0% found this document useful (0 votes)
103 views

Nit For Vendor Ref

This document provides a brief description of the electrical and mechanical works for a hospital building project. It includes items like internal and external electrification works, firefighting system, fire detection and alarm system, HVAC system, lifts, UPS system, pumping systems, electrical signage and solar water heating. Fifteen different E&M works are listed with some basic details on specifications and scope of work for each item. The electrical substation capacity is specified as minimum 3 x 500 KVA along with details of other substation components.

Uploaded by

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

Nit For Vendor Ref

This document provides a brief description of the electrical and mechanical works for a hospital building project. It includes items like internal and external electrification works, firefighting system, fire detection and alarm system, HVAC system, lifts, UPS system, pumping systems, electrical signage and solar water heating. Fifteen different E&M works are listed with some basic details on specifications and scope of work for each item. The electrical substation capacity is specified as minimum 3 x 500 KVA along with details of other substation components.

Uploaded by

Vivek Sharma
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 263

27

contractor and specialized agencies as appointed by MoFW, Govt. of India.


10. Schematic layout plan, Architectural concept drawings of buildings are attached with
bidding documents. These are only indicative just to give idea regarding works.
Necessary detail survey and soil investigation has to be carried out by the successful
bidder for co-relating data and results as indicated in the surveryed site plan, drawings
& soil investigation report as attached with bidding document. No claim about the
change in site condition or soil strata/bearing capacity shall be entertained in future.
No claim whatsoever will be entertained in future in this regard.

B] Electrical Works (Hospital Building):


Brief description of E&M works: This includes design, supply, installation, testing and
commissioning of following E&M services:
1 Internal & Wiring for internal electric installation i.e. light / fan and power
External plug, central Nurse call bell system for various wards, LAN &
Electrifications EPABX, wiring for TV, with modular switch, socket and
accessories, Fittings, Exhaust fan with masqueto net, Ceiling fan,
switch board, SDBs, floor panels, main panels, rising mains for UPS,
Essential & Non-essential supply, Earthing, lightening conductor,
Street lights, compound lighting, Facade lighting with LED &
decorative poles, Telephone, RJ45 female telephone socket etc to be
provided in recessed steel conduit as per CPWD specification.
2. Fire Fighting Fire Fighting system with Wet riser & sprinklers for the building as
System with Wet per the requirement of NBC 2016 with amendments, updated BIS
riser & sprinklers. codes, Fire bye-laws of Govt. of Chhattisgarh and CPWD
specifications. This will also includes peripherial header, electric &
diesel fire pump, internal & external fire hydrants, Portable fire
extinguishers terrace pressure pumps etc.
3. Automatic Fire Addressable digital Fire detection & Fire alarm system, PA system
Detection & Fire for Hospital buildings as per the requirement of NBC 2016 with
Alarm System amendments, up to date IS codes, Fire bye-laws of Govt. of
Chhattisgarh and CPWD specifications (Smoke detector and heat
detector) including fire extinguisher.
4 Sub-station Electrical sub-station having minimum capacity of (3 x 500) KVA.
equipments The substation shall consist of 33 KV/ 433 V outdoor oil type
transformers, Indoor HT panel (minimum one incoming and 3
outgoing), HT cable from Service company meter room to
substation building & inside substation building, Essential & Non-
Essential Panels shall be extendable type to add one more
transformer or DG set in future & having suitable outgoing switch
gears including spares. APFC Panels, sandwitch type bus trunking,
LT cables, cable tray & feeder pillars etc.
5 D.G. set Silent type Diesel generating set of minimum (500 KVA+ 250 KVA)
capacity along with synchronizing panels with 32 bit
microprocessor based PLC MMI for auto load management of DG
set sensing & signaling AMF condition to PCC or equivalent
mounted on DG sets selection of master DG sets, operation
(Opening/closing) as required Buscoupler, transformer incomer
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


28

ACBs interlocking etc. as required and complete with interfacing


with DG set control module and coordination with controller and
DG sets auto load sharing and synchronization of DG sets shall be
done by DG controller PCC or equivalent mounted on DG sets,
entire cabling / bus trunking work between D.G. set, synchronised
Panel and Essential Panel etc.
6 HVAC system Capacity of HVAC system shall be based on heat load calculation of
the hospital building but minimum working capacity shall be 200
TR in configuration of (2 unit working + 1 stand by). HVAC plant
consisting of low and high side equipments i.e. water cooled screw
type chilling machines and heat pumps, Hot water generator
complete with condenser, chilled (primary & secondary), hot
water pumps, AHUs / FCUs, electrical panels, control panels and
pipes line, cabling work. The low and high side of the plant shall be
controlled by BMS System. Ventilation and smoke extraction
system as per NBC guidelines, CPWD specifications and relevant IS
Codes.
7 Lifts : 4 nos. Bed cum 20 passenger Hospital lifts, to (B+G+4) floors. This
is minimum requirement however as per the norms & functional
requirement the size and speed of the lifts shall be designed &
provided in the building
8 UPS Minimum 2 x 100 KVA capacity on line UPS with 15 minutes
backup, maintenance free batteries for 200 KVA load, incomer &
distribution panels , cables etc.
9 Pumping sets. All pumps shall be designed to full fill the requirement of water for
Hospital and fire fighting system. Submersible pumps shall be
provided in borewells, booster pumps for supply of drinking water
& HVAC system from UG tank to over head tanks on terrace of
hospital and service building. suitable size of de-watering pump
shall be provided in basement or any other location in AC plant
room. One pump of each type and of same capacity shall be
provided as stand by.
10 Electrical sign Electrical sign board and exit signs shall be provided for the
board and Exit various services, at various floors and building as per requirement.
signs/Name board Name board at the enterance of the building to be provided.
(LED Type)
11 Solar water The contractor shall assess the requirement of hot water as per the
heating system norms & functional requirement of the hospital. Minimum capacity
of solar water heating system should be 5000 Litres i/c plumbing
is in the scope of work. The agency shall provide electrical panel
for standby source for solar water system of required capacity.
12 Capacitor Banks Suitable capacity capacitor banks will be provided near the main
LT panel to improve the power factor to 0.95 Lagging.
13 Earthing System Earthing system will be provided to ensure safety to the
equipment as well as to the human beings. Types:- 1. G.I/Copper
plate earthing including lighting arrestor.
14 Public Address Proposed for all area in different zone along with 1.5/3/6 watt
system/TV speakers and CD player, Amplifier of 480 watt and mixer etc.
15 CCTV System IP based CCTV at entrance, stair case and passage of all floors. Cat –
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


29

6 cable/fiber optic cable will be laid in the Steel conduit, PoE


switch will be provided in all required places, The IP rugged Dome
Camera/IP Bullet camera shall be equipped with a 1/3” 4 MP
progressive scan CMOS imager to capture full HD 1080p (25/30
fps)/2688 x 1520 (20 fps) images : 2.7 – 13.5 mm MFZ lens, Digital
zoom 16 x and a waterproof (IP66) IK10 impact-resistant camera
housing, as a true day/night solution. PTZ camera should be IP ,
2MP shall be equipped with a 1/2. 8” exmor CMOS imager to
capture full HD 1080p (50/60 fps) 25x zoom image : 4.8 mm– 120
and a waterproof (IP66) IK10 impact-resistant camera housing, as
a true day/night solution. 32 Channel NVR with 1080p realtime
live view, 16 POE PORTS H 256/H264 MJPEG dual codec decoding
upto 1 2 MP resolution preview & playback max 320 mbps
incoming bandwidth support 4 SATA HDDs upto 24TB, supports
fisheye videode-warping in local and web user interface supports
visual or auditory notifications complete, 6TB enterprise HDD for
video surveillance applications, 55” LED display with necessary
connector, 24 port CAT6A jack panels/Rack panels, 24 port high
POE switch with 2 SFP ports etc. complete as per required.
16 EPBAX system Complete EPBAX system of latest specifications, commissioning of
multimedia, switch, telecoms, wiring, other accessories etc.
complete as per requirement.
17 Audio/Video : 16 Integrated zone amplifier having 6 inputs with frequency response
seater conference 55Hz-20KHZ, power 2 x 120W @ 4 ohms, 2 x 60 W @ 8 W total
hall THD+N) < 0.5%, Dynamic rang 88dB complete with loudspeakers,
wireless Mics / Mics lapel, 6-channel audio mixer, Racks, 1080p 3
LCD projector, Motorised screen, Central controller control with
RS-232 interface for the programming purpose for auto tracking of
cameras, Flush mount chairman/delegate units, 65” LED type-
60HZ LED BLU: resolution 1920x1080 (16.9) brightness screen,
cable cubby table mount modular, Video conferencing system etc.
complete as required.
18 IBMS the building management system considering HVAC (Low & High
side) monitoring and control, pressurization fans, sewage
treatment plant, HT/LT panel, wet riser & sprinkler system, UG
water tank, terrace fire water tank, domestic pumps, de-watering
water pump etc.
C. 32 Nos. Residential quarters:-
Wiring for internal electric installation i.e. light / fan and power plug, call bell, TV points,
telephone points etc. with modular switch, socket and modular accessories to be provided in
recessed steel conduit as per CPWD specification, Fittings, Exhaust fan with masqueto net,
Ceiling fan, switch board, SDBs, panels, feeder pillar, Earthing, lightening conductor, Street
lights, compound lighting, LED & decorative poles as per CPWD specification. The scope of
work is given in Part-C.
D. Sub-station/Mortuary/Canteen:-
Wiring for internal electric installation i.e. light / fan and power plug, modular switch,
socket and modular accessories to be provided in recessed steel conduit as per CPWD
specification, Fittings, Exhaust fan with masqueto net, Ceiling fan, switch board, SDBs, panels,
feeder pillar, Earthing, lightening conductor as per CPWD specification.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


30

E. Site Development Works (including survey, investigation, design and construction):


1. Roads: The road shall be constructed as per requirement of hospital and the drawing
submitted by agency and approved by CPWD. The minimum width of road shall be as
under:-
a) Main road Minimum 6 m wide divided carriage way with 1.50m
footpath on both.
b) Internal road All roads shall be minimum 6m wide concrete road
with 1.50m wide shoulder with paver tiles.
c) Entry and Exit Gate along 2 Nos. Entry & exit gate in plot No-A & 1 No. Entry &
with Boundary Wall exit gate in plot No-B along with sentry post having
plinth area 10 Sqm. Boundary wall of suitable design
of 2.40 mtr height (1.8 mtr brick work with 0.60 mtr
MS grill) as approved by CPWD with gantry sign board
over each gate .
d) Approach road to the Minimum 6 m wide divided carriage way with 1.50m
proposed Hospital building footpath on both sides from existing PWD road to
from nearest Road. hospital gate with gantry sign board at start of
approach road with PWD road.

2. Storm water drains and sewer line:


Survey, investigation, design & construction of water supply system, deep tube well,
underground sump (capacity 5,00,000 liter , two compartment are proposed in
underground sump. Water will first enter in fire compartment of capacity 1,00,000 liter
then over flow of fire compartment will enter into domestic water compartment of
capacity 4,00,000 litre )for Hospital area, and for residential area underground sump of
(capacity 25,000 liter , two compartment are proposed in underground sump. Water
will first enter in fire compartment of capacity 10,000 liter then over flow of fire
compartment will enter into domestic water compartment of capacity 15,000 litre ),
RCC overhead tank without staging, storm water drains, sewer line & rain water
harvesting pits in the external area around the buildings in the campus of hospital
measuring 3.2 acres land i/c connection to the trunk sewer line/STP/rain water
harvesting pits/nearest drain are included in the scope of work. The contractor shall
design STP & ETP of 400 KLD for Hospital area and 20 KLD STP for Residential area, or
of required capacity including its maintenance for five year, the construction of STP &
ETP is in the scope of work. Hot water tank as per design requirement shall be
constructed/installed separately. Similarly water coolers as per requirements is also in
the scope of work
3 Landscape and Horticulture:
Survey, investigation, design & construction of Landscape works (both hard & soft soil
strata) in and around the buildings & roads & services i/c laying of un-filtered water
supply line in whole campus is in the scope of this tender including free maintenance of
same for one year after the completion of work. However the scope of construction &
maintenance will be limited to the plot A & B i.e. Hospital campus & Residential campus
not exceeding 3.2 acres of land.

4. Vehicular entries and parking:- Separate entry and exit roads have been planed, open to
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


31

air parking lots is proposed for all types of vehicles including ambulances.
5. Other Items which are not mentioned above but are essential considering functional
requirements and according to modern concept of Hospital building.

Procurement and installation of all external signages.

Note:

1. All works have to be executed as per specifications provided in the bid document,
CPWD Specifications Vol-I & Vol. II and relevant IS codes of latest edition (in case of
difference if any, stringent / higher specification of the two shall be followed. In
absence of CPWD Specification, IS Codes, MoRTH Specifications, relevant IS codes of
latest edition, Specifications, PWD Govt. of Chhattisgarh Specifications or sound
engineering practices and other standard specifications suitable for modern hospital
and latest technology shall be adopted as per order of precedence defined in the
contract.
2. 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 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.

3. In case, some of descriptions are missing in the scope of work or specifications in the
bidding documents the same shall be executed as given in the CPWD Specifications,
relevant IS codes of latest edition 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 fully
functional with services, landscape and horticulture works complete in all aspect
unless specifically mentioned in the contract document are included in the cost
tendered for this work.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


32

SECTION II
INFORMATION AND GUIDE-LINES FOR BIDDERS

1.0 GENERAL:
1.1 Letter of transmittal and forms for deciding eligibility are given in Section III.
1.2 All information called for in the enclosed forms should be furnished against the
relevant columns in the forms. If for any reason, information is furnished on a
separate sheet, this fact should be mentioned against the relevant column. Even if
no information is to be provided in a column, a “nil” or “no such case” entry should
be made in that column. If any particulars/query is not applicable in case of the
bidder, it should be stated as “not applicable”. The bidders are cautioned that not
giving complete information called for in the application forms or not giving it in
clear terms or making any change in the prescribed forms or deliberately
suppressing the information may result in the bid being summarily disqualified.
Bids made by telegram or telex and those received late will not be entertained.
1.3 The bid should be type written. The bidder should sign each page of application,
forms and documents before scanning & uploading.
1.4 Over writing should be avoided. Corrections if any should be made by neatly
crossing out, initialing, dating and rewriting. Pages of the eligibility criteria
document are numbered. Additional Sheets if any added by the Bidder should also
be numbered by him. They should be submitted as a package with signed letter of
transmittal.
1.5 References, information and certificates from the respective clients certifying
suitability, technical knowledge or capability of the bidder should be signed by an
officer not below the rank of Executive Engineer or equivalent.
1.6 The bidder may furnish any additional information which he thinks is necessary to
establish his capabilities to successfully complete the envisaged work. He is,
however, advised not to furnish superfluous information. No information shall be
entertained after uploading of eligibility criteria document unless it is called for by
the Employer.
1.7 If private works are shown in support of eligibility, certified copy of the tax
deducted at source certificate (TDS) shall be submitted along with the experience
certificate and the TDS amount shall tally with the actual amount of work done.
2.0 DEFINITIONS:
2.1 In this document the following words and expressions have the meaning hereby
assigned to them:
2.2 EMPLOYER: Means the President of India, acting through the Executive Engineer
(C), Raipur Division, CPWD, Raipur.
2.3 User/Client/Owner: Means Employee’s State Insurance Corporation Panchdeep
Bhawan: CIG Road New Delhi-110002.
2.4 BIDDER: Means the individual, proprietary firm, firm in partnership, limited
company (private or public) or corporation.
2.5 “Year” means “Financial Year” unless stated otherwise.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


33

3.0 METHOD OF APPLICATION:


3.1 If the bidder is an individual, the application shall be signed by him above his full
type written name and current address.
3.2 If the bidder is a proprietary firm, the application shall be signed by the proprietor
above his full type written name and the full name of his firm with its current
address.
3.3 If the bidder is a firm in partnership, the application shall be signed by all the
partners of the firm above their full type written names and current address, or,
alternatively, by a partner holding power of attorney for the firm. In the later case
a certified copy of the power of attorney should accompany the application. In
both cases a certified copy of the partnership deed and current address of all the
partners of the firm should accompany the application.
3.4 If the bidder is a limited company or a corporation, the application shall be signed
by a duly authorized person holding power of attorney for signing the application
accompanied by a copy of the power of attorney. The bidder should also furnish a
copy of the Memorandum of Articles of Association duly attested by a Public
Notary.
4.0 FINAL DECISION MAKING AUTHORITY
The employer reserves the right to accept or reject any bid and to cancel the
process and reject all bids at any time without assigning any reason or incurring
any liability to the bidders.
5.0 PARTICULARS PROVISIONAL
The particulars of the work given in Section A are provisional. They are liable to
change and must be considered only as advance information to assist the bidders.
6.0 SITE VISIT
The bidder is advised to visit the site of work, at his own cost, and examine it and
its surroundings to himself collect all information that he considers necessary for
proper assessment of the prospective assignment.
7.0 INITIAL CRITERIA FOR ELIGIBILITY (TECHNICAL BID)
The bidder who fulfils the following requirements shall be eligible to apply. (This
is not applicable for CPWD enlisted contractors of appropriate class in composite
category). Joint ventures/ Consortium and Special Purpose Vehicles are not
accepted.
7.1 (i) Should have satisfactorily completed the works as mentioned below during the
last Seven years ending previous day of last date of submission of tenders.

a) Three similar completed works of each costing not less than Rs. 38.38Cr. or
b) two similar completed works each costing not less than Rs. 57.57Cr. or c) one
similar completed work costing not less than Rs. 76.76Cr.
(All amounts in a), b) & c) are rounded off to a nearest convenient full figure)

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


34

“Similar work shall mean “Construction of Non-residential Building(s) with RCC


framed structure having minimum one building of five storey including internal
water supply, sanitary installations, Drainage, Internal Electrical Installations, Lift,
fire fighting, HVAC all executed under one agreement in India.
Or
“Completing balance construction work of one non-residential building (including
structural work) minimum upto five storey including internal water supply,
sanitary installations, Drainage, Internal Electrical Installations, Lift, fire fighting,
HVAC all executed under one agreement in India”.
Work of basement, specialized E&M services etc, if executed under a
separate contract may also be considered for the purpose of assessing the
technical competence only without adding its monetary value for determining the
eligibility”.
However for this purpose, each basement, stilt constructed with the building
shall be considered as a storey.
(Note: Mumty and machine room will not be counted as storey for this purpose).
In case of executed works of mixed type only the component of non-residential
building with associate development work (on proportionate basis) will be
considered for qualification of above criteria. It will be the responsibility of the
bidder to clearly get them certified by the certificate issuing authority (not below
the rank of Executive Engineer).
The value of executed works shall be brought to current costing level by enhancing
the actual value of work at simple rate of 7% per annum; calculated from the date
of completion to previous day of last date of submission of tenders.
7.2 Should have had average annual financial turn over (gross) of Rs. 47.97Crore on
construction work during the last three consecutive years ending March, 2019,
balance sheets duly audited by Charted Accountant. Year in which no turnover is
shown would also be considered for working out the average. (Scanned copy of
Audited Balance Sheet to be uploaded).
7.3 Should not have incurred any loss (profit after tax should be positive) in more than
two years during available last five consecutive balance sheets ending March’
2017, duly certified and audited by the Chartered Accountant.
7.4 Should have a solvency of Rs. 38.38Cr. certified by his Bankers. (Scanned copy of
original solvency certificate issued by bankers, not older than six month to be
uploaded)
7.5 The bidder should have sufficient number of Technical and Administrative
Employees for the proper execution of the contract. The bidder shall have to
submit a list of these employees stating clearly how these would be involved in
this work within 15 days of award of work.
8.0 EVALUATION CRITERIA FOR TECHNICAL QUALIFCATION (Applicable for
contractors other than CPWD enlisted contractors of appropriate class in
composite category)
8.1 The details submitted by the bidders will be evaluated in the following manner.
8.1.1 The initial criteria prescribed in para 7.0 above in respect of experience of eligible
similar works completed, loss, solvency and financial turn over etc. will first be
scrutinized and the bidder’s eligibility for the work be determined.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


35

8.1.2 The bidders qualifying the initial criteria as set out in para 7.0 above will be
evaluated for following criteria by scoring method on the basis of details furnished
by them:
(a) Financial strength (Form “A”& B) Maximum 20 Marks
(b) Experience in eligible similar nature of work Maximum 20 Marks
during last Seven years (Form “C”)
(c) Performance on work (Form “D”)- Time over run Maximum 20 Marks

(d) Performance on work (Form “D”)- Quality Maximum 40 Marks


Total 100 Marks

To become eligible for short listing the bidder must secure at least fifty percent
marks in each (section a, b, c and d) and sixty percent marks in aggregate.
The department, however, reserves the right to restrict the list of such qualified
contractors to any number deemed suitable by it.
NOTE: The average value of performance of works for time overrun and quality
shall be taken on the basis of performance report of the eligible similar works.
9.0 FINANCIAL INFORMATION
Bidder should furnish the following financial information
Annual Financial Statement for the last five years (in Form “A”) and solvency
certificate (in Form “B”).
10.0 EXPERIENCE IN WORKS HIGHLIGHTING EXPERIENCE IN SIMILAR WORKS
10.1 Bidder should furnish the following:
(a) List of all works of similar nature successfully completed during the last seven
years (in form “C”).
(b) List of the projects under execution or awarded (in Form “D”). This
information should be complete and no work should be left out.
10.2 (a) Particulars of completed works and performance of the applicant duly
authenticated/certified by an officer not below the rank of Executive Engineer
or equivalent should be furnished separately for each work completed or in
progress (in Form “E”).
(b) If required Departmental Officer(s) may inspect the eligible works as
submitted by the agency. The agency shall coordinate such inspections and
provide all necessary documents, information as desired by the visiting
officer(s).
11.0 ORGANISATION INFORMATION
Bidder is required to submit the following information in respect of his
organization (in form ‘E”).
The bidder should have sufficient number of Technical and Administrative
employees for the proper execution of the contract. The bidder should submit a list
of these employees stating clearly how these would be involved in this work with
15 days of award of work.
12.0 CONSTRUCTION PLANT & EQUIPMENT
Bidders should furnish the list of construction plant and equipment including steel
shuttering, centering and scaffolding to be used in carrying out the work . Details of
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


36

any other plant & equipment required for the work not included in agreement and
available with the bidder may also be indicated.

13.0 LETTER OF TRANSMITTAL


The bidder should submit the letter of transmittal attached with the document.
14.0 OPENING OF THE FINANCIAL BID
After evaluation of applications, a list of short listed agencies qualified in technical
evaluation will be prepared. Thereafter, the financial bids of only the qualified and
technically acceptable bidders shall be opened at the notified time, date and place
in the presence of the qualified bidders or their representatives. The validity of the
tenders shall be 75 days and shall be reckoned from the date of opening of the
Technical Bid.
15.0 AWARD CRITERIA
15.1 The employer reserves the right, without being liable for any damages or obligation
to inform the bidder, to:
(a) Amend the scope and value of contract to the bidder.
(b) Reject any or all of the applications without assigning any reason.
15.2 Any effort on the part of the bidder or his agent to exercise influence or to
pressurize the employer would result in rejection of his bid. Canvassing of any kind
is prohibited.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


37

ANNEXURE-I
SECTION III
Eligibility and Evaluation Criteria

Criteria for Evaluation of the performance of contractor for Pre- Eligibility

Attributes Evaluation
(a) Financial Strength (20 Marks)
(i) Average annual (i) 60% marks for minimum eligibility
turnover 16 Marks criteria
(ii) 100% marks for twice the minimum
eligibility criteria or more.
(ii) Solvency In between (i) & (ii)- on pro-rata basis
Certificate 4 Marks
(b) Experience in similar 20 marks (i) 60% marks for minimum eligibility
class of work criteria
(ii) 100% marks for twice the minimum
eligibility criteria or more in between (i)
& (ii)- on pro-rata basis.
(c) Performance on works [Time Over Run (TOR)]: Maximum 20 marks

Parameter Calculation Score Maximum


for points Marks
If TOR = 1.00 2.00 3.00 >3.50

(i) Without levy of compensation 20 15 10 5


20
(ii) With levy of compensation 20 5 0 -5
(iii) Levy of compensation not
decided 20 10 0 0

TOR = AT/ST, where AT =Actual Time; ST= Stipulated Time in the agreement plus (+)
justified period of extension of time.
Note: Marks for value in between the stages indicated above is to be
determined by straight line variation basis.
(d) Performance of works (Quality): Maximum 40 Marks
(i) Outstanding 40
(ii) Very Good 30
(iii) Good 20
(iv) Poor 0

Note: Performance of work (Quality) certified as “satisfactory” will be treated as good.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


38

SECTION III
INFORMATION REGARDING ELIGIBILITY
LETTER OF TRANSMITTAL
From:
To
The Executive Engineer (C)
Raipur Division,
CPWD, Raipur

Subject:- Construction of 100 bedded hospital and 32 Nos. Quarters for ESIC at Bhilai (C.G.)
on EPC basis.
SH:- Hospital building with 32 nos. Quarters including water supply, sanitary
installation, internal electrical installations, lifts, fire fighting system, automatic fire
alarm system, electric substation, DG sets, air-conditioning system, UPS, CCTV,
IBMS, PA system, Audio-video etc.
Sir,
Having examined the details”, given in press notice and bid document for the above
work, I/we hereby submit the relevant information.

1. I/We hereby certify that all the statement made and information supplied in the
enclosed forms A to E and accompanying statement are true and correct.
2. I/We have furnished all information and details necessary for eligibility and have no
further pertinent information to supply.
3. I/We submit the requisite certified solvency certificate and authorize the Executive
Engineer (C), Raipur Division, CPWD, Raipur to approach the Bank issuing the solvency
certificate to confirm the correctness thereof. I/We also authorize Executive Engineer
(C), Raipur Division to approach individuals, employers, firms and corporation to verify
our competence and general reputation.
4. I/We submit the following certificates in support of our suitability, technical knowledge
and capability for having successfully completed the following works:

Name of work Amount Certificate issued by

Certificate

It is certified that the information given in the enclosed eligibility 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 found to be incorrect.

Enclosures:

Date of submission Seal of bidder


Signature(s) of bidder(s)

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


39

FORM ‘A’
FINANCIAL INFORMATION

I. Financial Analysis-Details to be furnished duly supported by figures in balance sheet


/ profit & loss account for the last five years duly certified by the Chartered
Accountant, as submitted by the applicant to the Income Tax Department (Copies to
be attached).

Fig in Lakhs Rs.


Sl. No. Particulars Financial Years

2014- 2016- 2017-


2015 2015-2016 2017 2018 2018-2019

i) Gross Annual
turn over on
Construction works

ii) Profit / Loss

II. Financial arrangements for carrying out the proposed work.

III. Solvency Certificate from Bankers of bidder in the prescribed Form “B”

Signature of bidder (s)

Signature of Chartered Accountant with Seal

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


40

FORM ‘B’
FORM OF BANKERS’ SOLVENCY CERTIFICATE FROM A SCHEDULED BANK

To
The Executive Engineer
Raipur Central Division,
CPWD, Raipur

This is to certify that to the best of our knowledge and information that M/s./Sh

…………………………… ………… having marginally noted address, a customer of our bank are/is

respectable and can be treated as good for any engagement upto a limit of

Rs……………(Rupees……………………………………).

This certificate is issued without any guarantee or responsibility on the bank or any of

the officers. This certificate is valid for six month from the date of issue of this letter.

(Signature of Branch Manager)


For the Bank
NOTE:
(1) Bankers certificates should be on letter head of the Bank, sealed in cover addressed to
tendering authority.
(2) In case of partnership firm, certificate should include names of all partners as
recorded with the Bank.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


41

FORM “C”
DETAILS OF ELIGIBLE SIMILAR NATURE OF WORKS COMPLETED DURING THE LAST SEVEN YEARS ENDING
PREVIOUS DAY OF LAST DATE OF SUBMISSION OF TENDER…….

Name Whether
Litigation / and the work
Name of Date of arbitration address was
Owner or Cost of Stipulated Actual date
Sl. work/pr commenc- pending / (Postal & done on
sponsoring work (in date of of
No. oject and -ement as in progress email)/ back to
Organization Crores) completion completion
Location per contract with contact back
details* no of basis.
officer Yes/No
1 2 3 4 5 6 7 8 9 10

*Indicate gross amount claimed and amount awarded by the Arbitrator.

Signature of Bidder (s)


(with stamp)

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


42

FORM ‘D’

PERFORMANCE REPORT OF WORKS REFERRED TO IN FORMS “C”.

1. Name of work / project & location


(Type of building & no. of storey excluding
mumty & machine room)
2. Agreement No.
3. Estimated Cost
4. Tendered Cost
5. i) Actual value of work done

ii) Component cost of non-residential building


i/c site development works
6. Date of Start
7. Date of completion
i) Stipulated date of completion
ii) Actual date of completion
8. i) Whether case of levy of compensation for
delay has been decided or not Yes/ No.
ii) If decided, amount of compensation levied
for delayed completion, if any.
9. Whether internal water supply is part of the
agreement ? Yes/ No.
10. Whether sanitary installation is part of the
agreement ? Yes/ No.
11. Whether drainage is part of the agreement? Yes/ No.
12. Whether internal electrical installation is part of
the agreement ? Yes/ No.
13. Whether lift is part of the agreement ? Yes/ No.
14. Whether fire fighting is part of the agreement ? Yes/ No.
15. Whether HVAC is part of the agreement ? Yes/ No.
16. Is there minimum one building having five Yes/ No.
storey.
17 Performance Report
1) Quality of Work Outstanding / Very Good
/ Good/ Poor
2 ) Financial Soundness Outstanding / Very Good
Good/Poor
3) Technical Proficiency Outstanding / Very Good
Good/Poor
4) Resourcefulness Outstanding / Very Good
Good/Poor
5) General Behaviour Outstanding / Very Good
Good/Poor
Dated:

Executive Engineer or Equivalent


with office stamp

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


43

FORM “E”

STRUCTURE & ORGANISATION

1. Name & Address of the bidder


2. Telephone No./Telex No./Fax No.
3. Legal status of the bidder (attach copies of original
document defining the legal status).
a) An Individual
b) A proprietary firm
c) A firm in partnership
d) A limited company or Corporation
4. Particulars of registration with various Government Bodies (attach attested
photocopy).
Organization/Place of Registration Registration No.
1.
2.
3.
5. Names and titles of Directors & Officers with designation to be concerned with this
work.

6. Designation of individuals authorized to act for the organization.

7. Has the bidder or any constituent partner in case of partnership firm Limited
Company/Joint Venture, ever been convicted by a court of law? If so, give details.

8. In which field of Civil Engineering construction the bidder has specialization and
interest?

9. Any other information considered necessary but not included above.

Signature of Bidder (s)

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


44

FORM ‘F’

EMD RECEIPT FORMAT


Receipt of deposition of original Bank Guarantee as EMD
Receipt No…………*……………. /date………*……….

Name of Work: Construction of 100 bedded hospital and 32 Nos. Quarters for ESIC at
Bhilai (C.G.) on EPC basis.
SH:- Hospital building with 32 nos. Quarters including water supply, sanitary installation,
internal electrical installations, lifts, fire fighting system, automatic fire alarm system,
electric substation, DG sets, air-conditioning system, UPS, CCTV, IBMS, PA system, Audio-
video etc.
1
NIT No: …………………..2019-20
.
Rs. 95,94,67,159/-
2Estimated Cost: (Civil Rs. 754899023 + Elect. Rs.
. 202068136 + Hort. Rs. 2500000)
3
Amount of Earnest Money Deposit: Rs. 1,05,94,700/-
.

i) 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 Rs…………..…………. Vide
…………………..…Date…………………...

ii) In the form of Bank Guarantee Rs………………….……issued by………………………..….


Date…………………. (as per Form- G)

Last date of submission of bid: 11:00 Hrs. …………..2019

1. Name of Bidder: ………………………………………….…………..………….…..#


2. Total EMD Deposited: ………………………………….…………………………. #
3. Amount of Earnest Money Deposit: …………………………………………. #

i) 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 Rs…………..…………. Vide
…………………..…Date…………………...

ii) In the form of Bank Guarantee Rs………………….……issued by………………………..….


Date…………………. (as per Form- G)

Last date of submission of bid: 11:00 Hrs. ……………..2019

Signature,

Name and Designation of EMD receiving officer


(EE/AE(P) /AE/AAO along with Office stamp

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


45

Form-G

Form of Earnest Money Deposit (Bank Guarantee Bond)

WHEREAS, contractor.................. (Name of contractor) (hereinafter called "the contractor") shall submit
his tender for the construction of .............................................. (name of work) (hereinafter called "the
Tender") NIT No. ……………………………/2019-20

KNOW ALL PEOPLE by these presents that we ......................................... (name of bank) having our registered
office at ................................... (hereinafter called "the Bank") are bound unto ................................................... (in
favour of Executive Engineer (C), Raipur Division, CPWD, Raipur) (hereinafter called the “DDO") in the
sum of R ......................... (R in words .................................................) for which payment well and truly to be made
to the said DDO the Bank binds itself, his successors and assigns by these presents.
SEALED with the Common Seal of the said Bank this ................. day of ................. 20... .

THE CONDITIONS of this obligation are:

(1) If after tender opening the Contractor withdraws, his tender during the period of validity of tender
(including extended validity of tender) specified in the Form of Tender;

(2) If the contractor having been notified of the acceptance of his tender by the Engineer-in-Charge:
(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions to
contractor, if required; OR
(b) fails or refuses to furnish the Performance Guarantee, in accordance with the provisions of
tender document and Instructions to contractor, OR
(c) fails or refuses to start the work, in accordance with the provisions of the contract and
Instructions to contractor, OR
(d) fails or refuses to submit fresh Bank Guarantee of an equal amount of this Bank Guarantee,
against Security Deposit after award of contract.

We undertake to pay to the said DDO either up to the above amount or part thereof upon receipt of his
first written demand, without the said DDO or the Engineer-in-Charge having to substantiate his
demand, provided that in his demand the said DDO or the Engineer-in-Charge will note that the amount
claimed by him is due to him owing to the occurrence of one or any of the above conditions, specifying
the occurred condition or conditions.

This Guarantee will remain in force up to and including the date* ............. after the deadline for
submission of tender as such deadline is stated in the Instructions to contractor or as it may be
extended by the said DDO or the Engineer-in-Charge, notice of which extension(s) to the Bank is hereby
waived. Any demand in respect of this Guarantee should reach the Bank not later than the above date.

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


WITNESS ..................
BANK SEAL

(SIGNATURE, NAME AND ADDRESS)

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

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


46

To,
All the bidders

Sub: NIT No. 08/EE/RCD/2019-20 (2nd CALL) for the work Construction of 100 bedded
hospital and 32 Nos. Quarters for ESIC at Bhilai (C.G.) on EPC basis.
SH:- Hospital building with 32 nos. Quarters including water supply, sanitary
installation, internal electrical installations, lifts, fire fighting system, automatic fire
alarm system, electric substation, DG sets, air-conditioning system, UPS, CCTV, IBMS,
PA system, Audio-video etc.

Dear Sir,

It is hereby declared that CPWD is committed to follow the principle of transparency,


equity and competitiveness in public procurement.

The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition
that the Bidder will sign the integrity Agreement, which is an integral part of tender/bid
documents, failing which the tenderer/bidder will stand disqualified from the tendering
process and the bid of the bidder would be summarily rejected.

This declaration shall form part and parcel of the Integrity Agreement and signing of the
same shall be deemed as acceptance and signing of the Integrity Agreement on behalf of the
CPWD.

Yours faithfully

Executive Engineer

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


47

To,
Executive Engineer (C),
Raipur Division,
CPWD, Raipur

Sub: Construction of 100 bedded hospital and 32 Nos. Quarters for ESIC at Bhilai (C.G.) on
EPC basis.
SH:- Hospital building with 32 nos. Quarters including water supply, sanitary
installation, internal electrical installations, lifts, fire fighting system, automatic fire
alarm system, electric substation, DG sets, air-conditioning system, UPS, CCTV, IBMS,
PA system, Audio-video etc.

Dear Sir,

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


enumerated in the Integrity Agreement enclosed with the tender/bid document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the
condition that I/We will sign the enclosed integrity Agreement, which is an integral part of
tender documents, failing which I/We will stand disqualified from the tendering process. I/We
acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS AN UNCONDITIONAL
AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letter and
spirit and further agree that execution of the said Integrity Agreement shall be separate and
distinct from the main contract, which will come into existence when tender/bid is finally
accepted by CPWD. I/We acknowledge and accept the duration of the Integrity Agreement,
which shall be in the line with Article 1 of the enclosed Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity
Agreement, while submitting the tender/bid, CPWD shall have unqualified, absolute and
unfettered right to disqualify the tenderer/bidder and reject the tender/bid is accordance with
terms and conditions of the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


48

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 (C), Raipur Division, CPWD, Raipur,
(Hereinafter referred as the ‘Principal/Owner’, which expression shall unless repugnant to the
meaning or context hereof include its successors and permitted assigns)
AND
………………………………………………………………………………………………………………………………
(Name and Address of the Individual/firms/Company)

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


(Details of duly authorized signatory) “Bidder/Contractor” and which expression shall unless
repugnant to the meaning or context hereof include its successors and permitted assigns)

Preamble

WHEREAS the Principal/Owner has floated the Tender (NIT No 08/EE/RCD/2019-20)


(2nd CALL) (hereinafter referred to as “Tender/Bid”) and intends to award, under laid down
organizational procedure, contract for Construction of 100 bedded hospital and 32 Nos.
Quarters for ESIC at Bhilai (C.G.) on EPC basis.
SH:- Hospital building with 32 nos. Quarters including water supply, sanitary installation,
internal electrical installations, lifts, fire fighting system, automatic fire alarm system, electric
substation, DG sets, air-conditioning system, UPS, CCTV, IBMS, PA system, Audio-video etc.

hereinafter referred to as the “Contract”.

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

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this
Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and
conditions of which shall also be read as integral part and parcel of the Tender/Bid documents
and Contract between the parties.

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

Article 1: Commitment of the Principal/Owner

1) The Principal/Owner commits itself to take all measures necessary to prevent


corruption and to observe the following principles:

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


49

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


members, will in connection with the Tender, or the execution of the Contract,
demand, take a promise for or accept, for self or third person, any material or
immaterial benefit which the person is not legally entitled to.

(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity
and reason. The Principal/Owner will, in particular, before and during the Tender
process, provide to all Bidder(s) the same information and will not provide to any
Bidders(s) confidential/additional information through which the Bidder(s) could
obtain an advantage in relation to the Tender process or the Contract execution.

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

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

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

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


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

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


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

a) The Bidder(s)/Contractor(s) will not, directly or through any other person or


firm, offer, promise or give to any of the Principal/Owner’s employees involved
in the Tender process or execution of the Contract or to any third person any
material or other benefit which he/she is not legally entitled to, in order to obtain
in exchange any advantage of any kind whatsoever during the Tender process or
during the execution of the Contract.

b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any
undisclosed agreement or understanding, whether formal or informal. This
applies in particular to prices, specifications, certifications, subsidiary contracts,
submission or non-submission of bids or any other actions to restrict
competitiveness or to cartelize in the bidding process.

c) The Bidder(s)/Contractor(s) will not commit any offence under relevant IPC/PC
Act. Further the Bidder(s)/Contract(s) will not use improperly, (for the purpose
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


50

of competition or personal gain), or pass on to others, any information or


documents provided by the Principal/Owner as part of the business relationship,
regarding plans, technical proposals and business details including information
contained or transmitted electronically.

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


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

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

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


outlined above or be an accessory to such offences.

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

5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm
use Coercive Practices (means the act of obtaining something, compelling an action
or influencing a decision through intimidation, threat or the use of force directly or
indirectly, where potential or actual injury may befall upon a person, his/her
reputation or property to influence their participation in the tendering process).

Article 3: Consequences of Breach


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

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


committed a transgression through a violation of Article 2 above or in any other form,
such as to put his reliability or credibility in question, the Principal/Owner after giving
14 days notice to the contractor shall have powers to disqualify the
Bidder(s)/Contractor(s) from the Tender process or terminate/determine the Contract,
if already executed or exclude the Bidder/Contractor from future contract award
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


51

processes. The imposition and duration of the exclusion will be determined by the
severity of transgression and determined by the Principal/Owner. Such exclusion may
be forever or for a limited period as decided by the Principal/Owner.

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


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

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


Contractor, or of an employees or a representative or an associate of a Bidder or
Contractor which constitutes corruption within the meaning of Indian Penal code
(IPC)/Prevention of Corruption Act, or if the Principal/Owner has substantive suspicion
in this regard, the Principal/Owner will inform the same to law enforcing agencies for
further investigation.

Article 4: Previous Transgression

1) The Bidder declares that no previous transgressions occurred in the last 5 years with
any other Company in any country confirming to the anticorruption approach or with
Central Government or State Government or any other Central/State Public Sector
Enterprises in India that could justify his exclusion from the Tender process.
2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the
Tender process or action can be taken for banning of business dealings/holiday listing of
the Bidder/Contractor as deemed fit by the Principal/Owner.
3) If the Bidder/Contractor can prove that he has resorted/recouped the damage caused
by him and has installed a suitable corruption prevention system, the Principal/Owner
may, at its own discretion, revoke the exclusion prematurely.

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

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


commitment in conformity with this Integrity Pact. The Bidder/Contractor shall be
responsible for any violation(s) of the principles laid down in this agreement/Pact by
any of its Sub-contractors/sub-vendors.
2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders
and Contractors.
3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact
between the Principal/Owner and the bidder, along with the Tender or violate its
provisions at any stage of the Tender process, from the Tender process.
Article 6: Duration of the Pact
This Pact begins when both the parties have legally signed it. It expires for the
Contractor/Vendor, 24 months after the completion of work under the contract or till the
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


52

continuation of defect liability period, whichever is more and for all other bidders, till the
Contract has been awarded.
If any claim is made/lodged during the time, the same shall be binding and continue to be valid
despite the lapse of this Pacts as specified above, unless it is discharged/determined by the
Competent Authority, CPWD.
Article 7 : Other Provisions
1) This Pact is subject to Indian Law, place of performance and jurisdiction is the Head
quarters of the Division of the Principal/Owner, who has floated the Tender.
2) Changes and supplements need to be made in writing. Side agreements have not been
made.
3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the
partners or by one or more partner holding power of attorney signed by all partners and
consortium members. In case of a Company, the Pact must be signed by a representative
duly authorized by board resolution.
4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this
Pact remains valid. In this case, the parties will strive to come to an agreement to their
original intensions.
5) It is agreed term and condition that any dispute or difference arising between the
parties with regard to the terms of this Integrity Agreement/Pact, any action taken by
the Owner/Principal in accordance with this Integrity Agreement/Pact or interpretation
thereof shall not be subject to arbitration.
Article 8: LEGAL AND PRIOR RIGHTS
All rights and remedies of the parties hereto shall be in addition to all the other legal rights and
remedies belonging to such parties under the Contract and/or law and the same shall be
deemed to be cumulative and not alternative to such legal rights and remedies aforesaid. For
the sake of brevity, both the Parties agree that this Integrity Pact will have precedence over the
Tender/Contract documents with regard any of the provisions covered under this Integrity
Pact.
IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place
and date first above mentioned in the presence of following witnesses:

………………………..…………………….. ……………………….…………………….
(For and on behalf of Bidder/Contractor) (For and on behalf of Principal/Owner)
WITNESSES:
1. …………………………………….
(Signature, name and address) Place: Date :

2. ……………………………………
(Signature, name and address)

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


53

PART-III
FINANCIAL BID

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


54

NIT FORM CPWD-8

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

STATE: Chhattisgarh BRANCH: `

DIVISION-Raipur Division

ENGINEERING, PROCUREMENT AND CONSTRUCTION (EPC) (Turn Key) Bid


(A) Tender for the work of:- Construction of 100 bedded hospital and 32 Nos. Quarters for
ESIC at Bhilai (C.G.) on EPC basis.
SH:- Hospital building with 32 nos. Quarters including water supply, sanitary
installation, internal electrical installations, lifts, fire fighting system, automatic fire
alarm system, electric substation, DG sets, air-conditioning system, UPS, CCTV, IBMS, PA
system, Audio-video etc.
(i) To be uploaded by 15:00. Hours on 04/10/2019 to on website:
www.tenderwizard.com/CPWD/www.cpwd.gov.in
(ii) To be opened in presence of tenderers who may be present at 15.30 hours on
04/10/2019 in the office of The Executive Engineer (C), Raipur Division, Central
Public Works Department, Tikrapara, Raipur Pin- 492001 (Telephone No. 0771-
2272188, Email id- [email protected]).

BID

I/We have read and examined the notice inviting bid, schedule-A, B, C, D, E & F, Specifications
applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract for CPWD
Works, of 2014 with amendments up to the last date of submission of bids, clauses of contract,
Special conditions, Bill of Quantities & other documents and Rules referred to in the conditions
of contract and all other contents in the bid document for the work.

I/We hereby bid for the execution of the work specified for the President of India within the
time specified in Schedule ‘F’ viz., user requirement and approved drawings and 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 of 2014
with amendments up to the last date of submission of bids and with such materials as are
provided for, by, and in respect of accordance with, such conditions so far as applicable.

We agree to keep the bid open for Seventy five (75) days from the day of receipt of technical bid
and not to make any modification in its terms and conditions.

A copy of receipt of deposition of earnest money Rs. 1,05,94,700/- in receipt Treasury Challan/
Deposit at call Receipt of scheduled bank/ Fixed deposit Receipt of scheduled bank /Demand
draft or pay order or Banker’s cheque of scheduled bank/ bank guarantee issued by a
scheduled bank is scanned and uploaded. If I/We, fail furnish 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
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


55

other right or remedy available in law, be at liberty to forfeit the said performance guarantee
absolutely, the said performance guarantee shall be a guarantee to execute all the works
referred to in the bid documents upon the terms and conditions contained or referred to those
in excess of that limit at the rates to be determined in accordance with the provision contained
in clause 12.2 and 12.3 (as modified) of the bid form.

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

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

I/We hereby declare that I/We shall treat the bid 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: **

Address: ** Postal Address **

Occupation: **

[** To be filled by Bidder]

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


56

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.……………….…………………………..(Rupee……………………………………………………………*…………………
……………………………………).

The letters referred to below shall form part of this contract agreement:-
(a) *
(b) *

I *

For & on behalf of President of India

Signature…………………*……………………
Dated: ……*…….. Designation………………*………………….

*Blanks to be filled by EE (C)/Raipur Division


** To be filled by Contractor

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


57

PROFORMAOF SCHEDULES: A TO F
(Civil and Electrical Works)

SCHEDULE ‘A’ : Schedule of quantity for quoting combined rates


for Civil, Electrical & horticulture works as per
page 301
SCHEDULE ‘B’ : -NIL-
Schedule of material to be issued to
the agency.
SCHEDULE ‘C’ : -NIL-
Tools and Plants to be hired to the
agency.
SCHEDULE ‘D’
Extra schedule for specific : -NIL-
requirements/ documents for the
work, if any.
SCHEDULE ‘E’
Reference to General Conditions of : General Conditions of Contract 2014 as amended
Contract / modified up to the last date of submission of
Bid.
Name of work : Construction of 100 bedded hospital and 32 Nos.
Quarters for ESIC at Bhilai (C.G.) on EPC basis.
SH:- Hospital building with 32 nos. Quarters
including water supply, sanitary installation,
internal electrical installations, lifts, fire fighting
system, automatic fire alarm system, electric
substation, DG sets, air-conditioning system, UPS,
CCTV, IBMS, PA system, Audio-video etc.
Estimated cost of work : Rs. 95,94,67,159/-
(Civil Rs. 754899023 + Elect. Rs. 202068136 + Hort.
Rs. 2500000)
Earnest Money : Rs. 1,05,94,700/-
Performance Guarantee : 5% of bid amount
Security Deposit : 2.5% of bid amount
SCHEDULE ‘F’ (GENERAL RULES & DIRECTIONS)

Officer inviting bid : Executive Engineer, Raipur Division, CPWD, Raipur


Definitions:

2(v) Engineer-in-Charge for : Executive Engineer (C), Raipur Division, CPWD,


Civil Work Raipur or his successor.
Engineer-in-Charge for : Executive Engineer (E) in charge of the work or his
Electrical Work successor.
(viii) Accepting Authority : Chief Engineer, CPWD, Raipur or his successor.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


58

(x) Percentage on cost of : 15% (Provided that no extra overheads and profits
materials and Labour to shall be payable on the part(s) of work assigned to
cover all overheads and other agency(s) by the contractor as per terms of
profits contract).
(xi) Standard Schedule of Rates :
(i) Civil work : (i) Delhi Schedule of Rates 2018 with
amendments up to the date of submission of
bid.
(ii) Electrical work : (ii) Delhi Schedule of Rate 2018-(E&M) with
amendments up to the date of submission of
bid
(iii) Horticulture work : (iii ) Horticulture Schedule of Rate2018 with
amendments, up to the date of submission of
bid.

(xii) Department : Central Public Works Department (CPWD)

9 (ii) Standard CPWD Contract : CPWD Form 8 & GCC 2014 modified & Corrected
Form up-to the last date of submission of Bid

Clause 1
(i) Time allowed for submission of : 15 (Fifteen) days
Performance Guarantee, programme chart
(Time and Progress) and applicable labour
licenses, registration with GST, 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 : 15(Fifteen) days with late fee @
fee @ 0.1% per day of Performance 0.1% per (non refundable)
Guarantee amount beyond the period
provided in (i) above

Clause 2

(i) Authority for fixing compensation under : Chief Engineer, CPWD, Raipur or
clause 2 his successor.

Clause 2A
(i) Whether Clause 2A shall be applicable : Yes

Clause 5
(i) Number of days from the date of issue of : 15 (Fifteen) days from the date of
letter of acceptance for reckoning date of issue of Award Letter or date of
start handing over of site whichever is
later.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


59

Table of Mile stones:


Sl. Description of Milestone(Physical) Time allowed in Amount to be
No. Days (from date with-held incase
of start) of non
achievement of
milestone
1. Submission and approval of detailed working
drawings, structural Drawings, services design and 90 days In the event of
planning i/c approval of local bodies/ authorities i/c not achieving
setting up of site office.
2. the necessary
a) Plot-A: completion of foundation work of
progress as
boundary wall, canteen, ESS/Mortuary and
STP/ETP & UGS, raft of hospital building assessed from
135 days the running
b) Plot-B: completion of foundation of boundary wall
, STP & UGS and all block of residential building payment. 0. 50
c) Submission & approval of MEP drawings i/c % of amount
approval of local bodies/authorities. tendered in
3. a) Ground floor slab of Hospital building, canteen Part-A of
building, ESS/Mortuary, STP/ETP and UGS i/c
laying of conduit. financial Bid)
b) Complete RCC work of boundary wall and 50% 180 days will be withheld
brick work. for failure of
c) 2nd floor slab of Ty-II & Ty-III quarters and each milestone;
complete RCC of Ty-IV quarters and foundations subject to
of boundary wall of residential campus. maximum 5% of
4. a) RCC work upto 2nd, floor, Brick work in basement
the tendered
of Hospital building i/c down conduit work, fixing
of boxes etc. amount in Part-
b) Brick work of canteen, ESS/Mortuary and A of financial
boundary wall i/c down conduit work, fixing of 225 days bid.
boxes etc.
c) Complete RCC work of all residential buildings
and boundary wall and brick work upto 2nd floor
level in all residential block i/c down conduit
work, fixing of boxes etc.
5. a) Complete RCC work of Hospital building and brick
work upto 2nd floor level i/c down conduit work,
fixing of boxes etc.
b) Plumbing work of basement of hospital, canteen,
ESS/Mortuary and boundary wall i/e fixing of 300 days
grill and gate i/e conduiting and fixing of all boxes
down conduit, MCB, DB etc.
c) c) Complete brick work of residential block and
boundary wall i/c conduiting and plumbing work.
6. a) Water proofing of sunken portion, conduiting
plumbing work. Internal plaster upto 2nd floor and
external plaster of mumty, machine room and
inside parapet wall.
b) External plaster of canteen, ESS/Mortuary and 360 days
execution of parking shed and plastering of
boundary wall
c) Internal plaster of all residential block and
external plasters of mortuary, procurement of all
electrical items such as transformers/DG sets,
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


60

HVAC, fire fighting, fire alarm system/PA, BMS,


Audio/Video, CCTV etc.
7. a) Water proofing of terrace and complete plastering
work of Hospital building flooring work i/c wall
cladding upto 2nd floor level. Installation of fire
fighting and other services pipe line.
b) Water proofing of canteen, ESS/Mortury terrace
and flooring complete. Preparation of sub grade 435 days
for road, work of storm water drain and sewer
line manhole, water supply line in plot A & B
c) Water proofing of all residential blocks with
complete plastering work and flooring upto 2nd
floor level. Fixing of doors, windows.
d) Drawings of all wiring works.
8. a) Complete flooring work i/c wall cladding external
painting, structural glazing and internal painting
upto 2nd floor level. Fixing of doors, windows and
steel work.
b) Complete painting finishing of canteen,
ESS/Mortuary complete development work i/c
495 days
road, street light , water supply, sewerage,
installation of transformer, DG set etc.
c) All works of residential blocks complete in all
respect i/c fixing of W/S and sanitary fitting and
IEI.
d) Installation, Testing & commissioning of all E&M
services.
9. a) All works of Hospital building i/c installation of
lifts, testing commissioning of water supply and
sanitary fitting in all respect.
b) Road signage boards and instruction plates in
hospital building. Development of landscaping
600 days
and horticulture work in plot A & B
c) Testing commissioning of water supply and
sanitary fittings etc.
d) All electrical services getting NOC from different
authorities etc.
10. Handing over of project i/c all the completion
drawings, services drawings, along with all 630 days (21
inventories, warranty/guarantee cards of all months)
equipments etc. complete.

NOTE:
Withheld amount shall be released if subsequent milestone is achieved within respective
specified time.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


61

Authority to decide:

(i) Extension of time : Chief Engineer, CPWD, Raipur or his successor.

(ii) Rescheduling of mile Stones : Chief Engineer, CPWD, Raipur or his successor.

(iii) Shifting of date of start in Case of : Chief Engineer, CPWD, Raipur or his successor.
delay in handing over of site

Schedule of handing over of site


Part Portion of site Description Time period for handing
over reckoned from date
of issue of letter of
intent
Part A Portion without any Full site Available
hindrance
Part B Portions with -- Not applicable
encumbrances
Part C Portions dependent on -- Not applicable
work of other agencies
Schedule of issue of Designs
Part Portion of Design Description Time period for issue of
design reckoned from
date of receipt of
tenders
Part A Portion already LOP, preliminary Available in the NIT
included in NIT Architectural floor plan
and section.
Part B-1 Portions of structural To be finalized by 2 months after date of
Designs to be issued consultant appointed by start of work
contractor i/c approvals

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


62

Clause 5.2
Nature of Hindrance Register (either :
Physical or Electronic) Physical
Clause 5.4
Schedule of rate of recovery per day :
for delay in submission of the modified
programme in terms of delay days
Sl. No. Contract Value Recovery (Rupees)
I. More than Rs.20 crores 5000
Clause 6, 6A
(i) Clause applicable – (6 or 6A) : 6A

Clause 7

Gross work to be done together with : Civil works: Rs. 5 crore


net payment /adjustment of advances Electrical works : Rs. 1 crore
for material collected, if any, since the
last such payment for being eligible to
interim payment

Clause 7A
Whether clause 7A shall be applicable : Yes, Applicable
: No Running Account Bill shall be paid for the
work till the applicable labour licenses,
registration with GST, EPFO, ESIC and BOCW
Welfare Board, whatever applicable as
submitted by the Bidder to the Engineer-in
Charge.

Clause 8B
In case contractor fails to submit the completion plan as prescribed in clause 8B, he shall
be liable to pay a sum equivalent to 2.5% of tendered cost subject to ceiling of Rs. 50000/-

Clause 10A
List of testing equipment’s to be : List attached as Appendix-I
provided by the agency at site lab
Clause 10B (i) : Applicable

Clause 10B (ii) The mobilization advance shall be given as


Whether Clause 10B(ii) shall be : mentioned below:
applicable (i) 1st installment = 5%*.
(ii) 2nd installment = 5%*

Note: A separate dedicated Bank Account


shall be opened by the agency in any
scheduled Bank before release of
mobilization/tools & plants advance.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


63

Mobilisation advance will not be given for


any material for which secured advance is
payable, T & P advance will not be given for
tools & plants equipments, owned by the
agency as intimated in the eligibility
documents. Installments of Mobilization
advance except the first installment shall be
released only after receiving the utilization
certificate supported by bank statement of
the said account showing the disbursement
of mobilization advance by the agency as
per clause 10B(ii) of GCC.
*[of bid value of Financial Quote].
Clause 10C
Component of labour expressed as percent
of value of work : 25%

Clause 10CA: Yes, Applicable


Materials covered Nearest Materials (other than cement, Base Price of all the
under this clause : reinforcement bars, structural steel materials covered under
and POL) for which All India clause 10CA* *
Wholesale Price Index to be followed (April 2019)

Cement PPC Rs. 3850/- Per MT.


Reinforcement Bars Primary Producer-
----------------Nil--------------- Rs. 39600/- Per MT.
Structural Steel Rs. 37250/- Per MT.

* Includes cement component used in RMC brought at site from outside approved RMC plant if
any.

Clause 10CC Applicable

Schedule of component of other Materials, Labour, POL etc. for price escalation
Component of civil (Except materials covered under clause 10 CA) Xm=40%
/ Electrical construction materials expressed as percent of total
value of work.
Component of labour expressed as percent of total value of work. Y=25%
Component of POL expressed as percent of total value of work. Z=NIL
Note : Xm : ……* (should be equal to (100) – (materials covered under Clause 10CA i.e. cement,
steel and other material specified in Clause 10CA + Component of Labour + Component of
P.O.L).

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


64

Clause 11

Specifications to be Civil work: CPWD Specifications 2009Volume- I & II with


followed for execution correction slips up to last date of submission of bid.
of work Electrical work:
1. CPWD General Specifications for Electrical Works Part I
Internal – 2013.
2. CPWD General Specifications for Electrical Works Part IV
Substation -2013.
3. CPWD General Specifications for Electrical Works Part VII DG
Sets – 2013.
4. CPWD General Specifications for Electrical Works Part VIII Gas
Based Fire Extinguishing System – 2013.
5. General Specifications for Heating Ventilation & Air-
Conditioning-2017.
6. General Specifications for Electrical Works (Part III Lifts &
Escalators)-2003.
7. General Specifications for Electrical Works (Part VI fire alarm
system)-2018.
8. General Specifications for Electrical Works (Part V Sprinkler &
fire fighting system)-2003.
9. CPWD specifications of Horticulture & Landscaping – 2016
All above specifications shall be applicable with
corrections slips up to the last date of submission/ uploading
of bid.

Clause 12 Applicable

Type of work: Project and original work –


Clause 12.1 Applicable
Clause 12.2 & 12.3 Only Sub-clause 12.2 A relating to deviation,
extra items and pricing for project and original
works are applicable. Remaining portions of this
sub-clause relating to substituted items and
deviated quantities are Not applicable.
Deviation Limit beyond which clauses 30% (Thirty percent) applicable for plinth area.
12.2 & 12.3 shall apply for building
Work

Clause 12.5
(i) Deviation Limit beyond which
clauses 12.2 & 12.3 shall apply for
foundation work (except items Not applicable
mentioned in earth work sub head
in DSR and related items)

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


65

(ii) Deviation Limit for items


mentioned in earth work sub head Not applicable
of DSR and related items.

Clause 16
Competent Authority for deciding reduced
rates. Chief Engineer, CPWD, Raipur or his successor.

Clause 17 Defects liability period shall be 12 months after declaring the original
construction work completed by the competent authority i.e. Superintending
Engineer /Chief Engineer or his successor.

Clause 18 Suggestive List of machinery, tools & plants to be deployed by the Bidder at
site: - As per Appendix-II

Clause 25
Constitution of Dispute Redressal Committee:-
A] For total Claims more than R 25 lacs

Chairman - Chief Engineer, CPWD, Nagpur


or his successor thereof
Member - Superintending Engineer, CPWD, Raipur
Member - Superintending Engineer, CPWD, Raipur.
Shall present the case but shall not have
any part in decision making
Member - Director (Works cum TLQA)

B] For total Claims upto R 25 lacs

Chairman - Director (Works cum TLQA)


Member - Executive Engineer, Bilaspur Central
Division, Bilaspur
Member - Executive Engineer, RCD, CPWD, Raipur
Member - Executive Engineer Bilaspur Project
Division CPWD, Bilaspur Shall
present the case but shall not have
any part in decision making..
Note: The above constitution of Dispute Redressal Committee is subject to change, for which necessary
notification shall be issued by the competent authority of the department, if required.

Place of arbitration – Mumbai/Delhi/Kolkata.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


66

Clause36 (i)
The Requirement of Technical Representative(s) and Recovery Rates: Applicable only for the
original construction work are as below:-

S. Minimum Designation Rate at which


№. Experience recovery shall be
Qualification Number (of (Years) made from the
major + Contractor in the
minor event of not fulfilling
component provision of clause
36(i)
1 Graduate 1 20 (and Project Manager Rs. 60,000/- per
Engineer (Major having month
Component) experience of
one similar
nature of
work)
2 Graduate 1+1 12 (and Deputy Project Rs. 40,000/- per
Engineer having Manager Month per person
experience of
one similar
nature of
work)
3 Graduate 1+1 5 or 10 Project/site Rs. 25,000/- per
Engineer respectively Engineer Month per person
Or Diploma
Engineer
4 Graduate 1+1 8 Quality Engineer Rs. 25,000/- per
Engineer respectively Month per person
5 Diploma 1 8 Surveyor Rs. 15,000/- per
Engineer Month
6 Graduate 1+1 6 Project Rs. 20,000/- per
Engineer respectively Planning/billing Month per person
Engineer

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


67

Note:
1. The specialized technical staff for execution for component such as plumbing, water
proofing, fire fighting, HVAC, Acoustic, landscaping etc. shall be deployed as per the
requirement of work.
2. Assistant Engineers retired from Government services that are holding Diploma will be
treated at par with Graduate Engineers. Diploma holder with minimum 10-years
relevant experience with a reputed construction company can be treated at par with
Graduate Engineers for the purpose of such deployment subject to that such diploma
holder should not exceed 50% of requirement of degree engineers.
3. The above given strength shall be required to be deployed as and when necessity
arises at site or so directed by Engineer-in-charge.

Clause 42 Applicable as given below

i) Schedule/statement for determining theoretical Delhi Schedule of Rates 2018 with


quantity of cement & bitumen based on Delhi amendments up to the date of
Schedule of Rates submission of bid.
ii) Variations permissible on theoretical quantities.
(a) Cement
Cement for works with estimated cost put 2% Plus/Minus
to tender more than Rs. 5 Lakh.
Bitumen for all works. 2.5% Plus only and nil on minus
side.
(b) Steel reinforcement and structural steel 2% Plus/minus side sections for
each diameter, section and
category.
I All other materials Nil

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Rates in figure and words at which recovery shall


be made from the contractor
S.
Description of item Excess beyond
No Less use beyond the
permissible
permissible variation
variation
1 Cement (PPC) NIL Not Permitted

2 Reinforcement bars(TMT) NIL Not Permitted


(a)Primary Producer

3 Structural steel NIL Not Permitted

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


68

Appendix-I
ESTABLISHING SITE LABORATORY AND TESTING OF MATERIALS

Equipments for conducting necessary tests (as per CPWD Specifications 2009 Volume-I) shall
be provided and installed at site in the well-furnished site laboratory by the agency at his own
cost. The following laboratory equipment should be in general or as and when required be set
up at site laboratory: -

For Building Work:


1. Balances
(i) 7 kg. to 10 kg. capacity, semi-self indicating type - accuracy 10 gm.
(ii) 500 gm. capacity, semi-self indicating type - accuracy 1 gm.
(iii) Pan balance- 5 kg. capacity - accuracy 10 gms.

2. Ovens-electrically operated, thermostatically controlled upto 110°C - sensitivity 1°C.

3. Sieves: as per IS 460-1962.


(i) I.S. sieves - 450mm internal dia, of sizes 100 mm, 80 mm, 63mm, 50 mm, 40 mm,
25 mm, 20 mm, 12.5 mm, 10 mm, 6.3 mm, 4.75mm, complete with lid and pan.
(ii) I.S. sieves- 200mm internal dia (brass frame) consisting of 2.36mm, 1.18mm, 600
microns, 425 microns, 300 microns, 212 microns, 150 microns, 90 microns, 75
microns, with lid and pan.
4. Sieve shaker capable of 200 mm and 300 mm dia sieves, manually operated with
timing switch assembly.
5. Equipment for slump test- Slump cone, steel plate, tamping rod, steel scale, scoop.
6. Dial gauges, 25 mm travel - 0.01 mm/division least count - 2nos.
7. 100 tonnes compression testing machine, electrical-cum manually operated.
8. Graduated measuring cylinders 200 ml capacity - 3 Nos.
9. Enamel trays (for efflorescence test for bricks).
(i) 300 mm × 250 mm × 40 mm- 2 nos.
(ii) Circular plates of 250 mm dia - 4 nos.

For Road Work:

1. Balances
(i) 7 kg to 10 kg capacity, semi-self indicating type - accuracy 10 gm.
(ii) 500 gm capacity, semi-self indicating type, accuracy 1 gm.
(iii) Chemical balance, 100 gm capacity - accuracy- 0.1 gm.
(iv) Pan balance - 5 kg. capacity - 10 gm accuracy.
(v) Platform scale- 300 kg capacity.

2. Oven electrically operated, thermostatically controlled.

(i) Upto 200°C for determination of loss on heating of bitumen.

3. Sieves as per IS 460-1962.

(i) I.S. sieves - 450 mm of internal dia of sizes 100 mm, 80mm, 63mm, 50mm,
40mm, 25mm, 20mm, 12.5mm, 10mm, 6.3mm, 1.75mm, complete with lid
and pan.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


69

(ii) I.S. sieves - 200 mm internal dia (brass frame) consisting of 2.36mm,
1.18mm, 600 microns, 425 microns, 300 microns, 212 microns, 150 microns,
90 microns and 75 microns with lid and pan.
4. Sieves shaker capable for shaking 200mm and 300mm dia sieves, electrically operated
with timer.
5. Dial gauge
(i) 25mm travel - 0.01mm/division.

6. Load frame-5 tonnes capacity, electrically operated with speed control.


7. Aggregate impact test apparatus as per IS 2386-Part IV-1963.
8. Compaction apparatus (Proctor) as per IS 2720-Part VII-1974.
9. Modified ASHO compaction apparatus as per IS 2720-Part-III-1974.
10. Sand pouring cylinder with control funnel and tube complete as per IS 2720-Part XXVIII-
1974.
11. Sampling tins with rods 100mm dia × 50mm ht., 1/2kg capacity, and miscellaneous
items like moisture tins etc.
12. Constant temperature bath for accommodating bitumen test specimen, electrically
operated and thermostatically controlled.
13. Penetrometer with automatic time controller and with adjustable weight accessories
and needles as per IS 1203-1958.
14. Oxhlet extraction apparatus complete with extraction thimbles etc.
15. Laboratory mixer, about 0.02 cu-meter capacity, electrically operated with heating
jacket.
16. Hubbard field stability test apparatus complete.
17. Marshall compaction apparatus as per ASTM 1559-62T, and complete with electrically
operated leading unit, compaction pedestal bearing head assembly, dial micrometer, and
bracket for flow measurement, load transfer bar, specimen mould (4 inch. dia) with base
plate, columns, mould (4 inch, dia) with base plate, collars, specimen extracted.
Compaction hammer, 4.53 kg (10lb)/457 mm (18inch) fall.
18. Distant reading thermometers.
19. Graduated cylinder 1000 ml. capacity.
20. Enamel tray.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


70

Appendix-II
REQUIREMENTS OF PLANT AND EQUIPMENT AT SITE

Sl. No. Equipment Numbers


1. Builders hoist 1
2. Centralized concrete batch mix plant of minimum capacity 30
cum per hour (fully automatic with computer control) 1
3. Excavator cum loader (JCB 3D model or equivalent). 2
4. Compressor machine minimum 20 CFM with rock Breaker. 2
5. DG set of minimum capacity 62.5 KVA. 2
6. Mini batching plant (6 cum./hr.). 2
7. Transit mixers. 4
8. Concrete pump 4
9. Needle Vibrators. 15
10. Screed leveler. 3
11. Plate Vibrator 3
12. Automatic Ring making machine(Reinforcement) 2
13. Dumper/Tipper 10
14. Reinforcement bending machine. 2
15. Reinforcement cutting machine. 2
16. Power driven earth rammer (Soil compactor). 1
17. Total station. 1
18. Water tanker (Minimum capacity of 5000 liters) 1
19. Welding machine 400 Ampere 2
20. Screener for coarse sand and fine sand 2
21. Centrifugal mono block water pump minimum capacity 2 HP 2
22. Road roller / Vibratory roller 8 to 10 tonnes 1
23. Drilling machine 1 Nos.
24. Shuttering with necessary props 6000 sq.mt.
25. Double steel scaffolding and staging materials 6000 sq.mt.
26. Air compressor 1 Nos.
27. Floor grinding/polishing machines 5 Nos.
28. Granite cutting machine 2 Nos.
29. Ceramic tile cutting machine 2 Nos.
30. Granite polishing machine 2 Nos.
31. Granite hand polishing machine 2 Nos.
32. Mobile tower crane 2 Nos.
33. Desktop Computers (All in one), 2Nos.
34. Laptop / IPAD for recording measurements at site. 2 Nos
35. Vacuum dewatering machine for concrete 2
36. Good quality Camera and handycam for taking photographs
and video recording of major activities for record purpose and
for quality assurance. 1 each
37. Any other machinery required for completion of the work as As per Actual
per decision of Engineer-in-charge. Requirement

Note: 1. The above list is only indicative and not exhaustive. The Bidder may be required to
deploy more T&P as per requirement of work.
2. All the above plants & equipments are to be deployed as and when required or
directed by Engineer-in-Charge.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


71

SECTION- A:
SCOPE OF WORK,
USER REQUIREMENTS AND
TECHNICAL SPECIFICATIONS

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


72

Scope of Work:

The scope of work includes detailed architectural planning, structural design and design of all
required services based on architectural conceptual planning done by C.P.W.D Architects,
obtaining mandatory approvals from local bodies/authorities required from commencing the
work, execution work & service and handing over assets after making them habitable in all
aspects. The work is to be executed on ENGINEERING, PROCUREMENT AND CONSTRUCTION
(EPC) (Turn Key) basis. The scope is inclusive of topographic survey, subsoil investigation and
all ancillary works. The cost of labour, materials, tools and plant and machinery required for
execution of the whole project as per approved layout plan. The execution will be done on the
basis of Structural drawings and schedule to be prepared by the bidder and architectural
drawings approved by C.P.W.D Architects . The bidder should provide complete Services design
drawing. The drawings and schemes shall be got approved from CPWD. CPWD Specifications,
relevant IS codes of latest edition and other standard specifications suitable for modern
hospital and latest technology will be followed in general except otherwise mentioned in
bidding document. Samples of the materials of approved make or otherwise shall be got
approved from the Engineer-in-charge before use in the work.
The scope of work includes Surveying , Soil Investigation, preparation of detailed
working drawings, structural design and design of all civil, electrical and horticulture part their
integrated installation & commissioning and other provisions such as Medical Gas Supply
Pipelines (MGSP) etc as required and as given in detailed scope of work and other ancillary
works.
Obtaining mandatory approvals from local bodies/ State & Central authorities/
Municipal Corporation etc. is in scope of this contract. Approvals as per latest Chhattisgarh
Govt. building Byelaws with up to date corrections slips, necessary Environmental Clearance
from the appropriate authority, NOC from Fire Department, NOC from Airport Authority of
India etc. and any other statutory approval/MCI/ AERB/Central Licensing & Approving
Authority etc. related to building, approval from authorities required for commencing the work,
execution of work & services and handing over the assets after making them habitable in all
aspects. After completion of building & services, HVAC, Fire Fighting System, Fire Alarm System
& Substation and STP/ETP and all other services their maintenance for one year defect liability
period are included in the scope of work. The cost of labour, material, tools and plants and
machinery required for execution of the whole project as per Layout plan & detailed design and
drawings to the approved, specifications etc. is within the scope of this work. The buildings are
to be planned and registered to meet minimum 3 STAR TERI-GRIHA or LEED –AP rating. The
brief scope of work is as follows:

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


73

A] Buildings in Plot A:
Building should be Earthquake resistant RCC framed structures having minimum floor height of
4.2 metre and Floor wise distributions of various facilities are only indicative.
Plinth Area to be Provided:-
TABLE-A
Sl. Building Names Facilities Built up Minimum
No. plinth area in sqm
Hospital Block (Basement +G+4): Earthquake resistant RCC framed structures.

1. Basement Utility Room, Pump Room, A.C. Plant, Lift 3799.20 sqm
Lobby & Staircase Room with Hospital Car
Parking area for 77 Nos.
Ground Floor Emergency, Reception, Pharmacy, CT Scan, 3338.20 sqm
with Porch Ultra sound, X-ray, Reading Room, isolation
ward, ECG room
First Floor Operation theater, Pre OP Holding, Isolation 3033.90 sqm
ward, Post OP Holding, Consultant Room,
Cardiovascular and Nephrology OPD.
Second Floor Male/female Locker, Post Labour ward, Pre 3097.20 sqm
Labour Room, Eclampsia with HDU,
Casuality With Observation ward, Relative
Waiting
Third Floor Male/female Locker, Post Ward, 3097.20 sqm
Exam/Treatment Room, Relative Waiting,
Utility/Treatment/Dr. Duty/N/S
Fourth Floor Male/female Locker, Post Ward, 3097.20 sqm
Exam/Treatment Room, Relative Waiting, 173.00 sqm
Utility/Treatment/Dr. Duty/N/S i/c
machine room
2 Electric Sub-station 114.45 sqm
3 Mortury 57.00 sqm
4 Canteen 200.00 sqm
Total 20007.35 sqm

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


74

B] Buildings in Plot B:
Building should be Earthquake resistant RCC framed structures having minimum floor height of
3.15 metre and Floor wise distributions of various facilities are only indicative.

Plinth Area to be Provided:-


TABLE-B
Sl. Building Names Facilities Built up Minimum
No. plinth area in sqm
Residential Block (G to G+3): Earthquake resistant RCC framed structures.

1. Type-II(G+3) 2 Bed Room, 2 Toilets, 2 Balcony, 1 Kitchen, 1120 sqm


2Blocks 16 Units 1Living Room, and 1 Verandah, Common
stair case and mumty
2. Type-III(G+3 & 2 Bed Room, 2 Toilets, 2 Balcony 1 Kitchen, 1120 sqm
G+2) 2Blocks 14 1Living Room, 1 Dining and 1 Verandah,
Units Common stair case and mumty
3. Type-IV(Special) 3 Bed Room, 4 Toilets, 1 Utility, 1 Kitchen, 299.6 sqm
1Blocks 2 Units 1Living Room, 1 Dining and 3 Verandah, 1
Servant Room, Stair case and mumty
Total 2539.60 sqm

Note:

1. For calculation of plinth area, rules for working out the plinth area from plans as given
in the annexure III of DPAR-2012 shall be followed.
2. The stilt, mumty and machine room will not be counted as storey. However stilt area &
machine room area shall be considered for plinth area calculation.
3. Only 50% of the area of the balcony shall be considered in plinth area calculation
irrespective of top being protected or not protected above.
4. Plinth area shall not include shafts open to sky. However the shafts/lift wells covered at
top shall be counted at one floor level only.
5. Floor to Floor height of storey will be 4.2m. for hospital building and 3.15m for
residential buildings.

6. Providing & fixing of furniture are beyond the scope of worke except site office.
7. Interior works such as wall paneling, false ceiling, under deck insulation and other
fittings in (a) Operation Theater, (b) MRI Room & Supported Areas, (c) C T Scan Room &
Supported Areas & (d) X-Ray Room are in the scope of this work. These works are to be
executed by other specialized agencies as appointed by MoFW, Govt. of India. However
enclosed space, user friendly is to be provided in close coordination with these agencies.
8 Space for MRI, CT Scan & X-Ray is to be finalized in consultation with specialized
agencies as appointed by MoFW, Govt. of India.
9. For Service Areas like (1) CSSD, (2) Laundry & (3) Kitchen Hall etc. area shall be made
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


75

available for fitment after consultation with medical consultant appointed by contractor
and specialized agencies as appointed by MoFW, Govt. of India.
10. Schematic layout plan, Architectural drawings of buildings are attached with bidding
documents. These are only indicative just to give idea regarding works. Necessary detail
survey and soil investigation has to be carried out by the successful bidder for co-
relations data and results as indicated in the survey site plan, drawings & soil
investigation report as available in Division office. No claim about the change in site
condition or soil strata/bearing capacity shall be entertained in future. No claim
whatsoever will be entertained in future in this regard.

B] Electrical Works (Hospital Building):


Brief description of E&M works: This includes design, supply, installation, testing and
commissioning of following E&M services:
1 Internal & Wiring for internal electric installation i.e. light / fan and power
External plug, central Nurse call bell system for various wards, LAN &
Electrifications EPABX, wiring for TV, with modular switch, socket and
accessories, Fittings, Exhaust fan with masqueto net, Ceiling fan,
switch board, SDBs, floor panels, main panels, rising mains for UPS,
Essential & Non-essential supply, Earthing, lightening conductor,
Street lights, compound lighting, Facade lighting with LED &
decorative poles, Telephone, RJ45 female telephone socket etc to be
provided in recessed steel conduit as per CPWD specification.
2. Fire Fighting Fire Fighting system with Wet riser & sprinklers for the building as
System with Wet per the requirement of NBC 2016 with amendments, updated BIS
riser & sprinklers. codes, Fire bye-laws of Govt. of Chhattisgarh and CPWD
specifications. This will also includes peripherial header, electric &
diesel fire pump, internal & external fire hydrants, Portable fire
extinguishers terrace pressure pumps etc.
3. Automatic Fire Addressable digital Fire detection & Fire alarm system, PA system
Detection & Fire for Hospital buildings as per the requirement of NBC 2016 with
Alarm System amendments, up to date IS codes, Fire bye-laws of Govt. of
Chhattisgarh and CPWD specifications (Smoke detector and heat
detector) including fire extinguisher.
4 Sub-station Electrical sub-station having minimum capacity of (3 x 500) KVA.
equipments The substation shall consist of 33 KV/ 433 V outdoor oil type
transformers, Indoor HT panel (minimum one incoming and 3
outgoing), HT cable from Service company meter room to
substation building & inside substation building, Essential & Non-
Essential Panels shall be extendable type to add one more
transformer or DG set in future & having suitable outgoing switch
gears including spares. APFC Panels, sandwitch type bus trunking,
LT cables, cable tray & feeder pillars etc.
5 D.G. set Silent type Diesel generating set of minimum (500 KVA+ 250 KVA)
capacity along with synchronizing panels with 32 bit
microprocessor based PLC MMI for auto load management of DG
set sensing & signaling AMF condition to PCC or equivalent
mounted on DG sets selection of master DG sets, operation
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


76

(Opening/closing) as required Buscoupler, transformer incomer


ACBs interlocking etc. as required and complete with interfacing
with DG set control module and coordination with controller and
DG sets auto load sharing and synchronization of DG sets shall be
done by DG controller PCC or equivalent mounted on DG sets,
entire cabling / bus trunking work between D.G. set, synchronised
Panel and Essential Panel etc.
6 HVAC system Capacity of HVAC system shall be based on heat load calculation of
the hospital building but minimum working capacity shall be 300
TR in configuration of (2 unit working + 1 stand by). HVAC plant
consisting of low and high side equipments i.e. water cooled screw
type chilling machines and heat pumps, Hot water generator
complete with condenser, chilled (primary & secondary), hot
water pumps, AHUs / FCUs, electrical panels, control panels and
pipes line, cabling work. The low and high side of the plant shall be
controlled by BMS System. Ventilation and smoke extraction
system as per NBC guidelines, CPWD specifications and relevant IS
Codes.
7 Lifts : 4 nos. Bed cum 20 passenger Hospital lifts, to (B+G+4) floors. This
is minimum requirement however as per the norms & functional
requirement the size and speed of the lifts shall be designed &
provided in the building
8 UPS Minimum 2 x 100 KVA capacity on line UPS with 15 minutes
backup, maintenance free batteries for 200 KVA load, incomer &
distribution panels , cables etc.
9 Pumping sets. All pumps shall be designed to full fill the requirement of water for
Hospital and fire fighting system. Submersible pumps shall be
provided in borewells, booster pumps for supply of drinking water
& HVAC system from UG tank to over head tanks on terrace of
hospital and service building. suitable size of de-watering pump
shall be provided in basement or any other location in AC plant
room. One pump of each type and of same capacity shall be
provided as stand by.
10 Electrical sign Electrical sign board and exit signs shall be provided for the
board and Exit various services, at various floors and building as per requirement.
signs/Name board Name board at the enterance of the building to be provided.
(LED Type)
11 Solar water The contractor shall assess the requirement of hot water as per the
heating system norms & functional requirement of the hospital. Minimum capacity
of solar water heating system should be 5000 Litres i/c plumbing
is in the scope of work. The agency shall provide electrical panel
for standby source for solar water system of required capacity.
12 Capacitor Banks Suitable capacity capacitor banks will be provided near the main
LT panel to improve the power factor to 0.95 Lagging.
13 Earthing System Earthing system will be provided to ensure safety to the
equipment as well as to the human beings. Types:- 1. G.I/Copper
plate earthing including lighting arrestor.
14 Public Address Proposed for all area in different zone along with 1.5/3/6 watt
system/TV speakers and CD player, Amplifier of 480 watt and mixer etc.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


77

15 CCTV System IP based CCTV at entrance, stair case and passage of all floors. Cat – 6
cable/fiber optic cable will be laid in the Steel conduit, PoE switch will
be provided in all required places, The IP rugged Dome Camera/IP
Bullet camera shall be equipped with a 1/3” 4 MP progressive scan
CMOS imager to capture full HD 1080p (25/30 fps)/2688 x 1520 (20
fps) images : 2.7 – 13.5 mm MFZ lens, Digital zoom 16 x and a
waterproof (IP66) IK10 impact-resistant camera housing, as a true
day/night solution. PTZ camera should be IP , 2MP shall be equipped
with a 1/2. 8” exmor CMOS imager to capture full HD 1080p (50/60
fps) 25x zoom image : 4.8 mm– 120 and a waterproof (IP66) IK10
impact-resistant camera housing, as a true day/night solution. 32
Channel NVR with 1080p realtime live view, 16 POE PORTS H
256/H264 MJPEG dual codec decoding upto 1 2 MP resolution
preview & playback max 320 mbps incoming bandwidth support 4
SATA HDDs upto 24TB, supports fisheye videode-warping in local and
web user interface supports visual or auditory notifications complete,
6TB enterprise HDD for video surveillance applications, 55” LED
display with necessary connector, 24 port CAT6A jack panels/Rack
panels, 24 port high POE switch with 2 SFP ports etc. complete as per
required.
16 EPBAX system Complete EPBAX system of latest specifications, commissioning of
multimedia, switch, telecoms, wiring, other accessories etc.
complete as per requirement.
17 Audio/Video : 16 Integrated zone amplifier having 6 inputs with frequency response
seater conference 55Hz-20KHZ, power 2 x 120W @ 4 ohms, 2 x 60 W @ 8 W total
hall THD+N) < 0.5%, Dynamic rang 88dB complete with loudspeakers,
wireless Mics / Mics lapel, 6-channel audio mixer, Racks, 1080p 3
LCD projector, Motorised screen, Central controller control with
RS-232 interface for the programming purpose for auto tracking of
cameras, Flush mount chairman/delegate units, 65” LED type-
60HZ LED BLU: resolution 1920x1080 (16.9) brightness screen,
cable cubby table mount modular, Video conferencing system etc.
complete as required.
18 IBMS the building management system considering HVAC (Low & High
side) monitoring and control, pressurization fans, sewage
treatment plant, HT/LT panel, wet riser & sprinkler system, UG
water tank, terrace fire water tank, domestic pumps, de-watering
water pump etc.
C. 32 Nos. Residential quarters:-
Wiring for internal electric installation i.e. light / fan and power plug, call bell, TV points,
telephone points etc. with modular switch, socket and modular accessories to be provided in
recessed steel conduit as per CPWD specification, Fittings, Exhaust fan with masqueto net,
Ceiling fan, switch board, SDBs, panels, feeder pillar, Earthing, lightening conductor, Street
lights, compound lighting, LED & decorative poles as per CPWD specification. The scope of
work is given in Part-C.
D. Sub-station/Mortuary/Canteen:-
Wiring for internal electric installation i.e. light / fan and power plug, modular switch,
socket and modular accessories to be provided in recessed steel conduit as per CPWD
specification, Fittings, Exhaust fan with masqueto net, Ceiling fan, switch board, SDBs, panels,
feeder pillar, Earthing, lightening conductor as per CPWD specification.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


78

E. Site Development Works (including survey, investigation, design and construction):


1. Roads: The road shall be constructed as per requirement of hospital and the drawing
submitted by agency and approved by CPWD. The minimum width of road shall be as
under:-
a) Main road Minimum 6 m wide divided carriage way with 1.50m
footpath on both.
b) Internal road All roads shall be minimum 6m wide concrete road
with 1.50m wide shoulder with paver tiles.
c) Entry and Exit Gate along 2 Nos. Entry & exit gate in plot No-A & 1 No. Entry &
with Boundary Wall exit gate in plot No-B along with sentry post having
plinth area 10 Sqm. Boundary wall of suitable design
of 2.40 mtr height (1.8 mtr brick work with 0.60 mtr
MS grill) as approved by CPWD with gantry sign board
over each gate .
d) Approach road to the Minimum 6 m wide divided carriage way with 1.50m
proposed Hospital building footpath on both sides from existing PWD road to
from nearest Road. hospital gate with gantry sign board at start of
approach road with PWD road.

2. Storm water drains and sewer line:


Survey, investigation, design & construction of water supply system, deep tube well,
underground sump (capacity 5,00,000 liter , two compartment are proposed in
underground sump. Water will first enter in fire compartment of capacity 1,00,000 liter
then over flow of fire compartment will enter into domestic water compartment of
capacity 4,00,000 litre )for Hospital area, and for residential area underground sump of
(capacity 25,000 liter , two compartment are proposed in underground sump. Water
will first enter in fire compartment of capacity 10,000 liter then over flow of fire
compartment will enter into domestic water compartment of capacity 15,000 litre ),
RCC overhead tank without staging, storm water drains, sewer line & rain water
harvesting pits in the external area around the buildings in the campus of hospital
measuring 3.2 acres land i/c connection to the trunk sewer line/STP/rain water
harvesting pits/nearest drain are included in the scope of work. The contractor shall
design STP & ETP of 400 KLD for Hospital area and 20 KLD STP for Residential area, or
of required capacity including its maintenance for five year, the construction of STP &
ETP is in the scope of work. Hot water tank as per design requirement shall be
constructed/installed separately. Similarly water coolers as per requirements is also in
the scope of work
3 Landscape and Horticulture:
Survey, investigation, design & construction of Landscape works (both hard & soft soil
strata) in and around the buildings & roads & services i/c laying of un-filtered water
supply line in whole campus is in the scope of this tender including free maintenance of
same for one year after the completion of work. However the scope of construction &
maintenance will be limited to the plot A & B i.e. Hospital campus & Residential campus
not exceeding 3.2 acres of land.

4. Vehicular entries and parking:- Separate entry and exit roads have been planed, open to
air parking lots is proposed for all types of vehicles including ambulances.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


79

5. Other Items which are not mentioned above but are essential considering functional
requirements and according to modern concept of Hospital building.

Procurement and installation of all external signages.

Note:

1. All works have to be executed as per specifications provided in the bid document,
CPWD Specifications Vol-I & Vol. II and relevant IS codes of latest edition (in case of
difference if any, stringent / higher specification of the two shall be followed. In
absence of CPWD Specification, IS Codes, MoRTH Specifications, relevant IS codes of
latest edition, Specifications, PWD Govt. of Chhattisgarh Specifications or sound
engineering practices and other standard specifications suitable for modern hospital
and latest technology shall be adopted as per order of precedence defined in the
contract.
2. 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 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.

3. In case, some of descriptions are missing in the scope of work or specifications in the
bidding documents the same shall be executed as given in the CPWD Specifications,
relevant IS codes of latest edition 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 fully
functional with services, landscape and horticulture works complete in all aspect
unless specifically mentioned in the contract document are included in the cost
tendered for this work.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


80

Brief Description of Activities :


Planning:
1. Survey, investigation (including soil investigation) and other related works & services.
The indicative bearing capacity is 15.00 t/m2 at a depth of 4.00 meters. In general RCC
raft foundation for hospital building, isolated/combine footing foundation may be
considered for quarters. However the agency has do the soil investigation work as per
NBC 2016 and approved by Engineer in charge, before taking the structural design
work.
2. Structural design planning of buildings considering the architectural working drawings
approved by CPWD & services in the campus and obtaining all statutory / local body
approvals through the Department of Health and Family welfare, Government of
Chhattisgarh. The agency shall also take permission from forest /Fire
Department/Environment/Pollution control Board etc required to start construction
work as per plinth area given above. This also includes Environmental Impact
Assessment & clearance and compliance, Traffic Impact assessment and design of
merging/demerging of traffic etc.
3. The structural design of earthquake resistant RCC framed structure buildings & design
of services in the campus and getting approval from CPWD/ESIC and MoFW, Govt. of
India and vetting of drawings by any approved institute such as NIT/IIT.
4. Design and construction of buildings, services, fittings etc. as per 3 STAR TERI-GRIHA
or LEED-AP rating including dual plumbing system, energy saving LED lights etc.
5. Building shall be designed for differently-able persons as per the latest norms of
Central Govt.
6. The guidelines & regulation issued by National Disaster Management Authority for
management of building should also be incorporated in the design of hospital building.
Execution of Work:

1. After approval from CPWD and getting approval from local bodies including necessary
modifications as per the requirements execution of works as per the scope of buildings
& services defined in the contract document, CPWD Specifications, NBC-2016, IS Codes,
MoRTH Specifications and Sound Engineering Practices and handing over the assets
after making them habitable and functional in all respects.
2. Submission of completion plan of the building & services including getting
approval/clearance from local bodies. Submission of building & services plan &
drawings and other related documents both in hard copy and the soft copy (in Auto
CAD and other software used for the purpose) after completion (i.e. ‘as-built’).
3. Clearance of site before Handing over of the facilities after fulfilling all the obligations
under the contract.
4. Obtaining necessary clearances/licences from different local bodies/statury
authorities required to make hospital fully operational during/after completion of
work.
Defect Liability period of 1 year:
1. Free defect liability period for buildings, horticulture works and services for one year
after completion of complete project (not from the date of actual commissioning of
installation).
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


81

2. Free maintenance of all horticulture related works under the scope of works.
User Requirement:-
1. The Hospital Building shall be constructed as earthquake resistant RCC framed structure,
Basement+G+4 storied accommodating Emergency, Trauma, investigation, reception,
pharmacy, mortuary, and Electrical substation Administration, CSSD, laundary, Central
store, kitchen, cafeteria & AC plant room, Wards, Faculty and OPD, ICU, Operation Theatre,
AHU, open area parking proper drainage system with sewer treatment plant for total plinth
area 20007.35 sqm. including essential services such as lift, toilet, fire shaft, electric shaft,
CCTV camera and Ramp.
2. Residential Block: Type-II (G+3) 2 blocks : 16 units, Type-III (G+3 & G+2) 2 blocks: 14 units
and Type-IV (special) 2 blocks: 14 units for plinth area 2539.60 sqm

3. Total plinth area of the buildings will be 22546.95 sqm including essential services such as
lift, toilet, fire shaft, electric shaft and Ramp etc.
4. The plinth level of the ground shall be kept minimum 0.6 mt. above the highest ground level
of the plot.
5. The floor to floor height of each storey shall be kept as minimum 4.2m for hospital building
and 3.15m for residential buildings.
6. Electrical sub-station shall be constructed separately with hospital building and floor height
shall be 4.5m.
7. Underground sump & pump room i/c tube well, submersible pump & booster pump for
capacity not less than 500000 litre shall be constructed for requirement of water i/c fire
fighting requirement. Overhead tank of 150000 litre capacity without independent staging
shall also be provided over the building.
8. The hospital is comprised of a wide range of services and functional units. These include
diagnostic and treatment functions, such as clinical laboratories, imaging, emergency rooms
and surgery; hospitality functions, such as food service and housekeeping; and the
fundamental inpatient care or bed-related function. This diversity should be reflected in the
breadth and specificity of regulations, codes, and oversight that govern hospital
construction and operations. Each of the wide-ranging and constantly evolving functions of
a hospital including arrangement of highly complicated mechanical, electrical and
telecommunications systems, shall be prepared by consultant and will be executed by
agency after duly approved by CPWD, Raipur.
9. Preliminary Architectural drawings of each floor is attached with this tender document.
This has been approved in-principle by client department and MoFW, Govt. of India for cost
estimate (preliminary estimate) purpose. The drawings (GFC) shall be issued by CPWD.
10. The building is designed as differently abled persons friendly and shall be constructed as
per the latest norms & guidelines with upto date corrigendum issued by Ministry of Social
Welfare, Govt. of India and necessary pre construction & post construction audit of the
building shall be carried out by the approved agencies of Govt. of India and
completion/compliance certificate shall be obtained from them.
11. The guidelines & regulation issued by National Disaster Management Authority should also
be incorporated in the design of hospital building and these features shall be provided
accordingly. Necessary inspection or certification shall also be the responsibility of the
contractor.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


82

12. In case hanging type plumbing system is adopted; false ceiling of appropriate water
resistant type shall be provided after the approval of Engineer-in-charge.
13. Plumbing and fittings for Dual Central solar water heating system shall be provided.
However. The agency shall provide electrical panel for standby source for solar water
system.
14. Main entrance door shall be of glazed (toughened glass with safety film) powder coated
aluminum with automatic sensor based opening system and air curtain. Minimum clear
door opening shall be provided as below:-
a) Main entrance as per the design.
b) OT –as per the design.
c) Ward – as per the design.
d) Patient/treatment room – as per the design.
e) Electrical sub-station – as per the design.
f) AC Plant room – as per the design.
15. IP Telephone, Intercom System including wiring facility for highly complicated mechanical,
electrical and telecommunications systems is to be provided after approval from
CPWD/client department.
16. HVAC system has to be provided for the whole building except staircases, kitchen, toilets
and other service areas.
17. Internal light fitting and LED Lights of standard specification shall be provided.
18. All plumbing and sanitary lines shall be located on exposed outer face of the building
prefably in the ducts and shall be covered with Aluminium louvers of approved design &
make matching with elevation. Adequate structural support system and provision for
maintenance of services shall also be provided.
19. Provision shall also be kept for seating arrangement in the waiting areas with required
circulation space, change room, waiting area wash area etc. as per the norms.
20. The external façade of the building should be as per CPWD architectural drawings.
21. All corners are to be protected by providing SS corner beading of minimum 40x40x2mm
thick angle and folded sheet.
22. All corridor is to be provided with protective SS railing using 40mm pipe or any other
suitable section for protection against the movement of stretcher & trolleys. This is to be
provided also keeping in view the requirement as per the guidelines for making building
differently abled persons friendly.
23. Sufficient number and appropriate locations of exits are to be provided in the hospital as
per the NBC’2016 and NDMA guidelines.
24. The hospital building regulations required that all spaces should meet the performance
standards for indoor ambient noise level, air borne and impact sound insulation and
reverberation time as per IBC & latest guidelines issued for hospital buildings accordingly
these parameters are to be properly designed and incorporated in the hospital building.
25. The ventilating system for the hospital should be inaudible. Associated duct work should be
sound absorbing material. Fan/compressors must be remotely located or isolated with
resilient mounting special grills or diffusers may be needed to assure silent air delivery and
extraction. Dampers for balancing must be located upstream of grills or diffusers to avoid
noise at the point of distributions.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


83

26. Air-Conditioning system shall be designed to meet the requirements of the NBC’2016 as
well as standard requirements for hospitals. The ACMV system shall meet the requirements
and standards of NBC’2016, BIS, ASHRE, SMACNA, ARI, ASME and AMCA etc.
27. The building shall be got audited by EESL for energy audit and necessary
approval/certification shall be obtained.
28. The plumbing for water distribution from centralized RO plant to all drinking water outlets
shall be provided with SS 304 grade pipes and fittings. However, the Supplying, Intallation,
Testing and commissioingn of RO plant of capacity 75000 litres per day of approved make
is included in the scope of work.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


84

SPECIFICATION FOR HOSPITAL AND SERIVECS BUILDINGS


S. No. Item Specification
1 FOUNDATION Raft foundation as per structural design based on soil investigation
report.
2 SUPER STRUCTURE
2.1 Structure & Internal R.C.C. framed construction with filler walls of fly ash bricks class
partition designation 7.5
2.2 Plinth filling:
Sand filling under floors Sand filling shall be carried out with local coarse sand 150mm thick
Concrete under 75 mm thick lean concrete below footing of M10 grade.
floor/footings: 100 mm thick RCC of grade M20 shall be laid under flooring work
in ground floors with 8 mm dia. @ 300 mm c/c both ways.
3 DOORS AND WINDOWS
3.1 Frames
3.1.1 Door frames Entrance door: uPVC door frame.
Toilet door: PVC solid 30mm thick flush door shutter with solid
PVC frame (single rebate) made out of single piece extruded solid
PVC foam profile.
All door except toilet & entrance door: 2nd class Indian
teakwood.
3.1.2 Windows Entire building: uPVC 3 track sliding glazed windows with
toughen glass 6 mm thick, SS wire mesh and ornamental M.S. grill.
Ventilator: shall be UPVC with glass louvers.
All windows and ventilator shall be provided with 18mm thick
projected window sill lining & window jambs alround.
3.1.3 Shaft opening Aluminum louvers in aluminum frame.
3.2 Door shutters All doors except toilet & entrance door: 35 mm thick factory
made decorative type, core of block board construction with frame
of 1st class hard wood and well matched teak 3 ply veneering on
both sides and necessary SS butt hinges & SS screws.
3.3 Fittings Entire Building: SS 304 grade fittings.
3.5 Fire check door As per specifications.
3.6 Mumty door Frame of 40x40x6mm angle iron and 1 mm thick MS sheet shutter
with style & rails
3.7 Hydraulic Door Closer As per IS: 3564 for door weight up to 80 kg and width up to 1000
mm.
3.8 Floor Spring Double action hydraulic floor spring of approved brand conforming
to IS: 6315 with double spring mechanism and door weight up to
125 kg along with all fittings to be provided.
3.9 Windows Sill & Window 18 mm thick granite of suitable colour. All edges to be machine
Jambs moulded.
3.10 Curtain rod Stainless steel tube of 20mm dia and wall thickness of 2mm for all
doors & windows.
4 FLOORING
Hospital Building
Staircase and steps 15mm thick fully vitrified step tiles with double nosing and 300
mm wide tread in single piece (not less than 1200mm) and
matching risers. Landing with matching skid resistance vitrified
tiles 15mm thick.
Entrance, lobbies and Anti bacterial double charged glazed vitrified tiles of size
corridors 1000x1000 mm with matching spacers laid to pattern.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


85

Ramp 15mm thick heavy duty anti-skid fully vitrified tiles.


All rooms except toilet Anti bacterial double charged glazed vitrified tiles of size
1000x1000 mm with matching spacers laid to pattern.
All toilets and kitchen Anti bacterial, Anti-skid vitrified tiles of size 600x600mm.
Parking Heavy duty vitrified designer parking tiles.
All stores, pump room, gas Kota stone flooring with 100 mm thick marble strip as per pattern
manifold, AC plant, and skirting with 100mm wide glazed vitrified tiles of matching
laundry, Electric sub- shade. Vitrified tile dado upto 1200mm ht. in canteen.
station, mortuary &
canteen
Under deck insulation Terrace roof should be provided phenolic foam under deck
insulation.
5 SKIRTING, DADOING AND CLADDING
Lift lobby. Granite cladding upto ceiling height.
Entrance, staircase and Vitrified tiles cladding upto 1500 mm height.
corridors and all rooms
except store, laundry AC
plant rooms and pump
room.
Toilets Glazed ceramic tiles of size 300x600 mm upto 2250mm height.
Kitchen and pantry Black granite kitchen platform over RCC slab with ceramic glazed
platform tiles 2250 mm height.
Dining 600x600 mm vitrified tiles upto 1500mm height.
Kitchen and pantry dado Glazed ceramic tiles of size 300x600 mm 2250mm height.
Conference hall Wooden cladding upto 1350mm height and calcium silicate tiles
above 1350mm height.
6 RAILING Modular type stainless Steel railings.
7 ROOFING
8.1 Roof treatment Integral cement based water proofing treatment (COBA).
8.2 False Ceiling Entire bldg.: anti bacterial calcium silicate tiles of size 600x600 in
silhouette grid with provision of POP mouldings.
8.3 Rain water pipes Shall be of PVC not less than 100 mm dia with required fittings.

9 FINISHING
9.1 External
All floors as per elevations. • Entrance foyer/portico- columns to be cladded with
granite stone upto slab.
• Multi cote synthetic texture paint.
• Fiber cement composite planks of approved make.
• Structural glazing with double glass unit (DGU).
• Aluminium composite panel in entrance porch.

9.2 Internal • Entire building: acrylic emulsion paint/textured paint


(Low V.O.C.) including ceiling.
• Gypsum plaster in dry areas.
• Cement plaster in wet areas.
• Wall panelling as per approved architectural design upto
1350mm height.
9.3 Painting Doors: melamine polishing on wooden frames and flush door
shutters and synthetic enamel painting over steel primer on M.S.
grills.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


86

9.4 Plastering on walls i. 15 mm thick average plaster on rough side of single or half brick
(External) wall with polymer modified plaster as per item No. 26.32 of DSR -
2018 and applying cement based wall putty before painting.

ii. Providing Geo-synthetic fibre mesh of 300 mm wide in the


junction of dissimilar materials before plastering on inner and
outer side of junctions.
iii. Necessary drip course shall be provided in Chajja, Balcony,
Projecting Roof, Beams etc.
9.5 Plastering on walls 12 mm/15 mm thick average plaster on side of single or half brick
(Internal): wall with polymer modified plaster as per item No. 26.32 of DSR -
2018 and applying cement based wall putty before painting.
9.6 CC in sunken portion : CC 1:5:10 (1 Cement: 5 coarse sand: 10 brick aggregate 40mm
nominal size) or any other suitable light weight material available
in the market.
9.7 Footpath & Open Paved 60 mm thick factory made ISI marked cement concrete Interlocking
area paver block of M30 grade as per Arch drawing and approved
development plan (over 100 mm thick sub-base with cement
concrete M10)
9.8 Basement The basement should be planned and designed as per user
requirement with the services like water proofing, mechanical
ventilation, drainage, collection pit and automatic pump etc.
10 PROVISION FOR BARRIER Ramps, toilets for physically challenged, chequered tiles use of
FREE BUILIDNG Braille signages & lifts etc.GRC (Glass reinforced concrete) tiles in
Ramp area.
11 Mural Mural on both wall of entrance hall of hospital building.
12 Rain water harvesting As per standard practice for all buildings.
13 Bathroom fittings High quality stainless steel bathroom fittings of approved make
shall be provided.
14 Sanitary fittings
14.1 Centrifugally cast iron Hubless pipes and fitting of required dia of approved make.
pipes & fittings
14.2 Drainage system PVC pipe grade SN-8 with PVC gully trap, chambers, manholes as
required of approved make.
15 Water supply line :
15.1 External pipe line upto CPVC pipes as per approved plumbing drawing. Gun metal gate
50mm valve with CI wheel of approved quality.
15.2 Internal piping – Exposed CPVC pipes as per approved plumbing drawing. Gun metal gate
on wall valve with CI wheel of approved quality.
15.3 Internal piping & fittings– Stainless steel grade 304 as per DSR 18.85 to 18.102
Concealed work
15.4 Drinking water (RO) SS pipes of 304 grade as per approved plumbing drawings with SS
supply line valves and fittings of approved quality.
15.5 Terrace Tank RCC water storage tank of adequate capacity with suitable water
proofing treatment and glazed ceramic tiles as internal lining walls
and floors .
16 EXTERNAL DEVELOPMENT (WATER SUPPLY)
16.1 Pipe GI pipes. Ductile iron pipe of class K9 as per approved drawings.
However for RO drinking water pipes and fittings of grade 304
shall be used.
16.2 Fittings Standard fittings (Heavy class)
16.3 Pig Lead Pig lead of approved quality
16.4 Sluice Valve C.I. sluice valve (with cap) complete with bolts & nuts, rubber
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


87

insertion etc.
16.5 Chambers for :
a) Sluice Valve Brick masonry chambers of appropriate size with C.I. surface box
b) Fire Hydrant complete as per specification.
16.6 Thrust Blocks CC 1:2:4 (1 Cement : 2 Coarse sand : 4 graded stone agg. 20 mm
nominal size)
16.7 Underground tank Minimum 525000 litre capacity.
17 Waste disposal from Waste & waste water from kitchen shall not be directly discharged
Kitchen in the sewerage system. For garbage a separate storage bin shall be
provided. For pre treatment of waste water Gulley Trap, screening
chamber, Grease Chamber and sedimentation tank shall be
designed and constructed. The pre treated effluent from
sedimentation tank should be discharged to sewerage system.
18 Medical wastes A separate provision for medical wastes, plastic wastes &
OT/treatment wastes shall be provided in the building.
19 NUMBERING OF Rooms
19.1 Numbering of Rooms : On SS plate (grade 316) 250X150 MM with teak wood backing in
ornamental edges fixed on top of entrance door, in front verandah,
balcony and also on block ends showing the rooms in each row and
blocks.
20 Miscellaneous All buildings shall be provided with plinth protection 50mm thick
of cement concrete M-15 grade.

SPECIFICATION FOR RESIDENTIAL BUILDING


S. No. Item Type- II, & III Type-IV
1 FOUNDATION
Foundation & structure As per structural requirements (The design shall vary as per soil
conditions)
2 SUPER STRUCTURE
For multi-storeyed R.C.C. framed construction with filler walls of fly ash bricks class
framed structure & designation 7.5 and internal partition with half brick thick masonry in
Internal partition fly ash bricks class designation 7.5
3 DOORS AND WINDOWS
a) Frames (except of toilet/bath & WC)
i) Door 2nd class teakwood in all doors. All frames of external doors must
have double rebates for Fixing of mosquito proof wire-mesh shutters
on external side.
ii) Window UPVC 3 track frames.
Ventilator: shall be UPVC with glass louvers.
iii) Doors of PVC solid 30mm thick flush door shutter with solid PVC frame (single
toilet/bath/WC rebate) made out of single piece extruded solid PVC foam profile.
b) Shutters
i) Main door/external Double shutters one with painted iron grill with stainless steel Grade-
door shutters 304 mosquito proof wire mesh and other 35 mm thick factory made
flush door with teak veneering both side and melamine polish.
ii) Kitchen door 35mm thick shutter having 12mm thick pre-laminated (one side
decorative and other side balancing) particle board panel at the bottom
part and stainless steel wire mesh at upper part.
c) Window shutter All windows shutter
Windows UPVC 3 track sliding glazed windows with float glass 6 mm thick, SS
wire mesh and ornamental M.S. grill
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


88

d) Hardware & fitting Entire Building: SS 304 grade fittings.


4 FLOORING, SKIRTING & DADO
Flooring Double charged vitrified tiles flooring of size 900x900 mm or more
Living/ drawing room, with matching skirting and joint finish with matching grout.
dining & family lounge,
Bedrooms, common
area.
Kitchen Anti-skid vitrified tiles of size 600x600 mm with water absorption less
than 0.08% laid seamless with joints finished with matching grout.
Kitchen counter 18mm thick gang-saw cut pre-polished granite of approved shade with
nosing as per design.
Staircase 15mm thick fully vitrified step tiles with double nosing and 300 mm
wide tread in single piece (not less than 1200mm) and matching risers.
Landing with matching skid resistance vitrified tiles 15mm thick.
Toilets/bathroom/WC Rectified Ceramic antiskid tiles of size not less than 300X300
Skirting in rooms and 100 mm high skirting matching with the floor material.
other areas
b) Dado kitchen dado Ceramic tiles of size not less than 300 x 450mmas per design from floor
to full height
Toilets/Bathrooms/WC Glazed ceramic tiles of size not less than 300x450 up to full height with
dado bands at certain intervals
5 FINISHES
5.1 Internal finishes All walls & ceiling to be treated All wails & ceiling to be treated
with 2 mm thick POP (one time with 6 mm thick POP punning (one
only) & painted with low VOC time only) and painted with low
Acrylic washable distemper/ VOC Premium acrylic Emulsion
Synthetic enamel paint on all paints. Synthetic enamel paint on
wood works &steel works POP and on ail wood works and
steel works
5.2 External finishes Combination of multi-coat synthetic plaster, texture paints (low VOC)
and fibre cement composite planks of approved make, GRC Jali in
combination with structural glazing.
5.3 CC in sunken portion : CC 1:5:10 (1 Cement: 5 coarse sand: 10 brick aggregate 40mm
nominal size) or any other suitable light weight material available in
the market.
5.4 Footpath & Open Paved 60 mm thick factory made cement concrete Interlocking paver block
area of M30 grade laid with coarse sand as per Arch drawing and approved
development plan (over 100 mm thick sub-base with cement concrete
M10)
6 Water supply line :
6.1 External pipe line upto CPVC pipes as per approved plumbing drawing. Gun metal gate valve
50mm with CI wheel of approved quality.
6.2 Internal piping – CPVC pipes as per approved plumbing drawing. Gun metal gate valve
Exposed on wall with CI wheel of approved quality.
6.3 Internal piping & Stainless steel grade 304 as per DSR 18.85 to 18.102
fittings– Concealed
work
6.4 Drinking water (RO) SS pipes of 304 grade as per approved plumbing drawings with SS
supply line valves and fittings of approved quality.
6.5 Terrace Tank RCC water storage tank of adequate capacity with suitable water
proofing treatment and glazed ceramic tiles as internal lining walls
and floors .
7 EXTERNAL DEVELOPMENT (WATER SUPPLY)
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


89

7.1 Pipe GI pipes. Ductile iron pipe of class K9 as per approved drawings.
However for RO drinking water pipes and fittings of grade 304 shall
be used.
7.2 Fittings Standard fittings (Heavy class)
7.3 Pig Lead Pig lead of approved quality
7.4 Sluice Valve C.I. sluice valve (with cap) complete with bolts & nuts, rubber
insertion etc.
7.5 Chambers for :
a) Sluice Valve Brick masonry chambers of appropriate size with C.I. surface box
b) Fire Hydrant complete as per specification.
7.6 Thrust Blocks CC 1:2:4 (1 Cement : 2 Coarse sand : 4 graded stone agg. 20 mm
nominal size)
7.7 Underground tank Minimum 525000 litre capacity.
8 Rain water harvesting As per standard practice for all buildings.
9 Bathroom fittings High quality stainless steel bathroom fittings of approved make shall
be provided.
10 Sanitary fittings
10.1 Centrifugally cast iron Hubless pipes and fitting of required dia of approved make.
pipes & fittings
10.2 Drainage system PVC pipe grade SN-8 with PVC gully trap, chambers, manholes as
required of approved make.
11 Miscellaneous All buildings shall be provided with plinth protection 50mm thick of
cement concrete M-15 grade.

SCALE OF AMENITIES FOR GENERAL POOL RESIDENTIAL


ACCOMMODATION
S. No. Item Type- II, & III Type-IV
1 Kitchen cabinets
(i) Cooking platform Yes Yes
(ii) Stainless steel AISI Yes Yes
304(18/) Kitchen sink
as per IS 13983 with
drain board
(iii) Built in cupboard Yes Yes, with drawers
without any shelves but
with shutters of 18mm
thick pre-laminated
decorative particle
board below cooking
platform as per
architectural design and
specifications
(iv) 25mm thick and not Yes Yes
more than 400 mm wide
pre-laminated plywood
shelves in tiers upto
2.10 meter height
covered with pre-
laminated decorative
plywood shutters along
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


90

one wall as per


architectural design and
specifications
2 Wardrobes
(i) Built in cupboard One in each bedroom upto One in each bedroom upto ceiling
650mm wide with 1800 ceiling height height
thick pre-laminated non
decorative plywood as
shelves and 18mm thick
pre-laminated
decorative plywood
shutters.
3 Magic eye in front entry One One
door.
4 SS Curtain rods with In all windows doors in all Drapery rods on all windows and
required accessories. rooms except kitchen except doors in all rooms except
kitchen, toilet/bath/WC kitchen, toilet/bath/WC
5 Set of pegs In all toilets/bath/WC In all toilets/bath/WC and
wardrobes
6 18mm thick projected Granite stone Granite stone
window sill lining &
window jambs alround.

SCALE OF SANITARY AND WATER SUPPLY FITTING FOR GENERAL


POOL RESIDENTIAL ACCOMMODATION

S. No. Item Type- II, & III Type-IV


1 Orissa WC pan One One
(European style) with
low level dual flushing
PVC cistern.
2 European type wall- Yes Yes
hung WC with seat, lid
and low dual flushing
PVC cistern.
3 Water jet/health faucet Health faucet with each WC Health faucet with each WC
with European WC
4 Wash basin with CP One One in each toilet & one for
brass mixture type for dining area as per design.
hot & cold water wit
single lever with quarter
turns ceramic
cartridges.
5 Tap (kitchen, toilet, bath 2 in kitchen 1 in each toilet, 2 in kitchen 1 in each toilet, bath
& WC) CP brass bibcock bath & WC & WC
provided with quarter
turn ceramic cartridges.
6 Shower with CP brass 1 in each toilet/bath 1 in each toilet/bath
mixture type tap for hot
& cold water single
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


91

lever, ceramic cartridges


quarter turn.
7 Towel rail CP brass. One in each toilet/bath One in each toilet
8 Mirror with glass shelf. 600x450mm with each wash 600x450mm with each wash
basin basin
9 CP brass toilet paper Yes in type-III Yes
holder with European
WC.
10 Soap rack/niche as per One in each bath/toilet One in each toilet
architectural design and
specification.
11 Plumbing for water Yes Yes
purifier and geyser.
12 Storage tank of capacity Separate tanks for kitchen and Separate tanks for kitchen and
as per NBC 2005 toilets as per requirements for toilets as per requirements for
provision of separate dual flushing system dual flushing system
tank for WC & drinking
water

[2] 1500 KVA SUB-STATION BUILDING


1. This is single storied non residential building has to be constructed considering the
architectural feature of adjacent building. Plinth level will be same as adjoining building.
Height of the building is 5.00 metre.

2. Provision of 1 IWC + 1 wash basin should be made in toilet.

3. Necessary ramp with SS grade 305 railing should be provided as per approved drawing.

4. All around approach road and proper drainage around buildings has to be provided.
5. PVC tank of 500 litre capacity should be provided.

6. In place of ventilator, small window is required in toilets.


7. Full tiles dado in WC up to a height of 2100/door height to be provided.
8. Cable trench to be provided in RCC as per approved design and drawings of substations.
MS sheet cover plate has to be provided on cable trench.

9. Space for LT panel room, battery room, JE’s room, operator room, Synchronous should
be provided.

10. 52 mm thick Hardcrete flooring should be provided.

11. All the specification such as external finishing shall be match & in conforming with the
hospital building. However the flooring in substation proper will be of 52mm thick hard
crate paneled flooring.

12. All plumbing and sanitary lines exposed on outer face of wall shall be covered with GRC
Jali of approved design & make. Adequate structural support system and provision for
maintenance of services shall also be provided.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


92

[3] INTERNAL ROAD & PATH WORK


1. Separate provision for car parking shall be made as per Chhattisgarh Building byelaws
and to be provided at site with C.C. pavement 300 mm thick M-30 PCC with dowel bars as
per MORTH specifications (fifth edition) laid over GSB layer of required thickness as per
design based on CBR of soil but not less than 150mm.
2. Machine moulded M-30 kerb stone shall be provided along the edge of internal road
constructed under this contract.
3. Approach road from main road will be C.C. pavement 300 mm thick M-30 PCC laid over
150mm thick GSB with dowel bars as per MORTH specifications (fifth edition) laid over
GSB layer of required thickness as per design based on CBR of soil but not less than
150mm.

MINIMUM ACCEPTABLE SPECIFICATIONS FOR INTERNAL ROAD WORK

Sl. No. Items of Work Specifications


CAMPUS ROADS, OPEN PARKING & PATHS:
1.0 Internal Roads Finished levels of road will be above the formation
level. Earthwork has to be compacted accordingly as
per approved longitudinal profiles.
1.1 GSB Granular Sub Base as drainage layer minimum 150
mm based on CBR value & traffic and based on designs
as per MORTH specification or higher.
1.2 WBM Grade I As per flexible pavement design approved by CPWD
based on IRC 75 codes of 250mm thickness.

1.3 WBM Grade II/ Grade III As per flexible pavement design approved by CPWD
based on IRC 75 codes of 250mm thickness.
1.4 CC pavement C.C. pavement 300 mm thick M-30 with 20mm dia M.S.
dovels @ 200mm c/c in longitudinal direction and 12mm
thick @ 150mm c/c in cross direction.
1.5 Kerb Stone High grade concrete precast block M-35 Grade as per
drawings attached.
1.6 Inter-locking pavers ISI Marked, 80mm thick Heavy duty pavers, shape &
pattern in cement colour (red, green, grey, yellow etc.)
M-30 Grade laid on sand filling as per specification
1.7 Road painting 75 mm wide 3mm thick thermo-plastic road marking
paint for indicating Parking and other spaces.
1.8 Pedestrian foot path 250x250 mm chequred 30mm thick CC tile in color &
pattern and as per drawing attached.
1.9 Signature & Graphics Stainless steel 316 having graphics & text in screen
print for building name, traffic sign to be in channel
letters, CRCA (Cold Rolled Close Annealed) sheet
support structure having aluminium panels, powder
coated with graphic and text for way as per IRC codes.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


93

[4] SEWERAGE SYSTEM

Buildings are to be connected with required manholes so that sewerage of the building should
reach upto proposed STP.

[5] WATER SUPPLY NETWORK


Buildings are to be connected with water supply lines by Ductile Iron pipe/Cast Iron pipes of
appropriate dia. So that water supply should be made to the building.

[6] UNDERGROUND WATER TANK AND TUBE WELLS

Minimum 525000 litre capacity underground tanks to be constructed including fire fighting
reserve. The agency has to assess the requirement of water and bore minimum two nos. tube
wells of sufficient discharge for water supply of hospital, fire fighting & horticulture
requirements.

[7] LANDSCAPING AND HORTICULTURE WORKS


1. The work shall be carried out as per latest “Schedule of Rates latest, Analysis of Rates
and Specifications(Horticulture & Landscaping)-2018”, with upto date correction slips
and as per CPWD Yard stick, NBC 2016, in absence of detail specification the standard
horticulture practices for healthy growth of plants beautification should be followed as
approved by engineer in charge.
2. The contractor shall take instruction from the officer-in-charge regarding supply and
stacking of material at site and execution of work etc. He shall bear all charge for storage
and safe custody of materials.
3. Contractor/agency shall provide proper uniform to the workers with half jacket
(fluorescent material), which bears the name of CPWD (Horticulture) prominently;
Design to be got approved from officer-in-charge. The contractor shall be responsible
for arrangement of all necessary tools and plants required at site of work for which
nothing extra shall be paid by the department.
4. The Scope of work include preparation of landscaping plan including parks, planters and
other details etc. for the horticulture works and execution of same including providing
unfiltered/recycled water supply lines from the proposed WTP/STP and installation of
additional pumps if required, providing drip irrigation system for trees, shrubs and
hedges, sprinkler system for lawns etc. complete will be responsibility of agency.
Development of parks, construction of its boundary wall, providing MS railings
(including painting), wicket gates, water hydrants, etc. shall be completed as per the
specification and drawing approved by the Engineer-in-charge. Contractor has to do
horticulture works as per approved landscaping plan including grassing, grass turfs,
plantation of shrubs, plants, trees etc. This Landscaping and horticulture work is also
part of EPC tender and no extra payment will be made on any account.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


94

5. Grassing will be done with selection No.1 grass including supplying good earth if needed
including watering and maintenance of the lawn for 30 days or more till the grass forms
a thick lawn free from weeds and fit for mowing.
6. Grass turf will be provided with selection No.1 grass turf with earth 50mm to 60mm
thickness on existing ground prepared with proper level and ramming with required
tools wooden (Dhurmos) and then rolling the surface with light roller making the
surface smooth.
7.
a) Supplying & Plantation of trees at site will be done with healthy, well developed trees
established at the site of following varieties including watering, removal of
unserviceable materials etc in quantity as per approved Landscaping drawings.

Sl No Varieties of Trees with their specifications.


1. Supplying & Plantation of Trees plants i/c Mimusops elengi, Bahunia
blackiana, Callistemon, Lanceolatus, Polyalthia longifolia, Polyalthia Pendula,
Anthocephalus, Kadamba etc. of height 210-240cm in big Poly bag.
Note:- Any other verities or modification in above list as approved by
Horticulturalist and E-in-C

b) Supplying & Plantation of Shrubs at site will be done with healthy, well developed
shrubs established at the site of following varieties including watering, removal of
unserviceable materials etc in quantity as per approved Landscaping drawings.

Sl No Varieties of shrubs with their specifications.


1. Suppying & Plantation of Shrubs plants i/c Tecoma gaudichodi, Nerium
oliender, Bouganvillea, Hamelia patens, Hibiscus (gudhal), Ficus panda,
ixora singaporensis, mussanda etc. of height 75-90cm in big poly bag.
Note:- Any other verities or modification in above list as approved by
Horticulturalist and E-in-C

C) Supplying & Plantation of Hedging at site will be done with healthy, well developed
plants established at the site of following varieties including watering, removal of
unserviceable materials etc in quantity as per approved Landscaping drawings.

Sl No Varieties of plants with their specifications.


1. Supplying & plantation of Hedge plants i/c Duranta goldiana, Iresine
herbisti etc. height 20-25 cm in Poly bag of size 20cm)
Note:- Any other verities or modification in above list as approved by
Horticulturalist and E-in-C

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


95

d) The agency shall supply, install and commission in all respect, the garden play equipments
made of ROTO moulded FRP material from the approved firm of fibre product and outdoor
gym equipment manufacturers. The list of the equipment is as under:-

A. Garden Play Equipments

Sr. No. Description Quantity

1. Junior slide:- (Height 1.2 m Ar-5m x 2.4m, SL - 2.5m) 1 No.

2. See saw single board (Height 0.45 m, Ar-0.7m x3 m) 1 No.

3. Monkey bar climber (Height 2.5 m, L-0.9m x w -3 m) 1 No.

4. Double swing (Height 2.4 m, Ar-3m x 1.50 m) 1 No.

5. Four seater party swing (Height 1.8 m, Ar-1.20m x1.5 m) 1 No.

B. Outdoor Gym Equipments


Sr. No. Description Quantity
1. Sky walker 1 No.

2. Standing and seating twister 1 No.

3. Shoulder bidder 1 No.

4. Leg press 1 No.

5. Air walker 1 No.

6. Surf board 1 No.

8. Soil testing for texture, nutrient level, water retaining capacity, PH value and other
essential test for healthy growth of plants shall be conducted at-least 5 locations where
horticulture/ Landscaping works are to be done, from Agricultural University
ICAR/Krishi Vigyan Kendra. Necessary recommendation for fertilizer requirement and
water consumption requirement shall be made available from the laboratories.
9. In general the quality of soil in construction area is not very conducive for growth of
plants and grasses. Top good soil from the construction site shall be preserved for
horticulture purposes. The soil not suitable for grasses and growth of trees shall be
removed and good quality soil either from the preserved top soil or brought from
outside the campus shall be used for horticulture purpose. No extra payment shall be
made for same. The agency will be responsible for healthy growth of plants, trees,
shrubs and grasses during construction stage and maintenance upto one year.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


96

10. Manure and Fertilizers: Cattle manure/ compost shall be well decayed (should be at
least 6 months covered in dump), free from grits and any other unwanted materials. The
contractor shall also provide and spread manure (cow dung manure/compost) for
healthy growth the plants & trees under his maintenance. Depending upon requirement
to maintained the nutrients level of the soil necessary application of chemical fertilizers
(NPK) and other micro nutrients should be done.
11. Watering should be done in such a way that optimum level of moisture content for
healthy growth of plants and trees is maintained, at no time moisture content should fall
below the wilting point. Inadequate or excessive watering is to be avoided. During the
dry season watering should be carried out at least daily in summer & twice a week in
winter or as per requirement of the tree plant, shrub, water should be sourced from STP
(Sewerage Treatment Plants) in case of emergency the source other then STP and be
used provided that prior approval of Engineer –in – Charge has been obtained
12. Weeding and Hoeing: The work includes maintaining areas close to the base of the trees
and shrubs free from weeds within 300mm radius from the stem of the trees / 150mm
radius from the stem of the plants. Weeding has to be carried out once in a month. All
weeds are to be disposed off from the site with all leads and lifts.
13. Pruning and Trimming: All dead or injured twigs, water shoots, unwanted branches are
to be removed. Trees, shrubs and ground cover should be pruned to maintain natural
shape. The hedges and shrubs shall be given special shapes and sizes to give aesthetic
appearance of the greenery at regular intervals.
14. Pest and Disease control: All trees/plants are to be inspected once in a month to
determine any disease or pest infections. Once the infection is identified adequate
control measures are to be taken.
15. The trees and shrubs having height less than 3 meter in the median and planters shall be
washed by sprinkler attached with water tankers on monthly basis. The contractor shall
take utmost care of the trees and shrubs so that the casualty is brought to a minimum.
The dead and fallen tree should be removed immediately from the site of work for
smooth traffic movement and it should be brought to the notice of Department so that
further survey and auction of the same can be done
16. The staff deployed for horticulture work must have good knowledge about horticulture
works operations like hedge cutting, lawn mowing, planting of trees/seedlings, lawn
maintenance, potted plants maintenance etc. and supervisor should be well behaved,
experienced and qualified to communicate with the clients, occupants, staff and officers.
The Department shall not be responsible for any injury partial or permanent or death of
any workers at site due to accident or mal functioning of the equipment or by negligence
of the staff.
17. All garden rubbish/waste/garbage etc. generated due to any operation from
Horticulture works and in lawn areas whatsoever shall be disposed off on daily basis by
the contractor to the specified common disposal point and nothing extra shall be paid on
this account. After the collection of full truck load of the said rubbish/waste/garbage
etc., the same shall be disposed off by the contractor to the authorized municipal
dhalao/dumping ground, in case of non-removal/disposal in the specified period, as
penalty Rs. 2000/- (Rs. Two Thousand only) per day shall be recovered from the
consultant.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


97

18. The contractor shall have to arrange all required tools & plants & other stock items like
fuel, irrigation pipe, broom, Bamboo, Sutli, and Hessian cloth. Tokari etc. for the proper
development & maintenance of garden feature. Repair cost of tools & plant items shall
be borne by the contractor & nothing shall be paid extra on this account.
19. The Agency should ensure adequate malies having experience of Horticulture work are
deployed. In case of any deficiency the Engineer- in- Charge can issue the necessary
direction to increase the staff and Agency should abide by order of Engineer –in- Charge
20. The contractor shall maintain the plants, hedges, trees, shrubs and lawns in good and
healthy condition during construction period as well as free maintenance period of one
year. This will include Complete maintenance of the entire garden features of the garden
area i.e. lawn, trees, shrubs, hedge, potted plants, flowers beds, creepers etc. and other
garden feature including watering hoeing, making of plants basic manuring, trimming
and cleaning of hedges / plants, Beds, spraying of insecticides, fungicides, weeding,
mowing, and top dressing of lawn with good earth and manure and hedge clipping and
removal of the garden waste, composting of green waste from plants, trees, lawn
mowing, etc as per direction and satisfaction of the officer-in-charge.
21. The contractor shall have registration with EPFO and ESIC for safeguard interest of his
workers. The contractor shall make deduction on account of EPF & ESIC to labour/staff
deployed by him on the work and will furnish detail of each worker at division office
every month.
22. The material and plants shall be supplied as and when required basis, as per direction of
officer-in-charge.
23. The contractor will be responsible for police verification of the labour & permission of
vehicles deployed for the execution of work. They have to follow all the security
norms/guidelines of the concerned Ministry/Department. A list of workers deployed
will have to provide to the officer-in-charge before starting the work to get necessary
security passes and other security clearance well in advance.
24. The contractor or his representative should be available at site on every visit, or officer-
in-charge as well as visit of senior officers.
25. Sample of grass may be got approved from the officer-in-charge, in case or
regressing/relaying of grass.
26. In order to ensure the suitability of good earth supplied for horticulture purpose, lab
test will be required for every 300 cum of good earth supplied.
27. Water has to be arranged by the agency himself for horticulture work and no separate
payment shall be made for carrying and sprinkling of water.
28.1 The following activities are covered under this contract.
S.No. Item of work Nos./Qty./Frequency Required
(i) Pruning & trimming of trees/shrubs Quarter Yearly / need based
creepers etc.
(ii) Hedges Cutting Monthly
(iii) Any other item On need basis
(Horticulture, Civil, Elect, U/F water
supply) required for proper
maintenance
(iv) Irrigation Daily in summer season and twice a week
during winter and need based
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


98

(v) (i) Manuring a) Trees/palms – once in every three


(ii) Fertilization months
b) shrubs/grounds covers –monthly
c) Grass –once every three months.
(vi) Lawn Mowing & trimming of shrubes Monthly or as and when required.
(vii) Plant Protection a) Pest-Fortnightly
b) Disease control-Fortnightly during
rainy season and monthly in other
seasons
(viii) Cultivation & Weeding Monthly or earlier as per the requirement.
(ix) Seasonal Flowers Wherever feasible
(x) Top dressing with soil &/or manure Yearly
(xi) Repair & replacement of plants, As and when required
leveling etc.

28.2 Total Mali to be deployed: 4 Nos with one supervisor.


28.3 The following conditions shall be followed:
28.3.1 In case of any causality of shrubs, trees or any other plants has been found during
maintenance the Agency should replace the trees/ shrubs/ other plants of the same
height and specification by another at his risk and cost and nothing extra shall be paid
for the same in this regard. In case of any delay recovery of Rs 60/- per shrubs, Rs. 250/-
trees plants, Rs.140/- for other foliage/ decorative plants and Rs. 100/- per Sqm. For
lawns per month shall be made. The decision of the E-in-C shall be final and binding in
this regard.
28.3.2 In case, if it is observed that the maintenance is not healthy and to the required
standard, no payment shall be made of the specific area for the period over which the
maintenance has been found to be neglected. The decision of the E-in-C shall be final and
binding in this regard.
28.3.3 The required quantity of insecticides/ Pesticides will be arranged by the agency for
proper maintenance (only during the maintenance period) if needed.
28.3.4 The rejected & substandard material should be removed from the site of work
immediately; the Department shall not be responsible for any damage/ loss of rejected
material. If the same will not be removed within five days after issuing notice in writing
by E-in-C, then necessary recovery shall be made @ Rs. 200 per day.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


99

SECTION- B:
TECHNICAL SPECIFICATION

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


100

ARCHITECHTURAL CONSULTANCY
1] General Conditions for Planning & Design.
1.1 The bidder should engage a Firm/ Consultant (whether titled as an Architectural firm
or Engineering firm) which shall provide Comprehensive Consultancy Services in
project conceptualization covering space utilization, functional relation, preparation
of master plan including obtaining its statutory and local bodies approval, detailed
architectural drawings, detailed structural analysis, design and detailing including
designing and detailing of all service, their drawings & approval, external
development work, landscaping etc. Consultant shall prepare and supply all the
coordinated good for construction drawings dully proof checked and approved. The
consultant shall associate till completion of the project and obtain completion
certificate from the concerned local body.

1.2 The bidder shall within 10 days of letter of award for the work, submit details like
financial turnover of Consultancy Firms/ Consultants in Form ‘A’ of Technical bid,
Bank solvency certificate from a schedule Bank in form ‘B ‘ of technical bid, the details
of all consultancy services of similar nature of work completed by firm/ consultant
during the last seven years in Form ‘C’ of Technical bid, performance report of
consultancy services in form ‘D’ of Technical bid and Structure & Organization details
in Form ‘E’ of Technical bid.
1.3 The firm/ consultant should be an Indian consultancy firm and should have in-house
Architectural planning/structural designing/Engineering capabilities with minimum
experience of 10 years in the field of Architectural/Engineering Consultancy.
1.4 The Firms / Consultants should have completed following Consultancy works during
the last seven years ending previous day of last date of submission of bid:
Three structural designing works of similar nature each of project cost of
Rs.38.38crore.
Or
Two structural designing works of similar nature each of project cost of
Rs.55.50crore.

Or
One structural designing work of similar nature of project cost of Rs. 76.76crore.
(All amounts in a), b) & c) are rounded off to a nearest convenient full figure)

“Similar work shall mean “Construction of Non-residential Building(s) with RCC


framed structure having minimum one building of five storey including internal water
supply, sanitary installations, Drainage, Internal Electrical Installations, Lift, fire
fighting, AFAS, Substation, HVAC all executed under one agreement in India.

Work of basement, specialized E&M services etc, if executed under a separate


contract may also be considered for the purpose of assessing the technical
competence only without adding its monetary value for determining the eligibility”.
However for this purpose, each basement, stilt constructed with the building
shall be considered as a storey.
(Note: Mumty and machine room will not be counted as storey for this purpose).
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


101

Note: The value of executed work(s) shall be brought to the current costing level by
enhancing the actual value of work at simple rate of 7% per annum; calculated from
the date of completion to last date of receipt of tenders of this work.
1.5 The consultancy works completed up to the previous day of last date of submission of
bids shall be considered.

1.6 The Firms / Consultants should have an average annual Financial Turnover of
minimum Rs 70.00 Lakhs for consultancy fee during immediate last three consecutive
financial years. For this purpose, average of annual financial turnover shall be worked
out for all the three years.
The contractor or consultant shall associate with them, a Hospital expert/consultant
of proven capabilities having experience in Hospital planning, design and
management of services of reputed Hospitals.
1.7 In case of non- availability of in-house capabilities in consultancy for any component
of Engineering services, the Firms / Consultants will submit intention to
engage/associate eligible sub consultant/firms having domain specific specialization
and submit the MOU/agreement with such specialized firms within fortnight of award
of work. The Principle/Main Consultant shall engage/associate only those sub
consultants/firms for consultancy of domain specific components, which have
successfully provided consultancy work at least one work of similar nature of value
not less than 80% of ECPT, or two works of similar nature of value not less than 60%
of ECPT or three works of similar nature of value not less than 40% of ECPT and other
eligibility conditions specified in different sections in bidding document.
1.8 Firms / Consultants either should have their own office in Durg/Bhilai/Raipur
Chhattisgarh or will have to set up an office in Bhilai/Durg/Raipur, Chhattisgarh
within 15 days of signing of agreement for whole period of execution of consultancy
work
1.9 If the performance of the consultant(s) is not of satisfactory qualities and standard or
they fail to adhere to the timeline specified in the bid document, the main contractor
will take timely suitable necessary action against the consultant(s) as per the terms
and conditions of agreement between them. However this will not resolve the main
contractor from the levy of liquidated damages due delay in the project; and
department will be free to take action as per relevant clauses of agreement. In the
case of termination of the contract with the consultant(s) by the main contractor, the
process of selection of new consultants(s) will be same as provided in the bidding
document. All additional cost associated with this will be borne by the contractor.
They will not be eligible for any extra time/ extension of time for delay in this process.
Any loss of time in the process shall be made good within the milestones fixed in the
bidding document.

2] SCOPE OF THE CONSULTANT


The Scope of the Consultant is to provide consultancy services for the work of “Construction of
100 bedded hospital and 32 Nos. Quarters for ESIC at Bhilai (C.G.) on EPC basis.
SH:- Hospital building with 32 nos. Quarters including water supply, sanitary installation,
internal electrical installations, lifts, fire fighting system, automatic fire alarm system, electric
substation, DG sets, air-conditioning system, UPS, CCTV, IBMS, PA system, Audio-video etc.”

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


102

and shall be involved for the entire duration of the project till its final commissioning and
handing over.
2.1 The consultant shall provide comprehensive consultancy services in Project cost
estimation, Detailed Architectural drawings on the basis of approved preliminary
drawing, structural drawings and various services design, Detailed Project Report
including schedule of quantities etc. The project report shall cover all project
components in detail. The details of the scope of the work involved mentioned in this
Bid Document are broad and suggestive. Notwithstanding the details of the scope of
the work and role of agency mentioned elsewhere in this Bid Document, the agency is
required to provide drawing and design on all aspects of the work for completing
comprehensive planning and designing for proposed construction of buildings for
ESIC, Bhilai (C.G.).

2.2 The consultant shall take all necessary statutory approval from all authorities
including local authority, Pollution Control Board, Dept. of Forest & environment, Fire
Services of Govt. of Chattishgarh, CEA, Lift Inspector, Air Port Authority etc.
Preparation of all submission drawings / materials/3D- walk through as per norms
and models for these approvals will be the responsibility of the consultant. The
statutory approvals shall include obtaining Fire Clearance from CFO and completion
certificate for the completed building from the local and statury bodies.
2.3 All Environmental Impact and Social Impact Assessment, if required has to be done by
the consultant.
2.4 The consultant and his sub consultant shall have constant and regular interaction
with the CPWD for formulating the design philosophy and parameters, preparation of
cost estimate, designs/ drawings and specifications.
2.5 The consultant shall have to carry out detailed topographical survey and the survey of
all existing services and other constraints existing in and around the site for proper
design of all the services.
2.6 The Consultant shall have to perform in an efficient, orderly and professional manner
and shall deploy necessary qualified and Skilled persons according to the requirement
of the services. A list of minimum of personnel to be deployed for the work is
indicated in schedule A to F (Page 57 to 67).
2.7 The Consultant and the Sub-Consultants shall visit the works during execution stage
to ensure that the works are being executed as per approved scheme and render
appropriate advice and carry out all site related modifications in the designs and
drawings.
2.8 The consultant shall have to assist engineer-in-charge in preparing presentations and
presentation materials collection during execution of work.
2.9 The consultant shall have to prepare design philosophy and the design methodology,
listing out relevant codes, related references, sound-engineering practices etc.
2.10 The consultant/contractor shall have to get the structural analysis/design and design
of services and drawings checked by the proof consultant at his own cost and nothing
extra shall be paid. The detailed design notes shall be submitted along with design
philosophy to Engineer-in-Charge.
2.11 The Consultant shall comply with all applicable laws, bye-laws, and statutory
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


103

provisions, codes and specifications etc. in the performance of the consultancy


assignment and in the execution of the project.
2.12 The Consultant shall comply with the applicable norms of local as well as Central Govt.
Bodies.
2.13 The consultancy services shall be provided through a Team Leader supported by
experienced professionals. The Consultant will deploy adequate number of
professionals and other staff to deliver the requisite services as per time schedule.
The Consultant shall have to submit an Organogram giving details of proposed team
detailing the roles/work to be performed by each personnel, their tentative duration,
inter-relationships of each personnel etc.
2.14 The Consultant shall get the conceptual approval of the Department /client or both
through presentations, physical models, computer walk-through etc. Comments and
suggestions or alternate proposal of the client and his representatives shall be
evaluated and suitably incorporated till the concept design is accepted and frozen.
2.15 The Consultant shall develop the concept drawings for each of the building for
submission to all the statutory authorities/bodies, incorporate changes, if suggested
by the statutory authorities / bodies and obtain approvals from all regulatory
authorities.
2.16 The Consultant shall ensure that the various building/engineering services are
suitably designed without any discrepancies between the structure and finishes, and
the requirements of service installation.
2.17 The Consultant shall ensure that the nature, position, and appearance of all controls of
piped services and electrical installation satisfy user and aesthetic requirements, and
ensure that adequate coordination drawings are included. He shall also ensure that
the various building/engineering services are designed without any discrepancies
between the structure and finishes, and the requirements of service installation.
2.18 The Consultant shall have to co-ordinate with the department and attend meetings
with the department as and when required including meeting with the contractors.
2.19 The consultant shall obtain fire clearance from CFO on completion of the construction
work after incorporating the modifications in the drawing and services as suggested
by them.
2.20 The consultant shall prepare the completion drawing after incorporating the
suggestions /modifications and shall obtain completion certificate from local bodies.
2.21 The Consultant shall maintain constant, regular and proactive interaction with the
department, and structural / services proof consultants for formulating the design
philosophy and parameters, preparation of preliminary designs/working drawings/
specifications etc.
3] SCOPE OF SERVICES
3.1 The consultant shall provide Comprehensive Consultancy Services in the following
areas. The consultant/agency shall appoint specialized consultants for which in-
house arrangement is not available:
a) All Architectural Services including building plans/ all hard and soft Landscaping
/Signages, AV equipment design.
b) All Quantity Surveying Services
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


104

c) All Civil & Structural Engineering Services including all proof checking work.
d) All Electrical Engineering Services i/c all proof checking works.
e) All Mechanical Engineering Services i/c all proof checking works.
f) All Public Health Engineering Services i/c all proof checking works.
g) All Waste Water treatment and Management System i/c all proof checking works.
h) Green Building Concept (Norms to be followed as per LEED/GRIHA) to be certified
by Accredited bodies.
i) The building should be designed for barrier free and accessibility as per hand book
on “Barrier free and Accessibility” available on CPWD website with available latest
guidelines.
j) Building should be designed based on CPWD guidelines for sustainable habitat
available on CPWD website with available latest guidelines.
k) The landscape should be designed based on “a hand book of landscape – A guide”
available on CPWD website with available latest guidelines.
l) The rain water harvesting shall be designed based on “rain water harvesting and
conservation manual” available on CPWD website with available latest guidelines.
m) All furniture /equipments/fixtures/fittings for all buildings including rooms, labs,
workshops, kitchens, lecture rooms, amphi theatre, Auditorium etc.
n) All interiors and all acoustical treatments.
o) All art work and signages
p) All water supply & drainage system
q) All I.T. Service.
r) Any other services which are required but not specifically indicated.
3.1.1 The consultant shall provide comprehensive consultancy services broadly described
hereinafter. However, it should be clearly understood that the description of services
is only indicative and the Consultant shall be required to perform any other services
which may be required whether or not expressly mentioned hereinafter in this
contract document of this work up to the entire project requirement and satisfaction
of the client.
3.1.2 The Consultant(s) shall perform all the Architectural detailing work , Structural
design work, design of services, landscaping, horticultural works by utilizing the
most economical, effective and widely accepted engineering concepts/practices and
shall at all times show a high degree of professionalism in his work.
3.1.3 The Consultant will be fully responsible for the design of all the Civil, Elect. &
structural engineering works including landscaping and horticultural services. The
services to be provided by the Consultant shall include all building & services for
making hospoital full functional & occupation ready and shall not be limited what
shown in the scope of work.
3.2 Preliminary Stage
a) Carry out topographical survey and the survey of all existing services if any and
other constraints existing in and around the site.
b) Carry out soil investigation of the site to establish the soil characteristics and other
parameters required for the foundation design of multi-storey buildings. Types of
investigation/test and their qualities shall be get approved from Engineer-in-Charge.
Soil investigation agency should be experienced in carrying out the work of similar
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


105

magnitude, specialized and should be got approved from Engineer-in-charge.


c) The contractor /consultant shall also get ascertained the liquefaction potential of
soil to required depths using modern methodology e.g Spectral Analysis of Surface
Waves (SASW) test or any other method and combination of tests approved by
Engineer-in-charge and suggest remedial measures and account for same while
suggesting the foundation system and suggesting bearing capacity/load carrying
capacity.
d) The soil report shall be got vetted/proof checked from the Institute of repute as
described the contract document or as approved by Engineer-in-charge.
3.2.2 Master Plan/Lay out plan.
3.2.2.1 Submission of the revised Master Plan to local bodies and incorporating changes, if
any, suggested by them and re- submitting the same.
3.2.2.2 Obtaining approval of the revised master Plan from local authorities for the work
under this project.
3.2.3 Concept Design.
3.2.3.1 Interact with the user departments of client and finalize the functional plan.
3.2.3.2 Development of the concept design.
3.2.3.3 Submission of the draft concept design and make presentation of the scheme.
3.2.3.4 Modifications of the draft concept plans taking into account the comments,
suggestions etc. of the client and the Department.
3.2.3.5 Submission of the final concept design along with models, photographs, 3D-walk
through and as per the requirements & norms etc. The cost of such models, walk
through, photographs, etc. shall be borne by the consultant.
3.2.4 Obtaining approval of the Concept design from the CPWD, Client i.e. Chattishgarh
ESIC, Bhilai and Ministry of Health Family Welfare.
3.2.5 Approval Stage
3.2.5.1 Development of the Submission Plans.
3.2.5.2 Submission of the design, drawings and related documents to concerned local
authorities
3.2.5.3 Modifications of the design, drawings etc taking into account the comments,
suggestions etc. of the local bodies
3.2.5.4 Re-submission & obtaining approval of the design, drawings etc from local bodies.
3.2.5.5 Carrying out Environment Impact Assessment, submission of the same and getting
approval from concerned authorities.
3.2.5.6 Obtaining necessary approval of the project from Local authority.
3.3 Detailed design Stage
3.3.1 ARCHITECTURAL SERVICES
3.3.1.1 Prepare detailed working drawings on the basis of approved preliminary drawing,
schedules and specification of materials and workmanship, in sufficient detail. The
drawings & documents shall include detailed site plan, detailed drawings for each
buildings including floor plans, elevations, door & window schedules, finishing
schedules, wall profiles, Staircases, ramp and lift details, details of important
building parts / areas, landscape & horticulture details etc. As far as possible
standards of quality performance requirement and descriptive names shall be used
rather than specific products or brand names.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


106

Prepare and issue “Good for construction” drawings. Drawings shall be adequately
detailed and shall contain enough information to enable construction, full
measurement, pricing and production of bill for payment. The working drawing shall
include
3.3.1.3 Layout Plan showing:
• All proposed buildings, play fields, green area, location of tank, STP, Sump,
RWH, Elect. Sub-Station etc.
• Blow up of road junction / parking area and other such area as required.
• Coordinated External services
3.3.1.4 Detailed Drawings
• Floor plans, fully coordinated with all services/disciplines
• Elevations
• Sections
• Wall profiles
• Doors & Window details
• Stairs/Ramps/Lifts details
• Details of building parts, areas, critical special treatments.
• Toilet details.
• Flooring pattern and details
• Dado details
• Roof flow, drainage system including rain water harvesting system under
ground tank and over head water tank.
• Detailed design and drawings of all types of furniture of auditorium, lecture
halls, library, all labs, all workshop, all kitchen etc. as per the requirement of
the client.
• Detailed drawing of art work.
• Any other detail required by the engineer in charge.
• Landscape i/c water bodies & Horticulture works of whole campus including
around the buildings .
• Drawings of landscape including blow up of critical areas / landscapes / plant
scapes in detailed coordination with all external services
• Horticulture details
• Checking and certifying the Architectural drawings, technical specifications,
services and all other drawings to ensure their completeness/correctness
• Finalizing finishing schedule , elevation treatment, fixtures, colour scheme of
all buildings
3.3.15 Integration of design with the existing landscape including water bodies and suggest
modification if any.
3.3.1.6 Any other details required for completion of the buildings/services.
3.3.1.7 Inspect the works and attend meetings during execution to give clarifications, if any,
and to modify the drawings as per the site/construction requirements.
3.4 CIVIL AND STRUCTURAL ENGINEERING SERVICES

3.4.1 Design Basis


i. Conduct surveys, tests and other investigations as required to determine the
basis to accomplish safe designs as per latest specifications & codes.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


107

ii. Planning for the structural arrangements with the architectural design.
iii. The Building shall be analysed as a ‘Space Frame’. The building shall be
modified using structural engineering software package ETABS/ STRAP/
STAAD or any other standard proven software . SI units should be followed
for entire analysis and design. The isotropic space frame should be analyzed
for Dead Loads (DL), Live Loads (LL), Wind Loads (WL), Earthquake
Loads(EQ), and their combinations as per IS: 1893-2002 (part-1). The
Building should also be checked for storey drift. All supports (foundations)
of the Building columns and shear walls shall be considered as fixed joints
for analysis. Effective length of columns shall be considered as per the
standard codes of practice. This structure should be designed and detailed
as per Indian codes of practice. All disaster managements practices as
brought out by National Disaster Management Authorities and also as
specified in NBC shall be followed.
As the structure is quite tall, the lateral loads will be significant. Transfer of
lateral loads is very important & special care must be taken to transfer these
loads in super structure and foundation. Sufficient numbers of shear walls
should be provided for force transfer in lateral direction & to control the
deflection due to lateral loads.
As the vertical & lateral loads are quite high, Reinforced concrete Raft
foundation/pile foundation/Isolated footing or any suitable foundation
system shall be proposed for the columns and shear walls in multistoried
Hospital buildings of Basement+ G+4 storey.
iv. Co-ordination & finalization of structural arrangement
• Foundation system
• Beam & Column location
• Beam & Column size finalization
• Slab profiles
• All other detailing required for the finalization of design
v. Finalization of design basis & structural systems.
vi. Proof checking of structural design / drawings and issuing the “Good for
construction” drawings. The consultant shall also submit the structural
design / details (input / output) by the structural consultant and the proof
checking thereof along with comments etc. of proof consultant.
3.4.2 Structural Design Development
• Design of all the structural and non structural elements
3.4.3 Drawing Stage
• Foundation plans & details
• Column, walls and beam layout plans
• Floor framing plans, fully coordinated with all disciplines
• Floor slab structural details
• Column & beam structural details
• Staircases, ramps, lifts shafts and machine room details, rain water harvesting
chamber.
• Requirement of Green Building Concept
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


108

• All other details and sketches required for proper execution of the works.

3.5.0 ELECTRICAL ENGINEERING SERVICES


3.5.1 General
The services to be provided by 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, water
supply pumps, de-watering pumps etc., as necessary.
• Design of Power Supply & Distribution system of HT and LT including
emergency and backup supply, sub-station, DG set with Synchronisation
panel with AMF, HT Panel, LT panel, feeder pillars etc.
• Telephone system, intercom communications facilities, data
cable/networking
• system.
• Lightning protection and Earthing system.
• External Lighting
• UPS back up wherever indicated.
• Lifts, Escalators.
• Fire fighting, fire detection and PA system design
• Solar Water heating System.
• Any other services required but not specifically indicated.
• Proper coordination with civil engineering / mechanical engineering features
/services i/c Hospital services.
• Liaisoning of other statutory agencies like BIADA/SBPDCL, Chhattisgarh Fire
Services, BSNL etc. for obtaining the pre construction and post construction
clearances. The statutory payments to these agencies however will be paid by
the department by the agency.
• Air conditioning / HVAC system/Mechanical ventilation
• Street light design with control panel
• Planning of C.C.TV & equipments.
• PA system/LAN networking/Audio/Video/Video conferencing system/
EPBAX system etc.
3.5.2 Services
3.5.2.1 Carry out basic and detailed designs of comprehensive electrical power distribution
scheme, indoor and outdoor lighting, lightning protection and earthing systems of all
the buildings in accordance with the relevant Indian regulations and Standards. The
work shall include, but not limited to the following services:
3.5.2.2 Design and draw up preliminary schemes on the electrical requirements.
3.5.2.3 Design the distribution systems and prepare single line diagrams with details of
accessories and equipment.
3.5.2.4 Specify the details and capacities of HT panels, Transformers, LT panels, diesel
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


109

generators and fuel intake, and to specify the type of supply arrangement for
incoming power supply, interlocking arrangement between HT panel, transformer, L
T panel & DG sets.
3.5.2.5 Design the Sub-station comprising of the HT panel room, L T panels room, and to
specify the necessary switchgear and control 'panels, capacitor banks, bus duct,
essential and non essential panels as necessary with the appropriate load shedding.
3.5.2.6 Make detailed specifications of all electrical items, essential and non - essential
panels, power control centers, capacitor panels and the corresponding bill of
quantities for the various items.
3.2.5.7 Design and prepare detailed layout drawings for the individual power. Indoor and
outdoor lighting, lighting protection and earthing system as required.
Brief Description of Planning activities for E&M Services:
3.2.5.8 The verification of design and drawing by an institute of repute as defined in bidding
document is also the scope of work.
3.5.2.9 EI Work :
1. Design and planning of buildings, services, fittings etc. with most energy efficient to
get 3 STAR TERI-GRIHA rating of the installation.
2. Marking of various light, fan, plug points and other electrical EI services on the
architecture drawing, preparation of inventory, their circuits, sub-main, DBs, SDBs,
Panel etc.
3. Design and selection of EI fixtures to get the required illumination, air changes in
toilets, air flow for the specific requirement as per CPWD/NBC/IS standards.

4. Designing of size and capacity of sub-mains, DBs, Panel, rising mains according to the
electrical load.
5. Marking of various telephone outlets, krones and conduit lay out up to the EPBAX
room.
6. Marking of various internet/LAN outlets, location of switchs and conduit lay out
upto the server room.
7. Marking of various nurse call bell system outlets, location of central point and
conduit lay out upto the nursing stations.
8. Electrical LED Name Board at entrance, other sign boards and exit sign boards shall
be provided for the various services at required place.
9. Marking of various points of CCTV and conduit layout upto the Central control unit
room.
10. During the approval of design and drawing the consultant will submit the data sheet
and cataloge of the various equipment in support of their design.
11. The power point/computer points etc. shall be provided as per the scope of works
mentioned in the NIT.
12. Preparation of inventory, BOQ, technical specifications.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


110

3.5.2.10 Fire Fighting & Sprinkler System Work :


1. Marking of various fire fighting accessories/equipments i.e. location of sprinklers,
internal & external hydrants on the architecture drawing, preparation of inventory
as per CPWD specification/NBC guidelines/IS codes.
2. Design of plumbing to get the required pressure at various levels, location of various
valves, drain pipes etc as per specifications.
3. Designing of pump sets for fire fighting & sprinkler system and their jocky pumps
and layout in the pump house.
4. Providing fire-fighting portable fire extinguishers as per CPWD/NBC/IS codes
specifications.
6. All the drinking water submersible ,booster and dewatering pumps should be
designed.
7. During the approval of design and drawing the consultant will submit the data sheet
and cataloge of the various equipment in support of their design.
8. Preparation of inventory, BOQ, technical specifications.
3.5.2.11 Fire Alarm System Work :
1. Marking of various fire alarm accessories i.e. location of detectors, MCP, fault
isolator, hooters/speakers, main panel, repeater panel on the architecture drawings,
preparation of inventory as per CPWD specification/NBC/IS codes.
2. Design of loop circuits and its route marking on the drawing.
3. During the approval of design and drawing the consultant will submit the data sheet
and cataloge of the various equipment in support of their design.
4. Preparation of inventory, BOQ, technical specification.
3.5.2.12 Sub-station Work :
1. Preparation of electrical load calculation after getting EI & equipment loads of the
building and electrical load of HVAC system, the total working capacity of the
transformers shall be taken considering diversity factor of the system.
2. Planning & making SLD drawings for the distribution the sizes of cables as per loads
and other sub-station equipment shall be prepared with justification.
3. 33 KV 3 phase supply shall be got available near the hospital with in the campus and
accordingly to HT cable as incomer shall be taken in the scope of work. The size of
the HT cable shall be as per specification.
4. HT Panel shall have minimum 1 incomer and 3 outgoings as per design. The HT
panel shall be extensible for future expansion.
5. The minimum capacity of the transformers shall be defined as per scope of work.
6. Synchronisation LT Panels shall be designed for essential load, non essential panels
and UPS supply with interlocking arrangment or as per the direction of engineer-in-
charge.
7. APFC Panels for each transformer (working) shall be provided to improve power
factor to minimum 0.95 lag.
8. Suitable size of sandwitch bus trunking between transformer/DG Sets to different
essential and non-essential panels.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


111

9. Earthing for System and safety of equipment AS per CPWD specifications/IE rules.
10. Providing Safety equipments.
11. Layout of various equipments of Sub-station to accommodate in the service building.
12. The consultant will prepare the drawing of Distribution, SLD and layout of the
equipments.
13. During the approval of design and drawing the consultant will submit the data sheet
and catalogue of the various equipment in support of their design.
14. Preparation of inventory, SLD, BOQ, technical specification.
3.5.2.13 DG Set Work :
1. Planning & making SLD drawings for the distribution and load calculation the size of
cables/bus trunking.
2. The capacity of the DGs set shall be minimum 700 KVA (500 KVA + 250 KVA) (both
working) to feed the essential load of hospital.
3. Synchronisation Panel with AMF shall be designed with arrangement bus couplers,
interlocking arrangement to handle two DG sets supply and one from LT panel
supply.
4. Earthing for neutral and safety of equipment as per CPWD/EI rules.
5. The capacity of the inbuilt diesel tank shall be as per manufacturer standard.
6. The exhaust piping of the DG Set shall be extended as per the CPWD specification
and suitable MS structure shall be provided to support the exhaust pipe.
7. The consultant will prepare the drawing of Distribution, SLD and layout of the
equipments and sizes of the rooms as per site condition.
8. During the approval of design and drawing the consultant will submit the data sheet
and catalogue of the various equipment in support of their design.
9. Preparation of SLD, BOQ, technical specification.
3.5.2.14 HVAC System Work :
1. Preparation of heat load calculation after consultation with the client department to
get the equipment load, condition of various rooms and designing according to the
required air changed, temperature, RH etc. and capacity of the chilling units however
some guidelines are given in HVAC package.
2. Isolation of air-conditioned area according to the hospital requirement and
designing the size of AHU/FCU for the zone.
3. Planning and designing of LV side i.e. ducting, plumbing etc as per the structure and
with co-ordination to other services.
4. Designing of hot water system during winter season/monsoon season by providing
heat pumps of required capacity.
5. Calculation of CFM and TR capacity of the AHU/FCUs.
6. Designing of chilled water (primary & secondary), condenser water, hot water and
drain system of the AC plant.
7. Designing of LT Panel and control panel and its cabling network from AC plant to
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


112

various equipments.
8. BMS for complete AC plant (Low & High end) i/c control of the system from AC plant.
9. The size of the AHU room shall be worked out and quickly so that the size of the AHU
room can be incorporated in the architecture drawing.
10. Layout of various equipments of HVAC plant and accordingly designing of plant
room in the service building.
11. During the planning and designing of HVAC system, requirement of client
department shall be taken and accordingly the design will be made and get approved
from the client department.
12. The consultant will prepare the drawing of plumbing, ducting with design
calculation and suitable sizes as per CPWD specifications& site conditions.
13. During the approval of design and drawing the consultant will submit the data sheet
and catalogue of the various equipment in support of their design.
14. Preparation of inventory, BOQ, technical specification.
3.5.2.15 Lift Work :
1. Following lifts shall be provided
2. Bed cum 20 passenger Hospital lift (B+G+4) – 4 Nos.
4. This is minimum requirement however as per the norms & functional requirement
the size and speed of the lifts shall be designed & provided in the building
5. Necessary space shall be provided in the architecture drawing for these lifts.
6. During the approval of design and drawing the consultant will submit the data sheet
and catalogue of the various equipment in support of their design.
7. Preparation of BOQ, technical specification.
3.5.2.16 UPS Work :
1. Online UPS of capacity 2 x 100 KVA in parallel having 15 minute backup with
maintenance free batteries for 200 KVA shall be provided.
2. Suitable size of incomer and outgoing panel for the UPS supply.
3. For the distribution of UPS supply to all above rooms a riser shall be provided as
rising main.
4. MCB DBs shall be connected with a UPS rising main.

5. Maintenance free lead acid batteries shall be provided on a suitable size of rack.
6. During the approval of design and drawing the consultant will submit the data sheet
and catalogue of the various equipment in support of their design.
7. Preparation of BOQ, technical specification.
3.5.2.17 Solar Water Heating:
1. Consultant will examine the requirement of hot water in the hospital and
accordingly the solar water heating system shall be design on the roof of the
hospital. The minimum capacity of hot water system should not be less than 5000
LPD.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


113

2. The solar water heating system shall have a backup electric source to heat up the
water in case of cloudy weather including Planning & making SLD drawings for the
distribution and load calculation the size of cables/bus trunking.
3. The system shall have a insulated storage tank for hot water on the top up the roof.
4. The consultant will prepare the drawing of water Distribution, and layout of the
equipments as per site condition.
5. During the approval of design and drawing the consultant will submit the data sheet
and catalogue of the various equipment in support of their design.
6. Preparation of BOQ, technical specification.

3.5.2.18 CCTV system, access control system:

1. Consultant has to design CCTV surveillance system, access control for complete
security of the proposed building
2. CCTV Surveillance system shall be design to cover the entire premise such as
building’s main entry & exit, critical areas, all lift lobbies, staircase entrance
corridors of all floors, basement area, reception area, waiting area i/c driveway
server room, BMS rooms, terrace floor & campus of the building etc. along with any
other critical area as per the requirement.

3. Preparation of BOQ, technical specification.

3.5.2.19 Building management system:

1. Consultant shall design the building management system considering HVAC (Low &
High side) monitoring and control, pressurization fans, sewage treatment plant,
HT/LT panel, wet riser & sprinkler system, UG water tank, terrace fire water tank,
domestic pumps, de-watering water pump etc.

2. Integration of all lifts, fire alarm system, transformer, load managers, multifunction
meter, UPS, DG, set, ventilation fans & jet fan system etc.

3. Preparation of BOQ, technical specification.

3.5.2.20 Audio & Video conference system:


1. Consultant has to design Audio visual equipments in conference room as per
requirement of client duly approved by Engineer-in-charge.

2. During the approval of design and drawings the consultant will submit the data
sheet and catalogue of the various equipments in support of their design.

3. Preparation of BOQ, technical specification.


3.5.2.21 Public address system/ Evacuation system:

1. Propose for all area different zone along with required watt speaker and CD player,
Amplifier and mixer.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


114

2. During the approval of design and drawings the consultant will submit the data
sheet and catalogue of the various equipments in support of their design.

3. Preparation of BOQ, technical specification.

3.5.2.22 EPBAX system:

1. Consultant has to design of IP based EPBAX system with required PRI trunks lines
(30 channels in each trunk line) & shall include connection from local service
provider, IP based EPBAX system, POE ether net switches suitable port and cat-6
cabling for all outlets of IP phones to have a fully functional system as per
requirement.

2. Design shall include IP based EPBAX, server, IP phones, PC based operator console &
POE switches.

3. During the approval of design and drawings the consultant will submit the data
sheet and catalogue of the various equipments in support of their design.

4. Preparation of BOQ, technical specification.

The firm will submit the 3 sets of documents of above planning and designing to
the department within the stipulated time given in the agreement for the approval of
competent authority. The competent authority will examine the documents and if
need any correction/amendment shall be made by the firm again.
After the approval of design and drawing the work will be started accordingly
and if during the execution it is found necessary to amend any parameter, shall be
made by the firm.

The firm will prepare the co-ordination working drawing after getting all inputs
of various services so that the work of any service should not hamper the progress of
work. Before the start of work the firm will submit the RCP drawings showing all the
services and equipments to get a proper aesthetic look of the building.
3.6.0 PUBLIC HEALTH ENGINEERING
3.6.1 All the design and drawings should be well coordinated with Architecture, structure
and other services drawings.
3.6.2 All designs shall be as per the latest Indian Standards, Local bye-laws and Statutory
norms/regulation.
3.6.3 Design of Public Health & Engineering services taking into account various
topographical, meteorological, Hydrological etc. reports, identify the source and
quality of water, conduct survey of existing water supply system, Sewerage system,
Drainage system, Fire-fighting system, other site development works etc. for
planning of services. These existing systems are to be augmented if required as per
the design.
3.6.4 The services shall include following major components:
Water Supply System including underground water tanks and pumps & tubewell for
fulfilling the requirement of hospital.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


115

Sewerage System including sewerage treatment plant.


Drainage System i/c water harvesting , absorption trenches etc.
Fire Fighting & Fire Suppression System with peripheral grid around each buildings
connected with fire main grid.

Dual plumbing system i/c untreated water supply system from STP for horticultural
operations.
Soil waste management
Hospital Work Management.

3.7.0 Services
3.7.1 Water Supply System
Calculation of water requirements for Hospital and other services for the buildings
and services for the scope of present bidding document.
Design and prepare working drawings of internal and external dual water supply
system including Underground tank, Overhead tank, Water treatment plant,
Pumping stations, tube well, rising mains, distribution system and internal
plumbing, recycling of treated waste water etc.
Untreated water supply system for horticultural works i/c design of sprinkler and
drip irrigation system. If necessary the supply to be augmented
Prepare specifications.
Third party approval of detailed drawings and data sheets of suppliers/
manufacturers. Incorporation of suggestion /modification in the drawings.
3.7.2 Internal Sanitary Installation
Design and prepare working drawings of internal sanitary installations.
Identify, design and prepare working drawings of handicapped friendly toilets and
sanitary installations, if required.
Prepare specifications.
Third party approval of detailed drawings and data sheets of supplies /
manufacturers.
3.7.3 Sewerage System
Calculation for quantity of waste water generated from different sources and design
waste water treatment plant.
Design and prepare the drawings for pre treatment of waste water from kitchen and
dinning halls before connecting to sewage system i/c. management of solid wastes,
Hospital wastes, oil & grease etc. by suitable treatment and disposal system
STP and ETPs is to be provided for hospital. ETP to be provided wherever chemical
effluent required to be treated. Most efficient STP and ETP technology requiring
minimum operation and maintenance cost shall be designed.
Obtain approval from statutory and local bodies for waste disposal.
Prepare specifications.
Check and approve detailed drawings and data sheets of suppliers/ manufacturers.
Third party approval of detailed drawings and data sheets of suppliers/
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


116

manufacturers and incorporation of suggestion /modification in the drawings.


3.7.4 Drainage
Design and prepare working drawings for storm water drainage including roof
drainage, service area drainage and surface drainage.
Design and prepare working drawings for rain water harvesting system i/c. rain
water harvesting pits, trenches and perforated absorption drains.
Obtain approval from statutory and local bodies for drainage connections and
rainwater harvesting scheme etc.
Prepare specifications.
Third party vetting of detailed drawings and data sheets of suppliers/ manufacturers
and incorporation of observation in the detail working drawings.
3.7.5 Solid & Hospital Waste Management.
Survey, design and prepare the working drawings and system plan for solid waste
collection , Hospital waste collection, treatment and disposal through appropriate
technology
Design and drawings for composting of organic waste for production of
manure/116ispat compost for utilization for horticultural use.
Design and drawing for utilization for organic waste for other useful products.
Other ways for recycling and disposal of non organic and organic waste.
3.7.6 Site development Works
Design and prepare working drawings (longitudinal & cross section) for roads/
footpaths/ parking areas etc.
Design and propose working drawing for landscape & horticulture work for the
campus i/c garden light, façade lighting etc. The landscape should both hard and soft
types.
Design and prepare working drawings of irrigation system for horticulture i/c.
sprinkler and drip irrigation system.
Prepare specifications of same.
Vetting of detailed drawings of suppliers/ manufacturers.
3.9.0 Other Services
3.9.1 Project Documentation
Prepare and submit required number of copies of monthly progress accomplishment
reports of the project.
Ensure the preparation of AS-BUILT drawings and record all approved deviations
and changes in drawings.
3.9.2 Provide any other services not explicitly mentioned but reasonably required for
project development.
3.9.3 Design, calculations and drawings of all services shall be proof checked from a IIT,
NIT or institute of repute as specified in bid document or as approved by Engineer-
in-charge.
3.10.0 Green Building Design
The building are to be designed for 3 star green building rating wise TERI-GRIHA or
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


117

equivalent rating by LEED AP.


The consultant has to develop a Green building Design as per TERI-GRIHA evaluation
procedure in conjunction with ECBC norms and National Building Code.
3.11.0 Differently abled friendly building design:
The building shall be designed for differently abled persons and shall be as per the
latest guidelines of Ministry of Social Welfare, Govt. of India. Necessary pre & post
audit of the building shall be got done by certified agencies.
4.0 Number of Documents and copy rights.
4.1 All the documents/drawings, designs, reports and any other details envisaged under
this agreement shall be supplied in five copies. All drawings as required for
submission to all the local bodies and other authorities shall be submitted as per the
requirement of local body. All the drawings for the comments, discussion and
approval of employer shall be submitted in triplicate. Six copies of all the final
drawings shall be submitted to the Engineer-in-Charge along with one reproducible
in A-1 or large size along with a soft copy in DVD. If there is any revision in any
drawing/document for any reason, six copies of drawing/document shall be re-
issued along with soft copy in CD without any extra charges. All these drawings will
become the property of the Engineer-in-Charge. The Engineer-in-Charge may use
these drawings in part or full in any other work without any notice to the consultant
and without any financial claim of the consultant.
4.2 The drawings cannot be issued to any other person, firm or authority or used by the
Consultant for any other project. No copies of any drawings or documents shall be
issued to anyone except the Engineer-in-Charge and / or his authorized
representative.
4.3 Architectural Design should cover the following general requirements:
a) To cater for different functional requirements of user with creative indoor spaces,
surroundings, better circulation and flexibility in space planning.
b) Integrated designs of electrical, mechanical and other services with structural
system and construction methodology with low maintenance.
c) Climate responsive Architecture with integration of daylight and electric light,
thermal comfort, ventilation and highest performance standards for work space
efficiency.
d) Use of low embodied energy materials and local/reused materials and consideration
of green building principles.
e) Water and solid waste management with waste water recycling, water conservation
and rain water harvesting.
f) Development of surroundings with site terrain consideration, traffic circulation,
indigenous vegetation and plantation.
g) The building(s) proposed to be developed should be amenable to latest systems of
construction technologies for enabling repeatability and fast track and ease in
construction, keeping in mind a lower embodied energy of material and lower
energy consumption in the proposed complex.
h) All the spaces in the building provided shall be adequately ventilated for light and
air.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


118

i) Suitable escapes for fire shall be planned as per the requirement specified in NBC
and other applicable standard codes of practice
j) The setbacks and height of the building shall conform to all regulatory authority
rules.
k) Premium quality materials shall be provided for walls, floors, windows, doors etc in
tune with the industry standards of similar buildings.
l) Proper care shall be taken to plan movement logistics to avoid criss – crossing of
traffic
m) The façade of the building shall be appealing, by judicially mixing the use of energy
efficient glass, cladding materials, wall appropriate to the use of the building. The
ratio of glass to wall shall vary depending the direction and as required for THREE
STAR GRIHA/ SILVER IGBC certification.
n) Space planning for required services shall be given importance.
o) Service routing and ducts shall be planned for easy access, maintenance and
scalability.
p) Green building materials shall used as far as possible for obtaining THREE STAR
TERI GRIHA/ or LEED-AP rating by the Accredited bodies .
q) Sufficient space for parking of vehicles as per the norms shall be provided
r) Vertical circulation shall be well planned to provide quick access to upper floors by
suitable location of stairs and bank of elevators.
5.0 Structural design should cover the following general requirements
a) The structural design shall be carried out in terms of latest editions and up-to-date
correction/amendment/errata of BIS Codes (Bureau of Indian Standards), other
relevant seismic/other codes for making Building Earthquake Resistant, sound
engineering practices and as desired by the client/ Employer. The Contractor will
also got proof checking of structural drawings with Reputed Engineering Institutes
like IITs, NITs or any other institute of repute approved by the Engineer-in-charge
for proof checking of structural drawings/proposals prepared by the structural
Engineer. The fee for proof checking shall be borne by the Contractor. The
Contractor will liaison and co-ordinate with such Institute approved by Engineer-in-
Charge as and when required and as per the direction of Engineer –in-charge. Any
changes suggested at later stage in architectural drawings shall be incorporated in
the design and required structural drawing shall be proof checked without any extra
cost.
b) Submission of all design calculations in hard and soft copies as per the direction of
Engineer –in-charge.
c) Any other designing and detailing required for comprehensive planning and
designing of the proposed buildings & campus.
d) The required buildings along with internal and external services have to be planned
to achieve minimum cost of operation, minimum maintenance cost and lowest
consumption of energy, water & electricity etc.
e) One combined integrated drawing of all services will be prepared.(For internal &
external services separately). For services being laid in false ceiling, an integrated
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


119

plan of all services will also be prepared to avoid interference from each other.

6.0 Presentations and Models:


6.1 Preparation of Model(s) to scale 1:200 or any other suitable scale decided by
Engineer-in-charge.
6.2 Preparation of 3D views and blow ups of typical and critical areas and walk through.
7.0 Approval From local Authorities:
7.1 The agency shall take all necessary statutory approval from all local authorities
including 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.
7.2 The agency shall take all necessary statutory approval of ‘Completion Plan’ from all
local authorities including CFO, DGCA, Pollution Control Board, Environmental
Clearances, Lift inspection, 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.
7.3 All statutory payments required for these approvals from local authorities shall be
made by the Engineer-in-charge. 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.
8.0 Submission of Data sheet:
8.1 Preparation of Data sheet showing Room wise and Building wise finishing, flooring
and Door window, and other high end Inventory schedule
8.2 Preparation of Technical Specification for civil works, electrical works, services,
equipments, furniture, furnishing etc. for all items and submit the data sheet.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


120

GENERAL CONDITIONS
General specifications, for construction

1. Except for the items, for which particular specifications are given or where it is
specifically mentioned otherwise in the description of the items, the work shall
generally be carried out in accordance with the “CPWD Specifications 2009 Vol-I & II
with upto date corrections slips for Civil work, CPWD specification 2013 Part-I(Internal)
Part-II 1995 (External) for electrical works, CPWD General Specification for electrical
work Part-VI fire Alarm System – 2018, specification for horticulture works with upto
date correction slips (hereinafter to be referred to as CPWD specifications). Wherever
CPWD Specifications are silent, the latest IS Codes/Specifications, relevant IS codes of
latest edition, MoRTH specification or any other specification shall be followed.

2. The order of precedence in case of any confusion/dispute will be as follows:


i) Description of nomenclature of items in bidding documents
ii) Description of user requirement and technical specifications.
iii) Particular specifications and special conditions for civil, electrical and horticulture
works.
iv) Architectural/structural drawings.
v) CPWD Specifications with upto date correction slips for civil, electrical and
horticulture works as applicable.
vi) Indian Standard Specifications of B.I.S.
vii) National Building codes 2016.
viii) Manufacturers specifications.
ix) Sound engineering practices.

A reference made to any Indian Standard Specifications in these documents, shall imply
to the latest version of that standard, including such revisions / amendments as issued
by the Bureau of Indian Standards upto last date of receipt of tenders. The Contractor
shall keep at his own cost all such publications of relevant Indian Standard applicable to
the work at site.

3. The agency shall construct suitable site office, laboratory & display room for samples to
be used at work.

4. Agency shall make his own arrangement of water, electricity & generator to be used in
work. Department will not provide the above facility.

5. Samples including brand / quality of materials and fittings to be used in the work shall
be got approved from the technical sanctioning authority, well in advance of actual
execution and shall be preserved till the completion of the work.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


121

6. The cost of work shall be inclusive of pumping out or bailing out water if required for
which no extra payment will be made. This will include water encountered from any
source, such as rains, floods, and sub-soil water table being high due to any other cause
whatsoever.
7. The work shall be executed and measured as per metric dimensions given in the
Schedule of quantities, drawings etc. (F.P.S. units wherever indicated are for guidance
only).
8. The following modifications to the above specifications shall however apply:
a) All stone aggregates shall be hard, confirming to IS: 456:2000 stone aggregate to
be obtained from approved quarries at Chunkatta (Selud) (C.G.).
b) Sand to be used for cement concrete work, mortar for masonry and plaster work
shall be of standard quality. Sand shall be obtained from approved quarry at…
Shivnath and screened as required. The same shall be clean and consist of hard
material.
c) Fly Ash F.P.S. Bricks of class designation 7.5 shall be used. Fly Ash Brick shall be
obtained from approved manufacturer at Bhilai/Durg/Raipur by the Engineer-in-
charge.
9. Unless otherwise specified in the schedule of quantities, the rates tendered by the
contractor shall be inclusive of all cost & taxes and shall apply to all leads and lifts and
nothing extra shall be payable on this account.
10. The rates for all items of work shall, unless clearly specified otherwise, include cost of all
labour, material, tools and plants and other inputs involved in the execution of the item.
11. The foundation trenches shall be kept free from water while works below ground level
are in progress.
12. 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.

13. All ancillary and incidental facilities required for execution of work like labour camp,
stores, fabrication yard, offices for Contractor, watch and ward, temporary ramp required
to be made for working at the basement level, temporary structure for plants and
machineries, temporary boundary wall or fencing all around the working sites, 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

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


122

construction, site office, positioning of machinery, material yard, cement & other storage,
fabrication yard, site laboratory, water tank etc.

14. 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.

15. 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.
16. The cost of flooring is inclusive of providing sunken flooring in bath-rooms, kitchen, etc.
and nothing extra on this account shall be payable.

17. Any legal or financial implications resulting out of carriage of earth from outside or
disposal of earth shall be sole responsibility of the contractor. Nothing extra shall be paid
on this account.

18. The work should be planned in a systematic manner so that chase cuttings in the walls,
ceilings and floors are minimized. Wherever absolutely essential, the chase shall be cut
using chase cutting machines. Chases will not be allowed to be cut using hammer / chisel.
The electrical boxes should be fixed in walls simultaneously while raising the brick work.
The contractor shall ensure proper coordination of various disciplines viz. sanitary &
water supply, electrical, fire-fighting and any other services.

19. All the hidden items such as water supply lines, drainage pipes, conduits, sewers etc. are
to be properly tested as per the design conditions submitted before covering.

20. Quality Assurance


20.1 The contractor shall ensure quality control measures on different aspects of
construction including materials, workmanship and correct construction methodologies
to be adopted.
20.2 The contractor shall get the source of various raw materials namely aggregate, cement,
sand, steel, water etc. to be used on the work, approved from the Engineer-in-Charge
and trial mixes for controlled concrete shall be done using the approved materials. The
contractor shall stick to the approved source unless it is absolutely unavoidable. Any
change shall be done with the prior approval of the Engineer-in-Charge for which tests
etc. shall be done by the contractor at his own cost.
20.3 Similarly, the contractor shall submit brand/make of various materials to be used for
the approval of the Engineer-in-Charge along with samples and once approved, he shall
stick to it. Any change will have to be got approved from engineer in charge in advance.

20.4 The contractor shall submit shop drawings of staging and shuttering arrangement, stone
cladding and other works including mock work as desired by Engineer-in-Charge for his

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


123

approval before execution. The contractor shall also submit bar bending schedule for
approval of Engineer-in-Charge before execution.

20.5 The contractor shall depute Quality Manager exclusively for enforcement of quality
control. Such Quality Manager should be a qualified engineer with minimum Eight years
of similar experience. For other staff to be deployed for quality assurance, the contractor
may refer to clause 36(i) under schedule “F” attached.

20.6 THIRD PARTY QUALITY ASSURANCE: In order to achieve a high standard of quality, it
shall be required to go for Third Party Quality Assurance. For this purpose, a separate
agency shall be appointed by the owner who will carry out independent testing of
materials and checking and ensuring overall quality procedures. The contractor shall be
required to fully cooperate with agency and facilitate them in taking samples,
transportation and examination of various activities including documentation at no
extra time and cost to the owner. In case of any adverse findings by the agency, the
contractor shall do the needful rectifications at no extra time and cost to the owner. The
Engineer-in-charge shall be at liberty for getting quality assurance work done through
agencies like NIT Raipur or any other agency approved by competent authority at its
own cost. The successful tenderer shall include the provisions of Quality Assurance
while framing the proposed methodology for tests.
21.0 Safety Precautions
Contractor shall within two weeks of award of work, submit to the Engineer-in-Charge
for his approval, list of measures for maintaining safety of manpower deployed for
construction and avoidance of accidents.

22.0 Scaffolding
For facia work, outer finishing and other RCC works etc. double steel scaffolding having
two sets of vertical supports with steel staircase for inspection of works by engineer in
charge shall be used. The supports shall be sound and strong, tied together withh
horizontal piece over which scaffolding planks shall be fixed.

23. SAMPLES FOR TESTING:-

23.1 Samples of all materials required for testing is included in the cost of work. Similarly all
testing in house or through external lab shall be borne by the contractor.
23.2 If any load testing or special testing is to be done for any sample whose strength is
doubtful, the cost of the same shall also be borne by the contractor.
23.3 In case there is any discrepancy in frequency of testing as given in list of mandatory
tests and that in individual sub-heads of work as per CPWD Specifications, higher of the
two frequencies of testing shall be followed.
23.4 The contractor has to establish field laboratory at site as specified in CPWD
Specifications and as per list including all necessary equipment for field tests at his own
cost within one month from the award of work.
24. The contractor should submit for approval of Engineer-in-Charge workshop drawings
and samples of the work to be performed under the specified items of work before
actually commencing the mass execution of the work under the item. For this they will
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


124

prepare a sample room / quarters and toilet blocks for each type of building for
approval of Engineer-in-charge of work. Nothing extra shall be payable on this account.
25. Maintenance of Register of Tests

(i) All the registers of tests carried out at construction site or in outside laboratories shall
be maintained by the contractor which shall be issued to the contractor by Engineer-in-
Charge in the same manner as being issued to CPWD field staff.

(ii) All samples of materials including cement concrete cubes shall be taken jointly with
contractor by JE and out of this at least 50% samples shall be taken in presence of AE in
charge. If there is no JE, all samples of materials including cement concrete cubes shall
be taken by AE jointly with contractor. All the necessary assistance shall be provided by
the contractor. Cost of sampling & testing are to be borne by the contractor and he shall
be responsible for safe custody of samples to be tested at site/ outside laboratory.
(iii) All the tests in field lab at construction site shall be carried out by the Engineering staff
deployed by the contractor and shall be witnessed by the representative of engineer in
charge

(iv) All the entries in the registers will be made by the designated Engineering Staff of the
contractor and same should be regularly reviewed by JE/AE/EE/CE.
(v) Contractor shall be responsible for safe custody of all the test registers.

Submission of copy of all test registers, Material at site register along with each alternate
Running Account Bill and Final Bill shall be mandatory. These registers should be duly
checked by AE (P) in division office and receipts of registers should also be
acknowledged by Accounts Officer.

If all the test registers and hindrance register is not submitted along with alternate R/A
Bill & Final Bill, no payment will be released to the contractor.
26. Maintenance of Material at Site (MAS) Register-
(i) All the MAS Registers including cement and Steel Registers which shall be issued to the
contractor by Engineer-in-Charge shall be maintained by Contractor at site and shall be
open for inspection by the Department.

27. Some restrictions may be imposed by the district administration/client on the working
and on movement of labour, materials etc in the campus. The contractor shall be bound
to follow all such restrictions / instructions. Executive Engineer-in-charge of work will
issue the identity cards to all persons authorized by him to do work / visit the work site
and no claim whatsoever shall on this account will be entertained.

28. The contractor shall submit to the Engineer-in-charge on the 7th day of each month, 2
hard copies and one on soft copy (CD) of monthly progress report of work. Such
progress report will include the project progress, summary, work progress (planned vs
actual), CPM chart, status of financial progress and achievement of milestone,
manpower deployment status, inventory of materials and photographs of important
activities. For delay in submission of the report, compensation @ Rs.2000/- (Rupees
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


125

Two Thousand only) per day of delay subject to maximum of Rs.20, 000/- for each
report will be recovered from the amount payable to the contractor.

29. The contractor(s) shall inform/issue notices to the Municipality, police and other
authorities that may be required as per law and obtain all requisite permission/ licenses
for temporary obstructions, enclosures etc. Contractor(s) shall pay all fee, taxes and
charges which may be leviable on account of these operations in executing the contract.
He shall make good any damage to the property whether public or private and shall
supply and maintain lights either for illumination or for cautioning the public at night.
The contractor(s) shall do the barricading enclosing the area as per direction of
Engineer-in-charge, and nothing extra will be payable on this accounts.

30. The Contractor(s) shall take all precautions to avoid accidents by exhibiting necessary
caution boards day and night, speed limit board, red flags, red lights and providing
barriers. He shall be responsible for all damages and accidents caused to existing/new
work due to negligence on his part. No hindrances shall be caused to traffic during the
execution of the work. In case of any accident of labours / contractual staff’s the entire
responsibility will rest on the part of the contractor and any compensation under such
circumstances if becomes payable the same shall be entirely borne by the contractor and
department shall have no role on this account.

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

32. Contractor(s) shall provide permanent bench marks, flag tops and other reference
points for the proper execution of work and these shall be preserved till the end of the
work. All such reference points shall be in relation to the levels and locations, given in
the Architectural and plumbing drawings.

33. Contractor at his cost put up the barricading all around the buildings sites through
suitable method for segregating the construction site and also to control the dust
pollution in the campus. Entry to all these site shall be control for proper security of man
and materials and to avoid accidents

34. On completion of work, the Contractor(s) shall submit at his own cost four prints of “as
built” drawings to the Engineer-in-Charge. These drawings shall have the following
information.
a. Run off all piping and their diameters including soil waste pipes and vertical
stacks.

b. Ground and invert levels of all drainage pipes together with locations of all
manholes and connections, upto outfall.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


126

c. Run off all water supply line with diameters, locations of control valves, access
panels etc.

35. Water tanks, taps, sanitary, water supply and drainages pipes, fittings and accessories
should conform to the specifications provided in bidding documents, if CPWD
Specifications are not available, NBC – 2016, IS codes shall be follows. The contractor(s)
should engage approved, licensed plumbers for the work and get the materials
(fixtures/fittings) tested, by the municipal Body/Corporation authorities wherever
required at his own cost. The Contractor(s) shall submit for the approval of the
Engineer-in-Charge the name of the plumbing Agency proposed to be engaged by him.

36. The contractor shall give performance test of the entire installation(s) as per the
specifications & codes 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 the test.

37. Any cement slurry added over base surface for continuation of concerting for better
bond is deemed to have been built in the items and nothing extra shall be payable and
no extra cement considered in consumption on this account.

38. The Contractor shall bear all incidental charges for cartage, storage and safe custody of
materials issued by department/arranged by the contractor.

39. (a) WATER PROOFING TREATMENT OF ALL TYPES OF WORK: The water proofing work
shall be carried out by specialized water proofing agencies. The Contractor(s) shall
submit for the approval of the Engineer-in-Charge, the names of specialized agencies, of
repute along with their technical capability proposed to be engaged by him, who have
executed satisfactorily a minimum of three works of value not less than 40% of
corresponding value each or two works of value not less than 60 % each or one work of
value not less than 80% of corresponding amount in the last five years. For calculation
purpose only, cost of waterproofing works will be taken as Rs. 1.00 Cr.

(b) PILE WORK: The pile work if provided in the drawings shall be carried out by
specialized agency having experience in pile works. The Contractor(s) shall submit for
the approval of the Engineer-in-Charge, the names of specialized agencies, of repute
along with their technical capability proposed to be engaged by him, who have executed
satisfactorily a minimum of three works of value not less than 40% of corresponding
value each or two works of value not less than 60 % each or one work of value not less
than 80% of corresponding amount in the last five years. For calculation purpose only,
cost of pile works will be taken as Rs. 10.00 Cr.

(c) UPVC/ALUMINIUM/GLASS WORK: The UPVC/aluminium/glass work shall be carried


out by specialized agency having adequate workshop with necessary equipments and
having the experience in UPVC/aluminium/glass works. The Contractor(s) shall submit
for the approval of the Engineer-in-Charge, the names of specialized agencies, of repute
along with their technical capability proposed to be engaged by him, who have executed
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


127

satisfactorily a minimum of three works of value not less than 40% of corresponding
value each or two works of value not less than 60 % each or one work of value not less
than 80% of corresponding amount in the last five years. For calculation purpose only,
cost of aluminium/glass works will be taken as Rs. 3.00 Cr.

(d) STRUCTURAL GLAZING WORK: The structural glazing work shall be carried out by
specialized agency having adequate workshop with necessary equipments and having
the experience in structural glazing works. The Contractor(s) shall submit for the
approval of the Engineer-in-Charge, the names of specialized agencies, of repute
alongwith their technical capability proposed to be engaged by him, who have executed
satisfactorily a minimum of three works of value not less than 40% of corresponding
value each or two works of value not less than 60 % each or one work of value not less
than 80% of corresponding amount in the last five years. For calculation purpose only,
cost of structural glazing works will be taken as Rs. 1.25 Cr.

40. The work shall be carried out in accordance with the Detailed Architectural drawings
(GFC) and structural drawings, to be prepared and submitted by
architectural/structural consultants engaged by the contractor, duly vetted and
approved by the Engineer-in-Charge. Before commencement of any item of work the
contractor shall correlate all the relevant architectural and structural drawings,
nomenclature of items and specifications etc. issued for the work and satisfy himself
that the information available there from is complete and unambiguous. The figure and
written dimension of the drawings shall be superseding the measurement by scale. The
discrepancy, if any, shall be brought to the notice of the Engineer-in-charge before
execution of the work. The contractor alone shall be responsible for any loss or damage
occurring by the commencement of work on the basis of any erroneous and or
incomplete information and no claim whatsoever shall be entertained on this account.

41. Other agencies/sub contractor will also simultaneously execute and install the works of
OT, X-ray & other specialized equipment as indicated in bid document, lifts, fire-fighting
etc. of this work and the contractor shall extend necessary facilities for the same. The
contractor shall leave such recesses, holes, opening etc. as may be required for the
electric, medical gas pipe lines and other related works and nothing extra shall be
payable on this account.

42. 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 simultaneously working or he shall arrange his work with that of the others
in an acceptable and coordinated manner and shall perform it in proper sequence to the
complete satisfaction of others.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


128

43. PROGRAMME CHART


(i) The Contractor shall prepare an integrated programme chart in MS Project,
Primavera software 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 fulfillment of the programme within the stipulated
period or earlier and submit the same for approval to the Engineer-in-Charge
within ten days of award of the contract.
(ii) The programme chart should include the following:
a) Descriptive note explaining sequence of the various activities.
b) Network (PERT/CPM/BAR CHART) in MS Project/Primavera Software
c) Programme for procurement of materials by the contractor.
d) Programme of procurement of machinery / equipment having adequate
capacity, commensurate with the quantum of work to be done within the
stipulated period, by the contractor. In addition to above to achieve the
progress of work as per programme, the contractor must bring at site at least
15000 sqm of shuttering material required for cement concrete and R.C.C.
works etc for three floors within two month from the date of start of work till
the completion of RCC work as per requirement of work. The construction
agency shall submit shuttering schedule adequate to complete structure work
within laid down physical milestone etc.
(iii) If at any time, it appears to the Engineer-in-Charge that the actual progress of
work does not confirm to the approved programme referred above, the contractor
shall produce a revised programme showing the modifications to the approved
programme to ensure completion of the work. The modified schedule of
programme shall be approved by the Engineer-in-Charge. Non-submission of
such revised programme shall attract the recoveries as mentioned.

(iv) The submission for approval by the Engineer-in-Charge of such programme or the
furnishing of such particulars shall not relieve the contractor of any of the duties
or 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.

44. If the work is carried out in more than one shift or during night, no claim on this account
shall be entertained. Normally contractors shall not allowed to execute the RCC,
electrical and finishing work at night. Work at night shall, however, be allowed if the
site conditions/circumstances so demand. However, if the work is carried out in more
than one shift or at night, no claim on this account shall be entertained. The contractor
has to take permission from the police authorities etc. if required in such situation the
contractor shall make available to the department, proper means of communication
such as Vehicle etc. at his own cost.

45. Existing drains, pipes, cables, over-head wires, sewer lines, water lines and similar
service encountered in the course of the execution of work shall be protected against the
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


129

damage by the contractor at his own expense. In case the same are to be removed and
diverted. The same shall be payable to the contractor. The contractor shall work out the
cost and the same shall be approved by Engineer-in-Charge. The contractor shall not
store materials or otherwise occupy any part of the site in a manner likely to hinder the
operation of such services.

46. The contractor shall be responsible for the watch and ward / guard of the buildings
safety, fittings and fixtures provided by him against pilferage and breakage during the
period of installations and thereafter till the building is physically handed over to the
department. No extra payment shall be made on this account.

SAMPLE OF MATERIALS
47. BIS marked materials except otherwise specified shall be subjected to quality test at the
discretion of the Engineer-in-Charge besides testing of other materials as per the
specifications described for the item/material. Wherever BIS marked materials are
brought to the site of work, the contractor shall, if required, by the Engineer-in-Charge
furnish manufacturer’s test certificate or test certificate from approved testing
laboratory to establish that the material / procured by the contractor for incorporation
in the work satisfies the provisions of specifications/BIS codes relevant to the material
and / or the work done.

For certain items, if frequency of tests not mentioned in the CPWD Specifications and
then relevant IS code shall be followed and tests shall be carried out as per the
frequency specified therein.

48. The contractor shall render all help and assistance in documenting the total sequence of
this project by way of photography, slides, audio-video recording etc. nothing extra shall
by payable to the contractor on this account. However, cost of photographs, slides,
audio-videography etc. shall be borne by the department.

49. The contractor shall be fully responsible for the safe custody of materials brought by
him/issued to him even though the materials may be under double lock and key system.

50. The contractor shall procure the required materials in advance so that there is sufficient
time for testing of the materials and approval of the same before use in the work. The
contractor shall provide at his own cost suitable weighing and measuring arrangements
at site for checking the weight / dimensions as may be necessary for execution of work.
The sealed samples are to be handed over to the testing lab by contractor in the
presence of Junior Engineer/Assistant Engineer-in-Charge of work.

51. Malba, rubbish & other waste materials shall be reused at site as directed by Engineer-
in-Charge or disposed off to recycling agents. No deduction on this account shall be
made from the agency as well as no extra payment will be made to agency if it is
disposed at pre-defined location within the campus.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


130

ADDITIONAL CONDITIONS

1. The tenderer shall acquaint himself with the proposed site of work, its approach roads,
working space available etc. before quoting his rates and no claim on this account shall
be entertained by the department.
2. The contractor(s) shall get himself acquainted with nature and extent of the work and
satisfy himself about the availability of materials from kiln or approved quarries for
collection and conveyance of materials required for construction.
3. The contractor(s) shall study the LOP, Indicative Architectural drawings and soil
investigation report for the site, available in the office of the Executive Engineer, Raipur
Central Division, CPWD, Raipur (C.G.) on all working days between 11:00 to 16:00 hrs.
and satisfy himself about complete characteristics of soil and other parameters at site.
However, no claim on the alleged inadequacy or incorrectness of the soil data supplied
by the department shall be entertained.
4. The tenderer shall see the approaches to the site. In case any approach from main road
is required at site or existing approach is to be improved and maintained for cartage of
materials by the contractor, the same shall be provided, improved and maintained by
the contractor at his own cost. No payment shall be made on this account.
5 Contractor shall provide climate control, habitable office accommodation of 80sqm with
proper power, water supply and house keeping during contract period.

6. Contractor shall take all precautionary measures to avoid any damage to adjoining
property. All necessary arrangement shall be made at his own cost.
7. 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 and any pollution of
smoke, streams and water-ways. He shall make good at his cost and to the satisfaction of
the Engineer-in-Charge, any damage to roads, paths, cross drainage works or public or
private property whatsoever caused thereon 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.
8. 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 building/adjacent
properties.
9. SETTING OUT
9.1 The contractor shall establish, maintain and assume responsibility for grades, lines,
levels and bench marks. He shall report any errors or inconsistencies regarding grades,
lines, levels, dimensions to the Engineer-in-Charge before commencing work.
Commencement of work shall be regarded as the contractor’s acceptance of such grades,
lines, levels and dimensions and no claim shall be entertained at a later date for any
errors found.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


131

10. If at any time, any error in this respect shall appear during the progress of the work, the
contractor shall, at his own expense rectify such error if so required to the satisfaction of
the Engineer-in-Charge.
10.1 Though the site levels may be indicated in the drawings the contractor shall ascertain
himself and confirm the site levels with respect to GTS bench mark from the concerned
authorities.
10.2 The approval by the Engineer-in-Charge of the setting out by the contractor shall not
relieve the contractor of any of his responsibilities.
10.3 The contractor shall be entirely and exclusively responsible for the horizontal, vertical
and other alignment, the level and correctness of every part of the work and shall rectify
effectively any errors or imperfections therein. Such rectifications shall be carried out by
the contractor at his own cost to the instructions and satisfaction of the Engineer-in-
Charge.
11. The rates quoted by the contractor are deemed to be inclusive of site clearance, setting
out work, profile, establishment of reference bench mark, spot levels, construction of all
safety and protection devices, barriers, earth embankments, preparatory works, all
testing of materials working during monsoon, working at all depths, height and
locations etc. unless specified in the schedule of quantities.
12. Royalty at the prevailing rates wherever payable shall have to be paid by the contractor
on the boulders, metal, shingle, sand and bajri etc. Or any other material collected by
him for the work direct to revenue authorities and nothing extra shall be paid by the
department for the same.
13. The contractor shall provide at his own cost suitable weighing, surveying and leveling
and measuring arrangements as may be necessary at site for checking. All such
equipment shall be got calibrated in advance from laboratory, approved by the
Engineer-in-Charge. Nothing extra shall be payable on this account.
14. The contractor shall get the water tested with regard to its suitability and conforming to
the relevant IS Code. The contractor shall obtain written approval from the Engineer-in-
Charge before he proceeds by using the same for execution of work. The water testing
charges shall be borne by the contractor.
15. Other agencies/sub-contractor 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.
16. All materials obtained from Govt. Stores or otherwise shall be got checked by the
Engineer-in-Charge or his any authorized supervisory staff on receipt of the same at site
before use.
17. All material shall only be brought at site as per programme finalized with the Engineer-
in-Charge. Any redelivery of the material not required for immediate consumption shall
not be accepted and thus not paid for.
18. The Architectural drawings given in the tender other than those indicated in
nomenclature of items are only indicative of the nature of the work and
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


132

materials/fixings involved unless and otherwise specifically mentioned. However, the


work shall be executed in accordance with the drawings prepared by the consultant and
duly approved by the Engineer-in-Charge.
19. 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 approved list of brand names given
in the tender document / particular specifications for approval of technical sanctioning
authority. 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 to avoid delay, contractor should submit samples as stated
above well in advance so as to give timely orders for procurement. If any material, even
though approved by Engineer-in-Charge is found defective or not conforming to
specifications shall be replaced / removed by the contractor at his own risk & cost.
20. 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.
21. The day to day receipt and issue accounts of different grade/brand of cement shall be
maintained separately in the standard Performa by the Jr. Engineer-in-Charge/AE in-
charge of work and which shall be duly signed by the contractor or his authorized
representative.
22. Cement bags shall be stored in two separate godowns, one for tested cement and the
other for fresh cement (under testing) to be constructed by the contractor at his own
cost as per sketches given in C.P.W.D Specifications – 2009 Vol. I to II with upto date
correction slips having weatherproof roofs and walls. The size of the cement go down is
indicated in the sketch for guidance. The actual size of godown shall be as per site
requirements and nothing extra shall be paid for the same. The decisions of the
Engineer-in-Charge regarding the capacity needed will be final. Each godown shall be
provided with a single door with two locks. The keys of one lock shall remain with
Engineer-in-Charge of the work and that of other lock with the authorized agent of the
contractor at the site of work so that the cement is issued from godown according to the
daily requirement with the knowledge of both parties. The account of daily receipt and
issue of cement shall be maintained in a register in the prescribed performa and signed
daily by the contractor or his authorized agent in token its correctness.
23. For construction works which are likely to generate malba / rubbish the contractor shall
dispose of malba, rubbish & other unserviceable materials and wastes at his own cost to
the notified specified Muncipal dumping ground only and under no circumstances these
shall be stacked / dumped even temporarily, outside the construction premises.
24. In the event of any restrictions being imposed by the Security agency, CPWD, Traffic or
any other authority having jurisdiction in the area on the working or movement of
labour /material, the contractor shall strictly follow such restrictions and nothing extra

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


133

shall be payable to the contractor on this account. The loss of time on this account, if
any, shall have to be made up by generating additional resources etc.
25. The proposed building work is a prestigious project and quality of work is of paramount
importance. Contractor shall have to engage well experienced skilled labour and deploy
modern T&P and other equipments to execute the work. Many items like stone masonry
& stone cladding work, stone flooring & other specialized flooring work, wood work,
precast RCC coffers, polysulphide/ silicone sealant will specifically require engagement
of skilled workers having experience particularly in execution of such items.
26. 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 work for which the 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.

27. CONDITIONS OF CONTRACT SPECIFIC TO GREEN BUILDING PRACTICE


The contractor shall strictly adhere to the following conditions as part of his contractual
obligations:-

SITE
27.1 The contractor shall ensure that adequate measures are taken for the prevention of
erosion of the top soil during the construction phase. The contractor shall implement
the Erosion and Sedimentation Control Plan (ESCP) provided to him by the Engineer in
Charge as part of the larger Construction Management Plan (CMP). The contractor shall
obtain the Erosion and Sedimentation Control Plan (ESCP) Guidelines from the Engineer
in Charge and then prepare working plan for the following month activities as a CAD
drawing showing the construction management, staging & ESCP. At no time soil should
be allowed to erode away from the site and sediments should be trapped where
necessary.
27.2 The contractor shall ensure that all the top soil excavated during construction works is
neatly stacked and is not mixed with other excavated earth. The contractors shall take
the clearance of the Engineer in Charge before any excavation. Top soil should be
stripped to a depth of 20 cm (centimetres) from the areas to be disturbed, for example
proposed area for buildings, roads, paved areas, external services and area required for
construction activities etc. It shall be stockpiled to a maximum height of 40 cm in
designated areas, covered or stabilized with temporary seeding for erosion prevention
and shall be reapplied to site during plantation, landscaping etc. of the proposed
vegetation. Top soil shall be separated from subsoil, debris and stones larger than 50
mm (millimetre) diameter. The stored top soil may be used as finished grade for
planting areas.
27.3 The Contractor should follow the construction plan as proposed by the Architect /
Engineer in Charge to minimize the site disturbance such as soil pollution due to spilling.
Use staging and spill prevention and control plan to restrict the spilling of the
contaminating material on site. Protect top soil from erosion by collection storage and
reapplication of top soil, constructing sediment basin, contour trenching, mulching etc.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


134

27.4 No excavated earth shall be removed from the campus unless suggested otherwise by
Engineer in Charge. All subsoil shall be reused in backfilling/landscape, etc as per the
instructions of the Engineer in Charge. The surplus excavated earth shall be disposed of
by the contractor at his own cost for reuse after approval from E-in-C. A certificate of
reuse as required by the Engineer-in-Charge shall be submitted by the contractor.
27.5 The contractor shall not change the natural gradient of the ground unless specifically
instructed by the Engineer in Charge. This shall cover all natural features like water
bodies, drainage gullies, slopes, mounds, depressions, etc. Existing drainage patterns
through or into any preservation area shall not be modified unless specifically directed
by the Engineer-in-charge.
27.6 The contractor shall not carry out any work which results in the blockage of natural
drainage.
27.7 The contractor shall ensure that existing grades of soil shall be maintained around
existing vegetation and lowering or raising the levels around the vegetation is not
allowed unless specifically directed by the Engineer-in-charge
27.8 Contractor shall reduce pollution and land development impacts from automobiles use
during construction.
27.9 Overloading of trucks is unlawful and creates the erosion and sedimentation problems,
especially when loose materials like stone dust, excavated earth, sand etc. are moved.
Proper covering must take place. No overloading shall be permitted.
27.10 The dismantle material/building rubbish received from dismantling/demolishing shall
be dumped to the dumping ground in properly covered truck with precaution. Agency
shall submit the hard copy of photograph showing the properly covered truck disposing
the dismantles material/building rubbish. Failure of which shall be sternly dealt and a
penalty @Rs. 500/- per trip of truck shall be levied and the decision of Engineer-in-
Charge shall be final & binding.
27.11 Agency/contractor shall not dump the construction material on the metalled road and
shall keep the construction material on the physically demarcated space by the
Engineer-in-Charge.
27.12 All the building material responsible for pollution shall be brought at site from sources
covered by tarpaulin and shall take all precautionary measure to ensure that no dust
particles are permitted to pollute the air quality, failure of which Agency shall be liable
to pay damages as decided by Engineer-in-Charge. The decision of Engineer-in-Charge
shall be final & binding.
27.13 There shall be no burning of leaves, plastic etc. at construction site.

CONSTRUCTION PHASE AND WORKER FACILITIES


27.14 The contractor shall specify and limit construction activity in preplanned/ designated
areas and shall start construction work after securing the approval for the same from
the Engineer in Charge. This shall include areas of construction, storage of materials, and
material and personnel movement.

PRESERVE AND PROTECT LANDSCAPE DURING CONSTRUCTION


27.15 The contractor shall ensure that no trees, existing or otherwise, shall be harmed and
damage to roots should be prevented during trenching, placing backfill, driving or
parking heavy equipment, dumping of trash, oil, paint, and other materials detrimental
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


135

to plant health. These activities should be restricted to the areas outside of the canopy of
the tree, or, from a safe distance from the tree/plant by means of barricading. Trees will
not be used for support; their trunks shall not be damaged by cutting and carving or by
nailing posters, advertisements or other material. Lighting of fires or carrying out heat
or gas emitting construction activity within the ground, covered by canopy of the tree is
not to be permitted.
27.16 The contractor shall take steps to protect trees or saplings identified for preservation
within the construction site using tree guards of approved specification.
27.17 Contractor should limit all construction activity within the specified area as per the
Construction Management Plan (CMP) approved by Engineer in Charge.
27.18 The contractor shall avoid cut and fill in the root zones, through delineating and fencing
the drip line (the spread limit of a canopy projected on the ground) of all the trees or
group of trees. Separate the zones of movement of heavy equipment, parking, or
excessive foot traffic from the fenced plant protection zones.
27.19 The contractor shall ensure that maintenance activities during construction period shall
be performed as needed to ensure that the vegetation remains healthy.
27.20 Contractor shall be required to develop and implement a waste management plan,
quantifying material diversion goals. He shall establish goals for diversion from disposal
in landfills and incinerators and adopt a construction waste management plan to
achieve these goals. A project-wide policy of nothing leaves the Site, should be followed,
in such a case when strictly followed, care would automatically be taken in ordering and
timing of materials such that excess does not become waste. The Contractor ingenuity is
especially called towards meeting this prerequisite/ credit (as per IGBC LEED India,
New Construction v1.0 & GRIHA, MNRE). Consider recycling cardboard, metal, brick,
acoustical tile, concrete, plastic, clean wood, glass, gypsum wallboard, carpet and
insulation. Designate a specific area(s) on the construction site for segregated or
commingled collection of recyclable material, and track recycling efforts throughout the
construction process. Identify construction haulers and recyclers to handle the
designated materials. The diversion may include donation of materials to charitable
organizations and salvage of materials on-site.
27.21 Contractor shall collect all construction waste generated on site. Segregate these wastes
based on their utility and examine means of sending such waste to manufacturing units
which use them as raw material or other site which require it for specific purpose.
Typical construction debris could be broken bricks, steel bars, broken tiles, spilled
concrete and mortar etc.
27.22 The contractor shall provide potable water for all workers
27.23 The contractor shall provide the minimum level of sanitation and safety facilities for the
workers at their camp/labour site. The contractor shall ensure cleanliness of workplace
with regard to the disposal of waste and effluent; provide clean drinking water and
latrines and urinals as per applicable standard. Adequate toilet facilities shall be
provided for the workman within easy access of their place of work. The total no. to be
provided shall not be less than 1 per 30 employees in any one shift. Toilet facilities shall
be provided from the start of building operations, connection to a sewer shall be made
as soon as practicable. Every toilet shall be so constructed that the occupant is sheltered
from view and protected from the weather and falling objects. Toilet facilities shall be
maintained in a sanitary condition. A sufficient quantity of disinfectant shall be
provided. Natural or artificial illumination shall be provided.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


136

27.24 The contractor shall ensure that air pollution due to dust/generators is kept to a
minimum, preventing any adverse effects on the workers and other people in and
around the site. The contractor shall ensure proper screening, covering stockpiles,
covering brick and loads of dusty materials, wheel-washing facility, gravel pit, and water
spraying. Contractor shall ensure the following activities to prevent air pollution during
construction:
(i) Clear vegetation only from areas where work will start right away
(ii) Vegetate / mulch areas where vehicles do not ply.
(iii) Apply gravel / landscaping rock to the areas where mulching / paving is
impractical
(iv) Identify roads on-site that would be used for vehicular traffic. Upgrade vehicular
roads (if these are unpaved) by increasing the surface strength by improving
particle size, shape and mineral types that make up the surface & base. Add surface
gravel to reduce source of dust emission. Limit amount of fine particles (smaller
than 0.075mm) to 10 - 20%
(v) Water spray, through a simple hose for small projects, to keep dust under control.
Fine mists should be used to control fine particulate. However, this should be done
with care so as not to waste water. Heavy watering can also create mud, which
when tracked onto paved public roadways, must be promptly removed. Also, there
must be an adequate supply of clean water nearby to ensure that spray nozzles
don’t get plugged.
(vi) Water spraying shall be done on:
(a) Any dusty materials before transferring, loading and unloading
(b) Area where demolition work is being carried out
(c) Any un-paved main haul road
(d) Areas where excavation or earth moving activities are to be carried out
(vii) The contractor shall ensure that the speed of vehicles within the site is limited to
10 km/hr.
(viii) 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.
(ix) Spills of dirt or dusty materials will be cleaned up promptly so the spilled material
does not become a source of fugitive dust and also to prevent of seepage of
pollutant laden water into the ground aquifers. When cleaning up the spill, ensure
that the clean-up process does not generate additional dust. Similarly, spilled
concrete slurries or liquid wastes should be contained / leaned up immediately
before they can infiltrate into the soil / ground or runoff in nearby areas
(x) Provide barricading as per direction of Engineer-in-charge, along the site
boundary, next to a road, around batching plant or other public area.
(xi) Provide dust screens or netting to scaffold along the perimeter of the building
(xii) Cover stockpiles of dusty material with impervious sheeting
(xiii) Cover dusty load on vehicles by impervious sheeting before they leave the site

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


137

27.25 Contractor shall be required to provide an easily accessible area that serves the entire
building and is dedicated to the separation, collection and storage of materials for
recycling including (at a minimum) paper, corrugated cardboard, glass, plastics, and
metals. He shall coordinate the size and functionality of the recycling areas with the
anticipated collections services for glass, plastic, office paper, newspaper, cardboard,
and organic wastes to maximize the effectiveness of the dedicated areas. Consider
employing cardboard balers, aluminium can crushers, recycling chutes, and collection
bins at individual workstations to further enhance the recycling program
27.26 The contractor shall ensure that no construction leakage (e.g. cement slurry etc.), is
allowed to percolate into the ground. Adequate precautions are to be taken to safeguard
against this including, reduction of wasteful curing processes, collection, basic filtering
and reuse. The contractor shall follow requisite measures for collecting drainage water
run-off from construction areas and material storage sites and diverting water flow
away from such polluted areas. Temporary drainage channels, perimeter dike/swale,
etc. shall be constructed to carry the pollutant-laden water directly to the treatment
device or facility (municipal sewer line).
27.27 Staging (dividing a construction area into two or more areas to minimize the area of soil
that will be exposed at any given time) should be done to separate undisturbed land
from land disturbed by construction activity and material storage.
27.28 The contractor shall comply with the safety procedures, norms and guidelines (as
applicable) as outlined in the document Part 7 Constructional practices and safety, 2005,
National Building code of India, Bureau of Indian Standards. A copy of all pertinent
regulations and notices concerning accidents, injury and first-aid shall be prominently
exhibited at the work site. Depending upon the scope & nature of work, a person
qualified in first-aid shall be available at work site to render and direct first-aid to
causalities. A telephone may be provided to first-aid assistant with telephone numbers
of the hospitals displayed. Complete reports of all accidents and action taken thereon
shall be forwarded to the competent authorities.
27.29 The contractor shall ensure the following activities for construction workers safety,
among other measures:
(i) Guarding all parts of dangerous machinery.
(ii) Precautionary signs for working on machinery
(iii) Maintaining hoists and lifts, lifting machines, chains, ropes, and other lifting tackles
in good condition.
(iv) Durable and reusable formwork systems to replace timber formwork and ensure
that formwork where used is properly maintained.
(v) Ensuring that walking surfaces or boards at height are of sound construction and
are provided with safety rails or belts.
(vi) Provide protective equipment; helmets etc.
(vii) Provide measures to prevent fires. Fire extinguishers and buckets of sand to be
provided in the fire-prone area and elsewhere.
(viii) Provide sufficient and suitable light for working during night time.
27.30 The storage of material shall be as per standard good practices as specified in Part 7,
Section 2. Storage, stacking and Handling practices, NBC 2016 and shall be to the
satisfaction of the Engineer in Charge to ensure minimum wastage and to prevent any
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


138

misuse, damage, inconvenience or accident. Watch and ward of the Contractor’s


materials shall be his own responsibility. There should be a proper planning of the
layout for stacking and storage of different materials, components and equipments with
proper access and proper maneuverability of the vehicles carrying the materials. While
planning the layout, the requirements of various materials, components and equipments
at different stages of construction shall be considered.
27.31 The contractor shall provide for adequate number of garbage bins around the
construction site and the workers facilities and will be responsible for the proper
utilisation of these bins for any solid waste generated during the construction. The
contractor shall ensure that the site and the workers facilities are kept litter free.
Separate bins should be provided for plastic, glass, metal, biological and paper waste
and labelled in both Hindi and English with suitable symbols.
27.32 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.
27.33 Contractor shall collect & submit the relevant material certificates for materials with
high recycled (both post-industrial and post-consumer) content, including materials like
RMC mix with fly-ash, glass with recycled content, calcium silicate boards etc..
27.34 Contractor shall collect the relevant material certificates for rapidly renewable materials
such as bamboo, wool, cotton insulation, agrifiber, linoleum, wheat board, strawboard
and cork etc.
27.35 Where possible, the contractor shall select materials/vendors, harvested and
manufactured regionally, within a 800-km radius of the project site.
27.36 Contractor shall adopt an IAQ (Indoor Air Quality) management plan to protect the
HVAC system during construction, control pollutant sources, and interrupt pathways for
contamination. He shall sequence installation of materials to avoid contamination of
absorptive materials such as insulation, carpeting, ceiling tile, and gypsum wallboard. He
shall also protect stored on-site or installed absorptive materials from moisture damage.
27.37 The contractor shall ensure that a flush out of all internal spaces is conducted prior to
handover. This shall comprise an opening of all doors and windows for 14 days to vent
out any toxic fumes due to paints, varnishes, polishes, etc.
27.38 Contractor shall make efforts to reduce the quantity of indoor air contaminants that are
odorous or potentially irritating harmful to the comfort and well-being of installer and
building occupants. Contractor shall ensure that the VOC (Volatile Organic Compounds)
content of paints, coatings and primers used must not exceed the VOC content limits
mentioned below:
Paints
Non-flat - 150 g/L
Flat (Mat) - 50 g/L
Anti corrosive/ anti rust - 250 g/L
Coatings / Clear wood finishes
Varnish - 350 g/L
Lacquer - 550 g/L
Floor coatings - 100 g/L
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


139

Stains - 250 g/L


Sealers
Waterproofing sealer - 250 g/L
Sanding sealer - 275 g/L
Other sealers - 200 g/L

The VOC (Volatile Organic Compounds) content of adhesives and sealants used must be
less than VOC content limits mentioned:

Architectural Applications VOC Limit (g/l less water)


Indoor Carpet adhesives - 50 g/L
Carpet Pad Adhesives - 50 g/L
Wood Flooring Adhesive - 100 g/L
Rubber Floor Adhesives - 60 g/L
Sub Floor Adhesives . 50 g/L
Ceramic Tile Adhesives - 65 g/L
VCT and Asphalt Tile adhesives - 50 g/L
DryWall and Panel Adhesives - 50 g/L
Structural Glazing Adhesives - 100 g/L
Multipurpose Construction Adhesives . 70 g/L
Substrate Specific Application VOC Limit (g/l less water)
Metal to Metal - 30 g/L
Plastic Foams - 50 g/L
Porous material (except wood) - 50 g/L
Wood - 30 g/L
Fiber Glass . 80 g/L

27.39 Wherever required, Contractor shall meet and carry out documentation of all activities
on site, supplementation of information, and submittals in accordance with IGBC LEED
India New Construction v1.0 & GRIHA program standards and guidelines. Towards
meeting the aforementioned building environmental rating standard(s) expert
assistance shall be provided to him up on request.

27.40 Water Use during Construction


Contractor should spray curing water on concrete structure and shall not allow free flow
of water. Concrete structures should be kept covered with thick cloth/gunny bags and
water should be sprayed on them. Contractor shall do water ponding on all sunken slabs
using cement and sand mortar.
27.41 The Contractor shall remove from site all rubbish and debris generated by the Works
and keep Works clean and tidy throughout the Contract Period. All the serviceable and
non-serviceable (malba) material shall be segregated and stored separately. The malba
obtained during construction shall be collected in well formed heaps at properly
selected places, keeping in a view safe condition for workmen in the area. Materials
which are likely to cause dust nuisance or undue environmental pollution in any other
way, shall be removed from the site at the earliest and till then they shall be suitable
covered. Glass & steel should be dumped or buried separately to prevent injury. The
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


140

work of removal of debris should be carried out during day. In case of poor visibility
artificial light may be provided.
27.42 The contractor shall provide O & M Manuals wherever applicable.
27.43 The contractor shall make himself conversant with the Site Waste Management Program
Manual and actively contribute to its compilation by estimating the nature and volume
of waste generated by the process/installation in question.

MATERIALS & FIXTURES FOR THE PROJECT

27.44 Contractor will produce wherever feasible certificate regarding distance of the source of
the relevant material.
(a) Unless otherwise stated cement used at site for reinforced concrete, precast
members, mortar, plaster, building blocks, etc shall be PPC (Portland Puzzolana
Cement). The PPC must meet the requirements of IS 1489 (Part I) as regards to fly
ash content in cement The contractor shall obtain from the PPC manufacturer the
certificate regarding fly ash content in the PPC in each batch of consignment.
(b) The contractor has to comply as per MoEF issued notification 8.0.763(E) dated 14th
Sept.1999 & latest notification of Jan. 2016 containing directive for greater fly ash
utilization.
(c) The contractor shall ensure that all paints, polishes, adhesives and sealants used
both internally and externally, on any surface, shall be Low VOC products. The
contractor shall get prior approval from the Engineer in Charge before the
application of any such material.
(d) All plumbing and sanitary fixtures installed shall be as per the direction of the
Engineer in Charge and shall adhere to the minimum LPM (litres per minute) and
LPF (litres per flush) mentioned. The contractor shall employ 100% zero ODP (ozone
depletion potential) insulation; HCFC (hydro-chlorofluorocarbon)/ and CFC
(chlorofluorocarbon) free HVAC and refrigeration equipments and/halon-free fire
suppression and fire extinguishing systems.

27.45 RESOURCES CONSUMED DURING CONSTRUCTION

(a) The contractor shall ensure that the water and electricity is not wasted during
construction. The Engineer in Charge can bring to the attention any such wastage
and the contractor will have to ensure that such bad practices are corrected.
(b) The contractor shall install necessary meters and measuring devices to record the
consumption of water, electricity and diesel on a monthly basis for the entire tenure
of the project.
(c) The contractor shall ensure that all run-off water from the site, during construction
is collected and reused to the maximum.
(d) The contractor shall use treated recycled water of appropriate quality standards for
construction, if available.
(e) No lights shall be turned on during the period between 6:00 AM to 6:00 PM, without
the permission of the Engineer in Charge.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


141

27.46 CONSTRUCTION WASTE

(a) All construction debris generated during construction shall be carefully segregated
and stored in a demarcated waste yard. Clear, identifiable areas shall be provided
for each waste type. Employ measures to segregate the waste on site into inert,
chemical, or hazardous wastes.
(b) All construction debris shall be used for road preparation, back filling, etc, as per
the instructions of the Engineer in Charge, with necessary activities of sorting,
crushing, etc.
(c) No construction debris shall be taken away from the site, without the prior
approval of the Engineer in Charge.
(d) The contractor shall recycle the unused chemical/hazardous wastes such as oil,
paint, batteries, and asbestos.
(e) If and when construction debris is taken out of the site, after prior permissions
from the Engineer in Charge, then the contractor shall ensure the safe disposal of
all wastes and will only dispose of any such construction waste in approved
dumping sites.
27.47 Documentation

a) The contractor shall, during the entire tenure of the construction phase, submit the
following records to the Engineer in Charge on a monthly basis:
i) Water consumption in litres
ii) Electricity consumption in .kwh. units
iii) Diesel consumption in litres
iv) Quantum of waste (volumetric/weight basis) generated at site and the agregated
waste types divided into inert, chemical and hazardous wastes.
v) Digital photo documentation to demonstrate compliance of safety guidelines as
specified here and in the Appendix on Safety Conditions.
b) The contractor shall, during the entire tenure of the construction phase, submit the
following records to the Engineer in Charge on daily basis:
i) Quantities of material brought into the site, including the material issued to the
contractor by the Engineer in charge.
ii) Inventories of materials used in the work i/c. flyash, flyash bricks etc.
iii) Quantities of construction debris (if at all) taken out of the site
iv) Digital photographs of the works at site, the workers facilities, the waste and other
material storage yards, pre-fabrication and block making works, etc as guided by the
Engineer in Charge.
i) No. of different categories of labours deployed at site for work (shift wise) .

c) The contractor shall submit a document after construction of the buildings, a brief
description along with photographic records to show that other areas have not been
disturbed during construction. The document should also include brief explanation and
photographic records to show erosion and sedimentation control measures adopted.
(Document CAD drawing showing site plan details of existing vegetation, existing
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


142

buildings, existing slopes and site drainage pattern, staging and spill prevention
measures, erosion and sedimentation control measures and measures adopted for top
soil preservation during construction
d) The contractor shall submit to the Engineer in Charge after construction of the buildings,
a detailed as built quantification of the following:
i. Total materials used,
ii. Total top soil stacked and total reused
iii. Total earth excavated
iv. Total waste generated,
v. Total waste reused,
vi. Total water used,
vii. Total electricity, and
viii. Total diesel consumed.

e) The contractor shall submit to the Engineer in Charge, before the start of construction, a
site plan along with a narrative to demarcate areas on site from which top soil has to be
gathered, designate area where it will be stored, measures adopted for top soil
preservation and indicate areas where it will be reapplied after construction is
complete.
f) The contractor shall submit to the Engineer in Charge, a detailed narrative (not more
than 250 words) on provision for safe drinking water and sanitation facility for
construction workers and site personnel.
g) Provide supporting document from the manufacturer of the cement specifying the flyash
content in PPC used in reinforced concrete.
h) The contractor shall submit the following information to the Engineer-in-charge at the
end of construction, for all material brought to site for construction purposes, including
manufacturer’s certifications, verifying information, and test data, where Specifications
sections require data relating to environmental issues including but not limited to:
(i) Source of products: Supplier details and location of the supplier.
(ii) Project Recyclability: Submit information to assist Owner and Contractor in
recycling materials involved in shipping, handling, and delivery, and for temporary
materials necessary for installation of products.
(iii) Recycled Content: Submit information regarding product post industrial recycled
and post consumer recycled content, Use the Recycled Content Certification Form, to
be provided by the Commissioning Authority appointed for the Project.
iv) Product Recyclability: Submit information regarding product and products
component’s recyclability including potential sources accepting recyclable materials
where ever applicable.
i) Provide final certification of well-managed forest of origin to provide final
documentation of certified sustainably harvested status: Acceptable wood, certified
sustainably harvested, certifications shall include:
(i) Clean tech: Provide pollution clearance certificates from all manufacturers of
materials
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


143

(ii) Indoor Air quality and Environmental Issues: Submit emission test data, sourced
from the manufacturers, produced by acceptable testing laboratory listed in
Quality Assurance Article for materials as required in each specific Specification
section.
(a) Certifications from manufacturers of Low VOC paints, adhesives, sealant and
polishes used at this particular project site.
(b) Certification from manufacturers of composite wood products/agro fibre
products on the absence of added urea formaldehyde resin in the products
supplied to them to this particular site.
(c) Submit environmental and pollution clearance certificates for all diesel
generators installed as part of this project. Provide total support to Engineer
in Charge and Green Building Consultants appointed by the Engineer in
charge in completing all Green Building Rating related formalities, including
signing of forms, providing signed letters in the contractor’s letterhead
whenever required.
27.48 EQUIPMENT
a) To ensure energy efficiency during and post construction all pumps, motors and
engines used during construction or installed, shall be subject to approval of the
Engineer-in-Charge.
b) All lighting installed by the contractor around the site and at the labour quarters
during construction shall be CFL bulbs of the appropriate illumination levels. This
condition is a must, unless specifically prescribed.
The contractor is expected to go through all other conditions of the LEED & GRIHA
rating stipulations. Failure to adhere to any of the above mentioned items, without
approval of the Engineer in Charge, shall be deemed as a violation of contract and the
contractor shall be held liable for penalty as per terms of the agreement.
In case any penalty is imposed by any Hon’ble Court, NGT or any other authority due to
non-compliance of any statutory order, or law or guidelines or pollution control or
environmental norms, the same will be borne by the contractor.
27.49 Submission of Pollution Control Plan
(a) The contractor shall submit the detailed action plan for control of pollution and for
adherence to all the environmental guidelines/Laws/statutes/Court Orders/NGT
orders/orders of pollution control authorities through the entire period of
construction at site. The detailed action plan shall be submitted to the Engineer-in-
Charge within 15 days of the stipulated date of start of work and shall be got
approved from the Engineer-in-Charge.
(b) The contractor shall arrange for control measures of all dust/noise/emission from
the construction activities at site of work and shall install screens/curtains/
covers/dust trappers etc. as per guidelines/orders of the NGT/Court of law/
statutory authorities etc. No hindrance shall be allowed, arising out of any
stay/stopping of work from any court/statutory authority/NGT/Govt. Authorities
as a consequence of the contractor not adhering to any pollution control
guideline/law/order of the state bodies during the construction period. Nothing
shall be paid to the contractor on account of expenses for any
dust/pollution/emission control measures at the site of work or any delay in work

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


144

due to any orders passed by any court/ statutory authority/Govt. Authorities


during the period of construction.
The contractor is strongly advised to study all dust/Noise/emission/ pollution control
norms/laws/Court Orders before bidding for the work and quote his rates accordingly
for any liability which may arise on this account during the period of construction.

28 MODE OF MEASUREMENTS (AS PER CPWD WORKS MANUAL 2014, CLAUSE No.7.12.2)

(1) The measurements shall be recorded and entered in computerized format in the
first instance by the contractor, and a hard copy shall be submitted to the
Department. All entries shall be made exactly as per the existing procedure.
(2) These measurements shall then be 100% checked by the Junior Engineer. If Junior
Engineer is not available, the Assistant Engineer shall perform 100% check of the
measurements. The contractor shall incorporate all such changes or corrections, as
may be done during these checks, to his draft computerized measurement, and
submit to the department the corrected computerized measurement Books now in
use, and with its pages machine numbered.
(3) The Assistant Engineer and the Executive Engineer shall test check these
computerized measurement as per the existing instructions. This book shall be
treated as a Computerized Measurement Book.
(4) The Junior Engineer, Assistant Engineer and the Executive Engineer shall record
the necessary certificates for their checks and test checks as per the existing
procedure in this Computerized Measurement Book
(5) The Computerized Measurement Book shall be allotted a serial number as per the
Register of Computerized Measurement Books.

29 The water proofing works, pile foundation work, all aluminium works & structural
glazing etc. shall be carried out through specialized agency. The Contractor shall apply
for approval of specialized agencies with in two weeks of start of work and delay on this
account shall rest with the contractor only. The specialized agencies shall be approved
by the CE Raipur.

30 Electrical work (Steel conduit & G.I. wires) shall be carried out as per CPWD
specifications for Electrical work Internal 2013 and External 1995 with upto date
correction slips. This work shall be supervised by EE(E)-in-chare of the work or his
authorized representative. Material shall be got approved by EE(E) before its use at site.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


145

SPECIAL CONDITIONS FOR CEMENT & STEEL

1. The contractor shall, at his own expense procure and provide all materials including
cement and steel required for the work.

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

3. All materials brought by the contractor for use in the work shall be got checked from the
Engineer-in-Charge or his authorized representative of the work on receipt of the same
at site before use.

4. The contractor shall also employ necessary watch and ward establishment for the safe
custody of materials at his own cost.

5. Contractor has to produce manufacturers test certificate for each lot of cement & steel
procured at site.

6. CONDITIONS FOR CEMENT:-


6.1 The Contractor shall procure Portland Pozzolana Cement (PPC) (Fly ash based) –
conforming to IS : 1489 (Part-I) as required in the work, from reputed manufactures of
cement such as ACC, Ultratech, Ambuja, Jaypee Cement & J.K. Cement or from any other
reputed cement Manufacturer having a production capacity not less than one million
tonnes per annum as approved by competent authority.
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 manufacture(s) which the contractor 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 manufacturer, given by the
tenderer, fully or partially.
Supply of cement shall be taken in 50 Kg bags bearing manufacturer’s name and ISI
marking. Samples of cement arranged by the contractor shall be taken by the Engineer-
in-charge and got issue 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.
If Portland Pozzolana cement is used, suitable modification in de-shuttering time etc.
shall be done if need be as per specifications and standards and as directed by Engineer
– in – charge and nothing extra shall be payable on this account.
6.2 The cement shall be brought at site in bulk supply of approximately 50 tonnes or as
decided by the Engineer - in - charge.
6.3 For each grade / type, cement bags shall be stored in two separate godowns, one for
tested cement and the other for fresh cement (under testing) constructed by the
contractor at site of work as per sketch shown in General conditions of contract for
CPWD works 2014 with weather proof roofs and walls, for which no extra payment shall
be made. The size of the cement godown is indicated in the sketch for guidance only.
The actual size of godown shall be as per site requirements and as per the direction of
the Engineer in charge and nothing extra shall be paid for the same. The decision of
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


146

the Engineer-in-charge regarding the capacity required/needed will be final. However,


the capacity of each godown shall not be less than 100 tonnes. Each godown shall be
provided with a single door with two locks. The keys of one lock shall remain with
CPWD Engineer-in-charge or his authorized representative and that of other lock with
the contractor at the site of work so that the cement is issued from godown according to
the daily requirement with the knowledge of both the parties. The account of daily
receipt and issue of cement shall be maintained in a register in the prescribed Proforma
and signed daily by the contractor or his authorized agent in token of its correctness.
6.4 The cement shall be got tested by Engineer –in –Charge and shall be used on the work
only after satisfactory test results have been received. The contractor shall supply free
of charge the cement required for testing including its transportation cost to testing
laboratories. The cost of tests shall be borne by the contractor / Department in the
manner indicated below :-
(a) By the contractor, if the results show that the cement does not conform to relevant BIS
codes.
(b) By the Department, if the results show that the cement conforms to relevant BIS codes.
6.4.1 All other charges of sampling, packing and transportation of sample shall also be borne
by the Contractor.
6.5 The actual issue and consumption of cement on work shall be regulated and proper
accounts maintained separately for each type of cement, as provided in clause 10 of the
contract. The theoretical consumption of cement shall be worked out as per procedure
prescribed in Clause 42 of the contract and shall be governed by conditions laid therein.
However, for consumption lesser beyond permissible theoretical variation recovery
shall be made in accordance with conditions of contract at Schedule A to F (CPWD-7),
without prejudice to action for acceptance of work/item at reduced rate or rejection as
the case may be. In case of excess consumption no adjustment shall be made.
6.6 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.
6.7 The damaged cement shall be removed from site immediately by the contractor on
receipt of notice in writing from the Engineer-in Charge. If he does not do so within 3
(three) days of receipt of such notice, the Engineer-in-charge shall get it removed at the
cost of the contractor.

7. SPECIAL CONDITIONS FOR STEEL:-


1) The contractor shall procure IS marked TMT bars of Fe-500 D grades from the
steel manufacturer such as SAIL, TATA steel Ltd, RINL, Jindal steel and power Ltd
and JSW steel or their authorized dealers having valid BIS license for
IS:1786:2008 (Amendment -1 November 2012)
(2) (a) The Steel manufactures or their authorized dealers (as per following
section criteria) having valid BIS license for IS:1786-2008 (Amendment -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.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


147

B. Selection Criteria of steel manufacturers

(I) 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
under,
i. DRI-EAF = Direct Reduced iron-Electric arc furnace.
or
ii. BF-BOF = Blast furnace-Basic oxygen furnace.
or
iii. COREX-BOF = COREX - Basic oxygen furnace.
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). Chief Engineer shall approve the steel manufactures.
The check list for incorporation of any quality steel producer is
enclosed for technical assessment is given in Annexure-1.

(II) The contractor shall have to obtain and furnish test certificates to the
Engineer-in-charge in respect of all supplies of steel brought by him to the
site of work.
(III) Samples shall also be taken and got tested by the Engineer-in-Charge as per
the provisions in this regard in relevant BIS codes. In case the test
results indicate that the steel arranged by the contractor does not
conform to the specifications, the same shall stand rejected, and it shall be
removed from the site of work by the contractor at his cost within a
week time of written orders from the Engineer-in-Charge to do so.
(IV) The steel reinforcement bars shall be brought at site in bulk supply of 10
tonnes or more or as decided by the Engineer in charge.
(V) The steel reinforcement bars shall be stored by the contractor at site of
work in such a way as to prevent distortion and corrosion and
nothing extra shall be paid on this account. Bars of different sizes
and lengths shall be stored separately to facilitate easy counting and checking.

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

Size of bar For consignment below For consignment above


100tones 100tones
Under 10 One sample for each 25 One sample for each 40tonnes
mm dia bars tonnes or part there of or part there of

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


148

10 mm to One sample for each 35 One sample for each 45tonnes


16mm dia tonnes or part there of or part there of
bars
Over 16mm One sample for each 45 One sample for each 50tonnes
dia bars tonnes or part there of or part there of

(VII) 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.
(VIII) The actual issue and consumption of steel on work shall be regulated and
proper accounts maintained as provided in clause 10 of the contract. The
theoretical consumption of steel shall be worked out as 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 need to be made.
(IX) The Steel brought to site and remaining unused shall not be removed from
site without the written permission of Engineer-in-Charge.
8 The following procedure should be followed in case of removal of rejected/sub-
standard materials from the site of work.
i) Whenever any material brought by the contractor to the site of work is rejected,
entry thereof should invariably be made in the site order book under the signature
of the AE/AEE giving approximate quantity of such materials.
ii) As soon as the material is removed, a certificate to that effect may be recorded by
the AE/AEE against the original entry, giving the date of removal a mode of
removal i.e. whether by truck, carts or by manual labour. If removal is by truck, the
registration number of the truck should be recorded.
iii) When it is not possible for the AE/AEE to be present at the site of work at the time
of actual removal of the rejected/sub-standard materials from the site the required
certificate should be recorded by the Junior Engineer and the AE/AEE should
countersign the certificate recorded by the Junior Engineer.
9 Cement should be kept in godowns under double locks and keys and its
consumption account invariably maintained, whether the cement is supplied
departmentally or arranged by the contractor. A register should be maintained at
the site of each work costing above Rs. 20,000.00. This register should contain the
columns as shown in Annexure-30 of SOP for CPWD works manual-2019.
The pages of the register should be machine numbered and each page
initialed by the EE. The cement godown and the register are required to be checked
by the AE/EE in-charge of the work as per following schedule.
i) At least weekly or fortnightly, respectively in case of works at the Headquarters of
AE/EE.
ii) Whenever they visit the site of work in case of works located outside the Sub-
Divisional/Divisional Head Quarters.
10 Factory made glazed steel doors, windows & ventilators shall be manufactured in a
workshop approved by the Chief Engineer.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


149

Annexure-I
Special Conditions for Steel

Sl. No. Item Checkpoint remarks


a. Factory address and Registration
no.
b. Certificate of manufacturing
process
c. Refining process of steel Producer
c.1 BF-BOF route
c.2 Corex-BOF route
Steel producer having c.3 DRI-EAF route
1 manufacturing facilities With documentary evidence either for
at plant BOF or EAF
d. Steel plant having infrastructure
for producing sponge iron, billete
and TMT Rebars
e. Production and quality flow chart
f. Plant evaluation and process
verification
g. List of plant & machinery
Document verification for:
a. Govt./PSU Approvals
b. Supply orders of TMT Re-bars in
Govt. Projects(Minimum-5 years)
2 Established c. Verification of direct supply
orders to any State/Central Govt.
Department
d. User Certificate issued by any
Govt. Department directly.
Documentary evidence like;
a. Certificate of incorporation.
b. Memorandum of articles of
association
c. Credit rating of the company from
CARE/CRISIL/ICRA should not be
3. Indigenous
C/D grade (minimum last 3 year)
a. Test results from Govt./NABL
accredited laboratories
b. In house testing facility for
physical/chemical tests(NABL
accrediated)
Reliable d. Calibration certificates
e. List of lab equipments:
4
e.1 Calibration certificates
e.2 Computerized UTM

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


150

Use of Iron- Verification of Iron-Ore/Process iron


5 Ore/Processes Iron are ore invoices
as basic raw materials
In-house rolling facility Plant verification to identify in house
rolling facilities, production of liquid
steel & crude steel
a.ISO 9001:2008 Certification
6.
b. ISO 14001:2004 Certification
c. OHSAS 18001 : 2007 certificate
d. IS 1786:2008(TMT Re-bars)
e. IS 2830:1992 (Billets)
Product Range TMT Re-bars FE
415/415D/500/500D/550/550D
CRS (Corrosion Resistant ) & EQR
8.
(Earthquake Resistant)
TMT Re-bars
Size 8 to 36 mm dia
Note:
DRI-EAF->Direct Reduce Iron-Electric ARC Furnace
BF-BOF-> Blast Furnace – Basic Oxygen Furnace
COREX-BOF->COREX Furnace- Basic Oxygen Furnace

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


151

PARTICULAR SPECIFICATIONS
CIVIL & SANITARY INSTALLATION / WATER SUPPLY / DRAINAGE WORK

1.0 EARTH WORK:-


1.1 The work shall be done in accordance with CPWD Specifications - 2009 - Vol. I & Vol. II
and relevant IS codes of latest edition with upto date correction slips.
1.2 Excavation shall be undertaken to the width of the Basement / Retaining wall footing
including necessary margins for construction operation as per drawing or directed
otherwise. Where the nature of soil or the depth of the trench and season of the year, do
not permit vertical sides, the contractor at his own expense shall put up the necessary
shoring, strutting and planking or cut slopes with or without steps, to a safer angle or
both with due regard to the safety of personnel and works and to the satisfaction of the
Engineer, Measurement of plan area of excavation for payment shall be permitted only.
Nothing extra shall be paid for making steps and slopes etc. as required.
1.3 The contractor shall make at his own cost all necessary arrangements for maintaining
water level, in the area where works are under execution low enough so as not to cause
any harm to the works or problems in carrying out with the execution and the rates for
all items of work shall be considered as inclusive of pumping out or bailing out water, if
required, for which no extra payment shall be made. This will include water coming
from any source, such as rains, accumulated rain water, floods, leakages from sewer and
water mains, subsoil water table being high or due to any other cause whatsoever. The
contractor shall make necessary provision of pumping, dredging, and bailing out water
coming from all above sources and excavation and other works shall be kept free of
water by providing suitable system approved by the Engineer-in-charge.
1.4 In order to avoid possibility of basement floor of building being getting
uplifted/damaged due to water pressure, the contractor shall make arrangement for
lowering the ground water table below the proposed foundation level as approved by
Engineer-in-charge. Sub soil water table shall be maintained at least 50 cm below the
P.C.C. level during laying of P.C.C., water proofing treatment, laying of basement raft and
beams including filling of earth/sand under the basement floor. The water table shall
not be allowed to rise above base of raft level until completion of outer retaining walls
including water proofing of vertical surface of walls and back filling along the walls up to
ground level and until the structure attains such height to counter balance the uplift
pressure. However, the contractor should inspect the site and make his own assessment
about sub-soil water level likely to be encountered at the time of execution and quote
his rates accordingly. Rate of all items are inclusive of pumping out or bailing out water,
if required. Nothing extra on this account whatsoever shall be paid to him unless
otherwise specified. The sequence of construction shall be got approved by the
Engineer-in-charge.
1.5 All the major excavation shall be carried out by mechanical excavator. No extra payment
shall be made for that.
1.6 The rates are inclusive for all depths & nothing extra shall be paid for additional lift etc.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


152

2.0 CONCRETE WORK:-


The work shall be done in accordance with CPWD Specifications - 2009 - Vol. I & Vol. II
with upto date correction slips.
3.0 R.C.C./C.C WORK (DESIGN MIX CONCRETE):-
3.1 The RCC work shall be done with Design Mix Concrete. Wherever letter M has been
indicated, the same shall imply for the Design Mix Concrete. The Design Mix Concrete
will be designated based on the principles given in IS: 456, 10262 & SP 23. The condition
and specifications stated herein shall have precedence overall conditions and
specifications stated in relevant I.S codes/CPWD specifications. The concrete mix shall
be designed for specified target mean compressive strength in order to ensure that the
work test results do not fall below the acceptance criteria specified for the concrete mix.
The Contractor shall design mixes for each class of concrete indicating that the concrete
ingredients and proportions will result in concrete mix meeting requirements specified.
The mix shall be designed with quantities of admixture / plasticizer proposed to achieve
required workability & strength. The specifications mentioned here in below shall be
followed for Design Mix Concrete.
3.2 The sources of coarse aggregate, fine aggregate & water to be used in concrete work
shall be identified by the contractor & he will satisfy himself regarding their conforming
to the relevant specification & their availability before getting the same approved by the
Engineer-in-Charge.
3.3 Coarse Aggregate: - As per CPWD Specifications - 2009 - Vol. I & Vol. II with upto date
correction slips.
3.4 Fine Aggregate: -As per CPWD Specifications - 2009 - Vol. I & Vol. II with upto date
correction slips.
3.5 Water: - It shall confirm to requirements laid down in IS:456-2000 / CPWD
Specifications - 2009 - Vol. I & Vol. II with upto date correction slips.
3.6 Cement: - PPC shall be used for design mix concrete and shall conform to IS-1489 (part-
I). However, if higher grade of cement is used by the contractor nothing extra shall be
paid on this account.
3.7 Admixtures / Plasticizers: - The admixture shall confirm to IS: 9103, wherein required,
the admixture of approved quality and approved make only shall be used to attain the
required workability. Nothing extra shall be paid for use of admixtures.
3.8 Grade of Concrete: - The compressive strength of various grades of concrete shall be
given as below:-

GRADE COMPRESSIVE SPECIFIED MAXIMUM WATER


DESIGNATION STRENGTH ON 15 CHARACTERISTIC CEMENT RAIIO
cm CUBES min. 7 COMPRESSIVE
DAYS (N/ mm2) STRENGTH AT 28 DAYS
AT (N/ mm2)
(i) M-10 As Per Design 10 0.50
(ii) M-20 As Per Design 20 0.50
(iii) M-25 As Per Design 25 0.50
(iv) M-30 As Per Design 30 0.45
(v) M-35 As Per Design 35 0.45
(vi) M-40 As Per Design 40 0.45
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


153

Water cement ratio and slump shall be as per IS: 456-2000

NOTE:-
i) In the designation of a Concrete mix letter M refers to the mix and the number of the
specified characteristic compressive strength of 15 cm - Cube at 28 days expressed in
N/mm2.
ii) It is specifically highlighted that in addition to the above requirements, the minimum
cement content for the following grade shall be limited as follows:
GRADE OF CONCRETE Minimum cement content
M-10 220 – Kg/cum
M-15 240 – Kg/cum
M-20 285 – Kg/cum
M-25 330 – Kg/cum
M-30 340– Kg/cum
M-35 350 – Kg/cum
M-40 360 – Kg/cum

iii) The minimum cement content for design mix concrete shall be maintained as per the
quantity mentioned above. In case where the quantity of cement required as per Design
Mix is greater than the quantity specified in the respective item in the “schedule of
quantity”, nothing extra will be paid on account using extra cement than the specified.
3.9 The contractor shall engage one of the following approved laboratories/ test house at
his own expenses for designing the concrete mix in accordance with relevant IS Codes
and to conduct laboratory test to ensure the target strength and workability criteria for
a given grade of concrete.
i) IIT Bhilai
ii) NIT Raipur
iii) NIT Nagpur
The various ingredients for mix design / laboratory tests shall be sent to the lab /
test houses through the Engineer-in-Charge and the samples of such aggregates sent
shall be preserved at site by the department.
3.10 In the event if all the laboratories are unable to carry out the requisite design / testing,
the contractor may have it done from any other laboratory with prior approval of the
Chief Engineer.
3.11 The contractor shall submit the report on design mix from any of above approved
laboratories for approval of Engineer-in-Charge within 30 days from the date of issue of
letter of acceptance of the tender. No concreting shall be done until the design mix is
approved. In case of white portland cement and the likely use of admixtures in concrete
with ordinary portland/white portlant cement, the contractor shall design and test the
concrete mix by using trial mixes with white cement and / or admixtures also, for which
nothing extra shall be payable.
3.12 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 at
laboratory established at site shall be submitted by the contractor as per the direction of
the Engineer-in-Charge.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


154

3.13 Trial Batches


3.13.1 The designed mix proportion shall be checked for target mean compressive strength by
means of trial batches.
3.13.2 The quantities of materials for each trial mix shall be sufficient for atleast six specimens
(cubes) and the concrete required for carrying out workability tests.
3.13.3 The workability of trial mix No. 1 shall be measured and mix shall be carefully observed
for freedom from segregation, bleeding and its finishing characteristics. The water
content, if required, shall be adjusted corresponding to the required changes in the
workability.
3.13.4 With the modified water content, the mix pro-portions shall be recalculated by keeping
with water cement ratio unchanged. The mix proportions, as modified, shall form the
Trial Mix No. 2 and tested for the specified strength and workability.
3.13.5 In addition, trial mix No. 3 and 4 shall be designed by keeping water contents same as
that determined for trial mix 2 but varying the water cement ratio + 10 percent of the
specified value and tested for their design characteristics.
3.14 All cost of mix designing and testing connected therewith including charges payable to
the laboratory shall be borne by the Contractor including redesigning of the concrete
mix wherever required and directed by Engineer-in-Charge.
3.15 APPROVAL OF DESIGN MIX:-
The mix design for a specified grade of concrete shall be done for a target mean
compressive strength
Tck = Fck + 1.65s
Where Fck = Characteristic compressive strength at 28 days.
s = Standard deviation which depends on degree of quality control.
The degree of quality control for this work is “good” for which the standard deviation (s)
obtained for different grades of concrete shall be as follows:-
GRADE OF CONCRETE STANDARD DEVIATION(S)
M-10 3.5
M-15 3.5
M-20 4.0
M-25 4.0
M-30 5.0
M-35 5.0
M-40 5.0

Minimum three sets of separate preliminary test shall be carried out for each trial batch
of concrete mix. Each test shall comprise six specimens and only one test set of six
specimens shall be made on any particular day. Out of the six specimen of each set, three
shall be tested at seven days and remaining three at 28 days. The preliminary tests at
seven days are intended only to indicate the strength to be attained at 28 days. While
the design mix shall be approved only on the basis of test strength of 28 days. The
design mix shall be considered satisfactory and approval if atleast three preliminary
test- sets individually satisfy the following strength and workability criteria.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


155

(a) The average strength of each test sets is not less than the specified target mean
compressive strength (TCK).
(b) The strength of any specimen cube is not less than 0.85 Tck.
(c) The concrete mix is required degree of workability and acceptance concrete finish.
3.16 All cost of mix designing and testing connected therewith including charges payable to
the laboratory shall be borne by the Contractor.

3.17 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.

TEST RESULTS OF SAMPLES:-


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 variation is
more, the test results shall be treated as invalid. 90% of the total tests shall be done at
the laboratory established at site by the contractor and remaining 10% in the laboratory
of NIT Raipur or in any other laboratory as directed by the Engineer-in-Charge.

LOT SIZE:-
The minimum frequency of sampling of concrete of each grade shall be in
accordance with the following:-

QUANTITY OF CONCRETE IN THE NUMBER OF SAMPLES


WORK (CUBIC METRE PER DAY).
1-5 1
6-15 2
16-30 3
31-50 4
51 & above 4 Plus one additional sample for each additional
50 cubic metre of part thereof

NOTE: - At least one sample shall be taken from each shift.

3.18 STANDARD OF ACCEPTANCE:-


i) In case the test results of all the samples are above the characteristic compressive
strength, the concrete shall be accepted.

ii) In case the test result of one or more samples fails to meet the requirement (i) above, it
shall be accepted if both the following conditions are met:-

a) Any individual test result is not less than (Fck - 4) N/mm2.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


156

b) The mean of test results from any group of four consecutive samples
is more than (Fck + 4) N/mm2.
iii) Concrete of each grade shall be assessed separately.

iv) Concrete is liable to be rejected, if it is porous or honeycombed, its placing has been
interrupted without providing a proper construction joint, the reinforcement has been
displaced beyond the tolerances specified, or construction tolerances have not been met.

3.19 The contractor has to arrange at site centering and shuttering for as per schedule F.
before two months from stipulated date of start of work. 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 as approved by the Engineer-in-Charge.
3.20 The rate quoted by the tenderer also include cost of special type of centering and
shuttering e.g. circular in shape or of any other architectural design.
3.21 In order to keep the floor finish as per architectural drawings and to provide required
thickness of the flooring as per specifications, the level of top surface of R.C.C. shall be
accordingly adjusted at the time of its centering, shuttering and casting for which
nothing extra shall be paid to the Contractor.

3.22 As per general engineering practice, level of floors in toilet / bath, balconies, shall be
kept 25 mm lower than general floors shuttering should be adjusted accordingly and
slabs should be laid with slope towards the drainage point. Nothing extra is payable on
this account.

3.23 Production of Concrete


All concrete shall be produced at site through fully computerised weigh-batching plant
of suitable capacity (not less than 30 cum/hr.) conforming to IS: 4925 with the
arrangements for automatic dispensing of admixture and having facility of giving print
out indicating weight / details of all ingredient of concrete in each lot/ batch and
variations from the approved design mix if any. Fully automatic batching and mixing
plant having capacity not less than 30 cum/ hour shall be installed at the arranged site
by the contractor. The batching and mixing plants shall be dedicated plants for this
project. Contractor shall make his own arrangements for the necessary infrastructure
for installation of batching plant and other machineries. However, if due to any reason,
contractor wishes to supplement the concrete from Ready Mix Concrete (RMC) supplier,
he is permitted to procure the same from the source approved by the Engineer-in-
charge at his own cost. In such a situation nothing extra shall be paid to the contractor.
All technical requirements such as cement type and minimum cement quantity, w/c
ratio, slump, admixture etc. shall be conveyed to RMC supplier by the contractor and
contractor shall be wholly responsible for ensuring the property of concrete as required
at site, nothing extra shall be paid to the contractor.
The contractor may take some time to install his own batching plants at the arranged
site and till the batching plants are installed, the contractor is permitted to procure
concrete from approved Ready Mix Concrete (RMC) supplier for a period 3 months from
date of start of work or the period as agreed by Engineer-in-Charge. Similarly, when the
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


157

work is nearing completion and daily requirement of concrete is very less, if agreed by
the Engineer-in-Charge, the contractor may be permitted to procure the concrete from
approved Ready Mix Concrete (RMC) supplier and nothing extra shall be paid to the
contractor on this account.

Land for Temporary Use

The land for labour camps and batching plant shall be arranged by the contractor. The
lease/rent charges shall be borne by the contractor. The Engineer-in-Charge shall
extend necessary help and issue necessary recommendations etc. to the concerned
department for temporary allotment of land during construction period. If the land
belongs to CPWD/Client and the same is made available to the contractor, the rent of
such land shall be recovered @ Rs.10,000/- per acre per month. The contractor shall
vacate the land after completion of work in same condition as was at the time of
allotment.
The batching and mixing plant shall be fully automatic of suitable capacity not less than
30cum/hour. 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 is fed in the mixer.
The batching plant shall have automatic arrangement for dispensing the admixture and
shall be capable of discharging water in more
than one stage. A batching plant essentially shall consist of the following components:

- Separate storage bins for different sizes of aggregates, silo for cement and flyash;
water storage tank.
- Batching equipment
- Mixers
- Control Panels
- Mechanical material feeding and elevating arrangements

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
water tight and provided with necessary air vent, aeration fittings for proper flow of
cement & emergency 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 be self cleansing
during draw-down. 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 measuring devices shall
fall within the following limits.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


158

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

The batching and mixing plant shall have the provision of adjusting the plus / minus
quantity of various ingredients in the next batch so that there is no variation in quantity
of ingredients from design mix in a lot consisting of 5 to 6 batches.

The mixer in the batching plant shall be so arranged that mixing action in the mixer can
be observed from the operator’s station. The mixer shall be equipped with a
mechanically or electrically operated timing, signalling 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.

3.24 Transportation, Placing and Compaction of Concrete


a. Mixed concrete from the RMC / Batching plant shall be transported to the point
of placement by transit mixers and placed in position through concrete pumps
and/or steel closed bottom buckets capable of carrying minimum 0.6 cum
concrete. In case the concrete is proposed to be transported by transit mixer, the
mixing 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 70 m/minutes 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 revolution of the mixing drum
or blades at mixing speed shall be between 70 to 100 revolutions for a uniform
mix, after all ingredients, 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 requirement shall conform to IS:5892.

b. In case concrete is to be transported by pumping, the conduit shall be primed by


pumping a batch of mortar 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 at all stages. Special
precaution shall be taken that surrounding temperature during concreting shall
not exceed 30 degree centigrade.

c. Except where otherwise agreed to by the Engineer-in-Charge, concrete shall be


deposited in horizontal layers to a compacted depth of not more than 450 mm.
Unless agreed to by the Engineer- in-Charge, concrete shall not be dropped into
place from a height exceeding 1.5m. In order to avoid such situations chutes,
tremie pipe or closed bottom buckets shall be used. These shall be kept clean and
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


159

used in such a way as to avoid segregation. Slope of the chute shall be so


adjusted that concrete flows without the use of excessive quantity of water. The
delivery end of chute shall be as close as possible to the point of deposit. The
chute shall be thoroughly flushed with water before and after each working
period and the water used for this purpose shall be discharged outside the
formwork. The concrete shall be compacted by using immersion type vibrators.
When the concrete is being continuously deposited to a uniform depth along a
member, vibrator shall not be operated within one meter of free end of the
advancing concrete. Every effort shall be made to keep the surface of the
previously placed layer of concrete alive so that the succeeding layer can be
amalgamated with it by the vibration process. In case the concrete in underlying
layer has hardened to such an extent that it cannot be penetrated by the vibrator
but is still fresh (that is, just after initial set), un-imposed bond shall be achieved
between the top and underlying layer by first scarifying the lower layer before
the new concrete is placed by systematically and thoroughly vibrating the new
concrete. The points of insertion of vibrator in the concrete shall be so spaced
that the range of action overlap to some extent and the freshly filled concrete is
sufficiently consolidated at all locations. The spacing between the dipping
positions of vibrator shall be maintained uniformly throughout the surface of
concrete so that concrete is uniformly vibrated. The vibrating head shall be
regularly and uniformly inserted in the concrete so that it penetrates of its own
accord and shall be withdrawn slowly whilst running so as to allow
redistribution of concrete in its way and allow the concrete to flow back into the
hole behind the vibrator. The vibrator head shall be kept in one position till the
concrete within its influence is completely consolidated. Vibration shall be
continued until the coarse aggregate particle have blended into the surface but
have not disappeared. The contractor shall keep at least one additional vibrator
in serviceable condition to be used in the event of breakdowns and maintenance
problems.

d. The vibrator head shall not be brought more than 200 mm near to the formwork
as this may cause formation of water stagnations. The formwork shall be strong
and great care shall be exercised in its assembly. It shall be designed to take up
increased pressure of concrete and pressure variations caused in the
neighbourhood of vibrating head, which may result in excessive local stress on
the formwork. The joints of the formwork shall be made and maintained tight
and close enough to prevent the squeezing out slurry or sucking in of air during
vibration. The formwork to receive concrete shall be cleaned and made free from
standing water, dust, etc. The contractor shall keep provision for screed and
shutter vibrators at site.

e. No concrete shall be placed in any part of the structure until the approval of
Engineer-in-Charge has been obtained. If concreting is not started within 24
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


160

hours of the approval being given, it shall have to be obtained again from the
Engineer-in-Charge. Concreting shall be done continuously over the area
between construction joints. Fresh concrete shall not be placed against concrete
which has been in position for more than 30 minutes unless a proper
construction joint is formed. When concreting has to be resumed on a surface
which has hardened, it shall be roughened, swept, clean, thoroughly wetted and
covered with a 13 mm thick layer of mortar composed of cement and sand in the
same ratio as in the concrete mix itself. The 13 mm layer of mortar shall be
freshly mixed and placed immediately before placing of new concrete.

f. Where concrete is not fully hardened, all latency shall be removed by scrubbing
the wet surface with wire or bristle brushes. Care shall be taken to avoid
dislodgement of particles of coarse aggregate. The surface shall then be
thoroughly wetted, all free water removed and then coated with neat cement
grout. Particular attention shall be given to corners and close spots.

3.25 In case of rejection of concrete on account of unacceptable compressive strength,


governed by para “Standard of Acceptance” as above, the work for which samples have
failed shall be redone at the cost of contractor. However, the Engineer-in-Charge may
order for additional tests (like cutting cores, ultrasonic pulse velocity test, load test on
structure on part of structure, etc) to be carried out at the cost of contractor to ascertain
if the portion of structure wherein concrete represented by the sample has been used,
can be retained on the basis of results of individual or combination of these tests. The
Contractor shall take remedial measures necessary to retain the structure as approved
by the Engineer-in-Charge without any extra cost. However, for payment, the basis of
rate payable to contractor shall be governed by the 28 days cube test results and
reduced rates shall be regulated in accordance with para 3.24.2.

4.0 SHUTTERING / Form Work:-


4.1 The work shall be done in accordance with CPWD Specifications - 2009 - Vol.I & Vol. II
with upto date correction slips.
4.2 Steel shuttering as approved by the Engineer-in-Charge shall be used by the contractor.
Minimum size of shuttering plates shall be 600mm x 900mm except for the case when
closing pieces required to complete the shuttering panels. Dented, broken, cracked,
twisted or rusted shuttering plates shall not be allowed to be used on the work.
4.3 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 debonding
compound shall be applied on the surface of the shutter plates in the requisite quantity
before assembly of steel reinforcement.
4.4 The joint filler shall be resilient closed cell expanded polyethene and non- tainting as
manufactured by Supreme Industries Ltd.
4.5 Providing joint filler of required thickness in position to substrate using either double
sided foam adhesive tape or neoprene synthetic rubber adhesive. When forming

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


161

expansion joint with the Board in in-situ concrete, joint sealing slots can be readily
formed in the following matter-
a) Before installing, simply cut off a strip of the required depth. Then install the filler
flush with the finished surface.
b) Prior to sealing, the top strip can then be pulled easily from the joint to provide an
uncontaminated sealing slot ready for preparation and sealing.
5.0 REINFORCEMENT:-
5.1 The reinforcement shall be done as per CPWD Specifications - 2009 - Vol.I & Vol. II with
upto date correction slips.
5.2 The item of reinforcement of RCC work includes all operations including straightening,
cutting, bending, welding, binding with annealed steel or welding and placing in position
at all the floors with all leads and lift complete as per CPWD Specification - 2009 - Vol.I &
Vol. II with upto date correction slips.
5.3 To avoid displacement of bars in any direction and to ensure proper cover, only factory
made round type/rectangular cover blocks shall be used by the contractor. Nothing
extra shall be payable on this account.

6.0 BRICK WORK:-


Unless otherwise specified FPS Bricks/Flyash bricks shall be used in all items of brick
work. The classification of bricks brought by the contractor shall strictly conform to
CPWD Specifications – 2009 Vol-1 & II with upto date correction slips or as specified.
The work shall also include for leaving chases / notches for dowels / cramps for all
kinds of cladding to come over brick work.

7.0 STONE / MARBLE WORK:-


General:-
7.1 The execution of stones work shall be in general as per CPWD Specifications - 2009 -
Vol.I & Vol. II with upto date correction slips.
7.2 All holes, rebates, recesses etc. for providing fixing and inserts shall be predrilled and
precut and worked using precision machine tools. Nothing extra on this account shall be
payable.

SAMPLES FOR STONE WORK:-


7.3 Samples of each item of stone work either individually or in combination shall be
prepared for approval of Engineer-in-Charge before commencement of work.
7.4 Sequence of execution for cladding work shall be suggested by the contractor for
approval of Engineer-in-Charge.

8.0 SCAFFOLDING:-
Double steel scaffolding having two sets of vertical supports shall be provided. The
supports shall be sound and strong, tied together with horizontal pieces over which
scaffolding planks shall be fixed.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


162

9.0 WOOD WORK:-


9.1 The wood work in general shall be carried out as per CPWD Specifications - 2009 Vol.I
& II with upto date correction slips.
9.2 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.
9.3 Glazing for toilets shall be of translucent type.
9.4 The shape and size of beading shall be as per drawings. The joints of beading shall be
mitred.

10.0 STEEL WORK:-


Work shall be carried out as per CPWD Specifications - 2009 - Vol.I & Vol. II with upto
date correction slips.
11.0 FLOORING
11.1 All work in general shall be carried out as per CPWD Specifications- 2009 - Vol.I & Vol. II
with upto date correction slips.
11.2 Whenever flooring is to be done in patterns tiles/ stone, the contractor shall get samples
of each pattern laid and approved by the Engineer-in-Charge before final laying of such
flooring for which nothing extra shall be paid.
11.3 Different stones/ tiles used in pattern flooring as per the approved architectural
drawings and nothing extra for laying pattern flooring shall be paid. No additional
wastage if any shall be accounted for any extra payment.
11.4 The proper gradient shall be given to flooring for toilets, varrandah, kitchen, court yard,
etc. as per the directions of Engineer-in-Charge. For this there may be extra thickness of
dry mortar below the tiles/stone slabs. These gradients should be insured in the
shuttering itself. Nothing extra shall be paid for this as this is included in awarded
cost/tendered cost.
11.5 Ceramic Tiles/Vitrified Tiles Work/ Granite stone flooring
11.5.1 Work shall be carried out as per CPWD Specifications- 2009 Vol I & II with up to date
correction slips and as per manufactures specifications.
11.5.2 Rates shall be inclusive of all operations including labour, material, T&P, scaffolding etc.
complete. Nothing extra shall be payable on any account.
11.5.3 Size of ceramic/vitrified tiles shall not be less than 450 mm x 450 mm. unless or
otherwise as per nomenclature of the item. Nothing extra shall be paid on this account.
11.5.4 One piece Granite stone for treads / risers in staircase shall be used and nothing extra
shall be paid on this account.
11.6 Stainless Steel Railing/Handrails:
GENERAL
The contractor shall apply all materials, labour, tools, ladders, scaffolding and other
equipments necessary for the completion and protection of all stainless steel work.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


163

MATERIAL
All stainless steel pipes and plates shall conform to AISI 316 grade and the relevant clauses
associated with this grade of steel to be followed.

SURFACE FINISH
Surface finish of all the stainless steel materials will be in 240 grit satin finish / matt finish.

ACCESSORIES
Fixing will be done by stainless steel expansion bolts of approved size and make as per
Engineer-in-charge and welding to be done by using organ welding rods and the surface
being duly finished and cleaned by K2 passivation, which is nitric acid plus floric acid
solution treatment by which the chances of corrosion will be eliminated and any burn out
makes on the metal will also be eliminated.

COATING MASS
All stainless steel material will have to be coated by a solution of Inox to avoid finger in
prints and avoidance of settlement of environment / atmospheric dust.

12.0 ROOFING, WATER PROOFING & INSULATION


Work shall be executed as per CPWD Specifications, 2009 Vol I & II with upto date
correction slips.

12.1 Water Proofing of terrace/ Sunken Portion Area/UG tank.


12.1.1 Brick Bat Terracing/ Water Proofing
The water proofing compound used in integral water proofing treatment shall satisfy all
the performance requirements indicated in IS : 2645 and shall be got tested before its
use. The compound shall be used @ 2% by weight of cement used or as recommended
by the manufacturer.
12.1.2 Total quantity of the water proofing compound required shall be arranged only after
obtaining the prior approved of the Engineer-in-Charge in writing. Materials shall be
kept under double lock and key and proper account of the water proofing compound
used in the work shall be maintained. It shall be ensured that the consumption of the
compound is as per specified requirements.
12.1.3 The finished surface after water proofing treatment for roof slab shall have smooth
slope.
12.1.4 Before commencement of treatment on roof surface, it shall be ensured that the outlet
drain pipes/ spouts have been fixed and the spout opening have been eased and
rounded off properly for easy flow of water.

12.2 Water proofing of Sunken Portion Area

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


164

Application of cementitious- organic chemical based coating as per manufacturers


specifications of Kryton or equivalent applied on vertical and horizontal surface after
laying of all pipes and smooth plugging of holes.

Concrete surface on which water proofing is desired shall be kept wet for 48 hrs.
after cleaning of all dirt, oil grease, bitumen, laitance or other contaminants.

Surface water shall be removed prior to application of waterproofing, but surface


shall remain wet during the application to enhance deep penetration & formation
of crystats at greater depth to block voids.
The area be shall be protected from sun and rain for 48 hrs. and continuos
flooding for 7 days.
Flooding shall be done for 72 hrs. to test the area for any leakage/ seepage etc. In
case of failure, the process shall be repeated and tested again by the contractor at
his own risk and cost.
Rates shall be inclusive of all operations including labour, material, T&P,
scaffolding and testing etc. complete. Nothing extra shall be payable on any
account.
Guarantee Bond
Ten years guarantee bond in prescribed proforma attached at annexure-II herewith
shall be submitted by the contractor which shall also be signed by both the specialised
agency and the contractor to meet their liability/ liabilities under the guarantee bond.
However, the sole responsibility about efficiency of water proofing treatment shall rest
with the main contractor.
(Five percent) of the cost of water proofing work shall be retained as security deposit
and the amount so withheld would be released after ten years from the date of
completion of the entire work under the agreement, if the performance of the work done
is found satisfactory. If any defect is noticed during the guarantee period, it shall be
rectified by the contractor within seven days of receipt of intimation of defects in the
work. If the defects pointed out are not attended to within the specified period, the same
will be got done from another agency at the risk and cost of contractor.
However, the security deposit deducted may be released in full against bank guarantee
of equivalent amount in favour of Engineer-in-Charge, if so decided by the Engineer-in-
Charge.
The security deposit against this item of work shall be in addition to the security deposit
mentioned elsewhere in contract form.
13.0 FINISHING
13.1 The work shall be carried out as per CPWD Specifications- 2009 Vol.-I & Vol. II with upto
date correction slips.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


165

13.2 All painting material shall brought to the site of work in the original sealed containers.
The material brought to the site of work shall be sufficient for at least 30 days of work.
The material shall be kept under the joint custody of contractor and representative of
the Engineer-in-Charge. The empty contains shall not be removed from the site till the
completion of the work without permission of the Engineer-in-Charge.

14.0 SPECIFICATIONS FOR ALUMINIUM DOOR, WINDOW, VENTILATOR WORKS ETC.


14.1 Extent and intent
Minimum wt/m2 of aluminium for fixed & openable windows and doors with frames
shall be 15 kg. Aluminium section of the minimum medium grade shall be used for work.
The work shall be carried out through an approved specialised agency, who shall furnish
all materials, labour, accessories, equipment, tool and plant and incidentals required for
providing and installing anodised aluminum doors, windows, claddings, louvers and
other items as called for on the drawings. The drawings and specifications cover the
major requirement only. The supplying of additional fastenings, accessory features and
other items not mentioned specifically herein, but which are necessary to make a
complete installation shall be a part of this contract.

14.2 General
Aluminium doors, windows etc. shall be of sizes, section details as shown on the
drawings. The details shown on the drawings indicate generally the sizes of the
components parts and general standards. These may be varied slightly to suit the
standard adopted by the manufacturer. Before proceeding with any manufacturing, the
contractor shall prepare and submit complete manufacturing and installation drawings
for approval of the Engineer-in-Charge and no work shall be performed until the
approval of these drawings is obtained.

14.3 Shop Drawings


The contractor shall submit the shop drawings of doors. Windows, louvers, cladding and
other aluminum work, based on architectural drawings, to the Engineer-in-Charge for
his approval. The drawings shall show full size sections of doors, windows etc. thickness
of metal (i.e wall thickness), details of construction, sub frame/ rough ground profile,
anchoring details, hardware as well as connection of windows, doors and other metal
work to adjacent work. Samples of all joints and methods of fastening and joining shall
be submitted to the Engineer-in-Charge for approval well in advance of commencing the
work.

14.4 Samples
Samples of doors, windows, louvers etc. shall be fabricated, assembled and submitted to
the Engineer-in-Charge for his approval. They shall be of sizes types etc. as decided by
Engineer-in-Charge. All samples shall be provided at the cost of the contractor.

14.5 Sections
Minimum doors and windows shall be fabricated from extruded section of profile of
detailed on drawings. The sections shall be extruded by the manufacturers approved by
the Engineer-in-Charge. The aluminum extruded sections shall conform IS designation
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


166

63400-WP (HV9WP Old designation) with chemical Composition and technical


properties as per IS 733 and IS : 1285. The permissible dimensional tolerance of the
extruded sections shall be such as not to impair the proper and smooth function/
operation and appearance of doors and windows.

14.6 Fabrication
Doors, windows, etc. shall be fabricated to sizes as shown, at factory and shall be of
section, sizes combinations and details as shown in the Architectural Drawings. All
doors, windows etc. shall have mechanical joints. All members shall be accurately
machined and fitted to form hairline joints prior to assembly. The joint and accessories
such as cleats, brackets, etc. shall be of such materials as not to cause any bimetallic
action. The fabrication of doors, windows, etc. shall be done in suitable sections to
facilitate easy transportation, handling and installation. Adequate provision shall be
made in the door and window members for anchoring to support and fixing of hardware
and other fixtures as approved by the Engineer-in-Charge.
14.7 Powder Coating
All aluminum sections shall be powder coated 50 micron to required color as specified
in the item and as per direction of Engineer-in-Charge. Polythene tape protection shall
be applied on the powder coated section before they are brought to site. All care shall be
taken to ensure surface protection during transportation, storage at site and installation.
The tape protection shall be removed on installation. The samples will be tested in the
approved laboratory and cost of samples, cost of testing, shall be borne by the
contractor.
14.8 Protection of Finish
All aluminum members shall be wrapped with approved self adhesive non- staining PVC
tapes.
14.9 Handling and stacking
14.9.1 Fabricated materials shall be stacking in an approved manner to protect the material
against any damage during transportation. The loading and unloading shall be carried
out with utmost care, on receipt of materials at site, they shall be carefully examined to
detect any damaged pieces. Arrangements shall be made for expeditious replacement of
damaged piece/ parts. Materials found to be acceptable on inspections shall be repacked
in crates and stored safely.
14.9.2 In the case of Composite windows and doors, the different units are to be assembled
first. The assembled Composite units should be checked for line, level and plumb before
final fixing is done. Units may be serial numbered and identified as how to be assembled
in their final location of situation so warrants.
14.9.3 Where aluminum comes into contact with masonry brickwork, concrete, planter or
dissimilar metals, it shall be coated with approved insulation lacquer, paint or plastic
tape to ensure that electro- chemical corrosion is avoided. Insulation material shall be
trimmed off to a clean flush line on completion.
14.9.4 The contractor shall be responsible for assembling Composite, bedding and filling the
groove with backup roads polysulphide sealant inside and outside, placing the doors,
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


167

windows etc. in their respective opening. After the doors/ windows have been fixed in
their correct assigned position, the open hollow sections abutting masonry concrete
shall be fitted with approved polysulphide sealant densely packed and neatly finished.
14.9.5 The contractor shall be responsible for doors, windows, etc. being set straight plumb,
level and for their satisfactory operation after fixing is complete.
14.10 Installation
14.10.1 Just prior to installation the doors, windows etc. shall be uncrated and stacked on
edge on level bearers and supported evenly. The frame shall be fixed into position true
to line and level using adequate number of expansion machine bolts, anchor fasteners
of approved size and manufacturer and in an approved manner. The holes in concrete/
masonry members for housing anchor bolts shall be drilled with an electric drill.
14.10.2 The doors, windows assembled as shown on drawings shall be placed in correct final
position in this opening and marks made on concrete members at jambs, sills and
heads against the holes provided in frames for anchoring. The frame shall then be
removed from the opening and laid aside. Neat hole with parallel sides of appropriate
size shall then be drilled in the concrete members with an electric drill at the marking
to house the expansion bolts. The expansion bolts shall then be inserted in the holes,
struck with a light hammer till the nuts is forced into the anchor shell. The frame shall
then be placed in final position in the opening and anchored to the support through
cadmium plated machine screws of required size threaded to expansion bolts. The
frame shall be set in the opening by using wooden wedges at supported and bar
plumbed in position. The wedges shall invariably be placed at meeting points of
glazing bars and frames.

14.11 Neoprene Gaskets


The contractor shall provide and install Neoprene gaskets of approved size and profile
at all locations as shown and as called for to render the doors, windows etc. absolutely
air tight and weather tight. The contractors shall produce samples of the gaskets for
approval and procure after approval only.
14.12 Fittings
Hinges, stays, handles, tower bolts, locks and other fittings shall be of excellent quality
and manufacturers shall be approved by the Engineer-in-Charge.
14.13 Manufacturer’s Attendance
The manufacturer immediately prior to the commencement of glazing shall adjust and
set all windows and doors and accept responsibility for the satisfactory working of the
opening frames.
14.14 Mastic Cement
The gaps between frames and supports and also any gaps in the windows section shall
be raked out as directed and filled with mastic cement of approved colour and make to
ensure complete water tightness. The mastic cement shall be of such colour and
Composition that it would not stain the masonry/ concrete work, shall receive paint
without bleeding, will not sag and shall not set hard or dry out under any conditions of
weather. The samples of mastic cement to be used for this purpose shall be got
approved by the Engineer-in-Charge before its actual use.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


168

14.15 Sealant
Use modified silicone for joint subject to movement and in glazing.
Surfaces to receive sealant shall be properly prepared, cleaned, primed and
excess sealant removed from finished surfaces.
Sealed joints shall be neatly tooled and surfaces smoothed.
Follow the instruction of the sealant manufacturers.
Colour of the sealant shall be approved by the Engineer-in-Charge.
14.15.1 Glazing
Glazing shall generally be accomplished from the inside of building.
The glazing system shall be designed to this end use a continuous E.P.D.M
compression gaskets on both sides (Present Gasket on one side of glazing pocket
and roll in gasket on another side). A continuous wet seal shall be employed to
ensure a complete water tightness.
Maintain a minimum glazing bite, edge clearance and surface clearance
depending on the glass as recommended by the glass manufacturer.
14.15.2 Sealant and Gasket Application
Sealant and gasket shall be provided wherever shown in the drawings or
required for a permanently weather tight installation. The sealing mechanism is
necessary but is not indicated, it shall be of type recommended by the sub-
contractor and approved by the Engineer-in-Charge.
All adjoining surfaces shall be protected to receive sealant against staining by
masking and/ or other methods.
Joints and joint surfaces shall be clean, dry, and free of any material that may
have an adverse effect on the bonding and/ or seal of the sealant and gasket
materials.
Apply sealant and gasket under the conditions recommended by the
manufacturer(s). Prime all surface to receive sealant and gasket unless
recommended otherwise, use no sealant that has started to set in its container or
a sealant that has exceeded the self life published by the manufacturer.
Fill all joints continuously and completely with sealant, forming a neat, uniform,
concave bead. Finish the material flush with adjoining surfaces unless shown on
the drawings. All sealant surfaces shall be tooled smooth.
Tensile or shear stress in structural silicone sealant joint shall not exceed 1.4 kg./
sqm.

14.16 Protection & Cleaning


The contractor shall adequately protect all components and accessories from damage
during shipments, storage at job site, erection and after completion of the work. At such
time as may be directed, the sub contractor shall remove all protective tapes or coating,
thoroughly clean all anodised aluminum and glass surfaces with suitable cleaning agent,
make final adjustments to all ventilators, etc. and hardware leaving all in first class
working order.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


169

Details of Tests

14.17.1 The various tests on aluminum sections shall be conducted in accordance with the
relevant IS codes.
14.17.2 The minimum number of tests for powder coating and corrosion resistance shall be
as given below:

S.No. Details No. of Tests


(i) Doors, Windows & Ventilators 5% of Nos. manufactured.

14.17.3 The samples of major member of each unit of doors/ windows shall be selected at
random by Engineer-in-Charge as such that all the aluminum section be got tested.

14.17.4 The cost of samples, carriage or the samples and testing charges, if any, shall be borne
by the contractor.

14.18 Acceptance Criteria


The aluminum sections shall conform to the provisions of the relevant working
drawings. The sectional weight of any aluminum section is higher than the permissible
variation same shall be accepted.

14.18.1Guarantee Bond:- All aluminum work shall carry two years guarantee after completion
of the work against water leakage, unsound material and workmanship and defective
anodising as per guarantee bond at annexure-III.

Two years guarantee in prescribed proforma attached at Annexure-III must be


given by the specialised firm, which shall be counter signed by the contractor, in token
of his overall responsibility in addition 10% (Ten percent) of the cost of these items
would be retained as guarantee to which the performance of the work done. The cost
guarantee against this item of work shall be in addition to the security deposit
mentioned elsewhere in the contract form. If any defect is noticed during the guarantee
period, it should be rectified by the contractor within seven days, and if not attended to
the same will be got done from another agency at the risk and cost of the contractor.
However, this security deposit can be released in full, if bank guarantee of equivalent
amount for two years is produced and deposited with the department.

14.19 Work shall be carried out as per CPWD Specifications- 2009 Vol-.I & Vol.-II with upto
date correction slips.

15.0 SANITARY INSTALLATIONS/ WATER SUPPLY/ DRAINAGE


15.1 The work in general shall be carried out as per CPWD Specifications- 2009 Volume-I to
II with upto date correction slips. Rate include all materials, labour and all the

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


170

operations mentioned in the respective item unless and otherwise specifically


mentioned.
15.2 WATER SUPPLY, SANITARY INSTALLATIONS AND DRAINAGE
i) Hubless Centrifugally cast (spun) iron S & S pipes and G.I. pipes wherever
necessary shall be fixed to R.C.C. columns, beams etc. with rawl plugs .

ii) The contractor shall be responsible for the protection of the sanitary and water
supply fittings and other fittings and fixtures against pilferage and breakage
during the period of installation and thereafter until the building is handed over.
iii) The contractor shall furnish all labour, materials and equipment, transportation
and incidental necessary for supply, installation, testing and commissioning of
the complete Plumbing / Sanitary system as described in the Specifications and
as shown on the drawings. This also includes any material, equipment,
appliances and incidental work not specifically mentioned herein or noted on the
Drawings/Documents as being furnished or installed, but which are necessary
and customary to be performed under this contract. The Plumbing / Sanitary
System shall comprise of following:
a) Sanitary Fixtures and Fittings.
b) Internal and External Water Supply.
c) Internal and External Drainage.
d) Approval from Local Authorities.
e) Balancing, testing & commissioning.
f) Test reports and completion drawings.
iv) The contractor shall procure and install all pipes, Sockets /Nipples including
shut-off valve etc for mounting sensors/transmitters for the interface to Building
Automation System.
Contractor shall use GI pipes and fittings of minimum medium grade. Similarly
the sanitary pipes will also be of minimum 100 mm dia of medium grade. The
pipes should be designed accordingly to the pressure.
v) The contractor shall ensure that senior and experienced plumbers are assigned
exclusively for this work. Such plumber(s) should have valid license from the
local authorities. The project management shall be done through modern
technique. For quality control & monitoring of workmanship, contractor shall
assign at least one engineer who would be exclusively responsible for ensuring
strict quality control, adherence to specifications and ensuring top class
workmanship for the installation.
vi) The work shall be in conformity with the Bye-laws, Regulations and Standards of
the local authorities concerned. But if these Specifications and Drawings call for a
higher standard of materials and / or workmanship than those required by any
of the above regulations and standards, then these Specifications and Drawings
shall take precedence over the said regulations and standards. However, if the
Drawings and specifications require something which violates the Bye-laws and
Regulations, then the Bye-laws and Regulations shall govern the requirement of
this installation.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


171

vii) The contractor shall obtain all permits/ licenses and pay for any and all fees
required for the inspection, approval and commissioning of their installation
without additional cost to the department.
viii) The Plumbing / Sanitary Drawings given by the Engineer In-Charge or issued
with tenders are diagrammatic only and indicate arrangement of various
systems and the extent of work covered in the contract. These Drawings indicate
the points of supply and of termination of services and broadly suggest the
routes to be followed. Under no circumstances shall dimensions be scaled from
these Drawings. The contractor shall follow these drawings in preparation of his
shop drawings, and for subsequent installation work.
ix) The contractor shall examine all architectural, structural, plumbing, electrical
and other services drawings and check the as-built works before starting the
work, report to the Engineer In-Charge any discrepancies and obtain
clarification. Any changes found essential to coordinate installation of his work
with other services and trades, shall be made with prior approval of the Engineer
In-Charge without additional cost to the department.
x) All the shop drawings shall be prepared on computer through Autocad System
based on Architectural Drawings and site measurements. Within two months of
the award of the contract, contractor shall furnish, for the approval of Engineer
In-Charge, the two sets of detailed shop drawings of complete work and
materials including layouts for Plant room, Pump room, Typical toilets drawings
showing exact location of supports, flanges, bends, tee connections, reducers,
detailed piping drawings showing exact location and type of supports, valves,
fittings etc; external insulation details for pipe insulation etc.
xi) These shop drawings shall contain all information required to complete the
work. These Drawings shall contain details of construction, size, arrangement,
operating clearances, performance characteristics and capacity of all items of
equipment, also the details of all related items of work by other contractors. Each
shop drawing shall contain tabulation of all measurable items of
equipment/materials/works and progressive cumulative totals from other
related drawings to arrive at a variation-in-quantity statement at the completion
of all shop drawings. Minimum 4 sets of drawings shall be submitted after final
approval along with CD. When he makes any amendments in the above drawings,
the contractor shall supply two fresh sets of drawings with the amendments duly
incorporated along with check prints, for approval. The contractor shall submit
further four sets of shop drawings to the Engineer In-Charge for the exclusive
use by the Engineer In-Charge and all other agencies. No material or equipment
may be delivered or installed at the job site until the contractor has in his
possession, the approved shop drawing for the particular material/equipment /
installation.
xii) Shop drawings shall be submitted for approval four weeks in advance of planned
delivery and installation of any material to allow the Engineer In-Charge ample
time for scrutiny. No claims for extension of time shall be entertained because of
any delay in the work due to his failure to produce shop drawings at the right
time, in accordance with the approved programme.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


172

xiii) Samples of all materials like valves, pipes and fittings etc. shall be submitted to
the Engineer In-Charge prior to procurement for approval and retention by
Engineer In-Charge and shall be kept in their site office for reference and
verification till the completion of the Project. Wherever directed a mockup or
sample installation shall be carried out for approval before proceeding for
further installation without any extra cost.
xiv) Approval of shop drawings shall not be considered as a guarantee of
measurements or of building dimensions. Where drawings are approved, said
approval does not mean that the drawings supersede the contract requirements,
nor does it in any way relieve the contractor of the responsibility or requirement
to furnish material and perform work as required by the contract.
xv) All materials and equipment shall conform to the relevant Indian Standards and
shall be of the approved make and design. Makes shall be in conformity with list
of approved manufacturers as per approved list and samples.
xvi) Balancing of all water systems and all tests as called for the CPWD Specifications
shall be carried out by the contractor through a specialist group, in accordance
with the Specifications and Standards. The installation shall be tested and shall
be commissioned only after approval by the Engineer In-Charge. All tests shall be
carried out in the presence of the representatives of the Engineer In-Charge and
without additional cost to the department.
xvii) The contractor shall submit completion plans for water supply, internal sanitary
installations and building drainage work within 15 days of the date of
completion. These drawings shall be submitted in the form of two sets of CD’s
and four portfolios (300 x 450 mm) each containing complete set of drawings on
approved scale indicating the work as installed. These drawings shall clearly
indicate complete plant room layouts, piping layouts and sequencing ofautomatic
controls, location of all concealed piping, valves, controls and other services. In
case the contractor fails to submit the completion plans as aforesaid, security
deposit shall not be released and these shall be got prepared at his risk and
cost.
xviii) The CCI/CI/PVC pipe and GI pipe etc. wherever necessary shall be fixed to RCC
columns, beams etc. with rawl plugs and nothing extra shall be paid for this.
xix) “The pig lead to be used in joints of 150mm,100mm, 75mm, 50mm dia of sand
cast iron, centrifugally cast (Spun ) iron pipes shall be as per relevant CPWD
Specifications”. However, in case of 150 mm dia pipes less use of pig lead by
more than the required quantity and the permissible variation there of ,a
recovery for such quantity shall be made from the contractor at market rate to be
determined by Engineer in Charge whose decision in the matter will be final.
xx) The contractor shall bear all incidental charges for cartage, storage and safe
custody of materials and shall construct suitable godowns, yards at the site of
work for storing materials so as to be safe against damage by sun, rain, fire or
theft etc., at his own cost and also employ necessary watch and ward
establishment for the purpose at his own cost.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


173

xxi) All fixtures and fittings shall be provided with all such accessories as are
required to complete the item in working condition whether specifically
mentioned or not in the Schedule of Quantities, specifications, elsewhere in this
tender document & drawings. The quoted rates shall be deemed to be all
inclusive for a complete item fit for use including all materials, labour T&P,
specials, equipment, testing & commissioning etc. Accessories shall include
proper fixing arrangement, brackets, nuts, bolts, screws and required connection
pieces. Nothing extra whatsoever shall be payable on this account.
xxii) Fixing screws shall be half round head chromium plated brass screws with C.P.
washers where necessary or otherwise as provided in the item.
xxiii) Porcelain sanitary ware shall be glazed vitreous china of first quality free from
warps; cracks and glazing defects and shall conform to relevant BIS codes. Colour
of sanitary ware, shall be specified or as selected by the Engineer-in-Charge.
Nothing extra shall be payable on this account.
xxiv) Horizontal pipes running along ceiling shall be fixed on structural
adjustable clamps of approved design. Horizontal pipes shall be laid to uniform
slope and the clamps adjusted to the proper levels so that the pipes fully rest on
them and are properly secured.
xxv) Contractor shall provide all nuts, bolts, welding material and paint the Clamps
with one coat of red oxide and two or more coats of black enamel paint.
xxvi) Slotted angle/channel supports on walls shall be provided wherever shown on
drawings. Angles/channels shall be of sizes shown on drawings or specified in
schedule of quantities. Angles/channels shall be fixed to brick walls with bolts
embedded in cement concrete blocks and to RCC walls with suitable anchor
fasteners. The spacing of support bolts horizontally shall not exceed 1 m.
xxvii) Wherever M.S. clamps are required to be anchored directly to brick walls,
concrete slabs, beams or columns, nothing extra shall be payable for clamping
arrangement and making good with cement concrete 1:2:4 mix (1 cement: 2
coarse sand: 4 stone aggregate 20 mm nominal size) or as directed by the
Engineer-in-Charge.
xxviii) The ground colour shall be applied throughout the entire length of pipe. Colour
bands shall be superimposed on the ground colour and shall be applied near
valves, junctions, joints, service appliances, bulkheads, valves, etc. for clear
identification of fluid being carried and to avoid confusion. The relative
proportional widths of the first colour band to the subsequent bands shall be
4:1.The minimum width of the narrowest colour band shall be 25 mm.
GENERAL
i) a) Rates for all items quoted shall be inclusive of all work and items given in
the above mentioned specifications and Schedule of Quantities and
applicable for the work under floors, in shafts or at ceiling level at all
heights and depths. All rates are inclusive of cutting holes and chases in
RCC and masonry work and making good the same.
b) All rates are inclusive of pre testing and on site testing of the
installations, materials and commissioning.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


174

ii) 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.

UPVC WINDOW SYSTEMS


All openable and fixed window system shall have minimum 3 hollow chambers from
front to back. The sliding system frames shall have minimum 3 chambers from front to
back. The Sliding system Sashes shall have minimum 2 chambers from front to back. The
outer profile shall not be less than 56 mm.
All sections of the frame and sash shall be reinforced in accordance with the system
supplier’s recommendations using galvanized mild steel in a single continuous length.
GENERAL REQUIREMENTS
Profile
The profile is to be extruded from a compound that has been blended to ensure quality
and consistency. The material shall be pristine white high impact modified window
grade uPVC and shall be colorfast and conform to BS EN 12608:2003 as below:-
Description of Material Required Value
Flexural modulus of Elasticity Shall not be less than 2200 N/mm2
Resistance to impact by falling mass at not more than 1 test specimen shall show
– 10 °C for Class II (falling mass 1000g rupture in wall
; falling height 1500mm – as per BS EN
12608:2003)
Mean Breaking Stress for welded Shall not be less than 35N/mm2 for
corners compression bending test or 25N/ mm2 for
tensile bending test

The profile shall be a hollow 3-chamber (across depth) profile with a outer wall
thickness not less than 2.4 mm. The profile shall be of first grade/quality uniform and
free from foreign bodies, cracks or marks.
Fabrication of Window
i) The window units shall be designed with all corner joints, transom joints and
mullion joints being mitred and fusion welded.
ii) All excess material is to be neatly trimmed and neatly feature grooved/raised nib
finish at corners, transom joints and mullion joints.
iii) There will be no mechanical joining of the profile.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


175

iv) No polishing flush of any joints will be permitted.


v) The window units shall be designed so that the route of drainage is prevented
from passing through the reinforcement chamber.
vi) The finished product shall be free from all sharp edges, burrs and the like that
may be hazardous to the user.
vii) The dimensional tolerances on the finished outer frame height and width shall be
+ 3mm. Frame assemblies shall be such that they can be installed square within a
maximum difference in the diagonals of 4mm. Minimum overlap of sash on frame
shall be 8mm.
viii) In all window units, adequate drainage should be provided to permit the escape
of water from platforms or horizontal members beneath each sealed unit. The
drainage slots shall not penetrate into the reinforcement chambers. Rain water
Stop to be provided wherever necessary to provide barrier to excess rain water.
Reinforcement
i) Reinforcement shall be made from mild steel tube of not less then 2mm thickness
as per strength requirement unless otherwise approved by Engineer in Charge.
ii) Steel reinforcement shall conform to IS 277:2003 or equivalent. Base material of
steel shall conform to IS 513:2008 – Drawing Grade.
iii) The reinforcement shall be installed in accordance with the recommended
actions. The reinforcement shall conform to the wind load requirements of IS
875: Part 3. The reinforcement shall be in one continuous length and should be
installed minimum 5mm and maximum 10mm from the face of the profile to be
welded.
iv) The reinforcement shall be secured to the profile so that it does not move or
rattle and it maintains the structural integrity of the frame and satisfactory
thermal separation. Reinforcement is to be fixed at a maximum of 100mm from
the ends and then at a maximum of 300mm centers.
Glazing and Weather Seals

GLAZING
i) Window shall be such that glazing or re-glazing on site is possible without the
need to remove the outer frames from the structure of the building.
ii) All glazing is to be packed in accordance with the system supplier’s
recommendations to prevent any kind of damage during handling.
iii) Double Glazed Units(DGU) comprising of hermetically-sealed 6-12- 6 mm
insulated glass (double glazed) vision panel units of size and shape as required
and specified, comprising of an outer heat strengthened float glass 6mm thick,
of approved colour and shade with reflective soft coating on surface # 2 of
approved colour and shade, an inner Heat strengthened clear float glass 6mm
thick, spacer tube 12mm wide, desiccants, including primary seal and
secondary seal (structural silicone sealant) etc. all complete for the required
performances, as per the Architectural drawings, as per the approved shop
drawings, as specified and as directed by the Engineer-in-Charge. The IGUs shall
be assembled in the factory/ workshop of the glass processor. The Specification
and fixing of DGU will be as below :
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


176

Providing and fixing double glazed hermetically sealed glazing in UPVC windows
with with 6mm thick glass having properties VLT = 35 to 50%, external
reflection=6 to 15%, internal reflection=8 to 15%, solar factor=0.36 to 0.43, U
value=2.8 to 3.0 W/sqm K outer side and 6 mm thick clear float glass on inner
side having 12 mm air gap including providing EPDM gasket, perforated
aluminium spacers, desiccants, silicon sealant (Both primary and secondary
sealant) etc. as per specifications, drawings and direction of Engineer-in-charge
complete.

WEATHER SEALS
The weather seals shall be EPDM/ Silicone seals. ASTM- D412 and ASTM- D2240 are
standard specifying test methods for Tensile strength and Hardness of the gasket
whereas the required value shall be specified
Ultimate tensile strength min >7.5 N/mm2
The weather seals are to be fitted in continuous lengths and grooves. The joints in the
vent weather seal are to be positioned at the bottom and in the outer frames at the top.
Security and Safety
Fasteners shall be designed so that they cannot be released from the outside by the
insertion of a thin blade.
No opening light shall be openable or removable from the outside, when it is fastened in
the closed position, except by use of special tools or breaking part of the window.
QUALITY CONTROL AND TESTING OF MATERIALS
Raw Material
The material from which the profiles are made shall consist substantially from white
polyvinyl chloride as per BS EN 12608:20003. Only those additives and pigments may
be used that are needed for the manufacture of the compound and its subsequent
conversion into sound, durable extrusions of good surface finish and mechanical
strength, as assessed by the requirements of this specification.
Profile Properties
Appearance and Finish
The color of the profile shall be uniform and the color of all profiles in a system shall be
uniform. The profile shall be free from foreign bodies, cracks or sink marks when
viewed by normal corrected vision at 90o to the surface and at a distance of 1 meter in
normal diffused north light.
Dimensions and Weights
The profiles shall be straight such that the longitudinal axis of the profile, as measured
on the face surfaces, may deviate from the straight line by no more than 1mm per meter.
The cross section of the profile shall conform in shape and dimensions and may deviate
by no more than + 0.5mm; glazing channels and seal grooves may deviate by not more
than + 0.3mm. The weight of the profile per meter shall not be more than 5% below the
nominal value.
Window properties:
U-Value : The total Uw – U value of complete window shall be 3.3 W/ m2 K

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


177

Resistance to wind load


All load bearing members shall be adequately reinforced so as to resist the wind load
requirements of IS 875: Part 3. Calculations shall be submitted for all window designs.
Air Tightness
The air infiltration for windows shall not exceed 1 litres/ second m2 @ 75 Pa for both
positive and negative pressures (certified for use in air conditioned buildings)
Water Tightness
The water penetration for windows shall be minimum 15 minutes @ 150 Pa as per AS
4420.5.
Installation of Frame
i) Before installation the Installation Team is to make sure that the opening has
been prepared and any repair work has been carried out. Allow a 5mm gap
between the frame and the opening. The new window shall be set in the
prepared opening. Allow for suitable packing blocks.
ii) The window shall be fixed into the aperture, by drilling and fixing through the
outer frame, to the existing structure using ‘Fischer’ fixings, F8S type bolts.
iii) The fixings shall be no less than 150mm from corners or transoms/mullions and
at no more than 600mm centers.
iv) When the frame is securely fixed in position then fit glass and glazing beads.
Allow for any necessary glazing blocks and glass lock devices.
v) Check windows for correct operation before proceeding with making good.
vi) No fixings are to penetrate the drainage channels.
vii) The windows shall be first treated with Polyurethane Foam (PU Foam) to
enhance insulation against heat and noise. The gap between masonry and the
frame is to be filled with Neutral Cure Silicon (exposed to sun surface) and/or
Acrylic Sealant (only for the internal surface). The windows shall be first treated
with Polyurethane Foam (PU Foam) to enhance insulation against heat and
Noise.
viii) The silicone joints should be covered with Architraves/trims as per direction of
Engineer-in-charge.

Making Good
i) Making good to the external surface of the window frame and finish with a
compatible approved low modular silicone sealant to BS5889. All trims and
quadrants are to be approved by the Engineer- in- Charge prior to fixing.
ii) Allow for making good any disturbed plaster, brickwork and decorations
internally and externally including color wash to brickwork.
iii) Clean off excess material and check fittings and gearing.
iv) Leave installation clean and in good working order.
GENERAL ITEMS
i) This specification is to be read in conjunction with any other relevant documents
and drawings.
ii) Sizes are not to be scaled from any drawings or sketches but should be
measured on site prior to manufacture.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


178

Guarantees
Manufacturer to offer a warrantee on the window profile used in the manufacture of
uPVC window systems for a period of 10 years from the date of installation. The
Warrantee has to cover all abnormal defects in workmanship/quality. The guarantee
has to be underwritten by a Company nominated Executive and also signed by the
contractor. In addition 5% (five percent) of the cost of this item of work shall be
retained as security deposit and the amount so withheld would be released after ten
years from the date of completion of the entire work under the agreement, if the
performance of the work done is found satisfactory. If any defect is noticed during the
guarantee period, it shall be rectified by the contractor along with any incidental repairs
to structure, flooring, finishing, fixtures and any other related damaged work within
fifteen days of receipt of intimation of such defects in the work. If the defects pointed
out are not attended to with the specified period, the same shall be got done from
another agency at the risk and cost of the contractor and the cost of attending such
repairs shall be deducted from any dues payable to the contractors. However, the
security deposit deducted may be released in full against bank guarantee of equivalent
amount in favour of Engineer-In-Charge in the prescribed proforma.
Window Accessories
i) Window should be designed and reinforced such that it can withstand the wind
load requirements by providing suitable strengthening accessories.
ii) The window shall meet the requirements of water tightness.
iii) Trims:- Shall be used to cover the window to masonry joints.
Window Hardware
i) All slider door/windows are to be provided with multi point locking
arrangement with/without key locking facility as per the requirement. The
hardware to be of G-U or ROTO or equivalent make. The slider locking
mechanism handles are of projected/flush type.
ii) Casement window friction stays are to be of G-U or Securistyle or equivalent
make of appropriate size and weight bearing capacity, made of SS304. The stack
height of friction stay is to be 16 + 0.5mm.
iii) The casement windows are to be provided with multi point locking mechanism
of G-U/Avocet / ROTOor equivalent make and handle to suite the same.
iv) Measurement- Area of window shall be measured for payment correct to a
centimeter from outer edge of the window frames.
Rate includes all the materials, glazing, window hardware, labour and fixing etc.
all complete.
16.0 Interlocking Paver Blocks
16.1 The Interlocking Paver Blocks shall confirm to IS-15658.
16.2 Test shall be conducted to satisfy the quality of material for every 25,000 Paver Blocks
(of Each grade) or part thereof:-

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


179

17. Foundations
17.1 General
The agency has to do the soil investigation from a reputed agency as per NBC 2016, and
provide a proper foundation system considering basement + ground + 4 story building.
The Contractor is advised to go through the sub-soil investigation report kept in the
office of Executive Engineer, Raipur Division, CPWD, Raipur for reference purpose only.
The information provided in the sub-soil investigation report is for the guidance and
indicative only. The Contractor shall assess all other necessary information at his own
cost.
Carry out soil investigation of the site to establish the soil characteristics and other
parameters required for the foundation design of multi-storey buildings. Types of
investigation/test and their qualities shall be get approved from Engineer-in-Charge.
Soil investigation agency should be experienced, specialized and should be got approved
from Engineer-in-charge. The soil report shall be got vetted/proof checked from the
Institute of repute as per the contract document or as approved by Engineer-in-charge.

17.2 SPECIFICATIONS FOR CALCIUM SILICATE TILES


i) GENERAL
This section covers the requirements for all materials, labour, tools,
scaffolding and equipment complete in all respect for suspended false ceiling
as per nomenclature of the item.
ii) CODES AND STANDARDS:
The codes and standards generally applicable are:
BS -476-PART IV –CALCIUM SILICATE – INCOMBUSTIBILITY
I S -277-1982- FOR GALVANIZING OF MS SHEETS
The following clauses are intended to amplify the requirements of the
reference documents listed above and the contractor shall comply with these
clauses.
iii) MATERIALS
a) Frame work:
A grid of section 600 mm x 600 mm is to be made up of G.I T sections
wherein the Main tee is duly suspended from the RCC slab roof. The
sizes of the members shall be as under and the entire grid should be able
to take a suspended load of minimum 18 kg/sq m.
i) Perimeter wall angle: 0.40 mm thick gauge having equal flanges of
size 22 mm made from pre-coated G.I. coil of length 3.0m.
ii) Main tees of 3.60m/3.0m length having a web height of 38 mm
with a 8mm bulb at the top having an exposed bottom of 24mm
capped with a pre-coated G.I. coil wherein the coil thickness is 0.33
mm.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


180

iii) Cross tees of length 1.20 m and 0.60 m having a web height of
28mm and an exposed bottom of 24mm capped with pre-coated
G.I. coil wherein the coil thickness is 0.33 mm.
The grid shall be of standard quality like METAWORTH / TECHNO
T GRID / ARMSTRONG / GRID LINE
b) Ceiling Tile:
Light weight calcium silicate tiles and made from hydrated calcium
silicate, reinforcing fibers natural fillers free from formaldehyde and
other harmful materials shall not contain any toxic ingredients. The tiles
shall be of size 595 mm x 595 mm having reinforced edges of 15 mm
thickness all around in a collar of width 24 mm and 10 mm thickness at
the center. The tiles shall have an overall density of 350 kg/m3 in the
body and 450 kg/m3 at the edges. The tiles shall be primer coated on
both sides and the fair surface shall be having a factory finish in two coats
of white dispersion type solvent free paint.
The tiles should be characterized with 100% relative humidity resistance,
incombustibility as per BS 476, Part IV, thermal conductivity of
0.043w/moKC, and light reflectance > 85%, and an NRC of 0.50 (sound
attenuation: 32 dB). The tiles should weight approx. 5.5 kg/m2.
iv) FIXING THE G.I. SUSPENSION SYSTEM TO THE CEILING:
The main runners of size 38 mm x 24 mm x 3.60mm length spaced at 1200 mm
centers shall be securely suspended with G.I. suspension wire of 4 mm dia.
With necessary level adjusters made from spring steel with adequate tension
in one direction. The G.I. wire is to be suspended at 1200 mm centers from the
soffit with the aid of soffit cleats made of zinc alloy having dimension 25 mm x
35 mm x 1.6 mm secured to the soffit with metal dash fasteners of size 6 mm x
50 mm.
The last hanger at the end of each main runner should not be greater than
600mm from the adjacent wall. Then flush fitting cross tees of size 28 mm x 24
mm x 1.20 m length are to be inserted in the main tees at 600 mm centers at
right angles to the main tees. 600 mm x 600 mm modules are then to be
formed by fitting cross tees of size 28mm x 24 mm x 0.6 m length centrally
between the longer cross tees.
The system shall rest on periphery walls / partition on the wall angle of
section 0.40 mm thick gauge having equal flanges of 22mm made from pre-
coated G.I. coil of length 3.0m. The entire grid system shall be designed to bear
a distributed load of minimum 15kg /sq.m.
v) a) Storage and Handling precautions:
i) Ceiling tiles shall have be supplied in neatly packed cartons.
ii) Not to store the cartons in flat and wet locations.
iii) Handle cartons and individual tiles with care.
iv) Do not drop or stand cartons or tiles or edges or corners.
v) Open cartons completely and using both hands with protective
gloves, remove tiles in pairs with fair faces together.
b) Installation Precautions:
The following to be ensured before installation of the ceiling system
i) The area is dry prior to ceiling installation work.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


181

ii) All wet trades are completed such as plastering, flooring etc.
iii) Air conditioning duct work is completed.
iv) Electrical chasing or drawing lines etc are in place.
v) No unauthorized weight is put on ceiling. Lighting fixtures to be
suspended independently.
vi) Calcium Silicate Tiles should be installed by experienced
contractors in compliance with manufacturers specifications and
conditions.
vii) Installations shall be done in areas free from chemical fumes /
freezing temperatures and vibrations.
viii) Calcium Silicate Tiles shall not be used to support any
unauthorized loads.
ix) Calcium silicate Tiles shall be mechanically suspended properly
and shall not be cemented nor glued to the surface of any other
material.
vi) Cutouts for light and A/C fixtures:
Tendered cost shall include the cost of making cut outs required for fixing light
fixtures, air-conditioning diffusers, and fire detectors, etc. No extra payment
shall be made for making cut outs.
vii) Fire Resistance:
The ceiling tiles should be as per BS: 476 (Part IV) and to be classified in class
1 for spread of flame as per BS: 476 (Part VII) and class O for propagation as
per BS: 476 (Part VI).
a) Thermal Properties: The tiles should have a low thermal conductivity of
0.43 w/m˚KC.
b) Acoustic properties: The tiles offer an average NRC of .50 and a sound
attenuation STA – 32 dB.
viii) Effect of temperature:
The tiles should be suitable for use in high temperature area due to their low
heat conductivity. They can also be subjected to freezing temperatures
without risk of damages.
17.3 SPECIFICATION FOR REINFORCEMENT COUPLER/MECHANICAL SPLICE
NOMINAL SIZES
The nominal sizes of reinforcement couplers based on their internal diameter shall
correspond to the nominal sizes of bars covered under IS 1786.
Mechanical Splicing Systems with Parallel Threaded Couplers
A mechanical splice system with parallel threaded couplers is a one in which a
parallel thread is cut or formed on the ends of the reinforcing bars, which are then
connected by a coupler with matching parallel threads. With parallel threads, the
strength of the assembly is directly proportional to the thread engagement length.
Reinforcement couplers shall have adequate strength, length and internal threads as
per manufacturer’s design to be able to meet the performance requirements as
mentioned in this document. All reinforcement couplers shall be finished smooth and
shall be free from burrs, cracks and other manufacturing defects. The threads shall
be cleanly formed and shall be free from imperfections.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


182

Performance requirements
Static Tensile Test
The tensile strength of the mechanical splice, when tested in accordance with the
details given below shall not be less than 125 percent of the characteristic strength of
Reinforcement bar used.

Percentage Elongation
The minimum percentage elongation at maximum force, when measured in
accordance with the method given below, in the reinforcing bar outside the length of
the mechanical splice shall be minimum 3% before the failure of the test piece.
Percentage Elongation at Maximum Force
The percentage elongation at maximum force shall be tested and measured according
to IS 1608 outside the length of the mechanical splice on both sides of the connection.
Both values shall be recorded and the largest shall be used to assess conformity.
The location of failure shall be deemed to be in the bar if it is outside the length of the
mechanical splice. A failure located inside the length of the mechanical
splice shall be recorded as a splice failure.
Slip Test
The total slip value measured in accordance with the test procedure described below
shall not exceed 0.10 mm.
Cyclic Tensile Test
The mechanical splice shall withstand 100 cycles of the stress variation from 5
percent to 90 percent of fy (where fy = 500 N/mm2) when tested in accordance with
the details given below without loss of static tensile strength capacity when
compared with like specimen. The static tensile strength capacity of the test piece
shall be determined by testing it statically to failure in accordance with the
procedure described above under METHOD OF STATIC TENSILE TEST after
subjecting it to stress cycles.
INSTALLATION INSTRUCTIONS
The installation procedure of the reinforcement coupler shall as per manufacturer’s
recommendations. It will be repeatable and able to achieve its performance under
different job site circumstances.
SAMPLING AND CRITERIA FOR CONFORMITY
1. ACCEPTANCE TESTS
a) Acceptance tests are carried out on samples selected from a lot for the
purpose of acceptance of the lot.
b) Lot
In any consignment, all the reinforcement couplers of the same size,
type, class, material traceable to the same cast and manufactured
under similar conditions of production shall be grouped together to
constitute a lot.
c) For ascertaining the conformity of the lot to the requirements of the
specification, samples shall be tested from each lot separately. The
number of couplers to be selected from the lot shall depend on the size
of the lot and shall be according to Table1.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


183

TABLE 1 SCALE OF SAMPLING AND CRITERIA FOR CONFORMITY


No. of Couplers Sample Size Sub-Sample Size Acceptance
in the Lot Number
(1) (2) (3) (4)
Upto 500 50 13 0
501 to 1200 80 20 1
1201 to 3200 125 32 2
3201 to 10,000 200 32 2
10,001 and above 315 50 3

d) The couplers shall be selected at random from the lot and in order to
ensure the randomness of selection, random number table shall be
used. For guidance and use of random number tables IS 4905 may be
referred to.
i) Workmanship and Finish and Nominal Size
The number of couplers given in column 2 of Table 1 shall be
taken from the lot and examined for workmanship and finish and
nominal size. A coupler failing to satisfy any of these requirements
shall be considered as defective. If no defective is found in the
sample, the lot shall be considered as conforming to these
requirements.
ii) Static Tensile Test
a) The lot having been found conforming to requirements of
workmanship and finish and nominal size as per 1.d(i) shall
be tested for static tensile test. For this purpose sub-samples
as given in column 3 of Table 1 shall be taken and subjected
to this test. The number of couplers required in the sub-
sample may be taken from those already tested and found
satisfactory according to 1.d(i).
b) The lot shall be considered to have satisfied the requirement
of static tensile test as per 1.d.ii(a) if the number of defective
couplers found in the sub-sample is less than or equal to the
corresponding acceptance number given in column 4 of Table
1.

18.00 Fire check doors


18.1 The doors shall be procured from approve manufacturer(s).
18.2 The fire check door shall not collapse during of hot gases or the flames through the
rebate of the gap between the door frame and shutter or through the holes, developed in
the shutter during fire.
18.3 Door frame and shutter shall be manufactured as per the nomenclature of the items.
18.4 Door fitting & fixture shall be provided as per the nomenclature of the items.
18.5 Specification: The Fire Check doors shall satisfy:
18.5.1 STABILITY: The fire check door should not collapse during the rated period of fire under
the specified fire conditions. The fire check doors provide safe access to the escape route
in the building namely protected corridors and staircase.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


184

18.5.2 INTERGRITY:
The fire check doors should not allow the passage of hot gases or the flames or the
flames through the rebate or the gap between the door frame and shutters for the
duration of its fire rating.
18.5.3 INSULATION:
The mean temperature of fire door on unexposed side should not exceed 140 degree C
above ambient temperature for the duration of its fire rating.
The fire/smoke check door assembly being offered shall be as proto-type tested by CBRI,
Roorkee, for the prescribed fire – rating as per BS: 476 part 20/22 IS: 3614 Part-II.
A test report from CBRI, Roorkee shall be submitted for approval before executing the
work.
The Fire / Smoke check doors should also have Tariff Advisory Committee approval as
admissible.
The tenderer shall employ specialized agency or manufacturer of the fire check door
assembly, having their own manufacturing facilities and such agency shall be got
approved by the Engineer-in-Charge.
Door frame and shutter in general, be fabricated as per nomenclature of the item of the
work and recommendation of the specialized agencies as approved by the Engineer-in-
Charge.
18.5.4. Fire check doors shall be of 2 hour fire rated and shall satisfy the three performance
criteria of stability, integrity and insulation as per BS 476 part-22 and IS 3614 part-II.
18.5.5. Tenderer shall be responsible for obtaining “No objection Certification from CFO,
Bhilai/Durg/Raipur (whichever applicable) for the executed work.”
18.6 GUARANTEE BOND:
I. The work shall be guaranteed for a period of five years from the date of N.O.C.
issued by the CPWD, Raipur (C.G.)
II. The security deposit @ 5% against this item of work shall be in addition to the
security deposit mentioned in schedule-F.
III. The contractor shall execute the necessary guarantee bond against any structural
defect, faulty materials, workmanship and defective finish. In addition 5% (five
percent) of the cost of this item of work shall be retained as security deposit and
the amount so withheld would be released after five years from the date of
completion of the entire work under the agreement, if the performance of the
work done is found satisfactory. If any defect is noticed during the guarantee
period, it shall be rectified by the contractor along with any incidental repairs to
structure, flooring, finishing, fixtures and any other related damaged work within
fifteen days of receipt of intimation of such defects in the work. If the defects
pointed out are not attended to with the specified period, the same shall be got
done from another agency at the risk and cost of the contractor and the cost of
attending such repairs shall be deducted from any dues payable to the
contractors. However, the security deposit deducted may be released in full
against bank guarantee of equivalent amount in favour of Engineer-in-Charge in
the prescribed proforma.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


185

18.7 HERMETICALLY SEALED UNIT


Insulating glass shall be a double glazed unit comprising two sheets of approved glass
panes separated by a spacer, hermetically sealed using primary and secondary sealants.
The design of insulating glass system shall consist of :
a) HOLLOW SPACER BAR:
The hollow aluminium spacer bar shall be of required size and shape and shall be colour
anodized. The spacer bar shall have two lines of perforations in the inner surface.
b) DESICCANT:
The desiccant filled in the aluminium spacer bar shall be synthesized crystalline
compounds of Aluminium Hydroxide, Caustic Soda and Sodium Silicate which absorbs
water molecules. The desiccant shall be of 3 A size (A means Angstrom). The quantity of
desiccant used shall not be less than 35 gm/m length of spacer bar. Filled spacer bar
frame shall not be stored for more than 6 hrs. before assembly and sealing of the unit to
ensure proper functioning of the desiccant. The contractor shall submit documentary
proof of using the above material in the work.
c) PRIMARY SEALANT:
The primary sealant BUTYL (NAFTOTHERM BU” or equivalent) shall be single
component, thermo plastic solvent free sealing compound based on polyisobutylene.
The sealant surface shall be free from cavities, depression and other defects. The
contractor shall submit documentary proofing of using the above material in this work.
d) SECONDARY SEALANT:
The secondary sealant in double glazed unit shall be silicone sealant. The contractor
shall submit documentary proof of using the above material in this work to the entire
satisfaction of Engineer-in-Charge. Before application of silicone/polysulphide, the
surface shall be cleaned and free from oil, grease, dust and other loose matter. The
surface shall be cleaned with alcohol or other suitable solvents. Detergent or soap shall
not be used to clean the surfaces. The polysulphide shall be mixed and applied
mechanically using automatic mixing machine in the manner approved by Engineer-in-
Charge.
18.8 TESTING:- One door assembly shall be selected at random out of the entire lot, one for
single leaf and one for double leaf and shall be tested for two hours fire rating. The
testing shall be got done from CBRI, Roorkee or any other test laboratory approved by
the Engineer-in-charge. The cost of materials, for testing and transportation/packing,
testing charges and other incidental charges, shall be borne by the contractor. In case
the door fails to meet the requirement, the entire lot shall be rejected.

19 SPECIALISED ITEMS

19.1 LIST OF SPECIALISED ITEMS/JOBS:


List I - Civil Works
1. ** Water proofing treatment work.
2. Steel work in steel bridge work, space frames for long span structures, steel towers.
3. ** Special foundations including all types of piles.
4. RCC Overhead Tank with independent staging.
5. Structural Repair and Rehabilitation/ Retrofitting works.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


186

6. Soil Investigation and Survey Work.


7. ** Facade cleaning system and façade cleaning.
8. Custom made wooden furniture (factory made).
9. Diaphragm walls.
10. Post construction Anti-termite chemical treatment.
11. Water Treatment Plants
12. Security to vacant bungalows/premises.
13. Tentage works.
14. Washing/dry cleaning works.
15. Synthetic play area surface for games.
16. Electronic / Digital Signages.
17. Environment Impact Assessment Study and Environment Clearance.
18. Mechanized Housekeeping Work .

Note:-
**For these works, Specialized Agencies shall have to be associated by the CPWD / Non
CPWD Contractors in case the Contractor does not possess the requisite eligibliity and
experience as per the NIT conditions to carry out these works.

Electrical Works
LIST- II(A)

1. Lifts, escalators and conveyors


2. Hot Water system
3. Public address system; conferencing system, automatic vote recording system, recorders
4. Projector and other special equipment for conference hall.
5. Testing of transformer oil and dehydration and other type of high potential test.
6. Illumination, security lighting and wiring for power outlets for metal detectors in connection.
7. EPBAX system (equipments).
8. EPBAX system (cabling and wiring).
9. Illumination lighting system
10. Security system and alarm
11. Building Automation System
12. Interior/exterior flood lighting Computer aided design and evolution of special mounting
arrangements for luminaries:
13. Fountain Work
14. Water supply motors and pumps
15. Central Air-conditioning Systems
16. CCTV and Allied Equipments
17. Access Control System
18. Hydro Pneumatic Pumps
19. LAN System
20. SITC of active power factor filter

LIST-II (B)
S. No. Supplying /fabrication, installation, testing and commissioning of the following-
1. Diesel Generating Set
2. Heating, Ventilation and Air-Conditioning System
3. Sub-station equipment
4. Fire fighting system (including wet riser and sprinkler system, portable fire extinguishers)
5. Fire detection and alarm system
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


187

LIST -III Concurrent list of Specialized items/ jobs

(1) Sewage Treatment Plant


(2) Outsourcing of Day to Day Maintenance Work*
*Note :-
(a) For Outsourcing of Day to Day Maintenance Work, Provision is to be made in the NIT for CPWD/
Non CPWD Contractors, not having the requisite eligibility and experience as per the NIT
conditions, to execute the Comprehensive Maintenance Work by associating Agencies
Specialized in Day to Day Maintenance Work.
(b) Outsourcing of Day to Day Maintenance Work is the "Specialized Work" for the purpose
of association only and not for awarding work on standalone basis.

• Procedure for Execution of the Specialized Items:


Such items should be got executed only through associated agencies specialized in these
fields. The contractor shall indicate the name(s) of his associated specialized agencies
those fulfilling the conditions described in para 3.1.3 of CPWD Works Manual-2019 as
early as possible and within one month of award of work to Engineer-in-Charge for
approval of competent authority.
Specialized Agencies for works shall be approved by the competent authority. The
contractors shall quote the rates after careful study of contract conditions,
specifications, drawings & schedule of quantities.

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.
For specialized items, the main contractor cannot work as a specialized agency unless
his name is already included in the list of approved specialized agencies for these items.
The contractor shall get these items executed through the specialized agencies as
approved by competent authority.

20.0 STRUCTURAL GLAZING

General
i. The Contract Documents define only the design intent and general performance
requirements. The Contractor is entrusted with total responsibility for design,
structural calculations, shop drawings, fabrications, installation, warranties,
certifications and related documentation.
ii. The Contractor shall be entirely responsible for the design, fabrication and erection of
the systems, and all work shall be performed entirely by his own forces.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


188

iii. Design approved metal framing members to accommodate expansion and contraction
of components without buckling, creating stress on glass, structural components and
fasteners, joint seals or other damaging effects.
iv. The Contractor shall provide to sealant manufacturer samples of all relevant
substrates, including finished aluminium, coated glass, gaskets, setting blocks and
brackets.
v. Sealant manufacturer shall perform tests to verify adhesion, staining and chemical
compatibility. The Contractor shall use sealants and substrates only in combinations
for which favourable addition and compatibility results have been obtained.
vi. Aluminium surfaces in contact with mortar, concrete, plaster, masonry, wet
application of the fire proofing and absorptive materials shall be coated with an anti-
galvanic, moisture barrier material.
vii. Within two weeks of signing this agreement the Contractor shall provide a detailed
write up on the following:
20.1 Conceptual design.
I. Component and hardware description.
II. Design, fabrication & execution methodologies.
III. Detailed bar chart & showing all activities from macro to micro details.
IV. Structural design and engineering fabrication, supply and erection of the
Structural/ Structural Glazing wall system including but not limited to the
following:
V. Extrusion aluminium framing members.
VI. All interior trim covers and closures.
VII. All anchor clips, fasteners, and brackets.
VIII. Glazing, including materials, gaskets, sealants, spacers and related work.
IX. A continuous gutter system at each floor of the unitized Structural Glazing wall.
X. Field water tests.
20.2 Samples
Sample of one typical panel shall be fabricated, assembled and installed for approval. It shall be
of type as per approved drawings. All samples shall be provided at no cost to the Project In-
charge.

20.3 Design Considerations:


I. The Contractor should possess adequate engineering background and facilities inclusive
of trained system personnel from their parent company and should be able to prove
their design and engineering capabilities to meet structural design parameters. The
Contractor should carry adequate Professional Indemnity Insurance supporting a design
warranty to the benefit of the Project In-charge. Copies of the same to be forwarded to
the Project In-charge within 2 weeks of signing the Agreement.
II. The Contractor shall submit structural calculations for the system and it shall be
stamped and signed by a qualified structural engineer, including mock-up complying
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


189

with current design rules of the relevant aluminium code include analysis for wind, dead
loads, deflections and if appropriate seismic loads on framing members and anchors. All
Structural Glazing shall have mechanical joints shall be designed IS 875.
III. The design shall also ensure that the maximum deflection of any member shall not
exceed 1/175 of the span between supports or 20mm, whichever is less for vertical
elements & 1/250 of the span between supports for horizontal elements. Air leakage
through windows should not exceed 0.60 Cu.ft/ Sq.ft. Minimum design pressures both
inward, outward and acting perpendicular to glass (including return surfaces) shall be
per the requirements the Indian Wind Loading Code IS 875 Part 3 and earthquake
regulations.
IV. The framing members should be designed such that deflection perpendicular to the wall
plane of any unsupported span shall not exceed 1/175 or 20mm whichever is the least,
under the required design load both positive and negative. Also no failure of structural
silicone Joints, damage to joinery, components, or permanent set in the framing
members in excess of 0.2 percent of the span shall occur under 1.5 times the design load.
Deflection in the wall plane of any glazed horizontal span should not exceed ½ the glass
edge clearance dimension below.
V. The Contractor shall also submit the calculations for the structural silicone joint, size as
required.
20.4 Water Tightness

I. A complete drainage system must be incorporated into the Structural Glazing wall
frame. Water leakage and condensation shall be drained or discharged to exterior face
of the wall and all internal spaces shall be vented by acceptable means to ensure air-
pressure equalization when possible.
II. Drainage system shall be sealed off per floor height to prevent infiltrated water from
leaking to lower floors.
III. Movement of water behind and on exposed surfaces must be controlled to ensure that
water is not retained and that elements will not be damaged or corroded by water and
to minimize the potential for algae and fungus growth as a result of standing or trapped
water.
20.5 Shop Drawings:
I. The Contractor shall prepare detailed shop drawings incorporating all allowances for
construction and fabrication tolerances.
II. The Contractor shall submit detailed shop drawings for the Structural wall system,
aluminium composite panel cladding works to the Project In-charge for review.
III. The Architect’s review will be conformance to the design concept and for the general
arrangement only. And such review shall not relieve the Contractor of any
responsibilities as stated herein or any other applicable items herein specified.

IV. The Shop drawings shall show joinery techniques, provisions for horizontal and vertical
expansion, glass and metal thickness, framing and anchor member profiles,
identification all materials including metal alloys, glass types, fasteners and glazing
materials, all shop and field sealants by product name. This shall also show relative.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


190

V. Layout of all adjacent walls, beams, columns and slabs with all dimensions to each other
and grid lines/ dimension position of glass edge relative to metal daylight, anchorage
details to the building structure and coping details at the parapet are also to be
submitted. The drawing shall also indicate all gaskets, weather strips and Aluminium
extrusions.
VI. Shop Drawings shall be signed and sealed by a Qualified Structural Engineer with
specific experience in Structural Glazing Wall construction and design.
20.6 Samples:
I. Within two weeks of signing the contract the Contractor to submit samples for review
three (3) sets of labeled samples of each required type and colour of metal finish, on.
II. 300mm long sections of aluminium extrusion shapes. Samples must show extremes of
colour texture variation. Samples will be reviewed by Project In-charge for colour and
texture only. Compliance with other requirements is the responsibility of the Contractor.
Colour and texture range of production material shall match approved samples.
III. Project In-charge reserves the right to require samples which will show the fabrication
techniques and workmanship of the component parts, and the design of accessories and
other exposed auxiliary items, before fabrication of this work proceeds.
IV. Within two weeks of signing this contract submit for review, 3 sets of samples sealant
backers, anchor components, anchor assemblies and epoxies.
Aluminium
Extruded aluminium sections should conform to BIS designation HE9WP/HV9WP, the chemical
composition requirements of IS 733, and technical properties as laid down in IS 1285. Standard
commercial tolerances shall apply to finished, fabricated and assembled materials.
Mullions and Transoms
I. The sections of mullions and transoms shall be designed to withstand deflection and
wind pressure as described in specifications and shall be rigid enough to support and
retain the glass and other construction variation as indicated.
II. Reinforcing member, where used, shall be completely enclosed and if fabricated from
steel shall be galvanized and protected with two coats of zinc chromate where welded
shall be treated in the same way.
III. The frames shall be formed by integrated PVDF 3 coats (40 – 45 microns) as per AAMA
2605 specification aluminium section with provision to receive fixed glass spandrel and
other construction variation as indicated.
IV. Sections of the frame shall be cut and profiled for assembly in the best workmanlike
manner and finished in a neat and weatherproof construction with proper tempering of
aluminium sections.
V. All dimensions of the Structural Glazing wall shall conform to the overall sizes shown on
the drawings. They shall be fabricated to proven and tested detail designs. All parts shall
be supplied ready for fixing and complete with all necessary fittings. Samples of typical
sections shall be submitted with the tender. The exact dimensions for frame work shall
be physically checked at site before starting fabrication.
VI. All jolts shall be mechanical, jolted with aluminium angles with stainless steel screws.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


191

Silicone Sealant:

I. The Contractor shall send a sample of PVDF 3 coats (40 – 45 microns) as per AAMA2605
specification aluminium section & selected glass to the silicon sealant manufacturer and
get his approval. A copy of that certificate to be submitted to Project In-charge. The cost
of samples, carriage of the samples and testing charges, if any shall be borne by the
Contractor.
II. The Contractor shall submit, for record only, glass manufacturer’s written statement
that any insulated glass, reflective glass and spandrel glass is supported by structural
silicone is suitable for such application.
III. The colour/ shade of sealant shall be decided by the Project In-charge and the
Contractor to get approval before procurement.
20.7 Glass Specification:
Design should be based on the use of glass as mentioned in the data sheet.
Specification of Glass:
Providing and fixing aluminium semi unitised vertical Structural glazing system with single
glass vision panel and spandrel panel of approved make having main frame of verticals and
horizontals made out of specially designed extruded aluminium sections to withstand wind
pressure of 175 kg/sq.m at a height of 40m and fabricated, fixed at all levels, elevation and
heights to the Masonry / RC walls with necessary clamps, brackets and anchor fasteners. All
clamps and brackets shall be Mild Steel Hot dip galvanized minimum 80 microns thick and shall
conform to IS: 4759-1996. The extruded aluminium section shall be anodised in approved
colour with a anodic coating of minimum 20 microns. Extruded section shall be of 6063 T5 or
T6 alloy conforming to ASTM B 221. Any other fastening straps, nuts, bolts, rivets, washers,
Fire stops at all floor levels etc. shall be in stainless steel SS 304 grade. All tapes shall be of
approved make. The system shall be designed to withstand a wind pressure of 200 kg/Sqm and
shall be fixed to the masonry/RC walls with necessary clamps, brackets and anchor fasteners,
clamps and brackets shall be Hot dip galvanized minimum 80 microns thick, all complete as
per manufacturer's manual and specifications. The spandrel panel shall have 50mm thick fibre
glass insulation of 48 kg/Cum density of approved make conforming to IS-8183 and 1.0 mm
thick Twiga black tissue conforming to BS 476 Part 7. This insulation shall be enclosed in a GI
tray fabricated out of 1mm thk. GI sheet and fixed to the glazing framework with stainless steel
fasteners. The gap between the GI framework and the concrete framework shall be sealed with
Aluminium flashing fixed with stainless steel fasteners. All gaps shall be sealed with Sillicone
sealant of approved brand. Insulation should be provided in between the Structural glazing
aluminium frame work (i.e., behind the spandrel glazed panel ) and the structure. Providing 6
mm thick toughened fully tempered hard coated glass of blue/green/blue-green or approved
colour having VLT = 32 to 48 %, External reflectance= 6 to 16% ,Internal reflection = 8 to 20%,
Solar factor = 0.33 to 0.36, U Factor = 2.8 to 3.6 W/sqm K etc.
Accessories:
I. Silicon gaskets, weather stripping, extruded seals and spacers, which do not come into
contact with structural silicone sealant shall be of Silicon gasket or approved equivalent.
Where in parallel contact with structural silicone sealants, all gaskets, setting blocks and
spacers other than foam glazing tapes shall be of heat cur silicone rubber, chemically
compatible with the silicone sealant and suitable for the specific purpose intended. All
extruded gaskets, weather stripping and spacers other than foam glazing tapes shall
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


192

have continuous mechanical engagement to framing members adhesive attachment is


not acceptable.
II. The cladding system shall be constructed with (and shall maintain during its design life)
a standard of seal which shall not result in any reduction of sound insulation
performance.
III. Gaskets, weather stripping and seals used to achieve the required weather proofness
and/ or air tightness shall be selected to accommodate fully the range of dimensional
tolerances associated with fabrication and installation of the cladding system. Gaskets,
weather stripping and seals shall be formed from materials capable of retaining their
elastic qualities, dimensions and resistance to physical and chemical attack sufficient to
maintain the full water tightness, air tightness and acoustic performance for the design
life of the Structural wall.
IV. Extruded gaskets, weather stripping, seals and spacers mechanically engaged by flutes
or pockets extruded in framing member shall be installed without residual tension or
extension. Dry lubricants may be used to reduce drag during installation of synthetic
rubber extrusions and to induce compression so as to prevent gradual elastic shrinkage
and retraction from their ends. Wet lubricants containing detergent shall not be used for
any purpose which may bring the liquid into contact with the coated surfaces of vision
and spandrel glass.
20.8 Fabrication & Installation
I. Installation shall be in true line vertically and horizontally.
II. Work shall be done by competent workmen who are thoroughly skilled in their trade.
Assemblies shall be neat and free of defects that impair strength, function or
appearance. The work shall be accomplished in compliance with the specified criteria
without buckling opening or joints. Under stress on fasteners, sealants and gaskets,
opening of welds cracking of glass leakage noises and other harmful effects.
III. As far as practicable fitting and assembly of the work, shall be done in the shop.
IV. All exposed work shall be carefully matched to produce continuity of line and design.
V. All joints in exposed metal work, unless otherwise shown or specified shall be
accurately fitted end rigidly secured with joint sizes conforming to industry standards.
VI. Except where otherwise shown specified or directed the method of assembly and
joining shall be as per approved shop drawings. Fabricate and fasten metal work so that
the work will not be distorted nor the fasteners over stressed from the expansion and
contraction of the metal.
VII. All welding shall be in accordance with the appropriate recommendations of the Indian
welding codes and shall be done with electrodes and/ or by methods recommended by
the manufacturer of the alloys being welded. All welds behind finished surfaces shall be
done as to minimize distortion and/ or dis-coloration on the finished side. All weld
spatter and welding oxides on finished surfaces shall be removed by de-scaling and/ or
grinding.
VIII. Unless otherwise shown or specified, all weld beads or exposed surfaces shall be ground
and finished to match and blend with finish on adjacent parent metal. Grinding and
polishing of nonferrous metal shall be done only with clean wheels and compounds free
from iron and iron compounds. No soldering and/ or brazing shall be allowed.
IX. The Contractor shall conceal all the fasteners where visible in the finished work.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


193

X. All aluminium components shall fabricate before finishing, Cutting of components will
not be acceptable.

XI. As the building is exposed to varying weather actions, all fasteners shall be stainless
steel, self tapping screws with Aluminium brackets. Steel anchors shall be pre-holed and
galvanized. The bolts shall be steel chromium plated along with nuts and covered with
butyl sealing compound.
XII. Where aluminium comes into contact with masonry, brickwork, concrete, plaster or
dissimilar metals, it shall be coated with an approved insulation lacquer, paint or plastic
tape to ensure that electro-chemical corrosion is avoided.
XIII. The Contractors shall be responsible for placing in position the Structural Glazing wall
frames for the satisfactory performance and should be totally leak proof for a minimum
period of ten years Sealant and Gasket Application

XIV. Sealant and gasket shall be provided wherever shown in the drawings or required for a
permanently weather tight installation. The sealing mechanism for each location and
use shall be as indicated on drawings in those locations where a mechanism is necessary
but is not indicated. It shall be of type recommended by the Contractor and approved by
the Project In-charge.
XV. All adjoining surfaces shall be protected to receive sealants against staining by masking
and/ or other methods.
XVI. Joints and joint surfaces shall be clean, dry and free of any material that may have an
adverse effect on the bonding and/ or seal of the sealant and gasket materials.
XVII. Apply sealants and gasket under the conditions recommended by the manufacturer(s)
Prime all surface to receive sealants and gasket unless recommended otherwise use no
sealant that has started to set in its container or a sealant that has exceeded the self life
published by the manufacturer.
XVIII. Fill all joints continuously and completely with sealant forming a neat uniform concave
bead. Finish the material flush with adjoining surfaces unless otherwise shown on the
drawings. All sealant surfaces shall be tooled smooth.

20.9 Certification:
The Contractor shall submit a letter of certification from the sealant manufacturer
stating that the sealant has been tested for adhesion and compatibility on production
samples of metals, glass, and other glazing components, and that all sealant details and
application procedures shown on the reviewed shop Drawings are acceptable for use.
Where the Structural Glazing wall and other cladding impinges on, intercepts, covers, is
attached to or supported by the work of other trades, for instance at parapet-level
junctions with roof membranes and back-up walls, the Contractor’s shop drawing and
location drawings shall clearly distinguish elements and components of construction by
other.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


194

Anchorage System and Building Frame


Each mullion shall be fixed to the structural slab at each floor level. All steel fasteners shall be
galvanized to minimum 80-90 microns coated with zinc chromate primer and supplied by the
Contractor.

20.10 Water Tightness


No gross leakage shall be observed when subject to test for water penetration as described in
BS 4315 Part-1.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


195

APPROVED MAKE OF MATERIALS


(FOR CIVIL WORKS)
Specification/brands names of materials (Refer materials, whichever are applicable for the scope of
work) and finishes approved by the Architect/Engineer-in-Charge are listed below. However approved
equivalent material and finishes of any other specialized firms may be used, in case it is established that
the brands specified below are not available in the market but only after approval of the alternate brand
by the Engineer-in-Charge. (See also condition of contract).
1. Acid/Alkali Resistant Tile Somany/ Nitco/ Kajariya/ Bell
2. Premium Acrylic Emulsion Paint: Interior Asian (Royale)/ ICI (Velvet)/ Berger (Luxol Silk)/
Nerolac Impression/Snowcem paints.
3. Admixtures & Epoxy FOSROC/ Aquomix/ BAL-ENDURA/ ROFF/
Dr.Fixit/CICO/SIKA/BASF/Asian Paints.`
4. Aluminium Composite Panel Alpolic/ Aluco Bond/ Reynobond/ Euro bond/ Al-
strong/Aludewr/Viva.
5. Aluminium Extrusions/ Sections/Profiles Hindalco/ Indalco/ Jindal/Indian Aluminium Co./
Ultra/Divya Shree
6. P.T.M.T. Taps/Valves and Accessories Prayag/ PRAKASH /SURYA/Supreme/Kingston/Shakti
7. Annealed Float Glass Saint Gobain/ Modi Guard/ Hindustan Pilkington/TATA
8. Centrifugally Cast Iron Pipe & Fittings Neco/ RIF/ Kapilansh/ BIC/SKF/Electrosteel
9. Ceramic Tiles Kajaria/ Somany/ Nitco/ Orient Bell/ Johnson/
Varmora/ AGL/ OASIS/Marbito/Cengres/Sunhearrt/
10. Ceramic Tiles (Germ Free) CARE & CRAFT by Johnson.
11. Cement Concrete Chequrred tiles Raj-Tiles/ Bharat/ Rigid Tiles/Advance/Ultra
Tiles/NITCO
12. CP Bottle Trap Parryware / Hindware/ Jaquar
13. CP Brass Bibcock/ Pillarcock/ Stopcock/ Angle Marc (oriental series)/ Parko/ Jaquar (Continental
Valve/ Concealed Stop Cock & CP fittings series)/SPRING COLLECTION OF PRIMA
(Normal Range) /GEM/ESS/Plumber/L&K Metro/Vardhman/’Coral’
series of parryware/’JOY’ & ‘VINTAGE’ series of
KEROVIT by Kajaria /Shakti/Prayag/Player
14. CP Waste Coupling Mark/ Parko.
15. Curtain Carrier Vista levlor.
16. Dash fastener/ Expansion Bolt/Stone Cladding M/s Dev Ashish/HILTI/Fischer/Bosch/Wurth/Trixel.
Clamp
17. Door closer/ floor springs Dorma/ Haffle/
Falcon/Godrej/Dorset/Kich/Sandhu/Hardwyn
18. Drapery Rod Vista Levlor.
19. PVC Flushing cistern (single/Dual Flush) as per Sleek Dual flush PVC cistern of Hindware / ‘Slimline’of
IS: 7231 Parryware/Shakti/ Prayag/Bathsense by Asian Paints
20. PVC Concealed Cistern & Push Plates Parryware/Hindware/ Jaquar.
21. EPDM Gasket Anand Lescuyer.
22. Epoxy Primer & Paints Berger/ Pidilite/ CICO/ BASF/ SIKA/Asian/Nerolac/ICI
Kansai Akzo Nobel.
23. Fiber Glass Shelf Kamal/ Bath King.
24. Float/Clear/Frosted/Toughened/Refractive Modi Float/ Saint Gobain/ Asahi/AIS/Modiguard/Mr.
Glass Glass.
25. Flush Doors / Shutters as per IS: 2202 Kutty flush door/ Anchor/ Century/ Archid/
JAYNA/Ashiyana Brand by Evergreen Industries/
Bhimsaria Door/ Century/ Greenply /Kitply/Selected
Products Company/Jain Doors pvt. Ltd./ Duro/
Durian/Kanchan Ply/AIRDOOR by AIROLAM/MERINO
26. Flush Valve Aquel/ Marc/ Parryware/ Jaquar.
27. FRP Shutters/frame Fibre Glass Engineers/ Raipur/ Aashoo Model or
equivalent/JAYNA/ Selected Products Company.
28. Galvanized/Stainless Steel Anchor Fasteners Shakti/ Arrow/ Hilti/ Fischer
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


196

29. GI fitting Tata/ Jindal/ Zenith/UNIK/AVR/Zoloto.


30. GI Pipe Tata/ Zenith/ Jindal (HISAR)/Prakash Surya.
31. Glass Mosaic Tile Bissazza/ Saon.
32. Gun Metal Gate Valve Zoloto/ Leader/ SAINT
33. False Ceiling system Boral Gypsum / India Gypsum/ Laffarge/ St.
Gobain(Gyproc)/ Armstrong/Hunter
Douglas/Aerolite/Gridsquare/Interarch
34. Hardener Hard crete of Snowcem India/ MC Deritop F.H.
35. Jet Assembly for EWC Parryware/ Jaquar/ Grohe/ Kohler
36. Laminate Marino/ Greenlam/ Decolam/ Century/ Formica/
Kitlam/Action TESA/Sunmica/AIROLAM
37. Low Level PVC Cistern Single flush Sleek model Cistern of PVC of Hindware/Slimline model
of Parryware/ JINDAL/ Shakti
38. Melamine Polish Melamine Gold of Asian Paint/Wudfin of
pidilite/Timbertone of ICI Dullex/ Beegel.
39. Metal False Ceiling Nittobo / Armstrong / Trac / Durlum / Luxalon by
Hunter douglas /Aerolite
40. Mineral Fiber/Calcium silicate Ceiling Armstrong / Nitobo / Daiken / Hunter Douglas/Aerolite
41. Modular SS Railing System Metallica India / Stark steel Fabricator / D-line
International Denmark / Mobel Hardware.
42. M.S .Pipe (Railing) Jindal / Prakash Surya/ Tata/ RINIL
43. Marine Plywood / BWP Ply Kitply / Duro / Century/ Greenlam/AIROPLY by
AIROLAM
44. Non asbestos high impact polypropylene Everest.
reinforced Cement sheet
45. Oil Bound Distemper/Dry Distemper Asian (Professional Acrylic Distemper)/Maxilite of ICI /
Bisan of Berger/Nerolac (Beauty Acrylic
Distemper)/Snowcem Paints.
46. Water closet (Orissa Pan/Indian type) & fittings, Parryware / Hindware /’KEROVIT’ by Kajaria/ESSCO
accessories as per IS : 2556 by Jaquar/Somany
47. PE-AL-PE Composite pipes for hot & cold water Jindal / KiTEC/Vectus.
48. Plastic Connection Pipe Parryware/Kamal Delux.
49. Plywood (Decorative/Non Decorative) Archid/ Kitply/ Green ply/ Century/JAYNA/Green
Ply/Merino/Duro/Durian/AIROPLY by AIROLAM
/Kanchan Ply
50. Shuttering ply wood Kanchan Ply.
51. HDF Moulded Panel Door Kanchan Ply.
52. Polyester Powder Coating Nerolac/ Berger/ J&N
53. Poly Sulphide Sealant PIDISEALbyM/s Pidilite Industry/RDL941-
TECHSEALChokseyChemicals/BASF/SIKA/Fosroc
54. Polymer Modified Cementitious grout Bal Endura/ PidiliteKero Koal/ Ultratech/
Ardex/Ferrous Crete/Asian Paints.
55. Pre-laminated Particle Board IS : 12823 (Gr-I/ Type-II) Kitlam/ Tesa/ Archidply/Eco brand/ Century/
Bhutan board/Action Tesa/Greenlam/Merino
56. Primer (Cement Primer) /Interior /Exterior Decoprime WT of Asian/ white primer of ICI/BP white
/Metal /Wood of Berger/ Nerolac/Snowcem
57. SWR PVC Rain Water Pipe & Fitting Vectus/Prayag/Finolex/ Classic of Kisan/ Kasta/
Supreme/AKG/DRAIN MASTER by ASTRAL.
58. PVC Door Shutter and frames Rajshri/ Sintex/Polyline/Duroplast/Jain wood
Industries/Vikas Plastic Ply.
59. PVC Tiles Arm Strong/ LG.
60. Screws GKW / Nettle Fold.
61. Silicon Sealant G.E./ DOW Corning/Waker/BASF/Pidilite/ROFF
62. Solid Plastic Seat Cover for EWC EWC standard seat cover white of Parryware/
Hindware/’KEROVIT’ by Kajaria/Prayag
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


197

63. Stainless Steel Jindal Stainless Steel/ Salem Steel


64. Stainless Steel Screws Kundan/ Arrow.
65. Stainless steel Sink with or without DrainingNirali/ Hindware/ Frankee/ Cobra/AMC/ Selected
board. Products Company/ Parryware/ Neelkanth/ Nirali/ Prayag
66. Structural Silicon Sealant Dow Corning/ Wacker/ GE/ Du-pont
67. Structural steel TATA/ SAIL/ RINL/TISCO/JSW Steel ltd./Jindal steel &
Power ltd./ prakash surya.
68. Super plasticizer MC Baucheme/ Sika/ Fosroc/Cimik by Snowcem
69. Synthetic Enamel Paints Gloss Synthetic Enamel of ICI(Dulux)/Asian (Apcolite
Premium gloss)/Berger (Luxol Hi Gloss)/ Synthetic Hi
Gloss of Nerolac/Snowcem Paints.
70. Terrazzo tiles /Mosaic Tiles Raj-Tiles/ Bharat/ Rigid Tiles/NIC/A-1/GTC
71. Cement Concrete Paver Block & Kerb stone Rigid Tiles/ Raj-Tiles/Advance/Asian Industries.
72. Textured Exterior wall paint Spectrum/ Ultratech / Asian paint/Berger/Nerolac/
Luxture/ Snowcem
73. Towel Ring/Towel Rod/Towel Rack Kamal/ Marc.
74. Pre-Painted/powder coated CRC windows M/s classic engineers and fabricators/ M/s JK
Enterprises Jaipur/ Ncl alltek & seccolor ltd. Hydrabad/
ultimate safety metals.
75. Veneer Archid/ SUN/ Durian/ Ventura/ NLDK/Merino/Duro
76. Virtuosos China Wash Basin Oval Hindware / Parryware /KEROVIT’ by
Kajaria/CERA/Jaguar/ESSCO by Jaquar/Somany
77. Vitreous China Floor moulded European W.C. Parryware / Hindware /KEROVIT’ by Kajaria/
with Cistern Complete CERA/Jaguar/ ESSCO by Jaqua/Somany
78. Vitreous China Floor Mounted European W.C. Parryware / Hindware /KEROVIT’ by Kajaria/
without cistern CERA/Jaguar/ ESSCO by Jaquar/Somany
79. Vitreous China Half stall Urinal and Partition Model No. 6002 Urinal flat back large of Hindware or
Plates magnum of Parryware/ ESSCO by Jaquar/Somany
80. Vitreous China laboratory Sink Hindware / Parryware /KEROVIT’ by Kajaria/
CERA/Jaguar/ ESSCO by Jaquar/Somany
81. Vitreous China Low Level Cistern for European Hindware / Parryware /KEROVIT’ by Kajaria/
W.C. CERA/Jaguar/ ESSCO by Jaquar/Somany
82. Vitreous China Pedestal for Wash Basin Pedstal of Parryware / Hindware or equivalent/
CERA/Jaguar/ ESSCO by Jaquar/Somany
83. Vitreous China Wall Mounted W.C. with vitreous Parryware / Hindware /KEROVIT’ by Kajaria/
Cistern CERA/Jaguar/ ESSCO by Jaquar/Somany
84. Vitreous China Wall Mounted W.C. without Parryware / Hindware /KEROVIT’ by Kajaria/
Cistern. CERA/Jaguar/ ESSCO by Jaquar/Somany
85. Vitreous China Wash Basin Rectangular without Hindware / Parryware /KEROVIT’ by Kajaria/
Pedestal CERA/Jaguar/ ESSCO by Jaquar.\/Prayag/Somany
86. Vitrified /Porcelain Tile Marbogranit/ Euro/ Somany/ diamond of Naveen
/Granamite of Bell /OASIS/ceramic/ Granito/ Kajaria/
M/s Restile//Rak/ Porselano by Johnson/Nitco/
Varmora/ AGL/Marbito/ Cengres/ Sunhearrt
87. Vitrified Double Charged Tiles Marbonite by Johnson/Kajaria/Somany/Bell.
88. Vitrified Industrial Tiles Endura by Johnson/Kajaria/Somany/Bell
89. Vitrified Step Tiles Stepping Stone of Endura by Johnson or equivalent.
90. TAC Tiles Endura by Johnson.
91. Vitrified Tiles (Germ Free) Porselano by Johnson.
92. Cool Roof Tiles Endura by Johnson.
93. Swimming Pool Tiles Endura by Johnson.
94. Pavement Tiles Endura by Johnson/Kajaria/Somany/Bell
95. Antistatic Tiles Endura by Johnson.
96. Full Body, Matt Finish Vitrified Tiles Endura Sandex by Johnson /Kajaria/Somany/Bell
97. Waste Pipe Kamal with brass checknut/Viking
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


198

98. Water Proofing Compound (Liquid) Pidiproof Ltd./CICO/ Super plast by M/s Structural water
proofing/ Impermo/FOSROC/Dr. Fixit (Pidilite
Industries))/BASF/ROFF/SIKA/Ardex Endura (Bal
Endura)/Asian Paints/STP ltd.
99. White Cement JK White/ Birla White.
100. CPVC Pipes as per IS: 15778 AKG/Ashirvad/PRIME FLOW OF KRISHI POLYMERS
/Supreme/KSR by Kisan irrigation/Flowguard plus by
finolex/ Prince /Prayag/Vectus/CPVC PRO by Astral
101. Teak wood/hard wood wire mesh & panel doors A-1 Teak product Indore.
102. Reinforcement steel Tata/Sail/RINL/Jindal/Jindal steel & power ltd.
103. Block Boards as per IS: 1659 JAYNA/Century/Greenply/Archid/Kitply/Kanchan Ply.
104. Brass bib cocks/stop cock Marc/Parko/Jaquar/SPRING COLLECTION OF PRIMA as
per IS : 781.
105. Brass ball cocks (Float valve) as per IS:1703 Marc/Parko/Jaquar /SPRING COLLECTION OF PRIMA
Prayag
106. Water meter SPRING COLLECTION OF PRIMA as per IS: 779.
107. HDPE Pipes as per IS:4984 KRISHNA plast pipes/KSR by Kisan irrigation /Supreme
/Reliance /Jain/Vectus/Astral
108. uPVC Pipes as per IS: 4985 KRISHNA plast pipes/AKG/ KSR by Kisan irrigation
/Supreme /Astral/ Prince/ Ashirwad/ Prayag/Aquasafe
by Astral
109. uPVC Screen and casing pipes for bore well/tube KRISHNA plast pipes/KSR by Kisan
well as per IS : 12818 irrigation/Supreme/Astral.
110. uPVC-SWR Pipes as per IS: 13592 KRISHNA plast pipes/KSR by Kisan irrigation/Finolex
/AKG/ Supreme
/Prince/Ashirwad/Astral/Prayag/Drain Master by
Astral
111. Wooden Shutter with frame Siesto Brand by Bramsaria doors.
112. uPVC Windows/Doors SIESTO Brand by Bhimsaria Polymers/Duroplast/
Fenesta/ Komerling/ Wintech/Aluplast/ Vikas Plastic
Ply/NCL-VEKA fabricated by Classic Engineers &
Fabricators, Raipur
113. Cement (OPC/PPC) A.C.C., Jaypee Cement, Ultratech, Shri Cement, Gujrat
Ambuja Cement and Cement Corporation of India,
Emami/Birla Gold Cement
114. Corrugated GI Sheets Tata, Essar , Sail JSW, Bhusan
115. Colour coated profile sheets Tata (Ezydeck)/Lloyd Superdeck/JSW/Jindal
116. Float Glass Profile Sheet TATA (transparent) Tata, Modiguard, Saint Gobain
117. Aluminium doors & window fittings (Heavy duty) Jyoti , Argent, Everest/Kilong/Alualpha/classic/Ebco
118. Steel/Wood primer / paint ICI 198eluxe, nerolac, berger, Asian, Snowcem
119. Bitumen 85/25 HPCI, IOCL
120. PVC water storage tanks Sintex, water well, Siltank, Polywell/Plasto/ ‘SILTANK’
by Supreme/Vectus
121. Bitumen VG-30, VG-10 etc. As per particular specification of item from IOCL, BPCL,
HPCL.
122. Rigid Phenolic foam for cold and hot insulation as Phenotherm manufactured by Bakelite Hylam ltd
per IS: 13204
123. FRP Chhajjas Selected Products Company.
124. FRP Porta cabin Selected Products Company.
125. G.I. Wire-mesh/Netting Selected Products Company.
126. Wall Putty (White Cement based) Buildwell (Walplast Products Pvt. Ltd.)/Birla wall
care/JK white/Berger/Asian paints/ferrous Crete/
Snowcem Paints.
127. AAC block ‘Ecorex’ manufactured by Ecorex Buildtech pvt. Ltd.
128. UPVC Agriculture/Pressure pipes and fittings AKG Extrusion Pvt Ltd./Astral
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


199

129. UPVC underground drainage & sewerage pipes KSR by Kisan irrigation/Finolex/AKG/Supreme/Foam
SN 4/ SN 8 Core by Astral.
130. Fabrication of aluminium & UPVC doors, windows, Skyler World.
Facades including ACP and glazing work
131. Fabrication of aluminium structural glazing and KANHA ALU AND FAB PVT. LTD., Raipur./Evergreen.
aluminium doors & windows.
132. Processing and fabrication of glass (toughened, Wadhwa Glass Works (P) Ltd., Raipur.
DGU and lamination
133. Glass reinforced Gypsum (GRG) false ceiling ‘Diamond’ manufactured by Diamond International Inex
pvt. Ltd/Gyproc by Saint Gobain.
134. Wooden shutter with frame ‘Bhimsaria’
135. PPR-C pipes as per IS: 15801 KSR brand/Supreme/Vectus
136. PVC fittings as per IS: 10124 and IS: 7834 KSR brand/ Astral
137. PVC underground drainage pipes (structured Supreme/ Foam Core by Astral.
wall type) as per IS: 16098
138. PVC septic tanks ‘Safegard’ by Supreme .
139. PVC underground water tanks ‘Amrutam’ by Supreme.
140. PVC readymade toilet blocks ‘Cleanage’ by Supreme .
141. PVC chambers & Manholes Supreme/ Drain Hulk by Astral
142. Pre-Painted/powder coated CRC windows M/s classic engineers and fabricators/ M/s JK
Enterprises Jaipur/ Ncl alltek & seccolor ltd. Hydrabad/
ultimate safety metals.
143. White cement based polymer modified self Ultratech/Dr. Fixit/Sika/Fosroc
curring mortor
144. Gypsum plaster Ferrous crete/ Gyproc (Elite-90)/ Ultratech
145. Tile Adhesive Ferrous Crete / Ardex/ Endure (Gold Star)/ Pidilite
(Fevimatex)/ Weabr (Saint Gobain)/Asian Paints
146. Integral water proofing compound with cement FOSROC/ Conplast 421/Dr. fixit : LW+/ Sika :
(for plaster & mortar) sikacim/Asian Paints: Smart care vitalia & equivalent
product of BASF/CICO/Ardex Endura/STP
Ltd/Snowcem.
147. Water proofing for bathroom/toilet/balcony & Fosroc: Brush Bond/CICO:Tapecrete/Dr. fixti : Pidilite
other wet areas. 2k/Sika: Nito Bond/Asian Paints: Damp Block 2k &
Equivalent Product of BASF/Ardex endure/ Snowcem
148. Crystalline water proofing compound. Fosroc : Fosroc crystalline/Dr. Fixit: Dr. fixit
crystalline/Sika: Sika Crystalline/Asian
Paints:Crystalline Quart & Equivalent Product of
BASF/CICO/Ardex Endura
149. Polycarbonate sheet GE Plastic/Lexan/MG Polyplast
150. Fire rated doors Signum fire protection/Shakti
Metdoor/NAVAIR/Sukri/Promat
International/Supreme fire Door.
151. Stainless steel railing Accessories Jindal/Dorma/Kich/GEZE/Godrej/Hardwyn
152. Stainless steel door & windows fittings Jindal/Dorma/Kich/Dorset/Godrej/Ozone/Classic Steel
windows
153. Tubular profile steel door/windows Classic steel windows.
154. Acrylic Distemper 1st quality Asian Paints (Tractor Aqua Lock Paint)/ Berger:
(washable/Readymix/Low VOC) commando or equivalent paints of Nerolac or ICI-
Dulux./ Snowcem
155. Plastic emulsion plaint Asian paint: (Apcolite Heavy Duty Premium Emulsion
paint)/ Nerolac :Impressio/Berger:Easy clean/ICI-
Dulax:Velvet touch /Snowcem
156. Acrylic Smooth Exterior Paint Asian Paint : (Apex/ Professional Premium Exterior
Emulsion/ Nerolac: XL/Berger: Weather coat/ICI-
Dulux: Weather Shieled/ Snowcem
157. Premium Acrylic Smooth Exterior Paint with Asian paint: Apex Ultima/Nerolac: XL Total/Berger:
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


200

Silicon Additive Weather coat all guard/ICI dulux: Weather Shield max/
Snowcem Snowcryl.
158. Fire paint Asian paints/Akzo Nobel Coatings India ltd./
PROMAT/Jotun
159. D.I. Pipes & fittings Electrosteel/Jindal/Tata Ductura/Kapilansh/Kesorom
160. C.I. manhole covers, frames & CI Gratings Neco/Raj iron Foundary Agra/BIC/SKF/Kapilansh
161. SFRC manhole cover & Grating K.K./Jain Pragati
162. C.P. Brass fittings (Superior Range) Jaquar/Grohe/Roca
163. C.P. Brass Faucets, Showers, Accessories & ESS ESS Bathsense & Premium Range :Royale by Asian
Essential Paints/ Parryware/Jaquar.
164. Sanitary ware fittings & Accessories (Superior range) Kohler/Roca/Hindware/Parryware/Bathsense by
Asian Paints
165. Mirror glass Atul/Modi Guard/Golden Fish
166. Extruded Polystyrene Insulation Board Dow Corning/Supreme/Taxes/Analco
167. Heat Resistant Tiles Swastik/Thermatek
168. Floor Hardener Ironite/Ferrok/Hardonate
169. Modular Expansion Joint Herculus/Sanfield India Ltd. Vexcolt
170. Glass Wool Dow Corning/ U.P. Twinga/Isover
171. UPVC Doors and window hardware Rotto/Dorset/Kinlong
172. AAC Block adhesive Ecorex/Ultratech/Ardex Endura/Ferrous Crete
173. Ready Mix Plaster Ultratech/Ferrous Crete/Saint Gobain
174. Post tension slab Ultracon technology limited/Tech-9/CRUX
175. Acoustical Wall paneling Hush.
176. WPC door frames Vikas Plastic Ply.
177. Pressed steel door frames Classic steel windows.
178. Water proofing membrane (APP, SBS, PVC, HDPE, EPDM) Asian Paints/ Dr. Fixit/STP Ltd.
179. Water proofing Universal/multipurpose polymers Asian Paints .
180. Water proofing sealants Asian Paints/STP Ltd.
181. Water proofing micro concrete/repair mortor Asian Paints.
182. Waterproofing Polyurathene Coating/LEC System Dr. Fixit.
183. Road safety Products Shakti.
184. Stainless Steel butt hinges as per IS: 13983 Prayag.
185. Double wall corrugated polyethylene (DWC PE) Nobale by Noble Polytec/REX by Astral.
Pipes IS : 16098 part 2 :2013
186. Road application (Patch repairs/Pot holes) STP Ltd.
187. Epoxy & PU flooring, coating & Hardeners STP Ltd.
188. Protective coating, Adhesive & Insulation STP Ltd.
189. Heat Strengthened glass Mr. Glass.
190. Heat Soaked glass Mr. Glass.
191. Insulated glass Mr. Glass.
192. Laminated and safety glass Mr. Glass.
193. Synthetic Plaster Texture Paint Snowcem Paints.
194. RCC doors Frames Bothra Duro Frame.
195. Cover blocks/spacers Bothra Duro Frame.
196. Cement (PSC) confirming to IS 455-2015 Birla Gold Cement.
197. STP/WTP ION- Exchange/Venza.
198. CPVC pipe for firefighting Sprinkler system FIREPRO by ASTRAL.
199. Panels ARIO- XTERIOR BY AIROLAM
200. Rest Room cubicle made with compact laminates MERINO.
201. Decorative thermosetting synthetic resin bonded laminated MERINO.
sheet as per IS 2046:1995 (High pressure compact laminates)
202. Cement Planks Dura/Everest.
All fitting shall have ISI nos on its body wherever applicable
Note: - Chief Engineer, CPWD, Raipur reserves the right to add or delete any materials and Brands in the
list of approved materials/brands on the recommendations of Engineer-in-charge.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


201

GUARANTEE BONDS
ANNEXURE-I

GUARANTEE TO BE EXECUTED BY THE CONTRACTOR


FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF
STONE WORK/ TILE WORK.

The agreement made this.................... day of ................. Two Thousand .............. between
....................................S/o ...............................................(hereinafter called the GUARANTOR on the one part) and
the President of India (hereinafter called the Government on the other part)

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


dated ...................... and made between the GUARANTOR ON THE ONE PART AND the Government on the
other part whereby the contractor inter alias undertook to render the work in the said contract
structurally stable , workmanship, finishing and use of sound materials.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will
remain structurally stable and guaranteed against faulty workmanship, finishing and materials.

NOW THE GUARANTOR hereby guarantee that work executed by him will remain structurally
stable after the expiry of maintenance period prescribed in the contract for the minimum life of five
years to be reckoned from the date after the expiry of maintenance period prescribed in the contract.

The decision of the Engineer-in-Charge with regard to nature and cause of defect shall be final.

During this period of guarantee, the guarantor shall make good all defects to the satisfaction of
the Engineer-in-Charge calling upon him to rectify the defects failing which the work shall be got done
by the Department by some other contractor at the Guarantor’s cost and risk. The decision of the
Engineer-in-Charge as to the cost payable by the Guarantor shall be final and binding.

That if the guarantor fails to make good all the defects, commits breach there under, then the
guarantor will indemnify the principal and his successor against all loss, damage, cost expense or
otherwise which may be incurred by him by reason of any default on the part of the GUARANTOR in
performance and observance of this supplementary agreement. As to the amount of loss and/or damage
and or cost incurred by the Government, the decision of the Engineer-in-Charge will be final and binding
on both the parties.

IN WITHNESS WHEREOF these presents have been executed by the obligator ....................... and
........................................ by ................................. for and on behalf of the President of India on the day, month and
year first above written.

SIGNED, sealed and delivered by OBLIGATOR in the presence of :-

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

SIGNED FOR AND BEHALF OF THE PRESIDENT OF INDIA BY ................................... in the presence of :-

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

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


202

ANNEXURE-II

GUARANTEE TO BE EXECUTED BY THE CONTRACTOR


FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF
WATER-PROOFING WORKS.

The agreement made this.................... day of ................. Two Thousand .............. between
....................................S/o ...............................................(hereinafter called the GUARANTOR on the one part) and
the PRESIDENT OF INDIA (hereinafter called the Government on the other part)

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


dated ...................... and made between the GUARANTOR ON THE ONE PART AND the Government on the
other part whereby the contractor inter alia undertook to render the building and structures in the said
contract completely water and leak-proof.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will
remain water and leak proof, for Ten years from the date of giving water proofing treatment.

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

The decision of the Engineer-in-Charge with regard to nature and cause of defect shall be final.

During this period of guarantee, the guarantor shall make good all defects and in case of any
defect being found render the building water proof to the satisfaction of the Engineer-in-Charge calling
upon him to rectify the defects failing which the work shall be got done by the Department by some
other contractor at the Guarantor’s cost and risk. The decision of the Engineer-in-Charge as to the cost
payable by the Guarantor shall be final and binding.

That if the guarantor fails to execute the water proofing or commits breach there under, then the
guarantor will indemnify the principal and his successor against all loss, damage, cost expense or
otherwise which may be incurred by him by reason of any default on the part of the GUARANTOR in
performance and observance of this supplementary agreement. As to the amount of loss and/or damage
and or cost incurred by the Government, the decision of the Engineer-in-Charge will be final and binding
on both the parties.

IN WITHNESS WHEREOF these presents have been executed by the obligator ....................... and
........................................ by ................................. for and on behalf of the PRESIDENT OF INDIA on the day, month
and year first above written.

SIGNED, sealed and delivered by OBLIGATOR in the presence of :-

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

SIGNED FOR AND BEHALF OF THE PRESIDENT OF INDIA BY ................................... in the presence of
:-

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

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


203

ANNEXURE-III
GUARANTEE TO BE EXECUTED BY THE CONTRACTOR
FOR REMOVAL OF DEFECTS AFTER COMPLETION
IN RESPECT OF SANITARY INSTALLATIONS / WATER SUPPLY / DRAINAGE WORK AND ALUMINIUM
WORK

The agreement made this.................... day of ................. Two Thousand .............. between
....................................S/o ...............................................(hereinafter called the GUARANTOR on the one part) and
the PRESIDENT OF INDIA (hereinafter called the Government on the other part)

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


dated .................................. and made between the GUARANTOR ON THE ONE PART AND the Government on
the other part, whereby the contractor inter alia, undertook to render the work in the said contract
structurally stable, leak proof and sound material, workmanship, anodizing, colouring, sealing etc.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will
remain structurally stable, leak proof and guaranteed against faulty material and workmanship,
defective anodizing / Powder coat colouring and finishing for ………. years from the date of completion
of work.

NOW THE GUARANTOR hereby guarantee that work executed by him will be free from any
leakage, seepage, cracks in pipes and guaranteed against faulty material and workmanship, defective
galvanizing for five years to be reckoned from the date after the expiry of maintenance period
prescribed in the contract.

The decision of the Engineer-in-Charge with regard to nature and cause of defect shall be final.
During this period of guarantee, the guarantor shall make good all defects and in case of any
defect to satisfaction of Engineer-in-Charge at his cost and shall commence the work for such
rectification within seven days from the date of issue of the notice from the Engineer-in-Charge calling
upon him to rectify the defects failing which the work shall be got done by the Department by some
other contractor at the guarantor’s cost and risk. The decision of the Engineer-in-Charge as to the cost
payable by the Guarantor shall be final and binding.

That if the guarantor fails to make good all defects or commits breach there under, then the
guarantor will indemnify the principal and his successor against all loss, damage, cost expense or
otherwise which may be incurred by him by reason of any default on the part of the GUARANTOR in
performance and observance of this supplementary agreement. As to the amount of loss and/or
damage and or cost incurred by the Government, the decision of the Engineer-in-Charge will be final and
binding on both the parties.
IN WITHNESS WHEREOF these presents have been executed by the obligator......................
....................................................... and ................................................. by ........................................... for and on behalf of the
PRESIDENT OF INDIA on the day, month and year first above written.

SIGNED, sealed and delivered by OBLIGATOR in the presence of :-

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

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY......................... in the presence of :-
1. ................................................... 2. ............................................

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


204

ANNEXURE-IV
FORM OF PERFORMANCE SECURITY/
BANK GUARANTEE BOND

In consideration of the President of India (hereinafter called “the Government”) having agreed under
the terms and conditions of agreement No.________ dated________ made
between______________________and____________________________{hereinafter called “the said contractor(s)”} for
the work ___________________________
__________________________________________________________________________________________________________(hereinafte
r called “the said agreement”) having agreed to production of an irrevocable Bank Guarantee for
Rs._____________________ (Rupees __________________________________ only) as a security/guarantee from the
contractor(s) for compliance of his obligations in accordance with the terms and conditions in the said
agreement,
We _________________________________________
(indicate the name of the Bank)
(hereinafter referred to as “the Bank”) hereby undertake to pay to the Government an amount
not exceeding Rs.___________/- (Rupees_________________________ only) on demand by the Government.

2. We _____________________________________________ do hereby undertake to (indicate


the name of the Bank)
pay the amounts due and payable under this Guarantee without any demure, merely on a
demand from the Government stating that the amount claimed is required to meet the recoveries due or
likely to be due from the said contractor (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 to 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________________________________________ further agree that the guarantee (indicate the


name of the Bank)
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, certifies that the terms and
conditions of the said agreement have been fully and properly carried out by the said contractor(s)
accordingly discharges this guarantee.

5. We__________________________________ further agree with the Government that


(indicate the name of the Bank)
the Government shall have the fullest liberty without our consent and without affecting in any manner
our obligations 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.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


205

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

7. We_________________________________________________ lastly undertake not to (indicate the name of bank)


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 Government.


Notwithstanding anything mentioned above, our liability against this Guarantee is restricted to
Rs.____________/-(Rupees_____________________ only) and unless a claim in writing is lodged with us within
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)

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


206

SECTION – C

Electrical Works

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


207

Scope of Work, User Requirements and Technical specifications:

Scope:

The scope of work is briefly defined under chapter Part-II, Technical Bid (Section-I), page no.
24 to 31

GENERAL CONDITIONS FOR ALL E&M PACKAGES

1. The agency must study various CPWD specifications; get themselves acquainted with
site and site conditions, provision for fire fighting system, fire alarm system, HVAC,
UPS, CCTV, BMS, Audio / visual system , EPBAX, PA system, video Conferencing
system, solar water heating system, street lights for the hospital building in local
byelaws and additional conditions carefully. The work shall be executed in close co-
ordination with the progress of building work.

2. The work shall be carried out in the following order of preference.


(i) Indian electricity rules 2005 & Indian electricity act 2003 amended up to date.
(ii) Additional Technical specifications and list of acceptable makes attached.
(iii) 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, CPWD general specifications for electrical works Part – VII
DG set 2013, CPWD general specifications for electrical works Part – VI Fire
detecation & Fire alarm system 2018, National electrical code 2011 amended up
to date and Relevant sections of relevant IS codes of latest edition and CPWD
special publications available on CPWD website.
(Note: The higher specifications / stringent conditions of CPWD specifications or
NBC – 2016 shall be followed).
(iv) Relevant BIS standards as modified up to date.
(v) 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.

3. All the equipments shall be delivered with (i) Manufacturer´s test certificate, (ii)
Manufacturer´s technical catalogues and Installation / Instruction (O&M) manuals.

4. 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.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


208

5. The design layout plans / drawings / other documents pertaining to E & M services
shall have to be submitted for approval and got proof checked by an institute of repute
as defined /mentioned in the bid-document within the time period as specified in the
table of mile stone.

6. 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 traveling, 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 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 and humid climate.
7. PROCEDURE FOR APPROVAL OF MATERIALS, SHOP FLOOR DRAWINGS AND
COMMENCEMENT OF WORK:

Within the time specified in table of milestone the contractor shall submit following
documents for approval.
(i) List of makes & Model numbers of all items of equipments and accessories each sub
Head of work.
(ii) Catalogues of the equipments to be supplied.
(iii) 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.

8. 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.

9. Remedy of failure to insure: If the agency fails to effect and keep in force the
insurance referred to in the preceding sub-clause the department may affect and
keep in force any such insurance and pay such premium as may be necessary for
that purpose and from time to time deduct the amount, so paid by the

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


209

department, from any money due or which may become due to bids or recover
the same as debit from the agency’s bill.

10. 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.

11. Inspection and testing at site :


(i) 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.
(ii) The completed installation shall be inspected and tested by the
Engineer-in charge in the manner as will be laid down by him, in
consultation the agency.
(iii) All instruments and facilities necessary for the tests shall be
provided by the agency.

12. Completeness of work :


(i) 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.
(ii) All E&M services such as Internal Electrical installations, lifts, fire fighting
system, sprinkler system& Addressable fire alarm system, HVAC system,
Audio/Vedio, EPBAX, Solar water heating, PA system, D.G. sets, substation
equipments, street lighting, UPS, pumping set 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).

(iii) All electrical & mechanical fittings / fixture / appliances, to be provided for the
work, where BEE certification is available should have 5-star rating (of BEE).
Since, the proposed construction is for 3 star GRIHA rating, all fittings and
fixtures of minimum requirement required for the 3 STAR GRIHA rating shall
be provided.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


210

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.

13. INCIDENTAL CHARGES: All incidental charges of any kind including cartage, storage,
wastage and safe custody of material etc. shall be borne by the Contractor.

14. 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.

15. 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.

16. QUALITY CONTROL AND TESTING OF MATERIALS:


(i) 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 or
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
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


211

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.

(ii) If the department desires to send any samples of materials for testing in a 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.

17. 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.

18. 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.

19. 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.

20. 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.

21. 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 respect. All these incidental works/ costs which

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


212

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.

22. 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 bodies Fire Officer/Lift
Inspector/ CFO 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 shall be paid by the agency.

23. 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 alongwith 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 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 quality and
in stipulated time limit.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


213

ELIGIBILITY CRITERIA FOR MAIN AGENCY WITH RESPECT TO ASSOCIATED ELECTRICAL


AGENCY TO BE ENGAGED BY MAIN CONTRACTOR FOR EXECUTING THE ELECTRICAL SUB-
HEADS

1. After award of work and before the first milestone, the main contractor will have to submit
Name (s) of the proposed associate contractor (for each of the E&M works), who fulfill set
eligibility criteria for the relevant sub-head ending last day of previous month of
submission or date of 1st mile stone. The documents will have to be submitted in detail as
required, which will be checked as per NIT for approval of the associate contractors. It will
be essential that proposed electrical associate agency qualify the eligibility criteria for sub
– head given in NIT.

2. The department reserves the right to allow the main firm to submit additional Documents
/additional names of the associates in case of the deficiencies in documents or in case of no
associate getting qualified in respect of certain subheads. The same will have to be
complied with the main contractor within the time allowed. The decision of the
department shall be firm & binding on the intending bidders.

3. The main firm should submit the willingness from eligible electrical contractors to get
associated with them for execution of the electrical component of works in wholesome
manner and as per the conditions set out in the MOU to be entered into, between the one
who is awarded the work and the associated eligible electrical contractor.

4. In support of the eligibility conditions of the proposed associated electrical contractor,


copy of their registration documents, Electrical Contractor’s License, GST documents,
eligibility documents by competent authority shall have to be submitted. Such associate
electrical contractor will certify that they are not debarred as on the day of application for
sale of tender.

5. In event of the concerned E&M agency not performing satisfactorily or failure of


associate/sub-contractor to complete the E&M work, the main contractor on the written
direction of the department, shall remove the Associate/sub-contractor deployed on the
work and shall submit name of new associate who fulfills the conditions mentioned in NIT
to execute the leftover work without any loss of time or variation in cost to the department
in this regard. Such associates shall also enter into Agreement with the main tenderer and
shall meet all the 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/sub-contractor and paid partly by the department,
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
Electrical Contractor will be allowed without prior approval of the CE, Raipur.

6. Executive Engineer (E) shall be the Engineer-in-charge as far as electrical works are
concerned.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


214

7. The main contractor shall be responsible and liable for proper and complete execution of
the Electrical work and ensure coordination and completion of both civil and electrical
work.

8. The main contractor has to enter into agreement with contractor(s) associated by him for
execution of E&M subheads. Copy of such agreement shall be submitted to EE(C) in charge
of work. In case of change of associate contractor, the main contractor has to enter into
agreement with the new contractor associated by him.

10. The associate or sub-contractor shall attend the inspection of the work by the Engineer-in-
charge of E&M works as and when required. The agencies executing the electrical work
should have valid license for LT/HT as applicable and as described in eligibility criteria.

11. Verifiable completion certificates of the work eligibility documents as the case may be, duly
attested by the applicant shall be submitted. Valid Electrical Contractor’ license, as the case
may be, duly countersigned by the applicant as well as signed by the associate contractors
shall also be submitted. Self attested GST documents in respect of the associated agencies
as well as signed by associate firms shall be submitted along with the tender documents.

12. For components of E&M works, the eligibility criteria for specialized agencies to be
associated by the main contractor after award of work will be as detailed below:

For the different E&M subheads, the main contractor will have to engage the associate
electrical contractor/specialized agency in the field after award of work as per following:-

(a) The main firm should 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 given below. They will have to submit willingness certificate for each of
the component of the Electrical work for Associate agencies by clearly indicating the
applicable component of the work.

(b) The firm should have successfully completed similar works during the last 7 years
ending upto previous day of last date of submission of tender for each sub heads:

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

NOTE: For the purpose of eligibility criteria only, sub-head wise total cost is taken as below
which is rough cost and should not be used or interpreted for any other purpose.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


215

S.Nos Name of Sub- App. Eligibility criteria Similar Work


Head Cost
in Cr.
1 Internal & 8.20 3 similar works, each of value not less Providing
External EI, than 40% of component cost OR Internal &
Street lights, Two similar works, each of value not External EI,
rising mains, less than 60% of component cost OR Work
LED signages One work of value not less than 80% of
LED Name component cost
board and
Water Supply
Pump Sets,
solar water
heating
system.
2 Fire fighting 1.50 ………..do………… Pdg. Fire fighting
system & fire system with wet
exitinguishers riser/ sprinkler
3 Fire Alarm 1.34 ………..do………… Pdg. Automatic
System, addressable Fire
Audio/Video Alarm system
system,
EPBAX, LAN
networking,
Nursing call
bell system &
PA System
4 Sub-stations 1.34 3 similar works, each of value not less Pdg. Sub station
than 40% of component cost with equipments like
capacity of individual transformer Transformer, HT
being 1000 KVA OR / LT panel etc.,
2 similar works, each of value not less having min. one
than 60% of component cost with no transformer
capacity of individual transformer of 1000 kva
being 1000 KVA OR
One similar works, each of value not
less than 80% of component cost of
Sub-Head with capacity of individual
transformer being 1000 KVA

5 DG Set 0.89 3 similar works, each of value not less Pdg. DG set and
than 40% of component cost with other
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


216

capacity of individual DG set being equipments


500 KVA OR AMF/ LT panel /
2 similar works, each of value not less etc., having min.
than 60% of component cost with one no 500 kva
capacity of individual DG set being DG set
500 KVA OR
One similar works, each of value not
less than 80% of component cost of
Sub-Head with capacity of individual
DG set being 500 KVA

6 HVAC & 2.05 3 similar works, each of value not less Pdg. Central
Mechanical than 40% of component cost with HVAC system
Ventilation capacity of individual chiller unit being and other
system 100 TR OR equipments like
2 similar works, each of value not less AHUs, ducting,
than 60% of component cost with piping etc,
capacity of individual chiller unit being having min. one
100TR OR One similar works, each of no 100 TR chiller
value not less than 80% of component
cost of Sub-Head with capacity of
individual chiller unit being 100TR

7 Lift 1.52 The work shall be got executed by the


OEM of lift of accepted makes

8 UPS 0.48 3 similar works, each of value not less As per


9 CCTV 0.53 than 40% of component cost OR respective
10 IBMS 0.67 2 similar works, each of value not less specialized
than 60% of component cost OR agencies.
One similar works, each of value not
less than 80% of component cost

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


217

FORM – ‘K’
WILLINGNESS CERTIFICATE FROM CONCERNED COMPETENT
ELECTRICAL CONTRACTOR
(Separate for each sub head of E&M work)

Name of Work :Construction of 100 bedded hospital and 32 Nos. Quarters for ESIC at Bhilai
(C.G.) on EPC basis.
SH:- Hospital building with 32 nos. Quarters including water supply, sanitary
installation, internal electrical installations, lifts, fire fighting system,
automatic fire alarm system, electric substation, DG sets, air-conditioning
system, UPS, CCTV, IBMS, PA system, Audio-video etc.

Name of sub-work: ………………………………………………………………..

I hereby give my willingness to work as electrical contractor for the above mentioned work.
I will execute the work as per specifications and conditions for the agreement and as per
direction of the Engineer-in-charge. Also I will employee full time technically qualified
supervisor for the works.

I will attend inspection of officers of the department as and when required.

Dated:

Signature of Main Contractor Signature of Associate Electrical Contractor

Address: and Registration detail Address:

Telephone: Telephone:

FAX: FAX:

e-mail: e-mail:

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


218

MEMORANDUM OF UNDERSTANDING [M.O.U] BETWEEN


(Separate for each sub head of E&M work)

1] M/S [Name of the firm with full address]

[Henceforth called the main contractor]


And
2] M/S [Name of the firm with full address]
[Henceforth, called Associated Electrical Contractor or Electrical Contractor]

For the execution of Electrical Work: Construction of 100 bedded hospital and 32 Nos. Quarters
for ESIC at Bhilai (C.G.) on EPC basis.
SH:- Hospital building with 32 nos. Quarters including water supply, sanitary installation,
internal electrical installations, lifts, fire fighting system, automatic fire alarm system, electric
substation, DG sets, air-conditioning system, UPS, CCTV, IBMS, PA system, Audio-video etc.

Name of sub-work: …………………………………………

We state that M.O.U between us will be treated as an agreement and has legality as
per Indian Contract Act [amended upto 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. In case of any dispute, either of us will go for mediation/arbitration
by the Chief Engineer, CPWD, Raipur. Any of us may appeal against the
edition/arbitration to the Chief Engineer, CPWD, Raipur. His decision shall be final
and binding on both of us.
We have agreed as under:
1. The electrical contractor will execute all electrical works in the wholesome
manner as per terms and conditions of the agreement. The electrical
contractor shall be paid as per standard procedure followed by the
department and the agreement between parties. Any type of internal
transaction between the electrical contractor and the main contractor shall be
as per their convenience and mutual understanding without involving the
department.

2. The electrical contractor shall be liable for disciplinary action if he failed to


discharge the action[s] and other legal action as per agreement.

3. All the machinery and equipments, tools and tackles required for execution of
the electrical works, as per agreement, shall be the responsibility of the
electrical contractor.

4. The site staff required for the electrical work shall be arranged by the electrical
contractor as per terms and conditions of the agreement.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


219

5. Site order book maintained for the said work shall be signed by the main
contractor as well as by the Engineer of the Associated Contractor and by
Associated Contractor himself.

6. All the correspondence regarding execution of the electrical work shall be done
by the Department with the Associated Contractor with a copy to the main
contractor. In case of non-compliance of the provisions of agreement, the main
contractor, as well as the associated contractor shall be responsible. The action
under clauses 2 and 3 shall be initiated and taken against the main contractor.

• Name of the Sub Head to be indicated :

Signature of main contractor Signature of associated electrical contractor

Name : Name :

Address : Address :

Date: Date :
Place: Place:

COUNTERSIGNED

EXECUTIVE ENGINEER

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


220

FORM ‘A’

FINANCIAL INFORMATION
(To be submitted separately for each sub-head as required)

I. Financial Analysis Details to be furnished duly supported by figures in balance


sheet / profit & Loss account for the last five years duly certified by the Charted
Accountant or equivalent competent Authority , as submitted by the applicant to
the Income Tax Department or equivalent Competent Authority (Copies to be
attached)

S.No. Particulars
2018-19 2017-18 2016-17 2015-16 2014-15
1 Gross Annual
turnover
2 Profit / Loss

II.The following certificates shall be enclosed:

A. Solvency Certificate from Bankers of applicant in the prescribed from ’B’.

B. Copy of Annual Turn Over for last 5 years certified by Charted Accountant or
equivalent Competent Authority.

Signature of Charted Accountant with Seal Signature of Applicant(S)

1. Balance Sheet / Audit report is not required to be submitted.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


221

FORM ‘B’

FORM OF BANKERS CERTIFICATE FROM A SCHEDULE BANK (To be submitted separately for

each sub-head as required)

This is to certify that to best of our knowledge and information that M/.s ………………………
having noted address , a customer of our bank are / is respectable and treated as good for any
engagement up to a limit of Rs…………..…..............................................................................................
(Rupees……………………………….………………………………………….…………………………)

This certificate is issued without any guarantee or responsibility of the bank or any of the
officers.

(Signature)
For the Bank

NOTE:-
(1) Bankers Certificate should be on letter head of the Bank and addressed to
tendering authority.

(2) In case of partnership firm, Certificates should include names of all partners as
recorded with the Bank.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


222

FORM ‘C’

DETAILS OF ALL WORKS OF SIMILAR CLASS COMPLETED DURING THE LAST SEVEN YEARS
ENDING LAST DAY OF THE MONTH PREVIOUS TO THE ONE IN WHICH APPLICATIONS ARE
INVITED.

Litigation/arbitration
Owner or Sponsoring

whom reference may


pending/in progress

number of officer to
address/Telephone
Project & Location

Stipulated date of
Name of Work /

Date of Comme-
ncement as per
Gross amount

Actual date of
Organisation

with details*
completion

completion

Remarks
be made
contract

Name &
Sl. No

1 2 3 4 5 6 7 8 9 10

*Indicate gross amount claimed and amount awarded by the Arbitrator.

SIGNATURE OF APPLICANT(S)

Note:-
1. Only those works which satisfies the eligibility criteria needs to be mentioned.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


223

FORM ‘D’

PERFORMANCE REPORT OF WORKS REFERED TO IN FORM “C”

(1) Name of Firm

(2) (i) Name of Work / Project & Location

(ii) Name of Client / Department

(3) Agreement Number

(4) Completion Cost

(5) Date of Start

(6) Date of actual completion

(7) Performance Report - (Quality of work)

(8) The details of AC plant installed, should be clearly given or complete schedule

be enclosed

Dated:

To be signed by competent authority in-charge of work of Executive Engineer level or


equivalent.

Note: The Department shall be at liberty to verify the details submitted by the applicant.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


224

PART-C-1

Additional technical specification for EI works :

Note: The following information given is indicative only. Execution shall be carried out as per
functional requirement and design approved by engineer-in-charge.

1. All internal electrical works shall be carried out with MS conduit. All switches, sockets, AC
Starter, IP Phone socket, Data sockets, stepped type electronic fan regulators, bell push
and accessories along with matching mounting boxes shall be of modular type.
2. All lighting fixtures should be LED type having efficacy more than 115 Lumen / Watt for
bigger areas and more than 95 lumen/watt for toilets, CRI >80, THD <10%, LM 79 & LM
80 test report from NABL accredited lab should be submitted by the agency. Driver should
be BIS certified. Colour temperature may be 3000/4500/6000K as per site requirement.
Life of fittings should not be less than 50,000 burning Hrs.
3. Required illumination level for general lighting shall be achieved as per CPWD/NBC/IS
guidelines. Wherever range of illumination for space is mentioned, higher side of Lux level
must be taken for design purpose.
4. Arrangement of luminaries in various areas of buildings shall be done on the basis of
Illumination level as specified in CPWD specification Internal 2013 / NBC 2016.
5. Ceiling fans will also be provided everywhere except toilets / Bath rooms irrespective of
provision of air conditioners. The size of ceiling fans shall be 1400/ 1200 mm with ISI
marked / 5 Star rated. Optimum size and number of ceiling fans for rooms of different size
shall be as per provision laid down in CPWD specifications for internal E.I. work – 2013.
Minimum air delivery and service value shall be as per the above specification.
6. Wiring for Intercom / Telephone shall be terminated in suitable size of G.I. Junction box
and RJ-11 socket. All the other end of wiring shall be terminated in krone box at each floor
and in the EPBAX room. The wiring shall be suitably tagged/marked mentioning the
location of each point.
7. Wiring for LAN shall be terminated in suitable size of G.I. Junction box and RJ-45 socket.
All the other end of wiring shall be terminated in Patch panel including rack of each
block/floor and suitable wiring shall be done between all patch panel to server room.
8. Wiring for CCTV in MS conduit shall be provided as per the design and to be terminated in
G.I. Junction box and rack panel etc.

9. Minimum size of copper conductor for power wiring shall be 4 Sq mm and for light and
fan points wiring shall be 1.5 sq mm.
10. Essential & non-essential DBs shall be separate. The size of both type of DBs shall be same
irrespective of number of circuits connected from the DBs.
11. The wiring and conduit route plan/drawings shall be submitted by the contractor and
shall be got approved from the Engineer-in-charge.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


225

12. To facilitate drawing of wires, 18 SWG GI fish wire shall be provided in recessed conduit.
Conduits laid for other services, like fire alarm, PA system etc., where wiring is not done
along IEI works, fish wire shall be invariably drawn.
13. The connection between incoming switch / isolator and bus bar shall be made with
suitable size of thimble and cable.
14. Power supply to DBs located in Lift shaft / lift machine room at suitable location as
approved by Engineer-in-charge. The connection to lift machine room shall be done using
suitable XLPE insulated armored cable. Supply of cable shall be in the scope of work.
15. Number and size of distribution board shall be as per number of light / power circuits. All
distribution boards shall be double door type. RCBO of suitable rating shall be provided as
main incomer in all DBs.
16. In vertical DBs used for power distribution main incomer shall be MCCB of suitable rating
breaking capacity.
17. LT panel shall be cubicle type with IP 42 protection class and fabricated from CPRI
approved fabricator as per accepted list attached and shall be equipped with digital type
measuring instruments like ammeter, voltmeter, frequency meter, watt meter, multi-
function meter etc. as per drawing approved by Engineer – in – charge.
18. Each floor Panel shall be fabricated from 2 mm thick M.S. sheet powder coated with 7 tank
process and shall be equipped with 4 pole MCCBs, MCBs, Bus bar, digital multifunction
meter, LED indicating lamp extended rotary handle and all accessories as required.
19. MCCB, if used as incomer then it should have earth fault protection and time delay .Earth
leakage modules are not acceptable.
20. Inside the lift shaft there shall be arrangement of one light point at each floor level and
one light point at over head, one light point in lift pit. All light points shall be in group
controlled and wired with 2.5 sq mm FRLS copper conductor cable. 15 amp power plug
and 5 amp power plug shall be provided at alternate floor. Wiring of these power plugs
shall be done with 4 sq mm FRLS copper wires. LED Bulk head fittings of suitable rating to
provide minimum lux of 100 shall be connected with each point of lift shaft.
21. The breaking capacity of MCCB for all types of panel boards except DBs shall be as per
fault level of that location. 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. MCCBs above 200A shall
be provided with micro processed relay with suitable fault level with adjustable O/L, S/C,
protection and upto 200A with Thermal Magnetic release of suitable fault level having
adjustable settings for O/L and S/C.

22. Floor Panels in building shall be provided for essential and non essential supply. Incomer
of essential panel shall be connected with DG set supply. The incomer of non-essential
panel shall be connected with main/primary supply. Incomer, outgoing, bus bar,
indicating instruments, etc shall be designed as per maximum load and shall be got
approved from Engineer-in-charge.
23. All types of panels shall be fabricated from CPRI approved firms and strictly as per CPWD
specifications. The drawing of panel boards must be got approved from Engineer – in –
charge before fabrication work. The panel board shall consist of ACB / MCCB as incomer
and outgoing, aluminium bus bar, digital type ammeter, voltmeter OR multifunction
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


226

meter, selector switches, LED type indication lamps etc as per standard sound engineering
practice.
24. Rising mains :Upward transmission of power inside the buildings shall be done with the
sand witched compact type rising mains with Aluminium busbar i/c all accessories i.e
adapter box, cable end box, tap-off box, reducers with MCCB. Rising mains shall be
provided separately for essential, non essential & UPS. AHU’s shall be fed from essential
rising mains. Rating of rising mains shall be decided as per maximum load of the building
and future expansion and as approved by Engineer – in –Charge. Rising mains shall be
conforming to IS 8623/ IEC 61439 as amendment up to date.
25. While laying conduits for fire alarm system, sufficient junction outlets are to be provided
as per the direction of the Engineer-in-Charge for detectors as required.
26. 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 submitted to the department.
27. Lightning arresters shall be provided for building as per IS; 2309-1989 as amended up to
date and CPWD specifications for internal work – 2013 & aviation lights (LED Type) shall
also be provided.
28. RCBO of 300 ma sensitivity of suitable rating shall be provided as Incomer of each
Distribution board.
29. For accommodating various size of cables incoming to the building, Medium class G.I. pipe
of suitable size shall be provided.
30. Earthing: Earthing system comprising of earth electrode, earth conductor, earth bus,
protective conductor etc for building shall be as per provision laid down in CPWD
specifications part – I, 2013. Earthing system should be designed such as to maintain
earth resistance as specified in CPWD specifications. Earth resistance shall be checked /
tested in harsh climatic conditions.

31. Provision is to be taken in to consideration during designing


i. General lighting: by 2’ X 2’ LED fittings and LED down lighters.
ii. Ceiling fan : everywhere except toilet and corridor
iii. LED mirror light above each wash basin.
iv. Specific power requirement to be provided in areas are as mentioned below.
These are minimum requirement may be higher as per the design and functional
requirement.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


227

(a) HOSPITAL BUILDING


Sl. Location 6A 16A Combinat Teleph LAN Remarks & Other
No Plu Plug ion of 1 one outle requirements
. g No. 16A outlet t
switch
and 3 No.
6A
socket.
1. On bed head 4 2 - - 2 No. 6A & 1 No. 16A plug
of each point on UPS circuit and 2
General ward Nos 6 A & 1NO 16A plug on
bed essential circuit.
2. On bed head 6 3 1 1 All points shall be connected
of each on UPS.
ICU/Pre &
Post
operating
ward
3. OT - - 1 1 A 40A TPN MCB in 4 way
double door type DB shall be
provided in each OT for its
power and light
requirement. Telephone and
LAN connection shall also be
provided in each OT.
4. Doctors - 1 2 1 2
chamber/
consultant
5. MRI, CT Scan - - - 1 1 A 300A TPN MCCB with
& X-ray Room suitable metallic enclosure
(for app. 150 KVA load) shall
be provided in each room.
6. CSSD 1 2 1 1 1 A 300A TPN MCCB with
suitable metallic enclosure
(for app. 150 KVA load) shall
be provided in each room.
7. Laundry - 2 1 1 1 A 300A TPN MCCB with
suitable metallic enclosure
(for app. 150 KVA load) shall
be provided in each room.
8. Pathology - - 2 1 1 A 16A & a 6A socket on wall
at every running meter and
2 No. Industrial socket outlet
for 10 KVA load.
9. Blood storage - - 2 1 1 10 Nos. of 15A plug point.
10. Gas manifold 1 2 - 1 - MCCB with suitable metallic
room enclosure for 100 KW load.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


228

In other areas which are not covered in above paras following minimum provision shall be
provided in the building:-
a) In corridor area for each 30 sq mtr area, 1 no. 15 amp power plug, 2 nos 5 amps
light plugs outlets.

b) In other area, for each 10 sq mtrs area 1 no. 15 amp power plug, 2 nos 5 amps
light plugs and 1 no computer outlets comprising of 1 no. 15 amp switch and 3
nos 5 amps sockets and one no. telephone and LAN point shall be provided.
v. Near each computer outlet one number RJ 45 socket and one number RJ 11
socket shall be provided. Entire wiring for networking along with all necessary
components like CAT-6 wire, Patch panels, Racks etc. are in the scope of work.
The system shall be got approved by the Engineer-in-charge.
vi. Heavy duty Metallic exhaust fans with louvers as per the requirement of
ventilation shall be provided in each toilet.
vii. Central Nursing call bell system shall be provided in each ward to nurse stations.

viii. Two run of 25 mm x 5 mm thick copper strip shall be provided in all OTs with
dedicated 2 Nos. copper plate earth electrode. These earth strip shall be
connected with two nos. dedicated copper earthing.

ix. Floor boxes & raceway whereas required to be provided in floors.

x. Cable tray with proper size shall be used whereas required.

External lighting—For compound lighting, suitable size of Octagonal poles with bracket and
LED street light fittings and decorative pole with LED type post top lentern shall
be provided in the whole campus. Illumination to be maintained as per NBC and
shall be automatic controlled by timer switch panel.

Signages / Sign boards : The scope of works consists of

(i) Signages: Designing, manufacturing, providing and fixing of self glowing photo
luminescent safety signages on 1.2 mm thick aluminium sheet of various matter as
directed 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 various places wherever required light illuminated signages shall be
used.
(ii) LED Name Board ( For various buildings ) : The scope of work also consists of design,
supply, fabrication and fixing of LED name board using word made of acrylic cut out
letter with LED and reflecting vinyl sheet as per design approved by Engineer-in-
charge. The board shall be fabricated with 3mm thick ACP sheet. 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. The matter shall be given by Engineer-in-charge.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


229

Drinking water pumps: Drinking water pumps / submersible pumps to be provide with one
standby after designing as per the requirement in the building/campus.
(b) RESIDENTIAL QUARTERS
Sr. No. Description Type/category of Accommodation
Type-II Type-III Type-IV
1 Power points(15 amp 2 in each room 2 in each room 2 in each room
6 pins) 2 in kitchen 2 in kitchen 2 in kitchen
1 in utility area 1 in utility area 1 in utility area
2 Plug points (5 amp) 1 in each room, 1 in each room 1 in each room
1 in kitchen 1 in kitchen 1 in kitchen
1 in balcony 1 in balcony 1 in balcony
3 LED Bracket lights 1 in each room 1 in each room 1 in each room
decorative 1 in kitchen 1 in kitchen 1 in kitchen
1 in each toilet 1 in each toilet 1 in each toilet
1 in utility 1 in utility 1 in utility
4 Ceiling fans 1 in living room 1 in living room 2 in living room
1 in each bedroom 1 in each bedroom 1 in dining room
1 in drawing room 1 in each bedroom
5 Call bell points 1 1 2
6 Exhaust Fans 1 in each kit. & bath & 1 in each kit. & 1 in each kit., bath &
WC toilet/Bath/WC toilet
7 AC points (with MCB 1 in each room except 1 in each room 1 in each room except
connected socket kitchen & toilet except kitchen & kitchen & toilet
outlet with wiring) toilet
8 Geyser point (with 1 in each bath room 1 in each bath room 1 in kitchen
MCB connected 1 in bath room
socket outlet with
wiring)
9 EDB/MCB point 1 1 -
(single phase)
10 EDB/MCB (3 phase) - - 1
11 Cable TV point 1 in living room 1 in living room 1 in drawing room
1 in each bedroom 1 in each bedroom 1 in each bedroom
12 Telephone point 1 in living room 1 in living room 1 in drawing room
13 LED T-5/T-8 fitting 1 in each room 1 in each room 1 in each room
1 in kitchen 1 in kitchen 1 in kitchen

External lighting—For compound lighting, suitable size of Octagonal poles with bracket and
LED street light fitting and decorative pole with LED type post top lentern shall be provided.
Illumination to be maintained as per NBC and shall be automatic controlled by timer switch
panel. 8 Nos. LED solar street lights also to be provided in the campus.

Signages: The scope of works consists of

(i) Signages: Designing, manufacturing, providing and fixing of self glowing photo
luminescent safety signages on 1.2 mm thick aluminium sheet of various matter as
directed by the Engineer-in-charge such as electrical safety precaution, instructions
for fire safety measures, indication of various shafts, entrance , exit, stairs, 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 various places wherever required light illuminated signages shall be used.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


230

PART-C-2

ADDITIONAL CONDITIONS FOR FIRE FIGHTING SYSTEM

1. The work shall be designed as per the guidelines of NBC -2016 amended upto date &
shall be executed as per CPWD specification.

2. The fire fighting pumps shall be placed in the pump house made for fire fighting and
drinking water pump set.

3. Fire fighting pumps should have positive suction head.

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

5. MS pipe shall be used for plumbing purpose.

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

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

8. Drinking water booster pumps shall be capable to fill the over head tank as per design.

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

10. A remote control and indication panel shall be provided in fire room of hospital building
to monitor and control of fire pumps.

11. De-watering pump shall be provided with float switch in the sump pit for automatic
operation.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


231

PART-C-2

COMMERCIAL AND ADDITIONAL CONDITIONS-


FIRE FIGHTING SYSTEM

1. Specification :- The work shall be executed as per CPWD’s General Specification for
Electrical Works Part-I (Internal)-2013, Part-II (External)-1994, Part-IV (Sub-station)-
2013, Part-V (Wet Riser System for Fire Fighting Installations)-2006, IE Rules, Indian
Standards amended upto date and as per direction of Engineer-in-Charge. The
additional specifications are to be read with above and in case of any variations,
specifications given along with the tender shall apply.

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

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

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

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

6. Contractor shall preserve the copies of invoices, test certificates, gate passes etc. to
prove the genuineness of material/purchases. The responsibility of procurement,
genuine material of specialized works shall rest with the contractor.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


232

PART-C-3

(Automatic fire alarm system, PA system, Audio/Video, EPBAX, LAN Networking and Nursing
call bell system)

TECHNICAL SPECIFICATION FOR AUTOMATIC FIRE ALARM SYSTEM

1.0 Digital Addressable Fire Alarm System

1.1 Scope of Work


1.1.1 The scope of work under this heading shall include designing supplying and installing,
Testing and commissioning of Digital Addressable Fire Detection and Alarm System. The
work under this system shall consist of furnishing all materials, equipment, appliances
and labour necessary to install the complete Fire Detection and Alarm System, complete
with Main Fire Alarm Control Panel, Sensors, Sounders, Strobes, Manual Call Stations,
Relays etc. for interfacing with other systems.
1.1.2 It shall include laying of cabling duct, conduits and power supply etc., necessary for
installation of the system with supply of sensors and devices as appropriate and as
indicated in the Specification and. Any openings/chasing in the wall/ceiling required for
the installation shall be made good in appropriate manner.
1.1.3 The Bidder shall also undertake to control and monitor the ventilation and other
systems from the Fire Alarm Panel through the use of Addressable Output / Input
Modules.
1.1.4 The Building should be designated as multiple fire zones with each area forming one or
more software programmed zones. All wiring shall be done using 2 x 1.5 mm2 twisted
pair shielded PVC insulated copper cable while exposed and in MS Conduits in concealed
in concrete.
1.2.1 Glossary of terms

1.2.1.1 Fire Alarm Control Panel (FACP)


This refers to the microprocessor-based panel that shall be connected to the various
sensors/devices by means of 2 wire loops. The FACP shall be able to supervise
individual detectors for proper performance as well as to give pinpoint location of Fire
or Fault Alarm and initiate Alarms as well as facility for cutting off of AHU’s and
Electrical Power is also to be included. The panel shall also have the provision through
volt-free contact to activate an Auto-Dialer to dial selected phone numbers in case of
fire.
1.2.1.2 Loop
A loop shall mean a 2-wire circuit which is capable of monitoring and controlling
detector/devices. The loop card shall have built-in short circuit isolators to
accommodate Class A wiring.
1.2.1.3 Addressable Devices
This term indicates the complete group of addressable devices such as Sensors or
Detectors, Manual Call Stations, Addressable Output / Input Modules etc.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


233

1.2.1.4 Sensors or Detectors

The Sensors or Detectors shall be Digital Addressable type. The chamber should be
easily removable for the purpose of easy maintenance. The address programming shall
be done through the decade switch in the Detector. The Detectors shall have a common
base to allow easy interchange of various types of Detectors.
1.2.1.5 Manual Call Station

The Manual Call Station shall be addressable type with Input Modules to define the
address for each station. The function shall be similar to that of conventional Manual
Call Point and should be resettable without replacing the glass.
1.2.1.6 Output Module

Output module shall mean Addressable points from the FACP with potential free
contacts for tripping of AHUs, power supply etc. as required. Any module shall operate
two relay outputs powered from the loop and preferably consuming single address on
the loop. The system shall also be able to handle separate modules to interface the
speakers of the Public Address System.
1.2.1.7 Input Module

The input modules shall be of dual/single channel type. The dual channel module shall
be selectable for Normally Open or Normally Close by a 2 bit DIL switch.
1.2.1.8 Fault Isolator

This unit shall be placed on the loop preferably after every 20–30 devices and shall be
able to isolate electrical short circuit in the wiring. All the other detectors shall remain
functional because of the Class A wiring of the loop. The isolator shall not utilize an
address and shall be built into the detector base wherever required.
1.2.1.9 Sounders/Hooters

Each sounder shall be of addressable type. It shall be capable of being directly mounted
on the wall/ceiling or along with the detector. The sounder shall be programmed to
activate in event of an alarm from a single detector/device or a group of detectors/
devices.
1.3 Specification

1.3.1 A general line diagram showing the circuit and spacing of detectors is to be enclosed. …

1.4 Fire Alarm System

1.4.1 The Fire Alarm System shall confirm to EN54, BS: 5839-1:2013 in respect of design and
installation, and it shall give Audio/Visual Alarm Signals when there is rise in
temperature in case of Heat Detector or while measuring Smoke Density in case of
Smoke Detector, while it exceeds the pre-set limit. The system shall give pinpoint
location of fire with warning system and voice communication for commands and
instruction if required.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


234

1.4.2 Annunciation facility shall also be inbuilt into the FACP, the panel being able to initiate
alarm signal for any particular zone.

1.4.3 The system shall be fully supervised for all fault conditions with distinctive alarm
operated for fault and fire conditions. Test buttons and software features shall be
provided to test the electronic circuits and Detector health.

1.4.4 The FACP shall have facility to connect addressable Input / Output Devices in the
peripheral RS 485 bus.

1.4.5 The system shall be based on an “Open Protocol” to ensure flexibility of using Sensors /
Detectors of an alternate manufacturer, in case the user requires such an option at a
later date.

1.5 Fire Alarm Control Panel (FACP)

1.5.1 The Fire Alarm Control Panel shall be micro processor based fully Digital Addressable,
Digital Control Unit which shall control all Digital Addressable Detectors, Manual Call
Stations and Switching Systems (for disconnecting AHU and power supply) connected to
it.

1.5.2 All addressable units shall be connected to the FACP through the Loop Cards and shall
be addressed through individual numbers. The FACP shall be able to obtain digital value
for all detectors in the circuit through a pulsed digitalized current data. The FACP shall
be able to analyze all digital inputs from all addressable units, and through its own
software and ambient level screening the FACP shall be able to identify fire, possible fire
or fault conditions. The unit supervision shall be dynamic and continuous.

1.5.3 The FACP shall itself have one loop card built in. The loop shall be able to address
Detector/Devices as per BOQ .All the networked panels shall display all the events
occurring anywhere in the system. Each FACP on the network shall effectively function
as a repeater panel as well.

1.5.4 The FACP shall also give adequate warning signal whenever there is dust accumulation
in detectors, and up to the point of its replacement it should be possible to change the
level of ambient alarm calibration condition either by the use of software program
operable by the owner or by resetting the detector.

1.5.5 Short / Open circuit units shall also be reported at the FACP In such cases, the system
through the use of fault isolators shall be able to isolate that segment between the two
fault isolators. The missing Detectors/Devices shall also be reported at the FACP with
identification of the location.

1.5.6 The FACP shall have the facility to set sensitivity of each smoke sensor remotely.

1.5.7 When an alarm condition is sensed at the FACP from a smoke or heat detector, a delay
time/alarm verification period shall be stated. If the sensor is still in alarm after the
delay time expires, an alarm condition is reported. The delay time shall be adjustable
from 0 to 990 sec’s.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


235

1.5.8 The FACP shall have the facility to perform walk test such that an operation can be
periodically checked out for all initiating devices. As each device is placed into alarm the
FACP shall print the condition and automatically rest the device. Audible devices shall
be initiated, if required at a preprogrammed time. If a zone is inadvertently left in walk
test mode, it shall automatically reset to normal after the idle time is exceeded. During
the walk test the zones other than the programmed zones shall be under continues
supervision (normal mode). In case of any alarm initiated by detector/devices the walk
test shall get terminated automatically.

1.5.9 Programming functions shall include alarm/trouble type assignment, point descriptor
assignment, alarm message assignment, etc.

1.5.10 Programming may be carried out from the FACP keyboard or utilizing the approved PC
setup software via laptop/desktop computer.

1.5.11 The FACP shall have a Liquid Crystal Display of Alphanumeric type to indicate
immediately all conditions. The display should be high resolution, backlit 80 character.
In case of testing of the system from the FACP the Display shall be able to give readouts
of digital value of all detectors being tested. The FACP shall also be able to carry out
continuous self-monitoring when in normal condition.

1.5.12 The FACP shall have facility for in-built or external printer coupled to the FACP, which
shall log all events with time. The printout shall clearly indicate the event – Fire/Pre
Alarm/Fault etc. With the unit address and time.

1.5.13 The FACP shall also be able to discriminate between false alarms and fire conditions, as
well as priority selection of alarm in case alarm activates in two or more remotely
located units simultaneously. In such cases, the Manual Call stations shall have the
highest priority.

1.5.14 The FACP also is able to actuate switches automatically in case of Fire condition that of
AHU’s and power supply or other systems such as Gas Extinguishing Systems.

1.5.15 In this respect the bidder is required to take note of clause relating to cutting off of
AHU’s given above. The bidder shall note that the Client shall provide no additional
facilities for completion of this mechanism other than that specified in clause 1.4.6.

1.5.16 The System shall be fail safe and adequate safe guards should be under taken that in the
event of a failure of a part of the System it shall not handicap the complete System. The
Loop Cards shall be of Modular Construction.

1.5.17 The Bidder shall undertake the responsibility of the complete installation,
commissioning, user trials, training and maintenance of the System as required. The
Bidder shall take all responsibility for preparation and installation of System Software
into the FACP. The Software shall be such so as to be easily operated by the Client’s
Personnel and secured against Software errors, ability to be upgraded so as to
incorporate more features at a later date.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


236

1.5.18 The FACP shall have its own Battery Backup of a minimum of 48 hours in normal
condition and then half an hour in alarm condition. The back up time calculation shall be
done as per IS 2189 standards.

1.5.19 It shall be able to withstand temperature variations from 00 centigrade to 550


centigrade. Further, Relative Humidity (non-condensing type) up to 95% shall not
hamper its performance. The voltage rating shall be from 15V DC to 32V DC, though the
voltage may be change depending upon the working voltages of a proprietary FACP.

1.5.20 The logic circuitry shall be based on high noise immunity solid state hardware
employing modular construction. Logic cards shall be of epoxy fibber glass
construction.
1.5.21 The FACP shall be capable of being networked (future expansion) with other similar
FACPs located at different part of the premises through a single RS485 bus.
1.5.22 The FACP shall have provision for interfacing with the Public Address System.
1.5.23 The panel should have the facility to interface with an automatic two-channel
programmable speech dialer for verbal reporting of fire. It shall be able to call four
telephone numbers per channel. The programmable speech dialer shall have two alarm
inputs and shall provide listen-in capabilities through the built-in microphone. The
dialer shall have a built-in keypad for easy operation, programming and voice recording.
1.6 Addressable Detectors
A. Smoke detector

1.6.1 All detectors are fitted with plug-in system type connections, from the maintenance and
compatibility point of views. An alarm release will not effect a detector’s good
functioning. After resetting the alarm, the detector will resume operations without
readjustment of any kind.

1.6.2 The detector shall be high performance optical type. Detectors using radioactive
elements shall have BARC approval.

1.6.3 The detector shall be able to sense incipient fire by detecting the presence of visible
and invisible products of combustion. The detector shall be suitable for low voltage (15
to 32 V DC) two wires supply. The detector shall be provided with Twin LED indication
and the sensitivity of the detector shall not vary with change in ambient temperature,
humidity, pressure or voltage variation.

1.6.4 Neither its performance shall be affected by air current up to 1.52mtr per second. The
detector shall be suitably protected against dust accumulation/ ingress and it shall be
free from maintenance and functionally tested at intervals. All detectors shall be
identical in construction design and characteristic to facilitate easy replacement.

1.6.5 The coverage per smoke detector shall strictly follow IS 2189 standards. It shall be
possible to connect Smoke Detector with Heat Detector or Manual Push Button in the
same circuit. The sensitivity of detector shall be set from the FACP to suit the site
requirement.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


237

1.6.6 It shall have in-built locking mechanism to check the removal and pilferage of the
detector.
1.6.7 The Photoelectric type Smoke Detector shall be Digital Addressable type and be able to
send digital output to the FACP regarding its condition. It shall be able to communicate
with the FACP by the pulses emitted from the FACP. The detector should be
programmed using a decade or rotary switch.
1.6.8 The base of the Detector shall be electronics free and interchangeable with other smoke
or heat detectors.
1.6.9 It shall be able to withstand temperature variations from – 10 degree centigrade to 50
degree centigrade. Further, Relative Humidity (non-condensing type) up to 80% shall
not hamper its performance. The voltage rating shall be from 15V -32V DC though the
voltage may be changed depending upon the working voltages of a proprietary FACP.
1.6.10 It shall be possible to test the Detectors working both from the FACP as well as locally by
means of a magnet to simulate a Functional Test Condition.
It shall be possible to mount the detectors in Duct Casting Unit for sampling of Supplying
Air from the AHUs.
1.6.11 Secondary response indicators shall be provided for all the Above False Ceiling
Detectors.
1.6.12 The detector shall have twin LED’s for 360 degree viewing angle. LED on the detector
shall blink each time the sensor is scanned by the FACP. If the FACP determines that the
sensor is in alarm, the FACP will command the sensor LED to remain on to indicate the
same. Each sensor will be capable of being tested for alarm via command from the
FACP. Each sensor shall respond to FACP scan with the information about its type for
identification.
1.6.13 It shall be possible to connect loop powered base sounders on the detector loop. The
sounder shall not require a separate cable for power supply.
B. Heat Detector
1.6.14 Heat detector shall provide temperature measurement when it reaches pre-alarm in
normal course. However the operator shall have the option of calling up the
temperature measured by the specific detector as and when required.
1.6.15 It shall have in-built locking mechanism to check the removal and pilferage of the
detector.
1.6.16 The heat detector shall be Digital Addressable type and be able to send digital output to
the FACP regarding its condition. It shall be able to communicate with the FACP by the
pulses emitted from the FACP. The detector should be programmed using a decade or
rotary switch.
1.6.17 The base of the Detector shall be electronics free and interchangeable with other smoke
or heat detectors
1.6.18 It shall be able to withstand temperature variations from – 10 degree centigrade to 50
degree centigrade. Further, Relative Humidity (non-condensing type) up to 80% shall
not hamper its performance. The voltage rating shall be from 15V -32V DC though the
voltage may be changed depending upon the working voltages of a proprietary FACP.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


238

1.6.19 It shall be possible to test the Detectors working both from the FACP as well as locally by
means of magnet to do a Functional Test.
1.6.20 The detector shall have twin LED’s for 360 degree viewing angle. LED on the detector
shall blink each time the sensor is scanned by the FACP. If the FACP determines that the
sensor is in alarm, the FACP will command the sensor LED to remain on to indicate the
same. Each sensor will be capable of being tested for alarm via command from the
FACP. Each sensor shall respond to FACP scan with the information about its type for
identification.
1.6.21 It shall be possible to connect loop powered base sounders on the detector loop.
1.7 Manual Call Stations
1.7.1 The manual station shall be a press to break type. The device shall be red in color and
suitable for surface or flush mounting. Manual stations shall be interfacable to an
addressable input module that can be accommodated within the device. The manual
station shall have normally open fire alarm and annunciator contacts and these contacts
shall close on activation. Contacts shall remain closed until station is manually reset.
1.7.2 The Manual Call Station shall be fully addressable with its own addressable module and
operated by digitized signals from the FACP. The voltage range shall be from 15V to
32V. It shall have protection as per IP33. The operating temperature range shall be from
-10 degree C to 50 degree C. Relative Humidity (non condensing) range of performance
parameters shall be between 10 to 93%.
1.8 Fire Alarm Repeater / Annunciator Panel
1.8.1 The Alarm Repeater/Annunciator Panel shall display fire/fault messages simultaneously
with the FACP. It shall be capable of interfacing with the FACP on a single RS 485 Bus.
1.8.2 The panel shall have a 80 character backlit alphanumeric LCD display, which shall
display date, time & description of alarm/trouble events that are displayed in the FACP
with an inbuilt buzzer to indicate fault/fire alarm.
1.8.3 The panel shall be powered from the FACP.
1.8.4 It shall have control keys for Sound, Silence, Mute and to reset the FACP from the
repeater station.
1.9.5 The repeater panel shall have the following LED‘s indications
a) Supply
b) Fault
c) Mute
d) Silent
e) Disabled
f) Fire
1.9 Sounder/hooters cum Strobes
1.9.1 The sounder shall be electronic type and shall give discontinuous/ intermittent audible
alarm whenever any detector or MCP operates.
1.9.2 The sound output from the Hooter should be as per IS 2189.
1.9.3 The sounder/Hooter shall be powered from either 2 wire detector loop.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


239

1.9.4 The horn/strobe shall be listed to UL 1971/ UL 464/LPCB and shall be approved for fire
protective service. The horn/strobe shall be wired as a primary-signaling notification
appliance and comply with the Americans with Disabilities Act requirements for visible
signaling appliances, flashing at 1 Hz over the strobe’s entire operating voltage range.
The strobe light shall consist of a xenon flash tube and associated lens/reflector system.
The horn shall have three audibility options and an option to switch between a
Temporal 3 pattern and a Non-Temporal (continuous) pattern. These options are set by
a multiple position switch. On four-wire products, the strobe shall be powered
independently of the sounder. The horn on horn/strobe models shall operate on a coded
or non-coded power supply.
1.10 DUCT CASTING UNIT
The Duct Casting Units are to be directly installed in the return Air conditioning ducts
for detecting any hazardous quantity of products of combustion be carried through the
ducts.
The complete unit shall consist of Polycarbonate housing to accommodate Photo Electric
Detector with plug – in facility and sampling tubes, one for Air inlet and other as the air
outlet.
The Inlet tube shall extend into and across the duct width (from 0.5 meter to 3.0 meter);
the outlet tube shall be of fixed length of 7.5-cm length.
When the AHU blower fans shall operate a continuous cross sectional Sampling of air
from the duct shall flow through the housing containing the Detector. The outlet tube
shall return the sampled air into the duct.
The functional requirements of the Duct Casting Unit shall be:
i. Uniform Sensitivity – irrespective of air velocity – up to 1200 meters per minute.
ii. It shall function on the Venturi principle, with Aluminum Venturi tubes.
iii. The Duct Casting Unit shall be compact, easy to install and with the facility to
dismantle the cover or Detector for maintenance purposes.
iv. The housing shall be mounted outside the duct; the probe tubes shall be inserted
through the duct by cutting precision sized holes into the duct and sealed with
rubber gaskets.
v. The Duct Casting Unit shall be LPCB/UL Approved.
1.11 ADDRESSABLE MONITOR MODULE
1.11.1 The monitor module shall provide an addressable input for N.O. or N.C. Contact devices
such as manual stations, Water flow switches, sprinkler Supervisory devices, etc.
1.11.2 It shall provide a supervised initiating circuit. An open-circuit fault shall be
annunciated at the Fire Alarm panel (Subsequent alarm shall be reported.)
1.11.3 The device shall contain an LED, which blinks upon being scanned by the Fire alarm
panel. Upon determination of an alarm condition of an alarm condition, the LED shall
be latched on.
1.11.4 The device shall have a selectable inbuilt fault isolator.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


240

1.12 ADDRESSABLE CONTROL MODULE


1.12.1 Addressable Control Module shall be provided to operate dry contacts for switching ON
OFF pressurization fans, AHU’ s etc. in case of fire etc.
1.12.2 It shall have a built in type identification to automatically identify this Device to the
control panel.
1.12.3 It shall have internal circuitry & relay powered directly by two-wire loop.
1.12.4 It shall have a selectable inbuilt fault isolator.
1.13 FAULT ISOLATOR MODULE
1.13.1 The Fault Isolator Device shall detect and isolate a short-circuited segment of a Fault-
tolerant loop.
1.13.2 The device shall automatically determine a return to normal condition of the Loop and
restore the isolated segment.
1.13.3 The fault isolator device shall be placed 20-30 devices as per IS 2189 to limit the
Number lost in the event of a short-circuit/wiring fault.
1.14 GRAPHIC MONITORING SOFTWARE
1.14.1 The Graphic Software shall Provide both Alarm Management and system maintenance
tool.
1.14.2 All the information is available on a single screen allowing quick assessment, whilst any
actions can be taken by accessing the Built-in menus. Building Evacuation, Alarm
Silencing and Reset are available to any users with suitable security clearance.
1.14.3 System maintenance can be performed on any device or zone whether the workstation
is connected to a single panel or a series of networked panels. From a single location
simple checks can be performed to assess the status of individual devices, whilst devices
and zones can easily be temporarily isolated for on-site works to be performed.
Advanced functionality is available to users with level 3 access permitting the
maintenance of PC software security passwords, Time & Date setting and control of the
workstation functionality.
1.14.4 The schematic view offers users the site plan. It can be configured to provide a number
of levels representing the overall site, individual floor plans, small sections of the floor
plans or even individual rooms. Each plan is independently named and can be
configured to show all devices as installed on the site.
1.14.5 The event log details a complete history of the activity of the fire system. All major
control actions are recorded with date, time, user and an Optional comment field.
Entries are colour coded to help easy Identification of specific types of events.
1.15 Fire Alarm System Testing
1.15.1. FACP
a) The FACP shall be checked for basic tests such as visually checking input voltage and
amperage. All zones one by one shall be de wired to check for fault signal indication in
the FACP.
b) The Power Source shall be cut off and checked for stand by Supply from the Batteries.
After six hours the FACP Source shall be switched on to check for auto switch over to the
Mains mode.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


241

c) Tests shall be conducted for AC fail, charger fail, DC fail, Battery Disconnect or Battery
fail. In all such cases the relevant L E D should glow and the piezo sound shall also give
sound output.
1.15.2 Smoke Detector
a) The testing shall be carried out for each loop / zone, initially one detector in a zone and
subsequently 2 or more disassociated detectors in each zone with time lapse between
the detectors to test for Alarm Priority, Alarm Queuing and Call Logging.
b) An identified detector will be subjected to smoke aspiration from burning
paper/cigarette puffs, rubber and other materials which give dense smoke held at 0.3 M
distance from the detector. The FACP should indicate increased digital output for that
address and after the programmed delay time, a fire alarm signal shall be indicated. This
delay shall be 241ispatch for alarm verification.
c) The same test shall be carried out for two detectors in the same Loop but in different
rooms. The FACP shall indicate Pre Alarm higher digital levels for both detectors in its
display with separate identification for both fires. One of the detectors in question is
subjected too higher and longer levels of smoke aspiration. The FACP should give
priority alarm for this address. The printout shall indicate individual addresses of the
detectors with achieved digital values and the time of event.
d) This test shall be carried out for different Loops as well as for 2 Loops simultaneously.
1.15.3 Heat Detector
a) The same tests in the same sequence shall be carried out for this Detector but with the
application of hot air from a hair dryer held at approximately 60 cm distance.
1.15.4 Combined Test
a) The next test will be in combination of Photoelectric / Heat Detectors simultaneously
with time lapse between application of smoke or heat or as required by the Client.
1.15.5 Additional Test
a) One detector of each type will be disconnected and subjected to slow dust build – up by
means as desired by the Bidder and again connected in the circuit.
b) The FACP shall indicate the changed ambient levels and automatically adjust the digital
values for the same. These Detectors are to be replaced by new Detectors of identical
type and the FACP shall then be programmed accordingly and checked. The Bidder will
take custody of the removed detectors without additional cost to the Owner.
c) Any part of the Loop shall be short-circuited. The FACP shall indicate the communication
failure of all the devices connected in the short-circuited segment. After the short circuit
is corrected, the Fault Isolator shall return to its normal status automatically, this being
reflected in the FACP. The Loop shall then be in normal operation again. Any part of the
Loop shall be de wired and tested as given above.
1.15.5 All other tests as required by the client at the time of handing over.
Fire Alarm Control Panel
Type : Digital Addressable
Type of display : LCD
Display of : ALL EVENTS
Addressable capability : As per BOQ
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


242

Intelligent capability : Yes


Fault-isolation capability : Yes
Alarm delay capability : Yes
Sensor-self-test capability : Yes
LCD display type : Minimum 80 character on each line
BAS integration capability : Yes through Modbus
Stand-by battery with charger : Yes
Voltage requirement : 230 V 50 HZ – Ac
Multicriteria/ Multisensor Detector
Type : Digital Addressable
Twin LED indication : Yes
Blinking LED facility : Yes
Addressable capability : Yes
Intelligent capability : Yes
Remote / Local test capability : Yes
Sensor Coverage : Spot Detection
Programming of detector : By Decade or Rotary Switch
Operating Temperature Deg C : -10° C to 50° C
Operating RH at 40° C : 10% - 93% RH
Operating Voltage : 15 – 32 V DC
Sensors : Optical and thermal type
Sensitivity settings : minimum 2 Nos.
Photo thermal sensitivity settings : minimum 3 Nos.
Detection Mode : Combines or Thermal Only.
LAZER SMOKE DETECTOR
Type : Digital Addressable
Twin LED indication : Yes
Blinking LED facility : Yes
Addressable capability : Yes
Intelligent capability : Yes
Remote / Local test capability : Yes
Sensor Coverage : Spot Detection
Programming of detector : By Decade or Rotary Switch
Operating Temperature Deg C : -10° C to 50° C
Operating RH at 40° C : 10% - 93% RH
Operating Voltage : 15 – 32 V DC

OPTICAL Smoke Detector


Type : Digital Addressable
Twin LED indication : Yes
Blinking LED facility : Yes
Addressable capability : Yes
Intelligent capability : Yes
Remote / Local test capability : Yes
Sensor Coverage : Spot Detection
Programming of detector : By Decade or Rotary Switch
Operating Temperature Deg C : -10° C to 50° C
Operating RH at 40° C : 10% - 93% RH
Operating Voltage : 15 – 32 V DC
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


243

Fixed/ ROR Type Heat Detector


Type : Digital Addressable
Dual Thermistor : Yes
Twin LED indication : Yes
Blinking LED facility : Yes
Addressable capability : Yes
Intelligent capability : Yes
Remote / Local test capability : Yes
Sensor Coverage : Spot Detection
Programming of detector : By Decade or Rotary Switch
Operating Temperature Deg C : -10° C to 50° C
Operating RH at 40° C : 10% - 93% RH
Operating Voltage : 15 – 32 V DC

MANUAL CALL POINT


Type : Digital Addressable, Resettable type
LED indication : Yes
Operating Voltage : 15V – 32 V
Dimensions : Semi-flush mounting : 89 x 93 x 27.5 (WxHxD)/
Surface mounting : 89 x 93 x 59.5 (WxHxD)

Weight : Semi Flush: 110g/Surface: 160g


IP Rating : IP24D
Operating Temperature : -10°C to +50°C
Relative Humidity : 0% - 95% non-condensing
Operating Voltage : 15V to 30Vdc max

REPEATER ALARM PENAL


Type : Active Type
Controls : System Reset, Accept, Mute, Silence
& Self Test
LCD Display : 80 Characters
Power Supply : External Type 24 VDC
Operating Current : 90MA

ADDRESSABLE MONITOR MODULE


Mounting Option : DIN Rail or Surface Mount
Status Indication : Tri Colour LED
Address Setting : Through Selector Switch
Operating Temperature : -10 deg c- +50 deg c
Humidity : 0 – 95 % Maximum Non Condensing
Operating Voltage : 15-30 VDC
Type : Single Channel

ADDRESSABLE CONTROL/OUTPUT MODULE


Mounting Option : DIN Rail or Surface Mount
Status Indication : Tri Colour LED
Address Setting : Through Selector Switch
Operating Temperature : -10 deg c- +50 deg c
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


244

Humidity : 0 – 95 % Maximum Non Condensing


Operating Voltage : 15-30 VDC
Type : Single Channel
Relay Type : Form C

FAULT ISOLATOR MODULE


Mounting Option : DIN Rail or Surface Mount
Status Indication : Tri Colour LED
Address Setting : Through Selector Switch
Operating Temperature : -10 deg c- +50 deg c
Humidity : 0 – 95 % Maximum Non Condensing
Operating Voltage : 15-30 VDC
Fault detection Delay : 100 to 400 ms

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


245

Part (C-3)

ADDITIONAL CONDITIONS FOR FIRE ALARM SYSTEM

1. Specification:- The work shall be executed as per CPWD’s general specification for
Electrical Works Part – I (Internal), CPWD’s general specification for Electrical Works
Part – VI (Fire detection & Alarm system 2018)I.E. Rules, Indian Standards amended up
to date, as per Rules of Tariff Advisory Committee and as per direction of Engineer-in-
charge. The additional specifications are to be read with above and in case of any
discrepancy; technical specifications given along with the tender shall apply.

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

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

4. T&P:- The department will not issue any T&P for execution of the work.

5. Pre-commissioning test:- Before commissioning of the installation, all tests as per


CPWD’s specifications and or respective manufacturer’s recommendations shall be
carried out and result submitted.

6. Acceptable make:- The acceptable make of various equipment are indicated in the list
attached. Alternative or equivalent make will not be accepted.

7. Care of Building:- The contractor will have to ensure that no damage is caused to the
building during execution of the work. The contractor will have to repair any damage
caused during execution of the work, failure of which the department will repair the
same at the risk & cost of the contractor.

8. Approval of Drawings: After award of the work, the contractor will have to submit
following drawings:-

i. Single Line Diagram of Fire Alarm System.


ii. Drawings of Fire Alarm System.
iii. Any other drawing considered necessary by Engineer-in-Charge.

Work will be started after getting the above drawings approved by the Engineer-in-
charge.

9. Final inspection:- After completion of the work, the contractor will demonstrate trouble
free operation of the system to the Engineer-in-Charge. In case any deficiencies are
noticed during the demonstration, the same will be attended by the contractor
promptly.

10. Completeness of Tender: All sundry materials such as Foundation Bolts, Hardware
Items, Junction Boxes, Sleeves, Flexible conduit etc. which are not specifically mentioned

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


246

in the tender but are required for completion of the work, will be deemed to be included
and the contractor will be bound to provide the same without any extra cost.

11. Minor Building Work: Minor building work such as Foundation, making opening in
Walls/Slab for passage of pipe, making chases, fixing suspenders in Slab/Walls and
furnishing the damages to the building to the satisfaction of Engineer-in-Charge etc. are
to be executed by the contractor as a part of the work and nothing extra shall be paid for
the same.

12. Indemnity: The contractor will be fully responsible for any accident taking place during
execution of the work. The department will not take any responsibility for the same.

13. Completion Plan/Drawings: After completion of the work the contractor will submit
completion plans, wiring drawings of equipment, catalogue etc. which are required for
maintenance of the system.

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

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

16. Contractor shall preserve the copies of invoices, test certificates, gate passes etc. to
prove the genuineness of material/purchases. The responsibility of procurement,
genuine material of specialized works shall rest with the contractor.

17. No inspection outside the country is permissible if required so the same will be deemed
to be waived off and necessary test reports shall be submitted before the dispatch of
equipment.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


247

PART C- 4
(Electrical sub station)

Technical & Additional specification for Sub-station work

Scope of work of the contractor:-

1. The scope of work covers working out the power requirement of buildings under
construction, design the sub station equipments & LT distribution. SITC of sub station
equipments and feeding of essential and non – essential power supply through LT cables
to buildings being constructed in this contract.

2. The contractor has to construct new Substation Building for installation of substation
equipments. This scope covers SITC of transformer, LT Panels etc to meet the
requirements of all buildings.

3. The following information given are indicative only. Anything else required for
completion of the job shall be deemed to be included in the scope of work and shall be
done in the quoted amount.

4. The hospital complex is new and there is no existing sub-station hence during the
designing of the sub-station all the internal and external electrical load of the hospital
campus is to be considered.

5. 33 KV 3 Phase HT connection shall be made available by the local electricity board at


suitable place in the campus. The firm has to provide HT cable from available source to
HT Panel.

6. HT, LT cables shall be properly laid in the trench or laid on the cable tray as per site
condition.

7. Details of major equipments will as follows :

Oil type outdoor transformer with OLTC + RTCC of following specifications shall be
supplied, installed, tested and commissioned. The transformer shall be connected with
the VCB of 33 KV HT panel. Differential protection shall be provided with proper
arrangement. The Brief technical details of transformer will be as below :

Rating ( KVA) Minimum 3 x 500 KVA


No load Voltage ratio ( KV) 33 KV/433V
3. Vector Group Dyn11
4.Tapping range +5% to -7.5% @2.5%
5. Tap changer OLTC + RTCC
6. Temperature rise of oil / winding over 50 / 55 degree c.
an ambient temp. of 50 degree C
7. other specification IS 1180 level –II

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


248

33 KV indoor HT Panel (i) Incomer: 630A VCB Panel with CTs


& PT and microprocessed digital
IDMT reley – one no.
(ii) Outgoings: 630A VCB Panel with
CTs and microprocessed digital
IDMT reley- 3 nos.

Connections Sandwitch bus trunking for indoor


connection and LT cable connection for
outdoor connection.
Main L.T. Panel (i) Panel should having 3 incomers of
suitable rating for 3 incoming
supply from 3 No transformers The
out going from the panel should be
as per design & load of the
buildings and one No. additional
out going for AMF cum
synchronisation emergency panel
of DG set with suitable rating
couplers and interlocking etc.
(ii) Bus bars : Aluminium bus bar
(iii) Incomer : 4 Pole Air circuit breaker
of designed capacity
(iv) Outgoings: ACB/MCCBs. For 800A
and above ACB will be used. All
outgoing ACBs shall be 3 Pole
with Microprocessed LED diplay
relay having O/L, E/F, S/C,
protection. All MCCB shall be 3
Pole and above 200A shall be
provided with microprocessed
relay with suitable fault level with
adjustable O/L, S/C, protection
and upto 200A with Thermal
Magnetic release of suitable fault
level having adjustable settings
for O/L and S/C. The rated service
breaking capacity of all
MCCB/ACB should be equal to
rated ultimate breaking capacities
(Ics=Icu).
(v) Nos of outgoing ACB’s / MCCBs
shall be as per design and
requirements. One no ACB/MCCB
of highest rating on each section
shall be provided as spare.
Further spaces for 2 no’s
ACB/MCCB of highest rating shall
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


249

be provided on each section


Essential L.T. Panel ----do----
APFC Panel (i) Capacity : Designed capacity to
maintain overall P.F. of the system
more than 0.95 lag.

(ii) Type of capacitor : Dielectric self


healing type shunt capacitor 7% D-
tuned harmonic filter with current
limiting device discharge register.
(iii) Incomer : Microprocessor
controlled ACB of designed capacity
(iv) Bus bar : Aluminium of suitable
rating
(v) Contactors : Capacitor duty
contactor of suitable rating
(vi) Other accessories and metering
instruments like power factor
digital meter, APFC relay, 24 V DC
Shunt trip coil, Three Phase Under
voltage relay, Three Phase Over
voltage relay, ON /OFF push
button with controlling MCB, ,
Digital Ammeter with selector
switch with CTs, ON/OFF/TRIP
indicating lamps etc shall be as per
CPWD specifications and available
IS codes.2 amp MCB shall be used
for protection of indication lamps
/ Meters etc.
(vii) One step should be of designed
capacity as static Capacitor Unit.

L.T. cables Various size of XLPE insulated & PVC insulated L.T. cable for
feeding power to various buildings / services shall be designed
as per CPWD specifications.

Earthing Earthing work for Body and Neutral earthing of transformer


shall be done in accordance of provision laid down in CPWD
specification for internal EI and sub station buildings.

HT cable HT cable from BSEB meter panel to CPWD HT panel, CPWD HT


panel to transformers.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


250

COMMERCIAL AND ADDITIONAL CONDITIONS- Sub Station

1. Specification:- The work shall be executed as per CPWD’s general specification for
Electrical Works, Part-I-2013, Part-II-1994 (External) & Part-IV-2013 for Sub-Station.
Indian Standards amended upto date and as per direction of Engineer-in-Charge. The
additional specifications are to be read with above and in case of any variation,
specifications given along with the tender shall apply.
2. Storage:- Responsibility for storage space for execution of work shall be of main
contractor.
3. Power & Water Supply:- Responsibility for supply of power & water for execution of
work shall be of main contractor.
4. Indemnity :-
The successful tenderer shall at all times indemnify the department, consequent on this
works contract. The successful tenderer shall be liable, in accordance with the Indian
Law and Regulations for any accident occurring due to any cause and the contractor
shall be responsible for any accident or damage incurred or claims arising three from
during the period of erection, construction and putting into operation the equipments
and ancillary equipment under the supervision of the successful tenderer in so far as the
latter is responsible. The successful tenderer shall also provide all insurance including
third party insurance as may be necessary to cover the risk. No extra payment would be
made to the successful tenderer on account of the above.
5. Insurance and Storage: -
All consignments are to be duly insured upto the destination from warehouse at the cost
of the contractor. The insurance covers shall be valid till the equipment is handed over
duly installed, tested and commissioned.
6. Inspection by CEA:- After completion of the work, the contractor will offer the same for
inspection of Central Electricity Authority. The contractor will extend all help including
test facilities to the representative of Central Electricity Authority. In case the
contractor fails to make desired facilities available during inspection, the department
reserve the right to provide the same at the risk & cost of the contractor. The
observation of Central Electricity Authority which are a part of agreement will be
attended by the contractor promptly. The installation will be commissioned only after
receiving clearance from Central Electricity Authority. Inspection fees of Central
Electricity Authority will be borne by the department.
7. The material required to be used in the work shall be got approved from the Engineer-
in-charge before its use at site. The Engineer-in-charge shall reserve the right to instruct
the contractor to remove the material which, in his opinion, is not as per specifications.
8. Contractor shall preserve the copies of invoices, test certificates, gate passes etc. to
prove the genuineness of material/purchases. The responsibility of procurement,
genuine material of specialized works shall rest with the contractor.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


251

PART C – 5

Technical & Additional specification for


DG set work

Scope of work
Scope of work includes design, supply, installation, testing and commissioning of silent type
D.G. set for feeding essential supply to hospital buildings:
The scope of work also includes :
1. The total minimum capacity of the DG set shall not be less than 750 KVA (1X 500 KVA. &
1X 250 KVA.
2. The total load should be given on both DG sets except the load of laundry, Kitchen and
the other area which is not important, through essential synchronisation panel.
3. Provision in the essential synchronisation panel shall to be made for two supplies for DG
sets and one supply from main LT panal or as the direction of Engineer-in-charge.
4. The location of the DG sets shall be kept in such a way so that during the operation it
should not disturb the hospital environment. The DG sets will be kept in the open area
near the substation building on suitable foundation and will be connected with suitable
sizes of bus truncking/ cables as per CPWD specification to the essential
synchronisation panel. The incomers of the panels shall be properly interlocked with
each other and with couplers to ensure any short circuit should not occur.
5. The essential synchronised panel with AMF shall have suitable size of ACBs/bus
couplers/micro processed relays with other controlling equipments etc.

6. Synchronisation panel with all features shall be provided for D.G. sets.
7. The DG set shall be silent type and as per CPCB norms. The sound level shall be suitable
for the hospital purpose.
8. The silencer of the DG set shall be hospital type with cathelatic converter.
9. The height of the exhaust pipe shall be as per CPWD specification and CPCB norms
whichever is stringent. If required, supporting MS structure of suitable size shall also be
provided which is included in the tendered cost of work.
10. The cooling tower of DG set if required shall be placed on the roof of the service
building.
11. Approval/clearance of the complete installation shall be obtained by the contractor
from CPCB/state pollution Control Boards/ Local Bodies/ Central Electricity Authority
(CEA)/other licensing authorities wherever required. However, application shall be
made by Department and any statutory fee, as applicable, shall be paid by Department.
12. Brief technical details of 500KVA and 250 KVA silent type DG sets – Silent type’ Diesel
Generating set along with having Prime Power Rating of 500KVA and 250 KVA
respectively, 415 Volts at 1500 RPM, 0.8 lagging power factor at 415V suitable for 50 Hz,
3 phase system and consisting of the followings:

i. Synchronous alternators - rated at 500KVA and 250 KVA, 415 volts at 1500 RPM, 3
phase 50 Hz, AC supply with 0.8 lagging power factor at NTP. The alternators shall be
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


252

having SPDP enclosure, brushless, continuous duty, self-excited and self-regulated


through AVR conforming to IS : 4722/BS 2613 suitable for tropical conditions and
with class- F/H insulation.
ii. Diesel Engines – 4 stroke water cooled, electric start, of suitable BHP at 1500 RPM
suitable for above output of alternator at NTP and conforming to BS 5514, BS 649, IS
10000,capable of taking 10 % over loading for one hour after 12 hours of continuous
operation. The engine will be fitted complete with all required accessories.
iii. Engine mounted Instrument Panel shall be as per manufacturer standard with
digital display for indication of various parameters etc.
iv. Both the engine and alternator shall be mounted on suitable base frame made of MS
channel with necessary reinforcement which shall be installed on suitable cement
concrete foundation and vibration isolating arrangement as per recommendation of
manufacturer.
v. Daily service fuel tank of manufacturer Standard capacity fabricated out of MS
sheet complete with all standard accessories and fuel piping between fuel tank and
diesel engine with MS class ‘C’ pipes of suitable dia. Complete with valves, , level
indications & accessories as required as per specifications.
vi. Dry exhaust system with hospital exhaust silencer with cathylitic converter.
vii. 12V/24V DC starting with suitable nos. Of Maintenance Free Lead Acid batteries as
per manufacture standard.
viii. Acoustic and weather proof enclosure as per CPCB norms with arrangement for
fresh air intake for cooling of the engine & alternator, extraction, discharging hot air
in to the atmosphere as per specifications.
ix. Essential synchronised panel with by pass system complete with relays, timers, set
of CTs for metering & protection and energy analyser to indicate currents, phase, and
line voltages, frequency, power factor, KWH, KVARH & provision for overload, short
circuit, restricted earth fault, under voltage control, cabling/bustrunking from panel
to diesel engine all complete and inter locking.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


253

COMMERCIAL AND ADDITIONAL CONDITIONS- DG SETs

1. Specification-: The work shall be executed as per CPWD’s general specification for
Electrical Works part-I(2013) & Part-II (1994) & Part-VII (2013) for DG Set Work, IE
Rules, Indian Standards amended upto date and as per direction of Engineer-in-Charge.
The additional specifications are to be read with above and in case of any variations,
specifications given along with the tender shall apply.

2. Inspection by CEA-: After completion of the work, the contractor will offer the same for
inspection of Central Electricity Authority if required. The contractor will extend all help
including test facilities to the representative of Central Electricity Authority. In case the
contractor fails to make desired facilities available during inspection, the department
reserve the right to provide the same at the risk & cost of the contractor. The
observation of Central Electricity Authority which are a part of agreement will be
attended by the contractor promptly. The installation will be commissioned only after
receiving clearance from Central Electricity Authority. Inspection fees of Central
Electricity Authority will be borne by the department.

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

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

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

6. Contractor shall preserve the copies of invoices, test certificates, gate passes etc. to
prove the genuineness of material/purchases. The responsibility of procurement,
genuine material of specialized works shall rest with the contractor.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


254

PART C-6

(Air Conditioning)

HVAC System

Capacity of HVAC system shall be based on heat load calculation of the hospital building but
minimum working capacity shall be 200TR in configuration of (2 Nos 100 TR working + 1 Nos 100
TR stand by) considering diversity. HVAC plant consisting of low and high side equipment i.e. water
cooled screw type chilling machines and heat pumps / Hot water generator complete with
condenser, chilled (primary & secondary), hot water pumps, AHUs / FCUs, electrical panels, control
panels and pipes line, cabling work. The low and high side of the plant shall be controlled by BMS
System. Car Park Basement ventilation, Ventilation and smoke extraction system as per NBC
guidelines, CPWD specifications and relevant IS Codes.
HVAC system has to be provided for the whole building except staircases, kitchen, toilets and ward
areas after consultation with CPWD & Client department.

Contractor shall adopt an IAQ (Indoor Air Quality) management plan to protect the HVAC system
during construction, control pollutant sources, and interrupt pathways for contamination. He shall
sequence installation of materials to avoid contamination of absorptive materials such as
insulation, carpeting, ceiling tile, and gypsum wallboard. He shall also protect stored on-site or
installed absorptive materials from moisture damage.

Scope of work:

This part involves design, supply, installation, testing and commissioning of central chilled water
HVAC system for functional requirement of the hospital and as per Hospitals guide lines issued by
ASHRAE, BIS, CPWD specifications and the requirement of authority of Hospitals and additional
specifications.

The hospital building is having Basement + G+4 floors and various types of services are having the
hospital. The various types of hospital services are shown in the attached preliminary drawings
(issued by The Architect CPWD). Zoning of air-conditioning area shall be done for different kind of
hospital services. General guidelines are being given as follows. But final zoning as prepared by the
consultant shall be got approved by CPWD & client department.

Scope of works also includes the following:-


1. Preparation of heat load calculation after consultation with the client department to get the
equipment load, condition of various rooms and designing according to the required air
changed, temperature, RH etc. and capacity of the chilling units however some guidelines
are given in HVAC package.
2. Isolation of air-conditioned area according to the hospital requirement and designing the
size of AHU/FCU for the zone.
3. Planning and designing of LV side i.e. ducting, plumbing etc as per the structure and with co-
ordination to other services.
4. Designing of hot water system during winter season/monsoon season by providing heat
pumps of required capacity.
5. Calculation of CFM and TR capacity of the AHU/FCUs.
6. Designing of chilled water (primary & secondary), condenser water, hot water and drain
system of the AC plant.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


255

7. Designing of LT Panel and control panel and its cabling network from AC plant to various
equipment.
8. BMS for complete AC plant (Low & High end) i/c control of the system from AC plant.
9. The size of the AHU room and requirement of AHU rooms shall be worked out and quickly
so that the size of the AHU room can be incorporated in the architecture drawing.
10. Layout of various equipment of HVAC plant and accordingly designing of plant room in the
basement.
11. During the planning and designing of HVAC system, requirement of client department shall
be taken and accordingly the design will be made and get approved from the client
department.
12. The consultant will prepare the drawing of plumbing, ducting with design calculation and
suitable sizes as per CPWD specifications& site conditions.
13. During the approval of design and drawing the consultant will submit the data sheet and
catalogue of the various equipment in support of their design.
14. All chilling unit along with pumps, Cooling Tower and other accessories shall be fed from
essential supply if possible otherwise one unit shall be fed from non-essential supply and
accordingly electrical panel shall designed. All AHUs shall be fed from essential rising main
inside the building.
15. Preparation of inventory, BOQ, technical specification.

During the designing of HVAC system following point shall be considered:-


1. Capacity based on heat load calculation but minimum working capacity of 200 TR in
configuration of (2 unit working + 1 stand by). HVAC plant consisting of low and high side
i.e. water cooled screw type chilling machines.
2. Air handling unit can be floor mounted. FCU’s can be used wherever possible.
3. Proper control for the AHUs /FCUs shall be provided with each unit as per the site
requirement.
4. Individual AHUs for 4 nos. OT’s shall be provided.
5. VFD shall be used in AHU unit.
6. The firm has to provide aluminum sheet ducting for OT’s AHU’s

Note: The air conditioning shall be as per latest NABH guidelines with upto date correction slips
(corrigendum). However some of the conditions are given below for guidance only.

7. Requirement for super specialty OTs.


a. 100% fresh air system with minimum 25 air changes /hr energy saving device like
heat recovery wheel shall be provided.
b. To maintain a positive pressure difference as per NABH guidelines between OT and
adjoining area to prevent outside air entry into OT.
c. AHU must have air purification unit and air filtration unit having 2 sets of washable
flange type pre-filter of capacity 10 micron and 5 micron with aluminum/SS 304
frame within the AHU.
d. The temperature and RH shall be maintain 21± 3 degree C with corresponding
relative humidity between 40 to 60%.
e. Device for monitor and display in OT shall be provided by third party. However the
suitable provisions should be kept.

8. Requirement for General OTs.


a. Minimum total air changed should not be less than 25 having fresh air component
minimum 4 air changes.
b. The air velocity shall be 90-120 FPM at diffuser level.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


256

c. To maintain a positive pressure difference as per NABH guidelines between OT and


adjoining area to prevent outside air entry into OT.
d. AHU must have air purification unit and air filtration unit having 2 sets of washable
flange type pre-filter of capacity 10 micron and 5 micron with aluminum/SS 304
frame within the AHU.
e. The temperature and RH shall be maintain 21± 3 degree C with corresponding
relative humidity between 40 to 60%.
f. Device for monitor and display in OT shall be provided third party

9. Requirement for Minor OTs.


a. Normal air-conditioning shall be done with separate AHU of required capacity to
maintain 21± 1 degree C with 50± 5%.

10. Heating, Ventilation and Air-conditioning (HVAC) system of ICU ward :-


a. The ICU should be fully air-conditioned which allows control of temperature,
humidity and air change. If this not be possible then one should have windows which
can be opened.
b. Suitable and safe air quality must be maintained at all times. Air movement should
always be from clean to dirty areas. It is recommended to have a minimum of six air
changes per room per hour, with two air changes per hour composed of outside air.
Where air-conditioning is not universal, cubicles should have fifteen air changes per
hour and other patient areas at least three per hour.
c. The dirty utility, sluice and laboratory need five changes per hour, but two per hour
are sufficient for other staff areas.
d. Central air-conditioning systems and re-circulated air must pass through
appropriate filters.
e. It is recommended that all air should be filtered to 99% efficiency down to 5microns.
f. Heating should be provided with an emphasis on the comfort of the patients and the
ICU personnel.
g. For critical care units having enclosed patient modules, the temperature should be
adjustable within each module to allow a choice of temperatures from 16 to25
degrees Celsius.
h. A few cubicles may have a choice of positive or negative operating pressures
(relative to the open area). Cubicles usually act as isolation facilities, and their lobby
areas must be appropriately ventilated in line with the function of an isolation area
(i.e. pressure must lie between that in the multi-bed area and the side ward).
i. Negative pressure isolation rooms:- Isolation of patients infected/suspected to be
Infected with organisms spread via airborne droplet nuclei <5 μm in diameter. In
these rooms the windows do not open. They have greater exhaust than supply air
volume. Pressure differential of 2.5 Pa. Clean to dirty airflow i.e. direction of the air
flow is from the outside adjacent space (i.e.. corridor, anteroom) into the room. Air
from room preferably exhausted to the outside, but may be re-circulated provided is
through HEPA filter
j. Positive pressure isolation rooms :- To provide protective environment for patients
at Highest risk of infection e.g. Neutopenia, post transplant.
k. These rooms should have greater supply than exhaust air. Pressure differential of2.5
– 8 Pa, preferably 8 Pa. Positive air flow relative to the corridor (i.e. air flows from
the room to the outside adjacent space) . HEPA filtration is required if air is
returned.)
l. The temperature should be 21±1 Deg C and humidity should be 50±5 %

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


257

11. Individual fan coil units in private rooms/Doctors rooms/ consult rooms with room
thermostats for independent temp control shall be provided.
12. There needs of clean filtered air without the possibility of contamination from adjoining
areas and variable range of temp capability.
13. LABOUR & DELIVERY : The procedures for normal child birth are considered noninvasive
and rooms are controlled similar to pts rooms . Invasive procedures such as acaesarian
section are performed in an OT .
14. MRI &CT SCAN ROOMS : Normal comforts AC and ventilation is required. However the
special needs of the equipment manufacturer must be checked out and at times a precision
AC may be called for to handle the high heat release of computer equipment and cryogens
used to cool the magnet .
15. AUTOPSY ROOM : comforts conditions are maintained with a 100% fresh air system with
full exhaust . Due to heavy bacterial contamination and odor, autopsy room require special
attention for exhausting all air above the roof of the hospital . To prevent spread of
contamination to adjoining areas, the autopsy room must be maintained at –ve pressure.
16. PHYSICAL THERAPHY DEPT : The normal AC cooling load of the electro therapy section is
affected by the short wave diathermy , infrared and ultraviolet equipment used in this area .
The exercise section requires no special treatment and temp and humidity should be within
the comfort zone.
17. CSSD : Separate AHU shall be provided for the CSSD and no air mixing should be made with
other air-conditioning area. Comfort Ac is optional but ventilation and exhaust air system
are essential. Used and contaminated utensils, instruments and equipment are brought to
this unit for cleaning and sterilization prior to reuse. The dept usually consists of cleaning
area, a sterilizing area and a storage area where supplies are kept until requested. The
storage area should preferably be air conditioned on 24 hour basis in case the remaining
CSSD dept in merely ventilated.
18. The dietitian’s office is often located within or adjoining the kitchen. It is usually completely
enclosed to ensure privacy and noise reduction and air conditioned for comfort
19. KITCHEN: This is generally ventilated, meaning that fresh filtered air is distributed to the
entire area and stale air exhausted through the hoods kept over the cooking area where the
heat is concentrated.
20. LAUNDRY: this is another area which is generally ventilated with fresh filtered air and
exhausted through hoods placed over the heat generating laundry equipment such as
washers, flat work ironers and tumblers. special advice must be taken from the equipment
manufacturers and all exhaust should terminate above the roof or where it’ll not be are
nuisance to neighbors
21. PHARMACIES AND DRUG STORAGE AREAS: Are another unit within hospitals and other
health care organizations than require air conditioning in order to carry ‘temperature
dependent’ drugs. Inadequate temperature control here either means that medication
would not function as required or the hospital would simply not be able to stock some
emergency treatments.
22. Other areas not specified above: The temperature should be 22±1 Deg C and humidity
should be 50±5 %. The outside air requirement per person/occupant shall be 15 CFM.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


258

Additional Design data for HVAC Work:

1. Specifications-: The work shall be executed as per this tender document and CPWD’s
general specification for Electrical Works, Part-I-2013, Part-II-1994 Heating, Ventilation &
Air-Conditioning(HVAC)–2017, Part-IV-2013 for Sub-Station. Indian Standards amended up
to date and as per direction of Engineer-in-Charge. The additional specifications are to be
read with above and in case of any variations, specifications given along with the tender
shall apply
2. BASIS OF DESIGN:
Geographical Data:
Location- Bhilai (C.G.)
Outdoor Design Conditions as per: Bhilai (C.G.)
Design inside Conditions: Detailed as earlier above Design Parameters
3. CHILLING UNIT
a. Capacity – 100 TR
b. Refrigerant:R-134a
c. Condenser
i. Water temperature IN : 30 Deg C
ii. Water temperature OUT : 35 Deg C
iii. Fouling factor : 0 .00025 FPS
iv. Maximum permissible pressure drop : 7.5 meter of water head
d. Chiller
i. Water temperature IN : 12.22 Deg C
ii. Water temperature OUT : 6.67 Deg C
iii. Fouling factor : 0.0001 FPS
iv. Maximum permissible pressure drop : 6.0 meter of water head

e. IKW/ TR at full load shall not exceed0.56 KW/TR, NPLV (Max) – 0.41 KW/TR

4. Piping
(i) Maximum flow velocity : 2.5 MPS
(ii) Maximum friction : 5 M/100 M run

5. Air Handling Unit


(i) Maximum face velocity across cooling coil 155 MPM
(ii) Maximum outlet air velocity 610 MPM
(iii) Maximum face velocity across filters
(a) Ordinary filters 155 MPM
(b) Micro-vee filters 155 MPM
(c) HEPA filters 155 MPM
(iv) Minimum Spray density for humidification 10 LPM/Sq.m

6. Ducting
(i) Maximum flow velocity 450 M/M
(ii) Maximum velocity at supply air grilles/diffusers 150 M/M
(iii) Maximum friction in duct 1 cm WG/100 M run.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


259

Additional technical specifications of HVAC Work:


1. Water Chilling Machine: AHRI certified water cooled Screw type or Magnetic bearing type

(i) The unit shall be with Twin screw type compressor in open/ semi-hermetic/hermetic
construction (Mono screw type not acceptable), Alternatively Magnetic bearing high
efficiency chillers are also acceptable. Chiller shall be complete with automatic step-less
type capacity control from.
(ii) Starter can be unit mounted star delta type or unit mounted VFD type. In case of VFD
starter in built Active Harmonic Filter is required for low harmonics (THDI level < 5%)
since the application is hospital building.
(iii)The chiller Shell shall made of carbon steel and should be duly insulated with 19 mm
thick elastomeric nitrile insulation at factory. (Local / site made insulation is not
acceptable)
(iv)Chiller shall comply with Super ECBC Building requirement as given in ECBC 2017
guidelines for full load COP. Full load COP at AHRI should be greater than 6.3. Apart from
Design conditions, OEM to provide AHRI certified software selection sheet in accordance
with ARI 550/590 at above mentioned parameters shall be submitted with the bid.
(v) The water chilling machine shall be provided with individual factory make
microprocessor based, control, indication, diagnostic, alarm and data recording panel
capable of being connected to main BMS in open protocol such as Bacnet / Modbus.

2. AIR SOURCE HOT WATER GENERATOR (WINTER COMFORT)

(i) Electrically operated modular type Air Source Hot Water Generator of Suitable kW nominal
capacity & Flow Rate having Controller and Thermostat so that required quantity of hot
water is generated at required temperature with nominal variation, including necessary
electrical panel with automatic Controls including inlet and outlet connections and suitable
for outdoor installation. Modular scroll type air source water heating machine shall have
modules which shall operate in master slave combination with automatic run time
equalization between the modules.
(ii) The equipment shall be shipped with first charge of R410 A refrigerant and oil duly charged
at factory. Its shall have matching Air Cooled condenser with copper tubes and aluminum
fins and matching Water Side heat exchanger of Shell and Tube as per manufacturer’s
design.
(iii) Scroll Heat Pump-The unit shall be modular type scroll type air cooled water heat
pump machine each having minimum nominal cooling capacity of 18.5 TR each. Modules
shall operate in master slave combination with automatic run time equalization between the
modules. Each module to have at least one inverter based scroll compressor and other scroll
type compressors (fixed / inverter) in hermetic construction only as per OEM design,
complete with step less capacity control (25-100%) etc, suitable for operation on 415 volts
+10% , 50 Hz, A.C. supply.

3. Pumps: All pumps shall have at least one standby pump. Chilled water pumps shall be suitably
insulated with material same as connected piping.VFD for secondary water pumps shall be
provided.

4. Under deck Insulation at top floor ceiling shall be provided

5. Insulated Chilled/ Hot Water Piping (Nitrile Rubber Insulation)

(i) Chilled water circuit shall be duly insulated with closed cell elastomeric nitrile rubber as per
CPWD specifications.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


260

6. Duct/AHU Wall/ceiling insulation –

(i) Duct insulation shall be mat finish closed cell Nitrile rubber (class “O”) insulation duly
laminated with 256ispatch foil. As per CPWD specifications.
(ii) Acoustic lining on wall and ceiling of AHU rooms and chiller plant room shall be provided as
per CPWD specifications.
(iii) Ducting for OT shall be made of Aluminum sheet of suitable thickness and other
places GSS factory fabricated ducting as per CPWD specification.

7. BMS-

(i) The scope of BMS here is for Air-conditioning applications only. The Building Management
System (BMS) to be provided to perform the following general functions as per CPWD
General Specification of HVAC-2017.
(ii) HVAC (Low & High Side) Management and Control
(iii) Monitoring and Control of Controllers, Remote Devices and Programmable Logic
Controllers
(iv)Operator Interface
(v) Video display integration
(vi)Data collection, Historization , Alarm Management & Trending
(vii) Report Generation, Network Integration
(viii) Data exchange and integration with a diverse range of other computing and facilities
systems using industry standard techniques.
(ix) The BMS software and supervising should have the capability to expand the system at least
up to 50% of the present capability.

COMMERCIAL AND ADDITIONAL CONDITIONS FOR HVAC

1. Data Manual and Drawings to be furnished by the tenderers:


The successful tenderer should furnish well in advance three copies of detailed instructions
and manuals of manufacturers for all items of equipment regarding installation, adjustments
operation and maintenance i/c preventive maintenance &trouble shooting together with all
the relevant data sheets, spare parts catalogue and work shop procedure for repairs,
assembly and adjustment etc. all in triplicate.
2. Extent of work
a. The work shall comprise of entire labour including supervision and all materials
necessary to make a complete installation and such tests and adjustments and
commissioning as may be required by the department. The term complete installation
shall not only mean major items of the plant and equipments covered by specifications
but all incidental sundry components necessary for complete execution and satisfactory
performance of installation with all layout charts whether or not those have been
mentioned in details in the tender document in connection with this contract.
b. Minor building works necessary for installation of equipment, foundation, making of
opening in floors and restoring to their original condition, finish and necessary grouting
etc. as required.
c. The work is turnkey project. Any item required for completion of the project but left
inadvertently shall be executed with-in the quoted amount.
3. Insurance :
a. All consignments are to be duly insured up to the destination from warehouse to
warehouse at the cost of the contractor. The insurance cover shall be valid till the
equipment from the manufacture has been supplied and erected.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


261

4. Verification of correctness of Equipment at Destination:


a. The contractor shall have to produce all the relevant records to certify that the genuine
equipment from the manufacturers has been supplied and erected.
5. Storage: - Responsibility for storage space for execution of work shall be of main contractor.
6. Power & Water Supply:- Responsibility for supply of power & water for execution of work shall
be of main contractor.
7. The material required to be used in the work shall be got approved from the Engineering -
charge before its use at site. The Engineer-in-charge shall reserve the right to instruct the
contractor to remove the material which, in his opinion, is not as per specifications.
8. Contractor shall preserve the copies of invoices, test certificates, gate passes etc. to prove the
genuineness of material/purchases. The responsibility of procurement, genuine material of
specialized works shall rest with the contractor.

PART-C- 7
(LIFTS)

SCOPE OF WORK & SPECIFICATIONS FOR LIFTS


The requirement of lift shall be worked out as per the traffic analysis and as per the
requirement of local bye laws and NBC – 2016. However following minimum number of lifts
shall be provided in the hospital building as detailed below:
SCOPE and SPECIFICATIONS:-
Floors B+GF + 4th floor
Type of Lift 20 passenger cum Hospital Bed Lift
Load in Kg 1360
Speed 1 MPS
Travel (Approx) 21 m (approx)
Stops & opening 6 stops & 6 opening
Control A.C., Variable Voltage Variable Frequency (with close loop)
Operation Simplex /duplex Full Collective (with/without Attendant)(As per lift
location)
Power Supply 400 V 3 Ph. 50 Hz. AC
Machine Gearless in machine Room
Over Head As per CPWD specification
Pit Depth As per CPWD specification
Car Panels SS car panel in Honeycomb/Moon rock finish
Handrails on three sides SS mirror finish
False Ceiling SS in Honeycomb/ Moon rock finish
Flooring Viny1 Tiles
Car Entrance two speed in SS in Honeycomb/Moon rock finish
ARD To be provided
Type of door (Car) Automatic, telescopic
Landing door Automatic, telescopic, horizontal sliding SS in Honeycomb/Moon rock
finish
Other details 1. Combined luminous hall button with segment digital hall position
indicator at all floors
2. Car operating panel with luminous floor button in car.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


262

3. Battery Operated alarm Bell &amp; Emergency Light


4. Fireman’s Switch at main lobby.
Sixteen segment digital car position indicator in car Overload
warning device
Automatic Rescue Device.
5. Inter communication System: Telephone with minimum three
connections-one inside car, one in machine room &amp; other at
security guard room and the emergency signal with rechargeable
batteries as source of supply shall be made in the each lift car. The
emergency signal device should incorporate a feature that gives
immediate feedback to the car passengers that the signal has been
passed on to desired security/ maintenance staff. This shall be
achieved by pressing of button from these control stations which
shall give audio signal to the passengers in the car.

COMMERCIAL AND ADDITIONAL CONDITIONS FOR LIFTS

General

1. The work shall be executed as per CPWD General Specifications for Electrical Works
(Part-III Lifts & Escalators – 2003) 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 and
conditions as the same are to be read along with schedule of quantities for the work.

2. The contractor has to carry out routine & preventive maintenance for 12 months from
the date of handing over. Nothing extra shall be paid.

3. Completeness of tender :
All sundry equipment, fittings, unit assemblies, 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.

4. For item/ equipment requiring initial inspection at manufacturer’s works’ the


contractor will intimate the date of testing of equipments at the manufacturer’s works
before dispatch. The department also reserves the right to inspect the fabrication job at
factory and the successful tenderer has to make the arrangement for the same. The
successful tenderer shall give sufficient advance notice regarding the dates proposed for
such tests/inspection to the department’s representative(s) to facilities his presence
during testing/fabrication. The Engineer-in-charge at his discretion may witness such
testing/fabrication. The cost of the Engineers visit to the factory will be borne by the
Department. Also equipment may be inspected at the Manufacturer’s premises, before
dispatch to the site by the contractor.

5. Custody of materials:
Watch and ward of the stores and their safe custody shall be the responsibility of the
contractor till the final taking over of the installation by the department.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


263

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

7. Guarantee
All equipments shall be guaranteed for a period of 12 months from the date of taking
over the installation by the department against unsatisfactory performance and/ or
break down due to defective design, workmanship 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 cause 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 Engineer-in-Charge in this regard shall be final.

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

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

10. Data Manual and Drawings to be furnished by the tenderers:

10.1 After Award of work


(i) The successful tenderer would be required to submit the following drawings as
indicated in milestone:-

a) All general arrangement drawings.

b) Details of foundations for the equipment, load data, location etc. of various
assembled equipment as may be needed generally by other agencies for purpose
of their work. The data will include breaking load on guides, reaction of buffers
on lift pits reaction on support points in machine room, lift well etc.

c) Complete lay out dimensions for every unit/group of units with dimensions
required for erection purposes.

d) Any other drawings/information not specifically mentioned above but deemed to


be necessary for the job by the contractor.

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

12. Extent of work

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


264

12.1 The work shall comprise of entire labour including supervision and all materials
necessary to make a complete installation and such tests and adjustments and
commissioning as may be required by the department. The term complete
installation shall not only mean major items of the plant and equipments covered
by specifications but all incidental sundry components necessary for complete
execution and satisfactory performance of installation with all layout charts
whether or not those have been mentioned in details in the tender document in
connection with this contract.

12.2 Minor building works necessary for installation of equipment, foundation,


making of opening in walls or in floors and restoring to their original condition,
finish and necessary grouting etc. as required.

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

1.2.4 The work is turn key project. Any item required for completion of the project but
left in-advertantly shall be executed with- in the quoted amounts.

13. Inspection and testing:


13.1 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.

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

14. Compliance with Regulations and Indian Standards

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

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

14.3 Successful tenderer shall arrange for compliance with statutory provisions of
safety regulations and departmental requirements of safety codes in respect of
labour employed on the work by the tenderer. Failure to provide such safety
requirement would make the tenderer liable for penalty of Rs. 1000/- for each

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


265

default. In addition, the department will be at liberty to make arrangement for the
safety requirements at the cost of tenderer and recover the cost thereof from him.

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

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


266

16. 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.

17. Cooperation with other agencies


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

18. Mobilization Advance


No mobilization advance shall be paid for this work.

19. Insurance and Storage


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

20. Painting
This shall include cost of painting of entire exposed iron work complete in the
installation. All equipments works shall be painted at the works before 266ispatch to
the site.

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

22. Maintenance

22.1Sufficient 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.

22.2The maintenance, routine as well as preventive for one year from the date of taking
over the installation as per manufacturers recommendation shall be carried out and
record of the same shall have to be maintained.

23 Interpreting Specifications

In interpreting the specifications, the following order of precedence shall be followed:

a) Technical specifications
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


267

b) Drawing (if any)


c) General specifications
d) Relevant IS or other international code in case IS code is not available.
e) Sound engineering practices as per the direction of engineer-in-charge.

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

25 Contractor shall preserve the copies of invoices, test certificates, gate passes etc. to prove
the genuineness of material/purchases. The responsibility of procurement, genuine
material of specialized works shall rest with the contractor.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


268

Part-C-8 (UPS)

Scope of Work

1. Online UPS of minimum capacity 2 X100 KVA each working in parallel having 15 minute
backup lead acid maintenance free batteries for 200 KVA capacity shall be provided.

2. Outgoing distribution panel shall be provided.

3. Maintenance free lead acid batteries shall be provided on a suitable size of rack.

4. During the approval of design and drawing the consultant will submit the data sheet and
catalogue of the various equipment in support of their design.

5. Preparation of BOQ, technical specification.

COMMERCIAL TERMS AND CONDITIONS-UPS

1.0 SCOPE
This specification covers manufacture, assembly at factory, testing as may be necessary
before dispatch, delivery at site, installation, testing and commissioning of 2 x 100 KVA UPS at
Bhilai (C.G.). This also covers the commercial conditions of contract, applicable for the work.
These shall be read, in conjunction with conditions indicated in the standard form PWD-8. In
the event of any discrepancy between these forms and the conditions hereunder, the later shall
prevail.

2.1 Works to be done by the contractor


In addition to supply, installation, testing and commissioning of all the equipments, as
per schedule of work, and CPWD specifications, the following works shall be deemed to
be included within the scope of work to be executed by the contractor.

i. Any minor building work for the installation such as cutting and making good the
damages.
ii. Provision of all accessories required for the installation.
iii. Tools and tackles required for handling and installation of equipments.
iv. Protection required for the equipments from rain, dust storm etc. during
transportation.
v. Necessary equipments for commissioning the system at site and testing etc.
vi. No Form 31/Road permit will be issued to the contractor by the department.

2.2 After award of work


The successful tenderer shall submit the detailed working drawings & specification in
respect of UPS as per the milestones in the bidding document. Work will be started after
getting the drawing approved by the Engineer-in-Charge.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


269

2.3 Inspection

2.3.1 Copies of all manufacturer’s routine and type test certificates of the equipments
shall be furnished to the Engineer-in-Charge.

2.3.2 UPS and battery bank shall be offered for initial inspection & testing in the work
of the manufacturer before delivery. Contractor will give sufficient notice for the
same. The department reserves the right to inspect or not to inspect the
equipment in the work of the manufacturer. In the later case confirmation in
writing will be issued by the department. The department will bear the to & fro
expenses of the officer deputed for carrying out inspection. However nothing
extra shall be paid for conducting routine test in the presence of department’s
representative.

2.3.3 After installation, the equipment shall be tested by the contractor, for which all
consumables shall be provided by him.
The inspection at site includes operation checks and any other test as necessary
to check the performance of the equipments, so as to check conformity to tender
specifications.

2.4 Warranty
All equipments supplied and installed shall be covered by warranty for one year against
defective workmanship and material. If any equipment is found to be defective due to
faulty materials, faulty design, or inferior quality of materials it shall be repaired or
replaced at site free of charge by the successful tenderer at his own cost during the
warranty period. The warranty shall cover consequential damages to the equipment
supplied and installed by the tenderer due to poor workmanship or defective materials.
All repairs shall be done promptly within a reasonable period. The warranty period will
commence from the date of handing over of the installations to the department duly
commissioned.

2.5 Painting
The tendered cost shall include cost of painting of entire installation complete in all
respect.
2.6 Extent of work
2.6.1 The work shall comprise of entire labour including supervision and all materials
necessary to make a complete installation and such tests and adjustments and
commissioning as may be required by the department.
2.6.2 The scope of works include on job technical training of two persons at site
nothing extra shall be payable on this account.
2. Storage :- Responsibility for storage space for execution of work shall be of main
contractor.
3. Power & Water Supply:- Responsibility for supply of power & water for execution of
work shall be of main contractor.
5. The material required to be used in the work shall be got approved from the Engineer-
in-charge before its use at site. The Engineer-in-charge shall reserve the right to instruct
the contractor to remove the material which, in his opinion, is not as per specifications.
6. Contractor shall preserve the copies of invoices, test certificates, gate passes etc. to
prove the genuineness of material/purchases. The responsibility of procurement,
genuine material of specialized works shall rest with the contractor.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


270

TECHNICAL SPECIFICATION OF UPS

1- General
i. These specifications define the electrical, mechanical characteristics and requirement
for a on line Double Conversion VFI technology, Modular 2 x100 KVA Uninterruptible
Power Supply Systems. The UPS shall be capable of providing high quality AC power for
sensitive electronic equipment loads possibility to configure the system in the inverter
cabinet as well as in control panel.

ii. It should also supply clean power automatically without any break in the supply in the
absence of power. Under no conditions, power and battery modules will be removed or
replaced without switching off the load to bypass.

iii. The UPS should work on Hi frequency PWM Technology.

iv. UPS must have modular architecture based on identical power modules which can be
interchanged and connected in parallel , inside the UPS cabinet. . Power Modules must
be lighter in order to be managed, in service and maintenance, by only one person.

v. The manufacturer has to ensure that the product conform to the specifications set in this
documents, failure to do so will result in the straight rejection of the bid.

2. System Description -: MODULAR UPS – . On-Line Double Conversion (VFI), 3 Ph input and 3 Ph
output .
Output Load Capacity:- The rated output load capacity of the UPS shall be 2 X100 KVA,
415 Volts at 0.8 power factor and as per Technical Specifications enclosed.

Duties of Operation:- The UPS shall be designed to operate as an ON LINE system in the
following modes:

(a) Normal – Each power module will be composed by inverter, booster, battery
charger, rectifier /PFC and automatic bypass. Inverter shall continuously supply
the AC critical load. The rectifier/charger deriving power from AC input source
and supplying DC power to the inverter while simultaneously supplying power to
load and charging the power reverse battery.

(b) Emergency – In a black out, or if the electricity main values are off range, the
users are powered by the batteries via the booster – inverter path way. The
batteries function in discharged conditions in this operating mode.
The UPS should inform the user about this operating status with clear visual and
acoustic signals.

(c) Smart Eco Mode – In order to save the energy in particular conditions the UPS
must be easily set by the user to run in Eco Mode. In this running mode the load
is directly connected to the utility. In the mean time the UPS is continuously
checking the mains energy supply, as soon the input energy is out of tolerance,
the UPS immediately switches in on line mode.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


271

(d) Maintenance Bypass – The UPS will be equipped with a manual maintenance
bypass to allow the service and the access to modules and battery, keeping the
load powered. The maintenance bypass can activate manually and must be
protected by a door locked with a key.

A disconnections system must isolate the internal parts of the UPS from any
energy source allowing the UPS maintenance, service and access to modules
without danger.

The UPS must be able to connect the load directly on bypass during the start up
(start up on bypass) and then connect the load to the inverter output when the
inverter is full synchronized with the input Mains.

(e) Automatic Bypass: -The Automatic bypass must be composed by following parts:
- Static switch with zero time for intervention, connected in parallel with an
electro-mechanic switch which needs a transfer time but with zero heat
dissipation among the time;
- Microprocessor Logic command and control which will attend to:
- Automatically transfer the load to the mains, as soon as following anomalous
events occur: overload, over temperature, voltage runaway on the DC buses,
anomalies on the inverter;
- Automatically transfer back the load from the mains to the inverter as soon the
anomalous event expires;
- Automatically disable the bypass function in case of output voltage and Mains are
not synchronized.

4. Battery Requirement: - Battery shall be used at full load for 15 minutes back-up for 200
KVA load. Battery shall be sealed maintenance free batteries. The UPS module should
have the Battery Circuit breaker mounted near to the batteries. UPS and breaker should
be of the same origin. It shall be possible to replace the defective batteries at site.
Batteries will be housed in suitable racks and connected to the UPS with cable. The
battery shall have the provision for its charging under normal, float and equalizing
charge mode.

5. Product Fabrication:-

a) All materials of the UPS shall be of high grade and free from all defects and shall not
have been in prior service except as required during factory testing.

b) Construction and mounting:


The UPS unit shall be complete with input isolator, rectifier/charger, inverter, static
transfer switch, maintenance bypass switch & static by pass input switch, housed in a
free standing steel enclosure with key lockable door. In order to have expedient
servicing, adjustments and installations, it shall have access from the front. The
enclosure should comply with IP-20 when the doors are open. The construction of UPS
shall be that each sub-assembly is separately replaceable.

c) Service Area Requirements:


All serviceable sub-assembles shall be modular and capable of being replaced form front
of the UPS (front access only) and shall not require rear or side access for service.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


272

Cooling:-
Temperature shall be monitored by thermal censors. The cooling of UPS shall be forced
type with a low velocity cooling fan of adequate capacity, the power drawn of which
form the UPS.

d) Cable entry: - The UPS shall have detachable gland plates at the bottom and at top for
entry of cables.

e) Data availability when UPS is Off


The UPS will allow the possibility to make settings, data readings and diagnostic checks
also when it is turned off, activating the display in a temporary service mode.

6. Components:-
(a) Rectifier/PFC: The rectifier must include a control and regulating circuit ( PFC)
which in addition to normal rectifying functions.

(b) Inverter:-
The inverter must be based on a switching IGBT circuit with High Frequency PWM,
and must be able to transform the DC supply, coming from rectifier/PFC or buster,
in case of battery run, in AC voltage.
Furthermore must be present also control circuits.

(c) Battery charger:- The battery charger must be equipped with control and regulation
circuit both for charging voltage and current to batteries, in order to have a
controller battery charge and optimize the battery life.
The UPS must charge batteries with and early boost charge followed by a constant charge and,
at the end, with a floating charge. During normal run the UPS will execute periodically a battery
equalizing in order to recover natural charge leakages and keep all batteries at the same
capacity. This battery charging cycle will increase the batteries life time, with relevant
reduction of the maintenance costs. The battery recharge must be available also when UPS is
turned off.

7. Display & Controls

(A) Monitoring & Control :- UPS must be controlled by a microprocessor and must be
equipped with a backlit alphanumerical liquid crystal display (LCD) with 20
characters on a 4 lines. This display is built into the front part of the UPS where
there is also an ultra – bright operating status indicator which shows the operating
status and any alarm conditions by means of a traffic light code.

Four simple buttons situated near the display allow the user to:
1. Display the operating data
2. Enter the operating parameters
3. Select the language in which the messages are given
4. Set running parameters

(B) Controls:
The UPS has the following controls:
1. UPS securing powering ( Protection against accidental powering)
2. UPS stopping ( to prevent accidental power –offs while allowing the UPS to be
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


273

quickly shutdown in an emergency)


3. Buzzer silencer
4. Keyboard to browse the menus on the display, set parameters, confirming the
selected functions and quitting.

8-(A) Alarm :- This symbol shall lit when a situation requires immediate attention. All visuals
indications shall be accompanied by the audio alarms. Alarm shall include.

(a) Emergency stop.


(b) Inverter Off or failed.
(c) Over-temperature.
(d) Overload
(e) Battery circuit breaker open.
(f) Rectifier Off or failed.
(g) Input circuit breaker open.
(h) Output circuit breaker open.

(B) Measurement: The UPS can manage the following measurements and show the relevant
values on the display.

Input Current:- RMS value, Peak value, peak factor


Voltage: RMS value
Power:- Apparent, Active

(II) Output Current:- RMS value, Peak value, peak factor

Voltage:- RMS value


Power:- Apparent, Active

(III) Batteries:- Charging current, ,Discharging current, Battery operation time, Residue
capacity, Battery voltage, Date/time of last battery calibration

(IV) Miscellaneous: Internal temperature of individual power modules, Ambient


temperature

(V) Historic data:- N˚ of bypass interventions, N˚ thermal protection interventions with


date and time, Number of battery communications, Number of total discharges,

(VI) Overall time of:- Battery Operation, Mains operation

9. Adjustments :- The UPS allow the following adjustments to be made and shown non the
display :-

(a) Output Voltage


(b) Output frequency
(c) Output Redundancy N + X
(d) Input Enable synchronizing
(e) Input extended synchronizing interval
(f) Bypass enabling
(g) Bypass forced
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


274

(h) Bypass actuation sensitivity


(i) Bypass offline mode
(j) Bypass waiting mode
(k) Batteries limits
(l) Max battery runtime with battery
(m) Max battery runtime with battery after reserve limit
(n) Battery test enabling
(o) Battery auto restart enabling

10. Signals and alarms:

The UPS must be equipped with a lighted operating status indicator as well as buzzer
able to immediately indicate the following operating conditions:

Normal operation, Output frequency not synchronized with the input, Battery operation,
Bypass mode, Faulty power module, Overload, Generic fault, Unit beyond redundancy,
Programmed power –off warning, Programmed re-powering warning, Runtime reserve,
End of runtime

11. Documentation: -The manufacturer shall supply minimum 2 sets of installation manual
with installation start up trouble shooting guide and operation instruction of the
specified system.

12. Installation: - A service engineer fully trained on the UPS by the manufacturer shall
install the UPS. The manufacturer will have conduct load/site study prior to the
commissioning of the UPS. A copy of load/site study report will have to be submitted
with required comments.

13. Service Capability: -The manufacturer should have the independent service set up in the
town where the UPS will be installed with engineers who are fully trained in the UPS. All
the service personnel’s should have the latest power measurement equipments, which
will be required during the process of site study, installation and maintenance.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


275

PART C-9
(CCTV & Surveillance system)

SCOPE OF WORK:
Designing, Planning, Supplying, Installing, Testing & Commissioning of the CCTV and
Surveillance system shall be provided for security in the building as per following:
CCTV & SURVEILLANCE SYSTEM:
i. Minimum 1 number dome camera shall be provided at each lift lobby in each floor as per
design.
ii. Minimum 1 number dome camera shall be provided at all staircase entrance corridor in
each floor as per design.
iii. Minimum 1 number dome camera shall be provided in server room, BMS room as per
design.
iv. Minimum 2 number dome camera shall be provided in each waiting areas as per design.
v. Minimum 2 numbers bullet cameras shall be provided at vehicle entrance and 2
numbers bullet camera at vehicle exits in basement floor.
vi. Minimum 2 numbers bullet cameras shall be provided at entrance & terrace floor to
cover at the areas as per design.
vii. Minimum 2 numbers bullet cameras shall be provided in basement to cover all the
basement area.
viii. Minimum 4 numbers PTZ cameras shall be provided at suitable places around the
periphery of building to cover the entire campus of the building.
The hardware required for the system including servers, NVR, workstations, monitors, CAT-6
patch cable to connect the camera to nears POE enabled LAN network switches, CAT-6
armoured copper cables, connectors, conduits, power supplier etc. will be in the vendor’s
scope. Detailed of specification of IP back bone is given in the subhead of local area network.
Backbone upto core switch and rack in CCTV control room is taken in the scope of LAN
subhead. Te complete LAN networking, for the CCTV should be separate and exclusively for
CCTV system only and not mixed with other LAN system. The proposal shall be designed to
ensure it.
It will be the responsibility of the vendor/bidder to make the entire system fully functional as
per the specifications. Vendor/bidder shall consider all the equipments, devices required to
make the system functional if not mentioned herewith.

Part-C-10 (BUILDING MANAGEMENT SYSTEM)

Desiging, planning, supplying, installation, testing & commissioning of IBMS for controlling &
monitoring of HVAC equipments and monitoring of sub-station equipments, lists, fire alarm,
wet riser & sprinkler equipments, STP, DG set, access control system, water supply pumps, UPS
and all main LT panel etc. all in the scope of work.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


276

Acceptable makes

Sub work – C-1:


(Internal electrification and street lighting)

LIST OF APPROVED MAKES OF MATERIALS


1 M.S. CONDUIT – ERW (ISI BEC/AKG/ STEEL CRAFT/ RM-CON
MARKED)
2 M.S. CONDUIT ACCESSORIES (ISI BEC/AKG/ STEEL CRAFT/RM-CON
MARKED)
3 PVC INSULATED FRLS COPPER FINOLEX/ POLYCAB/ HAVELLS/RR KABLE/
CONDUCTOR CABLES 1.1 KV KEI/GLOSTER
GRADE (ISI MARKED)
4 MODULAR PLATE TYPE SWITCH / SCHNEIDER (ZENCELO) / LEGRAND
SOCKET GI BOXES / FAN (ARTEOR) / ABB(CHEIRON) / L&T (ENTICE) /
REGULATOR//TELEPHONE / RJ- MK (WRAPROUND), CABTREE (ATHENA)/
45/RJ-11 MODULAR SOCKET NORTHWEST (STYLUS)/ BENTEC
5 MCB / ISOLATOR / MCB DB’S / LEGRAND / SCHNEIDER / ABB / L&T/
RCCB / ELCB / MODULER TYPE SIEMENS / HAVELLS / BENTEC
BELL
6 LUMINAIRES / LIGHT FITTINGS PHILIPS / WIPRO / CROMPTON / BAJAJ /
HAVELLS / JAGUAR
7 CEILING FAN / EXHAUST FAN HAVELLS / CROMPTON / USHA / ALMONARD

6 TELEPHONE CABLES / WIRES (ISI FINOLEX/ POLYCAB / HAVELLS / RR KABLE /


MARKED) / CO-AXIAL TV CABLES KEI/ GLOSTER
7 Cat 6 Cable/ Cat 6A/ Fiber Schneider/Siemon/Systimax / LEGRAND /
OpticCable& associated items HAVELLS
8 TELEPHONE TAG BLOCK DP KRONE (GERMAN) / D LINK / ITL
BOXES
9 DWC HDPE PIPE (ISI MARKED) REX / DURALINE /TRUPATI / GEMINI /
RELIANCE /AKG
10 1.1 KV XLPE CABLE (ISI MARKED) FINOLEX/POLYCAB / HAVELLS / RR CABLE /
KEI/ GLOSTER
11 OCCUPANCY SENSOR PHILIPS / WIPRO / ABB / HONEY WELL /
LEGRAND
12 ELECTRICAL PANELS Tricolite/Adlec / C & S /SPC Electrotech Pvt
Ltd / Sterling generators Pvt Ltd / Advance
Panel and Switchgears Pvt. Ltd., Haridwar /
Power and instrumentation Guj. Ltd.,
Ahmedabad / ABAK Electrofab Engineering,
Navi Mumbai / Vidyut control automations
Pvt. Ltd., Pune / Marine Electrical, Goa / VIVID
Electromech Pvt. Ltd., Mumbai. BSPL,Bhopal /
Milestones switchgear Pvt. Ltd / Pristine /
Risha / Neptune / Siemens/Application
control panel pvt. Ltd.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


277

13 Data Rack & Accessories Schneider /Rittal/ Valrack


14 MCCBs Legrand / L&T / Schneider / ABB / Siemens /
Havells / Bentac
15 Current Transformers Automatic Electric/ Kappa/ L&T/ Neptune
16 Potential Transformer Automatic Electric/ Kappa/ L&T/ Neptune
17 Digital Iindicating / Measering L&T (QUASER)/ Schneider ( Conzerv) /
Instruments / Multifunction AE/ABB /Bentac
Meters / CT
18 Selector Switch L&T/ Kaycee/ Siemens / ABB
19 Indication Lamp & Push Button BCH/ L&T/Siemens/ Schneider / ABB
20 Digital Energy Meter L & T / Conzerv/ Secure / ABB / Bentac
21 APFC Relays L&T / Siemens / Schneider / Neptune (Ducati)
22 Bus Trunking, Rising Main & Tap- Legrand/ L&T/ Schneider/ c & s / ABB
Off Box
23 LT Cable (ISI Marked) 1.1 KV POLYCAB / HAVELLS / FINOLEX / RR Kebel
grade /KEI
24 Cable Trays & Accessories Venus/ Slotco/ Pilco/ Reeco/CTM Engg. / RM-
CON
25 Capacitor( ISI marked) Epcos/ Neptune/ Siemens/ L&T /Schneider
26 Cable Gland/ Lugs/ Thimbles Commet/ Dowells/ Raychem/ Gripwell /
Jainson
27 OCTAGONAL STEEL POLE BAJAJ / BPP / VOLMART /PHILIPS /
CROMPTON
28 LED STREET LIGHT FITTINGS PHILIPS / CROMPTON / WIPRO / HAVELLS /
BAJAJ

Note :- In case make of any equipment or material is not specified in the NIT, the matter shall be
referred to the NIT approving authority and obtain the approval. Thereafter the agency can
proceed with the supply of material.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


278

Acceptable makes
Sub work – C-2: (Fire fighting system)

No. DESCRIPTION MAKES


1 Fire Pump/ Drinking Water Pumps Kirloskar/ Mather & Platt/ Grundfoss/ KBS
2 Electrical Motors Kirloskar/ Siemens/ ABB/ Crompton
3 Diesel Engine Kirloskar/ Cummins
4 De-watering pump Kirloskar/ KSB/ Grundfoss/ Mather & Platt
5 Elect. Control Panel As per EI Work

6 Butterfly/Non Return Valve/Sluice Valve Kirloskar/Audco/Advance / Zoloto / Sant


/Dual Plate Check Valve /Y-Stainer/Fire
Man Axe
7 Fire Hydrant Valves/Landing Padmini/ Superex/ Omex/ Minimax /
Valves/FBC / Hose Couplings /Branch Newage / Getech / Safeguard/ Firex/
Pipe & Nozzles Lifeguard
8 R.R.L Hose (ISI Mark) Padmini/ Superex/ Omex/ Minimax /
Newage / Getech / Safeguard/ Firex/
Lifeguard
9 First Aid Hose Reel (Drum and Bracket) Padmini/ Superex/ Omex/ Minimax /
Newage / Getech / Safeguard/ Firex/
Lifeguard
10 Thermo Plastic Textile Reinforced Water Kesara/Mitraz/Newage
Hose (ISI Mark)
11 Gun Metal/Bronze Leader/Audco/Advance / Zoloto / Sant
Gate/Globe/Check/Ball Valves
12 Viberation Eliminator Connectors/ Resisto Flex/ Easy Flex/ D.Wren
Metalic Expansion Bellows
13 Installation Control Valve HD Fire/ Newage/ Padmini/ Mather & Platt

14 Pressure Switch Indfoss / Szer / System sensor/Plotter


Johson
15 Sprinklers HD/Tyco/Viking /(UL approved)
16 Weather Proof Hose Cabinet Padmini/ Getech/ Omex/ LG/Nerwage

17 MCCB / ISOLATOR As per EI Work


18 Ammeter/Voltmeter/CTs As per EI Work
19 Contactors/ Starters/ Relay Siemens /L&T /Schneider/ ABB /Bentec
20 MS / GI Pipe (ISI Marked) Tata/ Jindal (Hisar) /Surya / Roshini /
Zenith
21 Deluge Valve HD Fire/Newage
22 XLPE Cable (ISI Marked) As per EI Work
23 Water Curton Nozzles/Sprinkler Heads Padmini/ HD Fire/ Newage
24 Cable Tray As per EI Work
25 Pressure Gauge Danfoss/ H-Guru/ Fiebig / Switzer / Plotter
26 Flow Sches System Sensor/ Plotter/ Jhonson Control /
H-Guru
27 Fire Extinguishers Cease Fire/ Lifeguard/ Padmini/ Superex/
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


279

Omex/ Minimax
28 Air Vessel Padmini/ LG/ Chawla Fire/
Getech/Nerwage
29 Single Phasing Preventor L&T/ Siemens/ Minilec / ABB
(Current Sensing)
30 Pipe coat material (Pipe Protection)
Pypkote/ Coalteck
31 Battery Exide/ Prestolite/Amaraja/ Lumminus
32 Enamel Paint Asian/ Nerolac/ Berger
33 Measuring Meter L&T/ Siemens/ AE/ Enercon
34 Paint Primers Asian/ Jenson Nicholson
35 Pipe Hangers Camry/ Chilly/ GMGR
36 Air Release Valves TBS/ SKG/ ARCO
37 Selector Switch L&T/ Kay Cee/Siemens/C&S/ Salzr
38 Indicating Lamp BCH/ L&T/ Siemens/ C&S/ Schneider/
Tecnic
39 Cable Gland/End Termination Lugs/ Commet/ Dowells/Rychem/ Wago/ Elmec
Terminal Blocks
40 Sprinkler flexible connection pipe Newage/Youngjin/Flexhead

Note :- In case make of any equipment or material is not specified in the NIT, the matter shall be
referred to the NIT approving authority and obtain the approval. Thereafter the agency can
proceed with the supply of material.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


280

Acceptable makes
Sub work – C-3: (Fire Alarm system & PA system)

S.NO. EQUIPMENT DETAIL MAKES & MODELS


1 Mainfire Alarm ControlPanel/ HONEYWELL/ ANSULNETWORK / GE
SOFTWARE EDWARD / SIEMENS / BOSCH

2 MULTI CRITERIA DETECTOR / Heat HONEYWELL/ ANSULNETWORK / GE


Detector/ DUCT DETECTOR / FAULT EDWARD / SIEMENS / BOSCH
ISOLATOR/ MCP
3 SPEAKERS HONEYWELL/Bosch / SIEMENS

FIREFIGHTER JACK & FIREFIGHTER HONEYWELL/Bosch / SIEMENS


HANDSET/ INTERACTIVE FIRE
FIGHTER DISPLAY

4 DigitalVoice Evacuation System HONEYWELL/Bosch / SIEMENS Notifier

5 M.S. CONDUIT ACCESSORIES (ISI As per EI Work


MARKED)
6 PVC INSULATED FRLS COPPER As per EI Work
CONDUCTOR CABLES 1.1 KV GRADE
(ISI MARKED)
Public address system
7 Power Amplifier / Mixer Amplifier /. Bosch/ Bose / Honeywell
Controller voltage VAS / Rated
power Volume control / Musical
instrument
8 MS Equipment Rack Bosch/ Bose / Honeywell

Note :- In case make of any equipment or material is not specified in the NIT, the matter shall be
referred to the NIT approving authority and obtain the approval. Thereafter the agency can
proceed with the supply of material.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


281

Sub work – C-4:


(Sub-station equipments and LT distribution)

Sl. Description Approved Makes


No.
1 HT Panel VCB Siemens/Areva/Crompton/ABB
2 Oil cooled Transformers/ OLTC Voltamp/Schneider / Crompton/ Areva (Alsthom)
3 LT Panels/Sub LT As per EI Work
Panels/Capacitor Panels/ Feeder
pillar
4 Air Circuit Breakers L & T ( U-Power)/ Siemens (3WL)/ Schneider
(Master Pact – MVS) / ABB(E-Max)
5 MCCBs As per EI Work

6 MCBs /ELCBs As per EI Work

7 Current Transformers Automatic Electric/Kappa/L&T/Neptune


8 PTs Automatic Electric/Kappa/L&T/Neptune
9 Digital Meter/Multifunction As per EI Work
Meters
10 Selector Sch As per EI Work
11 SMF Batteries Exide/AMCO/Amararaja
12 Indication Lamp & Push Button As per EI Work

13 Digital Energy Meter As per EI Work


14 APFC Relays L&T/C & S/ Siemens/ Schneider/Neptune(Ducati)
/ SPC electritech
15 Sand witch Bus Trunking, Rising Legrand/L&T/Schneider/ABB
Main & Tap-Off Box
16 HT Cable (ISI Marked) 11 KV POLYCAB / HAVELLS / GLOSTER/ GRANDLEY/
RR CABLE
17 LT Cable (ISI Marked) 1.1 KV As per EI Work
18 Fire Extinguisher Cease Fire/ Lifeguard/ Padmini/ Superex/ Omex/
Minimax
19 Cable Trays & Accessories As per EI Work
20 Capacitor( ISI marked) Epcos/ Neptune/ Siemens/L&T
21 Cable Gland/Lugs/ Thimbles As per EI Work
22 Heat Shrinkable HT Cable End Denson/ Raychem/ Capseal
Termination
Note: - In case make of any equipment or material is not specified in the NIT, the matter shall be
referred to the NIT approving authority and obtain the approval. Thereafter the agency can
proceed with the supply of material.
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


282

Sub work – C-5:


LIST OF APPROVED MAKE OF MATERIALS D.G. SETS

Sl. Description Approved Makes


No.
1 Diesel Engine Cummins / Perkins / Caterpillar / kirloskar /
Volvo Panta
2 Alternator Crompton/ Stamford/ Leroy Somer/Kirloskar
3 Anti vibration mountings As per manufacturer standerd practice
4 Synchronization panel with AMF OEA of DG SETs/As per EI works
5 M S angle/Channel/ISMB Tata/Jindal/Rathi/Sail
6 PLC Seimen/L&T/Cummins/Mitsubishi/Allen Bradly
7 Battery Exide/ Prestolite/Amaraja/ Lumminus
8 Others item As per sub-station / EI work

Note :- In case make of any equipment or material is not specified in the NIT, the matter shall be
referred to the NIT approving authority and obtain the approval. Thereafter the agency can
proceed with the supply of material.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


283

Sub work – C-6 (Air conditioning )


LIST OF APPROVED MAKES OF MATERIAL FOR HVAC / VRF / VRV / SPLIT A.C.

S. No. Material / Item Make


York/Carrier/ Daikin / Trane/ Dunhum-
1 Chilled Water Machine
Bush / Kirloskar
2 Heat pumps. York/ Carrier/ Daikin /Trane /Astral-spain
Armstrong / Grundfos /ITT-Bell / Gossett /
3 Secondary/ Primary pumps.
Kirloskar
4 Cooling Tower Bell / Paharpur /Mihir
Zeco Aircon/ Edgetech /Carrier/ Blue Star/
5 Air Handling Unit (AHU)
Voltas / Daikin
Factory fitted mixing box for Zeco Aircon/ Edgetech /Carrier/ Blue Star/
6
AHU Voltas / Daikin
Zeco Aircon/ Edgetech /Carrier/ Blue Star/
7 Fan Coil Unit (FCU)
Voltas/York
Zeco Aircon/ Edgetech /Carrier/ Blue Star/
8 Treated Fresh Air Unit (TFA)
Voltas
Zeco Aircon/ Edgetech /Carrier/ Blue Star/
9 Cooling coil
Voltas
10 Centrifugal Fan for AHU Kruger / Wolter / Nicotra / Greenheck
Mechmaark / Pyramid /
11 Air filter (Pre/fine/Hepa etc.)
Camfil/Thermodyne
12 Heat Recovery Wheel (HRW) DRI / Flaktwoods / Osberg/Bry-Air
13 Hydronic Cassette units Carrier Aircon / York / Midea
14 Variable Frequency Drive (VFD) Danfoss / Schneider / ABB / Siemens
Ventilation Fan (Centrifugal /
15 Kruger / Wolter / Nicotra /Greenheck
Axial)
16 Propeller Fan Marathon / Khaitan /GEC/Alsthom
17 Inline Fan Pineair / Ostberg / Kruger/Greenheck
18 MS Pipe / G.I. Pipe TATA / SAIL / Jindal (Hissar)
19 PUF Pipe Support Malanpur / Lloyd / Best Puf
Pressurized Expansion Tank&
20 Grundfos / ITT / Anergy
Air Separator
21 Butterfly Valve Advance / Audco / AIP / Zoloto / Kirloskar
22 Balancing Valve Advance / Audco / AIP
23 Check Valve Advance / Audco / AIP
24 Y – Strainer Sant / AIP / Rapidcool /Emerald
25 Pot Strainer Sant / AIP / Rapidcool/Emerald
Audco / Sant/ AIP / Rapidcool/Castle /
26 Ball valve h & hout strainer
Kirloskar
Ball Valve, Butterfly Valve, Non- AIP /Audco / Sant / Advance/Castle / /
27
return valve, Check Valve Kirloskar
28 Motorized Butterfly valve Honeywell / Advance / Danfoss/ AIP /
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


284

S. No. Material / Item Make


Zoloto
29 Thermometer / Pressure Gauge Fiebig / H-Guru/ Emerald / Anergy
30 Test Point Anergy / Emrald / Rapidcool
31 Water flow sch Siemens / Anergy / Honeywell / Rapid Cool
32 Flexible pipe connection Resitoflex / Kanwal /Dunlop /Easyflex
PID Control Valve h Actuator,
33 Danfoss / Siemens / Oventrop
motor and Thermostat
34 Auto air vent h stop valve Rapid Cool / Anergy / AIP/Emerald/Fiebig
Factory Fabricated Rectangular Dustech /
35
Duct ZecoAircon/Edgetech/Rolastar/Eco duct
36 G.I. Sheet Jindal / Tata / Nippon / SAIL
G P Spiro / Dustech / Zeco Aircon
37 Factory Fabricated Spiral Duct
/Edgetech/ Rolastar/Eco duct
Vibration isolator / Rubbed
38 Dunlop / Resistoflex /Emerald
pad/Duct support Arrangement
39 Demand Ventilation Equipment Conaire / Greenheck
40 CO2 Sensor Danfoss / Honeywell / Siemens
41 Modulating Motor/Valve Danfoss / Honeywell / Siemens / Oventrop
Volume Control Damper, Fresh/ Conaire / Pineair
42
Exhaust air louver /Caryaire/Dynacraft/System Air
Conaire / Pineair
43 Grille / Diffuser / Jet Nozzle
/Caryaire/Dynacraft/System Air
Conaire / Pineair
44 Fire Damper /Caryaire/Dynacraft/System
Air/Ruskin/Trox
45 Actuator for fire damper Siemens/ Honeywell / Danfoss
46 Nitrile Rubber Insulation Armacell / Eurobatex / Vidoflex
47 Acoustic Insulation for Duct UP Twiga / Owns Conning
Beardcell / Styrene Packaging / P.R.
48 EPS
Packaging
49 Fastner Hilti / Wurth / Fisher
50 Wire rope & zip clip OBO / Equivelent
51 Electrical Panel As per EI Work
52 Motor for AHU Fan Siemens / ABB / Crompton
53 Motor for Ventilation Fan Siemens / ABB / Crompton
54 Starter Siemens / Schneider/ABB
55 Single Phase Preventor Minilec / EAP, Banglore/ Siemens / ABB
Current Transformer (Cast
56 As per EI Work
Resin)
L & T ( U-Power)/ Siemens (3WL)/
57 ACBs Schneider
(Master Pact – MVS) / ABB(E-Max)
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


285

S. No. Material / Item Make


58 MCCB As per EI Work
59 MCB As per EI Work
Ammeter / Voltmeter (Digital
60 As per EI Work
Type)
LED Indicating Lamp / Push
61 As per EI Work
Button
62 Selector Switch As per EI Work
Relay / Timer / Contactor/ Siemens / L&T / Schneider Electric / ABB /
63
Starter / Push Button BIL
64 Paint Nerolac / Asian / Berger
65 Power Cable As per EI Work
66 Termination Kit Raychem / Densons / Xicon / ABB
67 Perforated Cable Tray As per EI Work
68 Cable Gland As per EI Work
Dowell / Schneider Electric / Jainsons,
69 Solder less Lug
Mumbai
70 Hot water Generator KEPL/Rapidcool/Emerald
71 Kitchen Scrubber Edgetech/Rydair/Trion/Espire/Zeco Aircon
Ambcool/Edgetech/Roots Cooling/ System
72. Air Washer (Pad Type)
Air
73. UVGI System Ruks/Trimed/Unicon
74. Aluminium Sheet Hindalco/Indalco/Balco/Jindal
75. Pan Humidifier KEPL/Rapidcool/Emerald/Danfoss
76. Humidistat/Airstat Honey well/Danfoss/Jhonson/Siemens
Schneider-MVS/Siemens-3WL/L&T-U-
77. ACB
power Omega /ABB-Emax
Daikin/Toshiba/Mitsubishi Electric/Blue
78. VRV/VRF System,Indoor Unit
star / Hitachi
Met-Tube/Hindustan/Rajco/Total
79. Copper Tubes/Pipe
line/Mandav tubes/Jindal Refrigeration
80. Active Induction Beam New Climate / Trox / Halton / Swegon

Note :- In case make of any equipment or material is not specified in the NIT, the matter shall be
referred to the NIT approving authority and obtain the approval. Thereafter the agency can
proceed with the supply of material.

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


286

Acceptable makes
Sub work – C-7 (LIFTS)

LIST OF APPROVED MAKES OF MATERIALS


1 OTIS ELEVATOR COMPANY INDIA LIMITED
Lift KONE ELEVATOR INDIA PRIVATE LIMITED
MITSUBISHI ELEVATOR INDIA LIMITED
SCHINDLER ELEVATOR CORPORATION
JOHNSON ELEVATOR

Sub work – C-8 (UPS)


LIST OF APPROVED MAKES OF MATERIAL FOR UPS
S. No. Material / Item Make
EMERSON /APC/GUNTUR/MITSUBISHI /
UPS
SOCOMEC/NUMERIC
Electrical Panel As per EI work
Maintenance free battries Exide/ Prestolite/Amaraja/ Lumminus

Acceptable makes STP & ETP


No. Item Acceptable make
1. G.I Pipes TATA/JINDAL HISSAR/SURYA ROSHNI
2. G.I Fittings UNIK/ZOLOTO/SS
3. UPVC Pipes SUPREME/JAIN PIPES/ FINOLEX
4. UPVC Pipe Pressure Fittings CEPLEX/ASTRAL
5. Pre-Fabricated structural supports CHILLY/EASYFLEX/CAMRY
and ciamps
6. Paints ASIAN PAINTS/BERGER
7. Gunmetal Fullway Valve ZOLOTO/LEADER/SANT
8. Ball valve ARCO/CIM/TIEMME
9. Butterfly Valve KSB/SKS/AIP
10. C.I Double flanged sluice valve KIRLOSKAR/LEADER /AIP
11. C.I Disk Type non return valves (65 KIRLOSKAR/LEADER/SKS
mm dia and above- Dual Plate type)
12. C.I Strainer more than 65 mm dia. LEADER/SANT/AIP
13. PVC Valves CEPEX
14. C.I Manholes cover NECO/KARTAR/RIF
15. SFRC Manhole Cover & Gratings KK/ABC-ACCURATE/BUILDCON/SURABH
16. Plastic Encapsulated Foot Rest KGm
17. Fitter feed pump WILO/GRUNDFOS/ITT INDUSTRIES
18. Hydro-Pneumatic Pumping Systems WILO/GRUNDFOS/ITT INDUSTRIES
19. Submersible Sump Pumps for WILO/GRUNDFOS/ITT INDUSTRIES
collection chamber, Equalization
tank, Plant room drainage
20. Electrical Panels ADVANCE/ADLEC/TRICOLITE
21. Panel Boxes (For PLC) RITTAL/BCH
22. Pressure Transmitters/Hydrostatic WIKA/SIEMENS
Level Indicators
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


287

23. Pressure Gauges FIEBIG/H. GURU


24. Dosing System SIMA/ASTHA/GRUNDFOS
25. Pump Vibration Pads & Suction & EASYFLEX/RESISTOFLEX
Delivery Flexible Connectors
26. Cables Gloster/CCI/Nicco
27. Cable Trays MFK/STEELWALYS/PILCO
28. Water meters Kent/MARSHALL
29. Switches and Fuses Siemens/GFC Alsthom/Alsthom
30. Contractors Siemens/ L & T
31. Push Buttom element/ Indicating L & T/ BCH
Lamp
32. Protective Relay GECA/ABB
33. Lightning distribution board Controls and Switchgear
34. MCB Indo Asian/Havells
35. Pressure Sand & Activated carbon SIMA/AASTHA/WATCON
filter
36. Air Blowers EVEREST/BETA/ELGI
37. Ultra Violet Disinfection for Treated ALPHA UV/SUKRIT
Effluent
38. Air Diffusors BOBKAY/ REHAU / MM AQUA
39. MBBRmedia for Aeration tank MM AQUA/PP AQUA/ TECPRO
40. Dosing Pumps MILTON ROY/ ASIA LMI/ GRUNDFOS
41. Sludge Pumps (Centrifugal) WILO/ GRUNDFOS/ ITT INDUSTRIES
42. Sludge Pumps (Screw) ROTO/ UT PUMPS/ JOHNSON
43. Tube Settler media MM AQUA/ PP AQUA/TECPRO
44. Testing meters ABB/ SIEMENS
45. Centrifuge HUMBOLDT/ WEDAG/ HILLER/ ALPHA
46. Electromagnetic flow metre Electronet
47. Energy metre Conserv
48. Pressure Gauge H.Guru
49. Level Gauge H.Guru
50. ph metre Hach/ Toshniwal
51. Conductivity metre Hach/ Toshniwal
52. DO metre Hach/ Toshniwal
53. TDS metre Hach
54. Regrigerator LG/ Samsung/ Whirlpool
55. Hot air oven UTS
56. Muffle furnace Ambassador
57. Heating Mantle Saicor
58. Water distillation Appratus Ambassador
59. Hot plate Saicor
60. Top Plate Electronic Balance AFCOSET
61. Magnetic Stirrer Saicor
62. BOD Incubator Ambassador
63. Turbidity metre Naina
64. Glass ware Lab Equipments Borosil/ Goel Scientific glss works/ Gen
next Lab

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


288

Acceptable makes for CCTV

No. Item Acceptable make


1 Dome Camera / Bullete Camera/PTZ Sony / Bosch / Axis /Honeywell

2 CCTV viewing and recording software l Milestone Corporate , Genetec Enterprise


and Nice Vision/ Honeywell
3 Server IBM, Dell, HP, NetAPP, EMC/Honeywell.
4 LED monitor HP, Dell, Lenovo, Samsung, Sony
5 Workstation HP, Dell, Lenovo, Apple
6 Wire/Cables and other accessories As per Audio/video system/ nursing call
system.
Acceptable makes for Audio Visual System
No. Item Acceptable make
1 Motorised screen Suvira/ Liberty/ Draper/ Dalite
2 Professional projector Panasonic/ Sony/ Hitachi/ Barco
3 Projector lift Suvira/ Liberty/ Lexus/ Draper/ Magnum/
Chief
4 Pop up type table connector Magnum / Kramer / Extron
(Presentation Point)
5 HDMI switcher Kramer VS-41HC/Mile stone/ATEN
6 Trasmitter Kramer PT-561/Bosch/AKG
7 Receiver Kramer PT-562/Bosch/AKG
8 Digital controller & delegate unit Bosch CCSD/ AKG
9 Ceiling speaker Bosch LBC3099/41 / JBL /EV
10 Feedback suppressor Bosch LBB1968/00 /JBL/EV
11 Professional equipment rack Custom/Velrack
12 Mixing Amplifier Bosch LBD1935/00
13 Speaker cable D-Link/Delton/ Polycab/Kramer
14 Microphone cable D-Link/Delton/ Polycab/Kramer
15 Cat-6 Data cable D-Link/Denon/ Krystal/Kramer
16 VGA Co-axial cable D-Link/Denon/ Krystal/Kramer
17 RG-video cable D-Link/Delton/ Polycab/Kramer

Acceptable makes for EPABX


No. Item Acceptable make
1 EPABX System Alkatel / Matrix / Panasonic/Coral
2 Digital Key Phone with LCD Display Panasonic / Siemens / Beetel / Motorola
3 Land line phone Panasonic / Siemens / Beetel / Motorola
4 Basic phone Panasonic / Siemens / Beetel / Motorola
5 Distribution (MDF) Box Krone / Hensel / A K Electronics
No. of Corrections – C NIL
No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD


289

6 Telephone cable As per PA system


Acceptable makes for Local Area Network

No. Item Acceptable make


1 Professional equipment racks Valrack / WQ /HCL
2 Managed switches Alkatel/Cisco/Netcare/linksys
3 Cable manager Custom/
4 Wi-Fi access point Combium Network/Cisco/Netcare/Alkatel
5 Cat-6 loaded jack panel 24 Ports
6 Cat-6A Patch panel 24 Ports
As per nursing call system.
7 Cat-6 Patch cords
8 Cat-6A Patch cord STP

Acceptable makes for PA System

SL Equipment Makes
1 Digital Public Address and Emergency
SENROMATIC / BOSCH /
Sound System Controller MERLAUD/SHURE
2 Announcement console / Digital Call
SENROMATIC / BOSCH /
Stations / Remote call station interface
MERLAUD/SHURE
3 Power Amplifiers BOSCH / MERLAUD/YAMAHA
4 CD Player DENON / TASCAM /
PHILIPS/SONY/PANASONIC
5 Ceiling Speaker BOSCH / MERLAUD / JBL
/SENSROMATIC/SURE
6 Horn Speaker BOSCH / MERLAUD / JBL
/SENSROMATIC/SURE
7 Fibre Optic Network Cable SKYTONE/CAPCAB/OPTRONIX /
BOSCH /
8 CAT 6 Cable SKYTONE/CAPCAB/OPTRONIX
9 Two Core Twin Twisted Speaker Cable SUNTRAK / SKYTONE / CAPCAB /
24/.2 mm. Finolex
10 Equipment rack Valrack/Lowell/Rackmount
11 Audio CD music source Philips / Sony / Panasonic

Acceptable makes for Nursing call bell system

No. Item Acceptable make


1 System switch/hand set/bed head Schrack seconet/Tunstall/Austco
connection moduls/management
central control/software & other
accessories
2 UTP 6 LAN cable/fibre optic cable, cat- Legrand/ANP/Dlink/Molex/Cisco/
6/ fibre patch card Schneider

No. of Corrections – C NIL


No. of Omissions - O NIL
No. of Insertions – I NIL

EE (P) EE(E) (P) EE/RCD

You might also like