11
04 REFERENCE:

14
D2
RM

11

43
FO

5860

THIS DRAWING IS BASED ON APPROVED DRG.

47
OFFICE ROOM
TE

94
SA(BLR)320/61 VIDE LETTER NO. E-43099/RB-RB-BLR/
A

LOBBY 4000x3830
4980

PL

54 KNITTING
3830
G

13KW1 LAND/HC/16-356 DATED 12.1.2016 RECEIVED FROM ASST


IN

ROOM GENTS
K

GREEN RM. COMMANDANT/JAO FOR DY.INSPECTOR GENERAL,CISF


O

STORE

99
ED1
CO

4200x3830 1714

42
3715x3830 DOS HQRS,BANGALORE
70

5000 43

63
92
43

3715 70
18
+600LVL
1200

W2 TOILET
V2
14 30

1000

33
W W W W V2
वरिष्ट वास्तुक (बेंगलुरु ) के. लो . नि . वि . बेंगलुरु
00

14
W
2

2642

ramp up SENIOR ARCHITECT(BLR) CPWD BENGALURU


1500

F विंग , III फ्लोर , केंद्रीय सदन , कोरमंगला , बेंगलुरु -560034


1 IN 12 SLOPE
230 1000 WIDE CC PLINTH PROTECTION LAID TO SLOPE ALROUND THE BUILDING
F WING, III FLOOR, KENDRIYA SADAN, KORAMANGALA, BENGALURU-560034

230 7165 ड्राइंग


नं व . वा . (BLR ) संशोधन सं :
400

BARRIER FREE RAMP 113


4163 230 TO DETAIL DRG NO SA/ BLR/320/154 REV NO:

7768
4710 4000 5000 UP 2600 4000 3715 882 स्केल | SCALE: 1: 125 PROPOSED FAMILY WELFARE
4980 230 26170 230 230 4977 दिनांक | DATE: JULY '2019
CENTRE FOR C I S F AT
400 4860
4243

4000

400 फाइल नं | 320 NELAMANGALA AT BANGAORE


GROUND FLOOR PLAN द्वारा तैयार | DEALT: भू तल अभिविन्यास
का.न. (W.D)
GROUND FLOOR HEIGHT- 3600 BHAWANI SINGH GROUND FLOOR PLAN

AREA - 817 SQ M
400

चन्द्रशेखर के मारुति कलगी


TECH

CHANDRASHEKAR K MARUTHI KALIGI


मुख्य वास्तुक
89

वास्तुक वरिष्ट वास्तुक


ARCHITECT SENIOR ARCHITECT CHIEF ARCHITECT
टिप्पणियाँ (NOTES)

१. सभी माप मिलीमीटर मे दिए गए हैं।


२. केवल लिखित डाइमेंशन्स को पालन करें
३. इस ड्राइंग में यदि कोई विसंगति हो तो , उसे क्रियान्वयन
से पहले वरिष्ट वास्तुक (बेंगलुरु) के नोटिस में लाया जाएं।
1.ALL DIMENSION GIVEN ARE IN MM
2. ONLY WRITTEN DIMENSIONS ARE TO BE FOLLOWED
3.ANY DISCRIPANCY IN THE DRAWING SHALL BE BROUGHT TO
THE NOTICE OF THE SENIOR ARCHITECT OF THIS OFFICE

SCHEDULE OF OPENING

SL.NO.TYPE SIZE SILL LINTEL DESCRIPTION

1. ED 2220 X 3150 - 3150 AS PER P.E.

2. D1 1500 X 2100 - 2100 AS PER P.E.


3. D2 1000 X 2100 - 2100 AS PER P.E.

4. D3 1000 X 2100 - 2100 AS PER P.E.

5. D4 1000 X 2100 - 2100 AS PER P.E. & SLIDING DOOR

6. W 1800 X 1650 900 2550 AS PER P.E.


7. W1 1200 X 1650 900 2550 AS PER P.E.

8. W2 1000 X 1650 900 2550 AS PER P.E.


MUMTY LVL.
9. KW1 1800 X 1450 1100 2550 AS PER P.E.
+6600
10. KW2 1000 X 1450 1100 2550 AS PER P.E.
PARAPET LVL. 11. V1 1800 X 450 1650 2100 AS PER P.E.
+5300
1100

12. V2 600 X 900 1600 2100 AS PER P.E.


TERACE LVL.
+4200
FURNITURE LAYOUT IS TENTATIVE AND CAN BE ALTERED AS
PER USER SPECIFIC REQUIREMENTS
CORRIDOR
3600

1650 450
4200

2550
2100

2100

2100
BRIEF SPECIFICATIONS:-
FOUNDATION: R.C.C FRAMED STRUCTURE, SINGLE STORYED SUPER STRUCTURE:
ENTRANCE LOBBY STAGE SUPER STRUCTURE: 230 & 115 THK. FLY ASH BRICK EXTERNAL/ INTERNAL MASONARY WALL

900
VERANDAH OPEN TO SKY
+600lvl +600lvl +750lvl COURTYARD +750lvl PLASTERED ON BOTH SIDES.
PORTICO PLINTH.LVL. JOINERY:-
600

+600 DOORS:
+/-000 lvl GROUND.LVL. 1) ALL ROOM SHALL HAVE SECOND CLASS TEAK WOOD FRAME WITH FLUSH SHUTTER EXTERIOR
+000 GRADE WITH APPROVED FINISH .
2)TOILET SHALL HAVE FRP DOOR FRAMES & SHUTTERS AND TOILET MAIN ENTRY DOOR SHALL BE OF
MEDIUM TEAK WOOD FRAME & BLOCK BOARD FLUSH SHUTTERS WITH WATER RESISTANT FINISH
INSIDE
WINDOWS AND VENTILATORS:
115 THK FLYASH BK. 1) ALL WINDOWS SHALL BE OF POWDER COATED ALUMINIUM SECTION WITH GLAZED
WALL UPTO 2100 HT. SLIDING/CASEMENT SHUTTERS AND IN COMBINATION WITH MS SAFETY GRILLS .
AS BACK DROP 2) ALL TOILET VENTILATORS SHALL BE OF POWDER COATED ALUMINIUM SECTION WITH LOUVERED
GLASS WITH FROSTED [ TRANSLUCENT ] PARTLY FIXED & PARTLY GLASS LOUVERED VENTILATORS
3)STAIRCASE SHALL HAVE STAINLESS STEEL RAILING & ALL FITTINGS SHALL BE ANODIZED ALUMINIUM/
STAINLESS STEEL FITTINGS.
FLOORING:

SECTION A-A 1) ENTRANCE LOBBY , CORRIDORS SHALL HAVE POLISHED SADARAHALLI WHITE GRANITE FLOORING
WITH ( 40-50% ) FLAME FINISH PATTERN , 2) ALL OTHER ROOMS SHALL HAVE DOUBLE CHARGED
VITRIFIED TILES OF SUAITABLE SIZES EXCEPT TOILETS WHICH SHALL HAVE ANTI-SKID CERAMIC TILES
FLOORING 300 X 300mm.
DADO/SKIRTING:
1) ALL AREAS SHALL HAVE 100 MM SKIRTING OF SAME FLOORING 2) TOILET SHALL HAVE GLAZED
CERAMIC TILE DADOING 300 X 450mm UPTO 2100 MM HT.
FINISHING:-
EXTERNAL:ALL EXTERNAL AREAS SHALL BE PAINTED WITH EXTERIOR ACRYLIC EMULSION PAINT
MATCHING MATT FINISH ENAMEL PAINT.
INTERNAL: ALL INTERNAL AREAS SHALL BE PAINTED WITH ACRYLIC EMULSION PAINT MATCHING MATT
FINISH ENAMEL PAINT WITH LOW VOC CONTENT. ENT. LOBBY & STAIRCASE SHALL BE PAINTED WITH
EXTERIOR ACRYLIC EMULSION PAINT MATCHING MATT FINISH ENAMEL PAINT AS PER STANDARD
SPECIFICATION.
CC TILES FOR ELEVATION TREATMENT.
ROOFING:
RCC SLAB WITH INTEGRAL CEMENT BASED WATER PROOFING TREATMENT.
SANITARY & WATER SUPPLY
ALL ELECTRICAL & PLUMBING FIXTURES ADHERING TO BIS STANDARDS & SHALL BE AS PER CPWD
SPECIFICATIONS.
MISCELLANEOUS: PROVISION FOR RAIN WATER HARVSTING/LANDSCAPING SHALL BE DONE

MUMTY LVL.
+6600
1300
2400

PARAPET LVL.
+5300
1100

TERACE LVL.
+4200
6600

1200 450
FOR GROUND FLOOR PLAN REFER
3600

SA/BLR/320/154
4200

1100

900

PLINTH.LVL. AREA STATEMENT


GROUND FLOOR AREA =817 SQ M
600

+600
GROUND.LVL.

GL +000

REFERENCE:
THIS DRAWING IS BASED ON APPROVED DRG.
SA(BLR)320/61 VIDE LETTER NO. E-43099/RB-RB-BLR/
FRONT ELEVATION LAND/HC/16-356 DATED 12.1.2016 RECEIVED FROM ASST
COMMANDANT/JAO FOR DY.INSPECTOR GENERAL,CISF
DOS HQRS,BANGALORE

वरिष्ट वास्तुक (बेंगलुरु ) के. लो . नि . वि . बेंगलुरु


SENIOR ARCHITECT(BLR) CPWD BENGALURU
F विंग , III फ्लोर , केंद्रीय सदन , कोरमंगला , बेंगलुरु -560034
F WING, III FLOOR, KENDRIYA SADAN, KORAMANGALA, BENGALURU-560034

ड्राइंग
नं व . वा . (BLR ) संशोधन सं :
DRG NO SA/ BLR/320/155 REV NO:

स्केल| SCALE: 1: 125 PROPOSED FAMILY WELFARE


दिनांक | DATE: JULY '2019
CENTRE FOR C I S F AT
फाइल नं | 320 NELAMANGALA AT BANGAORE
द्वारा तैयार | DEALT: काट ए-ए तथा मुख दर्शन
का.न. (W.D)
BHAWANI SINGH SECTION A-A & FRONT ELEVATION

चन्द्रशेखर के मारुति कलगी


TECH

CHANDRASHEKAR K MARUTHI KALIGI


वास्तुक वरिष्ट वास्तुक मुख्य वास्तुक
ARCHITECT SENIOR ARCHITECT CHIEF ARCHITECT/
Y
PLANTER BOX
+300 LVL. +300 LVL.
+600LVL. PLANTER BOX PLANTER BOX
+600LVL.
+150LVL. +150LVL. TERRACOTA TILES CLADDING
ON SLOPED RCC ROOF
+/- 000 MM LVL.

CLEAR STOREY RCC


SLOPED ROOF BETWEEN
+300 LVL. TREAD= 300M
UP RISER =150MM
FLOWER+300
BEDLVL. +6400 LVL. & +7300 LVL.
+900 LVL. +900 LVL.
WIDTH= 5000MM

BARRIER FREE ACCESS


RAMP TO DETAIL
+1500LVL.

+1500LVL. RCC SLOPED ROOF

R
PROJECTION

AM
BETWEEN

P
+6400 LVL. & +4415 LVL.

U
P
+900 LVL.
EA
AR

X
ED

BO
AP

R
SC

TE HANDRAIL TO DETAIL
D

N
N

LA
LA

P SS BALUSTRADE TO DETAIL +1200 MM LVL.

N
T ER
BO
FRONT ELEVATION
LA D
P
MID-
LANDING

FLYASH
BRICK WORK
+600 LVL.
PLANTER BOX

FOUNDATION

L
SECTION AT Y-Y
AI
AS/STRUCTURAL DESIGN
ET
D
TO

ROOF PROJECTION
E

टिप्पणियाँ
AD

RFERENCE :
R
ST

THIS DRAWING IS BASED ON DRG NO.SA(BLR)/320/78 DT.MARCH'2016


१. सभी माप मिलीमीटर मे दिए गए हैं।
LU

२. केवल लिखित डाइमेंशन्स को पालन करें


APPROVED BY A.I.G.(WORKS),CISF,NEW DELHI VIDE LR.NO.
BA

11014(3)/5/15/10TH RB/ BAN'LORE/ WORKS/520 DT. 30-03-2016


३. इस ड्राइंग में यदि कोई विसंगति हो तो , उसे क्रियान्वयन
SS

से पहले वरिष्ट वास्तुक (बेंगलुरु) के नोटिस में लाया जाएं।


NOTES:
PL

REVISION NO. R-01 DT. 15-07-2019 :


BO

1. ALL DIMENSIONS ARE IN MM ONLY WRITTEN DIMENSIONS ARE TO BE FOLLOWED


AN

ED THIS DRAWING IS REVISED AS/ DIRECTION OF CE (SZ III) ON 15-07-2019


R
TE +9

2. STRUCTURAL SIZES (COLUMN ,BEAM SLAB DIMENSIONS ) ARE ONLY INDICATIVE AND SHALL BE
TE

DURING DISCUSSION ACCORDINGLY ONE BARRIER FREE ACCESS RAMP


R 00

L.
AN

AS/STRUCTURAL DESIGN COMPATIBLE WITH ARCHITECTURAL DRGS. .


BO LV

LV HAS BEEN REMOVED AND HAND RAIL ALLROUND THE PLINTH PLATFORM
PL

3. ANY DISCREPANCY IN THE DRAWING SHALL BE BROUGHT TO THE NOTICE OF


X L.

00 HAS BEEN SHOWN.


+9 SR.ARCHITECT(BLR),BEFORE EXECUTION.
SCHEDULE OF OPENINGS PROPOSED BUILT UP AREA:-
SL.NO. TYPE SIZE SILL LINTEL DESCRIPTION 1. HALL AREA = 173.21 SQ M
01. ED 1800 X 2950
PROJECTION BEYOND BEAM FACE
+1200 MM LVL. 2. SEMI OPEN PASSAGE ALL ROUND = 61.90 SQ M
02. W 1200 X1900 900 900
WITH RAIN DRIP EDGE SPECIFICATIONS AS/PE (ONLY 50% OF AREA CONSIDERED EXCL.
02. V 1200 X 600 5500 5500
600 MM WIDE SLAB PROJECTION ALROUND)
3. TOTAL AREA = 235.11 SQ M
BRIEF SPECIFICATIONS:-
FLOWER 1. SUPERSTRUCTURES वरिष्ट वास्तुक (बेंगलुरु ) के. लो . नि . वि . बेंगलुरु
FLOWER BED SINGLE STOREYED STRUCTURE , R.C.C FRAMED CONSTRUCTION WITH 230 FLYASH BRICK FILLER WALLS .
BED 2. JOINERY:- SENIOR ARCHITECT(BLR) CPWD BENGALURU
+1500LVL. DOOR:
F विंग , III फ्लोर , केंद्रीय सदन , कोरमंगला , बेंगलुरु -560034
+1500LVL. UP DOORS SHALL HAVE SECOND CLASS TEAK WOOD FRAMES WITH EXTERIOR GRADE FLUSH DOOR SHUTTERS FINISHED WITH TEAK WOOD
F WING, III FLOOR, KENDRIYA SADAN, KORAMANGALA, BENGALURU-560034
VENEERING.
3. WINDOWS AND VENTILATORS:
TREAD= 300M ALL WINDOWS SHALL BE OF POWDER COATED ALUMINIUM GLAZED SLIDING WINDOWS ड्राइंग नं व . वा ./(बे.ं )/320/151 संशोधन सं :
+900 LVL. RISER =150MM +900 LVL. ALL VENTILATORS SHALL BE OF POWDER COATED ALUMINIUM GLASS PARTLY FIXED AND PARTLY LOUVERED WITH DRG NO SA/ BLR/320/151 REV NO: 01
+300 LVL. +300 LVL. VENTILATORS WITH PROVISION OF EXHAUSE FAN .
WIDTH= 5000MM
4. RAILINGS & FITTINGS :- स्केल| SCALE: 1: 100
BALUSTRADE SHALL BE IN STAINLESS STEEL AND SHALL HAVE MATT FINISH NON-SLIPPERY (HIGH-GRIP) HANDRAIL WITH NECESSARY PROPOSED SARV DHARM STHAL FOR
STAINLESS STEEL PARTS /FITTINGS AS PER BARRIER FREE ACCESS NORMS.
दिनांक| DATE:
+/- 000 MM LVL. 5. FLOORING:
MAIN ENTRANCE STEPS AND ALROUND CORRIDORS SHALL HAVE POLISHED GRANITE STONE FLOORING WITH FLAME FINISH AND OTHER
JUNE '19
C I S F AT LAKKUR VILLAGE,
+150LVL. +150LVL. DETAILS FOR NON SKIPPERY फाइल नं | FILE NO: NELAMANGALA AT BANGALORE
+600LVL. +600LVL. SITUATIONS WITH GRANITE SKIRTING.
FLOORING FOR THE ACCESS RAMP SHALL HAVE MATERIALS AS PER BARRIER FREE RAMP( VITRIFIED TACTILE TILES ETC.)
+300 LVL. +300 LVL. द्वारा तैयार |
PLANTER BOX PLANTER BOX CENTRAL HALL SHALL HAVE DOUBLE CHARGED VITRIFIED TILE FLOORING WITH MATCHING SKIRTING OF SAME MATERIAL.
DEALT: CSK PLAN, FRONT ELEVATION & SECTION Y-Y WORKING DRAWING
6. FINISHING:-
EXTERNAL: ALL EXTERNAL AREAS SHALL BE PAINTED WITH EXTERIOR ACRYLIC EMULSION PAINT.

ENTRY INTERNAL: ALL INTERNAL AREAS SHALL BE PAINTED WITH ACRYLIC EMULSION.

Y PLAN 7. ROOFING:
RCC SLAB WITH TERRACOTA TILES CLADDING WITH NECESSARY INTEGRAL CEMENT BASED WATER PROOFING AS/CPWD SPECIFICATION.
8. ELECTRICAL ,SANITARY & WATER SUPPLY:
ALL ELECTRICAL & PLUMBING FIXTURES ADHERING TO BIS STANDARDS & SHALL BE AS PER CPWD SPECIFICATIONS. चन्द्रशेखर के मारुति कलगी
AREA - 235 .11 SQM 9. MISCELLANEOUS: PROVISION FOR RAIN WATER HARVSTING/LANDSCAPING SHALL BE DONE.
ALL THE MATERIAL SPECIFICATION SHALL BE MINIMUM GRIHA RATING AS PER CPWD NORMS
GRC JALI/ MS GRILL WORKS IF ANY SHALL BE AS PER ARCHITECTURAL DRAWING
उप वास्तुक
CHANDRASHEKAR K
वास्तुक
MARUTHI KALIGI
वरिष्ट वास्तुक मुख्य वास्तुक
DY.ARCHITECT ARCHITECT SENIOR ARCHITECT CHIEF ARCHITECT
: 1.

2. ,
m ( )
10

10m
NOTES
10m *ALL DIMENSIONS ARE IN METER.

15m
*ONLY WRITTEN DIMENSIONS ARE TO BE FOLLOWED.
*ANY DISCREPANCY IN THE DRAWING SHALL BE BROUGHT TO THE NOTICE OF
SA (SZ) III BEFORE EXECUTION.

21m 7m
17m 15m

5m
6m

5m
17m
5m
I
PE-I

m
TY

20
8m

m
T
SE
63m

13
DG O.27
N 4.5
M
W
ID
E
DR
IV
9 E
23m W

80m
AY

5m
60m

26m
29m 58m
10m

9m
9

63m
27m

3m
8m
10m

m
13
AVSC PROPOSED BUILDING DETAIL
TRAINING

36m
2
22m NO. OF
GROUND
BUILTUP AREA CAR PARKING
S. NO NAME OF THE BLOCKS DRG NO PHASE COVERAGE AREA
(Sqm) (Nos.)
FLOORS (Sqm)

25m 13m 1 QUARTER GUARD 320/57/R1 G I 1097.8 868.35 9

14 2 AVSEC TRAINING INSTITUTE 320/44,45,46 G+2 II 672.40 1809.00 36

DOG. ADMIN BLOCK FOR R. B TRAINING


3 320/73/R1 G+1 II 491.00 907.00 18
INSTITUTE
KENNEL
4 SO'S DORMITORY MESS
320/ 118,119,120 G+2 I 1002.24 2760.38 28
4a 80 MEN BARRACK (PHASE II)

75m
PROP. GATE 6m 5 GO'S MESS/ SUITS 320/ 34 G I 586.65 586.65 6

G
320/50/R1 & 320/
6 QM'S STORE BLOCK G+1 II 631.7 1263.40

IN
y
11m 51

urit
Sec

PARK
7 TRADES MEN SHOP

X
X
X X
X

X
3

X
320/ 115 G II 645.00 645.00 12
X
X

X
X
X X
X X
X
Gat X
X
7a DHOBI GHAT

X
24m
e

X
X
C.A.

X
X
X
wa

X
X
towetch

X
X
r

X
X
8 10 BEDDED HOSPITAL 320/ 59, 60 G+1 II 389.5 779.00 16

X
X X
X X
X X
X X
m

X X
X
9 320 MEN BARRACK 2 NOS 320/ 54,55,56/R1 G+3 I 2711.4 7984.36 80

X
X
18

X
X

D
wa

X
X
towetch

AR
X
X
r

X
X X
X

GU
1 10 FAMILY WELL FARE CENTRE 320/ 61 G II 807.00 807.00 16

X
X X
XX
XX
X
X
X
X
X
towe 11 GYMNASIUM

X
X
4

m
r

X
X
320/ 116,117 G+1 II 1158.39 2091.95 42

X
X

21
MEN'S CLUB WITH CANTEEN &

X
X

X
11a

X
X X

SHOPPING CENTRE
X
X

X
X
X

Ga
te
320/ 47,48/R1 &
m 12 wa
to tch 12 ADMIN & COMMUNICATION BLOCK G+1 I 855.8 1541.00 31
wer
320/ 49

-9
16m
12

G
KIN
13 PLAY GROUND 2010.705

R
PA

m
16
14 DOG KENNEL 320/65 G II 154.70 154.70
59m

15 PARADE GROUND

11 40 55m 16 TYPE V (1BLOCK) 320/ 42 G I 384.00 384.00 4

11m
17 TYPE IV (1BLOCK) 320/ 40,41 G +2 I 274.00 822.00 8

m
50
18 TYPE III (1BLOCK) 320/ 38,39 G +3 I 333.00 1332.00 13

13m 13m
PA
R
17m 21m

18m
KIN
G 19 TYPE II (3BLOCK) 320/ 82 G +10 I 2046.00 21396.42 172
-9

m 20 PARK II
60 21 MT PARK / WORK SHOP 320/64/R1 G II 2020.00 2020.00
Reserved for
Parking only

12
22 SPACE FOR SHOOTING RANGE II

m
m
32 8m 23 SWIMMING POOL 320/ 76 G II 1747.00 1747.00

21
46 6m 2
1

m
24 SARV DHARM STHAL 320/78/R1 G II 236.00 236.00 5

m
25 WATER TANK

1m
26 ELECTRICAL SUBSTATION 2 NOS 150.00

PR 27 DG SET 2 NOS 150.00


OP SE 4.5
.G CA CURI
M
AT
E
BI
N TY
DR 12m 28
SPACE FOR KENDRIYA
REQUIREMENT YET TO BE RECEIVED FROM CLIENT DEPARTMENT

m
IV VIDHYALAYA
38 E WAY

13
TY m 29 AUDITORIUM 320/ 79,80,81/R1 G+2 II 90.68 876.89 18
PE
IV 30 BULK DEVELOPMENT SERVICES I
4.5 13m
M GRAND TOTAL 18634.26 51312.10 514
DR
IV
E
W NOTE:
AY CAR PARKING SHOWN IS BASED ON THE MAGADI MASTER PLAN 2031

LEGEND RESERVED UNDER STRR LAND BANK


(4465.024+6845.896 = 11310.920 SQM)
PHASE -I BUILDINGS
RESERVED PARKS UNDER NGT ORDER
22 PHASE -II BUILDINGS PARKING SPACE RESERVED UNDER C.A.
[AS PER MAGADI MASTER PLAN - 2031]
LAND USE, PUBLIC / SEMI-PUBLIC
AREA STATEMENT
SITE AREA 226218.387 SQM 55.9 ACRES
04 06-06-2019 THIS DRAWING REVISED BASED ON THE INPUTS FROM
PERMISSIBLE BUILT UP
CE(SZ)3,CPWD BENGALURU VIDE MINUTES OF MEETING SL.NO DESCRIPTION PROPOSED
AREA
NO. 23(3)(76)CE(SZ)3/2019/1287- 90 (H) DT. 27-02-2019 01 FAR (2.75) 622100.564 51312.10
AND AS PER SITE VISIT ALONG WITH EE,BCD-II,
SR.ARCHITECT(BLR.)&ARCHITECT ON 25/04/19 02 GROUND COVERAGE (50%) 113109.193 18634.26
ROAD HAVE BEEN REVISED AS PER CONTOUR RESIDENTIAL DEVELOPMENT 40% = 90487.354
LOCATIONS OF 320 MEN BARRACK(2 BLOCKS),SO'S
MESS& 80 MEN BARRACK,QM STORE, GO'SMESS, NON - RESIDENTIAL DEVELOPMENT 60% = 135731.032
SWIMMING POOL, AUDITORIUM,AVSC TRAINING RESERVATIONS
CENTRE, DOG KENNEL, TRADEMAN SHOP & DHOBI RESERVATION (STRR LAND BANK)
GHAT ARE CHANGED 01 11310.919 Sqm 5% OF PLOT AREA
(4465.024+6845.896 =11310.920 SQM)
LAND RESERVED UNDER STRR LAND BANK HAVE PARKING SPACE RESERVED 5% OF NON-RESIDENTIAL
BEEN SPLIT INTO PART A &B (PART A 4465.024+ 02 6786.552 Sqm
UNDER CIVIC AMENITIES DEVELOPMENT
PART B 6845.896 = 11310.920 SQM)
RESERVATION (OPEN SPACE) 22621.838 Sqm
GREEN PARAMETER TABLE:- 03 11-06-2018 THIS DRAWING IS REVISED BASED ON THE STRR
03 10% OF TOTAL PLOT AREA
BUFFER ZONE (PARK) 18656.767 Sqm
PLANNING AUTHORITY LTR. NO:
PACAKGE STRRA/TP-Y/CC/3/2017-18 DATED 24/02/2018 AND ALSO PARADE GROUND 38267.184 Sqm
THE DISCUSSION HAD WITH JOINT DIRECTOR, TOWN & PARKS 1763.068 Sqm
COUNTRY PLANNING ON 25/05/2018.
PROJECT 5% LAND FROM TOTAL PLOT AREA i.e. 11310.919 SUB TOTAL 58687.018 Sqm
SQM IS BEEN RESERVED FOR 'STRR PROJECT 5% OF RESIDENTIAL
NOMENCLATURE OF CRITERION MAXIMUM POINTS LAND BANK'.
04 RESERVATION ( CIVIC AMENITIES) 4524.367 Sqm
DEVELOPMENT
POINTS EARNED 5% OF LAND OUT OF NON- RESIDENTIAL PLAYGROUND, GYM, SHOPPING
4881.655 Sqm
DEVELOPMENT AREA i.e. 6786.552 SQM IS BEEN CENTRE, HOSPITAL & SCHOOL
RESERVED AS PER MAGADI MASTER PLAN 2031. SUBSTATION (2 Nos.), DG SETS
300 Sqm
AS PER NGT ORDER 25M FROM THE BOTH SIDES (2Nos.)
OF BOUNDARIES OF TERTIARY NALLA IS DEDUCTION
CRITERIA - 1. Site Selection 1 1 RESERVED FOR BUFFER ZONE i.e. 18656.766 SQM
01 AS PER ROAD RIGHTS 25M WIDE 8498.533 3.7568%
IS BEEN RESERVED. SAME SHALL BE DEVELOPED
CRITERIA - 2. Preserve and protect landscape AS PARKS.
during construction / compensatory depository 3 3 SENIOR ARCHITECT (SZ ) III BANGALORE
forestation. 02 02-02-2018 THIS DRAWING IS REVISED BASED ON THE LTR. NO: E-
42039/BR - BLR/lAND/HC/2017/1207 DATED 25/01/2018 IN THIRD FLOOR F WING KENDRIA SADAN KORAMANGALA BANGALORE
CRITERIA - 4. Design to include existing features. 2 2 RESPECT OF PHASE- I & II INDICATION IN THE DRAWING

CRITERIA - 5. Reduce hard paving on site. 2 01 12-01-2018 THIS DRAWING IS REVISED BASED ON THE LTR NO 23
2 (16) EE/CPD/2017-18/210 DATED 01/01/2018 IN RESPECT DRG.NO.SA(SZ)III/KA/320/113 REV- R4
CRITERIA - 7. Plan utilities efficiently & optimize 3 3 OF NGT JUDGEMENT DATED 04/05/2016
on site circulation effeciency. REV
DESCRIPTION
SCALE - 1:1000
NO DATE
CRITERIA - 13. Optimize building design to 6 5
reduce conventional energy demand REVISION NOTE : DATE - JUNE'17
CRITERIA - 17. Use low-energy material in interiors. 4 3
CRITERIA - 29. Acceptable outdoor and indoor REVISED APPROVAL NOTE DATED 11.01.2019 FILE NO- 1276
2 2 THIS LAYOUT PLAN HAVE BEEN APPROVED VIDE LT NO.:
PR-13012/ASG(B)/QM/2018-9335 DATED- 08 AUG 2018. HOWEVER DEALT- LALITHA LAYOUT PLAN
CRITERIA - 30. Tobacco and smoke control. 1 1 RESERVATION OF 5% LAND (11310.919Sqm) UNDER STRR RULE IS
CRITERIA - 31. Universal Accessibility. 1 1 SUBJECT TO THE RELAXATION CONSENT FROM BMRDA BY THE
CLIENT DEPARTMENT.
noise levels. TOTAL SCORE 25 23 APPROVAL NOTE DATED 31.8.2015
PHASE I DRAWING HAS BEEN APPROVED VIDE LETTER NO.
CRITERIA - 34. Innovation (Beyond 100) 4 11014(3)/5/15/10TH RB/BANGALORE/WORKS/59 DATED 18.8.2015
MAHESWARI JAYARAMAN CHANDRASHEKAR K MARUTHI KALIGI

RECEIVED FROM A.I.G (WORKS) ,C I S F,NO.13, CGO COMPLEX,LODHI DEPUTY ARCHITECT ARCHITECT SENIOR ARCHITECT CHIEF ARCHITECT/
TOTAL SCORE 29 ROAD, NEW DELHI -03

You might also like