index [4.imimg.com]4.imimg.com/data4/xk/qd/htt-1528/1528_2015-12-25-17-14...2015/12/25  ·...

208
Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX Sl.No PARTICULARS PAGES 1 Eligibility Bid 1 to 48 2 Financial Bid 49 to 310 Name of work : Construction of Civil Structures and other Infrastructure facilities for Residential area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: 5 Nos. Housing Blocks (C1, C2, C3, D1 & D2), Roads, Overhead tank -III, Substation Building-III including Internal and External Civil & Electrical services, Fire fighting, Lifts, Solar water heating system and Site development- (Balance work).

Upload: others

Post on 20-Apr-2020

6 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I

INDEX

Sl.No PARTICULARS PAGES

1 Eligibility Bid 1 to 48

2 Financial Bid 49 to 310

Name of work: Construction of Civil Structures and other Infrastructure facilities for Residential area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: 5 Nos. Housing Blocks (C1, C2, C3, D1 & D2), Roads, Overhead tank -III, Substation Building-III including Internal and External Civil & Electrical services, Fire fighting, Lifts, Solar water heating system and Site development- (Balance work).

Page 2: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I

INDEX

Name of work : Construction of Civil Structures and other Infrastructure facilities for Residential area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: 5 Nos. Housing Blocks (C1, C2, C3, D1 & D2), Roads, Overhead tank -III, Substation Building-III including Internal and External Civil & Electrical services, Fire fighting, Lifts, Solar water heating system and Site development- (Balance work).

Sl. no. Description Page No.

PART – I (ELIGIBILITY BID DOCUMENT)

1. Invitation of Bid 1-4 2. Notice inviting e-tender-CPWD -6 5-14 3. Section I - Brief particulars of the work. 15-16 4. Section II - Information & instructions for bidders. 17-23 5. Section III - Information regarding eligibility. i. Letter of transmittal. 24 ii. Financial information - Form A 25 iii. Form of banker’s certificate - Form B 26 iv. Details of all works of similar class - Form C 27 v. Performance report on work completed - Time overrun - Form D 28 vi. Performance report of works - Quality - Form E 29 vii. Structure and organization - Form F 30-31 viii. Details of technical and admn. Personnel - Form G 32 ix. Details of construction plant & equipment - Form H 33-35 x. Affidavit regarding non black listing - Form J 36 xi. Criteria for evaluation of the performance of contractors for pre-

Eligibility. 37-38

xii. Integrity Pact & Agreement 39-45 xiii. Form of Earnest Money Deposit (Bank Guarantee Bond) 46 xiv. Form Of Performance Security (Bank Guarantee Bond) 47-48

Certified that this Eligibility bid document contains total 48 pages.

Assistant Engineer Executive Engineer IISER TVM Project SubDivision-1 IISER TVM Project Division - 1 Thiruvananthapuram Thiruvananthapuram

Page 3: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT OFFICE OF THE CHIEF PROJECT MANAGER

IISER TVM PROJECT ZONE

PART - I ELIGIBILITY BID

Name of work : Construction of Civil Structures and other Infrastructure facilities for

Residential area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: 5 Nos. Housing Blocks (C1, C2, C3, D1 & D2), Roads, Overhead tank -III, Substation Building-III including Internal and External Civil & Electrical services, Fire fighting, Lifts, Solar water heating system and Site development- (Balance work).

Estimated cost (composite) : Rs. 748294174/-

[Civil : Rs. 601340999/-+ Electrical : Rs. 146953175/-]

Page 4: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

1

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

INVITATION OF BIDS ON TWO BID SYSTEM [(i) Eligibility Bid, (ii) Financial Bid)]

1. The Executive Engineer, IISER TVM Project Division - 1, CPWD, Melethumele, Vattiyoorkavu P.O. Thiruvananthapuram-695013, invites on behalf of the President of India online percentage rate composite bids from firms/contractors of repute in two bid system [(i) Eligibility bid & (ii) Financial bid] for the following work :

Sl

. No.

NIT

No. Name of

work & Location

Es

timat

ed c

ost p

ut to

bid

Earn

est M

oney

Tim

e Pe

riod

Last

dat

e &

time

for

subm

issi

on o

f bi

d

(Elig

ibili

ty B

id &

Fin

anci

al

bid)

Last

dat

e an

d tim

e fo

r su

bmitt

ing

Phys

ical

EM

D in

orig

inal

Da

te &

Tim

e o

f ope

ning

of

Elig

ibili

ty b

id

Tim

e Pe

riod

allo

wed

for

subm

issi

on o

f orig

inal

s of

al

l the

sca

nned

and

up

load

ed d

ocum

ents

ex

cept

EM

D as

spe

cifie

d in

NIT

by

the

low

est

bidd

er.

1 2 3 4 5 6 7 8 9 10 1

05/C

PM I

ISER

TVM

PZ/

2015

-16

Construction of Civil Structures and other Infrastructure facilities for Residential area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: 5 Nos. Housing Blocks (C1, C2, C3, D1 & D2), Roads, Overhead tank -III, Substation Building-III including Internal and External Civil & Electrical services, Fire fighting, Lifts, Solar water heating system and Site development- (Balance work).

Rs.

74,8

2,94

,174

/- [C

ivil

: Rs.

60,

13,4

0,99

9/- +

El

ectri

cal:

Rs. 1

4,69

,53,

175/

-]

Rs. 8

4829

42/-

24 (T

wen

ty fo

ur) M

onth

s

11.0

1.20

16 u

p to

3.0

0 PM

13.0

1.20

16 u

p to

4.0

0 PM

14.0

1.20

16 a

fter 4

.00

PM

Within a week of opening of the Financial

bid in the office of tender

opening authority.

** To be filled by the EE

2. Contractors who fulfill the following requirements shall be eligible to apply. (a) Should have satisfactorily completed the works as mentioned below during the

last Seven years ending previous day of last date of submission of tenders.

Page 5: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

2

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

(i) Three similar works each costing not less than Rs. 2995 lakhs, or two similar works each costing not less than Rs. 4490 lakhs or one similar work costing not less than Rs. 5990 lakhs and;

(ii) One completed work of any nature (either part of (i) above or separately) costing not less than Rs. 2995 lakhs with any Central or State Government Department/ Autonomous Body/Public Sector Undertaking/City Development Authority/ Municipal Corporation formed under any Act of Central/State Government and published in Central/State Gazette. “Similar work” shall means “RCC framed structure Building work comprising of Civil work items necessary to complete the building including water supply, sanitary installations & drainage work and internal Electrical Installations”.

The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum; calculated from the date of completion to last date of receipt of bid.

(b) Should have had Average Annual Financial Turnover (Gross) not less than Rs. 7482.94 lakhs on construction works during the last three financial years ending 31st March, 2015 (Scanned copy of the certificates from Chartered accountant to be uploaded).

(c) Should not have incurred any loss in more than two years during the immediate last five consecutive financial years ending 31st March 2015 duly audited and certified by the Charted Accountants.

(d) Should have a solvency of Rs. 2995 Lakhs certified by the Bankers (Scanned copy of original solvency to be uploaded).

3. (i) Joint ventures/ consortium and special purpose vehicles are not eligible.

(ii) Firms/Contractors whose contract is rescinded during the last seven years ending previous day of last date of submission of tender are not eligible.

(iii) Firms/Contractors who are black listed and/or debarred are not eligible.

4. The intending bidder must read the terms and conditions of CPWD-6 carefully. The intending bidder should submit his/their bid only if she/he/they considers himself/themselves eligible and she/he/they is/are in possession of all the documents required.

5. “Information and Instructions, for bidders” posted on website shall form part of bid documents.

6. Bid documents consisting of plans, specifications, schedule of quantities of various types of items of works to be executed and set of terms and conditions of the contract to be complied with and other necessary documents can be seen and downloaded from website www.tenderwizard.com/cpwd free of cost.

Page 6: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

3

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

7. Bid can be submitted only after

(i) Depositing processing fee in favour of M/s ITI limited through their e-gate way by credit/debit card, Internet Banking or RTGS/NEFT facility.

(ii) Uploading the mandatory scanned documents such as Demand Draft or Pay order or Banker’s Cheque or Deposit at call Receipt or Fixed Deposit Receipts and Bank Guarantee of any Scheduled Bank towards EMD drawn in favour of The Executive Engineer , Trivandrum Central Division, CPWD, Thiruvananthapuram and other documents as specified in the NIT.

The Contractors already registered on the e-tendering portal will have option to continue by paying tender processing fee up to one year from the date of registration, or to switch over to (new) registration without tender processing fee any time. All new registrations from 01.04.2015 will be without tender processing fee.

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

9. The intending bidder must have valid Class-III digital signature to submit the bid.

10. On opening date, the contractor can login and see the bid opening process. After opening of bids he will receive the competitor bid sheets.

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

12. Certificate of Financial Turnover: At the time of submission of bid, contractor may upload Affidavit/Certificate from Chartered Accountant mentioning Financial Turnover of last 5 (five) years and further details if required may be asked from the contractor after opening of Eligibility bid. There is no need to upload entire voluminous balance sheet.

13. Pre-Bid conference shall be held in the chamber of Chief Project Manager, IISER TVM Project Zone, CPWD, Melethumele, Trivandrum at 11.30 AM on 31.12.2015 to clear doubt, if any, of intending bidders. If further pre bid conferences are required for complete and effective interactions, the date and time of same will be communicated at the end of the pre bid meeting.

14. Eligibility bids of the intending bidders who have submitted Physical EMD, in original by the due date of submission, shall be opened first on the due date and time as mentioned above. The date and time of opening of Financial bid of contractors who qualify in the Eligibility Bid shall be communicated to them at a later date after evaluation of Eligibility bid.

15. The Department reserves the right to reject any prospective Applications/ bids without assigning any reason thereof and to restrict the list of qualified contractors to any number deemed suitable by it, if too many bids/applications satisfying the laid down criteria are received.

Page 7: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

4

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

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

i) Treasury Challan / Demand draft/ Pay order or Banker’s cheque / Deposit at call receipt/ FDR/ Bank guarantee of any Schedule bank against EMD.

ii) Enlistment order of the Contractor if he is a registered contractor iii) Letter of transmittal. iv) Certificate of Financial Turnover from Chartered Accountant. (Form “A”) v) Solvency Certificate from Bank.(Form “B”) vi) Certificates of Work Experience. (Form “C”, “D” & “E”) vii) Structures and details of organization (Form “F”)

viii) Details of Technical and administrative Personal (Form “G”) ix) Details of Construction equipments. (Form “H”) x) Proof of no Loss suffered. xi) Notarized Affidavit of ‘Non-black listing’ by State/Central departments/

PSU/Autonomous bodies on non judicial stamp paper of value Rs.100/-(Form “J”).

xii) An under taking that “The all documents required to be submitted as per NIT condition (except Physical EMD which is submitted in original before opening of Eligibility bid) shall be deposited by me/us with the Executive Engineer calling the tender within a week of the opening of Financial bid in case I/we become the lowest tenderer, failing which the department may reject the tender and also take action to withdraw my/our enlistment.”

xiii) Two affidavits as per clause 1.2.2(i) and 1.2.2(ii) of CPWD-6 on non-judicial stamp paper of value Rs 200/- each.

xiv) If the bidder is a firm in partnership, the bid shall be signed by all the partners of the firm above their full typewritten names and current addresses or alternatively by a partner holding power of attorney for the firm. In the later case a certified true copy of the power of attorney should also be scanned and uploaded. In both cases a certified copy of the partnership deed and current address of all the partners of the firm should accompany the bid.

xv) 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 bid accompanied by a copy of the power of attorney. The bidder should also upload a copy of the Memorandum of Articles of Association duly attested by a Public Notary.

Executive Engineer IISER TVM Project Division - 1

CPWD, Trivandrum

Page 8: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

5

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

CPWD-6 GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT NOTICE INVITING TENDER

1. Online percentage rate composite bids in two bid system [Eligibility bid & Financial bid] are invited on behalf of President of India from firms/contractors of repute for the work of: Construction of Civil Structures and other Infrastructure facilities for Residential area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: 5 Nos. Housing Blocks (C1, C2, C3, D1 & D2), Roads, Overhead tank -III, Substation Building-III including Internal and External Civil & Electrical services, Fire fighting, Lifts, Solar water heating system and Site development- (Balance work).

1.1 The work is estimated to cost Rs. 748294174/- [Civil : Rs. 601340999/-+ Electrical : Rs. 146953175/-]. This estimate, however, is given merely as a rough guide.

1.1.1 The authority competent to approve NIT for the combined cost and belonging to the major discipline will consolidate NITs for calling the bids. He will also nominate Division which will deal with all matters relating to the invitation of bids.

The eligibility of bidders will correspond to the combined estimated cost of different components put to bid.

1.1.2 Joint ventures consortium and special purpose vehicles are not eligible.

1.1.3 Firms/Contractors whose contract is rescinded during the last seven years ending previous day of last date of submission of tender are not eligible.

1.1.4 Firms/Contractors who are black listed and/or debarred are not eligible.

1.2 Intending bidder is eligible to submit his bid provided he has definite proof from the appropriate authority, which shall be to the satisfaction of the competent authority, of having satisfactorily completed similar works of magnitude specified below :-

Criteria of eligibility for CPWD as well as Non-CPWD contractors.

1.2.1 (i) Three similar works each of value not less than Rs. 2995 lakhs or two similar works each of value not less than Rs. 4490 lakhs or one similar work of value not less than Rs. 5990 lakhs satisfactorily completed in last 7 years ending previous day of the last date of submission of bid.

AND (ii) One completed work of any nature (either part of (i) above mentioned similar

works or a separate one) costing not less than Rs. 2995 lakhs with any Central Government Department/State Government Department/Central Autonomous Body/State Autonomous Body/Central Public Sector Undertaking/State Public Sector Undertaking City Development Authority/ Municipal Corporation of City

Page 9: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

6

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

formed under any Act by Central/State Government and published in Central/State Gazette. For this purpose: “Similar work” shall means “RCC framed structure Building work

comprising of Civil work items necessary to complete the building including water supply, sanitary installations & drainage work and internal Electrical Installations”. “Cost of work” shall mean “Gross value of the completed work including the cost of materials supplied by the Government/Client, but excluding those supplied free of cost”. This should be certified by an Officer not below the rank of Executive Engineer / Project Manager or equivalent concerned. Bidders are required to submit TDS Certificates in Form 16-A, in case the similar works are executed for a private body, which shall form basis for establishing the completion cost of similar work executed by the bidder.

The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum; calculated from the date of completion to last date of receipt of bid. 1.2.2 To become eligible for submission of bid, the bidders shall have to furnish affidavit in non-judicial stamp paper worth of Rs 200/- each as under:- (i) I/We undertake and confirm that eligible similar works(s) has/have not been

got executed through another contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then I/we shall be debarred from bidding in CPWD in future forever. Also, if such a violation comes to the notice of Department before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee. (Scanned copy of the affidavit to be uploaded at the time of submission of bid.)

(ii) I/We undertake and confirm that I/We have not abandoned any of the work entrusted to me /us nor any of the work entrusted to me/us have been rescinded by any of the Central /State Govt Departments, Undertakings, Autonomous institutions, Agencies, Societies, Enterprises and Companies during last 7 (seven) years ending previous day of last date of submission of bid (scanned copy of the affidavit to be uploaded at the time of submission of bid).

1.2.3 The bidder should have had average annual financial turnover (gross) of Rs. 7482.94 lakhs on construction works during last three consecutive financial years, duly certified and audited by the Chartered Accountant. Year in which no Turnover is shown would also be considered for working out the average.

1.2.4 The bidder should not have incurred any loss in more than two years during the immediate last five consecutive financial years, duly certified by the Chartered Accountant.

Page 10: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

7

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

1.2.5 The bidding capacity of the contractor should be equal to or more than the estimated cost of the work put to Tender. The bidding capacity shall be worked out by the following formula:

Bidding Capacity = [AxNx1.5] - B

Where,

A = Maximum turnover in construction works executed in any one year during the last five years taking into account the completed as well as works in progress. The value of completed work shall be brought to current costing level by enhancing it at simple rate at 7% per annum.

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

B = Value of existing commitments and ongoing works to be completed during the period of completion of work for which bids have been invited.

1.2.6 The bidder should have a solvency of Rs. 2995 lakhs certified by his Bankers.

1.2.7 The bidder should own construction equipment as per list required for proper and timely execution of the work or else, he should certify that he would be able to manage the equipment by hiring etc. and submit the list of firms from whom he proposes to hire.

1.2.8 The bidder should have sufficient number of Technical and Administrative employees for proper execution of the contract. The bidder should submit a list of these employees stating clearly how these would be involved in this work.

1.2.9 The bidder’s performance for each work completed in the last seven years should be certified by an officer not below the rank of Executive Engineer or equivalent.

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

3. The time allowed for carrying out the work will be 24 (Twenty four) Months from the date of start as defined in schedule ‘F’ or from the first date of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the bid documents.

4. i) The site for the work is available. OR

The site for the work shall be made available in parts as specified below:- …………………………………………………………………………………………

ii) The architectural and structural drawings for the work is available.

Page 11: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

8

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

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

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

various types of items to be executed and the set of terms and conditions of the contract to be complied with and other necessary documents except Standard General Conditions of Contract Form can be seen on website www.tenderwizard.com/cpwd free of cost.

Plans can also be seen in the office of Executive Engineer, IISER TVM Project Division- 1, CPWD, Thiruvananthapuram. The standard publications like General conditions of works and Delhi Schedule of Rates (for civil and electrical) with amendments/ correction slips can be seen free of cost from website www.cpwd.gov.in.

6. After submission of the bid the contractor can re-submit revised bid any number of times but before last time and date of submission of bid as notified.

7. While submitting the revised bid, contractor can revise the rate of one or more item(s) any number of times (he need not re-enter rate of all the items) but before last time and date of submission of bid as notified.

8. When bids are invited in two/three stage/bid/envelope system and if it is desired and requested to submit revised financial bid then it shall be mandatory for the bidder to submit revised financial bid. If not submitted then the bid submitted earlier shall become invalid.

9

9.1 Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker’s Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour of Executive Engineer, Trivandrum Central Division, CPWD, Trivandrum) shall be scanned and uploaded to the e-Tendering website within the period of bid submission and the original should be deposited in office of Executive Engineer, IISER TVM Project Division- I, Trivandrum within the time period specified before opening tenders by all the intending bidders failing which their tender shall not be opened.

A part of earnest money is acceptable in the form of bank guarantee also. In such case, 50% of earnest money or Rs. 20 lakh, whichever is less, will have to be deposited in shape prescribed above, and balance in shape of Bank Guarantee of any scheduled bank which is to be scanned and uploaded by the intending bidders.

Amount of EMD can be paid by multiple demand draft /pay order / banker’s cheque / deposit at call receipt / Fixed deposit receipts along with multiple bank guarantees of any scheduled bank if EMD is also acceptable in the form of Bank guarantee.

Bank Guarantee of any scheduled bank should be valid for a period of 6 (six) months which is to be scanned and uploaded by the intending bidders.

Page 12: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

9

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

The intending bidder has to fill up all the details such as Banker’s name, Demand draft/ Fixed deposit Receipt Pay Order/ Banker’s Cheque / Bank Guarantee number, amount and date.

All the document in original (except The Physical EMD which is submitted already in original) should be deposited by the lowest bidder within a week after opening of Financial bid failing which the tender shall be rejected and the enlistment of the agency shall be withdrawn by the enlisting authority.

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

“The all documents required to be submitted as per NIT condition (except Physical EMD which is submitted in original before opening of Eligibility bid) shall be deposited by me/us with the Executive Engineer calling the tender within a week of the opening of Financial bid in case I/we become the lowest tenderer, failing which the department may reject the tender and also take action to withdraw my/our enlistment.”

9.2 Intended contractor who wish to participate in the bid has also to make following payments within the period of bid submission.

(i) e-Tender Processing Fee-Rs.5700/-** if registration with tender

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

9.3 Copy of Enlistment Order and certificate of Work experience and other documents as specified in the invitation of bid shall be scanned and uploaded within the period of bid submission. However, certified true copy of all the scanned and uploaded documents as specified in “invitation of bid” shall have to be submitted along with physical original EMD [of the scanned copy of EMD uploaded] within a week physically in the office of tender opening authority by the lowest bidder.

9.4 Online bid documents of only those bidders shall be opened who have deposited e-Tender Processing Fee with M/s ITI limited, Uploaded the scanned copy of EMD and other documents as specified in the NIT and are found in order and submitted Physical EMD in original within the time specified.

The bid submitted shall be opened after 4.00PM on 14-01-2016 10 10.1 The bid submitted shall become invalid and cost of bid and e-Tender

processing fee shall not be refunded if: (i) The bidder is found ineligible.

Page 13: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

10

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

(ii) The bidder does not upload all the documents as stipulated in the bid document including the undertaking about deposition of original documents.

(iii) The bidder does not submit the Physical EMD in original within the time specified before opening of tender.

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

(v) Bids on which any of the prescribed conditions is not fulfilled or any condition including that of conditional rebate is put forth by the bidders.

(vi) The lowest bidder does not deposit all the original documents (except those original documents already submitted) within a week of opening of tender.

(vii) The bidder hide and not furnished the performance of work as per NIT condition.

10.2 In case any discrepancy is noticed between the documents as uploaded at the time of submission of the bid online and hard copies and originals as submitted physically in the office of Executive Engineer, then the bid submitted shall become invalid and the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further, the tenderer shall not be allowed to participate in the retendering process of the work.

10.3 After opening of the eligibility bid, the deficiencies found in the bid of each bidder vis a vis requirements as per NIT will be communicated to individual bidders by Speed Post and/or by email with a request to furnish required documents within one week of receipt, and if the bidder failed to furnish the requisite document /details within the time limit specified, it will be presumed that the individual bidder do not have any further documents to furnish and decision on bids will be taken accordingly.

11. The contractor whose bid is accepted will be required to furnish performance guarantee of 5% (Five Percent) of the bid amount within the period specified in Schedule F. This guarantee shall be in the form of cash (in case guarantee amount is less than Rs. 10000/-) or Deposit at Call receipt of any scheduled bank/Banker’s cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay order of any Scheduled Bank of any scheduled bank (in case guarantee amount is less than Rs. 1,00,000/-) or Government Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance with the prescribed form. In case the contractor fails to deposit the said performance guarantee within the period as indicated in Schedule ‘F’, including the extended period if any, the Earnest Money deposited by the contractor shall be forfeited automatically without any notice to the contractor. The Earnest Money deposited along with bid shall be returned after receiving the aforesaid performance guarantee.

The contractor whose bid is accepted will also be required to furnish either copy of applicable licenses/registrations or proof of applying for obtaining labour licenses, registration with EPFO, ESIC and BOCW Welfare Board and Programme Chart (Time and Progress) within the period specified in Schedule F.

Page 14: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

11

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

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

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

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

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

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

17. No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering or Administrative duties in an Engineering Department of the Government of India is allowed to work as a contractor for a period of one year after his retirement from Government service, without the prior permission of the Government of India in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found any time to be such a person who had not obtained

Page 15: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

12

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

the permission of the Government of India as aforesaid before submission of the bid or engagement in the contractor’s service.

18. The bid for the works shall remain open for acceptance for a period of ninety (90) days from the date of opening of Eligibility bid, if any bidder withdraws his bid before the said period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the bid which are not acceptable to the department, then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the bidders shall not be allowed to participate in the rebidding process of the work.

19. This notice inviting Bid shall form a part of the contract document. The successful bidder/contractor, on acceptance of his bid by the Accepting Authority shall within 15 days from the stipulated date of start of the work, sign the contract consisting of:- a) The Notice Inviting Bid, all the documents including additional conditions,

specifications and drawings, if any, forming part of the bid as uploaded at the time of invitation of bid and the rates quoted online at the time of submission of bid and acceptance thereof together with any correspondence leading thereto.

b) Standard C.P.W.D. Form 7 or other Standard C.P.W.D. Form as applicable. 20. For Composite Bids

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

20.1.2 The bid document will include following three components: Part A: CPWD-6, CPWD-7 including schedule A to F for the major component of the work, Standard General Conditions of Contract for CPWD 2014 amended upto DG/CON 290 dt: 09.11.2015. Part B: General conditions, special conditions, specifications of major component of work. Part C: Schedule A to F for minor component of the work. General conditions, special conditions, specifications of minor component of work. Part D: Schedule of major component of the work and schedule of minor component of the work.

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

20.1.4 (i) The eligible bidders shall quote overall percentage above or below of the composite amount of estimated cost put to tender only.

(ii) The percentage quoted shall be written both in figures and words. 20.1.5 The tender submitted shall be treated as invalid if :- (i) The contractor does not quote percentage above/below on the total amount of

estimated cost of work put to tender.

Page 16: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

13

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

(ii) The percentage above/below is not quoted in figures & words both on the total amount of estimated cost of work put to tender.

(iii) The percentage quoted above/below is different in figures and in words.

20.1.6 Tenders, which propose any alteration in the work specified in the NIT, in the form or document of invitation to tender, or in the time allowed for carrying out the work, or which contain any other conditions of any sort whatsoever including conditional rebates, will be summarily rejected.

20.1.7 In case the lowest tendered percentage or amount of two or more contractors is same, such lowest bidders will be asked to submit sealed revised offer in the form of letter mentioning percentage above/below on estimated cost of tender including all sub sections/sub heads as the case may be, but the revised percentage quoted above/below on the estimate cost put to tender should not be higher than the tendered percentage quoted at the time of original (initial) submission of tender. The lowest tender shall be decided on the basis of revised offers submitted by them.

If the revised tendered percentage of two or more contractors received in revised offer is again found to be equal, the lowest tender, among such contractors, shall be decided by draw of lots in the presence of SE in the circle, EEs-in-charge- of major and minor component(s) (also DDH in case Horticulture work is also included in the tender), EE(P)or EE(HQ) of the circle & the lowest contractors those who have quoted equal amount/percentage in their tenders. In case any of such contractor refuses to submit revised offer, then it shall be treated as withdrawal of his tender before acceptance and 50% of earnest money shall be forfeited. In case all the lowest bidders those who have quoted same tendered amount or percentage, refuse to submit revised offers, then tenders shall be recalled after forfeiting 50% of EMD of each of those bidders.

Bidders/Contractor(s), whose earnest money is forfeited because of non-submission of revised offer, shall not be allowed to participate in the re-tendering process of the work.

20.1.8 In case of Percentage Rate Tenders, percentage quoted shall be considered. Any tender containing item rates is liable to be rejected. Percentage quoted by the contractor in percentage rate tender shall be accurately filled in figures and words, so that there is no discrepancy.

20.1.9 In Percentage Rate Tender, the tenderer shall quote overall percentage below/above (in figures as well as in words) at which he will be willing to execute the work. He shall also work out the total amount of his offer and the same should be written in figures as well as in words in such a way that no interpolation is possible.

20.1.10 The percentage quoted shall not be beyond two decimal. 20.1.11 After acceptance of the bid by competent authority, the EE-in-charge of major

component of the work shall issue letter of award on behalf of the President of India. After the work is awarded, the main contractor will have to enter into one agreement with EE in charge of major component and has also to sign two or more copies of agreement depending upon number of EE/DDH in charge of minor components. One such signed set of agreement shall be handed over to EE/DDH in charge of minor component(s). EE of major component will operate

Page 17: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

14

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

Part A, Part B and schedule of quantity of major component under Part D of the agreement. EE/DDH in charge of minor component(s) shall operate Part C along with Part A and schedule of quantity of minor component under Part D of the agreement.

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

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

20.1.14 The main contractor has to associate agency(s) for minor component(s) conforming to eligibility criteria as defined in the bid document and has to submit detail of such agency(s) to Engineer-in-charge of minor component(s) within prescribed time. Name of the agency(s) to be associated shall be approved by Engineer-in-charge of minor component(s).

20.1.15 In case the main contractor intends to change any of the above agency/agencies during the operation of the contract, he shall obtain prior approval of Engineer-in-charge of minor component. The new agency/agencies shall also have to satisfy the laid down eligibility criteria. In case Engineer-in-charge is not satisfied with the performance of any agency, he can direct the contractor to change the agency executing such items of work and this shall be binding on the contractor.

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

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

20.1.18 (A)The composite work shall be treated as complete when all the components of the work are complete. The completion certificate of the composite work shall be recorded by Engineer-in-charge of major component after record of completion certificate of all other components. (B)Final bill of whole work shall be finalized and paid by the EE of major component. Engineer(s)-in-charge of minor component(s) will prepare and pass the final bill for their component of work and pass on the same to the EE of major component for including in the final bill for composite contract.

20.1.19 Specialized works shall be got executed only through associated agencies specialized in these fields. Engineer-in-charge shall define list of specialized work.

Executive Engineer IISER TVM Project Division - 1

CPWD, Trivandrum

Page 18: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

15

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

SECTION - I

BRIEF PARTICULARS OF THE WORK

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

Name of work : Construction of Civil Structures and other Infrastructure facilities for Residential area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: 5 Nos. Housing Blocks (C1, C2, C3, D1 & D2), Roads, Overhead tank -III, Substation Building -III ,including Internal and External Civil & Electrical services, Fire fighting, Lifts, Solar water heating system and Site development- (Balance work).

Estimated cost : Rs. 748294174/- [Civil : Rs. 601340999/-+ Electrical : Rs. 146953175/-] Period of completion: 24 (Twenty four) months

2. The work site is situated at IISER Campus at Vithura about 55 km away from Trivandrum City in Kerala state.

Scope of work is balance works under Phase I construction of Residential area in IISER Campus Vithura which includes construction and balance works of construction of 5 Nos. Housing Blocks (C1, C2, C3, D1 & D2), Roads, Overhead tank -III, Substation Building-III, including Internal and External Civil & Electrical services, Fire fighting, Lifts, Solar water heating system and Site development- (Balance work). 3. General features and major components of work are as under:-

Residential Blocks C1 : Seven storeyed RCC framed Structure and at different levels

accommodating 16 housing units -RCC slab casted upto +1 level.

C2 : Seven storeyed RCC framed Structure and at different levels accommodating 16 housing units - Columns casted in -2 level.

C3 : Seven storeyed RCC framed Structure and at different levels accommodating 16 housing units – Slab casted in + 2 level of one wing and +4 level of second wing.

D1 : Eight storeyed RCC framed Structure and at different levels accommodating 16 housing units – RCC footings partly done.

D2 : Eight storeyed RCC framed Structure and at different levels accommodating 16 housing units – RCC footings partly done.

Over Head Tank-III

: RCC framed structure 20 m staging height and 1.50 lakhs litre capacity. RCC foundation completed.

Substation-III : Single storeyed RCC framed Structure – New work.

Page 19: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

16

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

Above details and status are only indicative but not exhaustive. The intending bidder shall inspect the site and fully acquaint with nature and quantum of work and site condition and assess and satisfy themselves before quoting and submission of his/their bid. No claim on this account shall be entertained by the Department.

The intending bidder shall also inspect and ascertain and satisfy themselves with the conditions of materials available at IISER Campus stipulated for issue, before submission of their bid. 4. The building is targeted for 4 Star GRIHA rating. In order to secure this rating,

a high degree of responsibility and cooperation is necessary from the contractors. All materials and systems used in the project are intended to maximize energy efficiency for operation of Project throughout service life (substantial completion to ultimate disposition – reuse, recycling, or demolition) with an emphasis on top quality. Materials and systems are to maximize environmentally-benign construction techniques, including construction waste recycle, reusable delivery packaging, and reusability of selected materials. All vendors / contractors must adhere to best practices related to Green Buildings. Nothing extra on this account shall be payable.

5. Work shall be executed according to: (i) GCC 2014 (General condition for CPWD Work – CPWD Form 7) amended and corrected upto DG/CON/290 dated 09.11.2015

(ii) CPWD Specification 2009 volume I & II with upto date correction slips, General conditions of contract, special conditions, particular specification etc. specified in the contract.

(iii) CPWD General Specification for Electrical works Part – Internal 2013, with up to date correction slips General conditions of contract, special conditions, particular specification etc. specified in the contract.

Page 20: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

17

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

SECTION-II INFORMATION & INSTRUCTION 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 bidder shall quote overall percentage below/above (in figures as well as in words) at which he will be willing to execute the work. He shall also work out the total amount of his offer and the same should be written in figures as well as in words in such a way that no interpolation is possible.

1.4 Overwriting should be avoided. Correction, 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 contractor should also be numbered by him. They should be submitted as a package with signed letter of transmittal.

1.5 References, information and certificates from the respective clients certifying suitability, technical knowledge or capability of the bidder should be signed by an officer not below the rank of Executive Engineer or equivalent.

1.6 The bidder should not have been black listed and/or debarred by any State/Central Department or PSU or Autonomous bodies. The applicant must submit a duly notarized affidavit to this effect in form ‘J’ in Rs. 100/- stamp paper as specified in under Section III and scanned copy of the same shall be uploaded at the time of tendering. Applications received without this declaration in original shall stand automatically rejected.

1.7 The bidder may furnish any additional information which he thinks 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 opening of Eligibility Bids unless it is called for by the Employer.

Page 21: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

18

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

1.8 After opening of the Eligibility bid, Executive Engineer shall prepare a list of deficiencies if any found in the bids of each bidder vis-à-vis requirements as per NIT and send the lists to individual bidders by Speed Post/e-mail with a request to furnish required documents within one week of receipt, and if the bidder fail to submit the requisite documents and details within the said time limit fixed by EE it will be presumed that the individual bidder do not have any further documents to furnish and decision on bids will be taken accordingly.

1.9 Any information furnished by the bidder found to be incorrect either immediately or at a later date, would render him liable to be debarred from tendering/ taking up of work in CPWD. If such bidder happens to be enlisted contractor of any class in CPWD, his name shall also be removed from the approved list of contractors.

2.0 DEFINITIONS 2.1 In this document the following words and expressions have the meaning hereby

assigned to them. 2.2 Employer: Means the President of India, acting through the Executive Engineer,

IISER Project Division - I, CPWD, Trivandrum. 2.3 Bidder : Means the individual, proprietary firm, firm in partnership, limited

company private or public or corporation. 2.4 “Year” means “financial year” unless stated otherwise. 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 typewritten names and current addresses or alternatively by a partner holding power of attorney for the firm. In the later case a certified true copy of the power of attorney should also be scanned and uploaded to the e-tendering website. 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 upload a copy of the Memorandum of Articles of Association duly attested by a Public Notary.

4.0 FINAL DECISION MAKING AUTHORITY The employer reserves the right to accept or reject any bid and to annul the process and reject all bids at any time, without assigning any reason or incurring any liability to the bidders.

5.0 PARTICULARS PROVISIONAL The particulars of the work given in Section-I are provisional. They are liable to

change and must be considered only as advance information to assist the bidder.

Page 22: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

19

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

6.0 SITE VISIT

The bidder is advised to visit the site of work and structures, 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 ELIGIBILTY

7.1 The Bidder should have satisfactorily completed during the last Seven years ending previous day of last date of submission of bid.

(i) Three similar works each costing not less than Rs. 2995 lakhs or two similar works each costing not less than Rs. 4490 lakhs or one similar work costing not less than Rs. 5990 lakhs,

and (ii) One completed work of any nature (either part of (i) above or a separate one)

costing not less than Rs. 2995 lakhs with any Central Government Department/State Government Department/Central Autonomous Body/ State Autonomous Body/Central Public Sector Undertaking/State Public Sector Undertaking City Development Authority/ Municipal Corporation of City formed under any Act by Central/State Government and published in Central/State Gazette. For this purpose:

“Similar work” shall means “RCC framed structure Building work comprising of Civil work items necessary to complete the building including water supply, sanitary installations & drainage work and internal Electrical Installations.

“Cost of work” shall mean “Gross value of the completed work including the cost of materials supplied by the Government/Client, but excluding those supplied free of cost”. This should be certified by an Officer not below the rank of Executive Engineer / Project Manager or equivalent.

Bidders are required to submit TDS Certificates in Form 16-A in case the similar works are executed for a private body which shall form basis for establishing the completion cost of similar work executed by the bidder.

The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum; calculated from the date of completion to last date of receipt of tenders.

7.2 At the time of bidding, the tenderer shall have to furnish an affidavit as under :

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

Page 23: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

20

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

(ii) I/We undertake and confirm that I/We have not abandoned any of the work entrusted to me /us nor any of the work entrusted to me/us have been rescinded by any of the Central /State Govt Departments, Undertakings, Autonomous institutions, Agencies ,Societies, Enterprises and Companies.

(iii) I/we undertake and confirm that our firm/partnership firm has not been blacklisted by any state/Central Departments/PSUs/Autonomous bodies during the last 7 years of its operations. Further that, if such an information comes to the notice of the department then I/we shall be debarred for bidding in CPWD in future forever. Also, if such an information comes to the notice of department on any day before date of start of work, the Engineer-in-charge shall be free to cancel the agreement and to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee(Scanned copy of this notarized affidavit to be uploaded at the time of submission of bid)

7.3 The bidder should have had average annual financial turnover (gross) of Rs. 7482.94 lakhs on civil/electrical construction works during the last available three consecutive financial years [may range from six to eighteen months] duly audited by a Chartered Accountant. Year in which no turnover is shown would also be considered for working out the average.

7.4 The bidder should not have incurred any loss in more than two years during immediate last five consecutive financial years, duly certified and audited by the Chartered Accountant.

7.5 The bidding capacity of the contractor should be equal to or more than the estimated cost of the work put to tender. The bidding capacity shall be worked out by the following formula. Bidding Capacity = [AxNx1.5] – B, where, A = Maximum turnover in construction works executed in any one year

during the last Five years taking into account the completed as well as works in progress. The value of completed work shall be brought to current costing level by enhancing at simple rate at 7% per annum.

N = Number of years prescribed for completion of work for which bids have been invited. B = Value of existing commitments and ongoing works to be completed during the period of completion of work for which bids have been invited.

7.6 The bidder should have a solvency of Rs. 2995 lakhs certified by his bankers. 7.7 The bidder should own constructions equipment as per list required for the

proper and timely execution of the work or else, he should certify that he would be able to manage the equipment by hiring etc., and submit the list of firms from whom he proposes to hire.

7.8 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.

Page 24: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

21

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

7.9 The bidder’s performance for each eligible works completed in the last 7 (seven) years and in hand should be certified by an officer not below the rank of Executive Engineer or equivalent.

8.0 EVALUATION CRITERIA 8.1 The details submitted by the bidders will be evaluated in the following manner.

8.1.1 The initial criteria prescribed in para 7.1 to 7.9 above in respect of experience of similar class of works completed, bidding capacity and financial turn over etc. will first be scrutinized and the bidder’s eligibility for the work will be determined.

8.1.2 The bidders qualifying the initial criteria as set out in para 7.1 to 7.9 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 A - Turnover 16 marks B - Solvency 4 marks

b) Experience in similar class of work during last seven years (Form C) Maximum 20 Marks

c) Performance on completed works (Form D) – Time overrun Maximum 20 Marks

d) Performance on completed works (Form E) – Quality Maximum 15 Marks

e) Personnel and Establishment (Form F & G) Maximum 10 Marks

f) Plant & equipment (Form H) Maximum 15 Marks Total 100 Marks

To become eligible for short listing the bidder must secure at least fifty percent marks in each 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.

8.2 Even though any bidder may satisfy the above requirements, he/they would be liable to disqualification if he/they has/have:

(a) Made misleading or false representation or deliberately suppressed the information in the forms, statements and enclosures required in the eligibility criteria document,

(b) Record of poor performance such as abandoning work, not properly completing

the contract, or financial failures/weaknesses etc.

Page 25: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

22

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

9.0 FINANCIAL INFORMATION

Bidder should furnish the following financial information: a) Annual financial statement for the last five years ending up to 31 March 2015

in (Form “A). This should be supported by audited balance sheets and profit and loss accounts duly certified by a chartered accountant, as submitted by the applicant to the income tax department (Form “A”).

b) Solvency certificate in (Form “B”).

10. 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”)

10.2 Particulars of completed works and performance of the bidder duly authenticated/certified by an officer not below the rank of Executive Engineer or equivalent should be furnished separately for each work completed or in progress in (Form E).

10.3 Information in Form D should be complete and no work should be left out.

10.4 The Bidder should submit certificate of satisfactory progress for works of value not less than 80% of on-going works from the Officer-in-charge of work not below the rank of Executive Engineer of concerned department to the satisfaction of Engineer-in-charge.

11. ORGANISATION INFORMATION Bidder is required to submit the information in respect of his organization in (Forms F & G).

12. CONSTRUCTION PLANT & EQUIPMENT

Bidder should furnish the list of construction plant and equipment including steel shuttering, centering and scaffolding to be used in carrying out the work in Form H. Details of any other plant & equipment required for the work not included in Form H and available with the applicant may also be indicated.

13. LETTER OF TRANSMITTAL

The bidder should submit the letter of transmittal attached with the document.

14. OPENING OF PRICE BID

After evaluation of eligibility bid, a list of short - listed agencies will be prepared. Thereafter the financial bids of only the qualified and technically acceptable bidders shall be opened at the notified time, date and place in the presence of the qualified bidders or their representatives. The financial bids shall remain valid for 90 days from the date of opening of Eligibility Bids.

Page 26: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

23

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

15

15.1 Credentials for the works submitted by the agency may, if required, be inspected, checked and verified physically by the Engineer-in-charge or his authorized representative or by an authorized committee constituted for the purpose and the agency will make necessary arrangement for local transport, arranging meeting with the client department etc.

16. AWARD CRITERIA

16.1 The employer reserves the right, without being liable for any damages or obligation to inform the bidder, to:

a) Amend the scope and value of contract to the bidder. b) Reject any or all the bids without assigning any reason.

16.2 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.

Page 27: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

24

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

SECTION – III INFORMATION REGARDING ELIGIBILITY

LETTER OF TRANSMITTAL To

The Executive Engineer, IISER TVM Project Division – 1 CPWD, Vattiyoorkavu P.O. Thiruvananthapuram

Sub : Submission of bids in two bid system for the work of Construction of Civil

Structures and other Infrastructure facilities for Residential area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: 5 Nos. Housing Blocks (C1, C2, C3, D1 & D2), Roads, Overhead tank -III, Substation Building -III ,including Internal and External Civil & Electrical services, Fire fighting, Lifts, Solar water heating system and Site development- (Balance work).

Sir, Having examined the details given in the bid document for the above work, I/ We hereby submit the relevant information.

1. I/ We hereby certify that all the statement made and information supplied in the enclosed forms A to J and accompanying statements 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, IISER TVM Project Division - 1, CPWD, Vattiyoorkavu P.O. Thiruvananthapuram to approach the bank issuing the solvency certificate to confirm the correctness thereof. I/We also authorize Executive Engineer, IISER TVM Project Division - 1, CPWD to approach individuals, employers, firms and corporation to verify our competence and general reputation.

4. I/We submit the certificates as per the form “E” in support of our suitability, technical knowledge and capability for having successfully completed the following works:- S.N. Name of work Amount Certificate issued

by 1. 2. 3.

and 5. Eligibility Documents and Earnest money amounting to Rs. 8482942/- in the

prescribed forms have been scanned and uploaded to concerned e-tendering web site and the originals / hard copy of same shall be physically submitted within one week to the EE after opening of financial bid, in case we become ‘L1’ tenderer.

6. Financial bid is submitted online. Enclosures: Seal of bidder Date of submission SIGNATURE(S) OF BIDDER(S)

Page 28: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

25

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

FORM ‘A’

FINANCIAL INFORMATION Name of the firm / contractor……………………………….: 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 Accountants, as submitted by the applicant to the Income Tax Department (Copies to be attached).

Fig in lakhs Rs. Sl. No.

Particulars Financial Years

2010- 2011

2011- 2012

2012- 2013

2013- 2014

2014- 2015

i) Gross Annual turnover on construction works

iii) 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 Chartered Accountant with Seal Signature of Bidder(s)

Page 29: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

26

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

FORM ‘B’

FORM OF BANKERS’ SOLVENCY CERTIFICATE FROM A SCHEDULED BANK

This is to certify that to the best of our knowledge and information that M/s./Shri……………………………………… having marginally noted address, a customer of our bank are / is respectable and can be treated as good for any engagement upto a limit of Rs. ………(Rupees………………………………………………………………………).

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

any of the officers.

(Signature) For the Bank

NOTE: (1) Bankers certificate should be on letter head of the Bank, sealed in cover addressed to Executive Engineer, IISER TVM Project Division - 1, CPWD, Vattiyoorkavu P.O. Thiruvananthapuram.

(2) In case of partnership firm, certificate should include names of all partners as recorded with the Bank.

(3) The certificate should not be more than 6 months old.

Page 30: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

27

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

FORM ‘C’

DETAILS OF ALL WORKS OF SIMILAR NATURE COMPLETED DURING THE LAST SEVEN YEARS ENDING NOVEMBER, 2015.

Name of the firm / contractor…………………………….

Sl. No.

Name of work /

project and location

Owner or sponsoring

organization

Cost of work in crores

Date of commencement as per contract

Stipulated date of

completion

Actual date of completion

Litigation/ arbitration

cases pending / in progress with details*

Name and Address

(Postal & E-mail) /

telephone number of officer to

whom reference

may be made

Remarks

1 2 3 4 5 6 7 8 9 10

*indicate gross amount claimed and amount awarded by the Arbitrator. Certified that the above list of works is complete and no work has been left out and that the information given is correct to my / our knowledge and belief.

SIGNATURE OF BIDDER(S)

Page 31: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

28

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

FORM ‘D’

PROJECTS UNDER EXECUTION OR AWARDED

Sl. No.

Name of work / project

and location

Owner or sponsoring organization

Cost of Work in crores

Date of commencement as per contract

Stipulated date of

completion

Upto date percentage progress of

work

Slow progress if any,

and reasons thereof

Name and Address (Postal

& E-mail) / telephone number of

officer to whom reference may

be made

Remarks

1 2 3 4 5 6 7 8 9 10

Certified that the above list of work is complete and no work has been left out and that the information given is correct to my knowledge and belief.

SIGNATURE OF BIDDER(S) WITH STAMP

Page 32: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

29

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

FORM ‘E’ PERFORMANCE REPORT OF WORKS TO BE CONSIDERED FOR ELIGIBILITY

1. Name of work / Project & Location

2. Agreement No.

3. Estimated Cost

4. Tendered Cost

5. Date of Start

6. Date of completion

i) Stipulated Date of Completion ( as mentioned in work order )

ii) Actual Date of Completion

7. Amount of compensation levied for delayed completion, if any

8. Amount of reduced rate items, if any.

9. Whether any litigation / arbitration case pending / in progress in respect of this work.

10. Performance Report

1) Quality of Work Very Good/Good/Fair/Poor 2) Financial Soundness Very Good/Good/Fair/Poor

3) Technical Proficiency Very Good/Good/Fair/Poor 4) Resourcefulness Very Good/Good/Fair/Poor

5) General Behaviour Very Good/Good/Fair/Poor 11 Remarks ( if any ):

Dated: Executive Engineer or

Equivalent Officer with stamp

Page 33: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

30

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

FORM ‘F’ STRUCTURE & ORGANISATION

1. Name & Address of the bidder

2. Telephone No. / Email id /Telex No./Fax No.

3. Legal status of the bidder (attach copies of original document defining the legal status).

a) An Individual b) A proprietary firm c) A firm in partnership

d) A limited company or Corporation

4. Particulars of registration with various Government bodies (attach attested photo-copy).

ORGANIZATION/PLACE OF REGISTRATION REGISTRATION No.

1.

2. 3.

5. Names and Titles of Directors & Officers with designation to be concerned with this work.

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

7. Was the bidder ever required to suspend construction for a period of more than six months continuously after commencing the construction? If so, given the name of the project and reasons of suspension of work.

8. Has the bidder, or any constituent partner in case of partnership firm, ever abandoned the awarded work before its completion? If so, give name of the project and reasons for abandonment.

Page 34: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

31

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

9. Has the bidder, or any constituent partner in case of partnership firm, ever been debarred/ black listed for tendering in any organization at any time? If so, give details.

10. Has the bidder, or any constituent partner in case of partnership firm, ever been convicted by a court of law? If so, give details.

11. In which field of Civil Engineering Construction the bidder has specialization and interest?

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

Signature of bidder(s) with stamp

Page 35: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

32

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

FORM ‘G’

DETAILS OF TECHNICAL & ADMINISTRATIVE PERSONNEL TO BE EMPLOYED FOR THE WORK

Sl. No.

Designation Total Number Number available for this work

Name Qualifications Professional/ Construction experience

and details of work carried

out

How these would be

involved in this work

Remarks

1 2 3 4 5 6 7 8 9

SIGNATURE OF BIDDER(S) WITH STAMP

Page 36: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

33

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

FORM 'H'

DETAILS OF CONSTRUCTION PLANT AND EQUIPMENT LIKELY TO BE USED IN CARRYING OUT THE WORK

S.No. Name of Equipment Nos Capacity or Type Age Condition Ownership status Current

location Remarks

Presently owned

Leased To be purchased

1 2 3 4 5 6 7 8 9 10 11 I Earth moving equipment

1 Excavators cum loader JCB 3D II Equipment for hoisting &

lifting 1 Tower crane 2 Builder's hoist

III

Equipment for concrete work

1 Digitalised Automatic concrete batching plant of minimum capacity 15 cum/hr Mini batching plant 6 cum/ hr

2 Concrete pump 3 Concrete transit mixer

Page 37: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

34

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

4 Concrete hopper mixer (diesel)

5 Concrete hopper mixer (electrical)

6 Needle vibrator (electrical) 7 Needle vibrator (petrol)

8 Plate vibrator (elect. / petrol)

IV Equipment for building

work

1 Block making machine

2 Bar bending machine

3 Bar cutting machine

4 Wood thickness plainer

5 Drilling machine

6 Welding generators

7 Cube testing machines

8 M.S pipes

9 Steel shuttering with

necessary props and adjustable telescopic span

10 Steel scaffolding and staging material

11 Grinding and polishing Machines

Page 38: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

35

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

V Equipment for transportation

1 Tippers

2 Trucks

VI Pneumatic equipment

1 Air compressor(diesel)

VII De-watering equipment

1 Pump(Diesel)

2 Pump(Electrical)

VIII Power equipment

1 Diesel generators

2 Any other plant/equipment

IX Equipment for Road work

1 Road rollers 2 Earth rammers

3 Vibratory Road Rollers 4 Bitumen paver 5 Hot mix plant 6 Spreaders

Signature of Bidder (s)

Page 39: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

36

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

FORM ‘J’

AFFIDAVIT

I/we undertake and confirm that our firm/partnership firm has not

been blacklisted and/or debarred by any state/Central Departments/PSUs/Autonomous bodies during the last 7 years of its

operations. Further that, if such an information comes to the notice of the department then I/we shall be debarred for bidding in CPWD in future

forever. Also, if such an information comes to the notice of department on any day before date of start of work, the Engineer-in-charge shall be free to

cancel the agreement and to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee (Scanned copy of this notarized affidavit to

be uploaded at the time of submission of bid)

NOTE: Affidavit to be furnished on a ‘Non-Judicial’ stamp paper worth Rs.100/-

Signature of Bidder(s) or an authorized Officer of the firm with stamp

Signature of Notary with seal

Page 40: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

37

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

CRITERIA FOR EVALUATION OF THE PERFORMANCE OF CONTRACTORS FOR PRE ELIGIBILITY

Attributes EVALUATION

(a) Financial strength (Form A&B) (20 marks) (i) Average annual 16 marks

turnover (ii) Solvency 4 marks

Certificate

(i) 60% marks for minimum eligibility

criteria (ii) 100% marks for twice the minimum

eligibility criteria or more In between (i) & (ii) – on pro-rata basis

(b) Experience in similar (20marks) class of works (Form C)

(i) 60% marks for minimum eligibility criteria

(ii) 100% marks for twice the minimum eligibility criteria or more In between (i) & (ii) – on pro-rata basis

(c) Performance on completed ( 20 marks) works (time over run) (Form D)

Parameter Calculation For points

Score Maximum (20 Marks)

If TOR = 1.00 2.00 3.00 >3.50

(i) Without levy of compensation

20 15 10 5

(ii) With levy of compensation

N.A. 5 0 -5

(iii) Levy of compensation not decided

N.A. 10 0 0

TOR = AT/ST, where AT=Actual Time; ST=Stipulated Time. Note: Marks for value in between the stages indicated above is to be determined by straight

line variation basis. (d) Performance of completed works (Quality)

(Form E) Maximum (15 marks)

(i) Very Good 15

(ii) Good 10

(iii) Fair 5

(iv) Poor 0

(e) Personnel and Establishment (Form F & G) Maximum (10 marks)

(i) Graduate Engineer 3 marks for each (upto max. 3 marks)

(ii) Diploma Holder Engineer 2 marks for each (upto max.4 marks)

(iii) Supervisory / Foreman 1 mark for each (upto max.3 marks)

Page 41: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

38

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

(f) Plant & Equipment (Form H) Maximum (15 marks)

(i) Digitalized automatic concrete Batch Mixing plant of minimum capacity 15 cum/hr

2 marks for each upto max. 4 marks

(ii) Mini Concrete Batch Mixing plant 6 cum/hr 1 mark for each upto max. 2 marks

(iii) Truck/Tippers 1 mark for each upto max 2 marks

(iv) Transit mixer 1 mark for each upto max 2 marks

(v) Steel shuttering with necessary props and adjustable telescopic span 1 mark for each 10000 sqm upto maximum 4 marks

(vi) Tower crane 2 marks for each upto max 4 marks

(vii) Building hoist 1 mark for each upto max. 2 marks

(viii) Excavator cum loader JCB 3D 1 mark for each upto max. 2 marks

(ix) Concrete Pump 1 mark for each upto max. 2 marks

(x) Block making machine 1 mark for each upto max. 2 marks

(xi) Steel scaffolding and staging material 1 mark for each 5000 Nos upto max. 2 marks

(xii) Air compressor 1 mark for each upto max. 1 mark

(xiii) Diesel / Electrical pumps 1 mark for each upto max. 1 mark

(xiv) Diesel Generator set 1 mark for each upto max. 1 mark

(xv) Plate and needle vibrator 1 mark for each upto max. 2 marks

(xvi) Bar bending machine/cutting machine. 1 mark for each upto max. 1 mark

(xvii) Wood thickness plainer 1 mark for each upto max. 1 mark

(xviii) Drilling machine 1 mark for each upto max. 1 mark

(xix) Welding Machine 1 mark for each upto max. 1 mark

(xx) Grinding and polishing machine 1 mark for each upto max. 1 mark

(xxi) Road rollers 1 mark for each upto max. 1 mark

(xxii) Earth rammers 1 mark for each upto max. 1 mark

(xxiii) Vibratory Road Rollers 1 mark for each upto max. 1 mark

(xxiv) Bitumen paver 1 mark for each upto max. 1 mark

(xxv) Hot mix plant 1 mark for each upto max. 1 mark

(xxvi) Spreaders 1 mark for each upto max. 1 mark

Page 42: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

39

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

INTEGRITY PACT To,

………………………..,

………………………..,

………………………..

Sub: NIT No.: 05/CPM IISER TVM PZ/2015-16 for the work “Construction of Civil

Structures and other Infrastructure facilities for Residential area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: 5 Nos. Housing Blocks (C1, C2, C3, D1 & D2), Roads, Overhead tank -III, Substation Building -III including Internal and External Civil & Electrical services, Fire fighting, Lifts,

Solar water heating system and Site development- (Balance work).”

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

Executive Engineer

Page 43: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

40

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

INTEGRITY PACT To,

The Executive Engineer, IISER TVM Project Division - 1, CPWD, Melethumele, Vattiyoorkavu P O Thiruvananthapuram – 695 013.

Subject: Submission of Tender for the work of Construction of Civil Structures and

other Infrastructure facilities for Residential area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: 5 Nos. Housing Blocks (C1, C2, C3, D1 & D2), Roads, Overhead tank -III, Substation Building -III including Internal and External Civil & Electrical services, Fire fighting, Lifts, Solar water heating system and Site development- (Balance work).

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)

Page 44: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

41

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

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, IISER TVM Project Division - 1, CPWD, Trivandrum (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/firm/Company) through.................................................................... (Hereinafter referred to as the (Details of duly authorized signatory)

“Bidder/Contractor” and which expression shall unless repugnant to the meaning or context here of include its successors and permitted assigns)

Preamble

WHEREAS the Principal/Owner has floated the Tender (NIT No . 05/CPM IISER TVM PZ/2015-16) (hereinafter referred to as “Tender/Bid”) and intends to award, under laid down organizational procedure, contract for Construction of Civil Structures

and other Infrastructure facilities for Residential area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: 5 Nos. Housing Blocks (C1, C2, C3, D1 & D2), Roads, Overhead tank -III, Substation Building -III including Internal and External Civil & Electrical services, Fire fighting, Lifts, Solar water heating system and Site development- (Balance work).

hereinafter referred to as the “Contract”. AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules, regulations, economic use of resources and of fairness/transparency in its relation with its Bidder(s) and Contractor(s). AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions of which shall also be read as integral part and parcel of the Tender/Bid documents and Contract between the parties. NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby agree as follows and this Pact witnesses as under: 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:

Page 45: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

42

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

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

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

(c) The Principal/Owner shall 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 the relevant IPC/PC Act. Further the Bidder(s)/Contract(s) will not use improperly, (for the purpose of competition or personal gain), or pass on to others, any information or documents provided by the Principal/Owner as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted Electronically.

d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses of agents/ representatives in India, if any. Similarly Bidder(s)/Contractor(s) of Indian Nationality shall disclose names and addresses of

Page 46: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

43

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

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

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

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

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

indulge in fraudulent practice means a willful misrepresentation or omission of facts or submission of fake/forged documents in order to induce public official to act in reliance thereof, with the purpose of obtaining unjust advantage by or causing damage to justified interest of others and/or to influence the procurement process to the detriment of the Government interests.

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

Article 3: Consequences of Breach

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

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

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

Page 47: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

44

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

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 employee or a representative or an associate of a Bidder or Contractor which constitutes corruption within the meaning of IPC 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 Subcontractors/ sub-vendors.

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

Bidders and Contractors. 3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed

Pact between the Principal/Owner and the bidder, along with the Tender or violate its provisions at any stage of the Tender process, from the Tender process.

Article 6- Duration of the Pact

This Pact begins when both the parties have legally signed it. It expires for the Contractor/ Vendor 12 months after the completion of work under the contract or till the continuation of defect liability period, whichever is more and for all other bidders, till the Contract has been awarded. If any claim is made/lodged during the time, the same shall be binding and continue to be valid despite the lapse of this Pacts as specified above, unless it is discharged/ determined by the Competent Authority, CPWD.

Page 48: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

45

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

Article 7- Other Provisions 1) This Pact is subject to Indian Law, place of performance and jurisdiction

is the Headquarters 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/Contact documents with regard any of the provisions covered under this Integrity Pact. IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place and date first above mentioned in the presence of following witnesses:

............................................................... (For and on behalf of Principal/Owner)

................................................................. (For and on behalf of Bidder/Contractor) WITNESSES: 1. .............................................. (signature, name and address)

2. ............................................... (signature, name and address) Place: Dated :

Page 49: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

46

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

Form of Earnest Money Deposit (Bank Guarantee Bond)

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

KNOW ALL PEOPLE by these presents that we ......................................... (name of bank) having our registered office at ................................... (hereinafter called "the Bank") are bound unto Executive Engineer, Trivandrum Central Division, CPWD, Thiruvananthapuram in the sum of Rs. ......................... (Rs. in words .................................................) for which payment well and truly to be made to the said Executive Engineer, Trivandrum Central Division, CPWD, Thiruvananthapuram 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 ………….. of tender; the Contractor withdraws, his tender during the period of validity of tender (including extended validity of tender) specified in the Form of Tender;

(2) If the contractor having been notified of the acceptance of his tender by the Executive Engineer, IISER TVM Project Division -1, CPWD, Thiruvananthapuram:

(a) Fails or refuses to execute the Form of Agreement in accordance with the Instructions to contractor, if required;

OR (b) Fails or refuses to furnish the Performance Guarantee, in accordance with the

provisions of tender document and Instructions to contractor, We undertake to pay to the Executive Engineer, Trivandrum Central Division, CPWD, Thiruvananthapuram either up to the above amount or part thereof upon receipt of his first written demand, without the Executive Engineer, Trivandrum Central Division, CPWD, Thiruvananthapuram having to substantiates his demand, provided that in his demand the Executive Engineer, Trivandrum Central Division, CPWD, Thiruvananthapuram 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 Executive Engineer, IISER TVM Project Division - 1, CPWD, Thiruvananthapuram, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee should reach the Bank not later than the above date. DATE ............. SIGNATURE OF THE BANK WITNESS .................. SEAL (SIGNATURE, NAME AND ADDRESS) *Date to be worked out on the basis of validity period of 6 months from last date of receipt of tender.

Page 50: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

47

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

FORM OF PERFORMANCE SECURITY (GUARANTEE)

BANK GUARANTEE BOND

In consideration of the President of India (here in after called “The Government”) having offered to accept the terms and conditions of the proposed agreement between …………………………………….. and …………………………………… (herein after called “the said Contractor(s)”) for the work………………………… (herein after called “the said agreement”) having agreed to production of an irrevocable Bank Guarantee for Rs………………… (Rupees………………………………………………..only) as a security / guarantee from the contractor(s) for compliance of his obligations in accordance with the terms and conditions in the said agreement.

1. We,……………………………………….(hereinafter referred to as “the Bank”) hereby undertake to pay to the Government an amount not exceeding Rs………………(Rupees………………………Only) on demand by the Government.

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

3. We, the said bank further undertake to pay the Government any money so demanded not withstanding any dispute or dispute raised by the contractor(s) in any suit or proceeding pending before any court or Tribunal relating thereto, our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the Contractor(s) shall have no claim against us for making such payment.

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

5. We, ……………………………….. (indicate the name of the Bank) further agree with the Government that the Government shall have the fullest liberty without our consent and without affecting in any manner our obligation hereunder to vary any of the terms and conditions of the said agreement or to extend time of

Page 51: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

48

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Government against the said contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act of omission on the part of the Government or any indulgence by the Government to the said Contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

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

7. We, …………………………………… (indicate the name of the Bank) lastly undertake not to revoke this guarantee except with the previous consent of the Government in writing.

8. This guarantee shall be valid up to ……………………….. unless extended on demand by the Government. Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs………………………(Rupees ……………………………………..) and unless a claim in writing is lodged with us within six months of the date of expiry or the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged.

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

Page 52: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

FINANCIAL BID

NOTICE INVITING TENDER NO : 05/CPM IISER TVM PZ/2015-16

Name of Work: Construction of Civil Structures and other Infrastructure facilities for Residential area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: 5 Nos. Housing Blocks (C1, C2, C3, D1 & D2), Roads, Overhead tank -III, Substation Building-III including Internal and External Civil & Electrical services, Fire fighting, Lifts, Solar water heating system and Site development- (Balance work).

COMPOSITE ESTIMATED COST : Rs. 748294174/-

MAJOR COMPONENT (CIVIL) : Rs. 601340999/-

MINOR COMPONENT (ELECTRICAL) : Rs. 146953175/-

TIME PERIOD : 24 (Twenty four) Months

Page 53: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I

INDEX

Name of work: Construction of Civil Structures and other Infrastructure facilities for Residential area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: 5 Nos. Housing Blocks (C1, C2, C3, D1 & D2), Roads, Overhead tank -III, Substation Building-III including Internal and External Civil & Electrical services, Fire fighting, Lifts, Solar water heating system and Site development- (Balance work).

Sl.No Details Page no PART – II Financial Bid Document PART - A 1 Percentage rate composite tender and contract for works ( CPWD – 7 ) 49-67 2 List of Field testing equipments & Tools and Plants (Annexure I & II) 68-69 3 Conditions for Green Building Practices. 70-81 4 Amendment to GCC 2014 - CON 282, 283,284,285,286,287 82-88 5 Tender drawings in PDF Format 89-142 PART - B (Major component- Civil ) 6 Special conditions for major component. 143-160 7 Special conditions for cement and steel 161-165 8 Special conditions for both RMC and DMC 166-167 9 Calibration and weighing equipment accuracy 168-169 10 Special conditions for solid / hollow cement concrete(CC) block work 170 11 Special conditions for Aluminium work 171 12 Special conditions for Fire resistant door 172-174 13 Special conditions for vacuum dewatered concrete flooring 175-176 14 Special condition for pre construction anti termite treatment 177-178 15 Guarantee bond for water proofing 179 16 Guarantee bond for curtain glazing & Aluminium works 180 17 Guarantee Bond for Anti termite Treatment 181 18 List of approved make of materials (Civil) 182-186 PART - C (Minor component - Electrical)

19 Schedule A to F (Minor Component) 187-198 20 Additional conditions for Electrical work 199-253 PART - D (Schedule of Quantities)

21 Schedule of quantities with rate ( Major Component - Civil) 254-285 22 Schedule of quantities with rate (Minor Component - Electrical) 286-310

Note: This document contains total 310 (Three Hundred Ten) pages only.

Page 54: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT

OFFICE OF THE CHIEF PROJECT MANAGER

IISER TVM PROJECT ZONE

PART - II FINANCIAL BID

DOCUMENT

Name of work : Construction of Civil Structures and other Infrastructure facilities for

Residential area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: 5 Nos. Housing Blocks (C1, C2, C3, D1 & D2), Roads, Overhead tank -III, Substation Building-III including Internal and External Civil & Electrical services, Fire fighting, Lifts, Solar water heating system and Site development- (Balance work).

Estimated cost (composite) : Rs. 748294174/-

[(Civil) = Rs. 601340999/-+ (Electrical) = Rs. 146953175/- ]

Page 55: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD-1 EE/IISER TVM PD - I

PART – A

PERCENTAGE RATE (COMPOSITE) TENDER, CONTRACT FOR WORKS (CPWD-7),

CONDITIONS FOR GREEN BUILDING PRACTICES, AND

TENDER DRAWINGS. (Page No. 49 to 142)

Page 56: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

49

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

CPWD –7

GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT

Percentage Rate Composite Tender & Contract for Works

(A) Tender for the work of Construction of Civil Structures and other Infrastructure

facilities for Residential area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: 5 Nos. Housing Blocks (C1, C2, C3, D1 & D2), Roads, Overhead tank -III, Substation Building -III including Internal and External Civil & Electrical services, Fire fighting, Lifts, Solar water heating system and Site development- (Balance work).

To be submitted by 15.00 hours on 11-01-2016 to the Executive Engineer, IISER TVM Project Division-1, CPWD, Thiruvananthapuram.

To be opened in presence of tenderers who may be present after 16.00 hours on 14-01-2016 in the office of the Executive Engineer, IISER TVM Project Division - 1, CPWD, Thiruvananthapuram. …………………………………………….............. Issued to intending eligible bidders

Signature of officer issuing the documents ………**……………………………… Designation: Executive Engineer, IISER TVM Project Division - I, CPWD, Thiruvananthapuram. Date of issue 22-12-2015.

TENDER

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

I/We hereby tender for the execution of the work specified for the President of India within the time specified in Schedule ‘F’ viz., schedule of quantities and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of contract and with such materials as are provided for, by, and in respect of accordance with, such conditions so far as applicable.

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

Page 57: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

50

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

A sum of Rs. 8482942/- is hereby forwarded in cash/receipt treasury challan / deposit at call receipt of a scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled bank/bank guarantee issued by a scheduled bank as earnest money. If I/We, fail to furnish the prescribed performance guarantee within prescribed period, I/We agree that the said President of India or his successors, in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/We fail to commence work as specified, I/We agree that President of India or the successors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money and the performance guarantee absolutely, otherwise the said earnest money shall be retained by him towards security deposit to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to those in excess of that limit at the rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form. Further, I/We agree that in case of forfeiture of Earnest Money & Performance Guarantee as aforesaid. I/We shall be debarred for participation in the re-tendering process of the work.

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

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

Page 58: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

51

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

ACCEPTANCE

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

For & on behalf of President of India

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

Page 59: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

52

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

PROFORMA OF SCHEDULES (Composite Tender -MAJOR COMPONENT-[Civil])

SCHEDULE ‘A’

Schedule of quantities (as per PWD-3): Enclosed in page No. 254 to 285

SCHEDULE 'B'

Schedule of materials to be issued to the contractor.

Note : (i) Quantity indicated is approximate and it may vary.

(ii) Sales tax @ 4% will be recovered for the stipulated materials.

No. Description of item Quantity Unit Rates at which the material will be charged to the contractor

Place of issue

1 2 3 4 5

1 35 mm thick flush door 135 Sqm 1871

At IISER Project site as and where is condition

2 Ceramic wall tile -300x600 mm (Ideal wood pine)

24333 Nos 113.40

3 Vitrified tile – 600x600mm (Fabia)

18139 Nos 195.48

4 Antiskid floor tile toilet- 300x300mm (Qudro beige)

11505 Nos 34.92

5 Concealed body for divertor 34 Nos 2344

6 Bath tub spout (SPJ 15429) 46 Nos 891

7 Bottle Trap(769B) 29 Nos 1002

8 SS Kitchen Sink- 1040x510mm

18 Nos 5728

9 75 mm dia UPVC class B pipes

28 Metre 475

10 50mm CPVC Pipe – SDR-11 25 Metre 301

11 40mm CPVC(SDR-13.5) 349 Metre 186

12 50mm CPVC(SDR-13.5) 238 Metre 301

13 Sluice valve 100 mm 5 Nos 11307

14 Aluminium section

(i) Fixed 797 Kg 289.00

Page 60: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

53

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

SCHEDULE 'C'

Tools and plants to be hired to the contractor

S.No. Description Hire charges per day

Place of issue

1 2 3 4

Nil Nil Nil NA

SCHEDULE ‘D’

Extra schedule for specific requirements/document for the work, if any:

NIL

SCHEDULE ' E’

Reference to General Conditions of contract: GCC 2014, CPWD Form 7 modified and corrected up to and including No. DGW/CON/290 dated 09.11.2015.

Name of Work: Construction of Civil Structures and other Infrastructure facilities

for Residential area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: 5 Nos. Housing Blocks (C1, C2, C3, D1 & D2), Roads, Overhead tank -III, Substation Building -III including Internal and External Civil & Electrical services, Fire fighting, Lifts, Solar water heating system and Site development- (Balance work).

(I)Estimated cost of work : Rs. 748294174/- [Civil : Rs. 601340999/-+ Electrical : Rs. 146953175/-] (II) Earnest Money : Rs. 8482942/- (ii) Performance Guarantee : 5% of tendered value

(iii) Security Deposit : 2.5% of tendered value

SCHEDULE ' F’ GENERAL RULES & DIRECTIONS: Officer inviting tender: Executive Engineer, IISER TVM Project Division -1,

CPWD, Thiruvananthapuram.

Page 61: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

54

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

Definitions:

2(v) Engineer-in-Charge : Executive Engineer, IISER TVM Project Division- 1, CPWD, Thiruvananthapuram or successor thereof.

2(viii) Accepting Authority : Chief Project Manager, IISER TVM Project Zone, CPWD, Trivandrum or successor thereof.

2(x) Percentage on cost of materials and

Labour to cover all overheads and profits: 15%

2(xi) Standard Schedule of Rates: Delhi Schedule of Rates 2014 with correction slips No.DG/DSR/08 dtd.23.04.2015.

(xii) Department : Central Public Works Department

9(ii) Standard CPWD Contract Form: GCC 2014 CPWD Form 7 modified and corrected up to and including No.

DGW/CON/290 dated 09.11.2015.

Clause 1

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

(i) Maximum allowable extension with late fee @ 0.1% of Performance Guarantee amount per day beyond the period provided in (i) above : 15 days

Clause 2 Authority for fixing compensation under clause 2: Chief Project Manager,

IISER TVM Project Zone CPWD, Thiruvananthapuram

or successor thereof. Clause 2A Whether Clause 2A shall be applicable : Yes Clause 5 Number of days from the date of issue of letter of acceptance for reckoning date of start : 22 (Twenty Two) days

Page 62: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

55

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

Mile Stone(s) as per table given below

Sl. No.

Description of Milestone (Physical)

Time allowed in days (from

date of start)

Amount to be with- held in case of non-

achievement of milestone

1 i. Housing Type C1 Completion of RCC frame work upto +4 Level. Completion of CC block Masonry upto +3 Level.

ii. Housing Type C2 Completion of RCC frame work upto Entry Level. Completion of CC block Masonry upto -1 Level.

iii. Housing Type C3 Completion of RCC frame work upto +6 Level. Completion of CC block Masonry upto +5 Level.

iv. Housing Type D1 Completion of RCC frame work upto Entry Level. Completion of CC block masonry upto -1 level.

v. Housing Type D2

Completion of RCC frame work upto -1 Level. Completion of CC block masonry upto -1 level.

vi. Electrical Sub Station-III Completion of RCC frame work. Completion of CC Block Masonry and plastering.

vii. OHT-III

Completion of RCC staging.

180 days

0.50% Tendered

value of the work

Page 63: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

56

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

2 i. Housing Type C1 Completion of RCC frame work upto +5 level. Completion of CC block Masonry upto +4 Level. Fixing of door frames upto +4 Level. Completion of Internal Plastering upto +3 level. Laying electrical conduit and fixing of switch box

upto +3 level.

ii. Housing Type C2 Completion of RCC frame work upto +2 Level. Completion of CC block Masonry upto +1 Level. Fixing of wooden door frames upto +1 Level. Completion of Internal Plastering of walls upto

Entry level. Completion of Laying electrical conduit and fixing

of switch box upto Entry level.

iii. Housing Type C3 Completion of RCC Columns, beams and Slabs upto

Roof Level. Completion of CC block Masonry upto +4 Level. Fixing of wooden door Frames upto +4 Level. Completion of Internal Plastering of walls upto

+3 level. Completion of laying electrical conduit and fixing of

switch box upto +3 level. iv. Housing Type D1

Completion of beams and Slab upto +1 Level. Completion of CC block work upto Entry level. Fixing of wooden door Frames upto Entry Level. Internal plastering upto -1 level. Completion of laying electrical conduit and fixing of

Switch Box upto -1 level.

v. Housing Type D2 Completion of beams and Slab upto Entry Level. Completion of CC block work upto -1 level.

vi. Electrical Sub Station-III Completion of installation of Substation machineries

and equipment. vii. OHT-III

Completion of Tank bottom slab, walls and roof.

270 days

0.50% Tendered

value of the work

Page 64: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

57

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

3 i. Housing Type C1 Completion of all RCC structural works. Completion of CC Block Masonry works. Completion of internal and external Plastering. Completion of Water supply and Sanitary

installation. Completion of flooring works. Completion of fixing of doors, windows and

ventilators. Completion of electrical wiring, False ceiling works,

fixing of switches and fittings.

ii. Housing Type C2 Completion RCC frame work upto +5 Level. Completion of CC Block Masonry upto +4 Level. Fixing of wooden door framework upto +4 Level. Internal Plastering upto +2 level. Laying electrical conduit and fixing of switch box

upto +2 level.

iii. Housing Type C3 Completion of all RCC structural works. Completion of CC Block Masonry works. Completion of internal and external Plastering. Completion of Flooring. Completion of fixing of doors and windows. Completion of electrical wiring, fixing of switches

and fittings.

iv. Housing Type D1 Completion of RCC frame work upto +4 Level. Completion of CC block Masonry upto +2 Level. Fixing wooden doors frame upto +2 Level. Laying electrical conduit and fixing of Switch boxes

upto +2 level.

v. Housing Type D2 Completion of RCC frame work upto +2 Level. Completion of CC block Masonry upto Entry Level. Fixing wooden doors frame upto Entry Level. Laying electrical conduit upto Entry level.

vi. Electrical Sub Station-III Completion of all the work including testing.

viii. OHT-III

Completion of RCC OHT work including testing.

360 days

0.50% Tendered

value of the work

Page 65: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

58

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

4 i. Housing Type C1 Completion of the entire work except Lift and final

coat of painting and polishing.

ii. Housing Type C2

Completion RCC structural work.

Completion of CC Block Masonry work. Completion of internal and external plastering. Completion of flooring. Completion of fixing of doors and windows.

iii. Housing Type C3

Completion of entire work including Lift and Fire fighting and Testing, commissioning and handing over.

iv. Housing Type D1

Completion of RCC structural work. Completion of CC block Masonry work.

Completion of internal and external Plastering. Completion of flooring. Completion of fixing of doors, windows and

ventilators.

Completion of laying electrical wiring and fixing of switches and fittings (except fans, lights and tubes)

Completion of internal and external water supply and Sanitary Installations (except fittings).

v. Housing Type D2

Completion of RCC structural work. Completion of CC block Masonry work. Completion of internal and external plastering. Completion of flooring. Completion of fixing of doors, windows and

ventilators.

450 days

0.50% Tendered

value of the work

Page 66: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

59

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

5 i. Housing Type C1 Completion of all works including lifts, fire fighting

testing, commissioning and Handing over.

ii. Housing Type C2

Completion of internal water supply and sanitary installations (except fittings).

Completion of internal wiring, fixing of fittings and fixtures. (except fans, lights and tubes).

iii. Housing Type D1

Completion of entire work except Lifts. iv. Housing Type D2

Completion of RCC structural works.

Completion of CC block masonry and internal, external plastering.

Completion of flooring. Completion of fixing of doors, windows and

ventilators.

Completion of laying electrical wiring and fitting of switches and fittings (except fans, lights and tubes).

Completion of Internal and External Water supply and Sanitary installations (except fittings).

v. Road work

Completion of checking and preparation of formation level and collection and testing of materials for granular sub-base.

600 days

0.50% Tendered

value of the work

Page 67: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

60

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

6

i. Housing Type C2

Completion of all works including lifts, Fire fighting, testing, commissioning and handing over.

ii. Housing Type D1

Completion of all works including lifts, Fire fighting, testing, commissioning and handing over.

iii. Housing Type D2

Completion of all works except Lifts, Fire fighting and final coat of painting.

iv. Road work

(i) Completion of granular sub base wet mix macadam.

(ii) Side drains (iii) Embankment protection

660 days

0.75%

Tendered value of the

work

7 i. Housing Type D2 Completion of all works including lifts, Fire

fighting, testing, commissioning and handing over. ii. Road work

Completion of Dense bituminous macadam and Surface course.

690 days

0.50% Tendered

value of the work

8 Completion of entire work including development, Bulk services and external services, cleaning, testing, commissioning, obtaining all approvals and clearance, clearing of the site and handing over with all documents.

720 days

0.25% Tendered

value of the work

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

Authority to decide: (i) Extension of time : Executive Engineer, IISER TVM

Project Division - I, CPWD, Thiruvananthapuram

or successor thereof.

(ii) Rescheduling of milestones : Chief Project Manager, IISER TVM Project Zone, CPWD, Thiruvananthapuram

or successor thereof.

Page 68: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

61

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

(iii)Shifting of date of start in case of delay in handing over of site : Chief Project Manager, IISER TVM Project Zone, CPWD,

Thiruvananthapuram or successor thereof.

Clause 6, 6A

Clause applicable - (6 or 6A) : Clause 6A Clause 7 Gross work to be done together with net payment /adjustment of advances for material collected, if any, since the last such payment for being eligible to interim payment : Rs. 250 Lakhs (Rupees Two hundred Fifty Lakhs only) Clause 7A Whether Clause 7A shall be applicable : Yes No Running Account bill shall be paid for the work till the applicable labour licenses, registration with EPFO, ESIC and BOCW Welfare Board, whatever applicable are submitted by the contractor to the Engineer-in-Charge. Clause 10A List of testing equipment to be provided by the contractor at site lab. : As per Annexure I (Page 68) Clause 10B (ii)

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

Clause 10C : NOT APPLICABLE

Page 69: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

62

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

Clause 10CA :

Sl.No

Material covered under this clause

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

Base Price of all Materials covered under clause 10 CA

1 Ordinary Portland Cement (OPC)

NA

8200/MT

Portland Pozzolana Cement (PPC)

NA

8100/MT

2 Steel for Reinforcement TMT Fe 500D

2.1 Primary Producers NA 38115/MT

3 Structural Steel NA 39271/MT

Clause 10CC Clause 10 CC to be applicable in contracts where the stipulated period of completion exceeding the period shown in next column :More than 12 months Schedule of component of other Materials, Labour, POL etc. for price escalation. Component of civil (except materials covered Under clause 10CA) /Electrical construction Materials) - : Xm=40% expressed as percent of total value of work. Component of Labour – expressed as percent of total value of work. : Y = 25%

Component of P.O.L. - expressed as percent of total value of work. : Z = NIL%

Note: Xm…..% should be equal to (100) – (materials covered under clause 10 CA i.e. cement, steel and other material specified in clause 10 CA + Component of Labour + Component of P.O.L) Clause 11 Specifications to be followed for execution of work : C.P.W.D Specification 2009 Vol. I & II.

With correction Slip no. 3 dt: 05.06.2015

Page 70: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

63

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

Clause 12 Type of work : Original & Project work

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

12.5 (i)Deviation Limit beyond which clauses 12.2 & 12.3 shall apply for foundation work : 30% (Except Earth Work) (ii)Deviation Limit for items in earth work : 100% Sub head of DSR and or related items.

Clause 16 Competent Authority for deciding reduced rates : Chief Project Manager, IISER TVM Project

Zone, CPWD, Thiruvananthapuram or successor thereof. Clause 18 List of mandatory machinery, tools & plants to be deployed by the contractor at site:- 1. ...... 2. ............. 3. ..........

4. ...... 5. ........... 6............. : As per Annexure II (Page No. 69)

Clause 25 (1) Claim Amount Up to 25 lakhs More than 25 lakhs

Chairman Director(WORKS cum TLQA) (SR)II Chief Project Manager, NIT Project Zone, Calicut.

Member Executive Engineer, Trivandrum Central Division

Director of works (SR) II

Member Executive Engineer(P), O/o CE(SZ)V Superintending Engineer, Trivandrum Central Circle

Presenting Officer Executive Engineer in charge of the work

Superintending Engineer –in-charge /Executive Engineer in charge of the work

Page 71: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

64

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

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

Sl No.

Requirement of Technical staff (of major + minor component)

Minimum experience in

Year

Designation Rate at which recovery shall be made from the contractor in

the event of not fulfilling provision of clause 36(i)

Qualification Num- ber

(of Major + Minor component) Figures Words

1 Graduate Engineer

(Major

component)

1 20 (and having experience of one similar nature of work)

Project Manager with

degree in major

discipline of Engineering R

s.60

000/

- Pm

pe

r pe

rson

Rupees Sixty Thousand only per month

2 Graduate Engineer

1+1 12 (and having experience of one similar nature of

work)

Deputy Project

Manager

Rs.

4000

0/- p

m

p

er p

erso

n

Rupees Forty Thousand only per month per person

3 Graduate Engineer

or Diploma Engineer

2+1 5 or 10 respectively

Project/Site Engineer

Rs.

250

00/-

pm

pe

r p

erso

n

Rupees twenty five Thousand only per month per person

4 Graduate Engineer

1 8 Quality Engineer

Rs.

2500

0/pm

pe

r pe

rson

Rupees Twenty five thousand per month per person.

5 Diploma Engineer

1 8 Surveyor

Rs.

150

00/

pm

per

pers

on

Rupees Fifteen thousand per month per person.

6 Graduate Engineer

1+1 6 Project Planning/

billing Engineer

Rs.

2000

0/-p

m

per

pers

on

Rupees Twenty thousand per month per person.

Assistant Engineers retired from Government services who are holding Diploma will be treated at par with Graduate Engineers.

Page 72: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

65

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

Clause 42

(i) (a) Schedule/statement for determining theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates

Delhi Schedule of Rates 2014 with correction slips No.DG/DSR/08 dtd.23.04.2015.

(ii) Variations permissible on theoretical quantities:

(a) Cement ± (plus / minus) 2 % (Two percent) .

(b) Bitumen for all works + (plus ) 2.5% (Two point five percent) only and nil on – (minus) side.

(c) Steel Reinforcement and structural steel sections for each diameter, section and category

± (plus / minus) 2% (Two percent) only.

(d) Paint As per co-efficient of standard Delhi Analysis of Rate 2014

(e) Vitrified/ Ceramic floor tiles + (plus ) 2.5% (Two point five percent) only.

(f) Ceramic glazed wall tiles + (plus ) 2.5% (Two point five percent) only.

(g) Granite stone slab + (plus ) 15% (Fifteen percent) only.

(h) Kota stone slab + (plus ) 15% (Fifteen percent) only.

(i) Calcium silicate false ceiling tiles + (plus ) 5% (Five percent) only.

Page 73: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

66

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION (FOR MATERIALS UNDER CLAUSE 10 C A)

S. No. Description of Item Rates in figures and words at which recovery shall be made from the Contractor

Excess beyond

permissible variation

Less use

beyond permiss

ible variatio

1. Portland Pozzolana Cement (PPC) Nil 8910/- per MT

2. Ordinary Portland Cement (OPC) Nil 9020 /-per MT

3. Steel Reinforcement TMT Bar of all diameters Nil 41927 /-per MT

4. Structural steel Nil 43198 /-per MT

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

S. No. Description of Item

Rates in figures and words at which recovery shall be made from the Contractor

Excess beyond permissible

variation

Less use

beyond permissible

1. 35 mm thick flush door Rs. 1871/sqm Rs 3742/sqm

2. Ceramic wall tile -300x600 mm (Ideal wood pine)

Rs. 113.40/each Rs 226.80/each

3. Vitrified tile – 600x600mm (Fabia) Rs. 195.48/each Rs 391/each

4. Antiskid floor tile toilet- 300x300mm (Qudro beige)

Rs. 34.92/each Rs 852/each

5. Concealed body for divertor Rs. 2344.00/each Rs 4688/each

6. Bath tub spout (SPJ 15429) Rs. 891.00/each Rs 1782/each

7. Bottle Trap(769B) Rs. 1002.00/each Rs 2004/each

8. SS Kitchen Sink- 1040x510mm Rs. 5728.00/each Rs 11456/each

9. 75 mm dia UPVC class B pipes Rs. 475.00/metre Rs 950/metre

Page 74: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

67

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

10. 50mm CPVC Pipe – SDR-11 Rs. 301.00/metre Rs 602/metre

11. 40mm CPVC(SDR-13.5) Rs. 186.00/metre Rs 372/metre

12. 50mm CPVC(SDR-13.5) Rs. 301.00/metre Rs 602/metre

13. Sluice valve 100 mm Rs.11307.00/each 22614/each

14. Aluminium section

(i) Fixed Rs. 289.00/kg Rs 578/kg

Page 75: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

68

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

ANNEXURE-I

LIST OF TESTING EQUIPMENTS TO BE PROVIDED BY THE CONTRACTOR AT SITE LAB

1. Balances

(I) 7 Kg to 10 kg capacity, semi-self indicating type- Accuracy 10 gm (II) 500 gm capacities, semi-self indicating type- Accuracy 1 gm (III) Plan balance- 5kg capacity- Accuracy 10 gms

2. Ovens- electronically operated, thermostatically controlled upto 110oC to 10C. 3. Sieves as per IS 460-1962.

(i) IS sieves - 450mm internal dia, of sizes 100mm, 80mm, 63mm, 50mm, 40mm, 25mm, 12.5mm, 10mm, 6.3mm and 4.75mm complete with lid and pan.

(ii) IS sieves - 200mm internal dia(brass frame), consisting of 2.36mm, 1.18mm, 600 microns, 425 microns, 212 microns, 90 microns, 75 microns with lid and pan.

4. Sieve shaker capable of 200mm and 300 mm dia sieves, manually operated with timing switch assembly.

5. Equipment for slup test-slump cone, steel plate, tamping rod, steel scale, scoop. 6. Dial gauges, 25mm travel- 0.01mm/division least count-2 nos. 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 of bricks)

(i) 300 mm x 250 mm x 40 mm – 2 Nos. (ii) Circular plates of 250mm dia 4 Nos.

10. Steel tapes-3m 11. Vernier calipers 12. Micrometer screw 25mm gauge. 13. A good quality plumb bob. 14. Spirit level, minimum 30cms long with 3 bubbles for horizontal vertical. 15. Wire gauge (circular type) disc. 16. Foot rule 17. Long Nylon thread 18. Rebound hammer for testing concrete. 19. Dynamic penetrometer. 20. Magnifying glass. 21. Screw driver 30cms long 22. Bell pin hammer, 100 gms 23. Plastic bags for taking samples. 24. Moisture meter for timber. 25. Earth resistance test. 26. Megger

Page 76: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

69

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

ANNEXURE – II

List of mandatory machinery, Tools and plants to be deployed by the contractor at site

Sl. No Activity Name of equipment Number

1 Earth work Earth moving equipment like JCB 3D 3 Nos 2 Concrete work a) Digitalized automatic concrete batching plant of

minimum capacity 15 cum/ hr 1 No

b) Mini Batching plant 6 cum/hr 1 No

c) Concrete mixer 2 Nos

d) Plate vibrator, screed leveler 5 Nos

e) Needle vibrator 5 Nos

f) Concrete pump 1 No 3 Building work a) Bar cutting machine 8 Nos

b) Bar bending machine 8 Nos

c) Wood thickness planer machine 4 Nos

d) Drilling machine 4 Nos

e) Welding machine 4 Nos

f) Cube testing machine 1 Nos

g) Steel shuttering plates 8000 sqm

h) Steel scaffolding Adjustable telescopic props. Adjustable spans

6000 Nos 3000 Nos

i) Grinding / polishing machines 5 Nos

j) Building hoist 5 Nos

k) Tower crane 2 Nos

l) DG set 1 No

m) Concrete block making machine 2 Nos 4 Transportation Truck & Tippers 5 nos 5 Dewatering Diesel and electrical pumps 4 Nos 6 Road work Road rollers 1 No

Earth rammers 1 No

Vibratory Road Rollers 1 No

Bitumen paver 1 No

Hot mix plant 1 No

Spreaders 1 No

Survey Electronic Total station instrument 1 No

Page 77: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

70

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

11 CONDITIONS OF CONTRACT SPECIFIC TO GREEN BUILDING PRACTICES

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

11.1 SITE

11.1.1 The contractor shall ensure that adequate measures are taken for the prevention of erosion of the top soil during the construction phase. The contractor shall prepare and submit Soil Erosion and Sedimentation Control Plan (ESCP) in accordance with GRIHA norms and get it approved from the Engineer-in-Charge as part of the larger Construction Management Plan (CMP) before start of the work and implement effectively. At no time soil should be allowed to erode away from the site. Sediments should be trapped wherever necessary.

The contractor 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, such as 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. It should be reapplied to site during plantation of the proposed vegetation. The contractor shall ensure that all the top soil excavated during construction works is neatly stacked and it is not mixed with other excavated earth. 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. The contractor should protect top soil from erosion by collection storage and reapplication of top soil, constructing sediment basin, contour trenching, mulching etc.

11.1.2 The contractor shall prepare and submit “spill prevention and control plan” clearly stating measures to stop/prevention of spill it to contain spills, to dispose the contaminated materials and hazardous wastes the designation and details of the personnel trained to prevent and control spills, etc and get it approved from the Engineer-in-Charge, before start of the work. The Contractor should follow the construction plan as approved by the Engineer-in-Charge to minimize the site disturbance such as soil pollution due to spilling. The contractor should use staging and spill prevention and control plan to restrict the spilling of the contaminating material on site.

11.1.3 No excavated earth shall be removed from the campus unless suggested/approved 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

Page 78: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

71

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

contractor at his own cost for reuse. A certificate of reuse as required by the Engineer-in-Charge shall be submitted by the contractor.

11.1.4 The contractor shall not change the natural gradient of 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.

11.1.5 The contractor shall not carry out any work which results in the blockage of natural drainage.

11.1.6 The contractor shall ensure that existing grades of soil shall be maintained around existing vegetation and lowering or raising the levels around the vegetation is not allowed unless specifically directed by the Engineer-in-charge.

11.1.7 Contractor shall reduce pollution and land development impacts from automobiles use during construction.

11.1.8 Overloading of trucks is unlawful and no overloading shall be permitted. When loose materials like stone dust, excavated earth, sand etc. are moved. Proper covering must be provided.

11.2 CONSTRUCTION PHASE AND WORKER FACILITIES

11.2.1.1 The contractor shall specify and limit construction activity in pre-planned and pre-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.

11.2.2 Preserve and Protect Landscape during Construction

a) The contractor shall ensure that no trees, existing or otherwise, shall be harmed and damage to roots should be prevented during trenching, placing backfill, driving or parking heavy equipment, dumping of trash, oil, paint, and other materials detrimental to plant health. These activities should be restricted to the areas outside of the canopy of the tree, or, from a safe distance from the tree/plant by means of barricading. Trees will not be used for support; their trunks shall not be damaged by cutting and carving or by nailing posters, advertisements or other material. Lighting of fires or carrying out heat or gas emitting construction activity within the ground, covered by canopy of the tree is not to be permitted.

b) The contractor shall take steps to protect trees or saplings identified for preservation within the construction site using tree guards of approved specification.

Page 79: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

72

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

c) Contractor should limit all construction activity within the specified area as per the Construction Management Plan (CMP) approved by Engineer-in-Charge.

d) 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.

e) The contractor shall ensure that maintenance activities during construction period shall be performed as needed to ensure that the vegetation remains healthy.

11.2.3 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 doesn’t become “waste”. The Contractor’s ingenuity is especially called towards meeting this prerequisite/ credit (as per GRIHA). 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 comingled 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.

11.2.4 Contractor shall collect all construction waste generated on site and 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.

11.2.5 The contractor shall provide potable water for all workers

11.2.6 The contractor shall provide the minimum level of sanitation and safety facilities for the workers at site. The contractor shall ensure cleanliness of workplace with regard to the disposal of waste and effluent; provide clean drinking water and latrines and urinals as per applicable standard. Adequate toilet facilities shall be provided for the workman within easy access of their place of work. The total no. to be provided shall not be less than 1 per 30 employees in any one shift. Toilet facilities shall be provided

Page 80: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

73

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

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.

11.2.7 The contractor shall ensure that air pollution due to dust/generators is kept to a minimum, preventing any adverse effects on the workers and other people in and around the site. The contractor shall ensure proper screening, covering stockpiles, covering brick and loads of dusty materials, wheel-washing facility, gravel pit, and water spraying. Contractor shall ensure the following activities to prevent air pollution during construction:

(a) Clear vegetation only from areas where work will start right away

(b) Vegetate / mulch areas where vehicles do not ply. (c) Apply gravel / landscaping rock to the areas where mulching /

paving is impractical.

(d) Identify roads on-site that would be used for vehicular traffic. Upgrade vehicular roads (if these are unpaved) by increasing the surface strength by improving particle size, shape and mineral types that make up the surface & base. Add surface gravel to reduce source of dust emission. Limit amount of fine particles (smaller than 0.075mm) to 10 – 20%.

(e) Water spray, through a simple hose for small projects, to keep dust under control. Fine mists should be used to control fine particulate. However, this should be done with care so as not to waste water. Heavy watering can also create mud, which when tracked onto paved public roadways, must be promptly removed. Also, there must be an adequate supply of clean water nearby to ensure that spray nozzles don’t get plugged.

(f) Water spraying shall be done on: i. Any dusty materials before transferring, loading and unloading. ii. Area where demolition work is being carried out. iii. Any un-paved main haul road. iv. Areas where excavation or earth moving activities are to be

carried out. (g) The contractor shall ensure that the speed of vehicles within the

site is limited to 10 km/hr.

(h) 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.

(i) 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

Page 81: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

74

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

aquifers. When cleaning up the spill, ensure that the clean-up process does not generate additional dust. Similarly, spilled concrete slurries or liquid wastes should be contained / cleaned up immediately before they can infiltrate into the soil / ground or runoff in nearby areas.

(j) Provide hoardings of not less than 3m high along the site boundary, next to a road or other public area.

(k) Provide dust screens, sheeting or netting to scaffold along the perimeter of the building.

(l) Cover stockpiles of dusty material with impervious sheeting. (m) Cover dusty load on vehicles by impervious sheeting before they

leave the site.

11.2.8 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

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

11.2.10 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.

11.2.11 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

Page 82: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

75

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

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.

11.2.12 The contractor shall ensure the following activities for construction workers safety among other measures: (a) Guarding all parts of dangerous machinery. (b) Precautionary signs for working on machinery (c) Maintaining hoists and lifts, lifting machines, chains, ropes, and

other lifting tackles in good condition. (d) Durable and reusable formwork systems to replace timber

formwork and ensure that formwork where used is properly maintained.

(e) Ensuring that walking surfaces or boards at height are of sound construction and are provided with safety rails or belts.

(f) Provide protective equipment; helmets etc. (g) Provide measures to prevent fires. Fire extinguishers and buckets of

sand to be provided in the fire-prone area and elsewhere. (h) Provide sufficient and suitable light for working during night time.

11.2.13 The storage of material shall be as per standard good practices as specified in Part VII, Section 2 – Storage, Stacking and Handling practices, NBC 2005 and shall be to the satisfaction of the Engineer in Charge to ensure minimum wastage and to prevent any misuse, damage, inconvenience or accident. Watch and ward of the Contractor’s materials shall be his own responsibility. There should be a proper planning of the layout for stacking and storage of different materials, components and equipments with proper access and proper maneuverability of the vehicles carrying the materials. While planning the layout, the requirements of various materials, components and equipments at different stages of construction shall be considered.

11.2.14 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 utilization 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.

11.2.15 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

Page 83: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

76

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

trained to prevent and control spills. Hazardous wastes include pesticides, paints, cleaners, and petroleum products.

11.2.15.1 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.

11.2.16 Contractor shall collect the relevant material certificates for rapidly renewable materials such as bamboo, wool, cotton insulation, agri-fiber, linoleum, wheat board, strawboard and cork etc.

11.2.17 Where possible, the contractor shall select materials / vendors, harvested and manufactured regionally, within a 800-km radius of the project site.

11.2.18 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.

11.2.19 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.

11.2.20 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:

1. Paints a. Non-flat - 150 g/L b. Flat (Mat) - 50 g/L c. Anti corrosive/ anti rust - 250 g/L

2. Coatings / Clear wood finishes a. Varnish - 350 g/L b. Lacquer - 550 g/L c. Floor coatings - 100 g/L d. Stains - 250 g/L

3. Sealers a. Water proofing sealer - 250 g/L

Page 84: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

77

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

b. Sanding sealer - 275 g/L c. Other sealers - 200 g/L

4. 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)

a. Indoor Carpet adhesives - 50 g/L b. Carpet Pad Adhesives - 50 g/L c. Wood Flooring Adhesive - 100 g/L d. Rubber Floor Adhesives - 60 g/L e. Sub Floor Adhesives – 50 g/L f. Ceramic Tile Adhesives - 65 g/L g. VCT and Asphalt Tile adhesives - 50 g/L h. Dry Wall and Panel Adhesives - 50 g/L i. Structural Glazing Adhesives - 100 g/L j. Multipurpose Construction Adhesives – 70 g/L k. Substrate Specific Application VOC Limit (g/l less water) l. Metal to Metal - 30 g/L m. Plastic Foams - 50 g/L n. Porous material (except wood) - 50 g/L o. Wood - 30 g/L p. Fiber Glass – 80 g/L

11.2.20.1 Wherever required, Contractor shall meet and carry out documentation of all

activities on site, supplementation of information, and submittals in accordance with GRIHA program standards and guidelines. Towards meeting the aforementioned building environmental rating standard(s) expert assistance shall be provided to him up on request.

11.2.21 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.

11.2.22 The Contractor shall remove from site all rubbish and debris generated by the Works and keep Works clean and tidy throughout the Contract Period. All the serviceable and non-serviceable (malba) material shall be segregated and stored separately. The malba obtained during construction shall be collected in well formed heaps at properly selected places, keeping in a view safe condition for workmen in the area. Materials which are likely to cause dust nuisance or undue environmental pollution in any other way, shall be removed from the site at the earliest and till then they shall be suitable covered. Glass & steel should be dumped or buried separately to prevent injury. The work of removal of debris should be carried out during day. In case of poor visibility artificial light may be provided.

Page 85: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

78

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

11.2.23 The contractor shall provide O & M Manuals wherever applicable.

11.2.24 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.

11.2.25 MATERIALS & FIXTURES FOR THE PROJECT

a) Contractor will produce wherever feasible certificate regarding distance of the source of the relevant material.

b) The contractor has to comply as per MoEF issued notification 8.0.763(E) dated 14th Sept.1999 containing directive for greater fly ash utilization. Every construction agency engaged in the construction of buildings within a radius of 50 km radius of a Thermal Power Plant, have to use of 100% fly ash based bricks/blocks in their construction.

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 prescription 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.

e) The contractor shall ensure that all composite wood products/agro-fibre products used for cabinet work, etc do not contain any added urea formaldehyde resin.

11.2.26 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.

Page 86: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

79

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

11.2.27 CONSTRUCTION WASTE

a) Contractor shall ensure that wastage of construction material is within 3%. b) All construction debris generated during construction shall be carefully

segregated and stored in a demarcated waste yard. Clear, identifiable areas shall be provided for each waste type. Employ measures to segregate the waste on site into inert, chemical, or hazardous wastes.

c) All construction debris shall be used for road preparation, back filling, etc, as per the instructions of the Engineer in Charge, with necessary activities of sorting, crushing, etc.

d) No construction debris shall be taken away from the site, without the prior approval of the Engineer-in-Charge.

e) The contractor shall recycle the unused chemical/hazardous wastes such as oil, paint, batteries, and asbestos.

f) If and when construction debris is taken out of the site, after prior permissions from the 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.

11.2.28 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

segregated waste types divided into inert, chemical and hazardous wastes.

v) Digital photo documentation to demonstrate compliance of safety guidelines as specified here and in the Appendix on Safety Conditions.

b) The contractor shall, during the entire tenure of the construction phase, submit the following records to the Engineer in Charge on a fortnightly basis:

i) Quantities of material brought into the site, including the material issued to the contractor by the Engineer-in-charge.

ii) Quantities of construction debris (if at all) taken out of the site iii) Digital photographs of the works at site, the workers facilities, the waste

and other material storage yards, pre-fabrication and block making works, etc as guided by the Engineer-in-Charge.

c) The contractor shall submit a document after construction of the buildings, a brief description along with photographic records to show that other areas have not been disturbed during construction. The document should also include brief explanation and photographic records to show erosion and sedimentation control measures adopted. (Document CAD drawing showing site plan details of existing vegetation, existing buildings, existing slopes and

Page 87: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

80

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

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 fly-ash content in PPC used in reinforced concrete.

h) Provide supporting document from the manufacturer of the pre-cast building blocks specifying the fly ash content of the blocks used in an infill wall system.

i) The contractor shall, at the end of construction of the buildings, submit to the Engineer-in-Charge, submit following information, for all material brought to site for construction purposes, including manufacturer’s certifications, verifying information, and test data, where Specifications sections require data relating to environmental issues including but not limited to:

i) Source of products: Supplier details and location of the supplier.

ii) Project Recyclability: Submit information to assist Owner and Contractor in recycling materials involved in shipping, handling, and delivery, and for temporary materials necessary for installation of products.

iii) Recycled Content: Submit information regarding product post industrial recycled and post consumer recycled content. Use the “Recycled Content Certification Form”, to be provided by the Commissioning Authority appointed for the Project.

iv) Product Recyclability: Submit information regarding product and product’s component’s recyclability including potential sources accepting recyclable materials where ever applicable.

Page 88: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

81

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

v) 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.

11.2.29 EQUIPMENT

a) To ensure energy efficiency during and post construction all pumps, motors and engines used during construction or installed, shall be subject to approval and as per the specifications of the 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 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.

Page 89: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX
IISERPD
Typewritten Text
Page 82
Page 90: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX
IISERPD
Typewritten Text
Page 83
IISERPD
Typewritten Text
Page 91: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX
IISERPD
Typewritten Text
IISERPD
Typewritten Text
Page 84
Page 92: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX
IISERPD
Typewritten Text
Page 85
IISERPD
Typewritten Text
Page 93: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX
IISERPD
Typewritten Text
Page 86
Page 94: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX
IISERPD
Typewritten Text
IISERPD
Typewritten Text
IISERPD
Typewritten Text
Page 87
IISERPD
Typewritten Text
IISERPD
Typewritten Text
Page 95: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX
IISERPD
Typewritten Text
Page 88
IISERPD
Typewritten Text
IISERPD
Typewritten Text
Page 96: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD-1 EE/IISER TVM PD - I

PART -B

MAJOR COMPONENT – CIVIL

SPECIAL CONDITIONS,PARTICULAR SPECIFICATIONS, ANNEXURE I &II, EQUIPMENTS LIST OF T&P AND

LIST OF APPROVED MATERIALS OF MAJOR COMPONENT. (Pages from 143 to 186)

Page 97: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

143

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

SPECIAL CONDITIONS (MAJOR COMPONENT - CIVIL)

1. The contractor shall execute the whole work in the most substantial and workman

like manner in strict accordance with the specifications, approved design, drawings, particular specifications, special conditions, additional conditions and instructions of the Engineer-in-Charge.

2. Labour huts at site shall not be allowed.

3. Before tendering, the contractor shall inspect the site of work and structures and shall fully acquaint himself about the conditions prevailing at site, availability of materials, availability of land and suitable location for construction of go-downs, stores, site office, transport facilities, constraints of space for establishing design mix plants, weather condition at site, the extent of leads and lifts involved in execution of work etc., which may affect or influence the tenders.

4. The contractor shall at his own expense and risk arrange land for accommodation of labour, setting up of office, storage of materials, erection of temporary workshops, and construction of approach roads to the site of work, including land required for carrying out of all jobs connected with the completion of the work. The contractor shall have to abide by the regulations of the authorities concerned and the directions of the Engineer-in-Charge for use of land available at the site of work. If it becomes necessary during construction to remove or shift the stored materials, shed, workshop, access roads, etc, to facilitate execution of the work included in this agreement or any other work by any other agency, the contractor shall remove or shift these facilities as directed by the Engineer-in-Charge and no claim whatsoever shall be entertained on this account.

5. It shall be deemed that the contractor has satisfied himself as to the nature and location of the work, transport facilities, availability of land for setting up of camp, etc. The department will bear no responsibility for lack of such knowledge and the consequences thereof.

6. The contractor shall have to make approaches to the site, if so required and keep them in good condition for transportation of labour and materials as well as inspection of works by the Engineer-in-Charge. Nothing extra shall be paid on this account.

7. The contractor shall carry out true and proper setting out of the work in co-ordination with the Engineer-in-Charge or his authorized representatives and shall be responsible for the correctness of the positions, levels, dimensions and alignments of all parts of the structure. If at any time during the progress of the work any error appears or arises in the position, level, dimensions or alignment of

Page 98: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

144

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

any part of the work, the contractor shall rectify such error to the entire satisfaction of Engineer-in-charge. The checking by the Engineer-in-Charge or his authorized representatives shall not relieve the contractor of his responsibility for the correctness of any setting out of any line or level. The contractor shall carefully protect and preserve all bench marks, pegs and pillars provided for setting out of works.

8. All setting out activities concerning establishment of bench marks, theodolite stations, centre line pillars, etc. including all material, tools, plants, equipments, theodolite and all other instruments, labour, etc. required for performing all the functions necessary and ancillary there to at the commencement of the work, during the progress of the work and till the completion of the work shall be carried out by the contractor and nothing extra shall be paid on this account.

9. The work shall be carried out in such a manner so as not to interfere or adversely affect or disturb other works being executed by other agencies, if any.

10. Any damage done by the contractor to any existing works or work being executed by other agencies shall be made good by him at his own cost.

11. The work shall be carried out in the manner complying in all respects with the requirement of relevant rules and regulations of the local bodies under the jurisdiction of which the work is to be executed and nothing extra shall be paid on this account.

12. The contractor may have to work in two or more shifts for completing the work in time, and no claims whatsoever shall be entertained on this account, notwithstanding the fact that the contractor will have to pay or may have paid to the labourers and other staff engaged directly or indirectly on the work according to the provisions of the labour regulations and the agreement entered upon and/or extra amount for any other reasons.

13. The contractor shall make his own arrangements at his own cost for water, electricity and obtaining electric connections required and make necessary payments directly to the State / Central Govt. departments concerned. Contractor shall get the water tested from laboratory approved by the Engineer-in-charge at regular interval as per the CPWD Specifications 2009. All expenses towards collection of samples, packing, transportation etc. shall be borne by the contractor.

14. The drawings for the work issued by the Engineer-in-Charge during execution of work shall at all times be properly correlated before executing any work and no claim whatsoever shall be entertained for discrepancies in the drawings.

Page 99: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

145

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

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

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

(i) Preparation of detailed shop drawings and as built drawings wherever applicable.

(ii) Obtaining of Statutory permissions where-ever applicable and required.

(iii) Pre-commissioning tests as per relevant standard specifications, code of practice, Acts and Rules wherever required.

(iv) Warranty obligation for the equipments and / or fittings/fixtures supplied by the contractor. Contractor shall provide all the shop drawings or layout drawings for all the co-ordinated services before starting any work or placing any order of any of the services etc. These shop drawings /layout drawings shall be got approved from Engineer-in-charge before implementation and this shall be binding on the contractor. The contractor shall submit material sample for approval of Engineer-in-charge get it approved prior to bulk supply of the material at site.

16. The contractor shall maintain in good condition all work executed till the completion of entire work entrusted to the contractor under this contract.

17. No payment shall be made to the contractor for damage caused by rain, whatsoever during the execution of works and any damage to the work on this account shall have to be made good by the contractor at his own cost.

18. Unless otherwise provided in the Schedule of quantities, the rates tendered by the contractor shall be all inclusive and shall apply to all heights, lifts, leads and depths of the building and nothing extra shall be payable to him on this account. Payment for centering, shuttering, however, if required to be done for floor heights greater than 3.5m shall be admissible at rates arrived in accordance with clause 12 of the agreement if not already specified.

19. The rates quoted by the Contractor are deemed to be inclusive of site clearance, setting out work (including marking of reference points, center lines of buildings), construction and maintenance of reference bench mark(s), taking spot levels, construction of all safety and protection devices, barriers, barricading, signage, labour safety, labour welfare and labour training measures, preparatory works, working during monsoon, working at all depths, height and location etc. and any other incidental works required to complete this work. Nothing extra shall be payable on this account.

20. 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

Page 100: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

146

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

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

21. No claim whatsoever for idle labour, additional establishments, costs of hire and labour charges for tools and plants, scaffolding etc, would be entertained under any circumstances.

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

23. 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.

24. For the safety of all labour directly or indirectly employed in the work the contractors shall, in addition to the provision of CPWD safety code and directions of the Engineer-in-Charge, make all arrangements to provide facility as per the provision of Indian Standard Specifications (Codes) listed below and nothing extra shall be paid on this account.

i) IS 3696 Part I Safety Code for scaffolds and ladders.

ii) IS 3696 Part II Safety Code for scaffolds and ladders Part II ladders.

iii) IS 764 Safety Code for excavation work.

iv) IS 4138 Safety Code for working in compressed air.

v) IS 7293 Safety Code for working with construction machinery.

vi) IS 7969 Safety Code for storage and handling of building materials.

vii) IS 4130 Safety code for demolition of buildings.

Page 101: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

147

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

25. The contractor shall take all precautions to avoid all accidents by exhibiting necessary caution boards and by providing red flags, red lights and barriers. The contractor shall be responsible for any accident at the site of work and consequences thereof.

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

27. Royalty if any payable and all other incidental expenditure shall have to be paid by the contractor on all the boulders, metal shingle, earth, sand bajri, etc. collected by him for the execution of the work, direct to the concerned Revenue Authority of the State or Central Govt. and the amount paid shall not be reimbursed in any form whatsoever.

28. Other agencies working at site may also simultaneously execute the works entrusted to them and to facilitate their working, the contractor shall make necessary provisions e.g. holes, openings, etc. for laying/burying pipes, cables, conduits, clamps, hooks, etc. as may be required from time to time. The contractor shall extend full co-operation to other agencies for smooth execution of works by other agencies. The final finishing of the work is to be executed in co-ordination with other agencies as directed by the Engineer-in-Charge.

29. On account of security considerations, there could be some restrictions on the working hours, movement of vehicles for transportation of materials and location of labour camp. The contractor shall be bound to follow all such restrictions and adjust the programme for execution of work accordingly. Nothing extra shall be paid on this account.

30. Stacking of materials and excavated earth shall be done as per the directions of the Engineer-in-Charge. Double handling of materials or excavated earth if required shall have to be done by the contractor at his own cost.

31. In case of construction joints, the cost of applying cement slurry over the concrete surface before fresh concrete is laid as per para 5.4.4.4. of CPWD Specification 2009 is included in the relevant items of the schedule of quantities and nothing extra shall be paid on this account.

Page 102: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

148

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

32. Unless otherwise specified in the Schedule of Quantities the rates for all items of work shall be considered as inclusive of working in or under water and/or liquid mud and/or foul conditions including pumping or bailing out liquid mud or water accumulated in excavations during the progress of the work from springs, tidal or river seepage, rain, broken water mains or drains and seepage from subsoil aquifer.

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

34. Water supply pipe lines shall not be embedded in floor. PVC pipe casing sleeve of next bigger diameter shall be provided to GI pipe line for full thickness of wall (including finishing) across the wall, to protect it from corrosion. The gap between the PVC and GI pipes shall be sealed at the ends with poly-sulphide or other suitable sealant. Nothing extra shall be paid on this account.

35. Stone slabs for risers and treads of staircases and steps, where specified, shall be of single piece of required width and length. No joint shall be permitted. The holes of required shape and size shall be drilled in the single piece stone slabs of treads for fixing balustrades wherever necessary. Pattern of stone slabs for landings of staircase shall be decided by the Engineer-in-Charge. Nothing extra is payable on this account.

36. Stone slabs used for treads of staircase shall be provided with three machine cut grooves of size 3mm wide x 2mm deep, 25 mm apart near the nosing of the steps. Nothing extra is payable on this account.

37. To protect the flooring and steps of staircases during construction and until the completion of the work, finished/semi-finished surface of flooring shall be covered with a thick layer of plaster of Paris and this layer shall be maintained in good condition till its removal. The removal of the layer of plaster of Paris and cleaning the surface shall be done as and when decided by the Engineer-in-Charge. After the removal of plaster of Paris and cleaning of the surface, damage, if any, shall have to be made good by the contractor. No extra payment shall be made for protection with plaster of Paris, removal of plaster of Paris, cleaning and making good the damages.

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

39. The steel work in railing includes fish tailing of the section to be embedded in concrete and fixing the same.

Page 103: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

149

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

40. Only factory made round / square type cover blocks should be used in RCC work, to avoid displacement of reinforcement bars in any direction and to ensure proper cover.

41. Nothing extra will be paid for centering; shuttering, reinforcement and RCC work for sloped slabs and beams, unless otherwise specified in the item.

42. Steel bars shall be stored about 30 to 45 cm above ground and where the storage is for more than 3 months, a coat of cement wash shall be given to the bars. Nothing extra shall be paid towards cost of application of cement wash.

43. Some restrictions may be imposed by the State Government on quarrying of sand, stones etc, from certain areas. The contractor shall have to bring such materials from other quarries located elsewhere for timely completion of work and nothing extra shall be paid on this account.

44. The contractor shall give ten years guarantee in the prescribed proforma for water proofing items specified in the schedule of quantities. In addition to this 10% of the quoted cost of items shall be retained either in cash /fixed deposit or in the form of bank guarantee, which shall be released after the expiry of ten years from the date of completion if no defects is found in water proofing or the defects are made good. This amount shall be adjusted against the expenses incurred on making good the defects if the contractor commits breach of guarantee.

45. In case of any difference in the Hindi version and English version in any of the condition of contract, English version shall prevail.

46. To facilitate gas connection, holes (if required by the Engineer-in-Charge) including suitable rubber gasket shall be provided in the kitchen platform of RCC slab/granite /marble/ other stone slab etc. Nothing extra will be paid on the account and rates quoted for relevant items are inclusive of making such provision.

47. Concrete mixers to be used on the work shall have arrangement for weighing aggregate, cement, water and controlling water cement ratio.

48. Any cement slurry added over base surface (or) for continuation of concreting for better bond is deemed to have been in built in the items and nothing extra shall be payable nor extra cement considered in consumption on this account.

49. If the actual weight of reinforcement and structural steel to be used in the work differs from standard weight given in table 5.4 of CPWD Specification, the following procedure shall be followed for arriving at the quantity for payment.

(a) If the actual weight is more than standard weight only standard weight shall be considered for payment.

Page 104: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

150

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

(b) If the actual weight is less than standard weight but within the permissible variation, only actual weight shall be considered for payment.

50. The contractor shall arrange to keep the premises neat and clean. The rubbish/malba and unserviceable materials shall be removed on day to day basis.

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

52. Bar Chart

The contractor shall give scientifically analyzed detailed bar chart for all the activities of the work within 15 days from the date of issue of letter of acceptance of tender. The bar chart shall be prepared covering the physical milestones as envisaged in the tender documents. Nothing extra shall be paid for preparation/ modification of bar chart, CPM and PERT chart.

(i) While preparing the above detailed bar chart, effort shall be made to take all possible items of work simultaneously.

(ii) Separate bar chart should be prepared exclusively for procurement of materials. The detailed bar chart should distinctly bifurcate the items of work and of materials required for the execution of that item. Both should not be clubbed together. For example, for internal plumbing work the bar chart should show the procurement of pipe and other fittings with start and finish dates and items of work with start and finish dates separately. Both items should be interlinked preceding and succeeding activity. The bar chart not indicating procurement items separately will not be accepted.

(iii) Similarly bar chart should be prepared separately for arrangement of labour.

(iv) The bar chart so finalized and accepted by department should be got reviewed by the department, once in a month regularly. Modified / revised bar chart shall be prepared in the event of not adhering to the targets mentioned in the earlier bar chart. The contractor shall augment additional resources, materials and man power for achieving the targets, so submitted in the revised bar chart, CPM and PERT chart.

Page 105: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

151

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

(v) In addition to the above bar chart, the contractor shall submit detailed programme of activities CPM and PERT chart using Primavera or equivalent soft ware. He shall furnish the details both in hard copies as well as soft copies. Nothing extra shall be paid on this account.

(vi) In case the above details are not furnished within 15 days as mentioned above, recovery @ Rs. 1000/-per day till its receipt by Engineer-in-Charge shall be effected from the first RA bill.

53. QUALITY ASSURANCE

(i) The proposed work is a prestigious campus development project and quality of work is of paramount importance. Contractor shall have to engage well-experienced skilled labour and deploy modern T&P’s and other equipment in the execution of the work. Many items like specialized flooring work, silicon sealant and backer rod fixing in expansion joints, factory made door- window shutters, proper slope maintaining in toilet units, sanitary- water supply installation, water proofing treatment, will specially require engagement of skilled workers having experience particularly in execution of such items.

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

(iii) In addition to the supervision of work by CPWD engineers, the Committee of IISER or the Consultants deployed by the IISER shall also be carrying out regular and periodic inspection of the ongoing activities in the work and deficiencies, shortcomings, inferior workmanship pointed out by them shall be communicated by CPWD engineers to the contractor. Upon receipt of instructions from Engineer in Charge these are also to be made good by necessary improvement, rectification, replacement upto the complete satisfaction of Engineer-in-charge.

Special attention should be paid towards quality of materials, workmanship of execution of required standard and finish, lines and levels internal and external plastering, finish of exposed smooth surface of RCC members by providing fresh shuttering plates, rubberized linings to all the shuttering joints, accurate joinery work in wooden doors and windows, accurate joints in stone/ tiling / cladding work, non-hollowness in floor and dado tiles work, protection of

Page 106: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

152

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

scratches over flooring by providing layer of plaster of Paris, water tight pipe linings, proper compaction of joints in brick masonry, proper compaction of filled up earth etc. as per specification to achieve prescribed standards, Quality assurance for the project shall be of paramount importance.

(iv) Third party quality assurance. The department may decide to engage third party quality assurance system and the contractor shall render all the necessary assistance and make arrangement for the inspection of work similar to clause 16 of agreement.

(v) The Contractor shall submit, within 15 days after the date of award of work, a detailed and complete method statement for the execution, testing and Quality Assurance, of such items of works, as directed by the Engineer-in-Charge.

All the materials to be used in the work, to make the finished work complete in all respects, shall comply with the requirements of the specifications and shall pass all the tests required as per specifications as applicable or such specifications / standards as directed by the Engineer-in- Charge. However, keeping the Quality Assurance in mind, the Contractor shall submit, on request from the Engineer-in- Charge, his own Quality Assurance procedures for basic materials and such items, to be followed during the execution of the work, for approval of the Engineer-in-Charge.

(vi) All materials and fittings brought by the contractor to the site for use shall conform to the specification and the samples approved by the Engineer-in-charge. The contractor should get the samples of all the materials got approved from the Engineer in charge before bringing the bulk quantity, which shall be preserved at site of execution 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 Engineer-In-Charge. For all other items, materials and fittings of ISI Marked shall be used with the approval of Engineer-In-Charge. Wherever ISI Marked material / fittings are not available, the contractor shall submit samples of materials / fittings manufactured by firms of repute conforming to relevant specifications or IS codes and use the same only after getting the approval of Engineer-In-Charge.

(vii) The Contractor shall procure and provide all the materials from the manufacturers / suppliers as per the list attached with the tender documents, as

Page 107: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

153

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

per the item description and particular specifications for the work. The equivalent brand for any item shall be permitted to be used in the work, only when the specified make is not available. This is, however, subject to documentary evidence produced by the contactor for non-availability of the brand specified and also subject to independent verification by the Engineer-in-Charge. In exceptional cases, where such approval is required, the decision of Engineer-in-Charge as regards equivalent make of the material shall be final and binding on the Contractor. No claim, whatsoever, of any kind shall be entertained from the Contractor on this account. Nothing extra shall be payable on this account. Also, the material shall be procured only after written approval of the Engineer-in-Charge.

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

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

(x) The contractor has to establish field laboratory at site including all necessary equipment for field tests as given in Schedule ‘F’. All the relevant and applicable standards and specifications shall be made available by the contractor at his cost in the field laboratory. The contractor shall designate one of his technical representatives possessing required qualification and experience specified in the Schedule F as Quality Assurance Engineer, who shall be responsible for carrying out all mandatory field/laboratory tests. The contractor shall also provide adequate supporting staff at his cost for carrying out field tests, packaging and forwarding of samples for outside laboratory tests and for maintaining test records.

(xi) All the registers of tests carried out at Construction Site or in outside laboratories and all material at site (MAS) registers including cement register shall be maintained by the contractor which shall be issued to the contractor by Engineer-in-charge. All the entries in the registers will be made by the designated Engineering Staff of the contractor and same should be regularly reviewed by AE/AEE/EE. Contractor shall be responsible for safe custody of all the registers.

(xii) The contractor shall at his own cost submit samples of all materials sufficiently in advance and obtain approval of Engineer-in-Charge. The materials to be used in actual execution of the work shall strictly conform to the quality of samples approved by the Engineer-in-Charge and nothing extra shall be paid on this

Page 108: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

154

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

account. The acceptance of any sample or material on inspection shall not be a bar to its subsequent rejection, if found defective.

(xiii) The contractor shall at his cost, make all arrangements and shall provide necessary facilities as the Engineer-in-Charge may require for collecting, preparing, packing, forwarding and transportation of the required number of samples for tests and for analysis at such time and to such places as directed by the Engineer-in-Charge. Nothing extra shall be paid for the above operations including the cost of materials required for tests and analysis. Testing charges, if any, will be borne by the department if the test passes. In case it fails, the same shall be borne by the contractor.

(xiv) The necessary tests shall be conducted in the laboratory approved by the Engineer-in-Charge. The samples for carrying out all or any of the tests shall be collected by the Engineer-in-charge or on his behalf by any other officer of CPWD. The contractor or his authorized representative shall associate himself in collection, preparation, packing and forwarding of such samples for the prescribed tests and analysis. In case the contractor or his authorized representative is not present or does not associate him in the aforesaid operation the results of such tests and consequences thereon shall be binding on the contractor.

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

(xvi) The contractor shall make his own arrangement of water required for execution of work and get the water tested at his own cost with regard to its suitability for use in the works and get written approval from the Engineer-in-Charge before he proceeds with the use of same for execution of work and thereafter it is got tested at he prescribed interval as per specification.

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

Page 109: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

155

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

(xviii) Water tanks, taps, sanitary, water supply and drainage pipes, fittings and accessories should conform to local bye-laws rules and specification of municipal /corporation, if CPWD Specifications are not available for the same. The contractor should engage licensed plumbers for the work and get the materials (fixtures/fittings) tested by the Municipal Body/Corporation authorities wherever required at his own cost.

54. The Contractor shall depute Site Engineer & skilled workers as required for the work. He shall submit organization chart along with details of Engineers and supervisory staff. It shall be ensured that all decision making powers shall be available to the representatives of the Contractor at the work site 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 works, as per the field of their expertise. If during the course of execution of work, the Engineer-in-Charge is of the opinion that the deployed staff is not sufficient or not well experienced; the Contractor shall deploy more staff or better-experienced staff at site to complete the work with quality and in stipulated time limit. Nothing extra shall be payable on this account.

55. Specialized Agencies

The composite tender comprises of two components: viz. Major Component - Civil and Minor Component - Electrical. The list of specialized items for the major component – Civil works which are to be got executed through specialized agencies are mentioned below:

CIVIL WORKS: a. Anti-termite treatment. b. Water proofing works. c. Aluminium works. d. Structural glazing. e. Wooden floorings. f. Fire check doors. g. Granite stone flooring.

(i) The main contractor shall submit the credential of specialized agency well in advance as per the direction of Engineer-in-charge. After verification of the same, written approval will be conveyed to main contractor in this regard. The credentials and expertise of the specialized agencies in the similar works should be commensurate the quantum and nature of the specialized works as per the CPWD guidelines. The main contractor shall not change the specialized agency without taking prior approval of Engineer-in-Charge. However before making any such change he has to enter into agreement with new agency and submit the same to Engineer – in – Charge for approval. This shall however be without any change in the accepted rates of the contract agreement and without any cost implications to the Department.

(ii) It shall be the responsibility of main contractor to sort out any dispute / litigation with

Page 110: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

156

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

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

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

57. INCENTIVE FOR EARLY COMPLETION OF WORK The contract envisages a scheme wherein Bonus is payable by the Department to the Contractor for completion of work earlier than the stipulated date of the completion of work (as per the contract agreement), as envisaged under Clause 2A of the General Conditions of the Contract for CPWD Works. The Contractor is encouraged to utilize this scheme for completing the entire work earlier than the stipulated date of completion of the work as per the contract agreement. The entire scope of the work covered under this Contract shall be completed within the stipulated date of completion (24 months) as given in this tender document. In order to expedite the progress of work and complete it before the stipulated date of completion, the Clause 2 A has been incorporated in this tender. For the purpose of calculating the Bonus payment, the stipulated time limit given in this document is firm (fixed) and no adjustment / modification of dates in stipulated time limit by reason of granting extension of time pursuant to Clause 5 or any other Clause of this agreement shall be allowed. This Clause shall be operated only if the work is completed strictly before the stipulated date of completion as entered in the contract agreement. If the completion of the work is delayed beyond the stipulated time limit

Page 111: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

157

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

specified in the contract agreement for any reason, what so ever, either for the reasons attributable to the Contractor or not attributable to the Contractor or partially attributable to the Contractor, Clause 2A of the General Conditions of the Contract for the CPWD Works shall not be applicable to this contract agreement and no Bonus (or Incentive) shall be payable to the Contractor. The contractor shall have no right to claim any amount of Bonus / Incentive in full or part, if the time period for carrying out the work is extended beyond that specified in the tender, for any reason what so ever, with or without levy of compensation under Clause 2 of this agreement. The date of completion of work shall be taken as the actual date as recorded in the Completion Certificate recorded in the Measurement Book and counter signed by the Engineer-in-Charge for the works covered under this agreement and it shall be final and binding on the Contractor.

58. INSURANCE POLICIES The contractor in his own interest before commencing the execution of work, without in any way limiting his obligations and liabilities under this contract, insure at his own cost and expense against any damage or loss or injury, which may be caused to any person or property, at site of work.

59. TEMPORARY BARRICADING :Proper temporary barricading by fencing with G.I. sheets, shall be carried out by the Contractor at the start of work to physically define the boundaries of the plot for restricted entry to only those involved in the work and also to prevent any accidents, at the same time without causing any inconvenience to the traffic and the users of the buildings in the adjacent plots. It shall be done by providing, erecting, maintaining temporary protective barricading, 5 metres in height, made in panels, with each panel having MS frames / MS scaffolding pipes of suitable size and stiffness, with 24 gauge thick Colour coated GI corrugated sheets fixed on frames. Such panels shall be suitably connected to each other for stability with nuts and bolts, hooks, clamps etc. and fixed firmly to the ground at about 2 metres spacing, for the entire duration till completion of the work. He shall also provide and erect temporary protective barricades within the plot, if required, to prevent any accident. Temporary protective roofing near the Entrance to the building, under construction, shall be made to protect the visiting officials from getting hurt by falling debris etc. Also, one or more coat of enamel paint of shade as approved and directed by the Engineer-in-Charge shall be applied on the panels and "CPWD" shall be painted over that in suitable sizes, shapes and numbers as directed by the Engineer-in-Charge. It shall be dismantled and taken away by the Contractor after the completion of work at his own cost with the approval of the Engineer-in- Charge. Nothing extra shall be payable on this account.

60. WARNING / CAUTION BOARDS

All temporary warning / caution boards / glow signals display such as "Construction Work in Progress", "Keep Away", “No Parking”, Diversions & protective Barricades etc. shall be provided and displayed during day time by the Contractor, wherever required and as directed by the Engineer-in-Charge. These glow signals and red lights shall be suitably illuminated during night also. The Contractor shall be solely responsible for damage and

Page 112: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

158

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

accident caused, if any, due to negligence on his part. Also he shall ensure that no hindrance, as far as possible, is caused to general traffic during execution of the work. These signals shall be dismantled & taken away by the Contractor after the completion of work, only after approval of the Engineer – in – Charge. Nothing extra shall be payable on this account.

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

62. The Contractor shall display all permissions, licenses, registration certificates, bar charts, other statements etc under various labour laws and other regulations applicable to the works, at his site office.

63. The rate quoted shall be for all heights and levels for centering, RCC and finishing to be done including providing necessary scaffolding for the balance work.

64. Issue of materials (i) Item of material mentioned as Schedule B material stipulated for issue in the

contract shall be issued to the contractor “as is and where is” condition at IISER site, Vithura.

(ii) The contractor shall inspect and ascertain and satisfy himself fully with the condition of materials available at IISER Campus, Vithura stipulated for issue at the time of its taking over itself and nothing shall be paid on this account and no claim of defects or damage on the materials issued and taken over by the contractor shall be entertained.

(iii) The contractor shall bear all incidental charges for cartage, storage and safe custody of materials, if any, issued by the Department as well as to those materials arranged by the contractor.

(iv) Actual issue and consumption on the work shall be regulated and proper accounts maintained for the consumption of material. The theoretical consumption shall be worked out as per procedure prescribed in Clause 42 of contract and shall be governed by conditions laid therein.

65. INSPECTION OF WORK

(i) In addition to the provisions of relevant clauses of the contract, the work shall also

Page 113: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

159

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

be open to inspection by Senior Officers of CPWD the committee constituted for the purpose of IISER & the representative of the IISER Consultants. The contractor shall at times during the usual working hours and at all times at which reasonable notices of the intention of the Engineer-in-charge or other officers as stated above to visit the works shall have been given to the contractor, either himself be present to receive the orders and instructions or have a responsible representative duly accredited in writing, to be present for that purpose.

(ii) Inspection of the work by IISER a) The committee/consultant appointed by IISER, may inspect the works

including workshops and fabrication factory to ensure that the works in general being executed according to the design, drawings and specifications laid down in the contract. Their observations shall be communicated by the Engineer-in Charge and compliance is to be reported by the contractor to the Engineer-in-Charge.

66. Senior Officers of CPWD, Dignitaries from Central Ministry / Department, IISER Authorities shall be inspecting the on-going work at site at any time with or without prior intimation. The contractor should keep up-to-date the following: a) Display Board showing detail of work, weekly progress achieved with respect

to targets, reason of shortfall, status of manpower, wages being paid for different categories of workers.

b) Entrance and area surrounding to be kept clean. c) Display layout plan key plan, Building drawings including plans, elevations

and sections. d) Display of up to date Bar chart, CPM and PERT Chart etc. e) Keep details of quantities executed, balance quantities, deviations, possible

Extra item, substituted Item etc. f) Keep one sets of plastic / cloth mounted building drawings. g) Sets of Helmets and safety shoes for exclusive use for officers/dignitaries

visiting at site. 67. PROJECT REVIEW MEETINGS:

The contractor, immediately on award of work shall submit details of his key personnel to be engaged for the work at site. In addition, he shall furnish to the Engineer-in-charge detailed site organization set up diagram.

The contractor shall present the programme, target, progress and status at various review meetings as required.

(i) Weekly Review Meetings: Shall be attended by Local Team headed by Project-in-charge of the Contractor and specialized agencies engaged by the Contractor.

Page 114: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

160

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

Agenda a) Weekly programme v/s actual achieved in the past

week and programme for next week. b) Remedial actions and hold up analysis. c) Any decision on quarries raised either by contractor/

PMC/AED.

(ii) Monthly Review Meetings: Shall be attended by Project – in – charge and the Management Representative of the Contractor who can take independent

decisions and Management Representative of the specialized agencies engaged by the Contractor as per the contract conditions who is to take

decisions.

Agenda a) Progress Status/Statistics.

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

(iii) Apart from the above meeting the Engineer-in-Charge may convene meeting at any time according to the necessity and the Contractor is

bound to attend the meeting with his team and specialized agencies with requisite details.

68. Unless otherwise specified, nothing extra, whatsoever shall be paid for

executing the work as per the above SPECIAL CONDITIONS from serial number 1 to 67.

Page 115: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

161

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

SPECIAL CONDITIONS FOR CEMENT AND STEEL BROUGHT BY THE CONTRACTOR

1. CEMENT

1.1. The contractor shall procure Portland Pozzolana Cement conforming to IS:1489 (Part-I) as required in the work, from reputed manufacturers of cement such as ACC, Ultratech, Vikram, Shree Cement, Ambuja, Jaypee Cement, Chettinad, Coramandal, Ramco, Zuari, Century Cement & J.K. Cement or from any other reputed cement Manufacturer having a production capacity not less than one million tonnes per annum as approved by ADG for that sub region.

The tenderers may also submit a list of names of cement manufacturers which they propose to use in the work. The tender accepting authority reserves right to accept or reject name(s) of cement manufacturer(s) which the tenderer proposes to use in the work. No change in the tendered rates will be accepted if the tender accepting authority does not accept the list of cement manufacturers, given by the tenderer, fully or partially. Supply of cement shall be taken in 50 kg bags bearing manufacturer’s name and ISI marking. Samples of cement arranged by the contractor shall be taken by the Engineer-in-Charge and got tested in accordance with provisions of relevant BIS codes. In case test results indicate that the cement arranged by the contractor does not conform to the relevant BIS codes, the same shall stand rejected and shall be removed from the site by the contractor at his own cost within a week’s time of written order from the Engineer-in-Charge to do so. Every fresh cement batch should be brought to site at least 30 days before they are to be used / consumed in the work.

1.2. The cement shall be brought at site in bulk supply of approximately 100 tonnes or as decided by the Engineer-in-Charge.

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

1.4. The cement shall be got tested by the Engineer-in-Charge and shall be used on the work only after satisfactory test results have been received. The contractor shall supply free of charge the cement required for testing including its transportation

Page 116: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

162

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

cost to testing laboratories. The frequency and details of the tests shall be decided by the Engineer-in-Charge depending on the quantum of supply in each batch. The cost of tests shall be borne by the contractor / Department in the manner indicated below:

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

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

1.5. The actual issue and consumption of cement on work shall be regulated and proper accounts maintained as provided in clause 10 of the contract. The theoretical consumption of cement shall be worked out as per procedure prescribed in clause 42 of the contract and shall governed by the conditions laid therein. In case the cement consumption is less than theoretical consumption including permissible variation, recovery at rate so prescribed shall be made. In case of excess consumption no adjustment shall be made.

1.6. 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.

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

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

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

2. STEEL

2.1. The contractor shall procure TMT bars of Fe 500D grade from primary producers such as SAIL, Tata Steel Ltd., RINL, Jindal Steel & Power Ltd. and JSW Steel Ltd. or

Page 117: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

163

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

any other producer as approved by CPWD who are using iron ore as the basic raw material/input and having crude steel capacity of 2.0 Million tonnes per annum and above.

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

In case of non-availability of steel from Primary producers as well as the NIT approving authority may also permit use of TMT reinforcement bars procured from secondary producers. In such cases following conditions are to be stipulated in the NIT by NIT approving authority.

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

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

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

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

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

2.2. The contractor shall have to obtain and furnish test certificates to the Engineer-in-charge in respect of all supplies of steel brought by him to the site of work.

2.3. Samples shall also be taken and got tested by the Engineer-in-charge as per the provisions in this regard in relevant BIS codes. In case the test results indicate that the steel arranged by the contractor does not conform to the specifications as defined under Para 2.1 above, the same shall stand rejected, and it shall be

Page 118: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

164

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

removed from the site of work by the contractor at his cost within a week’s time of written orders from the Engineer-in-charge to do so.

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

2.5. The steel reinforcement shall be stored by the contractor at site of work in such a way as to prevent distortion and corrosion, and nothing extra shall be paid on this account. Bars of different sizes and lengths shall be stored separately to facilitate easy counting and checking.

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

Size of bar For consignment below 100 tonnes

For consignment over 100 tonnes

Under 10mm dia One sample for each 25 tonnes or part thereof

One sample for each 40 tonnes or part thereof

10 mm to 16mm dia

One sample for each 35 tonnes or part thereof

One sample for each 45 tonnes or part thereof

Over 16 mm dia One sample for each 45 tonnes or part thereof

One sample for each 50 tonnes or part thereof

2.7. The contractor shall supply free of charge the steel required for testing including its transportation to testing laboratories. The cost of tests shall be borne by the contractor

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

2.9 The contractor should submit pre measurement of existing exposed reinforcement to the Engineer-in-charge before taking up any further reinforcement work on the portion and nothing extra shall be paid on this account.

2.10 The standard section weight referred to as standard tables in Para 5.3.3. in CPWD specifications 1996 Volume –II to be considered for conversion of length of

Page 119: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

165

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

various sizes of MS bars and High yield strength deformed bars into weight are as under.

Size (Diameter MM) Weight in Kg/ Meter 6 0.222 8 0.395 10 0.617 12 0.888 16 1.579 18 1.999 20 2.467 22 2.985 25 3.855 28 4.836 32 6.316 36 7.994 40 9.869 45 12.490 50 15.424

For steel, measurement will be regulated on sectional weight basis, weight being

calculated with help of the above tables. The weight shall be taken as per actual weight basis of found lower than the standard weight but within tolerance limit as per relevant IS codes. Nothing extra shall be paid for over weight of steel sections than given in the table.

The Contractor has to produce the cash bills to the JE/AE as and when he

brings the cement and steel to the site.

2.11 In case the contractor is permitted to use TMT reinforcement bars procured from ISPs or secondary producers then the base price of TMT reinforcement bars as stipulated under schedule ‘F’ shall be reduced by 4.00 per kg. The rate of providing and laying TMT reinforcement bars as quoted by the contractor in the tender shall also be reduced by 4.65 per kg.

Page 120: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

166

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

SPECIAL CONDITIONS FOR RMC AND DMC

1. The cost of packaging, scaling, transportation, loading, unloading, cost of samples and the testing charges for mix design in all cases shall be borne by the contractor.

2. 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 ingredients sent shall be preserved at site till completion of work or change in Design Mix / Ready Mix whichever is earlier. The sample shall be taken from the approved materials which are proposed to be used in the work.

3. For each change of source or quality / characteristic properties of the ingredients during the work, from that approved and used in the concrete mix, a fresh mix design shall be got done by the contractor. Revised trial mix test shall be conducted and shall be submitted by the contractor as per the direction of the Engineer-in-Charge.

4. The items of RMC and DMC shall be inclusive of all the ingredients including admixtures if required, labour, machinery T&P etc., (except shuttering which will be measured and paid for separately) required for a ready mix concrete of required strength and workability. The rate quoted by the agency shall be net and nothing extra shall be payable on account of change in quantities of concrete ingredients like aggregates and admixtures etc., as per the approved mix design.

5. Sampling and Testing

Quantity of concrete delivered (cum)

Number of sample

Less than 15 1

16 to 30 2

31 to 50 3

51 and above Three plus one sample for each additional 30 cum or part thereof.

6. Minimum ordinary Portland cement / Portland pozzolana cement for Mix -25 grade

concrete shall be 330 kg/m3.

Page 121: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

167

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

Batching Plants and Batching Equipment Hoppers for weighing cement, mineral admixtures, aggregates and water and

chemical admixture shall consist of suitable containers freely suspended from a scale or other suitable load measuring devices and equipped with a suitable discharging mechanism. The method of control of the loading mechanism shall be such that, as the quantity required in the weighing hopper is approached, the material may be added at a controllable rate and shut off precisely within the weighing tolerances specified in Annexure-A. The weighing hoppers for cement, mineral admixtures, and aggregate shall be capable of receiving their rated load, without the weighed material coming into contact with the loading mechanism. The weighing hoppers shall be constructed so as to discharge efficiently and prevent the build up of materials. A tare adjustment up to 10 percent of the nominal capacity of the weigh scale shall be provided on the weighing mechanism so that the scale can be adjusted to zero at least once each day. Dust seals shall be provided on cement hoppers between the loading mechanism and the weigh hopper, and shall be fitted so as to prevent the emission of cement dust and not to affect weighing accuracy. The hopper shall be vented to permit escape of air without emission of cement dust.

Vibrators or other attachments, where fitted, shall not affect the accuracy of weighing. There shall be sufficient protection to cement and aggregate weigh hoppers and weighing mechanisms to prevent interference with weighing accuracy by weather conditions or external build-up of materials.

Where chemical admixture dispensers are used, they shall be capable of measurement within the tolerances in Annexure-A and a calibrated container or weigh scale shall be provided to check the accuracy of measurement at least once a month.

Each control on the batching console and weigh-dial or display shall be clearly labeled with its function and where concerned with the batching of materials, the material type.

When pulverized fuel ash and other mineral admixtures are batched through the cement weigh system, the weighing device and discharge screw or other parts of the transfer system shall be empty when the weighing system has returned to zero reading or completed the batch.

Where a back weigh system is utilized to weigh materials a system shall be in place so as to prevent materials being loaded during the process of weighing.

Fully automatic production systems shall be fitted with control equipment to allow the correct operation of the plant to be monitored during weighing and batching. Automatic control systems on batching plants shall not commence batching until all hoppers have been emptied and / or tared and the scales zeroed unless such systems are designed to take account of build up in their programming.

Page 122: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

168

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

ANNEXURE – A

CALIBRATION AND WEIGHING EQUIPMENT ACCURACY 1. The following limits shall apply to all design-mixed concrete plants:

A) The accuracy, sensitivity and arrangement of the weighing devices shall be such as to enable the materials to be batched within the following tolerances:

1) Cement, mineral admixtures : Within + 2 percent of the quantity of the constituent being measured

2) Aggregate, chemical admixtures : With + 3 percent of the quantity and

water of the constituent being measured

B) Analogue scales shall have scale increments not exceeding 5 kg for cement and

mineral admixtures, 25 kg for aggregate and 2 kg for water. C) Preset controls shall be calibrated in increments not exceeding 5 kg for cement

and mineral admixtures, 10 kg for aggregate and 2 kg for water.

(i) Digital readouts shall have a scale increment not exceeding 2 kg for cement and mineral admixtures, 10 kg for aggregate and 1 kg for water.

(ii) At the time of installation, or reconditioning, the accuracy of the indicated mass at any point on the scale shall be within 0.25 percent of the full scale reading.

(iii) At any other time during operation the accuracy shall be within 0.50 percent of the full scale reading.

(iv) Chemical admixture dispensers shall have scale increments not exceeding:

Range of Scale In kg/l 0.1 – 0.5 0.5 – 1.0 1.0 – 10.0 more than 10.0

Scale increment in kg/l 0.01 0.02 0.2 0.4

(v) All weighing and measuring equipment shall be tested and calibrated over its full working range at the following intervals:

1) Mechanical / knife edge systems: At least once every two months 2) Electrical /load cell systems : At least once every three months

Page 123: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

169

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

Adequate and identified facilities shall be provided for the application of the test loads.

a. In the case of batch weighing systems, testing and calibration shall be based on the application test loads to the weigh hoppers.

b. Checks on continuous weigh systems shall be based on comparison of Preset quantities with those actually produced.

c. To achieve the required accuracy of calibration, a minimum of 500 kg of Stamped weights are required, except that for low capacity scales an acceptable limit on the total mass of calibration weights would be 20 percent of the scale capacity.

d. When calibration of weighing equipment is carried out all personnel involved should be competent and fully trained, the procedures should be fully documented, and special attention should be paid to the health and safety aspects of the procedure.

Page 124: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

170

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

SPECIAL CONDITION FOR SOLID/ HOLLOW CEMENT CONCRETE (CC) BLOCK WORK

i) Precast CC blocks shall be procured from approved manufactures or manufactured at site as per specification. Nothing extra shall be payable on account of adding any admixture for making pre-cast blocks or for steam curing.

ii) The CC blocks shall have nominal size of 400mm x 200mm x 100m and 400mm x 200mm x 200mm respectively for 100mm and 200mm thick masonry wall, and shall confirm to IS 2185.

iii) The samples of CC blocks (each sample consisting of 6 specimens) shall be chosen randomly from the lot and tested for various parameters specified below. One samples shall be tested for every 100 cum or part thereof.

iv) Following parameters shall be tested.

a) Compressive strength. b) Water absorption c) Density d) Dimensional Tolerances. The material shall meet following parameters :

a) Compressive strength shall be no less than 5.0 N/sq. mm. b) Water absorption shall not be more than 5%. c) Density shall be not less than 1500 kg/cum. d) Dimensional tolerance in the size shall be not more than + 5mm for

length and + 3mm for height and width.

Top course of all plinth, parapets, steps and top of walls below floor and roofs shall be laid with solid blocks, properly radiated and keyed into position to form cut (meru) corner. Where blocks cannot be cut to meru corners, cement concrete 1:2:4 ( 1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) equal to thickness of the coarse shall be provided in lieu of cut blocks. No additional payment shall be made on this account. Nothing extra shall be payable on account of chasing the CC block masonry work for embedding pipes, electrical boards / boxes etc. and also filling the chases with cement mortar 1:4 (1 Cement:4 coarse sand). The chasing shall however be carried out using machine cutters so as not to disturb the joints in the masonry and without any cracks being developed in the masonry.

All other specifications for 100 mm thick and 200 thick block work shall be as describes for full brick and half brick masonry work respectively.

Page 125: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

171

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

SPECIAL CONDITION FOR ALUMINIUM WORK

1.0 Aluminum Doors, Windows and Ventilators 1.1. Bronze Anodized aluminium doors, windows, ventilators and fixed glazing shall be

generally as per the architectural drawing and shall be fabricated using aluminium alloy standard extruded sections of "JINDAL", "INDAL", “HINDALCO” or equivalent as approved by the Engineer-in-Charge. Alternatively, the contractor shall submit the drawings indicating the sections proposed to be used by him and the fixing arrangement for approval. The Engineer-in-Charge shall have the right to reject or modify these drawings before approval and the contractor is bound to execute the work in accordance with drawings approved by the Engineer-in-Charge.

1.2. Samples of doors, windows and ventilators as per the drawings approved by the Engineer-in-Charge shall be fabricated and got approved by the Engineer-in-Charge before taking up the execution of these items of work.

1.3. The aluminium sections shall be jointed to each other wherever required with extruded aluminium angle cleats of suitable size and of thickness not less than 6mm for doors and 4mm for windows and ventilators with stainless steel screws. Unless otherwise specified all joints shall be mitred.

1.4. Various tests on aluminium sections shall be conducted in accordance with the relevant provisions of IS: 1868 (anodic coatings on aluminium and its alloys) and IS: 5523 (Method of testing anodic coating on aluminium and its alloys).

1.5. The fabricated aluminium frame work shall be given a laquer coating which shall be maintained during the entire period of construction to prevent damage to the anodic coating of aluminium sections. The surface shall be cleaned and polished before handing over the works.

1.6. The doors, windows, ventilators, fixed glazing etc. individually or forming composite unit shall be provided with glazing and paneling as specified with PVC weather sealing gaskets/neoprene felt. Glazing and paneling shall be fixed with aluminium snap beading. The sliding shutters of windows shall be provided with nylon pullers with concealed bearings, aluminium stoppers and special locking arrangements as approved by the Engineer-in-Charge. The interlocking styles of sliding windows shall be provided with PVC/ neoprene weather sealing gaskets. The windows with side hung shutters shall be provided with best quality heavy type anodized aluminium hinges with stainless steel pins/bolts, anodized aluminium peg stays and fasteners of suitable size and shape.

1.7. For the purpose of payment, the weight of each door, window, ventilator, louvered window, fixed glazing etc. individually or forming composite unit shall be the actual weight of extruded aluminium sections, cleat angles and aluminium snap beading excluding the weight of all fittings & fixtures. If the variation between the actual unit weight and unit weight specified in the manufacturer’s catalogue is more than +10%, the materials shall be rejected as being substandard. The cost of hinges, locking arrangements, gaskets, stainless steel screws, pins/bolts etc and the wastage of extruded aluminium sections shall be deemed to be included in the agreement rate and nothing extra whatsoever shall be payable. Paneling and glazing shall be paid separately.

Page 126: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

172

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

SPECIAL CONDITION FOR FIRE RESISTANT DOOR (FRD) SHUTTERS

Hollow metal fire rated doors as per IS 3614 part-1 & part-2 for stability and integrity. Pressed Galvanized steel confirming to IS 277 with the following specification. Recommended fire door shall have doors tested at CBRI or ARAI for maximum rating of 2hrs with vision panel. Test certificates should be available for vision lites /panels as part of the fire door assembly. Independent glass test certificates will not be accepted. Manufacturer test certificate shall cover doors both single and double leaf and all doors supplied should be within the tested specimen, deviation in specification and sheet thickness other than what is mentioned in the test certificates are not allowed. Proper label confirming the type of door and the hourly rating is mandatory. Approved manufacturer Shakti Hormann or approved equivalent.

Door frame shall be double rebate Kerf frame profile of size 143 x 58mm made out of 1.60mm (16gauge) minimum thick galvanized steel sheet. Frames shall be Mitred and field assembled with self tabs. All provision should be mortised, drilled and tapped for receiving appropriate hardware. Frames should be provided with back plate bracket and anchor fasteners for installation on a finished plastered masonry wall opening. Once frame installed should be grouted with cement & sand slurry necessary for fire doors on the clear masonry opening. The frame shall be finished with one coat of self etching Zinc phosphate primer of 35 micron with over coating of Polyurethene aliphatic grade piant (35 micron) of Akzoneable brand of approved RAL colour. All frame shall have passed minimum 250 hours of salt spray test.

Door leaf shall be 46mm thick fully flush double skin door with or without vision lite. Door leaf shall be manufactured from 1.2mm (18guage) minimum thick galvanised steel sheet. The internal construction of the door should be rigid reinforcement pads for receiving appropriate hardware. The infill material shall be resin bonded honeycomb core. All doors shall be factory prepped for receiving appropriate hardware and provided with necessary reinforcement for hinges, locks, and door closers. The edges should be interlocked with lock seam. For pair of doors astragals will be provided as required. Vision lite wherever applicable should be provided as per manufacturer’s recommendation with a beeding and screws from inside. The glass should be 6mm clear borosilicate fire rated glass of relevant rating of the door.

All doors/shutter shall be finished with one coat of self etching zinc phosphate primer of 35 micron with over coating of polyurethane aliphatic grade paint of approved colour. The door leaf shall have passed minimum 250 hours of salt spray test.

Page 127: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

173

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

Rate should include supply and installation of door and hardware set as mentioned in the door and hardware schedule.

2Hrs Fire Rated Door Single leaf of size (1200 x 2100)mm : with vision panel (200 x 300)mm with all necessary hardware set as per instruction of engineer in charge.

Wooden fire retardant door, frames made out of hard wood (Hollock wood) of approved size with heat activated intumescent seal strip of size 15mm x 3mm suitable for mounting shutters of 120 minutes fire rating mounted on the rebate of the frame with one coat of approved brand of fire retardant primer and tested for 120 minutes with and including embedding frames in floors or walls, cutting masonry for hold fasts with supply and fixing of M.S. hold fasts as required including CBRI approved non-metallic asbestos free fire resisting door shutter of 120 minutes fire rating conforming to BS:476 Part-20 & 22, ISO:3614 Part-II as per prototype tested and certified at Central Building Research Institute, Roorkee, suitable for mounting on door frame. The shutter shall comprise of 52mm thick made out of 2 Nos. 12mm thick non-combustible board with insulation sand witched in between, faced with 4mm thick water proof commercial ply facing on both sides and Second Class Teak Wood lipping for smoke sealing on all edges and heat activated intumescent seal strips of sizes 15mm x 3mm on three sides (excepting bottom) with and including one coat of anti-termite fire retardant primer and wood finished paint each shutter shall also include 200mm x 200mm Vision Panel of sand witched glass rated at 120 minutes along with shutter as per CBRI, Roorkee complete etc. (The Items includes the cost of Door Frame, Door Shutter, Hold Fast, Screws, including all necessary hardwares as approved by Local Fire Services, fixing charges all taxes, transportation, sundries etc. complete).

(ii) TESTING OF FRD SHUTTERS a) Destructive Testing for fire resistance of the door shutters along with door frames shall be done in a accredited laboratory approved by Engineer-in-Charge. The shutters shall be able to resist thermal stresses and should not fail on account of shrinkage, cracking or distortion or any other reason, during testing for the duration for which it is fire rated. The cost of samples of door shutters along with the frames, packaging, sealing, transportation of samples to the approved laboratory and testing charges etc., shall be borne by the Contractor. At least one finished sample (door shutters fixed to the door frames with hinges) of door shutters (double leaf) for Two-hour fire rating and one sample of door shutters (single leaf) for Two-hour fire rating shall be tested. The shutters along with the door frames shall, therefore, be procured from one of the approved manufacturer and in one lot only. The glazing / vision panel opening of required size and shape shall be made in the door shutters as per the architectural drawings and fire rated

Page 128: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

174

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

glass panel as per the drawing and item description shall be fixed in the opening including the beadings as specified. (b) The samples shall be randomly chosen by the Engineer-in-Charge, from the lot (of shutters along with frames) procured and brought to the site of work for fixing. Therefore, the Contractor shall procure additional numbers of complete door assembly (shutters and frames), fire rated glass, stainless steel hinges, G.I angle beadings, wooden beadings etc. taking into account the samples required for the destructive testing. No claim for hindrance shall be entertained from the Contractor on this account. If the first selected shutters fail to pass any of the test requirements, two further samples shall be selected for the testing. Should the test samples from both these additional samples pass, the material represented by the test samples shall be deemed to comply with the requirement of the test. Should the test samples from either of these additional samples fail, the entire lot shall be rejected and replaced by the Contractor at his own cost. Nothing extra shall be payable on this account and no delay shall be accepted on this account.

Page 129: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

175

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

SPECIAL CONDITION FOR VACUUM DEWATERED CONCRETE FLOORING

(i) This specification defines the material, mixing, placing, curing, constructional and other performance requirements for VACUUM DEWATERING CONCRETE SYSTEM for concrete floor slab. Any other special requirements shown or noted on the drawings and directed by the Engineer-in-Charge shall govern over the provision of this specification. Actual work shall be carried out in accordance with this specification and in consultation with specialized firm undertaking the job to suit specific requirement at site such as rise and fall of the floor slab, providing dowels for pedestals etc.

In case of conflict between clauses mentioned in this specification and those in any Indian Standard, this specification shall prevail.

(ii) WATER-CEMENT RATIO: Water-cement ratio upto 0.65 shall be allowed to obtain better slump & workability. Actual ratio shall be decided with approval of the PMC/Engineer-in-charge. Only measured quantity of water shall be used in the mix.

(iii) SPECIAL REQUIREMENT: All works covered by this specification shall be carried out by an experienced agency having sufficient expertise in vacuum dewatering concrete system. Only skilled and experienced operators shall be employed for the purpose. Prior approval of the agency shall be obtained from the Engineer-in-Charge before starting the work. All the equipment shall be of approved and proven types and suitable for the work involved.

(iv) CONCRETE LAYING: Concrete laying pattern shall be decided in consultation with the PMC/Engineer-in-Charge and with his approval. The maximum width of a slab strip shall not generally exceed 4 metres and minimum number of construction joints shall be used. Alternate slab strips shall be sequentially laid. Any damage to the already finished top surface shall be avoided. At construction joints no overflow of mortal or slurry on the already hardened surface shall be allowed while concreting the intermediate slab strip. Such construction joints shall be marked with a thread in a straight line while the concrete is still green. Continuity of reinforcement shall be maintained while laying concrete in slab strips. Edges at expansion joints shall be protected and proper arrangement of shear-transfer shall be provided as per standards.

(v) CONCRETE COMPACTION: After placing concrete in position, it shall be vibrated thoroughly using poker/needle vibrators and thereafter leveled with surface vibrators to produce a homogeneous and smooth concrete surface. In order to achieve a smooth surface, surface vibrators shall be very carefully used by skilled operators. Over vibration resulting in excess mortar near the surface shall be avoided.

Page 130: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

176

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

(vi) DEWATERING: Suction mats shall be spread over the levelled fresh concrete surface and shall be connected by suction hose to the vacuum pumps for De-watering of surplus water in the concrete. During De-watering it shall be ensured that no cement/cement slurry is pumped out.

(vii) FLOATING & TROWELING: This shall be done after De-watering by using skim floater (power floater). After this, surface shall be troweled with minimum two passes of power trowel to achieve a wear resistant surface.

(viii) APPROACH WORKING PLATFORM & FORM WORK: The Contractor shall arrange approaches, scaffolding, working platforms etc. for carrying out the entire operation safely and in a work-man-like manner. The working area shall be neatly maintained and all the facilities required by the Engineer-in-Charge for proper supervision of the work shall be provided.

(ix) TREATING CONSTRUCTION JOINTS 6mm wide groove shall cut with mechanical saw true to line upto 1/4th depth of the concrete thickness. The grove shall be cleaned by air blower. Approved grade of pre molded polysulphide sealant shall be filled in the cleaned grove up to 10 mm depth with a backing rod below and allowed to cure before any movement over the joints.

(x) TESTING OF FINISHED FLOOR: Contractor shall arrange for core cutting and testing of finished concrete over and above other field tests. Number of test samples and testing procedures shall be as described for RCC work.

(xi) MEASUREMENT The work shall be measured in area of the flooring (sqm). The rate shall include vacuum dewatering, cutting of grove, providing baker rod, polysulphide sealant etc. all complete as required for the complete item of work. The reinforcement used shall be measured and paid separately.

Page 131: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

177

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

SPECIAL CONDITION FOR PRE- CONSTRUCTIONAL ANTI TERMITE TREATMENT

1. GENERAL 1.1. Anti termite treatment shall be executed through one of the approved agencies.

1.2 The contractor shall furnish the following particulars immediately after the issue of

letter of acceptance by the Department. a) The name of the special firm b) The trade names of the product, which would be used. c) List of works where the treatment has been used.

1.3 The work shall be carried out by trained personnel having experience in application of Anti-Termite Treatment. Material to be used shall be Herbal product called Osolin-AT-CT for construction and Osolin AT-WT for wood treatment or other approved brand.

i. OSOLIN AT-CT Application

a) Column Bed : The product shall be hand sprayed in evenly rammed & prepared foundation column beds before PCC, on to bottom & sides upto a height of 300mm Or 1 foot (In case of column & plinth beam foundation)without mixing water and applied @ 0.13 litres/sqm OR upto plinth level.

b) Column or footings: The treatment shall be continued on all the sides of vertical & horizontal surfaces of the footings upto 300mm above plinth level.

c) Plinth Beams: All the outer and inner plinth beams shall be treated by the product on all 4 sides, upto the interior flooring levels.

d) Interior Flooring, Plinth protection and Flagging area: Osolin AT-CT shall also be sprayed over the rammed & prepared sub floor earth (ie before laying sub base PCC). The plinth protection and flagging area shall be sprayed @ 0.13 litres/sqm.

e) In all the above said stages, the product should be carpet sprayed on to the specified surface only and need not be injected by drilling holes or by any other method.

f) The sprayer nozzle may be set to Rain sprinkle spray so that the product can clearly reach the mud surface and cover up the surface homogenously.

Page 132: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

178

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

ii) OSOLIN AT-WT (Wood Treatment) a) The product is to be applied by brush to cut section wood rafters and

beams both in New construction and shall be sprayed on wide ply boards. b) Application

New Frames and Furniture: Apply ATC(WT) by a brush to all wooden section surfaces coming in contact with the masonry work before primer, painting or varnishing. Apply the product on the needed surface keeping it in FACE UP position. Spray the product to wide wooden surfaces.

iii) Guarantee The Contractor shall be responsible to keep the building including wood work and joinery free of Termite infestation for a period of 10 years from the date of completion of the project. A Guarantee Bond on Non Judicial stamp paper of appropriate value to this effect shall be submitted. During this Guarantee period of 10 years any defect with regards to termite infestation noticed shall be rectified by the Contractor

2. MEASUREMETS: The Complete work of anti-termite treatment shall be measured for plinth area treated. This includes treatment, to foundations, walls, trenches, basements, plinth, burried pipes, conduits etc. The extended portions of foundation and like beyond plinth limit shall be the part of complete work and no extra payment shall be made.

3. RATES: The rate shall include the cost of all labour and materials involved in all the operations described above and as per the item description.

4. GUARANTEE FOR ANTI TERMITE TREATMENT

Ten years guarantee in prescribed proforma attached shall be given by the contractor for the Anti termite treatment. In addition 10% (ten percent) of the cost of these items of Anti termite under the Earth Work sub head shall be taken in the form of the B.G. on completion of the work and before releasing of PG for main work as guarantee to watch the performance of the work executed. However, half of this amount (withheld) would be released after five years from the date of completion of the work, if the performance of the anti termite works is satisfactory. If any defect is issuing of notice by the Engineer-in-Charge and , If not attended to, the same shall be got done amount retained towards guarantee. In any case, the contractor and the specialist agency, during the guarantee period, shall inspect and examine the treatment once in every year and make good any defect observed and on firm the same in writing. The security deposit can be released in full, if bank guarantee of equivalent amount, valid for the duration of guarantee period, is produced and deposited with the Department.

Page 133: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

179

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

GUARANTEE TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF WATER PROOFING WORKS

The Agreement made this ....................... day of ....................... two thousand and ....................... between....................... son of ....................... of ....................... (hereinafter called the Guarantor of the one part) and the PRESIDENT OF INDIA (hereinafter called Government of the other part).

WHEREAS this agreement is supplementary to a contract (hereinafter called the Contract) dated ............. and made between the GUARANTOR of the one part and the Government of the other part, whereby the Contractor, inter alia, undertook to render the buildings and structures in the said contract recited completely water and leak-proof.

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

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

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

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

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

(c) The decision of the Engineer-in-Charge with regard to cause of leakage shall be final. During this period of guarantee the guarantor shall make good all defects and in case of any

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

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

IN WITNESS WHEREOF these presents have been executed by the Obligor ...............and by....................... and for and on behalf of the PRESIDENT OF INDIA on the day, month and year first above written.

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

1. 2.

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

Page 134: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

180

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

GUARANTEE BOND FOR REMOVAL OF DEFECTS IN CURTAIN GLAZING & ALUMINIUM WORKS (USED IN ALUMINIUM WINDOWS, DOORS AND CURTAIN GLAZING).

This Agreement made this ________________ day of ______________________ two thousand and ____________between ________________ son of ______________(hereinafter called the Guarantor on the one part) and President of India(hereinafter called 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 for construction _________________(Name of the work) where by the GUARANTOR, inter alia, undertook to render the work of aluminium and curtain glazing in the said contract recited completely structurally safe, water tight and free from defects in functional performance of glass, glazed units, anodizing, aluminium sections, EPDM/Silicon gaskets and sealants.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect that the said work of aluminium and curtain glazing in the said contract recited completely will remain structurally stable, completely leak proof and guaranteed against faulty material and workmanship, powder coated finishing for ten years from the date of completion of the work under this tender.

NOW THE GUARANTOR hereby guarantees that Curtain glazing and aluminium works executed by him will remain structural stable completely leak proof and guaranteed against faulty material and workmanship, powder coated finishing for ten years from the date of completion of the work under this tender.

The decision of the Engineer-in-charge with regard to cause of defect(s) small be final.

During this period of guarantee, the GUARANTOR shall make good all defects to the satisfaction of the Engineer-in-charge at his cost and commence the work for such rectification within seven days from the date of issue of notice from the Engineer-in-charge calling upon him to rectify the defects failing which the work shall be got done by the department of some other contractor at the GUARANTOR’s cost and risk. The decision of Engineer-in-charge as to the cost, payable to the GUARANTOR shall be final and binding. That if the GUARANTOR fails to execute the necessary rectification of water proofing or commits breach there under, then the Guarantor will indemnify Engineer-in-charge and his successors against all loss, damage, cost expense or otherwise which may be incurred by him by reasons of any default on the part of GUARANTOR in performance and observance of this supplementary agreement. As to the amount of loss and / or damage and / or cost incurred by the Government, the decision of the Engineer – in – Charge will be final and binding on the parties. IN WITNESS WHEREOF these presents has been executed by the Obligator ____________________________________and by _____________________________and for an 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 PRESIDENT OF INDIA BY …….. in the presence of: 1. 2. NOTE: The Guarantee bond to be furnished on a ‘Non-Judicial’ stamp paper worth Rs.100/- and shall be duly notarized.

Page 135: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

181

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

GUARANTEE BOND FOR ANTITERMITE TREATMENT

(For Guarantee to be executed by contractors for removal of defects of anti termite treatment works after maintenance period) This agreement made this______________________ day of ____________________________ two thousand _______________________________________________ between M/s. _________________________________ (hereinafter called “the Guarantor of the one part) and the PRESIDENT OF INDIA (hereinafter called “the Government” of the other part.) Whereas this agreement is supplementary to the contract (hereinafter called “the Contract”) dated__________ made between the Guarantor of the one part and Government of the other part, whereby the Contractor, inter-alia, undertook to render the buildings and structure in the said contract recited, completely termite proof. AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect that the said structure will remain termite proof for ten years to be reckoned from the date after the maintenance period prescribed in the contract expires. NOW THE GUARANTOR hereby guarantees that the anti-termite treatment provided by him will render the structures completely termite proof and the minimum life of such anti-termite treatment shall be ten years to be reckoned from the date of after the maintenance period prescribed in the contract expires. Provided that the Guarantor will not be responsible for damages caused due to structural defects or misuse of premises/area. a) Misuse of premises shall mean any operation which will disturb the chemical barrier like excavation under floors, breaking of walls at G.L. disturbing the treatment already carried out. The decision of the Engineer-in-Charge with regard to cause of damage shall be final. During this period of guarantee the guarantor shall make all the arrangements to do the post constructional anti-termite treatment in all the buildings in case of any termite nuisance being found in the building, to the satisfaction of the Engineer-in-Charge at the cost of guarantor and shall commence the work for such treatment within seven days from the date of calling upon him to rectify the defects, by the Engineer-in-Charge, 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 anti-termite treatment or commits breaches hereunder then the Guarantor will indemnify the principal and his successors against all loss, damage, cost, expense or otherwise which may be incurred by the Department by reason of any default on the part of the GUARANTOR in performance and observance of this supplemental agreement. As to the amount of loss and/or damage and/or cost incurred by the Government, the decision of the Engineer-in-Charge will be final and binding on the parties.

IN WITNESS WHEREOF these presents have been executed by the Obligor __________________________and by________________________________________ and for and on behalf of the PRESIDENT OF INDIA on the day, month and year first above written.

SIGNED, sealed and delivered by OBLIGOR in the presence of : 1. 2. SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY …………………………………..…………………… .....................................................................................................in the presence of: 1. 2. * *

Page 136: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

182

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

LIST OF APPROVED MAKES

SL. No.

MATERIAL MAKES/MANUFACTURER

A CIVIL WORKS

1 Anti - Termite Treatment

Osolin or Equivalent.

2 Chemical Admixtures Sika/STP/Cicotechltd/Pidilite/Fosroc/Fairmate/Mc

Bouchemie/ Chokesy/BASF

3 Heat Reflective Glass Glaverbel/Asahi India / Saint Gobain/

4 Adhesive For Door Work Fevicol/Vamicol/Dunlop

5 Dash Fasteners Hilti/ Faischer/ Bosch/ Canon

6 Door Locks Godrej/ Harrison/ Link

7 Aluminium Doors & Windows Fixtures/ Fitting

Everlite / Argent/ Classic/ Crown/ Earl Bihari

8 Extruded Polystyrene Board Styrofoam By Dow Chemicals/ Insuboard By

Supreme Indus Ries 9 Bitumastic Fibre Board Shalimar Tar Product/Fosroc/BASF

10 Expansion Joint System Hercules / J. Sons/Kantaflex

11 Fire Doors Navair/ Shakti - Met Dor/ Godrej

12 Flush Door Shutters Duro/Greenply/Century/Kutty/Kitply/Archid ply

13 Stainless Steel Hardware Arkay/ Godrej/ D-Line/ Carl-F

14 Laminates Duro/ Century/ Greenlam/ Formica/ Decolam/

Euro

15 Plywood/ Blockboard/ Ply Board Duro/ Greenply/Century/ Kitply/ Greenlam/

Novapan/ Marrino/ Greenply/ Euro

16 Pre- Laminated Particle Board Anchor/ Novapan/ Century/ Green Ply/Archidply

Page 137: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

183

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

17 PVC Continuous Fillet For Periphery Packing of Glazings/ Structural/ Glazings

Roop/ Anand/ Forex Plastic/ Nagalia

18 Stainless Steel Bolts, Washers, Nuts & Screws

Kundan/ Puja/ Atuli

19 Stainless Steel Friction/Spring Hinges Earl Bihari/ Securistyle/ Ebco /Arkay

20 M.S. Pipe Jindal/ Prakash- Surya/ Kalinga/ Tata / TT

Swastik

21 Ceramic Tiles Nitco/ Naveen/ Bell/ H.R. Johnson/ Kajaria/

Somany/Asian

22 Ceramic Tiles Adhesive Cico Tech Ltd / Bell/ Pidilite/Bal Endura/

BASF/Sika/Fair Mate

23 Compressed Chequered Tiles Johnson/ Somany/ Kajaria/ Spartek/ Nitco/

Orient/ Bell / Scorpio/ Asian

24 Vacuum Dewatered Flooring

Tremix/ Sun Build/ Avcon Technics

25 Vitrified Tiles Nitco/ Naveen/ Bell/ H.R. Johnson(Marbonite)/

Kajaria/ Somany / Asian

26 Thermal Insulation/Rockwool/Mineral Wool/Puf

M/S Lloyd Insulations India Ltd./ Malarpur Entech/Armacell

27 Waterproofing Agencies/ Material

Shalimar Tar Products/ IWL (India) Ltd. / Llyod Insulations India Ltd. / Chemisol Adhesive Pvt. Ltd. Mumbai/ Indian Water Proofing /Overseas Water Proofing/ (Chemistik) Texas Ltd/ Fosroc /Sika / Cico Tech Ltd/ Mc Boucheme/ BASF

28 Metal Sheet Roofing

M/S Lloyd Insulations India Ltd./ M/S Kirby/ M/s Tata Blue Scope/ M/s Inter Arch/ Karthik Roofing

29 Distemper/Acrylic Washable Distemper

Paints shall be first quality of ICI, Berger, Asian, Shalimar, Nerolac and Johnson & Nicholsan

30 Other Paints/ Primer

31 Plastic Emulsion Paint

Page 138: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

184

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

32 Synthetic Enamel Paints

Paints shall be first quality of ICI, Berger, Asian, Shalimar, Nerolac and Johnson & Nicholsan

33 Resin Based Paints

34 External Emulsion Paint

35 Texture Paint

Berger/ Johnson & Nicholsan /Narolac/Asian / ICI

36 Clear Glass/ Clear Float Glass/ Toughened Glass

Modi/ Saint Gobain (Sg)/ Asahi India / GSC/ ATUL

37 Gypsum False Ceiling

India Gypsum/ Laffarge /St. Gobain (Gyproc)

38 Metal False Ceiling Nittobo/ Armstrong/ Durlum/ Trac/

Uniment/Hunter Duglus

39 Polysulphide Sealant Pidilite/ Fosroc/ Choksey /Sika, Mc Bouchemie,

BASF/Fair Mate

40 Aluminium Extrusion

Indal/ Hindalco/ Jindal.

41 Door Closer / Floor Spring

Godrej/Dorma/Everite/ Hardwyn/Master

42 Cement ACC, Ultratech, Vikram, Shree Cement, Ambuja,

Jaypee Cement, Chettinad, Coramandal, Ramco, Zuari, Century Cement & J.K. Cement

43 Ready Mix Concrete ACC/ Unitech/RMC Ltd./ L&T / Coromandal/

Computrised BMC Plant By Contractor/ Poab Sons/ PTC

44 Reinforcement Steel SAIL, Tata Steel Ltd., RINL, Jindal Steel & Power

Ltd. and JSW Steel Ltd., IISCO

45 Calcium Silicate Boards Hilux / Aerolite / Armstrong

46 Cacium Silicate Tiles Aerolite / Hilux/Armstrong

47 E.P.D.M. Gaskets

Anand Reddiplex/ Enviro Seals

48

Flexi Tape

Norton/ Bizzare

49 Glass Fibre Acoustical Tiles Ecophon/ Up Twiga

Page 139: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

185

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

50 Silicon Sealants (I) Weather Sealant (Ii) Structural Glazing Sealant

Ge- Silicon/ Pidilite/Choksey/ Wacker/ Forsoc/ Cico/ Dow Corning/ Sika

51 White Cement

Birla White/ J.K. / Grasim

52 False Floor S5ystem Dg False Flooring & Technologies Pvt. Ltd/United

Access Floor Pvt. Ltd.

53 Protective Coating BASF or Equivalent

54 Acostical Wall And Ceiling System Gyproc or Equivalent

55 Vitreous china sanitary ware Hindware / Parryware /Cera /Commander

56 W.C. seats & cover Hindware / Parryware /Cera /Commander

57 Stainless Steel sinks Jayna/Kingston/ Neelkanth /Nirali

58 C.P. fittings & accessories & flush valves Jaquar/Parko/ Kingston/Hindware / Ess-Ess

59 Liquid soap dispenser Chilly/Euronics/Camry/ Utec / Kopal

60 UPVC pipes & fittings conforming to IS : 13592 Supreme / Finolex / Prince /AKG / Kisan

61 Ductile iron pipes (IS:8329) Electrosteel/Kesoram/Jindal

62 Ductile iron fittings (IS:9523) Electrosteel/Kesoram/Jindal/Kartar

63 RCC pipes Indian Hume Pipe/Pragati Concrete Udyog/Thirunelveli Spun Pipes/Thuluvanikkal Pipes

64 G.I. pipes Tata/ Jindal / Prakash / Surya

65 Malleable cast iron fittings R/Ks / Unik / Zoloto

66 CPVC pipes & fittings Ajay / Astral / Ashirwad /Supreme/Flow Guard

67 UPVC pipes conformingto IS: 4985-2000 Supreme / Finolex / AKG / Kisan/ Flow Guard

68 Gun metal valves (fullway, check and globe valves) Zoloto / Leader / Sant/Kartar/Atam

Page 140: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

186

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

69 C.I. valves (fullway, check and globe valves) Zoloto/ Kirloskar / Sant / Castle / Kartar/Atam

70 Ball cocks, check & foot valve, prv, air valve GPA/Sant/L & K / Tbs / Zoloto/Atam

71 C.I. manhole covers and frames Neco / R.I.F. / B.C. /Neer/Hepco/Skf

72 Stainless Steel/C P grating Chilly/Camry

73 RCC/SFRC manhole covers/precast RCC grating KK / S K precast concrete/advent concretovision

74 PVC-u pipes for sewerage and drainage conforming to IS:15328:2003

Supreme / Finolex / Kisan/Flow Guard

75 Mirror Atul/ Modi Guard /Golden Fish / Saint Gobain

76 High density polyethylene(HDPE) water storage tank Sintex / Rotex / Fusion Plasto / Polycon

NOTE: Equivalent material and finishes of any other specialized make may be used, in case it is established that the brands specified above are not available in the market but only after approval of the alternate brand by the Engineer-in-charge. The contractor shall quote his rates on the basis of the price of best quality product of the brand / make in case any particular brand of item is not acceptable to the client, the contractor shall supply items of other approved brands at no extra cost.

Page 141: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD-1 EE/IISER TVM PD - I

PART-C

MINOR COMPONENT- ELECTRICAL

SCHEDULE A TO F, ADDITIONAL CONDITIONS (Page 187 to 253)

Page 142: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

187

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

PROFORMA OF SCHEDULES

ELECTRICAL WORKS [Composite Tender -MINOR COMPONENT]

SCHEDULE ‘A’

Schedule of quantities (as per PWD-3): Enclosed in page No. 286 to 310

SCHEDULE 'B'

Schedule of materials to be issued to the contractor.

S.No. Description of item Quantity Unit Rates at which the material will be charged

to the contractor

Place of issue

1 2 3 4 5 6

1 1 X 28 W surface mounted fixture (Philips Cat No. -PHILIPS TMS 122/128 HF)

250 each 1255/-

2 2 X 28W wall mounted light fixture (Philips Cat TCW 097/228 HF)

15 each 5025/-

3 1 x 11W CFL Mirror light fixture (Bajaj)

210 each 1139/-

4 1 x 14 W Wall mounted fixture ( Philips Cat No. TCH 207/1xT5-14W)

70 each 4320/-

5 1 x 150 W HPSV street light fixture ( Philips Cat No. SGP 438 1xSONT 150 )

50 each 6870/-

6 3 x 300 Sqmm HT cable 2500 Metre 2493/-

7 3.5 x 400 Sq 1.1KV,XLPE, LT Cable

11660 Metre 1827/-

8 180 mm dia DWC HDPE pipe 5250 Metre 328/-

9 120 mm dia DWC HDPE pipe 200 Metre 169/-

10 8 Mtr High Galvanaized octagonal pole with single arm

50 each 18750/-

Page 143: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

188

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

11 Foundation bolt, nuts , washers for octagonal pole

560 each 150/-

12 4500 LPM x 35 M Head, Terrace pump for fire fighting

5 each 52000/-

13 HT Panel 1 Each 2625000/-

14 1000 KVA Dry type Transformer

2 Each 2212500/-

SCHEDULE 'C'

Tools and plants to be hired to the contractor

S.No. Description Hire charges per day Place of Issue

1 2 3 4

Nil Nil

Nil Nil

SCHEDULE ‘D’

Extra schedule for specific requirements/document for the work, if any:

NIL

SCHEDULE ' E’

Reference to General Conditions of contract: GCC 2014, CPWD Form 7 modified and corrected up to and including No. DGW/CON/290 dated 09.11.2015.

Name of Work: Construction of Civil Structures and other Infrastructure facilities for Academic area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: Construction of Physical Science Block, Biological Science block, Animal House and Concourse including internal and external civil & Electrical services, fire fighting, Lifts, Site development – (Balance Work). (I)Estimated cost of work : Rs. 748294174/- [Civil : Rs. 601340999/-+ Electrical : Rs. 146953175/-] (II) Earnest Money : Rs. 8482942/-

Page 144: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

189

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

(ii) Performance Guarantee : 5% of tendered value

(iii) Security Deposit : 2.5% of tendered value

SCHEDULE ' F’

GENERAL RULES & DIRECTIONS:

Officer inviting tender: Executive Engineer, IISER TVM Project Division -1, CPWD, Thiruvananthapuram.

Definitions:

2(v) Engineer-in-Charge : Executive Engineer, IISER TVM Project Electrical division, CPWD, Thiruvananthapuram. 2(viii) Accepting Authority : Chief Project Manager, IISER TVM Project Zone, CPWD, Trivandrum or successor thereof.

2(x) Percentage on cost of materials and

Labour to cover all overheads and profits: 15%

2(xi) Standard Schedule of Rates: Delhi Schedule of Rates 2014 with correction slips No.DG/DSR/08 dtd.23.04.2015

(xii) Department : Central Public Works Department

9(ii) Standard CPWD Contract Form: GCC 2014 CPWD Form 7 modified and corrected up to and including No. DGW/CON/290 dated 09.11.2015.

Clause 1

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

(i) Maximum allowable extension with late fee @ 0.1% of

Performance Guarantee amount per day beyond the period provided in (i) above : 15 days

Page 145: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

190

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Clause 2 Authority for fixing compensation under clause 2: Chief Project Manager, IISER TVM Project Zone, CPWD, Thiruvananthapuram

or successor thereof.

Clause 2A Whether Clause 2A shall be applicable : Yes

Clause 5

Number of days from the date of issue of letter of acceptance for reckoning date of start : 22 (Twenty Two) days

Mile stone(s) as per table given below:

S.No. Description of Milestone (Physical) Time allowed in days(from date of start)

Amount to be with-held in case of non achievement of mile stone

Same as per page 55 to 60 of major component.

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

Authority to decide: (i) Extension of time : Executive Engineer, IISER TVM

Project Division - I, CPWD, Thiruvananthapuram

or successor thereof.

(ii) Rescheduling of milestones : Chief Project Manager, IISER TVM Project Zone, CPWD, Thiruvananthapuram

or successor thereof.

(iii)Shifting of date of start in case of delay in handing over of site : Chief Project Manager, IISER TVM

Project Zone, CPWD, Thiruvananthapuram

or successor thereof.

Clause 6, 6A

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

Page 146: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

191

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Clause 7 Gross work to be done together with net payment /adjustment of advances for material collected, if any, since the last such payment for being eligible to interim payment : Rs. 60 Lakhs (Rupees Sixty lakhs only) Clause 7A Whether Clause 7A shall be applicable : Yes No Running account bill shall be paid for the work till the applicable labour licenses, registration with EPFO, ESIC and BOCW Welfare Board, whatever applicable are submitted by the associated contractor to the Engineer-in-Charge. Clause 10A List of testing equipment to be provided by the contractor at site lab. : As per Annexure I of

major component Clause 10B (ii)

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

Clause 10C : Not Applicable

Clause 10CA

S.N. Material covered under this clause

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

Base Price of all Materials covered under clause 10 CA*

1

Refer schedule A to F of major component

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

Clause 10CC Clause 10 CC to be applicable in contracts where the stipulated period of completion exceeding the period shown in next column :More than 12 months

Page 147: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

192

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Schedule of component of other Materials, Labour, POL etc. for price escalation. Component of civil (except materials covered Under clause 10CA) /Electrical construction Materials) - : Xm=40% expressed as percent of total value of work. Component of Labour – expressed as percent of total value of work. : Y = 25%

Component of P.O.L. - expressed as percent of total value of work. : Z = NIL%

Note: Xm…..% should be equal to (100) – (materials covered under clause 10 CA i.e. cement, steel and other material specified in clause 10 CA + Component of Labour + Component of P.O.L

Clause 11

Specifications to be followed for execution of work: CPWD Technical Specifications for Electrical works Part-I Internal (2013), Part II External (1994), Part III Lifts & Escalators (2003), Part-IV Substation (2007), Part-V Wet Riser & Sprinkler System(2006), HVAC 2004 Part and with up to date amendments and to confirm to the Indian Electricity Act & rules and Direction of Engineer-in-charge and Additional Conditions. Clause 12 Type of work : Original & Project work 12.2. & 12.3 Deviation Limit beyond which clauses

12.2 & 12.3 shall apply for building work : 30% 12.5 (i)Deviation Limit beyond which clauses

12.2 & 12.3 shall apply for foundation work : 30% (Except Earth Work) (ii)Deviation Limit for items in earth work : 100% Sub head of DSR and or related items.

Clause 16 Competent Authority for deciding reduced rates : Chief Project Manager, IISER TVM Project

Zone, CPWD, Thiruvananthapuram or successor thereof.

Page 148: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

193

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Clause 18

List of mandatory machinery, tools & plants to be deployed by the contractor at site: - As per Annexure II of civil Clause 25 (1)

Claim Amount Up to 25 lakhs More than 25 lakhs

Chairman Director(WORKS cum TLQA) (SR)II Chief Project Manager, NIT Project Zone, Calicut.

Member Executive Engineer, Trivandrum Central Division

Director of works (SR) II

Member Executive Engineer(P), O/o CE(SZ)V Superintending Engineer, Trivandrum Central Circle

Presenting Officer Executive Engineer in charge of the work

Superintending Engineer –in-charge /Executive Engineer in charge of the work

Clause 36 (i)

Requirement of Technical Representative(s) and recovery Rate

Sl.

No.

Minimum Qualification of Technical Representative

Discipline Designation (Principal Technical/ Technical Representative)

Minimum Experience

Number Rate at which recovery shall be made from the contractor in the event of not fulfilling provision of clause 36(i)

Figures Words

Refer schedule A to F of major component

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

Clause 42

(i) (a) Schedule/statement for determining theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates 2014 printed by C.P.W.D. ii)

Page 149: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

194

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

(i) (a) Schedule/statement for determining theoretical quantityof cement & bitumen on the basis of Delhi Schedule ofRates

DSR 2014 with correction slips No.DG/DSR/07 dtd.21.10.2014.

(ii) Variations permissible on theoretical quantities:

(a) Cement

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

2% (Two percent) plus / minus .

Bitumen for all works 2.5% (Two point five percent) plus only and nil on minus side.

(b) Steel Reinforcement and structural steel sections for each diameter, section and category

2% (Two percent) plus / minus

(c) Paint As per co-efficient of standard Delhi Analysis of Rate 2014

(d) Vitrified/ Ceramic floor tiles 2.5% (Two point five percent) plus only.

(e) Ceramic glazed wall tiles 2.5% (Two point five percent) plus only.

(f) Granite stone slab 15% (Fifteen percent) plus only.

(g) Kota stone slab 15% (Fifteen percent) plus only.

(h) Calcium silicate false ceiling tiles 5% (Five percent) plus only.

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

S. No. Description of Item Rates in figures and words at which recovery shall be made from the Contractor

Excess beyond

permissible variation

Less use beyond

permissible variation

1 1 X 28 W surface mounted fixture (Philips Cat No. -PHILIPS TMS 122/128 HF)

1255/- per each

Rs. 2510/- per each

Page 150: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

195

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

2 2 X 28W wall mounted light fixture (Philips Cat TCW 097/228 HF)

5025/- per each

Rs. 10050/- per each

3 1 x 11W CFL Mirror light fixture (Bajaj) 1139/- per each

Rs.2278/- per each

4 1 x 14 W Wall mounted fixture ( Philips Cat No. TCH 207/1xT5-14W)

4320/- per each

Rs. 8640 /- per each

5 1 x 150 W HPSV street light fixture (Philips Cat No. SGP 438 1xSONT 150 )

6870/- per each

Rs.13740 /- per each

6 3 x 300 sqmm HT cable 2493/- per Metre

Rs.4986/- per Metre

7 3.5 x 400 Sq 1.1KV,XLPE, LT Cable 1827/- per Metre

Rs. 3654/- per Metre

8 180 mm dia DWC HDPE pipe 328/- per Metre

Rs.656 /- per Metre

9 120 mm dia DWC HDPE pipe 169/- per Metre

Rs. 338/- per Metre

10 8 Metre High Galvanaized octagonal pole with single arm

18750/- per each

Rs.37500/- per each

11 Foundation bolt, nuts , washers for octagonal pole

150/- per each

Rs.300/- per each

12 4500 LPM x 35 M Head, Terrace pump for fire fighting

52000/- per each

Rs.104000 /- per each

13 HT Panel 2625000/- Per each

Rs.5250000/- Per each

14 1000 KVA Dry type Transformer 2212500/- Per each

Rs. 4425000/- Per each

Page 151: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

196

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

ADDITIONAL CONDITIONS

ELELCTRICAL WORKS

1.0 COMMERCIAL CONDITIONS Only Contractors who fulfill the following requirements shall be engaged for the

Electrical Works.

1.1 Sub Head – Wiring, External lighting.

The main contractor should associate contractor who is registered under Class I Electrical category / composite category in CPWD

OR

Agency having electrical contractor license and experience of satisfactorily completed similar works of value as mentioned below during the last seven years before their date of engagement:

(i) Three similar works each costing not less than Rs.230 Lakhs

OR

(ii) Two similar works each costing not less than Rs. 350 Lakhs

OR

(iii) One similar work costing not less than Rs.470 Lakhs

“Similar work” means “Providing Internal and External Electrical Installations” 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 up to the date of engagement.

1.2 Sub Head – Solar water Heater.

The associated firms engaged for this work should fulfill the following eligibility criteria. Should produce definite proof from appropriate authority which shall be to the satisfaction of competent authority having satisfactorily completed similar works of magnitude specified below during the last 7 years ending as on the date of engagement.

Page 152: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

197

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

“Similar work” means “SITC of Solar water Heater” 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 up to the date of engagement.

(i) Three similar works each costing not less than Rs. 15 Lakhs OR

(ii) Two similar works each costing not less than Rs. 20 Lakhs

OR

(iii) One similar work costing not less than Rs. 30 Lakhs

1.3 Sub Head - LIFT

Manufacturers who approved by DGW, CPWD under category A type of lifts.

1.4 Sub Head – Hydrant System & FAS.

The associated firms engaged for this work should fulfill the following eligibility criteria. Should produce definite proof from appropriate authority which shall be to the satisfaction of competent authority having satisfactorily completed similar works of magnitude specified below during the last 7 years ending as on the date of engagement.

“Similar work” means “SITC of Hydrant system ( Water based )& FAS” 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 up to the date of engagement.

(i) Three similar works each costing not less than Rs. 20 Lakhs OR

(ii) Two similar works each costing not less than Rs. 30 Lakhs

OR

(iii) One similar work costing not less than Rs. 40 Lakhs

Page 153: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

198

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

1.5 Sub Work – Sub Station equipment

The associated firms engaged for this work should fulfill the following eligibility criteria.

Should produce definite proof from appropriate authority which shall be to the satisfaction of competent authority having satisfactorily completed similar works of magnitude specified below during the last 7 years ending as on the date of engagement.

“Similar work” means “SITC of Indoor or Out door Sub station works with Transformer, HT panel and MV panel” 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 up to the date of engagement.

(i) Three similar works each costing not less than Rs. 270 Lakhs with capacity of individual transformer capacity 800 KVA.

OR

(ii) Two similar works each costing not less than Rs. 400 Lakhs with capacity of individual transformer capacity 800 KVA.

OR

(iii) One similar work costing not less than Rs.540 Lakhs with capacity of individual transformer capacity 800 KVA.

Page 154: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

199

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

II. GENERAL CONDITIONS

2.1 The works will be executed to comply with the CPWD Technical Specifications for

Electrical works Part-I Internal (2013), Part II External (1994), Part III Lifts & Escalators (2003), Part-IV Substation (2013), Part-V Wet Riser&Sprinkler System(2006) and with up to date amendments and to confirm to the Indian Electricity Act & rules, BIS& Direction of Engineer-in-charge/PMC.

2.2 The items of work shall be executed as per detailed technical specifications and scheme. In case of contradiction between schedule of work with its Additional Specification and the Technical Specification, the former shall prevail.

2.3 The work shall be executed as per general arrangement drawing including conduit

layout and detailed fabrication drawings duly approved by the Engineer-in-charge. The various items of equipment will be ordered only after the drawings are approved and quantities in detail of various items are ascertained as per actual requirements. Therefore the actual quantities / measurement may vary from the stipulated quantities, which are only estimate.

2.4 The contractor/agency will engage suitable qualified/experienced/ licensed engineering supervisor for the work and suitable skilled personnel with required license for doing the erection work. Required special tools to be operated in the execution of the job.

2.5 The work shall be performed as per the day to day instruction and approval of the engineer-in-charge. All materials/ equipment will be used after taking approval of the Engineer-in-charge/PMC.

2.6 Equipment will be duly inspected in the manufacturer’s works / premises before dispatch to the site, as per instructions of Engineer-in charge/PMC.

2.7 The rates are to be inclusive of all taxes, levies, insurance, freight, octroi etc. except

service tax which will be reimbursed by the department, in full, on presentation of receipted original deposit slip, against the work. Nothing extra will be paid.

2.8 The work will be executed as per the programme of completion of the project. The

delivery & erection schedule of various materials/ equipment will be as per approval of Engineer-in-charge.

2.9 This contract holds the contractor responsible for the entire job as per relevant

CPWD specifications. If any item is left out within the schedule of work but if it is considered essential for the completion of the job, the contractor has to carry out the items as extra substituted item.

2.10 The contractor shall have to make arrangements, at his own risk and cost, for

transportation of materials from the point of issue of stores to site of work, if any.

Page 155: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

200

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

2.11 The contractor shall ensure that the staff employed by him for execution of the electrical work, possess the valid electrical license issued by competent authority. The contractor shall be fully responsible for all the consequences arising due to the default of the contractor in not complying with the above condition.

2.12 All concealed work and earthing shall be done in the presence of the Engineer-in-

charge or his authorized representative as per approved shop drawings prepared by contractor.

2.13 The schematic diagram/dimensional drawings of the various electrical cubical panels

shall be got approved from the Engineer-in-charge before fabrication and shall comply with CPWD specifications and Indian Electricity Rules. The panels shall conform to IS: 8623/1993. All panels shall be powder coated inside and outside, in shade approved by the Engineer-in-charge.

2.14 Model of modular accessories among the approved makes required for the work

shall be got approved from the Engineer-in-charge. The base plate shall be preferably in sheet steel or otherwise in unbreakable polycarbonate. The cover plates shall be screw less type and of shade approved by the Engineer-in-charge. The GI box shall be of the same make as the modular accessories.

2.15 Contractor shall have to check the site order Book for any instructions of

PMC/Engineer-in-charge or his authorized representative and sign the site order book. He shall be bound to ensure compliance with the instructions recorded there in.

2.16 All panels/DBs/SDBs shall be suitable for 45ºC ambient temperature.

2.17 The MCCB/MCB shall be of the same make as that of DBs/SDBs. Contractor shall

obtain approval of the Engineer-in-charge before procurement of MCB DB’s. All DB’s shall be double door type confirming to minimum IP-43 degree of protection.

Miniature Circuit Breaker shall comply with IS –8828-1996 / IEC 898.Miniature Circuit Breakers shall be quick make and break type for 230 / 415 V A.C. ,50Hz application with magnetic thermal release for over current and short circuit protection. The breaking capacity shall not be less than 10KA at 415V A.C. The MCB shall be DIN mounted. The MCB shall be current limiting type (class – 3).

MCB shall be classified (B, C, D ref. IS standard) as per their tripping characteristics curves defined by the manufacturer The MCB shall have the minimum power loss (watts) per pole defined as per the IS / IEC and the manufacturer shall display the values.

2.18 All the MCCB’s shall have microprocessor based trip unit for reliable protection and accurate measurement. The rated Service breaking capacity (kArms) shall be 100% of Ultimate breaking capacity (kArms). All MCCB’s shall be current limiting type with features as per relevant IS codes and CPWD specification. All MCCB’s shall be rated for minimum operating voltage of 690 V and minimum insulation voltage of 750 V. There has to be total discrimination between the incoming and outgoing MCCB’s and

Page 156: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

201

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

MCB’s, as required, at the MDB’s and DB’s level. MCCB’s shall be used with rotary handle and terminal spreaders and all terminals

shall be shrouded to avoid direct contact.

All measuring CT’s, unless otherwise specified shall be cast resin CT’s with class 0.5 accuracy. All digital measuring meter shall be with class o.5 accuracy unless specified otherwise.

Mechanical Castle key interlock shall be provided among the incomer MCCB’s, wherever, as applicable, two different incomer sources are provided in the panel as per the directions of the Engineer in charge. The same is deemed included in the scope of work.

All measuring and indicating instruments shall be protected through MCB’s of 0.5 Amps rating and isolating switches.

2.19 General arrangement drawing of the switchboard shall be got approved by PMC/ the Engineer-in-Charge before commencement of manufacturing.

2.20 Conduit layout as per switching arrangement shall be prepared by contractor and got approved from the Engineer-in-Charge before slab casting. At all expansion joints in the building suitable arrangement shall be ensured during conduiting.

2.21 Ratings, sizes and quantities shall be checked and considered for satisfactory operation of electrical system complete in all respect. Ratings, sizes and quantities mentioned in Bill of Quantities and drawings are indicative and minimum.

2.22 Conduits, Switchboards, Sockets to be provided on walls shall be recessed type unless specifically approved by Engineer-In-Charge.

2.23 Conduits on ceiling in existing system may be provided on surface and in new construction shall be recessed type.

2.24 Breaker shall have LCD display to show the metering and protection parameters.

2.25 The Lift & Escalator manufacturer shall ensure that all basic equipment like Drive units, Car body & Doors, Ropes, Controllers, Guide rails, Balustrade, Steps etc are sourced from their manufacturing facilities/ vendors in India or abroad. The material shall be of best quality and shall be offered for inspection before dispatch from the manufacturing facilities, as per contract condition.

2.26 The firm shall deploy only licensed personnel as required under IE Rules, for execution of the electrical works. The firm shall be liable to submit the list of such personnel along with the attested copy of the licenses at the time of execution.

2.27 It is important that every equipment is tested fully before dispatch and brought to site of work.

Page 157: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

202

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

2.28 All materials for the work shall be supplied from approved list of manufacturer and any item, not covered in approved list, shall be supplied after getting approval from PMC/ Engineer- in-charge or his authorized representative.

2.29 Any materials brought for work which is not matching with specification will be rejected and the rejected materials shall be removed from site on the same day.

2.30 All fees payable to Electricity Board and Electrical Inspectorate and other local bodies shall be paid by the contractors and the same shall be reimbursed by department on production of documentary evidence.

2.31 Contractor shall obtain necessary permits/approvals from Competent Authority before commencement of work. All documents/drawings required for such permits/approvals shall be prepared by the contractor.

2.32 Test certificates both type test and routine tests wherever required shall be furnished along with supply of all Electrical/Mechanical items.

2.33 Testing/Measuring/Equipments

a) The agency shall have the following testing/measuring equipment in addition to standard tools.

i) Insulation Tester, 500V, 1000V, 5000V ii) Earth tester with kit- 0-10,100 ohms with selector switch iii) Tong tester with (1) Ammeter 0-800 A with different ranges and selector

switch. iv) Voltmeter 0-300V/600V with different ranges and selector switches. v) Phase sequence tester vi) Multimeter/Avometer(Digital type)- measure 0-10/100 mV, mA, ohm,

Kilo ohm resistance. vii) Frequency meter 45 to 55 Hz. viii) Lux meter to measure upto 2000 lux with selector switches. ix) Micrometer(digital) x) Vernier Caliper(digital)

2.34 The contractor shall submit following detail shop/fabrication/layout drawings,

datasheets and calculations.

(i) Internal Electrical Works Conduit layout with number of wires in each conduit, circuit. Phase balancing calculation DB, SDB load calculation Cable and sub main wire sizing Conduit layout and wiring diagram with equipment layout drawing for

LAN, EPABX, PA, Projection and digital light control, stage lighting, conference system, etc.

Electrical, UPS, Server, CCTV Room sizing

Page 158: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

203

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

(ii) Equipment datasheet, Catalogue and GA drawing MDB Floor DB SDB Light Fittings Wires and cables Switches and sockets Conduit, Junction box Lux level calculation Bus duct and light fitting fixing arrangement Earthing and lightening protection Layout EPABX System,Data communication, PA, Projection, CCTV, digital light

control, conference system, etc. and other Low voltage equipment (iii) External Illumination Works

External lighting layout Circuiting and phase balancing of external illumination scheme Power feeding arrangement Lux level calculation based on final lighting fitting Datasheet and catalogue of light fittings Datasheet, catalogue structural calculation and GA /foundation drawings

(iv) Six Set of copies of installation, operation and maintenance manuals, descriptive bulletins etc., shall be furnished prior to / at the time of despatch of all materials. Manuals shall include the following aspects:

Outline dimension drawing showing relevant cross sectional views, earthing details and constructional features including foundation drawing.

Rated voltage, current, duty cycle and all other technical information which may be necessary for correct operation of the switchgear.

Storage details for prolonged duration. Unpacking. Handling at site. Erection Pre-commissioning test. Operating procedure. Maintenance procedures. Precaution to be taken during operation and maintenance work. List of spares for two years trouble free operation.

Note: For complete execution and satisfactory performance of installation, drawings / documents for all items whether or not mentioned above shall be submitted for approval.

Page 159: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

204

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

2.35 Test Certificates

i) Type/Routine test certificate for all types of equipment, cables, etc. included in the order/contract.

ii) Specified number of copies of the approved test certificates shall be furnished to the Engineer-in-Charge before dispatch of all materials / equipment and cables, etc.

iii) On completion of work the contractor shall submit six sets of all drawings, manuals and test certificates, etc. for all equipment / materials ordered and as specified by the Engineer-in-Charge.

Page 160: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

205

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

III. PART I - ELECTRICAL WORKS (INTERNAL)

3.1 LIGHT FITTING AND ACCESSORIES SCOPE

This specification covers the design, material specification, manufacture, testing, inspection and delivery to site and installation & commissioning of lighting fittings and their associated accessories.

STANDARDS The lighting fittings and their associated accessories such as lamps/tubes, reflectors,

housings, ballasts, etc. shall comply with the latest applicable standards as specified. Where no standards are available, the supply items shall be backed by test results shall be of good quality and workmanship & any supply items which are bought by the VENDOR shall be procured from approved manufacturers acceptable to the Engineer-in-charge.

LIGHTING FITTINGS - GENERAL REQUIREMENTS (i) Fittings shall be designed for continuous trouble free operation under atmospheric

conditions without reduction in lamp life or without deterioration of materials and internal wiring. The fittings shall be designed so as to facilitate easy maintenance, including cleaning, replacement of lamps/starters etc. Outdoor fittings shall be weather-proof and rain-proof type.

(ii) Connections between different components shall be made secured in such a way that they shall not work loose by small vibration or loose contacts.

(iii) The VENDOR shall furnish the utilization factor for each type of lighting fitting to indicate the proportion of the light emitted by the bare lamps which falls on the working plane.

(iv) All fittings shall be supplied complete with lamps suitable for operation on a supply voltage and the variation in supply voltage.

(v) The fittings and accessories shall be designed to have low temperature rise. The temperature rise above the ambient temperature shall be as indicated in the relevant standards.

(vi) All mercury vapour and sodium vapour lamp fittings shall be complete with accessories like lamps, ballasts, power factor improvement capacitors, starters wherever applicable, etc. These shall be mounted as far as possible in the fitting assembly only. If these cannot be accommodated inside, then a separate metal enclosed box shall be included to accommodate the accessories and in addition with a fuse and a terminal block suitable for loop-in, loop-out connections. Outdoor type fittings shall be provided with outdoor type weather-proof box.

Page 161: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

206

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

(vii) All fluorescent lamp fittings shall be complete with all accessories like ballasts, power factor improvement capacitors, lamps, starters and capacitors for correction of stroboscopic effect.

(viii) Each fitting shall have a terminal block suitable for loop-in, loop-out and T-off connection by 650/1100V, 3 core, PVC insulated Copper conductor cable of 1.5 sq.mm in size unless otherwise specified in schedule. The internal wiring shall be completed by the MANUFACTURER by means of stranded copper wire and terminated on the terminal block.

(ix) The mounting facility and conduit knock-outs for the fixtures shall be as specified.

(x) All hardware used in the luminaire shall be suitably plated or anodized and passivated for use in chemical industrial and power plants.

EARTHING (i) Each lighting fitting shall be provided with an earthing terminal suitable for

connection to the earthing conductor.

(ii) All metal or metal enclosed parts of the housing shall be bounded and connected to the earthing terminal so as to ensure satisfactory earthing continuity throughout the fixture.

PAINTING/FINISH (i) All surfaces of the fittings shall be thoroughly cleaned and degreased. The fittings

shall be free from scale, rust, sharp edges and burrs.

(ii) When enamel finish is specified, it shall have a minimum thickness of 2 microns for outside surface and 1.5 microns for inside surface. The finish shall be non-porous and free from blemishes, blisters and fading.

(iii) The finish of the fittings shall be such that no bright spots are produced either by direct light source or by reflection.

3.2 LT SWITCHGEAR PANEL

SCOPE This specification covers manufacture, assembly factory test, supply, delivery, field test and installation of L.T. Switchgear panel of voltage not exceeding 1000 V AC complete in all respect with all equipment fittings and accessories for efficient and trouble free operation as required here under.

CODES & STANDARDS The design, construction, manufacture and performance of equipment shall conform to latest applicable standards and comply with all currently applicable statutes, regulations and safety codes in the locality where the equipment shall be installed. Nothing in this specification shall be construed to relieve the BIDDER of this responsibility.

Page 162: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

207

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Equipment shall conform to the latest applicable Standards as mentioned. In case of conflict between the Standards and this specification, this specification shall override.

IS:13947 (Part 2&5), 1993 -Low voltage switchgear & control gears IS:2147, 1966-Degree of protection IS:13947 (Part 4, Sec.I),1993 BS:60947-4-1, 1992:IEC:158-Contactor for voltage not exceeding 1000V AC. IS:375, 1993-Marking and arrangement of bus bars IS:694, 1990 & IS:8130, 1984-PVC Insulated cables and aluminium conductor IS:1248,1991-Direct acting electrical indicating instruments IS:13703, 1991 -Low voltage fuses IS:13118 (All parts), 1991 -Alternating current circuit breakers IS:2705 (Part 1 to 4), 1992-Current transformers IS:3156 (Part 1 to 3), 1992-Voltage transformers

POWER SUPPLY SYSTEM The incomer power supply shall be 415V, 3 phase, 4 wire, 50 Hz, effectively earthed AC system. The fault level for the switchgear shall be as indicated in BOQ and drawings.

Variation of voltage and frequency from their rated values shall be as per IE rules.

AMBIENT CONDITIONS The following site conditions shall be considered for the design of panels:

Reference temperature : 45C

SHEET METAL WORK The switchgear frame shall be fabricated using suitable mild steel structural sections or pressed and shaped cold rolled sheet steel of thickness not less than 2.0 mm & all cable gland plate steel of thickness not less than 3.00 mm.

Frames shall be enclosed by sheet steel of thickness not less than 2 mm cold rolled, smoothly finished, levelled, and free from flaws. Doors and covers shall be made of sheet steel of thickness not less than 1.6mm cold rolled. Angle iron Stiffeners shall be provided wherever necessary.

All panel edges and door edges shall be reinforced against distortion by rolling, bending or by the addition of welded reinforcement members.

Cut-outs shall be true in shape and avoidsharp edges.

The complete structure shall be rigid, self-supporting, free from vibration, twists and bends.

Page 163: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

208

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

PAINTING All sheet steel work shall be phosphated in accordance with the following procedure and in accordance with applicable standards

Oil, grease and dust shall be thoroughly removed by hot emulsion cleaning.

Rust and scale shall be removed by pickling with dilute acid followed by washing with running water, rinsing with slightly alkaline hot water and drying.

After phosphating, thorough rinsing shall be carried out with clean water, followed by final rinsing with dilute dichromate solution and oven drying.

A smooth coat of powder coating of minimum 70 micron to be provided of approved colour.

Finished painted appearance of equipment shall present an aesthetically pleasing appearance like Siemens grey, free from dents and uneven surfaces.

CONSTRUCTIONAL FEATURES Switchgear panel shall be: a) of the metal enclosed, indoor, floor mounted modular type b) made up of the requisite vertical sections c) of dust and vermin proof construction d) Provided with a degree of protection of IP-42 for indoor panels and IP 54 for

outdoor feeder pillar. e) Easily extendable on both sides by the addition of vertical sections after removing

the end covers. f) Provided with a metal sill frame made of structural steel channel section properly

drilled for mounting the Switchgear along with necessary mounting hardware. Hardware shall be zinc plated and passivated.

g) With labels on the front indicating the switchgear designation. h) Of uniform height of not more than 2400mm and operating handle of the highest

unit shall be at a height not more than 1.7 mtr. i) of single front execution j) Provided with self-adhesive PU foam type/neoprene gaskets all-round the

perimeter of adjacent panels, panel and base frame, removable covers and doors.

k) Provided with aluminum bus bars running at the top, as required, all along the length of the switchgear in a separate sheet steel enclosure.

l) Feeder pillars/kiosk shall be fabricated from 2.00 mm thick CRCA steel and conform to IP: 54 degree of protection.

Operating devices shall be incorporated only in the front of the Switchgear.

The switchgear shall be provided in distinct vertical sections each comprising: a) A completely metal enclosed bus bar compartment running horizontally. b) Individual feeder modules arranged in multi-tier formation. It is essential that the

modules are integral multiples of the basic unit size to provide for flexibility in changes, if any, at site.

Page 164: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

209

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

c) Enclosed vertical bus bars serving all modules in the vertical section. For safety isolation of the vertical bus bars, insulating barrier with cut-outs shall be provided to allow the power stab contacts to engage with vertical bus bars.

d) The cable alley shall be of adequate size. e) A horizontal separate enclosure for all auxiliary power and control buses, as

required, shall be located so as to enable easy identification, maintenance and segregation from the main power buses. Tap-off connections from these buses shall be arranged separately for each vertical section.

f) Each outgoing feeder compartment having 3 P MCCB shall have neutral link of suitable rating at the MCCB compartment. Each vertical section shall be equipped with space heaters with thermostat and CFL lamp with power socket.

One metal sheet shall be provided between two adjacent vertical sections running to the full height of the switchgear except for the horizontal bus bar compartment. However, each shipping section shall have metal sheets at both ends.

All equipment associated with a single circuit shall be housed in a separate module compartment of the vertical section. The compartment shall be sheet steel enclosed on all sides and the rear, with the withdraw able units in position or removed, except on the cable alley side. A plate cover with a slot to permit wiring connections shall be provided on the side corresponding to the cable alley. The front of the compartment shall be provided with a hinged door.

For draw out type, ACB modules, only the handles of control and selector switches, push buttons, knobs and cut-outs for lamps and meters shall be arranged on the front doors of the respective compartments to permit operation without opening the door. On circuit breaker controlled circuits, protective relays shall be mounted on the front door of the compartment. All other equipment pertaining to a circuit shall be mounted on the withdrawable chassis. All cut-outs shall be provided with gaskets for the purpose of dust-proofing. Control circuit must have separate compartment and separated from power circuit.

Current transformers shall be mounted with suitable base and shall not be directly mounted on the buses. Current transformers on circuit breaker controlled circuits shall be mounted on the fixed portion of the compartment.

In breaker compartments, suitable barriers shall be placed between circuit breakers and all control, protective and indication circuit equipment including instrument transformers. External cable connections shall be carried out in separate cable compartments for power and control cables.

The withdrawal chassis shall move on suitable guides and on suitably plated steel or stainless steel rollers or balls to facilitate easy withdrawal.

Cable alleys shall be provided with suitable hinged doors. Adequate number of slotted cable support arms shall be provided for dressing the cables.

Page 165: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

210

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

All doors shall be provided with concealed type hinges and captive screws with locking arrangement and suitably earthed with 2.5 sq. mm copper conductor flexible cable.

The withdraw able chassis housing circuit breakers shall be of the fully draw out type.

The withdraw able chassis housing feeder control and motor control equipment not incorporating circuit breakers shall be of the fully-draw out, or fixed type.

Interchange ability All identical equipment and corresponding parts including chassis of draw out modules of the same size shall be fully interchangeable, without having to carry out modifications. For trouble free interchange ability, the draw out arrangements shall be designed such that normal dimensional variations are taken care of by self-aligning feature of the modules.

Components and equipment that are not fully interchangeable are liable for rejection. BIDDER shall replace all such equipment by fully interchangeable equipment at his cost.

The draw-out contacts shall be only between copper/copper alloy faces, which are silver or tinplated.

Switchgear shall be designed in such a way that all component equipment and bus-bars operate satisfactorily without exceeding their respective maximum permissible rise in temperature under ambient temperature conditions prevailing within the switchgear cubicle, with reference ambient temperature outside the switchgear cubicles.

All dummy cubicles necessary to meet the requirements of this specification shall be included in the Bidder’s scope.

No equipment/devices associated with a particular circuit shall be mounted in any other circuit module.

MAIN BUSES & TAPE Switchgear shall be provided with three phase bus bars and neutral.

Bus bars shall be of uniform cross section throughout the length of the switchgear

The bus bars shall be made of high conductivity electrolytic Aluminium, suitable to withstand a fault current as specified in BOQ and SLD.

Bus bars shall be provided with at least the minimum clearances in air as per applicable standards for a 500V, 3 phase, 4 wire system.

All bus-bars, bus-taps shall be insulated with close fitting sleeve of hard, smooth, dust and dirt free plastic insulation of high dielectric strength (450 V/mm) to provide a permanent high dielectric non-ageing and non-tracking protection; impervious to water, tropical conditions and fungi. The insulation shall be non-inflammable and

Page 166: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

211

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

self-extinguishing and in fast colours to indicate phases. The dielectric strength and properties shall hold good for the permissible temperature rise.

Bus bar shall be adequately supported and braced to withstand the stresses due to the specified short circuit currents for the associated switchgear. Bus bar supports shall be made of glass reinforced moulded plastic material (DMC/SMC).

Separate supports shall be provided for each phase of the bus bars. If a common support is provided for all three phases, antitracking barriers shall be incorporated.

Bus bar joints shall be complete with high tensile steel bolts, washers and nuts. Bus bars shall be thoroughly cleaned at the joint locations and suitable contact grease shall be applied just before making a joint.

Auxiliary Buses

Auxiliary buses for control power supply, space heater power supply or any other specified service shall be provided. These buses shall be insulated, adequately supported and sized to suit specific requirements. The material of control power supply buses shall be electrolytic copper. The material for space heater power supply buses shall be same as that for the main power buses. Supply transformer(s), auxiliary bus bars and necessary connections to the supply transformers and associated circuits shall be in the Bidder’s scope.

AIR CIRCUIT BREAKERS (ACBS) The ACBs shall comply to IEC 60947 Part I & II and IS 13947 II and shall be suitable for operation on 415 Volts, 50 Hz 3 Phase system.

The breaker shall comply with Isolation function requirements of IEC 60947, Part-II, section 7.1.2 and shall be clearly marked as “Suitable for Isolation/ Disconnection” to ensure safety of operating personnel. The ACB shall have rated operational voltage = 440 V, rated insulation voltage = 1000 V and rated impulse withstand voltage = 12/8 KV and utilization category ‘B’.

3.2.11 Circuit Breakers Circuit breaker shall be:

of the air break type of the shunt trip type Provided with mechanically operated targets to show 'Open', `Closed', `Service'

and `Test' positions of the circuit breaker. Provided with mechanically operated, red `trip' push button, shrouded to prevent

accidental operation. Provided with locking facilities in the `Service', `Test', and `Isolated', positions.

In test position the breaker shall be tested without energising the power circuits. The breaker shall remain fully housed inside the compartment in the test position.

Provided with minimum 2 NO and 2 NC potential free auxiliary contacts, rated 10A at 240V A.C. and 1A (inductive breaking) at 220 V DC or as per requirement.

Page 167: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

212

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

The cubicle compartment of the ACB in the LT panel shall be provided with `red', `green' and `amber' indicating lamps to show `closed', `open' and `Auto-trip' conditions of the circuit breaker when breaker operation is controlled by a control switch.

The ACB panel shall be provided with mechanical indicator (ready to close) on the front facia to facilitate safety of the operator before closing the ACB.

Circuit breakers shall be provided with the following interlocks. It shall not be possible to plug-in a closed circuit breaker, or to draw out a circuit

breaker in the closed position. It shall not be possible to operate a circuit breaker unless it is in the fully

plugged-in, test, or fully isolated position. Circuit breaker closing and trip coils shall be rated for satisfactory operation on a

control supply system indicated of 240V AC. Closing and trip coil shall operate satisfactorily under the following conditions of

supply voltage variation: Closing coils-85% to 110% of rated voltage Trip coils - 70% to 110% of rated voltage (Continuous rated coil)

3.2.12 Operating Mechanism The spring charging motor shall be rated at 240V AC. The closing action of the circuit breaker shall charge the tripping spring ready for

tripping. Speed of closing of contacts shall be independent of the speed with which the

handle is operated. All stored energy mechanisms shall be provided with mechanical indicators to

show the 'charged' and 'discharged' conditions of the spring. Circuit breakers provided with stored energy operating mechanisms shall be

provided with the following interlocks. The circuit breaker shall not close unless the spring is fully charged. Shocks, vibrations, or failure of springs shall not operate the breaker or prevent

intended tripping. Mechanical contact wear indicator shall be mounted directly on the moving

contacts to indicate the degree of erosion of the contacts. 3.2.13 Protection coordination

The Microprocessor based release shall be an integral part of ACB provided on circuit breaker for short circuit, over load, instantaneous and earth fault protection with adjustable current & time settings along with LCD display for displaying of instantaneous value of 3 phases, neutral currents.

The release shall incorporate microprocessor to offer accurate, faster and versatile protection with complete flexibility and shall offer complete over current protection to the electrical system in the following zones.

i) Overload or long time protection with adjustable time delay ii) Short circuit or short time protection with adjustable time delay. iii) Instantaneous protection with no intentional delay.

Page 168: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

213

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

iv) Ground fault protection with time delay. v) Release shall have facility of online changing of current and overload setting.

The microprocessor based trip units shall be provided with following features also:-

1. Designed to withstand tough industrial environments i.e. high ambient temperatures, switching surges, electromagnetic interferences.

2. Reliably self-powered by built in current transformers. 3. LED display indication of each of over load, short circuit and earth fault. 4. Testing of release shall be possible without tripping the breaker through

integrated test button which shall check the healthiness of trip unit electronics and associated CT circuits without tripping the breakers.

5. LED alarm display for microprocessor fault. All ACB’s must be rated ambient temp 50C.

The short circuit breaking capacity and operation of ACB shall be supported by test certificates of neutral independent authority (CPRI / ERDA)

MOULDED CASE CIRCUIT BREAKER The Moulded case circuit breaker (MCCB) shall conform to latest IEC-60 947-2/ IS13947- 2. The circuit breaker shall comply with the isolation function requirement of IEC 60 947-2 section 7.1.2 to marked as suitable for isolation/ disconnection to facilitate safety of operating personnel while the breaker is in use.

Moulded case circuit breakers shall be fixed type, microprocessor release having adjustable O/L & S/C settings with trip-free, manually closing mechanism, accommodated in a Moulded housing of robust and vermin-proof construction matching with switchboards. All MCCBs shall be designed and tested to IS - 13947 Part II to breakers shall be provided with an inverse time delay electronic over current trip device. The trip device shall be direct acting.

The MCCB shall have rated operating voltage = 690V with min. Insulation voltage = 750V and rated impulse withstand voltage = 8KV.

MCCB shall be provided with Class II insulation between front cover & internal power circuits to avoid any accidental contact with live current carrying path with the front cover open.

The tripping devices shall be ambient temperature compensated type. The insulating case and cover shall be made of high strength heat resistant and flame retardant thermosetting insulating material.

They shall have line load reversibility. 3-phase breakers shall be designed to break all the poles simultaneously and they shall have a single mechanism.

They shall have auxiliaries and accessories whenever required for signalling, interlocking, shunt trips, under voltage release, castle lock, etc.

All the circuit breakers used shall have guaranteed breaking capacities sufficient for the maximum short circuit duties that could possibly be imposed on the different breakers.

Page 169: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

214

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

The MCCBs fixed in main switchboard shall have breaking capacity as indicated in BOQ & SLD.

MCCB shall have Ics=Icu for the entire range as per BOQ and rated at ambient 50°C.

The short circuit breaking capacity and operation of MCCB shall be supported by test certificates of neutral independent authority (CPRI / ERDA).

MCCB’s shall be used with rotary handle and terminal spreaders, phase barrier and all terminals shall be shrouded to avoid direct contact.

MINIATURE CIRCUIT BREAKERS (MCB) MCBs shall be hand operated, air break, quick make, quick break type conforming to applicable standards.

MCB shall be provided with overload/short-circuit protective device for protection under overload and short-circuit conditions. The minimum breaking capacity of MCBs shall be 10 kA r.m.s. at 415V AC. It shall comply to Class III energy limiting class.

MCB shall comply with IS – 8828 – 1996/IEC 898. MCB shall have minimum power loss (watts) per pole defined as per IS/IEC and the manufacturer shall publish the values.

The MCB housing shall be heat resistant and heavy a high impact strength. The terminal shall be protected against finger contact to IP 20 degree of protection.

3.2.16 Measuring Instruments, Metering & Protection 3.2.16.1 General

Direct reading electrical instruments shall be in conformity with IS-1248. The accuracy of all measuring instruments shall be as specified in the BOQ. The errors due to variations in temperature shall be limited to a minimum. The meter shall be suitable for continuous operation between-10 degree Centigrade to + 50 degree Centigrade. All meters shall be of flush mounting type of 96mm square pattern. The meter shall be enclosed in a dust tight housing. The housing shall be of steel or phenolic mould. The design and manufacture of the meters shall ensure the prevention of fogging of instruments glass. Instruments meters shall be sealed in such a way that access to the measuring element and to the accessories within the case shall not be possible without removal of the seal.

The specifications herein after laid down shall also cover all the meters, instrument and protective devices required for the electrical work. The ratings type and quantity of meters, instruments and protective devices shall be as per BOQ.

3.2.16.2 Digital Ammeters Ammeters shall be digital type 7 segment LED display. The ammeters shall be capable of carrying sustained overloads during fault conditions without damage or loss of accuracy.

Page 170: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

215

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

3.2.16.3 Digital Voltmeters Voltmeter shall be digital type 7 segment LED display. The voltmeter shall be provided with MCB of suitable capacity.

3.2.16.4 Multi-Function Meter It shall be suitable for measuring, saving and supervision of electrical parameters in low and medium voltage mains.

The Meter shall have following Features.

Clear LCD Display

Visualization of all the three phase grid parameters along with Min/Max/Measured/average.

The meter shall have communication port of RS 485 and shall be compatible with SCADA System.

It shall come along with the software for data acquisition.

It shall be compatible with PLC.

The accuracy class shall not be more than 0.5%

3.2.16.5 Current Transformers Current transformers shall be in conformity with IS: 2705 (part I,II& III) in all

respects. All current transformers used for medium voltage applications shall be rated for 1kv. Current transformers shall have rated primary current, rated burden and class of accuracy as required. However, the rated secondary current shall be 5A unless otherwise specified.

Current transformers shall be capable of withstanding without damage, magnetic and thermal stresses due to short circuit fault of the system. Terminals of the current transformers shall be marked permanently for easy identification of poles. Separate CT shall be provided for measuring instruments and protection relays. Each C.T. shall be provided with rating plate.

Current transformers shall be mounted such that they are easily accessible for inspection, maintenance and replacement. The wiring for CT’s shall be done with minimum 2.5 sq. mm copper conductor, ZHFR wires with proper termination lugs and wiring shall be bunched with cable straps and fixed to the panel structure in a neat manner.

3.2.17 Miscellaneous Control switches shall be of the heavy duty rotary type with escutcheon plates clearly marked to show the operating position. They shall be semi-flush mounting with only the front plate and operating handle projecting.

Indicating lamps shall be of the LED type.

Page 171: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

216

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Push buttons shall be of the momentary contact, push to actuate type fitted with self-reset contacts & provided with integral escutcheon plates marked with its functions.

3.2.18 Cable Terminations Cable entries and terminals shall be provided in the Distribution Boards to suit the number, type and size of aluminium conductor power cables and copper conductor control cable specified.

Provision shall be made for top or bottom entry of cables as required. Generous size of cabling chambers shall be provided, with the position of cable gland and terminals such that cables can be easily and safely terminated.

Barriers or shrouds shall be provided to permit safe working at the terminals of one circuit without accidentally touching that of another live circuit.

Cable risers shall be adequately supported to withstand the effects of rated short circuit currents without damage and without causing secondary faults.

3.2.19 Labels Labels shall be anodised aluminium with white engraving on black background shall be provided for each incoming and outgoing feeder of Distribution Boards. Labels shall be properly secured with fasteners.

3.2.20 Test At Manufactures Work All routine tests specified in IS: 8623-1977 shall be carried out and test certificates produced to the Department.

Type test for one LT panel as per department’s choice shall be arranged by the contractor which shall be witnessed by department officials/authorised agency. Nothing extra shall be paid for this type test.

3.2.21 Testing and Commissioning Commissioning checks and tests shall be included all wiring checks and checking up of connections. Primary/secondary injection tests for the relays adjustment/setting shall be done before commissioning in addition to routine meggar test. Checks and tests shall include the following.

a) Operation checks and lubrication of all moving parts. b) Interlocking function check. c) Continuity checks of wires, fuses etc. as required. d) Insulation test: Testing shall be as per CPWD specification. e) Trip tests & protection gear test.

PUSH BUTTONS Push buttons shall be:

Page 172: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

217

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

• Of the momentary contact, push to actuate type rated to carry 10A at 240V AC and 1A (inductive breaking) at 220V DC.

• Fitted with self-reset, 2 NO and 2 NC contacts. • Provided with integral escutcheon plates marked with its function. 'Start', 'Open', 'Close' push buttons shall be green in colour.

'Stop' push buttons shall be red in colour.

All other push buttons shall be black in colour.

Emergency stop' push buttons shall be of the lockable in the pushed position type and shall be shrouded to prevent accidental operation. Key shall not be required for the operation of the push button.

INTERNAL WIRING Wiring inside the switchgear/panel shall be carried out with 1.1 kV grade, zero halogen FR stranded conductor wires. Minimum size of conductor for power circuits is 4 sq mm copper. Control circuits shall be wired with copper conductor of at least 2.5 sq. mm for CT circuits and 1.5 sq.mm for other circuits.

Engraved identification ferrules, marked to correspond with the wiring diagrams shall be fitted to each wire. Ferrules shall be of yellow colour with black lettering.

Wires forming part of a tripping circuit of circuit breaker shall be provided with an additional red ferrule marked 'T'.

Spare auxiliary contacts of all equipment forming part of the switchgear shall be wired up to the terminal blocks.

Spare and unassigned modules shall be complete with internal wiring.

Wiring shall be terminated on screw less terminal blocks upto 4 sq. mm size.

Not more than two connections shall be made on any one terminal.

TERMINAL BLOCKS Terminals for circuits with voltage exceeding 125 V shall be shrouded. Terminal blocks shall be grouped depending on circuit voltage. Different voltage groups of terminal blocks shall be segregated.

Terminal blocks shall be adequately rated to carry the current of the associated circuit. Minimum rating of the terminal block is 10A.

Terminals shall be numbered for identification.

Terminal blocks shall be arranged with at least 100mm clearance between two sets of terminal blocks.

Screw less, cage clamp type terminal blocks shall be used for cable sizes upto 6 sq. mm. Screw type terminal blocks shall be used for cables above 6 sq. mm.

Page 173: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

218

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

EARTHING Each Panel shall be provided with an earth bus bar running along the entire length of the board. Material and size of the earth bus bar shall be as per IS. At either end of the earth bus, one (1) clamp type terminal with nuts, bolts and washers shall be provided for bolting the earthing conductor of size and material indicated in data sheets. In case the earth bus is provided near top of the switchgear, one down comer at either end shall be provided for connection to the earthing conductor.

Earth bus bars shall be supported at suitable intervals.

Positive connection between all the frames of equipment mounted in the switchboard and earth bus bar shall be provided by using insulated copper wires/bare bus bars of cross section equal to that of the bus bar, or equal to half the size of circuit load current carrying conductor, whichever is smaller.

All instrument and relay cases shall be connected to the earth bus bar using 650 V grade, 2.5 sq. mm stranded, copper ZHFR, earthing conductor.

All tests shall be carried out on all associated equipment as per relevant standards.

Certified copies of all test certificates shall be submitted for the approval of Engineer-in-Charge before despatch of the switchgear.

Routine test shall be witnessed at the manufacturer’s works by the representative of Engineer-in-charge.

DATA SHEET FOR LT PANELS/FEEDER PILLAR A) SWITCHGEAR PARTICULARS

1. BUS BAR MATERIAL : ALUMINIUM 2. SWITCH GEAR : 4 POLE/TPN 3. TYPE : INDOOR 4. CABLE ENTRY : FROM TOP/BOTTOM

B) SWITCHGEAR AND BUS BAR RATING

1. SUPPLY SYSTEM : 415V, 3-phase, 4W, 50HZ EFFECTIVELY EARTHED

2. MAX SYSTEM VOLTAGE : 433 ± 10% 3. BUS BAR RATING : AS PER BOQ/SLD 4. ONE MINUTE POWER

FREQUENCY VOLTAGE

A. POWER CIRCUITS : 2500 V B. CONTROL CIRCUITS : 1500 V C. AUX. CIRCUITS : 2000 V

Page 174: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

219

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

CONNECTED TO SECONDARY OF CTS

1. REFERENCE AMBIENT TEMPERATURE : 45C 2. MAX. TEMPERATURE OF BUS BARS AND DROPPERS : 85C 3. SHORT CIRCUIT WITHSTAND

A) SHORT TIME (1 SEC) : 65/50 KA (RMS) as required.

C) SWITCHGEAR CONSTRUCTION REQUIREMENTS

1. THICKNESS OF SHEET STEEL (COLD ROLLED) A. FRAME : 2.0 MM B. DOORS : 1.6 MM C. COVERS : 1.6 MM

2. DEGREE OF PROTECTION : IP-42/IP- 54 OF IS-2147 as required as per BOQ

3. COLOUR FINISH AS PER IS-5) A. INTERIOR : GLOSSY WHITE B. EXTERIOR : LIGHT GREY, SEMI-GLOSSY, POWDER COATING.

4. CLEARANCES IN AIR OF LIVE PARTS A. PHASE TO PHASE : 32.0 MM B. PHASE TO EARTH : 26.0 MM C. PHASE TO NEUTRAL : 26.0 MM

3.3 LIGHTNING CURRENT ARRESTOR (CLASS B) AND SURGE PROTECTION DEVICE (CLASS C)

3.3.1 LIGHTNING CURRENT ARRESTOR (CLASS B)

3.3.2 Lightning Protection Device shall provide the following

3.3.2.1 A lighting arrester of class B type (as per IEC 62305, 61643) with triggered spark shall be used.

3.3.2.2 The lightning arrester shall have a voltage protection level of ≤ 1.5 KV for systems with nominal voltage <230V AC. SPD shall be tested as per IEC 61643-11:2011 from third party international independent test lab.

3.3.2.3 The lightning arrester components shall have a maximum continuous voltage across the SPD 350V AC for minimum 02 hours.

Page 175: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

220

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

3.3.2.4 The lightning arrester shall be tested to total discharge lightning impulse current capacity for at least 100 KA at 10/350µs waveform along with the same Iimp of 100 KA at 10/350 µs for SPD connected to neutral to earth line and Iimp of 25 KA at 10/350 µs between R,Y,B and Neutral as per by IEC 61643 Standards.Line follow current Ifi – 25 KA r.m.s

3.3.2.5 The lightning arrester components shall have an operating temperature range of -40°C to +80°C.

3.3.2.6 The lightning arrester shall based on Metal Encapsulated Spark Gap technology for Fire

Safe operation at site during discharge of lightning current as per IEC 62305 standards. 3.3.2.7 The lightning arrester shall have mechanical flag based indication for Line to Neutral

and Neutral to Earth SPD for continuous health monitoring of the SPD as per IEC 60364-5-53 and 61643 standards.

3.3.2.8 Connection made in parallel by using connecting cables of at least 16 Sq mm between each phase of the device and the neutral to the device as per TT configuration.

3.4 SURGE PROTECTION DEVICE (CLASS C)

3.4.1 Surge Protection Device shall provide the following:

3.4.1.1 The SPD component shall be designed to withstand In of 20 KA at 8/20 µs and Imax of 40KA at 8/20µs waveform based Single sealed Metal Oxide Varistor technology according to IEC 62305 and 61643 standards. SPD shall be tested as per IEC 61643-11:2011 from third party international independent test lab.

3.4.1.2 The SPD shall have remote indication and visual indicator for all line to neutral SPD and neutral to earth SPD.

3.4.1.3 The SPD shall have a voltage protection level of ≤ 1.5 KV with arrester rated voltage

(Uc) of maximum 320 V AC..

3.4.1.4 The SPD component shall have a rating of IP 20 according to IEC.

3.4.1.5 The SPD component shall have modular / pluggability feature for all line to neutral and neutral to earth SPD for ease of maintenance.

3.4.1.6 The SPD component shall have integral label holder to mark each terminal block.

Page 176: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

221

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

3.4.1.7 The SPD component shall have an operating temperature range of at least -40°C to +80°C.

3.4.1.8 Connection made in parallel by using connecting cables of at least 10 sq mm for class C between each phase of the device and the neutral to the device as per TT configuration.

IV. PART II - ELECTRICAL WORKS (EXTERNAL)

4 EXTERNAL LIGHTING 4.1 POLES

Polygonal poles shall be designed as per ILE TR7 & BS5649 for structural design & as per IS875 (Part III), 1987 for dynamic loading.

The pole shaft shall be made single piece MS structure continuously tapered having polygonal (8/12 sides) cross section and a single longitudinal welding. The welding will be done as per BS 5135 / IS 9595. No circumferential welding shall be allowed in the pole shaft. The MS shall conform to BSEN 100025/100027. The structure shall be single hot dip galvanized as per BS 729 / IS 2629. A suitably designed door shall be provided at 600mm height from the pole base. The door opening will be suitably reinforced for structural strength. The door shall be flushed with pole external surface and shall provide easy access for electrical connections at a maintainable height. A Suitable base flange and a top flange will be welded and suitable reinforcements will be provided. Foundation accessories will be as per IS 1367.

4.2 LED - External Lighting For LED based External Lights Following Standards have to be followed:-

International Safety Standards:

4.2.1 Safety: IEC 61347-2-13 (IEC System for Conformity, Testing and Certification d.c. or a.c. supplied electronic control gear for LED modules) – AGAINST CONTROL GEAR HEATING AND VIBRATION TEST.

4.2.2 Radio Interface: EN55015 : European Union Standards for Measurement of Radio Disturbance Characteristics of Electrical Lighting and Similar Equipment.

4.2.3 Harmonic Content: IEC 61000-3-2: European Union standards to assess compliance of a

Lighting equipments AC mains current harmonics. European Standard EN 60555-2 was

Page 177: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

222

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

created to set levels for harmonic currents injected by loads back on to the network. This standard assesses and sets the limit for equipment that draws input current ≤16A per phase.

4.2.4 Immunity: IEC 61547: International standard for electromagnetic immunity requirements applies to lighting equipment/control gears which is within the scope of IEC Technical Committee 34, such as lamps, auxiliaries and luminaries, intended either for connecting to low voltage electricity supply or for battery operation.

1.1 IST OF APPROVED MAKES THE ENGINEER-IN-CHARGE RESERVES THE RIGHT TO SELECT ANY OF THE BRANDS

INDICATED IN THE `LIST OF APPROVED MAKES'. THE TENDERER SHALL QUOTE HIS RATES ON THE BASIS OF THE PRICE OF THE BRAND/MAKE STIPULATED IN THE ITEM OF WORKS AS DESCRIBED IN BOQ & SPECIFICATION AS WELL AS IN THE LIST OF APPROVED MAKE. THE CONTRACTOR CANNOT CLAIM ANYTHING EXTRA IF THE OWNER CHANGES THE MAKE BUT WITHIN THE LIST OF APPROVED MAKE, BEFORE PLACING THE ORDER. ORDER OF THE MAKES IS NOT PREFERENTIAL. FINAL CHOICE OF MAKES LIES WITH THE EMPLOYER. CONTRACTOR SHALL GET MAKES APPROVED BEFORE PROCUREMENT.

S. No.

Item Name of Manufactures

1. Voltmeter and Ammeter AE / MECO / UNIVERSAL / RISHAB 2. Selector Switch, Push Buttons,

Emergency Switches KAYCEE / L & T / GE / BCH

3. Current Transformer AE / KAPPA / PRECISE / ADVANCE / GILBERT MAXWELL / INDCOIL

4. HRC Fuses L & T / GE / SIEMENS / ABB

5. MCB L & T / SCHNEIDER - (MULTI9) / SIEMENS - (BETAGARD) / LEGRAND (LEXIC)

6. MCB DB SIEMENS / LEGRAND (LEXIC) / L & T (HAGER) / SCHNEIDER /

7. RCBO SIEMENS / LEGRAND(LEXIC) / L & T (HAGER) / SCHNEIDER

8. FRLS PVC insulated copper conductor single / multi core stranded wires of 650 / 1100 volt grade

L & T / FINOLEX / STANDARD/ANCHOR/V GUARD/Havells

Page 178: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

223

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

S. No.

Item Name of Manufactures

9. Telephone Wires Legrand/DELTON/SKYTONE/Finolex

10. Telephone Tag Block TVS R & M / KRONE

11. MS Conduit BEC / AKG / INTER CRAFT NEC

12. Switches, TV & Telephone Socket outlets, Boxes (Modular Type) (RJ - 11, RJ - 45)

LEGRAND (ARTEOR)/ MK(BLENZE)

13. Ceiling Fan HAVELLS Velocity/ CROMPTONN GREAVES High speed / USHA striker

14. Exhaust Fan HAVELLS / ALMONARD / CROMPTONN GREAVES

15. Terminal Blocks / Cage Clamp / Connectors

WAGO & CONTROLS / PHOENIX CONTACTS

16. Lightning Protection SOUTH ASIAN ENTERPRISE LTD. / DEHN INDIA PVT. LTD/ OBO Betterman.

17. Surge protection devices PHOENIX / SIEMENS / DEHNINDIA PVT. LTD./EMERSON/ OBO Betterman

18. Floor Trunking / Wall Channels MK / LEGRAND / NEXO

19. Multi - function Meter SIEMENS / ABB / L & T / HPL SOCOMEC

20. DWC HDPE Pipe DURA LINE / CARLON / EMTELLE/REX

21. Computer Networking AKSH / SIGNAMAX / SIMON

22. Light Fixtures PHILIPS / BAJAJ/TRILUX / SCHREDER /OSRAM/Wipro

23. Lamps & Tubes OSRAM / PHILIPS / CROMPTON GREAVES

24. Energy Meter CONZERV (EM 6400 WITH MD) / HAVELLS / HPL SOCOMEC / SIEMENS (PAC) / SCHNEIDER (PM810)

25. Moulded Case Circuit Breaker SIEMENS (SENTRON) / L&T(D sine) / SCHNEIDER COMPACT - NS / LEGRAND (DPX)

26. ACB SIEMENS(SENTRON-3WT)/SCHNEIDER

Page 179: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

224

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

S. No.

Item Name of Manufactures

(MASTERPACT(NW))/L&T(UPOWER OMEGA3.5)

27. MCB SCHENEIDER (MULTI9) / L&T / SIEMENS (BETAGARD) / LEGRAND - LEXIC

28. Indicating Lights ABB / SIEMENS / L&T / AE / VAISHNAV / SCHNEIDER

29. Indicating Instruments RISHABH / CONSERVE / L&T / YOKINS INSTRUMENTS / ENERCON

30. LT Cable CABLE CORPORATION OF INDIA / UNIVERSAL / FORT GLOSTER / FINOLEX / POLYCAB/GEMSCAB

31. Cable Glands DOWELS / CROMPTION / BICO / SIEMENS / COMET / RAYCHEM

32. LT Panel /Feeder Pillar SIEMENS / ADVANCE PANELS & SWITCHGEAR PVT. LTD. / ABB / TRICOLITE / SCHNEIDER / ISRO approved panel board manufacture in category “B”

33. Cable Trays CTM ENGINEERING / LEGRAND CABLOFIL / INDIANA / SLOTCO / MEM / VENUS /

34. UPS EMERSON/SCHNEIDER/GUTOR

35. Cable Lugs DOWEL / CROMPTION / BICO / SIEMENS / COMET / CABSEAL

36. Octagonal / ornamental Pole (G.I.)

PHILIPS / BAJAJ / TRANSRAIL LIGHTING LTD. (TLL) / SCHREDER

37. Lift Approved by the DG CPWD under Category “A” (JOHNSON/OTIS / KONE/ SCHINDLER/MITSUBISHI)

38. CCTV BOSCH/HONEYWELL/AMERICAN DYNAMICS

39. PA & Projection System BOSCH/RCF/BEYERDYNAMIC

40. All other Items not covered above

AS PER SAMPLE APPROVED

Page 180: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

225

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

VI. FIRE PROTECTION WORKS

1.0 Scope of work 1.1 The scope of work for the Housing consists of the following, but is not limited to

the same: 1.1.1 Hydrant System consisting of Internal Hydrant DownCommer, Hydrant Stations

with all accessories such as Hydrants, Hoses, First Aid Hose Reel, Branch Pipe etc.

1.1.2 Pumping System consisting of Terrace Hydrant Pump and equipments such as Valves, piping, Instrumentation and Motor Starting System.

1.1.3 Sprinkler System, as indicated in drawing. 1.1.4 Supply of Fire Extinguishers such as Water type, Power type etc. 1.1.5 Addressable Fire Alarm System. This shall include a Main Fire Alarm panel,

Detectors, Manual Call Boxes, Devices, wiring and conduiting. 1.1.6 Obtain approval from Local Fire Service for the Systems installed as well as for

the overall Building. This shall be without any cost to the Owners.

1.2 Co-ordination with other Services The Contractor and his specialist sub-Contractors shall be required to co- ordinate his activities with all other services such as Electrical and other services.

1.3 Exclusions All civil / structural builder works, major or minor, shall be included in the scope of the work to be executed by the Main Civil Contractor unless otherwise specified. All such builder works shall be shown in the shop drawing of specialised sub contractor.

The Contractor shall however furnish all details and relevant data required for design and detailed engineering of all such civil work.

1.4 Drawings The drawings issued are indicative only and are issued for guidance only. The Contractor shall prepare and submit shop drawings / data sheets of all the relevant materials used in the systems.

Page 181: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

226

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

1.5 System Testing The Contractor shall arrange interim / stage inspection during execution of the works as and when so called for and shall carry out any rectification / modification as may be required by the Engineer.

Soon after the work is completed, the Contractor shall inform in writing to the Engineer for getting the complete system including all sub-systems and instrumentation, control panels etc. thoroughly inspected and tested for satisfactory performance. After satisfactory completion of tests of the Systems, the Contractor shall be required to carry out all start-up trials of the Systems provided by him.

Any defects noticed during these tests shall be speedily rectified by the Contractor.

1.6 Commissioning of the Systems After completion of the start-up trials and duly tested by the Engineer, the Engineer may instruct the Contractor for commissioning of the Systems. All the equipments / items in the system shall be operated to establish proper sequencing / sychronisation and co- ordinated working of the equipments / items. Any defect noticed during this period shall be promptly rectified by the Contractor.

1.7 Approval by Local Fire Authority It shall be the responsibility of the Contractor to get all works in his scope approved from the Local Fire Authority.

The Contractor shall also bring to the notice of the Engineer any deviations from Local Fire Authority / Building Bye Laws Norms for the Systems that he shall install as well as architectural features that may be a hindrance to approval from the Local Fire Authority.

The Contractor shall get his shop drawings approved from the Local Fire Authority before start of work.

1.8 Hydrant System 1.8.1 Each Floor of the Teaching Block shall be provided with Hydrant Stations. The

Hydrant Station on every Floor shall have one number Hydrant, 2 nos. RRL Hose and a Branch Pipe. The Hydrant Station shall also be provided with a First Aid Hose Reel consisting of a double braided rubber hose wound on a drum. This set shall be connected to the Hydrant DownCommer through a 25 mm dia Ball Valve.

Page 182: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

227

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

1.8.2 All internal Riser piping shall be M S and shall have welded jointing for pipes above 50 mm dia.

1.9 Pumping System 1.9.1 To cater for the Hydrant System, the following pumps are being provided: The

Indoor Stadium shall be fed by the External Hydrant System provided by others. No. Pump Type Discharge Head Drive

1. Terrace Main Pump 450 LPM

/ 900 LPM 35 Electric

1.9.2 The Pump shall have a Gate Valve on the Suction Side as well as Gate Valve and Non Return Valve on the Delivery Side. The Delivery of each Pump shall be connected to the Common Delivery Header.

1.9.3 The Main Pumps shall be end suction type coupled to motor and at 2900 RPM. All Pumps shall have mechanical seal.

1.9.4 An Air Vessel shall be provided with the Pumps. The Air Vessel shall be partly filled with water and shall provide for dampening effect to prevent water hammer when the Pump starts. The Air Vessel shall be provided with pipe spool piece on which pressure switches shall be fitted. The Pressure Switches shall be connected to the Starter on the Pump Starter Panel.

1.10 FIRE PUMPS 1.10.1 General

1.10.2 The Pumps shall be single stage designed for continuous operation and shall have a continuously rising head characteristic without any zone of instability.

1.10.3 The head vs. capacity, input power vs. capacity characteristics, etc. shall match to ensure load sharing and trouble free operation throughout the range.

1.10.4 In case of accidental reverse flow through the pump the driver shall be capable of bringing the pump to its rated speed in the normal direction from the point of maximum possible reverse speed.

1.10.5 The motor shall have a 15% margin of power rating over the rated pump input power.

1.10.6 In case the Pump & Motor are from different manufacturers, the contractor under this specification shall assume full responsibility in the operation of the pump and the drive as one unit.

1.10.7 An automatic air release valve shall be provided to vent air from the pump. This valve shall be located at the highest point in the discharge line between the pump and the discharge check valve.

1.10.8 Pumps coupled with motor on a common platform shall perform smoothly

Page 183: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

228

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

without any excessive noise or vibration. 1.11 Pumps Casing 1.11.1 The casing shall be capable of withstanding to the maximum pressure

developed by the pump at the pumping temperature. 1.12 Impeller 1.12.1 The impeller shall be of bronze and the bush shall also be of stainless steel. 1.13 Pump 1.13.1 The pumps shall be horizontal end suction type. 1.13.2 The impeller shall be secured to the shaft and shall be retained against

circumferential movement by keying, pinning or lock rings. 1.13.3 All screwed fasteners shall tighten in the direction of normal rotation. 1.13.4 All Pumps shall be provided with Mechanical Seal. 1.14 Shaft 1.14.1 Shaft size shall be selected on the basis of maximum combined shear stress. 1.14.2 The shaft shall be of stainless steel ground and polished to final dimensions and

shall be adequately sized to withstand all stresses from rotor weight, hydraulic loads, vibrations and torques coming in during operation.

1.14.3 Length of the shaft sleeves must extend beyond the outer faces of gland

packing or seal and plate so as to distinguish between the leakage between shaft and shaft sleeve.

1.14.4 Shaft sleeves shall be securely fastened to the shaft to prevent any leakage or loosening. Shaft and shaft sleeve assembly should ensure concentric rotation. The sleeve shall be of stainless steel.

1.15 Pump Shaft-Motor Shaft Coupling 1.15.1 All shafts shall be connected with adequately sized flexible couplings of suitable

approved design. Necessary guards shall be provided for the couplings. 1.16 Base Plate 1.16.1 A common base plate mounting both for the pump and drive shall be provided.

The base plate shall be of rigid construction, suitably ribbed and reinforced. 1.16.2 Base plate and pump supports shall be so constructed and the pumping unit so

mounted as to minimise misalignment caused by mechanical forces such as normal piping strain, hydraulic piping thrust etc.

1.17 Vibration & Balancing 1.17.1 The rotating elements shall be so designed to ensure least vibration during start

and throughout the operation of the equipment. All rotating components shall be statically and dynamically balanced at workshop.

1.18 Instruction Manual & Tools/Spares 1.18.1 A comprehensive instruction manual shall be provided by the contractor

Page 184: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

229

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

indicating detailed requirements for operation, dismantling and periodic operation and maintenance procedures.

1.19 ELECTRIC MOTORS 1.19.1 The motor shall be designed not to draw starting current more than 3 times

normal running current. It shall be designed for continuous full load duty. The motor shall be full load duty & shall be capable of handling the required starting torque of the pumps. Speed of motor shall be compatible with the speed of the pump.

1.19.2 The cooling fans shall be directly driven from the motor shaft. 1.19.3 Motors shall be enclosed type and shall have a dust tight construction with

suitable means of breathing and of drainage to prevent accumulation of water from condensation.

1.19.4 All components shall be of adequate mechanical strength and robustness and shall be constructed of metal unless otherwise approved.

1.19.5 The rating and design shall conform to relevant IS specification. 1.19.6 The motors shall be Squirrel Cage TEFC Induction type. 1.19.7 The motors shall be wound for Class-F insulation, and the winding shall be

vacuum impregnated with head and moisture resisting varnish, and glass wool insulated to withstand tropical conditions.

1.19.8 Two independent earthing points shall be provided on opposite sides of the motor for bolted connections.

1.19.9 415 Volt power terminals shall be suitable for receiving 1.1 kv grade armoured power cables.

1.19.10 The cable boxes and terminations shall be designed to enable easy disconnection and replacement of cables.

1.19.11 Motor shall be suitable for +/- 10% variation in voltage and +/- 3 % variation in frequency.

1.20 CONTROL PANEL 1.20.1 General 1.20.2 The Panel shall be fabricated with 16 SWG for Doors and Covers and 14 SWG

for frame and of CRCA M.S. Sheet Construction with Red Oxide Primer and finally with approved colour paint to be stove enameled. The busbar shall be of aluminium with PVC sleeving of appropriate colour code, have a minimum current carrying capacity of 400 Amps. Colour shade shall be RAL 7032 as per DIN and shall be powder coated.

1.20.3 The Panel should be cubical compartmentalized type with separate cable chamber & Bus bar Chamber. The Control terminals & Power terminals should be separated and necessary ferrule markings, Colour code shall be followed. A space for 300 mm shall be provided at the Bottom of the panel and necessary

Page 185: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

230

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

M.S. channel for the foundation shall be provided. 1.20.4 The Busbar calculation shall be made for 1 Amp / mm2 for Aluminium. The

necessary interlocks shall be provided as per system description. The fuse switch/switch fuse unit shall be IS:4064-1978 and HRC fuse links shall be IS:2208-1962 or IS:9224-1979.

1.20.5 The Contractor shall submit the drawings, interconnections diagram for approval of the Client/Consultant. Drawings shall indicate cable inlets, outlets, chamber dimensions and front and side elevations. Further, the Contractor shall also submit complete schematic of the electrical circuits for all pumps from the point of cable entry upto supply to the pumps. This drawing shall take into account all fuses, contactors, switches, meters etc.

1.20.6 The apparatus and circuits in the panels shall be so arranged as to facilitate their operation and maintenance and at the same time to ensure the necessary degree of safety.

1.20.7 Provision shall be made in the panel for terminating the incoming cables as required in the single line diagram. Only Top entries shall be permitted and all cables shall be provided with cable terminations.

1.20.8 Provision shall also be made for permanently earthing the frames and other

metal parts of the switchgear by two independent connections.

1.21 CODES AND STANDARDS FOR PUMPS AND MOTORS 1.22 Pumps 1.22.1 The pumps shall perform to the standards and codes as given below: 1.22.2 IS:1520 Horizontal centrifugal pumps for clear, cold and fresh

water. 1.22.3 BS:599 Methods of testing pumps. 1.22.4 PTC:8 ASME Power Test Codes - Centrifugal Pumps. 1.23 Motor 1.23.1 The following codes shall be applicable for the motor. 1.23.2 IS:325 Induction motors, three-phase 1.23.3 IS:900 Induction motors, installation and maintenance, code of practice

for 1.23.4 IS:7816 Guide for testing insulation resistance of rotating

machines. 1.23.5 IS:4029 Guide for testing three phase induction motors. 1.23.6 IS:3043 Code of practice for earthing. 1.23.7 Further to those stated above, the design, manufacture, installation and

performance of motors shall conform to the latest Indian Electricity Act and

Page 186: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

231

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Indian Electricity Rules. The motor shall also be acceptable to the Tariff Advisory Committee.

1.24 FIRE FIGHTING ACCESSORIES 6.24.1 Piping

1.24.1 Pipes of the following types (depending upon the description of item) shall be used :

1.24.2 MS pipes conforming to IS:1239, ISI marked ( heavy / medium grade, as required ) for pipes of sizes 150mm NB and below).

1.24.3 Piping (for Pipes upto 150 mm dia) The pipes shall be manufactured by Electric Resistant Welded ( ERW ) / High

Frequency Induction Welding or Hot Finished Welded process. The sulphur and phosphorus requirements in steel shall not be more than 0.05 percent each. The tubes shall be manufactured from hot rolled steel skelps / strips conforming to IS :10748.

The following manufacturing tolerances shall be permitted on the tubes and sockets :

Thickness : Shall not be less than 10 percent. Weight : Shall not vary by more than 10 percent either way.

The pipes shall satisfy the following table with regard to diameter, thickness and weight of tube.

Screwed tubes shall be supplied with threads as per IS:554. Each tube shall be tested for hydrostatic test for leak tightness as an in process test at the manufacturer's works. The finished pipe shall be tested for Tensile Strength, Elongation, Bend Test and Flattening Test.

1.24.4 Hangers and supports shall be capable of carrying the sum total of all concurrently acting loads. They shall be designed to provide the required supporting effects and allow pipelines movements as necessary.

1.24.5 The piping system and components shall be capable of withstanding 150 per cent of the working pressure including water hammer effects and test pressure upto 10.0 kg/cm2.

1.24.6 Flanged joints shall be used for connections to vessels, equipment, flanged valves and also on suitable straight lengths of pipeline of strategic points to facilitate erection and subsequent maintenance work.

1.24.7 All pipe to pipe recieving edges shall be bevel finished to a clean edge by a electric grinder. A requisite gap determined by the thickness of the weld

Page 187: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

232

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

electrode shall be given between the joints before start of welding. 1.24.8 Weld Electrodes shall be of approved make, of grade and type as suitable for

the job. 1.24.9 Joints shall be given a first weld in full width without burrs on the full dia of the

pipe. Welding shall be carried out vertically from the surface to be welded. Weld fluxes shall not be so plastic such as to fall or drip down.

1.24.10 After application of first coat the weld shall be ground and then another

layer of welding shall take place. The weld shall also be cleaned by grinding. Similarly, a third weld shall also be applied.

1.25 Valves 1.25.1 Sluice valves shall be used for isolation of flow in pipe lines For sizes upto

50 mm, gate valves shall be outside screw rising spindle type and shall be as per IS: 778 Class-I and Class-II, as applicable. For sizes 80 mm to 300 mm, gate valve shall be as per IS: 14846, PN=1.0 and shall be of outside screw and rising type and cast iron double flanged. The valves shall, however, be tested to PN:1.6.

1.25.2 Gate valves shall be provided with a hand wheel arrangement. 1.25.3 Non-return valves shall be cast iron spring action swing check type. An arrow

mark in the direction of flow shall be marked on the body of the valve. These valves shall conform to IS:5312. The flap shall be of cast iron and flap seat ring of leaded gun metal.

1.25.4 Valves below 50 mm size shall have screwed ends while those of 50 mm and higher sizes shall have flanged connections. Drain lines will have valves for draining.

1.26 Hydrant 1.26.1 Hydrant valve shall be as per IS: 5290 of stainless steel. The valve shall be

oblique type complete with hand wheel, quick coupling connection, spring and gun metal blank cap as per I.S.:5290. The hydrant shall be fixed on Hydrant Riser through a 80 mm dia spool piece, at approx. 1.2 mtr from floor level. The Hydrant shall be IS marked. Orifice plate in 6 mm thick stainless steel with orifice of 32 / 40 / 50 mm dia shall be provided with each Hydrant.

1.26.2 The Hydrant shall be constructed from stainless steel as per IS, and finished to a smooth polish on screwed ends. The Hydrant shall have screwed inlet of 75 mm dia, flanged type with 4 nos holes. The outlet shall be 63 mm female instantaneous oblique type. The spindle shall be of gun metal with cast iron wheel. The Hydrant shall have a PVC plug with chain fixed to the main body of

Page 188: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

233

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

the Hydrant. The Hydrant shall conform to IS:5290. The Hydrant shall be tested to 25 kg / cm2 test pressure. All threaded joints shall be sealed with Holdtite. The lug shall be wing type.

1.27 First Aid Hose Reel 1.27.1 The Hose Reel shall be cabinet type with in built drum and hub wheel ties. The

supply pipe shall be of aluminium alloy and be a part of the suspension assembly. The drum shall rotate freely on the assembly. The drum shall be fabricated from MS / GI sheet of minimum 18 guage thickness. The drum shall have a glazed front shutter.

1.27.2 The hose reel shall be directly tapped from the riser through a 25 mm dia pipe, the drum and the reel being firmly held against the wall by use of dash fasteners. The Hose Reel shall be swinging type (180 degrees) and the entire Drum, Reel etc shall be as per and IS:884 including marking. The tubing shall be of IS:444 marked and rayon double braided. The nozzle shall be 6 mm dia gun metal rotating head shut off type. A Ball Valve shall be used to shut off the water supply to the Hose Reel.

1.28 Air Vessel 1.28.1 The Air Vessel shall be provided to compensate for slight loss of pressure in the

system and to provide an air cushion for counter acting pressure surges whenever the pumping set comes into operation. It shall be normally partly full of water, the remaining being filled with air which will be under compression when the system is in normal operation. Air vessel shall be fabricated from 8 mm thick MS plate with dished ends and suitable supporting legs. It shall be provided with a 100 mm dia flanged connections from pump, one 50 mm drain with valve, one water level guage and 25 mm sockets for pressure switches. The air vessel shall be hydraulically tested to 20.0 kg / cm2 pressure for 30 minutes. All Valves shall be Ball Valves in gunmetal.

1.28.2 The Vessel shall be at least 1.5 M long ( excluding dished ends ) and shall be of 450 mm dia.

1.29 Fire Brigade Inlet 1.29.1 Fire Brigade Inlet Connection shall be taken directly to the Down Commer. It

shall comprise of multiple instanteous male inlet coupling with plug and steel chain. The Inlet shall have a dual plate wafer type non return valve and a Butterfly Valve on the line upto the Riser. The Fire Brigade Inlet shall be complete with necessary components like special fittings of medium quality MS bends, flanged tees etc. The plug shall be of moulded P V C.

1.29.2 Fire Brigade Inlet for Tank Filling by Fire Brigade shall be four way with gun metal instanteous male inlet coupling connection for connection with Fire Brigade vehicles.

Page 189: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

234

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

1.29.3 The inlets shall be provided with ABS Quality by Plastic Blank caps with chain and arrangement for attaching the blank cap & chain to the FB inlet.

1.30 System Drainage 1.30.1 The system shall be provided with suitable drainage arrangements with MS

piping of 40 mm dia, complete with all accessories, and provided with 40 mm dia ball valve.

1.31 Pressure Gauge 1.31.1 The Pressure Gauge shall be constructed of die cast aluminium. It shall be

weather proof with an IP 55 enclosure. It shall be a stainless steel Bourden tube type Pressure Gauge with a scale range from 0 to 16 Kg / CM square and shall be constructed as per IS: 3624.

1.32 Painting 1.32.1 All Hydrant pipes shall be painted with post office red colour paint. All pipes

shall first be cleaned thoroughly before application of primer coat. After application of primer coat two coats of enamel paint shall be applied. Each coat shall be given minimum 24 hours drying time. No thinners shall be used. Wherever required all pipe headers shall be worded indicating the direction of the pipe and its purpose such as " TO RISER NO. 1 " etc. All necessary protection to adjacent objects shall be taken by the Contractor.

1.33 Couplings 1.33.1 Couplings shall be of stainless steel, machined and polished to requirements.

Both Male and female couplings shall be fitted into each other smoothly and without any unnecessary force. Couplings shall IS:903 marked with the name of the manufacturer. The coupling shall be tested to 25 kg / cm2 test pressure. The Male couplings shall be provided with lugs for inserting female coupling.

1.34 Branch Pipe 1.34.1 The Branch Pipe shall be constructed from stainless steel and finished to a

smooth polish. The Branch pipe shall be able to give straight stream. The Branch shall be as per IS:903. The Branch Pipe shall be tested to 20 kg / cm2 pressure.

1.35 Codes & Standards 1.35.1 The following codes and standards and their subsequent modifications shall

apply for the design, manufacture, shop testing, erection, fabrication at site, testing and trial operation of piping, valves and specialities requirements : IS:554 Dimensions for pipe threads where pressure tight joints are

required on the threads. IS:638 Sheet rubber jointing and rubber insertion jointing. IS:778 Copper alloy gate, globe and check valves for water work purposes.

Page 190: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

235

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

IS:780 Sluice valves for water-works purposes (50 mm to 300 mm). IS:901 Couplings, double male and double female, intantaneous pattern for fire fighting. IS:1239 Mild steel tubes, tubulars and other wrought (Part I & II) steel fittings.

IS:884 Swinging type wall mounted hose reel with drum,

IS:388 hose tubing.

IS:4038 Foot valves for water-works purposes.

IS:5290 Landing valves.

IS:10221 Anti corrosion treatment for underground MS pipes.

IS:5312 Swing check type reflux (non-return) valves.

Rules for Automatic sprinkler installation & Tariff Advisory Committee.

6.36. FIRE ALARM SYSTEM 6.36.1 Scope of Work 6.36.2 The Design consists of a multi loop Intelligent Addressable Fire Alarm System

with the Panels located on the Ground Floor along with accessories such as Sensors, Call Points, and Alarm signals located as per drawing.

6.36.3 The Building shall have an Intelligent Addressable Fire Alarm System for all areas from Ground Floor onwards. The System shall have Class A Wiring. Field Devices shall include Sensor Devices, Manual Call Box, Input Card ( from Flow Switch and Magnetic Contact ), Output Modules to switch off AHUs etc. Strobes and shall be provided with Output Module on common areas. Fault Isolators shall be provided as required.

6.36.4 The scope of work under this head shall include designing, supplying and installing of Intelligent Addressable Fire Detection cum Alarm System for the Building and shall cover areas marked by the line diagram plus any other area which may be decided subsequently, to be protected by the Fire Alarm system. The work under this system shall consist of furnishing all materials, equipments and appliances and labour necessary to install the said System, complete with Detectors, Panel, Speakers, Manual Push Button Stations, Input Modules, Output Modules, Relays etc for disconnecting other systems such as A H Us and electric supply etc.

Page 191: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

236

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

6.36.5 It shall include laying of cabling ducts, conduits and power supply etc, necessary for installation of the System with supply of detectors of appropriate type as indicated in the specification and Schedule of Quantities. Any openings / chasing in the wall / ceiling required to be made for the installation shall be made good in appropriate manner.

6.37 Design Description 6.37.1 The System shall have a multi loop panel and distributed as per drawing. All

Devices shall be connected directly to the Loop. The P A System shall be independent from the Fire Alarm System.

6.37.2 Loop cabling shall be A class. 6.37.3 The Panel shall have necessary Logic Software and Hardware built into it for

time delay starting of strobe and for hooters. Further, AHUs of each Floor shall be shut off only when any detector on that floor operates an alarm.

6.38 Specification: 6.38.1 The design, supply and installation and testing of the entire fire alarm system

shall conform to EN 54 or NFPA 72. The detectors shall conform to relevant codes for Fire Alarm Systems.

6.38.2 A general line diagram showing the circuit, and spacing of detectors is enclosed. However, this line diagram is mainly for guidance of the Bidders and wherever it may be at variance with the EN 54 or NFPA 72, the latter shall be followed.

6.39 Intelligent Addressable type Rate of Rise type Heat Detector 6.39.1 The Heat Detector shall be Intelligent Addressable detector with its own

manually-set digital code and be able to give a single digitised output to the Fire Alarm Panel regarding its condition. The Detector shall employ the thermistor priciple for heat sensing and the fixed temperature setting shall be at 57o Centigrade. It shall be able to communicate with the Fire Alarm Panel by the electrical pulses emitted from the Panel. The microprocessor within the detector shall independently employ programmable algorithms to dynamically examine smoke values and initiate an alarm based on that data.

6.39.2 The detector shall be capable of carrying out independent fire detection algorithms. The fire programmable detection algorithm shall measure sensor signal dimensions, time patterns and shall be able to combine different fire parameters to increase reliability and distinguish real fire conditions from nuisance alarms. Signal patterns that are not typical of fires shall be eliminated by inbuilt software filters.

6.39.3 The detector shall have a separate means of displaying communication and alarm status. Each detector shall be individually programmed to operate at different sensitivity settings ( those operating in offices and those in corridors ).

Page 192: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

237

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

6.39.4 The detector shall have a micro processor that shall have n environmental compensation algorithm, which shall identify and set ambient thresholds based on environmental conditions. The detector shall continually monitor the environmental impact of temperature, humidity, other contaminates as well as detector aging. This shall employ digital compensation to adapt the detector to 24 hour long period environmental changes. The detector shall monitor the environmental compensation value and alert the system operator when the detector approaches the threshold of the threshold considered for the environment. The micro processor shall have differential sensing algorithms which shall provide a constant differential between selected detector sensitivity and the approved sensitivity level. The approved sensitivity information shall be updated and permanently stored at the detector everyday.

6.39.5 The Base of the Detector shall be interchangeable with other Smoke Detectors and the construction shall be of poly carbonate or any approved proprietory flame retardant material. LEDs shall be provided to indicate locally alarm condition. The enclosure shall meet IP 22 protection grade.

6.39.6 The Detector shall meet the requirements of NFPA / EN 54 and shall be specifically approved by UL / LPCB / VDS. It shall be possible to test the Detector's working both from the Panel as well as locally by means as designed by the Bidder. The approved coverage per Detector for unhampered areas shall not be less than 50 M2.

6.39.7 The detector shall be protected from reverse polarity or faulty zone wiring. It shall also be possible to test the detector in the field through use of magnet or test devices. The circuitry shall be solid state devices and sealed to prevent damage from dust, dirt or humidity. The circuitry shall be protected against usual electrical transients and electromagnetic interference.

6.39.8 Each Detector shall be provided with a Fault Isolator which shall be able to detect wire short circuit / loose wiring and similar conditions and shall be able to isolate that segment from the circuit, so that the rest of the circuit continues to operate.

6.39.9 The Fault Isolators shall operate in pairs in any loop and whenever any short circuit occurs between any two of them, both immediately shall switch to an open circuit state and isolate the length of wiring between them. The Isolators should automatically return to the closed circuit as soon as the short circuit is corrected.

6.39.10 The Fault Isolator shall limit the number of modules or detectors that may be rendered inoperative by a short circuit fault on the loop. When a wire-to-wire short occurs, the Fault isolator shall automatically disconnect that part of the circuit. When the short circuit condition is corrected, the Unit shall automatically

Page 193: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

238

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

reconnect the isolated section. 6.40 Intelligent Addressable Photo Electric type Smoke Detector 6.40.1 The Photo Electric Smoke Detector has an optical sensing chamber that

operates on the light scattering principle and responds to those particles that form optically dense smoke. When smoke enters the sensing chamber it scatters light which is received by a photo cell. The signal is amplified and digitised for reception by the Panel. The Detector shall activate on receiving smoke particles in the 0.5 to 10 micro metre range. The detector shall be completely solid state with L E D indication at the base. The microprocessor within the detector shall independently employ programmable algorithms to dynamically examine smoke values and initiate an alarm based on that data.

6.40.2 The detector shall be capable of carrying out independent fire detection algorithms. The fire programmable detection algorithm shall measure sensor signal dimensions, time patterns and shall be able to combine different fire parameters to increase reliability and distinguish real fire conditions from nuisance alarms. Signal patterns that are not typical of fires shall be eliminated by inbuilt software filters.

6.40.3 The detector shall have a separate means of displaying communication and alarm status. Each detector shall be individually programmed to operate at different sensitivity settings ( those operating in offices and those in corridors ).

6.40.4 The detector shall have a micro processor that shall have n environmental compensation algorithm, which shall identify and set ambient thresholds based on environmental conditions. The detector shall continually monitor the environmental impact of temperature, humidity, other contaminates as well as detector aging. This shall employ digital compensation to adapt the detector to 24 hour long period environmental changes. The detector shall monitor the environmental compensation value and alert the system operator when the detector approaches the threshold of the threshold considered for the environment. The micro processor shall have differential sensing algorithms which shall provide a constant differential between selected detector sensitivity and the approved sensitivity level. The approved sensitivity information shall be updated and permanently stored at the detector everyday.

6.40.5 The detector shall be able to sense incipient fire by detecting the presence of visible and invisible products of combustion. The light source intensity shall automatically adjust to compensate for possible effects of dirt and dust accumulation in the sensor/lens. The Smoke density in the chamber shall be measured by a optical system built within the detector. The detection principle shall employ a multiple light pulse coincidence circuit in order to prevent the false alarms. The detector shall be provided with response indicator ( LED ) and

Page 194: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

239

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

the sensitivity of the detector shall not vary with change in ambient temperature, humidity, pressure of voltage variation.

6.40.6 Neither its performance shall be affected by air current upto 10 mtr per second. The detector shall be suitably protected against dust accumulation / ingress. All detectors shall be identical in construction design and characteristic to facilitate easy replacement. The detector housing shall be damage resistant made of polycarbonate or proprietary self extinguishing material. The detector shall have a screen to prevent entry of insects into the sensor.

6.40.7 The coverage per smoke detector shall be upto a minimum of 80 M2. This coverage area will reduce depending upon structural configurations or partitions etc. It shall be possible to connect Smoke Detector with Heat Detector or Manual Push Buttons in the same circuit. The sensitivity of detector shall be set adjusted by the supplier to suit the site requirement.

6.40.8 It shall have in-built safety device to monitor the removal and pilferage of the detector. The detector also must have facility for remote indication.

6.40.9 The Base of the Detector shall be interchangeable with other Smoke or Heat Detectors. The enclosure shall meet IP 40 protection grade.

6.40.10 The Detector shall meet the requirements of NFPA / LPCB and be approved by UL / LPCB VdS. It shall be possible to test the Detector's working both from the Panel as well as locally by means as designed by the Bidder.

6.40.11 It shall be possible to mount the detectors in Duct Casting Units for sampling of Supply Air from the A H Us.

6.40.12 Each Detector shall be provided with a Fault Isolator which shall be able to detect wire short circuit / loose wiring and similar conditions and shall be able to isolate that segment from the circuit, so that the rest of the circuit continues to operate.

6.40.13 The Fault Isolators shall operate in pairs in any loop and whenever any short circuit occurs between any two of them, both immediately shall switch to an open circuit state and isolate the length of wiring between them. The Isolators should automatically return to the closed circuit as soon as the short circuit is corrected.

6.40.14 The Fault Isolator shall limit the number of modules or detectors that may be rendered inoperative by a short circuit fault on the loop. When a wire-to-wire short occurs, the Fault isolator shall automatically disconnect that part of the circuit. When the short circuit condition is corrected, the Unit shall automatically reconnect the isolated section.

6.41 Fire Alarm System 6.41.1 The Fire Alarm System shall conform to NFPA 72 / EN 54 in respect of design

and installation, and it shall give Audio / Visual Alarm signals when the

Page 195: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

240

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

temperature in case of Heat Detector or smoke density in case of Ionisation or Photo Electric Detector exceeds the pre-set limit. The system shall give pin point location of fire with warning system and voice communication for commands and instruction if required. All Panels shall have 16 bit processors.

6.41.2 The System shall be Computer aided micro processor based with central control and monitoring facility. The basic function of the System shall be to be able to achieve pin point location of alarm indication. Secondary functions such as pre warning of possible alarm situation, self diagnosis, checking upon faulty detectors and switching on / off of unrelated activities such as A H Us or Power Supply shall also be possible in this System. In case of more than one panel, all panels shall have peer to peer communication. Both panels shall be independent in operation for the area it serves. Master - slave configuration shall not be acceptable.

6.41.3 Each Loop shall have a minimum capacity of 120 detectors in a circuit. The Fire Alarm Panel itself shall have the mother boards / transponders / interface of each zone built-in.

6.41.4 Annunciation (Hooter Alarm) facility shall also be inbuilt into the Panel, the Panel being able to initiate alarm signal for any particular set - in this case a floor - hooter as required. The signal shall be transferred to the relevant channel in the P A System.

6.41.5 The system shall be fully supervised for all fault conditions with distinctive alarms operated for fault and fire conditions. Test push buttons / features shall be provided to test the electronic circuits and detector conditions.

6.41.6 The Panel shall be so programmed that when a particular detector or group of detectors give a fire signal the Panel should be able to trip an individual A H U automatically. The respective Loop Card shall be so programmed that in case of Fire conditions in a area air conditioned by an AHU the Panel shall be able to trigger a Relay through the Output Card that shall shut off the AHU through an additional Contactor provided in the AHU Panel by the AC Contractor.

6.41.7 The Basic System Functional Operation shall be as follows : 6.41.8 The Panel LED shall flash and Panel piezo-electric signal in the control panel

shall actuate. 6.41.9 The LCD display shall indicate all information associated with the fire alarm

condition, including the type of alarm point and its location within the protected premises.

6.41.10 The Panel shall log the information associated with the fire alarm control panel condition, along with the time and date of occurrence.

Page 196: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

241

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

6.41.11 All system output programs assigned via control-by-event/ logic equations to be activated by the particular point in alarm shall be initiated.

6.42 Addressable Manual Call Box 6.42.1 Manual Push Button shall be of Break Glass or Pull down type units, completely

encased in a plastic housing with provision for cable or conduit coupling. The Manual Push Button shall have the word prescribed in clear bold letters on facia window "In Case of Fire Break Glass / Pull Down".

6.42.2 The Manual Call Box Station shall be fully addressable with its own set code and operated by digitized signals sent from the Panel. The Voltage range shall be from 15 V to 28 V. It shall have protection as per IP 33. For exposed areas.

6.43 Addressable Fire Alarm Control Panel 6.43.1 The Fire Alarm Control Panel shall be micro processor based fully Intelligent

Addressable Analogue Control Unit which shall control all Intelligent Addressable detectors, Manual Call Stations and Switching Systems ( for disconnecting A H U and power supply ) connected to it and other Input Devices such as Magnetic Contacts and Flow Switches.

6.43.2 All addressable units shall be connected to the Panel through the Loop Cards and shall be addressed through individualised numbers. The Panel shall be able to obtain analogue value / percentage obscuration value for all detectors in the circuit through a pulsed digitalised current data. The Panel shall be able to analyse all analogue inputs from all addressable units, and through its own software and ambient level screening the Panel shall be able to identify Fire, possible Fire or Fault conditions. The Unit supervision shall be dynamic and continuous.

6.43.3 The Fire Alarm Panel shall itself have all Loop Cards in it. No isolated mother board or transponder is being considered. Each Loop shall have a capacity of 120 detectors.

6.43.4 The Panel shall also give adequate warning signal whenever there is dust accumulation in detectors, and upto the point of its replacement it should be possible to change the level of ambient alarm calibration condition either by the use of software programme operable by the Owner or by resetting the detector.

6.43.5 Short circuiting, loose wiring or missing units shall also be be reported at the Panel with pin point or segment-wise location. In such cases, the System through the use of Fault Isolators shall be able to isolate that segment between the two fault Isolators.

6.43.6 The Panel shall have a minimum 2 x 40 character Liquid Crystal Display Alpha - Numeric type on it to indicate immediately all conditions. In case of testing of the System from the Panel, the Display shall be able to give status of analogue value of all detectors being tested. The Panel shall also be able to carry out

Page 197: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

242

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

continuous self monitoring when in normal condition. 6.43.7 The Panel shall have either an in-built or external printer coupled to the Panel

which shall log all events with time. The printout shall clearly indicate the event - Fire / Pre Alarm / Fault etc, the Unit address and time.

6.43.8 The Panel shall also be able to discriminate between false alarms and fire conditions, as well as priority selection of alarm address in case alarm activates in two or more remotely located Units simultaneously. In such cases, the Manual Call Box shall be reported first, group of sequencially laid detectors ( in one room for example ) second and a detector with the greatest obscuration over a period of time third.

6.43.9 The Panel shall also be able to actuate Switches automatically in case of Fire condition, that of A H Us and Power Supply. The Bidder will be required to design and install the System in operation in coordination with the relevant Contractors. The Bidder will not be allowed to charge extra on this account, and such charges shall be included in his package.

6.43.10 In this respect the Bidder is required to take note of Clause relating to cutting off of AHUs given above. The Bidder shall indicate in his Bid what facilities shall need to be provided by the Client for completion of this mechanism.

6.43.11 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 Mother Board shall be of Modular Construction.

6.43.12 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 Soft Ware into the Panel. The Soft Ware shall be such so as to be easily operated by the Owner's Personnel, is secured against Software errors, ability to be upgradable so as to incorporate more Detector Units or replacement / changing of Detector Units, can incorporate more features at a later date such as Illumination Control, Security etc.

6.43.13 The Panel shall have its own Battery Back up. The Battery shall be of sealed maintenance free type of capacity minimum 25 Ah capacity.

6.43.14 The Panel shall be totally enclosed dust and vermin proof type made of minimum 1.6mm dust inhibited sheet with even baked finish. The panel shall be of completely solid state design.

6.43.15 The logic circuitry shall be based on high noise immunity solid state hardware employing modular construction. Logic cards shall be of epoxy fibre glass construction.

Page 198: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

243

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

6.43.16 The System shall meet the EN 54 / NFPA 72 standards and all equipments excluding cabling and wiring shall be listed with UL / LPCB / VdS.

6.43.17 The Panel shall have software to cater to the changeover of any of the operating Loop Cards to an extra Loop Card. Other software necessary to actually change the terminals of a Loop from an existing Loop Card to the extra Loop Card shall be carried out at site as and when required. Charges for such soft ware, loading, test run etc. shall be indicated when required.

6.43.18 Peer to peer communication between panels shall be provided with event of each panel being provided on the other panel.

6.43.19 The Panel shall also have programmable Automatic Day / Night Sensitivity Adjustment, Drift Compensation by which the detector’s sensitivity threshold level due to dust shall be automatically adjusted over time. The panel shall also upload / download System Database to PC Computer.

6.43.20 The Fire Alarm Control Panel shall be capable of supporting interactive Colour

Graphics Package complete with history logging. All the zone shall be displayed with colour coded graphics that indicate the status of each zone and its location.

6.43.21 The Main Processor Central Processing Unit shall communicate with, monitor, and control all other modules within the control panel. Removal, disconnection or failure of any control panel module shall be detected and reported to the system display by the central processing unit. The CPU shall contain and execute all control-by-event/ logic programs for specific action to be taken if an alarm condition is detected by the system.

6.44 Power Supply 6.44.1 The control panel shall derive 230 Volts power from main supply. A standby

power supply shall be immediately available in the event of failure of normal supply and shall automatically be connected so as to maintain the equipment in condition such that fire alarm originating from the operation of detector can be given.

6.44.2 Suitable arrangements shall be incorporated to prevent secondary batteries from discharging through the charging equipment in the event of its breakdown or a failure in the supply.

6.44.3 Necessary automatic changeover from normal to standby DC supply in case of main supply failure shall be provided by the Contractor.

6.44.4 In addition to the batteries, a battery charger suitable for operation on the auxiliary power shall be supplied. The capacity of the charger shall be such that the same can boost charger the battery (within 8 hrs) while supplying the rated load of the fire detection and annunciation system. Facilities shall be provided

Page 199: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

244

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

to limit the voltage supplied to fire detection and alarm system to their rated values during the time of boost charging. The charger shall normally supply the battery trickle charging current and the DC load of the fire detection and alarm system. In case the AC supply on the input side of the charger fails the necessary power for the complete fire detection and alarm system including P A shall be supplied by the battery.

6.44.5 Switches, fuses, overloaded devices, voltmeter, ammeter and earth fault indicating device shall be furnished for the power supply system.

6.44.6 Visible and audible annunciation for troubles or failure in the power supply system like "Charger Failure", "Battery Low Voltage", etc shall be provided.

6.44.7 Battery earth / fault indication / annunciation shall be included in the panel. 6.44.8 The electronic cards to be used in the battery chargers shall be of PCB type

with male /female type plug-in contacts 6.44.9 Automatic boost / trickle charging facility shall be included in chargers 6.45 Intelligent Addressable Multi Criteria Photo Electric cum Heat

Detector 6.45.1 The Detector shall be provided with both Smoke and Heat Sensor. The Photo

Electric part shall have an optical sensing chamber that operates on the light scattering principle and responds to those particles that form optically dense smoke. When smoke enters the sensing chamber it scatters light which is received by a photo cell. The signal is amplified and digitised for reception by the Panel. The Detector shall activate on receiving smoke particles in the 0.5 to 10 micro metre range. The detector shall be completely solid state with L E D indication at the base. The microprocessor within the detector shall independently employ programmable algorithms to dynamically examine smoke values and initiate an alarm based on that data.

6.45.2 The detector shall be capable of carrying out independent fire detection algorithms. The fire programmable detection algorithm shall measure sensor signal dimensions, time patterns and shall be able to combine different fire parameters to increase reliability and distinguish real fire conditions from nuisance alarms. Signal patterns that are not typical of fires shall be eliminated by inbuilt software filters.

6.45.3 The detector shall have a separate means of displaying communication and alarm status. Each detector shall be individually programmed to operate at different sensitivity settings ( those operating in offices and those in corridors ).

6.45.4 The detector shall have a micro processor that shall have n environmental compensation algorithm, which shall identify and set ambient thresholds based

Page 200: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

245

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

on environmental conditions. The detector shall continually monitor the environmental impact of temperature, humidity, other contaminates as well as detector aging. This shall employ digital compensation to adapt the detector to 24 hour long period environmental changes. The detector shall monitor the environmental compensation value and alert the system operator when the detector approaches the threshold of the threshold considered for the environment. The micro processor shall have differential sensing algorithms which shall provide a constant differential between selected detector sensitivity and the approved sensitivity level. The approved sensitivity information shall be updated and permanently stored at the detector every day.

6.45.5 The Heat Sensor shall consist of a thermistor for heat sensing and the fixed temperature setting shall be at 57o Centigrade.

6.45.6 The detector shall be able to sense incipient fire by detecting the presence of visible and invisible products of combustion and shall actuate on rate of heat rise increasing over the factory set threshold. The light source intensity shall automatically adjust to compensate for possible effects of dirt and dust accumulation in the sensor/lens. The Smoke density in the chamber shall be measured by a optical system built within the detector. The detection principle shall employ a multiple light pulse coincidence circuit in order to prevent the false alarms.

6.45.7 The detector shall be provided with response indicator (LED) and the sensitivity of the detector shall not vary with change in ambient temperature, humidity, pressure of voltage variation.

6.45.8 Neither its performance shall be affected by air current upto 10 mtr per second. The detector shall be suitably protected against dust accumulation / ingress and it shall be free from maintenance and functional test at intervals. All detectors shall be identical in construction design and characteristic to facilitate easy replacement. The detector housing shall be damage resistant made of polycarbonate or proprietary self extinguishing material. The detector shall have a screen to prevent entry of insects into the sensor.

6.45.9 The coverage per smoke detector shall be upto a minimum of 80 M2. This coverage area will reduce depending upon structural configurations or partitions etc. It shall be possible to connect Smoke Detector with Heat Detector or Manual Push Buttons in the same circuit. The sensitivity of detector shall be set adjusted by the supplier to suit the site requirement.

6.45.10 It shall have in-built safety device to monitor the removal and pilferage of the detector. The detector also must have facility for remote indication. The Base of the Detector shall be interchangeable with other Smoke or Heat Detectors. The enclosure shall meet IP 40 protection grade.

Page 201: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

246

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

6.45.11 The Detector shall meet the requirements of NFPA / EN 54 and be approved by UL / LPCB / VdS. It shall be possible to test the Detector's working both from the Panel as well as locally by means as designed by the Bidder.

6.45.12 Each Detector shall be provided with a Fault Isolator which shall be able to detect wire short circuit / loose wiring and similar conditions and shall be able to isolate that segment from the circuit, so that the rest of the circuit continues to operate.

6.45.13 The Fault Isolators shall operate in pairs in any loop and whenever any short circuit occurs between any two of them, both immediately shall switch to an open circuit state and isolate the length of wiring between them. The Isolators should automatically return to the closed circuit as soon as the short circuit is corrected.

6.45.14 The Fault Isolator shall limit the number of modules or detectors that may be rendered inoperative by a short circuit fault on the loop. When a wire-to-wire short occurs, the Fault isolator shall automatically disconnect that part of the circuit. When the short circuit condition is corrected, the Unit shall automatically reconnect the isolated section.

6.46 Conduits 6.46.1 These shall be 16 G. Mild Steel Welded and having perfectly circular tubing and

capable of being cleaned and tight fitting joints. Conduits shall be laid either surface or in recessed as required and it shall be protected from rust by one coat of iron oxide, and one coat of Red Enamel Paint.

6.46.2 Above false ceiling cables shall be drawn off from the conduits laid on the slab. The cables shall be drawn through flexible P V C conduits including all necessary supports, clamps etc as required.

6.46.3 Where conduits have to be installed under R C C slabs, the Bidder shall use drill guns and P V C dash fasteners for screwing of saddles for exposed conduits.

6.47 Addressable Switch ( Output Module ) 6.47.1 The Switches shall be addressable and commandable Units controlled from the

Fire Alarm Panel that shall automatically energise circuits to disable electrical circuits for A H Us or Power Supply etc.

6.47.2 The Bidder shall take note of relevant Clauses given above. He shall be required to specifically inform the Owner about what facilities he shall require from the Owner or the Air Conditioning Agency working at site for tripping off the A H Us.

6.47.3 The Switch shall also be used to operate a group of strobes or a group of electronic hooters through the use of a Power Supply Unit, or shall operate a Magnetically operated Door Closing Device by de magnetizing the unit.

Page 202: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

247

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

6.48 Addressable Duct Casting Unit 6.48.1 The Duct Casting Units are to be directly installed in the air conditioning ducts

for detecting any hazardous quantity of products of combustion being carried through the ducts.

6.48.2 The complete unit shall consist of aluminium or poly carbonate housing to accomodate a Ionisation or Optical Detector with plug - in facility and sampling tubes, one for air inlet and the other as the air outlet.

6.48.3 The Inlet tube shall extend into and across the duct width ( from 0.5 metre to 3.0 metre ), the outlet tube shall be of fixed length of 7.5 cm length.

6.48.4 When the A H U 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.

6.48.5 The Duct Casting Unit shall be UL / LPCB approved. 6.49 Repeater Panel 6.49.1 The Repeater Panel shall be provided with an LCD Display Unit of 2 lines of 40

characters that shall provide alpha numeric information on the fire / fault signal with zone number.

6.49.2 For accessing the LCD display a keypad operation shall be provided. The keypad shall have Help Menu and other functions controlled from either Function Keys or by a combination of keypad numbers. By using the Keypad one can scroll through the event list for at least a month.

6.49.3 The Processor shall be rugged with non volatile memory. Due to voltage fluctuations and change from normal to standby current there shall be no variation in the software or programmed logic sequence. The Repeater Panel shall be provided with a Buzzer / Sounder to indicate Alarm, which shall generate automatically in case of an alarm in the area to which the Repeater Panel is connected / programmed.

6.49.4 LIST OF APPROVED MAKES OF FIRE PROTECTION WORKS 1. Pipes ( M S / G I ) Tata / Jindal / Prakash Surya 2. Gun metal valves Leader / Sant /Legris. 3. Single headed Hydrant valves, four way

Fire Brigade inlet &shut off nozzle Newage / Eversafe / SB. 4. Pipe for hose reel Mitras. 5. Sluice & non return valves. Venus / Kalpana / Lehry 6. Pressure switch. Indfoss / Switzer 7. Pressure Gauges. BRC / HD / Waree. 8. Pump. Kirloskar / KSB / Mather & Platt. 9. Motor. ABB / Siemens / Crompton Greaves

/ Kirloskar.

Page 203: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

248

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

10. Enamel Painting of pipes etc. Asian / GoodlasNerolac / ICI / Berger.

11. Paint Primer. Asian / Jenson Nicholson / Berger. 12. Fasteners. Hilti / Fischer. 13. Weld Rods. Advani / Esab. 14. Ball Valves. RB ( Italy ) / Bugatti / Legris. 15. Fire Extinguishers. Minimax / Kanex / Ceasefire. 16. Hose. Newage / UL listed 17. Rubber Gaskets C I C / Varuna. 18. Hose Drum. ( aluminium alloy ) Newage /Eversafe.

ELECTRICAL 1. Power Cables. Cable Corp of India / ICC / Gloster

/ Skytone. 2. Conduit ERW (ISI marked). BEC / AKG. 3. Contactors & Overload Relays. L&T / Siemens / GE Power. 4. Voltmeter/Ammeter. L&T / AE / IMP. 5. CT/PT Transformer. AE / Kappa / C & S. 6. S.F. Unit. L&T / Siemens / GE / Controls &

Switchgear. 7. Cable Trays. Slotco / Pilco. 8. Indicating Lamps L & T / Siemens / GE Power. 9. Electrical Pump Panels Risha / Automatic Controls.

FIRE ALARM & P A SYSTEMS

1. Addressable Networkable Panel Honeywell / Siemens / Esser / Cooper / Morley / Tyco / Notifier

2. Intelligent Addressable Smoke Detectors Optical Type + Multi criteria Honeywell / Siemens / Esser / Cooper / Morley / Tyco / Notifier 3. Intelligent Addressable Rate of Rise Heat Detector Honeywell / Siemens / Esser / Cooper / Morley / Notifier

4. Control Cable Finolex/ Ravin / Lapp 5. Addressable Duct Detector Unit As per (1) above. 6. Input / Output Modules By Parent Company Manufacturing Detectors / Panel

7. Manual Call Box By Parent Company

Page 204: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

249

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Manufacturing Detectors / Panel.

8. Strobe. UL Listed. 9. PA System Bosch / System Sensor. 10. Response Indicator Agni / GAC.

VII. LIFTS

7.1 General This specification covers manufacture, testing as may be necessary before despatch,

delivery at site, all preparatory work, assembly and installation, commissioning putting into operation of Lifts.

7.2 Location

The Lifts will be installed at Indian Institute of Science, Education and Research, Thiruvananthapuram, Kerala

7.3 Technical specification

The technical specification shall be as per CPWD General Specifications for Electrical Works (Part III Lifts & Escalators-2003) and latest editions of relevant IS codes.

7.4 Power Supply

The lift shall be suitable for power supply of 415 V, 3 Phase, 4wire, 50 Hz, AC.

7.5 Compliance with Regulations and Indian standards 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 these 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

(iv) Statutory norms prescribed by local bodies like NDMC etc.

Page 205: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

250

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

1.2 Detailed Technical Parameters for the lifts to be supplied The proposed lifts are gear less and machine room less. The hoisting equipment shall

be kept inside the shaft and machinery unit shall be compact & highly energy efficient. The hoisting equipment shall be gearless type with 3 phase AC motor with permanent magnet technology. Motor efficiency shall be 70 % – 75 % and power factor shall not be less than 0.8. The bearings shall be of spherical roller type and main suspension ropes shall be of round steel wire.

The detailed technical parameters are as follows:

Sl. No. DESCRIPTION C1 C2 C3 D1

D2

1 No of Lifts required 1 1 1 1 1

2 No of Persons/ Load in Kg 13(884Kg) 13(884Kg) 13(884Kg) 13(884Kg) 13(884Kg)

3 Rated speed 1.25 meter/sec. 1.25 meter/sec. 1.25

meter/sec. 1.25 meter/sec. 1.25 meter/sec.

4 Traveling Meter 21.7 Meter (approx)

21.7 Meter (approx)

21.7 Meter (approx)

21.7 Meter (approx)

21.7 Meter (approx)

5 No of Floor served

-2 +G+4 (7 Stops)

-2 +G+4 (7 Stops) G+6 (7 Stops) -2 +G+4 (7

Stops) -2 +G+4 (7 Stops)

6

Inside Size of Lift well as per IS 14665 (Part-I), 2000

2500m (W) x 1900 mm (D)

2500m (W) x 1900 mm (D)

2500m (W) x 1900 mm (D)

2500m (W) x 1900 mm (D)

2500m (W) x 1900 mm (D)

7 Pit Depth 1600 mm 1600 mm 1600 mm 1600 mm 1600 mm

Page 206: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

251

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

8 Clear Inside size of Lift Car

2000 mm (W) x 1100mm (D) x 2300 mm (H) including ceiling

2000 mm (W) x 1100mm (D) x 2300 mm (H) including ceiling

2000 mm (W) x 1100mm (D) x 2300 mm (H) including ceiling

2000 mm (W) x 1100mm (D) x 2300 mm (H) including ceiling

2000 mm (W) x 1100mm (D) x 2300 mm (H) including ceiling

9 Position of counter weight

As per design – Side / Rear

As per design – Side / Rear

As per design – Side / Rear

As per design – Side / Rear

As per design – Side / Rear

10 Position of Machine room

- Above the lift shaft

Above the lift shaft -

Above the lift shaft

Above the lift shaft

Above the lift shaft

11 Position of Door Centre opening( In Front Side)

Centre opening( In Front Side)

Side opening ( In Front Side)

Side opening( In Front Side)

Side opening ( In Front Side)

12

Opening of car Door

800 mm(W) x 2100 mm(H). SS vandal proof finish.

800 mm(W) x 2100 mm(H). SS vandal proof finish.

2000 mm(W) x 2100 mm(H). SS hairline finish.

2000 mm(W) x 2100 mm(H). SS hairline finish.

900 mm(W) x 2100 mm(H). SS hairline finish.

13 Type of Control

Microprocessor Based AC V3F, Selective Collective simplex control

Microprocessor Based AC V3F, Selective Collective simplex control

Microprocessor Based AC V3F, Selective Collective simplex control

Microprocessor Based AC V3F, Selective Collective simplex control

Microprocessor Based AC V3F, Selective Collective simplex control

14 Type of operation Simplex Simplex Simplex Simplex Simplex

15 Type of signal system

As per technical specification.

As per technical specification.

As per technical specification.

As per technical specification.

As per technical specification.

Page 207: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

252

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

16 Type of signal system

a)Digital floor position indicator in the car and at all landings

a) Digital floor position indicator in the car and at all landings

a) Digital floor position indicator in the car and at all landings

a) Digital floor position indicator in the car and at all landings

a) Digital floor position indicator in the car and at all landings

b)Travel direction Indicator in the car and at all landings

b)Travel direction Indicator in the car and at all landings

b) Travel direction indicator in the car and at all landings

b) Travel direction indicator in the car and at all landings

b) Travel direction indicator in the car and at all landings

c)Overload warning audio & visual indicator

c)Overload warning audio & visual indicator

c) Overload warning audio & visual indicator

c) Overload warning audio & visual indicator

c) Overload warning audio & visual indicator

d) Battery operated alarm bell and emergency light.

d) Battery operated alarm bell and emergency light.

d) Battery operated alarm bell and emergency light.

d) Battery operated alarm bell and emergency light.

d) Battery operated alarm bell and emergency light.

e) Car operating panel with Sophisticated design –buttons flush with back plate. LED illumination.

e) Car operating panel with Sophisticated design – buttons flush with back plate. LED illumination.

e) Car operating panel with Sophisticated design –buttons flush with back plate. LED illumination

e) Car operating panel with Sophisticated design –buttons flush with back plate. LED illumination

e) Car operating panel with Sophisticated design- buttons flush with back plate. LEDillumination

f) Luminous hall buttons at all landings.

f) Luminous hall buttons at all landings.

f) Luminous hall buttons at all landings.

f) Luminous hall buttons at all landings.

f) Luminous hall buttons at all landings.

g)Fireman’s switch at ground floor

g)Fireman’s switch at ground floor

g) Fireman’s switch at ground floor

g) Fireman’s switch at ground floor

g) Fireman’s switch at ground floor

h)Infra-Red Door Screen

h)Infra-Red Door Screen

h) Infra-Red Door Screen

h) Infra-Red Door Screen

h) Infra-Red Door Screen

Page 208: INDEX [4.imimg.com]4.imimg.com/data4/XK/QD/HTT-1528/1528_2015-12-25-17-14...2015/12/25  · Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX

253

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Assistant Engineer (E) Executive Engineer (E)

j) Minor Building works

j) Minor Building works

j) Minor Building works

j) Minor Building works

j) Minor Building works

k) Scaffolding k) Scaffolding k) Scaffolding k) Scaffolding k) Scaffolding

l) Pit ladder l) Pit ladder l) Pit ladder l) Pit ladder l) Pit ladder

M) Flooring- Granite

M) Flooring- Granite

M) Flooring- Granite

M) Flooring- Granite

M) Flooring- Granite

17 Electric supply

AC 400/440 VOLTS, 3PHASE,

50 CYCLES

AC 400/440 VOLTS, 3 PHASE, 50

CYCLES

AC 400/440 VOLTS, 3PHASE, 50 CYCLES

AC 400/440 VOLTS,3 PHASE, 50 CYCLES

AC 400/440 VOLTS, 3 PHASE, 50 CYCLES

18 Is neutral wire available for control circuits

Yes Yes Yes Yes Yes

19 ARD To be provided To be provided To be provided To be provided To be provided

20 Desirable friendly features

Handicap Provision, Braille Button & SS Handrail on rear side to be provided

Handicap Provision, Braille Button & SS Handrail on rear side to be provided

Handicap Provision, Braille Button & Stretcher impact protection to be provided

Handicap Provision, Braille Button & Stretcher impact protection to be provided

Handicap Provision, Braille Button & Stretcher impact protection to be provided