NIT ESCI KotaRecall

Download as pdf or txt
Download as pdf or txt
You are on page 1of 186

GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT


OFFICE OF CHIEF ENGINEER
JAIPUR (RAJASTHAN)

NIT No. 05/CE/Jaipur/2021-22/Recall

NAME OF WORK : Supplying, Installation, Testing and


Commissioning of Fire Alarm & Fire
Fighting System at ESIC Hospital, Kota
(Raj.).

ESTIMATED COST : Rs. 2,05,12,829/-

EARNEST MONEY : Rs. 4,10,257/-

TIME ALLOWED : 06 (Six) Months

DATE & TIME OF


OPENING OF BID : 11/02/2022*

C.P.W.D.
INDEX
Name of Work: Supplying, Installation, Testing and Commissioning of Fire Alarm &
Fire Fighting System at ESIC Hospital, Kota (Raj.).

SL. DESCRIPTION PAGE


NO. NOS.
1. Index 1–2
2. Tender Notice 3
3. Information and Instructions for Contractors for Bidders for 4–7
e-Tendering
PART – A
4. Proforma for Earnest Money Deposit Declaration (Annexure-III) 8
5. Form of Bank Guarantee for Performance Guarantee / Security 9 – 11
Deposit / Mobilization Advance (Annexure-IV)
6. Conditions for Engagement of Associated Agencies for E&M 12 – 17
Works
7. Willingness Certificate 18
8. Specimen format for MOU 19
9. CPWD-6 for e-Tendering 20 – 25
10. Integrity Pact 26 – 32
11. CPWD – 7 33 – 34
PART – B (Electrical Work)
12. Schedule A, B, C, D, E, F (Major Component) 35 – 43
13. Items which are to be executed through specialized agency (E&M 44 – 45
Services)
14. Special Notre 46
15. Special Condition for Engagement of Associated Contractor for 47 – 48
Specialized E&M works
16. General Terms & Conditions for E&M Services / Work 49 – 60
17. Technical Specification for Internal EI Works 61 – 63
18. General Terms & Conditions for Fire Alarm System 64 – 71
19. Technical Specification for Fire Alarm System 72 – 92
20. General Terms & Conditions for Wet Riser & Fire Fighting 99 – 99
System
21. Technical Specification for Fire Fighting System 100 – 110

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 1- A.E.(E) / A.E.(C)
SL. DESCRIPTION PAGE
NO. NOS.
22. List of Preferred Makes (E&M Work) (Annexure-I) 111 – 116
23. Authority Letter for Payment to Third Party (Annexure-VII) 117
24. Standard Operating Procedures (SOPs) and Guidelines for 118 – 128
Construction Site for COVID-19 Outbreak (Annexure-VIII)
PART – C (Civil Work)
25. Schedule A, B, C, D, E, F (Minor Component) 129 – 137
26. Additional Conditions for Civil Work 138 – 161
27. Additional Specifications for Civil Work 162 – 173
28. Special Conditions regarding Royalty of Materials to be used in 174 – 176
Construction work
29. Preferred Makes of Materials for Civil Works (Annexure-II) 177 – 180
30. Guarantee Bonds/Affidavit for Work (Annexure-V & VI) 181 – 184
31. Schedule of Quantity (Electrical Work) 185 – 198
32. Schedule of Quantity (Civil Work) 199 – 205
33. Financial Bid Sheet 206

NIT approved for Rs. 2,05,12,829/- (Rupees Two Three Crore Five Lakh Twelve
Thousand Eight Hundred Twenty Nine Only) and containing page 1 to 206.

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


CPWD, Jaipur CPWD, Jaipur CPWD, Jaipur

Chief Engineer
CPWD, Jaipur

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 2- A.E.(E) / A.E.(C)
TENDER NOTICE

CENTRAL PUBLIC WORKS DEPARTMENT


NOTICE INVITING E-TENDER

The Executive Engineer (Elect.), CPWD, Jaipur on behalf of the President of India
invites online percentage rate bids from approved and eligible composite category contractors
of CPWD for the following work:

N.I.T. No. : 05/CE/Jaipur/2021-22/Recall

Name of Work : Supplying, Installation, Testing and Commissioning of Fire


Alarm & Fire Fighting System at ESIC Hospital, Kota
(Raj.).

Estimated Cost : Rs. 2,05,12,829/-


(Electrical : Rs. 1,57,32,401/- & Civil : Rs. 47,80,428/-)

Earnest Money : Rs. 4,10,257/-

Construction Time Allowed : 06 (Six) Months

Last date & time


of submission of tender : Up to 8.30 PM on 11/02/2022*

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

Note :- Matter below not to be published.

Note:- (xxx) : To be filled by EE

Executive Engineer (Elect.)


CPWD, Jaipur

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 3- A.E.(E) / A.E.(C)
INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR E-TENDERING

The Executive Engineer (Elect.), CPWD, Jaipur on behalf of the President of India
Re-invites online percentage rate bids from approved and eligible composite category
contractors of CPWD for the following work:

S. NIT Name of work Estimated Earnest Stipulated Last date of Date & time
No. No. & cost Money Period of online of opening
Location put to bid Completion submission of bid
(Rs.) of work (in of
months) bid, copy of
receipt of
deposition
of
original
EMD and
other
documents
as specified
in the bid
document.
1 2 3 4 5 6 7 8
1 Supplying, Composite : Rs. 06 (Six) Up to 8.30 At 9.00 PM
Installation, Rs. Months PM on on
05/CE/Jaipur/2021-

Testing and 2,05,12,829/- 4,10,257/- 11/02/2022* 11/02/2022*


Commissioning Electrical :
22/Recall

of Fire Alarm Rs.


& Fire 1,57,32,401/-
Fighting Civil :
System at Rs.
ESIC Hospital, 47,80,428/-
Kota (Raj.).

1. A pre-bid conference shall be held in the O/o Chief Engineer (Jaipur), CPWD,
Nirman Bhawan, Sector-10, Vidyadhar Nagar, Jaipur on .................(XXX)* for
clarifications relating to the work, if any.

2. The intending bidder must read the terms and conditions of CPWD-6 carefully. He
should only submit his bid if he considers himself eligible and he is in possession of
all the documents required.

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

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


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

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 4- A.E.(E) / A.E.(C)
5. Those contractors not registered on the website mentioned above, are required to get
registered beforehand. If needed they can be imparted training on online bidding
process as per details available on the website.

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

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

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

9. Contractor must ensure to quote rate in the prescribed column(s) meant for quoting
rate in figures appears in pink colour and the moment rate is entered, it turns sky blue.
In addition to this, while selecting any of the cells a warning appears that if any cell is
left blank the same shall be treated as “0”. Therefore, if any cell is left blank and no
rate is quoted by the bidder, rate of such item shall be treated as “0” (ZERO).
However, If a tenderer quotes nil rates against each item in item rate tender or does
not quote any percentage above/below on the total amount of the tender or any section
/ sub head in percentage rate tender, the tender shall be treated as invalid and will not
be considered as lowest tenderer.
Contractor must ensure to quote his percentage rate (above/below) in the attached
schedules.

10. The department reserves the right to reject any prospective application without
assigning any reason and to restrict the list of qualified contractors to any number
deemed suitable by it, if too many bids are received satisfying the laid down criterion.

12. The tenderer should also read the General Conditions of Contract for CPWD Works
2020 Maintenance Works amended upto date (available on CPWD above
websites), which is available as Govt. of India Publications.

13. Tenders with any condition including that of conditional rebates in the tender
document shall be rejected forthwith.

14. If a tenderer does not quote any percentage above/below/at par on the total amount of
the tender or any section/sub head in percentage rate tender, the tender shall be treated
as invalid and will not be considered as lowest tenderer.

15. The bids will be submitted upto 8:30 PM on 11/02/2022*. The bid submitted shall
be opened at 9.00 PM on 11/02/2022*.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 5- A.E.(E) / A.E.(C)
16. GST, purchase tax, turn over tax, Excise duty, work contract tax or any other tax as
applicable shall be paid by the contractor himself. The contractor shall quote his rates
considering all such taxes. The TDS (tax deduction at source) shall be done from bill
payments to the contractor as per Government law and rules.

17. If any information furnished by the applicant is found incorrect at a later stage, he
shall be liable to be debarred from tendering/ taking up of works in CPWD. The
Department reserves the right to verify the particulars furnished by the applicant
independently.

18. The tenderer should not have been blacklisted or penalized by any Central
Government/State Government Offices/PSUs. A self certificate / declaration in this
effect is required to be scanned and uploaded while participation in tendering
process.

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

I. Treasury Challan /Demand Draft / Pay order or Banker`s Cheque / Deposit at Call
Receipt/ FDR/ Bank Guarantee of any scheduled Bank against EMD,and hard copy of
the same EMD have to be deposited physically in Division Office of any Executive
Engineer inviting bids or division office of Executive Engineer, CPWD within the
period of Bid submission. The same should also be Scanned and Uploaded by the
intending bidders.
II. Copy of receipt for deposition of original EMD issued from division office of any
Executive Engineer, CPWD (including NIT issuing EE/AE), CPWD.
III. Enlistment Order of the Contractor in CPWD in Composite Category and
valid on the date of opening of tender.
III. GST Registration Certificate, if already obtained by the bidder.
If the bidder has not obtained GST registration as applicable, then he shall
scan and upload following undertaking along with bid documents.
"lf work is awarded to me, l/we shall obtain GST registration certificate, as
applicable, within one month from the date of receipt of award letter or before
release of any Payment by CPWD, whichever is earlier, failing which l/we
shall be responsible for any delay in payments which will be due towards
me/us on account of the work executed and/or for any action taken by CPWD
or GST department in this regard".
IV. Copy of Electrical license of eligible class of the bidder. In case, bidder
doesn’t have electrical license, he shall submit an undertaking that “I/We will
either obtain valid electrical license at the time of execution of electrical work
or associate contractors having valid electrical license of eligible class.”
V. Site Inspection Self Certificate / Declaration
VI. Any other document as specified in the NIT.

21. The agency has to make a Site Office alongwith Site Laboratory of 30 sqm area
approximately within 30 days from the start of work. If he completes after 21
days than recovery @Rs. 1,000/- per day shall be made and if he fails to make
Site office alongwith Site Laboratory than recovery shall be made for 30 sqm
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 6- A.E.(E) / A.E.(C)
@Rs. 10,000/- per sqm. The directions shall be given by the Engineer-in-charge
alongwith the award letter.

22. The contractor has to follow "Standard Operating Procedures (SOPs) and
Guidelines for Construction Site for COVID-19 Outbreak" issued vide DG,
CPWD, New Delhi O.M. No. 2/9/2020-WII/DG/169 dated 05.05.2019 (Annexure –
VIII) and any other Govt. directions in this regard from time to time until the
effect of COVID-19. Therefore, it is suggested to go through the above said
guidelines before submitting the tender.

Executive Engineer (Elect.)


CPWD, Jaipur

Note:- (xxx) : To be filled by EE

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 7- A.E.(E) / A.E.(C)
Receipt of deposition of original EMD

(Receipt No. ……………../date ……..)

1 Name of work : Supplying, Installation, Testing and


Commissioning of Fire Alarm & Fire
Fighting System at ESIC Hospital, Kota
(Raj.).

2 NIT No NIT No. 05/CE/Jaipur/2021-22/Recall


3 Estimate Cost Rs. 2,05,12,829/-

4 Amount of Earnest Money Rs. 4,10,257/-


Deposit
5 Last date of submission of bid 11-02-2022*

(# To be filled by EMD receiving EE)


1 Name of Contractor :

2 Form of EMD

3 Amount of Earnest Money


Deposit
4 Date of submission of EMD

Signature Name and Designation of EMD


receiving officer (EE/AE(P)/AE/AAO)
alongwith Office stamp

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 8- A.E.(E) / A.E.(C)
Annexure-IV

On non-judicial stamp paper of minimum Rs. 100


(Guarantee offered by Bank to CPWD in connection with the execution of contracts)
Form of Bank Guarantee for Performance Guarantee
/ Security Deposit/Mobilization Advance

1. Whereas the Executive Engineer ..................... (name of division) .......................,


CPWD on behalf of the President of India (hereinafter called “The Government”) has
invited bids under ........................ (NIT number) ...................... dated .......... . for
........................... (name of work) ............................................................ The
Government has further agreed to accept irrevocable Bank Guarantee for Rs.
....................... (Rupees ..................................... only) valid upto ................. (date)*.........
as Earnest Money Deposit from ......................... (name and address of contractor)
..................... (hereinafter called “the contractor”) for compliance of his obligations in
accordance with the terms and conditions of the said NIT.

OR**

Whereas the Executive Engineer ................. (name of division) ......., CPWD on behalf
of the President of India (hereinafter called “The Government”) has entered into an
agreement bearing number ......................... with ......................(name and address of the
contractor) ........ (hereinafter called “the Contractor”) for execution of work
..................................... (name of work) ...................................................... The
Government has further agreed to accept an irrevocable Bank Guarantee for Rs.
....................... (Rupees ................................. only) valid upto ........ (date)........ as
Performance Guarantee / Security Deposit / Mobilization Advance from the said
Contractor for compliance of his obligations in accordance with the terms and
conditions of the agreement.

2. We, ............... (indicate the name of the bank) ............. (herein after referred to as “the
Bank”), hereby undertake to pay to the Government an amount not exceeding Rs.
.................... (Rupees................... only) on demand by the Government within 10 days
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 9- A.E.(E) / A.E.(C)
of the demand.

3. We, ........................ (indicate the name of the Bank) ....................., do here by undertake
to pay the amount due and payable under this guarantee without any demur, merely on a
demand from the Government stating that the amount claimed is required to meet the
recoveries due or likely to be due from the said Contractor. 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).

4. We, .................. (indicate the name of the Bank) ....................., further undertake to pay
the Government any money so demanded notwithstanding any dispute or disputes raised
by the contractor in any suit or proceeding pending before any Court or Tribunal, our
liability under this Bank Guarantee being absolute and unequivocal. The payment so
made by us under this Bank Guarantee shall be a valid discharge of our liability for
payment there under and the Contractor shall have no claim against us for making such
payment.

5. We, ........... (indicate the name of the Bank) ............, further agree that the Government
shall have the fullest liberty without our consent and without affecting in any manner
our obligation here under to vary any of the terms and conditions of the said agreement
or to extend time of performance by the said Contractor 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 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 or for
any forbearance, act of omission on the part of the Government or any indulgence by
the Government to the said Contractor 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. We, ..................... (indicate the name of the Bank) .........................., further agree that
the Government at its option shall be entitled to enforce this Guarantee against the Bank
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 10 - A.E.(E) / A.E.(C)
as a principal debtor at the first instance without proceeding against the Contractor and
notwithstanding any security or other guarantee the Government may have in relation to
the Contractor‘s liabilities.

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

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

9. This Bank 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 .................... only) and
unless a claim in writing is lodged with us within the date of expiry or extended date of
expiry of this guarantee, all our liabilities under this guarantee shall stand discharged.

Date ....................

Witnesses :

1. Signature .................... Authorized signatory


Name and address Name
Designation
Staff code no.
Bank seal
2. Signature ....................
Name and address

*Date to be worked out on the basis of validity period of 90 days where only financial bids are invited
and 180 days for two/'three bid system from the date of submission of tender.
**In paragraph 1, strike out the portion not applicable. Bank Guarantee will be made either for
earnest money or for performance guarantee/security deposit/mobilization advance, as the case may be.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 11 - A.E.(E) / A.E.(C)
CONDITIONS FOR ENGAGEMENT OF ASSOCAITED AGENCIES
FOR E&M WORKS

1. The lowest tenderer have to submit electrical contractor license and experience
certificate issued by competent authority within two weeks of award of work in case
he himself is eligible for carrying internal EI & other specialized E&M work as per
eligibility criteria mentioned in Schedule-F, and if not, then he will associate
specialized agencies as per eligibility criteria mentioned in Schedule-F. The main
contractor shall submit the details of such specialized agencies to be associated in
Annexure-A within two weeks of award of work. Following documents for
association of electrical contractors for internal EI work or other specialized E&M
Works shall be submitted by main contractor to the Chief Engineer, CPWD, Jaipur
through EE(E), Jaipur Central Electrical Division, CPWD, Jaipur in charge for
deciding the eligibility :-

A. Willingness from an eligible electrical contractors/specialized agency to get


associated with the applicant for execution of the electrical component of works as
per the conditions set out in the MOU as per the proforma given in Annexure-B to be
signed between the contractor and the associated eligible electrical contractor/
specialized agency.

B. For association of Electrical contractor for electrical works: -


(i) Copy of their registration documents with CPWD (if applicable)
(ii) Copy of Electrical Contractor’s License issued by competent authority
(iii) Copy of Goods and Service Tax (GST) Registration
(iv) Copy of ESIC and EPF Registration.
OR
For association of Electrical contractor for specialized E&M works: -
(i) Copy of Completion Certificate as per eligibility criteria mentioned in
Schedule-F issued by competent authority.
(ii) Copy of Goods and Service Tax (GST) Registration
(iii) Copy of ESIC and EPF Registration.
(Copy of all above documents will be self attested by the main agency and
associated agency.)

C. MOU signed on Rs. 100/- with eligible electrical contractor/specialized agency


meeting the eligibility criteria and same as specified for specialized works. The MOU
in the enclosed form as per Annexure-C shall be signed by both the parties i.e.
contractor as 1st party and associated electrical contractor as 2nd party.

2. In the event of the concerned E&M agency not performing satisfactorily or failure of
associate to complete the E&M work, the contractor on the written direction of the
department, shall remove the Associate deployed on the work and shall submit name
of new associate who fulfill the conditions mentioned in NIT to execute the leftover
work without any loss of time or variation in cost to the department in this regard.
Contractor shall meet all the guarantee for the equipments already supplied for which
payment has been released by the Deptt. in part. If any equipment supplied for the
work, during the currency of the earlier Associate and paid partly by the Deptt.,
becomes redundant /not in a position to be installed and commissioned and put to
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 12 - A.E.(E) / A.E.(C)
beneficial use due to change in agency for execution of E&M work, the contractor
shall be liable for replacement of the equipment(s) at no cost to Department. No
change of Associated Electrical Contractor /Specialized Agency will be allowed
without prior approval of the EE(E) Jaipur Central Electrical Division, CPWD, Jaipur.

3. The contractor/ specialized agency shall be responsible and liable for proper and
complete execution of the Electrical work and ensure coordination and completion of
both civil and electrical work.

4. The associate contractor/specialized agency along with contractor shall attend the
inspection of the work by the Engineer-in-Charge of E&M works as and when
required.

5. The associate or contractor/specialized agency shall sign a tripartite


Agreement/Contract along with the main tenderer and the departmental officer, for
technical compliance of specification, guarantee etc.

6. The associate or contractor/ specialized agency shall attend the inspection of the work
by the Engineer-in-Charge of E&M works as and when required.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 13 - A.E.(E) / A.E.(C)
Annexure-A

PROPOSAL FOR ASSOCIATING ELECTRICAL AGENCIES for


ELECTRICAL INSTALLATION

We hereby propose the following electrical agencies as per details mentioned against
each. Their Willingness Certificates are also attached as per Annexure-B.

S Name of Category and Registration Electrical Validity of Consent


No electrical class of No. License registration letter
contractor/ Firm registration in attached
CPWD (yes/No)
1.

2.

3.

Note :- A copy of registration order shall be attached for each agency.

Contractor’s signature

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 14 - A.E.(E) / A.E.(C)
Annexure-C
Memorandum of understanding
Rs. 100/- Non-judicial stamp

This Memorandum of Understanding (MOU) is made on the _________ at


__________
Between

M/s _____________________________ (Main Contractor) having his registered


office at _____________________ which expression shall unless repugnant to the subject or
context include its administrators, successors and assigns.

And

M/s _____________________ (Associate contractor) registered in CPWD as class :


_______ Electrical contractor and having his registered office at _____________________
which expression shall unless repugnant to the subject or context include its administrators,
successors and assign.
Whereas, the Central Public Work Department, have issued tender papers to quote
for the following work to M/s __________________(Main Contractor).

Name of work : Supplying, Installation, Testing and Commissioning of Fire Alarm &
Fire Fighting System at ESIC Hospital, Kota (Raj.).

Whereas, This Memorandum of Understanding has been entered into to execute the
above work by the Main Contractor and Associate Contractor.

Whereas, both the parties have gone through and understood the various conditions
and clauses of the tender and willingly agree to abide by them.

This MOU shall be valid till the duration of completion of above work and shall be
extended if so required by the CPWD.

Now, therefore it is agreed between the parties here to as follows :-

1 The associated electrical contractor shall completely execute, perform and do all the
works mentioned and described in the main agreement for its electrical components
according to the specifications, terms and conditions etc. of the main agreement.

2 The associated electrical contractor shall execute and complete the works in all
respect up to full satisfaction of the CPWD officers and attend to them during their
inspection at site, meetings etc., whenever required by the CPWD officers.

3 The cost of electrical works executed by the associated electrical contractor will
include the cost of all the materials, accessories, equipments, tools & plants, laborers
technical persons required etc. in all respect.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 15 - A.E.(E) / A.E.(C)
4 The associated electrical contractor is responsible for getting recorded measurements
and preparation, submissions & pursuance of payment of the bills of the work done
for electrical portion of the main agreement.

5 The rate will be as per the schedule enclosed.

6 The Quantity will be as per actual measurement as received from CPWD to main
contractor and the rate will be as per the mutually agreed.

7 The payment to associate contractor will be released after the payment to main
contractor is made by the CPWD.

8 The technical staff required for the associate discipline shall be of associate
contractor.

9 The guarantee of the installation after the completion of the work shall be
responsibility of the associate electrical contractor as required by the CPWD.

10 There is no service tax liability; work being related to the construction of the Central
Govt. Deptt. However, if any liability of the service tax is imposed on the associated
electrical contractor then it will be paid by main contractor.

11 Either party shall not repudiate the contract in mid way without the consent of each
other. Otherwise it will be treated as breach of agreement for any reason whatsoever.

12 The main agency shall be solely responsible for deferment & rescheduling of each
milestone fixed as per contract documents and in such eventuality, the consequences
arising out of the same rests on main agency.

13 The main contractor only shall be responsible for getting extension of delay
regularized and liability what so ever flowing out shall lies with them. There shall be
no direct or indirect impact on associate contractor.

14 TDS shall be deducted by the main contractor as per Income Tax law from associated
agency. In case liability of tax other than Income Tax(Such as vat, service tax, or any
other mechanism formed) is levied on associated contractor then the main agency will
reimburse it in full to associated agency.

15 The associated contractor shall be bound to execute work upto a deviation limit of
30% in quantities of items of work at the agreement rate. Beyond deviation limit the
rates will be decided by main &Associated contractor on mutually agreed basis.

16 For the items such as extra items, substitute items and new items other than the items
of main agreement, if any incorporated in the work, then the main contractor shall pay
the full amount so approved to the associate contractor.

17 The validity of rates shall be ______ months after finalization & acceptance of MOU
by the competent authority.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 16 - A.E.(E) / A.E.(C)
18 In case main contractor delays the payment to associated contractor after the payment
is released by department to the main contractor then on receipt of delay in payment
from associate contractor the CPWD shall directly make the payment to associated
contractor.

19 The main contractor shall at their cost provide necessary requisite arrangement for
storage of material.

20 Sand& cement used in the electrical work shall be provide by main contractor.

21 Security Deposit as deducted by the CPWD will be reimbursed by main contractor to


associate contractor. However associated electrical contractor will deposit 2 ½ % of
Agreement amount of Rs. ______________ in shape of FDR towards S/D to be
retained by main contractor which will refunded to electrical contractor after
completion of electrical work.

22 The Income tax, Commercial tax and labourcess tax deducted by the CPWD from the
bills of electrical work shall be reimbursed by the main contractor in favour of the
associated electrical contractor accordingly.

In witness whereof we have put our hand seal on date _________________.

Enclose :- Schedule of rates.

Signature Signature
(Associate Contractor) (Major Contractor)
Address : _________________ Address : __________________

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 17 - A.E.(E) / A.E.(C)
Annexure-B
WILLINGNESS CERTIFICATE

Name of work : Supplying, Installation, Testing and Commissioning of Fire Alarm &
Fire Fighting System at ESIC Hospital, Kota (Raj.).

I hereby give my willingness to work as Associate Specialized Agency for electrical


component of the above mentioned work.

I will execute the work as per specifications and conditions for the agreement and as
per direction of the Engineer-in-Charge. Also I will engage full time technically qualified
supervisor/engineer for the works. I will attend inspection of officers of the department as
and when required.

Dated:

Signature of the Associate Specialized Agency

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 18 - A.E.(E) / A.E.(C)
SPECIMEN FORMAT FOR MOU

MEMORANDUM OF UNDERSTANDING [M.O.U] BETWEEN

1] M/S [Name of the firm with full address]


[Henceforth called the Main contractor]

And

2] M/S [Name of the firm with full address]


[Henceforth, called Associated Electrical Contractor/Specialized Agency ]

For the execution of Electrical Work of Supplying, Installation, Testing and


Commissioning of Fire Alarm & Fire Fighting System at ESIC Hospital, Kota (Raj.).

We have agreed as under:

1] The Associated electrical contractor/specialized agency will execute the


specializes works as per terms and conditions of the agreement.

2] That the Associated electrical contractor/specialized agency has gone through


the contract and has understood the scope of work required for the purpose of
executing the specialize work.

3] That the Associated electrical contractor/specialized agency has given its


consent to carry out the said work in accordance with the specification and the
time schedule prescribed in the above mentioned contract.

In witness where of the parties, here to set and subscribed their respective hands the days and
year first herein above written.

SIGNATURE OF MAIN CONTRACTOR SIGNATURE OF


SPECIALIZE AGENCY

Date: Date
Place Place:

COUNTERSIGNED

EXECUTIVE ENGINEER (ELECTRICAL)


CPWD, JAIPUR

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 19 - A.E.(E) / A.E.(C)
CPWD-6 FOR E-TENDERING

1. Percentage rate bids are Re-invited on behalf of President of India from approved and
eligible composite category contractors of CPWD for the Work of "Supplying,
Installation, Testing and Commissioning of Fire Alarm & Fire Fighting System
at ESIC Hospital, Kota (Raj.)."

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

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

1.1 The work is estimated to cost Rs. 2,05,12,829/- (Electrical : Rs. 1,57,32,401/- &
Civil : Rs. 47,80,428/-). This estimate, however, is given merely as a rough guide.

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

3. The time allowed for carrying out the work will be Six (06) 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 drawing for the work is available.
or
The architectural and structural drawings shall be made available in phased
manner, as per requirement of the same as per approved programme of
completion submitted by the contractor after award of 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 or www.cpwd.gov.in or in the office of Executive
Engineer, CPWD, Ajmer free of cost.

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

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

- 20 - A.E.(E) / A.E.(C)
8. When bids are invited in three stage system and if it is desired to submit revised financial bid
then it shall be mandatory to submit revised financial bid. If not submitted then the bid
submitted earlier shall become invalid.

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 (E), Jaipur Central Electrical Division, CPWD, Jaipur shall be
scanned and uploaded to the e-tendering website within the period of bid submission. The
Original EMD should be deposited either in the office of Executive Engineer inviting bids or
division office of any Executive Engineer inviting bids or division office of any Executive
Engineer, CPWD within the Period of bid submission. The EMD receiving Executive Engineer
(including NIT issuing EE/AE) shall issue a receipt of deposition of earnest money deposit to
the bidder in a prescribed format (enclosed) uploaded by tender inviting Executive Engineer
in the NIT.

This receipt shall also be uploaded to the e-tendering website by the intending bidder upto
the specified bid submission date and time

----------------XX--------XX---------XX------------------

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

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

Copy of documents as specified in the press notice shall be scanned and uploaded to the e-
tendering website within the period of bid submission. However, certified copy of all the
scanned and uploaded documents as specified in press notice shall have to be submitted by
the lowest bidder only within a week Physical EMD of the scanned copy of EMD uploaded
shall must have to be deposited in Division Office.

Online bids documents submitted by intending bidders shall be opened only of those
bidders, whose original EMD deposited with any division of CPWD and other Documents
scanned and uploaded are found in order.

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


have to deposit tender processing fee at existing rates, or they have option to switch
over to the new registration system without tender processing fee any time.

The bid submitted shall be opened at 9:00 PM on 11/02/2022*.

10. The bid submitted shall become invalid:


(i) The bidder is found ineligible.
(ii) Receipt of Earnest Money Deposit (EMD) as per Annexure-I
(iii) The bidder does not upload all the documents (including GST Registration) as
stipulated in the bid document
(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 bid opening authority.
(v) If a tenderer quotes nil rates against each item in item rate tender or does not
quote any percentage above/below on the total amount of the tender or any
section / sub head in percentage rate tender, the tender shall be treated as
invalid and will not be considered as lowest tenderer.

11. The contractor whose bid is accepted will be required to furnish performance
guarantee of 3% (Three 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 lowest
bidder shall be suspended for one (01) year and shall not be eligible to bid for CPWD
tenders from date of issue of suspension order.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 22 - A.E.(E) / A.E.(C)
The contractor whose bid is accepted will also be required to furnish either copy of
applicable licenses/ registrations or proof of applying for obtaining labour licenses,
registration with EPFO, ESIC and BOCW Welfare Board including Provident Fund
Code No. If applicable and also ensure the compliance of aforesaid provisions by the
sub contractors, if any engaged by the contractor for the said work within the period
specified in Schedule F.

12. The description of the work is as follows:

Supplying, Installation, Testing and Commissioning of Fire Alarm & Fire


Fighting System at ESIC Hospital, Kota (Raj.).

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

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
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 23 - A.E.(E) / A.E.(C)
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 orany of his
employees is found any time to be such a person who had not obtained the permission
of the Government of India as aforesaid before submission of the bid or engagement
in the contractor’s service.

18. The bid for the works shall remain open for acceptance for a period of thirty/seventy
five (30/75) days from the date of opening of bids in case of single bid system/sixty
(60) days from the date of opening of technical bid in case bids are invited on 2 or 3
bid envelop system. Further (i) If any tenderer withdraws his tenders or makes any
modifications in the terms & conditions of the tender which is not acceptable to the
department within 7 days after last date of submission of bids, then the Government
shall without prejudice to any other right or remedy, be at liberty to forfeit 50% of the
earnest money absolutely irrespective of letter of acceptance for the work is issued or
not. (ii) If any tenderer withdraws his tenders or makes any modifications in the terms
& conditions of the tender which is not acceptable to the department after expiry of 7
days after last date of submission of bids, then the Government shall without
prejudice to any other right or remedy, be at liberty to forfeit 100% of the earnest
money absolutely irrespective of letter of acceptance for the work is issued or not. (iii)
In case of forfeiture of earnest money as prescribed in para (i) and (ii) above, the
bidders shall not be allowed to participate in the rebidding process of the same 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 (GCC for CPWD works 2020 Maintenance
Works) amendments upto date .

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:


Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 24 - A.E.(E) / A.E.(C)
Part A:- CPWD-6, CPWD-7/8 including schedule A to F for the major component
(Electrical) of the work, Standard General Conditions of Contract for CPWD 2020
Maintenance Works or latest edition as applicable with all amendments/
modifications upto date .

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


applicable to major component of the work.

Part C:- Schedule A to F for minor component (Civil) of the work (competent
authority under clause 2 and clause 5 shall be same authority as mentioned in
schedule A to F for major components), General/specific conditions, specifications
and schedule of quantities applicable to minor component(s) of the work, with all
amendments/modifications upto date .

In case of any discrepancy between part A, B & C and of the contract agreement,
the provision of Part A shall prevail.

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

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

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

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

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

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

20.1.9 In case the main contractor intends to change any of the above agency/agencies
during the operation of the contract, he shall obtain prior approval of Engineer-in-
charge of relevant specialized component(s).

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

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

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

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

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

20.1.12B. Final bill of whole work shall be finalized and paid by the EE of major component.
Engineer(s) in charge of minor component(s) will prepare and pass the final bill for
their component of work and pass on the same to the EE of major component for
including in the final bill for composite contract.

Executive Engineer (Elect.)


CPWD, Jaipur

Note:- (xxx) : To be filled by EE

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 26 - A.E.(E) / A.E.(C)
INTEGRITY PACT

To,
………………………..,
………………………..,
………………………..

Sub: NIT No. 05/CE/Jaipur/2021-22 for the work "Supplying, Installation, Testing and
Commissioning of Fire Alarm & Fire Fighting System at ESIC Hospital, Kota
(Raj.)."

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 (Elect.)


CPWD, Jaipur

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 27 - A.E.(E) / A.E.(C)
INTEGRITY PACT
To,

Executive Engineer (Elect.)


CPWD, Jaipur

Sub: Submission of Tender for the work of "Supplying, Installation, Testing and
Commissioning of Fire Alarm & Fire Fighting System at ESIC Hospital, Kota
(Raj.)."

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)

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 28 - A.E.(E) / A.E.(C)
To be signed by the bidder and same signatory competent / authorized to sign
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 (Elect.), Jaipur (Name of


Division) CPWD, Sector-10, Vidyadhar Nagar, Jaipur (Raj.) (Hereinafter referred as the
(Address of Division) ‘Principal/Owner’, which expression shall unless repugnant to the
meaning or context hereof include its successors and permitted assigns)

AND
......................................................................................................................................................
(Name and Address of the Individual/firm/Company) through
................................................................................................... (Hereinafter referred to as the
(Details of duly authorized signatory) “Bidder/Contractor” and which expression shall
unless repugnant to the meaning or context hereof include its successors and permitted
assigns)

Preamble

WHEREAS the Principal / Owner has floated the Tender (NIT No. 05/CE/Jaipur/2021-22)
(hereinafter referred to as “Tender/Bid”) and intends to award, under laid down
organizational procedure, contract for "Supplying, Installation, Testing and Commissioning of
Fire Alarm & Fire Fighting System at ESIC Hospital, Kota (Raj.)." (Name of 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:
(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

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 29 - A.E.(E) / A.E.(C)
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
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 30 - A.E.(E) / A.E.(C)
addresses of foreign agents/representatives, if any. Either the Indian agent on
behalf of the foreign principal or the foreign principal directly could bid in a
tender but not both. Further, in cases where an agent participate in a tender on
behalf of one manufacturer, he shall not be allowed to quote on behalf of
another manufacturer along with the first manufacturer in a
subsequent/parallel tender for the same item.
(e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose 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
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 31 - A.E.(E) / A.E.(C)
its considered opinion forfeit the entire amount of Earnest Money Deposit,
Performance Guarantee and Security Deposit of the Bidder/Contractor.

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


or Contractor, or of an 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 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 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.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 32 - A.E.(E) / A.E.(C)
Article 7- Other Provisions

(1) This Pact is subject to Indian Law, place of performance and jurisdiction is the Head
quarters of the Division of the Principal/Owner, who has floated the Tender.

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

(3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the
partners or by one or more partner holding power of attorney signed by all partners
and consortium members. In case of a Company, the Pact must be signed by a
representative duly authorized by board resolution.

(4) Should one or several provisions of this Pact turn out to be invalid; the remainder of
this Pact remains valid. In this case, the parties will strive to come to an agreement to
their original intensions.

(5) It is agreed term and condition that any dispute or difference arising between the
parties with regard to the terms of this Integrity Agreement / Pact, any action taken by
the Owner/Principal in accordance with this Integrity Agreement/ Pact or
interpretation thereof shall not be subject to arbitration.

Article 8- LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in addition to all the other legal
rights and remedies belonging to such parties under the Contract and/or law and the same
shall be deemed to be cumulative and not alternative to such legal rights and remedies
aforesaid. For the sake of brevity, both the Parties agree that this Integrity Pact will have
precedence over the Tender/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 :
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 33 - A.E.(E) / A.E.(C)
CPWD - 7

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

(A) Tender for the work of "Supplying, Installation, Testing and Commissioning of
Fire Alarm & Fire Fighting System at ESIC Hospital, Kota (Raj.)."

(i) To be uploaded by 8:30 hours on 11/02/2022* to Executive Engineer (Elect.),


CPWD, Jaipur/upload at www.tenderwizard.com/cpwd

(ii) To be opened in presence of tenderers who may be present at 9:00 hours on


11/02/2022* in the office of Executive Engineer (Elect.), CPWD, Jaipur.

TENDER

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

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

We agree to keep the tender open for thirty (30) days from the due date of its
opening in case of single bid system / Seventy Fire (75) days from the date of opening of
technical bid in case tenders are invited on 2 /3 bid/ system for specialized work and not to
make any modification in its terms and conditions.

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 suspend the lowest bidder for one (01) year and
shall not be eligible to bid for CPWD tenders from the date of issue of suspension order.
Further, if I/We fail to commence work as specified, I/ We agree that President of India or the
successors in office shall without prejudice to any other right or remedy available in law, be
at liberty to forfeit the said performance guarantee absolutely. The said Performance
Guarantee shall be a guarantee 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 Performance Guarantee as aforesaid,


I/We shall be debarred for participation in the re-tendering process of the work.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 34 - A.E.(E) / A.E.(C)
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 Performance
Guarantee and suspend the lowest bidder for one (01) year and shall not be eligible to bid for
CPWD tenders from the date of issue of suspension order.

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

Dated Signature of Contractor


Witness: Postal Address

Address:
Occupation:
ACCEPTANCE

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

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

For & on behalf of the President of India.


Signatures.............................
Dated: Designation............................

Note:- (xxx) : To be filled by EE

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 35 - A.E.(E) / A.E.(C)
PROFORMA OF SCHEDULES (FOR MAJOR COMPONENT – ELECTRICAL WORK)
(Separate Performa for Civil, Elect. & Hort. Works in case of Composite Tenders)
(Operative Schedules to be supplied separately to each intending tenderer)

SCHEDULE ‘A’
Schedule of quantities (as per PWD-3) Schedule attached at Page No. 185 to 198

SCHEDULE ‘D’
Extra schedule for specific requirements/document for the work, if any.

------------------------------ NIL --------------------------------

SCHEDULE ‘E’
Reference to General Conditions of contract: General Conditions of Contract for CPWD
Works 2020 Maintenance Works incorporating all amendments issued upto 27/10/2020.

Name of work: Supplying, Installation, Testing and Commissioning of Fire Alarm &
Fire Fighting System at ESIC Hospital, Kota (Raj.).

Estimated cost of work: Rs. 2,05,12,829/- (Electrical : Rs. 1,57,32,401/-


& Civil : Rs. 47,80,428/-)

(i) Earnest money: Rs. 4,10,257/-

(ii) Performance Guarantee : 3% (Three percent) of accepted composite


tendered value which shall be deposited with E-
in-C of Major Component of work

(iii) Security Deposit : 2.5% (Two & Half percent) of accepted tendered
amount.

SCHEDULE ‘F’
GENERAL RULES & DIRECTIONS :

Officer inviting tender Executive Engineer (Elect.)


CPWD, Jaipur

Maximum percentage for quantity of items


of work to be executed beyond which rates
are to be determined in accordance with
Clauses 12.2 & 12.3. See below

Definitions:
2(v) Engineer-in-Charge Executive Engineer (Elect.)
CPWD, Jaipur
or his successor thereof

2(viii) Accepting Authority Chief Engineer


CPWD, Jaipur
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 36 - A.E.(E) / A.E.(C)
2(x) Percentage on cost of materials
and labour to cover all
overheads and profits. 15% (Fifteen percent) for work items
7.5% (Seven Decimal Five percent) for
labour& material supply items

2(xi) Standard Schedule of Rates DSR 2018 for internal and external electrical
works and DSR 2019 for DSR 2019 Wet
Riser & Sprinkler System with Correction
Slips/amendments issued upto date

2(xii) Department Central Public Works Department

9(ii) Standard CPWD Contract Form General Conditions of Contract for CPWD
Works 2020 Maintenance Works CPWD
Form 7 as modified and amended upto date

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
including Provident Fund Code
No. or proof of applying thereof
from the date of issue of letter of
acceptance 07 days

(ii) Maximum allowable extension


with late fee @ 0.1% per day of
Performance Guarantee amount
beyond the period provided in
(i) above 03 days

Clause 2
Authority for fixing compensation under
clause 2. Chief Engineer
CPWD, Jaipur
or Successor thereof

Clause 2A
Whether Clause 2A shall be applicable No

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 37 - A.E.(E) / A.E.(C)
Clause 5
Number of days from the date of issue
of letter of acceptance for reckoning date
of start 10 days

Schedule of handing over of site


Part Portion of Site Description Time Period for
handing over reckoned
from date of issue of
letter of intent.
Part A Portion without any hindrance Full site for the work On the day of issue of
letter of commencement
of work by the Engineer-
in-Charge.
Part B Portions with Encumbrances Nil
Part C Portions dependent on work of Nil
other agencies

Time allowed for execution of work. Six (06) Months

Authority to decide:

(i) Extension of time Executive Engineer (Elect.)


CPWD, Jaipur
or Successor thereof

(ii) Rescheduling of mile stones Chief Engineer


CPWD, Jaipur
or Successor thereof

(iii) Shifting of date of start in case of


delay in handing over of site Chief Engineer
CPWD, Jaipur
or Successor thereof
Clause 5.2

Nature of Hindrance Register Web based. O.M. No. DG/MAN/394 dated


28/01/2020 shall be followed for
Documentation of Hindrances.
Clause 5.4

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


terms of delay days
S.No. Contract Value Recovery
Rs.
I. Less than or equal to Rs. 1 Crore 500
II. More than Rs. 1 Crore but less than or equal to Rs. 5 Crore 1000
III. More than Rs. 5 Crore but less than or equal to Rs. 20 Crores 2500
IV. More than Rs. 20 Crore 5000
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 38 - A.E.(E) / A.E.(C)
Schedule of Issue of Designs

Part Portion of Design Description Time Period for Issue of


design reckoned from
date of acceptance letter
Part A Portion already Typical Architectural Drawing -
included in NIT
Part B-1 Portions of Working drawing
Architectural Designs (Floor plans, section & elevation for -
of all buildings to be c/o of building structure)
issued
Detailed drawings
(Details of Door, windows, toilets, -
kitchen, flooring, interior details,
external development)

Misc. Drawings
(Any other Drawing required by 1 months from date of
contractor in writing to Engineer-in- receipt of request letter
Charge) from contractor

Part B-2 Portions of Civil Foundation, Columns and plinths


Designs of all beams Drawings
buildings to be issued (Structural framing plan, foundation -
column and beam details below
plinth level)

Superstructure R.C.C. drawings -

Misc. Drawings 1 months from date of


(Any other Drawing required by receipt of request letter
contractor in writing to Engineer-in- from contractor
Charge)

Part B-3 Portions of E&M Internal EI Drawings -


Designs of all (Location of Electrical
buildings to be issued points/fittings)
Fire Fighting points and External -
lighting, Sub-station equipment &
DG Set drawings

Misc. Drawings 1 months from date of


(Any other Drawing required by receipt of request letter
contractor in writing to Engineer-in- from contractor
Charge)

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 39 - A.E.(E) / A.E.(C)
Mile stone(s) as per table given below:-

SI Description of Milestone (Physical) Time Amount to be


No. Allowed in with-held in
days (from case of non
date of achievement of
start) milestone
1. Electrical Work :- Submission of MOU of specialized agency 30 (Thirty) 0.5% of accepted
for specialized E&M Works and detailed drawings, LOP of Days tendered amount.
FAS, FFS and Internal EI Works for Approval of competent
Authority.
Civil Work :- Completion of earth work.
2. Electrical Work :- Submission of TDS and GA drawings (As 45 (Forty 0.5% of accepted
applicable) of various items to be executed in FAS, FFS and Five) tendered amount.
Internal EI Works. Days
Civil Work :- Completion of CC & RCC for foundation.
3. Electrical Work :- Supply of material at site except major 60 (Sixty) 0.5% of accepted
equipments i.e. Fire Pumps, Jockey Pumps, Diesel Pump, Days tendered amount.
Main Electrical panel board and fire alarm control panel.
Civil Work :- Completion of RCC upto 1.5 metre depth.
4. Electrical Work :- Supply of major equipments i.e. Fire 90 (Ninety) 0.5% of accepted
Pumps, Jockey Pumps, Diesel Pump, Main Electrical Days tendered amount.
panel board and fire alarm control panel.
Civil Work :- Completion of RCC upto 2.5 metre depth.
5. Electrical Work :- All wiring work of Fire alarm system 120 (One 0.5% of accepted
and laying of MS Pipe for Ring Main System and Hundred tendered amount.
Sprinkler system, laying of power cables for fire pump Twenty)
Days
rooms.
Civil Work :- Completion of RCC for walls.
6. Electrical Work :- Supplying and fixing all Fire Alarm, 150 (One 0.5% of accepted
Fire Fighting and electrical accessories i/c Supplying Hundred tendered amount.
and fixing Fire Pumps, Jockey Pumps, Diesel Pump, Fifty)
Days
Main Electrical panel board and fire alarm control
panel.
Civil Work :- Completion of RCC of top slabs and finishing
work upto 50%.
7. Electrical Work :- Testing of complete fire alarm and 165 (One 1% of
fire fighting system and applying NOC from local fire Hundred accepted
authorities. Sixty Five) tendered amount.
Days
Civil Work :- Completion of finishing work.
8. Electrical Work :- Handing over of complete 06 (Six) 1% of
installation to client department for bonafide use in Months accepted
building after receipt of NOC of local fire authorities. tendered amount.
Civil Work :- Completion of entire work as per agreement
including cleaning of site all complete in all respect.

Note : Mile stones shall be applicable both for Major component (Electrical work) as well
as for Minor component (Civil work) of the work.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 40 - A.E.(E) / A.E.(C)
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. 30.00 Lakh (for Electrical Work)

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

CLAUSE 7B
Payment to third party Applicable (Authority letter to be given
by contractor as per Annexure-VII)

Clause 8A
Authority to decide to compensation on account
if contractor fail to submit completion plans Executive Engineer (Elect.)
CPWD, Jaipur
(i) This shall not apply for maintenance or upgradation contracts not involving any
services.
(ii) For other works, the limit shall be as below :

S.No. Contract Value Limit Rs.


I. Less than or equal to Rs. 1 Crore 2000
II. More than Rs. 1 Crore but less than or equal to Rs. 5 Crore 5000
III. More than Rs. 5 Crore but less than or equal to Rs. 20 Crores 25000
IV. More than Rs. 20 Crore 50000

Clause 10A
List of testing equipment to be provided by the contractor at site lab.
1. Earth Tester
2. Insulation Tester (LT / HT)
3. Tong Tester
4. Multimeter
5. Lux Meter
6. Vernier Caliper
7. Wire Gauge
8. Hand Blower / Vacuum Cleaner
9. Drill Machine
10. Chase Cutting Machine
11. Crimping Tool Kit
12. Self Supporting Ladder - 4 feet (3 Nos.)
13. Ladder – 20 feet ( 1 No.)
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 41 - A.E.(E) / A.E.(C)
Clause 10B(ii)
Whether Clause 10 B (ii) shall
be applicable No

Clause 10C Applicable


Component of labour expressed as
percent of value of work 20% (for Electrical component)

Clause 10CA

S.N. Materials Covered Nearest Materials (other Base Price and its
under this clause: than cement*, corresponding period of
reinforcement bars, the all the Materials covered
structural steel and under clause 10 CA
POL) for which All India
Wholesale Price Index to
be followed:

Not Applicable (for Electrical component)

Clause 10CC Not Applicable (for Electrical component)

Clause 10 CC to be applicable in contracts


with stipulated period of completion
exceeding the period shown in next column .......... months

Schedule of component of other Materials,


Labour etc. for price escalation.

Component of civil (except materials Xm ..................... %


covered under clause 10CA) /Electrical
construction value of work.

Component of Labour expressed Ym ...................... %


as percent of total value of work.

Note : Xm.....% should be equal to (100) - (materials covered under clause 10CA i.e.
Cement, Steel, POL and other material specified in clause 10CA + Component of Labour )

Clause 11
Specifications to be followed
for execution of work CPWD specification for Electrical works
Part-I to VIII as amended upto date .

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 42 - A.E.(E) / A.E.(C)
Clause 12
Authority to decide deviation above 1.5
times of tendered amount ADG (RL)
CPWD, Lucknow

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

12.5 (i) Deviation Limit beyond which


clauses 12.2 & 12.3 shall apply for
foundation work (except items
mentioned in earth work subhead
in DSR and related items) All the deviated quantities shall be paid at
agreement rates

(ii) Deviation Limit for items


mentioned in earth work subhead
of DSR and related items

Clause 16
Competent Authority for
deciding reduced rates. Chief Engineer
CPWD, Jaipur
or Successor thereof

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

As per actual requirement at site for proper working and testing mandatory
machinery, tools & plants to be deployed by the contractor at site.

Clause 19
Clause 19C to decide penalty
for each default Chief Engineer
CPWD, Jaipur
or Successor thereof

Clause 19D to decide penalty


for each default Chief Engineer
CPWD, Jaipur
or Successor thereof

Clause 19G to decide penalty


for each default Chief Engineer
CPWD, Jaipur
or Successor thereof

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 43 - A.E.(E) / A.E.(C)
Clause 19K to decide penalty
for each default Chief Engineer
CPWD, Jaipur
or Successor thereof
Clause 25
Constitution of Dispute Redressal Committee (DRC)

DRC constituted by ADG(RL), Lucknow vide letter No. 1235 dated 11/05/2020 is as under:–

(i) CE (NCR) - Chairman

(ii) SE (Works cum TLQA) O/o ADG(RL), Lucknow - Member Secretary

(iii) SE (Jodhpur) - Member

Place of Arbitration : Delhi (For Central Government Arbitrator) or


Jaipur (For other Arbitrator)

Clause 32

Requirement of Technical Representative(s) and recovery Rate

SI Minimum Discipline Designation Minimum Number Rate at which


No. Qualification (Principal Experience recovery shall be
of Technical Technical made from the
Representative /Technical contractor in the
representative) event of not fulfilling
provision of clause 32
Figures Words
1. Graduate Electrical Project 2 years 1 Rs. Rs.
Engineer / Manager cum OR 15,000/- Fifteen
Diploma Planning / 5 years per thousand
Engineer Quality / Site respectively month only.
Billing per
Engineer person

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

Diploma holder with minimum 10 year relevant experience with a reputed construction co.
can be treated at par with Graduate Engineers for the purpose of such deployment subject to
the condition that such diploma holders should not exceed 50% of requirement of degree
engineers.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 44 - A.E.(E) / A.E.(C)
Name of Work : Supplying, Installation, Testing and Commissioning of Fire Alarm &
Fire Fighting System at ESIC Hospital, Kota (Raj.).

Items which are to be executed through Specialized Agency (Electrical Component)

The Contractor must associate specialized agencies meeting eligibility criteria as detailed
below for specialized nature of items / work listed below :.

Sl. Specialized Work(s) / item of work(s) Eligibility criteria for specialized agency to
No. be associated by contractor for the work
1. Fire Alarm System, Fire Fighting The contractor shall associate specialized
System & other specialized E&M E&M agencies which fulfills eligibility
works as per List-IIA & IIB of criteria as per CPWD Works Manual
Annexure-6 of CPWD Works Manual 2019SOP No. 4/7(5) and amended uptolast
2019. date of submission of tender.
2. Electrical works of internal E/I In case the main contractor do not have valid
electrical license issued by competent
authority, then he will have to associate an
Electrical contractor who have valid
electrical license issued by competent
authority.

Eligibility condition for Associate agency for execution of EI Works

The associate agency shall be registered/enlisted in CPWD in composite category in


appropriate class and should have a valid electrical license or shall associate a firm having
valid license. The Registration/enlistment shall be valid on the date of MOU entered between
main agency and associate agency.

The main contractor/agency has to submit detail of such agency to be associated to the
Engineer-in-charge (of E.I. & Fans) with in fifteen days from date of start of work. The
associate agency shall be approved by Engineer-in-charge (of E.I. & Fans). In case the main
contractor intends to change associated agency/agencies during the operation of the contract,
he shall obtain prior approval of Engineer-in-charge (of E.I. & Fans). The new
agency/agencies shall also have to satisfy the laid down eligibility criteria mentioned above.
In case Engineer-in-charge is not satisfied with the performance of any agency, he can direct
the main contractor to change the agency executing such items of work and this shall be
binding on the contractor. Main agency/associate agency has to under go tripartit agreement
between for each material supplied by him.

Eligibility condition for Associate agency for execution of Fire Alarm System

The main agency has to associate the specialized agency of Fire Alarm System. The associate
specialized agency should have successfully completed works, as mentioned under during
last 7 years ending previous day of last date of submission of tender.
(i) Three similar works each of value not less than Rs. 19,43,078/-
OR
(ii) Two similar works each of value not less than Rs. 29,14,618/-
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 45 - A.E.(E) / A.E.(C)
OR
(iii) One similar works each of value not less than Rs. 38,86,157/-

The value of executed works shall be brought to current costing level by enhancing the actual
value of work at simple rate of 7% per annum; calculated from the date of completion to
previous day of last date of submission of tender. “Similar work shall mean works of “SITC
Fire Alarm System”.

However, the composite category contractor shall also be carry out himself work without
associating any specialized agency provided: -
a) He fulfils the prescribed eligibility criteria respectively for these work(s).
OR
b) He directly procures the equipment of approved make from manufacturer and get it
installed from authorized agency/ service provider of the manufacturer or specialized
agency as per criteria mentioned in the NIT.

Eligibility condition for Associate agency for execution of Fire Fighting System

The main agency has to associate the specialized agency of Fire Fighting System. The
associate specialized agency should have successfully completed works, as mentioned under
during last 7 years ending previous day of last date of submission of tender.

(i) Three similar works each of value not less than Rs. 41,94,969/-
OR
(ii) Two similar works each of value not less than Rs. 62,92,454/-
OR
(iii) One similar works each of value not less than Rs. 83,89,938/-

The value of executed works shall be brought to current costing level by enhancing the actual
value of work at simple rate of 7% per annum; calculated from the date of completion to
previous day of last date of submission of tender. “Similar work shall mean works of “SITC
Fire Fighting System”.

However, the composite category contractor shall also be carry out himself work without
associating any specialized agency provided: -
a) He fulfils the prescribed eligibility criteria respectively for these work(s).
OR
b) He directly procures the equipment of approved make from manufacturer and get it
installed from authorized agency/ service provider of the manufacturer or specialized
agency as per criteria mentioned in the NIT.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 46 - A.E.(E) / A.E.(C)
Name of Work : Supplying, Installation, Testing and Commissioning of Fire Alarm &
Fire Fighting System at ESIC Hospital, Kota (Raj.).

SPECIAL NOTE

This work is to be executed in an existing running hospital building. The work is to be


executed as per the convenience of hospital authorities. No latest drawings of the building
are available and preparation of the same shall also be in the scope of contractor and nothing
extra shall be paid on this account. The building is consist of masonry wall, for crossing of
various MS Pipes and Cables openings is to be made at no. of positions and to be closed and
repaired after laying of pipe. The contractor is advised to visit the site and evaluate the scope
of work carefully before participating in this tender. Not visiting the site and evaluating the
scope of work by contractor shall not evolve the responsibility of consequences on account of
the physical condition of site as explained above.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 47 - A.E.(E) / A.E.(C)
Name of Work : Name of Work : Supplying, Installation, Testing and Commissioning of
Fire Alarm & Fire Fighting System at ESIC Hospital, Kota (Raj.).

SPECIAL CONDITION FOR ENGAGEMENT OF ASSOCIATED CONTRACTOR


FOR SPECIALIZED E&M WORKS

1. The lowest tenderer have to submit electrical contractor license within one month of
award of work if he himself eligible for carrying internal EI work and if not he has to
submit the following documents for association of electrical contractors for internal EI
work. For specialized E&M Works eligibility criteria of specialized agency has been
stipulated in Schedule A to F of NIT.

2. The contractor, if required should submit the willingness from an eligible electrical
contractors/ specialized agency to get associated with the applicant for execution of the
electrical component of works as per the conditions set out in the MOU to be signed
between the contractor and the associated eligible electrical contractor/ specialized
agency.

3. In support of the eligibility conditions of the proposed associated electrical contractor,


copy of their registration documents if applicable, Electrical Contractor’s License,
Goods and Service Tax (GST). Registration documents duly attested by the applicants
(Contractor) shall be submitted to the EE(E) with copy to EE(C), EE(E) will submit
these documents to the CE, CPWD, Jaipur for deciding the eligibility within three days
of receipt of all the documents.

4. The contractor will submit MOU signed on Rs. 100/- Stamp Paper with eligible
electrical contractor/specialized agency meeting the eligibility criteria same as specified
for specialized works. The MOU in the enclosed form shall be signed by both the
parties i.e. contractor as 1stparty and associated electrical contractor as 2nd party. The
contractor shall be responsible for all the works executed by associated contractor.

5. In the event of the concerned E&M agency not performing satisfactorily or failure of
associate to complete the E&M work, the contractor on the written direction of the
department, shall remove the Associate agency deployed on the work and shall submit
name of new specialized agency who fulfil the conditions mentioned in NIT to execute
the leftover work without any loss of time or variation in cost to the department in this
regard. Contractor shall meet all the guarantee for the equipments already supplied for
which payment has been released by the Deptt. in part. If any equipment supplied for
the work, during the currency of the earlier Associate and paid partly by the Deptt.,
becomes redundant /not in a position to be installed and commissioned and put to
beneficial use due to change in agency for execution of E&M work, the contractor shall
be liable for replacement of the equipment(s) at no cost to Department. No change of
Associate Electrical Contractor /Specialized Agency will be allowed without prior
approval of the CE, CPWD, Jaipur.

6. The contractor/ specialized agency shall be responsible and liable for proper and
complete execution of the Electrical work and ensure coordination and completion of
both civil and electrical work.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 48 - A.E.(E) / A.E.(C)
7. The associate contractor/specialized agency along with contractor shall attend the
inspection of the work by the Engineer-in-Charge of E&M works as and when required.

8. The associate or contractor/specialized agency shall sign a tripartite


Agreement/Contract along with the main tenderer and the departmental officer, for
technical compliance of specification, guarantee etc.

9. The associate or contractor/ specialized agency shall attend the inspection of the work
by the Engineer-in-Charge of E&M works as and when required.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 49 - A.E.(E) / A.E.(C)
Name of work : Name of Work : Supplying, Installation, Testing and Commissioning of
Fire Alarm & Fire Fighting System at ESIC Hospital, Kota (Raj.).

GENERAL TERMS & CONDITIONS FOR ALL E&M WORKS

1.0 All the works shall be carried out as per CPWD General specification for Electrical
Works amended up to date and should also comply with relevant provisions of the
Indian Electricity Rules and Acts as applicable, amended up to date.

2.0 The contractor is advised to visit the site of work to have an idea of the execution of
the work; failure to do so shall not absolve their responsibility to do the work as
specified in agreement.

3.0 Rates:

3.1 The work shall be treated as on works contract basis and the rates tendered shall be
for complete items of work (except the materials, if any, stipulated for supply by the
department) inclusive of all taxes, duties, and levies etc. and all charges for items
contingent to the work, such as packing, forwarding, insurance, freight and delivery at
site for the materials to be supplied by the contractor, watch and ward of all materials
(including those supplied by the department, if any) for the work at site etc

3.2 Prices quoted shall be firm.

4.0 Taxes and Duties:

4.1 Being an indivisible works contract, GST etc. are not payable separately.

4.2 The GST shall be deducted from the bills of the contractor as applicable in the State in
which the work is carried out, at the time of payments.

5.0 Completeness of Tender:

All sundry fittings, assemblies, accessories, hardware items, foundation bolts,


termination lugs for electrical connections as required, and all other sundry items
which are useful and necessary for proper assembly and efficient working of the
various components of the work shall be deemed to have been included in the tender,
whether such items are specifically mentioned in the tender documents or not.

6.0 Works to be done by the contractor:

Unless and otherwise mentioned in the tender documents, the following works shall
be done by the contractor, and therefore their cost shall be deemed to be included in
their tendered cost:-
(i) Foundations for equipment and components where required, including
foundations bolts.
(ii) Cutting and making good all damages caused during installation and restoring
the same to their original finish.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 50 - A.E.(E) / A.E.(C)
(iii) Sealing of all floor openings provided by him for pipes and cables, from fire
safety point of view, after laying of the same.
(iv) Painting at site of all exposed metal surfaces of the installation other than pre-
painted items like fittings, fans, switchgear/distribution gear items, cubical
switchboard etc. Damages to finished surfaces of these items while handling
and erection, shall however be rectified to the satisfaction of the Engineer-in-
Charge.
(v) Testing and commissioning of completed installation.
(vi) Storage space for all equipment components and materials for the work

7.0 Storage and Custody of Materials:

The contractor has to make his own arrangement for the storage of the material at site
& necessary watch and ward of the electrical installation during the execution of work
till the same is handed over to the department. No extra payment will be made on this
account. The storage space shall however be arranged by the department at site, if
available.

The main contractor shall arrange for proper storage of the electrical fans and fittings
at site and that double lock system shall be arranged for the fans and fittings after
receipt at site until the time they are taken for installation. The contractor shall
however be responsible for proper storage and safe custody of the same till their
installation and handing over to the department.

8.0 Electric Power Supply and Water Supply:

Power and water supply will be arranged by the main contractor at the site for
installation purpose.

However, for final testing purpose after complete installation of the electrical items,
electricity supply will be made available free of cost to the contractor. Contractor will
take due care to ensure safety of electrical installation during execution of work.

9.0 Tools for handling and Erecting:

All tools and tackles required for handling of equipment and materials at site of work
as well as for their assembly and erection and also necessary test instruments shall be
the responsibility of the contractor.

10.0 Payment Terms:

Payment shall be made as per the relevant clauses of form PWD 7/8 forming part of
the tender documents.

11.0 Co-ordination with other agencies:

The contractor shall co-ordinate with all other agencies involved in the building work
so that the building work is not hampered due to delay in his work. Recessed conduit

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 51 - A.E.(E) / A.E.(C)
and other works, which directly affect the progress of building work, should be given
priority.

12.0 Care of buildings:

Care shall be taken by the contractor to avoid damage to the building during execution
of his part of the work. He shall be responsible for repairing all damages and
restoring the same to their original finish at his cost. He shall also remove, at his
costs, all unwanted and waste materials arising out of his work, from the site.

13.0 Structural Alterations to Buildings:

(i) No structural member in the building shall be damaged/altered, without prior


approval from the competent authority through the Engineer-n-charge.
(ii) Structural provisions like openings, cut-outs, if any, provided by the
department for the work, shall be used. Where these required modifications, or
fresh provisions are required to be made, such contingent works shall be
carried out by the contract at his cost.
(iii) All such openings in floors provided by the department shall be closed by the
contractor after installing the cables/conduits/rising mains etc. as the case may
be, by any suitable means as approved by the Engineer-in-charge without any
extra payment.
(iv) All chases required in connection with the electrical works shall be provided
and filled by the contractor at his own cost to the original architectural finish
of the buildings.

14.0 Addition to an installation:

Any addition, temporary or permanent, to the existing electrical installation shall not
be made without a properly worked out scheme/design by a qualified Electrical
Engineer to ensure that such addition does not lead to overloading, safety violation of
the existing system.

15.0 Work in occupied buildings:

(i) When work is executed in occupied buildings, there would be minimum of


inconvenience to the occupants. The work shall be programmed in
consultation with the Engineer-in-charge and the occupying department. If so
required, the work may have to be done even before and after the office hours.
(ii) The contractor shall be responsible to abide by the regulations or restrictions
set in regard to entry into, and movement within the premises.
(iii) The contractor shall not tamper with any of the existing installations including
their switching operations or connections there to without specific approval
from the Engineer-in-charge.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 52 - A.E.(E) / A.E.(C)
16.0 Drawings:

(i) The work shall be carried out in accordance with the drawings issued by
Engineer-in-charge and the tender documents and also in accordance with
modification thereto from time to time as approved by the Engineer-in-charge.
(ii) All wiring diagrams shall be deemed to be ‘Drawings’ within the meaning of
the term as used in Clause 11 of the conditions of contract (PWD 7 or PWD
8). They shall indicate the main switch board, the distribution boards (with
circuit numbers controlled by them), the runs of various mains and sub mains
and the position of all points with their controls.
(iii) All circuits shall be indicated and numbered in the wiring diagram and the
points shall be given the same number as the circuit to which they are
electrically connected.
(iv) After award of the work, the firm will be required to submit the drawings for
the proposed work including layout plan, conduit routes etc. Work will be
carried out as per the approved drawings.

17.0 Conformity to IE act, IE Rules, and standards:

17.1 All electrical works shall be carried out in accordance with the provisions of Indian
Electricity Act, 1910 and Indian Electricity Rules, 1956 amended up to date (Date of
call of tender unless specified otherwise). List of rules of particular importance to
electrical installations under these General Specifications is given in Appendix C for
reference.

18.0 General requirements of components:

18.1 Quality of material: All materials and equipment supplied by the contractor shall be
new. They shall be of such design, size and materials as to satisfactorily function
under the rated conditions of operation and to withstand the environmental conditions
at site.

19.0 Inspection of materials and equipment:

19.1 Materials and equipment to be used in the work shall be inspected by the
departmental officers. Engineer-in-charge shall decide when and which material needs
to be inspected. Such inspection will be of following categories:
(i) Inspection of materials / equipment to be witnessed at the Manufacturer’s
premises in accordance with relevant BIS /Agreement Inspection Procedure.
(ii) To receive materials at site with Manufacturer’s Test Certificate(s)
(iii) To inspect materials at the authorized dealer’s go downs to ensure delivery of
genuine materials at site.
(iv) To receive materials after physical inspection at site.

19.2 Adequate care to ensure that only tested and genuine materials of proper quality are
used in work shall be ensured by firm. The firm shall ensure that:
(i) Material will be ordered & delivered at site only with the prior approval of the
department to ensure timely delivery.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 53 - A.E.(E) / A.E.(C)
(ii) As and when the order is placed for the fittings/ fixtures, cables, switchgears,
poles, rising main, other main items etc, its copy shall be endorsed to the
CPWD Engineer-in-charge.
(iv) The firm will be required to procure material like exhaust fans, MCB’s &
DB’s, switches & sockets, wires & cables, conduits and switchgears etc
directly from the manufacturer/ authorized dealers to ensure genuineness &
quality and as per the approved makes only. Proof in this regard shall be
submitted by the contractor if required by the department.
(iv) Inspection at factory or at godown of the manufacturer, as required, shall be
arranged by the firm for a mutually agreed date. Certificate for genuineness of
the fittings shall have to provided duly signed by the manufacturer’s officer
not below the rank of Regional Manager.
(v) Delivery of material shall be taken up only with the consent of department,
after clearance of the material.
(vi) Department shall reserve the right to waive inspection in lieu of suitable test
certificate, at its discretion.

19.3 Similarly, for fabricated equipment, the contractor will first submit dimensional
detailed drawings for approval before fabrication is taken up in the factory. Suitable
stage inspection at factory also will be made to ensure proper use of materials,
workmanship and quality control.

20.0 Ratings of components:

20.1 All components in a wiring installation shall be of appropriate ratings of voltage,


current and frequency, as required at the respective sections of the electrical
installations in which they are used.

20.2 All conductors, switches and accessories shall be of such size as to be capable of
carrying the maximum current, which will normally flow through them, without their
respective ratings being exceeded.

21.0 Conformity to standards:

21.1 All components shall confirm to relevant Indian Standard Specifications wherever
existing. Materials with ISI certification mark shall be preferred.

21.2 Relevant Indian Standards including amendments or revisions thereof up to the date
of tender acceptance shall be applicable in the respective contracts for respective
items, firm to ensure its compliance.

22.0 Interchange ability:

Similar parts of all switches, lamp holders, distribution fuse boards, Switch gears,
ceiling roses, brackets, pendants, fans and all other fittings of the same type shall be
interchangeable in each installation.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 54 - A.E.(E) / A.E.(C)
23.0 Workmanship:

23.1 Good workmanship is an essential requirement to be complied with. The entire work
of manufacture/fabrication, assembly and installation shall confirm to sound
engineering practice.

23.2 Proper supervision/skilled workmen: The contractor shall be a licensed electrical


contractor of appropriate class suitable for execution of the electrical work. He shall
engage suitably skilled/licensed workmen of various categories for execution of work
supervised by supervisors / Engineer of appropriate qualification and experience to
ensure proper execution of work. They will carry out instruction of Engineer-in-
charge and other senior officers of the Department during the progress of work.

23.3 Use of quality materials: Only quality materials of reputed make as specified in the
tender will be used in work.

23.4 Fabrication in reputed workshop: Switch boards and LT panels shall be fabricated in a
factory/workshop having modern facilities like quality fabrication, seven tank
process, powder/epoxy paint plant, proper testing facilities, manned by qualified
technical personnel. These shall be as per make / item approved.

24.0 Testing:

All testes prescribed in this General Specification, to be done before, during and after
installation, shall be carried out, and the test results shall be submitted to the
Engineer-in-charge in prescribed Performa, forming part of the Completion
Certificate.

25.0 Commissioning on completion:

After the work is completed, it shall be ensured that the installation is tested and
commissioned.

26.0 Completion plan and completion certificate:

26.1 For all works completion certificate after completion of work as given in Appendix –
E of CPWD Specification shall be submitted to the Engineer-in-charge.

26.2 Completion plan for the following, along with three set of prints of the same shall
also be submitted.
(i) General layout of the building.
(ii) Locations of main switchboard and distribution boards, indicating the circuit
numbers controlled by them.
(iii) Position of all points and their controls.
(iv) Types of fittings, viz. fluorescent, pendants, brackets, bulk head, fans, exhaust
fans etc.
(v) Name of work, job number, tender reference, actual date of completion, names
of Division/ Sub-division and name of the firm who executed the work with
their signature.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 55 - A.E.(E) / A.E.(C)
27.0 Guarantee

The installation will be handed over to the department after necessary testing and
commissioning. The installation will be guaranteed against any defective
design/workmanship. Similarly, the materials supplied by the contractor will be
guaranteed against any manufacturing defect, inferior quality. Unless mentioned the
guarantee / warrantee/ defect liability period shall be 12 months from the date of
completion / taking over by department whichever is later. During this period
installation/ equipments or components thereof shall be rectified/ repaired to the
satisfaction of the Engineer-in-charge. The firm will be required to submit guarantee
of material from the manufacturer to the department. The warranty for LED fittings
i/c driver shall be 05 years (five Years) after handing over the installation to the
department.

28.0 The order of preference in case of any discrepancy as indicated in condition no. 1
under “Conditions of contract” given in the Standard CPWD Contract form may be
read as the following:
(a) Nomenclature of item as per Schedule of Quantities.
(b) Additional specifications, particular specifications and special conditions for
Electrical Works.
(c) General conditions.
(d) Contract Clauses of General conditions of contract for CPWD 2020 and
amendment therein upto 06/03/2020 CPWD specifications for electrical works
as applicable.
(e) Architectural/structural drawings and specifications mentioned in drawings.
(f) Indian standard specifications of BIS.
(g) Sound engineering practice as per directions of the Engineer-in-charge.
(h) Manufacturer’s specifications.

A reference made to any Indian Standard Specifications in these documents, shall


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

29.0 The department shall deduct GST as per Tax Act and Income Tax and other taxes on
the value of work done from each bill of the contractor as per prevailing Government
instructions/orders. Labour cess as per building and other construction worker’s
welfare cess act 1996 shall also be deducted from all the bills payable to the firm. In
lieu, the department shall issue a certificate of deduction of tax at source to the
contractor in relevant forms.

30.0 The main contractor shall not indulge in procurement of electrical items and getting
the work done on labour contract with the electrical contractor. The whole electrical
component shall be executed by the eligible electrical contractor on a turnkey basis
i.e. procurement of material & engaging labour. The associate electrical contractor
shall submit the completion certificate of electrical work executed by him along with
necessary test reports, completion plan etc. If Composite contractor himself meets
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 56 - A.E.(E) / A.E.(C)
eligibility conditions for execution of electrical work then he may not associate any
other eligible electrical contractor.

31.0 The contractor shall take all safety precautions to avoid accidents by exhibiting
caution boards, red flags, red lights and by providing necessary barriers and all other
measures required from time to time. The contractor shall be responsible for all
damages and accidents due to negligence on his part.

32.0 The contractor shall give due notices to Municipality, Police and/or other authorities
that may be required under the law/rules under force and obtain all requisite
permissions/licenses for temporary obstructions/enclosures and pay all charges which
may be leviable on account of his execution of the work under the agreement.
Nothing extra shall be payable on this account.

33.0 The contractor shall leave such recesses, holes, openings, etc., as may be required for
the electric, air-conditioning and other related works. (For this purpose any required
inserts, sleeves, brackets, conduits, base plates, insert plates, clamps etc. shall be
arranged by the contractor and fix the same at the time of casting of concrete, stone
work & brick work, if required, and nothing extra shall be payable on this account.

34.0 The contractor shall give a trial run of the equipments and machinery for establishing
its capability to achieve the specifications within laid down tolerances to the
satisfaction of the Engineer-in-charge before commencement of work.

35.0 The work will be carried out in close coordination with the building work and other
agencies. Conduits will be laid in the slab within the specified time and it will have to
be ensured that the casting of slabs is not delayed for want of laying of conduits. The
conduits will also be laid in walls before the Plaster work is undertaken so as to avoid
breaking cutting of plaster while making chase for laying of conduits subsequently.
The contractor will have to employ adequate labour for carrying out the work. No
claim regarding the idle labour for any reason will be entertained by the Department.

36.0 No tools and plants including special T&P etc. shall be supplied by the department
and the contractor will have to make his own arrangements at his expenses.

37.0 All tools, plant and machinery provided by the contractor shall, when brought at the
site, be deemed to be exclusively intended for the construction and completion of this
work and the contractor shall not remove the same or any part thereof(save for the
purpose of moving it from one part of the site to another) without the consent of the
Engineer-in-charge.

38.0 All materials shall be got checked & approved by the Engineer-in-charge on receipt of
the same at site before use and rejected material is to be removed from the site
immediately.

39.0 No foreign exchange shall be made available by the department for the purchase of
equipments, plants, machinery, materials of any kind or any other items required to be
carried out in execution of work.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 57 - A.E.(E) / A.E.(C)
40.0 The contractor shall carry out his work, so as not to interfere with or hinder the
progress or completion of the work being performed by other contractor (s) or by the
Engineer-in-charge and shall as far as possible arrange his work and shall place and
dispose off the materials being used or removed, so as not to interfere with the
operations of other contractors, or he shall arrange his work with that of the others in
an acceptable and coordinated manner and shall perform it in proper sequence to the
entire satisfaction of Engineer-in-charge.

41.0 All items which are not covered while carrying out electrical work shall be removed
and shall be cleared by the contractors as soon as the work is completed.

42.0 The contractor shall give the Engineer-in-charge in every month, a progress report of
the work done during the previous month. The progress of work will be reviewed
periodically by the Engineer-in-charge with the contractor and shortfalls, if any,
sorted out. The contractor shall thereupon take such action as may be necessary to
bring back his work to schedule without any additional cost to the department.

43.0 It shall be responsibility of the main contractor to sort out any dispute involved with
the associated contractor without any time and cost overrun to the department. The
main contractor shall be solely responsible for settling the dispute/litigation arising
out of his agreement with the associate contractor. The contractor shall ensure that the
work shall not suffer on this account.

44.0 The contractor shall quote his rates considering the specifications, terms & conditions
and particular specifications and special conditions etc. and nothing extra shall be
payable whatsoever unless otherwise specified.

45.0 The main contractor shall be responsible for coordinating the activities of all works
and essential progress of works as per milestone and laid down programme.

46.0 The contractor shall be responsible for the watch and ward of the
site/property/material provided by him and materials issued by the department against
pilferage and breakage during the period of execution and thereafter till the work is
completed and physically handed over to the department.

47.0 Samples of all materials, fittings and other materials/articles required for execution of
the work shall be got approved from the Engineer-in-charge. Materials/articles
manufactured by the firms of repute as indicated in tender documents and approved
by the Engineer-in-charge shall only be used.

48.0 The contractor shall ensure quality construction in a planned and time bound manner.
Any sub-standard material or work beyond set out tolerance limits shall be summarily
rejected by the Engineer-in-charge.

49.0 The contractor shall be required to make a sample Room for each type at the earliest
opportunity using all approved materials for approval of Engineer in charge before
mass scale finishing works are taken up.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 58 - A.E.(E) / A.E.(C)
50.0 Even ISI marked materials shall be subjected to quality test at the discretion of the
Engineer-in-charge besides testing of other materials as per the specifications
described for the item/material. Whenever ISI marked materials are brought to the site
of work; the contractor shall, if required by the Engineer-in-charge, furnish
manufacturers test certificates to establish that the materials procured by the
contractor for incorporation in the work satisfy the provisions of IS codes relevant to
the material and/or the work done.

51.0 The contractor shall have to engage well experienced skilled labour and deploy
modern T&P and other equipments to execute the work.

52.0 The firm shall use only electrically operated chase cutting machine for cutting the
chases in the wall for recessed conduit wiring.

53.0 The contractor will have to make his own arrangement for storage of materials. No
storage space shall be provided by department.

54.0 The contractor will have to make his own arrangement for water and power supply for
execution of works.

55.0 The contractor will have to ensure that the skilled labour i.e. wireman etc., Engaged in
the execution of the work must possess valid electrical license, otherwise he will not
be permitted to execute the work.

56.0 The associate contractors executing the electrical works must possess the valid
electrical contractor license otherwise they will not be permitted to execute the
electrical works.

57.0 The contractor shall be responsible for removal of all defects in the work during the
guarantee/warranty/ defect liability period. The department shall carry out routine
maintenance only. However, if any failure is noticed during this period which is
attributable to poor quality of material and bad workmanship, the contractor will be
required to rectify the same at his own cost, failure of which the department will be at
liberty to get the defects rectified at the risk & cost of the contractor. The contractor
will also be required to carryout his own inspection/testing during the
guarantee/warranty period and attend to any defect taking place during this period.

58.0 Priority to arrange the material shall be decided by the department. However material
required for the work shall be brought at site only at the appropriate time keeping in
view the progress of building works as well as Electrical & Mechanical works.
Decision of Engineer-in -charge in this regard shall be final.

59.0 The contractor has to intimate his authorized representative, who will be receiving
instructions in his absence. The contractor /his authorized representative is bound to
sign the site order book as and when required by the Engineer-in-charge and to
comply with the instructions therein.

60.0 Suitable back plates providing for fixing the wall brackets and ceiling flush fittings
shall be supplied by the contractor free of cost.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 59 - A.E.(E) / A.E.(C)
61.0 It shall be responsibility of contractor to provide polythene/PVC plastic cover for
all SDBs/meter boards/feeder pillars/panels etc. so as to protect them from wear
& tear/damage during execution stage. Contractor shall provide the covers for the
materials if any being supplied departmentally also. Nothing extra shall be paid on
this account.

62.0 Contractor is fully responsible for any kind of damage to the LT/HT cable during
execution of work. No joints shall be allowed if the cable is damaged. Contractor has
to replace the full length at his own cost.

63.0 The MCB/MCCB and switch accessories should be of same make as that of MCB
DBs and Modular Switch boxes respectively. The make of cable end boxes will also
be same that of MCBDBs.

64.0 Colour coding shall have to be adopted in the wiring system as per specification.

65.0 Tinned copper Earthing lugs/Thimbles/ferrules shall be provided for termination of


earth wire to all Metallic outlet boxes/fittings/fixtures/fan regulator/MCB DB/switch
board/Meter board etc., properly crimped/brazed/soldered for which nothing extra
shall be paid.

66.0 Suitable crimping tools shall be used for crimping the lugs/thimbles/ferrules. Nothing
extra shall be paid on this account. The lugs/thimbles/ferrules pressed by
conventional/ordinary pliers shall not be accepted.

67.0 A suitable brass/tinned copper neutral link shall be fixed at suitable place in the
Metallic outlet boxes of all sizes to terminate neutral wire properly. Nothing extra
shall be paid on this account.

68.0 An earth termination with earth stud of brass/tinned copper i/c 2 No. metallic washers
or suitable earth bar of Brass/tinned copper with tinned copper thimbles/ferrules/lugs
should be suitably fixed at suitable place in the Metallic outlet box for termination of
protective earth conductor. Nothing extra shall be paid on this account.

69.0 In the outlet boxes, phase from one switch to other switch shall be looped with
suitable size of solid copper conductor. Nothing extra shall be paid on this account.
Stranded conductor shall not be accepted.

70.0 Only required number of knockouts should be removed from Metallic outlet boxes for
entry of conduits. If more than required number of knockouts are removed, the
Metallic outlet box shall not be accepted.

71.0 Separate GI boxes shall be used for staircase light switches and bell push. Nothing
extra shall be paid on this account.

72.0 Metal sheath of Co-axial T.V. cable shall be terminated using 'U' shape
thimble/lugs/ferrules. Nothing extra shall be paid on this account.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 60 - A.E.(E) / A.E.(C)
73.0 To facilitate drawing of wires 16/18 SWG GI fish wire be provided along with laying
of recessed conduit. Nothing extra shall be paid on this account.

74.0 Cable connection to switch gear is deemed to be included in the item of end
termination. No extra payment shall be made for that.

Note : The quantity of material in the BOQ is indicative. Contractor has to assess the
actual requirement of material at site before placing the order, keeping in view
the drawing and site requirement from the shortest route. No claim for payment
for unused excess material shall be entertained.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 61 - A.E.(E) / A.E.(C)
Sub-Head-I : Internal EI Work

Name of work : Supplying, Installation, Testing and Commissioning of Fire Alarm &
Fire Fighting System at ESIC Hospital, Kota (Raj.).

TECHNICAL SPECIFICATIONS FOR INTERNAL EI WORKS

1.1 The work shall be executed as per CPWD’s general specification for Electrical Works
Part-I (Internal) 2013, Part-II (External) 2007, Part-IV (Sub-station) 2013, Part-V
(Wet Riser and Sprinkler System for Fire Fighting Installation) 2006, Part-VI (Fire
Alarm System), Part-VII (DG Set) 2013 and CPWD General Specification for
Electrical Works (Part III Lifts & Escalators-2003), IE Rules, Indian Standards
amended upto date and as per direction of Engineer-in-Charge. The additional
specifications are to be read with above and in case of any variations; specifications
given along with the tender shall apply.

1.2 The contractor shall bring sample of materials for approval of the Engineer-in-charge.
Sample of approved materials must be kept at site for inspection/comparison with
materials to be used in work by senior officers. All materials shall be delivered with
manufactures test certificates and technical catalogues, instructions manuals, wiring
diagram etc. as required.

1.3 However, it shall be the responsibility of the Contractor to ensure that all wiring work
has been carried out as per specification and till fixing of Electrical lighting fixtures it
will be responsibility of the contractor that all points/ circuit wiring our in intake in
position and in working order.

1.4 All hardware items such as screws, thimbles, connectors, earth/neutral terminals,
wires etc. which are essentially required for completing any item as per specifications
will be deemed to have been included in the item even when the same have not been
specifically mentioned.

1.5 All hardware material such as nuts/bolts/screws/washers etc. to be used in the work
shall be zinc/cadmium plated iron. The galvanized boxes of modular switch/sockets
etc. shall be of the same make as of switch/socket etc.

1.6 While laying conduit, suitable minimum number of junction boxes shall be left for
pulling the wires. These shall be placed in such a way that the same do not remain
noticeable.

1.7 Multi stranded FRLS PVC insulated copper conductors wires are to be used in the
work. Termination of multi-stranded conductors shall be done using crimping type
copper thimbles at both the ends. Nothing extra shall be paid for the same.

1.8 The contractor shall follow the shortest route for circuits, submain, point wiring etc.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 62 - A.E.(E) / A.E.(C)
1.9 The connections of switches, sensors, earthing conductors & interconnections cables
shall be made by adequate rating thimbles of approved standard makes only and
nothing extra on this account shall be paid.

1.10 Check nuts shall be provided while terminating the M.S. conduits in switch board
boxes for which nothing extra shall be paid.

1.11 All distribution boards shall be marked with circuits controlling the rooms/area/SDB
controlled.

1.12 Material to be used in the work shall be ISI marked. The makes of material have been
indicated in the list of acceptable makes. No other make will be acceptable. The
material to be used in the work shall be got approved from the Engineer-in-charge
before its use at site. The Engineer-in-charge shall reserve the right to instruct the
contractor to remove the material which, in his opinion, is not as per specifications.

1.13 While deciding the size of switch boxes for light points/fan point, exhaust fan point
items, extra two modules will be provided for each fan point for fixing of regulator(s)
(fan regulator is to be provided under different item). Wherever extra modules are
available, the same shall be provided with blanking plates without any extra cost.

1.14 Modular type switches/sockets/telephone outlets/TV sockets are to be provided


wherever indicated in the items. The same shall be of only one make. The modular
plates of switches, sockets, telephone & TV sockets etc. shall be in two parts i.e.
plates with frames with in quoted rates.

1.15 The building shall be provided with false ceiling in various areas. In order to avoid
maintenance problem the contractor will not provide any ceiling
rose/connector/looping box etc. above the false ceiling. The point wiring in that case
will be extended up to the fitting/fan etc. directly without provisions of any
termination arrangement in between. The wire from the end point up to the fixture
shall be considered to be included in the point wiring. Nothing extra shall be paid for
the same.

1.16 Wherever it is not possible to provide rigid conduits, flexible conduit pipe shall be
provided for drawing/running the wires. However, such arrangement has to be kept to
the barest minimum and only with the prior approval of Engineer-in-charge.

1.17 Earthing and all hidden items of work shall be carried out in the presence of the
Engineer-in-charge or his authorized representative.

1.18 The fan box cover shall be made from 3mm thick phenolic laminated sheet as per
CPWD specification.

1.19 The contractor shall provide only metallic junction boxes/looping boxes with cover of
required sizes even in PVC conduiting and such boxes shall be measured as a part of
conduit/wiring without any extra payment.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 63 - A.E.(E) / A.E.(C)
1.20 The metallic junction boxes & looping boxes shall be covered with approved makes
of phenolic laminated sheet. For telephone, television & fire alarm system shall be
provided at all the floors within scope of work without any extra cost as per
requirement & layout approved by Engineer-in-charge.

1.21 The quantities of various items may vary from the quantities given in schedule of
work. The agency shall bring the various items & materials as per actual requirement
at site at the time of execution of work. Excess quantities shall not be accepted & paid
by the department.

1.22 The ceiling roses wherever required to be provided are included in the scope of work
without extra payment and the same shall also be of modular type & of the same make
as that of switches & sockets along with earthing provision.

1.23 All the excavation work for laying of Ring Main MS Pipes, Sprinkler MS pipes
and UG armoured cable shall be permitted manually only. No mechanical means
shall be permitted for any of excavation works. The contractor shall take all
precautions for safety of exisiting cables and pipe lines of various services,
damage if any during the execution of work shall be attended and made
operational by the contractor at his risk and cost within 24 Hrs. of damage of
same.

1.24 The models of the LED fittings from given makes will be finalized at the time of
execution based on specification given in BOQ.

Guarantee for LED Lights:-The contractor will stand performance guarantee of all
LED Fittings in BOQ for a period of 60 months from the date of completion of the
work. An amount for this performance guarantee of amounting 5% of agreement /
ECPT (whichever is higher) rate of these items has to deposit with Executive
Engineer(E), CPWD, Jaipur in shape of FDR/TDR/Bank Guarantee in favour of EE(E),
CPWD, Jaipur after completion of work, but before receiving payment of final bill. This
performance guarantee for above said items will be refunded year wise proportionately.
If the performance of any of the LED item found unsatisfactory during the guarantee
period or contractor failed to replace the defective LED equipment within a week time,
the amount of performance guarantee shall be forfeited absolutely.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 64 - A.E.(E) / A.E.(C)
Sub-Head-II : Fire Alarm System

Name of work: Supplying, Installation, Testing and Commissioning of Fire Alarm &
Fire Fighting System at ESIC Hospital, Kota (Raj.).

GENERAL TERMS & CONDITIONS FOR FIRE ALARM SYSTEM

1.1 The work shall be carried out as per tender specifications and in accordance with the
followings :
a) BIS Code of practice (IS: 2189 – 1988) for Selection, Installation and
Maintenance of Automatic Fire detection and Alarm system with amendments up
to date.
b) CPWD General Specifications for Electrical works Part - I Internal - 2013 as
amended up to date.
c) CPWD General Specifications for Electrical works Part - II External - 1994 as
amended up to date.
d) CPWD General Specifications for PART-VI FIRE DETECTION AND ALARM
SYSTEM 2018 as amended up to date.

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

1.3 BUILDING CONSTRUCTION AND DRAWINGS

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

1.4 Payments terms:

The following percentage of contract rates for the various items included in the
contract shall be payable against the stage of work shown herein;

Sl. Stage of work Percentage


No. of Rate
1 On initial inspection of materials and delivery at Site in good 70%
condition on pro-rata basis.
2 On completion of pro-rata installation 20%
3 On issuance of NOC from local authorities for fire safety 5%
4 On completion of Testing and commissioning & handing 5%
over to the client for bonafide use.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 65 - A.E.(E) / A.E.(C)
1.5 Inspection and Testing

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

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

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

SPECIAL CONDITIONS OF WORK

A.1 SCOPE OF WORK

A.1.1 These specifications shall cover the Design, Supply, Erection, Testing, and
Commissioning for the proposed ESIC, Kota.

A.2. SCHEDULE OF REQUIREMENTS

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

A.2.2 The Vendor shall have an in-place support facility in Delhi/Jodhpur/


Jaipur/Bikaner/Kota equipped with Competent Support Staff, Spare Parts Inventory
and all the necessary Test and Diagnostic Equipment to provide support within 24
hours of any breakdowns.

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

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

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

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 66 - A.E.(E) / A.E.(C)
A.3. TECHNICAL DATA

A.3.1 The Tenderer shall submit comprehensive technical information for all the equipment
and material before supply of material.

A.3.2 Technical catalogues and performance Tables/ Curves of all equipment and machines
must be submitted with the offer.

A.4. PERFORMANCE GUARANTEE AND TESTING

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

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

A.4.3 All equipment shall be tested at manufacturer's Works as per latest relevant BIS
specifications or in the absence of IS specification approved testing methods shall be
followed and Test Certificates/ Reports submitted to the Engineer-in-charge. The
contractor shall intimate in advance the probable date of such tests to the Engineer-in-
charge to enable their representatives to witness the tests if they so desire. But under
no circumstances shall this absolve the Contractor of his responsibility for
Performance of the Equipment or System.

A.4.4 In addition to the above, all equipment and systems shall be tested after installation as
required by various statutory authorities, certifying agencies and as required by
various sections of these specifications.

A.4.5 The Contractor shall take full responsibility for proper operation of the entire system
including debugging and proper calibration of each component and sub-system.

A.4.6 The Contractor shall leave necessary provisions required for fixing instruments,
gauges, meters, etc. for testing the installation even if these are not shown on the
drawings. The Contractor at his own cost shall arrange all such instruments, services
etc. needed for the tests.

A.4.7 It is the sole responsibility of Contractor to obtain all the necessary approvals from the
statutory authorities, either prior to, during or after installation as required. All tests
specified herein-after and witnessed/ approved by Engineer-in-charge, may be
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 67 - A.E.(E) / A.E.(C)
deemed to be invalid at the option of Engineer-in-charge, if the requisite, final and
unconditional approvals from the concerned statutory authorities are not obtained by
the Contractor.

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

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

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


initial startup.

A.4.11 The Contractor shall, on approval of Engineer-in-charge, proceed with necessary pre-
commissioning activities and tests and put the installation initial operation and start-
up during which preliminary adjustments and addressing shall be carried out.

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

A.4.13 Notwithstanding approval of tests or equipment or materials by Engineer-in-charge


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

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

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

A.4.16 All test instruments shall be calibrated for accuracy prior to taking the performance
tests.

A.4.17 Failing satisfactory performance of equipment and/ or overall installation after


rectification etc. as stated above, the Engineer– in-Charge, at his sole discretion,
reserves the option of charging liquidated damages for such non-performance or
demand supply and installation of new installation all at no extra cost to Engineer-in-
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 68 - A.E.(E) / A.E.(C)
Charge or demand for full refund of all "On Account" payments made to the
Contractor for that part of the work which has failed to perform, and the Contractor
shall be obliged to do so as directed by the Engineer-in-Charge.

A.5 INSTALLATION:

A.5.1 Installation shall be in accordance with the local and state codes, as shown on the
drawings, and as recommended by the equipment manufacturer.

A.5.2 All conduits, junction boxes, conduit supports and hangers shall be concealed in
finished areas and may be exposed in unfinished areas. Smoke detectors shall not be
installed prior to the system programming and test period. If construction is ongoing
during this period, measures shall be taken to protect smoke detectors from
contamination and physical damage.

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

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

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

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

A.5.7 The service of a competent, factory-trained engineer or technician authorized by the


manufacturer of the fire alarm equipment shall be provided to technically supervise
and participate during all of the adjustments and tests for the system.

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

A.6 DEMONSTRATION :

A.6.1 The Contractor shall completely check out, calibrate and test all connected hardware
and software to ensure that the system performs in accordance with the approved
specifications and sequences of operations submitted.

A.6.2 This demonstration shall consist of the following:


a) Display and demonstrate each type of data entry to show site-specific
customizing capability.
b) Demonstrate parameter changes.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 69 - A.E.(E) / A.E.(C)
c) Demonstrate scan, update and alarm responsiveness.

A.7 MANUALS

The following manuals will be provided at the time of Handing over:

A.7.1 An Operator’s Manual shall contain graphic explanations of keyboard use for all
operator functions specified under Operator Training.

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

A.7.3 On completion of works "As Built drawings for completed installation” shall be
prepared by the Contractor and five (5) copies of the same will be supplied to the
Engineer-in-Charge. In addition, Five (5) sets of the followings shall be supplied to
the Engineer-in-charge.
1) Operation Manuals,
2) Technical Literature for the various components of equipment,
3) Controls and Accessories installed,
4) Recommended Spares and Services Manuals

A.8 TRAINING & HANDING -OVER

A.8.1 All training by the Contractor shall utilize manuals and as-built documentation and
the on-line help utility.

A.8.2 Operator training shall include:


a. Sequence of Operation review
b. Sign ON - Sign OFF
c. Selection of all displays and reports
d. Commanding of points, keyboard
e. System initialization
f. Trouble shooting of sensors (determining bad sensors)
g. Password modification

A.8.3 Supervisor training shall include:


a. Password assignment / modification
b. Operator assignment/modification
c. Operator authority assignment/modification
d. Point disable/enable
e. Terminal and data segregation/modification

A.9 Guarantee

A.9.1 The contractor shall guarantee the entire Intelligent Addressable Fire Alarm system
installation as per specifications both for components and for system as a whole. All
equipment shall be guaranteed for One year from the date of handing over to the
client against unsatisfactory performance or breakdown due to defective design,
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 70 - A.E.(E) / A.E.(C)
manufacture and/or installation. The installation shall be covered by the conditions
that the whole installation or any part thereof found defective within one year from
the date of completion shall be replaced or repaired by the contractor free of charge as
decided by the Engineer-in-Charge.

A.9.2 The warranty shall cover the following: -


a) Quality, strength and performance of materials used.
b) Safe mechanical and electrical stress on all parts under all specified conditions
of operation.
c) Satisfactory operation during the guarantee period.
d) Performance figures and other particulars as specified by the tenderer under
Chapter – F.

A.9.3 Labour to trouble shoot, repair, reprogram or replace system components shall be
furnished by the contractor at no charge to the Engineer-in-charge during the
guarantee period.

A.9.4 All corrective software modifications made during guarantee period shall be updated
on all user documentation.

A.10. MISCELLANEOUS:

A.10.1 The onus of incorporating the statutory requirements as per local rules and obtaining
necessary approval for the fire alarm systems shall rest fully with the Contractor.

A.10.2 All the Equipment Supplied and Installed by the Contractor shall have compatibility
to be connected to Standard Building Management System (BMS). Adequate
Potential Free Contacts shall be provided for sending/ receiving digital signals. The
Contractor is required to co-ordinate with the BMS Vendor to ensure that Fire alarm
system effectively communicates with the BMS as per the strategy to be decided by
the Engineer-in-Charge.

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

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

A.11 The models of the control panel & associated accessories from given makes will be
finalized at the time of execution based on specification given in BOQ.

A.12 The work is to be carried out in the running hospital building hence the work
shall be executed as per the convenience of hospital authorities and nothing shall
be paid extra on account of waiting time for execution of work.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 71 - A.E.(E) / A.E.(C)
A.13 The work of Supplying and fixing of MS conduit pipes is to be executed in
exising stone masonary walls. For crossing of conduit pipes through the wall the
contractor shall make suitbale arrangement for making openings and
immedietly closing and finishing of same after laying of pipes. The contractor
shall take all precautions of safety of walls and shall make necessary
arrangement for clearing of malba on day to day basis.

A.14 The contractor shall take all measures to comply the guidelines issued by the
Govt. of India for spreading of COVID 19.

A.15 All the excavation work for laying of Ring Main MS Pipes, Sprinkler MS pipes
and UG armoured cable shall be permitted manually only. No mechanical means
shall be permitted for any of excavation works. The contractor shall take all
precautions for safety of exisiting cables and pipe lines of various services,
damage if any during the execution of work shall be attended and made
operational by the contractor at his risk and cost within 24 Hrs. of damage of
same.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 72 - A.E.(E) / A.E.(C)
TECHNICAL SPECIFICATIONS FOR FIRE ALARM SYSTEM

SECTION-1
INTRODUCTION
Intelligent Addressable Fire Alarm System
General & System Engineering

The latest development in fire alarm system, Detectors Technology is Intelligent Addressable
Fire Alarm System over conventional system. It is now become almost necessary to install
this system in every functional and important building because the system has many
advantages over conventional automatic fire alarm system such as:
(i) Accurate quick response to emergencies.
a. Early fire warning
b. Individual Device identification / location
c. Analog Signal feed back
d. Pre-alarm notification
(ii) Eliminates nuisance alarms
(iii) Powerful operator interface
(iv) Reliable
(v) Advance on line diagnostics i.e.
a. Continuous circuit supervision
b. Detection and isolation of faults
c. Continuous processing of analog value sensor data
d. Maintenance diagnostics
e. Panel test
f. Control Board self test
(vi) Reduction in maintenance costs by:
a. Remote testing and sensitivity adjustment.
b. Panel testing of smoke sensor to meet International Standard.
c. Individual sensor cleaning on need based only.
(vii) Flexible application

An intelligent addressable fire alarm system is provided to effect total control over the life
safety services required in the building. The system is provided with addressable and analog
fire alarm initiating, annunciating and control devices. The system is such that smoke

sensors/detectors, thermal sensors/detectors and manual call points etc. can be identified with
point address. The system is capable of:

(a) Setting smoke sensor sensitivity remotely on a pre-programmed sequence. The system
is able to recognize normal and alarm values that reveal trouble condition, pre alarm or
need of maintenance.

(b) Provide a maintenance / pre-alert capability at smoke sensors to prevent the detectors
from indications a false alarm due to dust, dirt, etc.

(c) Provide alarm verification of individual smoke sensors. Alarm verification printed on
the in-built printer of the main fire alarm panel on the external printer attached.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 73 - A.E.(E) / A.E.(C)
(d) Provide outputs that are addressable i.e. output have a point address to be set from the
main control station. The operator is able to assign such points to logical point groups
(software zones) for pre-programmed operation.

(e) In the event of fire alarm but not in a fault condition, the exact location is shown on the
main fire alarm panel, local sounder automatically sounded; the complete information
is printed along with time and date of occurrence. Air handling units on the effected
zones is automatically switched OFF and simultaneously respective fire dampers are
closed. Pressurization fans on the evacuation shafts i.e. stairwells, etc. are automatically
switched ON. All system output program assigned via control-by-event programs that
are activated by a particular point in the alarm are executed, and the associated system
output (alarm notification appliance and/ or relays) are activated. The audio portion
integrated to the system directs the proper signal (tone or Voice) to the appropriate
speaker circuits. Pre-recorded alarm messages are played on the public address system.

(f) All the loop elements are able to isolate the short circuits on the loop wiring and thus no
element is isolated in the event of single short circuit and the exact location of the short
circuit is indicated on the respective fire alarm panel.

(g) The fire alarm panels have necessary interface units for intelligent addressable detectors
alarm output modules for external actuations through fail safe programmable relays and
communication interface.

(h) Fire alarm management system in an intelligent addressable Fire Alarm and Detection
System comprises of Graphical Management System which is multi-user, with a lot of
facilities. It has two screen display the left screen dedicated to display the graphic (
building floor plans, Alarm panels etc.) and the right screen lists all events ( alarm
reports , Fault massages, information about disable detectors etc.)

(i) Building management system provides bidirectional monitoring and operation of the
attach devices of the Fire Alarm and Detection Systems. Besides, other components/
devices in the building like AHU's Pressurization Doors , lifts etc. can also be
monitored and operated from the graphical fire alarm management software.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 74 - A.E.(E) / A.E.(C)
SECTION-2
MANUAL CALL POINTS

2.1 Scope

This section covers the requirements of manual call points (MCP) used in addressable
intelligent fire alarm systems.

2.2 Constructional requirements of:-

i. It is used to trigger a fire alarm manually, and should be suitable for


connection to the system loop technology. The alarm is raised by breaking the
glass with the alarm carrying on until a replacement glass panel is fitted or
alarm to be made silent from control panel. Suitable arrangement like
scratching by a diamond bit shall be incorporated in the frangible element.

ii. A micro switch within the units is held “off” by the edge of the glass when
glass is broken the switch is released and a signal is transmitted to control
panel where the alarm is raised. The glass is preferably plastic coated to
eliminate the damage of splinters causing injury.

iii. For testing without breaking the glass a test key, should be available so as to
lower or remove the glass to release the micro switch. Full functional test is
achieved accordingly.

iv. Facility for reset/adjustment of manual call point alarm triggering.

v. The unit shall be made out of polycarbonate ABS blend with flame retardant &
self extinguishing properties or cast aluminum or ASA plastic or as per
manufacturer design and applicable standards.

vi. It shall preferably contain an integrated short circuit isolator which should
ensure that a fault is localized and that the loop continues to function fully in
the event of a wire break or a short circuit.

vii. The call box shall have suitable provision to knock out of termination of a
20mm

viii. conduit. This shall also have suitable provision for being fixed on surface or
semi recessed in wall.

ix. The word 'FIRE' shall appear embossed in red color on the front.

x. Acknowledgement LED displays –red for triggered alarm indication (flashing)


and / or maintenance evacuation.

xi. Protective category shall be IP54 for indoors & IP65 for outdoors applications.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 75 - A.E.(E) / A.E.(C)
2.2.1 Installation Requirements

Same as given in Part 'A' for conventional type system.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 76 - A.E.(E) / A.E.(C)
SECTION-3
INTELLIGENT ADDRESSABLE FIRE DETECTORS

3.1 Scope

The section covers the requirement of automatic intelligent addressable fire detectors.

3.2 Type of Detectors

Same as given in section 3 Part 'A'

3.3 General Features common to all Detectors:

3.3.1 Built-in-response Indicator:

Each detector shall incorporate indicator ''LED'' at the detector which shall blink on
actuation of the detector to locate the detector which is operated while on fire. The
detector shall not be affected by the failure of the response indicator lamp.

3.3.2 The detector shall have preferably 3600 visible view of the alarm LED or twin LEDs
blink whenever detector is addressed.

3.3.3 The detector shall have preferably with integrated built in short circuit isolator or as
per manufacturer design so that in case of any short circuit in the detector, the detector
can be isolated so that loop should be able to retain the full functionality or in case
built in short circuit isolator not available/ provided by the manufacturer a fault
isolator unit shall be provided after every 20 detectors/ devices in a loop. But in later
case isolator unit shall ensure that the loop is functional except the faulty detector.

3.3.4 The detector shall be with IP 54 protection category with base.

3.3.5 The detector shall be with built in microprocessor capable of making alarm on control
panel based on the information stored in detector.

3.3.6 The detector shall confirm to international standard i.e. NFPA/EN or equivalent.

3.3.7 The detector shall provide electronic address setting by means of configuration
software.

3.3.8 The detector shall be plug-in-type and shall have common base to facilitate exchange
for cleaning & maintenance. The base of the detector shall be interchangeable with
other smoke detectors.

3.3.9 The detector shall be supplied fully tested and each detector should bear the SI. No.
and seal of the approving laboratory/body.

3.3.10 The detectors, device including response indicator and control panel shall be of same
make.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 77 - A.E.(E) / A.E.(C)
3.3.11 Reversed polarity or faulty zone wiring shall not damage the detector.

3.3.12 The detector shall be suitable for column/ceiling mounting.

3.3.13 The detector should have static voltage over load protection.

3.3.14 The detector shall be individually identifiable from the control unit by geographical
location in the system.

3.3.15 The detector shall connect to the local control unit via a fully supervised two wire
circuit.

3.3.16 The detector shall be inserted into or remove from the base by a simple push twist
mechanism with an appropriate tool.

3.4 Addressable Beam Detector (Infra-red light detector)

(i) The Beam Detectors shall be long range, projected beam type smoke detectors
which consist of a separate transmitter and receiver and evaluating unit
integrated into a compact housing.
(ii) The transmitter shall emit an invisible pulsed infra red beam to receiver when
beam is obscured beyond selected threshold (20%, 30%,........70% obscuration)
by smoke, the receiver shall signal an alarm. If the beam is completely
blocked, receiver shall signal a trouble.
(iii) It shall provide selectable sensitivity and alarm response time for flexibility of
installations.
(iv) It shall have a range coverage from 9 mtrs. to 100 mtrs. with upto 16-17 mtrs.
spacing between adjacent detectors on smooth , flat ceilings.
(v) It shall have automatic environment compensation.

3.5 Addressable Heat Detector:

Type of Heat Detectors as given in para 3.3, 3.51, 3.5.2, 3.5.3 & 3.5.4 (Section-3 Part
A) except the following:
(i) The detector and transmission electronics in the detector head for easy
exchange in the event of malfunction. Therefore no electronics are permitted in
base.
(ii) It has maximum triggering temperature programmable from 580 C to 810 C.
(iii) It has high level of immunity to electromagnetic influences.
(iv) The alarm signal when limit temperature is reached is given in Para (ii) above.
(v) Automatic addressing during initial set up or exchange of the detector, without
making adjustment of detector.
(vi) Adjustment of the maximum temperature value in combination with or without
the temperature differential value.
(vii) Theft protection to protect against unauthorized removal of the detector from
base can be available.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 78 - A.E.(E) / A.E.(C)
3.6 Addressable optical- Thermal ( Multi Criteria Detector):

(i) The intelligent multi criteria detector shall have photo electric and thermal
technologies in a signal sensing device.
(ii) The device shall include to combine the signal of the thermal sensor with the
signal of the photoelectric signal in an effort to react in the event of a fire
condition.
(iii) It shall have an ability to distinguish between a fire condition and a fire alarm
condition by examining the characteristics of the thermal and smoke sensing
chambers and comparing them to database of actual fire and deceptive
phenomena.

Use:
(i) These detector shall be utilized for slow smoldering fire.
(ii) The microprocessor shall be capable of selecting the appropriate sensitivity
levels based on the environmental conditions, it can be in office,
manufacturing unit, kitchen etc. and have the ability to automatically change
the setting as the environment changes.

3.7 Intelligent Duct Smoke Detectors

(i) The smoke detectors housing shall accommodate either an intelligent


ionization detector or an intelligent photo electric detector of that provides
continuous analog monitoring and alarm verification from the panel through a
control module in the loop system.
(ii) When sufficient smoke is sensed in the return air coming to AHU (Detector
unit has to be installed in return air path) an alarm signal is initiated at FACP
to close the fire damper and prevent the rapid distribution of toxic smoke and
fire gases throughout the areas served by duct system.
Note : Various types of detectors their use and applications are same as given in
Section 3 of Part –A

3.8 Detector Base:

(i) The detectors of all types shall fit into a common type of standard base.
(ii) Once a base has been installed, it shall be possible to insert, remove and
exchange different types of detectors by a simple push & twist movement.
(iii) The standard base shall be equipped with screw less wiring terminals suitable
for securing wire size upto 1.5sqmm and with built in strain limits to prevent
permanent terminals deformation and weakening of contact pressure.
(iv) It shall have a sealing plate, prevent dirt, dust condensation or water from the
conduit reaching the wire terminals of the detector contact points.
(v) All standard base shall be supplied with a removable dust cover to protect the
contact area during installation and construction phase of the building. It must
allow the inspection and verification of the zone wiring before insertion of any
detectors.
(vi) The standard base shall have a built in mechanism, which allows mechanical
locking of any installed detector head, thus preventing unauthorized removal
or temperin while maintaining.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 79 - A.E.(E) / A.E.(C)
(vii) Reversed polarity or faulty zone wiring shall not damage the detector.

3.9 Intelligent Addressable Monitor Module

(i) The module shall be suitable to monitor the polling of up to minimum four
potential free contacts by using a single or multiple housing and designed for
surface or flush mounting.
(ii) The operating mode can be selected and is assigned separately for each input
the addressing of the module and the setting of parameters should be carried
out using PC software, via the fire alarm control panel.
(iii) The module should contain an integrated short circuit isolator which ensures
that the fault is localized and the loop continues to function fully in the event
of a wire break or a short circuit.
(iv) The module should be minimum IP 40 protection category when housed in a
case or as per manufacturer design.
(v) The module should be with soft addressing to be set with a PC via fire alarm
panel at the time of programming.
(vi) The module should have integrated buzzer force signaling maintenance alarms.
(vii) An LED shall be provided that shall flash under normal condition indicate that
module is operational.

3.10 Intelligent Addressable Relay / Control Module

(i) Relay module may contain upto four relays each with a potential free
changeover contact.
(ii) Each relay contact should be FAIL/ SAFE programmable, means it should be
possible to program each contact to operate in three conditions viz. NO FIRE
CONDITION, FIRE CONDITION AND LOOP POWER FAILURE
CONDITION.
(iii) Both the addressing of the module and setting of parameters to be carried out
using PC software via the fire alarm control panel.
(iv) The module contains a short circuit isolator, which ensures that the fault is
localized and that the loop continues to function fully in the event of a wire
break or a shot circuit.
(v) The module should be minimum with IP 40 protection category when housed
in a case or as per manufacture design.
(vi) It should have integrated buzzer for signaling maintenance alarms.
(vii) Its housing have is designed for surface or flush mounting.

3.11 Isolator Module:

(i) The module shall limit the number of module of detectors that may be
rendered inoperative by a short circuit on the loop segment.
(ii) At least one isolator module shall be provided for each floor or protected zone
of the building.
(iii) If a wire short circuit occurs, the isolator module shall automatically open
circuit (disconnect) the loop. When the short circuit condition is corrected, the
module shall automatically reconnect the isolated section.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 80 - A.E.(E) / A.E.(C)
(iv) The module shall not require any address setting and its operation shall be
automatic. It shall not be necessary to replace or reset an isolator module after
its normal operation.
(v) It shall give information on the control panel in the form of audio- visual alarm
enunciations along with list of detectors which have become non-functional.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 81 - A.E.(E) / A.E.(C)
Section-4
Addressable Fire Alarm Control Panel

4.0 Scope :

This section covers the requirements of main fire alarm, control panel, repeater panel,
graphical management system, response indicator etc. used in addressable fire alarm
system.

4.1 Functional Requirement.

4.2 General

(i) In the event of fire alarm but not in a fault condition, the exact location shall
be shown on the Main Fire Alarm Panel (MFAP).
(ii) Local sounder should sound automatically.
(iii) Complete information shall be printed with time and date of occurrence.
(iv) Air handling units on the effected zones shall be automatically switched OFF
and respective fire dampers shall also be closed.
(v) Pressurization fans of staircase shall automatically be switched ON.
(vi) The audio portion integrated to the system shall direct the proper signal (tone
or voice) to the appropriate speaker circuits.
(vii) Pre-recorded alarm messages shall be played on the Public Address System.
(viii) The panel shall have the facility to process the input signals and control the
output functions either directly or through interface modules as per the
requirements.
(ix) The panels shall have necessary interface units for addressable detectors alarm
output modules for external actuations through fail safe programmable relays.
(x) The processor shall interact with the other modules through a common bus.
(xi) The system shall store all basic information and job specific data in memory.
(xii) Different password shall protect any change to system operations.
(xiii) The design of the panel hardware and software shall incorporate the capability
to accept additional input from fire protection system such as sprinkler and
water flow switch, operation of fire dampers, pressurization fans etc.
(xiv) The panel shall have an extra loop card to serve as standby in case of burn out
or malfunctioning of any operating loop cards.
(xv) The panel shall be totally enclosed, dust and vermin proof.

4.3 Type of control and indicating panels:

Following are the types of control and indication panels in Addressable Fire Alarm
Control Panel:
(i) Intelligent Addressable Main Fire Alarm Control and Indicating Panel.
(ii) Graphical Fire Alarm Management System.
(iii) Intelligent Repeater Panel.
(iv) Intelligent Response Indicator
(v) Talk Back System / Fire Fighter Telephone Systems.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 82 - A.E.(E) / A.E.(C)
4.4 Addressable Fire Alarm Control Panel (FACP)

1. The addressable Fire Alarm Control Panel (FACP) shall function as a network
panel & also as a fully stand alone panel. FACP shall have its own
microprocessor, software and memory. In the event of failure of panel or
communication breakdown between the networked panels the FACP shall
automatically operate on stand-alone mode without sacrificing any functions (The
networking should be peer to peer). Information of all panel in the network should
be available on all individual panels.

2. The panel should be modular microprocessor based in nature and should be


expandable from single loop up to 10 loops.

3. FACP shall supervise detection circuits and shall generate an alarm in case of
abnormal conditions.

4. FACP shall provide general purpose inputs for monitoring such functions as low
battery on AC power failure. FACPs shall provide tamper protection and
commandable outputs, which can operate relays or logic level devices.

5. Smoke detectors shall be powered using the FACP based smoke detection circuits
FACPs shall provide control for resetting smoke detectors, fault isolation and
sensor loop operations. It shall be possible to mix different fire devices within
same FACP to optimize field wiring.

6. It shall be possible for the panel to have a loop length with different modules
offering 1.5 km length of devices from the panel.

7. FACP shall provide monitoring and control of one floor or area or for multiple
floors or areas. FACP shall meet the following requirements to assure the integrity
and reliability of the system:
(a) The FACP shall have proper listing and / or approval from the following
recognized agencies:
(i) National Fire Protection Association (NFPA) -USA. This will cover
the following approval:
a. UL (Under writers Laboratories Inc.)
b. ULC (Under writers Laboratories Canada)
c. FM (Factory Mutual)
d. CSFM (California State Fire Marshal)
(ii) EN (European)
This will cover the following approval:
a. LPCB (Loss Prevention Council Board)
b. VDS (Vertauen Durch Sicherheit)
c. BRE
(b) FACP shall be NFPA/EN listed independently and as per relevant IS Code
as a Fire Alarm Control Panel.
(c) The FACP should have integrated power distribution module and fixed
cabling done internally to guarantee a clear and tidy cable feed

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 83 - A.E.(E) / A.E.(C)
(d) The panel should have an LCD display with minimum 300 characters and
keypad. The Display should enable a flexible design of the operating menu
with variable keys and message windows fixed keys should be used for
standard operating steps e.g. for fire alarm securities supervisory trouble
and other events. The current status of the system should be displayed by
LED's interfaces (RS232) enable the connection to a PC.
(e) The panel should have a 230V AC power supply unit in plug in design
with rack and panel connector and 24VDC /6Amp. single output power
supply. The module should be protected against over voltage and reverse
polarity. The output voltage is monitored and regulated externally.
(f) LCD display at the FACP shall be provided to indicate point of alarm or
trouble. In Such systems means for manually scanning the points in trouble
shall be provided and a trouble and alarm LED shall be used to indicate
that there are points in alarm / trouble. The alarm /trouble LED shall only
get switched off when all alarm / trouble are cleared from the loop.
(g) It shall be possible to command test, reset and alarm silence from the
FACP.

8. FACP switches shall allow authorized personnel to accomplish the following,


independent of the central console.
(a) Acknowledge a general alarm condition.
(b) Silence the local audible alarm.
(c) It shall be possible to silence the alarm indicating devices (hooters).
(d) Reset all zones (logical Point Group) / points, after all initiating devices
have returned to normal.
(e) Perform a complete operational test of the memory with a visual
indication.
(f) Test all panel LED's for proper operation without causing a change in the
condition of any zone (Logical Point Group).
(g) Walk test –The system shall provide both a basic and advanced walk test
for testing the entire fire alarm system including testing of all devices,
detectors module etc. in the complete system.

9. Software zones/loops shall be circuited and protected by fault isolators such that
in the event of a zone/ loop short –circuit, smoke and thermal sensors shall be
located and shall report alarm and fault isolator unit after every 20 detector or
devices in a loop isolates the part.

10. Monitoring modules shall be provided to monitor and address contact-type input
devices. The monitor module shall be housed in the FACP supervised by FACP.

11. The FACP shall have drift compensation facility to compensate for environment.
When a detector accumulates dust in the chamber and reaches an unacceptable
level but still below the allowed limit, the control panel shall indicate a
maintenance alert warning. When the detector accumulates dust in the chamber
above the allowed limit, the control panel shall indicate a maintenance urgent
warning.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 84 - A.E.(E) / A.E.(C)
12. The FACP should be NFPA/EN listed approved to provide the sensitivity
measurement and documentation required.

13. FACP shall be backed up with its built in UPS power or can be powered
separately.

14. The display on FACP shall provide indication for AC power, system alarm,
system trouble/security alarm, display trouble and signal silence to this would
mean that in the event of change of any detector/zone sequence alterations, the
operator can initiate these by use of the LCD & alpha –numeric keys on the FACP
panel to reconfigure the above parameters.

15. Power supply unit of FACP shall have following characters:


(a) The main power supply shall be 230V AC ±10% 50Hz ± 3% and shall in
turn provide all necessary power of FACP.
(b) It shall provide a separate battery control module with charger. The battery
should last for 24 hours minimum in normal operation upon power failure
& 30 minutes in alarm condition.
(c) For ease of service, all wiring terminal blocks shall be plug-in type.
(d) The fire alarm panels shall have a possibility of being interlinked by direct
connectivity or an optical cable link between the various locations and
should further have connectivity to the main control center.

16. Each loop shall have minimum 99 detectors/devices.

17. There shall be minimum 20% spare capacity in the looping system for future
expansions. The firm has to intimate the maximum number of devices/ detectors
can be connected in one loop based on the manufacturer design . Some devices
need external supply and some devices supported by loop power.

18. The length of loop shall not exceed more than 3000 meter for wire size 1.5sq mm.
as per manufacturer recommendations.

19. Each loop should not be divided into more than 8 fire zones.

4.5 Graphical Fire alarm management system

(i) The fire alarm management system shall be a multiuser graphical management
system to centrally monitor and operate the fire alarm system by a computer
having a graphical software.
(ii) All the messages and status of the connected detectors & devices with main
control panel shall be displayed on the PC monitor to operate via keyboard and
mouse. All devices & detectors should be visible on building plans
superimposed in fire alarm system.
(iii) The modular expansion of the system should be possible by adding software
modules.
(iv) Power graphics with a dynamic zoom function should be available.
(v) The system shall have password system with individual password and access
privileges shall also be available.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 85 - A.E.(E) / A.E.(C)
(vi) The system should be capable monitoring status of detector. The status of each
detector be monitored by the fire alarm system.
(vii) The operator should be able to adjust the sensitivity of any detector.
(viii) The operator should be able to define the entire database for the fire system.
(ix) The operator should be able to acknowledge alarm or trouble messages by the
fire alarm system.

4.6 Intelligent Repeater Panel

(i) The repeater panel shall be active repeater panel with all the controls and
monitoring as on the main fire alarm panel.
(ii) The panel shall be functioning as a controller.
(iii) The panel shall allow remote command in the system reset, trouble and alarm
silence and manual alarm.
(iv) A keyed switch shall enable or disable the keys.
(v) The panel shall be compatible with the analog fire detection and alarm main
control panel.
(vi) It shall be programmable to display information for the entire system i.e. all
panels in the network.
(vii) It shall have minimum 80 characters LCD display (display system status). The
back lit display repeats the status, trouble and alarm messages displayed at the
fire detection and alarm panel in English text.
(viii) The system text displays shall include: Alarm missing point trouble; system
test, service, local system test, extra custom test by polling circuit and address.
(ix) It shall have an internal trouble buzzer .
(x) It shall be possible to connect upto 4 repeater panels with each fire detection &
alarm panel.
(xi) It shall annunciate alarm and trouble conditions.

Application:
The repeater panel can be installed in the guard rooms/security room at the entrance
of a building or complex which may have one or more buildings so that in case of
emergency the security personnel can rush straight to the trouble point.

4.6.1 Installation requirement of repeater panel:

(i) No panel or management system shall be located inside any room the building
or in a room of severe environment conditions.
(ii) The panel shall be positioned in “Fire Alarm Control Room” in a building or
any other conspicuously sited location so as to be visible without effort on
entering a building and as per the drawing approval by the department
/consultant architect.
(iii) The panel shall be either wall mounted or floor mounted.

4.7 Response indicator:

(i) The response indicator shall be used to locate a fire alarm if the detector's LED
cannot be seen (i.e. it is hidden by false floors, false ceilings etc.). When a

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 86 - A.E.(E) / A.E.(C)
detector is set off, as well as the alarm message being sent, unit response
indicator is also activated and flashes red.
(ii) The response indicator shall loop powered and separate power supply shall not
be required.
(iii) Remote response indicator shall be installed outside the areas normally kept
closed to identify the detector response even if the room is locked. These
indicators shall be able to indicate the status of the corresponding detectors in
these areas.

4.7.1 Installation of Response Indicator:-

(i) Response indicator shall be installed on wall such that its top is at door level
and by the side of the entrance to the respective premises.
(ii) Response indicators for detectors installed over a false ceiling in a corridor
shall be installed directly under the false ceiling.
(iii) Response indicators for detectors under a false floor shall be installed at a
height of 1 mtr. above false floor level. Additionally, a marking of an arrow
pointing downwards shall be made by the side of the response indicator.
(iv) The installation shall be such that visual indications from the response
indicators are conspicuous and the affected area is spotted without difficulty.

4.8 Talk Back System/Fire Fighters Telephone Systems:-

(i) Fire Fighters Telephone System Panel:-

Fire Fighters Telephone System Panel shall be microprocessor based with its own
microcontroller, memory, communication modules, intelligent initiating and
indicating devices and suitable SMPS. The panel shall be suitable for required number
talk back unit connections. The fire fighters telephone system will have integral talk
back system to provide a 2 way voice communication between the fire fighters
telephone. The talk back system shall include fire fighter master control console with
a backlit LCD display for status display and a fire fighters telephone handset, standby
battery for 24 hours in operation and half an hour alarm condition. The Fire Fighter
Telephone System shall also include the following:

A red colored master telephone handset with flexible coiled self winding five feet
cord placed within the fire fighters telephone system panel housing:-

The Fire Fighters Telephone Systems Panel shall include:-

- Indicating High power LEDs

- Input power supply : 230 volts AC 50Hz single phase supply 17-28V DC
through rectifier, sealed maintenance free battery including trickle/Booster
battery charger. Fire fighters telephone system panel housing shall be Dust and
vermin proof cold rolled steel sheet 16 gauge powder coated with see through
glass front Fire fighters Telephone system shall be able to withstand 100 to
4900C and upto 93 % RH non condensing type.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 87 - A.E.(E) / A.E.(C)
Fire fighter Telephone system shall be able to be integrated with building and control
system and Public Address System.

(ii) Talk back Units/Fire Fighters Telephone:-

Red Colored fire fighters telephone of rugged ABS plastic construction with 1500 mm
coiled cord, a hook switch and the telephone jack placed in a surface mounted cabinet
of 18 gauge CRC sheet steel construction with a hinged lockable door and a break
glass full front panel labeled. Fire Fighters Telephone including painting with two
coats of red synthetic enamel paint over one coat of primer.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 88 - A.E.(E) / A.E.(C)
SECTION-5
ADDRESSABLE INTELLIGENT SOUNDERS
AND SILENCING SWITCHES

5.1 SCOPE

This section covers the requirements of sounders and silencing switches used in fire
alarm systems:

5.2 Type of Sounders:

(i) Panel Sounders


(ii) Addressable Loop Fire Alarm Sounders.

5.3 Functional requirements:

(i) Panel Sounder shall be provided in specified fire alarm panel, repeater panel if
any so as to draw attention of the caretaking personnel in a building to a fault
in the FAS wiring and a fire condition in the protected premises.
(ii) Fire alarm sounder of low intensity type shall be installed to signal to the
occupants of the building to evacuate in the event of a fire.
(iii) Fire alarm sounders cum strobe of high intensity types shall be installed to
draw the attention of the fire fighting personnel towards the main location of
fire in the premises where a fire has erupted. The strobe should have a light
intensity of 15cd. To 100cd.
(iv) Fire alarm sounders shall not be used for any purpose other than for fire
operations.
(v) Silencing facility shall be provided only for panel sounders and not for fire
alarm sounders.
(vi) It shall be designed Suitable for ceiling mounted or wall mounted.

5.4 Operation of sounders and silencing:

(i) Panel sounders shall be actuated automatically from the control panel.
(ii) Panel sounders shall be actuated automatically as soon as fire alarm signal is
initiated from any trigger device connected to them. These shall also be
sounded when there is a fault alarm signal within their areas of control.
(iii) A silencing switch shall be provided in the panel. Operation of this switch
shall mute the audio output from the panel sounder in this panel and in its
repeater panel, if any. Silencing switch shall also be provided in repeater panel
which when actuated shall mute the audio output in the panel only.
(iv) Fire alarm sounders in a zone affected by a fire shall be actuated automatically
as soon as fire alarm signal is initiated from any trigger device in that zone. All
other fire alarm sounders shall be actuated only automatically from the fire
alarm panel.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 89 - A.E.(E) / A.E.(C)
5.5 Specification Requirements:

5.5.1 Sounders

(i) The frequency of sound from sounders shall lie in the 500-1000 Hz band. The
sound level shall be at least 65dB (A) or 5dB (a) above or any other noise
likely persists for a period longer than 30 second at any part of the building
sounders with a level greater than 120 dB (A) shall not be provided.
(ii) The sound shall be continuous although the frequencies and amplitude may
vary and of the same characteristics from the fire alarm sounders in a building.
Coded fire alarm signaling from sounders shall not be provided which may
cause hearing damage.
(iii) 'Fault alarm' and 'Fire alarm' in a panel sounder shall be distinctly different.
(iv) The sounder shall be with IP 54 protection category.
(v) It shall conform to EN/NFPA/Indian standards.
(vi) The volume of sounders can be adjusted from the fire detectors control panel.
Minimum three volume setting from fire alarm control panel shall be available.
(vii) The strobe cum hooter are two wire devices that offer tone choices of either
continuous horn or temporal tone when constant voltage from fire alarm
control panel is applied. Each tone has minimum three volume levels that can
be selected for installation.
(viii) The strobe cum hooter installed at entrance of building should have three tones
programmable from the fire detector control panel so that at least one of these
tones can be selected to comply with at least 110dB (A) frequency range of
440Hz to 2850 Hz. The Volume should be adjustable from control panel.
(ix) The strobe should have a light intensity from 15 cd to 110 cd.

5.6 Installation Requirements:

Low intensity fire alarm sounders may be installed on surface of ceilings, suspended
from ceiling or recessed in flush with the ceiling, depending on the construction of the
sounder and ceiling height.

These shall be installed at a height not lower than 2.4 mtrs. except when recessed in a
false ceiling of lower height. In such cases the sounders shall be recessed at false
ceiling level.

When installed flush with a false ceiling these shall match the ceiling surface.
Necessary provisions such as wooden boxing or frame work to accommodate the
sounders shall be made in the ceiling in advance.

High intensity sounders shall be mounted or substantial supports. Provisions for


terminating the electrical wiring cables shall be such as not to permit entry of rain
water through the wiring conduits or cable runs.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 90 - A.E.(E) / A.E.(C)
SECTION-6
MIMIC PANEL

6.1 SCOPE :

This Section covers the requirements of mimic panel to be provided as part of a Fire
Alarm Systems for remote display.

6.2 MIMIC Panel

(i) A clear indication of the locations of all the ZONES shall be provided in
mimic panel.
(ii) It shall be provided at a remote location wheresoever's required.
(iii) A topographical representation of the premises shall be provided in the mimic
diagram for the purpose.
(iv) The construction shall either in a metal frame work or plastic housing or as per
manufacturer design suitable for wall mounting.
(v) The panel shall have alarm LED's display in red, yellow or a combination.
(vi) One set of LED's represent one Zone.
(vii) The mimic panel (Remote Display) shows the display of malfunctions and/ or
alarm for detector or detector zone.
(viii) It shall have Built-in-isolator to maintain complete functions of all elements in
loop if wires are broken or if there is a short circuit.
(ix) It shall monitor data communication between control panel/panels.
Locations: In Guard room/ Security rooms of the campus /Main Gates /
Entrance Gates.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 91 - A.E.(E) / A.E.(C)
SECTION-7
POWER SUPPLY EQUIPMENT AND WIRING

7.0 SCOPE :

This section covers the requirements of power supply equipment for the addressable
Fire Alarm System (AFAS) and the wiring for the system.

7.1 Main Supply

Power supply at 230 + 10% V, 50Hz, AC single phase shall be provided by the
department, terminating directly into the incoming switches of the C&I panel. Earth
wire shall also be provided with the power supply. Rectification of the input AC
supply into DC and further stabilization of the voltage as may be necessary shall form
part of the FAS equipment.

7.2 Stand by battery supply

7.2.1 Standby battery shall be provided with Fire Alarm Control Panel.

7.2.2 Battery supply shall be arranged to automatically feed the FAS in the event of
variation of input A.C. voltage beyond preset values on high and low sides.

7.2.3 The battery shall be sealed completely maintenance free. The battery shall be
conforming to relevant Indian/International Standard. The normal voltage shall be
suitable for the AFAS. The Capacity of the battery shall be suitable to feed the fire
alarm panel and other addressable loop elements for a period of 24 hours upon a
normal power failure and after which sufficient battery shall remain to provide full
load operation for at least 30 minutes in line with IS 2189.

7.2.4 Installation:
Battery shall be located in the main fire alarm panel.

7.3 Battery Charger

7.3.1 The power supply in the fire alarm panel shall be in-built automatic battery charger
suitable to charge the batteries as per the requirements of relevant standard.

7.3.2 The charger shall be complete with necessary voltmeter, ammeter, indicating lamps,
fuses etc.

7.3.3 It shall have protection from overloads and short circuits on both AC & DC sides.

7.3.4 It shall have protection to prevent discharge through the charger.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 92 - A.E.(E) / A.E.(C)
7.4 Wiring for FAS/AFAS

7.4.1 Circuit Design:

(i) The loop element (Smoke Detectors Heat Detectors, Manual Call Points,
Monitor Modules Control Modules, Loop Sounders) wiring in AFAS shall be
closed circuit loop type (Class A type) , so that if the communication fails
from one side, it is restored automatically from the other side. The wiring shall
be independent of the detector zoning. The Zones shall be software based.
(ii) The design of the system wiring shall match the control and indicating
equipment in the system.

7.4.2 Wiring Materials:

(i) The wiring shall be PVC insulated 2 core 1.5 Sq mm FRLS shielded copper
Conductor stranded cables in red/black color and generally confirming to IS-
694-2010 and meet the signal cabling requirements.
(ii) The strand of cables shall not be cut to accommodate & connect to the
terminals. The terminals shall have sufficient cross sectional area to take all
the strands.

7.4.3 Installation requirements:

(i) The electrical work connected with a FAS shall be carried out in conformity
with CPWD general specification for electrical works Part-I (Internal) 2013,
and part-II (external) 1994, both amended up to date.
(ii) In no case the FAS equipment or connections be mounted in or on boxes,
cover plates or blanks carrying the accessories or connections of any other
service.
(iii) FAS wiring shall be exclusive to the FASand be physically separated from
wiring for any other service in the building.
(iv) Wiring for different circuit voltages in a FAS shall be in separate conduits.
(v) To minimize possible disruption due to fire or other causes, fire alarm circuits
should be separated as much as possible from each other . Where practicable,
the different fire alarm circuit shall be run through different routes.
(vi) The metal body of all control and indicating panels shall be loop earthed using
2.5 sqmm copper wire and bonded to the earthling system in the building.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 93 - A.E.(E) / A.E.(C)
Sub-Head-III : Wet Riser & Fire Fighting System

Name of work : Supplying, Installation, Testing and Commissioning of Fire Alarm &
Fire Fighting System at ESIC Hospital, Kota (Raj.).

GENERAL TERMS & CONDITIONS FOR Wet Riser & Fire Fighting System

1.0 The work shall be carried out as per tender specifications and in accordance with the
followings :
a) BIS Code of practice (IS: 2189 – 1988) for Selection, Installation and
Maintenance of Automatic Fire detection and Alarm system with amendments
up to date.
b) CPWD General Specifications for Electrical works Part - I Internal - 2013 as
amended up to date.
c) CPWD General Specifications for Electrical works Part - II External - 1994 as
amended up to date.
d) NBC 2016 Part-IV Fire and Life Safety for Hospital Building for Fire
Fighting System.

1.1 The contractor shall carry out the work as per requirements of the CFO and Local
body regulations as applicable.

1.2 BUILDING CONSTRUCTION AND DRAWINGS

2.0 The Contractor shall prepare detailed working drawings of each floor separately for
Ring main system, internal wet riser system, Sprinkler system and distribution header
in fire pump room in coordination with other Architectural and Services drawing and
get these working drawings approved by the Engineer-in-charge prior to start of work.
The contractor shall submit such drawings in three copies in A1 size in addition to
soft copy of drawings both in Auto CAD and PDF format. The contractor shall also
prepare modified drawings if any modifications are required by any of authorities at
any stage of work and nothing extra shall be paid on a/c of preparation and such
modifications of drawings

2.1 Payments terms:

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

Sl. Stage of work Percentage


No. of Rate
1 On initial inspection of materials and delivery at Site in good 70%
condition on pro-rata basis.
2 On completion of pro-rata installation 20%
3 On completion of Testing and commissioning & handing 10%
over to the client for bona fide use.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 94 - A.E.(E) / A.E.(C)
2.2 Inspection and Testing

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

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

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

SPECIAL CONDITIONS OF WORK

A.1 SCOPE OF WORK

A.1.1 These specifications shall cover the Design, Supply, Erection, Testing, and
Commissioning for the proposed ESIC, Kota.

A.2. SCHEDULE OF REQUIREMENTS

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

A.2.2 The Vendor shall have an in-place support facility in Delhi/Jaipur/Ajmer/Kota


equipped with Competent Support Staff, Spare Parts Inventory and all the necessary
Test and Diagnostic Equipment to provide support within 24 hours of any
breakdowns.

A.2.3 The entire installation shall be in accordance with the requirements and stipulations of
the Chief Fire Officer and his office. In addition, it shall also be in accordance with
the national and local electrical codes and the Underwriters Laboratories standards/
EN Standards which ever is applicable.

A.3. TECHNICAL DATA

A.3.1 The Tenderer shall submit comprehensive technical information for all the equipment
and material before supply of material for approval of Engineer-in-Charge.

A.3.2 Technical catalogues and performance Tables/ Curves of all equipment and machines
must be submitted with the offer.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 95 - A.E.(E) / A.E.(C)
A.4. PERFORMANCE GUARANTEE AND TESTING

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

A.4.2 The Fire Fighting and Sprinkler System installation shall be designed and guaranteed
to perform as indicted in other parts of these specifications and drawings read in
conjunction with statutory requirements.

A.4.3 All major equipments i.e. Main Fire Pump, Sprinkler Pump, Diesel Engine Operated
Pump, Sprinkler Pump and Main Elect. Control Panel shall be tested at manufacturer's
Works as per latest relevant BIS specifications or in the absence of IS specification
approved testing methods shall be followed and Test Certificates/ Reports submitted
to the Engineer-in-charge. The contractor shall intimate in advance the probable date
of such tests to the Engineer-in-charge to enable their representatives to witness the
tests if they so desire. But under no circumstances shall this absolve the Contractor of
his responsibility for Performance of the Equipment or System.

A.4.4 In addition to the above, all equipment and systems shall be tested after installation as
required by various statutory authorities, certifying agencies and as required by
various sections of these specifications.

A.4.5 The Contractor shall take full responsibility for proper operation of the entire system
including debugging and proper calibration of each component and sub-system.

A.4.6 The Contractor shall leave necessary provisions required for fixing instruments,
gauges, meters, etc. for testing the installation even if these are not shown on the
drawings. The Contractor at his own cost shall arrange all such instruments, services
etc. needed for the tests.

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

A.4.8 The Contractor shall intimate in writing to Engineer-in-charge as and when individual
components of the installation are ready for tests required for further progress of
erection. All such tests shall be carried out as per these specifications and/ or as
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 96 - A.E.(E) / A.E.(C)
directed by Engineer-in-charge and recorded in the presence of Engineer-in-charge or
his authorized representatives.

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

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


initial startup.

A.4.11 The Contractor shall, on approval of Engineer-in-charge, proceed with necessary pre-
commissioning activities and tests and put the installation initial operation and start-
up during which preliminary adjustments and addressing shall be carried out.

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

A.4.13 Notwithstanding approval of tests or equipment or materials by Engineer-in-charge


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

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

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

A.4.16 All test instruments shall be calibrated for accuracy prior to taking the performance
tests.

A.4.17 Failing satisfactory performance of equipment and/ or overall installation after


rectification etc. as stated above, the Engineer– in-Charge, at his sole discretion,
reserves the option of charging liquidated damages for such non-performance or
demand supply and installation of new installation all at no extra cost to Engineer-in-
Charge or demand for full refund of all "On Account" payments made to the
Contractor for that part of the work which has failed to perform, and the Contractor
shall be obliged to do so as directed by the Engineer-in-Charge.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 97 - A.E.(E) / A.E.(C)
A.5 INSTALLATION:

A.5.1 Installation shall be in accordance with the local and state codes, as shown on the
drawings, and as recommended by the equipment manufacturer.

A.5.2 All pipes, supports and hangers shall be fixed as per CPWD General specifications.

A.5.3 The Contractor shall be responsible for all electrical installation required for a fully
functional control system and not shown on the electrical plans or required by the
electrical specifications.

A.5.4 The service of a competent, factory-trained engineer or technician authorized by the


manufacturer of the major equipments shall be provided to technically supervise and
participate during all of the adjustments and tests for the system.

A.5.5 At the final inspection, an authorized representative of the manufacturer of the major
equipments shall demonstrate that the system functions properly in every respect.

A.6 DEMONSTRATION :

A.6.1 The Contractor shall completely check out, calibrate and test all connected valves and
controls to ensure that the system performs in accordance with the approved
specifications and sequences of operations submitted.

A.6.2 This demonstration shall consist of running and operation (Both Auto/Manual) of
electrically and diesel engine operated fire pump, sprinkler pump, all internal and
external hydrents, hose reels and sprinklers on required hydrolic pressure.

A.7 MANUALS

The following manuals will be provided at the time of Handing over:

A.7.1 On completion of works "As Built drawings for completed installation” shall be
prepared by the Contractor and five (5) copies of the same will be supplied to the
Engineer-in-Charge. In addition, Five (5) sets of the followings shall be supplied to
the Engineer-in-charge.
1) Operation Manuals,
2) Technical Literature for the various components of equipment,
3) Controls and Accessories installed,
4) Recommended Spares and Services Manuals

A.8 Guarantee

A.8.1 The contractor shall guarantee the entire Fire Fighting and Sprinkler system
installation as per specifications both for components and for system as a whole. All
equipment shall be guaranteed for One year from the date of handing over to the
client department against unsatisfactory performance or breakdown due to defective
design, manufacture and/or installation. The installation shall be covered by the
conditions that the whole installation or any part thereof found defective within one
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 98 - A.E.(E) / A.E.(C)
year from the date of completion shall be replaced or repaired by the contractor free
of charge as decided by the Engineer-in-Charge.

A.8.2 The warranty shall cover the following: -


a) Quality, strength and performance of materials used.
b) Safe mechanical and electrical stress on all parts under all specified conditions of
operation.
c) Satisfactory operation during the guarantee period.

A.8.3 Labour to trouble shoot, repair, reprogram or replace system components shall be
furnished by the contractor at no charge to the Engineer-in-charge during the
guarantee period.

A.8.4 All corrective software modifications made during guarantee period shall be updated
on all user documentation.

A.9. MISCELLANEOUS:

A.9.1 The onus of incorporating the statutory requirements as per local rules and obtaining
necessary approval for the complete fire fighting and sprinkler systems shall rest fully
with the Contractor.

A.9.2 The installation shall be carried out using new Equipment/ Materials complying with
applicable standards in a workmanship like manner. Engineer-in-charge reserves the
right to reject any part of installation having poor workmanship.

A.9.3 All minor Masonry, Carpentry and Civil works such as cutting / opening in Masonry
Walls/ Internal Partitions, Chasing on Walls, etc. and making good the same to match
existing surface shall be done by the Contractor. Nothing extra shall be paid on this
account.

A.10 The work is to be carried out in the running hospital building hence the work
shall be executed as per the convenience of hospital authorities and nothing shall
be paid extra on account of waiting time for execution of work.

A.11 The work of Supplying and fixing of MS pipes is to be executed in exising stone
masonary walls. For crossing of such pipes through the wall the contractor shall
make suitbale arrangement for making openings and immedietly closing and
finishing of same after laying of pipes. The contractor shall take all precautions
of safety of walls and shall make necessary arrangement for clearing of malba on
day to day basis.

A.12 The contractor shall take all measures to comply the guidelines issued by the
Govt. of India for spreading of COVID 19.

A.13 The contractor shall be fully responsible of cutting of roads and repairing and
making good the same after laying of MS Pipe of Fire Ring Main System
wherever required.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 99 - A.E.(E) / A.E.(C)
A.14 All the excavation work for laying of Ring Main MS Pipes, Sprinkler MS pipes
and UG armoured cable shall be permitted manually only. No mechanical means
shall be permitted for any of excavation works. The contractor shall take all
precautions for safety of exisiting cables and pipe lines of various services,
damage if any during the execution of work shall be attended and made
operational by the contractor at his risk and cost within 24 Hrs. of damage of
same.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 100 - A.E.(E) / A.E.(C)


GENERAL TERMS & CONDITIONS AND TECHNICAL SPECIFICATIONS FOR
FIRE FIGHTING SYSTEM (WET RISER & SPRINKLER SYSTEM)

1. The items of work detailed in enclosed schedule of quantities should be carried out as
per C.P.W.D. General Specifications 2013 Part-I (Internal), Part-II (External)-1994 &
Part-V 2006 (Wet Riser & Sprinkler system). In case of any deviation between these
additional conditions and specifications and the provisions contained in C.P.W.D.
General Specifications, these additional specifications shall have precedence. Nothing
extra shall be paid for complying with these additional specifications which are
mandatory.

2. All materials used in the work as far as applicable shall comply to the relevant Indian
Standard Specifications with all its up-to date amendments. These materials having
I.S.I. mark shall have precedence over the ones conforming to I.S.I. specifications.

3. Electrical Driven Pump sets

3.1 The electrical fire pumps shall be suitable for automatic operation and both the motor
and pump shall be assembled on a common bed plate, fabricated M.S. channel type or
cast iron type. The pumps shall be horizontal split casing centrifugal type direct
driven by means of a flexible coupling with coupling guard.

3.2 The motor for each pump shall have a 15% margin of power rating over the rated
pump input power and shall be totally enclosed fan cooled type conforming, to
protection clause-IP-55 vide IS 4691. The class of insulation shall be 'F' and motor
shall be rated for continuous duty and shall have Horse Power necessary to drive the
pump at 150 percent of its rated discharge with at least 65% rated head. The motor
shall conform to IS325 - 1978.

3.3 In case the Pump & Motor/engine are from different manufacturers, the contractor
shall assume full responsibility in the operation of the pump and the drive as one unit.

3.4 All pumps shall be capable of a minimum of 150 percent of rated capacity at a total
head of not less than 65 percent of the total rated head. The total shut-off head shall be
within 120 percent of total rated head on the pump.

3.5 An automatic air release valve shall be provided to vent air from the pump. This valve
shall be located in the pump house in the discharge line between the pump and the
discharge check valve.

3.6 The pump casing shall be capable of withstanding 1.5 times the working pressure
developed by the pump at the pumping temperature.

3.7 The parts like impeller, shaft sleeve, wearing ring etc. shall be of non-corrosive metal
like bronze/brass/gun metal. The shaft shall be of stainless steel.

3.8 The bearings of the pumps shall be effectively sealed to prevent loss of lubricant or
entry of dust or Water.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 101 - A.E.(E) / A.E.(C)


3.9 The pumps shall be provided with plates indicating the suction lift, delivery head,
discharge, speed and number of stages

3.10 The cable boxes and terminations of motors shall be suitable for receiving1.1 KV
grade armored power cables and so designed to enable easy disconnection and
replacement of cables.

3.11 The base plate shall be supported on suitable height cement concrete foundation of
1:1½:3(1 cement 1½ Coarse sand: 3 coarse aggregate) ratio

4.0 Power and Control Panel

4.1 General features — The power and control panel shall be totally enclosed, free
standing wall/floor mounted cubical type, fabricated out of sheet not less than 2mm
thick. Where necessary, additional stiffening shall be provided by angle iron frame
work. General construction shall be of compartmentalisation and sectionalisation such
as mains incomer, electric fire pumpand control, so that there is no mix up of power
and control wiring and connections in the same sections as far as possible. The panel
shall be front operated type with all connections accessible from the front. Front doors
shall be hinged type. Back doors shall be hinged type or removable type for
inspection The door hinges shall be of concealed type. The doors shall be provided
with quick fixing doors knobs with indication. The general arrangement of the panel
shall be got approved before fabrication. The cubical construction shall be to IP 21 as
per IS:2147.

4.2 Cable entries and gland plates — All cable entries shall be through gland plates
which are removable and sectionalised. Necessary compression type glands shall also
be provided. Where heavy cables are brought in and terminated, suitable clamps shall
be incorporated to relieve the stress on the glands due to the weight of the cable.
Cable entries shall be from top.

4.3 Bus-bar and Connections — The bus-bars shall be air insulated and of aluminum of
high conductivity electrolytic quality(grade E 91 E to IS: 5082) and of adequate cross
section Current density shall not exceed l00amps per sq.cm. All connections to
individual, circuits from the bus-bars shall preferably be with solid connections. The
bus-bars and the connections shall be suitably covered with PVC sleeves or in an
approved manner. Bus-bars shall be suitably supported using non hygroscopic
insulated supports such that they may stand 50 KA RMS symmetrical current for one
second High tensile bolts and spring washers shall be provided at bus-bar joints.

4.4 Earthing Arrangement— GI strip 25mm X 5mm shall be run at the rear of the
board, bonding all the sections suitably. 2 Nos. earth terminals shall be provided
at the ends of the GI strip for connection to earth system. Earth terminals shall be with
a flexible loop and the hardware shall be of GI or passivated and plated iron.

4.5 Terminal Blocks' and Small Wiring — Terminal blocks shall be of heavy duty type
and generally not less than 15 amps 250V grade upto 100V, and 600V grade for the
rest of the functions. They shall be easily accessible for maintenance. All control
wiring inside the panel shall be with PVC insulated copper conductor of 2.5 sq.mm.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 102 - A.E.(E) / A.E.(C)


size and 600V grade conforming to IS: 694-1977. Suitable colour coding may be
adopted. Wiring harness shall be neatly formed and run preferably function wise, and
as far as possible segregated voltage wise. Identification ferrules shall be used at
both ends of the wires.

4.6 Instrument and lamps -- All indication lamps and instruments shall be flush
mounted type in front of the panel. The voltmeters and ammeters shall be of size
100mm conforming to Clause 1.5 of IS 1248 for accuracy.

Current transformers shall be provided with ammeters.

Indicating lamps to indicate the availability of electric supply shall be provided at the
incoming section. Necessary indicating lamps for alarm indication and battery
charging shall be provided in the respective sections.

All indicating lamps and voltmeter shall be protected with HRC cartridge type fuses.

4.7 Labels - All internal components shall be provided with suitable identification labels.
Suitably engraved labels shall be fixed at the panel for all MCCB's switches,
instruments, push buttons, indicating lamps etc.

4.8 Painting - The entire panel shall be given a primer coat of red lead after degreasing
and phosphating treatment, and 2 coat of final paint of approved shade before
assembly of various items.

5.0 Piping

5.1 Only M.S. black steel pipes (IS Marked) shall be used.

5.2 M.S. pipe upto 150mm dia shall have all fittings as per IS: 1239 Part-II (heavy grade)

5.3 For M.S. pipes upto 50mm dia screwed jointing shall be adopted, while for pipes
above 50mm dia welded or flanged connections shall be used.

5.4 Any hangers and supports used 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 pipe lines movements as necessary.

5.5 Flanged joints shall be used for connections to vessels, equipment, flanged valves and
also on suitable straight length of pipe line of strategic points to facilitate erection and
subsequent maintenance work.

5.6 All pipe lines shall be pressure tested to 10.5 kg/sq.cm.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 103 - A.E.(E) / A.E.(C)


5.7 All piping laid shall be as follows :

Pipe size Material Joints & Fittings Sealing Material


Upto50mm - MS tube - Screwed fittings - Non-hardening
- Heavy gauge - Unions - Lubricant
- IS 1239/1979 - Slip-on flanges - 3 mm, 3 ply rubber insertion
65mm to - MS tube - Welded fittings --
150mm - Heavy gauge - Slip-on flanges --
- IS 1239/1979 - 3 mm, 3 ply rubber insertion
200mm to -ERW welded - Welded -
300mm -Pipes - Slip-on flanges -
-IS 3589/1981 -3mm, 3 ply rubber insertion
(6.35mm thick)

5.8 Pipes shall be given one primary coat of red-oxide paint before being installed Pipes
shall be sloping towards drain points.

5.9 Fittings shall be new and from reputed manufacturer. Fittings shall be of malleable
casting of pressure ratings suitable for the piping system. Fittings used on welded
piping shall be of the weldable type. Flanges shall be new and from standard
manufacturers.

5.10 Tee-off connection shall be through reducing tees, wherever possible, otherwise
ferrules welded to the main pipe shall be used. Drilling and tapping of the walls of the
main pipe shall not be resorted to.

5.11 All equipment and valve connections shall be through flanges.

5.12 All welded piping is subject to the approval of the Engineer-in-charge and sufficient
number of flanges and unions shall be provided.

6.0 Piping Installation

Piping shall be properly supported on C.C. base at suitable intervals or suspended by


stands, clamps, hangers etc. as specified and as required. The tenderer shall
adequately design all the supports, brackets, saddles, clamps, hangers etc. and be
responsible for their structural integrity.

6.1 For suspending smaller size pipes suspension arrangements including materials like
dash fasteners, saddles, brackets etc. shall be provided and fixed by the contractor
undertaking this work.

6.2 Pipe supports shall be of steel, adjustable for height and primer coated with rust
preventive paint and finish coated black. Where pipe and clamp are of dissimilar
material, a gasket shall be provided in between. Pipe supports shall be spaced suitably
keeping in view the site and structural requirements of different locations. Pipe
hangers shall be fixed on walls and ceilings by means of dash fasteners.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 104 - A.E.(E) / A.E.(C)


6.3 All pipes using screwed fittings shall be accurately cut to the required sizes and
threaded in accordance with IS: 554 and burs removed before laying. Open ends of
the piping shall be locked as the pipe is installed to avoid entrance of foreign matter.
Wherever reducers are to be made in horizontal runs, eccentric reducers shall be used
if the piping is to drain freely, in other locations concentric reducers may be used.

7.0 Vibration Elimination

Piping installation shall be carried out with vibration elimination fittings wherever
required.

7.1 Testing

7.2 All piping shall be tested to hydrostatic test pressure of 7 Kg/sqcm. or twice the
design pressure whichever is higher for a period of not less than 24 hours. All leaks and
defects in joints revealed during the testing shall be rectified to the satisfaction of the
Engineer-in-charge.

7.3 Piping required subsequent to the above pressure test shall be re-tested in the same
manner.

7.4 Systems may be tested in sections and such sections shall be securely capped.

7.5 The Engineer-in-charge shall be notified well in advance by the contractor of his
intention to test a section of piping and all testing shall be witnessed by the Engineer-
in-charge or his authorised representative.

7.6 The contractor shall make sure that proper noiseless circulation of fluid is achieved
through the system concerned. If proper circulation is not achieved due to air bound
connections, the contractor shall rectify the defective connections. He shall bear all
the expenses for carrying out the above rectifications including the tarring-up and re-
finishing of floors walls etc. as required.

7.7 The contractor shall provide all materials, tools, equipment, instruments, services and
labour required to perform the test and shall ensure that the areas are cleaned up and
spill over water is removed.

8.0 Painting

After the piping has been installed, tested and run for at least ten days, the piping shall
be given two finish coats of approved colour.

The direction of flow of fluid in the pipes shall be visibly marked in white arrows or
as directed by the Engineer-in-charge.

9.0 Pressure Switches

9.1 The Pressure switches shall be employed for starting and shutting down operation of
pumps automatically, dictated by line pressure. The Pressure Switch shall be
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 105 - A.E.(E) / A.E.(C)


diaphram type. It shall be suitable for line pressures upto 15kg/cm2. The scale range
for cut in and cut out shall be from 0 to 10 kg./cm2.

9.2 The Switch shall be suitable for consistent and repeated operations without change in
values. It shall be provided with IP:66 water and environment protection.

9.3 The enclosure shall be of aluminium and pressure element and wetted parts shall be of
stainless steel. The switch shall be snap acting type with 1 number NO/NC contact.

10.0 Air Vessel and Air release valve

10.1 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.

10.2 Air vessel shall be fabricated from 8 mm thick MS plate of 1.2 M height and 250mm
dia with dished ends and suitable supporting legs. It shall be provided with a flanged
connections from pump, one 25mm drain with ball valveand 25mm sockets for air
release valve. The air vessel shall be hydraulically tested to twice the working
pressure.

10.3 The Air Vessel shall be provided with an air release valve mounted at the top.

11.0 Gate Valves

Sluice/gate valves shall be used for isolation of flow in pipe lines For sized 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 sized 80 mm to 300 mm, gate valve shall be as
per IS: 780, PN=1.6 and shall be of inside screw and non rising type and cast iron
double flanged.

Gate valves shall be provided with a hand wheel, bypass valve, draining arrangement
of seat valve. Gate valves shall have back setting bush to facilitate gland renewal
during full open condition.

The Body, bonnet, Stuffing Box, cap and hand wheel shall be of cast iron to IS:
210/70, grade FG 200/260. The non rising spindle shall be of solid forged high tensile
brass or carbon steel to AISI 304 construction. The body seating and wedge ring shall
be of solid leaded gun metal. The Bonnet gasket shall be of high quality rubber.

The Valve shall be rated to PN 1.6. The ends shall be flanged. The batch number of
the valve shall be punched on the top of the flange. The spindle shall be removable
type, and shall be easily rotated.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 106 - A.E.(E) / A.E.(C)


12.0 Hose Reel

The Hose Reel shall be drum type. The thermo plastic (Textile reinforced) Hose Pipe
shall be fixed on a drum that shall be fixed to the wall by means of a heavy duty
bracket.

The thermo plastic tubing shall be of approved make. the wall mounted bracket shall
be fixed by means of fasteners. The Hose Reel shall have gun metal nozzle.

The Hose Reel shall be connected to the Riser / Down comer by means of 25 mm dia
MS pipe with threaded bends, union etc. A cut off Ball Valve shall also be provided.

13.0 External Hose Cabinets

Each hydrant/Fire Brigade inlet/connections shall be housed in a MS sheeted Hose


Cabinet will be of standard size to hold single headed hydrant, 02 nos. Hose and 01
no. Branch pipe.

The Cabinet shall be of minimum 2 mm thick MS sheet and framing of MS sheet of


25 × 25 × 4 mm thick angle section with single opening glazed doors (clear glass of 4
mm thickness). The glass shall be firmly fixed by means of steel clips and screws.
Hinges shall also be screwed and not welded. The Hose Cabinet paint shall be stove
enamelled of approved colour.

14.0 Hydrant

Hydrant valve shall be of gun metal as per IS:5290. The valve shall be oblique type
complete with hand wheel, quick coupling connection, spring and PVC blank cap as
per IS:5290.

The Hydrant shall be constructed from gun metal 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 stainless steel instantaneous oblique
type. The Hydrant shall have a plug with chain fixed to the main body of the Hydrant.
The Hydrant shall be tested to 20 kg/cm2 test pressure. The Hydrant shall not leak at
any screwed joint. Threaded parts shall be sealed with Holdtite.

15.0 Fire Brigade Inlet

Fire Brigade Inlet Connection shall be taken directly to the Riser. It shall comprise of
two instantaneous male inlet coupling with plug and steel chain. the Inlet shall have a
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 MS
bends, flanged tees etc. The plug shall be of moulded PVC.

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.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 107 - A.E.(E) / A.E.(C)


16.0 Valve Pits

A masonry pit of internal dimension 1 M × 1 M × 1.2 M depth shall be built to


accommodate each of the valves placed externally. Walls shall be of 75 class
designation brick work in cement mortar 1:6 (1 cement : 6 fine sand) with CI manhole
cover with frame. Inside plastering with cement mortar 1:3 (1 cement : 3 coarse sand)
12 mm thick finished with a floating coat of neat cement all complete.

17.0 Couplings

Couplings shall be of gun metal as per IS: 318, machined and polished to
requirements. Both Male and female couplings shall be fitted into each other
smoothly and without any unnecessary force. couplings shall be IS: 903 marked with
the name of the manufacturer. the coupling shall be tested to 20 kg/cm2 test pressure.
The Male couplings shall be provided with lugs for inserting female coupling.

18.0 Branch Pipe

The branch pipe shall be constructed from stainless steel as per IS:903 and finished to
a smooth polish. The Branch pipe shall be able to give straight stream.

19.0 Non Return Valve

Non-return valves shall be cast iron swing action gravity actuated check type. An
arrow mark in the direction of flow be marked on the body of the valve. The valve
shall bear IS: 531 certification.

The Valve shall be of cast iron body and cover. The internal flap in the direction of
flow of water shall be of cast iron and hinged by a hinge pin of high tensile brass or
stainless steel. Cast iron parts shall be conform to IS: 210/70, grade 200/260 type.

The gasket shall be of high quality rubber and flap seat ring of leaded gun metal to BS
1400 LG 2C. At high pressure of water flow the flapper shall seat tightly to the seat.
The Valve shall be capable of handling pressure upto 15 kg/cm2.

20.0 Gun Metal Valves

Gun metal Valves shall be used for smaller dia pipes, and for threaded connections.
The Valves shall bear certification as per IS: 778, and shall be rated to 15 kg/cm2
pressure.

The body and bonnet shall be of gun metal to IS: 318, grade LTB 2. The stem, gland
and gland nut shall be of forged brass to IS: 319. The hand wheel shall be of cast iron
to IS: 210, grade FG 200/260.

The Hand wheel shall be of high quality finish to avoid hand abrasions. Movement
shall also be easy. The spindle shall be non rising type.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 108 - A.E.(E) / A.E.(C)


21.0 INSPECTION AND TESTING

The owner / consultant may carry out inspection and testing at manufacturer’s works.
No equipment shall be delivered without prior written confirmation from Engineer-in-
charge. All expenses relating to test shall be borne by the contractor. Upon
completion of work the performance test shall demonstrate the following among other
things:
i. Equipment installed complies with specification in all respects and is of the
correct rating for the duty and site conditions.
ii. All items operate efficiently and quietly to meet the specified requirements
as per the warranty /guaranty
iii. All circuits are correctly protected /modify as per the site protective devices
are properly coordinated.

All non current carrying metal parts are properly and safely grounded in accordance
with the specifications and appropriate codes of practice.

The contractor shall provide all necessary instruments and labour for testing. He shall
make adequate records of test procedures and readings and shall repeat any tests
requested by the Consultant/ Engineer-in-charge. Test certificate duly signed by a
authorized person shall be submitted for scrutiny.

If it is proved that the installation or part thereof is not satisfactorily carried out then
the contractor shall be liable for the rectification and retesting of the same as called
for by the Engineer-in-charge / Consultant. All tests shall be carried out in the
presence of representative of Consultant /Engineer-in-charge.

The above general requirements as to testing shall be read in conjunction with any
particular requirements specified elsewhere. All tests shall be carried out by a test
house approved by the Engineer-in-charge / Consultant.

The system shall be tested in the presence of Owner’s representative at Supplier’s


works in accordance with latest prevailing standards and codes. The successful
passing of any such tests will not however prejudice the right of Purchaser to reject
the system and its accessories, if they do not comply with specifications when erected
or perform complete satisfactory operation as intended. Supplier shall provide the test
certificate for the bought out items used, if any in the assembly the system.

21. 1 Payment Terms

Sl. Stage of work Percentage


No. of Rate
1 On initial inspection of materials and delivery at Site in good 70%
condition on pro-rata basis.
2 On completion of pro-rata installation 20%
3 On issuance of NOC from local authorities for fire safety 5%
4 On completion of Testing and commissioning & handing 5%
over to the client for bonafide use.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 109 - A.E.(E) / A.E.(C)


22.0 CODES &STANDADS :

22.1 The following codes and standards and their subsequent modification shall apply for
the design, manufacture, shop testing, erection, fabrication at site, testing and trial
operation of piping, valves and special requirements.

22.2 IS : 554 - Dimensions for pipe threads where pressure tight joints are required on the
threads.

22.3 IS : 638 - Sheet rubber jointing and rubber insertion jointing.

22.4 IS : 778 - Copper alloy gate, globe and check valves for water work purpose.\

22.5 IS : 780 - Sluice valve for water works purposes (50mm to 400mm)

22.6 IS : 901 - Coupling, double male and double female, instantaneous pattern for fire
fighting.

22.7 IS : 1239 - Mild steel tubes, tubulars and other wrought (Part I & II) steel fittings

22.8 IS : 10221 - Anti corrosion treatment for underground M.S. pipe.

22.9 IS : 5321 - Swing check type reflux (Non-return) valves.

23.0 CODES AND STANDARDS FOR PUMPS, MOTORS AND DIESEL ENGINE :

23.1 PUMPS

23.1.1 The pumps shall perform to the standards and codes as given below :

23.1.2 IS : 1520 - Horizontal centrifugal pumps for clear cold and fresh water.

23.1.3 BS : 599 - Methods of testing pumps.

23.1.4 PTC : 8/9/


IS : 5120 - ASME power test codes - Centrifugal pumps

23.1.5 IS : 12469 - Specification & requirements for Fire Fighting pumps.

24.0 MOTOR

24.1 The following codes shall be applicable for the motor

24.2 IS : 325 - Induction motors, 3 phase.

24.3 IS : 9000 - Induction motors, installation and maintenance, code of practice for

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 110 - A.E.(E) / A.E.(C)


24.4 IS : 7816 - Guide for testing insulation resistance of rotating machines.

24.5 IS : 4029 - Guide for testing three phase induction motors.

24.6 IS : 3043 - Code of practice for earthing.

25.0 FIRE ACCESSORIES

25.1 IS : 5290 - Landing valves

25.2 IS : 903 - Hose coupling, Branch pipe

25.3 IS : 884 - Hose Reels Drum

25.4 IS : 663 Type A - RRL Hose reel

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 111 - A.E.(E) / A.E.(C)


Name of work: Supplying, Installation, Testing and Commissioning of Fire Alarm &
Fire Fighting System at ESIC Hospital, Kota (Raj.).

The following shall be the specified make for various components :

LIST OF APPROVED MAKES FOR EQUIPMENT & MATERIALS


S. Details of Materials / Equipments Manufacturer’s Name / Make
No.
A. Internal EI
1. MCB, Isolator, Industrial Plug Socket, Schneider Electric ACTI-9 (N) / Legrand
RCCB, RCBO’s (DX3) / Hager/ L&T (Exora) / C&S (Win
Trip 1/2) / ABB (S200M) / Siemens
(Betaguard) /MK(Honeywell)
2. MCBDB & Loose Wire Box Legrand (EKINOX-3) / L&T (EXORA) /
C&S (Win Class)/ Hager (Novello) /
Schneider (ACTI-9) / ABB (Elegance) /
Siemens / MK(Honeywell)
(Note : MCBs Make shall be same as DBs
Make)
3. Change Over Switches L&T / Havells / HPL / Hager / C&S /
Socomac / ABB / ASCO
4. Automatic Transfer Switch (ATS) Asco (Schneider) / Russel / Socomac / Hager /
ABB / Legrand / L&T / Havells
5. FRLS PVC insulated copper conductor Finolex / RR Kabel / KEI /Havells / Polycab
single core cable for wiring. (ISI / Bonton / Grandlay
marked)
6. Armoured/Unarmoured telephone cable, Delton / Finolex / RR Kabel /
Coaxial Cable/LAN Cable Polycab/Havells / Bonton / Grandlay / KEI
7. MS Conduit (ISI Marked) with heavy BEC / NIC / AKG / RMCON
duty MS conduit pipe accessories ( Note : The make of accessories will be
same that of conduit pipe & will comply to
IS / 4768 part 2 2003)
8. PVC Conduit (ISI Marked) with heavy AKG / Norpack / BEC / Polycab / Precision /
duty PVC conduit pipe accessories Astral / Finolex / Pressfit
9. Modular Switch, Socket/Telephone Legrand (Arteor) / Schneider Electric
Socket/ Cable TV Socket/ Data outlet (Zencelo) / Honeywell- MK (Elements)
Socket / Fan Regulator/ G.I. Boxes Etc.
10. Modular MCB Legrand / Schneider Electric /MK-
Honeywell
11. Selector Switch & Toggle switch Salzer (Larsen & Toubro) / Siemens /
Kaycee / C&S /Schneider
12. PVC Trunking Mk (Honeywell)/ Legrand / Schneider
13. GI pipe (ISI Marked) Tata / Jindal (Hissar) / SAIL /Prakesh Surya
14. Paints Asian / Berger /Dulux
15. Terminal Blocks and Connectors Elmax / Wago / Hensel / Connectwell
16. Phenolic Laminated Sheet / Bakelite Hylam / Formica (P-I Grade) / Mylam /
Sheet Greenlam
17. Cat-6 /Cat-6A Cable, Wires & Fiber Amp / Beldon / Legrand / Krone
Optic Cable Communication / Molex
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 112 - A.E.(E) / A.E.(C)


18. Indoor and Outdoor LED fittings /LED Wipro / Philips / Trilux / Regent / Osram /
Lamp/ LED Tube Lighting Technology (LT)
19. Decorative Indoor/Outdoor LED fitting Wipro / Philips / Trilux / Regent / Osram /
Lighting Technology
(LT)/Bajaj/Havells/Crompton
20. Exhaust Fan/Fresher Fan Havells / Crompton Greaves / USHA /
Almonard / Alstom
21. BLDC Ceiling Fan Havells / Crompton Greaves / Atombarg
Gorilla / Superfan / Usha
22. Wall Bracket Fitting Havells / Wipro / Decon / Jaquar / Philips /
Bajaj / Trilux
23. Geysers Racold / CG / Havells / Jaquar / AOSmith /
Usha / Venus
24. Air circulator / Wall Fan Havells / Usha / Almonard / Crompton /
Orient
25. LED Street Lights with inbuilt Solar Havells / Crompton / Philips / Wipro / Bajaj
Panel & Controller
26. Ornamental Pole Valmont / Philips / Crompton / Wipro /
(Factory Finish)/ Hot Dipped Bajaj / Keselec / Singh profile /Transrail
Galvanized Octagonal Pole /High Mast
27. Hot Dipped Galvanized Octagonal Pole Valmont / Philips / Crompton / Wipro /
/High Mast Bajaj / Keselec / Singh profile
/Transrail/Utkarsh
28. Polycarbonate Junction Box / Enclosure Hensel / Spelsberg / Naptune-Bals /
/ Pole box Sintex/Standard

B. POWER CABLE
1. XLPE insulated PVC sheathed Alum. / Finolex / Polycab / KEI / Havells / Grandlay /
Copper Conductor Armored cable of 1.1 RR Kabel /Bonton/LAPP/RPG
KV grade

C. HT Cable
1. H.T. cable (ISI marked) Finolex / CCI / Polycab / KEI / Havells / RR
Kabel / Grandlay / LAPP/RPG

D. Sub Station Equipments


1. LT Panel / Meter Panel Board/Outdoor Tricolite Electrical Industries / Control &
Feeder Pillar / APFC Panels (Above 200 Switchgears Electrical Ltd. / Sterling &
Amp Incomer) Wilson / Milestone / Adlec Control System
Pvt. Ltd. / Advance Panels & Switchgear Pvt.
Ltd. Haridwar / BSPL (Bhopal)/ Engineers &
Engineers (Electricals) Pvt. Ltd. / Peaton
Electrical Co. Ltd. /Dynamic Electropower
Pvt. Ltd./ / Neptune /Pyrotech India
Electronic pvt Ltd.Udaipur

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 113 - A.E.(E) / A.E.(C)


2. LT Panel / Meter Panel Board/Outdoor Tricolite Electrical Industries /
Feeder Pillar / APFC Panels (Upto 200 Control & Switchgears Electrical Ltd. /
Amp Incomer) Sterling & Wilson / Milestone / Adlec Control
System Pvt. Ltd. / Advance Panels &
Switchgear Pvt. Ltd. Haridwar / BSPL
(Bhopal)/ Engineers & Engineers (Electricals)
Pvt. Ltd. / Peaton Electrical Co. Ltd.
/Dynamic Electropower Pvt. Ltd./ ASPL
(Associated Switchgears & Projects Ltd.) /
Pristine / Neptune /Allied engineers/ Pyrotech
India Electronic pvt Ltd.Udaipur/Johns
electric co.pvt Ltd Jaipur
3. Rising main / Bus Trunking C&S / L&T / Schneider / Legrand / Godrej
4. Moulded Case Circuit Breaker (MCCB) Schneider Electric (CVS Series) / Siemens
Thermal Release / Microprocessor (VL Series) / L&T (D-Sine) / Legrand
based (Ics=Icu=100%) (DPX3) / C&S (Winbreak 1/2) / ABB
(TMax) / Hager
5. Contactor/Relay /Timer Schneider Electric / L&T / BCH / Siemens /
Legrand / ABB / C&S / Hager/
6. Potential Transformers / Current Automatic Electric / Matrix / Precise / L&T
Transformer / Kappa /Procom
7. LED type indicating lamps / Push Schneider Electric / L&T / Siemens /
Button Vaishno
8. Digital Meters (A/V/PF/Hz/KW/KWH) Conzerv / Larsen & Toubro / Secure / AE /
Socomac / Neptune /Hager
9. Fasteners / GI Clamps Hilti / Fisher / Chilli /OBO
10. D.W. Corrugated HDPE Pipe (ISI REX / Dura plast / Zenduct / Gemini(Triputi )/
marked) Duraline / Keshav Kripa Polyplast (LLP)
11. Transformer Crompton / ABB / Raychem / Schneider /
(Oil / Dry type) Below 250 KVA Voltamp / Uttam Bharat / United / Bharat
Bijlee/RTS-Jaipur
12. Transformer Crompton / ABB / Schneider / Sterling &
(Oil / Dry type) 250 KVA & Above Wilson / Raychem / Bharat Bijlee /Voltamp
13. HT Panel / Ring Main Unit Siemens / ABB / L&T / Schneider / C&S
14. HT End Termination / Cable Jointing Reychem / Denson / Cap Seal / Safekei / 3M
Kit
15. ACBs Siemens (3WL–ETU45B) / L&T (U-Power-
OMEGA MTX 4.0) / ABB (Emax)PR122 /
Legrand (DMX3 MP4) / Schneider (MVS
Series) / C&S (Winmaster 2/3)
16. Rubber Mat (MV / HT) Jyoti / Deep Jyoti / Premier (duly ISI marked)
17. Fire Extinguishers Minimax / Safex / Life Guard / Kanex / Omex
/ Firequip (ISI Mark)
18. Capacitors & Reactors / APFC Relay EPCOS / L&T / DUCATI / ABB / Siemens /
Schneider / Neptune
19. Cable Glands /lugs . Baliga lighting / Comet / Cosmos / Dowells /
Lapp / Gripwell
20. Perforated Cable Tray Pilco /RMCON/ Slotco / BEC / Steelways /
OBO
21. SS Wire mesh cable Tray /Raceways Legrand / OBO / MK
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 114 - A.E.(E) / A.E.(C)


22. Programmable Logic Controller (PLC) Siemens / Woodward / Allen / Bradley/
Legrand / OBO / MK-Honeywell

E. DG Set
1. Diesel operated Power Generating Cummins India / Caterpillar / Ashok Leyland
Engine Upto 200 KVA / KOEL
2. Diesel operated Power Generating Cummins India / Caterpillar / KOEL / Volvo
Engine Above 200 KVA Penta
3. Alternator Stamford / Lerroy Sommer / Kirloskar
Electric / Caterpillar / Crompton Greaves
4. DG Set Canopy / Enclosure & AMF As per OEM / OEA of respective DG Set
Panel manufacturer
5. Alarm Annunciator Advani Oralikon / Larsen & Toubro /
Minilec

F. Fire Fighting Equipments


1. MS Pipe/GI Pipe Tata / Jindal Hisar / SAIL /Prakash Surya
2. Forged Steel Fittings / Flanges Johnson Industries / VS Forge / JK Forging /
Trueforge
3. Pipe Hangers Chilli / Hilti / OBO / Fisher
4. Gun Metal / Brass / NRV/ Gate Sant / Leader / Advance / Audco /
Valve/Check Valve/Foot Valve (ISI Zoloto/Honeywell
marked)
5. CI Sluice Valve/ Butterfly Valve/ Audco / Advance / Kirloskar /
NRV/ Y - Stainer (ISI marked) Zoloto/Honeywell/Kartar/Kalpna
6. Fire pump/Jockey pump Kirloskar/KSB/Matherplatt(Wilo)/Crompton
7. Electrical Motor ABB / Siemens / Kirloskar / Grundfos /
Crompton / Bharat Bijli/ Matherplatt(Wilo)
8. Diesel Engine for Fire Pump KOEL / Ashok Leyland / Cummins
9. Couplings (Tyre – Type) Lovejoy / Fenner
10. Anti Vibration Mountings / Neoprene Kanwal Industrial Corporation / Dunlop /
Gasket GERB / Resistoflex
11. Pressure Switch (ISI marked) System Sensor / Indfoss / Danfoss / Switzer
12. Pressure Gauge (ISI marked) H Guru / Fiebig / Dwyer/ Hebig/Honeywell
13. Landing Valve/Fire Hose coupling New Age / Safeguard / Lifeguard / Padmini /
/First Aid Hose Reel and Drum /Shut of Omex / Minimax/Safex
Nozzle /Branch Pipe/Fire Brigade inlet
/ RRL Hose Pipe / Thermoplastic Pipe
(ISI marked)
14. Water Flow Switch (FM / UL listed) System Sensor / Switzer / Rapid Control /
Honeywell/ Danfoss
15. Pipe coat Pypcoat / Makphalt / Rustech
16. Level Controller & Indicator (Water) Auto Pump / Cirrus Engineering / Techtrol
(ISI Marked)
17. Fire Sealent Promat / Birla / 3M / Hilti
18. Single Phase Preventer / Water level Schneider Electric / L&T / Siemens / ABB /
guard Minilec
19. LT Jointing Kit / Termination Reychem / Denson / Cap Seal / Safekei / 3M
20. Batteries Exide / Rocket / HBL / Pulse / Amco /
Amaraja
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 115 - A.E.(E) / A.E.(C)


21. Battery Charger Statcon / Amarraja / CDC / AE / Expofyn /
Thycon India/ Procom/Microtek
22. Epoxy Paint Dulux / Berger / Asian / Nerolac
23. Air Release Valve Rb / Tbs / Cimbrio / Zoloto
24. Solenoid Valve / Spray Nozzle Parker / HD / Tyco / Emersion / Honey Well
25. Sprinkler Head HD / Tyco / Viking / Omex / Easy Flex
26. SS Flexible Drop HD / Omex / Newage / Tyco / Lifeguard /
Easy Flex
27. Deluge Valve Tyco / Viking / HD

G. Fire Alarm System


1. Addressable Fire alarm control panel / Johnson Control / Notifier / Siemens /
Repeater panel / multi sensing detector Bosch make
/ Fault isolator / Strobe light / Hooter /
Manual call box / Response indicator
2. Cat-6 /Cat-6A Cable, Wires & Fiber Amp / Beldon / Legrand / Krone
Optic Cable Communication / Molex
3. HDMI cable Lightware/AMx/crestron/Extron
4 Fire retardant cable Finolex / Polycab / KEI / Havells / Grandlay/
RR Kabel //Bonton/RPG/LAPP
5 Amplifire/Speaker Bosch/Honeywell/Yamaha/JBL/Shure

H. Water Supply Pump Sets


1. Mono Submersible/ Submersible pump KSB / CG / Kirloskar / Grundfos / Mather &
Set Platt (Wilo)
2. DOL / Star Delta Starter L&T / BCH / Havells / C&S / Siemens /
Schneider
3. Submersible Cable Finolex / RR kabel / Polycab / Havells / KEI/
Bonton

I. EPABX System
1. EPABX System / Master Console Siemens / Cisco / Alcatel / Coral / Panasonic /
Phone/ AVAYA/ Matrix
2. Analog Telephone instrument Beetal / Tata / Panasonic/ Seimens
3. 18 SWG Sheet (Chrone Box) Topaz / Coral / Crown
4. Constant Voltage Transformer Topaz / Bhurji / Delta / Servokon

J. Air Conditioner & Water Purifier


1. Split Air Conditioner Mitshubshi Electric / Mitshubshi Heavy
Industries / Toshiba / O General / Daikin / /
Blue Star
2. Window Type Air Conditioner O General / Voltas / Carrier / Blue Star
3. Voltage Stablizer V Guard / Blue Bird / Voltas / Servocon
4. RO / Water Purifier Kent / Ion Exchange / Aquaguard (Eureka
Forbes)/ Havells
5. Drinking Water cooler Voltas / Blue Star / Usha

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 116 - A.E.(E) / A.E.(C)


K. Solar Water Heating System
Solar Water Heating System Inter solar / Racold / BHEL / Electrotherm /
Rashmi/V-guard/Emmvee Solar

L. CCTV System
1. IP based Camera (All type) / NVR / Bosch / Pelco / Axis / Sony / Tyco /
Server Honeywell
2. Conventional Camera/Connect (Dome Bosch / Honeywell / Pelco / Axis / Tyco /
/ PTZ / Bullet / C-mount type) Sony
3. Managed Networking layer Switch Cisco / DLink / Extreme / Fortinet /
Ruckus/HP/Netgear
4. U Rack Valrack(Legrand) / EOM Rack /
Belchem/Comrack/Vertiv

M. Uninterrupted Power Supply (UPS)


1. Online / Offline UPS Vertiv / Numeric / Peaguses (Auto Meter)/
Socomac/Eaton/Schneider
2. SMF Batteries Exide/Amron/Rocket/HBL/Pulse/Amco/
Amaraja

N. Solar Power Generation System


1 Solar Power Generation System REIL / BHEL / BEL / CEL / REC / SOLON /
VIKRAM / ABB
2 Junction Box VNT / SUN GARNER / OEM of SPV
Modules
3 SPV Inverter Sungrow / Delta / SMA / ABB
4 Module Mounting Structure As per MNRE / Manufactures Standards
5 XLPE Aluminium / Copper Cable Finolex / Universal / Nicco / RPG Cables /
KEI / Grandlay/LAPP / Polycab
6 Solar Cable XLPO Insulated (DC) RR Kabel / Polycab / Havells / Finolex / Lapp

O. LED TV LG / Samsung / Panasonic / Toshiba / Sony

P. VRV/VRF System
1 Indoor/Outdoor Unit O-General/Mitsubishi heavy/Mitsubishi
Electric/Toshiba/ Daikin
2 Copper Pipe Total line/Mandev/Rajko/Diamond/Star
3 Nitrile rubber insulation A-fex/k-flex/vidoflex/Euro/Batex/Armacell
4 CPVC pipe Ashirwad/Supreme/Astral/Prayag
5 GSS Sheet(For site fabricated duct) SAIL/Jindal/Tata
6 Aluminium Sheet Hindalco/Balco/Nalco
7 Flexible duct/Company fabricated duct Waves/Zeco/Ductofab/Airflow/Caryaire/ Atco
8 Supply/Return Grill/diffuser Airflow/Trox/Dynacfaft

Note- Any item of make other then above said will be got approved by Engineer-in-
charge before brought at site.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 117 - A.E.(E) / A.E.(C)


Annexure –VII

The contractor gives an authority letter addressed to the Engineer-in-charge on a non-


judicial stamp paper of Rs. 100 in the format given below :-

Authority Letter for Payment to Third Party

To,

The Executive Engineer (Elect.),


C.P.W.D., Jaipur.

Sub:- Authority for payment to third party.

I/We authorize the Executive Engineer (Elect.), CPWD, Jaipur to pay directly on

my / our behalf to .......................................................... (name of third party) an amount of Rs.

............................ (Rupees ................................................................................. in words) for

the work done or supplies made by .......................................................... (name of third party).

I/We shall be responsible for the quality and quantity of the same under the provisions of

agreement No. .............................................

Signature of Contractor

Note :-
10. The total payment to third party (or parties) shall not exceed
10% of the agreement cost of the work.
11. Full reasons for proposing such third party payment shall be
recorded and prior written approval of the next higher authority
shall be obtained before making such payment.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 118 - A.E.(E) / A.E.(C)


Annexure –VIII

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 119 - A.E.(E) / A.E.(C)


Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 120 - A.E.(E) / A.E.(C)


Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 121 - A.E.(E) / A.E.(C)


Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 122 - A.E.(E) / A.E.(C)


Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 123 - A.E.(E) / A.E.(C)


Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 124 - A.E.(E) / A.E.(C)


Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 125 - A.E.(E) / A.E.(C)


Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 126 - A.E.(E) / A.E.(C)


Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 127 - A.E.(E) / A.E.(C)


Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 128 - A.E.(E) / A.E.(C)


Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 129 - A.E.(E) / A.E.(C)


PROFORMA OF SCHEDULES (FOR MINOR COMPONENT – CIVIL WORK)
(Separate Performa for Civil, Elect. & Hort. Works in case of Composite Tenders)
(Operative Schedules to be supplied separately to each intending tenderer)

SCHEDULE ‘A’

Schedule of quantities (as per PWD-3) Schedule attached at Page No. 199 to 205

SCHEDULE ‘D’

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

------------------------------ NIL --------------------------------

SCHEDULE ‘E’

Reference to General Conditions of contract: General Conditions of Contract for Central


PWD Works 2020 Maintenance Works incorporating all amendments issued upto date .

Name of work: Supplying, Installation, Testing and Commissioning of Fire Alarm &
Fire Fighting System at ESIC Hospital, Kota (Raj.).

Estimated cost of work: Rs. 2,05,12,829/- (Electrical : Rs. 1,57,32,401/-


& Civil : Rs. 47,80,428/-)

(i) Earnest money: Declaration as per Annexure-III

(ii) Performance Guarantee : 3% (Three percent) of accepted composite


tendered value which shall be deposited with E-
in-C of Major Component of work

(iii) Security Deposit : 2.5% (Two & Half percent) of accepted tendered
amount.

SCHEDULE ‘F’

GENERAL RULES & DIRECTIONS :

Officer inviting tender Executive Engineer (Elect.)


CPWD, Jaipur

Maximum percentage for quantity of items


of work to be executed beyond which rates
are to be determined in accordance with
Clauses 12.2 & 12.3. See below

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 130 - A.E.(E) / A.E.(C)


Definitions:

2(v) Engineer-in-Charge Executive Engineer


CPWD, Ajmer
or Successor thereof

2(viii) Accepting Authority Chief Engineer


CPWD, Jaipur

2(x) Percentage on cost of materials


and labour to cover all
overheads and profits. 15%

2(xi) Standard Schedule of Rates DSR-2019 with Correction Slips/amendments


issued upto date

2(xii) Department Central Public Works Department

9(ii) Standard CPWD Contract Form GCC for CPWD Works 2020 Maintenance
Works CPWD Form 7 as modified
and amended upto date

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
including Provident Fund Code
No. or proof of applying thereof
from the date of issue of letter of
acceptance 07 days

(ii) Maximum allowable extension


with late fee @ 0.1% per day of
Performance Guarantee amount
beyond the period provided in
(i) above 03 days

Clause 2

Authority for fixing compensation under


clause 2. Chief Engineer
CPWD, Jaipur
or Successor thereof

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 131 - A.E.(E) / A.E.(C)


Clause 5

Number of days from the date of issue


of letter of acceptance for reckoning date
of start 10 days

Mile stone(s) As mentioned in Major Component (Part-B)

Time allowed for execution of work. 06 (Six) Months

Authority to decide:
(i) Extension of time Executive Engineer (Elect.)
CPWD, Jaipur

(ii) Rescheduling of mile stones Chief Engineer


CPWD, Jaipur
or Successor thereof

(iii) Shifting of date of start in case of


delay in handing over of site Chief Engineer
CPWD, Jaipur
or Successor thereof

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. 10.00 Lakh (for Civil Work)

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

CLAUSE 7B Applicable

CLAUSE 8A Applicable

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 132 - A.E.(E) / A.E.(C)


Clause 10A

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

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

Sl. No. Equipment Numbers (Minimum)


1. Slump cone, steel plate, tamping rod, steel scale, scoop 4
2. Weighing scale platform type 100 Kg capacity 2
3. Graduated glass measuring cylinder As per requirement
(Min 6 nos)
4. Sets of sieves of 450mm internal dia for coarse aggregate 1
[100mm, 80mm, 63mm, 50mm, 40mm;25mm, 20mm;
12.5mm, 10mm;6.3mm, 4.75mm complete with lid and pan]
5. Sets of sieves of 300mm internal dia for fine aggregate 2
[4.75mm; 2.36mm; 1.18mm; 500 microns;425 microns; 300
microns, 150 micron 90 micron;75micron , with lid and pan]
6. Motorized sieve shaker 1
7. Cube moulds size 150mmx150mmx150mm As per requirement
(Min 24Nos)
8 Cube Compression testing machine ((Digital) (Min 100MT 1
capacity)
9. Hot air oven temp. Range 50°C to 300°C- sensitivity 1 degree 1
10. Electronic balance 600gx0.1g. and 10kg 1 each
11. Physical balance weight up to 5 kg 1
12. Measuring jars 100ml, 200ml, 500ml As required
(Min 2 each)
13. Gauging trowels 100mm & 200mm with wooden As required
handle (Min 4 nos)
14. Spatula 100mm & 200mm with long blade wooden As required
handle (Min 4 nos)
15. Vernier calipers 12” & 6” size 1 each
16. Digital paint thickness meter for steel 500 micron 1
range
17. GI /MS tray 600x450x50mm, 2 No each
450x300x40mm,300x250x40mm
18. Screw gauge 0.1mm-10mm, least count 0.05 2
19. Wash Bottles capacity 500 ml As required
20. Hacksaw 3
21. Measuring tape 2 mtr 6
22. Shovels & Spade 6
23. Plastic or G.I. Buckets 15 ltr, 10 ltr, 5 ltr 1 each
24. Wheel Barrow 6
25. Floor Brushes, hair dusters, scrappers, wire brush, paint 6 each
brushes, shutter steel plat oil, kerosene with stove etc.
26. Any other equipment for site tests as outlined in BIS codes
and as directed by the Engineer-in-charge.
27 Computer and Laser Printer 1 Set
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 133 - A.E.(E) / A.E.(C)


Clause 10B(ii)

Whether Clause 10 B (ii) shall


be applicable Yes

Clause 10C Applicable (for Civil component)

Component of labour expressed as


percent of value of work 25%

Clause 10CA Not Applicable (for Civil component)

S.N. Materials Covered Nearest Materials (other Base Price and its
under this clause: than cement*, corresponding period of
reinforcement bars, the all the Materials covered
structural steel and under clause 10 CA
POL) for which All India (Excluding GST)
Wholesale Price Index to
be followed:
1. Cement (PPC) -- --
2. Cement (OPC) -- --
3. Reinforcement bars
TMT Fe-500
(i) Primary Manufacture -- --
(ii) Secondary Manufacture -- --
4. Structural Steel -- --

Clause 10CC Not Applicable

Clause 10 CC to be applicable in contracts


with stipulated period of completion
exceeding the period shown in next column .......... months

Schedule of component of other Materials,


Labour etc. for price escalation.

Component of civil (except materials Xm ..................... %


covered under clause 10CA) /Electrical
construction value of work.

Component of Labour expressed Ym ...................... %


as percent of total value of work.

Note : Xm.....% should be equal to (100) - (materials covered under clause 10CA i.e.
Cement, Steel, POL and other material specified in clause 10CA + Component of Labour )

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 134 - A.E.(E) / A.E.(C)


Clause 11

Specifications to be followed
for execution of work CPWD Specification 2019 (Vol. I & II) with
correction slips upto date

Clause 12
Authority to decide deviation above 1.5
times of tendered amount ADG (RL)
CPWD, Lucknow

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

12.5 (i) Deviation Limit beyond which


clauses 12.2 & 12.3 shall apply for
foundation work (except items
mentioned in earth work subhead
in DSR and related items) All the deviated quantities shall be paid at
agreement rates

(ii) Deviation Limit for items


mentioned in earth work subhead
of DSR and related items

Clause 16

Competent Authority for


deciding reduced rates. Chief Engineer
CPWD, Jaipur
or Successor thereof

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 135 - A.E.(E) / A.E.(C)


Clause 18

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

S.No. Equipment Numbers (Minimum)


1. Fully Automatic Concrete Batching plant (Min. 15 1
cum./hr.)
2. Concrete pump As per Requirement of
work
3. DG set of minimum capacity 62.5 KVA. 1
4. Transit Mixer As per Requirement of
work
5. Needle Vibrators. 4
6. Plate Vibrator 2
7. Tower Crane/Monkey Crane 1
8. Builder Hoist 1
9. JCB, Excavator, Dumper , Tipper As per Requirement of
work
10. Reinforcement cutting & Bending machines 1
11. Reinforcement threading machine for couplers 1
12. Total station. As per Requirement of
work
13. Auto level & staff. 1
14. Water tanker(Minimum capacity of 5000 litres) 1
15. Welding machine 400 Ampere 3
16. Screener for coarse sand and fine sand 2
17. Centrifugal mono block water pump minimum 2
capacity 2 HP
18. Steel Shuttering with necessary steel props As per requirement
(Minimum 2000
Sqm)
19. Steel scaffolding and staging materials As per requirement
20. Plain Concrete/Mortar Mixer 2 Nos.
21. Semi Automatic Pavement Concrete Paver As per requirement
22. Screed Vibrator As per requirement
23. Laptop, Printer & Photocopier for billing & project 2 set
management at Contractors site office.
24. Any other machinery required for completion of the work As per Actual
as per decision of Engineer-in-charge. requirement
25. Laptop, Printer & Photocopier for billing & project 2 set
management at Contractors site office.
26. Any other machinery required for completion of the work As per Actual
as per decision of Engineer-in-charge. requirement

Clause 19

Clause 19C to decide penalty


for each default Chief Engineer
CPWD, Jaipur
or Successor thereof

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 136 - A.E.(E) / A.E.(C)


Clause 19D to decide penalty
for each default Chief Engineer
CPWD, Jaipur
or Successor thereof

Clause 19G to decide penalty


for each default Chief Engineer
CPWD, Jaipur
or Successor thereof
Clause 19K to decide penalty
for each default Chief Engineer
CPWD, Jaipur
or Successor thereof

Clause 25

Constitution of Dispute Redressal Committee (DRC)

DRC constituted by ADG(RL), Lucknow vide letter No. 1235 dated 11/05/2020 is
as under :–

(i) CE (NCR) - Chairman

(ii) SE (Works cum TLQA) O/o ADG(RL), Lucknow - Member Secretary

(iii) SE (Jodhpur) - Member

Place of Arbitration : Delhi (For Central Government Arbitrator) or


Jaipur (For other Arbitrator)

Clause 32

Requirement of Technical Representative(s) and recovery Rate

SI Minimum Discipline Designation Minimum Number Rate at which


No. Qualification (Principal Experience recovery shall be
of Technical Technical made from the
Representative /Technical contractor in the event
representative) of not fulfilling
provision of clause 32
Figures Words

As mentioned in Major Component (Part-B)

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

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 137 - A.E.(E) / A.E.(C)


Diploma holder with minimum 10 year relevant experience with a reputed construction co.
can be treated at par with Graduate Engineers for the purpose of such deployment subject to
the condition that such diploma holders should not exceed 50% of requirement of degree
engineers.

Clause 38

(i) (a) Schedule/statement for


determining theoretical quantity of
cement & bitumen on the basis of
Delhi Schedule of Rates DSR-2019 with correction slips upto date

(ii) Variations permissible on theoretical


quantities:

(a) Cement

For works with estimated cost put


to tender not more than Rs. 5 lakh. 3% plus/minus.

For works with estimated cost put


to tender more than Rs.5 lakh. 2% plus/minus.

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

(c) Steel Reinforcement and


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

(d) All other materials. Nil

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

SI Description of Item Rates in figures and words at which


No. recovery shall be made from the
Contractor
Excess beyond Less use beyond
permissible permissible
variation variation
1. Cement (PPC) Nil Rs. 6,038 per M.T.
2. Cement (OPC) Nil Rs. 6,642 per M.T.
3. Reinforcement Bars TMT-500
(i) Primary Manufacturer Nil Rs. 65,387 per M.T.
(ii) Secondary Manufacturer Nil ---
4. Structural Steel Nil Rs. 68,084 per M.T.

Note :- Recovery rates of Cement & Steel has been calculated as Base Price(as per Clause
10CA above)*110% plus applicable GST (i.e. 28% for Cement & 18% for Steel).
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 138 - A.E.(E) / A.E.(C)


ADDITIONAL CONDITIONS FOR CIVIL WORK

1.0 General Conditions for Civil Works

1.1 The work in general shall be carried out in accordance with the CPWD Specifications
2019 Vol. I to II (corrected up to date ) hereinafter referred as CPWD Specifications.

1.2 Order of Preference: In case of any difference or discrepancy between the


description of items as given in the schedule of quantities, specifications for
individual items of work, contract conditions and/or I.S. Codes etc., the following
order of preference shall be observed :
(i) Description of items as given in Schedule of quantities
(ii) Particular specifications, if any, for the item in agreement
(iii) Special conditions, if any, in agreement
(iv) Additional conditions, if any, in the agreement
(v) Tender drawings attached/ issued during execution
(vi) CPWD Specifications including correction slips up to date
(vii) General Conditions of Contract 2020 Maintenance Works for CPWD works
with correction slips up to date .
(viii) Indian Standards Specifications of B.I.S.
(ix) ASTM, BS or other foreign origin code mentioned in agreement.
(x) Manufacturer’s specifications for the item, as decided by Engineer-in-charge.
(xi) Sound Engineering practices or well established local construction practices.

1.3 Source of Material:


a. The water for construction work shall be arranged by contractor. In case,
contractor takes water from government source free of cost then recovery of water
charges shall be made as per relevant Clauses. The contractor shall get the water
tested with regard to its suitability of use in the works and get written approval
from the Engineer-in-charge before he proceeds with the use of same of execution
of works. If the tubewell water is not suitable, the contractor shall arrange
Municipal water or from any other sources at his own cost and nothing extra shall
be paid to the contractor on this account. The water shall be got tested at
frequency specified in latest CPWD specifications/BIS code. Contractor, may be
required to install industrial RO plant at site at his own cost, for treating water for
construction purpose.
b. Stone for stone masonry, stone aggregates and stone ballast shall be of hard stone
variety, mined from Govt. approved mines. The contractor shall submit source(s)
of material along with samples of material from that source. Based on stipulated
specifications, source and sample shall be approved by the Engineer- in-Charge.
c. Coarse and fine aggregates to be used for concrete work, mortar for masonry,
plaster etc shall be sourced from Govt. approved mines or manufacturer(s) as
approved by Engineer-in-charge. The contractor shall submit source(s) of material
along with samples of material from that source. Based on stipulated
specifications, source and sample shall be approved by the Engineer- in-Charge.
d. In schedule of quantity, wherever provision for coarse sand and fine sand is
specified in any item, use of crushed stone sand or manufactured sand shall also
be permissible as per codal provisions. Nothing extra shall be payable or
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 139 - A.E.(E) / A.E.(C)


recoverable on this account, over & above the quoted rate(s) of respective item.
However decision of the Engineer-in-charge w.r.t. selection of material i.e. natural
sand, crushed stone sand, manufactured sand etc. shall be final and binding on
contractor.

1.4 Testing of Materials : Regarding testing of civil & electrical materials, which cannot
be tested in site laboratory and/or to be tested at an independent laboratory, the testing
of materials shall be conducted in Govt. Laboratory/ Govt. colleges/ IITs/NITs or
from the laboratory approved by Engineer-in-charge. The charges of testing of
materials in approved laboratory shall be borne as below :
(i) By the contractor, if the results show that the material does not conform to
contract provisions, relevant specifications and BIS codes or any other relevant
code for which confirmatory test is carried out.
(ii) By the department except steel reinforcement, if the results show that the
material conforms to contract provisions, relevant specifications and BIS codes
or any other relevant code for which confirmatory test is carried out.
The samples for testing shall be supplied free of cost by the contractor. The contractor
shall also make all arrangements for transportation and delivery of samples of
materials to the testing laboratory and nothing extra shall be payable for the same.

1.5 Program Chart:


a. The Contractor shall prepare an integrated program chart and action thereof as per
GCC 2020 Maintenance Works - Clause 5.1 of Contract.
b. The integrated program chart including civil as well as E & M activities for the
execution of work, showing clearly all activities from the start of work to
completion, with details of manpower, equipment and machinery required for the
fulfillment of the program within the stipulated period and submit the same for
approval of the Engineer-in-Charge within fifteen days of the award of the work.
These shall be submitted by the contractor through electronic media besides
forwarding hard copies of the same. The integrated program chart so submitted
should not have any discrepancy with the physical milestones attached in the
contract agreement.
c. The program chart should include the following: -
i) Descriptive note explaining sequence of various activities.
ii) Network (PERT/CPM/BAR CHART) prepared on MS project which will
indicate resources in financial terms, manpower and specialized equipment for
every important stage.
iii) Program for procurement of materials by the contractor.
iv) Program for arranging and deployment of manpower both skilled and
unskilled so as to achieve targeted progress.
v) Program of procurement of machinery / equipment having adequate capacity,
commensurate with the quantum of work to be done within the stipulated
period, by the contractor.
vi) Program for achieving monthly milestones and periodic milestones.
d. If at any time, it appears to the Engineer-in-Charge that the actual progress of
work does not conform to the approved program referred above, the contractor
shall produce a revised program showing the modifications to the approved
program by additional inputs to ensure completion of the work within the
stipulated time.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 140 - A.E.(E) / A.E.(C)


e. The submission for approval by the Engineer-in-Charge of such program or the
furnishing of such particulars shall not relieve the contractor of any of his duties
or responsibilities under the contract. This is without prejudice to the right of
Engineer-in-Charge to take action against the contractor as per terms and
conditions of the agreement.
f. The contractor shall also be required to submit 2 sets of monthly progress report
of the work in a computerized form, every month.
g. The monthly progress report shall contain the following :
i) Construction schedule of the various components of the work through a bar
chart for the next month (or as may be specified), showing targeted tasks
(including material and labour requirement) and up to date progress.
ii) Progress chart of the various components of the work that were planned and
achieved, for the month as well as cumulative up to the month under
reckoning, with reason for deviations, if any in a tabular format
iii) Plant and machinery statement, indicating those deployed in the work.
iv) Man-power statement indicating:
v) Individually the names of all the staff deployed on the work, along with their
designations.
vi) No. of skilled workers (trade wise) and total no. of unskilled workers deployed
on the work and their location of deployment i.e. blocks.
vii) Financial statement, indicating the broad details of all the running account
payment received up to date, such as gross value of work done, advances
taken, recoveries effected, amount withheld, net payments details of cheque
payment received, extra/substituted/deviation items if any, etc.
viii) Few photos of the months activities.

1.6 QUALITY ASSURANCE


a. The proposed building is a prestigious project and quality of work is of paramount
importance. Contractor shall have to engage well-experienced skilled labour and
deploy modern T&P and other equipment to execute the work. Many items like
exposed RCC works, gypsum plaster, structural steel work, structural glazing,
granite and vitrified flooring, Polysulphide / P.U. sealant, expansion joints, factory
made door- window shutters, plumbing works, textured paints, grit plastering,
water proofing treatment, Extruded Polystyrene insulation boards, aluminum
windows, façade works, CC pavements etc. will specially require engagement of
skilled workers having experience particularly in execution of such items.
b. The contractor shall ensure quality construction in a planned and time bound
manner. Any sub-standard material / work beyond set out tolerance limit shall be
summarily rejected by the Engineer-in-charge & contractor shall be bound to
replace / remove such sub-standard / defective work immediately. If any material,
even though approved by Engineer-In-Charge is found defective or not
conforming to specifications shall be replaced / removed by the contractor at his
own risk & cost.
c. In addition to the supervision of work by CPWD engineers, the officials deployed
by the client 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
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 141 - A.E.(E) / A.E.(C)


his complete satisfaction. Special attention shall be paid towards line and level of
internal and external plastering, exposed smooth surface of RCC members by
providing fresh shuttering plates, rubberized linings to all the shuttering joints,
accurate joinery work in wooden doors and windows, thinnest joints in stone /
tiling / cladding work, non-hollowness in floor and dado tiles work, protection of
scratches over flooring by impounding layer of plaster of Paris, water tight pipe
linings, absence of hollow vertical joints in brick masonry, proper compaction of
filled up earth etc to achieve an Institution of International standards and up
keeping of quality assurance shall be of paramount importance, as such.
d. Contractor shall submit minimum “Quality Assurance Plan: within 20 days after
award of work.
e. The QA plan shall be consist of lot size & number of required tests and frequency
of testing. While deciding these, criteria CPWD Specifications & Provisions of
BIS Code and Standard Practices may be referred. Volume of work, Practical
Difficulties and Site Conditions etc. may also be kept in view. The lot size,
number of tests and frequencies of testing can be altered or modified by the
Engineer-in-charge from the prescribed limits.
f. QA plan should also clearly indicate the Machinery and other Tool & Plants
required to be deployed at site by the Contractor. Entire Machinery and T&P may
not be required at the start of work, therefore, a proper time schedule by which
each Machinery & T&P is to be brought at site should also be indicated.
g. QA plan should also indicate system of Receipt of Material, testing of the same &
Maintenance of Register of Tests.
h. All the registers of tests carried out at Construction Site or in outside laboratories
shall be maintained by the Contractor, which may be inspected by Engineer-in-
charge or his/her representative.
i. The contractor shall allow access to Third Party Quality Assurance agency
(TPQA), if engaged by Engineer-in-charge to have a control on quality and
methodology of execution. At least 25% of Samples of materials including
Cement Concrete Cubes shall be taken jointly by contractor and TPQA /
Engineer-in-charge or his authorised representative. All arrangements for
transporting and getting them tested shall be made by the contractor.
j. All the test in field lab setup at construction site shall be carried out by the Quality
control team/engineer to be engaged by the contractor which can be witnessed by
Engineer-in-charge or his/her representative. A daily intimation of tests to be
conducted on a day shall be given to Engineer-in-charge or his/her representative.
k. All the entries in the registers will be made by the designated Engineering Staff of
the contractor.
l. Contractor shall be responsible for safe custody of all the test registers.
m. Submission of original/copy of all test registers, material at site register and
hindrance register along with each alternate Running Account Bill and with the
Final Bill shall be mandatory.
n. All material received at site shall be entered in MAS Register and copy of Supply
order, MTC & Bill-invoice shall be maintained in order. The MAS Registers
including Cement and Steel Registers shall be maintained by a qualified staff of
contactor which may be inspected by Engineer-in-charge or his/her representative
at any time. The intimation of receipt of material shall be sent to Engineer-in-
charge or his/her representative on day to day basis for his approval.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 142 - A.E.(E) / A.E.(C)


o. All the materials to be used in the work, to give the finished work complete in all
respects, shall comply with the requirements of the specifications and shall pass
all the tests required as per specifications as applicable or such specifications /
standards as directed by the Engineer-in-Charge. However, keeping the Quality
Assurance in mind, the Contractor shall submit, on request from the Engineer-in-
Charge, his own Quality Assurance procedures for basic materials and such items,
to be followed during the execution of the work, for approval of the Engineer-in-
Charge.
p. All the hidden items such as reinforcement, water supply lines, drainage pipes,
conduits, sewers, putty, primers 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.
q. Water tanks, taps, sanitary, water supply and drainage pipes, fittings and
accessories should conform to byelaws and municipal body / corporation where
CPWD Specifications are not available. The contractor should engage licensed
plumbers for the work and get the materials (fixtures/fittings) tested by the
Municipal Body/Corporation authorities wherever required at his own cost.
r. The contractor shall give performance test of the entire installation(s) as per the
standing specifications before the work is finally accepted and nothing extra
whatsoever shall be payable to the contractor for the test.
s. 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 itself to avoid any likely delays
on this account. The contractor shall also furnish list of persons for specialized
works to be executed for various items of work. The contractor shall identify and
deploy key persons having qualifications and experience in the similar and other
major works, as per the field of their expertise. If during the course of execution
of work, the Engineer-in-Charge is of the opinion that the deployed staff is not
sufficient or not well experienced; the Contractor shall deploy more staff or better-
experienced staff at site to complete the work with quality and in stipulated time
limit.
t. The contractor shall maintain all the work in good condition till the completion of
entire work. The contractor shall be responsible for and shall make good, all
damages and repairs, rendered necessary due to fire, rain, traffic, floods or any
other causes. The Engineer-in-Charge shall not be responsible for any claims for
injuries to person/workmen or for structural damage to property happening from
any neglect, default, want of proper care or misconduct on the part of the
contractor or of any other of his representatives, in his employment during the
execution of the work. The compensation, if any, shall be paid directly to the
Department / authority / persons concerned, by the Contractor at his own cost.

1.7 Pour card, check-list for Execution of work


a. As and when any important item is taken up for execution, the Contractor shall
develop and submit a checklist and/or pour card. This sample checklist should be
got approved from the Engineer-in-charge and should be used at site. This check
list should be shown to the Engineer-in-charge or his/her designee during
inspection. This procedure is to be followed for all hidden items, CC/RCC work,
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 143 - A.E.(E) / A.E.(C)


Steel-reinforcement, shuttering, cast-in-situ mosaic flooring, doors & windows,
plumbing, including water supply pipe lines, roof treatment, earth filling etc.
b. The Contractor shall maintain documentation of the total sequence of this project
by way of photography, video recording etc. and submit to Engineer-in-charge
for record. Nothing extra shall be payable to the contractor on this account.

SAMPLE POUR CARD FOR RCC WORK


Name of work:
1.0 GENERAL
1.1. Name of Contractor
1.2. Structural Element
1.3. Location
1.4. Architectural drawing No.
1.5. Structural drawing No.
1.6. Approximate quantity and grade of concrete
1.7. Expected start time
1.8. Expected finish time
1.9. Name of Contractor’s Engineer
2.0 CENTERING TYPE
2.1 Adequate vertical supports Y/N
2.2 Adequate lateral supports Y/N
3.0 SHUTTERING TYPE
3.1 Cleaned Y/N
3.2 Oiled Y/N
3.3 Leveled Y/N
3.4 Holes plugged Y/N
4.0 REINFORCEMENT TYPE
4.1 Cover blocks Y/N
4.2 Conforms to Drawings Y/N
4.3 Couplers Tied Properly Y/N
4.4 Space Bars / chairs Y/N
4.5 Reinf tied properly Y/N
4.6 Laps proper Y/N
5.0 CONCRETE TYPE
5.1 Plant informed about mix and type Y/N
5.2 Transit mixer ready Y/N
5.3 Tower crane ready Y/N
5.4 Concrete pump ready Y/N
5.5 Vibrators (Electrical & Diesel Ready) Y/N
5.6 Predetermined Holes left wherever required Y/N
5.7 Boards for construction joints Y/N
5.8 Conduits placed in position Y/N
5.9 Fan clamps placed in position Y/N
5.10 Steel templates Y/N
5.11 Cement slurry Y/N
Dated:
The above information filled by me after proper verification

(AUTHORISED SITE ENGINEER OF FIRM)

The above information checked by me

(ASSISTANT ENGINEER)
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 144 - A.E.(E) / A.E.(C)


1.8 Sample of Work/Items :
a. The contractor shall invariably prepare the samples of finishing items i.e. flooring
of different types, external & internal finishing i/c colour scheme of paint, tiles in
dado, flooring in platforms & staircase, water supply & sanitary fittings and any
other item as per direction of Engineer-in-charge. The contractor shall proceed
with further finishing items only after getting the samples of these items approved
in writing from Engineer-in-charge.
b. In case of construction of residential quarters, one sample quarter, within the
proposed building, complete in all shape, shall be prepared by the contractor and
got approved from Engineer-in-charge in writing. For non residential building,
contractor shall prepare a sample room and a sample toilet, within the
proposed building, complete in all respect and get it approved from
Engineer-in-charge. The contractor shall be allowed to proceed with further
finishing work only after getting the sample quarters/room/toilet, as applicable,
approved in writing from Engineer-in-charge No extra claim whatsoever beyond
the payments due at agreement rates will be entertained from the contractor on
this account.
c. In the schedule of quantities/BOQ/preferred make list of items, brand/make of
material is mentioned. The contractor shall be required to provide the same
brand/make as mentioned in the item/list. If the same are not available in the
market or the suppliers adopts monopolistic practice then the approval of other
equivalent brand/make are to be obtained from Engineer-in-charge. The contractor
will submit such a case at least three months before the materials is required at
site. If the rate of other equivalent brand/make are less than the brand/make
mentioned in the item, than necessary cost adjustment will be made for difference
in rates.
d. During actual execution of item(s) at site, due to change/updation of product
specification(s) by manufacturers, there may be minor variation in manufacturer's
specifications viz-a-viz specification mentioned in item(s) in Schedule of Quantity
(civil, furniture well as electrical work). Such variations shall be allowed with
prior permission of Engineer-in-charge for execution of work at site and nothing
extra shall be payable to the contractor on this account. The decision of Engineer-
in-charge in this matter shall be final and binding on contractor.

1.9 3rd PARTY QUALITY ASSURANCE


a. In order to achieve high standards of materials, workmanship and overall quality
of the execution, an agency of CPWD may carry out Third Party Inspections as
part of ‘Third Party Quality Assurance’. The TPQA may be in-house team of
CPWD or an external agency. This Contractor will carry out the checks of the
quality assurance procedures followed at site, take samples of the materials for
independent testing and check the workmanship of the works carried out. The
contractor shall extend full co-operation to the TPQA in facilitating the
inspections and collection of samples and regulate the execution stages with
regards to the hold and witness points which shall be strictly adhered to by the
contractor. The next stage work shall not be undertaken at the hold point stage
and work shall be done in presence of the TPQA representative at the witness
stage. The contractor shall be required to co-operate with TPQA in carrying out
various activities including documentation at no extra time and cost to the owner.
In case of any adverse findings by the TPQA, the contractor shall do the needful
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 145 - A.E.(E) / A.E.(C)


rectifications to the entire satisfaction of the TPQA and CPWD. If contractor
fails to rectify the defects of the serious nature within a reasonable time frame no
further payment shall be made.
b. If work is stopped due to non- rectification of defects and delay occurs on this
account, no relief in completion of mile stone by way of grant of EOT or any
other relaxation be given.

1.10 INSPECTION OF WORK


1.10.1 In addition to the provisions of relevant clauses of the contract, the work shall also be
open to inspection by senior officers of CPWD in addition of the Engineer-in-charge
and his authorized representative. 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.
1.10.2 Inspection of the work by Architects and other officials
a. The consulting architect for this work shall be inspecting the works including
workshops and fabrication factory to ensure that the works are in general being
executed according to the design, drawings and specifications laid down in the
contract. His observations shall be communicated to the contractor by Engineer-
in-charge or his authorized representative and compliance of same by contractor
shall be reported to Engineer-in-charge.
b. The consulting architect shall certify on completion of particular building that it
has been constructed according to the approved drawings design and
specifications.
c. Senior Officers of CPWD, Dignitaries from Central Ministry / Department, State
Government and client shall be inspecting the on-going work at site at any time
with or without prior intimation. The contractor shall, therefore, keep updated the
following requirements and detailing.
(i) Display Board showing detail of work, monthly progress achieved with
respect to targets, reason of shortfall, status of manpower, wages being
paid for different categories of workers.
(ii) Entrance and area surrounding to be kept cleaned.
(iii) Display layout plan key plan, Building drawings including plans,
elevations and sections.
(iv) Upto date displays of Bar chart, CPM and PERT etc.
(v) Keep details of quantities executed, balance quantities, deviations, possible
Extra item, substituted Item etc.
(vi) Keep plastic / cloth mounted one sets of building drawings.
(vii) Set of Helmets and safety shoes for safety.

1.11 RESPONSIBILITY
a. The Contractor shall keep himself fully informed of all relevant acts and laws of
the Central & State Governments, orders, decrees of statutory bodies, tribunals
having any jurisdiction or authority, which in any manner may affect those
engaged or employed and anything related to carrying out the work. All the rules
& regulations and bye-laws laid down by District Collector / Municipal
Corporation / Urban Development Authority and any other statutory bodies shall
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 146 - A.E.(E) / A.E.(C)


be adhered to, by the contractor, during the execution of work. The Contractor
shall also adhere to all traffic restrictions notified by the local authorities. The
water charges (for municipal water connection as well as tanker water) shall be
borne by the contractor. Also, if the contractor obtains water connection for the
drinking purposes from the municipal authorities or any other statutory body, the
consequent sewerage charges shall be borne by the contractor. All statutory taxes,
levies, charges (including water and sewerage charges, charges for temporary
service connections and / or any other charges) payable to such authorities for
carrying out the work, shall be borne by the Contractor. The Contractor shall
arrange to give all notices as required by any statutory / regulatory authority and
shall pay to such authority all the fees that is required to be paid for the execution
of work. He shall protect and indemnify the Department/ client and its officials &
employees against any claim and /or liability arising out of violations of any such
laws, ordinances, orders, decrees, by himself or by his employees or his
authorized representatives. Nothing extra shall be payable on these accounts.
b. The fee payable to statutory authorities for obtaining the various permanent
service connections and Building Use Certificate for the building shall be borne
by the Department/ client.
c. The contractor shall assume all liability, financial or otherwise in connection with
this contract and shall protect and indemnify the Department from any and all
damages and claims that may arise on any account. The Contractor shall
indemnify the Department against all claims in respect of patent rights, royalties,
design, trademarks of name or other protected rights, damages to adjacent
buildings, roads or members of public, in course of execution of work or any other
reasons whatsoever, and shall himself defend all actions arising from such claims
and shall indemnify the Department in all respect from such actions, costs and
expenses. Nothing extra shall be payable on this account.
d. No residential accommodation shall be provided to any of the staff engaged by the
contractor. The contractor shall also not be allowed to erect any temporary set up
for his staff in the campus. However labour camps shall be constructed at site as
per General conditions of contract.
e. No claim of the labourers shall be entertained including that of providing
employment, regularization of services etc.
f. Site Engineer/Supervisor shall carry mobile telephone (s) to enable the Engineer-
in-Charge / occupants to have easy and quick communication. Nothing extra shall
be paid to the contractor on this account and his quoted rates for various items
under this contract will be inclusive of this obligation.
g. The staff employed by the contractor should be well behaved and any complaint
of misbehavior shall be taken very seriously and such staff will have to be
removed by the contractor immediately from the site.
h. Contractor shall be fully responsible for any damages caused to government
property or allottee’s property by him or his labour in carrying out the work and
shall be rectified by the contractor at his own cost.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 147 - A.E.(E) / A.E.(C)


1.12 Specialized Agencies
The tenderer must associate with himself, agencies of the appropriate eligibility to
tender for each of specialized nature of items / work listed in the tender documents,
individually. Such works shall be got executed only through associated agencies
specialized in these fields. The contractor shall submit name(s) of his associated
specialized agencies those fulfilling the eligibility criteria laid down in contract
document, at least 60 days before commencement of such items / work for the
approval of the Engineer in charge whose decision shall be final and binding. If the
tenderer himself fulfils the eligibility criteria laid down for associated specialized
agencies, then the tenderer shall not require associating with himself the associated
specialized Contractor.
It shall be the responsibility of main contractor to sort out any dispute / litigation with
the Specialized Agencies without any time & cost overrun to the Department. The
main contractor shall be solely responsible for settling any dispute / litigation arising
out of his agreement with the Specialized Agencies. The contractor shall ensure that
the work shall not suffer on account of litigation/ dispute between him and the
specialized agencies / sub-contractor(s). No claim of hindrance in the work shall be
entertained from the Contractor on this account. No extension of time shall be granted
and no claim what so ever, of any kind, shall be entertained from the Contractor on
account of delay attributable to the selection/rejection of the Specialized Agencies.

1.13 SECURITY
a. The campus is now occupied. Contractor shall take all measures and precautions
so as to cause no inconvenience to the occupants. He shall barricade the
construction site / designated area of construction through the barriers as specified
in the BOQ and as approved by the Engineer-in-charge. No material shall be
stored / dumped outside the designated area.
b. The movement of the construction vehicles and the labours shall be restricted to
the designated routes which will be decided by the client.
c. All the vehicles carrying the material to the work site shall be subject to check and
entries to be made at the gates by security post. No material shall be taken out
without proper gate pass issued by the Engineer-in-Charge or his authorized
representative.
d. Any labour engaged by the contractor shall be in possession of photo ID card
failing which they are liable to be disengaged from the work and shall not be
allowed to enter into the campus.
e. In case of any nuisance caused by activates attributed to contractors staff,
workmen and movement of vehicle, and reported to CPWD by client (an officer of
the rank not lower than EE) commensurate penalty not exceeding Rs. 5000/- for
each nuisance shall be imposed on the contractor by CPWD in consultation with
client.
f. The movement of the labour shall be restricted to the barricaded work site area
only.
g. The contractor will take reasonable precaution to prevent his workmen and
employees from removing and damaging any flora (plant/vegetation) from the
project area.
h. The Contractor shall be responsible for the watch and ward / guard of the
buildings safety, fittings and fixtures provided by him against pilferage and
breakage during the period of installations and thereafter till the building is
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 148 - A.E.(E) / A.E.(C)


physically handed over to the department. No extra payment shall be made on this
account.

1.14 SAFETY PRACTICES


a) No Entry/exit/roads other than specified by the Engineer-in-charge for purpose
of construction activities will be allowed to be used for construction activity
purposes or movement of trucks/lorries/load-carriers and nothing extra/ delay
whatsoever will be accounted for on this part.
b) The contractor shall take all necessary precautions to prevent any nuisance or
inconvenience to the students and staff in campus, owners, tenants or occupiers of
adjacent properties and to the public in general and to prevent any damage to such
properties and any pollution of smoke, streams and water-ways. He shall make
good at his cost and to the satisfaction of the Engineer-in-Charge, any damage to
roads, paths, cross drainage works or public or private property whatsoever caused
thereon by the contractor. All waste or superfluous materials shall be removed by
the contractor without any reservation entirely to the satisfaction of the Engineer-
in-Charge.
c) In the event of any restrictions being imposed by the Client, Security, CPWD,
Traffic police or any other authority having jurisdiction in the area on the working
or movement of labour /material, the contractor shall strictly follow such
restrictions and nothing extra shall be payable to the contractor on this account.
d) WARNING/ CAUTION BOARDS: All temporary warning / caution boards /
glow signage display such as "Construction Work in Progress“, "Keep Away",
“No Parking”, Diversions & protective Barricades etc. shall be provided and
displayed during day time by the Contractor, wherever required and as directed by
the Engineer-in-Charge. These glow signage and red lights shall be suitably
illuminated during night also. The Contractor shall be solely responsible for
damage and accident caused, if any, due to negligence on his part. Also he shall
ensure that no hindrance, as far as possible, is caused to general traffic during
execution of the work. This signage shall be dismantled & taken away by the
Contractor after the completion of work, only after approval of the Engineer-in-
Charge. Nothing extra shall be payable on this account.
e) SIGN BOARDS: The contractor shall provide and erect a display board of size
and shape as required and paint over it, in a legible and workman like manner, the
details about the salient features of the project, as required by the Engineer-in-
Charge. The Contractor shall fabricate and put up a sign board in an approved
location and to an approved design indicating name of the project, client / owner,
architects, structural consultants, Department, salient features of project etc.
besides providing space for names of other Contractors, Sub-Contractors and
specialized agencies. These sign board(s) shall have QR code also with link to
CPWD website, if required. Nothing extra shall be payable on this account.
f) Necessary protective and safety equipments shall be provided to the Site Engineer,
Supervisory staff, labour and technical staff of the contractor by the contractor at
his own cost and to be used at site.
g) No inflammable materials including P.O.L shall be allowed to be stored in huge
quantity at site. Only limited quantity of P.O.L may be allowed to be stored at site
subject to the compliance of all rules / instructions issued by the relevant
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 149 - A.E.(E) / A.E.(C)


authorities and as per the direction of Engineer-in-Charge in this regard. Also all
precautions and safety measures shall be taken by the contractor for safe handling
of the P.O.L products stored at site. All consequences on account of unsafe
handling of P.O.L shall be borne by the Contractor.
h) The contractor shall comply with the safety procedures, norms and guidelines (as
applicable) as outlined in the “Constructional practices and safety- 2005”,
National Building code of India, Bureau of Indian Standards. A copy of all
pertinent regulations and notices concerning accidents, injury and first-aid shall be
prominently exhibited at the work site. Depending upon the scope & nature of
work, a person qualified in first-aid shall be available at work site to render and
direct first-aid to causalities. A telephone may be provided to first-aid assistant
with telephone numbers of the hospitals displayed. Complete reports of all
accidents and action taken thereon shall be forwarded to the competent authorities.
i) The contractor shall ensure the following activities for construction workers
safety, among other measures:
 Guarding all parts of dangerous machinery.
 Precautionary signs for working on machinery
 Maintaining hoists and lifts, lifting machines, chains, ropes, and other
lifting tackles in good condition.
 Durable and reusable formwork systems to replace timber formwork and
ensure that formwork where used is properly maintained.
 Ensuring that walking surfaces or boards at height are of sound
construction and are provided with safety rails or belts.
 Provide protective equipment; helmets etc.
 Provide measures to prevent fires. Fire extinguishers and buckets of sand
to be provided in the fire-prone area and elsewhere.
 Provide sufficient and suitable light for working during night time.

1.15 TRAFFIC ARRANGEMENTS


a. The whole plot of land designated for client is vast in size wherein certain
identified traffic routes need to be followed by contractor to cart materials in the
campus. Haphazard plying of vehicles shall be avoided. Horticultural activities,
tree plantation, Nursery plantation shall be taken up in the campus along with
constructional activities, as such, care shall be taken to avoid damages to these.
Certain existing trees, recently planted trees including tree guards and irrigation
water supply piping system can be located nearby work site, hence, while taking
up excavation activities, trees as well as their root zones be protected and the
stacking of excavated earth shall be made in such a way that neither plants are
buried nor damaged. The initial survey, demarcation of roads and various
buildings have been made in the campus and pickets etc are fixed at locations
which shall not be disturbed or damaged by vehicular movement or manual
tampering, else the same shall be made good by the contractor at his own. In case
of failure to comply with the above requirements the damage caused shall be
made good at cost of contractor and the cost so incurred and assessed by
Engineer-in-Charge shall be recovered from running account bill of contractor.
b. In event of any restriction being imposed by the Department, traffic or any other
statutory authority having control over the project, on the working or movement
of Labour, materials, etc, the contractor shall strictly follow all such restrictions
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 150 - A.E.(E) / A.E.(C)


or instructions issued regarding the same and nothing extra shall be payable to the
contractor on account of such restrictions or instructions. No delay or claims of
any kind shall be entertained from the contractor on this account. The loss of time
on this account, if any, shall have to be made up by the contractor by generating
and deploying additional resources etc. Nothing extra shall be payable on this
account.

1.16 PREVENTION OF NUISANCE AND POLLUTION CONTROL


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

1.17 PROTECTION OF FLORA


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

1.18 General Cleanliness of site:


a. 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 wet and dry waste and labeled in both Hindi
and English with suitable symbols.
b. 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. Use of curing
compound as per approval of engineer-in-charge in areas where wet water curing
not feasible shall be permissible and nothing extra shall be paid for the same.
c. 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. Construction waste, malba and other rubbish generated out of
execution of work by contractor, shall be disposed of as directed by Engineer in
Charge for which no extra payment shall be made to contractor.
d. The contractor shall not stack building material / malba / muck on the land or road
of the local development authority or on the land owned by the others, as the case
may be. So the muck, rubbish etc. shall be removed periodically as directed by the
Engineer-in-Charge, from the site of work to the approved dumping grounds as
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 151 - A.E.(E) / A.E.(C)


per the local byelaws and regulations of the concerned authorities and all
necessary permissions in this regard from the local bodies shall be obtained by the
contractor. Nothing extra shall be payable on this account. In case, the contractor
is found stacking the building material / malba as stated above, the contractor shall
be liable to pay the stacking charges / penalty as may be levied by the local body
or any other authority and also to face penal action as per the rules, regulations
and bye-laws of such body or authority. The Engineer-in-Charge shall be at liberty
to recover, such sums due but not paid to the concerned authorities on the above
counts, from any sums due to the contractor including amount of the Security
Deposit and performance guarantee in respect of this contract agreement.
e. The contractor shall take instructions from the Engineer-in-Charge regarding
collection and stacking of materials at any place. No excavated earth or building
rubbish shall be stacked on areas where other buildings, roads, services and
compound walls are to be constructed.
f. The site of work shall be always kept clean due to constraints of space and to
avoid any nuisance to the users of buildings in the adjacent plots. The contractor
shall take all care to prevent any water- logging at site. The waste water, slush etc.
shall not be allowed to be collected at site. It may be directly pumped into the
creek with prior approval of the concerned authorities. For discharge into public
drainage system, necessary permission shall be obtained from relevant authorities
after paying the necessary charges, if any, directly to the authorities. The work
shall be carried out in such a way that the area is kept clean and tidy. All the
fees/charges in this regard shall be borne by the Contractor. Nothing extra shall
be payable on this account.

1.19 PRESERVATION AND CONSERVATION MEASURES


a. Existing drains, pipes, cables, over-head wires, sewer lines, water lines and similar
services encountered in the course of the execution of work shall be protected
against the damage by the contractor, at his own expense, for which nothing is
payable. The contractor shall not store materials or otherwise occupy any part of
the site in a manner likely to hinder the operation of such services.
b. All fossils, coins, articles of value of antiquity, structures and other remains or
things of geological or archaeological interest discovered on project location
during excavation/construction shall be the property of the Government, and shall
be dealt with as per provisions of the relevant legislation. The contractor will take
reasonable precaution to prevent his workmen or any other persons from
removing and damaging any such article or thing. He will, immediately upon
discovery thereof and before removal acquaint the Engineer-in-charge of such
discovery and carry out the official instructions of Engineer-in-charge for dealing
with the same, till then all work shall be carried out in a way so as not to disturb/
damage such article or thing.
c. Excavated earth shall be property of client and shall not be disposed off without
approval of Engineer in charge. Any legal or financial implications resulting out
of disposal of earth shall be sole responsibility of the contractor.

1.20 Conditions of National Green Tribunal


a. The Contractor shall not store/ dump construction material or debris on the
metalled road. The Contractor shall get prior approval from Engineer-in-Charge
for the area where the construction material or debris can be stored beyond the
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 152 - A.E.(E) / A.E.(C)


metalled road. This area shall not cause any obstruction to the free flow of traffic
/inconvenience to the pedestrians. It should be ensured by the Contractor that no
accidents occur on account of such permissible storage.
b. The Contractor shall take appropriate protection measures like raising wind
breakers of appropriate height on all sides of the plot/area using CGI sheets or
plastic and/or other similar material to ensure that no construction material dust fly
outside the plot area.
c. The Contractor shall ensure that all the trucks or vehicles of any kind which are
used for construction purposes/or are carrying construction material like material
like cement, sand and other allied material are fully covered. The Contractor shall
take every necessary precaution that the vehicles are properly cleaned and dust
free to ensure that enroute their destination, the dust, sand or any other particles
are not released in air/contaminate air.
d. The Contractor shall provide mask to every working on the construction site and
involving in loading, unloading and carriage of construction material and
construction debris to prevent inhalation of dust particles.
e. The Contractor shall compulsory use of wet jet in grinding and stone cutting.
f. The Contractor shall comply all the preventive and protective environmental steps
as stated in the MoEF guidelines, 2010.
g. The Contractor shall carry out on- Road-Inspection for black smoke generating
machinery. The Contractor shall use cleaner fuel.
h. The Contractor shall ensure that all DG set comply emission norms notified by
MoEF.
i. The Contractor shall use vehicles having pollution under control certificate. The
emissions can be reduced by a large extent by reducing the speed of a vehicle to
20 Kmph. Speed bumps shall be used to ensure speed reduction. In case where
speed reduction cannot effectively reduce fugitive dust, the Contractor shall divert
traffic to nearby paved areas.
j. The Contractor shall ensure that the construction material is covered by tarpaulin.
The Contractor shall take all other precaution to ensure that no dust particles are
permitted to pollute air quality as a result of such storage.
k. The Contractor shall take appropriate protection measures like raising wind
breakers of appropriate height on all sides of the plot/area using CGI sheets or
plastic and / or other similar material to ensure that no construction material dust
fly outside the plot area. This shall be in addition to provision of barricading as per
BOQ item. Barriacding shall only be payable as per BOQ item.
l. Any violation of orders of MoEF including guidelines of State Government, SPCB
or any officer of any department shall lead to stoppage of work for which
Contractor shall be responsible and no hindrance shall be accounted in this regard.
m. 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)

1.21 Responsibility during Extreme Weather/Site Conditions:


Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 153 - A.E.(E) / A.E.(C)


(a) The Contractor shall make all necessary arrangements for protecting from rains,
fog or likewise extreme weather conditions, the work already executed and for
carrying out the further work, during monsoon including providing and fixing
temporary shelters, protections etc. Nothing extra shall be payable on this account.
Also, no claims for hindrance shall be entertained on this account.
(b) In case of flooding of site on account of rain or any other cause and any
consequent damage, whatsoever, no claim financially or otherwise shall be
entertained not withstanding any other provisions elsewhere in the contract
agreement. Also, the Contractor shall make good, at his own cost, the damages
caused, if any. Further, no claims for hindrance shall be entertained on this
account.
(c) The contractor shall be fully responsible for any damage to the work for which the
payment has been advanced to him under the contract and he shall make good the
same at his risk and cost. The contractor shall be fully responsible for safety and
security of his labour, material, T&P, Machinery brought to the site by him.

1.22 SETTING OUT


a. The contractor shall carry out survey of the work area, at his own cost, setting
out the layout of building in consultation with the Engineer-in-Charge &
proceed further. Any discrepancy between the architectural drawings and
actual layout at site shall be brought to the notice of the Engineer-in-Charge. It
shall be responsibility of the contractor to ensure correct setting out of
alignment. Total station survey instruments only shall be used for layout,
fixing boundaries, and centre lines, etc., along with theodolites. Nothing extra
shall be payable on this account.
b. The contractor shall establish, maintain and assume responsibility for grades,
lines, levels and benchmarks. He shall report any errors or inconsistencies
regarding grades, lines, levels, dimensions etc. to the Engineer-in-Charge
before commencing work. Commencement of work shall be regarded as the
Contractor’s acceptance of such grades, lines, levels, and dimensions and no
claim shall be entertained at a later date for any errors found.
c. If at any time, any error appears due to grades, lines, levels and benchmarks
during the progress of the work, the contractor shall, at his own expense
rectify such error, if so required, to the satisfaction of the Engineer-in-Charge.
Nothing extra shall be payable on this account.
d. Though the site levels are indicated in the drawings the contractor shall
ascertain and confirm the site levels with respect to benchmark from the
concerned authorities. The contractor shall protect and maintain
temporary/permanent benchmarks at the site of work throughout the execution
of work. These benchmarks shall be got checked by the Engineer-in-Charge
or his authorized representatives. The work at different stages shall be checked
with reference to bench marks maintained for the said purpose. Nothing extra
shall be payable on this account.
e. The approval by the Engineer-in-Charge, of the setting out by the contractor,
shall not relieve the contractor of any of his responsibilities and obligation to
rectify the errors/ defects, if any, which may be found at any stage during the
progress of the work or after the completion of the work.
f. The contractor shall be entirely and exclusively responsible for the horizontal,
vertical and other alignments, the level and correctness of every part of the
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 154 - A.E.(E) / A.E.(C)


work and shall rectify effectively any errors or imperfections therein. Such
rectifications shall be carried out by the contractor at his own cost to the entire
satisfaction of the Engineer-in-Charge.
g. Contractor(s) shall provide permanent bench marks, flag tops and other reference
points for the proper execution of work and these shall be preserved till the end of
the work. All such reference points shall be in relation to the levels and locations,
given in the Good for Construction drawings.
h. 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.

1.23 RECESS, HOLES, OPENINGS, JOINTS ETC


a) The contractor shall leave such recesses, holes, openings, etc. as may be required
for the electric, air-conditioning and other related works for which inserts, sleeves,
brackets, conduits, base plates, clamps etc. shall be payable separately by the
department unless otherwise specifically mentioned and the contractor shall fix the
same at the time of casting of concrete, stone work & brick work or at any similar
location if required, and nothing extra shall be payable on this account.
b) Chases, holes, etc shall be done using power operated tools.
c) Nothing extra shall be paid for core cutting & sealing of joint with approved
material (non-shrink grout) for taking out of sanitary/ water supply/ fire-fighting
cables, pipes etc. if any,
d) The construction joints shall be provided in predetermined locations only as
decided by Engineer-in-charge. The cost of shuttering for these construction joints
shall be included in item of Concrete work / RCC work and nothing extra shall be
payable on this account to the contractor
e) Any cement slurry / epoxy based bonding agent such as nito bond or equivalent
etc. added over base surface for continuation of concreting for better bond is
deemed to have been in-built in the items and nothing extra shall be payable.

1.24 SCAFFOLDING / SHUTTERING


Wherever required for the execution of work, all the scaffolding shall be provided and
suitably fixed by the contractor. It shall be provided strictly with steel double
scaffolding system, suitably braced for stability, with all the accessories, gangways,
etc. with adjustable suitable working platforms to access the areas with ease for
working and inspection. It shall be designed to take all incidental loads. It should
cater to the safety features for workmen. Nothing extra shall be payable on this
account. It shall be ensured that no damage is caused to any structure due to the
scaffolding.
Only steel shuttering, unless otherwise specified, with suitably designed steel frame
supporting system is to be used in the work. The contractor shall ensure that there
shall be no leakage at formwork joints and there shall be no movement at joints or
bending of the formwork under pressure of the concrete. Nothing extra shall be paid
on this account.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 155 - A.E.(E) / A.E.(C)


1.25 PRODUCT DELIVERY, STORAGE AND HANDLING OF CHEMICALS
(i) The contractor shall construct storage space for Chemicals materials to ensure
that the storage conditions are as recommended by the manufactures.
(ii) All the materials shall be procured and delivered in sealed containers with labels
legible and intact.
(iii) All the chemicals {polymers, epoxy, water proofing compound, plasticizer,
Polysulphide, SBR based elastomeric, APP (Atactic Polypropylene Polymer),
all exterior and interior paints, polish etc.) shall be procured in convenient
packs say 20 litres/Kgs.} capacity packing only or as approved by the Engineer-
in-Charge, and not in bigger capacity containers, say 200 litre (Kgs.) drums
unless otherwise specifically permitted by the Engineer-in-Charge. One sample
from each lot of the chemical procured by the contractor shall be tested in a
laboratory as approved by the Engineer-in-charge
(iv) All material required for the execution of the work shall be got approved,
procured and deposited with the Departmental supervisory staff. The materials
shall be kept in joint custody of the contractor and the Department. The watch
and ward of such material shall, however, remain to be the responsibility of the
contractor and no claim, whatsoever, on this account shall be entertained.
Different containers of each chemical shall be serially numbered on packing and
also consumed in that order. Day-to-Day account of receipt, issue and balance
shall be regulated by the Department and proper account shall be maintained at
site of work in the prescribed form as per the standard practice.
(v) All the chemicals shall be procured by the contractor directly from the
manufacturer or the authorized dealers of the manufacturers.
(vi) The original copies of challan/cash memos towards the quantity of various
chemicals procured shall be made available by the contractor at the request from
the Engineer-in- Charge and a copy of the same shall be kept in record.
(vii) The Name of manufacturers, manufacturer’s product identification,
manufacturer’s mixing instructions, warning for handling and toxicity and date
of manufacturing and shelf life shall be clearly and legibly mentioned on the
labels of the each container.
(viii) The contractor shall submit for the chemicals procured, manufacturer’s and / or
authorized dealer’s certificate regarding supplying and verifying conformance to
the material specifications, as specified.
(ix) All filled containers shall be handled in safe manner and in a way to avoid
breaking container seals.
(x) Empty containers of the chemicals should not be removed from site till the
completion of work and shall be removed only with the approval of the
Engineer-in-Charge.
(xi) All arrangements for measuring, dosing and mixing of material / chemicals at
site have to be made by the contractor.
(xii) Contractor shall suitably advise his site Engineer and all the workers as regards
safe handling of chemicals. Necessary protective and safety equipments in form
of hand gloves, goggles etc. shall be provided by the contractor and be also used
at site.
(xiii) All incidental charges of any kind including cartage, storage and wastage and
safe custody of material etc. shall be borne by the contractor and no claim,
whatsoever, shall be entertained on this account.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 156 - A.E.(E) / A.E.(C)


1.26 Other Conditions w.r.t Execution of work :
a. The work shall be carried out in accordance with the architectural drawings and
structural drawings, to be issued from time to time, by the Engineer-in-Charge.
Before commencement of any item of work the contractor shall correlate all the
relevant architectural and structural drawings, nomenclature of items and
specifications etc. issued for the work and satisfy himself that the information
available there from is complete and unambiguous. The figure and written
dimension of the drawings shall be superseding the measurement by scale. The
discrepancy, if any, shall be brought to the notice of the Engineer-in-charge before
execution of the work. The contractor alone shall be responsible for any loss or
damage occurring by the commencement of work on the basis of any erroneous
and/ or incomplete information and no claim whats The work shall be carried out
in accordance with the Good for Construction Architectural, Civil and Electrical
drawings as issued by the Engineer-in-Charge.
b. Before commencement of any item of work the Contractor shall correlate all the
relevant architectural, civil and electrical drawings, BOQ items and specifications
etc. and satisfy itself that the information available is complete and unambiguous.
The Contractor alone shall be responsible for any loss or damage occurring by the
commencement and execution of work based on any erroneous and or incomplete
information and no claim whatsoever shall be entertained on this account.
c. The execution of items shall be carried out in accordance to relevant CPWD
specifications (amended upto date of receipt of tenders). For the items which are
not covered under CPWD Specifications, the Particular Specifications / B.I.S.
Specifications shall have to be followed. The decision of Engineer-in-Charge shall
be final in this regard.
d. Wherever any reference is made to any Indian Standard, it shall be taken as
reference to the latest edition with all amendments / revision issued thereto upto
the date of receipt of tenders.
e. The contractor is required to deploy resources as per availability of site. However
no claim will be entertained for idle labour, idle machinery, idle technical/no-
technical staff, idle T&P etc.
f. The Contractor shall procure the required materials in advance so that there is
sufficient time to testing of the materials and clearance of the same before use in
the work. The Contractor shall provide at his own cost suitable weighing and
measuring arrangements at site for checking the weight / dimensions as may be
necessary for execution of work.
g. The terms machine batched, machine mixed and machine vibrated concrete used
elsewhere in agreement shall mean the concrete produced in concrete batching and
mixing plant and if necessary transported by transit concrete mixers, placed in
position by the concrete pumps, tower crane and vibrated by surface vibrator
/needle vibrator / plate vibrator, as the case may be to achieve required strength
and durability.
h. PPC Cement shall be used in the work unless there is any reason requiring use of
OPC as per approval of Engineer-in-charge.
i. No fly ash mixing at site would be allowed. However, with prior approval of
Engineer-in-charge, fly ash mixing can be allowed at the Batching plants at site
with proper handling mechanism and quality of fly ash as per codal requirement,
j. Under Special circumstances, contractor can be allowed to procure concrete from
RMC plant approved by engineer-in-charge. However, nothing extra shall be
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 157 - A.E.(E) / A.E.(C)


payable to the contractor for procurement of concrete from RMC plant except
rates payable for batch mixed concrete.
k. Escalation under clause 10 CA shall not be payable on cement consumed in Fly
Ash Bricks, AAC blocks.
l. The work of services will be executed simultaneously. The Contractor shall
minimize the scope of making recesses, holes, opening etc. as the same shall be
planned in advance and necessary grooves/niches shall be provided in shuttering
of RCC.
m. The Contractor shall conduct his work, so as not to interfere with or hinder the
progress or completion of the work being performed by other Contractor(s) or by
the Engineer-in-Charge and shall as far as possible arrange his work and shall
place and dispose of the materials being used or removed, so as not to interfere
with the operations of other Contractor simultaneously working or he shall arrange
his work with that of the others in an acceptable and coordinated manner and shall
perform it in proper sequence to the complete satisfaction of others.
n. Gypsum plaster shall be executed using pneumatic spray machine of reputed
make.
o. Laminates on flush doors shall be machine pressed, preferably in factory. The
design and pattern of laminates shall be as per the approval of engineer in charge.
p. The furniture, UPVC door-windows, Aluminium door-windows-framework, shall
be factory made.

1.27 RATES
a. The rates quoted by the contractor are deemed to be inclusive of site clearance,
setting out work, profile, setting lay out on ground, establishment of reference
bench mark(s), installing various signage, taking spot levels, survey with total
station, construction of all safety and protection devices, compulsory use of
helmet and safety shoes, and other appropriate safety gadgets by workers,
imparting continuous training for all the workers, barriers, preparatory works,
construction of clean, hygienic and well ventilated workers housings in sufficient
numbers as per drawing supplied by Engineer in charge, working during
monsoon or odd season, working beyond normal hours, working at all depths,
height, lead, lift, levels and location etc. and any other unforeseen but essential
incidental works required to complete this work. Nothing extra shall be payable
on this account and no extension of time for completion of work shall be granted
on these accounts.
b. The rates quoted by the tenderer shall be firm and inclusive of all taxes and levies
including GST. Taxes shall be deducted at source as per statutory orders and Govt.
rules and regulation, from bill payments to the contractor by Engineer-in-charge.
c. No foreign exchange shall be made available by the Department for importing
(purchase) of equipment, plants, machinery, materials of any kind or any other
items required to be carried out during execution of the work. No delay and no
claim of any kind shall be entertained from the Contractor, on account of variation
in the foreign exchange rate.
d. All ancillary and incidental facilities required for execution of work like labour
camp, stores, fabrication yard, offices for Contractor, watch and ward, temporary
ramp required to be made for working at the basement level, temporary structure
for plants and machineries, water storage tanks, installation and consumption
charges of temporary electricity, telephone, water etc. required for execution of
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 158 - A.E.(E) / A.E.(C)


the work, liaison and pursuing for obtaining various No Objection Certificates,
completion certificates from local bodies etc., protection works, testing facilities /
laboratory at site of work, facilities for all field tests and for taking samples etc.
during execution or any other activity which is necessary (for execution of work
and as directed by Engineer-in-Charge), shall be deemed to be included in rates
quoted by the Contractor, for various items in the schedule of quantities. Nothing
extra shall be payable on these accounts. Before start of the work, the Contractor
shall submit to the Engineer-in-Charge, a site / construction yard layout,
specifying areas for construction, site office, positioning of machinery, material
yard, cement and other storage, steel fabrication yard, site laboratory, water tank,
etc.
e. For completing the work in time, the contractor might be required to work in two
or more shifts (including night shifts). No claim whatsoever shall be entertained
on this account, not with-standing the fact that the contractor may have to pay
extra amounts for any reason, to the labourers and other staff engaged directly or
indirectly on the work according to the provisions of the labour and other statutory
bodies regulations and the agreement entered upon by the contractor with them.
f. All material shall only be brought at site as per program finalized with the
Engineer-in-Charge. Any pre-delivery of the material not required for immediate
consumption shall not be accepted and thus not paid for.
g. Nothing extra shall be payable to the contractor for compliance of various
additional conditions, special conditions, general terms & conditions, additional
/general specifications, etc. as prescribed in bid document except specifically
stated therein, on and above the quoted rate(s) of various items of schedule of
quantites (civil as well as electrical work) of the bid document.
h. Anywhere in the bid document / NIT, BOQ shall mean Schedule of Quantities.

1.28 ROYALTY: Contractor shall comply with all statutory rules and regulations w.r.t
royalty and other levies and taxes. Royalty at the prevalent rates shall be paid by the
contractor or his associate supplier as per Government rules, on all materials such as
boulders, metals, all sizes stone aggregates, brick aggregates, coarse and fine
aggregates, moorum, river sand, gravels and bajri etc. collected by him for the
execution of the work, directly to the revenue authority of the state government
concerned. Further, contractor needs to submit proof of submission of full royalty to
the state government or local authority. Nothing extra shall be payable on this
account.

1.29 ALL HEIGHTS, LIFTS, LEADS AND DEPTHS


Unless otherwise provided in the Schedule of quantities or in CPWD Specifications or
in the tender document, the rates tendered by the contractor shall be all inclusive and
shall apply to all heights, lifts, leads and depths of the building and nothing extra shall
be payable to him on this account.

1.30 Site office establishment: In order to ensure smooth, timely and proper management
of work by department’s project team under the Engineer-in-charge, the contractor
shall provide following arrangements at project site, for the entire duration of the
contract agreement i/c extension, if any. Nothing extra shall be paid to the contractor
for providing these arrangements at site :

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 159 - A.E.(E) / A.E.(C)


a. For site related works by the Engineer-in-charge and his project team, Contractor
shall provide (Prefabricated/built up) site office of approx 50 sqm area, with
furniture, all civil & electrical fittings & fixtures i/c AC in all rooms. The site
office shall have engineers room, support staff office rooms, meeting room, toilet,
panty, sample room, store room, record room etc. The electricity and day today
maintenance i/c cleaning, sweeping, (one multitasking staff to be provided)
security etc.. all shall be within the scope of the Contractor. Nothing extra shall
be paid for the same.
b. The contractor shall provide and maintain One photostat machine of latest
version i/c its A.M.C. except paper for photostat. Contractor shall also provide
services of one photo machine operator / MTS and internet connection (wi fi) at
the site office as per direction of Engineer-in-Charge to facilitate checking and
preparation of measurements, bill, records, progress reports and other work
related documents at site.
c. The contractor shall provide clean and safe drinking water for the workers
employed at site, his technical staffs and site staff of Department free of charge.

1.31 SUBMISSION AND DOCUMENTATION


a. 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.
b. The contractor shall make available three (03) sets of completed Building
Drawings, “As Built Drawings” along with literatures, manuals, warranty
certificates etc. of various installed fittings, fixtures and equipment for the
completed projects. This shall be the prerequisite for payment of final bill.
c. The contractor shall make available three (03) sets of all drawings of internal and
external services i.e. Water Supply, Sanitary line and Drainage lines. This shall be
the prerequisite for payment of final bill. These drawings shall have the following
information:
 For all piping, their diameters including soil, waste pipes and vertical
stacks.
 Ground and invert level of all drainage pipes together with locations of all
manholes and connections, up to outfall.
 For all water supply lines, diameter of pipes, location of control valves,
access panels etc.
d. The contractor shall make available four (04) sets of computerized Standard
Measurement Books (SMBs) having measurement of all the permanent standing
in a building.
e. The Performance Guarantee shall not be released to the contractor until the
aforesaid drawings are submitted to the Engineer-in-Charge.
f. The contractor will submit computerized measurement sheet for the work carried
out by him for making payment as per Clause-6A of the CPWD General
Conditions of Contract 2020 Maintenance Works (with correction slips upto
date ). For casting of RCC members and other hidden items the corrected and
duly test checked measurement sheets of reinforcement or that of other hidden
items shall be deposited with Engineer in charge or his authorized representative,
before casting of RCC or other hidden items. The delay in submission of corrected

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 160 - A.E.(E) / A.E.(C)


and duly checked measurement sheet may, therefore, delay casting of RCC or
execution of hidden item for which no hindrance shall be recorded.
g. To avoid delay, contractor should submit all samples well in advance so as to
give timely orders for procurement.

1.32 TEMPORARY WATER/ ELECTRICITY/ TELEPHONE CONNECTION


a. Arrangement of temporary telephone connection, water and electricity required
by contractor, shall be made by him at his own cost and also necessary
permissions shall be obtained by him directly from concerned authorities, under
intimation to the Department. Also, all initial cost and running charges, and
security deposit, if any, in this regard shall be borne by him. The contractor shall
abide by all the rules/ bye laws applicable in this regard and he shall be solely
responsible for any penalty on account of violation of any of the rules / byelaws
in this regard. Nothing extra shall be payable on this account.
b. The contractor shall be responsible for maintenance and watch and ward of the
complete installation and water / electricity meter and shall also be responsible
for any pilferage, theft, damage, penalty etc in this regard. The contractor shall
indemnify the Department against any claim arising out of pilferage, theft,
damage, penalty etc. whatsoever on this account. Security deposit for the work
shall be released only after No Dues Certificates are obtained from the local
Authorities from whom temporary electric/ water / telephone connection have
been obtained by the contractor. Nothing extra shall be payable on this account.
c. The Department shall in no way be responsible for either any delay in getting
electric and/or water and/or telephone connections for carrying out the work or
not getting connections at all. No claim of delay or any other kind, whatsoever,
on this account shall be entertained from the contractor. Also contingency
arrangement of stand-by water & electric supply shall be made by the contractor
for commencement and smooth progress of the work so that work does not suffer
on account of power failure or disconnection or not getting connection at all. No
claim of any kind whatsoever shall be entertained on this account from the
contractor. Nothing extra shall be payable on this account.

1.33 Other Conditions w.r.t Payment of Bills to Contractor :


a. The full nomenclature of the items shall be adopted in preparing abstract of final
bill in the measurement book and also in the bill form for final bill.
b. In the case of items of which abbreviated nomenclature is not available in the
above cited publication and also in case of extra and substituted items of works for
which abbreviated nomenclature is not provided in the agreement, the full
nomenclature of items shall be reproduced in the measurements books and bill
forms for running account bill.
c. All running account bills preferred by the contractor for advance payments shall
be processed only if Engineer-in-charge is satisfied that upto date investments
(excluding security deposit & performance guarantee, which are not considered as
investments) made by the contractor against contracted work are more than the
payments received. Accordingly, all running account bills shall be supported with
an account of up-to-date payments received vis-a-vis upto date investments made
on the work to enable engineer-in-charge to check to his satisfaction that the
payments made by engineer-in-charge are properly utilised only on the work and
no where else.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 161 - A.E.(E) / A.E.(C)


d. Contractor should hand over the warranty of all the specialized items and non
specialized items, if any such warranty provided by manufacturer, which have
been installed in the constructed building to the department.
e. Contractor shall give performance test of the water supply, sanitary, sewer and
electrical installation(s) as per the specifications in the presence of the Engineer-
in-charge or his authorized representative before the work is finally accepted and
nothing extra what-so-ever shall be payable to the Contractor for the test.
f. Contractor shall not divert any RA bill payments and advance payments or part
thereof for any work other than that needed for completion of the contracted work.
All advance payments received as per terms of the contract (i.e. mobilisation
advance, secured advance against materials brought at site, secured advance
against plant & machinery and/or for work done during interim stages, etc) are
required to be re-invested in the contracted work to ensure advance availability of
resources in terms of materials, labour, plant & machinery needed for required
pace of progress for timely completion of work.
g. The contractor shall have to execute guarantee bonds in respect of water supply
and sanitary installation works, Sewerage Treatment plant work, UPVC Window
work and water proofing works as per performa annexed in this bid document.

1.34 JURISDICTION OF COURT


Courts at Jaipur shall have the jurisdiction to decide any dispute arising out of or in
respect of this contract.

1.35 Guidelines for COVID-19 Outbreak :

1.35.1 "Standard Operating Procedures (SOPs) and Guidelines for Construction Site
for COVID-19 Outbreak" issued vide DG, CPWD, New Delhi O.M. No. 2/9/2020-
WII/DG/169 dated 05.05.2019 (Annexure-VIII) shall be followed.

1.35.2 Also any other Govt. directions in this regard from time to time until the effect of
COVID-19 has to be followed.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 162 - A.E.(E) / A.E.(C)


Additional Specifications for Civil Works

1.0 Cement
1.1 Agency shall procure 43 Grade OPC conforming to IS : 8112 / PPC conforming
to IS : 1489 (Part 1) as required in the work from cement manufacturers
mentioned in the list of Preferred makes for civil works or from any other
reputed cement manufacturer having a production capacity not less than 1 million
tons per annum as approved by CE, CPWD, Jaipur. Uses of GGBS /Fly ash with
OPC is permitted.
1.2 The 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 the test results indicate that the cement arranged by the
Contractor does not conform to the relevant BIS codes, the same shall stand
rejected, and it 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.
Supply of cement shall be taken in 50-kg bags bearing manufacturer’s name, or
his registered trademarks if any and grade and type of cement as well as ISI
marking. The packing of the cement bags shall be as per CPWD specifications
2009.
1.3 The cement shall be brought at site in bulk supply of approximately 50 tons or
more as decided by the Engineer-in-charge. The cement godown of Minimum
2000 bags capacity to store the cement shall be constructed by the Contractor at
site of work for which no extra payment shall be made.
1.4 Double lock provision shall be made to the door of the cement godown. The keys
of one lock shall remain with the engineer-in-charge or his authorised
representative and the keys of other lock shall remain with the contractor. The
contractor shall be responsible for the watch and ward and safety of cement
godown. The contractor shall facilitate the inspection of cement godown by the
Engineer-in-charge at any time.
1.5 The cement shall be got tested by the Engineer-in-charge and shall be used on the
work only after satisfactory test results have been received. The Contractor shall
supply free of charge the cement required for testing including its transportation
cost to testing laboratories.
1.6 The actual issue and consumption of cement on work shall be regulated and
proper accounts maintained as provided in clause 10 of the contract. The
theoretical consumption of cement shall be worked out as per procedure
prescribed in clause 42 of the contract and shall be governed by conditions laid
therein. In case the cement consumption is less than theoretical consumption
including permissible variation, recovery at the rate so prescribed shall be made.
In case of excess consumption, no cost adjustment shall be made.
1.7 The cement brought to the site and the cement remaining unused after completion
of the work shall not be removed from site without the written permission of the
Engineer-in-charge.
1.8 The damaged cement shall be removed from the site immediately by the
Contractor on receipt of a notice in writing from the Engineer-in-charge. If he
does not do so within 3 days of receipt of such notice, the Engineer-in-charge
shall get it removed at the cost of the Contractor.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 163 - A.E.(E) / A.E.(C)


2.0 Steel Reinforcement Bars
2.1 The CPWD/Contractor shall/procure IS marked TMT bars of various grades from
(1) The Steel Manufacturers such as SAIL, TATA steel Ltd., RINL, Jindal Steel
& Power Ltd, JSW steel Ltd. or their authorized dealers having valid BIS
license for IS: 1786-2008 (Amendment-l November 2012)
(2) (a) The steel manufacturers or their authorized dealers (as per following selection
criteria) having valid BIS license for IS:1786- 2008 (Amendment-1 November
2012).
2.2 The procured steel should have following qualities:-
i. Excellent ductility, bend ability and elongation of finished product due to
possible refining technology.
ii. Consumption of steel should be accurate as per design.
iii. Steel should have no brittleness problem in finished product.
iv. Steel should carry the quality of corrosion and earthquake resistance.
v. Quality steel with achievement of proper level of sulphur and phosphorus as
per IS:1786-2008.
2.3 Selection Criteria of steel manufacturers
(1) The supply of reinforcement steel for all CPWD works should have following
selection criteria of steel manufacturers:-
Steel producers of any capacity using iron ore/ processed iron ore as the basic
raw material adopting advanced refining technologies as given under,
(i) DRI-EAF= Direct Reduced iron - Electric arc furnace.
or
(ii) BF-BOF= Blast furnace - Basic oxygen furnace
or
(iii) COREX-BOF= COREX- Basic oxygen furnace
For production of liquid steel to finish product at single/multiple locations with
NABL or any other Similarly placed accrediting Government body which operates
in accordance with ISO/IEC 17011 and accredits labs as per ISO/IEC 17025
conforming to IS:1786 -2008 (Amendment -1 November 2012).
The check list for incorporation of any quality steel producer is enclosed for
technical assessment is given in Annexure-L
Chief Engineer CSQ (Civil) unit, Directorate of CPWD shall approve the steel
manufacturers.
2.4 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.
2.5 Samples shall also be taken and got tested by the Engineer-in-Charge as per the
provisions in this regard in relevant BIS codes. In case the test results indicate that
the steel arranged by the contractor does not conform to the specifications, the
same shall stand rejected, and it shall be removed from the site of work by the
contractor at his cost within a week time or written orders from the Engineer-in-
Charge to do so.
2.6 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.
The steel reinforcement bars shall be stored by the contractor at site of work in
such a way as to prevent their 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.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 164 - A.E.(E) / A.E.(C)


For checking nominal mass, tensile strength, bend test, re-bend test etc. specimens
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 For consignment above


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

10 mm to 16mm dia One sample for each 35 One sample for each 45
Bars tonnes or part there of tonnes or part there of

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

2.7 The contractor shall supply free of charge the steel required for testing including
its transportation to testing laboratories. The cost of testing of steel
reinforcement shall be borne by the contractor.
2.8 The actual issue and consumption of steel on work shall be regulated and proper
accounts maintained as provided in clause 10 of the contract. The theoretical
consumption of steel shall be worked out as per procedure prescribed in clause 42
of the contract and shall be governed by conditions laid therein. In case the
consumption is less than theoretical consumption including permissible variations,
recovery at the rate so prescribed shall be made. In case of excess consumption no
adjustment need to be made.
2.9 The Steel brought to site and remaining unused shall not be removed from site
without the written permission of Engineer-in-Charge.
2.10 Reinforcement including authorized spacer bars and lappages shall be measured in
length for different diameters as actually (not more than as specified in the
drawings) used in the work nearest to a centimetre. Wastage and unauthorized
overlaps shall not be measured.
2.11 The standard sectional weights referred to shall be as in Table 5.4 in para 5.3.4 in
revised CPWD specifications 2009 Vol. I will be considered for conversion of
length of various sizes of TMT bars in to standard weight.
2.12 Record of actual sectional weights shall also be kept dia wise and lot wise. The
average sectional weight for each diameter shall be arrived at from samples from
each lot of steel received at site. The decision of the Engineer in Charge shall be
final for the procedure to be followed for determining the average sectional weight
of each lot. Quantity of each diameter of steel received at site of work each day
will constitute one single lot for the purpose. The weight of steel by conversion of
length of various sizes of bars based on the actual weighted average sectional
weight shall be termed as Derived Actual Weight.
2.13 If the derived weight is less than the standard weight, then the Derived Actual
Weight shall be taken for payment.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 165 - A.E.(E) / A.E.(C)


2.14 If the derived actual weight is found more than the standard weight, than standard
weight as worked out as per para above shall be taken for payment. Nothing shall
be paid extra for the difference in Derived/ Actual Weight and standard weight.
2.15 Every care should be taken to avoid mixing different types of grades of bars in the
same structural members as main reinforcement to satisfy relevant clause of IS:
456. In case of buildings, wherever the situation necessitates, the change over shall
be permitted only from any one level onwards. In case of foundations, all
foundation elements (footings and grade beams) shall have the same kind of steel.
In the case of columns, all structural elements up to the level of change, where the
change over is taking place should have the same kind of steel as those in
columns.
2.16 The reinforcing steel brought to site of work shall be stored on brick / timber
platform of 30/40-cm height, nothing extra shall be paid on this account.
The contractor shall have to obtain and furnish manufacturer test certificates to the
Engineer-in-charge in respect of steel brought by him to the site of work.

Special Condition for Steel


(Reference para 2.1)
Sr. Item Checkpoint Remarks
No.
1. Steel Producer a. Factory address and Registration
having b. Certificate of manufacturing process
manufacturing c. Refining process of steel Producer
facilities at plant c.1 BF- BOF route
c.2 Corex - BOF route
c. 3 DRI – EAF route
With documentary evidence either for
BOF or EAF
d. Steel plant having infrastructure for
producing sponge iron, billete and TMT
Rebars
e. Production and Quality Flow Chart
f. Plant Evaluation and Process
Verification
g. List of Plant & Machinery
2. Established Document verification for:
a. Govt. / PSUApprovals
b. Supply orders of TMT Re-bars in
Govt.
Projects (Minimum-5 years)
c. Verification of direct supply orders to
any
State/Central Govt. Department I
d. User Certificate issued by any Govt.
Department directly
3. Indigenous Documentary evidence like;
a. Certificate of Incorporation
b. Memorandum of Articles of
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 166 - A.E.(E) / A.E.(C)


Association
c. Credit rating of the company from
CARE/CRISIL/ICRA should not be C/D
grade (minimum last 3 year)
4. Reliable a. Test Results from Govt./NABL
accredited
laboratories
b. In-house testing facility for
physical/Chemical tests (NABL
accredited)
d. Calibration Certificates
e. List of Lab Equipments:
e.1 Spectrometer
e.2 Computerized UTM

5. Use of iron- Verification of Iron-Ore/Process iron ore


ore/Processes iron Invoices
are as basic raw
materials
6. In- house rolling Plant verification to identify in-house
facility rolling facilities, production of liquid
steel & crude steel
7. Licenses & a. ISO9001:2008 Certification
Certificates b. ISO 14001:2004 Certification
c. OHSAS 18001:2007 Certification
d. IS 1786:2008 (TMT) Re-bars)
e. IS 2830:1990 (Billets)
8. Product Range TMT Re-bars
FE415/415D/500/500D/550/550DCRS
(Corrosion Resistant) & EQR Earthquake
Resistant) TMT Re-Bars Size 8 to 36 mm
dia

3.0 Design Mix Concrete from Batch Mix Plant or RMC.


3.1 Design mix is to be carried out as per IS 10262, IS 456 and other relevant IS codes /
CPWD Specifications amended upto date .
3.2 The Contractor shall install fully automatic Batch Mix Plant at site or in nearby area
wherever permissible. If required, Contractor will arrange concrete from RMC (Ready
Mix Concrete) producing plants (located within 50 km distance from the site of work)
with prior approval from Engineer-in-charge. Nothing extra shall be payable for
sourcing concrete from RMC plant.
3.2.1 For all purposes, the Contractor shall carry out fully, the responsibilities of the
“placement Contractor” and the “manufacturer of concrete”.
3.3 The Engineer-in-Charge will reserve the right to inspect at any stage and reject the
concrete if he is not satisfied about quality of product at the user’s end.
3.4 The Engineer-in-charge reserves the right to exercise control over the: -
3.4.1 Ingredients, water and admixtures purchased, stored and to be used in the
concrete including conducting of tests for checking quality of materials,
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 167 - A.E.(E) / A.E.(C)


recording of test results and declaring the materials fit or unfit for use in
production of mix.
3.4.2 Calibration check of the RMC /Fully Automatic Batching plant.
3.4.3 Weight and quantity check on the ingredients, water and admixtures added for
batch mixing.
3.4.4 Time of mixing of concrete.
3.4.5 Testing of fresh concrete, recordings of results and declaring the mix fit or
unfit for use. This will include continuous control on the workability during
production and taking corrective action, if required.
3.5 For exercising such control, the Engineer-in-charge shall periodically depute his
authorized representative at the RMC/Fully automatic batching plant. It shall be
responsibility of the Contractor to ensure that all necessary equipment, manpower &
facilities are made available to Engineer-in-Charge and/or his authorised
representative at RMC/Fully automatic batching plant.
3.6 All required relevant records of produced and used concrete shall be made available
to the Engineer-in-Charge or his authorised representative. Engineer-in-Charge shall,
as required, specify guidelines & additional procedures for quality control & other
parameters in respect of materials, production & transportation of concrete mix which
shall be binding on the Contractor. Only concrete as approved in design mix by
Engineer-in-Charge shall be produced and transported to the site.
3.7 The concrete mix design with and without admixture will be carried out by the
Contractor, at his own cost, through one of the following laboratories/Test houses to
be approved by Engineer-in-charge: -
3.7.1 Site laboratory of approved RMC plant or own fully automatic batch mix
plant approved by Engineer-in-charge.
3.7.2 IITs, NITs or any Govt. Engineering College.
3.7.3 National Council for Cement & Building Materials, Ballabhgarh.
3.7.4 CRRI, Delhi.
3.7.5 In the event of all the above laboratories being unable to carry out the
requisite design/testing; the Contractor shall have to get the same done from
any other reputed laboratory with prior approval of the Engineer-in-Charge.
Note:- Admixture / Plasticizer to be used in concrete should be PCE (Poly Carboxyl
Ether) based.

4.0 Waterproofing
4.1 In case, contractor does not possess requisite eligibility and experience in water
proofing work as per NIT condition, he shall associate specialized agency for
water proofing work, duly approved by the Engineer-in-Charge.
4.2 The water proofing compounds shall be in accordance to approved make of materials
annexed in the contract agreement. Contractor shall get the water proofing product
and its make approved from Engineer-in-charge. However, this approval shall not
exempt the contractor from responsibility for success of water proofing treatment
done by him.
4.3 Total quantity of the water proofing compound required shall be arranged only after
obtaining the prior approval of the make by Engineer-in-charge in writing. Materials
shall be kept under double lock and key and proper account of the water proofing
compound used in the work shall be maintained. It shall be ensured that the
consumption of the compound is as per specified requirements.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 168 - A.E.(E) / A.E.(C)


4.4 Specialised labour shall prepare a mock up sample to demonstrate to engineer-in-
charge the success of water proofing treatment.
4.5 The finished surface after water proofing treatment shall have adequate smooth slope
as per the direction of the Engineer-in-charge.
4.6 Before commencement of treatment on any surface, it shall be ensured that the outlet
drain pipes / spouts have been fixed and the spout openings have been eased and
rounded off properly for easy flow of water.
4.7 The contractor shall get water proofing work done checked by engineer-in-charge or
his authorized representative by flooding of water for sufficient duration as directed
by Engineer-in-charge. However, this approval shall not exempt the contractor from
responsibility for success of water proofing treatment done by him.
4.8 The Contractor, for the work of water proofing, will have to execute a guarantee bond
in the prescribed proforma in this bid document for removing any defects in
waterproofing done by it in this contract for 10 years after completion of entire work
in the contract agreement.
4.9 5% of total cost of water proofing item (excluding cost of external plaster on
masonary, if water proofing compound added in external plaster also) shall be
retained as additional security deposit and the amount so withheld would be released
after ten years from the date of completion of the entire work under the agreement. If
the performance of the work done is found unsatisfactory and any defects noticed
during the guarantee period, they shall be rectified by the Contractor within 10 days
of receipt of intimation of defects in the work. If the defects pointed out are not
attended to within the specified period, the same will be got done from another
Contractor at the risk and cost of the Contractor.

5.0 ALUMINIUM WORK


5.1 The material for the work shall be procured from the approved manufacturer as per
preferred make list for materials in this contract agreement. The Contractor shall
procure and submit samples of various materials to be used in the work for the
approval of Engineer-in-Charge and no work shall commence before such samples
are approved. Samples of un-anodized as well as polyester powder coated
aluminium sections, microwave cured EPDM gaskets, glass, stainless steel screws,
anchor fasteners, hardware and any other material or components requiring approval
of samples, in opinion of Engineer-in-Charge, shall be submitted for the approval as
mentioned above. The above samples shall be retained as standards of materials and
workmanship.
5.2 The Contractor shall prepare a finished sample of the aluminium window along with
glazing panel and fittings etc. for approval of workmanship and material. Nothing
extra shall be payable on this account.
5.3 Only after the approval of the material samples and sample windows by the
Engineer-in-Charge, the Contractor shall procure the material for the work. All
materials brought to the site by the Contractor, for use in the work, as well as
fabricated components shall be subject to inspection and approval by Engineer-in-
Charge. The Contractor shall produce manufacturer’s test certificates for any
material or particular batch of materials supplied by him.
5.4 Aluminium sections to be used for various works shall be appropriate to meet
technical, structural, functional and aesthetic considerations. The polyester powder
coating shall be carried out in a factory / workshop approved by engineer-in-charge.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 169 - A.E.(E) / A.E.(C)


5.5 Fabrication : The factory for fabrication and anodizing/polyster coating of
aluminum windows/doors/frameworks shall be got approved from Engineer-charge.
The fabrication unit should have experience of having done similar work of similar
cost in 7 years prior to date of submission of proposal by contractor.
5.6 All joints shall be accurately fabricated and be hairline in appearance. The finished
surface shall be free from visible defects. All the aluminium
windows/ventilators/doors shall be factory made and shall be brought to site for
assembly and fixing.
5.7 All hardware used shall conform to the relevant specifications and as per samples
approved by the Engineer-in-Charge. Design, quality, type, number and fixing of
hardware shall be generally in accordance with architectural drawings and as
approved by the Engineer-in-Charge before use.
5.8 All doors, windows, ventilators and glazing etc. shall be made water tight with
microwave cured EPDM gaskets and weather silicone sealants to the satisfaction of
the Engineer-in-Charge.
5.9 The frames shall be strictly as per Architectural drawings, the corners of the frame
being fabricated to the true right angles. Both the fixed frames and openable shutter
frames shall be fabricated out of sections cut to required length, mitered and
mechanically jointed for satisfactory performance. All members shall be accurately
machine milled and fitted to form hairline joints. The jointing accessories such as
aluminum cleats, stainless steel screws etc. shall not to cause any bi-metallic
reaction by providing separators, wherever required. Vertical members of the
aluminum frame work shall be embedded in the floors, wherever required, by
cutting and making good of the floor.
5.10 FIXING OF ALUMINIUM FRAME WORK
5.10.1 The screws used for fixing fixed aluminum frames of the aluminum windows to
masonry walls / RCC members and aluminum members to other aluminum
members shall be of stainless steel of approved make and quality and of stainless
steel grade 304. Threads of machine screws used shall conform to requirement of
I.S. 4218.
5.10.2 For the aluminium windows, the gap between the aluminium frames and the R.C.C
/ Masonry and also any gaps in the various sections shall be filled with weather
silicone sealant DC 795 of Dow Corning or equivalent in the required bite size, to
ensure water tightness including providing and fixing backer rod , wherever
required. The weather silicone sealant shall be of such approved colour and
composition that it would not stain or streak the masonry / R.C.C. work. It should
not sag or flow and shall not set hard or dry out under any conditions of weather
and shall be tooled properly. The weather silicone sealant shall be used as per the
manufacturer’s specifications and shall be of approved colour and shade. Any
excess sealant shall be removed / cleared.
5.10.3 Fixing of glass panes shall be designed in such a way that replacing damaged /
broken glass panes is easily possible without having to remove or damage any
members or interior finishing materials.
5.11 PROTECTIONS AND CLEANING
5.11.1 All glass panes shall be retained within aluminium framing by use of exterior grade
microwave cured EPDM gaskets. Use of glazing or caulking compounds around the
perimeter of glass will not be permitted. There shall be no whistling or rattling.
Before installation of glass, Contractor shall ensure the following:

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 170 - A.E.(E) / A.E.(C)


 All glazing rebates shall be square, to plumb, true to plane, dry and free from
dust.
 Glass edge shall be clean and cut to exact size and grounded
 Low ‘E’ – Heat strengthened glass of specified thickness in doors, windows,
ventilators and fixed glazing etc. shall be of approved make and standard
quality conforming to C.P.W.D. Specifications.

6.0 MEASUREMENT AND RATES:


6.1 Aluminium frame work shall be measured as per CPWD specifications.
6.2 For glazing, the actual area of the glass panels excluding the portion in the beading
shall be measured in sqm upto two decimal places, for payment.
6.3 Stainless steel adjustable heavy duty friction hinges and the aluminium handles for
the openable side hung windows shall be of "Earl Bihari” Ebco, make or equivalent as
approved by the Engineer-in-Charge. 2 nos. friction hinges shall be provided per
shutter.
6.4 The cost of designing and preparation of shop drawings, all the samples, mockup of
window etc. is deemed to be included in the cost of the relevant items. Nothing extra
shall be payable on this account.
6.5 The item for aluminium for fixed portions for aluminium windows and frame work
for partitions shall include cost of all inputs of labour, polyester power coated
(anodized aluminium sections, including cleats, other fixtures, stainless steel screws,
nuts, bolts, rawl plugs, backer rods, polyethylene tapes etc. which shall be required
for fabrication and erection of aluminium work, T & P, all incidental charges,
wastages etc. involved in the work. However, for the purpose of payment, the weight
of aluminium sections for the fixed window frame and frame work for partitions shall
be measured in Kg.
6.6 The aluminium cleats, stainless steel screws, nuts, bolts, separators etc. shall not be
measured separately for payment and their cost is deemed to be included in the cost of
this item. The item for aluminium for frame work for fixed partitions shall also
include cost of providing and fixing stainless steel anchor fasteners as required.
6.7 The item of aluminium for the openable aluminium shutters for windows and doors
etc., shall include cost of all inputs of labour, material (polyester powder coated
aluminium sections, including such as cleats / angles, other fixtures, stainless steel
screws nuts, bolts, stainless steel hinges etc. which shall be required for fabrication of
aluminium work) T & P, all incidental charges, wastages etc. involved in the work.
However, for the purpose of payment, the weight of aluminium sections for the
window shutter (sash frame) shall be measured in Kg. The aluminium cleats, stainless
steel anchor fasteners, screws, nuts, bolts, separators, stainless steel hinges, etc. shall
not be measured separately for payment and their cost is deemed to be included in the
cost of this item. The anodized aluminium snap beading for fixing glass panels in the
openable shutters of the windows shall be measured separately ( on weight basis) and
paid under this item of aluminium frame work for window shutters.
6.8 The glass shall be paid for separately under relevant item. The cost providing and
fixing Microwave cured EPDM gasket, felt etc. is included in the cost of this item and
shall not be measured separately for payment.
6.9 The item for the aluminium frame work includes cost of making provision for fixing
fittings, wherever required, as per the item description (The cost for providing fitting
i.e. handle, lock and buffer, silicon sealant shall be paid for separately).
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 171 - A.E.(E) / A.E.(C)


7.0 GUARANTEE FOR ALUMINIUM WORK
7.1 The contractor shall guarantee about proper design and performance of aluminium
work for a period of 10 years from the date of completion of work.
7.2 The design and installation shall be to the best international standards and shall
specially take account of wind and seismic loads, storms, thermal stresses, building
movements and the like.
7.3 The 10 year guarantee, shall be furnished in non-judicial stamp paper of value
Rs.100/- or more, in prescribed performa for performance of glazed units, anodizing,
EPDM/silicon gaskets and sealants. The guarantees shall be submitted before final
payment and shall not in any way limit any other rights to correct which the Employer
may have under the Contract.
7.4 In addition to above, 5% (Five percent) of the cost of all the items under sub-head
ALUMINIUM WORK, as mentioned in schedule of quantities, shall be withheld
from the bills towards guarantee as specified above. This amount to be withheld
towards guarantee shall be in addition to the other amounts to be withheld as
mentioned elsewhere in the contract agreement. However, half of this withheld
amount would be released after five years from the date of completion of the work, if
the performance, as required, is satisfactory. The remaining withheld amount shall be
released after 10 years from the date of completion of work, if the performance, as
required, is satisfactory. If any defects is noticed during the guarantee period, it shall
be rectified by the contractor within seven days of issue of notice to the contractor,
temporarily, to the satisfaction of the CPWD/ Client Department or any other
authorized representative of client department and within a period of one month
the permanent rectification of the defects/replacement of defective materials should
be carried out by the contractor. If not attended to, the same shall be got done
through other Contractor at the risk and cost of the contractor and the cost, which
shall be final and binding on the contractor, shall be recovered from the amount
withheld towards the guarantee as mentioned above or any other amount due to the
contractor. However, the amount withheld as guarantee can be released in full,
irrevocable bank guarantee, from a Schedule/Nationalized Banks, of the same
amount, for the guarantee period is submitted by the contractor in favour of Engineer-
in-charge. The defects, if any, shall be rectified, retaining the same aesthetics and
other functional parameters of the original work.

8.0 Additional Conditions for Painting Work :


8.1 Mechanical sanding machine (for scrubbing & preparation of surface) shall be used
by the contractor.
8.2 In case of painting over old work / new work, the contractor shall give proper notice
to the Engineer-in-charge after the surface is prepared & before applying of primer
coat / paint. The Engineer-in-charge shall either approve the surface thus prepared or
ask the contractor to rectify the defects pointed. Only after approval by Engineer-in-
charge, the priming / painting coat shall be applied.
8.3 Primer coat shall be applied over cement based putty as per specifications of the paint
manufacturers. If the component of primer is not included in the BOQ agreement item
for painting, then payment for primer shall be made to the contractor separately.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 172 - A.E.(E) / A.E.(C)


9.0 Preferred Make & Approval of materials:
9.1 Contractor shall adopt materials in work as per preferred make of materials annexed
in this contract document. Contractor shall submit samples of materials he propose to
use for this work for approval of engineer-in-charge. The approved samples shall be
preserved at work site in safe custody till completion of whole work. In case any
sample submitted by contractor is not approved by Engineer-in- charge, contractor
shall arrange and submit alternate samples for approval of engineer-in-charge. The
Contractor should also consider the availability of spares parts/components for
maintenance purposes while proposing any brand/manufacturer.
9.2 Wherever work is specified to be done or material procured through specialized
agencies, their names shall be got approved well in advance from Engineer-in-charge.
Failure to do so shall not justify delay in execution of work. It is suggested that
immediately after award of work, contractor should negotiate with concerned
specialist agencies and send their names for approval to Engineer-in-charge. Any
material procured without prior approval of Engineer-in-charge in writing is liable to
be rejected. Engineer-in-charge reserves right to get the materials tested in
laboratories of his choice before final acceptance. Non standard materials shall not be
accepted.
9.3 Various factory made materials shall be procured from reputed and approved
manufacturers or their authorized dealers and the material shall conform to the make
as specified in this contract agreement. However for the items not appearing in the
list, preference shall be given to those articles which bear ISI certification marks. In
case articles bearing ISI certification marks are not available or where BIS
certification system is available for a particular material/product but not even a single
producer has so far approached BIS for certification, the material can be used subject
to the condition that in such case written approval of Engineer-in-charge be obtained
before use of such material in the work.
9.4 All materials and articles brought by the contractor to the site for use shall conform to
the samples approved, which shall be preserved till the completion of the work.
However, such articles which bear ISI mark but stand banned by CPWD will not be
used. Not with standing the case of materials of "Preferred Make" as given, provisions
of Clause 10A of the General Conditions of Contract for Central PWD works shall be
applicable on the materials of "Preferred Make" also.
9.5 In the schedule of quantities / nomenclature of some items, the make(s) of product /
material has been mentioned. The contractor is required to provide the same make(s)
as mentioned in the item. If the same are not available in the market or the suppliers
adopts monopolistic practice then the approval of other equivalent brand / make,
matching with BOQ items and specification, can be taken from Engineer-in-charge.
The contractor will submit such a case at least three months before the materials is
required at site. If the rate of other equivalent brand / make are less than the brand /
make mentioned in the BOQ item, than necessary cost adjustment will be made for
difference in rates.
9.6 For items / materials not appearing in the list of preferred make of materials, decision
of Engineer-in-charge shall be final and binding.
9.7 The list of preferred make of materials for Civil Works is given as Annexure-II.
9.8 Sanitary and water supply items shall be as per make specified in BOQ item(s) and if
no make is mentioned in BOQ item, same shall as per "Normal Range" in preferred
make list of materials.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 173 - A.E.(E) / A.E.(C)


9.9 Sample of building materials, fittings and other articles required for execution of
work shall be got approved from the Engineer-in-Charge before use in the work. The
quality of samples brought by the Contractor shall be judged by standards laid down
in the relevant CPWD/ BIS specifications. In case, samples provided by Contractor
are not approved, Contractor shall submit new samples of the materials and other
articles for approval of Engineer-in-charge. Decision of Engineer-in-charge w.r.t.
approval of samples of materials shall be final and binding on the contractor. All
materials and articles brought by the Contractor to the site for use shall conform to the
samples approved by the Engineer-in-Charge which shall be preserved till the
completion of the work.
9.10 BIS marked materials except otherwise specified shall be subjected to quality test at
the discretion of the Engineer-in-Charge besides testing of other materials as per the
specifications described for the item/material. Wherever BIS marked materials are
brought to the site of work, the Contractor shall, if required, by the Engineer-in-
Charge, furnish manufacturer’s test certificate or test certificate from approved testing
laboratory to establish that the material procured by the Contractor for incorporation
in the work satisfies the provisions of contract agreement, specifications / BIS codes
relevant to the material and / or the work done.

10.0 GUARANTEE BONDS FOR VARIOUS ITEMS :


The contractor shall be duly responsible for and shall guarantee proper design and
performance of the following items for a period of 10 years from the date of
completion of the work:-
1 All water proofing work (except Five percent of the cost of work of these items
waterproofing on masonry plaster) shall be retained as security deposit.
2 Internal water supply and Internal
sanitary installations except The amount so withheld would be released after
sanitary fittings*. 10 (Ten) years from the date of completion of
(*Manufacturer warranty for the entire work under the agreement, if the
sanitary fittings shall be submitted performance of the work done is found
to Engineer-in-charge) satisfactory. If any defect / leakage is noticed
during the guarantee period, it shall be rectified
by the contractor within seven days of receipt
of intimation of defects in the work. If the
defects pointed out are not attended to within
the specified period, the same will be got done
from another Contractor at the risk and cost of
contractor.

However, the security deposit deducted may be


released in full against bank guarantee of
equivalent amount in favour of Engineer-in-
charge, if so decided by the Engineer-in-charge.

The Security deposit against this item of work


shall be in addition to the security deposit
mentioned elsewhere in contract form.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 174 - A.E.(E) / A.E.(C)


Special Conditions regarding Royalty of Materials to be used in Construction work

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 175 - A.E.(E) / A.E.(C)


Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 176 - A.E.(E) / A.E.(C)


Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 177 - A.E.(E) / A.E.(C)


Annexure-II
LIST OF PREFERRED MAKES (CIVIL WORKS)

Approved makes of materials to be used in the work are as under. In case of non availability
of these makes, the Engineer-in-charge may allow use of alternative BIS makes o f
materials in the work. Non BIS marked materials may be permitted by the Engineer-in-
charge.
S.No Material Revised List of Preferred Make
1. (i) Ordinary Portland Cement / Portland ACC, Ultratech, Ambuja Cement, J.K.
Pozzolona Cement. Cement, Century Cement, Shree Cement,
Jaypee Cement, Vikram Cement, Wonder
Cement, Prism Cement
(ii) White Cement Birla White , J.K. White
2. Reinforcement Steel SAIL, Tata Steel, Rashtriya Ispat Nigam
Ltd.(RINL), JSW Steel Ltd., Jindal Steel &
Power Ltd.
3. Water Proofing Compounds, Fosroc, ROFF / Dr.Fixit (Pidilite Industries),
Admixtures, Plasticizer (PCE based CICO, Sika, BASF, ArdexEndura (Bal
only), Curing Compounds Endura), Scot Chemicals, STP Limited,
LevelMaxX, Shalimar's Kavassu
4. Integral Water proofing compound with Fosroc, Conplast 421 Dr.Fixit : LW+,
cement (For Plaster & Mortar) Sika : Sikacim,
Asian Paints : Smart care vitalia
& equivalent product of BASF, CICO,
ArdexEndura, Scot Chemicals, STP Limited,
Shalimar's Kavassu
5. Water proofing compound for Fosroc : Brush Bond,
bathroom/ toilet/ balcony & other wet CICO : Tapecrete,
areas Dr.Fixit : Pidifine 2K, Sika : Nito Bond,
Asain Paints : Damp Block 2 K
& equivalent product of BASF,
ArdexEndura, Scot Chemicals, STP Limited,
Shalimar's Kavassu
6. Crystalline water proofing compound Fosroc : Fosroc Crystalline
Dr Fixit : Dr.Fixit Crystalline
Sika : Sika Crystalline
Asian Paints : Crystalline Quart
& equivalent product of BASF, CICO,
ArdexEndura, Pentron, Scot Chemicals, STP
Limited, Shalimar's Kavassu
7. Grouts, Tile Adhesive Latecrete, Kerokoal, BASF, ArdexEndura,
Ferrous Crete, Pidilite, Scot Chemicals, STP
Limited, TilemaxX, Shalimar's Kavassu
8 Stone Adhesive Pidilite - Fevimate excel, BASF,
ArdexEndura, MYK Laticrete, Scot
Chemicals, Shalimar's Kavassu
9 Structural Steel SAIL, Tata Steel, RashtriyaIspat Nigam
Ltd.(RINL), and JSW Steel Ltd., Jindal Steel
& Power Ltd., APL Apollo
10 Polycarbonate Sheet GE Plastic, LEXAN, Bayers
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 178 - A.E.(E) / A.E.(C)


11 Profile steel sheet Ezydeck of TATA, Lloyd Superdeck, JSW /
Jindal
11 Sandwich Profile panel Lloyd, Synergy, Metclo, Kingspan (Note :
(A) Profile steel sheet should be of make
Tata/Jindal/JSW)
12 Particle Board Action TESA, Greenlam, Merino, Jayna,
Green Panel
13 Laminates Action TESA, Greenlam, Century Ply,
Merino, Sunmica
14 Flush door shutters Jayna, Century, Durian, Green ply, Merino,
Green Panel, A1 teak
14 Wire gauge shutters Jayna, A1 teak, MP wood, Goel Industries
(A) Corpn.
15 Fire Rated Doors Signum Fire Protection, Shakti Metdoor,
NAVAIR, Sukri, Promat International
16 False Ceiling System Armstrong, Hunter Douglas, USG Boral, Saint
Metalic, Mineral Fibre, Gypsum Gobain, Aerolite, Durlum, Diamond Ceiling,
Prolad
17 Plywood/ Veneer Green ply, Century, Merino, Duro, Durian,
Green Panel
18 Melamine Polish Asian Paints Melamine Gold, Wudfin of
Pidilite, Timbertone of ICI Dulux.
19 Floor Spring & Door Closure Godrej, Dorma, Dorset, Kich
20. Aluminium Section Hindalco, Jindal, Indian Aluminum co.,
(a) Omalco
20. AnodisedAluminium Hardware (Heavy Kilong, Alualpha, Classic, Ebco
(b) Duty)
21 Clear/Float/Frosted/ Toughen Glass/ Saint Gobain, AIS, Modiguard, Ashai Float.
Refractive Glass
22 Stainless Steel Railing, Accessories etc. JINDAL, Dorma, Kich, GEZE, Godrej
23 S.S. Door & window & Fittings Jindal, Dorma, Kich, Dorset, Godrej, Ozone,
Prayag
24 Silicon based water repellant /Weather G.E. Plastics, Dow Corning, Wacker, BASF,
Sealant Pidilite (Dr.Fixit/Roff)
25 Poly-Sulphide Sealant Fosroc, Pidilite (Dr.Fixit/Roff), Sika, BASF,
STP Limited
26 Mosaic tiles/ Chequered Tiles Ultra Tiles, NITCO, Hyper(Mayur), Pavcon,
Swastik Tiles, Modi Tiles
27 Ceramic Tiles Kajaria, RAK, Somany. Qutone, Oasis
28 Vitrified Tiles (Antiskid/Matt/Glazed) Kajaria, RAK, Somany. Qutone, Oasis
(Only Double charged vitrified tile
permitted.)
29 Paver block & Kerb Stone Pavcon, Mayur, KK, Oswal Industries, Modi
Tiles, Lotus Tiles
30 Dash / Anchoring Fasteners HILTI, Fischer, Bosch, Wurth.
31 Cement Based Wall putty Birla wall care, JK White, Berger, Asian
Paints, ShieldmaxX

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 179 - A.E.(E) / A.E.(C)


32 Oil Bound Washable Distemper / Dry Asian Paints : Professional Acrylic Distemper,
Distemper Nerolac: Beauty Acrylic Distemper,
Berger : Bison Acrylic Distemper,
Dulux ICI : Maxilite
st
33 1 Quality Acrylic Distemper Asian Paints : Tractor Aqua Lock Paint,
(washable/Ready mix/ Low VOC) Berger : Commando
or equivalent paints of Nerolac or ICI-Dulax
34 Acrylic Emulsion Paints Asian Paints : Professional Premium Interior
Emulsion Paint,Nerolac : Beauty Gold,Berger
: Rangoli total care,ICI-Dulux : Super Cover
35 Plastic Emulsion Paint Asian Paints : Apcolite Heavy Duty Premium
Emulsion Paint,Nerolac : Impression,
Berger : Easy Clean,ICI-Dulux : 3 in 1
36 Premium Acrylic Emulsion Paints Asian Paints : Royale Luxury Emulsion,
(Interior) Nerolac : Impression,Berger : Silk,
ICI Dulux : Velvet touch
37 Textured Exterior Paint Asian paints, Nerolac, Berger Paints, Ultratech
Paints, ICI-Dulax
38 Acrylic Smooth Exterior Paint Asian Paints : Apex/ Professional Premium
Exterior Emulsion,Nerolac : XL,Berger :
Weather Coat,ICI-Dulux : Weather Shield
39 Premium Acrylic Smooth Exterior Paint Asian Paints : Apex Ultima
with Silicon additive. Nerolac : XL Total
Berger : Weather Coat all guard, British Paint
ICI-Dulux : Weather Shield max
40 Synthetic Enamel Paint Asian :Apcolite Premium gloss enamel,
Nerolac : Synthetic Hi gloss
Berger : Luxol Hi gloss. British Paint
ICI -Dulux : Gloss Synthetic enamel
41 Cement Primer Nerolac, BP White (Berger), Decoprime
WT(Asian), White primer (ICI), PrimaxX
42 Steel Primer(Red Oxide Zinc Chromate Asian Paints, Nerolac, Berger, ICI
Primer)
43 Wood Primer Asian Paints (Wood Primer - White/Pink),
Berger ICI, Nerolac,
44 Epoxy Paint Asian, Nerolac, Berger, ICI, Kansai Akzo
Nobel
45 Fire Paint Asian Paints, Akzo Nobel Coatings India
Ltd., PROMAT, Jotun,
46 G.I. / M.S. Pipes, Tubes Tata, Jindal (Hisar), APL Apollo
47 G.I. Fittings Unik, AVR, Zoloto
48 HDPE Pipes Reliance, Jain Pipes, ORIPLAST, Supreme
49 DI PIPES Electrosteel, Jindal, TATA DUCTURA,
Kapilansh, Kesoram
50 DI Fittings Electrosteel, Jindal, TATA DUCTURA,
Kapilansh, Kesoram
51 UPVC pipe and Fittings Astral, Supreme, Ashirwad
52 Centrifugally Cast (spun) Iron Pipes & NECO, Kapilansh, SKF, RPMF
Fittings

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 180 - A.E.(E) / A.E.(C)


53 C.I. Manhole covers, frames & GI NECO, Kapilansh, SKF, RPMF
Gratings
54 SFRC Manhole covers & gratings KK, JAIN, PARGATI
55 CP Brass Fittings (Superior Range) Jaquar, Grohe, Roca, Somany (French
Collection)
56 CP Brass Fittings (Normal Range) Hindware, Jaguar, Parryware, Somany, Prima,
Prayag
57 Sanitary ware, Fittings & accessories Kohler, Roca, Jaquar, Somany (French
(a) (Superior Range) Collection), Royale of Asian Paints
57 Sanitary ware, Fittings & accessories Hindware, CERA, Jaguar, ROCA, Somany,
(b) (Normal Range) Prima, EssEss / Bathsense of Asian Paints,
Prayag
58 Mirror Glass Atul, Modi Guard, Jaquar, CERA
59 CPVC Pipe & fitting Astral, Supreme, Ashirwad, Prayag
60 Stainless Steel Sink Neelkanth, Niralli, Jyna, Prayag
61 RCC Pipes (NP-2) Lakshmi, Sood & Sood, Jain Pipe Co.
(Newai), Mahaveer Enterprises (Newai),
Work well spun pipes, Pali.
62 UPVC Doors & Windows (PROFILE Fenesta, RHEAU, Aluplast, NCL VEKA
makers & their authorized Fabricators Limited
only )
63 Extruded Polystrene Insulation Board Dowcorning, Supreme, Texas, Analco
64 Heat Resistant Tiles Swastik, Thermatek, Oswal Industries,
Ashapura Tiles, Mayur Dynamic, Insullite
65 Gypsum Plaster Ferrous Crete, Gyproc Saint Gobain,
UltraTech, GypsomaxX
66 Floor hardener Ironite, Ferrok, Hardonate
67 Modular Expansion Joint Herculus, Sanfield India Ltd. Vexcolt
68 Glass Wool Dow Corning, U.P. Twiga, Isover
69 UPVC doors and window hardware Rotto, Dorset, Kinlong
70 AAC Block Adhesive Xtralite, Orifix, Ardex Endura, Ferrous Crete,
MYK Laticrete
71 AAC Block UltraTech, Orilite, Seporex (Buildtex), HIL-
Aerocon, Aerotuff
72 M.S. tubular windows Jangid Engineering, AGFUV, SEN HARVIC,
Press steel door frames NAVAIR Delhi, SUKRITI Delhi, Elixir
73 Artificial Grass Tiles, Carpet, Luxury Well Spun or equivalent
Performance Broad Loom Tiles
74 Modular Kitchen & Wardrobes Sleek by Asian Paint
75 WPC/PVC door shutters & frame Rajshree, Polygreen, Plasto Green
76 STP / ETP Ion Exchange, Thermax, Venza
77 RO / WTP Ureka Forbs, Ion Exchange, Thermax, Venza
78 Aluminum Foam work (Shuttering) MFS Aluminum Foam work System

Note:-In respect of other materials, any ISI marked material can be used on the work but
these shall also meet the requirement for obtaining GRIHA 3 star rating. In case any
material / product listed above does not meet the requirement required for obtaining
GRIHA 3 star rating, alternate product as per decision and approval of CE (Jaipur) shall
be used. In such situation, cost adjustment (if required) shall be made after approval from
CE (Jaipur) and the decision of CE (Jaipur) shall be binding and final.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 181 - A.E.(E) / A.E.(C)


GUARANTEE BONDS/AFFIDAVIT FOR WORK (Annexure-V & VI)
Annexure –V

GUARANTEE TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF


DEFECTS AFTER COMPLETION IN RESPECT OF WATER SUPPLY AND SANITARY
INSTALLATIONS, UPVC WINDOWS, SEWERAGE TREATMENT PLANT, AND
POST TENSIONING WORK
The agreement made this ___________________ day of __________ two thousand and
__________ between __________ S/o ___________________ (hereinafter called the
GUARANTOR of the one part) and the PRESIDENT OF INDIA (hereinafter called the
Government of the other part).

WHEREAS THIS agreement is supplementary to a contract. (Herein after called the


Contract) dated _________ and made between the GUARANTOR OF THE ONE PART
AND the Government of the other part, whereby the contractor interalia, under look to
render the work in the said contract recited structurally stable workmanship and use of sound
materials.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect that the said
work will remain structurally stable and guarantee against faulty workmanship, finishing,
manufacturing defects of materials and leakages etc.

NOW THE GUARANTOR hereby guarantee that work executed by him will remain
structurally stable, after the expiry of maintenance period prescribed in the contract for the
minimum life of ten years, to be reckoned from the date after the expiry of maintenance
period prescribed in the contract.

The decision of the Engineer in charge with regard to nature and cause of defects shall be
final.

During the period of guarantee the guarantor shall make good all defects to the satisfaction of
the Engineer in charge calling upon him to rectify the defects, failing which the work shall be
got done by the Department by some other contractor at the guarantor’s cost and risk. The
decision of the Engineer in charge as to the cost payable by the Guarantor shall be final and
binding.

That if the guarantor fails to make good all the defects, commits breach thereunder then the
guarantor will indemnify the Principal and his successor against all loss, damage cost
expense or otherwise which may be incurred by him by reason of any default on the part of
the GUARANTOR in performance and observance of this supplementary agreement. As to
the amount of loss and / or damage and / or cost incurred by the Government the decision of
the Engineer in charge will be final and binding on the parties.

IN WITHNES WHEREOF those presents have been executed by the obligator


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

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 182 - A.E.(E) / A.E.(C)


Signed sealed and delivered by OBLIGATOR in presence of :.
1. _____________________
2. _____________________

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY____________


________________ in the presence of :
1. _____________________
2. _____________________

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 183 - A.E.(E) / A.E.(C)


Annexure –VI

GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR FOR WATER


PROOFING TREATMENT FOR BASEMENT / TERRACE / TOILETS.

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 thereunder 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.
Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 184 - A.E.(E) / A.E.(C)


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.

Addition . . . . . . NIL . . . . . .
Deletion . . . . . . NIL . . . . .
Correction. . . . . NIL . . . . .
Overwriting. . . . .NIL . . . . .

- 185 - A.E.(E) / A.E.(C)

You might also like