187

Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets
Page 2: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

1

INDEX

Name of work: Construction of Open Air Stage along with changing rooms at Cricket ground in IISER Bhopal (SH: Civil & Internal Electrical Works) Sl. No.

Particulars Pages

i. Part - A

1. Index 1-2

2. Information and instructions for Bidders for e-tendering forming part of bid document.

3-10

3. Form CPWD-6 (N.I.T.) 11-18

4. Form CPWD-7 (Percentage Rate Tender & Contract for Works)

19-28

5. Particular specification and special conditions

A. Special Conditions 29-56

B. Particular specification for Civil Work 57-85

C. List of Approved Makes of Materials (Civil) 86-88

D. Special condition for Electrical work 89-94

E. Particular specifications for Internal Electrical Works

95-97

F. List of Approved Makes of Materials (Electrical) 98-99

G Particular specifications for Fire Fighting System 100-127

6. Temporary Electricity Connection at Site 128-136

7. Guidelines regarding signing of integrity 137

8. Integrity Bond 138-144

9. Guarantee for Water Proofing Work (Annexure – I) 145-146

10. Guarantee for Water Supply & Sanitary Work (Annexure – II)

147

11. Guarantee for Aluminium Work (Annexure–III) 148-149

13. Memorandum of Understanding(Annexure – IV) 150

14. Certificate for Associating Electrical Agency (Annexure –V) 151

15. List of Equipment for Site Laboratory (Annexure – VI) 152-153

16. Draft Agreement 154-155

17. Form of Earnest Money (Bank Guarantee Bond) 156

18. Letter of Transmittal 157

19. Certificate of financial turnover from chartered Accountant (Form-A)

158 20.

Certificate of Form for Certificate of Net worth from Chartered Accountant (Form-B1).

Page 3: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets
Page 4: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets
Page 5: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets
Page 6: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

5

INSTRUCTIONS TO THE BIDDERS 1. The contractor submitting the tender should read the schedule of quantities,

additional condition, additional specification, particular specification and other terms and condition given in the NIT and drawing. The tenderer should also read the General condition of contract for CPWD work 2019 with correction slip issued upto last date of submission of bids, which is available as Government of India Publications. However, provisions included in the tender document shall prevail over the provisions contained in the standard form. The set of drawings and NIT shall be available with the Superintending Engineer, IWD, IISER Bhopal. The contractor should also visit the site of work and acquaint himself with the site conditions before tendering. The following conditions, which already form part of the tender conditions, are specially brought to the notice of tenderer for compliance while filling the tender. They are requested to comply following instructions:

i) Tenders with any condition including that of conditional rebate shall be

rejected forthwith.

ii) Tenderer must ensure to quote percentage rate. The column meant for quoting rate in figure appears in yellow color 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’. 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 / subhead in percentage rate tender, the tender shall be treated as invalid and will not be considered as lowest tenderer.

iii) The successful tenderer shall be required to submit a performance guarantee of 5% of the agreement amount within 10 days of issue of letter of award. This period can be further extended by Engineer-in-charge upto a maximum period of 5 days on the written request of the contractor with late fee @ 0.1% per day of performance guarantee amount.

iv) Labour Cess, GST-TDS etc. or any other taxes as may be applicable shall be borne by the contractor. The tenderer shall quote the percentage rate considering all such taxes and nothing extra shall be paid.

v) Contractor has to submit the GST compliant R.A. & Final Bills showing work done and GST component separately.

vi) All the statutory recoveries shall be made from the running bills of the contractor like Security deposit, TDS on Income tax, TDS on GST, Labour welfare cess etc. or any other statutory recovery as per Government of India norms at the prevailing rates and in the manner prescribed by Government of India.

2. The firm / contractor who fulfill the following requirements shall be eligible to apply.

Joint ventures are not accepted.

(a) Should have satisfactorily completed the works as mentioned below during the last seven years ending upto previous day of last date of submission of tenders.

Page 7: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

6

i) Completed three *similar works each of value not less than 40% value of Estimated Cost, or completed two similar works each of value not less than 60% of Estimated Cost, or completed one similar work of value not less than 80% of Estimated Cost.

ii) The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum, calculated from the date of completion to the previous day of last date of submission of online tender.

*Similar work shall means: “Building work with RCC framed structure”.

(b) The bidder should have had average financial turnover (gross) of at least 50% of the estimated cost, during the immediate last three consecutive years’ balance sheets ending 31.03.2019. Balance sheets duly audited and certified by the Chartered Accountant (Scanned copy of certificate from CA/Audited Balance Sheet) are to be uploaded. Year in which no turnover is shown would also be considered for working out the average. The multiplication factor of 7% per annum simple interest is not applicable on the Annual Turnover figures.

(c) The bidder should not have incurred any loss (profit after tax should be positive) in more than two years during available last five consecutive years balance sheets, duly audited and certified by the Chartered Accountant. (The balance sheet in case of Pvt./ Public Ltd. company means its standalone finance statement and consolidated financial statement both).

(d) The bidder should have valid GST, ESI and EPF registration no. of concerned Government Authorities.

3. Contractor should have valid electrical license of the firm or submit an under taking “I hereby confirm that I will either obtain valid electrical license at the time of execution of electrical work or associate eligible contractor having valid electrical license of eligible class”.

4. Every page of the documents submitted by the applicant / firm shall be numbered & bear the stamped signature of the firm.

5. 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.

6. Information and instructions for bidders posted on website shall be form part of bid documents.

7. The bid document consisting 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 free of cost www.tenderwizard.com/IISERB. The press notice can also be seen on www.iiserb.ac.in & www.eprocure.gov.in

Applicants are advised to keep visiting the above mentioned web-sites from time to time (till the deadline for bid submission) for any updates in respect of the tender documents, if any. Failure to do so shall not absolve the

Page 8: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

7

applicant of his liabilities to submit the applications complete in all respects including updates thereof, if any. An incomplete application may be liable for rejection.

But the bid can only be submitted after uploading the acknowledgement of e-payment toward EMD in favour of “IISER Bhopal” payable at Bhopal and processing fee in favour of ITI Limited and other documents as specified.

8. Those bidders not registered on the website mentioned above, are required toget registered beforehand. If needed, they can be imparted training on onlinebidding process as per details available on the website.

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

10. On opening date, the bidder can login and see the bid opening process. Afteropening of bids he will receive the competitor bid sheet.

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

12. The intending bidder has to upload the acknowledgement of e-payment ofEMD in favour of “IISER Bhopal” or Bank Guarantee as part of theearnest money drawn on any Scheduled Bank while submitting his bidthrough e-tendering.

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 lakh, whichever isless, shall have to be deposited in shape prescribed above and balance maybe deposited in the shape of Bank Guarantee of any scheduled bank havingvalidity for six months or more from the last date of receipt of bids which isto be scanned and uploaded by the intending bidders.

Interested contractors who wish to participate in the tender have also tomake following payments mentioned at (i) & (ii) within the period ofsubmission and comply with Sl. No. (iii) & (iv) as below.

(i) E-tender processing fee–Rs.8,850/- if registration with tender processing feeis continued shall be payable to M/s ITI Limited through their e-gateway by credit / debit card, internet banking or RTGS / NEFT facility.

(ii) The intending bidder has also to fill all the details of online payment through e-gateway of specified banks against EMD etc.

(iii) Acknowledgement of submission of EMD and Bank Guarantee of any scheduled bank against EMD, if any shall be submitted upto 03:00 PM on 25.02.2020 in the office of “Superintending Engineer, IWD, IISER Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.”

(iv) Copy of certificates of work experience along with work order, Audited Balance Sheets and other necessary details/documents as per the prescribed Performa shall be scanned and uploaded to the e-tendering website within the period of bid submission. However, certified copy of all

Page 9: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets
Page 10: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

9

himself aware of the scope and specification of the work to be dome and of condition and rates at which store, tools and plant etc. will be issued to him by the Government and local condition and other factors having a bearing on the execution of the work. It is specifically made clear that no labour shall be allowed to stay in the campus of IISER Bhopal & therefore no hutment shall be allowed to be built for this purpose. Any provision in this context existing otherwise in the document elsewhere may be treated as “deleted”

21. The tender shall be accepted only through online e-tendering process and alldetails pertaining to the tender and guidelines for e-tendering are available on thewebsite www.tenderwizard.com/IISERB

22. Intending contractors needs to register themselves on the e-tendering websitewww.tenderwizard.com/IISERB to get the USER ID and PASSWORD by payingrequired registration fee (Annual & non-refundable) through e-payment only andcompleting the steps specified on above referred website.

23. Special Note: The price bid and other documents have to be submitted separatelyonline at www.tenderwizard.com/IISERB. The date of submission of onlinetechnical and financial will be as per tender notice.

24. Requirement for Vendors :-P.C. Connected with InternetRegistration with portal www.tenderwizard.com/IISERB

Class-III Digital signature certificate in the name of the company of the vendor ismandatory (in the name of the company who will be submitting the EMD & generalinformation. This may be obtained by calling out helpdesk (09179595728,09981783170 and 011-49424365). Bids will not be recorded without digitalsignature certificate.

25. Bidders will have to pay Tender Processing Rs.8,850/- including GST (Non-refundable) through e-payment in favour of M/s ITI Ltd.

Note: Please check the digital signature certificate. For more details bidders mayvisit e-tendering portal and download the help manuals uploaded in the website.

26. The successful tenderer shall pay the stamp duty at the rate of 0.25% oftendered cost subject to a maximum of Rs.25,000/- & minimum of Rs.500/-or as revised by the District authorities from time to time.

27. Information and instruction for bidders posted in website shall form part of biddocument. List of document to be filled by the contractor in various forms asindicated below, to be scanned and uploaded within the period of bid submission:

Sl. No.

Description

1. Acknowledgement of EMD by bank transfer (SBI I-Collect) at thecampus branch of SBI, IISERB only. Bidders may visit if any assistancerequired:-https://www.onlinesbi.com/sbicollect/icollecthome.htm OR Bank Guaranteeof any schedule bank as per Para 8 of CPWD-6 form, against EMD.(Max. 50% of amount).

Page 11: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets
Page 12: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

1. TheGovethe e

ConStarooIISEInte

1.2 C

1.2.1 Ee

i) ThcoCEs

ii) Ththco

**S

iii) Thth31cetumTu

iv) Thmducaco

2 AgCP

INDIAN IN

Superinteernors, IISeligible con

Name

nstruction age along om at CricER Bhopaernal Elect

Criteria of E

Experienceending prev

hree *simompleted tost or costimated C

he value ohe actual vaompletion t

Similar wo

he bidder e estimate

1.03.2019. ertificate frrnover is ultiplicationurnover fig

he bidder sore than t

uly auditedase of Pvtonsolidate

greement PWD-7 wh

NSTITUTE

ending EnSER Bhopantractors fo

of work

of Openwith chan

cket grounal (SH: Civtrical Work

Eligibility:

e of havingvious day o

ilar workstwo *similompleted oCost.

of executedalue of woto the prev

ork means

should haed cost, dBalance s

rom CA/Ashown won factor of ures.

should nottwo years d and cert./ Public L

ed financia

shall be dhich is ava

E OF SCIEINSTIT

Notic

ngineer, IWal invites oor the follow

Air nging nd in vil & s)

CivEleTot

g successfof last date

s each of var works eone *simi

d works shrk at simpl

vious day o

s: ‘Building

ve had avduring thesheet duly udited Baould also 7% per an

t have incuduring ava

tified by thLtd. compaal stateme

drawn withilable as a

11

ENCE EDUTUTE WOR

ce Inviting

WD, IISEonline percewing work.

Estima

vil Work : ct. Work : tal :

fully compe of submis

value not leeach of vailar work

hall be broule rate of 7of last date

g work with

verage finae immediaaudited by

alance Shebe consid

nnum simp

urred any lailable lashe Charteany meanent both).

h the succa Govt. of I

UCATION &RKS DEPA

g Tender

R Bhopalent rate bi.

ted Cost

Rs.77,11,3Rs. 3,43,5Rs.80,54,9

pleted workssion of ten

ess than 4alue not les

of value

ught to cur7% per anne of submis

h RCC fram

ancial turnoate last thy Chartereeet to be dered for ple interest

loss (profitst five consred Accous its stand

cessful tenndia Public

& RESEARARTMENT

l on behads in two e

E

389/- 599/-988/-

Rs.

ks during nders.

0% value ss than 60

not less

rrent costinnum, calcussion of on

med structu

over (grosree consed Accountauploaded

working o is not app

t after tax ssecutive yeuntant. (Thdalone fin

derer on cation. Ten

RCH BHOP

alf of theenvelope s

Earnest Money

1,61,100/-

the last s

of Estimat% value othan 80%

ng level bylated fromline tender

ure’.

ss) of at leecutive yetant (Scann). Year in

out the aveplicable on

should be ears balan

he balancnance stat

prescribednderer sha

CPWD-

PAL

e Board osystem fro

Period

- 04

months

even year

ted Cost, of Estimate

% value o

y enhancin the date or.

east 50% oears endinned copy on which nerage. Ththe Annua

positive) ince sheetse sheet i

tement and

d Form Noall quote hi

6

of m

s

rs

or d

of

g of

of g of o e al

n s, n d

o. s

Page 13: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

12

rates as per various terms and conditions of the said form, which will form part of the agreement.

The successful tenderer shall pay the stamp duty at the rate of 0.25% of tendered cost subject to a maximum of Rs.25,000/- & minimum of Rs.500/- or as revised by the District authorities from time to time.

3 The time allowed for carrying out the work will be 04 months (including rainy season) from the date of start as defined in schedule “F” or from the first day of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the Tender documents.

4 The site for the work is available and will be handed over on “as is where is basis”.

5 The architectural drawings are uploaded with the tender.

6 The detailed Architectural and Structural drawings shall be made available in

phased manner, as per requirement of the same as per approved program of completion submitted by the contractor along with the performance guarantee within 15 days after the issuance of letter of acceptance of tender.

7 Tender document consisting of plans, specifications, the schedule of quantities of

the various types of items to be executed and the set of terms and conditions of contract to be complied with by the contractor whose bid may be accepted and other necessary documents can be seen free of cost from website www.tenderwizard.com/IISERB, www.iiserb.ac.in and www.eprocure.gov.in.

8 After submission of tender the contractor can re-submit revised tender any number

of times but before last time and date of submission of tender as notified.

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

10 Earnest money of Rs.1,61,100/- by bank transfer in favour of Director, IISER

Bhopal, payable at Bhopal 50% of earnest money or Rs.20.00 lakh whichever is less, will have to be deposited in the shape prescribed above and balance amount of earnest money can be accepted in the form of Bank guarantee issued by a scheduled bank having validity for 6 months or more from the last date of receipt of bids which is to be scanned and uploaded by the intending bidders.

The acknowledgement of submission of EMD shall be deposited by all the intending bidders within the time and date of submission as mentioned in ‘Information and Instructions for Bidders for e-tendering’ of NIT, failing which the bids shall be rejected and uploaded documents shall not be verified. The intending bidder has to fill all the details of SBI I collect (acknowledgement of submission of EMD) against cost of EMD etc.

Interested contractor who wish to participate in the tender has also to make following payments with in the period of bid submission.

Page 14: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets
Page 15: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

14

16. After opening of technical bid, the deficiencies found in the bid of each bidder vis.-a-vis. requirement as per NIT may be communicated to individual bidders by email with a request to furnish required documents within the time prescribed, failing which it will be presumed that the individual bidder does not have any further documents to furnish and decision on bids will be taken accordingly.

17. The contractor whose tender is accepted will be required to furnish performance guarantee of 5% (five percent) of the tendered amount within the period specified in Schedule F. This guarantee shall be in the form of cash (in cash guarantee amount is less than Rs.10,000/-) or Deposit at call receipt of any scheduled bank/banker’s cheque of any scheduled bank/demand draft of any scheduled bank/pay order of any scheduled bank (in case guarantee amount is less than Rs.1,00,000/-) or Govt. Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or in accordance with the prescribed form. In case the contractor fails to deposit the said performance guarantee within the period as indicated in Schedule ‘F’ including the extended period if any, the Earnest money deposited by the contractor shall be forfeited automatically without any notice to the contractor. The earnest money deposited along with tender shall be returned after receiving the aforesaid performance guarantee. The contractor whose bid is accepted will also be required to furnish either copy of applicable license / registration or proof of applying for obtaining labour license, registration with EPFO, ESIC and BOCW Welfare Board and Programe Chart (time and progress) within the period of specified in the Schedule–F.

18. Intending bidders are advised to inspect and examine the site and its surroundings

and satisfy themselves before submitting their tenders 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 tender. Tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The tenderer 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 tender by a tenderer 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. (if any) will be issued to him by the Government and local conditions and other factors having a bearing on the execution of the work.

19. The description of the work is as follows: - 19.1 Name of Work: Construction of Open Air Stage along with changing room at

Cricket ground in IISER Bhopal (SH: Civil & Internal Electrical Works).

19.2 Estimated Cost : Civil Work : Rs.77,11,389/- Elect. Work : Rs. 3,43,599/- Total : Rs.80,54,988/-

Page 16: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

15

19.3 Period: Four (04) months, including rainy season, from the stipulated date of

commencement of the work.

19.4 Specifications: CPWD specification-2009 (Vol.-I & II) for civil and CPWD specifications CPWD General Specifications for electrical works Part-I (Internal)-2013, Part-II (External) 1994 with correction slips upto the last date of receipt of tenders.

19.5 General Conditions of Contract: Work shall be executed in accordance with the General conditions of the contract for CPWD Works 2019 with correction slips upto the last date of submission of online tenders.

19.6 Copies of other drawings and documents pertaining to the works will be open for inspection by the tenderers at the office of the In-charge Superintending Engineer, IWD, IISER Bhopal.

19.7 Tenderers/Bidders are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their Tenders, 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 tender, tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The tenderer/Bidder 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 Tender by a tenderer 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. (if any) will be issued to him by the Government and local conditions and other factors having a bearing on the execution of the work.

19.8 Tenderers / Bidders are not allowed to make additions and alternations in the tender document. Any additions and alterations, if incorporated in the tender, shall be liable for rejection. Conditional tenders violating of the spirit and the scope or the terms & conditions of the tender, are liable to be rejected without assigning any reason. Tenders with conditional rebate etc. shall be summarily rejected.

20. Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the contractor who resort to canvassing will be liable to rejection.

21. The competent authority on behalf of the Board of Governors reserves to himself the right of accepting the whole or any part of the tender and the tenderer shall be bound to perform the same at the rate quoted.

Page 17: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

16

22. The contractor shall not be permitted to tender/bid for works in the Institute (IISER Bhopal) if his near relative is posted in any capacity at IISER Bhopal. 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 employee in the IISER Bhopal. Any breach of this condition by the contractor would render him liable to be debarred from taking works in this Institute.

23. No Engineer of special rank or other special Officer employed in Engineering or Administrative duties in IISER Bhopal is allowed to work as a contractor for a period of two years after his retirement from Govt. Service without the previous permission of the Institute in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Govt. of India as aforesaid before submission of the Tender or engagement in the contractor’s service.

24. We agree to keep the tender open for seventy five (75) days from the due date of its opening in case of single bid system - 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 any tenderer / bidder withdraws his Tender before the said period or issue of letter of acceptance, whichever is earlier, makes any modifications in the terms and conditions of the tender which are not acceptable to the Department, then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the tenderer shall not be allowed to participate in the re-tendering process of the work.

25. The successful tenderer/contractor, on acceptance of his tender by the Accepting Authority, shall, within 15 days from the stipulated date of start of the work, sign the contract consisting of:- (i) The notice inviting tender, all the documents including drawings, if any,

forming the tender as issued at the time of invitation of tender and acceptance thereof together with any correspondence leading thereto.

(ii) Standard C.P.W.D. Form as mentioned in Schedule ‘F’ consisting of:

(a) Various standard clauses with corrections up to the date stipulated in Schedule ‘F’ along with annexures thereto.

(b) C.P.W.D. Safety Code.

(c) Model Rules for the protection of health, sanitary arrangements for workers employed by CPWD or its contractors.

(d) CPWD Contractor’s Labour Regulations.

(e) List of Acts and omissions for which fines can be imposed.

(iii) No payment for the work done will be made unless contract is signed by the contractor.

26. For Composite Tenders: The bid document will also include following four components: a) The tenderer must associate with himself, electrical agencies of the

appropriate class eligible to tender for the minor components individually.

Page 18: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

17

i) The bidder himself or associate electrical contractor should have

satisfactorily completed during the last seven years upto last date of submission of online tender.

I) Three similar works each costing not less than Rs.40% of the

electrical work estimated cost or completed two similar works each costing not less than Rs.60% of the electrical work estimated cost, or completed one similar work costing not less than Rs.80% of the electrical work estimated cost.

II) Similar work shall mean works of internal electrical installation. 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 upto last date of submission of online tender.

ii) The bidder himself or associate electrical contractor should be in business

for a minimum period of five years as on 31.03.2019.

iii) The bidder himself or associate electrical contractor should own adequate equipment required for proper and timely execution of the work. Else, he should certify that he would be able to manage the equipment by hiring etc. and submit the list of firms from whom he proposes to hire.

iv) The bidder himself or associate electrical contractor should have sufficient

number of Technical and Administrative employees for the proper execution of the contract.

b) The eligible tenderers for major component will quote rates for various items of minor components of work also. It will be obligatory on the part of the tenderer to sign the tender document for all the components (The schedule of quantities, conditions and special conditions etc.).

c) Entire work under the scope of composite tender including major and all

minor components shall be executed under one agreement. d) The main contractor has to associate agency(s) for minor component(s)

confirming to eligibility criteria as defined in the tender document and has to submit detail of such agency(s) to Engineer-in-Charge.

e) 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 Superintending Engineer, IWD, IISER Bhopal. 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, Superintending Engineer, IWD, IISER Bhopal can direct the contractor to change the agency executing such items of work and this shall be binding on the contractor.

Page 19: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets
Page 20: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets
Page 21: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

20

be determined in accordance with the provision contained in clause 12.2 & 12.3 of the tender form. Further I/We agree that in case of forfeiture of Earnest Money or Performance Guarantee as aforesaid, I/We shall be debarred for participation in the re-Tendering process of the work. I/We undertake and confirm that eligible similar work (s) as/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 of IISER Bhopal future forever. Also, if such violation comes to the notice of department before date of start of work, the Engineer-in-charge shall be to forfeit the entire amount of EMD/PG. Further I/We agree that in case of forfeiture of Earnest Money or Performance Guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering process of the work. 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 Postal Address Witness: Address: Occupation:

Page 22: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

21

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 Board of Governors for a sum of Rs.______________(Rupees______________________________________________________________________________________________________________). The letters referred to below shall form part of this contract Agreement:- i) ii) iii) For & on behalf of Board of Governors Signature: ………………………………. Dated …………………………… Designation: Sr. Project Engineer-(C)

IWD, IISER Bhopal

Page 23: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

22

SCHEDULES

SCHEDULE ‘A’ Schedule of quantities - SCHEDULE ‘D’ Extra schedule for specific requirements / documents for the work, if any. : Nil SCHEDULE ‘E’ Reference to General Conditions of Contract for CPWD works 2019.

Name of work : Construction of Open Air Stage along with changing room at Cricket ground in IISER Bhopal (SH: Civil & Internal Electrical Works)

Estimated cost of work: Civil Work : Rs.77,11,389/-  Elect. Work : Rs.3,43,599/-

Total     Rs.80,54,988/-

Earnest Money :

Rs.1,61,000/- (to be returned after receiving performance guarantee)

Performance Guarantee 5% of tendered value

Security Deposit

2.5% of tendered value or value of work done whichever is lower.

SCHEDULE ‘F’

General Rules & Directions:

Office Inviting Tender : In-charge SE, IWD, IISER Bhopal

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

See below

Definitions:

2 (v) Engineer-in-charge EE (C) / Sr. Project Engineer-(C), IISER Bhopal for civil work. EE (E) / Project Engineer (E), IISER for electrical work.

2 (viii) Accepting Authority Director, IISER Bhopal

2 (x) Percentage on cost of material and labour to cover all overheads and profits.

15% Provided that no extra overheads and profits shall be payable on the part(s) of work assigned to other agency(s) by the contractor as per terms of contract.

Page 24: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

23

2 (xi) Standard Schedule of Rates - DSR-2019 & Market Rates for non-schedule items for Civil Work.

- DSR-2018 & Market Rates for non-schedule items for Internal Electrical Work.

2 (xii) Department Institute Works Department, IISER

Bhopal.

9(ii) Standard CPWD contract form GCC 2019, CPWD Form-7 as amended upto

Last date of submission of online tender.

Clause 1: (i) Time allowed for submission of

performance Guarantee, programme chart (Time & Progress) and applicable labour licenses, registration with EPFO, ESIC and BOCW Welfare Board or proof of applying thereof from the date of issue of letter of acceptance.

7 days

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

3 days

Clause 2: Authority for fixing compensation under clause 2.

In-charge Superintending Engineer, IWD, IISER, Bhopal.

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 per table given below:-

Sl. No.

Description of Milestone (Physical)

Time allowed in

days (from date of

start)

Amount to be withheld in case of non achievement of

milestone

1. To achieve gross value of work equal to 25% of the tendered amount.

45 days 1% of tendered amount.

2. To achieve gross value of work equal to 50% of the tendered amount.

75 days 1½ % of tendered amount.

3. To achieve gross value of work equal to 75% of the tendered amount.

90 days 1½ % of tendered amount.

Note:- i) Request for rescheduling of milestones shall be made by the contractor, as per Appendix XVI. ii) Request for extension of time shall be made by the contractor, as per Appendix XVII proforma of

GCC. iii) In case of milestones are not achieved by the contractor, action under clause-5 of the contract will be

taken by the Superintending Engineer, IWD, IISER Bhopal.

Page 25: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

24

Time allowed for execution of work : Authority to decide :

i. Extension of time :

ii. Rescheduling of milestone :

iii. Shifting of date of start in case of delay : in handing over of site.

04 (four) months. Engineer-in-charge IWD, IISER Bhopal In-charge, SE, IWD, IISER Bhopal In-charge, SE, IWD, IISER Bhopal

Scheduling of handling over of site Part Portion of site Description Time period handing over

reckoned from date of issue of letter of intent.

Part A Portion of without any hindrance Complete site 10 Part B Portion of with encumbrance N.A. - Part C Portions dependent on work of

other agencies

N.A. -

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. Clause -7A: No running account bill shall be paid for the work till the applicable labour licenses, registration with EPFO, ESIC and BCOW welfare board, whatever applicable is submitted by the contractor to the Engineer-in-charge.

20.00 Lakh Yes

Clause : 10A List of testing equipment to be provided by the contractor at site lab.

As per work requirement.

Clause : 10B(ii) Whether clause 10B (ii) shall be applicable No

Clause 10C Component of labour expressed as percent of value of work. Clause 10 CA

25%

Applicable

Page 26: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

25

Sl. No.

Materials Covered under this clause

Nearest Materials (other than cement, reinforcement bars) for which All India Wholesale Price

Index to be followed

Base Price of all materials covered under clause 10CA

1. Steel reinforcement - Rs.38,500/- per MT

2. Cement (OPC) - Rs.4,800/- per MT

Clause 10 CC : Not Applicable

Note :

1) Xm____% should be equal to (100) – (materials covered under clause 10CA i.e. cement, steel and other material specified in clause 10CA + component of labour + component of POL.

2) Clause 10CC is not applicable in this tender as the stipulated time period for completion is 6 months (including rainy season).

3) Clause 10CC will not be applicable even when time period for completion is extended beyond 12 months, when the competent authority grants extension of time with or without levy of compensation without prejudice to the Government of India (IISER Bhopal) to recover the liquidated damages on account of hindrances during the project (if any).

Clause 10CC to be applicable in contracts with stipulated period of completion exceeding the period shown in next column.

12 Months

Schedule of component of other Materials, Labour, POL etc. for price escalation.

Component of civil (except material covered under clause 10CA) / Electrical construction Materials- expressed as percent of total value of work.

Xm = ---%

Component of labours - expressed as percent of total value of work

Y = ----%

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

Z = ----%

Page 27: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

26

Clause 11: Specifications to be followed for execution of Work.

CPWD specification 2009 Vol.-I & II & for civil work & Morth Specification (where CPWD specification is silent) and CPWD General Specification 2013 Part-I (Internal), CPWD Fire Detection and Alarm System-2018 with correction slips upto the last date of submission of bids).

Clause 12: Type of work:

Project & original work.

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

30%

12.5 (i)

(ii)

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).

Deviation Limit for items mentioned in earth work subhead of DSR and related items.

30%

100%

Clause 16:

Competent Authority for deciding reduced rates i) In-charge SE, IWD, IISER Bhopal upto 5% of the contract value.

ii) Director, IISER Bhopal, for contract value beyond 5%.

Clause 18:

List of Mandatory machinery, tools and plants: As per Particular Specification to be deployed by the contractor at site. and Special Conditions of NIT. Note: The list of machinery, tools & plants to be deployed by the contractor at site are

minimum. The contractor shall deploy additional machinery, tool & plants in order to maintain the progress of the work without any extra cost to the department.

Clause 19C: Competent authority to decide penalty for each default In-charge SE, IWD, IISER Bhopal

Page 28: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

27

Clause 19D: Competent authority to decide penalty for each default In-charge SE, IWD, IISER Bhopal Clause 19G: Competent authority to decide penalty for each default In-charge SE, IWD, IISER Bhopal Clause 19K: Competent authority to decide penalty for each default In-charge SE, IWD, IISER Bhopal Clause 25: Constitution of Dispute Redressal Committee (DRC) Competent Authority to appoint

DRC and Arbitrator i) DRC shall consist of one Chairman and two

members. Director, IISER Bhopal

ii) Place of Arbitration IISER Bhopal

Clause 32 Requirement of technical representative (s) and recovery rate

Sl. No

Minimum Qualification of

Technical Representative

Discipline Designation (Principal Technical/ Technical

representative)

Minimum Experience

Number Rate at which recovery shall be made from the contractor in the event

of not fulfilling provision of clause

36(i)

1. Degree / Diploma Civil

Engineering

Project

Technical Representative

3 years for degree holder & 5 years for diploma holder.

1 Rs.50,000/- per month

2. Degree / Diploma Electrical

Engineering Site Engineer/

Junior Engineer

1 year for degree holder & 3 years for diploma holder.

1 Rs.30,000/- per month

Clause 38: Schedule/statement for determining theoretical quantity of Cement & Bitumen

On the basis of Delhi Schedule of Rates 2019 with correction slip upto last date of submission of bids.

Item

Variations permissible on theoretical quantities

a) Cement 2% plus / minus b) Bitumen 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) Cat -6 Cable 2% plus (Cut piece lesser than 1 metre in length shall not be accepted back

e) RJ 45 box 0%

Page 29: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

28

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Sl. No.

Description of item

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

Excess beyond permissible variation

Less use beyond the permissible variation

1. Steel reinforcement NA Rs.42,350/- per MT

2. Cement (OPC) NA Rs.5280/- per MT

3. RJ 45 Box Rs.50/- Each Not permitted

4. Cat -6 Cable Rs.30/- per Metre Not permitted

Page 30: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

29

Particular Specification and Special Conditions

A. Special Conditions 1) DEFINITION: In the Contract (as hereinafter defined) the following definitions words and

expressions shall have the meaning hereby assigned to them except where the context otherwise required.

i) Institute shall mean the IISER, Bhopal. ii) The President shall mean the Board of Governors, IISER Bhopal. iii) The Engineer-in-charge, who shall administer the work, shall mean the

Sr.PE(C)/Executive Engineer(s)/ Project Engineer (E). iv) Government or Govt. of India shall mean the Indian Institute of Science

Education and Research Bhopal represented by its Director. v) The term Director General of Works shall mean the Chairman, Building &

Works Committee of the Institute. vi) Accepting authority shall mean the Chairman Building and Works

Committee, IISER, Bhopal or his authorized representative. vii) The term SDG/ADG/Chief Engineer shall mean the Director, IISER Bhopal viii) Superintending Engineer shall mean the In-charge Superintending

Engineer of the Institute, who as overall In-charge and head of the Institute Works Department shall direct the contract.

ix) Architect shall mean every partner of the firm M/s Upal Ghosh Associates, New Delhi, appointed by the Institute for the work and in the event of ceasing to be the Architects, such other firms or persons as may be appointed by the Institute.

ix) Site Engineers shall mean the Assistant Executive Engineer, Assistant Engineer & Jr. Engineer (Civil / Electrical)/ Project Site Engineer appointed by Institute works department.

2. DUTIES &POWERS:

2.1 Site Engineers: The duties of the Site Engineer(s) are to watch and supervise the works and the workmanship in connection with the works, and to test and examine any materials to be used. He shall have no authority to relieve the contractor of any of his duties or obligations under the contract, except as expressly provided hereunder, nor to order any work involving delay or any extra payment by the Institute and to make any variation in the works. The Engineer-in-charge, from time to time in writing, delegates to the Site Engineer(s) any of the powers and authorities vested in them. Any written instruction or written approval given by the Site Engineer (s) to the contractor within the terms of such delegation (but not otherwise) shall bind the contractor and the Institute as though it had been given by the Engineer-in-charge provided always as follows: a) Failure of the Site Engineer (s) to disapprove any work or materials

shall not prejudice the power of the Engineer in-charge to

Page 31: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

30

subsequently disapprove such work or materials and to order the pulling down, removal or breaking up thereof.

b) If the contractor is dissatisfied by reason of any decision of the Site Engineer (s), he shall be entitled to refer the matter to the Engineer-in-charge, who shall thereupon confirm reverse or vary such decision.

3. ASSIGNMENT & SUBLETTING: 3.1 The contractor shall not assign the contract or any part thereof or any

benefit or interest therein or there under without the written consent of the Engineer in-charge. The whole of the works included in the contract shall be executed by the contractor except where otherwise provided in the contract. The contractor shall not sublet any part of the works without the written consent of the Engineer in-charge and such consent, if given, shall not relieve the contractor from any liability or obligation under the contract, and he shall be responsible for the acts, defaults and neglects of sub-contractor, his agents, servants or workmen, as if they were the acts, defaults or neglects of the contractor provided always that the provision of labour contracts on a piece work basis shall not be deemed to be a subletting under this clause.

4. SCOPE OF CONTRACT:

The contract comprises the Construction of Academic Block Extension comprising of stilt, ground & three upper floors, completion and rectification of defects for twelve (12) months after the completion, and the provision of all labour, materials, constructional plant, equipment and transportation, temporary works and everything, whether of a temporary or permanent nature required in and for such construction, completion and maintenance so far as the necessity for providing the same is specified in or reasonably to be inferred from the contract. The contractor shall make his own arrangements for the safe storage of materials, accommodation for his staff (outside the campus) etc. and no claim for the temporary accommodation from the contractor shall be entertained.

The contractor shall carry out and complete the said work in every respect in accordance with this contract and as per the directions and to the satisfaction of the Engineer in-charge. Issue of further drawings and / or written instructions, detailed directions and explanations which are hereinafter collectively referred to as instructions of the Engineer in-charge in regards to: a) The variation or modification of the design, quality or quantity of works or

the addition or omission or substitution of any work. b) Any discrepancy in the Drawings or between the Schedule of Quantities

and / or Drawings and / or specifications.

c) The removal from the site of any materials brought thereon by the contractor and the substitution of any other material thereof.

d) The dismissal from the works of any persons employed thereupon.

e) The opening up for inspection of any work covered up.

Page 32: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

31

f) The amending / making good of any defects.

The contractor shall forthwith comply with and duly execute any instructions of work comprised in such Engineer in-charge’s instructions, provided always that the verbal instructions and explanations given to the contractor or his representative upon the works shall, if involving a variation, be confirmed in writing by the contractor within seven days and if not dissented in writing within a further seven days by the Engineer in-charge, such shall be deemed to be instructions of the Engineer in-charge within the scope of the contract.

5. CONTRACT DOCUMENT: 5.1 The several documents, forming the contract, are to be taken as mutually

explanatory of one another and in case of ambiguities or discrepancies the same shall be explained and adjusted by the Engineer-in-charge who shall thereupon issue to the contractor its interpretation directing in what manner the work is to be carried out. In case the contractor feels aggrieved by the interpretation of the Engineer-in-charge then the matter shall be referred to the Superintending Engineer and his decision shall be final, conclusive and binding on both parties to the contract.

5.2 The drawing etc. shall remain in the custody of the Institute. A complete set of drawings, specification and Schedule of Quantities shall be furnished by the Engineer-in-charge to the contractor in such time, which must not delay the progress of the construction, and the Institute shall furnish copies of any additional drawings, which in their opinion may be necessary for the execution of any part of the work. Photocopy of the complete set shall be kept on the work site and the Engineer-in-charge and his representatives shall be, at all reasonable times, have access to the same. The contractor shall study the drawings thoroughly before the commencement of work. In case of any discrepancy, the contractor shall seek clarification before proceeding with the works. Figured dimensions are in all cases to be accepted in preference to the scaled sizes. Large-scale details shall take preference over small scale ones. The contractor shall give adequate notice in writing to the Engineer-in-charge of any further drawings or specification that may be required for the execution of the works or otherwise under the contract. If the contractor fails to give notice, he / they will be responsible for delay, if any in issue of drawings. The Engineer-in-charge shall have full powers and authority to supply to the contractor from time to time during the progress of the work such drawings and instructions as shall be necessary for proper execution and the contractor shall carry out and be bound by the same.

5.3 The successful tenderer shall be required to enter into an agreement with the

Institute. The Schedule of Quantities & percentage quoted by the successful tenderer there in, the General Conditions of Contract 2019 for CPWD Works incorporating corrections upto the last date of receipt of tenders, CPWD specifications for Civil & Electrical Works, the Special conditions, additional specifications, minutes of the pre bid conference, negotiation letter and the award letter etc. shall form part of the agreement to be signed by the successful

Page 33: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

32

tenderer. The cost of stamp paper and stamp duty, required for the agreement, shall be borne by the contractor.

6. The contractor(s) shall give to the Municipality, police and other authorities all

necessary notices etc. that may be required by law and obtain all requisite licenses for temporary obstructions, enclosures etc. and pay all fee, taxes and charges which may be levied on account of these operations in executing the contract. He shall make good any damage to the adjoining property whether public or private and shall supply and maintain lights either for illumination or for cautioning the public at night.

7 The Contractor(s) shall take instructions from the Engineer-in-Charge regarding collection and stacking of materials at any place. No excavated earth or building rubbish shall be stacked on areas where other buildings, roads, services and compound walls are to be constructed. However if any change is required, the same shall be done with the approval of Engineer-in-Charge & no extra payment shall be made on this account

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

9. Water tanks, taps, sanitary, water supply and drainage pipes, fittings and accessories should conform to bye-laws of municipal body/corporation, where CPWD specifications are not available. The Contractor (s) should engage approved, licensed plumbers for the work and get the materials (fixtures/fittings) tested, by the municipal Body/Corporation authorities wherever required at his own cost.

10. The work shall be carried out in accordance with the Architectural drawings and structural drawings, to be issued form 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 whatsoever shall be entertained on this account.

11. Other agencies will also simultaneously execute and install the works of air-conditioning, lifts, fire-fighting etc. of this work and the contractor shall afford necessary facilities for the same. The contractor shall leave such recesses, holes, opening etc. as may be required for the electric and other related works and nothing extra shall be payable on this account.

12. 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

Page 34: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

33

place and dispose off the materials being used or removed, so as not to interfere with the operations of other contractor or he shall arrange his work with that of the others in an acceptable and coordinated manner and shall perform it in proper sequence to the complete satisfaction of others.

13. The Architectural drawings given in the tender other than those indicated in nomenclature of items are only indicative of the nature of the work and materials/fixing involved unless and otherwise specifically mentioned. However, the work shall be executed in accordance with the drawings duly approved by the Engineer-in-Charge.

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

15. The contractor shall be fully responsible for the safe custody of materials brought by him at site / issued to him even though the materials may be under double lock and key system. The contractor has to make his own arrangement like shed enclosure etc. for keeping the material, providing security etc. The contractor shall be allowed to make temporary structures for cement godown, installation of batch mixing plant, stores, labs, offices, sheds & labour huts etc. (No labour huts shall be allowed to be built in the campus of IISER Bhopal). The contractor shall remove all the structures erected by him necessary for the execution of the work, after completion of the work and clean the site removing all structures in all respect as per the direction of Engineer-in-charge.

16. SPECIALISED WORK

16.1 Following specialized works, if applicable, should be got executed only through agencies specialized in the field and the contractor shall be required to submit the details of such agencies to the Engineer-in-Charge and obtain necessary approval:- a) Water proofing treatment b) Internal water supply and Sanitary work c) Aluminum windows & partitions d) Thermal insulation e) Ready Mix Concrete.

16.2 The specialised agency should have an experience of minimum five years in his

area of specialisation. 16.3 The specilised agency should have successfully completed at least one work of

similar nature having a magnitude equal to the quantum of work provided in the tender.

16.4 The specialised agency shall have sufficient experience in execution of turnkey

projects. 16.5 The contractor shall submit the following details of the specialized agency before

execution of work:

Page 35: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

34

a. Proof of the agency in operation since last five year.

b. list of works carried out by the agency in last five years along with the name

of work, name and address of clients, year of execution, value of work done and brief specification of the work.

c. Completion certificate of work of one work of similar nature of magnitude

equal to the quantum of work proposed in the tender. 17. SAFETY, HEALTH AND ENVIRONMENT

a. The Contractor(s) shall take all precautions to avoid accidents by exhibiting

necessary caution boards during day and night, speed limit boards, red flags, red lights and providing barriers hoarding written in English and Hindi. He shall be responsible for all damages and accidents caused to existing/new work due to negligence on his part. No hindrances shall be caused to traffic during the execution of the work. In case of any accident of labour / contractual staff the entire responsibility will rest on the part of the contractor and any compensation under such circumstances if becomes payable the same shall be entirely born by the contractor and department shall have no role on this account.

b. The contractor is required to follow the CPWD Safety code as prescribed in the General condition of the contract 2019 with correction slip issued upto last date of submission of online bids.

c. The contractor shall assign to his workmen, tasks commensurate with their qualification, experience and state of health for driving of vehicles, handling and erection of materials and equipment. All lifting equipment shall be tested certified for its capacity before use. Adequate and suitable lighting at every work place and approach there to, shall be provided by the contractor before starting the actual operations at night.

d. Hazardous and / or toxic materials such as solvent coating or thinners shall be stored in appropriate containers.

e. All hazardous materials shall be labeled with the name of the materials, the hazards associated with its use and necessary precaution to be taken.

f. Contractor shall ensure that during the performance of the work, all hazard to the health of personnel, have been identified, assessed and eliminated.

g. Appropriate personal protective equipment such as helmets, gloves, goggles, aprons, safety belts etc. shall be provided to the workers employed at the work site as per the requirement and exposure to the hazardous materials or locations.

h. The contractor has to follow the model rules for the protections of the Health and sanitary arrangement for the workers as provided in the General condition of the contract 2019 with correction slip issued upto last date of submission of bids.

i. The contractor shall provide first aid facilities, drinking water facilities, washing facility, Latrines and urinals, shelter during rest, crèches, canteens, anti-malarial

Page 36: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

35

precautions, preventive action for communicable diseases, proper drainage, sewerage, etc. in compliance of model rules for the protection of Health and Sanitary arrangement for the workers.

j. The wages of the labour shall be paid as per the guidelines provided in the CPWD contractor labour regulations.

k. The contractor has to keep a record of all the workers employed at site, make daily attendance along with the location of the work and follow the CPWD contractors’  labour regulation. All the labour record shall be made available for inspection and verification to the Engineer-in-charge or his authorized representative as and when required.

l. ENVIRONMENTAL MANAGEMENT PLAN The contractor shall strictly adhere to the following conditions as part of his contractual obligations: 18.1 SITE 18.1.1 The contractor shall insure that adequate measures are taken for the prevention of

erosion of the top soil during the construction. The contractor shall prepare and implement the erosion and sedimentation control plan (ESCP) provided to him after approval by the Engineer in Charge as part of larger Construction Management Plan (CMP). The contractor shall obtain the Erosion and Sedimentation Control Plan (ESCP) Guidelines if required from Engineer in Charge and then prepare “working plan” for following month’s activities as CAD drawing showing the construction management, staging & ESCP. At no time soil should be allowed to erode away from the site and sediments should be trapped where necessary. The contractor shall ensure that all the top soil excavated during construction works is neatly stacked and is not mixed with other excavated earth. The -contractor shall take the clearance of the Engineer in Charge before any excavation. Top soil should be stripped to a depth of 20 cm (centimeters)from areas to be disturbed, for example proposed area for building, roads, paved areas, external services and area required for construction activities etc. it shall be stockpiled to a maximum height of 40 cm in designed areas, covered or stabilized with temporary seeding for erosion prevention and shall be reapplied to the site during plantation of the proposed vegetation or as directed by the engineer in charge. Top soil shall be separated from subsoil, debris and stones larger than 50 mm (millimeter) diameter. The stored top soil may be used as finished grade for planting areas.

18.1.2 The contractor should follow the construction plan as proposed by the Architect/

Engineer in Charge to minimize the site disturbance such soil pollution due to spilling. If required use of staging and spill prevention and control plan to restrict the spilling of the contaminating material on site needs to be restored. Protection of top soil from erosion by collection storage and reapplication of top soil,

Page 37: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

36

constructing sediment basin, contour trenching, mulching etc., may also be directed by the engineer in charge.

18.1.3 No excavated earth shall be removed from the campus unless suggested

otherwise by Engineer in Charge. All subsoil shall be reused in backfilling/landscape, etc. as per  the instruction of Engineer in charge. The surplus excavated earth shall be disposed of by the contractor as per the direction of engineer in charge at his own cost for reuse. A certificate of reuse as required by the Engineer- In- change shall be submitted by the contractor.

18.1.4 The contractor shall not change the natural gradient of the ground unless

specifically instructed by the Engineer in Charge. This shall cover all natural features like water bodies, drainage gullies, slopes, mounds, depressions, etc. Existing drainage patterns through or into preservation area shall not be modified unless specifically directed by the Engineer-in Charge.

18.1.5 The contractor shall not carry out any work which results in the blockage of natural

drainage. 18.1.6 The contractor shall ensure that existing grades of soil shall be maintained around

existing vegetation and lowering or raising the levels around the vegetation is not allowed unless specifically directed by the Engineer-in-charge.

18.1.7 Contractor shall reduce pollution and land development impacts from automobiles

use during construction. 18.1.8 Overloading of trucks in unlawful and creates the erosion and sedimentation

problems, especially when loose materials like stone dust, excavated earth, sand etc. are moved. Proper covering shall be used by the contractor. Also, no overloading shall be permitted.

18.2 CONSTRUCTION PHASE AND WORKER FACILITIES 18.2.1 The contractor shall specify and limit construction activity in pre-planned

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

18.2.2 Preserve and protector Landscape during Construction

a. The contractor shall ensure that no trees, existing or otherwise, shall be harmed

and damaged to roots. These shall be prevented during trenching, placing backfill, driving or parking heavy equipment, dumping of trash and protected from oil, paint, and other materials detrimental to plant health. These activities shall be restricted to the areas outside of the canopy of the tree, or, from a safe distance from the tree/plant by means of barricading. Trees will not be used for support;

Page 38: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

37

their trunks shall not be damaged by cutting and carving or by nailing posters, advertisements or other material. Lighting of fires or carrying out heat or gas emitting construction activity within the ground, covered by canopy of the tree is not at all permitted.

b. The contractor shall take steps to protect trees or saplings of any identified for

preservation within the construction site using tree guards of approved specification.

c. Contractor should limit all construction activity within the specified area as per the

Construction Management Plan (CMP) approved by the Engineer in Charge. d. The contractor shall avoid cut and fill in the root zones, through delineating and

fencing the drip line (the spread limit of canopy projected on the ground) of all trees or group of trees. The zones of movement of heavy equipment, parking, or excessive foot traffic shall be separated from the fenced plant protection zones.

e. The contractor shall ensure that the maintenance activities during construction

period shall be performed as needed to ensure that the vegetation remains healthy.

18.2.3 The contractor shall be required to develop and implement a waste management

plan, quantifying material diversion goals. He shall establish goals for diversion from disposal in landfill and incinerators, if required, and adopt a construction waste management plan to achieve these goals. A project- wide policy of “Nothing leaves the site” shall be followed. The contractor’s ingenuity is especially called towards meeting this prerequisite/credit (as per IGBC LEED India, New Construction v1.0 & GRIHA, MNRE) and may consider recycling cardboard, metal, brick, acoustical tile, concrete, plastic, clean wood, glass, gypsum wallboard, carpet and insulation, designating a specific area(s) on the construction site for segregated or commingled collection of recyclable material, and track recycling efforts throughout the construction process, identifying construction haulers and recyclers to handle the designated materials at his cost. The diversion may include donation of materials to charitable organization and salvage of materials on- site.

18.2.4 Contractor shall collect all construction waste generated on site. He may consider

at segregating wastes based on their utility and examine means of sending such waste to manufacturing units which use them as raw material or other site which require it for specific purpose. Typical construction debris could be broken bricks, steel bars, broken tiles, spilled concrete and mortar etc.

18.2.5 The contractor shall provide potable water and other amenities for all workers as

per the contract.

Page 39: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

38

18.2.6 The contractor shall provide the minimum level of sanitation and safety facilities for the workers at site as described in CPWD General Conditions of contract. The contractor shall ensure cleanliness of workplace with regard to the disposal of waste and effluent; provide clean drinking water and latrines and urinals as per applicable provisions. Adequate toilet facilities shall be provided for workmen within easy access of their place of work. The total no. to be provided shall not be less than 1 per 30 employees in any one shift. Toilet facilities shall be made as soon as practicable. Every toilet shall be so constructed that the occupant is sheltered from view and protected from the weather and falling object. Toilet facilities shall be maintained in a sanitary condition. A sufficient quantity of disinfectant shall be provided and natural or artificial illumination shall also be provided.

18.2.7 The contractor shall ensure that air pollution due to dust/generators is kept to a

minimum, preventing any adverse effects on the workers and other people in and around the site. The contractor shall ensure proper screening, covering stockpiles, covering brick and leads of dusty materials, wheel –washing facility, gravel pit, and water spraying. Contractor shall also ensure the following activities to prevent air pollution during construction. a. Clear vegetation only from areas where work will start right away. b. Vegetate / mulch areas where vehicles do not ply. c. Apply gravel/landscaping rock to the areas where mulching/paving is

impractical. d. Identity roads on-site if applicable that would be used for vehicular traffic.

Upgrade vehicular roads (if these are unpaved) by increasing the surface strength by improving particle size, shape and mineral types that make up the surface & base and add surface gravel to reduce source of dust emission to limit amount of fine particles (smaller than 0.075 mm) to 10-20%.

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

f. Water spraying shall be done on:

‐ Any dusty materials before transferring, loading and unloading. ‐ Area where demolition work is being carried out. ‐ Any un-paved main haul carried out. ‐ Areas where excavation or earth moving activities are to be carried

out. 18.2.7.1 The contractor shall ensure that the speed of vehicles within the site is

limited to 10 km/hr.

Page 40: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

39

18.2.7.2 All material storage should be adequately covered and contained so that

they are not exposed to situations where winds on site could lead to dust/participate emissions.

18.2.7.3 Spills of dirt or dusty materials will be cleaned up promptly so the spilled

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

18.2.7.4 Provide dust screens, sheeting or netting to scaffold along the perimeter of the building at his cost.

18.2.7.5 Cover stockpiles of dusty material with impervious sheeting before they

leave the site at his cost. 18.2.7.6 Cover dusty load on vehicles by impervious sheeting before they leave the

site at his cost. 18.2.8 Contractor shall be required to provide an easily accessible area that services the

entire building and is dedicated to the separation, collation and storage of materials for recycling including (at a minimum) paper, corrugated cardboard, glass, plastics, and metals. He shall coordinate size and functionality of the recycling areas with the anticipated collections services for glass, plastic, office paper, newspaper, cardboard, and organic wastes to maximize the effectiveness of the dedicated areas. Consider employing cardboard balers, aluminum can crushers, recycling chutes, and collection bins at individual workstations to further enhance the recycling program.

18.2.9 The contractor shall ensure that no construction leach ate (e.g. cement slurry etc.),

is allowed to percolate into the ground. Adequate precautions will be taken to safeguard against this including reduction of wasteful curing process, 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).

Page 41: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

40

18.2.10 Staging (dividing a construction area into two or more areas to minimize the area of soil that will be exposed at any given time)  should be done to separate undisturbed land from land disturbed by construction activity and material storage.

18.2.11 The contractor shall comply with the safety procedure, norms and guidelines (as

applicable) as outlined in the document part 7 Constructional practices and safety, 2005 National Building code of India, Bureau of Indian Standards. A copy of all pertinent regulations and notices concerning accidents, injury and first- aid shall be prominently exhibited at the work site. Depending upon the scope & nature of work, a person qualified in first -aid shall be available at work site to render and direct first-aid to causalities. A telephone may be provided to first-aid assistant with telephone numbers of the hospitals displayed. Complete reports of all accidents and taken thereon shall be forwarded to the competent authorities.

18.2.12 The contractor shall ensure the following activates for construction workers safety,

among other measures at his cost.

a. Guarding all parts of dangerous machinery. b. Precautionary sign for working on machinery. c. Maintaining hoists and lifts, lifting machines, chains, ropes, and lifting

tackles in good condition. d. Durable and reusable formwork system to replace to timer framework and

ensure that formwork where used is properly maintained. e. Ensuring that walking surface or boards at height are of sound construction

and are provided with safety rails or belts. f. Ensuring that walking surfaces or boards at height are of sound

construction and provided with safety rails or belts. g. Provide protective equipment; helmets etc. h. Provide measures to prevent fires. Fire extinguishers and buckets of sand

to be provided in the prone area and elsewhere. i. Provide sufficient and suitable light for working during night time.

18.2.13 The storage of material shall be as per standard good practices as specified in

Part 7, Section 2-Storge, Stacking and Handling practices, NBS 2005 and shall be to the satisfaction of the Engineer in Charge to ensure minimum wastage and to prevent any misuse, damage, inconvenience or accident. Watch and ward of Constrictor’s materials shall be his own responsibility. There should be a proper planning of the layout for stacking and storage of different materials, components and equipment’s with proper access and proper maneuverability of the vehicles carrying the materials. While planning the layout, the requirements of various materials, components and equipment’s at different stages of construction shall be considered.

18.2.14 The contractor shall provide for adequate number of garbage bins around the

construction site and the workers facilities and will be responsible for the proper

Page 42: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

41

utilization of these bins for any solid waste generated during the construction. The contractor shall ensure that the site and the workers facilities are kept litter free. Separate bins should be provided for plastic, glass metal, biological and paper waste and labeled in both Hindi and English with suitable symbols.

18.2.15 The contractor shall prepare and submit ‘Spill prevention and control plans’

before the start of construction, clearly stating measures to stop the source of the spill, to contain the spill, to dispose the contaminated material  and hazardous wastes, and stating designation of personnel trained to prevent and control spills. Hazardous wastes include pesticides, paints, cleaners, and petroleum products.

18.2.15.1 Contractor shall collect & submit the relevant material certificates for

materials if directed by the Engineer in Charge with high recycled (both post-industrial and post-consumer) content, including materials like RMC mix with fly-ash, glass with recycled content, calcium silicate boards etc.

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

18.2.17 Where possible, the contractor shall select materials/vendors, harvested

and manufactured regionally a 800-km radius of the project site.

18.2.18 Contractor shall adopt an IAQ (Indoor Air Quality) management plan to protect the HVAC system during construction, control pollutant sources, and interrupt pathways for contamination. He shall sequence installation of materials to avoid contamination of absorptive materials such as insulation, carpeting, ceiling tile, and gypsum wallboard. He shall also protect stored on-site or installed absorptive materials from moisture damage.

18.2.19 The contractor shall ensure that a flush out of all internal spaces is

conducted prior to handover. This shall comprise opening of all doors and windows for 14 days to vent out any toxic fumes due to paints, varnishes, polishes, etc.

18.2.20 The contractor shall make efforts to reduce the quantity of indoor air contaminants that are odorous or potentially irritating harmful to the comfort and well- being of installer and building occupants. Contractor shall ensure that the VOC (Volatile Organic Compounds) content of paints, coatings and primers used must not exceed the VOC content limits mentioned below in case items are/is available in schedule of quantities. Paints Non-flat-150 g/L, Flat (Mat)-50, g/L Anti corrosive/anti rust-250 g/L Coatings/Clear wood finishers Varnish-350 g/L, Lacquer-550 g/L, Floor coating -100 g/L, sealers stains-250 g/L.

Page 43: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

42

Sealers Waterproofing sealer-250 g/L, sanding sealer-275 g/L, other sealers -200 g/L.

18.2.21 The VOC (Volatile Organic Compounds) content of adhesives and sealants used if prescribed in the schedule of quantities must be less than VOC content limits mentioned: Architectural Application VOC Limit (g/l less water)

Indore Carpet adhesives -50 g/L, carpet Pad adhesive -50 g/L, wood Flooring Adhesive -100 g/L, Rubber Floor Adhesives -60 g/L, Sub Floor Adhesives -50 g/L, Ceramic tiles Adhesive -65 g/LVCT and Asphalt Tile adhesives – 50 g/L, Dry Wall and panel Adhesive-50 g/L, Structural Glazing Adhesives -100 g/L, Multipurpose Construction Adhesive -70 g/L Substrate Specific Application VOC Limit (g/l less water), Metal to Metal -30 g/L, Plastic foams – 50 g/L,Porous material (except wood)- 50 g/L, Wood-30 g/L, Fiber Glass-80g/L.

18.2.22 Wherever required, Contractor shall meet and carry out documentation of

all activities on site, supplementation of information, and submittals in accordance with IGBC LEED India New Construction v1.0 or GRIHA program standards and guidelines, towards meeting the aforementioned building environmental rating standards(s) expert assistance shall be provided to him up on request.

18.2.23 Water use during construction: Contractor should spray curing water on

concrete structure and shall not allow free flow of water. Concrete structure should be kept covered with thick cloth/gunny bags and water should be sprayed on them. Contactor shall do water ponding on all sunken slabs using cement and sand mortar.

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

18.2.25 The contractor shall provide O & M manuals wherever applicable. 18.2.26 The contractor shall make himself conversant with the site waste

management program manual and actively contribute to its compilation by

Page 44: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

43

estimating the nature and volume of waste generated by the process/installation in question.

18.2.27 MATERIALS & FIXTURES FOR THE PROJECT

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

b. Unless otherwise stated cement used at site for reinforced concrete, present members, mortar plaster, building blocks, etc. shall be PPC (Portland Puzzolana Cement). The PPC must meet the requirements of IS 1489 (Part I) as regards to fly ash content in cement. The contractor shall obtain from the PPC manufacturer the certificate regarding fly ash content in the PPC in each batch of consignment.

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

d. The contractor shall ensure that all paints, polishes, adhesives and sealants

used both internally and externally, on any surface, shall be Low VOC products. The contractor shall get prior approval from the engineer in charge before the application of any such materials.

e. All plumbing and sanitary fixtures installed shall be as per the prescription of

the Engineer in Charge and shall adhere to the minimum LPM (liters per minute) and LPF (liters per flush) mentioned. The contractor shall employ 100% zero ODP (ozone depletion potential) insulation; HCFC (hydro-chlorofluorocarbon)/ CFC (chlorofluorocarbon) free HVAC and refrigeration equipment’s and halon-free fire suppression and fire extinguishing systems.

f. The contractor shall ensure that all composite wood products/agro-fibre

products used for cabinet work, etc. do not contain any added urea formaldehyde resin.

18.2.28 RESOURCES CONSUMED DURING CONSTRUCTION a. The contractor shall ensure that the water and electricity is not wasted during

construction. The Engineer in Charge can bring to the attention any such wastage and the contractor will have to ensure that the such bad practices are corrected.

b. The contractor shall install necessary meters and measuring devices to

record the consumption of water, electricity and diesel on a monthly basis for the entire tenure of the project.

Page 45: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

44

c. The contractor shall ensure that all run-off water from the site, during construction is collected and reused to the maximum.

d. The contractor shall use treated recycled water of appropriate quality

standards for construction, of available. e. No light shall be turned on during the period between 6:00 AM to 6:00 PM,

without the permission of the Engineer in Charge. 18.2.29 CONSTRUCTION WASTE

Contractor shall ensure that wastage of construction materials is within 3%.

a. All construction debris generated during construction shall be carefully segregated and stored in a demarcated waste yard. Clear, identifiable areas shall be provided for each waste type and measures employed to segregate the waste on site into inert, chemical, or hazardous wastes.

b. All construction debris shall be used for road preparation, back filling, etc., used if described in the schedule of quantities and as per the instruction of the Engineer in Charge, with necessary activities of sorting, crushing, etc.

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

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

e. If and when construction debris is taken out of the site, after prior permission from the Engineer in Charge, then the contractor shall ensure the safe disposal of all wastes and will only dispose of any such construction waste in approved dumping sites.

18.2.30 Documentation

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

i. Water consumption in litres. ii. Electricity consumption in ‘kwh’ units iii. Diesel consumption in litres. iv. Quantum of waste (volumetric/weight basis) generated at site and

the suggested waste types divided into inert, chemical and hazardous wastes.

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

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

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

Page 46: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

45

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

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

c. The contactor shall submit a document after construction of the building, a brief description along with photograph records to show that other areas have not been disturbed during construction. The document should also include brief explanation and photographic records to show erosion and sedimentation control measures adopted. (Document CAD drawing showing site plan details of existing vegetation, existing buildings, existing slopes and site drainage pattern, staging and spill prevention measures, erosion and sedimentation control measures adopted for top soil preservation during construction.

d. The contractor shall submit to the Engineer in Charge after construction of

the building, a detailed as built quantification of the following: i. Total materials used, ii. Total top soil stacked and total and total reused. iii. Total earth excavated iv. Total waste generated, v. Total waste reused, vi. Total water used, vii. Total electricity, and viii. Total diesel consumed.

e. The contractor shall submit to the Engineer in Charge, before the start of

construction, a site plan along with a narrative to demarcate areas on site from which top soil has to be gathered, designate area where it will be stored, measures adopted for top soil preservation and indicate areas where it will be reapplied after construction is complete.

f. The contractor shall submit to the engineer in charge, a detailed narrative (not more than 250 words) on provision for safe drinking water and sanitation facility for construction workers and site personal.

g. Provide supporting document from the manufacture of the cement

specifying the fly ash content in the PPC used in reinforced concrete, if otherwise permitted.

h. Provide supporting document from the manufacture of the pre-cast building

blocks specifying in the fly ash content of the blocks used in an infill wall system.

i. The contractor shall, at the end of construction of the building, submit to the

Engineer in Charge submit following information, for all material brought to

Page 47: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

46

site for construction purpose, including manufacture’s certifications, verifying information, and test data, where specification sections require data relating to environmental issues including but not limited to :

a) Source of products: supplier details and location of the supplier. b) Project Recyclability: submit information to assist Owner and

Contractor in recycling materials involved in shipping, handling, and delivery, and for temporary materials necessary for installation of products.

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

d) Product Recyclability: submit information regarding product and product’s component’s recyclability including potential resources accepting recyclable materials where ever applicable.

j. Provide financial certification of well-managed forest of origin to provide

final documentation of certificate sustainability harvested status: acceptable wood “certified sustainably harvested” certifications shall include:

a. Wood supplier’s certificate issued by one of the Forest Stewardship Council-accredited certifying agencies;

b. Supplier’s invoice detailing the quantities of certified wood products for the project;

c. Letter from one of a certifying agency corroborating that the products on the wood supplier’s invoice originate from certified well-managed forests. i. Clean tech: provide pollution clearance certificates from all

manufactures of materials. ii. Indoor Air quality and Environmental Issues: Submit emission

test data, sourced from the manufactures, produced by acceptable testing laboratory listed in Quality Assurance Article for materials as required in each specific Specification section. a. Certificates from the manufacturers of Low VOC

paints, adhesives, sealant and polishes used at this particular project site.

b. Certification from manufactures of composite wood products/agro fibre products on the absence of added urea formaldehyde resin in the products supplied to them to this particular site.

c. Submit environmental and pollution clearance certificates for all diesel generator’s installed as part of this project.

Page 48: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

47

Provide total support to Engineer in charge and Green Building Consultants  appointed by the Engineer in charge in completing all Green Building Rating related formalities, including signing of forms, providing signed letters in the contractor’s letterhead whenever required.

18.2.31 EQUIPMENT a. To ensure energy efficiency during and post construction all pumps,

motors and engines used during construction or installed, shall be subject to approval and as per the specifications of the Engineer in Charge.

b. All lighting installed by the contractor around the site and at the labour

quarters during construction shall be CFL bulbs of the appropriate illumination levels. This condition is a must, unless specifically prescribed.

The contractor is expected to go through all other conditions of the LEED & GRIHA rating stipulations.

Failure to adhere to any of the above mentioned items, without approval of

the engineer in charge, shall be deemed as a violation of contract and the contractor shall held liable compensation as per terms of the agreement.

k. WATER POLLUTION

i. The contractor will take all precautionary measures to prevent the waste water during construction to accumulate anywhere.

ii. The wastewater arising from the project is to be disposed off in the manner that is acceptable to the Engineer-in-charge and conforming to Pollution Control norms.

l. AIR AND NOISE POLLUTION

i. Contractor will use dust screens and sprinkle water around the site to arrest

spreading of dust in the air and surrounding areas.

ii. Contractor will ensure that all vehicles, equipment and machinery used for environmental emission standards/norms.

iii. For controlling the noise from Vehicles, Plants and Equipments, the Contractor will conform the following:

a. All vehicles and equipment used in construction will be fitted with

exhaust silencers.

b. Servicing of all construction vehicles and machinery will be done regularly and checked and if found defective will be replaced.

c. Noise emission from compactors (rollers) front loaders, concrete mixers, cranes (movable), vibrators and saws should be less than 75 db (A).

Page 49: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

48

d. As per the Standards/Guidelines for control of Noise Pollution from Stationary Diesel be less then 94+10 log 10 (KVA). The standards also suggest construction of acoustic enclosure around the DG set and provision of proper exhaust muffler with insertion loss of minimum 25dg(A) as mandatory.

e. Ambient noise levels should conform to residential standards both during day and night.

f. Adequate measures to reduce air and noise pollution during construction keeping in mind CPCB norms on noise limits.

19. RISK FROM ELECTRICAL EQUIPMENT

m. The contractor will comply the relevant industrial electrical safety

legislations. n. The contractor will take adequate precautions to prevent danger

from electrical equipment i.e. no material will be so stacked or placed as to cause danger or inconvenience to person or the public.

o. All necessary fencing and lights will be provided to protect the public. p. All electric machines to be used in the construction will conform to

the relevant Indian Standards (IS) codes, will be free from patent defect, will be kept in good working order, will be regularly inspected and properly maintained as per IS provision and to the satisfaction of the Engineer-in-charge.

In case of any breach of the above provisions, the electric supply given for the work shall be disconnected & the contractor shall only be responsible for the loss/slow progress of the work.

20. PLANTATION/ PRESERVATION / CONSERVATION MEASURES.

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

b. All fossils, coins, articles of value of antiquity, structures and other remains or things of geological or archaeological interest, discovered on any project location during excavation / construction shall be 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 official instructions of Engineer-In-Charge for dealing with the same, till then all work shall be stopped.

21. PROGRAMME CHART

Page 50: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

49

21.1 The Contractor shall prepare an integrated programme chart for the execution of

work, showing clearly all activities from the start of work to completion, with details of manpower, material, equipment and machinery required for the fulfillment of the programme within the stipulated period or earlier and submit the same for approval to the Engineer-in-Charge within ten days of award of the contract failing which Rs.1000/- per day shall be recovered (non refundable) from the contractor till the date of actual submission.

21.2 The programme chart should include the following:

21.1.1 Descriptive note explaining sequence of the various activities.

21.1.2 Network (PERT / CPM / BAR CHART).

21.1.3 Programme for procurement of materials/ equipment/labour by the contractor.

21.1.4 If at any time, it appears to the Engineer-in-Charge that the actual progress of work does not conform to the approved programme referred above, the contractor shall produce a revised programme showing the modifications to the approved programme to ensure completion of the work. The modified schedule of programme shall be approved by the Superintending Engineer.

21.1.5 The submission for approval by the Engineer-in-Charge of such programme or the furnishing of such particulars shall not relieve the contractor of any of the duties or responsibilities under the contract. This is without prejudice to the right of Engineer-in-Charge to take action against the contractor as per terms and conditions of the agreement.

22. PROGRESS REPORT:

22.1 The contractor shall submit monthly progress report of the work in computerized form. The progress report shall contain the following information, apart from whatever else may be required as specified. Contractor shall give the Engineer-in-charge on 7th day of each month a progress report of work done during previous month failing which Rs.500/- per day shall be recovered (non refundable) from the contractor till the date of its actual submission.

(i) Project information, giving the broad features of the contract. (ii) Introduction, giving a brief scope of the work under the contract and the

broad structural or other details. (iii) Construction schedule of the various works with a bar chart for the next

quarter showing the mile stone, targeted tasks and upto date progress. (iv) Progress chart of the various components of the work that are planned and

achieved for the month as well as cumulative upto the month, with reasons for deviations, if any in a tabular format.

Page 51: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

50

(v) Plant and machinery statement, i/c those deployed on the work and their working status.

(vi) Man power statement indicating individually the names of all the staff

deployed on the work along with their designations. (vii) Financial Statement i/c the broad details of all the running account

payments received upto date, such as gross value of work done, advances taken, recoveries effected, amounts with held, net payments received etc.

(viii) Statement showing the extra & substituted items submitted by the

contractors and the payment received against then, items pending for sanction / decision by the department , broad details of the bank guarantees, indicating clearly their validity periods, broad details of the insurance policies taken by the contractor, if any , the advances received and adjusted.

(ix) Progress photographs in colour of the various items / components of the

work done upto date to indicate visually the actual progress of work. (x) Quality assurance and quality control tests conducted during the month,

with the result thereof. 22.2 If the work is carried out in more than one shift or during night, no claim on this

account shall be entertained. The contractor has to take permission from the police authorities etc. if required for work during night hours. No claim / hindrance on this account shall be considered if work is not allowed during night time. The requisite supervision shall be made available by the department along with necessary issue of material under joint custody.

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

22.4 The Contractor shall be responsible for the watch and ward / guard of the buildings safety, fittings and fixtures & protection of flooring doors & windows etc. provided by him/ supplied to him against pilferage and breakage during the period of installations and thereafter till the entire work as per agreement is physically handed over to the department. No extra payment shall be made on this account.

23. QUALITY ASSURANCE:

23.1 The contractor shall establish, document and maintain and effective quality

assurance system as outlined in the specifications and various codes and standards.

Page 52: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

51

23.2 The bidder shall understand scope of the work, drawing, specifications and standards etc. attached with the tender or to be followed and shall seek clarification, if any before submission of the tender.

23.3 The quality assurance system plans / procedures / method statement to be followed shall be furnished in the form of quality assurance manual. It should cover quality assurance, plan procedure, specifications, frequency of the inspection, testing, acceptance criteria, method of sampling, testing etc to be followed for quality and the details of the personal responsible. It is obligatory on the bidder to obtain the approval of every quality assurance documents with Engineer-in-charge before he start using particular document for execution of work.

23.4 The approval of quality assurance by Engineer-in-charge does not absolve the contractor of the contractual obligations towards executing the work as per the laid down the specification of the work.

23.5 The contractor shall produce the quality control, records, on the formats approved by Engineer-in-charge in the quality assurance plan.

23.6 The contractor shall ensure towards the enforcement of quality assurance plan by his all specialized agencies as approved by the Engineer-in-charge.

23.7 The Engineer-in-charge reserve the right to inspect / witness, review any or stages of the work at shop / site as deemed necessary for quality assurance and / or timely completion of work.

23.8 The contractor has to ensure the deployment of quality assurance and quality control engineer (s) depending upon the quantum of work. This QA/QC group shall be fully responsible to carry out the work as per standards and all codes requirements. In case Engineer-in-charge feels that contractor’s QA/Q Engineer(s) are incompetent or insufficient, contractor has to deploy other experiences Engineer(s) as per site requirement and to the full satisfaction of Engineer-in-charge.

23.9 The contractor is required to review the quality assurance program at all appropriate stages to ensure the quality, completion of activities in time etc. and if required should deploy additional manpower and resources to ensure the quality and timely completion of the project.

23.10 If the contractor fails to deploy the quality assurance team, the necessary recovery shall be made from the contractor’s bill as per the rates provided for in the schedule – F (Clause 36(i)) of the agreement.

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

23.12 The contractor shall procure the required materials in advance so that there is sufficient time for 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

Page 53: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

52

measuring arrangements at site for checking the weight / dimensions as may be necessary for execution of work. The sealed samples are to be handed over to the approved testing lab by contractor at his own cost.

24. The Cement Godown of capacity to store a minimum of 2000 bags of cement as

per the sketch of cement godown shown in general condition of contract shall be constructed at site of work for which no extra payment shall be made. The Godown shall be provided with a single door with two locks. The keys of one lock shall remain with Engineer-in-charge of the work and that of other lock with the authorized agent of the contractor at the site of work so that the cement is issued from godowns according to the daily requirement with the knowledge of both parties. The account of daily receipt and issue of cement shall be maintained by the contractor in Cement Register in the prescribed Performa.

25. TESTING OF MATERIALS

25.1 Mandatory Tests as per frequency prescribed in CPWD specifications-2009 (Vol.1

& 2) are to be carried out in field / approved laboratory by the contractor at his own cost. The records for such testing shall be maintained by the contractor in prescribed Performa approved by the Engineer-in-charge.

25.2 90 % of the total tests shall be done at the laboratory established at the site by the contractor and remaining 10% in the laboratories mentioned in para 16 of particular Specification of Civil Works. This percentage may be varied by the Engineer-in -charge depending on the site conditions.

26. TESTING OF MATERIALS AT SITE

A site laboratory with the minimum following equipment (conforming to I.S. standards) shall be established and maintained by the contractor within one month from the award of work:- Details of the equipment to be kept in the lab are given below:

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

26.2 Ovens-electrically operated, thermostatically controlled upto 1100C – sensitivity 10C.

26.3 Sieves: as per IS 460-1962.

a. I.S. sieves-450 mm internal dia, of sizes 100 mm , 80 mm ,63 mm 50mm,40 mm,25mm, 20mm, 12.5mm,10mm, 6.3mm, 4.75mm, complete with lid and pan.

b. I.S. sieves -200mm internal dia, (Brass frame) consisting of 2.36 mm ,

1.18mm, 600 microns, 425 microns, 300 microns, 212 microns, 150 microns, 90 microns, 75 microns with lid and pan

Page 54: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

53

d. Sieve shaker capable of 200 mm and 450mm dia sieves, manually operated with timing switch assembly.

e. Equipment for slump test-slump cone, steel plate, tamping rod, steel scale,

scoop. f. Dial gauges, 25mm travel -0.01 mm/ Division least count -2 nos. g. 100 tonnes compression testing machine, electrical cum manually

operated. h. Graduated measuring cylinders 200ml capacity -6 Nos. i. Enamel trays (for efflorescence test for bricks).

i) 300mm x 250 mm x 40 mm – 2 Sets.

ii) Circular plates of 250 mm dia. – 4 nos.

j. Hammer for concrete testing. k. Moisture meter for timber. l. ISI Marked 150x150x150 mm CC Cube moulds – minimum 48 Nos. m. A list of other equipment is given in Annexure – VI. n. All necessary tests as per the Contract/CPWD specifications/relevant BIS

codes shall be carried out on all the materials whether ISI marked or otherwise. Wherever Contract /CPWD specifications/relevant BIS codes do not specify the frequency of tests, the same shall be carried out as per the directions of the Engineer-in-Charge. Nothing extra whatsoever shall be payable on this account.

o. Testing At Manufacturer’s Place

All materials which are specified to be tested at the manufacturer’s works shall

satisfactorily pass the tests in presence of the authorized representative of Engineer-in-charge before being used in the work. In case all requisite testing facilities are not available at the manufacturer’s premises, such testing shall be conducted at laboratory approved by the Engineer-in-charge. The charges for such testing shall be borne by the contractor.

The standard sectional weights referred to in Table 5.4 Para 5.3.4 in CPWD Specifications 2009 shall be considered for conversion of length of various sizes of TMT bars into weight. However, the average sectional weight of each diameter shall be arrived on the basis of samples of each lot from steel received at site. In case the actual weight of steel is less than the standard co efficient given in CPWD Specification but is within the tolerance limit of acceptance, the same (actual weight) shall be taken into account for working out the variations between the actual and standard co efficient & contractor shall be paid for the actual weight of steel in this case.

Page 55: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

54

However, nothing extra shall be payable in case the actual weight of steel is more than the standard coefficient mentioned above in Table -5.4 Para -5.3.4 of CPWD specifications.

27 Maintenance of Register of tests 27.1 All the registers of tests shall be maintained by the contractor. The registers

shall be in prescribed Performa approved by the Engineer-in-charge.

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

27.3 All the test in field lab setup at Construction Site shall be carried out by the

Engineering Staff deployed by the contractor which shall be 100% witnessed by JE and 50% of tests shall be witnessed by AE-in-charge. At least 10% of the tests are to be witnessed by the Executive Engineer.

27.4 All the entries in the registers will be made by the designated Engineering Staff of

the contractor and same will be regularly reviewed by JE/AE/EE. 27.5 Contractor shall be responsible for safe custody of all the test registers. 28 Maintenance of Material at Site (MAS) Register

28.1 All the MAS registers including Cement, Steel and Paints register shall be

maintained by the contractor. The registers shall be in prescribed Performa approved by the Engineer-in-charge. 28.1.1 Each of the entry of receipt of material at site shall be 100% test checked

by JE or AE. 28.1.2 Each MAS Register shall be checked by JE at least twice a week and at

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

28.1.3 Cement Register shall be reviewed by EE at least once in a month. 29 Submission of copy of all test registers, MAS registers along with each alternate

running account bill and final bill is mandatory. The receipt of registers shall be acknowledged by the Accounts Officer by singing the copies and register to confirm receipt in IWD Office.

If all the test registers and MAS registers are not submitted along with each alternate running account bill and final bill no payment shall be released to the contractor.

Page 56: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

55

30 Tool & Plants The contractor shall, at his own cost and risk, provide and operate all the required equipment, T&P and machinery as required at site. The contractor shall, however, be required to provide and operate following minimum equipment, T&P & machinery at Site: Sl. No. Name of Equipment Nos.

1 Excavators 1 2 Mortar mixer with hopper of full bag capacity (diesel) 1 3 Mortar mixer with hopper of full bag capacity (electrical) 1 4 Needle vibrator (electrical) 2 5 Needle vibrator (petrol) 2 6 Plate vibrator (Electrical /petrol) 1 7 Cover Block manufacturing machine 1 8 Bar bending machine 1 9 Bar cutting machine 1

10 Drilling machine 1 11 Welding machine 1 12 Steel shuttering for slab etc. 200 sqm 13 Beam bottom/side shuttering. 150 sqm 14 Column shuttering (steel) in sets of various sizes of

columns. 25 sqm

15 Steel scaffolding 250 cum 16 Tippers - 17 Trucks - 18 Air compressors (diesel) 1 19 Pump (electric) 1 20 Pump (diesel) 1 21 Diesel generators 1 22 Total Station equipment - 23 Electrical Chase Cutter 1

24 Electrical hammer Drill Machine 1

25 Insulation Testing Magger of all rating and earth tester. 1

26 Hydraulic Crimping Machine 1

27 Screed board vibrator 1 28 Skim floater 1 29 Vacuum pump 1 30 Concrete batch mix plant - 31 Concrete pump - 32 Concrete transit mixer. -

These equipment/T&P/machinery shall be the mandatory requirement over and

above those pertaining to arrangement of concrete from RMC producing plants as mentioned elsewhere in the tender documents. Nothing extra whatsoever shall be payable on this account. All the equipment, T&P and machinery shall be kept in good condition. In case the requirement at any stage exceeds that given above the same shall be arranged as per need by the contractor at his own cost.

Page 57: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

56

Equipment like excavators/Transit mixer etc. shall be allowed to be moved away from the site when, in written opinion of Engineer-in-Charge, the same are no longer required at site of work.

All the equipment shall be brought, installed and commissioned at site of work at

least one week before their actual planned use at site. To maintain horizontal & vertical profile of the building the contractor have to do the total station survey with least count of 1 second at his own cost and nothing extra shall be paid for this.

In case the contractor fails to arrange the above T& P at site within 10 days of the notice from the Engineer-in-Charge to do so, recoveries at the following rates shall be made. Sl. No. Name of Equipment Nos. Recovery rate

1 Steel shuttering for slab etc. 200 sqm Rs 10/sqm/day

2 Beam bottom/side shuttering of water proof

ply. 150 sqm

Rs 10/sqm/day

3 Column shuttering (steel) in sets of various sizes of columns.

25 sqm

Rs 10/sqm/day

4 Steel scaffolding

250 cum space.

Rs 3/cum/day

*****

Page 58: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

57

B. Particular specifications for Civil Work 1. Except for the items, for which particular specifications are given or where it is

specifically mentioned otherwise in the description of the items in the schedule of quantities, the work shall generally be carried-out in accordance with the “CPWD Specifications, 2009 Vol. I to II (with up to date correction slips upto last date of submission of bids) (Hereinafter to be referred to as CPWD Specifications) and instructions of Engineer-in-Charge. Whenever CPWD Specifications are silent, the latest IS Codes / Specifications shall be followed. However, all hardware material such as nuts/bolts/screws/washers etc. to be used in the work shall be Stainless steel in wood work, sanitary, plumbing and drainage work.

2. The Contractor shall have to engage highly experienced skilled labour, deploy

modern T & P and other equipments to execute the work. Many items like stone slab in platform, wall and floor tiles and grit wash, plaster, factory made windows fixing with dash fasteners and sealing with poly sulphide sealants, Railing in balcony and stair case and other specialized flooring work, wood work, will specially require engagement of well skilled workers having experience particularly in execution of such items.

3. Samples of all material and fittings to be used in the work in respect of brand,

manufacture and quality shall be got approved from the Engineer-in-Charge, well in advance of actual execution and shall be preserved till the completion of the work. Articles bearing IS certification mark shall only be used unless no manufacturer has got ISI mark for that particular material. Any material / fitting whose sample has not been approved in advance and any other unapproved material brought by the contractor shall be immediately removed as soon as directed failing which the Engineer-in-charge shall have the power to remove the same at cost of the contractor.

4. Unless otherwise specified in the schedule of quantities, the rates tendered by the

contractor shall be all inclusive and shall apply to all heights, floors including terrace, leads and depths and nothing extra shall be payable on this accounts.

5. 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 what-so-ever shall be payable to the contractor for the test.

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

7. The Contractor shall bear all incidental charges for cartage, storage and safe

custody of materials issued by department/arranged by the contractor.

8. For the prescribed specilised types of works the Contractor(s) shall submit for the approval of the Engineer-in-Charge, the names of specialized agencies, of repute along with their technical capability proposed to be engaged by him within three months from the date of award who have executed satisfactorily at least one similar work of equal or more magnitude or two similar works of minimum 50% magnitude (Financial) of similar works.

Page 59: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

58

The contractor has to submit guarantee bond for specialized works executed. Final payment shall be released only after submission of valid guarantee bonds (Annexure-I, II & III) by the contractor.

9. SAMPLES FOR TESTING

Samples of materials required for testing shall be provided free of charge by the contractor. The cost of tests shall also be borne by the contractor. If any load testing or special testing is to be done for concrete whose strength is doubtful, the cost of the same shall be borne by the contractor. In case there is any discrepancy in frequency of testing as given in list of mandatory tests, and that in individual sub-heads of work as per CPWD specifications higher of the two frequencies of testing shall be followed and nothing extra shall be payable on this account.

10. Payment for items of “RCC work’, brick work and concrete work above different

floor shall be made at the rates provided for these items. For operation for these rates, the floor level shall be considered as top of the main structural slab in that floor viz. Top of RCC slab in main room and not top of any sunken or depressed floor for laboratory Kitchen / W.C. and toilet slabs.

11. Before starting the casting work, the contractor has to provide initial & final, spot level by the total station method and three sets of spot level drawings are to be submitted by the contractor to the Engineer-in-charge and nothing extra shall be paid on this account.

12. CEMENT

12.1 The contractor shall procure 43 grade (conforming to IS 8112) ordinary Portland

cement, as required in the work, from reputed manufacturers of cement having a production capacity not less than one million tonnes or more per annum, such as ACC, Ultra-Tech, Jay Pee Rewa, Vikram, Shree Cement, Birla Cement, JK Cement as approved by the Ministry of Industry, Government of India, and holding license to use lSl certification mark for their product. Engineer-in-charge may change the brand of Cement depending upon availability in local market, if needed. In case of non-availability of OPC, PPC conforming to IS: 1489 (part-1) of equivalent grade may be considered only in non-structural work with the approval of Superintending Engineer IISER Bhopal.

12.2 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 got tested by him in accordance with provisions of relevant BIS codes as soon as it is brought at site. 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.

12.3 The cement shall be brought at site in bulk supply of minimum 25 tonnes or as decided by the Engineer- in- charge. Cement bags shall be stored in two separate godowns, one for tested cement and the other for fresh cement (under testing) to

Page 60: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

59

be constructed by the contractor at his own cost as per sketch at page-97 of General condition of Contract 2019 with weather proof roofs and walls. The size of the cement godowns is indicated in the sketch for guidance and a store of minimum 4000 bags capacity storage shall be constructed. The actual size of godowns shall be as per site requirements and nothing extra shall be paid for the same. The decision of the Engineer-in-charge regarding the capacity needed will be final.

12.4 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 adjustment need to made.

12.5 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.

12.6 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.

13. STEEL REINFORCEMENT 13.1 The contractor shall procure TMT steel reinforcement bars Fe 500D conforming to

the relevant manufacturers’ specifications from the main producers only.

13.2 The contractor shall have to obtain and furnish test certificates to the Engineer-in-charge in respect of all supplies of steel brought by him to the site of work.

13.3 Samples shall also be taken and got tested by the contractor 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 BIS codes, the same shall stand rejected, and it shall be removed from the site of work by the contractor at his cost within a week time of written orders from the Engineer-in-charge to do so.

13.4 The steel reinforcement bars shall be brought to the site in bulk supply of 9 tonnes or more, or as decided by the Engineer-in-charge.

13.5 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.

13.6 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:

Page 61: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

60

13.7 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.

13.8 The steel brought to site and the steel remaining unused after completion of work

shall not be removed from site without the written permission of the Engineer-in-charge.

14. RCC WORK (DESIGN- MIX CONCRETE) 14.1 The RCC work shall be done with Design Mix Concrete as per CPWD

Specifications-2009 (Vol.-I & II) unless otherwise specified. In the nomenclature of items wherever letter M has been indicated, the same shall imply for the Design Mix Concrete. For the nominal mix in RCC, CPWD Specifications and relevant IS Codes shall be followed. The Design Mix Concrete will be designated based on the principles given in IS: 456-2000. The contractor shall design mixes for each class of concrete indicating that the concrete ingredients and proportions will result in concrete mix meeting requirements specified. In case of use of admixture and or white cement, the mix shall be designed without these admixtures. The specifications mentioned here-in-below shall be followed for Design Mix Concrete.

14.2 Coarse Aggregate As per CPWD specifications.

14.3 Fine Aggregate As per CPWD specifications.

14.4 Water It shall conform to requirements laid down in IS 456: 2000 and CPWD specification.

14.5 Cement: - Cement arranged by the Contractor will be OPC (grey) of Grade-43 conforming to IS: 8112. The record of white cement shall be kept in the same Performa and same manner as applicable for the grey cement.

Size of bar For consignment below 100 tonnes

For consignment above 100 tonnes

Under 10 mm dia. bars

One sample for each 25 tonnes or part thereof

One sample for each 40 tonnes or part there of

10 mm to 16 mm dia. bars

One sample for each 35 tonnes or part there of

One sample for each 45 tonnes or part there of

Over 16 mm dia. bars

One sample for each 45 tonnes or part there of

One sample for each 50 tonnes or part there of

Page 62: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

61

14.6 Admixtures: Wherever .required, admixtures of approved quality shall be mixed with concrete as specified. The admixtures shall conform to IS: 9103. The chloride content in the admixture shall satisfy the requirements of BS:5075. The total amount of chlorides in the admixtures mixed concrete shall also satisfy the requirements of IS: 456-2000. 14.6.1 Admixtures may be added (By maintaining the minimum cement content as

specified above) in case of specific technical requirement so as to meet the workability I slump requirement or for any other reason. But nothing extra is to be paid to contractor on account of adding admixtures.

The minimum cement content and maximum water cement ratio of concrete

of various grades shall be as below:

Sl. No. Grade Designation

Minimum Cement content (Kg. per

cum)

Maximum Water Cement Ratio

(i) M-25 320 0.50 (ii) M-30 330 0.45 (iii) M-35 340 0.45

Note 1: In case where the quantity of cement required is higher/lesser than the specified in the nomenclature of items of Schedule of quantity to achieve desired strength based on an approved mix design, it shall be payable to the contractor/ recoverable from the contractor.

I) In the designation of a concrete mix letter M refers to the mix and number to

the specified characteristic compressive strength of 15x15cmx15cm – cube 28 days expressed in N/mm2.

II) If design mix allows lesser/higher use of cement than the cement specified in the nomenclature of items of Schedule of quantity to achieve desired strength without adding admixture then payment/ recovery @ quoted by the agency per MT shall be made for higher/lesser consumption of cement.

III) It is specifically highlighted that in addition to the above requirement the

maximum cement content for any grade shall be limited to 400kg/cum. IV) The minimum/maximum cement content for design mix concrete shall be

maintained as per the quantity mentioned above.

14.7 The concrete mix design/laboratory tests with and without cement admixture if to be used by the contractor will be carried out by the contractor from laboratory at approved by Engineer-in-charge at his own cost.

The various ingredients for mix design/laboratory tests shall be sent to the laboratory through the Engineer-in-charge and the samples of such aggregate, cement shall be preserved at site by the contractor.

14.8 The contractor shall submit the mix design report from any of approved laboratory for approval of Engineer-in-charge within 30 days from the date of issue to letter of

Page 63: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

62

acceptance of the tender. No concreting shall be done until the mix design is approved. In case of white Portland cement and the likely use of admixtures where CC / RCC is done using concrete pumps in concrete with ordinary Portland / white Portland cement the contractor shall design and test the concrete mix by using trial mixes with white cement and /or admixtures also for which nothing extra shall be payable.

14.9 In case of change of source of characteristic properties of the ingredients used in

the concrete mix during the work, a revised laboratory mix design report conducted at approved laboratory or laboratory established at site shall be submitted by the contractor as per the direction of Engineer-in-charge.

14.10 Approval of Design Mix:

The mix design for a specified grade of concrete shall be done for a target mean compressive strength ck = ck+1.65s. Where, ck = Characteristic compressive of 28 days s = Standard deviation which depends on degree of quality control. The degree of quality control for this work is ‘good’ for which the standard deviation(s) obtained for different grades of concrete shall be as follows:

Grade of Concrete For ’good’ quality of control M25 5.0 M30 6.0

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

14.11 Batching

The batching plant shall conform to IS:4925, it shall have the facilities of presetting the quantity to be weighed with automatic cutoff when the same is achieved. Concreting at places may have to be resorted to through concrete pump of which nothing extra shall be paid.

14.12 All other operations in concreting work like Mixing, Slump, Laying placing of concrete, compaction curing etc. not mentioned in this particular specification for Design Mix of concrete shall be as per CPWD specification.

14.13 Work Strength Test

Test specimen Work strength test shall be conducted in accordance with IS:456 on random sampling. Each test shall be conducted on six specimen, three of which shall be tested at 7 days and remaining three at 28 days.

Page 64: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

63

Test results of sample The test result of the sample shall be average of the strength of three specimen. The individual variation shall not be more than 15% of the average. If more the test results of the sample are invalid. 90% of the total test shall be done at the laboratory established at site by contractor and remaining 10% in the laboratory of CPWD or in any other laboratory as directed by the Engineer-in-charge. Lot size The minimum frequency of sampling of concrete of each grade shall be according with the following: Quantity of concrete in the work cubic metre per day

Number of samples.

1-5 1 6-15 2

16-30 3 31-50 4

51 & above 4+ one additional sample for additional 50 cubic metre or part thereof.

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

14.14 Acceptance Criteria

14.14.1 Compressive Strength : The concrete shall be deemed to comply with the

strength requirements when both the following condition are met: a) Any individual test result is not less than (ck-4) N/mm2 b) The mean of test result from any group of four consecutive samples

is greater than or equal to (ck+.825 x established standard deviation) (rounded off two nearest 0.5 N/mm2) or (ck+4) N/mm2, whichever is greater.

14.14.2 Flexural Strength: When both the following conditions are met, the concrete

complies with the specified flexural strength.

(a) The mean strength determined from any group of four consecutive test results exceeds the specified characteristic strength by at least 0.3 N/mm2

(b) The strength determined from any test result is not less than the specified characteristic strength/ 0.3 N/mm2.

14.14.3 Quantity of Concrete Represented by Strength Test Results : The quantity

of concrete represented by a group of four consecutive test results shall include the batches from which the first and last samples were taken together with all intervening batches.

Page 65: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

64

For the individual test result requirements is strength > (ck- 4) N/mm2, or in item (b) of 15.14.2. Only the particular batch from which the sample was taken shall be at risk.

Where the mean rate of sampling is not specified the maximum quantity of concrete that four consecutive test results represent shall be limited to 60 m3. All test specimens shall be made compacted, cured and tested in compliance with IS:526 and test result interpreted in accordance with IS:456 for acceptance of concrete strength, field specimens test results shall not be less than values given in table 5.6 of CPWD Specifications (Vol.-I) 2009.

14.14.4 If the concrete is deemed not to comply pursuant to 15.14 the structural

adequacy of the parts affected shall be investigated and any consequential action as needed shall be taken.

14.14.5 Concrete of each grade shall be assessed separately.

14.14.6 Concrete is liable to be rejected of it is porous or honeycombed, its planning has been interrupted without providing a proper construction joint the reinforcement has been displaced beyond the tolerance specified, or construction tolerance have not been met. However the hardened concrete may be accepted after carrying out suitable remedial measured to the satisfaction of the Engineer-in-charge for which nothing extra is payable to the contractor.

14.15 Only MS centering and scaffolding material unless & otherwise specified shall be

used for all RCC work. Only M.S. centering/shuttering and scaffolding material unless & otherwise specified shall be used for all R.C.C. work to give an even finish of concrete surface. However, Laminated shuttering-Ply may be used for certain situations like Beam Bottoms, Beam Corners, Beam Sides, RCC slab sides and stair cases etc. for which no deduction / extra shall be made on this account.

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

14.17 In case of rejection of concrete as governed by the para “Acceptance Criteria” as

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

Page 66: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

65

reduced rates shall be regulated in accordance with Para 5.4.10.5 D (D-3) of CPWD Specification.

14.18 Engineer-in-charge may allow the use of nominal mix RCC in smaller members

like lintel, chajjas & shelf etc. at his discretion.

14.19 Nothing extra shall be paid for the centering and shuttering circular in shape wherever the form work is having a mean radius exceeding 6m in plan.

The item for shuttering in staircase includes shuttering in steps form.

14.20 Measurement: As per CPWD specifications. 14.21 Tolerances: As per CPWD specifications. 14.22 Rate: 14.22.1The rate includes the cost of material and labour involved in all the operations

described above except for the cost of centering, shuttering & reinforcement which will be paid separately.

14.22.2In case of actual average compressive strength being less than specified strength

which shall be governed by para ‘Acceptance Criteria’ as above the rate payable shall be worked out accordingly on prorata basis.

14.22.3 In case of rejection of concrete on account of unacceptable compressive

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

14.22.4 Necessary arrangements shall be made for field tests and all required

equipments shall be arranged by establishing field lab by the agency for mandatory tests of the material as specified in CPWD specifications or as per direction of Engineer-in-charge. Nothing extra shall be paid on this account.

15. The Concrete mix design / laboratory tests with admixture (if to be used by

contractor at his own cost) and without admixture will be carried out by the contractor through govt. institute, IITs, NITs, Central & State research Centre or Centrally funded laboratories.

16. The expenditure on account of conducting design mix from the laboratory/ test house shall be borne by the Contractor.

Page 67: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

66

The various ingredients for mix design / laboratory tests shall be sent to the lab / test houses through the Engineer-in-Charge and the samples of such aggregates sent shall be preserved at site by the department.

In the event, if the above mentioned laboratories are unable to carry out the

requisite design / testing, the contractor may have it done from any other laboratory with prior approval of the Engineer-in-Charge.

17. READY MIX CONCRETE (RMC) FROM RMC PRODUCER 17.1 The contractor on his request may be allowed to arrange Ready MIX concrete

(RMC) from the RMC producing plants approved by the Engineer-in-charge. Nothing extra whatsoever shall be payable on this account over & above the rates of design mix concrete.

17.2 The contractor shall, within 15 days of award of the work, submit the text of MOU proposed to be entered between purchaser (the contractor) and supplier (RMC producer) to the Engineer-in-Charge for his approval. The contractor shall draw the MOU with approved RMC producer and submit the copy to Engineer-in-Charge within a week of such approval. The contractor will not be allowed to use ready mixed-concrete without completion of above stated formalities.

17.3 Notwithstanding the approval granted by Engineer-in-Charge in aforesaid manner or provisions in CPWD specifications 2009, the contractor shall be fully responsible and accountable for quality of concrete including input control, transportation and placement etc.

17.4 For all purposes the contractor shall carry out fully, the responsibilities of the “placement contractor’ and the “manufacturer of concrete’.

17.5 The Engineer-in-Charge will reserve right to inspect at any stage and reject the concrete if he is not satisfied about quality of product at the user’s end.

17.6 The Engineer-in-charge reserves the right to exercise control over the:-

17.6.1 Ingredients, water and admixtures purchased, stored and to be used in the concrete including conducting of tests for checking quality of materials, recording of test results and declaring the materials fit or unfit for use in production of mix.

17.6.2 Calibration check of the RMC plant.

17.6.3 Weight and quantity check on the ingredients, water and admixtures added for batch mixing.

17.6.4 Time of mixing of concrete.

Page 68: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

67

17.6.5 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.

17.6.6 For exercising such control, the Engineer-in-charge shall periodically depute his authorized representative at the RMC 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 authorized representative at RMC plant.

17.7 All required relevant records of RMC shall be made available to the Engineer-in-

Charge or his authorized 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 & the RMC plant. Only concrete as approved in design mix by Engineer-in-Charge shall be produced in RMC Plant and transported to the site.43-Grade OPC (Conforming to IS-8112) of brand/make/source as approved by Engineer-in-Charge shall only be used for production of concrete.

17.8 It shall be the responsibility of the contractor to ensure fulfillment of all the

specification criterion of RMC at the point of placement of RMC. 18. QUALITY CONTROL OF READY-MIXED CONCRETE It shall be the responsibility of the contractor to ensure that RMC producer

provides all necessary testing equipments and takes all necessary measures to ensure Quality Control of ready mixed concrete. In general the required measures shall be:-

18.1 Control of purchased material quality: RMC producer shall ensure that all the

materials purchased and used in the production of concrete conform to the stipulation of the relevant agreed standards and the requirements of the concrete mix design and quality control procedures. This shall be accomplished by visual checks, sampling and testing, certification from material supplier and information/data from materials supplier. Necessary equipment for the testing of all material shall be provided and maintained in calibrated condition at the plant by the RMC producer.

18.2 Control of material storage:- Adequate and effective storage arrangement shall

be provided by RMC producer at RMC plant for reliable transfer and feed systems, drainage of aggregates, prevention of freezing or excessive solar heating of aggregate, prevention of contamination etc.

18.3 Record of mix design and mix design modification:-RMC producer shall

ensure that record of mix design and mix design modification is readily available in his computer at RMC plant for inspection of Engineer-in-Charge or his authorized representative at any time. Any modification in mix design shall be done only after the approval of Engineer-in-Charge.

Page 69: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

68

18.4 Transfer and weighing equipment:- RMC producer shall ensure that a documented calibration procedure is in place. Proper calibration records shall be made available indicating date of next calibration due & corrective action taken. RMC producer shall ensure additional calibration checks whenever required by E-in-C in writing to contractor. RMC producer shall also maintain a daily production record including details of customers to whom RMC was supplied including details of mixes supplied. Record shall also be maintained of what materials were used for each day’s production including water and admixtures. The accuracy of measuring equipment shall be within +2% of quantity of cement &+3% of quantity of aggregate, admixture and water being measured.

18.5 Maintenance of Plant, Truck Mixers and Pumps:-Plant, Truck Mixers and

Pumps should be well maintained so as to not hamper any operation of production, transportation and placement of concrete.

18.6 Production of concrete at RMC producing plant

18.6.1 Weighing (correct reading of batch data and accurate weighing) :-For each load,

written, printed or graphical records shall be made of the weights of the materials batched, the estimated slumps, the total amount of water added to the load, the delivery tickets number for that load and the time of loading the concrete into the truck.

18.6.2 Visual observation of concrete during production and delivery or during sampling and testing of fresh concrete (assessment of uniformity, cohesion, workability, adjustment to water content). : - The workability of the concrete shall be controlled on a continuous basis during production. The batch mix found unfit shall not be loaded into the truck for transportation. Necessary corrective action shall be taken in the production of mix as required for further batches.

18.6.3 Adequate testing equipment at the plant including equipment for measuring surface moisture content of aggregates shall be provided by the RMC producer.

18.6.4 Making corresponding adjustments at the plant automatically or manually to batched quantities to allow for observed, measured or reported changes in materials or concrete qualities.

18.6.5 Sampling of concrete, testing, monitoring of results.

18.6.6 Diagnosis and correction of faults identified from observations/complaints.

18.6.7 Control of designed and the prescribed mixes: a quality control system shall be operated to control the strength of designed mixes to the required levels. The system shall include continuous analysis of results from cube tests.

18.7 Ready mix concrete shall be arranged in quantity as required at site of work. The ready mix concrete shall be supplied as per the pre-agreed schedule approved by Engineer-in-Charge. Nothing extra shall be payable on this account.

18.8 The Engineer-in-charge reserves the right to approve RMC producing plants not mentioned in the list of approved RMC plants if they fulfill all the necessary conditions.

Page 70: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

69

18.9 Only M.S. centering/shuttering and scaffolding material unless & otherwise specified shall be used for all R.C.C. work to give an even finish of concrete surface. However, Laminated shuttering-Ply may be used for certain situations like Beam Bottoms, Beam Corners, Beam Sides, RCC slab sides and stair cases etc. for which no deduction / extra payment shall be made.

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

18.11 In case of rejection of concrete as governed by the para “Acceptance Criteria” as above, the work for which samples have failed shall be redone at the cost of contractors. However, the Engineer-in-Charge may order for additional tests (like cutting cores, ultrasonic pulse velocity, and rebound hammer test etc.) to be carried out at the cost of contractor to ascertain, if the portion of structure wherein concrete represented by the sample has been used, can be retained on the basis of results of individual or combination of these tests. The Contractor shall take remedial measures necessary to retain the structure as approved by the Engineer-in-Charge without any extra cost. However, for payment, the basis of rate payable to contractor shall be governed by the 28 days cube test results and reduced rates shall be regulated in accordance with Para 5.4.10.5 D (D-3) of CPWD Specification 2009 Vol-I.

18.12 Engineer-in-charge may allow the use of nominal mix RCC in smaller members like lintel, chajjas & shelf etc. at his discretion.

19. VACUUM DEWATERED CONCRETE 19.1 Vacuum processing removes surplus water from the concrete to provide quicker

setting and earlier maximum strength properties. Vacuum dewatering takes place immediately after the screeding operation.

19.2 Upon the surface of the wet concrete is placed a bubble formed two layer composite plastic called as a filter pad. The top cover is a fibre reinforcement coated plastic cloth that acts as a sealing membrane. It is placed over the filter pads, projecting slightly outside on all sides. The border of the top cover rests directly upon the wet concrete to produce an air tight seal. The filter pad and top cover unit together called as suction mat is connected with suction hose to a Vacuum pump. The normal atmospheric pressure in the pump is reduced to 80% of the atmospheric pressure compresses the concrete. Concrete is subjected to pressure of: Air pressure 1.00 Kg. /Sq. cm Depression 0.20 Kg. /Sq. cm Effective 0.80 Kg. / Sq. cm

19.3 This pressure of about 0.80 kg/sq. cm compresses the concrete and compacts the aggregate. At the same time the excess water which is not required for the Hydration process of the cement is extracted from the concrete and continuously

Page 71: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

70

discharged with the air. After completion of dewatering, the Vacuum treated concrete surface should be such as which can be immediately walked upon without leaving foot prints.

19.4 Floating and Trowelling Immediately after Vacuum dewatering the surface is power floated with a skim-floater. The floater disc leaves a rather rough surface which is suitable for parking decks and industrial floors for which a non-slippery surface is required. For achieving a smoother surface, the surface is trowelled with the same machine provided with trowelling blades. The floating and trowelling operations should take place within one hour from concreting.

19.5 Curing After trowelling, which is at the last step of the Vacuum dewatering method, concrete is cured in the normal way. The surface is covered with a plastic sheet and curing compound may be used. In hot climate concrete is to be covered with wet burlap and kept moist. Curing must be attended with care to prevent damage from wind and sun in order to achieve optimum finished quality.

19.6 Cleaning of Equipment The filter pads and all other equipment should be completely cleaned at the end of the day’s concreting as per specialist’s standards and shall be got checked by Engineer-In-Charge before commencement of next day’s concreting.

19.7 Base If the floors are placed directly on the ground, it shall be ensured that the base surface have a sufficient bearing capacity.

19.8 Services The position of the pipes for water and cutouts for utilities like drainage, heating, electric supply and telephones must be fixed before V.D. concreting starts, so that they do not hinder the concreting work.

19.9 Joints Through vacuum processing, shrinkage is reduced by 50% to 75% compared to that normal concrete. Correspondingly joint spacing can be increased on Vacuum dewatered floors. Joint-less bays upto70pprox..200 sqm.Are possible, however the stability of the base and the construction including reinforcement is to be calculated with regard to traffic loads.

19.10 Cement Cement (Ordinary Portland) shall be used as binding agent. The total filler content consisting of cement and fine particles should be limited to minimum.

19.11 Water The slump must be controlled between 8 to 12 cm for optimum workability of concrete for VD applications.

19.12 Shop Drawings

Page 72: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

71

Shop drawings shall be prepared prior to commencement of the work for planning of joints and the quantum of the day’s concerting.

19.13 Admixture A pre test of the admixtures if used, is to be carried out in order to determine their suitability for vacuum dewatered concrete.

19.14 Standards DIN 1045 or equivalent International Standards are valid for Vacuum dewatered concrete flooring.

19.15 Quality The improved properties of Vacuum dewatered concrete would be ascertained by taking cube specimens and getting them tested through specialized equipment.

19.16 Vacuum Dewatering (VD) process The machineries used and the standard work cycle process for VD concreting shall be as per the approved specialist’s standard requirements. Tremix and Dynapak are the approved specialists.

19.17 Leveling Surface vibrator available in lengths of 3 to 12m comprising of a light alloy double beam (with rods to prevent deflection ) must be used for leveling.

19.18 Drietop Floor Hardener Drietop Floor hardener FH manufactured by M.C. Bauchemie or approved equivalent.

19.19 Execution When the surface is free from residual bleed water and is sufficiently hardened to allow heavy traffic and when the surface leaves any impression of about 2 to 3mm the try shake, surface hardener like Drietop FH manufactured by MC- Bauchemie (India) Private Ltd. can be broadcasted. The broadcasting should be done in two operations which are perpendicular to each other. The surface can be cured in a normal way. The floors can be cured in a normal way. After completion of curing the surface should give a look of well prepared surface which is free from oil, grease and remains of form oil or curing compound. The surface should be free from dust, laitance and completely dried. Surface driers can be used if residual moisture is observed on the surface.

19.20 Measurement:- The mode of measurement shall as follows:

19.21 The length, breadth and depth or thickness shall be measured correct to a cm and the consolidated cubical contents of the concrete shall be calculated to the nearest 0.01 cubic metre.

19.22 Rates The rate shall include the cost of material, labour, machinery/equipment and testing for vacuum dewatering processing involved in all operations described

Page 73: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

72

above including specialist’s supervision, if so requited by Engineer-In-Charge. (Reinforced steel used in the flooring shall be paid separately)

20. WOOD WORK 20.1 The samples of species of timber to be used shall be deposited by the contractor

with the Engineer-in-Charge before commencement of the work. The contractor shall produce cash vouchers and certificates from standard kiln seasoning plant operator about the timber to be used on the work having been kiln seasoned by them, failing which it would not be accepted as kiln seasoned. Necessary tests for the moisture content and volumetric changes of the kiln seasoned timber shall be got carried out by the contractor from the approved laboratory.

20.2 Factory made shutters as specified, shall be obtained from factories to be approved by the Engineer-in-Charge and shall conform to relevant IS Code. The contractor shall inform well in advance to the Engineer-in-Charge the names and address of the factory where from the contractor intends to get the shutters manufactured. The contractor will place order for manufacture of shutters only after written approval of the Engineer-in-Charge in this regard is given. The contractor is bound to abide by the decision of the Engineer-in-Charge and recommend a name of another factory from the approved list in case the factory already proposed by the contractor is not found competent to manufacture quality shutters. Shutters will however, be accepted only if they meet the specified requirements.

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

20.4 Wood work shall not be painted, oiled or otherwise treated before it has been approved by the Engineer-in-Charge. All portion of timber including architrave abutting against masonry, concrete, stone or embedded in ground shall be painted with approved wood preservative or with boiling coal tar.

21 ALUMINIUM WORK:

The work in general shall be executed as per the CPWD specifications supplemented by the following:-

21.1 The work shall be carried out through an approved specialized firm, who shall

furnish all materials, labour, accessories, equipment, tool and plant and incidentals required for providing and installing powder coated / anodized aluminium doors, windows, claddings, louvers and other items as per architectural drawings. The specialized agency shall be got approved from Engineer-in-Charge before execution.

Page 74: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

73

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

21.3 Shop Drawings

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

21.4 Samples

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

21.5 Sections

Aluminium doors and windows shall be fabricated from extruded sections of profiles as detailed on drawings. The sections shall be extruded by the manufacturers approved by the Engineer-in-Charge. The aluminium extruded sections shall conform to BIS designation IIE/IIV 9 WP alloy, with chemical composition and mechanical properties, strength and durability. The permissible dimensional tolerance of the extruded sections shall be such as not to impair the proper and smooth function/operation and appearance of doors and windows.

21.6 Fabrication

Door, windows etc. shall be fabricated to sizes in factory and shall be of section sizes, combinations and details as per architectural drawings. All doors, windows etc. shall have mechanical joints. All members shall be accurately machined and fitted to form hairline joints prior to assembly. The joints accessories such as alignment corner joints, T-joints, brackets, etc. shall be of such material as not to cause any bimetallic action. The design of the joints and accessories shall be such that the accessories are fully concealed. The fabrication of door, windows etc. shall be done in suitable sections to facilitate easy transportation, handling and installation. Adequate provision shall be made in the door and window members for anchoring for support and fixing of hardware and other fixtures as approved by the architect.

21.7 Anodizing (This specification is applicable to Aluminium sections anodized

wherever mentioned in schedule of quantities.)

Page 75: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

74

21.7.1 The anodizing operation shall be done after cutting the members to requisite sizes before the final assembly. Aluminium sections shall be anodized as per IS : 7088-1973. Anodizing to be as per grade AC 15 and not less than 15 microns thick when measured as per IS 6012, and electro colour with colour fastness rating No. 8 of IS 1888-1882. Colour anodizing would be done only by electro colour process. No visual variation in colour shall be permitted. The tenderer shall clearly indicate the shade variation tolerance as measured by standard equipments.

21.7.2 The anodic coating shall be properly sealed by steam or by boiling in

deodorized water as per IS 1868 and or IS 6057. Sealing quality shall be tested in accordance with the relevant standards. Nothing extra shall be paid for above.

21.7.3 The contractor shall satisfy himself by 100% checking in the factory that the

thickness of the anodic coating is found to be minimum 15 microns and sealing quality appropriate everywhere. The testing shall be done by EDDY CURRENT METHOD as per IS 6012 for thickness. If any material is found substandard, this shall be totally rejected. Requisite tests shall also be required to be carried out at site as instructed by the Engineer-in-Charge and the contractor shall arrange all the equipment required for these tests at site. Nothing extra shall be paid for above.

21.7.4 All anodized aluminium works shall conform to relevant IS standards relating

to materials, workmanship, fabrications, finishing, erection, installation etc. In this connection IS codes including IS 1868-1982, IS 1948-1961, IS 7088-1973, 6012-1970, IS 740-1975 are considered relevant and applicable.

21.7.5 A thick layer of clear transparent lacquer based on methacrylates or cellulose

saturate shall be applied on the anodized sections, before they are brought at site. The lacquer shall be removed after installations are complete or as an alternative, the exposed surface of the aluminium sections shall be provided with gummed paper tape protective. After fixing and assuring of proper functioning of doors, windows etc. such protective layer shall be cleaned out/removed. Nothing extra shall be paid for above.

21.7.6 Required No. of tests as per relevant I.S. Codes shall be carried out. 21.8 Protection of Finish

All aluminium members shall be wrapped with approved self adhesive non-staining PVC tapes before they are brought to site. All care shall be taken to ensure surface protection during transportation, storage at site and installation.

21.9 Handling and Stacking

Fabricated material shall be protected against any damage during transportation. Loading and unloading shall be carried out with utmost care. On receipt of materials at site, they shall be carefully examined to detect any damaged pieces. Arrangements shall be made for expeditious replacement of damaged pieces, parts Materials found to be acceptable on inspection shall be repacked in crates and stored safely.

Page 76: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

75

In the case of composite windows and doors, different units are to be assembled first. The assembled composite units should be checked for line, level and plumb before final fixing is done. Units may be assembled at their final location as situation warrants.

The contractor shall be responsible for assembling composite, bedding and filling the groove with polysulphide sealant inside and outside, at transoms and mullions, placing the doors, windows etc. in their respective opening. After the door/windows have been fixed in their correct assigned position, the open hollow sections abutting masonry concrete shall be filled up with approved polysulphide densely packed and finished neat.

The contractor shall be responsible for doors, windows etc. being set straight, plumb, level and for their satisfactory operation after fixing is complete.

21.10 Installation

Just prior to installation, the doors, windows etc. shall be uncrated and stacked on edge on level bearers and supported evenly. The frame shall be fixed into position with hard wood backing, true to line and level using adequate number of expansion machine bolts, anchor fasteners of approved size and manufacture and in an approved manner. The holes in concrete/masonry members for housing anchor bolts shall be drilled with an electric drilling machine.

The door/windows assembled as shown on drawings shall be placed in correct final position in the opening and marks made on concrete members at jambs, sills and heads against the holes/provided in frames for anchoring. The frame shall then be removed from the opening and laid aside. Neat holes with parallel sides of appropriate size shall then be drilled in the concrete members with an electric drilling machine at the marking to house the expansion bolts. The expansion bolt shall then be inserted in the holes, struck with a light hammer till the nut is forced into the anchor shell. The frame shall then be placed in final position in the opening and anchored to the support through cadmium plated machine screws of required size threaded to expansion bolts. The frame shall be set in the opening by using wooden wedges at supports and be plumbed in position. The wedges shall invariably be placed at the meeting points of glazing bars and frame.

21.11 Powder coating on aluminium sections & fittings/fixtures: 21.11.1 Wherever specified the aluminium sections and fittings/fixture shall be coated

in approved colour and shade with pure polyester powder of Berger/Interpon/Hardcastle/Nerocoat or equivalent to a minimum thickness of 75 microns.

21.11.2 The pure polyester powder coating shall be got executed from specialised

agency. The contractor shall submit names of at least three specialised agencies with details of their experience, capability etc. to the Engineer-in-Charge who after satisfying himself shall give the approval in writing. The work shall start only after approval of specialised agency.

Page 77: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

76

21.11.2.1 The pure polyester powder shall have following properties: 21.11.2.1.1 Free Flow-ability : Satisfactory 21.11.2.2 Particle size : < 100 microns suitable for electrostatic spray. 21.11.2.3 Specific gravity : 1.1 to 1.5 depending on the colour. 21.11.2.4 Shelf life : 6 months. 21.11.2.5 Stoving Schedule : 2000 C for 10 mins. (metal temp.) 21.11.2.6 Test Certificates from approved laboratory for the representative samples

shall be submitted by the Contractor. 21.11.3 The curing schedule shall be as specified by the manufacturer of pure

polyester powder. 21.11.4 The properties of cured powder films shall be: 21.11.4.1 Scratch hardness : Equal to or more than 4 Kg. 21.11.4.2 Impact resistance : Min 150 Kg cm 21.11.4.3 Pencil hardness : 3H to 4H 21.11.4.4 Salt spray resistance : 500 Hrs. 21.11.4.5 Water soak at room : No change after 500 Hrs.

Temperature 21.11.4.6 Detergent resistance : No attack after 500 Hrs. 21.11.4.7 Cross Hatch adhesion : GT= O (ASTM D-3359) 21.11.4.8 Cured Film thickness : Min 75 microns. 21.11.5 Tests for properties of cured film as given in 4 above shall be carried out at

frequency specified in relevant BIS/BS/ASTM codes. 21.11.6 The surface of aluminium shall be prepared and pretreated as follows

before powder coating:- 21.11.6.1 Removal of all foreign matter. 21.11.6.2 Chromatisation of aluminium surface as specified by the manufacturer of

pure polyester powder by at least a five stage process consisting of alkali degrease, rinse and chromate conversion followed by two rinses. The chromate coating and alkali degrease shall be as per requirement of the pure polyester powder manufacturer

21.11.6.3 Proper curing at required temperature shall be done for specified time period so as to achieve the desired properties.

21.11.7 The pure polyester coated surface shall be of uniform texture, colour and gloss and shall be free from cracks, warps and other imperfections.

21.12 Fittings: 21.12.1 EPDM Gaskets: Contractor shall provide and install EPDM gaskets of approved size and profile

at all locations as shown and as required to render the doors windows completely air tight and weather tight. The samples of EPDM

Page 78: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

77

gaskets/neoprene gaskets shall be got approved from Engineer-in-Charge before procurement.

21.12.2 Polysulphide: The gaps between frames and supports and also any gaps in the door

windows section shall be raked out as directed and filled with Polysulphide of required shade as per Manufacturers’ specifications of approved make and quality to ensure complete water tightness.

21.12.3 The various tests on aluminium sections shall be conducted in accordance

with the CPWD specifications and the relevant IS Codes. 21.12.4 Acceptance Criteria:- The aluminium sections shall conform to the provisions of relevant items of

work of the schedule of quantities. 21.12.5 Measurements:-

Measurements shall be as per CPWD specifications. Payment by weight shall be made for aluminium sections including beading. All fixing angles, fittings and fixtures such as handles etc. shall not be included in the weight to be paid and will be paid for separately. For payment purposes only actual weight of sections shall be taken into account. If however the sectional weight of any aluminium section is higher than the permissible variation then the weight payable shall be restricted to the weight of section including permissible variation.

21.13 Rates:- 21.13.1 The rates of items shall include the cost of materials, labour required in all the

above operations. 22. FLOORING

22.1 The granite used shall be as per the nomenclature of item conforming to the texture, colour of samples approved by Engineer-in-Charge.

22.2 Only machine cut stone slabs of marble, granite, kota, Jaisalmer etc. shall be used for flooring work.

22.3 Whenever flooring is to be done in patterns of Marble, Kota, Mosaic, Granite,

the contractor shall get samples of each pattern laid and approved by the Engineer-in-Charge before final laying of such flooring for which nothing extra shall be payable.

22.4 Different stones used in pattern flooring shall be measured separately as

defined in the nomenclature of the item and nothing extra for laying pattern flooring shall be paid over and above the quoted rate.

Page 79: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

78

22.5 The proper gradient shall be given to flooring for toilets, verandah, kitchen, court yard, etc as per the direction of Engineer-in-Charge.

22.6 The tread and risers of staircase / steps shall be provided with single slab of

granite stone. Nothing extra shall be payable on this account.

22.7 Wherever the thickness of granite and marble has been mentioned as 18mm, no further negative tolerance shall be admissible. The tolerance in thickness on the plus side shall be up to + 2mm.

22.8 Wherever the total thickness of flooring is 38 to 50 mm, the thickness of bed

mortar shall very according to the thickness of stone within permissible limits maintaining the total thickness of flooring as specified. Thickness of mortar shall also be adjusted to provide offsets at meeting locations of room with balcony / verandah/ corridor. Nothing extra/no deduction shall be made on this account.

22.9 Whenever the Kota stone/marble stone/granite flooring are to be provided in

treads of staircase. It should be provided in one piece with pre finished nosing and pre polished exposed surfaces and edges. Kota stone flooring or granite stone flooring to be provided on top of cooking platform shall be pre polished with pre finished nosing. It should be provided in not more than 2 (Two) pieces on any side of platform.

22.10 The rate quoted for different items of flooring include cleaning of existing slab

surface from building rubbish, deposited mortar / concrete if any in addition to all the provisions above.

22.11 Finished floors to be protected by suitable means till handing over of building.

Nothing extra shall be paid for such protection.

23. STAINLESS STEEL FITTINGS.

23.1 The stainless steel fittings and fixtures shall be machine made and free of fabrication marks, residual effects of welding / riveting etc.

23.2 The fittings shall be finished in a Satin fish (brushed finish-satin’s commercial purpose) except wherever specified otherwise. The brush effect shall be uniform and without any variations.

23.3 Irrespective of the stipulations contained above, the contractor shall produce samples for all the fittings in advance and a written approval for the chosen sample shall be obtained form the Engineer-in-Charge. The decision of the Engineer-in-Charge in respect of the specifications, quality and make of fittings to be used at site shall be final and binding on the contractor. Nothing extra shall be payable on this account.

23.4 All the fittings shall be provided with all such accessories as are required to complete the item in working condition whether specifically mentioned or not in the schedule of quantities, specifications & elsewhere in this tender document. The

Page 80: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

79

quoted rates shall be deemed to be all inclusive for a complete item fit for use including all material. Labour, T&P, Specials, fixing arrangements, nuts, bolts, screws, bushes, all required connection pieces etc. as well as making good the surface wherever required.

23.5 All the accessories including brackets, nuts, bolts, screws, bushes etc. shall be of the quality and make specified by the manufacture of the fittings.

23.6 All the fittings including accessories shall be accompanied with certificate of origin and representative test certificate of conformance with relevant code (s) form the manufacture with each lot supply. The test certificate should clearly indicate the lot numbers of the supplied fittings.

24. SANITARY INSTALLATIONS, WATER SUPPLY AND DRAINAGE.

24.1 The entire responsibility for the quality of work will rest with the building (main) contractor only and he shall submit a guarantee bond as per Performa (Annexure-II).

24.2 The tendered rates shall include the cost of cutting holes in walls, floors, RCC members etc. wherever required and making good the same for which nothing extra shall be paid.

24.3 The Centrifugally Cast (Spun) Iron pipe wherever necessary shall be fixed to RCC columns, beams etc. with dash fasteners of approved quality.

24.4 The contractor shall give a satisfactory performance test of the entire installations(s) before the work is finally accepted and nothing extra shall be payable to the contractor on this account.

24.5 “P’ or “S’ traps in WCs shall be of deep seal type and shall have a minimum water seal as per CPWD specifications. Floor traps shall have a minimum water seal of 50mm.

24.6 The contractor shall be responsible for all the protection of sanitary, water supply fittings and fixtures against pilferage and breakage during the period of installation until the handing over of the entire work.

24.7 The pig lead to be used in jointing 100mm, 75mm, 50 mm Centrifugally Cast (Spun) Iron pipes shall not be less than 0.980 Kg., 0.880 Kg. and 0.770 Kg. Per joint respectively.

24.8 The contractor shall submit completion plans for water supply, internal sanitary installations and building drainage work within thirty days of the date of completion. These plans are to be submitted on drawings prepared preferably through computers (1 original copy + 3 photocopies) alongwith their CD’s on suitable scales to show the general arrangement and desired details. In case the contractor fails to submit the completion plans as aforesaid the recovery shall be made as mentioned in particular specification and Special Conditions for works.

Page 81: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

80

25. WATER PROOFING TREATMENT (BRICK–COBA) 25.1 Treatment for roof surface with integral cement based compound (Brick–Coba).

25.2 The brick bats shall be from well burnt bricks. The proprietary water proofing

compound shall bear I.S.I. mark and shall conform to IS: 2645. Before execution of work, water proofing compound has to be brought to site and a certificate of its conforming to I.S. code should be produced. The proprietary water proofing compound shall be added at the rate recommended by the specialist firms but not exceeding 3 percent by weight of cement. The Engineer-in-Charge reserves the right to collect the random sample from material brought at site and get it tested from laboratory of his choice. The material which does not conform to the specification shall have to be removed forthwith by the contractor.

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

25.4 While treatment of roof surface is done, it shall be ensured that the outlet drain pipes have been fixed and mouths at the entrance have been eased and rounded of properly for easy flow of water.

25.5 The surface where the water proofing is to be done shall be thoroughly cleaned with wire brushes. All loose scales mortar splashes etc. shall be removed and dusted off. The surface shall be treated with neat cement slurry admixed with proprietary water proof compound to penetrate into crevices and fill up all the pores in the surface. This cement slurry shall be applied at the junction of parapet and terrace slab including the vertical face of the parapet.

25.6 After the slurry coat is laid, layer of well burnt brick bats shall be laid in cement mortar of mix as specified in the nomenclature of the item but not leaner than 1:5(1 cement : 5 coarse sand) admixed with proprietary water proofing compound to required gradient and joints ;filled to half the depth. The brick bat layer shall be rounded at the junction with the parapet and tapered towards top for a height of 300 mm. Curing of this layer shall be done for 2 days.

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

25.8 Joints of brick bat layer shall be filled fully with cement mortar of mix as specified by the specialist firm but not leaner than 1:5 (1 cement: 5 coarse sand) admixed with proprietary water proofing compound and finally top finished with average 20 mm thick layers of cement mortar 1:4 (1 cement: 4 coarse sand) and finished smooth with cement slurry mixed with proprietary water proofing compound.

25.9 Curing of water proofing treatment shall be done for a minimum period of two weeks by flooding the water by making kiaries etc.

25.10 MEASUREMENTS: The measurements shall be taken along the finished surface of treatment including the rounded and tapered portion at junction of parapet wall. Length and breadth shall be measured correct to one centimeter and area shall

Page 82: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

81

be worked out to nearest 0.01 sqm. No deduction in measurements shall be made for either opening or recesses for chimneys, stacks, roof lights and the like of areas up to 0.10 sqm, nor anything extra shall be paid for forming such openings. For similar areas exceeding 0.10 sqm, deductions will be made in measurements for full openings and nothing extra shall be paid for making such opening.

25.11 Rates: The rate shall include the cost of all labour and materials involved in all the operation described above.

26. VACUUM DEWATERING CONCRETE

26.1 Vacuum processing removes surplus water from the concrete to provide quicker

setting and earlier maximum strength properties. Vacuum dewatering takes place immediately after the screeding operation.

26.2 Upon the surface of the wet concrete is placed a bubble formed two layer composite plastic called as a filter pad. The top cover is a fibre reinforcement coated plastic cloth that acts as a sealing membrane. It is placed over the filter pads, projecting slightly outside on all sides. The border of the top cover rests directly upon the wet concrete to produce an air tight seal. The filter pad and top cover unit together called as suction mat is connected with suction hose to a Vacuum pump. The normal atmospheric pressure in the pump is reduced to 80% of the atmospheric pressure compresses the concrete. Concrete is subjected to pressure of: Air pressure 1.00 Kg. /Sq. cm Depression 0.20 Kg. /Sq. cm Effective 0.80 Kg. / Sq. cm

26.3. This pressure of about 0.80 kg/sq. cm compresses the concrete and compacts the aggregate. At the same time the excess water which is not required for the Hydration process of the cement is extracted from the concrete and continuously discharged with the air. After completion of dewatering, the Vacuum treated concrete surface should be such as which can be immediately walked upon without leaving foot prints.

26.4. Floating and Trowelling Immediately after Vacuum dewatering the surface is power floated with a skim-floater. The floater disc leaves a rather rough surface which is suitable for parking decks and industrial floors for which a non-slippery surface is required. For achieving a smoother surface, the surface is trowelled with the same machine provided with trowelling blades. The floating and trowelling operations should take place within one hour from concreting.

26.5 Curing

After trowelling, which is at the last step of the Vacuum dewatering method, concrete is cured in the normal way. The surface is covered with a plastic sheet

Page 83: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

82

and curing compound may be used. In hot climate concrete is to be covered with wet burlap and kept moist. Curing must be attended with care to prevent damage from wind and sun in order to achieve optimum finished quality.

26.6 Cleaning of Equipment

The filter pads and all other equipment should be completely cleaned at the end of the day’s concreting as per specialist’s standards and shall be got checked by Engineer-In-Charge before commencement of next day’s concreting.

26.7 Base If the floors are placed directly on the ground, it shall be ensured that the base surface have a sufficient bearing capacity.

26.8 Services

The position of the pipes for water and cutouts for utilities like drainage, heating, electric supply and telephones must be fixed before V.D. concreting starts, so that they do not hinder the concreting work.

26.9 Joints Through vacuum processing, shrinkage is reduced by 50% to 75% compared to that normal concrete. Correspondingly joint spacing can be increased on Vacuum dewatered floors. Joint-less bays upto approx. 200 sqm. are possible, however the stability of the base and the construction including reinforcement is to be calculated with regard to traffic loads.

26.10 Cement Cement (Ordinary Portland) shall be used as binding agent. The total filler content consisting of cement and fine particles should be limited to minimum.

26.11 Water The slump must be controlled between 8 to 12 cm for optimum workability of concrete for VD applications.

26.12 Shop Drawings

Shop drawings shall be prepared prior to commencement of the work for planning of joints and the quantum of the day’s concerting.

26.13 Admixture A pre test of the admixtures if used, is to be carried out in order to determine their suitability for vacuum dewatered concrete.

26.14 Standards DIN 1045 or equivalent International Standards are valid for Vacuum dewatered concrete flooring.

26.15 Quality The improved properties of Vacuum dewatered concrete whould be ascertained by taking cube specimens and getting them tested through specialized equipment.

26.16 Vacuum Dewatering (VD) process The machineries used and the standard work cycle process for VD concreting shall be as per the approved specialist’s standard requirements.

Page 84: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

83

Tremix and Dynapak are the approved specialists.

26.17 Leveling Surface vibrator available in lengths of 3 to 12m comprising of a light alloy double beam (with rods to prevent deflection) must be used for leveling.

26.18 Drietop Floor Hardener Drietop Floor hardener FH manufactured by M.C. Bauchemie or approved equivalent.

26.19 Execution When the surface is free from residual bleed water and is sufficiently hardened to allow heavy traffic and when the surface leaves any impression of about 2 to 3mm the try shake, surface hardener like Drietop FH manufactured by MC-Bauchemie (India) Private Ltd. can be broadcasted. The broadcasting should be done in two operations which are perpendicular to each other. The surface can be cured in a normal way. The floors can be cured in a normal way. After completion of curing the surface should give a look of well prepared surface which is free from oil, grease and remains of form oil or curing compound. The surface should be free from dust, laitance and completely dried. Surface driers can be used if residual moisture is observed on the surface

26.20 Measurement:- The mode of measurement shall as follows:

26.21 The length, breadth and depth or thickness shall be measured correct to a cm and the consolidated cubical contents of the concrete shall be calculated to the nearest 0.01 cubic metre.

26.22 Rates

The rate shall include the cost of material, labour, machinery/equipment and testing for vacuum dewatering processing involved in all operations described above including specialist’s supervision, if so requited by Engineer-In-Charge. (Reinforced steel used in the flooring shall be paid separately)

27. GUARANTEE BOND FOR WATER PROOFING TREATMENT WORK 27.1 Five years guarantee bond in prescribed Performa attached at Annexure-I

herewith shall be submitted by the contractor which shall also be signed by both the specialized agency and the contractor to meet their liability/liabilities under the guarantee bond. However, the sole responsibility about performance/efficiency of water proofing treatment shall rest with the building contractor.

27.2 Rs.5% of the executed value of such items shall be retained as security deposit for water proofing work in addition to normal security deposit and the amount so withheld would be released after five years from the date of completion of the maintenance period of one year under the agreement, if the performance of the work done is found satisfactory. If any defect is noticed during the guarantee period, it shall be rectified by the contractor within seven days of receipt of information of defects in the work. If the defects pointed out are not attended to within the specified period, the same will be got done from another agency at the risk and cost of contractor.

Page 85: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

84

27.3 However, the security deposit deducted may be released in full against bank

guarantee of equivalent amount in favour of Director, IISER, Bhopal, if so decided by the Engineer-in-Charge.

27.4 The security deposit against this item of work shall be in addition to the security deposit mentioned elsewhere in contract form.

28. GUARANTEE BOND FOR WATER SUPPLY AND SANITARY WORK: 28.1 Two years guarantee bond in prescribed Performa attached at Annexure-II

herewith shall be submitted by the contractor which shall also be signed by both the specialized agency and the contractor to meet their liability/liabilities under the guarantee bond. However, the sole responsibility about performance/efficiency of water supply and sanitary work shall rest with the building contractor.

28.2 Rs.5% of the executed value of such items shall be retained as security deposit for water supply & sanitary work in addition to normal security deposit and the amount so withheld would be released after two years from the date of completion of the maintenance work period of one year under the agreement. If the performance of the work done is found satisfactory. If any defect is noticed during the guarantee period, it shall be rectified by the contractor within seven days of receipt of information of defects in the work. If the defects pointed out are not attended to within the specified period, the same will be got done from another agency at the risk and cost of contractor.

28.3 However, the security deposit deducted may be released in full against bank guarantee of equivalent amount in favour of Director, IISER Bhopal, if so decided by the Engineer-in-Charge. Such bank guarantee shall be valid for the entire liability period of ten years and shall be recoverable by the Govt. in case the contractor fails to attend the defects within seven days. The security deposit against this item of work shall be in addition to the security deposit mentioned elsewhere in contract form.

28.4 All the materials, fixtures, fittings etc. shall be of the best quality and shall be of approved make and manufacture(wherever specified) as defined in the item of work or defined anywhere in this document otherwise shall be as mentioned in the CPWD specifications failing which the same shall be of ISI mark duly approved by the Engineer-in-Charge.

29. GUARANTEE BOND FOR ALUMINIUM WORK: 29.1 Two years guarantee bond in prescribed Performa attached at Annexure-III

herewith shall be submitted by the contractor which shall also be signed by both the specialized agency and the contractor to meet their liability/liabilities under the guarantee bond. However, the sole responsibility about performance/efficiency of aluminium work shall rest with the building contractor.

29.2 Rs. 5% of the executed value of such items shall be retained as security deposit for aluminium work in addition to normal security deposit and the amount so withheld would be released after two years from the date of completion of the

Page 86: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

85

maintenance work period of one year under the agreement. If the performance of the work done is found satisfactory. If any defect is noticed during the guarantee period, it shall be rectified by the contractor within seven days of receipt of information of defects in the work. If the defects pointed out are not attended to within the specified period, the same will be got done from another agency at the risk and cost of contractor.

29.3 However, the security deposit deducted may be released in full against bank guarantee of equivalent amount in favour of Director, IISER Bhopal, if so decided by the Engineer-in-Charge. Such bank guarantee shall be valid for the entire liability period of ten years and shall be recoverable by the Govt. in case the contractor fails to attend the defects within seven days. The security deposit against this item of work shall be in addition to the security deposit mentioned elsewhere in contract form.

30. STRUCTURAL STEEL WORK: Contractor shall submit shop drawings of structural steel truss, girder, stanchion etc. duly prepared and certified by structural designer / Engineer for approval of Engineer-in-charge. Nothing extra shall be payable on this account. Only after the approval the contractor shall start the work for fabrication of steel structure.

32. All the materials, fixtures, fittings etc. shall be of the best quality and shall be of

approved make and manufacture(wherever specified) as defined in the item of work or defined anywhere in this document otherwise shall be as mentioned in the CPWD specifications failing which the same shall be of ISI mark duly approved by the Engineer-in-Charge.

******

Page 87: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

86

C. LIST OF APPROVED MAKES OF MATERIALS (CIVIL)

The contractor shall obtain prior approval from the Engineer-in-charge before placing order for any specific material.

1. Dash/Anchoring Fasteners HILTI/FISCHER

2 Nuts, Bolts & Screws–All in

Stainless steel

KUNDAN/PUJA/ATUL

3 European/Indian WC, Wash

Basins and other Vitreous

chinaware

PARRYWARE/HINDUSTAN

SANITARYWARE (HINDWARE) /

JOHNSON

4 C.P. Fittings GEM/JAQUAR/MARC

5 Water proofing compound CICO / FOSROC / PIDILITE

6 Paints, Primer & Distemper BERGER / ASIAN PAINTS / NEROLAC

7 G.I. & M.S. pipes TATA / JINDAL

8 G.I. Fittings KENT/ UNIK / R

9 Stainless Steel Sink NIRALI/ JAYNA

10 Gunmetal Valves (Full way Check

Valves lever operated ball valve)

LEADER/ ZOLOTO

11 Stoneware pipes & Gully Traps PERFECT/ ANAND/ PARRY/ BURN/ RK/

MANGALAM

12 Ceramic Tiles KAJARIA/SOMANI/JOHNSON/RAK/ EURO

13 Centrifugal cast iron pipes &

Accessories / fittings.

NECO / RIF / KAPILANSH

14 White cement BIRLA WHITE/J.K. WHITE

15 Bevelled edge mirror ATUL/ MODI GUARD

16 Flush door shutters (ISI mark only) DURO/KUTTY / CORBETT / ARCHID

17 Glass panes MODIGUARD/SAINTGOBAIN/ASHAHI.

18 Plaster of Paris SHREE RAM NIRMAN/AADHAR SHREE,

GYPSUM INDIA/ BIRLA

19 Steel Reinforcement TISCO/ SAIL/ RINL/ Jindal Steel & Power

Ltd./ JSW Steel

20 Structural Steel Sections TISCO/ SAIL/ RINL/ Jindal Steel & Power

Ltd./ JSW Steel

Page 88: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

87

21. Bitumen INDIAN OIL, HINDUSTAN PETROLEUM

22. Mortice Locks GODREJ/GOLDEN DORSET/DORMA

23 Wire Mesh STERLING ENTERPRISES, TRIMURTY

WELDED MESH

24. Friction Stay / Hinges EBCO / CLASSIC ISI

25 EPDM Gasket HANU / ANAND

26 CC Pavers NITCO-(ROCKARD)/BHARAT (NILSAN)

REGENCY, Mehtab (ISI)

27 UPVC Pipe SUPREME, PRINCE, FINOLEX

28 SFRC Covers KK MANHOLE, ISI Mark

29 Vitrified Tiles KAJARIA / RAK / SOMANI/EURO /

Johnson

30. Cement Concrete tiles NITCO / UNISTONE

31 Glass Wool U.P. TWIGA /ROCK LLOYD

32 Pre-laminated particle board ECOBOARD/ NOVAPAN/ ACTION TESA

33 Laminate DECOLAM / ROTOLAM/ MERINO/

ACTION TESA

34 HDPE Pipes & fittings KISAN/PRINCE /SUPREME

35. C I Manholes frame & cover and

grating

NECO/ RIF/ BC/KAPILANSH

36. D I Pipes ELECTROSTEEL, JINDAL SAW LTD

Page 89: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

88

37. D I Fittings ELECTROSTEEL,KIWSAK,KEJRIWAL

38. Gun metal ball valve with S.S. ball. Zoloto / Leader.

39. Water Tank (ISI mark only) Sintex / Supreme

*******

Page 90: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

89

D. SPECIAL CONDITIONS FOR ELECTRICAL WORK

1.0 The department shall deduct TDS on 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 will be deducted from all the bills payable to the firm.

2.0 The internal electrical works shall be carried out in accordance with the CPWD

General Specifications as mentioned in schedule F (Clause-11) with correction slips issued upto last date of submission of online bids, Indian Electricity Rules, Relevant Indian Standard and Additional terms and conditions and specifications attached herewith.

3.0 The contractor must study carefully all the specifications/schedule of

work/drawings/additional specifications and site parameters and quote firm rates after accounting all works. No extra claim on any account shall be paid / entertained other than the agreement/quoted rates.

4.0 The order of preference in case of any discrepancy as indicated in condition no.

8.1 under “Conditions of contract” given in the Standard GCC for CPWD Works-2014 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 2019 with

uptolast date of submission of bid.

e) Architectural/structural drawings and specifications mentioned in drawings.

f) CPWD specifications for electrical works as applicable.

g) Indian standard specifications of BIS.

h) Sound engineering practice as per directions of the Engineer-in-charge.

i) 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.

5.0 The work shall be carried out in accordance with the GFC drawings issued by the

consultant and in turn re-issued by the Engineer-in-charge. Before commencement of any item of work, the contractor shall correlate all the relevant architectural and structural drawings issued for the work and satisfy himself that

Page 91: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

90

the information available is complete and unambiguous. The discrepancy, if any, shall be brought to the notice of Engineer-in-charge before execution of work. The contractor himself shall be responsible for any loss or damage occurring by the commencement of work on the basis of any erroneous and or incomplete information.

6.0 The main contractor shall execute the electrical works as a part of the composite contract. He should associate himself with electrical contractor eligible as per criteria laid down in the eligibility document.

7.0 At the time of submission of tender, the tenderer shall have to submit the name of

Associated Electrical Agencies along with complete address & documents. The main contractor will obtain a written willingness from the associated electrical contractor to perform the electric portion of the contract as per the conditions of the contract in the Memorandum of Understanding (Performa attached). The main contractor shall submit this MOU duly completed and signed along with following information (duly signed by him and the Elect. Contractor) at the time of submission of tender, thereafter shall become part of the agreement. The main contractor, if so desires, may bring Electrical contractor or his authorized representative, along with him at the time of pre bid conference for any discussion etc. for electrical portion of work.

8.0 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.

9.0 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.

10.0 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, 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.

11.0 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.

12.0 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

Page 92: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

91

labour for carrying out the work. No claim regarding the idle labour for any reason will be entertained by the Department.

13.0 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. 14.0 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.

15.0 All materials shall be got checked from the Engineer-in-charge on receipt of the

same at site before use. 16.0 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.

17.0 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.

18.0 Project Engineer (E) shall be the Engineer-in-charge so far as the electrical works are concerned. Separate schedule of quantities for electrical component is a part of this tender. It will be obligatory on the part of main contractor to sign the tender documents for all the component part including the electrical portion.

19.0 The main agency will be responsible for all acts of omission and commission of the associate electrical contractor including the changed one(s).

20.0 The contractor shall give the Engineer-in-charge on the 1st day of each 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.

21.0 After the work is awarded, the main contractor will have to enter into agreement

consisting of complete scope of work including minor components of the work, with EE of major component.

22.0 The main contractor shall not change the associated electrical

contractors/specialized firms. However, if the change is warranted, the same can only be done, with the prior approval of the Superintending Engineer, IISER. For this, the main contractor has to apply to the Engineer-in-charge giving justification

Page 93: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

92

for change along with credentials of the proposed associated agency for carrying out the Electrical and Mechanical works. In case the performance of associate contractor is not found satisfactory, the Engineer-in-charge or the main contractor may approach to the Superintending Engineer, IISER to seek his approval for replacement by any suitable contractor as per the eligibility criteria as mentioned in tender documents.

23.0 It shall be the 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. No claim of hindrance in the work shall be entertained from the main contractor on this account. No extension of time shall be granted and no claim whatsoever of any kind shall be entertained from the contractor on account of delay in/towards selection/rejection of the associate contractor.

24.0 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.

25.0 Completion certificate for electrical works shall be recorded by the Project

Engineer (E). For the complete work, the completion certificate shall be recorded by the SE, IWD, IISER, Bhopal after getting necessary completion certificate from Project Engineer (E) for Electrical work.

26.0 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. 27.0 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.

28.0 Samples of all materials, fittings and other materials/articles required for execution

of the work including items as per the list of approved makes/brands 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.

29.0 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.

30.0 The contractor shall be required to make a sample of each item of work at the

earliest opportunity using all approved materials for approval of Engineer in charge before mass scale construction works are taken up.

31.0 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

Page 94: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

93

site of work; the contractor shall, if required by the Engineer-in-charge, furnish manufacturers test certificates to establish that the material procured by the contractor for incorporation in the work satisfy the provisions of IS codes relevant to the material and/or the work done.

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

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

34.0 The contractor will have to make his own arrangement for safe storage of the construction materials at site. The contractor will be solely responsible for safe storage of the materials including tools, plants and machinery. No storage space will be provided by the department.

35.0 The contractor will have to make his own arrangement for water and electric power supply for execution of works and testing the installation before handing over to the Department.

36.0 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.

37.0 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.

38.0 The payment shall be made as under:

(a) Maximum 80% payment shall be made on pro-rata basis on completion of an item of agreement. In case the same is not completed, the department may allow part rate at its discretion and rate so worked out by the department will have to be accepted by the contractor.

(b) Further 10% payment will be made after completion of the entire installation. (c) The balance 10% payment will be made after testing & commissioning,

submission of test reports / test certificates and handing over of the installations to the department in good working condition.

39.0 The contractor shall be responsible for removal of all defects in the work during

the guarantee/warranty 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 carry out his own inspection/testing during the guarantee/warranty period and attend to any defect taking place during this period.

40.0 Guarantee: All material shall be guaranteed for a period of 12 months from the date of taking over the installation by the department against unsatisfactory performance and/or break down due to defective design, poor workmanship and/or quality of material. The material or equipment or any other work thereof so found defective during guarantee period shall forthwith be repaired or replaced free of cost, to the satisfaction of the Engineer-in-charge. In case it is felt by the department that undue delay is being caused by the contractor in doing this, the same will be got done by the department at the risk and cost of the contractor. The decision of the Engineer-in-charge in this regard shall be final & binding.

Page 95: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

94

41.0 The contractor shall be responsible for removal of all defects in the work during the defect liability/guarantee/warranty 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 carry out his own inspection / testing during the guarantee / warranty period and attend to any defect taking place during this period.

42.0 In case the main contractor fails to make the payment to the contractor associated by him as per mutually agreed t&c and associated contractor makes a written complain to Engineer-in-charge, he shall serve the notice to main contractor to show cause with in 7 days that why recovery for non payment to associated contractor shall not be made from the next running / final bill. In case no cause is shown by the main contractor within the giving time or the cause shown is not to the satisfaction of Engineer-in-charge, the Engineer-in-charge of minor component will recover the due amount from the main contractor and pay to associate contractor. In case sufficient amount is not available, the same shall be recovered from any other amounts available with the department/ Government. Also Engineer-in-charge can make payment to the associate contractor directly in such situation, subject to mutually agreed t&c between main contractor.

43.0 If the main contractor fail to associate contractor for execution of the minor component within prescribed time or furnishes incomplete details or furnishes detail ineligible agencies even after the main contractor is given due opportunity, the entire scope of such component of works shall be withdrawn from the main contractor and the same shall be got executed by the Engineer-in-charge at the risk & cost of the main contractor.

44.0 In the event of the concerned E&M agency not performing satisfactorily or failure associated/sub contractor to complete the E&M work the main contractor on the written direction of the department shall removed associate/ sub contractor deployed on the work and shall submit the name of new associate who fulfill the conditions mentioned in the NIT to execute the left over work without any loss of time or variation in the cost to the department in this regard. Such associates shall also enter into agreement / contract with the main contractor and shall meet all the guarantee for the equipments already supplied for which payment has been released by the department in part or full.

45.0 The main contractor shall not indulge in procurement of items and getting the work done on labour contract with the associate. The whole E&M component shall be executed by the eligible associate contractor on turnkey basis i.e procurement of material, engaging the labour, execution, Testing & commissioning etc. The associate electrical contractor shall submit the completion certificate of E&M executed by him along with necessary test report, guarantee bond, certificate, completion plan etc.

46.0 The main contractor shall be responsible and liable for proper and complete execution of all component of work. The main contractor also responsible to ensure co-ordination among various associates to complete the whole scope of work.

47.0 The associate shall attend the inspection of work by the Engineer-in-charge of the work as and when required.

*****

Page 96: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

95

A. PARTICULTAR SPECIFICATIONS FOR INTERNAL ELECTRICAL WORKS

1. All hardware items such as screws, thimbles, lugs, 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 in the item.

2. All hardware material such as nuts/bolts/screws/washers etc. to be used in the

work shall be zinc/cadmium plated iron. The galvanised boxes of modular switch/sockets etc. shall be of the same make as of switch/socket etc.

3. 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.

4. Multi stranded FR/FRLS/ZHFR PVC insulated copper conductors wires are to be

used in the work as specified in item. 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.

5. The contractor shall follow the shortest route for circuits, sub-main, point wiring etc.

6. The connections of switches, earthing conductors & interconnection cables shall

be made by adequate rating of thimbles/lugs/connectors of approved standard makes only and nothing extra on this account shall be paid.

7. Check nuts shall be provided while terminating the M.S. conduits in switch board

boxes for which nothing extra shall be paid. 8. All distribution boards shall be marked with circuits controlling the

rooms/area/SDB controlled. 9. Material to be used in the work shall be ISI marked. The makes/brands of material

have been indicated in the list of approved 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 the approved make and specifications.

10. 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 covered with blanking plates.

11. 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/brand. The modular plates of switches, sockets, telephone & TV sockets etc. shall be in two parts i.e. plates with frames with in quoted rates.

Page 97: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

96

12. The building shall be provided with false ceiling in some 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.

13. 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.

14. The MCB / MCCB distribution board shall be factory fabricated in the works of the Manufacturer of the respective makes specified. The distribution board shall be brought to the site in ready for installation condition.

15. Earthing shall be carried out in the presence of the Engineer-in-charge or his

authorized representative. 16. All fittings/fans will be earthed with appropriate size of FR / FRLS / ZHFR PVC

insulated copper wires as per CPWD specifications, as specified. 17. After completion of the installation, testing shall be carried out as provided in

CPWD specifications for Electrical Works Part-I(Internal) & Part-II(External) as amended upto date. The contractor will have to furnish completion plans and completion certificate as per above specifications.

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

CPWD specifications.

19. The contractor shall provide only metallic junction boxes/looping boxes with cover of SMC Sheet of 2.0 mm thick of Sintex make of required sizes even in PVC conduiting and such boxes shall be measured as a part of conduit/wiring without any extra payment.

20. The metallic junction boxes & looping wire boxes with SMC Sheet of 2.0 mm thick

of Sintex make for the internal wiring shall be provided at all the floors within scope of work without any extra cost as per the requirement & layout approved by Engineer-in-charge.

21. The contractor has to go through the site order book kept with the Junior Engineer

/ Site Engineer (E) regularly and has to sign the same and comply with the instructions recorded therein by various officers of the department.

22. 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.

23. The ceiling rose / Angle holder / Batten holder wherever required to be provided

are included in the scope of work without any extra payment and the same shall

Page 98: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

97

also be of modular type & of the same make as that of switches & sockets along-with earthing provision.

24. Looking to the site conditions, correct shop drawings following the valid engineering practices, wherever required for the internal electrification work and for the installation and commissioning of distribution boards and panels, earthing work and lightning conductor work etc. shall be submitted by the contractor for the approval of the Engineer-in-charge.

25. The Switch-board Panels shall be offered for pre-dispatch inspection at least 15 -20 days before the date of readiness so that the same are inspected in time as per the approved drawings and tested for the routine tests as per relevant Indian Standards at the works of the approved Panel Builder The Panels shall be delivered at site only after the approval of pre-dispatch test reports/certificates and issue of dispatch instructions. The representative of the contractor shall also be present at the works of the manufacturer to witness the testing and inspection of material. The contractor and the Panel Builder will extend all assistance in conducting the pre-dispatch inspection of the material.

Page 99: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

98

LIST OF APPROVED MAKES OF MATERIALS FOR INTERNAL ELECTRICAL WORKS

Sr. No.

MATERIAL BRAND NAME

1 MS Conduit Pipes painted inside & outside 16 SWG ISI Marked

AKG / BEC / NIC/ M-KAY

2 MS Conduit accessories & Junction Boxes

All made out from 16 SWG MS / CI

3 FRLS PVC Electric Conduit Pipes & accessories &Juction Boxes

Sun/ Precision / Polycab/ Bajajplast/ AKG

4 Modular Boxes, Switches & Sockets Legrand (Myrius)/ Schneider / L & T (Entice)/ North west/ Zencelo

5 Industrial Sockets & Plugs Legrand/ L&T / Neptune/Schneider 6 Distribution Boards Legrand/ Siemens/ L&T/ Hager/ Schneider

7 Loose Wire Box for Distribution Boards Legrand/ Siemans/ L&T/ Hager/ Schneider

8 MCBs, ELCBs Legrand (Lexic)/ Siemens / L & T/ Hager/ Schneider

9 MCCBs, Air Circuit Breakers Legrand/ Siemens / L & T / ABB/ Schneider

10 Switch Disconnector Fuse units & HRC Fuses

L & T / Siemens / GE Power / ABB /Schneider

11 Change Over Switch L & T / HPL / Havells / Legrand

12 Panel Meters L & T/ Neptune / AE / Rishab

13 Current Transformers AE/ Kappa/ Ind Coil

14 Selector switch Kaycee / L&T (Salzer) / Siemens/BCH

15 Indicating Lamps, Push Buttons, Emergency switch

L&T(Esbee) / Siemens/C & S/ BCH

16 Protective Relays, Auxiliary Relays ABB/Alstom/ Siemens/L&T/JVS

17 Contactors L & T / Siemens / GE Power / ABB/ Schneider / Legrand

18 Electronic Energy Meters, Multifunction Meters

Neptune / L&T/ HPL/ Schneider/AE

19 Timers

Siemens/L&T(GIC)/BCH/Schneider

20 Terminal Blocks Connectwell/ Elmex/ Wago/ Ramanuj

21 Electrical Switchboards / Feeder Pillars/ Panels/ MCC/ PCC

Eligible Panel Builders/Manufacturers who i) Possess temperature rise test certificate

and short circuit test certificate of fault level of 50 KA for one second from CPRI / ERDA for the similar rating of panels manufactured.

ii) Have in house fabrication plant with CNC Turret punching & NC bending machines & 7 tank pre-treatment process & powder coating plant.

Page 100: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

99

Sr. No.

MATERIAL BRAND NAME

22 Wires PVC Insulated and PVC Sheathed FRLS / Control Wires ISI Marked

Polycab / RR Kabel / Lapp / Finolex/L&T/ KEI/ Universal (Satna)

23 PVC / XLPE Insulated 1.1 KV LT Cables (ISI marked)

Universal (Satna) / Gloster/ Polycab /Ravin/ Finolex/ KEI / Lapp

24 Cable Lugs Jainson/ Dowells

25 Cable Glands Comet/ Jainson/ Dowells

26 Ceiling Fans Orient / Usha/ Crompton / Havells

27 Exhaust Fans / Bracket Fans Almonard/ Alstom/ Crompton/ Usha

28 GI Pipe Jindal Hissar / Tata

29 Telephone Wires/ Telephone Cables/ Jelly Filled Telephone Cables

Delton/ Skytone/ R RKabel/ L&T

30 GI Raceways ESS AAR/ MK / Legrand

31 PVC Raceways Fixopan/ Modi / Legrand

32 DLP Plastic Trunking MK / Legrand

33 Fire alarm system Bosch / Honeywell / Siemens / Ceasefire / hochiki

Page 101: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

100

D. PARTICULAR SPECIFICATION FOR FIRE FIGHTING SYSTEM

1.1 INTRODUCTION

1.1.1 Scope 1.1.1.1 The work shall be carried out as per CPWD Fire Detection and Alarm System-

2018 with correction slips upto the last date of submission of bids).

1.1.2 Related Documents: These General Specifications shall be read in conjunction with the conditions of contract, tender specifications, schedule of work, drawings and other documents connected with the work. In the event of any discrepancy between these specifications and general conditions of contract and specification, the later shall over ride the former.

1.1.3 Terminology The definition of terms used in these specifications shall be in accordance with relevant IS Standards, and American Standards where applicable.

1.1.4 Site Information The tenderer should, in his own interest, visit the site and familiarise himself with the site conditions before tendering. For any clarification, tenderer may discuss with the Engineer-in-Charge.

1.2 CONFORMITY WITH STATUTORY ACTS, RULES, STANDARDS AND CODES

(i) All components shall conform to relevant Indian Standard Specifications, wherever existing, amended to date.

(ii) All electrical works shall be carried out in accordance with the provisions of Indian Electricity Act, 2003 and Indian Electricity Rules, 1956 amended to date. They shall also conform to CPWD General Specifications for Electrical works, Part-I: Internal, 2005, Part-ll: External, 1994 and Part IV (Sub-station) 1982, amended to date.

All works shall be carried out in accordance with relevant regulation, both statutory and those specified by the Indian Standards related to the works covered by these specifications. In particular, the equipment and installation will comply with the following: (i) Factories Act. (ii) Indian Electricity Rules (iii) I.S. & BS Standards as applicable (iv) Workmen's compensation Act (v) Statutory norms prescribed by local bodies

Nothing in this specification shall be construed to relieve the successful tenderer of his responsibility for the design, manufacture and installation of the equipment with all accessories in accordance with currently applicable statutory regulations and safety codes. Successful tenderer shall arrange for compliance with statutory provisions of safety regulations and departmental requirements of safety codes in

Page 102: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

101

respect of labour employed on the work by the tenderer. Failure to provide such safety requirement would make the tenderer liable for penalty of Rs. 1000/-(and penalty imposed by any labour / other court) for each default. In addition, the department will be at liberty to make arrangement for the safety requirements at the cost of tenderer and recover the cost thereof from him by recovery from the bills due to him or otherwise as deemed fit by the Engineer-in-charge if nothing is due to him.

1.3 SAFETY CODES AND LABOUR REGULATIONS

(i) In respect of all labour employed directly or indirectly on the work for the performance of the fire fighting contractor's part of work, the contractor at his own expense, will arrange for the safety provisions as per the statutory provisions, B.I.S recommendations, factory act, workman's compensation act, CPWD code and instructions issued from time to time. Failure to provide such safety requirements would make the tenderer liable for penalty for Rs. 1000/- for each violation. In addition the Engineer-in-charge, shall be at liberty to make arrangements and provide facilities as aforesaid and recover the cost incurred thereon from the contractor.

(ii) The contractor shall provide necessary barriers, warning signals and other safety measures while laying pipelines, cables etc. or wherever necessary so as to avoid accident. He shall also indemnify CPWD against claims for compensation arising out of negligence in this respect. Contractor shall be liable, in accordance with the Indian Law and Regulations for any accident occurring due to any cause. The department shall not be responsible for any accident occurred or damage incurred or claims arising there from during the execution of work. The contractor shall also provide all insurance including third party insurance as may be necessary to cover the risk. No extra payment would be made to the contractor due to the above provisions thereof.

1.4 WORKS TO BE DONE BY THE CONTRACTOR

Unless otherwise mentioned in the tender documents; the following works shall be done by the contractor and therefore, their cost shall be deemed to be included in their tendered cost- whether specifically indicated in the schedule of work or not: -

(i) Foundations for equipments including foundation bolts and vibration isolation spring/pads,

(ii) Suspenders, brackets and floor/ wall supports for suspending/ supporting pipes.

(iii) Suspenders and/or cable trays for laying the cables,

(iv) Excavation and refilling of trenches in soil wherever the pipes are to be laid directly in ground, including necessary base treatment and supports.

Page 103: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

102

(v) Sealing of all floor slab/wall openings provided by the Department or made by the contractor for pipes and cables, from fire safety point of view, after laying of the same.

(vi) Painting of all exposed metal surfaces of equipments and components with

appropriate colour as per para 1.13. (vii) Making openings in the walls/ floors/ slabs or modification in the existing

openings wherever provided for carrying pipe line, cables etc. (viii) Making good all damages caused to the structure during installation and

restoring the same to their original finish, (ix) Approval from local fire authorities as may be required as per local bye-

laws. (The contractor's responsibility shall be limited to the work executed by him.)

Works not included in the scope of pumping sets sub-head but will have to be provided by the main contractor through associates of other sub-work are as under: i) Provision of properly ventilated pump houses wherever necessary with

water proof arrangement in the pump house. ii) Provision of adequate lighting for all the pump houses. iii) Provision of hoisting beam or mono rail in the pump house.

iv) Provision of pits for dewatering pumps. 1.5 POWER SUPPLY, WATER SUPPLY AND DRAINAGE

1.5.1 Power Supply

Power supply and water for erection works shall be arranged by the Contractor / Lead Contractor at his own cost.

1.6 MACHINERY FOR ERECTION

All tools and tackles required for unloading / handling of equipments and materials at site, their assembly, erection, testing and commissioning shall be the responsibility of the contractor.

1.7 COMPLETENESS OF THE TENDER, SUBMISSION OF PROGRAMME, APPROVAL OF DRAWINGS AND COMMENCEMENT OF WORK

(i) Completeness of the tender:- All sundry equipments, fittings, assemblies, accessories, hardware items, foundation bolts, supports, termination lugs for electrical connections, cable glands, junction boxes and all other items which are useful and necessary for proper assembly and efficient working of the various equipments and components of the work shall be deemed to have been included in the

Page 104: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

103

tender, irrespective of the fact whether such items are specifically mentioned in the tender or not.

(ii) Submission of programme:- Within fifteen days from the date of receipt of the letter of award, the successful tenderer shall submit his programme for submission of drawings, supply of equipment, installation, testing, commissioning and handing over of the installation to the Engineer-in-Charge. This programme shall be framed keeping in view the building progress and the Milestones fixed in Schedule 'F' Clause-5 of General Conditions of Contract. Items like piping etc. that directly affect the building progress shall be given priority. Hose pipes, branch pipes, first aid hose reel pipes shall be supplied just before commissioning the system.

(iii) Submission of Drawings The contractor shall submit the drawings to the Engineer-in-Charge for approval before start of work.

(iv) Commencement of Work The contractor shall commence work as soon as the drawings submitted by him are approved either in full or in part as the case may be.

1.8 Inspection of materials and equipments

Materials and equipments to be used in the work shall be inspected by the departmental officers. The contractor shall make the arrangements to carry out the inspections. Such inspection will be of following categories: Inspection of materials / equipments to be witnessed at the Manufacturer’s

premises in accordance with relevant BIS /Agreement Inspection Procedure. To receive materials at site with Manufacturer’s Routine & Type Test

Certificate(s) To inspect materials at the authorized dealer’s go downs to ensure delivery of

genuine materials at site. To receive materials after physical inspection at site.

1.9 DISPATCH OF MATERIALS TO SITE AND THEIR SAFE CUSTODY

The contractor shall dispatch materials to site in consultation with the Engineer-in-Charge. Suitable lockable storage accommodation shall be made available free of charge temporarily. Watch and ward however, shall be the responsibility of contractor. Programme of dispatch of material shall be framed keeping in view the building progress. Safe custody of all machinery and equipment supplied by the contractor shall be the responsibility of the contractor till final taking over by the department.

1.10 CO-ORDINATION WITH OTHER AGENCIES

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

Page 105: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

104

Piping, cabling or any other work, which directly affect the progress of work of other agencies, shall be given priority.

1.11 QUALITY OF MATERIALS AND WORKMANSHIP

(i) The components of the installation shall be of such design So as to satisfactorily function under all conditions of operation.

(ii) The entire work of manufacture/fabrication, assembly and installation shall conform to sound engineering practice.

(iii) All equipments and materials to be used in work shall be manufactured in factories of good repute having excellent track record of quality manufacturing, performance and proper after sales service.

1.12 CARE OF THE BUILDING

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

1.13 COLOUR SCHEME FOR THE EQUIPMENT AND COMPONENTS.

1.13.1 The entire metal work above ground level shall be painted with red colour shade No. 536 of IS Code.

1.13.2 Pump, motor and engine shall be painted with red colour shade No. 536 of IS:5.

1.14 INSPECTION AND TESTING

1.14.1 Initial Inspection and testing

(i) Initial inspection of materials and equipments at manufacturer's works may be done by the Engineer-in-Charge or his representative. For item/ equipment requiring initial inspection at manufacturer's works (such as motors, pumps, engine, pump panel), the contractor will intimate the date of testing of equipments at the manufacturer's works before dispatch. The contractor shall give sufficient advance notice regarding the dates proposed for such tests to the department's representative(s) to facilitate his presence during testing. The Engineer-in-charge at his discretion may witness such testing. Equipments will be inspected at the manufacturer/ authorised dealer's premises, before dispatch to the site by the contractor.

(ii) The department also reserves the right to inspect the" fabrication job at factory and the successful tenderer has to make arrangements for the same.

Page 106: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

105

(iii) The materials duly inspected by Engineer-in-Charge or his authorised representative shall be dispatched to site by the contractor.

(iv) No additional payment shall be made to the contractor for initial inspection / testing at the manufacturer's works by the representative of the Engineer-in-Charge.

However, the department will bear the expenses of its representative deputed for carrying out initial inspection / testing.

1.14.2 Final Inspection and Testing

Final Inspection and testing will be done by the Engineer-in-Charge or his representative as per details indicated in Chapter-11 of CPWD General Specifications for Electrical Works – Part V. The installation will be offered for inspection by local bodies (Chief Fire Officer). The contractor or his representative shall attend such inspection of the Chief Fire Officer, extend all test facilities as are considered necessary, rectify and comply with all observations of the Chief Fire Officer which are part of the agreement and arrange for obtaining necessary clearance certificate in favour of the department. In case the contractor fails to attend the inspection and make desired facilities available during inspection, the department reserves the right to provide the same at the risk and cost of the contractor and impose penalty for the same. The installation will be accepted by the department only after receiving clearance from Chief Fire Officer for the work executed by the contractor under the agreement.

Any extra work for obtaining approval from CFO shall be done without any extra cost to the Deptt. However, any fees payable to CFO for the clearance shall be made by the Deptt.

1.14.3 Safety Measures

All equipments shall incorporate suitable safety provisions to ensure safety of the operating personnel at all times. The initial and final inspection reports shall bring out explicitly the safety provisions incorporated in each equipment. Inspection and clearance shall also be made by the Deptt.

1.15 GUARANTEE

(i) The contractor shall guarantee the complete system to provide the specified flow and pressure under all conditions and outlets.

(ii) All equipments shall be guaranteed for a period of 18 months from the date of acceptance and taking over of the installation by the Department against unsatisfactory performance and/or breakdown due to defective design, material, manufacture, workmanship or installation. The equipment or component or any part thereof so found defective during the guarantee period shall be repaired or replaced free of cost to the satisfaction of the Engineer-in-charge. In case it is felt by the department that undue delay is being caused by the contractor in doing this, the same will be got done by

Page 107: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

106

the department at the risk and cost of the contractor. The decision of Engineer-in-charge in this regard shall be final.

1.16 DRAWINGS FOR APPROVAL AND COMPLETION DRAWINGS

1.16.1 Drawings for approval on award of the work

The contractor shall prepare and submit following drawings and get them approved from the Engineer-in-charge before the start of the work. The approval of drawings however does not absolve the contractor of his responsibility to supply the equipments/ materials as per agreement. In case of any contradiction between the approved drawings and agreement the decision of the Engineer-in-Charge shall be final and binding on the contractor.

(a) Lay out drawings of the equipments to be installed in pump room and terrace.

(b) Drawings showing the details of erection of entire equipments including their foundations.

(c) Plumbing drawings showing the layout of entire piping, dia and length of pipes, hydrant, air vessel, valves and isometric drawings showing connections to various equipment.

(d) Sprinkler drawing indicating layout and sizes of pipe, location of valves, sprinklers etc.

e) Electrical wiring diagrams for all electrical equipments and controls including the

sizes and capacities of the various cables and equipments, f) Dimensioned drawings of all electrical and control panels, (g) Drawings showing details of supports for pipes, cable trays etc. (h) Any other drawings relevant to the work.

1.16.2 Completion Drawings

Three sets of the following laminated drawings shall be submitted by the contractor while handing over the installation to the Department. Out of this one of the sets shall be laminated on a hard base for display in the fire control room. In addition one set will be given on compact disc.

(a) Installation drawings giving complete details of all the equipments, including their foundations,

(b) Plumbing layout drawings giving sizes and lengths of all the pipes and the sizes and locations of all types of valves, and including isometric drawings for the entire piping including the pipe connections to the various equipments.

Page 108: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

107

(c) Line diagram and layout of all electrical control panels giving switchgear ratings and their disposition, cable feeder sizes and their layout,

(d) Control wiring drawings with all control components and sequence of operations to explain the operation of control circuits,

1.17 DOCUMENTS TO BE FURNISHED ON COMPLETION OF INSTALLATION

Three sets of the following documents shall be furnished to the department by the contractor on completion of work:-

(a) Completion drawings.

(b) 6 sets of manufacturer's technical catalogues of all equipments and accessories.

(c) Operation and maintenance manual of all major equipments, detailing all adjustments, operation and maintenance procedure.

1.18 INDEMNITY The successful tenderer shall at all times indemnify the department, consequent on this works contract. The successful tenderer shall be liable, in accordance with the Indian Law and Regulations for any accident occurring due to any cause and the department shall not be responsible for any accident or damage incurred or claims arising there from during the period of erection, construction and putting into operation the equipments and ancillary equipment under the supervision of the successful tenderer in so far as the latter is responsible. The successful tenderer shall also provide all insurance including third party insurance as may be necessary to cover all risks. No extra payment would be made to the successful tenderer on account of the above.

1.19 INSURANCE & STORAGE

All consignments are to be duly insured up to the destination from warehouse to warehouse at the cost of the supplier. The insurance covers shall be valid till the equipment is handed over duly installed, tested and commissioned. Department reserves the right to inspect and demand the copy of the Insurance Note for its records and satisfaction. Engineer-in-charge shall be at liberty to impose a penalty for each default for an amount he deems fit.

Page 109: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

108

1.20 LIST OF APPROVED MAKES FOR FIRE FIGHTING SYSTEM

SR. NO.

MATERIAL BRAND NAME

1 M.S. Pipes TATA / JINDAL

2 G.I. Pipes TATA / JINDAL

3 Gun Metal Valves (Gate, Globe) Kirloskar / Leader / Zoloto

4 CI Double flanged sluice valves & check valves

Kirloskar / Zoloto

5 Butterfly Valves Kirloskar / Audco / Zoloto

6 CI double flanged non-return valves. Kirloskar / Zoloto

7 Suction Strainer Leader / Sant.

8 Fire Hydrant Landing Valves, Fire brigade Connection (ISI marked)

Minimax / Newage

9 Fire hose pipes, First Aid Hose Reel (ISI Marked)

Jaysree / Minimax / Newage

10 Branch Pipe, Nozzle and couplings Minimax / Newage / Guards

11 Pumps Kirloskar / Mather & Platt

12 Pressure Switch Danfoss / Swizer

13 Pressure Gauge H. Guru / Fiebig

14 Diesel Engine For fire fighting Cummins

15 Electric Motors Kirloskar / Siemens /Crompton

16 DOL / Star Delta Starters Siemens / L & T / Cutler Hammer

17 Single phasing preventor / Over load protection unit

Siemens / Minilec

18 Distribution Boards Legrand/ Siemans/ L&T / Schneider

19 Loose Wire Box for Distribution Boards

Legrand/ Siemans/ L&T / Schneider

20 MCBs, ELCBs Legrand (Lexic)/ Siemens / L & T / Schneider (Merlin Gerin)

Page 110: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

109

SR. NO.

MATERIAL BRAND NAME

21 MCCBs, Air Circuit Breakers Legrand/ Siemens / L & T / ABB/ Schneider

22 Switch Disconnector Fuse units & HRC Fuses

L & T / Siemens / GE Power / ABB /Schneider

23 Change Over Switch L & T / HPL / Havells/ Legrand

24 Panel Meters L & T/ Neptune / AE / Rishab

25 Current Transformers AE/ Kappa/ Ind Coil

26 Selector switch Kaycee / L&T (Salzer) / Siemens/BCH

27 Indicating Lamps, Push Buttons, Emergency switch

L&T(Esbee) / Siemens/C & S/ BCH

28 Protective Relays, Auxiliary Relays ABB/Alstom/ Siemens/L&T/JVS

29 Contactors L & T / Siemens / GE Power / ABB

30 Single Phase Preventor Minilec/ Rishab

31 Electronic Energy Meters, Multifunction Meters

Neptune / L&T/ HPL/ Conzerv

32 Timers Siemens/L&T(GIC)/BCH/Schneider

33 Terminal Blocks Connectwell/ Elmex

34 Fire electrical control panel Electra Power/ Neptune/ BSPL Bhopal

35 Wires PVC Insulated and PVC Sheathed FRLS / Control Wires ISI Marked

Skytone/ Polycab / R R Kabel / Lapp / Finolex/L&T

36 PVC / XLPE Insulated 1.1 KV LT Cables (ISI marked)

Universal/ Gloster/ Skytone/ Polycab

37 Cable Lugs Alcon (Heavy Gauge)/ Jainson/ Dowells

38 Cable Glands Comet/ Jainson/ Dowells

Page 111: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

110

2.0 FIRE HYDRANTS SYSTEMS 2.1 Scope of Work

The Scope of work in this subhead shall consist of supply, installation, testing & commissioning of Fire Hydrants System and materials, equipment and appliances as described hereinafter and as shown on the drawings necessary for completion of the Fire Hydrants System and its successful operation.

The work shall include the following :-

i) Fire Fighting Pumps & Accessories and related electrical works

ii) External Fire Hydrant System: Hydrant System consisting of the following:

a. One number Main electric and suction Pump of 2850 LPM at 100 M head, one number Diesel Standby Pump for Hydrant Systems of 2850 LPM at 100 M head, One nos. Jockey Pump for System pressurization of 180 LPM at 100 M head.

b. Other piping system ancillaries such as Suction and Delivery Headers,

Air Vessel, Pressure Gauges, Pressure Switches, Pump Panel etc. as required.

c. External Hydrant Ring Main of 80 to 200 mm dia with single headed

Yard Hydrants, RRL Hoses, Branch Pipes, etc. all housed in a Hose Box.

iii) Unloading of the equipment and placing in position at site. iv) Painting of equipment and pipes. v) Submission of the drawing & design of foundation of equipments as required. vi) Submission of shop drawings along with detailed specifications and

other technical literature of equipment and accessories indicated in the shop drawings.

vii) Obtain approval from various authorities as necessary and required.

viii) All mechanical and electrical works including motor control panels, cables

etc. connected with the plant. ix) Any other work necessary for satisfactory performance of the system.

x) Execute the entire work of Fire Hydrants System on a turn-key basis so as to provide fully operational system.

xi) All RCC and masonry works related to fire hydrant system i.e. water

storage tanks, pumps, hydrants, pipe lines, hoses, cabinates, manholes,

Page 112: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

111

inspection chambers and related foundation works for electrical and mechanical equipment shall be executed by the contractor as various items in the schedule of quantity of civil work in coordination with the specialized agency.

2.2 Experience for Specialized Agency 2.2.1 Specialized agency for this work shall be engaged in supply, installation,

testing and commissioning of Fire Hydrants System. 2.2.2 The specialized agency should have an experience of minimum five years

in his area of Fire Hydrants System in execution of turnkey projects. 2.2.3 The specialized agency should have successfully completed at least one

work of similar nature having a magnitude equal to the quantum of work provided in the tender.

2.2.4 Specialized agency shall submit with the tender a list of similar jobs carried

out by him in the last five years along with the name of works, name and address of clients, year of execution, capacity of plant and value of work for approval of Engineer-in-charge.

2.2.5 The contractor shall submit the following details of the specialized agency

before execution of work:

a. Proof of existence of agency in operation since last five year. b. List of works carried out by the agency in last five years along with

the name of work, name and address of clients, year of execution, value of work done and brief specification of the work

c. Completion certificate of one work of similar nature of magnitude equal to the quantum of work proposed in the tender.

2.3 Site Accessibility 2.3.1 Agency must visit the site and familiarize himself with site conditions required

for execution of works. 2.4 General Requirements

a) All materials shall be of the best quality and approved brand conforming to specifications, subject to the approval of the Engineer-in-charge.

b) All equipment shall be installed on suitable foundations, true to level and

in a neat workmanlike manner. c) Equipment shall be so installed as to provide sufficient clearance

between the end walls and between equipment to equipment.

d) Piping within the pump house shall be so done as to prevent any obstruction in the movement within the pump house.

Page 113: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

112

2.5 Approvals The contractor shall prepare all submission drawings and obtain all approvals of

fire fighting works from fire fighting authorities. 2.6 System Description 2.6.1 The Hydrant System shall comprise of AC motor driven pump set, standby

diesel pump set, jockey pump set for pressurisation with all required accessories including valves, special fittings, instrumentation, control panels and any other components required to complete the system in all respects.

2.6.2 The Hydrant System shall be semi automatic in action and shall be laid covering

the entire area externally and all the floors internally with independent piping system. For the Sprinkler System, a separate piping system shall be installed.

2.6.3 The Hydrant System shall be kept pressurised at all times. The proposed Jockey

Pump shall take care of the leakages in the system, pipe lines and valve glands. 2.6.4 The pressure in the hydrant pipe work shall be kept constant at 10 Kg/cm2. In

the event of fire when any of the hydrant valve in the network is opened, the resultant fall in header pressure shall start the AC motor driven fire pump through pressure switches automatically. There shall be one Diesel Engine Driven pump as standby for both hydrant system. In case of failure of electricity or failure of Electric Pump to start on demand, the standby Diesel Pump shall automatically take over.

2.6.5 However, shutting down of the pump set shall be manual except for the Jockey

Pump which shall start and stop automatically through pressure switches. In addition to auto start arrangements, the main pump shall also have an over-riding manual starting facility by push button arrangement.

2.6.6 The piping for the hydrant system in the yard shall be laid in soil 1 Metre deep or

in rectangular Trench. The pipe laid in soil shall be protected as specified in para 2.9.3 below. The scope of work includes necessary excavation of trench and back filling the same. The scope of work also includes necessary watering, ramming, removing the surplus earth from the site and construction of brick pedestal at 3 Mtrs intervals of size as indicated in the Bill of Quantities. Pipes shall be cleaned before wrapping and coating.

2.6.7 The yard hydrants shall be placed at a regular spacing of 45m centre to centre.

The following accessories are proposed near each yard hydrant.

i) One no. gunmetal single headed hydrant valves. ii) Two nos. RRL Hoses of size 63mm dia x 15m long. iii) One nos. gunmetal Branch pipe.

Gun metal hydrant valve, RRL hose and gunmetal branch pipe will be

accommodated in an aluminium hose box mounted on brick pedestals.

Page 114: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

113

2.6.8 To compensate for slight losses of pressure in the system and to provide an air cushion for counteracting pressure surges/water hammer in the underground pipe work Air Vessels shall be furnished in the pump room near fire pumps. The air vessel shall be normally partly full of water and the remaining being filled with air which shall be under compression when the system is in normal operation.

2.6.9 The external Hydrant Ring Main System shall be fed from the water supply

(Static Water Tank) and pump room to be provided by the others. The Bidder shall note that the Pump House is located in underground pump house adjacent to the Underground Fire Water Tank in service block.

2.7 General Specifications 2.7.1 Pipes and Fittings Pipes for external hydrant system shall be of black steel and heavy-duty. Pipes

upto 150mm dia shall conform to IS-1239. Pipes with dia 200mm and above (6mm thick) shall confirm to IS-3589. All pipes shall be I.S.I. marked. Fittings for black steel pipes shall be malleable iron suitable for welding or approved type cast iron fittings with tapered screwed threads.

2.7.2 Jointing

Joint for black steel pipes and fittings shall be metal-to-metal tapered thread or welded joints. A small amount of red lead may be used for lubrication and rust prevention in threaded joints.

Joints between C.I. or black steel pipes, valves and other apparatus, pumps etc. shall be made with C.I. or M.S. flanges with appropriate number of bolts. Flanged joints shall be made with 3mm thick insertion rubber gasket.

Note: Joints for pipes and fittings upto 50mm diameter shall be threaded joints using Teflon Tape or equivalent bonding tape on the threads. Joints for pipe and fittings above 50mm diameter shall be welded joints.

2.7.3 Pipe Protection

a) All pipes in under ground masonry trenches/service tunnels, above ground and in exposed locations shall be painted with one coat of red oxide primer and two or more coats of synthetic enamel paint of approved shade.

b) Pipes in wall chases shall be protected from corrosion by 2 coats of

bituminous paints. c) Protection of Underground Pipes:

The underground steel pipes shall be protected by coating and wrapping. The coating and wrapping shall be done, in general, as per IS:10221-1982.

Page 115: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

114

It specified in Bill of Quantities, the proprietary pipe protection system shall be provided as per the Manufacturers recommendation. The proprietary system shall be of approved make.

2.7.4 Installation of Pipes All pipes shall be adequately supported from ceiling or walls by structural clamps

fabricated from M.S. structural e.g. rods, channels, angles and flats. All clamps shall be painted with one coat of primer and two coats of black enamel paint. The contractor shall provide inserts at the time of slab casting or provide suitable anchor fasteners.

The pipe supports or hangers shall be designed to withstand combined weight of

pipe, pipes fittings, fluid in pipe and insulation. Pipe supports shall be of steel and coated with rust preventing paint and finished with two coats black enamel paint. The maximum spacing for pipes supports shall be as below:

Pipe (mm) Spacing (m) Size of support Up to 25 2.0 6 mm 32 to 65 2.4 8 mm 75 to 125 2.7 10 mm 150 & above 3.0 12 mm Pipes supports shall be spaced at maximum interval of 1.5 m on either side of

heavy fitting and valves. Wherever piping passes through walls, pipes sleeves of diameter larger than that of piping shall be provided. Pipe sleeves shall be of steel or cast iron pipe.

2.7.5 Orifice Flanges Contractor shall provide orifice flanges fabricated from 6mm thick stainless steel

plates on the branch lines feeding different zones/floors so as to allow required flow of water at a pressure of 3.5 kg/sq.cm. for each hydrants and 2 bar at 1800 LPM at installation valve for sprinkler system. The contractor shall design the orifices to ensure the required pressure.

2.7.6 Air Vessel and Air Release Valve Air vessel on top of wet riser piping shall be fabricated of at least 8mm thick steel

to withstand the pressure, with dished ends and supporting legs. This shall be of 250mm dia and 1m high. This shall be complete with necessary flange connection to the wet riser piping and air release valve with necessary piping to meet the functional requirement of the system. The air vessel shall be of continuous welded construction and galvanized to I.S. 4736 – 1968. This shall be tested for twice the working pressure.

2.7.7 Valves & Other Accessories 2.7.7.1 General

Each valve body shall be marked with cast or stamped lettering giving the following information’s:

Page 116: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

115

a) The manufacturer’s name or trade mark b) The size of the valve c) The guaranteed working pressure

Isolating valves on the water supply lines shall be full bore ball valve type for pipe diameters upto 50mm. For 65mm dia and above these shall be butterfly valves.

2.7.8 Full Way Ball Valve

The valves shall be of full bore type and of quality approved by the Consultant/Owner. The body and ball shall be of copper alloy and stem seat shall be of Teflon.

2.7.9 Butterfly Valves

The valve shall of cast iron conforming to relevant IS:13095. The valve shall be of quality approved by the Consultant/Owner.

2.7.10 Non-Return Valves

Non-return valves are to be IS:778-1984 manufactured from gun-metal or dezincification resistant brass.

2.7.11 Drain Valve

Drain Valves are to be provided at all low points in the system for draining the water. These shall be 40mm dia full way ball valve fixed on 40mm dia black steel pipe.

2.7.12 Inspection & Testing Assembly

Inspection and testing of the sprinkler system shall be done by providing an assembly consisting of gunmetal valves, gunmetal sight glass, bye-pass valve.

2.7.13 Flow Switch

Flow switch shall be provided on sectional mains and branch lines of sprinkler systems as indicated on drawings or necessary and required and directed by the Engineer-in-charge.

Flow switch should be suitable to actuate at a minimum of flow of single sprinkler and shall be suitable for connection to a central annunciation panel.

2.7.14 Pressure Switches

Pressure switches shall be differential type for operation of all pumps and for the various duties and settings required. Pressure switches shall be for heavy duty operation and of approved make. All pressure switches shall be factory calibrated.

2.8 External Fire Hydrants

Page 117: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

116

Yard Hydrant valves shall be single headed as per IS : 5290. The valve shall be complete with hand wheel, quick coupling connection spring loaded type and gun metal blank cap. The Yard Hydrant shall be laid on 150mm dia Hydrant Ring Main, branched off to 80 mm dia and Stand Post of 80mm dia.

2.9 Hose pipes, Branch Pipes and Nozzles

Hose Pipe: Hose pipe shall be rubber lined woven jacketed and 63mm in diameter. They shall conform to type-2 (Reinforced rubber lined) of IS:639-1979. The hose shall be sufficiently flexible and capable of being rolled.

Each run of hose pipe shall be complete with necessary coupling at the ends to match with the landing valve or with another run hose pipe or with Branch pipe. The couplings shall be of instantaneous spring lock type.

Branch Pipe: Branch pipe shall be of SS 304 63mm dia. and be complete with male instantaneous spring lock type coupling for connection to the hose pipe. The branch pipe shall be externally threaded to receive the nozzle.

Nozzle : The nozzle shall be of SS 304, 20mm in internal diameter. The screw threads at the inlet connection shall match with the threading on the branch pipe, the inlet end shall have a hexagonal head to facilitate screwing of the nozzle on to the branch pipe with nozzle spanner.

End couplings, branch pipes, and nozzles shall conform to IS:903-1985. two hoses of 15 mtr. Lengths with couplings shall be provided with each external (yard) hydrant. One nozzle and one branch pipe with coupling shall be provided with each yard hydrant.

2.10 External Fire Hose Cabinet The external fire hose cabinet to accommodate the hose pipes, branch pipe

nozzle and the hydrant outlets shall be fabricated from 1.5m thick sheet steel. This shall be lockable and provided with center opening glazed doors.

The support for hose cabinet shall be of brick work up to a height of 0.5m above

ground level. The depth of footing for this support shall be minimum 50cm below ground level, resting on leveling course of minimum 10cm of PCC (1:5:6). The brickwork shall be plastered in cement mortar (1:6). The hose cabinet shall be painted red and stove enameled.

2.11 Brigade inlet Connections

One set of 4 ways collecting head Fire Brigade connection shall be provided at the location indicated in the drawing.

The inlet to the riser shall be with 150mm dia sluice valve and non-return valve. The scope shall include providing necessary reducers, tees bends and special fittings as required. Necessary enclosure made of 2mm thick sheet metal with support shall be provided, as in the case of hose cabinets.

Page 118: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

117

2.12 Jockey Pump 2.12.1 Scope This section covers the details of requirements of the auxiliary equipment

necessary for the operation of the fire pumps and the wet-riser system. 2.12.2 Drive The pump shall be directly driven from the electric motor. Flexible coupling and

coupling guard shall be provided. 2.12.3 Capacity

The discharge and head of the jockey pump shall be as mentioned in Bill of Quantities. Jockey pump shall be Horizontal / Vertical monoblock/coupled type. The pump casing shall be of cast iron and parts like impeller, sleeve, wearing ring etc. shall be of non-corrosive metal like bronze, brass or gunmetal. The shaft shall be of stainless steel.

Bearings of the pump shall be effectively sealed to prevent loss of lubricant or entry of the dust or water. The pump casing shall be designed to withstand 1.5 times the working pressure.

2.12.4 Motor The motor shall be squirrel cage A.C. induction type suitable for operation on 415

volts 3 phase 50 Hz, system. The motor shall be totally enclosed fan cooled type conforming to protection clause IP 21 of IS 4691. The class of insulation shall be B, synchronous speed shall be 3000 RPM/1500 RPM. The motor shall conform IS 325-1978 and rated for continuous duty.

2.12.5 Motor Starter The motor starters shall be automatic DOL/ Star delta type with overload trip, but

without under voltage/no volt trip. Starter shall conform to IS 1822-1967. 2.13 Main Electric Fire Pump 2.13.1 Scope

This section covers the details of requirements of the motor, starter and pump for the electrically operated fire pump.

2.13.2 General

The electric fire pump shall be suitable for automatic operation complete with necessary electric motor and automatic starting gear, suitable for operation on 415

Page 119: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

118

volts, 3 phase, 50 Hz. A/C system. Both the motor and the pump shall be assembled on a common base plate of fabricated MS channel type or cast iron type.

2.13.3 Drive

The pump shall be only direct driven by means of a flexible coupling. Coupling guard shall also be provided.

2.13.4 Fire Pump

The fire pump shall be horizontal end suction centrifugal type. It shall have a capacity to deliver 2850 LPM as specified, developing adequate head so as to ensure a minimum pressure of 3 Kg per sq.cm at the highest and the farthest outlet. The delivery pressure at pump outlet shall be not less than 10 Kg. Per sq.cm. in any case.

The pump shall be capable of giving a discharge of not less than 150 percent of the rated discharge, at a head of not less than 65 percent of the rated head. The shut off head shall be within 120 percent of rate head. The pump casing shall be of cast iron to grade FG 200 to IS:210 and parts like impeller, shaft sleeve, wearing ring etc., shall be of non-corrosive metal like bronze/brass/gunmetal. The shaft shall be of stainless steel. Bearing of the pump shall be effectively sealed to prevent loss of lubricant or entry of dust or water. The pump shall be provided with a plate indicating the suction lift delivery head, discharge speed and number of stages. The pump casing shall be designed to withstand 1.5 times the working pressure.

2.13.5 Motor

The motor shall be squirrel cage A/C induction type suitable for operation on 415 volts 3 phase 50 Hz system. The motor shall be totally enclosed fan cooled type conforming to protection clause IP 21 vide I.S. 4691. The class of insulation shall be B. The motor shall be rated for continuous duty as per relevant IS and shall have a horsepower rating necessary to drive the pump at 150 percent of its rated discharge.

2.13.6 Motor Starter

The motor starter shall be automatic DOL/Star Delta type conforming to IS: 1822-1967. The starter shall not incorporate under voltage or overload trip or single-phase preventer. The starter assembly shall be suitably integrated in the power control panel for the wet riser system.

Each pump shall be provided with vibration isolating pads of appropriate size.

2.14 Diesel Fire Pump

Page 120: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

119

2.14.1 Scope

This section covers the details or requirements of the stand by fire pump operated by a diesel engine.

2.14.2 General

The diesel pump set shall be suitable for automatic operation complete with necessary automatic starting gear, for starting on wet battery system and shall be complete with all accessories. Both engine and pump shall be assembled on a common bed place, fabricated with mild steel channel.

2.14.3 Drive

The pump shall be only direct driven by means of a flexible coupling. Coupling guard shall also be provided. The speed shall be 1500/1800 RPM.

2.14.4 Fire Pump

The fire pump shall be horizontal end suction centrifugal type. It shall have the capacity to deliver 2850 LPM as specified. Developing adequate head so as to ensure a minimum pressure of 3 kg per sq.cm. at the highest and the farthest outlet. The delivery pressure at the pump outlet shall be not less than 10 kg. Per sq.cm. in any case. The pump shall be capable of giving a discharge of not less than 150% of the rated discharge at a head of not less than 65% of the rated head. The shut off head shall be within 120% of the rated head. The shaft shall be of stainless steel. The pump shall be provided with mechanical seal. The pump casing shall be designed to withstand 1.5 times the working pressure.

Bearings of pump shall be effectively sealed to prevent loss of lubricant or entry of dust or water.

2.14.5 Diesel Engine

Engine Rating:- The engine shall be cold starting type without the necessity of preliminary heating of the engine cylinders or combustion chamber (for example, by wicks, cartridge, heater plugs etc.). The engine shall be multi cylinder/vertical, 4-stroke cycle, water-cooled, diesel engine, developing suitable HP at the operating speed specified to drive the fire pump. Continuous capacity available for the load shall be exclusive of the power requirement of auxiliaries of the diesel engine, and after correction for altitude, ambient, temperature and humidity for the specified environmental conditions. This shall be at least 20% greater than the maximum HP required to drive the pump at its duty point. It shall also be capable of driving the pump at 150% of the rated discharge at 65% of the rated head. The engine shall be capable of continuous non-stop operation for 8 hours. The engine shall have 10% overload capacity for one hour in any period of 12 hours continuous run.

Page 121: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

120

The engine shall accept full load within 15 seconds from the receipt of signal to start. The diesel engine shall conform to B.S. 649/IS 1601/IS 10002, all amended up to date.

2.14.6 Cooling System

The engine cooling system shall be radiator water cooled system. The radiator assembly shall be mounted on the common base plate. The radiator fan shall be driven by the engine as its auxiliary with a multiple fan belt. When half the belts brake remaining belts must be capable of driving the fan. Cooling water shall be circulated by means of an auxiliary pump of suitable capacity driven by the engine in a closed circuit.

2.14.7 Fuel System

The fuel shall be gravity fed from the engine fuel tank to the engine driven pump. The engine fuel tank shall be mounted either over or adjacent to the engine itself suitably wall mounted on brackets. The fuel filter shall be suitably located to permit easy servicing. The engine fuel tank shall be welded steel construction (3mm thick) and of capacity sufficient to make the engine to run on full load for at least 8 hours. The tank shall be complete with necessary supports, level indicator (protected against mechanical injury), inlet, outlet, over flow connections drain plug and piping to the engine fuel tank. The outlet should be so located as to avoid entry of any sediment into the fuel line of the engine. A semi rotary hand pumps filling the engine fuel tank together with hose pipe 5 m. Long with a foot-valve etc. shall also form part of the scope of work.

2.14.8 Lubricating Oil System

Forced feed Lubricating Oil system shall be employed for positive lubrication. Necessary Lubricating Oil filters shall be provided and located suitably for convenient servicing.

2.14.9 Starting System

The starting system shall comprise of necessary battery/batteries, starter motor of adequate capacity and axle type gear to match with the toothed ring fly wheel. Suitable metallic relay to protect starting motor from excessively long cranking runs shall be included within the scope of the work. The metallic relay protection shall be integrated with engine protection system. The capacity of the battery shall be suitable for meeting the needs of the starting system but not less than 180 AH.

The battery capacity shall be adequate for 10 consecutive starts without recharging with cold engine under full compression.

The scope shall cover all cabling, terminals, initial charging etc. 2.14.10 Exhaust System

Page 122: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

121

The exhaust system shall be complete with silencer suitable for indoor installation, and silencer piping including bends and accessories needed. The exhaust pipe shall protrude outside the pump room. The total backpressure shall not exceed the engine manufacturer’s recommendations. The exhaust piping shall be suitably supported and the pipe used shall be of medium class MS pipe.

2.14.11 Engine Shut Down Mechanism

This shall be manually operated and shall return automatically to the starting position after use.

2.14.12 Governing System

The engine shall be provided with an adjustable governor to control the engine speed within 5% of its rated speed under all conditions of load up to full load. The governor shall be set to maintain rated pump speed at maximum pump load.

2.14.13 Engine Instrumentation

Engine instrumentation shall include the following :-

a. Lubricating Oil Pressure Gauge b. Lubricating Oil temperature gauge c. Water temperature gauge d. Water pressure gauge e. Tachometer f. Hour meter g. Starting key The instrument panel shall be suitably mounted on the engine.

2.14.14 Pipe Work

The piping for exhaust outlet as well as fuel piping between fuel tank ad the engine shall be with Medium class M.S.

2.14.15 Anti Vibration Mounting

Suitable vibration mounting duly approved by engineer-in-charge shall be employed for mounting the unit so as to minimize transmission of vibration to the structure. The isolation efficiency achievable shall be clearly indicated in the report, which will be submitted to engineer-in-charge before installation.

2.14.16 Battery Charger

Necessary float and boost charger shall be incorporated in the control section of the power and control panel to keep the battery under trickle condition. Ammeter to indicate the state of charge of the batteries shall be provided.

Page 123: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

122

2.15 Power and Control Panel and Other Control Components 2.15.1 Scope

This section covers the detailed requirements of the power and the control panel for the wet riser system, and also for the various control components in the system.

2.15.2 Power and Control Panel 2.15.2.1 Constructional Requirements:

General Features

The power and control panel shall be totally enclosed, free standing floor mounted cubicle type, fabricated out of sheet steel not less than 2mm thick. Where necessary, additional stiffening shall be provided by angle iron framework. General construction shall be of compartmentalization and sectionalisation such as mains, incomers, separate starters and feeders for electric fire pump, diesel fire pump, pressurization pump, and 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 also have the space for cable alleys. The space for cable alleys shall be at least 200 mm wide to the entire depth of panel. 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 for busbar chamber shall be of removable type with the help of bolts. 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 cubicle construction shall be of IP 54 as per IS: 2147.

2.15.2.2 Cable entries and gland plates

All cable entries shall be through gland plates which are removable and sectionalized. 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 may be from top or bottom depending on the equipment layout and cable scheme as approved.

2.16.2.3 Busbar and Connections

The busbars shall be air insulated, and of aluminium of high conductivity electrolytic quality (grade E 91 E to IS: 5082) and of adequate cross section. Current density shall not exceed 1.0 amps. per sq.mm. All connections to individual circuits from the busbars shall preferably be with solid connections. The busbars and the connections shall be suitably covered with PVC sleeves or in an approved manner. Busbars shall be suitably supported using non-hygroscopic insulated supports. High tensile bolts and spring washers shall be provided at busbar joints.

Page 124: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

123

2.15.2.4 Earthing Arrangement

GI strip 25mm x 5mm shall be run at the rear of the board. 2 nos. earth terminals shall be provided at the ends of the GI strip for connection to earth system.

2.15.2.5 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. 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.

2.15.2.6 Instruments and Lamps

All indication lamps and instruments shall be flush mounted type in front of the panel. The voltmeter and ammeter shall be of size 100mm nominal (dial size) 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 indications and battery charging shall be provided in the respective sections.

All indicating lamps and meter shall be protected with HRC cartridge type fuses.

2.15.2.7 Labels

All internal components shall be provided with suitable identification labels. Suitably engraved labels shall be fixed at the panel for all switches, instrument push buttons, indicating lamps etc.

2.15.2.8 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.

2.15.3 Equipment Requirements 2.15.3.1 General

Page 125: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

124

The power and control panel shall comprise individual sections for the various equipments of the system and controls, in a combined cubicle type design. All switches, ACBs, MCCBs, MCBs and fuse/switch disconnector fuse units shall be conforming to relevant IS.

2.15.3.2 Electric Fire Pump Section

This section shall incorporate the following facilities.

a. MCCBS b. Control system components and equipment such as relays,

contractors, timers etc. for automatic operation. c. Starter Unit, Current Transformer and ammeter. d. Indication lamps, their fuses, terminal block, push buttons, control

and selector switches etc. are as required. e. Pump lock out devices due to faults or abnormalities as specified in

operating sequence. f. Visual/audio alarms, indications and communications facility as

specified in operating sequence. g. Necessary inter-connection and control wiring etc.

2.15.3.3 Engine Section

The engine section shall incorporate the following facilities: i. Control system components and equipment such as relays,

contractors, timers etc. for automatic operation. ii. Instruments, indicator lamps, fuses terminal blocks, push buttons,

control and selector switches etc. as are required. iii. Engine shut down and block out devices due to faults or

abnormalities as specified. iv. Visual/audio alarms and indications as specified. v. Inter-connection and control wiring etc.

2.15.3.4 Auxiliary Pump Section

The auxiliary pump section for jockey pump shall incorporate the following:

a. TPN & MCBS. b. Control system components such as relays, times, contractors, etc.

as are necessary for functional requirements. c. Starter unit, current transformer and ammeter.

Page 126: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

125

d. Indication lamps, fuses, terminal blocks, push buttons selector, switch etc. as required.

e. Inter-connections and control wirings etc. 2.15.3.5 Control Section

This section shall incorporate the following:- a. Control components integrating the various sections, so as to satisfy

the functional requirements. b. Battery charger unit with boost/float chare facility with voltmeter,

capable of independently charging 2 sets of batteries at a time. c. Visual/audio alarms, not covered in individual sections. d. Lamps healthy test facility. e. Instruments, indicating lamps, push buttons, fuse terminal blocks

etc. as are required. f. Test facility to simulate operation of hydrants.

2.15.4 Other Control Components

2.15.4.1 Pressure Switches

Pressure switches shall be provided for switching on and off the pressurization pump at preset pressures and also for switching off the fire pump at preset pressure. Being the main component for initiating the signal for the operation of the pumps, the pressure settings shall be totally reliable, sturdy in construction and of long life. The pressure settings shall be adjustable.

2.15.4.2 Power Supply for Controls

In order to ensure that the control systems remains co-operational at all times the control system shall be designed for 24 VDC operation fed from the battery. This shall be independent of the starting battery for the engine i.e. battery shall remain trickle charged at all times from the separate battery charger at the control section.

2.15.5 Electrical Work and Earthing

Scope

This section covers the detailed requirements of electrical works including earthing, for the materials installation.

Electric power supply shall be terminated in the incoming switch gear of the power and control panel by the department. All further connections to the various components of the system shall be the responsibility of the

Page 127: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

126

contractor, for a complete and working system, satisfying all the functional requirements.

The scope shall particularly include the following :

Power and Control Panel(s) as given in relevant section. All inter-connections with multi-core armoured copper cables of size suitable between various control units and control panel(s).

All power cable connections with multi-core armoured aluminium cables of size as specified in Schedule of Quantities, between panels, motors etc.

Necessary earthing with 2 Nos. G.I. plate electrodes and loop earthing.

The work shall be carried out conforming to CPWD General Specifications for electrical works part-I (Internal) amended up to date and part-II (External) amended up to date.

2.16 Operating Sequence for the Fire Fighting System 2.16.1 The operating pressure in the mains is to be maintained at 10.0 kg/cm2. 2.16.2 The jockey pump shall start automatically the moment pressure drops to

9.5 kg/cm2 because any leakage or minor draw-off from the system and stop when the pressure reaches 9.5 kg/cm2 again.

2.16.3 In case, after the start of jockey pump, the pressure still keeps on falling,

the main fire pump shall start at 9.0 kg/cm2 by triggering of the pressure switch. Jockey pump shall stop when main pump starts.

2.16.4 In the event of electrical or mechanical failure of main fire pump (hydrant or

sprinkler) to start, the diesel engine driven pump shall cut in when the pressure in the mains fall down to 8.5 kg/cm2. The main electric pump shall then be locked out.

2.16.5 If within a preset period the standby pump fails to start or fails to develop

adequate pressure, the control system shall shut down the standby pump and lock it out and given an audiovisual indication to that effect at the control panel.

2.16.6 Jockey pump shall be shut down automatically when the fire pump electric

or diesel, is operating. Necessary integration of pipe work and controls shall be provided for the purpose. A timer may be employed where necessary to distinguish between slow fall of pressure due to system leaks and sudden fall of pressure due to fire duty by opening of valves and thus prevent parallel start up of both pressurization and fire pumps.

2.16.7 The control panel shall have status selection for each of the pumps for

“automatic” as well as “manual” operation.

Page 128: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

127

2.16.8 Pumps when under “manual” status shall be operated manually through relevant push buttons.

2.16.9 The fire pumps once started shall not be stopped automatically. 2.16.10 The fire pumps shall be locked out for operation both for “manual” and

“automatic” operations, once the low water controls operates and furnish an audio and visual alarm on the panel the audio alarm can be silenced by accepting the alarm. The visual alarm shall be individual for each equipment. It shall be flashing type and on acceptance remain steady. A reset button shall be provided for each pump for returning the pump for fire duty.

2.16.11 Over load or under voltage/no volt trip devices for electric fire pump shall

not be provided in the starter. LED type indication lamps to indicate the availability of power shall be provided.

2.16.12 Once tripped the electric fire pump shall remain locked out for operation

irrespective of the position of its operational status selection switch. Look out indication shall be available on the panel.

2.16.13 Return to normal operational availability shall be feasible only by manual

re-set of locked out units by operation of appropriate push buttons. 2.16.14 When fire pumps are brought into operation an audible tone from turbine

type alarm operated by water flow in the mains shall be provided to indicate the healthiness of the system. The healthy running alarm shall not be silenced till the fire pump is shut down, but the tone may be mellowed by the operation, if required.

2.16.15 Alarm for failure and lock out of any pump shall distinct from “healthy”

alarm. Failure alarms shall be loud and can be silenced on acceptance. 2.16.16 Repeat indication of various audio and visual indications on a slave remote

panel in fire control room in terminal building shall be available. The slave Remote panel shall have indication lamps to show the status of :

a) Power healthy in fire pump room. b) Jockey pump ‘ON’ c) Main pump ‘ON’ The slave Remote panel shall also have a hooter, which shall sound in

case, any pump is ‘ON’. The slave Remote panel shall have a provision to reset the hooter with the help of a push button.

2.17 Testing 2.17.1 Testing on Completion of Installation

The entire system shall be tested after completion of installation as per the operating sequence specified.

Page 129: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

128

TEMPORARY ELECTRICITY CONNECTION AT SITE

Temporary metered power supply at one point near the IISER Sub-station may be made available, if so desired by the contractor. The power supply shall be exclusively for the construction purpose. The contractor will have to install, test and commission the energy meter of approved make at his cost. The energy meter shall be tested and calibrated from Meter Testing Labs of MPMKVVCL, Bhopal. The contractor will also have to pay all charges for the energy consumed as per the prescribed prevailing tariffs. However the institute shall not be responsible for any interruption in the said power supply & no hindrance /delay shall be considered on this account for granting extension of time / rescheduling of mile stones. Guide lines for providing temporary power supply at the site and general safety procedures for using electricity are given in the enclosed Annexure.

ANNEXURE

GUIDELINES AND GENERAL PROCEDURES FOR SUPPLY AND USE OF ELECTRICITY AT SITE

1. GENERAL: Following safety requirements shall be complied with before the contractor uses the power supply. 1.1 The Contractor shall submit a list of licenced electrical staff to be posted at site. 1.2 It shall be the responsibility of the Contractor to provide and maintain complete

installation on the load side of the supply point with regard to the safety requirements at site. All cabling and installation shall comply with the appropriate statutory requirements given below and shall be subject to approval of the Engineer-in-charge/Electrical Engineer.

a) Indian Electricity Act, 1910. b) Electricity (Supply) Act, 1948. c) Indian Electricity Rules, 1956. d) National Electric Code, 1985. e) Central Electricity Regulations for Electrical Safety, O&M and construction works. f) Other relevant rules of Local Bodies and Electricity Boards.

After installation of the electrical power wiring works by the contractor, form of completion certificate as per IS: 732 - Code of practice for Electrical Wiring Installations. (System voltage not exceeding 650 Volts (Revised) (Form -1) shall be submitted by the contractor duly signed by the authorized valid licenced electrical contractor and /or supervisor along with one copy of the contractor’s license and/or competency certificate of supervisor issued by the Electricity Board/Chief Electrical Inspector, Govt. of MP.

The power supply shall be regulated as per the terms and conditions of the supply of the respective electricity boards. 1.3 (a) For the purposes of electrical load and power planning by the IWD electrical

section, the contractor shall furnish along with the tender, the estimated load

Page 130: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

129

requirement of electric power for the execution of the contract works in terms of maximum Kilo Watt or KVA demand during various periods/months of the contract period along with the details of the construction electrical equipment/machinery with their individual load details and location/locations of installation for availing temporary electric power supply in the standard proforma enclosed (Form -2)

. (b) The electric power supply will be made available by the department at one point

near the IISER Sub-station located at the site. (c) Where distribution boards are located at different places the Contractor shall

submit schematic drawing indicating all details like size of wires, Over Head cable feeders, earthing etc., The position and location of all equipments and switches shall be given.

1.4 The Contractor shall make his own arrangements for main earth electrode and

tappings thereof. Method of earthing, installation and earth testing results shall conform to relevant I.S. Specifications (IS-3043).

1.5 All three phase equipment shall be provided with double earthing. All light fixtures

and portable equipment shall be effectively earthed to main earthing. 1.6 All earth terminals shall be visible. No gas pipes and water pipes shall be used for

earth connection. Neutral conductor shall not be treated as earth wire. 1.7 The Contractor shall not connect any additional load without prior permission of

Engineer -in-charge (E) /Site Engineer (E). For obtaining additional power required, test reports of the tests mentioned in Form -1 shall be submitted.

1.8 Joints in earthing conductors shall be avoided. Loop earthing of equipment shall

not be allowed. However tappings from an earth bus may be done. 1.9 The entire installation shall be subjected to the following tests before energisation

of installation including portable equipment. a) Insulation resistance test. b) Polarity test of switches. c) Earth continuity test. d) Earth electrode resistance. The test procedures and their results shall conform to relevant IS Specifications. The contractor shall submit a test report for his complete installation every 2 months or after rectifying any faulty section in the specimen test report. One such test report for the complete installation shall be submitted before onset of monsoon.

2. The following are provided for general guidance and strict compliance of the

Contractor and shall be read as specific requirement, in addition to complying with Indian Electricity Act, Indian Electricity Rules and IS Specifications.

2.1 Installation:

a) Only persons having valid wireman’s licence/competency certificate shall be employed for carrying out electrical work and repair of electrical equipment,

Page 131: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

130

installation and maintenance at site. The job shall be supervised by a qualified licenced Supervisor.

b) Electrical equipment and installations shall be installed and maintained as to

prevent danger from contact with live conductors and to prevent fires originating from electrical causes like short circuits, overheating etc. Installation shall not cause any hindrance to movement of men and materials.

c) Materials for all electrical equipment shall be selected with regard to working

voltage, load and working environment. Such equipment shall conform to the relevant standards.

d) The minimum clearance to be maintained for all overhead cable lines along roads

and across roads shall be as per the statutory requirements as listed in clause 1.2 of Annexure.

e) Grounding conductor of wiring system shall be of copper or other corrosion

resistant material. An extra grounding connection shall be made in appliances/equipment where chances of electric shock are high.

f) Electric fuses and/or circuit breakers installed in equipment circuits for short circuit protection shall be of proper rating. It is also recommended that high rupturing capacity (HRC) fuses be used in all circuits. For load of 5 KW or more earth leakage circuit breaker shall be provided in the circuits.

g) Wherever cables or wires are laid on poles, a guard wire of adequate size shall be

run along the cables/wires and earthed effectively. Metallic poles as a general rule shall be avoided and if used shall be earthed individually. Anticlimbing guards and danger notices shall be provided on poles. Each equipment shall have individual isolating switches.

h) Wires and cables shall be properly supported and an approved method of fixing

shall be adopted. Loose hanging of wires & cables shall be avoided. Lighting and power circuits shall be kept distinct and separate.

i) Reinforcement rods or any metallic part of structure shall not be used for supporting wires and cables, fixtures, equipment, earthing etc.

j) All cables and wires shall be adequately protected mechanically against damages.

In case the cable is required to be laid underground, it shall be adequately protected by covering the same with bricks. Plain cement Concrete (PCC) tile or any other approved means.

k) All armoured cables shall be properly terminated by using suitable cable glands.

Multistranded conductor cables shall be connected by using cable lugs/sockets. Cable lugs shall preferably be crimped. They shall be of proper size and shall correspond to the current rating and size of the cable. Twisted connections will not be allowed.

Page 132: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

131

l) All cable glands, armouring and sheathing of electric cables, metal circuits and their fittings, metallic fittings and other non-current carrying parts of electrical equipment and apparatus shall be effectively grounded.

m) All the Distribution Boards, Switch Fuse units, Bus bar chambers, ducts, cubicles

etc. shall have MS enclosures and shall be dust, vermin and water proof. The Distribution Boards, switches etc. shall be so fixed that they shall be easily accessible. Changes shall be done only after the approval of the Departmental Electrical Engineer.

n) The contractor shall provide proper enclosures/covers of approved size and shape

for protection of all the switch board, equipment etc. against rain. Exposed live parts of all electrical circuits & equipment shall be enclosed permanently. Crane trolley wires and other conductors which cannot be completely insulated shall be placed such that they are inaccessible under normal working conditions.

o) Iron clad industrial type plug outlets are preferred for additional safety.

p) Open type Distribution Boards shall be placed only in dry and ventilated rooms;

they shall not be placed in the vicinity of storage batteries or otherwise exposed to chemical fumes.

q) Isolating switches shall be provided close to equipment for easy disconnection of

electrical equipment or conductors from the source of supply when repair or maintenance work has to be done on them.

r) In front of distribution boards a clear space of 90 cm shall be maintained in order

to have easy access during an emergency.

s) Adequate working space shall be provided around electrical equipment which require adjustment or examination during operation.

t) As far as possible electrical switches shall be excluded from a place where there

is danger of explosion. All electrical equipment such as motors, switches and lighting fittings installed in work room where there is possibility of explosion hazard shall be explosion proof.

u) All connections to lighting fixtures, starters or other power supplies shall be

provided with PVC insulated, PVC sheathed twin/three/four core wires to have better mechanical protection for preventing possible damage to equipment or injury to personnel. Taped joints shall not be allowed and the connections may be made in looping system. Electric starter of motors, Switches shall not be mounted on wooden boards. Only sheet steel mounting or iron frame work shall be used.

v) All the lighting fixtures and lamp holders shall be of good quality and in good

condition. Badly repaired or broken holders, etc. shall not be used.

w) Only PVC insulated and PVC sheathed wires or armoured PVC insulated and sheathed cables shall be used for external power supply connections of temporary nature. Weather proof rubber wires shall not be used for any temporary power supply connections. Taped joints in the wires shall not be used.

Page 133: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

132

x) The bulbs/lamps used for illumination and testing purpose shall have cover or

guard to protect them from accidental breakages. Only 24 V supply system shall be used for hand lamps etc, while working inside metallic tanks or conducting vessels.

y) After installation of new electric system and or other extensive alterations to

existing installations, thorough inspection shall be made by the Site Engineer (E) before the new system or new extension is put in use.

z) Contractor shall ensure that power factor for their loads shall be maintained at

0.85. In case the power factor falls below 0.85, necessary capacitor units shall be provided by the contractor.

2.2 Operation & Maintenance:

a) All persons who work with electrical installation/equipment shall be aware of the electrical hazards, use of protective devices and safe operational procedures. They shall be given training in fire fighting, first aid and artificial resuscitation techniques.

b) The supervisor shall instruct the proper procedure, specify and enforce the use of

necessary protective equipment such as adequately insulated pliers, screw drivers, fuse pullers, testing lamps and similar hand tools. Only wooden ladders shall be used to reach the heights in electrical work.

c) No material or earth work shall be allowed to be dumped below or in the vicinity of

the bare overhead line conductors.

d) Separate work permits shall be issued for individual group leaders working on the same system which shall be returned after the completion of the work to Safety Supervisor and no system shall be energised without the clearance of Safety supervisor.

e) Before any maintenance work is commenced on electrical installations/equipment,

the circuits shall be de-energised and ascertained to be dead by positive test with an approved voltage testing device. Switches shall be tagged or the fuse holders withdrawn before starting the work.

f) Adequate precautions shall be taken in two important aspects viz. i. That there shall be no danger from any adjacent live parts and ii. That there shall be no chances of re-energisation of the equipments on which

the persons are working

g) While working on or near a circuit, whenever possible the use of one hand may be practiced even though the circuit is supposed to be dead. The other hand may preferably be kept in pocket.

h) When it is necessary to touch electrical equipment (for example when checking for

overload of motors) back of the hand may be used. Thus, if accidental shock were to cause muscular contractions one would not ‘freeze’ to the conductor.

Page 134: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

133

i) Operation of electrical equipment shall be avoided when standing on wet floor or

when hands are wet.

j) Before blown fuses are replaced, the circuit shall be locked out and an investigation shall be made for the cause of the short circuit or overload.

k) When two persons are working within reach of each other, they shall never work

on different phases of the supply.

l) When structural repairs, modification or painting work are to be undertaken, appropriate measures shall be taken for the protection of persons whose work may bring them into the proximity of live equipment/circuit.

m) It shall be ensured that the insulation and wire size of extension cords are

adequate for the voltage and current to be carried.

n) While tapping electricity from the socket, plug top must be used. It shall be ensured that no extension boards are over loaded while tapping. Only standard three pin plugs shall be used for tapping electricity. Broken sockets/plugs shall be replaced immediately with good ones. Only joint free cables shall be used for connecting equipment/apparatus.

o) Floors shall be kept free from trailing electrical cables to avoid tripping hazard.

p) Power supply to all the machines and lighting fixture shall be switched off when

not in use.

q) Temporary electrical connections shall be removed as soon as the stipulated work is over. After completion of the works, the contractor shall dismantle the distribution boards and the other facilities he may have erected.

r) Unauthorised tapping of power by others from distribution boards under the

control of the contractor shall be prohibited at all circumstances.

s) No flammable materials shall be stored in any working area near the switch boards.

t) Safety work permits shall be used for switching off the main feeder and equipment

by the contractor.

u) “MEN ON LINE” “ DO NOT SWITCH ON” “DANGER” or “CAUTION” board as applicable shall be used during maintenance works on the electrical equipment.

2.3 Portable electrical equipment:

a. Portable electrical equipment shall be regularly examined, tested and maintained to ensure that the equipment and its leads are in good order. Register shall be maintained for inspection recording, the testing dates and results of the equipments.

Page 135: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

134

b. All portable appliances shall be provided with three core cable and three pin plug. The third pin of the plug shall invariably be earthed. It shall be ensured that the metal part of the equipment shall be effectively earthed.

c. All connections to portable equipment or machines from the panel/distribution

board/extension board shall be taken using 3 core double insulated PVC flexible copper wire in one length. No joints shall be allowed in this flexible wire. In case single length of wire is not sufficient for a particular location then the supply can be tapped by providing another extension board comprising of switch and socket.

d. Flexible cables for portable lamps, tools, and apparatus shall be regularly

examined, tested periodically and maintained to ensure safety.

Page 136: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

135

FORM NO. 1

FORM FOR COMPLETION CERTIFICATE (Prescribed under Cl.1.2 of Annexure)

I/We certify that the installation detailed below has been installed by me/us and tested and that to the best of my/our knowledge and belief, it complies with Indian Electricity Rules, 1956 as well as IS:732-963 Code of practice for Electrical Wiring Installations. (System voltage not exceeding 650 Volts (Revised). 1. Electric Installation at ………………………………………………………….

2. Voltage and system of supply ………………………………………………………….

3. Particulars of work Number

4. Total Load

5. Type of system of wiring: a) Light Points

b) Fan Points

c) Plug points (3 pin)

d) Motors

If the work involves installation of overhead lines and/or underground cable Earthing: Description of earthing electrode, size of earth wire and number of electrodes provided: Test results:

1. Insulation resistance for the whole installation. a. Between conductors

b. Between each conductor and earth

1. Resistance of earthing electrode or earthing system.

2. Maximum earthing resistance of installation __________________________

Signature of Supervisor Name and address of Supervisor. Seal & Signature of Contractor Name and address of Contractor.

Page 137: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

136

FORM NO. 2 ‘A’ APPLICATION FOR SERVICE CONNECTION BY CONTRACTOR

(Prescribed under Cl.1.3 of Annexure) (to be filled in triplicate)

1. Name & Address of Contractor:

2. Reference to Tender & Contract Agreement :

3. Completion period :

4. Connected load details (please attach Details in a separate sheet)

5. Max. demand anticipated :

6. Nature of service connection required (Whether single or three phase)

7. Sitec Location where service required

8. Details of meter provided

9. Whether meter is tested or not, if tested, attach test report.

10. Details of SD (Security Deposit) :

11. Name of Supervisor/Electrician in Charge of installation and maintenance

12. Electrical licence No. of person mentioned against col.11

13. Electrical safety appliances available for use :

14. Fire extinguishers available for use :

15. First Aid facility/box available for use, if any :

(Seal & Signature of the Contractor) Date: Name of Contractor:

Page 138: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

137

GUIDELINES REGARDING SIGNING OF INTEGRITY PACT BY THE BIDDER AT THE TIME OF SUBMISSION OF BID

Sub. : Clarification regarding introduction of Integrity Pact introduced vide OM No. Con

255 dated 23.05.2011. A new provision of Integrity Pact (IP) was introduced in GCC-2019 vide OM No.Con/255 dated 23.05.2011. In the OM it is mentioned that at the time of submission of bid, it shall be mandatory to sign the pact by the bidder failing which the bidder failing which the bidder will stand disqualified from the tendering process and such bid would be summarily rejected. Some field units have raised their doubts regarding submission of duly signed Integrity Pact by the bidder at the time of submission of bid. In this regard it is cleared that: 1. Submission of duly signed Integrity Pact by the bidder is applicable in case of manual

tendering where e-tendering is not followed.

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

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

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

Page 139: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets
Page 140: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

139

To The Sr. Project Engineer- (C) IWD, IISER Bhopal Sub: Submission of Tender for the work of ‘Construction of Open Air Stage along with changing room at Cricket ground in IISER Bhopal (SH: Civil & Internal Electrical Works) Dear Sir,

I/We acknowledge that IISER Bhopal 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 IISER Bhopal. 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, IISER Bhopal shall have unqualified, absolute and unfettered right to disqualify the tenderer/bidder and reject the tender/bid is accordance with terms and conditions of the tender/bid. Yours faithfully (Duly authorized signatory of the Bidder)

Page 141: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

140

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

INTEGRITY AGREEMENT

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

BETWEEN Board of Governors represented through Sr. Project Engineer-(C), IWD, IISER Bhopal, (Hereinafter referred as the IWD, Bhopal ‘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. ................................) (hereinafter referred to as “Tender/Bid”) and intends to award, under laid down organizational procedure, contract for………………………………………………..(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 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

Page 142: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

141

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) commit himself to take all measures necessary to

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

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

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

b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed

agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to cartelize in the bidding process.

c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC

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

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

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

Page 143: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

142

Further, in cases where an agent participate in a tender on behalf of one manufacturer, he shall not be allowed to quote on behalf of another manufacturer along with the first manufacturer in a subsequent/parallel tender for the same item.

e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose (with each

tender as per proforma enclosed) any and all payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the Contract.

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

outlined above or be an accessory to such offences. 4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm

indulge in fraudulent practice means a wilful 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 Contractor 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:

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

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

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

Page 144: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

143

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 Indian Penal code (IPC)/Prevention of Corruption Act, or if the Principal/Owner has substantive suspicion in this regard, the Principal/Owner will inform the same to law enforcing agencies for further investigation.

Article 4: Previous Transgression 1) The Bidder declares that no previous transgressions occurred in the last 5 years

with any other Company in any country confirming to the anticorruption approach or with Central Government or State Government or any other Central/State Public Sector Enterprises in India that could justify his exclusion from the Tender process.

2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender process or action can be taken for banning of business dealings/ holiday listing of the Bidder/Contractor as deemed fit by the Principal/ Owner.

3) If the Bidder/Contractor can prove that he has resorted / recouped the damage

caused by him and has installed a suitable corruption prevention system, the Principal/Owner may, at its own discretion, revoke the exclusion prematurely.

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors 1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a

commitment in conformity with this Integrity Pact. The Bidder/Contractor shall be responsible for any violation(s) of the principles laid down in this agreement/Pact by any of its Subcontractors/ sub-vendors.

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

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

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

Article 6- Duration of the Pact This Pact begins when both the parties have legally signed it. It expires for the Contractor/Vendor 12 months after the completion of work under the contract or till the continuation of defect liability period, whichever is more and for all other bidders, till the Contract has been awarded. If any claim is made/lodged during the time, the same shall be binding and continue to be valid despite the lapse of this Pacts as specified above, unless it is discharged/determined by the Competent Authority, CPWD. Article 7- Other Provisions

Page 145: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

144

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. .............................................. 2. ............................................... (signature, name and address) (signature, name and address) Place Date

Page 146: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

145

ANNEXURE-I GUARANTEE TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF WATER PROOFING WORKS The Agreement made this………day of ……… two thousand and …………………… between ……………………..S/o of Shri ………………………….(hereinafter called the Guarantor of the one part) and the Board of Governors, IISER Bhopal (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 building and structures in the said contract recited completely water and leak-proof. AND WHEREAS GURANTOR agreed to give a guarantee to the effect that the said structure will remain water and leak-proof, for five years from the date of giving water proofing treatment. NOW THE GUARANTOR hereby guarantees that water proofing treatment given by him will render the structure 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 the period of guarantee, the guarantor shall make good all defects and in case of any defect found, render the building water-proof to the satisfaction of the Engineer-in-Charge at his cost, and shall commence the work for such rectification within seven days from the date of issue of the notice from the Engineer-in-charge calling upon him to rectify the defects, failing which the work shall be got done by the Department by some other contractor at the GUARANTOR’S cost and risk. The decision of the Engineer-in-Charge as to the cost, payable by the Guarantor shall be final and binding. That if GUARANTOR fails to execute the water proofing or commits breach there under, then the GUARANTOR will indemnify the Principal and his 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.

Page 147: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

146

IN WITNESS WHEREOF these presents have been executed by the obligor……………and by………. and for and on behalf of the Board of Governors IISER Bhopal on the day, month and year first above written.

Signed, sealed and delivered by OBLIGATOR in the presence of : 1. 2. Signed for and on behalf of Board of Governors IISER Bhopal by……………in the presence of 1. 2.

Page 148: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

147

ANNEXURE - II

GUARANTEE TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF WATER SUPPLY AND SANITARY

INSTALLATIONS

ITEM NOS……… The agreement made this ____ Day of ____ Two thousand fifteen between M/s______________________ S/o ___________________ (Hereinafter called the GUARANTOR of the one part) and the Board of Governors IISER Bhopal (hereinafter called the Government of the other part). WHEREAS this agreement is supplementary to a contract (hereinafter called the contract) dated ______________ and made between the GUARANTOR OF THE ONE PART AND the Government of the other part, whereby the contractor inter-alia, undertook to render the work in the said contract recited structurally stable workmanship, finishing and use of sound materials.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will remain structurally stable and guaranteed against faulty workmanship, finishing, manufacturing defects of materials and leakages, etc. for two years from the date after the maintenance period prescribed in the contract. NOW THE GUARANTOR hereby guarantee that the work executed by him will remain structurally stable after the expiry of maintenance period prescribed in the contract for the minimum life of two years to be reckoned from the date after the expiry of maintenance period prescribed in the contract.

The decision of the Engineer-in-charge with regard to nature and cause of defect shall be final.

During this period of guarantee, the guarantor shall make good all defects to the satisfaction of the Engineer-in-Charge calling upon him to rectify the defects failing which the work shall be got done by the Department by some other contractor at the Guarantor’s cost and risk. The decision of the Engineer-in-Charge as to the cost payable by the guarantor shall be final and binding. That if the guarantor fails to make good all the defects, commits breach there under, then the guarantor will indemnify the principal and his successor against all loss, damage, cost expense or otherwise which may be incurred by him by reason of any default on the part of the GUARANTOR in performance and observance of this supplementary agreement. As to the amount of loss and/or damage and/or cost incurred by the Government, the decision of the Engineer-In-Charge will be final and binding on both the parties. IN WITNESS WHEREOF these presents have been executed by the obligator ____________ and __________ by _________________ for and on behalf of the Board of Governors IISER Bhopal on the day, month and year first above written. Signed, sealed and delivered by OBLIGATOR in the presence of:

1._________________ 2. ________________ SIGNED FOR AND ON BEHALF OF Board of Governors IISER Bhopal BY ____in the presence of :-

1._________________ 2. ________________

Page 149: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

148

ANNEUXRE-III GUARANTEE TO BE EXECUTED BY THE CONTRACTORS FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF ALUMINIUM DOORS, WINDOWS, VENTILATORS WORK.

The agreement made this………day of ……… Two Thousand Eight and …………… between ……………………..Son of ………………… ………….. (Hereinafter called the GUARANTOR of the one part) and the Board of Governors IISER Bhopal (hereinafter called the Government of the other part). WHEREAS THIS agreement is supplementary to a contract (hereinafter called the Contract) dated……….. and made between the GUARANTOR OF THE ONE PART AND the Government of the other part, whereby the contractor inter alia, undertook to render work in the said contract recited structurally stable, leak proof and sound material, workmanship, anodizing, colouring, sealing. AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will remain structurally stable, leak proof and guaranteed against faulty material and workmanship, defective anodizing, colouring and finishing for two years from the date after the maintenance period prescribed in the contract. NOW THE GUARANTOR hereby guarantees that the work executed by him will remain structurally stable, leak proof and guaranteed against faulty material and workmanship, defective anodizing and colouring for the minimum life of two years to be reckoned from the date after the maintenance period prescribed in the contract. The decision of the Engineer in Charge with regard to cause of defect shall be final. During this period of guarantee, the guarantor shall make good all defects to the satisfaction of the Engineer in Charge at his cost and shall commence the work for such rectification within seven days from the date of issue of the notice from the Engineer in Charge calling upon him to rectify the defects failing which the work shall be got done by the Department by some other contractor at the Guarantor’s cost and risk The decision of the Engineer in Charge as to the cost, payable by the Guarantor shall be final and binding. That if the guarantor fails to make good all the defects and 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.

Page 150: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

149

IN WITNESS WHERE OF these presents have been executed by the obligator………………………. and by …………..………. for and on behalf of the Board of Governors IISER Bhopal on the day, month and year first above written. SIGNED, sealed and delivered by OBLIGATOR in the presence of : 1.…………………. 2…………

Signed For And On Behalf Of Board of Governors, IISER Bhopal By In Presence Of 1…………………. 2………….

Page 151: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

150

Annexure IV

(Non judicial Stamp Paper of Rs.100) Memorandum of Understanding

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

Between

………………………………………………(main contractor) having its registered office at………………………………………………………………………which expression shall unless repugnant to the subject or context include its administrators, successors and assigns.

And …………………………………………………(Associate Electrical contractor) having its registered office at.………………………………………………………represented by …………………………………………………………….which expression shall unless repugnant to the subject or context include its administrators, successors and assigns. Whereas, Indian Institute of Science Education and Research Bhopal, have issued tender papers to quote for the following work to M/s ………………………………………… (main contractor) Name of Work: …………………………………………………………………………… Whereas, This Memorandum of Understanding has been entered into to execute Electrical works for the above work by M/s………………………… (Elect. Contractor) (Associate electrical contractor). Whereas, both the parties have gone through and understood the various conditions & 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 IISER Bhopal. In witnesses thereof we have put our hand and seal on dated ……………… For……….(Main contractor) For…(Associate Electrical contractor) Witness

Page 152: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

151

Annexure V

CERTIFICATE FOR ASSOCIATING ELECTRICAL AGENCY This is certified that we have not deviated from the technical specification and commercial provisions provided in the tender. The Price bid is unconditional. This is certified that we have engaged M/s………………………………………. as Electrical contractor of appropriate class as detailed below:

(i) Name of contractor

(ii) Address

(iii) Class of registration in CPWD,(if any)

(iv) Maximum ceiling limit to execute electrical work.

(v) Validity of registration

(vi) License no. with validity

NOTE: All columns of above Performa must be filled in.

Contractor’s Signature

CONSENT LETTER

I hereby give my consent to work as electrical contractor till the completion of work. I will be responsible for necessary action to hand over the installation and for rectification of defects and repair during the guarantee / warranty and maintenance period. I will execute the work as per CPWD specification and additional conditions of the contracts. I will also engage suitable Engineer for the work as per condition of the contract. I further certify that the above particulars pertaining to me are correct.

Signature of Electrical Agency

Page 153: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

152

Annexure VI

LIST OF EQUIPMENTS FOR SITE LABORATORY S.No PARTICULARS/ ITEM QUANTITY

I. Aggregate Testing

1. Set of coarse sieves 30 cm dia (GI Sheet frames) with

aperture size (40 mm, 25 mm, 20 mm, 16 mm, 17.5 mm , 10

mm, 4.75 mm all with lid and pan)

1 set

a) Motorised sieve shaker for the above sieves 1 No.

2. Set of fine sieves 20 cm dia of Brass with aperture size (4.75

mm, 2.36 mm, 1.18 mm, 600 mic, 300 mic, 150 mic, 75 mic,

all with lid and pan)

1 set

a) Motorised sieve shaker for the above sieves 1 No.

II. Concrete Testing

1. Concrete cube moulds 15x15x15 cm 50 Nos.

2. Pruning Rods 2 Kg weight length 40 cm and ramming face 25

mm2

4 Nos.

3. Extra Bottom Plates for 15 cm cube mould 31 Nos.

4. Standard Vibration Table for cubes 1 No.

5. Compression Testing Machine with Electricity cum manually

operated tamping unit with pressure gauge preferably 30 cm

dia, 0-150 tonne in 1 tonne divisions. Sensitivity 0.5 tonne

1 No.

6. Rebound hammer 1 No.

7. Slump Test Apparatus Complete 3 Nos.

8. Pocket Concrete Penetrometer 0 to 50 kg/sq.cm 1 No.

9. G.I. Tray approx 1 m x 1 m with sides 10 cm high for hand

mixing of concrete

2 Nos.

10. Concrete temperature measuring Thermometer. 2 Nos.

III. Weighing Equipment

1. Physical Balance capacity 200 gms. 1 No.

2. Dial type spring balance having knob capacity 100 kgs

reading to ½ kg.

2 Nos.

3. Counter Scale capacity 1 kg & 10 kg 1 No./each

Page 154: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

153

S.No PARTICULARS/ ITEM QUANTITY 4. Weighing Platform Capacity 100kg 1 No.

5. Iron weights of 5kg., 2kg, 500gm., 200gm, 100gm 2 Nos./ each

6. Brass Weights of 50gm, 20gm., 10gm, 5gm, 2gm, 1gm 2 Nos./each

IV. Water measuring equipment

1. 5ltr, 2ltr, 1ltr, 1/2ltr 5 Nos./each

2. Measuring cylinder capacity 100ml, 500ml, 250ml, 100ml 2 Nos./each

3. Beakers with capacity 500ml, 200ml, 50ml. 2 Nos./each

4. Wash bottles Capacity 500 ml 2 Nos./each

5. Thermometers 0-100 degree centigrade 5 Nos/each

V. Laboratory Tools

1. Set of Box spanner ratchet 2 Nos.

2. Hammer 1lb 2 Nos.

3. Rubber Hammer 2 Nos.

4. Hacksaw with 6 blades 1 No.

5. Measuring tape 2mtr. 2 Nos.

6. Depth gauge 20 cm 2 Nos.

7. Vermeer Caliper 2 Nos.

VI. Miscellaneous items

1. Showels & Spade 6 Nos./each

2. Plastic or G.I. Buckets 15 ltr, 10 ltr& 5ltr 3 Nos./each

3. Wheel Barrow 3 Nos.

Page 155: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

154

DRAFT AGREEMENT

AGREEMENT made this day of Two Thousand ________ between the Indian Institute Science Education & Research Bhopal incorporated as Institutions of National Importance under the umbrella of the NIT (Amendment) act, 2012 (NIT Act 2007). (The act was further amended in 2014, entitled as NITSER ACT 2014) through its Director IISER Bhopal (hereinafter referred to as “The Institute and M/s ________________________ (Hereinafter referred to as “The Contractor") which expression shall include his/their respective heirs, executors, administrators and assigns of the other part.

WHEREAS the Institute is desirous for

“____________________________________” and has caused drawings and specifications describing the work to be done and WHEREAS the said drawings as per list attached, the specifications, the priced Schedule of Quantities the conditions of tender and the conditions of contract have been signed by or on behalf of the parties hereto AND WHEREAS the contractor has agreed to execute upon and subject to the condition set forth (herein after referred to as ‘the said conditions’) the work shown upon the said drawings and described in the said specification and the said priced Schedule of Quantity ‘at the respective rates mentioned in the priced Schedule of Quantities.

AND WHEREAS the contractor has deposited by Cash / FDR a sum of Rs._________/- (Rupees ________________________ only), with the Institute for the due performance of this agreement.

NOW IT IS HEREBY AGREED AS FOLLOWS:

1. In consideration of the payments to be made to the contractor as herein after

provided the Contractor shall upon and subject to the said conditions execute and complete the works shown upon the said drawing and such further detailed drawings as may be furnished to him by the said Institute and described in the said specification, and the said priced Schedule of Quantities.

2. The Institute shall pay the contractor such sums as shall become payable hereunder at the time and in the manner specified in the said conditions.

3. Time is the essence of the agreement. In the event of the Contractor failing to

comply with this condition, he shall be liable to pay compensation as per clause 2 of the condition of the contract as decided by the competent authority of the Institute in writing which shall be final and binding on the contractor.

4. The Drawings, specifications and priced Schedule of Quantities above mentioned

shall form the basis of this contract and the decision of the Director or Arbitrator or Umpire as mentioned in the conditions of the Contract in reference to all matters of disputes as to material, workmanship or account and as to the intended interpretation of the clause of this agreement or any other document attached here to shall be final and binding on both parties and may be made a rule court.

5. The said contract comprises the work above mentioned and all the subsidiary work connected therewith the same site all may be ordered to be done from time to time by the institute even though such works may not be shown on the

Page 156: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

155

drawings or described in the said specifications or the priced Schedule of Quantities.

6. The institute reserves the right altering the drawings and nature of the work and of adding to or omitting any items of work or of having portions of the same carried out departmentally or otherwise and such alterations or variations shall not vitiate this contract.

7. The said conditions and appendix there to shall be read and construed as forming part of this agreement and the parties here to will respectively abide by and submit themselves to the conditions and stipulations and perform the agreement on their parts respectively in such conditions contained.

8. All other disputes and differences except as excluded by clause 2 shall be referred

to arbitration as per clause 25 of the said conditions of contract. The provision of the Arbitration and Conciliation Act 1996 (26 of 1996) or any statutory modifications or re enactment thereof and of the rules made there under for the time being in force shall apply to Arbitration proceedings under this clause.

8. All disputes arising out of or in any way connected with this agreement shall be

deemed to have arisen in Bhopal and only courts in Bhopal shall have jurisdiction to determine the same.

9. The several parts of this contract have been read to us and fully understood by us.

In witness whereof the parties hereto have set their respective hands the day and the year herein above written.

Sr. Project Engineer-(C) For and on behalf of the BOG

In the presence of: 1.

2.

Contractor

Page 157: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

156

Form of Earnest Money (Bank Guarantee Bond) WHEREAS, contractor …………………. (Name of contractor) (hereinafter called “the contractor”) has submitted his tender dated ………… (date) for the construction of …………………….) (name of work) (hereinafter called “the Tender”).

KNOW ALL PEOPLE by these presents that we ……………… (name of bank) having our registered office at ……………………………(hereinafter called “the Bank”) are bound unto …………………………………………… (Name and division of Executive Engineer) (hereinafter called “the Engineer-in-Charge”) in the sum of Rs. ………… (Rs. in words ……………………………….) for which payment well and truly to be made to the said Engineer-in-Charge the Bank binds itself, his successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this …… day …………….20…..

THE CONDITIONS of this obligation are:

1. If after tender opening the Contractor withdraws, his tender during the period of

validity of tender “(including extended validity of tender) specified in the Form of Tender;

2. If the Contractor having been notified of the acceptance of his tender by the

Engineer-in-Charge:

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

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

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

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

DATE ……………. SIGNATURE OF THE BANK

WITNESS ………… ………. SEAL (SIGNATURE, NAME AND ADDRESS) * Date to be worked out on the basis of validity period of 6 months from last date of receipt of tender.

Page 158: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

157

LETTER OF TRANSMITTAL From: (Full Address of the Applicant) To: Superintending Engineer Institute Works Department Indian Institute of Science Education & Research Bhopal SUB : Submission of bids for the work of ‘Construction of Open Air Stage along with changing room at Cricket ground in IISER Bhopal (SH: Civil & Internal Electrical Works). Sir, Having examined the details given in Press Notice Inviting tender published in the newspapers and bid documents for the above work, we hereby submit the relevant information. 1. I/We hereby certify that all the statements made and information supplied in the

enclosed forms A, C (for civil & electrical), D (for civil & electrical), E (for civil & electrical) & F are true and correct.

2. I/We have furnished all information and details necessary for eligibility document

and have no further pertinent information to supply. 3. I/We submit the following certificates in support our suitability, technical

knowledge & capability for having successfully completed the following works : Sl. No. Name of work: Certificate from 1. _______________________________________________________ 2. _______________________________________________________ 3. _______________________________________________________ Enclosures: nos. Date of submission: Signature (s) Of Bidder(s)

Page 159: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

158

FORM ‘A’

FINANCIAL INFORMATION

I. Financial Analysis – Details to be furnished duly supported by figures in Balance Sheet / Profit & Loss Account for 5 (five) years duly certified by the Chartered Accountant, as submitted by the applicant to the Income-Tax Department (Copies to be attached ).

Note : The bidder should not have incurred any loss (profit after tax should be positive) in more than two years during available last five consecutive years balance sheets, duly audited and certified by the Chartered Accountant. (The balance sheet in case of Pvt./ Public Ltd. company means its standalone finance statement and consolidated financial statement both).

Financial Years (In Crores)

Sl. No

Details (1)

(2)

(3)

(4) (5)

2018-19 2017-18 2016-17 2015-16 2014-15

i) Gross annual turnover in works.

ii) Profit / Loss II. Financial arrangements for carrying out the proposed works.

Note: Attach additional sheets, if necessary Signature of Chartered Accountant with seal Signature (s) of Bidder(s)

FORM ‘B-1’

FORM FOR CERTIFICATE OF NET WORTH FROM CHARTERED ACCOUNTANT

“It is to certify that as per the audited balance sheet and profit & loss account during the financial year ………., the Net worth of M/s ___________________________ (Name & Registered Address of individual / firm/company), as on _________ (the relevant date) is Rs._________ after considering all liabilities. It is further certified that the Net worth of the company has not eroded by more than 30% in the last three years ending on (the relevant date)” Signature of Chartered Accountant

Name of Chartered Accountant

Membership no. of ICAI

Date and seal

Page 160: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

159

FORM ‘C’ (Civil & Electrical)

Details of all works of similar nature completed during the Last seven years

(Ending up to previous day of last date of submission of online tender) Sl. No.

Name of work / Project and

location

Owner or Sponsori

ng organisat

ion

Cost of work (in

crores)

Upto date Cost of the

work enhanced @

7% per annum

Date of commence-ment as

per contract

Stipulated date

of complet

ion

Actual date of completion

Litigation Arbitratio

n pending /

in progress

with details *

Name and Address

Telephone number of officer to

whom reference may be made.

Remarks

1.

2. 3. 4. 5. 6. 7. 8. 9. 10. 11.

* Indicate gross amount claimed and amount awarded by the arbitrator. Signature(s) of Bidder(s)

Page 161: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

160

FORM ‘D’ (Civil & Electrical)

Performance report of works referred in Form ‘C’ – M/s …………………………… (Furnish this information for each individual work from the employer for whom the work was executed) 1. Name of work /

Project & Location.

2. Agreement No. 3. Estimated Cost 4. Tendered Cost

5. Actual work done 6. Date of start 7. Date of completion

a) Stipulated date of completion b) Actual date of completion

8. (a) Whether case of levy of compensation for Yes/No

delay has been decided or not (b) If decided, amount of compensation levied for delayed completion, if any

9. Performance report

i) Quality of work Outstanding/ Very good /Good/ Poor ii) Finance Soundness Outstanding/ Very good /Good/ Poor

iii) Technical Proficiency Outstanding/ Very good /Good/ Poor iv) Resourcefulness Outstanding/ Very good /Good/ Poor v) General behavior Outstanding/ Very good /Good/ Poor Executive Engineer or Equivalent (Seal of the organisation) Date :

Page 162: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

161

FORM ‘E’ (Civil & Electrical)

Structure & Organisation

Signature of Bidder(s)

1. Name and address of Bidder

2. Telephone No. / Fax No. / email address

3. Legal status of the bidder (Attach copies of original document defining the legal status). The applicant is : a) An individual b) A proprietary firm c) A Firm in partnership d) A limited company or corporation

4. Particulars of registration with various Govt. bodies (Attach attested photocopies) a) Registration Number b) Organisation / Place of registration c) Date of validity

5. Name and title of Directors and officers with designation to be concerned with this work.

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

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

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

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

Page 163: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

162

Form ‘F

Page 164: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

Sl.No DSR 2019 Description Quantity Unit RATE AMOUNT1 2.0 E A R T H W O R K

1.1 2.1 Earth work in surface excavation not exceeding 30 cm in depth butexceeding 1.5 m in width as well as 10 sqm on plan including gettingout and disposal of excavated earth upto 50 m and lift upto 1.5 m, asdirected by Engineer-in- Charge:

1.1.1 2.1.1 All kinds of soil. 185.00 Sqm 92.55 17122.00

1.2 2.6+2.7 Earth work in excavation by mechanical means (Hydraulicexcavator) / manual means over areas (exceeding 30 cm in depth, 1.5min width as well as 10 sqm on plan) including disposal ofexcavated earth within the campus and lift upto 1.5 m, disposed earth tobe levelled and neatly dressed soil

1.2.1 2.6.1+2.7.1 All kinds of soil./Ordinary Rock 750.00 cum 267.15 200363.00

1.3 2.8+2.9 Earth work in excavation by mechanical means (Hydraulic excavator) /manual means in foundation trenches or drains (not exceeding 1.5 m inwidth or 10 sqm on plan), including dressing of sides and ramming ofbottoms, lift upto 1.5 m, including getting out the excavated soil anddisposal of surplus excavated soil as directed, within the campus.

1.3.1 2.8.1+2.9.1 All kinds of soil./Ordinary Rock 322.30 cum 350.23 112879.00

1.4 2.10 Excavating trenches of required width for pipes, cables, etc includingexcavation for sockets, and dressing of sides, ramming of bottoms,depth upto 1.5 m, including getting out the excavated soil, and thenreturning the soil as required, in layers not exceeding 20 cm in depth,including consolidating each deposited layer by ramming, watering, etc.and disposing of surplus excavated soil as directed, within the campus.

1.4.1 2.10.1 All kinds of soil1.4.1.1 2.10.1.2 Pipes, cables etc. exceeding 80 mm dia. but not exceeding 300 mm dia

80.00 Metre 364.20 29136.00

1.5 2.25 Filling available excavated earth (excluding rock) in trenches, plinth,sides of foundations etc. in layers not exceeding 20cm in depth,consolidating each deposited layer by ramming and watering, within thecampus and lift upto 1.5 m.

763.00 cum 219.65 167593.00

1.6 MR Extra for carriage/disposal of earth with in 1 km lead by mechanicaltransport instead of 50m lead including in item no.1 & 2 150.00 cum 68.86 10329.00

TOTAL SUBHEAD - 537422.00

2 4.00 CONCRETE WORK

2.1 4.1 Providing and laying in position cement concrete of specified gradeexcluding the cost of centering and shuttering - All work up to plinthlevel.

2.1.2 4.1.10 1:5:10 (1 Cement : 5 coarse sand : 10 graded brick aggregate40/20 mm nominal size).

62.00 cum 5520.30 342259.00

2.2 4.2 Providing and laying cement concrete in retaining walls, return walls,walls (any thickness) including attached pilasters, columns, piers,abutments, pillars, posts, struts, buttresses, string or lacing courses,parapets, coping, bed blocks, anchor blocks, plain window sills, fillets,sunken floor etc., up to floor five level, excluding the cost of centering,shuttering and finishing:

2.2.1 4.2.3 1:2:4 (1 Cement : 2 coarse sand (zone-III) : 4 graded stoneaggregate 20 mm nominal size)

2.00 cum 8554.50 17109.00

Name of Work : Construction of open air stage alongwith chainging room at Cricket ground in IISER bhopal (SH: Civil Work)

Schedule of quantities (SH: Civil Work)

Page 163

Page 165: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

Sl.No DSR 2019 Description Quantity Unit RATE AMOUNT2.3 4.3 Centering and shuttering including strutting, propping etc. and

removal of form work for :2.3.1 4.3.1 Foundations, footings, bases for columns 55.00 Sqm 284.85 15667.00

TOTAL SUBHEAD 375035.00

3 5.00 REINFORCED CEMENT CONCRETE

3.1 5.90 Centering and shuttering including strutting, propping etc. andremoval of form for

3.1.1 5.9.1 Foundations, footings, bases of columns, etc. for mass concrete 37.00 sqm 284.85 10539.003.1.3 5.9.3 Suspended floors, roofs, landings, balconies and access platform.

192.00 sqm 693.05 133066.00

3.1.4 5.9.5 Lintels, beams, plinth beams, girders, bressumers and cantilevers. 160.00 sqm 552.05 88328.00

3.1.5 5.9.6 Columns, Pillars, Piers, Abutments, Posts and Struts 83.00 sqm 733.70 60897.003.1.6 5.9.7 Stairs, (excluding landings) except spiral-staircases 10.00 sqm 622.35 6224.003.1.7 5.9.16 Edges of slabs and breaks in floors and walls

3.1.7.1 5.9.16.1 Under 20 cm wide 50.00 metre 173.25 8663.003.1.8 5.9.19 Weather shade, Chajjas, corbels etc., including edges 2.00 sqm 766.75 1534.00

3.2 5.22 Steel reinforcement for R.C.C. work including straightening, cutting,bending, placing in position and binding all complete upto and aboveplinth level at all heights.

3.2.1 5.22.6 Thermo-Mechanically Treated bars of grade Fe-500D or more.@100 Kg/Cum

9200.00 Kg 83.50 768200.00

3.3 5.33 Providing and laying in position machine batched and machine mixeddesign mix M-25 grade cement concrete for reinforced cement concretework, using cement content as per approved design mix, includingpumping of concrete to site of laying but excluding the cost of centeringshuttering, finishing and reinforcement, including admixtures inrecommended proportions as per IS: 9103 to accelerate, retard setting ofconcrete, improve workability without impairing strength and durabilityas per direction of Engineer-in-charge. (Note:- Cement contentconsidered in this item is @ 330 kg/cum. Excess/ less cement used asper design mix is payable/recoverable separately).(200 Micron LDPEsheet to be provided below grade slab flooring)

3.3.1 5.33.1 All works upto plinth level 45.00 cum 7997.30 359879.003.3.2 5.33.2 All works above plinth level upto floor V level 47.00 cum 9400.85 441840.00

3.4 5.35 Add for using extra cement in the items of design mix over and abovethe specified cement content therein

46.00 quintal 673.30 30972.00

TOTAL SUBHEAD 1910142.00

4 6.00 BRICK WORK

4.1 6.1 Brick work with common burnt clay F.P.S. (non modular) bricks ofclass designation 7.5 in foundation and plinth in:

4.1.1 6.1.2 Cement mortar 1:6 (1 cement : 6 coarse sand) 5.00 cum 6157.45 30787.00

4.2 6.4 Brick work with common burnt clay F.P.S. (non modular) bricks ofclass designation 7.5 in superstructure above plinth level up to floor Vlevel in all shapes and sizes in

4.2.1 6.4.2 Cement mortar 1:6 (1 cement : 6 coarse sand) 74.00 cum 7590.45 561693.00

4.3 6.13 Half brick masonry with FPSbricks of class designation 75 insuperstructure above plinth level up to floor V level

4.3.1 6.13.2 Cement mortar 1:4 (1 cement :4 coarse sand) 30.00 sqm 932.10 27963.00

4.4 6.15 Extra for providing and placing in position 2 Nos. 6mm dia. M.S. barsat every third course of half brick masonry (with FPSbricks). 30.00 sqm 80.10 2403.00

TOTAL SUBHEAD 622846.00

Page 164

Page 166: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

Sl.No DSR 2019 Description Quantity Unit RATE AMOUNT5 7.00 STONE WORK

5.1 7.1 Random rubble masonry with hard stone in foundation and plinthincluding levelling up with cement concrete 1:6:12 (1 cement : 6 coarsesand : 12 graded stone aggregate 20 mm nominal size) upto plinth levelwith :

5.1.1 7.1.1 Cement mortar 1:6 (1 cement : 6 coarse sand) 88.00 Cum 6120.80 538630.00

TOTAL SUBHEAD 538630.00

6 8.00 MARBLE WORK

6.1 8.2 Providing and fixing 18 mm thick gang saw cut, mirror polished,premoulded and prepolished, machine cut for kitchen platforms, vanitycounters, window sills, facias and similar locations of required size,approved shade, colour and texture laid over 20 mm thick base cementmortar 1:4 (1 cement : 4 coarse sand), joints treated with white cement,mixed with matching pigment, epoxy touch ups, including rubbing,curing, moulding and polishing to edges to give high gloss finish etc.complete at all levels

6.1.1 8.2.2 Granite of any colour and shade6.1.1.1 8.2.2.1 Area of slab upto 0.50 sqm 0.50 sqm 4217.35 2109.00

6.2 MR Providing and fixing machine cut, pre polished Granite stone work forwindow / door jambs, soffits, wall lining etc. in required design andpattern wherever required, stones of different finished surface texture(rear face of stone slab shall be made sand finished with epoxy rasinbased adhesive), on 12 mm (average) thick cement mortar 1:3 (1cement : 3 coarse sand) including applying cement slurry @ 3.3 kg/sqmincluding pointing with white cement admixed with pigment ofmatching shade, including rubbing, curing, mitring, polishing etc. allcomplete as per Architectural drawings, and as directed by the Engineer-in-Charge.

6.2.1 18 mm thick granite of approved shade 5.00 sqm 6287.60 31438.00

6.3 8.3 Providing edge moulding to 18 mm thick marble stone counters,Vanities etc., including machine polishing to edge to give high glossfinish etc. complete as per design approved by Engineer-in-Charge

6.3.1 8.3.1 Kota Stone Work 180.00 metre 220.35 39663.006.3.2 8.3.2 Granite work. 15.00 metre 376.25 5644.00

6.4 8.6 Mirror polishing on marble work/Granite work/Kota stone workwhere ever required to give high gloss finish complete.

204.00 sqm 368.00 75072.00

TOTAL SUBHEAD 153926.00

7 9.00 WOOD AND P. V. C. WORK

7.1 9.21 Providing and fixing ISI marked flush door shutters conforming to IS :2202 (Part I) non-decorative type, core of block board construction withframe of 1st class hard wood and well matched commercial 3 plyveneering with vertical grains or cross bands and face veneers on bothfaces of shutters

7.1.1 9.21.1 35 mm thick including ISI marked Stainless Steel butt hinges withnecessary screws

45.00 sqm 1886.70 84902.00

7.2 MR Providing & Fixing matt finished stainless steel grade 304 tower bolt(barrel type) with necessary stainless steel screws etc. complete as perthe direction of Engineer-in-Charge.

7.2.1 MR 250x10mm 2.00 each 240.60 481.00

7.3 MR Providing & Fixing white metal sliding door bolts / L-Drop as per theapproved sample including bringing various samples of sliding doorbolts to site for approval of competent authority

7.3.1 MR 250X16mm 4.00 each 748.00 2992.00

Page 165

Page 167: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

Sl.No DSR 2019 Description Quantity Unit RATE AMOUNT7.4 MR Providing & Fixing matt finished stainless steel grade 304 Latch with

necessary stainless steel screws etc. complete as per the direction ofEngineer-in-Charge. 200x12mm

7.4.1 MR 200 x 12 mm 10.00 each 198.35 1984.00

7.5 MR Providing and Fixing satin finished white metal handles of approveddesign with necessary stainless steel screws etc. complete as per thedirection of Engineer-in-Charge. 150 mm

7.5.1 MR 150 mm. 6.00 pair 313.61 1882.00

7.6 MR Providing and Fixing Door Silencer (Arch SS 304 or equivalent) ofapproved design with necessary stainless steel screw etc. complete asper direction of Engineer-in-charge:75mm

6.00 each 183.30 1100.00

7.7 MR Providing and Fixing hanging Single/Twin floor door stopper of godrejSS 304 or equivalent of approved size with necessary stainless steelscrews etc. complete as per the direction of Engineer-In Charge.

10.00 each 471.22 4712.00

MR

Providing & Fixing matt finished stainless steel grade 304 sliding doorbolts / L-Drop with necessary stainless steel nut & bolts etc. complete asper the direction of Engineer-in-Charge.250X16 mm with flap thickness 2.5mm

4.00 Each 505.82 2023.00

MR

Providing & Fixing matt finished stainless steel grade 304 handles withnecessary stainless steel screws etc. complete as per the direction ofEngineer-in-Charge.100 mm with flap thickness 1.90mm

4.00 Each 160.31 641.00

7.8 9.123 Providing and fixing factory made door frame (single rebate) made outof single piece extruded solid PVC foam profile with homogenous finecellular structure having smooth outer integral skin having 62 mm width& 32 mm thickness, frame will be mitred & Jointed with self driven selftapping screws of size 38 mm x 4 mm & PVC solvent cement, includingfixing the frame to wall with suitable dia & length anchor fastener as permanufacturer's specification and direction of Engineer-in-charge.

21.00 metre 476.50 10007.00

7.9 MR Supplying 25mm thick single piece joint less construction Solid CoreFlush Door Shutter made up of Integral Foam coloured PVC Sheet, withfine & Homgenous in nature closed cell structure, having smoothglossy hard surface finish on both sides, having density 0.525 Kg/m3 ,including polishing of edges to match the side finish including fixing tothe frame with SS (grade 304) hinges of size 100 x 58 x 1.90 mm allcomplete as per the site and direction of Engineer-Incharge.

7.00 sqm 3354.29 23480.00

7.10 MR Providing and fixing hydraulic Door Closer "DORMA Cat No.TS68/71" with closing speed adjustable two ranges, alongwith allnecessary accessories & star headed stainless steel screws etc. completeas per direction of Engineer-in-charge

4.00 each 5853.77 23415.00

7.11 MR Providing and fixing narrow style dead lock including strike plate instainless steel, along with cylinder with both side key operation standardlength 60 mm in satin nickle plated finish with three keys and all otheraccessories like escutcheons etc. model no. 917 (complete package) ofDORMA in satin stainless steel of grade 304, star headed stainless steelscrews, all complete as per direction of Engineer-in-charge.

2.00 each 4562.11 9124.00

7.12 9.12 Extra for providing frosted glass panes 5 mm thick instead of ordinaryfloat glass panes 5 mm thick in doors, windows and clerestory windowshutters. (Area of opening for glass panes excluding portion insiderebate shall be measured).

2.00 Sqm 214.05 428.00

TOTAL SUBHEAD 167171.00

Page 166

Page 168: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

Sl.No DSR 2019 Description Quantity Unit RATE AMOUNT

8 10.00 STEEL WORK 8.1 10.14 Providing and fixing pressed steel door frames conforming to IS: 4351,

manufactured from commercial mild steel sheet of 1.60 mm thickness,including hinges, jamb, lock jamb, bead and if required angle thresholdof mild steel angle of section 50x25 mm, or base ties of 1.60 mm,pressed mild steel welded or rigidly fixed together by mechanicalmeans, including M.S. pressed butt hinges 2.5 mm thick with mortarguards, lock strike-plate and shock absorbers as specified and applyinga coat of approved steel primer after pre-treatment of the surface asdirected by Engineer-in-charge:

8.1.1 10.14.1 Profile B8.1.1.1 10.14.1.1 Fixing with adjustable lugs with split end tail to each jamb 40.00 metre 417.60 16704.00

8.2 10.25 Steel work welded in built up sections/ framed work, including cutting,hoisting, fixing in position and applying a priming coat of approvedsteel primer using structural steel etc. as required..

8.2.1 10.25.2 In gratings, frames, guard bar, ladder, railings, brackets, gates andsimilar works

300.00 kg 131.00 39300.00

8.3 MR Providing and fixing stainless steel ( Grade 316) railing made of Hollowtubes, channels, plates etc., including welding, grinding, buffing,polishing and making curvature (wherever required) and fitting the samewith necessary stainless steel nuts and bolts complete, i/c fixing therailing with necessary accessories & stainless steel dash fasteners ,stainless steel bolts etc., of required size, on the top of the floor or theside of waist slab with suitable arrangement as per approval of Engineer-in-charge.(for payment purpose only weight of stainless steel members shall beconsidered excluding fixing accessories such as nuts, bolts, fastenersetc )

450.00 Kg 839.78 377901.00

10.5 Providing and fixing 1mm thick M.S. sheet door with frame of 40x40x6mm angle iron and 3 mm M.S. gusset plates at the junctions andcorners, all necessary fittings complete, including applying a primingcoat of approved steel primer.

10.5.1 Using M.S. angels 40x40x6 mm for diagonal braces 5.00 Sqm 4428.15 22141.00

TOTAL SUBHEAD 456046.00

9 11.00 FLOORING

9.1 8.31 (modified)

Providing and fixing Ist quality Rectified ceramic glazed wall tiles ofsize 300x450mm conforming to IS: 15622 (thickness to be specified bythe manufacturer), of approved make, in all colours, shades exceptburgundy, bottle green, black of any size as approved by Engineer-in-Charge, in skirting, risers of steps and dados, over 12 mm thick bed ofcement mortar 1:3 (1 cement : 3 coarse sand) and jointing with greycement slurry @ 3.3kg per sqm, including pointing in white cementmixed with pigment of matching shade complete.

24.00 sqm 1030.30 24727.00

9.2 11.26 Kota stone slab flooring over 20 mm (average) thick base laid over andjointed with grey cement slurry mixed with pigment to match the shadeof the slab, including rubbing and polishing complete with base ofcement mortar 1 : 4 (1 cement : 4 coarse sand) :

9.2.1 11.26.1 25 mm thick 200.00 sqm 3085.00 617000.00

9.3 11.27 Kota stone slabs 20 mm thick in risers of steps, skirting, dado andpillars laid on 12 mm (average) thick cement mortar 1:3 (1 cement: 3coarse sand) and jointed with grey cement slurry mixed with pigment tomatch the shade of the slabs, including rubbing and polishing complete.

20.00 sqm 1810.05 36201.00

9.411.31

Extra for pre finished nosing (both sides) in treads of steps of Kotastone/ sand stone slab.

60.00 metre 148.10 8886.00

Page 167

Page 169: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

Sl.No DSR 2019 Description Quantity Unit RATE AMOUNT

9.511.32

Extra for Kota stone/ sand stone in treads of steps and risers using singlelength up to 1.5 metre.

35.00 sqm 33.10 1159.00

9.6 11.39 Providing and laying rectified Glazed Ceramic anti-skid floor tiles ofsize 300x300 mm or more (thickness to be specified by themanufacturer), of 1st quality conforming to IS : 15622, of approvedmake, in colours White, Ivory, Grey, Fume Red Brown, laid on 20 mmthick cement mortar 1:4 (1 Cement: 4 Coarse sand), jointing with greycement slurry @ 3.3 kg/ sqm including grouting the joints with whitecement and matching pigments etc., complete.

9.00 sqm 1088.40 9796.00

9.7 11.41 Providing and laying double charged vitrified floor tiles in differentsizes (thickness to be specified by the manufacturer) with waterabsorption less than 0.08% and conforming to IS: 15622, of approvedmake, in all colours and shades, laid on 20mm thick cement mortar 1:4(1 cement : 4 coarse sand), jointing with grey cement slurry @ 3.3 kg/sqm including grouting the joints with white cement and matchingpigments etc complete

9.7.1 11.41.2 Size of Tile 600x600 mm 36.00 sqm 1500.55 54020.00

9.8 11.46 Providing and laying double charged Vitrified tiles in different sizes(thickness to be specified by manufacturer), with water absorption lessthan 0.08 % and conforming to I.S. 15622, of approved make, in allcolours & shade, in skirting, riser of steps, over 12 mm thick bed ofcement mortar 1:3 (1 cement: 3 coarse sand), jointing with grey cementslurry @ 3.3 kg/ sqm including grouting the joint with whitecement & matching pigments etc. complete

9.8.1 11.46.2 Size of Tile 600x600 mm 4.00 sqm 1545.85 6183.00

TOTAL SUBHEAD 757972.00

10 13.00 FINISHING

10.1 13.1 12 mm cement plaster of mix10.1.1 13.1.1 1:4 (1 cement : 4 fine sand) 411.00 sqm 266.85 109675.00

10.2 13.5 15 mm cement plaster on the rough side of single or half brick wall ofmix

10.2.1 13.5.1 1:4 (1 cement: 4 coarse sand) 48.00 sqm 318.95 15310.00

10.3 13.9 Cement plaster 1:3 (1 cement: 3 coarse sand) finished with a floatingcoat of neat cement.

10.3.1 13.9.1 12 mm cement plaster 25.00 sqm 350.15 8754.00

10.4 13.12 18 mm cement plaster in two coats under layer 12 mm thick cementplaster 1:5 (1 cement : 5 coarse sand) and a top layer 6 mm thick cementplaster 1:3 (1 cement : 3 coarse sand) finished rough with sponge.

348.06 sqm 416.55 144986.00

10.5 13.16.1 6 mm cement plaster of mix10.5.1 13.16.1 1:3 (1 cement: 3 fine sand) 159.00 sqm 227.35 36149.00

Page 168

Page 170: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

Sl.No DSR 2019 Description Quantity Unit RATE AMOUNT10.6 MR Providing and applying multi coat synthetic plaster as per approved

design (Eurofin, Spectrum, Nitco, heritage or equivelent make) , pattern,texture in 2mm thickness on new plastered surface finished in properline and level as directed by Engineer-in-charge in 5 coats consisting ofcomposition of four order of application given as under including allmaterial, labour and scaffolding etc.1. Scrapping of new surface and applying sealer mixed with water in theratio 1:3 (1 part sealer primer : 3 part water) and applying by brush @0.25 kg./sqm.2. Applying leveling coat of spectrum rustic fine or equivalent withtrowel as a putty.3. Applying 3rd coat synthetic plaster with trowel @ 0.25 kg/sqm.finished to generate requird texture by trowel.4. Applying 2 coats of exteriar superfine pigmented acrylic wall coatingas 2 coat @ 0.50 kg./sqm. in two coats and colors as approved byEngineer in charge at all heights above plinth level

125.00 sqm 343.83 42979.00

10.7 Providing and fixing of ‘Unistone’ or equivalent Glass ReinforcedConcrete (G.R.C) Wall Cladding Tiles in approved design, size 250mmX 100mm, texture, thickness, pattern and color. The thickness of thetiles should range between 10 to 20 mm (depending on the texture of thetile), allowing variance of ±2 mm in accordance with IS: 1237‐1980.The composition of tiles should be ‘43’ Grade Portland cement,reinforced with Alkali Resistant Glass Fiber and homogenypigmentation should be done with exterior grade synthetic inorganiciron oxide pigments manufactured by ‘BAYFERROX / Lanxess(Germany)’ or equivalent. The pigmentation should be homogeneousand in accordance with British Standards BS EN 12878:1999. Theother additives should be fine washed graded quartz, super plasticizersand integrated water proofing agents and others. The tiles should beproduced with high vibration technology and concrete mix designcompressive strength equivalent to M‐40 Grade@28 days. The topsurface of the tiles should be sealed with acrylic lacquer resulting insurface water absorption of tiles, less than 1% and water absorption by24 hrs immersion method, less than 8%. Tiles laid on 12mm (average)thick cement mortar 1:3 (1 cement 3 coarse sand) and jointed with whitecement slurry admixed with pigment of matching shade , etc. allcomplete as specified and as directed by the Engineer-in-Charge.

300.00 sqm 2125.40 637620.00

10.8 13.80 Providing and applying white cement based putty of average thickness 1mm, of approved brand and manufacturer, over the plastered wallsurface to prepare the surface even and smooth complete.

310.00 sqm 115.15 35697.00

10.9 13.83 Wall painting with premium acrylic emulsion paint of interior grade,having VOC (Volatile Organic Compound ) content less than 50 grams/litre of approved brand and manufacture, including applying additionalcoats wherever required to achieve even shade and colour.

10.9.1 13.83.2 New work (Two or more coats) 310.00 sqm 113.90 35309.00

10.10 13.61 Painting with synthetic enamel paint of approved brand andmanufacture to give an even shade :

10.10.1 13.61.1 Two or more coats on new work 150.00 sqm 121.55 18233.00

10.11 MR Providing & Fixing stainless steel chicken mesh with 20 mm aperture &of 22 SWG wire of stainless steel necessary nails, screws etc. Completeover the junction of disimilar material before plastering.

150.00 sqm 228.24 34236.00

10.12 13.50.1 Applying priming coat:With ready mixed pink or Grey primer of approved brand andmanufacture on wood work (hard and soft wood)

108.00 sqm 57.05 6161.00

10.12 MR Applying acrylic putty of approved brand and manufactureroverwooden flush door shutter to prepare surface even and smoothcomplete.

108.00 sqm 95.00 10260.00

TOTAL SUBHEAD 1135369.00

Page 169

Page 171: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

Sl.No DSR 2019 Description Quantity Unit RATE AMOUNT11 16.00 ROAD WORK

11.1 16.91 Providing and laying factory made chamfered edge Cement Concretepaver blocks in footpath, parks, lawns, drive ways or light trafficparking etc, of required strength, thickness & size/ shape, made by tablevibratory method using PU mould, laid in required colour & patternover 50mm thick compacted bed of sand, compacting and properembedding/laying of inter locking paver blocks into the sand beddinglayer through vibratory compaction by using plate vibrator, filling thejoints with sand and cutting of paver blocks as per required size andpattern, finishing and sweeping extra sand. complete all as per directionof Engineer-in-Charge.

11.1.1 16.91.1 60mm thick cement concrete paver block of M-35 grade with approvedcolour, design & pattern.

185.00 Sqm 884.75 163679.00

11.2 MR Providing and laying at or near ground level factory made kerb stone ofM-25 grade cement concrete and size 450x300x100mm in position tothe required line, level and curvature jointed with cement mortar 1:3 (1cement : 3 coarse sand), including making joints with or withoutgrooves (thickness of joints except at sharp curve shall not to more than5 mm),including excavation,back filling,75mm thick PCC 1:5:10 (1cement : 5 coarse sand : 10 graded stone aggregate :40 mm nominalsize) at bottom and back sides in tringular foam of size 200 x 200 mmfor fixing & to keep it in proper line and level and making drainageopening wherever required complete etc. as per direction of Engineer-in-Charge (length of finished kerb edging shall be measured for payment).

11.00 Cum 13550.24 149053.00

TOTAL SUBHEAD 312732.00

12 10.0 ALUMINIUM WORK

12.1 21.1 Providing and fixing aluminium work for doors, windows, ventilatorsand partitions with extruded built up standard tubular sections/appropriate Z sections and other sections of approved make conformingto IS: 733 and IS: 1285, fixing with dash fasteners of required dia andsize, including necessary filling up the gaps at junctions, i.e. at top,bottom and sides with required EPDM rubber/ neoprene gasket etc.Aluminium sections shall be smooth, rust free, straight, mitred andjointed mechanically wherever required including cleat angle,Aluminium snap beading for glazing / paneling, C.P. brass / stainlesssteel screws, all complete as per architectural drawings and thedirections of Engineer-in-charge. (Glazing, paneling and dash fastenersto be paid for separately) :

12.1.1 21.1.1 For fixed / sliding portion: including provision for fixing of fittingswherever requird.

12.1.1.1 21.1.1.2 Powder coated aluminium (minimum thickness of powder coating 50micron)

117.00 kg 456.30 53387.00

12.1.2 21.1.2 For shutters portions of doors, windows & ventilators includingproviding and fixing SS (grade 304) butt hinges with bearings of size100 X 58 X 1.9 mm / pivots / rollers of required size and makingprovision for fixing of fittings wherever required including the cost ofEPDM rubber / neoprene gasket required (Fittings shall be paid forseparately)

12.1.2.1 21.1.2.2 Powder coated aluminium (minimum thickness of powder coating 50micron)

83.00 kg 546.35 45347.00

12.2 21.3.1 Providing and fixing glazing in aluminium door, window, ventilatorshutters and partitions etc. with EPDM rubber / neoprene gasket etc.complete as per the architectural drawings and the directions of engineerin-charge . (Cost of aluminium snap beading shall be paid in basic item)

12.2.1 21.3.2 With float glass panes of 5 mm thickness 30.00 sqm 1296.40 38892.00

Page 170

Page 172: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

Sl.No DSR 2019 Description Quantity Unit RATE AMOUNT12.4 21.11 Providing and fixing stainless steel (SS 304 grade) adjustable friction

windows stays of approved quality with necessary stainless steelscrews etc. to the side hung windows as per direction of Engineer-in-charge complete.

12.4.1 21.11.2 255 X 19 mm 8.00 each 322.65 2581.00

12.6 MR Providing and fixing one Roller Assembly : Supplying and FixingSliding window Roller Assembly , Centre grooved ball bearing roller5/8-inch Brass wheel with Nylon housing, including stainless steelscrews etc. complete as per the direction of Engineer-in-charge.

12.00 Set 165.87 1990.00

12.7 MR Providing and fixing fly proof stainless steel grade 304 wire gauge, towindows and clerestory windows using stainless steel wire gauge withaverage width of aperture 1.9 mm in both directions with wire of dia.0.38 mm complete as per the directions of Engineer-In-Charge.

10.00 Sqm 940.81 9408.00

12.8 MR Providing & fixing 100 mm long powder coated alumnium lock ofapproved make for sliding shutters for aluminium of windows includingnecessary cutting and making etc. all complete as per direction ofEngineer-Incharge.

6.00 each 180.00 1080.00

12.9 MR Providing and fixing aluminium casement window fastener powdercoated with minimum thickness 50micron with left or right handmovement as required model no AWH9 of EBCO or equivalent and ofapproved colour all complete as per direction of engineer in charge. :100 mm long

4.00 each 96.06 384.00

12.10

MR

Providing and fixing mirror of superior glass (of approved quality) andof required shape and size with plastic moulded frame of approvedmake and all other required fixtures and fittings and shade with 6 mmthick hard board backing :

12.00 Sqm 2605.01 31260.00

TOTAL SUBHEAD 184329.00

13 22.00 WATER PROOFING

13.1 22.7 Providing and laying integral cement based water proofing treatmentincluding preparation of surface as required for treatment of roofs,balconies, terraces etc consisting of following operations: a) Applying aslurry coat of neat cement using 2.75 kg/sqm. of cement admixed withwater proofing compound conforming to IS. 2645 and approved byEngineer-in-charge over the RCC slab including adjoining wallsupto 300mm height including cleaning the surface before treatment. b)Laying brick bats with mortar using broken bricks/brick bats 25 mm to115mm size with 50% of cement mortar 1:5 (1 cement : 5 coarse sand)admixed with water proofing compound conforming to IS : 2645 andapproved by Engineer-in-charge over 20 mm thick layer of cementmortar of mix 1:5 (1 cement :5 coarse sand ) admixed with waterproofing compound conforming to IS : 2645 and approved byEngineer-in-charge to required slope and treating similarly theadjoining walls upto 300 mm height including rounding of junctions ofwalls and slabs.

c) After two days of proper curing applying a second coat of cementslurry using using 2.75kg/ sqm of cement admixed with waterproofing compound conforming to IS : 2645 and approved byEngineer-in-charge.

d) Finishing the surface with 20 mm thick jointless cementmortar of mix 1:4 (1 cement :4 coarse sand) admixed with waterproofing compound conforming to IS : 2645 and approved by Engineer-in-charge including laying glass fibre cloth of approved quality in toplayer of plaster . The whole terrace so finished shall be flooded withwater for a minimum period of two weeks for curing and for final test.All above operations to be done in order and as directed and specifiedby the Engineer-in-charge:

Page 171

Page 173: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

Sl.No DSR 2019 Description Quantity Unit RATE AMOUNT13.1.1 22.7.1 With average thickness of 120mm and minimum thickness at khurra as

65 mm.76.00 sqm 1398.50 106286.00

13.2 MR Providing and laying 5 mm thick broken white ceramic glazed tiles notless than 50 mm size on the finished surface of brick bat coba (integralcement based water proofing treatment ) while it is green and finishingthe joints of tile, with cement slurry mixed with non shrink polymercompound in required proportions as per manufacturer's specificationand direction of Engineer-in-charge.

76.00 sqm 663.84 50452.00

TOTAL SUBHEAD 156738.001.0 SOIL WASTE & VENT PIPES AND FITTINGS

1.1 17.35 Providing and fixing soil waste and vent pipes (a) 17.35.1.2 100mm Centrifugally cast (spun) iron socket & spigot (S&S)

pipe as per IS:3989.20 Metre 1092.20 21844.00

(b) 17.35.2.2 75mm Centrifugally cast (spun) iron socket & spigot (S&S) pipeas per IS:3989.

15 Metre 992.05 14881.00

1.2 MR Providing and fixing Stainless steel (grade304) holder-bat clamps of approved design for fixing sand cast iron, centrifugally cast (spun) iron S&S pipes of 75 / 100 / 150mm diameter on angle frame with nut bolts, screws etc. complete as per direction of Engineer-in-charge. (Flat/Angle frame to be paid separately).

20 Kg 580.00 11600.00

1.3 17.39 Providing and fixing plain bend of required degree:(a) 17.39.1.2 100mm centrifugally cast (spun) iron S&S as per IS:3989. 2 Each 390.75 782.00(b) 17.39.2.2 75mm centrifugally cast (spun) iron S&S as per IS:3989. 4 Each 289.75 1159.00

1.4 17.4 Providing and fixing heel rest bend.(a) 17.40.2.2 75mm centrifugally cast (spun) iron S&S as per IS:3989. 2 Each 363.35 727.00(b) 17.40.1.2 100 mm centrifugally cast (spun) iron S&S as per IS:3989. 2 Each 432.20 864.00

1.5 17.44 Providing and fixing single equal plain junction of requireddegree :

(a) 17.44.1.2 100x100x100 mm Sand cast iron S&S as per IS - 3989 - Each 667.70

1.6 17.43 Providing and fixing single equal plain junction of requireddegree with access door, insertion rubber washer 3 mm thick,bolts and nuts complete.

(a) 17.43.1.2 100x100x100 mm Sand cast iron S&S as per IS - 3989 2 Each 722.55 1445.00

1.7 17.56 Providing and fixing terminal guard(a) 17.56.1.2 100mm centrifugally cast (spun) iron S&S as per IS: 3989. 4 Each 389.40 1558.00

1.8 17.58 Providing lead caulked joints to sand cast iron/centrifugally cast (spun) iron pipes and fittings of diameter :

(a) 17.58.1 100 mm 10 Each 481.45 4815.0017.58.2 75 mm 15 Each 407.90 6119.00

1.9 17.60 Providing and fixing cast iron trap of self cleansing design withsand cast iron screwed down or hinged grating with or withoutvent, arm complete, including cost of cutting and making goodthe walls and floors

(a) 17.60.1.1 100mm inlet and 100mm outlet centrifugally cast (spun) ironS&S as per IS: 3989.

4 Each 1512.55 6050.00

1.10 17.65 Painting sand cast iron/centrifugally cast (spun) iron soil, wastevent pipes and fittings with paint of any colour such aschocolate, grey or buff, etc., over a coat of primer (of approvedquality) for new work.

(a) 17.65.1 100mm diametre pipe 20 Metre 64.20 1284.00(b) 17.65.2 75mm diametre pipe 15 Metre 48.85 733.00

TOTAL OF SOIL WASTE & VENT PIPES AND FITTINGSCARRIED OVER TO SUMMARY

73861.00

Page 172

Page 174: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

Sl.No DSR 2019 Description Quantity Unit RATE AMOUNT

2.0 WATER SUPPLY

2.1 18.1 Providing and fixing G.I. pipes complete with G.I. fittings andclamps, i/c cutting and making good the walls etc.Internal work - Exposed on wall

(a) 18.10.3 25 mm dia nominal bore 20 Meter 438.00 8760.00(b) 18.10.4 32 mm dia nominal bore 15 Meter 529.70 7946.00

2.2 18.11 Providing and fixing G.I. Pipes complete with G.I. fittings andclamps, i/c making good the walls etc. concealed pipe, includingpainting with anti corrosive bitumastic paint, cutting chases andmaking good the wall :Internal work - Concealed

(a) 18.11.1 15 mm dia nominal bore 10 Meter 447.60 4476.00(b) 18.11.2 20 mm dia nominal bore 20 Meter 494.10 9882.00(c) MR 25 mm dia nominal bore 10 Meter 497.00 4970.00(c) MR 32 mm dia nominal bore 5 Meter 505.00 2525.00

2.3 18.12 Providing and fixing G.I. pipes complete with G.I. fittingsincluding trenching and refilling etc.External Work

(a) 18.12.4 32 mm dia nominal bore 40 Meter 424.70 16988.00

2.4 18.38 Painting G.I. pipes and fittings with synthetic enamel paint withtwo coats over a ready mixed priming coat, both of approvedquality for new work :

(c) 18.38.3 25mm nominal bore 20 Meter 23.70 474.00(d) 18.38.4 32mm nominal bore 15 Metre 28.40 426.00

2.5 18.4 Painting G.I. pipes and fittings with two coats of anti-corrosivebitumastic paint of approved quality :

(a) 18.40.4 32mm nominal bore 40 Metre 17.05 682.00

2.6 18.41 Providing and filling sand of grading zone V or coarser grade,allround the G.I. pipes in external work :

(b) 18.41.4 32 mm dia nominal bore 40 Metre 152.25 6090.00

2.7 18.18 Providing and fixing ball (brass) valve of approved quality. Highor low pressure, with plastic floats complete:

(b) MR 32 mm nominal bore. 1 Each 2860.00 2860.002.8 18.48 Providing and placing on terrace (at all floor levels) polyethylene

water storage tank, IS : 12701 marked, with cover and suitablelocking arrangement and making necessary holes for inlet, outletand overflow pipes but without fittings and the base support fortank.

1000 litre 8.80 8800.00

2.9 19.4 Providing and fixing square-mouth S.W. gully trap class SP-1 complete with C.I. grating brick masonry chamber with water tight C.I. cover with frame of 300 x300 mm size (inside) the weight of cover to be not less than 4.50 kg and frame to be not less than 2.70 kg as per standard design:

a) 19.4.2.1 150 x 100 mm size P type (With common burnt clay F.P.S. (non modular) bricks of class designation 7.5)

2 Each 2317.40 4635.00

2.10 Providing and fixing lever operated gun metal ball valve of "ZOLOTO" Make with SS ball of approved quality.

(a) MR 25mm nominal bore 2 Each 703.00 1406.00(a) MR 32mm nominal bore 2 Each 2039.00 4078.00

TOTAL OF WATER SUPPLY SYSTEM CARRIED OVER TOSUMMARY

84998.00

3.0 SANITARY FIXTURES

Page 173

Page 175: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

Sl.No DSR 2019 Description Quantity Unit RATE AMOUNT3.1 MR Providing and fixing white vitreous china Floor mounted water

closet (European type W.C. pan) HSI Cat no.20087 or approved equivalent with soft closing seat cover and lid, Dual flush white P.V.C. flushing cistern HSI Model Sleak Essence or approved equivalent of capacity 3 litre and 6 litre, including flush pipe, conforming to IS : 7231, with all fittings and fixtures complete, including cutting and making good the walls and floors wherever required :

2 Each 8952.37 17905.00

3.2 Providing and fixing white glazed vitreous china flat back wash basins with CI brackets, 15mm C.P. pillar tap, C.P. brass waste 32mm and sealing of joints between wash basins and wall tiles around the wash basins with Silicon rubber cement of approved make of matching colour all complete including painting of fitting and brackets, cutting and making good the walls and floors where required.

a) MR Wall hung / flat type wash basin H.S.I Cat No.10086 (580 x 435mm) or approved equivalent with C.P pillar cock (JAQUAR Cat. No. CQT-23021 or approved equivalent), PVC waste pipe, CP brass waste coupling 32 mm Jaquar cat no.ALD 709 or approved equivalent.

2 Each 5341.11 10682.00

3.3 MR Extra for providing 32 mm CP brass bottle trap Jaquar cat no.769 or approved equivalent with fittings concealed in chase in item No - 3.2(a)

2 Each 1496.66 2993.00

3.4 MR Providing and fixing C.P. brass bib tap short body Jaquar Cat NO.CQT-23047 or approved equivalent including cutting and making good the walls wherever required.

a) MR 15 mm nominal bore 2 Each 898.75 1798.00

3.5 MR Providing and fixing C.P. brass twin robe hooks, JAQUAR Cat. No. ACN-1161N or approved equivalent.

2 Each 703.55 1407.00

3.6 17.31 Providing and fixing 600x450 mm bevelled edge mirror ofsuperior glass (of approved quality) complete with 6 mm thickhard board ground fixed to wooden cleats with C.P. brassscrews and washers complete.

2 Each 1283.05 2566.00

3.7 MR Providing and fixing chromium plated brass 15mm dia hand shower (Health faucet) with 1.00 mtr. long flexible tube and hook Jaguar make Cat. No.573 all complete as directed by the Engineer-in-charge.

2 Each 3624.95 7250.00

3.8 MR Providing and fixing C.P. brass towel ring JAQUAR Cat No.ACN-1121N (CONTINENTAL SERIES) or approved equivalentGROHE Cat. No. -40460000 & KOHLER Cat. No. -K-5631IN-CP complete with C.P. brass brackets fixed to rawl plug ofapproved design with C P brass screws

2 Each 889.00 1778.00

3.9 MR Providing and fixing S.S. hinged grating of approved brand including setting in floor with cement mortar 1:3.

4 Each 203.18 813.00

3.10 MR Providing and fixing, Soap Dispenser with Metallic Bottle with push lever assembly complete with soap refill - (JAQUAR CatNo. ACN-1137N) Make or approved equivalent GROHE Cat.No.- 40389KS0 & KOHLER Cat. No. -K-10712D-CP.

2 Each 2648.00 5296.00

3.11 MR Providing and fixing 15mm C.P. brass angle valve with C.P.brass connection pipe Jaquar Cat No. CQT-23053 & Cat No.ALD-803, union nuts complete with C.P. brass flange includingcutting and making good the walls wherever required.

6 Each 1285.39 7712.00

Page 174

Page 176: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

Sl.No DSR 2019 Description Quantity Unit RATE AMOUNT3.12 N.S.I. Providing and fixing stainless steel toilet paper holder JAQUAR

Cat No. A C N -1151N or approved equivalent) embeded in thewalls complete including cutting and making good the wallswherever required.

2 Each 845.96 1692.00

TOTAL OF SANITARY FIXTURES AND FITTINGS CARRIEDOVER TO SUMMARY

61892.00

4.0 RAIN WATER PIPES AND FITTINGS

4.1 12.41 Providing and fixing on wall face unplasticised rigid pvc rainwater pipes conforming to IS 13592 type a including jointingwith seal ring conforming to IS 5382 leaving 10mm gap forthermal expansion (i) single socketed pipes

a) 12.41.2 110mm diameter 10 Metre 305.05 3051.00

4.2 12.42 Providing and fixing on wall face unplasticised PVC mouldedfittings/ accessories for unplasticised rigid PVC rain waterpipes conforming to IS 13592 type A including jointing with sealring conforming to IS 5382 leving 10mm gap for thermalexpansion

4.2.1 12.42.5 Bend 87.5°a) 12.42.1.2 110 mm bend 4 Each 117.80 471.00

4.2.2 12.42.6 Shoe (plain)a) 12.42.6.2 110mm shoe 2 Each 113.80 228.00

4.3 12.43 Providing and fixing unplasticised PVC pipe clips of approveddesign to unplasticised PVC rain water pipes by means of50x50x50mm hard wood plugs screws with MS screws ofrequired length including cutting brick work and fixing in cementmortar 1:4( 1cement 4 coarse sand ) and making good the walletc. complete

a) 12.43.2 110mm 4 Each 288.80 1155.00

4.4 12.44 Providing and fixing to the inlet mouth of rain water pipe cast irongrating 15cm dia meter and weighing not less than 440 grams

2 Each 47.25 95.00

TOTAL OF RAIN WATER PIPES AND FITTINGS CARRIEDOVER TO SUMMARY

5000.00

5.0 SEWERAGE SYSTEM

5.1 19.3 Providing and laying cement concrete 1:5:10 (1 cement : 5coarse sand : 10 graded stone aggregate 40 mm nominal size)up to haunches of RCC. pipes including bed concrete as perstandard design :

b) 19.3.2 150mm dia RCC pipe 80 Metre 629.30 50344.00

5.2 19.4 Providing and fixing square-mouth S.W. gully trap class SP-1complete with C.I. grating brick masonry chamber with watertight C.I. cover with frame of 300 x300 mm size (inside) theweight of cover to be not less than 4.50 kg and frame to be notless than 2.70 kg as per standard design :

19.4.2 150 x 100mm size P-type a) 19.4.2.1 With common burnt clay F.P.S. (non modular) bricks of class

designation 7.52 Each 2317.40 4635.00

Page 175

Page 177: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets
Page 178: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

SUB-HEAD I: INTERNAL WIRINGNote :1) All point wiring Items are including provision of conduit,conduit accessories, wiring, switch, plate, box and all fittingcomplete as required including ferrules, thimbles and adhesive. 2) For Electrical Work specifications & mode of measurement ofCPWD General Specifications for Electrical works part-I Internal -2013 will be applicable except wherever otherwise specified.3) All material, fitting, accessories are to be as per attached list ofapproved makes of material.4) Primary light points means points from MCB/Switch to 1st lightpoint as the case may be.5) Group controlled (loop) light point means looping points tappedfrom 1st primary light points & points looped from point to point.6) Circuit wiring are included with ferrules, thimbles, adhesive andother accesseries as per the required specifications, whether it is apart of Analysis of rate or not.

1 Wiring for light point/ fan point/ exhaust fan point/ call bell point with1.5 sq.mm FRLS PVC insulated copper conductor single core cablein surface / recessed medium class PVC conduit, with modularswitch, modular plate, suitable GI box and earthing the point with1.5 sq.mm FRLS PVC insulated copper conductor single core cableetc. as required.

1.1 Group C Point 30 990 29700.00

2 Wiring for group controlled (looped) light point/fan point/exhaust fanpoint/ call bell point ( without independent switch etc.) with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable insurface/ recessed PVC conduit, and earthing the point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable etc.as required.

Schedule of Quantities (SH : Electrical Work)

Sr.No. Description Unit Qty. Rate Amount

Page 177

Page 179: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

Sr.No. Description Unit Qty. Rate Amount

2.1 Group C Point 6 555 3330.00

3 Wiring for twin control light point with 1.5 sq.mm FRLS PVCinsulated copper conductor single core cable in surface / recessedmedium class PVC conduit, 2 way modular switch, modular plate,suitable GI box and earthing the point with 1.5 sq.mm FRLS PVCinsulated copper conductor single core cable etc. as required.

Point 2 1057 2114.00

4 Wiring for light/ power plug with 2X4 sq. mm FRLS PVC insulatedcopper conductor single core cable in surface/ recessed mediumclass PVC conduit alongwith 1 No. 4 sq. mm FRLS PVC insulatedcopper conductor single core cable for loop earthing as required.

Metre 400 200 80000.00

5 Supplying and fixing modular blanking plate on the existing modularplate & switch box excluding modular plate as required.

Each 5 32 160.00

6 Wiring for circuit/ submain wiring alongwith earth wire with thefollowing sizes of FRLS PVC insulated copper conductor, singlecore cable in surface/ recessed medium class PVC conduit asrequired.

6.1 2 X 1.5 sq. mm + 1 X 1.5 sq. mm earth wire Metre 50 146 7300.00

6.2 2 X 4 sq. mm + 1 X 4 sq. mm earth wire Metre 100 200 20000.00

6.3 2 X 6 sq. mm + 1 X 6 sq. mm earth wire Metre 200 249 49800.00

7 Supplying and fixing suitable size GI box with modular plate andcover in front on surface or in recess, ncluding providing and fixing3 pin 5/6 A universal modular socket outlet and 5/6 A modularswitch, connections etc. as required.

Each 4 401 1604.00

8 Supplying and fixing suitable size GI box with modular plate andcover in front on surface or in recess, including providing and fixing6 pin 5/6 & 15/16 A modular socket outlet and 15/16 A modularswitch, connections etc. as required.

Each 2 495 990.00

Page 178

Page 180: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

Sr.No. Description Unit Qty. Rate Amount

9 Supplying and fixing suitable size weather proofing IP 65 box infront on surface or in recess, including providng and fixing 1 Nos. 6pin 15/16 A modular socket outlet with 15/1 6 A modular switch ,connections etc. as required.

Each 6 1691.10 10146.60

10 Supplying and fixing suitable size GI box with modular plate andcover in front on surface or in recess including providing and fixingof 25A modular socket outlet and 25A modular SP MCB "C" curveincluding connections painting etc. as required.

Each 2 639 1278.00

11 Supplying and fixing call bell/ buzzer suitable for single phase, 230V, complete as required.

Each 2 92 184.00

12 Supplying and fixing of following sizes of medium class PVCconduit along with accessories in surface/recess including cuttingthe wall and making good the same in case of recessed conduit asrequired.

12.1 25 MM Metre 250 90 22500.00

12.2 32 MM Metre 50 92 4600.00

SUB-HEAD II :- FAN

13 Supplying , installation, testing & commissioning of ISI markedceiling fans with capacitor , double ball bearing suitable for 230 volts 50 HZ single phase a.c. supply with 300mm down rod ,canopies, 3nos aluminium alloy blades confirming to IS 374-1979 with uptodate amendment , shackle insulator earthing point includingconnection etc. . as required but without speed regulator. (Make-Usha /Orient/Crompton)

13.1 1200 mm sweep ( 5 star rating) Each 2 1652.40 3304.80

Page 179

Page 181: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

Sr.No. Description Unit Qty. Rate Amount

1.32 600 mm sweep Each 2 1669.50 3339.00

14 Supplying and fixing two module stepped type electronic fanregulator on the existing modular plate switch box includingconnections but excluding modular plate etc. as required.

Each 4 342 1368.00

15 Providing and fixing ceiling fan box Round type 150 mm dia x 75mm deep fabricated from 16 SWG MS sheet is to be painted with acoat of red oxide primer with cover for the top and 3 mm thickphenolic laminated sheet cover for the bottom having suitable holefor fan hook and conduit entry including 12mm dia MS Rod hookwith both side out of the box 150mm length, complete as requiredas per approved design.

Each 4 170.64 682.56

SUB-HEAD III:- DISTRIBUTION BOARDS

16 Supplying and fixing following way, 7 segment, horizontal type threepole and neutral, sheet steel, MCB distribution board, 415 V, onsurface/ recess, complete with tinned copper bus bar, neutral busbar, earth bar, din bar, interconnections, powder painted includingearthing etc. as required. (But without MCB/RCCB/Isolator)

16.1 4 way (4+12), Double door Each 1 3068 3068.00

17 Supplying and fixing following rating, 415 V, 10 kA, “C” curve,miniature circuit breaker suitable for inductive load of followingpoles in the existing MCB DB complete with connections, testingand commissioning etc. as required.

17.1 63 A, FP Each 1 1987.20 1987.20

Page 180

Page 182: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

Sr.No. Description Unit Qty. Rate Amount

18 Supplying and fixing following rating, double pole, (single phase andneutral), 240 V, residual current circuit breaker (RCCB), having asensitivity current 30 mA in the existing MCB DB complete withconnections, testing and commissioning etc. as required.

18.1 63 A Each 3 2640 7920.00

19 Supplying and fixing 5 A to 32 A rating, 240/415 V, 10 kA, "C"curve, miniature circuit breaker suitable for inductive load offollowing poles in the existing MCB DB complete withconnections, testing and commissioning etc. as required.

19.1 Single pole Each 12 199 2388.00

SUB-HEAD IV :- WIRING FOR TELEPHONE & DATA POINTS

20 Labour charges for Laying UTP cat 6 cable in existing steelconduit pipe /GI Pipe / raceway /RCC Pipe/PVC Pipe as required.(Cable shall be supplied by dept free of cost.)

20.1 One Cable Metre 20 10.08 201.60

20.2 Two Cable in same conduit. Metre 50 10.80 540.00

20.3 Four cable in same conduit Metre 80 12.96 1036.80

21 Labour charges for Fixing of modular box for RJ 45 socket onsurface /recessed, cutting the wall making good the same asrequired (Box shall be supplied by dept. free of cost)

Each 6 59.40 356.40

22 Providing and fixing 6 SWG dia G.I. wire on surface or in recess forloop earthing as required.

Metre 100 57 5700.00

Page 181

Page 183: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets
Page 184: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets

41 12.02.2020

Page 185: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets
Page 186: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets
Page 187: Technical bid open stage - IISERB · Bhopal, Bhopal Bypass Road, Bhauri, Bhopal-462 066.” (iv) Copy of certificates of work experience along with work order, Audited Balance Sheets