nit18pdfcipet

305
Government of India Central Public Works Department NIT NO :- 18/EE/CE/GCD/2014-15 NAME OF WORK:

Upload: executive-engineer

Post on 11-Jan-2016

7 views

Category:

Documents


0 download

DESCRIPTION

vatvanit

TRANSCRIPT

Page 1: NIT18PDFCIPET

Government of India

Central Public Works Department

NIT NO :- 18/EE/CE/GCD/2014-15

NAME OF WORK: �������������� ����������������������������

������ ���� ������ ����� ������� �������� ���� !�""��# !������

������������#������������#$������#!�%�����#��������������������������#

&�'"�#%������#(��(�)��� ���!"��*��������'#(��+���',&+�����'

���-���#�����&./#0��1�#+)'������#��2����3

�����

Page 2: NIT18PDFCIPET

��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

Government of India

Central Public Works Department

Name of Work : �������������� ���������������������������������� ���� ������ ����� ������� �������� ���� !�""��# !������

������������#������������#$������#!�%�����#��������������������������#

&�'"�#%������#(��(�)������!"��*��������'#(��+���',&+�����'

���-���#�����&./#0��1�#+)'������#��2����3

�������������

������� ���� ���� ���������

������ ������������������������������������

� ������

Volume I (Information and instructions to contractors, CPWD-6 & Eligibility criteria) 01 to 33

Volume II ( CPWD -8, SCHEDUE A to F for Civil Works & GCC 2014)

34 to 45

Form of Earnest Money Deposit/Bank Guarantee Bond

46 to 47

Form of Performance Security

48

Guidelines regarding Integritty Pact

49

Form of Integrity Pact

50 to 57

��������������������������� 58

2 Special conditions (Civil) 59 to62

Additional Conditions for Civil Work

63 to95

Page 3: NIT18PDFCIPET

��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

Additional Conditions of contract specific to Green Building Practices

96 to 105

Particular Specifications (Civil)

106 to 130

List of Bureau of Indian Standard codes

131 to 134

Guarantee Bond for Water Supply, Sanitary Installations and drainage

135 to 136

� �

��

���

��� ���

Guarantee Bond for removal of defects in respect of stone/tile work

137

Guarantee Bond for Aluminium Work

138

List of Field Tests, Field Testing equipments & instruments, List of T&P.

139 to 140

Proforma for Test carried out, proforma for Cement/Paint registers.

141to 142

List of Architectural Drawings

143

List of approved makes of Materials, Fixtures & Fittings etc.

144 to 150

���������������������������� �!��

151

General Information for E & M works

152

General Condition for all E & M

153 to 155

���

��"

Addition conditions ( General ) for all E & M Packages

156-160

Special conditions for E & M works for composite Tender

161-168

Schedule A to F for Electrical Component 169-176

Additional Technical specifications for Internal Electrical Works 177-187

List of Approved makes of Materials 188

Intelligent Addressable Fire alarm and PA system commercial and Additional Conditions

189

Page 4: NIT18PDFCIPET

��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

Intelligent Addressable Fire alarm Mechanical specifications 190-213

List of approved equipment and materials 214

Commercial and Additional conditions 215-219

Technical specifications for Fire Fighting Work 220-238

List of Approved makes of Equipments- Wet riser System 239

Commercial and Additional conditions 240-244

Detailed Technical Specifications and Equipments 245-249

Lift Maintenance Schedule 250-251

������ ��������������������

�������#�$�%&��� '�(&�)��������

252

* Schedule of Quantities (Civil)

253 to 276

Schedule of Quantities (Elect.)

277 to293

��

�����������'��%��$����$���% �&+�)��� )���)��, &��-������ � �������.�������

�.�����������/���������/��� )���)�)0�-�0���� ��1��.1��� ��2"3������������������������

#%45��6��&������)0�)����

��.����.���)%$�)�0����

������������������������������������������������������������������������������������������

Page 5: NIT18PDFCIPET

��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

�� ���)+�)�� '��)%��

��)������&7����� �!���-���+�)�

Name of work� ����������� �� � � ������ ���� ������ ����� ��� ��� ������ ���� ����������� ������� �������� ���� !�""��# !������ ������������# ������� �����#

$������# !�%�����# ������� ������� ������������# &�'"�# %�� ����# (��

(�)��� ��� !"��*��� �����'# (�� +���', &+ �����' ��� -���# ��� ��&./#

0��1�#+)'������#��2����3

VOLUME I

OF PART A

Page 6: NIT18PDFCIPET

��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

���������������������������������������� ���������������

������������������������������������ ��

��

The Executive Engineer, Gandhinagar Central Division, CPWD, Gandhinagar (Ph. No. 079-23223486) invites on behalf of President of India ���������������� ���������������

�������� ������������������������������ �������������������������� ��������� �!"#��#��#�$#%&!' !(��

Name of work: Construction of 575 bedded Boys Hostel (G+8) and 150 bedded Girls Hostel (G+2) including Internal Water Supply, Sanitary Installations, internal roads, Drainage, Sewerage, internal electric Installations, Pumps, wet riser, Fire Fighting and Sprinkler system, Fire Alarm & PA system and Lifts, for CIPET, Vatva, Ahmedabad, Gujarat.

Estimated Composite cost: Rs. 30,14,80,447/- �Civil: Rs. 25,92,48,751/- and Electrical: Rs. 4,22,31,696/-). �������)�����Rs. 40,14,804/- �*����� �����������������������������

������+������� � �������� �� ������������ �! !��"����,�,&��+�-��� �������������������� ����#$�%�!& �� !��"�����' �! !��"����,�,&���(������� � ��������������� ����' �! !��"�)��"*+���,�

�The tender forms and other details can be seen and downloaded from the website www.tenderwizard.com/CPWD or www.cpwd.gov.in or www.eprocure.gov.in.�

Page 7: NIT18PDFCIPET

��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING FORMING PART OF BID DOCUMENT AND TO BE POSTED ON WEBSITE (2 BID SYSTEM)

The Executive Engineer Gandhinagar Central Division, CPWD, Gandhinagar on behalf of the

President of India invites online item rate bids from eligible firms/contractors of repute in two bid

system for the following work:

Sl.

NO

NIT

NO

Name of work & location

Esti

mate

d c

ost

pu

t

to b

id

Earn

est

Mo

ney

Peri

od

of

co

mp

leti

on

La

st

Da

te &

Tim

e o

f s

ub

mis

sio

n o

f

bid

, E

MD

, e

- T

en

de

rin

g p

roce

ss

ing

fee

an

d o

the

r d

oc

um

en

ts a

s

sp

ec

ifie

d i

n t

he

Pre

ss

No

tice

Tim

e &

Date

of

op

en

ing

of

Tech

nic

al b

id

1 2 3 4 5 6 7 8

1

1

8/C

E/E

E/G

CD

/20

14

-15

�������������� ����������������������

+���������������������������������

�������� ����!�""��#!������������������#

������������#$������#!�%�����#�������

�������������������#&�'"�#%������#(��

(�)������!"��*��������'#(��+���',&+

�����'���-���#�����&./#0��1�#+)'������#

��2����3

To

tal R

s.3

0,1

4,8

0,4

47/-

R

s.2

5,9

2,4

8,7

51/-

(

Civ

il W

ork

s)

Rs.

4,2

2,3

1,6

96/-

(E

lectr

ical(

E&

M)

work

s)

Rs.4

0,1

4,8

04/-

18 M

on

ths

Up

to

3.3

0 P

M o

n 1

5/1

2/2

014

Up

to

4.3

0 P

M 1

5/1

2/2

014.

*

1. Contractors 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 previous day of last date of submission of bids.

(i) Three similar works each costing not less than Rs. 1210 Lakhs, or two similar works

each costing not less than Rs.1810 Lakhs or one similar work costing not less than Rs.2410

lakhs, and

Page 8: NIT18PDFCIPET

��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

(ii) One completed work of any nature (either part of (i) above or a separate one) costing not

less than Rs.1210 lakhs with some Central Govt. Department/ State Government Department /

Central Autonomous Body/ State Autonomous Body/ Central Public Sector Undertaking/ State

Public Sector Undertaking/ City Development Authority/ Municipal Corporation of City formed

under any Act by Central/ State Government and published in Central/ State Gazette.

Similar work shall mean “work of RCC framed structure multi-storied building having

minimum five Storeys including masonry, finishing work, plumbing work etc. under

one single agreement.”

Note: Mumty & Machine Room will not be counted as storey for above purpose.

The Works should have been executed in the same name in which present bid is made or

Work experience gained from the works executed by the bidder in partnership firm in the same

proportion ( financial value ) of share of the applicant in that partnership firm where the

applicant was partner earlier, attested copy of which shall be submitted along with technical bid.

The value of executed works shall be brought to current costing level by enhancing the actual

value of work at simple rate of 7% per annum; calculated from the date of completion to last

date of receipt of submission of bids.

In case of Govt/ Semi Govt. works, the completion certificate issued by the Executive Engineer

or above level officer shall be required.

In case of private work the value of completion certificate meeting minimum eligibility criteria

should be supported by TDS or other verifiable document.

(b) The bidder should have had average annual financial turnover (gross) of Rs 30,14,80,447/-

on construction work during the last three consecutive financial year ending 31st March 2014.

Balance sheets (may range from six to eighteen months) duly audited by Charted Accountant

are to be submitted. Year in which no turnover is shown would also be considered for working

out the average. (Scanned copy of certificate from CA to be uploaded.)

(c) The bidder should not have incurred any loss in more than two years during the last five

consecutive financial year ending 31st March 2014. Balance sheets, duly certified and audited

by the Chartered Accountant, (Scanned copy of certificate from CA to be uploaded) are to be

submitted.

(d) Solvency Certificate issued by a Scheduled Bank for Rs.12,05,92,179/- or more. The

solvency certificate should not be older than six months, (Scanned copy of original solvency to

be uploaded).

(e) For Electrical works the main contractor should either himself meet the eligibility criteria as

defined below or he will have to associate agency(s) for Electrical works and has to submit

Page 9: NIT18PDFCIPET

��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

details of such agency(s) conforming to eligibility conditions as defined below to Engineer-in-

charge within prescribed time. Name of the agency(s) to be associated shall be approved by

Engineer-in-Charge of minor component.

S.No. Component of

Electrical works

Estimated cost

Rs.(in lakhs)

Eligibility

1. Internal EI works

269.94 Approved and eligible contractors of Electrical (internal & external electrical installation) category in CPWD in appropriate class.

2. Lifts 63.00 The Associate Agency shall be as approved by DG CPWD in category “A”, which are OTIS, Kone, Schindler, Mitsubishi & Johnson.

3. Fire Alarm System

37.11 Approved and eligible contractor / Annually prequalified firms in category of fire alarm system in appropriate class in CPWD.

4. Fire Fighting (Wet riser)

52.25 Annually prequalified / approved eligible contractor firms in category of fire fighting system in appropriate class in CPWD.

3. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should

only submit his bid if he consider himself eligible and he is in possession of all the documents

required.

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

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

types of items to be executed and the set of terms and conditions of the contract to be complied

with and other necessary documents can be seen and downloaded from website

WWW.TENDERWIZARD.COM/ CPWD or www.cpwd.gov.in free of cost.

6. But the bid can only be submitted after depositing Processing Fee in favour of ITI Limited

and uploading the mandatory scanned documents such as Demand Draft or Pay order or

Page 10: NIT18PDFCIPET

��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

Banker`s Cheque or Deposit at call Receipt or Fixed Deposit Receipts and Bank Guarantee of

any Scheduled Bank towards EMD in favour of Executive Engineer, Gandhinagar Central

Division, CPWD, Gandhinagar and other documents as specified.

7. Those contractors not registered on the website mentioned above, are required to get

registered beforehand. If needed they can be imparted training on online bidding process as

per details available on the website.

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

9. On opening date, the contractor can login and see the bid opening process. After opening of

bids he will receive the competitor bid sheets.

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

11. Certificate of Financial Turn Over: At the time of submission of bid contractor may upload

Affidavit/ Certificate from CA mentioning Financial Turnover of last 3 years or for the period as

specified in the bid document and further details if required may be asked from the contractor

after opening of technical bids. There is no need to upload entire voluminous balance sheet.

12. Contractor must ensure to quote rate of each item. The column meant for quoting rate in

figures appears in pink colour and the moment rate is entered, it turns sky blue. In addition to

this, while selecting any of the cells a warning appears that if any cell is left blank the same

shall be treated as "0". Therefore, if any cell is left blank and no rate is quoted by the bidder,

rate of such item shall be treated as "0" (ZERO).

13. The Technical bid shall be opened first on due date and time as mentioned above. The time

and date of opening of financial bid of contractors qualifying the technical bid shall be

communicated to them at a later date.

14. Pre Bid conference shall be held in the chamber of CE (WZ-IV) at Gandhinagar on

08/12/2014 at 03:30 to clear the doubt of intending bidders, if any.

15. When bids are invited in three stage system and if it is desired to submit revised financial

bid then it shall be mandatory to submit revised financial bid. If not submitted then the bid

submitted earlier shall become invalid.

16. The department reserves the right to reject any prospective application without assigning

any reason and to restrict the list of qualified contractors to any number deemed suitable by it, if

too many bids are received satisfying the laid down criterion.

17. 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 applicant of his liabilities to submit the applications

Page 11: NIT18PDFCIPET

��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

complete in all respect including updates thereof, if any. An incomplete application may be

liable for rejection.

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

I. Treasury Challan/Demand Draft/Pay order or Banker`s Cheque /Deposit at Call Receipt/Bank Guarantee of any Scheduled Bank against EMD. II. Certificates of Work Experience. III. Certificate of Financial Turnover from CA and certificate of loss/Profit from CA. IV. Bank Solvency Certificate. V. letter of transmittal along with form A to H. VI. Affidavit as per provisions of clause 1.3 of CPWD-6 VII. Certificate of Registration for Sales Tax / VAT and acknowledgement of up to date filed return.

VIII. An undertaking that "The Physical EMD shall be deposited by me/us with the EE

calling the bid in case I/we become the lowest bidder within a week of the opening of

financial bid otherwise department may reject the bid and also take action to withdraw

my/our enlistment/ debar me/us from tendering in CPWD."

IX. PAN card issued by the Income-Tax department.

(* To be filled by EE)

Page 12: NIT18PDFCIPET

��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

CPWD-6 FOR E-TENDERING

1. Item rate bids are invited on behalf of President of India from eligible firms/ contractors

in two bid system for the work of Construction of 575 bedded Boys Hostel (G+8) and

150 bedded Girls Hostel (G+2) including Internal Water Supply, Sanitary Installations,

internal roads, Drainage, Sewerage, internal electric Installations, Pumps, wet riser, Fire

Fighting and Sprinkler system, Fire Alarm & PA system and Lifts, for CIPET, Vatva,

Ahmedabad, Gujarat.

Joint ventures, Consortium & Special purpose vehicles are not accepted.

1.1 The work is estimated to cost Rs 30,14,80,447/- {Civil = Rs. 25,92,48,751/-,

Electrical = Rs. 4,22,31,696/- , Total = Rs.30,14,80,447/-}. This estimate, however, is

given merely as a rough guide.

The authority competent to approve NIT for the combined cost and belonging to the

major discipline will consolidate NITs for calling the bids. He will also nominate Division

which will deal with all matters relating to the invitation of bids.

For composite bid, besides indicating the combined estimated cost put to bid, Should

clearly indicate the estimated cost of each component separately. The eligibility of

bidders will correspond to the combined estimated cost of different components put to

bid.

1.2 Intending bidders are eligible to submit the bid provided they fulfill eligibility criteria

as below

(a) Should have satisfactorily completed similar works of magnitude specified below

during the last Seven years ending previous day of last date of submission of bids :

(i) Three similar works each costing not less than Rs. 1210 Lakhs, or two similar works

each costing not less than Rs.1810 Lakhs or one similar work costing not less than

Rs.2410 lakhs, and

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

not less than Rs.1210 lakhs with some Central Govt. Department/ State Government

Department / Central Autonomous Body/ State Autonomous Body/ Central Public Sector

Undertaking/ State Public Sector Undertaking/ City Development Authority/ Municipal

Corporation of City formed under any Act by Central/ State Government and published

in Central/ State Gazette.

Page 13: NIT18PDFCIPET

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

‘Similar work’ shall mean works of “RCC framed structure multi storied

building having minimum five Storey including masonry, finishing work,

plumbing work etc. under one single agreement.”

Note: Mumty & Machine room will not be counted as storey for above purpose.

The Works should have been executed in the same name in which present bid is made

or Work experience gained from the works executed by the earlier firm (partnership firm)

shall be considered in the same proportion ( financial value ) of share of the applicant in

that partnership firm where applicant was a partner earlier, attested copy of which shall

be submitted along with the technical bid.

The value of executed works shall be brought to current costing level by enhancing the

actual value of work at simple rate of 7% per annum, calculated from the date of

completion to the last date of submission of bids.

In case of Govt/ Semi Govt. works, the completion certificate issued by the Executive

Engineer or above level officer shall be required.

In case of private work the value of completion certificate meeting minimum eligibility

criteria should be supported by TDS or other verifiable document.

(b) The bidder should have had average annual financial turnover (gross) of Rs 30,14,80,447/-

on construction work during the last three consecutive financial year ending 31st March 2014.

Balance sheets (may range from six to eighteen months) duly audited by Charted Accountant

are to be submitted. Year in which no turnover is shown would also be considered for working

out the average. (Scanned copy of certificate from CA to be uploaded.)

(c) The bidder should not have incurred any loss in more than two years during the last five

consecutive financial year ending 31st March 2014, Balance sheets, duly certified and audited

by the Chartered Accountant. (Scanned copy of certificate from CA to be uploaded are to be

submitted.)

(d) Solvency Certificate issued by a Scheduled Bank for Rs.12,05,92,179/- or more. (the

solvency certificate should not be older than six months, Scanned copy of original solvency to

be uploaded).

(e) For Electrical works the main contractor should either himself meet the eligibility criteria as

defined below or he will have to associate agency for Electrical works after award of work and

has to submit details of such agency(s) conforming eligibility condition as defined below to

Engineer-in-charge within prescribed time. Name of the agency(s) to be associated shall be

approved by Engineer-in-Charge of minor component.

Page 14: NIT18PDFCIPET

!�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

Add the eligibility table for information to the contractors.

S.No. Component of

Electrical works

Estimated cost

Rs.(in lakhs)

Eligibility

1. Internal EI works

269.94 Approved and eligible contractors of Electrical (internal & external electrical installation) category in CPWD in appropriate class.

2. Lifts 63.00 The Associate Agency shall be as approved by DG CPWD in category “A”, which are OTIS, Kone, Schindler, Mitsubishi & Johnson.

3. Fire Alarm System

37.11 Approved and eligible contractor / Annually prequalified firms in category of fire alarm system in appropriate class in CPWD.

4. Fire Fighting (Wet riser)

52.25 Annually prequalified / approved eligible contractor firms in category of fire fighting system in appropriate class in CPWD.

1.3 To become eligible for issue of bid, the bidders shall have to furnish an affidavit as

under:-

“I/We undertake and confirm that eligible similar works(s) has/have not been got

executed through another contractor on back to back basis. Further that, if such a violation

comes to the notice of Department, then I/we shall be debarred for bidding in CPWD in

future forever. Also, if such a violation comes to the notice of Department before date of start

of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money

Deposit/Performance Guarantee.” (Scanned copy to be uploaded at the time of submission

of bid)

2. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should

only submit his bid if he consider himself eligible and he is in possession of all the

documents required.

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

Page 15: NIT18PDFCIPET

"�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

4. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 8 (or

other Standard Form as mentioned) which is available as a Govt. of India Publication and

also available on website www.cpwd.gov.in. Bidders shall quote his rates as per various

terms and conditions of the said form which will form part of the agreement.

5. The time allowed for carrying out the work will be 18 Months from the date of start as

defined in schedule 'F' or from the first date of handing over of the site, whichever is later, in

accordance with the phasing, if any, indicated in the bid documents.

6. The site for the work is available.

The architectural and structural drawings shall be made available in phased manner,

as per requirement of the same as per approved programme of completion submitted

by the contractor after award of work.

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

various types of items to be executed and the set of terms and conditions of the contract to

be complied with and other necessary documents except Standard General Conditions of

Contract Form can be seen on website www.tenderwizard.com/CPWD or

www.cpwd.gov.in free of cost.

8. After submission of the bid the contractor can re-submit revised bid any number of times

but before last time and date of submission of bid as notified.

9. While submitting the revised bid, contractor can revise the rate of one or more item(s) any

number of times (he need not re-enter rate of all the items) but before last time and date of

submission of bid as notified.

10.Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker`s

Cheque or Deposit at Call Receipt or Fixed deposite Receipt (drawn in favour of

Executive Engineer, GCD, C.P.W.D., Gandhinagar) shall be scanned & uploaded to the

e-tendering website within the period of bid submission.

A part of earnest money is acceptable in the form of bank guarantee also. In such case,

minimum 50% of earnest money or Rs. 20 lac, whichever is less, shall have to be deposited

in the form of Treasury Challan or Demand Draft or Pay order or Banker`s Cheque or

Deposit at Call Receipt or Fixed deposite Receipt, and balance may be deposited in shape

of Bank Guarantee of any scheduled bank having validity for six months or more from the

last date of receipt of bids which is to be scanned and uploaded by the intending bidders.

The physical EMD of the scanned copy of EMD uploaded shall be deposited by the lowest

bidder within a week after opening of financial bid failing which the bid shall be rejected and

Page 16: NIT18PDFCIPET

�#�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

enlistment of the agency shall be withdrawn by the enlisting authority/ the agency shall be

debarred from tendering in CPWD.

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

“The Physical EMD shall be deposited by me / us with the Executive Engineer,

Gandhinagar Central Division, CPWD, Gandhinagar calling the bid in case I / we

become the lowest bidder within a week of the opening of financial bid otherwise

department may reject the bid and also take action to withdraw my /our enlistment /

debar me /us from tendering in CPWD”.

Interested contractor who wish to participate in the bid has also to make following payments

within the period of bid submission:

e-Tender Processing Fee: – Rs.5618/- shall be payable to M/s. ITI Limited through their e-

gateway by credit / debit card, Internet Banking or RTGS / NEFT facility.

Copy of certificate of work experience and other documents as specified in the para 17 (i)

to (ix) of “Information and Instructions for bidders for e-Tendering” shall be scanned and

uploaded to the e-Tendering website within the period of bid submission. However, certified

copy of all the scanned and uploaded documents as specified in the para 17 (i) to (ix) of

“Information and Instructions for bidders for e-Tendering” shall have to be submitted by the

lowest bidder only along with physical EMD of the scanned copy of EMD uploaded within a

week physically in the office of bid opening authority.

Online bid documents submitted by intending bidders shall be opened only of those

bidders, who has deposited e-tender processing Fee with M/s. ITI Limited and Earnest

Money Deposit and other documents scanned and uploaded are found in order.

The envelope I of bid submitted shall be opened at 4:30 pm Hours on 15-12-2014.

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

(i) The bidder is found ineligible.

(ii) The bidder does not upload all the documents (including service tax registration/VAT

registration/sales tax registration) as stipulated in the bid document including the

undertaking about deposition of physical EMD of the scanned copy of EMD uploaded.

(iii) If any discrepancy is noticed between the documents as uploaded at the time of

submission of bid and hard copies as submitted physically by the lowest bidder in the

office of tender opening authority.

(iv) The lowest bidder does not deposit physical EMD within a week of opening of tender.

Page 17: NIT18PDFCIPET

���

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

12.The bidder whose bid is accepted, will be required to furnish performance guarantee of 5%

(Five Percent) of the bid amount within the period specified in schedule F. This guarantee

shall be in the form of cash (in case guarantee amount is less than Rs10000) 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 100000) or Government Securities or Fixed Deposit Receipts or Guarantee Bonds

of any Scheduled Bank or the State Bank of India in accordance with the prescribed form. In

case the contractor fails to deposit the said performance guarantee within the period as

indicated in schedule ‘F’ including the extended period if any, the Earnest Money deposited

by the contractor shall be forfeited automatically without any notice to the contractor. The

(*To be filled by EE)

earnest money deposited along with bid shall be returned after receiving the aforesaid

performance guarantee.

13.Intending Bidders are advised to inspect and examine the site and its surroundings and

satisfy themselves before submitting their bids as to the nature of the ground and sub-soil

(so far as is practicable), the form, nature and topography of the site, the means of access to

the site, the accommodation they may require and in general shall themselves obtain all

necessary information as to risks, contingencies and other circumstances which may

influence or affect their bid. A bidders shall be deemed to have full knowledge of the site

whether he inspects it or not and no extra claims / payments consequent on any

misunderstanding or otherwise shall be allowed. The bidders shall be responsible for

arranging and maintaining at his own cost all materials, tools & plants, water, electricity,

access, facilities for workers and all other services required for executing the work unless

otherwise specifically provided for in the contract documents. Submission of a bid by a

bidder implies that he has read this notice and all other contract documents and has made

himself aware of the scope and specifications of the work to be done and of conditions and

rates at which stores, tools and plant, etc. will be issued to him by the Government

(mentioned if any, in this bid document) and local conditions and other factors having a

bearing on the execution of the work.

14.The competent authority on behalf of the President of India does not bind itself to accept the

lowest or any other bid and reserves to itself the authority to reject any or all the bids

received without assigning any reason. All bids in which any of the prescribed conditions is

not fulfilled or any condition including that of conditional rebate is put forth by the bidders

shall be summarily rejected.

15.Canvassing whether directly or indirectly, in connection with bids is strictly prohibited and the

bids submitted by the bidders who resort to canvassing will be liable to rejection.

Page 18: NIT18PDFCIPET

���

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

16.The competent authority on behalf of President of India reserves to himself the right of

accepting the whole or any part of the bid and the bidders shall be bound to perform the

same at the rate quoted.

17.The bidder shall not be permitted to bid for works in the CPWD Circle (Division in case of

contractors of Horticulture / Nursery category) responsible for award and execution of

contracts, in which his near relative is posted as Divisional Accountant or as an officer in

any capacity between the grades of Superintending Engineer and Junior Engineer (both

inclusive). He shall also intimate the names of persons who are working with him in any

capacity or are subsequently employed by him and who are near relatives to any gazetted

officer in the Central Public Works Department or in the Ministry of Urban Development.

Any breach of this condition by the bidder would render him liable to be removed from the

approved list of contractors of this Department.

18. No Engineer of gazetted rank or other Gazetted Officer employed in Engineering or

Administrative duties in an Engineering Department of the Government of India is allowed

to work as a contractor for a period of one year after his retirement from Government

service, without the prior permission of the Government of India in writing. This contract is

liable to be cancelled if either the contractor or any of his employees is found any time to

be such a person who has not obtained the permission of the Government of India as

aforesaid before submission of the bid or engagement in the contractor’s service.

19. The bid for the works shall remain open for acceptance for a period of Ninety (90) days from

the date of opening of eligibility documents (Technical bid). If any bidder withdraws his bid

before the said period or issue of letter of acceptance, whichever is earlier, or makes any

modifications in the terms and conditions of the bid which are not acceptable to the

department, then the Government shall, without prejudice to any other right or remedy, be

at liberty to forfeit 50% of the said earnest money as aforesaid. Further the bidders shall not

be allowed to participate in the rebidding process of the work.

20. This notice inviting tender shall form a part of the contract document. The successful bidder/

contractor, on acceptance of his bid by the Accepting Authority shall within 15 days from

stipulated date of start of the work, sign the contract consisting of :-

(a) The Notice Inviting bid, all the documents including special conditions, additional conditions,

particular specifications and drawings, if any, forming part of the bid as uploaded at the time

of invitation of bid and the rates quoted online at the time of submission of bid and

acceptance thereof together with any correspondence leading thereto.

(b) Standard C.P.W.D. Form 8 or other Standard C.P.W.D. Form as applicable.

21. For Composite Bids

21.1.1 The Executive Engineer in charge of the major component will call bids for

the composite work. The cost of bid document and Earnest Money will be

Page 19: NIT18PDFCIPET

���

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

fixed with respect to the combined estimated cost put to tender for the

composite bid.

21.1.2 The bid document will include following four components:

Part A:- CPWD-6, CPWD-8 including schedule A to F for major component of the

work, Standard General Conditions of Contract for CPWD 2014 as amended

/ modified up-to last date of submission of tender other documents relating to

eligibility.

Part B:- General / special conditions, additional condition, particular specifications

etc., applicable to major component of the work.

Part C:- Schedule A to F for minor component of the work. (SE/GCC/CPWD in charge

of major component shall also be competent authority under clause 2 and

clause 5 for minor component, as mentioned in schedule A to F for major

components), General / special conditions, specifications and other

document relating to technical bid.

Part D:- Financial bid consisting of schedule of quantities for Civil and

Electrical Elecrical (E & M)works.

21.1.3 The bidders must associate himself, with agencies of the appropriate class

eligible to bid for each of the minor components individually.

21.1.4 The eligible bidders shall quote rates for all items of major component as well

as for all items of minor components of the works..

21.1.5 After acceptance of the bid by competent authority, the EE in charge of major

component of the work shall issue letter of award on behalf of the President

of India. After the work is awarded, the main contractor will have to enter into

one agreement with EE in charge of major component and has also to sign

two or more copies of agreement depending upon number of EE’s / DDH in

charge of minor component. One such signed set of agreement shall be

handed over to EE / DDH in charge of minor component(s). EE of major

component will operate both agreements. EE in charge of minor components

Page 20: NIT18PDFCIPET

���

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

shall operate minor part along with major part of the agreement.

21.1.6 Entire work under the scope of composite bid including major and all minor

components shall be executed under one agreement.

21.1.7 Security Deposit will be worked out separately for each component

corresponding to the Tendered amount of the respective component of

works.

21.1.8 The main contractor has to associate agency(s) for minor component(s)

conforming to eligibility criteria as defined in the bid document and has to

submit detail of such agency(s) to Engineer-in-charge of minor component(s)

within prescribed time. Name of the agency(s) to be associated shall be

approved by Engineer-in-charge of minor component(s).

21.1.9 In case the main contractor intends to change any of the above agency /

agencies during the operation of the contract, he shall obtain prior approval

of Engineer-in-charge of minor component. The new agency / agencies shall

also have to satisfy the laid down eligibility criteria. In case Engineer-in-

charge is not satisfied with the performance of any agency, he can direct the

contractor to change the agency executing such items of work and this shall

be binding on the contractor.

21.1.10 The main contractor has to enter into agreement with contractor(s)

associated by him for execution of minor components(s). Copy of such

agreement shall be submitted to EE / DDH in charge of each minor

component as well as to EE in charge of major component. In case of

change of associate contractor, the main contractor has to enter into

agreement with the new contractor associated by him.

21.1.11 Running payment for the major component shall be made by EE of major

discipline to the main contractor. Running payment for minor components

shall be made by the Engineer-in-charge of the discipline of minor

component directly to the main contractor.

Page 21: NIT18PDFCIPET

���

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

21.1.12 A The composite work shall be treated as complete, when all the

component of the work is complete. The completion certificate of

the composite work shall be recorded by Engineer – in – charge

of major component after record of completion

certificate of all other components.

21.1.12 B Final bill of whole work shall be finalized and paid by the EE of

major component Engineer(s) – in - charge of minor component

(s) will prepare and pass the final bill for their component of work

and pass on the same to the EE of major component for including

in the final bill for composite contract.

SECTION - I

BRIEF PARTICULARS OF THE WORK

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

#���� � ��+�� '�� �!

����+���%�� ��

���� %� '

� +-���� )

� �������������� ����������������������������

������������������������������������ ����!�""��#!������

������������#������������#$������#!�%�����#��������������

������������#&�'"�#%������#(��(�)������!"��*��������'#(��

+���',&+�����'���-���#�����&./#0��1�#+)'������#��2����3

����30,14,80,447 18 Months

�� The work is situated at CIPET,Vatva,Ahmedabad (Gujarat) under jurisdiction of EE, Gandhinagar ��Central Division, CPWD, Gandhinagar (Gujarat) �

3.0 Features: 3.1 General features and major components of the work are as under:

i) 575 Bedded Boys Hostel (G+8) with common toilets & Kitchen/Dining and 150 Bedded Girls Hostel (G+2) with common toilets & Kitchen/Dining. Recreation Room has also been provided separately

ii) Excavation of earth in foundations

iii) RCC Isolated/combined footings for Girls Hostel & Raft foundation for Boys Hostel.

iv) RCC framed construction in superstructure.

v) Brick work with non modular fly ash bricks conforming to IS:12894,class designation 5

average compressive strength in Cement Mortar 1:6 for external walls and half brick masonary with non modular fly ash bricks conforming to IS:12894,class designation 5 average compressive strength in cement mortar 1:4 for internal/partition walls

vi) Flush door shutters and anodized Aluminium glazed windows.

Page 22: NIT18PDFCIPET

���

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

vii) Mainly kota stone flooring.

viii) RCC slab roofing with Integral water proofing treatment .

ix) Internal and external finish including water supply, sanitary installations and drainage.

x) Internal electrical installations.

xi) Lift, Fire Fighting system. 4. Work shall be executed according to General Conditions of Contract 2014 Form 8 for Central P.W.D.

Works as amended/corrected upto the date of submission of bid.

SECTION – II GENERAL INSTRUCTIONS FOR BIDDERS : 1.0 GENERAL: 1.1 Letter of transmittal and forms for deciding eligibility are given in Section – III. 1.2 All information called for in the enclosed forms should be furnished against the relevant columns in the

forms. If for any reason, information is furnished on a separate sheet, this fact should be mentioned

against the relevant column. Even if no information is to be provided in a column, a “nil” or “no such

case” entry should be made in that column. If any particulars / query is not applicable in case of the

bidder, it should be stated as “not applicable”. The bidders are cautioned that not giving complete

information called for in the application forms or not giving it in clear terms or making any change in the

prescribed forms or deliberately suppressing the information may result in the bidder being summarily

disqualified. Bids made by telegram or telex and those received late will not be entertained. 1.3 The bid should be type written / neatly hand written. The bidder should sign each page of the bid. 1.4 Over writing should be avoided. Correction, if any, should be made by neatly crossing out, initialing,

dating and rewriting. Pages of the eligibility criteria document are numbered. Additional sheets, if any,

added by the contractor, should also be numbered by him. These should be submitted as a package

with signed letter of transmittal. 1.5 References, information and certificates from the respective clients, certifying suitability, technical

know-how or capability of the bidder should be signed by an officer not below the rank of Executive

Engineer or equivalent. 1.6 The bidder may furnish any additional information, which he thinks is necessary to establish his

capabilities to successfully complete the envisaged work. He is, however, advised not to furnish

superfluous information. No information shall be entertained after submission of eligibility criteria

document unless it is called for by the Employer.

1.7 The credentials submitted in respect of eligibility criteria of the tender by the 1st

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

2.0 DEFINITIONS 2.1 In this document the following words and expressions have the meaning hereby assigned to them: 2.2 EMPLOYER: Means the President of India, acting through the Executive Engineer, Gandhinagar

Page 23: NIT18PDFCIPET

� �

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

Central division, CPWD, Gandhinagar. 2.3 CONTRACTOR/ BIDDER/ AGENCY/ FIRM/ APPLICANT: Means the individual, proprietary firm, firm

in partnership, limited company private or public or corporation. 2.4 Year: means "Financial Year" unless stated otherwise. 3.0 Method of Application 3.1 If the bidder is an individual, the application shall be signed by him above his full type written name

and current address. 3.2 If the bidder is a proprietary firm, the application shall be signed by the proprietor above his full

typewritten name and the full name of his firm with its current address. 3.3 If the bidder is a firm in partnership, the application shall be signed by all the partners of the firm above

their full typewritten names and current addresses, or, alternatively, by a partner holding power of attorney for the firm. In the later case a certified copy of the power of attorney should accompany the application. In both cases a certified copy of the partnership deed and current address of all the partners of the firm should accompany the application.

3.4 If the bidder is a limited company or a corporation, the application shall be signed by a duly authorized person holding power of attorney for signing the application accompanied by a copy of the power of attorney. The bidder should also furnish a copy of the Memorandum of Articles of Association duly attested by a Public Notary.

4.0 FINAL DECISION MAKING AUTHORITY

The Employer reserves the right to accept or reject any application and to annul the Eligibility Criteria process and reject all applications at any time, without assigning any reason or incurring any liability to the tenderer.

5.0 PARTICULAR PROVISIONAL 5.1 The particulars of the work given in Section-I are provisional. They are liable to change and must be

considered only as advance information to assist the bidders. 6.0 SITE VISIT

The bidder is advised to visit the site of work, at his own cost, and examine it and its surroundings to himself collect all information that he considers necessary for proper assessment of the prospective assignment.

7.0 INITIAL CRITERIA FOR ELIGIBILITY

7.1 The bidder should have satisfactorily completed the similar works noted below during the last

Seven years ending previous day of last date of submission of tenders. For this purpose cost of work shall mean gross value of the completed works including cost of material supplied by the Govt./Client but excluding those supplied free of cost. This should be certified by an officer not below the rank of Executive Engineer/Project Manager or equivalent.

(i) Three similar works each costing not less than Rs. 1210 lakhs, or completed two similar works

each costing not less than Rs. 1810 lakhs, or completed one similar work costing not less Rs. 2410 lakhs than�` 2470.00 lacs.

AND

(i) One completed work of any nature (either part of (i) above or a separate one) costing not less than Rs.1210 lakhs with some Central Govt. Department/ State Government Department / Central Autonomous Body/ State Autonomous Body/ Central Public Sector Undertaking/ State Public Sector Undertaking/ City Development Authority/ Municipal Corporation of City formed under any Act by Central/ State Government and published in Central/ State Gazette.

Similar work shall mean “Work of RCC framed structure multi storied building having minimum five storeys including masonry, finishing work, plumbing work etc. under one single agreement.”

Note: Mumty and Machine Room will not be counted as storey for above purpose.

Page 24: NIT18PDFCIPET

�!�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

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

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

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

7.3 The bidder should have had average annual financial turn over (gross) Rs. 30,14,80,447/- on Civil & Elect. construction works during the immediate last three consecutive Balance sheets (may range from six to eighteen months) duly audited by the Chartered Accountant. Year in which no turnover is shown would also be considered for working out the average.

7.4 The bidder should not have incurred any loss in more than two years during available last five

consecutive Balance sheets, duly certified and audited by the Chartered Accountant.

7.5 The bidding capacity of the contractor should be equal to or more than the estimated cost of the work

put to tender. The bidding capacity shall be worked out by the following formula:

Bidding Capacity = { (A x N x 2) – B }

Where,

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

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

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

7.6 The bidder should have a solvency of Rs. 12,05,92,179/- (not more than six months old) certified by

his bankers.

7.7 The bidder should own construction equipment as per list required for the proper and timely execution

of the work. Else he should certify that he would be able to manage the equipments by hiring etc. and submit the list of firms from whom he proposes to hire.

7.8 The bidder should have sufficient number of Technical and Administrative employees for the proper

execution of the contract. The bidder should submit a list of these employees stating clearly how these would be involved in this work.

7.9 The bidder’s performance for each work completed in the last Seven years and in hand should be

certified by an officer not below the rank of Executive Engineer/Project Manager or equivalent and should be obtained in sealed cover. In case of private work the value of completion certificate meeting minimum eligibility criteria should be supported by TDS or other verifiable document.

8.0 EVALUATION CRITERIA 8.1 The detailed submitted by the bidders will be evaluated in the following manner:

8.1.1 The initial criteria prescribed in para 7.1 to 7.6 above in respect of experience of similar class of works

Page 25: NIT18PDFCIPET

�"�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

completed, bidding capacity and financial turn over etc. will first be scrutinized and the bidder’s eligibility for the work be determined.

8.1.2 The bidders qualifying the initial criteria as set out in para 7.1 to 7.6 above will be evaluated for

following criteria by scoring method on the basis of details furnished by them. (a) Financial strength (Form ‘A’ & ‘B’) Maximum 20 Marks (b) Experience in similar nature of work during last Seven years (Form ‘C’) Maximum 20 Marks (c) Performance on works (Form ’E’)- Time over run Maximum 20 Marks (d) Performance on works (Form ’E’)- Quality Maximum 15 Marks (e) Personnel and Establishment (Form ‘F’ & ‘G’) Maximum 10 Marks (f) Plant & Equipment (Form ‘H’) Maximum 15 Marks Total 100 Marks

(Evaluation of marks shall be done as per Annexure –‘A’)

To become eligible for short listing the bidder must secure at least fifty percent marks in each and sixty percent marks in aggregate. The department, however, reserves the right to restrict the list of such qualified contractors to any number deemed suitable by it.

8.2 Even though any bidder may satisfy the above requirements, he would be liable to disqualification if he

has: (a) Made misleading or false representation or deliberately suppressed the information in the

Forms, statements and enclosures required in the eligibility criteria document.

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

financial failures/weaknesses etc. 9.0 FINANCIAL INFORMATION

Bidder should furnish the following information:

Annual financial statement for the last five years in (Form ‘A’) and Solvency Certificate in (Form ‘B’).

10.0 EXPERIENCE IN CIVIL WORKS HIGHLIGHTING EXPERIENCE IN SIMILAR WORKS 10.1 Bidder should furnish the following:

(a) List of all works of similar nature successfully completed during the last seven years in (Form

"C"). (b) List of the projects under execution or awarded in (Form "D").

10.2 Particulars of completed works and performance of the bidder duly authenticated/ certified by an officer

not below the rank of Executive Engineer/Project Manager or equivalent should be furnished separately for each work completed or in progress (in Form "E").

In case of private work the value of completion certificate meeting minimum eligibility criteria should be supported by TDS or other verifiable document.

10.3 Information in (Form ‘D’) should be complete and no work should be left out. 11.0 ORGANISATION INFORMATION

Page 26: NIT18PDFCIPET

�#�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

Bidder is required to submit the information in respect of his organization (in Forms "F" & "G"). 12.0 CONSTRUCTION PLANT & EQUIPMENT

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

13.0 LETTER OF TRANSMITTAL 13.1 Bidder should submit the letter of transmittal attached with the documents. 14.0 OPENING OF PRICE BID

After evaluation of eligibility criteria documents submitted by the bidders, a list of qualified bidders will be prepared. Thereafter, the financial bids of only the qualified & technically acceptable bidders shall be opened at notified time, date and place in presence of qualified bidders or their representatives who intend to be present. The bids shall remain valid for ninety (90) days from the date of opening of eligible documents (technical bids).

14.1 PRE BID CONFERENCE

14.1.1 Pre-Bid conference shall be held in the chamber of Chief Engineer(WZ-IV), CPWD, at Kendriya

Nirman Sadan, CPWD, Sector- 10A, Gandhinagar at 03: 30. AM/PM on 08/12/2014 to clear the doubts of intending bidders, if any. The bidder shall submit their queries to the Executive Engineer, Gandhinagar Central Division, CPWD, Gandhinagar by 08/12/.2014 positively at e-mail id:- [email protected]. No Queries will be entertained after Pre-Bid conference.

15.0 AWARD CRITERIA

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

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

15.2 Any effort on the part of the bidder or his agent to exercise influence or to pressurize the employer

would result in rejection of his bid. Canvassing of any kind is prohibited.

Signature of Executive Engineer

Gandhinagar Central Division CPWD, Gandhinagar

For and on behalf of the President of India

* To be filled by EE

Page 27: NIT18PDFCIPET

���

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

SECTION-III

INFORMATION REGARDING ELIGIBILITY LETTER OF TRANSMITTAL

From: To

The Executive Engineer, Gandhinagar Central Division, CPWD, Gandhinagar

Sub: Submission of Eligibility criteria application for the work “����������� �� � � ������ ����

������ ����� ��� ��� ������ ���� ������ ����� ������� �������� ���� !�""��# !������

������������#������������#$������#!�%�����#��������������������������#&�'"�#%������#

(�� (�)��� ��� !"��*��� �����'# (�� +���' , &+ �����' ��� -���# ��� ��&./# 0��1�#

+)'������#��2����334

Sir,

Having examined the details given in press notice and bid documents for the above work, I/we hereby submit the relevant informations.

1. I / We hereby certify that all the statements made and information supplied in the enclosed Forms

‘A’ to ‘H’ and accompanying statement are true and correct.

2. I / We have furnished all information and details necessary for eligibility criteria and have no

further pertinent information to supply.

3. I / We submit the requisite certified solvency certificate and authorize the Executive Engineer,

Gandhinagar Central Division, CPWD, Gandhinagar to approach the Bank issuing the solvency certificate to confirm the correctness thereof. I/We also authorize Executive Engineer, Gandhinagar Central Division, CPWD, Gandhinagar to approach individuals, employers, Firms and Corporation to verify our competence and general reputation.

4. I / We submit the following certificates in support of our suitability, technical knowledge and

capability of having successfully completed the following works :

Sr. No. Name of Work Amount Experience certificate Issued by

1

2

3

Signature of the bidder (s) Encl:

Seal of bidder :

Page 28: NIT18PDFCIPET

���

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

Date of submission :

FORM 'A'

FINANCIAL INFORMATION I. Financial Analysis - Details to be furnished duly supported by figures in balance sheet/profit & loss

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

YEARS

Fig. in Lacs Sr. No. 2009-10 2010-11 2011-12 2012-13 2013-14

(i) Gross Annual Turn

Over on Construction

Works.

Reference to

Annexure

(ii) Profit/Loss

Reference to

Annexure

II. Financial arrangements for carrying out the proposed work.

III. Solvency Certificate(s) from bankers of the bidder in the prescribed form “B” are enclosed at Annexure -

--

SIGNATURE OF BIDDER(S)

Signature of Chartered Accountant with Seal

Page 29: NIT18PDFCIPET

���

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

FORM “B”

FORM OF BANKERS’ CERTIFICATE FROM A SCHEDULED BANK

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

………………………………………………………………… having marginally noted address, a customer

of our bank are/ is respectable and can be treated as good for any engagement up to a limit of `

…………………….

(Rupees ………………………………………………………).

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

(Signature) For the bank

NOTE : (1) The bank solvency certificate should be scanned and uploaded at the time of bid submission, the

same is not required to be in sealed cover. However, the same should be on the letter head of the

bank addressed to the tendering authority and to be submitted along with the documents. (2) in case of partnership firm , certificate should include names of all partners as recorded with the bank.

Page 30: NIT18PDFCIPET

���

� � ����������������������� ������������������������

�����

���������������

�����������������������������������������������������������������������������������������������������������

(5678�8

D

ET

AIL

S O

F A

LL

WO

RK

S O

F S

IMIL

AR

CL

AS

S C

OM

PL

ET

ED

DU

RIN

G T

HE

LA

ST

SE

VE

N Y

EA

RS

E

ND

ING

PR

EV

IOU

S D

AY

OF

LA

ST

DA

TE

OF

SU

BM

ISS

ION

OF

BID

S

S

. N

am

e o

f w

ork

/

Ow

ne

r o

r C

ost of

work

D

ate

of co

mm

en

- S

tip

ula

ted

Actu

al d

ate

L

itig

atio

n/

Na

me

& a

dd

ress/

Re

ma

rks

No

. p

roje

ct

&

sp

on

so

rin

g

in c

rore

s

ce

me

nt

as

pe

r d

ate

of

of

arb

itra

tio

n

tele

ph

on

e n

um

be

r o

f in

dic

atin

g t

he

lo

cation

org

an

isa

tio

n

co

ntr

act

com

ple

tion

com

ple

tion

pe

nd

ing

/ in

o

ffic

er

to w

ho

m

typ

e o

f str

uctu

re

pro

gre

ss

refe

ren

ce

ma

y b

e

(RC

C f

ram

ed

or

w

ith

de

tails

#

ma

de

fo

r ve

rifica

tio

n

loa

d b

ea

rin

g)

an

d

N

os.

of

sto

reys

co

nstr

ucte

d.

1

2

3

4

5

6

7

8

9

10

# In

dic

ate

gro

ss a

mo

un

t cla

imed

an

d a

mo

un

t aw

ard

ed

by t

he A

rbit

rato

r

SIG

NA

TU

RE

OF

BID

DE

R(S

)

Page 31: NIT18PDFCIPET

���

� � ����������������������� ������������������������

�����

���������������

�����������������������������������������������������������������������������������������������������������

(5679$:

P

RO

JE

CT

S U

ND

ER

EX

EC

UT

ION

OR

AW

AR

DE

D

S

. N

am

e o

f w

ork

/

Ow

ne

r o

r C

ost

of

Da

te o

f S

tip

ula

ted

Up-t

o-d

ate

S

low

N

am

e &

ad

dre

ss/

Re

ma

rks

No

. p

roje

ct

& lo

ca

tio

n

sp

on

so

rin

g

wo

rk in

co

mm

en

- d

ate

of

pe

rce

nta

ge

pro

gre

ss if

tele

ph

on

e n

um

be

r o

f

org

an

isa

tio

n

cro

re o

f ce

me

nt

as p

er

com

ple

tion

pro

gre

ss o

f a

ny, a

nd

off

ice

r to

wh

om

ru

pe

es

contr

act

w

ork

re

asons

refe

ren

ce

ma

y b

e m

ad

e

th

ere

of

for

ve

rifica

tio

n

1

2

3

4

5

6

7

8

9

10

C

ert

ifie

d that th

e a

bove lis

t of

work

s is c

om

ple

te a

nd n

o w

ork

has b

een left

out and that th

e info

rmation g

iven is c

orr

ect to

my k

now

ledge a

nd b

elie

f

SIG

NA

TU

RE

OF

BID

DE

R(S

)

Page 32: NIT18PDFCIPET

� �

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

FORM 'E'

PERFORMANCE REPORT OF WORKS REFERRED TO IN FORM "C" & “D”

1. Name of Work/

Project & Location

2. Agency

3. Agreement No.

4. Estimated Cost

5. Tendered Cost

6. Actual Cost

7. Date of Start

8. Date of Completion

(i) Stipulated date of completion

(ii) Actual date of completion

a) Civil work

b) Electrical work

9. Amount of compensation levied for

delayed completion, if any

10. Amount of reduced rate items, if any

11. Performance Report

(i) Quality of Work Very Good / Good / Fair / Poor

(ii) Financial Soundness Very Good / Good / Fair / Poor

(iii) Technical Proficiency Very Good / Good / Fair / Poor

(iv) Resourcefulness Very Good / Good / Fair / Poor

(v) General Behavior Very Good / Good / Fair / Poor

12. Details of arbitration / court cases if any including amount of claim amount of award and present position.

Note: While giving description of the work as in column No. 1 above; nos. of storeys and the type of

structure whether RCC framed structure or load bearing structure may be clearly mentioned.

Dated : Executive Engineer or Equivalent

Page 33: NIT18PDFCIPET

�!�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

(5678(8

STRUCTURE & ORGANISATION 1. Name & Address of the Applicant 2. Telephone No./Telex No./Fax No.

3. Legal status of the applicant (attach copies of

original document defining the legal status)

a) An individual

b) A proprietary firm

c) A firm in partnership

d) A limited company or

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

Organisation/Place of registration Registration No.

(i).

(ii).

(iii). 5. Names and titles of Directors & Officers

with designation to be concerned with this work.

6. Designation of individuals authorised

to act for the organization

7. Was the bidder ever required to suspend

construction for a period of more than six months continuously after commencing the construction? If so, give the name of the project and reasons of suspension of work.

Page 34: NIT18PDFCIPET

�"�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

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

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

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

11. In which field of Civil Engineering construction the applicant has specialization and interest?

12. And other information considered necessary but not included above

SIGNATURE OF BIDDER(S)

Page 35: NIT18PDFCIPET

�#�

� � ����������������������� ������������������������

�����

���������������

�����������

�������������������������������������������������������������������������������������������

������

F

OR

M ‘G

D

ET

AIL

S O

F T

EC

HN

ICA

L &

AD

MIN

IST

RA

TIV

E

PE

RS

ON

NE

L T

O B

E E

MP

LO

YE

D F

OR

TH

E W

OR

K

Sr.

T

ota

l N

um

be

r

P

rofe

ssio

na

l H

ow

th

ese

wo

uld

De

sig

na

tio

n

availa

ble

for

Na

me

Qu

alif

ica

tio

ns

exp

eri

en

ce

an

d d

eta

ils o

f b

e in

vo

lve

d in

th

is

Re

ma

rks

No.

Num

be

r

th

is w

ork

w

ork

ca

rrie

d o

ut

wo

rk

1

2

3

4

5

6

7

8

9

S

IGN

AT

UR

E O

F B

IDD

ER

(S)

Page 36: NIT18PDFCIPET

���

� � ����������������������� ������������������������

�����

���������������

�����������

�������������������������������������������������������������������������������������������

������

F

OR

M 'H

'

D

ET

AIL

S O

F C

ON

ST

RU

CT

ION

PL

AN

T A

ND

EQ

UIP

ME

NT

LIK

EL

Y T

O B

E U

SE

D IN

CA

RR

YIN

G O

UT

TH

E W

OR

K

S

.

C

apacity

Ow

ners

hip

sta

tus

C

urr

en

t

Na

me

of

eq

uip

me

nt

No

s.

Age

Co

nd

itio

n

To

be

Rem

ark

s

N

o.

or

Typ

e

Pre

se

ntly o

wn

ed

Le

ase

d

loca

tio

n

p

urc

ha

se

d

1

2

3

4

5

6

7

8

9

10

11

Eart

h m

ovin

g e

qu

ipm

en

t 1.

Hydra

ulic

Excavato

rs a

nd loaders

E

qu

ipm

en

t fo

r h

ois

tin

g &

lif

tin

g

1.

Tow

er

cra

ne

2.

Build

er's h

ois

t

Eq

uip

me

nt

for

co

ncre

te w

ork

1.

Fully

auto

matic a

nd c

om

pute

rized c

oncre

te b

atc

hin

g p

lant

2.

Concre

te p

um

ps

3.

Concre

te tra

nsit m

ixer

4.

Needle

vib

rato

r(ele

ctr

ical)

5.

Needle

vib

rato

r(petr

ol)

6.

Table

vib

rato

r (e

lect./p

etr

ol)

7.

Full

bag h

opper

type c

oncre

te m

ixer

(ele

ctr

ical)

8.

Full

bag h

opper

type c

oncre

te m

ixer

(die

sel)

Eq

uip

me

nt

for

bu

ild

ing

wo

rk

1.

Blo

ck m

akin

g m

achin

e

2.

Bar

bendin

g m

achin

e

3.

Bar

cuttin

g m

achin

e

Page 37: NIT18PDFCIPET

���

� � ����������������������� ������������������������

�����

���������������

�����������

�������������������������������������������������������������������������������������������

������4.

Wood thic

kness p

laner

5.

Drilli

ng m

achin

e

6.

Circula

r saw

machin

e

7.

Weld

ing g

enera

tors

8.

Weld

ing tra

nsfo

rmer

9.

Cube testing m

achin

e

10.

M.S

. P

ipes.

11.

Ste

el shuttering (

Weld

ed p

late

s o

nly

)

12.

Ste

el scaff

old

ing

13.

Grindin

g/ polis

hin

g m

achin

es

Eq

uip

me

nt

for

tran

sp

ort

ati

on

1.

Tip

pers

2.

Tru

cks

Sp

ecia

l E

qu

ipm

en

ts

Page 38: NIT18PDFCIPET

���

� � ����������������������� ������������������������

�����

���������������

�����������

�������������������������������������������������������������������������������������������

������

1.

Tota

l S

urv

ey S

tation

2.

Lig

ht C

rane

3.

Air c

om

pre

ssor

(die

sel)

4.

Pneum

atic c

utters

/ham

mers

Dew

ate

rin

g E

qu

ipm

en

t

1.

Pum

p (

die

sel)

2.

Pum

p (

ele

ctr

ic)

Po

wer

eq

uip

men

t

1.

Die

sel genera

tors

An

y o

ther

pla

nt/

eq

uip

me

nt

SIG

NA

TU

RE

OF

BID

DE

R(S

)

Page 39: NIT18PDFCIPET

���

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

Annexure- ‘A’

CRITERIA FOR EVALUATION OF THE PERFORMANCE OF CONTRACTOR FOR PRE- ELIGIBILITY

Attributes Evaluation

(a) Financial strength (20 marks) (i) 60% marks for minimum eligibility criteria (i) Average annual 16 marks

Turnover (ii) 100% marks for twice the minimum eligibility criteria or more

(ii) Solvency 4 marks

Certificate In between (i) & (ii) – pro-rata basis

(b) Experience in similar (20 marks) (i) 60% marks for minimum eligibility criteria class of works

(ii) 100% marks for twice the minimum eligibility criteria or more

In between (i) & (ii) – pro-rata basis (c) Performance on (20 marks)

Works (time over run)

Parameter Calculation for points Scrore Maximum marks 20 If TOR = 1.00 2.00 3.00 >3.50

(i) Without levy of 20 15 10 10

Compensation

(ii) With levy of 20 5 0 -5

Compensation

(iii) Levy of compensation 20 10 0 0

not decided

TOR = AT/ST, where AT = Actual Time; ST = Stipulated Time. Note: Marks for value in between the stages indicated above is to be determined by straight line variation basis (d) Performance of works (Quality) (15 marks)

(i) Very Good 15 (ii) Good 10 (iii) Fair 5 (iv) Poor 0 (e) Personnel and Establishment (Max. 10 marks)

(i) Graduate Engineer 3 marks for each up to Max 6 Marks (ii) Diploma Engineer 2 marks for each upto Max. 4 marks (iii) Supervisory/ Foreman 1 mark for each upto Max. 3 marks (f) Plant & Equipment (Owned by agency) (Max. 15 marks)

(i) Boom placer / concrete pump of adequate capacity 1 marks for each upto Max. 2 marks

(ii) Tower crane. 2 marks for each upto Max. 4 marks (iii) Steel shuttering 2 marks for each 2000sqm upto Max. 4 marks (iv) Excavator cum loader 1 mark for each upto Max. 2 marks (v) Building Hoist 1 mark for each upto Max. 2 marks (vi) Concrete Mixer with hopper 1 mark for each upto Max. 2 marks (vii) Truck/ Tippers/ Transit mixer 1 mark for each upto Max. 2 marks (viii) Needle vibrator 1 mark for 5 needle vibrator upto max 2 marks.

Page 40: NIT18PDFCIPET

���

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

�89��������8,�����

��������:�����8�;#����������

��+�� '�< �!=�“�������������� ������� ���������� ��������������������������� ����� �������

�������� ���� !�""��# !������ ������������# ������� �����#$������# !�%�����# ������� ������� ������������#

&�'"�# %�� ����# (�� (�)��� ��� !"��*��� �����'# (�� +���' , &+ �����' ��� -���# ��� ��&./# 0��1�#

+)'������#��2����34

98:������ 8,�������

Page 41: NIT18PDFCIPET

���

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

�������������

GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT

STATE: GANDHINAGAR ZONE: WESTERN ZONE - IV BRANCH: B&R DIVISION: GANDHINAGAR CENTRAL DIVISION

���� ������������������������������������� (A) Tender for the work of: -

Name of Work: “����������� �� � � ������ ���� ������ ����� ��� ��� ������ ���� ������ ����� �������

�������� ���� !�""��# !������ ������������# ������� �����#$������# !�%�����# ������� ������� ������������#

&�'"�# %�� ����# (�� (�)��� ��� !"��*��� �����'# (�� +���' , &+ �����' ��� -���# ��� ��&./# 0��1�#

+)'������#��2����34

i) to be submitted / uploaded by 03:30 hrs on 15/12/2014 at website www.tenderwizard.com/CPWD

ii) to be opened in presence of tenderers who may be present at 04:30 hrs. on 15/12/.2014 (date and time will

be informed to qualified bidders separately in writing) in the office of Executive Engineer, Gandhinagar Central Division, CPWD, Gandhinagar (Gujarat).

*To be filled by EE

Page 42: NIT18PDFCIPET

� �

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

�������������

T E N D E R I/We have read and examined the Notice Inviting Tender, Schedule A, B, C, D, E & F, Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, Clauses of Contract, Special Conditions, Schedule of Rate and other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work. I/We hereby tender for the execution of the work specified for the President of India within the time specified in Schedule ‘F’, viz. Schedule of Quantities and in accordance in all respects with the Specifications / Special conditions, Designs, Drawings and instructions in writing as referred to in this tender document and with such materials as are provided for, by and in respects in accordance with, such conditions so far as applicable. We agree to keep the tender open for (90) Ninety days from the date of opening of eligibility documents (technical bid) and not to make any modifications in its terms and conditions. A sum of Rs 40,14,804/- (Civil + Elect.) is hereby forwarded in cash/receipt treasury challan/deposit at call receipt of a scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled bank/bank guarantee issued by a scheduled bank as earnest money. A copy of earnest money in receipt treasury challan/deposit at call receipt of a scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled bank/bank guarantee issued by a scheduled bank is scanned and uploaded. If I/We, fail to furnish the prescribed performance guarantee within prescribed period, I/We agree that the said President of India or his successors, in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/We fail to commence work as specified, I/ We agree that President of India or the successors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said performance guarantee absolutely. The said Performance Guarantee shall be a guarantee to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to those in excess of that limit at the rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form. Further, I/We agree that in case of forfeiture of earnest money or both Earnest Money & Performance Guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering process of the work. I / We undertake and confirm that eligible similar work(s) has/ have not been got executed through another contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then I/we shall be debarred from the tendering in CPWD in future forever. Also, if such a violation comes to the notice of Department before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee. I/We hereby declare that I/we shall treat the tender documents, drawings and other records connected with the work as Secret / Confidential documents and shall not communicate information / derived therefrom to any person other than a person to whom I/we/am/are may authorized to communicate the same or use the information in any manner prejudicial to the safety of the State. Dated: Signature of Contractor .................................... Witness: - Postal Address: - ............................................... Address: - Occupation: -

Telephone No.

Fax:- E-Mail:-

Page 43: NIT18PDFCIPET

�!�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

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

i) ii)

iii) . Dated: - .................................

For & on behalf of the President of India. Signature

Executive Engineer

Page 44: NIT18PDFCIPET

�"�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

SCHEDULES (A to F) SCHEDULE ‘A’ ( FOR CIVIL WORK ONLY) Schedule of quantities -

As per Part-D for major components (Civil Works)

SCHEDULE ‘B’

Schedule of materials to be issued to the contractor

S.No. Description of item. Quantity. Rate in figures & words Place of

at which the material will issue

be charged to the contractor

(1) (2) (3) (4) (5)

NIL

SCHEDULE ‘C’ Tools and plants to be hired to the contractor

S.NO. DESCRIPTION. HIRE CHARGES PLACE OF ISSUE

PER DAY

NIL

SCHEDULE ‘D’

Extra schedule for specific requirements/ documents for the work, if any.

1. Special Conditions -

2. Particular Specifications. - As per tender documents

3. Annexure -

SCHEDULE ‘E’

Reference to General Conditions General Conditions of contract 2014 for CPWD works

of Contract : amended up to last date of submission of bid.

NAME OF WORK :

�������������� ��������������������������������������

�������������������������� ����!�""��#!������������������#

������������#$������#!�%�����#��������������������������#

&�'"�#%������#(��(�)������!"��*��������'#(��+���',&+

�����'���-���#�����&./#0��1�#+)'������#��2����34

1.2 Estimated Cost of Work

Rs.30,14,80,447/- (Composite) Rs.25,92,48,751(Civil works) Rs. 4,22,31,696 {Electrical (E & M) Works }

1.3

Earnest Money Rs.40,14,804/-

Page 45: NIT18PDFCIPET

�#�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

1.4 Performance Guarantee

1.5 Security Deposit

SCHEDULE ‘F’:- General Rules & Directions:- Officer Inviting Tender

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

Definitions:- 2(v) Engineer-In-Charge

2(viii) Accepting Authority 2(x) Percentage on cost of

materials and labour to cover all overheads and profits

2(xi) Standard Schedule of Rates 2(xii) Department 9(ii) Standard CPWD Contract Form

Clause-1 : (i) Time allowed for submission of

performance guarantee after date of issue of letter of acceptance

5.00% of tendered value

2.50% of tendered value

Executive Engineer, Gandhinagar Central Division, CPWD, Gandhinagar

See below

Executive Engineer, Gandhinagar Central Division, CPWD, Gandhinagar

As per delegated financial powers to CPWD officers.

15% Delhi Schedule of Rates 2014 with upto date correction slips Central Public Works Department GCC 2014 &, CPWD Form 8 as amended upto the last date of submission of bid.

15 days (ii) Maximum allowable extension with 15 days

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

Clause-2 : Authority for fixing compensation Superintending Engineer, Gandhinagar Central under Clause 2 Circle, CPWD, Gandhinagar.

Clause – 2A : Whether clause-2A shall be Yes, applicable applicable.

Clause-5: Number of days from the date of issue of letter of acceptance for reckoning date of start 30 days

Mile Stone Refer Para (A) Table of Milestones

Page 46: NIT18PDFCIPET

���

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

Time allowed for execution of work Authority to decide

i. Extension of time for completion of work.

ii. Re-scheduling of Mile stone

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

Clause-6, 6A:-

Clause applicable- (6 or 6A) :-

Clause-7:- Gross work to be done together

with net payment / adjustment of advances for material collected, if any, since the last such payment for being eligible to interim payment

Clause-10A:-

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

Clause-10-B (ii).

Whether clause 10-B (ii) shall be applicable

Clause-10C:-

Clause 10 CA:

18 Months.

Executive Engineer, Gandhinagar Central Division .

Superintending Engineer, Gandhinagar Central Circle, CPWD, Gandhinagar . .

Superintending Engineer, Gandhinagar Central Circle, CPWD, Gandhinagar . 6A ���

�Rs. 160 lacs or part thereof as per discretion of engineer in charge

Refer PART –B of the bid document

Yes, FOR CIVIL WORKS ONLY

Not Applicable. FOR CIVIL WORKS Applicable. FOR CIVIL WORKS

Materials covered under this Nearest material (other than Base Price of the materials

clause: cement, reinforcement bars and covered under 10 CA.

structural steel) for which All India (October, 2014)

Whole sale Price Index to be

Followed

1. Cement (PPC)

Rs.5,600/- per MT

2. Reinforcement bars(Fe 500D)

NIL

a) Primary producers only Rs.` 51,000/- per MT

Page 47: NIT18PDFCIPET

���

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

Clause-10-CC:-

Clause 10 CC to be applicable to contracts with stipulated

period of completion exceeding 12 Months. Schedule of

component of other materials, Labour, etc. for price escalation:-

Component of civil construction materials expressed as Percent of Total value of Civil works (except materials covered under clause 10CA) Component of labour expressed as percent of total value of civil work

Xm 40% Y 25%

Clause-11:- Specifications to be followed for

execution of work

Clause-12:- Type of Work: 12.2 & 12.3 Deviation limit beyond which

clause 12.2 & 12.3 shall apply for building work in superstructure.

12.5 (i) Deviation limit beyond which

clause 12.2 & 12.3 shall apply for foundation works (except earth work)

(ii) Deviation limit for items in Earth work Sub-head of DSR or related items

Clause-16:- Competent Authority for

deciding reduced rates.

Clause-18:- List of mandatory machinery tools &

Plants to be deployed by the Contractor at site

Clause-25 :

C.P.W.D. Specifications 2009 Vol. I & II with correction slips issued upto last date of submission of bid. Project and original work. 30%

30%

100% Superintending Engineer, Gandhinagar Central Circle, CPWD, Gandhinagar or Successor thereof. Refer PART B of the bid document.

Page 48: NIT18PDFCIPET

���

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

Clause-36 (i)

SI. Minimum Discipline Designation Minimum Number Rate at which recovery shall

No. Qualification of (Principal Experience be made from contractor in

Technical Technical/ the event of non

Representative Technical deployment.

Representative

Figures Words

1. Graduate Engineer

Civil Project Manager

20 Yrs for Project Manager (and

having experience of

one similar nature of work)

1 No.

Rs. 60,000/-

per month

Rs. Sixty Thousand only per month.

12 Yrs (and

having 1+1 No. (1 for civil & 1 for Electrical)

Deputy Project

experience Rs. 40000/- Rs. Forty

2. Graduate Engineer

Civil/ Electrical of one per month

thousand only

Manager

similar

per month per person.

nature of

work)

Graduate 5 Yrs 2 Nos. + 1

(2 for civil

Rs. Twenty

Engineer Rs. 25000/- five thousand

Project/ Site or

3. or Civil/ per month only per

Constitution of Dispute Redressal committee (DRC) ADG is the Competent Authority to appoint DRC.

DRC having chairman and two members.

(A) For total claims more than 25.00 lakhs.

(a) One Chief Engineer (Chairman) (other than under whose jurisdiction work falls).

(b) Director (TLCQA)/ Director of works.

(c) One Superintending Engineer (other than under whose jurisdiction work falls).

(d) The S.E. in charge of the work shall present the case before DRC but shall not have any part

in decision making.

(B) For total claim upto 25 lakhs.

(a) Director (TLCQA)/ Director of works (Chairman).

(b) Two Executive Engineers other than the EE under whose jurisdiction work falls

(c) The Executive Engineer in charge of the work shall present the case before DRC but shall not

have any part in decision making.

Page 49: NIT18PDFCIPET

���

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

Electrical Engineer 10 Yrs

& 1 for Electrical)

Diploma

month per

respectively

Engineer

person.

Graduate

Rs. 25000/-

Rs. Twenty

Quality 8 Yrs five thousand

4. Engineer Civil 1 No. per month

Engineer only per

month.

Diploma

8 Yrs

Rs. 15000/- Rs. Fifteen

thousand only per month.

5. Civil Surveyor 1 No. per month

Engineer

Graduate Project 6 Yrs

Rs. 20000/- Rs. Twenty

6. Engineer Civil/

Electrical Planning/Billing 1+1 No. per month

thousand only

Engineer

(1 for civil & 1 for

Electrical) per month, per person

i) Engineer(s) and / or overseer(s) deployied as per stipulation in the contract shall look after

only the work under contract and no other work and shall be available fully during execution of work.

ii) Even if contractor (or partner in case of firm / Company) is himself an engineer / overseer, it is necessary on part of contractor to employee engineer(s) and / or / overseer for supervision of the work(s) as per stipulation.

iii) The retired engineer / Asst. Engineer who are holding diploma may be treated at par with Graduate Engineer for the operation of the clause.

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

Clause-42:-

i) a) Schedule / Statement for determining As per Delhi Schedule of Rates 2014 theoretical quantity of cement & bitumen with amendments upto the date of submission of bid.

ii) Variations permissible on theoretical quantities.

a) Cement 2% plus / minus.

Page 50: NIT18PDFCIPET

���

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

b) Steel Reinforcement and structural

steel sections for each diameter,

section and category. 2% plus / minus. c) All other materials. Nil. d) Bitumen for all work. 2.5% Plus only.

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

S.No. Description of item Rates in figures and words at which recovery shall be made from the contractor Excess beyond Less used from the Permissible Variation permissible variation

1. Cement PPC NIL PPC Rs.6160/- Per M.T.

2. Steel ��������������������������������

a) Primary producers NIL ����������56100/- Per M.T.

Page 51: NIT18PDFCIPET

���

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

TABLE OF MILE STONE (S) PARA-‘A’

Name of work : ����������� �� � � ������ ���� ������ ����� ��� ��� ������ ���� ������

�������������������� ����!�""��#!������������������#������������#$������#!�%�����#��������������

������������#&�'"�#%������#(��(�)��� ���!"��*��������'#(��+���',&+�����'���-���# �����&./#

0��1�#+)'������#��2����3Time Period allowed for Completion of Work: - 18 MonthsPara (A) In Physical/Financial Terms: - SI. Milestone Programme Time Amount to be No. Allotted withheld in case of (From date non-achievement of

of start)

Milestone % of tender amount of civil

component.

1. Complete RCC structure work upto plinth level 4 Months 0.50%

2. Complete RCC structure work upto floor three level 6 Months 0.50% 3. Complete RCC structure work upto floor five level, 8 Months 0.50% Brick work upto floor three level. AND

Bringing samples of materials and fittings etc complete to be used in the work for approval.

4. Complete RCC structure work upto floor Seven level and 10 Months

brick work upto floor five level, order for procurement of doors and windows.

AND 0.50%

One sample of single hostel room along with common

toilet at one floor level in both Boys Hostel & Girls Hostel

for approval. External finishing of each type in an area of 5m x 3m. Rs 50,000

Per Week

5. Complete RCC structure work and brick work at all 13 Months

Page 52: NIT18PDFCIPET

� �

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

levels. 1.00%

6. Plastering, Flooring, Aluminium work, joinery complete. 17 Months 1.00% AND

Gross work done of 90 % of tendered amount(Civil Works)

7. Final finishing, completion including testing & functioning of all 18 Months services(Civil & Electrical) and submission of as built drawing, 1.00%

SMB (Standard measurement book)/ warranty guarantee and maintenance manual.

Form of Earnest Money Deposit

Bank Guarantee Bond WHEREAS,

contractor.................. (Name of contractor) (hereinafter called "the contractor") has submitted his

tender

dated ............. (date) for the construction of

.............................................. (name of work) (hereinafter called "the

Tender")

KNOW ALL PEOPLE by these presents that we

......................................... registered office at

...................................

(hereinafter called "the Bank") are bound unto Executive Engineer, Gandhinagar Central Division, CPWD,

Gandhinagar in the sum of Rs. ......................... (Rs. in words .................................................) for which payment well

and truly to be made to the said Executive Engineer, Gandhinagar Central Division, CPWD, Gandhinagar the

Bank binds itself, his successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this ................. day of ................. 20.... THE CONDITIONS of this

obligation are:

(1) If after Technical Bid opening of tender; the Contractor withdraws, his tender during the period of validity of tender

(including extended validity of tender) specified in the Form of Tender;

(2) If the contractor having been notified of the acceptance of his tender by the Executive Engineer, Gandhinagar

Central Division, CPWD, Gandhinagar :

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

OR

(b) fails or refuses to furnish the Performance Guarantee, in accordance with the provisions of tender document and

Instructions to contractor, OR

Page 53: NIT18PDFCIPET

�!�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

(c) fails or refuses to start the work, in accordance with the provisions of the contract and Instructions to contractor,

OR

(d) fails or refuses to submit fresh Bank Guarantee of an equal amount of this Bank Guarantee, against Security

Deposit after award of contract.

We undertake to pay to the Executive Engineer, Gandhinagar Central Division, CPWD, Gandhinagar either up to

the above amount or part thereof upon receipt of his first written demand, without the Executive Engineer,

Gandhinagar Central Division, CPWD, Gandhinagar having to substantiates his demand, provided that in his

demand the Executive Engineer, Gandhinagar Central Division, CPWD, Gandhinagar will note that the amount

claimed by him is due to him owing to the occurrence of one or any of the above conditions, specifying the occurred

condition or conditions.

This Guarantee will remain in force up to and including the date* ............. after the deadline for submission of tender

as such deadline is stated in the Instructions to contractor or as it may be extended by the Executive Engineer,

Gandhinagar Central Division, CPWD, Gandhinagar, 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.

(3) We _____________________________________ lastly undertake not to revoke this guarantee except

(indicate the name of Bank)

with the previous consent of the Government in writing.

(4) This guarantee shall be valid upto ____________________ unless extended on demand by Government.

Notwithstanding anything mentioned above, our liability against this guarantee is restricted to

Rs.___________________ (Rupees ___________________ only) and unless a claim in writing is lodged with

us within six months of the date of expiry or the extended date of expiry of this guarantee all our liabilities

under this guarantee shall stand discharged.

Dated the ____________________ day of_____________________ for_____________________.

Page 54: NIT18PDFCIPET

�"�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

(indicate the name of Bank)

FORM OF PERFORMANCE SECURITY

BANK GUARANTEE BOND

In consideration of the President of India (hereinafter called “The Government”) having offered to accept the

terms and conditions of the proposed agreement between _______________________ and __________________ (hereinafter called “the said contractor(s)” for the work ______________________________ (hereinafter called “The said agreement”) having agreed to production of a irrevocable Bank Guarantee for Rs.______________ (Rupees __________________________________ only) as security/guarantee from the contractor(s) for compliance of his obligations in accordance with the terms and conditions in the said agreement. 1. We _________________________________ (hereinafter referred to as “the Bank) hereby undertake to (indicate

the name of the bank) pay to the Government an amount not exceeding Rs.___________ (Rupees ____________________ only) on demand by the Government.

2. We _____________________________ do hereby undertake to pay the amounts due and payable

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

3. We, the said bank further undertake to pay to the Government any money so demanded notwithstanding any

dispute or disputes raised by the contractor(s) in any suit or proceeding pending before any court or Tribunal relating thereto, our liability under this present being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the contractor(s) shall have no claim against us for making such payment.

4. We _________________________________ further agree that the guarantee herein contained shall

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

5. We __________________________________ further agree with the Government that the government

(indicate name of the bank)

Page 55: NIT18PDFCIPET

�#�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

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

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

GUIDELINES REGARDING SIGNING OF INTEGRITY PACT BY THE BIDDER AT THE TIME OF

SUBMISSION OF BID (Vide No. DG/CON/255A dated 10.08.2011)

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-2010 vide OM No. CON/255 dt.

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 will stand disqualified from the tendering process and such bid would be

summarily rejected.

Some field Units have raised their doubts regarding submission of duly signed Integrity Pact by the bidder at

the time of submission of bid. In this regard it is clarified that :-

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

e-tendering is not followed.

2. In case of manual tendering Executive Engineer should sign the first page addressed to the intending

bidder at the time of issue of tender form and before submission of the bid, each bidder shall sign IP at

respective places and submit the bid. If duly signed IP is not submitted by the bidder, such bid shall not

be considered.

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

bid document. In e-tendering, the intending bidder does not sign any document physically and entire bid

document is submitted through digital signature. Since IP is a part of bid document no separate physical

submission is required with other documents to be submitted in the office of tender opening authority. In

addition to other component of bid document, the Integrity Pact along shall also be signed between

Executive Engineer and successful bidder after acceptance of bid.

Page 56: NIT18PDFCIPET

���

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

INTEGRITY PACT To,

……………………….., ……………………….., ………………………..

Sub: NIT No. …………………………………. for the work ……………...................

Dear Sir,

It is here by declared that CPWD is committed to follow the principle of transparency, equity and

competitiveness in public procurement. The subject Notice Inviting Tender (NIT) is an invitation to offer made on

the condition that the Bidder will sign the integrity Agreement, which is an integral part of tender/bid documents,

failing which the tenderer/bidder will stand disqualified from the tendering process and the bid of the bidder

would be summarily rejected.

This declaration shall form part and parcel of the Integrity Agreement and signing of the same shall be

deemed as acceptance and signing of the Integrity Agreement on behalf of the CPWD.

Yours faithfully

Executive Engineer

Page 57: NIT18PDFCIPET

���

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

INTEGRITY PACT To,

Executive Engineer, ……………………….., ………………………..

Sub: Submission of Tender for the work of ………………………....…………….... Dear Sir,

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

Integrity Agreement enclosed with the tender/bid document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition that I/We

will sign the enclosed integrity Agreement, which is an integral part of tender documents, failing which I/We will

stand disqualified from the tendering process. I/We acknowledge that THE MAKING OF THE BID SHALL BE

REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and further

agree that execution of the said Integrity Agreement shall be separate and distinct from the main contract, which

will come into existence when tender/bid is finally accepted by CPWD. I/We acknowledge and accept the

duration of the Integrity Agreement, which shall be in the line with Article 1 of the enclosed Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Agreement, while

submitting the tender/bid, CPWD shall have unqualified, absolute and unfettered right to disqualify the

tenderer/bidder and reject the tender/bid is accordance with terms and conditions of the tender/bid.

Yours faithfully

Page 58: NIT18PDFCIPET

���

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

(Duly authorized signatory of the Bidder) To be signed by the bidder and same signatory competent / authorised to sign the relevant contract on behalf of CPWD. INTEGRITY AGREEMENT This Integrity Agreement is made at .............. on this ............. day of .............20 ......

BETWEEN

President of India represented through Executive Engineer, ............................. , (Name of Division) CPWD, .......................................................................... , (Hereinafter referred as the (Address of Division)

‘Principal/Owner’, which expression shall unless repugnant to the meaning or context hereof include its successors and permitted assigns) AND ............................................................................................................. (Name and Address of the Individual/firm/Company) through .................................................................... (Hereinafter referred to as the (Details of duly authorized signatory) “Bidder/Contractor” and which expression shall unless repugnant to the meaning or context hereof include its successors and permitted assigns) Preamble WHEREAS the Principal / Owner has floated the Tender (NIT No. ................................) (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

Page 59: NIT18PDFCIPET

���

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

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 process, provide to all Bidder(s) the same information and will not provide to any Bidder(s) confidential / additional information through which the Bidder(s) could obtain an advantage in relation to the Tender process or the Contract execution. (c) The Principal/Owner shall endeavour to exclude from the Tender process any person, whose conduct in the past has been of biased nature.

2) If the Principal/Owner obtains information on the conduct of any of its employees which is a criminal

offence under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC Act) or is in violation of the principles herein mentioned or if there be a substantive suspicion in this regard, the

Principal/Owner will inform the Chief Vigilance Officer and in addition can also initiate disciplinary actions as per its internal laid down policies and procedures.

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

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

adhere to the highest ethical standards,and report to the Government / Department all suspected

acts of fraud or corruption or Coercion or Collusion of which it has knowledge or becomes

aware, during the tendering process and throughout the negotiation or award of a contract.

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

corruption. He commits himself to observe the following principles during his participation in the

Tender process and during the Contract execution:

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

give to any of the Principal/Owner’s employees involved in the Tender process or execution of the

Contract or to any third person any material or other benefit which he/she is not legally entitled to,

in order to obtain in exchange any advantage of any kind whatsoever during the Tender process or

during the execution of the Contract.

Page 60: NIT18PDFCIPET

���

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

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. 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.

d) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he has

made, is committed to or intends to make to agents, brokers or any other intermediaries in

connection with the award of the Contract.

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

be an accessory to such offences.

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

fraudulent practice means a willful misrepresentation or omission of facts or submission of

fake/forged

documents in order to induce public official to act in reliance thereof, with the purpose of

obtaining unjust advantage by or causing damage to justified interest of others and/or to

influence the procurement process to the detriment of the Government interests.

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

Practices (means the act of obtaining something, compelling an action or influencing a decision

through intimidation, threat or the use of force directly or indirectly, where potential or actual injury

may befall upon a person, his/ her reputation or property to influence their participation in the

tendering process).

Article 3: Consequences of Breach

Page 61: NIT18PDFCIPET

���

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

Without prejudice to any rights that may be available to the Principal/Owner under law or the

Contract or its established policies and laid down procedures, the Principal/Owner shall have the following

rights in case of breach of this Integrity Pact by the Bidder(s)/Contractor(s) and the Bidder/ Contractor

accepts and undertakes to respect and uphold the Principal/Owner’s absolute right:

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

transgression through a violation of Article 2 above or in any other form, such as to put his reliability

or credibility in question, the Principal/Owner after giving 14 days notice to the contractor shall have

powers to disqualify the Bidder(s)/Contractor(s) from the Tender process or terminate/determine the

Contract, if already executed or exclude the Bidder/Contractor from future contract award

processes. The imposition and duration of the exclusion will be determined by the severity of

transgression and determined by the

Principal/Owner. Such exclusion may be forever or for a limited period as decided by

the Principal/Owner.

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

disqualified the Bidder(s) from the Tender process prior to the award of the Contract or

terminated/determined the Contract or has accrued the right to terminate/determine the Contract

according to Article 3(1), the Principal/Owner apart from exercising any legal rights that may have

accrued to the Principal/Owner, may in its considered opinion forfeit the entire amount of Earnest

Money Deposit, Performance Guarantee and Security Deposit of the Bidder/Contractor.

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

or of an employee or a representative or an associate of a Bidder or Contractor which constitutes

corruption within the meaning of IPC Act, or if the Principal/Owner has substantive suspicion in this

regard, the Principal/Owner will inform the same to law enforcing agencies for further investigation.

Article 4: Previous Transgression

1) The Bidder declares that no previous transgressions occurred in the last 5 years with any other

Company in any country confirming to the anticorruption approach or with Central Government or

State Government or any other Central/State Public Sector Enterprises in India that could justify his

exclusion from the Tender process.

2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender

process or action can be taken for banning of business dealings/ holiday listing of the

Bidder/Contractor as deemed fit by the Principal/ Owner.

3) If the Bidder/Contractor can prove that he has resorted / recouped the damage caused by him

and has installed a suitable corruption prevention system, the Principal/Owner may, at its own

discretion, revoke the exclusion prematurely.

Page 62: NIT18PDFCIPET

� �

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

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

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

conformity with this Integrity Pact. The Bidder/Contractor shall be responsible for any violation(s) of

the principles laid down in this agreement/Pact by any of its Subcontractors/ sub-vendors.

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

Contractors.

3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact between the

Principal/Owner and the bidder, along with the Tender or violate its provisions at any stage of the

Tender process, from the Tender process.

Article 6- Duration of the Pact

This Pact begins when both the parties have legally signed it. It expires for the Contractor/Vendor

12 months after the completion of work under the contract or till the continuation of defect liability

period, whichever is more and for all other bidders, till the Contract has been awarded. If any claim

is made/lodged during the time, the same shall be binding and continue to be valid despite the

lapse of this Pacts as specified above, unless it is discharged/determined by the Competent

Authority, CPWD.

Article 7- Other Provisions

1) This Pact is subject to Indian Law, place of performance and jurisdiction is the Head quarters of

the Division of the Principal/Owner, who has floated the Tender.

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

3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners or

by one or more partner holding power of attorney signed by all partners and consortium members.

In case of a Company, the Pact must be signed by a representative duly authorized by board

resolution.

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

Page 63: NIT18PDFCIPET

�!�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

arbitration.

Article 8- LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in addition to all the other legal rights and

remedies belonging to such parties under the Contract and/or law and the same shall be deemed to be

cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of brevity, both the

Parties agree that this Integrity Pact will have precedence over the Tender/Contact documents with regard

any of the provisions covered under this Integrity Pact. IN WITNESS WHEREOF the parties have signed

and executed this Integrity Pact at the place and date first above mentioned in the presence of following

witnesses:

...............................................................

(For and on behalf of Principal/Owner)

.................................................................

(For and on behalf of Bidder/Contractor)

WITNESSES:

1. ..............................................

(signature, name and address)

2. ...............................................

(signature, name and

address) Place:

Dated :

����

Page 64: NIT18PDFCIPET

�"�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

���������� ���)+�)�� '��)%��

��)������&7����� �!���-���+�)�

��+�� '�< �!=��������������� ��������������������������������������

������ ����� ������� �������� ���� !�""��# !������ ������������# ������� �����#

$������# !�%����� ���� ������ ����� ������� �������� ���� !�""��# !������

������������# ������� �����# $������# !�%�����# �������� .������ ������������# &�'"�#

�� 6���# (�� ��)��� ��� !"��*��� !����'# (�� +���' , &+ !����' ��� -��# ���

��&./#0��1�#+)'������#��2����3

Page 65: NIT18PDFCIPET

�#�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

������

1. SPECIAL CONDITIONS

�$� &65�;6.7.</5(�.</6�<�+<$!�;//.6�<�

1.1.1 The steel / marine ply centring and shuttering and other connected materials required for

shuttering an area of 2000 sq.m. ±10% shall be made available within 60 days of date of

start of work, failing which recovery will be made at the rate of Rs. 1,000/- per day till the

materials are made available at site up to the satisfaction of Engineer-in-charge. The

recovery will be effected in the next running account bill itself. The material so brought

shall not be removed from the site of work, unless all connected works are completed and

approval of Engineer-in-Charge is obtained. The decision of the Engineer-in-Charge in

this regard shall be final and binding upon the contractor.

1.2 COMPREHENSIVE GROUP INSURANCE

The contractor including subcontractors shall provide comprehensive group insurance

cover for all the workers and their supervisory staff deployed at site. The details of

insurance cover to be provided shall be submitted by the contractor / subcontractor within

20 days of award and would be approved by the monitoring committee. In case of a default,

appropriate policy shall be got done by the Safety Monitoring Committee and double the

fee of the policy shall be recovered from the next bill of the contractor.

Page 66: NIT18PDFCIPET

���

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

i) Before commencing the execution of work, the Contractor shall, without in any way limiting

his obligations and liabilities, insure at his own cost and expense against any damage or

loss or injury, which may be caused to any person or property, at site of work. The

Contractor shall obtain and submit to the Engineer-in-Charge proper Contractor All

Risk Insurance Policy for employed labour for this work, with Engineer-in-Charge as

the first beneficiary. The insurance shall be obtained in joint names of Engineer-in-

Charge and the Contractor (who shall be second beneficiary). Also, he shall indemnify the

Department from any liability during the execution of the work. Further, he shall obtain and

submit to the Engineer-in-Charge, a third party insurance policy for maximum �10 lakh for

each accident, with the Engineer-in-Charge as the first beneficiary. The insurance shall be

obtained in joint names of Engineer-in-Charge and the Contractor (who shall be second

beneficiary).

ii) The Contractor shall, from time to time, provide documentary evidence as regards payment

of premium for all the Insurance Policies for keeping them valid till the completion of the

work. The Contractor shall ensure that Insurance Policies are also taken for the workers of

his Sub-Contractors / specialized agencies also. Without prejudice to any of its obligations

and responsibilities specified above, the Contractor shall within 10 days from the date of

letter of acceptance of the tender and thereafter at the end of each quarter submit a report

to the Department giving details of the Insurance Policies along with Certificate of these

insurance policies being valid, along with documentary evidences as required by the

Engineer-in-Charge. No work shall be commenced by the Contractor unless he obtains the

Insurance Policies as mentioned above. No claim of hindrance (or any other claim) shall be

entertained from the contractor on these accounts.

1.3 SUBMISSION OF AS BUILT DRAWINGS AND OBTAINING Plinth Level Completion

CERTIFICATE(Building Use Permission)

The Contractor shall submit required sets of “AS BUILT” drawings for submitting the same

to the Municipal Corporation / Local bodies etc. for obtaining various service connections

Page 67: NIT18PDFCIPET

���

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

and Plinth level completion certificate (if required). The Contractor shall submit to the

Department, 2 sets of “AS BUILT” drawings and also in soft copy (CD – 2 sets) in one of

the standard software package. Nothing extra shall be payable on this account. The

contractor shall coordinate and facilitate for obtaining certificate from local bodies including

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

The contractor shall also be responsible for liasoning work required, if any, in this regard

with the local bodies. Nothing extra shall be payable on this account. Statutory charges,

fees etc. required to be paid to the local bodies in this connection shall only be payable by

the Department or shall be reimbursable to the contractor on production of proof of actual

payment by him. It is clarified that the contractor shall be responsible for obtaining all the

NO OBJECTION CERTIFICATES (NOCs) and the completion certificates (building use

permission) for the various works (covered under the scope of this tender) required for

obtaining Plinth level completion certificate (building use permission). However, only one

month after the date of completion shall be allowed for obtaining various NOCs and Plinth

level completion certificate (building use permission). An amount of 1% of the contractor

value shall be withheld from the RA bills of the Contractor towards the same. The

contractor may however submit an irrevocable Bank Guarantee in favour of Engineer-in-

charge towards the same, to avoid withholding of amount of RA bills. A portion of this

amount withheld shall be forfeited for non-performance, for every month delay in obtaining

various NOCs and Plinth level completion certificate / building use permission submitting

the same to the Engineer-in-charge, in a manner as given below.

a) No amount shall be forfeited if the NOCs and Plinth level completion certificate /

building use permission are obtained and submitted within one month after date of

completion of the work.

b) If NOCs and Plinth level completion certificate / building use permission are submitted

after one month of the date of completion of work, the amount forfeited shall be 10%

of the withheld amount.

Page 68: NIT18PDFCIPET

���

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

c) If NOCs and Plinth level completion certificate / building use permission are submitted

after two months of the date of completion of work, the amount forfeited shall be 30%

of the withheld amount (i.e. 10% for first month and 20% for second month).

d) If NOCs and Plinth level completion certificate / building use permission are submitted

after three months of the date of completion of work, the amount forfeited shall be

60% of the withheld amount. (i.e. 10% for first month, 20% for second month and 30%

for the third month).

e) If NOCs and Plinth level completion certificate / building use permission are submitted

after three months of the date of completion of work, the amount forfeited shall be

100% of the withheld amount. (i.e. 10% for first month, 20% for second month, 30%

for the third month and 40% for the fourth month).

However the amount to be forfeited shall be calculated on daily basis. The contractor shall

submit all the NOCs and Plinth level completion certificate / building use permission

simultaneously and no consideration shall be given for obtaining and submitting some (and

not all) NOCs and Plinth level completion certificate / building use permission while

forfeiting the amounts as mentioned above. If the contractor fails to obtain the NOCs and

Plinth level completion certificate / building use permission up to five months from the date

of completion of the work, the defect liability period shall get extended by the same period

as delay (in obtaining NOCs and Plinth level completion certificate (building use

permission)) beyond the five months after the date of the completion of the work. No claim

of any kind shall be entertained from the contractor on these accounts.

1.4 The Contractor shall give the Engineer-in-charge on the 4th day of each month, a

progress report along with pictorial photographs (softcopies as well as hard copies) 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 short falls, if any, sorted out.

Page 69: NIT18PDFCIPET

���

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

The contractor shall there upon take such action as may be necessary to bring back his

work to schedule without additional cost to the department.

Note 1: The special conditions detailed above are in addition to general/ other/ additional

conditions as specified elsewhere in tender document.

Note 2: Nothing extra shall be paid on the account of these special conditions.

Page 70: NIT18PDFCIPET

���

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

2. ADDITIONAL CONDITIONS FOR CIVIL WORK

General

2.1.1 In case of any difference or discrepancy between the description of items as given in the schedule of

quantities, particular specifications for individual items of work (including special conditions) and I.S.

Codes etc., the following order of preference shall be observed :

(i) Description of items as given in Schedule of quantities

(ii) Particular specifications

(iii) Special conditions

(iv) Additional Conditions

(v) Tender drawings attached

(vi) CPWD Specifications

(vii) General Conditions of Contract for CPWD works

(viii) I.S. Codes

(ix) ASTM, BS, or other foreign origin code mentioned in tender document

(x) Decision of Engineer-in-Charge

(xi) Sound Engineering practices or well established local construction practices

Note: Unless otherwise specified, CPWD Specifications 2009 volume I & II with corrections slips till the

last date of tender submission shall be followed in general. Any additional item of work, if taken up

subsequently, shall also conform to the ‘relevant CPWD specifications mentioned above.

The List of Architectural drawings attached with the tender documents is for guidance purpose only.

2.1.2 The work shall be carried out in accordance with the Good for Construction Architectural drawings

and structural drawings, to be issued from time to time, by the Engineer-in-Charge. Before

commencement of any item of work, the contractor shall correlate all the relevant architectural and

structural drawings issued for the work and satisfy himself that the information available from there

is complete and unambiguous. 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.

2.1.3 The contractor shall be responsible for the watch and ward / guard of the buildings, safety

of all fittings and fixtures including sanitary and water supply fittings and fixtures provided

by him against pilferage and breakage during the period of installations and thereafter till

Page 71: NIT18PDFCIPET

���

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

the building is physically handed over to the CIPET authorities. No extra payment shall be

made on this account.

2.1.4 For works below ground level the contractor shall keep that area free from water. If

dewatering or bailing out of water is required the contractor shall do it at his cost and

nothing extra shall be paid except otherwise provided in the items of schedule of

quantities.

2.1.5 Results of sub-surface investigations conducted at site are indicated in extracts of the soil

investigation report attached. This information about the soil and sub-soil water conditions

is being made available to the tenderer, in good faith, for guidance only and the tenderer

is advised to obtain details directly as may be considered necessary by him before

quoting rates in the tender. No claim whatsoever on account of any discrepancy between

the sub-surface strata conditions that may be actually encountered at the time of

execution of the work and those given in these tender documents, in-accuracy or

interpretation thereof shall be entertained from the Contractor under any circumstances.

The ground water table is a variable condition and the information given in the report is

only indicative and it may vary from time to time.

2.1.6 The Contractor shall make all necessary arrangements for protecting from rains, fog or

likewise extreme weather conditions, the work already executed and for carrying out the

further work, during monsoon including providing and fixing temporary shelters,

protections etc. Nothing extra shall be payable on this account. Also, no claims for

hindrance shall be entertained on this account.

2.1.7 In case of flooding of site on account of rain or any other cause and any consequent

damage, whatsoever, no claim financially or otherwise shall be entertained not

withstanding any other provisions elsewhere in the contract agreement. Also, the

Contractor shall make good, at his own cost, the damages caused, if any. Further, no

claims for hindrance shall be entertained on this account.

Page 72: NIT18PDFCIPET

� �

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

2.1.8 The contractor will take reasonable precaution to prevent his workmen and employees

from removing and damaging any flora (plant/vegetation) from the project area.

2.1.9 SAMPLE QUARTER / ROOM: -

The contractor shall construct one sample of single hostel room along with

common toilet at one floor level and patches of external finishes complete in all

respects in both Boys & Girls Hostels including all Civil works and Electrical

fittings/ fixtures, not later than 10 months. The sample accommodation shall be

inspected and approved by the Engineer-in-Charge. Slight changes with regard to

the fixtures/ fittings/ details/ dimensions etc. may occur as per the actual

requirement or in order to enhance the functionality of the product or the unit.

Thus, the procurement for all the internal fittings/fixtures/ fabricated material and

other material etc. shall be done by the contractor only after the approval of the

sample room/toilet block. A penalty @ Rs. 50,000/- per week shall be levied on the

contractor in case of their failure to construct the sample accommodation within

the stipulated period mentioned above.

2.2 TOOLS AND PLANTS

2.2.1 The bidder should own constructions equipment as per tender document required for the

proper and timely execution of the work. Nothing extra shall be paid on this account.

2.2.2 No tools and plants including any special T&P etc. shall be supplied by the Department

and the Contractor shall have to make his own arrangements at his own cost. No claim of

hindrance (or any other claim) shall be entertained on this account.

2.2.3 The Contractor shall do proper sequencing of the various activities by suitably staggering

the activities within various pockets in the plot so as to achieve early completion. The

agency may deploy adequate equipment, machinery and labour as required for the

Page 73: NIT18PDFCIPET

�!�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

completion of the entire work within the stipulated period specified. Also ancillary facilities

shall be provided by contractor commensurate with requirement to complete the entire

work within the stipulated period. Nothing extra shall be payable on this account.

Adequate number/sets of equipment in working condition, along with adequate stand-by

arrangements, shall be deployed during entire construction period. It shall be ensured by

the Contractor that all the equipment, Tools & Plants, machineries etc. provided by him

are maintained in proper working conditions at all times during the progress of the work

and till the completion of the work. Further, all the constructional tools, plants, equipment

and machineries provided by the Contractor, on site of work or his work shop for this work,

shall be exclusively intended for use in the construction of this work and they shall not be

shifted / removed from site without the permission of the Engineer-in-Charge.

2.3 ROYALTY

2.3.1 Royalty at the prevalent rates shall be paid by the Contractor or the RMC supplier as per

the terms of supply between them, on all materials such as boulders, metals, all sizes

stone aggregates, brick aggregates, coarse and fine sand, moorum, river sand, gravels

and bajri etc. collected by him for the execution of the work, directly to the revenue

authority of the state government concerned. Further, contractor needs to submit proof of

submission of full royalty to the state government or local authority. Nothing extra shall be

payable on this account.

2.4 PRESERVATION AND CONSERVATION MEASURES

2.4.1 Existing drains, pipes, cables, over-head wires, sewer lines, water lines and similar services encountered in

the course of the execution of work shall be protected against the damage by the contractor, at his own

expense, for which nothing is payable. The contractor shall not store materials or otherwise occupy any part

of the site in a manner likely to hinder the operation of such services.

2.4.2 All fossils, coins, articles of value of antiquity, structures and other remains or things of

geological or archaeological interest discovered on project location during

excavation/construction shall be the property of the Government, and shall be dealt with

as per provisions of the relevant legislation. The contractor will take reasonable precaution

Page 74: NIT18PDFCIPET

�"�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

to prevent his workmen or any other persons from removing and damaging any such

article or thing. He will, immediately upon discovery thereof and before removal acquaint

the Engineer-in-charge of such discovery and carry out the official instructions of

Engineer-in-charge for dealing with the same, till then all work shall be carried out in a

way so as not to disturb/ damage such article or thing.

2.5 RESPONSIBILITY

2.5.1 The Contractor shall keep himself fully informed of all relevant acts and laws of the

Central & State Governments, orders, decrees of statutory bodies, tribunals having any

jurisdiction or authority, which in any manner may affect those engaged or employed and

anything related to carrying out the work. All the rules & regulations and bye-laws laid

down by District Collector / Ahmedabad Municipal Corporation / Ahmedabad Urban

Development Authority and any other statutory bodies shall be adhered to, by the

contractor, during the execution of work. The Contractor shall also adhere to all traffic

restrictions notified by the local authorities. The water charges (for municipal water

connection as well as tanker water) shall be borne by the contractor. Also, if the contractor

obtains water connection for the drinking purposes from the municipal authorities or any

other statutory body, the consequent sewerage charges shall be borne by the contractor.

All statutory taxes, levies, charges (including water and sewerage charges, charges for

temporary service connections and / or any other charges) payable to such authorities for

carrying out the work, shall be borne by the Contractor. The Contractor shall arrange to

give all notices as required by any statutory / regulatory authority and shall pay to such

authority all the fees that is required to be paid for the execution of work. He shall protect

and indemnify the Department/ CIPET and its officials & employees against any claim and

/or liability arising out of violations of any such laws, ordinances, orders, decrees, by

Page 75: NIT18PDFCIPET

#�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

himself or by his employees or his authorized representatives. Nothing extra shall be

payable on these accounts.

2.5.2 The fee payable to statutory authorities for obtaining the various permanent service

connections and Building Use Certificate for the building shall be borne by the

Department/ CIPET.

2.5.3 The Contractor shall assume all liability, financial or otherwise in connection with this

contract and shall protect and indemnify the Department from any and all damages and

claims that may arise on any account. The Contractor shall indemnify the Department

against all claims in respect of patent rights, royalties, design, trademarks of name or

other protected rights, damages to adjacent buildings, roads or members of public, in

course of execution of work or any other reasons whatsoever, and shall himself defend all

actions arising from such claims and shall indemnify the Department in all respect from

such actions, costs and expenses. Nothing extra shall be payable on this account.

2.5.4 The contractor shall keep himself fully informed of all acts and laws of the Central

Government and Government of Gujarat, all local bye laws, ordinances, rules and

regulations and all orders and decree of bodies or, tribunals having any jurisdiction or

authority which in any manner affect those engaged or employed on the work or which in

any way affect the conduct of the works. Contractor shall at all times, observe and comply

with all such laws, ordinances, rules, regulations, orders and decrees, and shall give all

notices and pay out of his own money any fees or charges to which he may be liable. He

shall protect and indemnify the Department/ CIPET and its officers and employees against

any claim or liability arising out of violations of any such law, ordinances, legislations,

order or decree, whether by himself or by his employees & authorized representatives.

2.6 CO-OPERATION WITH OTHER CONTRACTORS/SPECIALIZED AGENCIES/SUB-

CONTRACTORS

Page 76: NIT18PDFCIPET

��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

2.6.1 The Contractor shall take all necessary precautions to prevent any nuisance or

inconvenience to the owners, tenants or occupants of the adjacent properties and to the

public in general .The Contractor shall take all care, as not to damage any other adjacent

property or other services running adjacent to the plot. If any damage is done, the same

shall be made good by the Contractor at his own cost and to the entire satisfaction of the

Engineer-in-Charge. The Contractor shall use such methodology and equipments for

execution of the work, so as to cause minimum environmental pollution of any kind during

construction, to have minimum construction time and minimum inconvenience to road

users and to the occupants of the buildings on the adjacent plot and public in general, etc.

He shall make good at his own cost and to the entire satisfaction of the Engineer in

Charge any damage to roads, paths, cross drainage works or public or private property

whatsoever caused, due to the execution of the work or by traffic brought thereon, by the

Contractor. Further, the Contractor shall take all precautions to abide by the

environmental related restrictions imposed by Gujarat state Pollution control board, Govt.

of Gujarat as well as prevent any pollution of streams, ravines, river bed and waterways.

All waste or superfluous materials shall be transported by the Contractor, entirely to the

satisfaction of the Engineer-in-Charge. Utmost care shall be taken to keep the noise level

to the barest minimum so that no disturbance as far as possible is caused to the

occupants / users of adjoining buildings. No claim what so ever on account of site

constraints mentioned above or any other site constraints, inadequate availability of

skilled, semi-skilled or unskilled workers in the near vicinity, non-availability of construction

machinery spare parts and any other constraints not specifically stated here, shall be

entertained from the Contractor. Therefore, the Tenderers are advised to visit site and get

first-hand information of site constraints. Accordingly, they should quote their tenders.

Nothing extra shall be payable on this account.

2.6.2 The Contractor shall cooperate with and provide the facilities to the sub-Contractors and

other agencies working at site for smooth execution of the work. The contractor shall

Page 77: NIT18PDFCIPET

��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

indemnify the Department/ CIPET authorities against any claim(s) arising out of such

disputes. The Contractor shall :

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

(ii) Properly co-ordinate their work with the work of other Contractors.

(iii) Provide control lines and benchmarks to his Sub-Contractors and the other

Contractors.

(iv) Provide electricity and water at mutually agreed rates.

(v) Provide hoist and crane facilities for lifting material at mutually agreed rates.

(vi) Co-ordinate with other Contractors for leaving inserts, making chases, alignment

of services etc. at site.

(vii) Adjust work schedule and site activities in consultation with the Engineer-in-

Charge and other Contractors to suit the overall schedule completion.

(viii) Resolve the disputes with other Contractors/ sub-contractors amicably and the

Engineer-in-Charge shall not be made intermediary or arbitrator.

2.6.3 The work should be planned in a systematic manner so as to ensure proper co-ordination

of various disciplines viz. sanitary & water supply, drainage, rain water harvesting,

electrical, fire fighting, information technology, communication & electronics and any other

services.

2.6.4 Other agencies will also simultaneously execute and install the works of sub-station /

generating sets, air-conditioning, lifts, etc. for the work and the contractor shall afford

necessary facilities for the same. The contractor shall leave such recesses, holes,

openings trenches etc. as may be required for such related works (for which inserts,

sleeves, brackets, conduits, base plates, clamps etc. shall be supplied free of cost by the

department unless otherwise specifically mentioned) and the contractor shall fix the same

at time of casting of concrete, stone work and brick work, if required, and nothing extra

shall be payable on this account.

2.6.5 The contractor shall conduct his work, so as not to interfere with or hinder the progress or

completion of the work being performed by other contractor(s) or by the Engineer-In-

Charge and shall as far as possible arrange his work and shall place and dispose off the

Page 78: NIT18PDFCIPET

��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

materials being used or removed so as not to interfere with the operations of other

contractor or he shall arrange his work with that of the others in an acceptable and in a

proper co -ordination manner and shall perform it in proper sequence to the complete

satisfaction of others.

2.6.6 Specialized Agencies

2.6.6.1 The composite tender comprises of two main components: viz. civil work and Electrical

works. The tenderer shall select Specialized Agencies for the specified items of the Civil

work and for each Electrical package for executing the work and furnish the name of

Specialized Agencies at prescribed time.

2.6.6.2 Specialized agencies of L1 would be approved by the department. It shall be the

responsibility of main contractor to sort out any dispute / litigation with the Specialized

Agencies without any time & cost overrun to the Department. The main contractor shall be

solely responsible for settling any dispute / litigation arising out of his agreement with the

Specialized Agencies. The contractor shall ensure that the work shall not suffer on

account of litigation/ dispute between him and the specialized agencies / sub-

contractor(s). No claim of hindrance in the work shall be entertained from the Contractor

on this account. No extension of time shall be granted and no claim what so ever, of any

kind, shall be entertained from the Contractor on account of delay attributable to the

selection/rejection of the Specialized Agencies.

2.6.6.3 The main contractor cannot work as a specialized agency unless his name is already

included in the list of approved specialized agencies or is approved by the Engineer in

Charge.

2.6.6.4 The specialized agencies for the followings work shall be got approved by Engineer In

Charge before start of Item

(i) Water proofing work. (ii) Aluminium works. (iii) Under Ground tank

Page 79: NIT18PDFCIPET

��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

(iv) S S Railing

For Electrical works the agencies to be associated shall be as per the eligibility criteria defined in

the tender documents.

2.7 RATES

2.7.1 The rates quoted by the Contractor are deemed to be inclusive of site clearance, setting

out work, profile, setting lay out on ground, establishment of reference bench mark(s),

installing various signage, taking spot levels, survey with total station, construction of all

safety and protection devices, compulsory use of helmet and safety shoes, and other

appropriate safety gadgets by workers, imparting continuous training for all the workers,

barriers, preparatory works, construction of clean, hygienic and well ventilated workers

housings in sufficient numbers as per drawing supplied by Engineer in charge, working

during monsoon or odd season, working beyond normal hours, working at all depths,

height, lead, lift, levels and location etc. and any other unforeseen but essential incidental

works required to complete this work. Nothing extra shall be payable on this account and

no extension of time for completion of work shall be granted on these accounts.

2.7.2 The rates quoted by the tenderer, shall be firm and inclusive of all taxes and levies

(including works contract tax but excluding service tax).

2.7.3 No foreign exchange shall be made available by the Department for importing (purchase)

of equipment, plants, machinery, materials of any kind or any other items required to be

carried out during execution of the work. No delay and no claim of any kind shall be

entertained from the Contractor, on account of variation in the foreign exchange rate.

2.7.4 All ancillary and incidental facilities required for execution of work like labour camp, stores,

fabrication yard, offices for Contractor, watch and ward, temporary ramp required to be

made for working at the basement level, temporary structure for plants and machineries,

water storage tanks, installation and consumption charges of temporary electricity,

telephone, water etc. required for execution of the work, liaison and pursuing for obtaining

various No Objection Certificates, completion certificates from local bodies etc., protection

works, testing facilities / laboratory at site of work, facilities for all field tests and for taking

Page 80: NIT18PDFCIPET

��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

samples etc. during execution or any other activity which is necessary (for execution of

work and as directed by Engineer-in-Charge), shall be deemed to be included in rates

quoted by the Contractor, for various items in the schedule of quantities. Nothing extra

shall be payable on these accounts. Before start of the work, the Contractor shall submit

to the Engineer-in-Charge, a site / construction yard layout, specifying areas for

construction, site office, positioning of machinery, material yard, cement and other

storage, steel fabrication yard, site laboratory, water tank, etc.

2.7.5 For completing the work in time, the Contractor might be required to work in two or more

shifts (including night shifts). No claim whatsoever shall be entertained on this account,

not with-standing the fact that the Contractor may have to pay extra amounts for any

reason, to the labourers and other staff engaged directly or indirectly on the work

according to the provisions of the labour and other statutory bodies regulations and the

agreement entered upon by the Contractor with them.

2.7.6 All material shall only be brought at site as per program finalized with the Engineer-in-

Charge. Any pre-delivery of the material not required for immediate consumption shall not

be accepted and thus not paid for.

2.7.7 INCENTIVE FOR EARLY COMPLETION OF WORK:In order to expedite the progress of

work and complete it before the stipulated date of completion, the Clause 2 A has been

incorporated in this tender. The contract envisages a scheme wherein Bonus is payable

by the Department to the Contractor for completion of work earlier than the stipulated date

of the completion of work (as per the contract agreement), as envisaged under Clause 2A

of the General Conditions of the Contract for CPWD Works. The Contractor is

encouraged to utilize this scheme for completing the entire work earlier than the stipulated

date of completion of the work as per the contract agreement. The entire scope of the

work covered under this Contract shall be completed within the stipulated date of

completion as given in this tender document. For the purpose of calculating the Bonus

payment, the stipulated time limit given in this document is firm (fixed) and no adjustment /

Page 81: NIT18PDFCIPET

��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

modification of dates in stipulated time limit by reason of granting extension of time

pursuant to Clause 5 or any other Clause of this agreement shall be allowed. This Clause

shall be operated only if the work is completed strictly before the stipulated date of

completion as entered in the contract agreement. If the completion of the work is delayed

beyond the stipulated time limit specified in the contract agreement for any reason, what

so ever, either for the reasons attributable to the Contractor or not attributable to the

Contractor or partially attributable to the Contractor, Clause 2A of the General Conditions

of the Contract for the CPWD Works shall not be applicable to this contract agreement

and no Bonus (or Incentive) shall be payable to the Contractor. The contractor shall have

no right to claim any amount of Bonus / Incentive in full or part, if the time period for

carrying out the work is extended beyond that specified in the tender, for any reason what

so ever, with or without levy of compensation under Clause 2 of this agreement.

The date of completion of work shall be taken as the actual date as recorded in the

Completion Certificate recorded in the Measurement Book and counter signed by the

Engineer-in-Charge for the works covered under this agreement and it shall be final and

binding on the Contractor.

2.8 SAFETY PRACTICES

2.8.1 WARNING/ CAUTION BOARDS: All temporary warning / caution boards / glow signage

display such as "Construction Work in Progress", "Keep Away", “No Parking”, Diversions

& protective Barricades etc. shall be provided and displayed during day time by the

Contractor, wherever required and as directed by the Engineer-in-Charge. These glow

signage and red lights shall be suitably illuminated during night also. The Contractor shall

be solely responsible for damage and accident caused, if any, due to negligence on his

part. Also he shall ensure that no hindrance, as far as possible, is caused to general traffic

during execution of the work. This signage shall be dismantled & taken away by the

Contractor after the completion of work, only after approval of the Engineer – in – Charge.

Nothing extra shall be payable on this account.

Page 82: NIT18PDFCIPET

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

2.8.2 SIGN BOARDS: The Contractor shall provide and erect a display board of size and shape

as required and paint over it, in a legible and workman like manner, the details about the

salient features of the project, as required by the Engineer-in-Charge. The Contractor shall

fabricate and put up a sign board in an approved location and to an approved design

indicating name of the project, client / owner, architects, structural consultants, Department

etc. besides providing space for names of other Contractors, Sub-Contractors and

specialized agencies. Nothing extra shall be payable on this account.

2.8.3 Necessary protective and safety equipments shall be provided to the Site Engineer,

Supervisory staff,labour and technical staff of the contractor by the Contractor at his own

cost and to be used at site.

2.8.4 No inflammable materials including P.O.L shall be allowed to be stored in huge quantity at

site. Only limited quantity of P.O.L may be allowed to be stored at site subject to the

compliance of all rules / instructions issued by the relevant authorities and as per the

direction of Engineer -in- Charge in this regard. Also all precautions and safety measures

shall be taken by the Contractor for safe handling of the P.O.L products stored at site. All

consequences on account of unsafe handling of P.O.L shall be borne by the Contractor.

2.9 QUALITY ASSURANCE

The proposed building is a prestigious project and quality of work is of paramount

importance. The contractor shall have to engage well experienced skilled labour and

deploy modern T&P and other equipment to execute the work.

2.9.1 The contractor shall ensure quality construction in a planned and time bound manner. Any

sub-standard material / work beyond set out tolerance limit shall be summarily rejected by

the Engineer-in-charge & contractor shall be bound to replace / remove such sub-

standard / defective work immediately. If any material, even though approved by

Engineer-In-Charge is found defective or not conforming to specifications shall be

replaced / removed by the contractor at his own risk & cost.

2.9.2 During the supervision of work by CPWD engineers, deficiencies, shortcomings, inferior

workmanship pointed out by them shall also be made good by necessary improvement,

Page 83: NIT18PDFCIPET

!�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

rectification, replacement upon receipt of instructions from Engineer in Charge up to his

complete satisfaction. Special attention shall be inevitable towards line and level of internal

and external plastering, exposed smooth surface of RCC members by providing fresh

shuttering plates rubberized linings to all the shuttering joints, accurate joinery work in

wooden doors and windows, thinnest joints in stone/ tiling / cladding work, non-hollowness

in floor and dado tiles work, protection of scratches over flooring by impounding layer of

plaster of Paris, water tight pipe linings, absence of hollow vertical joints in brick masonry,

proper compaction of filled up earth etc to achieve an Institution of International standards

and up keeping of quality assurance shall be of paramount importance.

2.9.3 The Contractor shall submit, within 20 days after the date of award of work, a detailed and

complete method statement for the execution, testing and Quality Assurance, of such

items of works, as directed by the Engineer-in-Charge. All the materials to be used in the

work, to give the finished work complete in all respects, shall comply with the

requirements of the specifications and shall pass all the tests required as per

specifications as applicable or such specifications / standards as directed by the

Engineer-in-Charge. However, keeping the Quality Assurance in mind, the Contractor

shall submit, on request from the Engineer-in-Charge, his own Quality Assurance

procedures for basic materials and such items, to be followed during the execution of the

work, for approval of the Engineer-in-Charge.

2.9.4 All materials and fittings brought by the contractor to the site for use shall conform to the

samples approved by the Engineer-in-charge which shall be preserved till the completion

of the work. If a particular brand of material is specified in the item of work in Schedule of

Quantity, the same shall be used after getting the same approved from Engineer-In-

Charge. Wherever brand / quality of material is not specified in the item of work, the

contractor shall submit the samples as per suggested list of brand names given in the

tender document / particular specifications for approval of Engineer-In-Charge. For all

other items, materials and fittings of ISI Marked shall be used with the approval of

Engineer-In-Charge. Wherever ISI Marked material / fittings are not available, the

contractor shall submit samples of materials / fittings manufactured by firms of repute

Page 84: NIT18PDFCIPET

"�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

conforming to relevant specifications or IS codes and use the same only after getting the

approval of Engineer-In-Charge.

2.9.5 The Contractor shall procure and provide all the materials from the manufacturers /

suppliers as per the list attached with the tender documents, as per the item description

and particular specifications for the work. The equivalent brand for any item shall be

permitted to be used in the work, only when the specified make is not available. This is,

however, subject to documentary evidence produced by the contactor for non-availability

of the brand specified and also subject to independent verification by the Engineer-in-

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

in-Charge as regards equivalent make of the material shall be final and binding on the

Contractor. No claim, whatsoever, of any kind shall be entertained from the Contractor on

this account. Nothing extra shall be payable on this account. Also, the material shall be

procured only after written approval of the Engineer-in-Charge.

2.9.6 All materials whether obtained from Govt. stores or otherwise shall be got checked by the

Engineer-in-Charge or his authorized supervisory staff on receipt of the same at site

before use.

2.9.7 The tests, as necessary, shall be conducted in the laboratory approved by the Engineer–

in-Charge. The samples shall be taken for carrying out all or any of the tests stipulated in

the particular specifications and as directed by the Engineer-in-Charge or his authorized

representative.

2.9.8 The Contractor shall at his own risk and cost make all arrangements and shall provide all

such facilities including material and labour, the Engineer-in-Charge may require for

collecting, preparing, forwarding the required number of samples for testing as per the

frequency of test stipulated in the contract specifications or as considered necessary by

the Engineer-in-Charge, at such time and to such places, as directed by the Engineer-in-

Charge. Nothing extra shall be payable for the above.

2.9.9 The Contractor or his authorized representative shall associate in collection, preparation,

forwarding and testing of such samples. In case he or his authorized representative is not

Page 85: NIT18PDFCIPET

!#�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

present or does not associate him, the result of such tests and consequences thereon

shall be binding on the Contractor .The Contractor or his authorized representative shall

remain in contact with the Engineer-in–Charge or his authorized representative associated

for all such operations. No claim of payment or claim of any other kind, whatsoever, shall

be entertained from the Contractor.

2.9.10 All the testing charges shall be borne by the contractor/ department in the manner

indicated below:

(i) By the contractor, if the results show that the material does not conform to relevant specifications

and BIS codes.

(ii) By the department, if the results show that the material conforms to relevant specifications and BIS

codes.

2.9.11 All the hidden items such as water supply lines, drainage pipes, conduits, sewers etc. are

to be properly tested as per the design conditions before covering and their

measurements in computerized measurement book duly test checked shall be deposited

with Engineer in charge or his authorized representative, prior to hiding these items.

2.9.12 Water tanks, taps, sanitary, water supply and drainage pipes, fittings and accessories

should conform to byelaws and municipal body / corporation where CPWD Specifications

are not available. The contractor should engage licensed plumbers for the work and get

the materials (fixtures/fittings) tested by the Municipal Body/Corporation authorities

wherever required at his own cost.

2.9.13 The contractor shall give performance test of the entire installation(s) as per the standing

specifications before the work is finally accepted and nothing extra whatsoever shall be

payable to the contractor for the test.

2.9.14 The contractor shall have to execute guarantee bonds in respect of water proofing works

as per Proforma enclosed.

2.9.15 The Contractor shall depute Site Engineer & skilled workers as required for the work. He

shall submit organization chart along with details of Engineers and supervisory staff. It

shall be ensured that all decision making powers shall be available to the representatives

Page 86: NIT18PDFCIPET

!��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

of the Contractor at Ahmedabad itself to avoid any likely delays on this account. The

Contractor shall also furnish list of persons for specialized works to be executed for

various items of work. The Contractor shall identify and deploy key persons having

qualifications and experience in the similar and other major works, as per the field of their

expertise. If during the course of execution of work, the Engineer-in-Charge is of the

opinion that the deployed staff is not sufficient or not well experienced; the Contractor

shall deploy more staff or better-experienced staff at site to complete the work with quality

and in stipulated time limit.

2.9.16 The Contractor shall maintain all the work in good condition till the completion of entire

work. The Contractor shall be responsible for and shall make good, all damages and

repairs, rendered necessary due to fire, rain, traffic, floods or any other causes. The

Engineer-in-Charge shall not be responsible for any claims for injuries to person/workmen

or for structural damage to property happening from any neglect, default, want of proper

care or misconduct on the part of the Contractor or of any other of his representatives, in

his employment during the execution of the work. The compensation, if any, shall be paid

directly to the Department / authority / persons concerned, by the Contractor at his own

cost.

2.9.17 The Contractor shall arrange electricity at his own cost for testing of the various civil

installations as directed by Engineer-in-Charge and for the consumption by the contractor

for executing the work. Also all the water required for testing various civil installations and

also testing water supply, sanitary and drainage lines, water proofing of underground

sump, overhead tanks, water proofing treatment etc. shall be arranged by the contractor

at his own cost. Nothing extra shall be payable on this account.

2.9.18 The Contractor should own constructions equipment as per list required for the proper

and timely execution of the work. Nothing extra shall be paid on this account.

2.9.19 The Contractor will deploy sufficient number of Technical and Administrative employees

for the proper execution of the contract. The bidder should submit a list of these

employees stating clearly how these would be involved in this work.

Page 87: NIT18PDFCIPET

!��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

2.9.20 If the performance of the work done is found unsatisfactory during maintenance period of

12 months after date of completion and further if any defects are noticed during the defect

liability period, they shall be rectified by the contractor within seven days of receipt of

intimation of defects in the work. If the defects pointed out are not attended to within the

specified period, the same will be got done from another agency at the risk and cost of the

contractor and shall be deducted from available security deposits.

2.10 SUBMISSION AND DOCUMENTATION

2.10.1 The Contractor shall display all permissions, licenses, registration certificates, bar charts,

other statements etc under various labour laws and other regulations applicable to the

works, at his site office.

2.10.2 The Contractor shall make available four sets of completed Building Drawings, “As Built

Drawings” along with literatures, manuals, warranty certificates etc. of various installed

fittings, fixtures and equipment for the completed projects. This shall be the prerequisite

for payment of final bill.

2.10.3 The Contractor shall make available three sets of all drawings of internal and external

services i.e. Water Supply, Sanitary line and Drainage lines. This shall be the prerequisite

for payment of final bill. These drawings shall have the following information:

(i) Run off for all piping and their diameters including soil, waste pipes and vertical

stacks.

(ii) Ground and invert level of all drainage pipes together with locations of all

manholes and connections, up to outfall.

(iii) Run off for all water supply lines with diameters location of control valves, access

panels etc.

2.10.4 The contractor shall make available four sets of computerized standard measurement

books having measurement of all the permanent standing in a building.

Page 88: NIT18PDFCIPET

!��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

2.10.5 The security deposit shall not be released to the contractor until the aforesaid drawings

are submitted to the Engineer-in-Charge

2.10.6 The contractor will submit computerized measurement sheet for the work carried out by

him for making payment as per Clause – 6A of the CPWD General Conditions of Contract

2014(with upto date correction slips). For casting of RCC members and other hidden

items the corrected and duly test checked measurement sheets of reinforcement or that of

other hidden items shall be deposited with Engineer in charge or his authorized

representative, before casting of RCC or other hidden items. The delay in submission of

corrected and duly checked measurement sheet may, therefore, delay casting of RCC or

execution of hidden item for which no hindrance shall be recorded.

2.10.7 To avoid delay, contractor should submit all samples well in advance so as to give timely

orders for procurement.

2.10.8 Program Chart:

The Contractor shall prepare an integrated program chart within fifteen days of issue of award letter including civil as well as E & M activities for the execution of work, showing clearly all activities from the start of work to completion, with details of manpower, equipment and machinery required for the fulfillment of the program within the stipulated period and submit the same for approval of the Engineer-In-Charge within fifteen days of the award of the work. These shall be submitted by the contractor through electronic media besides forwarding hard copies of the same. The integrated program chart so submitted should not have any discrepancy with the physical milestones attached in the contract agreement. The program chart should include the following: -

(i) Descriptive note explaining sequence of various activities. (ii) In case of non compliance/delay in compliance in this, a penalty @ Rs. 5000/- per

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

(iii) Program for procurement of materials by the contractor. (iv) Program for arranging and deployment of manpower both skilled and unskilled so

as to achieve targeted progress.

Page 89: NIT18PDFCIPET

!��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

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

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

(vi) Program for achieving fortnightly micro milestones and periodic milestones. (vii) If at any time, it appears to the Engineer-In-Charge that the actual progress of work

does not conform to the approved program referred above, the contractor shall produce a revised program showing the modifications to the approved program by additional inputs to ensure completion of the work within the stipulated time.

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

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

(ix) Apart from the above integrated program chart, the contractor shall be required to

submit fortnightly progress report of the work in a computerized form on 1st and 16th of every month. The progress report shall contain the following, apart from whatever else may be required as specified above:

(a) Construction schedule of the various components of the work through a bar

chart for the next two fortnights (or as may be specified), showing the micro-

milestone/milestones, targeted tasks (including material and labour requirement)

and up to date progress. Atleast 10 digital photographs showing all the parts of

construction site along with atleast 5 minutes video of executions of different

items in soft copy has to be submitted in every fortnightly progress report.

(b) Progress chart of the various components of the work that are planned

and achieved, for the fortnight as well as cumulative up to the fortnight under reckoning, with reason for deviations, if any in a tabular format.

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

work. (d) Man-power statement indicating:

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

Page 90: NIT18PDFCIPET

!��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

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

(e) Financial statement, indicating the broad details of all the running account

payment received up to date, such as gross value of work done, advances taken, recoveries effected, amount withheld, net payments details of cheque payment received, extra/substituted/deviation items if any, etc.

2.11 TEMPORARY WATER/ ELECTRICITY/ TELEPHONE CONNECTION

2.11.1 Arrangement of temporary telephone connection, water and electricity required by

Contractor, shall be made by him at his own cost and also necessary permissions shall be

obtained by him directly from concerned authorities, under intimation to the Department.

Also, all initial cost and running charges, and security deposit, if any, in this regard shall

be borne by him. The Contractor shall abide by all the rules/ bye laws applicable in this

regard and he shall be solely responsible for any penalty on account of violation of any of

the rules / byelaws in this regard. Nothing extra shall be payable on this account.

2.11.2 The Contractor shall be responsible for maintenance and watch and ward of the complete

installation and water / electricity meter and shall also be responsible for any pilferage,

theft, damage, penalty etc. in this regard. The Contractor shall indemnify the Department

against any claim arising out of pilferage, theft, damage, penalty etc. whatsoever on this

account. Security deposit for the work shall be released only after No Dues Certificates

are obtained from the local Authorities from whom temporary electric/ water / telephone

connection have been obtained by the Contractor. Nothing extra shall be payable on this

account.

2.11.3 The Department shall in no way be responsible for either any delay in getting electric

and/or water and/or telephone connections for carrying out the work or not getting

connections at all. No claim of delay or any other kind, whatsoever, on this account shall

be entertained from the Contractor. Also contingency arrangement of stand-by water &

electric supply shall be made by the Contractor for commencement and smooth progress

of the work so that work does not suffer on account of power failure or disconnection or

Page 91: NIT18PDFCIPET

!��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

not getting connection at all. No claim of any kind whatsoever shall be entertained on this

account from the Contractor. Nothing extra shall be payable on this account.

2.12 TRAFFIC ARRANGEMENTS

2.12.1 Haphazard plying of vehicles shall be avoided. Care shall be taken to avoid damages to

Existing trees, recently planted trees including tree guards and irrigation water supply

piping system can be located nearby work site, hence, while taking up excavation

activities, trees as well as their root zones be protected and the stacking of excavated

earth shall be made in such a way that neither plants are buried nor damaged. The initial

survey, demarcation of roads should be made in the campus and pickets etc should be

fixed at locations which shall not be disturbed or damaged by vehicular movement or

manual tampering, else the same shall be made good by the contractor at his own. In

case of failure to comply with the above requirements the damage caused shall be made

good at cost of contractor and the cost so incurred and assessed by Engineer in charge

shall be recovered from running account bill of contractor.

2.12.2 In event of any restriction being imposed by the Department, traffic or any other statutory

authority having control over the project, on the working or movement of Labour,

materials, etc., the Contractor shall strictly follow all such restrictions or instructions issued

regarding the same and nothing extra shall be payable to the Contractor on account of

such restrictions or instructions. No delay or claims of any kind shall be entertained from

the Contractor on this account. The loss of time on this account, if any, shall have to be

made up by the contractor by generating and deploying additional resources etc. Nothing

extra shall be payable on this account.

2.13 CLEANLINESS OF SITE

2.13.1 The Contractor shall not stack building material / malba / muck on the land or road of the

local development authority or on the land owned by the others, as the case may be. So

the muck, rubbish etc. shall be removed periodically as directed by the Engineer-in-

Charge, from the site of work to the approved dumping grounds as per the local byelaws

and regulations of the concerned authorities and all necessary permissions in this regard

Page 92: NIT18PDFCIPET

! �

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

from the local bodies shall be obtained by the Contractor. Nothing extra shall be payable

on this account. In case, the Contractor is found stacking the building material / malba as

stated above, the Contractor shall be liable to pay the stacking charges / penalty as may

be levied by the local body or any other authority and also to face penal action as per the

rules, regulations and bye-laws of such body or authority. The Engineer –in-Charge shall

be at liberty to recover, such sums due but not paid to the concerned authorities on the

above counts, from any sums due to the Contractor including amount of the Security

Deposit and performance guarantee in respect of this contract agreement.

2.13.2 The contractor shall take instructions from the Engineer-In-Charge regarding collection

and stacking of materials at any place. No excavated earth or building rubbish shall be

stacked on areas where other buildings, roads, services and compound walls are to be

constructed.

2.13.3 The site of work shall be always kept clean due to constraints of space and to avoid any

nuisance to the users of buildings in the adjacent plots. The Contractor shall take all care

to prevent any water- logging at site. The waste water, slush etc. shall not be allowed to

be collected at site. It may be directly pumped into the creek with prior approval of the

concerned authorities. For discharge into public drainage system, necessary permission

shall be obtained from relevant authorities after paying the necessary charges, if any,

directly to the authorities. The work shall be carried out in such a way that the area is

kept clean and tidy. All the fees/charges in this regard shall be borne by the Contractor.

Nothing extra shall be payable on this account.

2.14 INSPECTION OF WORK

2.14.1 In addition to the provisions of relevant clauses of the contract, the work shall also be

open to inspection by the SE Gandhinagar circle and other senior officers of CPWD in

addition of the Engineer-in-charge and his authorized representative. The contractor shall

at times during the usual working hours and at all times at which reasonable notices of

the intention of the Engineer-in-charge or other officers as stated above to visit the works

shall have been given to the contractor, either himself be present to receive the orders

Page 93: NIT18PDFCIPET

!!�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

and instructions or have a responsible site Engineer duly accredited in writing, to be

present for that purpose.

2.14.1 Senior Officers of CPWD, Dignitaries from Central Ministry / Department, State

Government and CIPET authorities shall be inspecting the on-going work at site at any

time with or without prior intimation. The contractor shall, therefore, keep updated the

following requirements and detailing.

(i) Display Board showing detail of work, weekly progress achieved with respect to

targets, reason of shortfall, status of manpower, wages being paid for different

categories of workers.

(ii) Entrance and area surrounding to be kept cleaned.

(iii) Display layout plan key plan, Building drawings including plans, elevations and

sections.

(iv) Upto date displays of PRIMAVERA program.

(v) Keep details of quantities executed, balance quantities, deviations, possible Extra

item, substituted Item etc.

(vi) Keep plastic / cloth mounted one sets of building drawings.

(vii) Set of Helmets and safety shoes for safety.

2.15 SETTING OUT

2.15.1 The Contractor shall carry out survey of the work area, at his own cost, setting out

the layout of building in consultation with the Engineer-in-Charge & proceed further.

Any discrepancy between the architectural drawings and actual layout at site shall be

brought to the notice of the Engineer-in-charge. It shall be responsibility of the

Contractor to ensure correct setting out of alignment. Total station survey

instruments only shall be used for layout, fixing boundaries, and centre lines, etc.

along with the odolites. Nothing extra shall be payable on this account.

Page 94: NIT18PDFCIPET

!"�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

2.15.2 The Contractor shall establish, maintain and assume responsibility for grades, lines,

levels and benchmarks. He shall report any errors or inconsistencies regarding

grades, lines, levels, dimensions etc. to the Engineer-in-Charge before commencing

work. Commencement of work shall be regarded as the Contractor’s acceptance of

such grades, lines, levels, and dimensions and no claim shall be entertained at a later

date for any errors found.

2.15.3 If at any time, any error appears due to grades, lines, levels and benchmarks during

the progress of the work, the Contractor shall, at his own expense rectify such error, if

so required, to the satisfaction of the Engineer-in-Charge. Nothing extra shall be

payable on this account.

2.15.4 Though the site levels are indicated in the drawings the Contractor shall ascertain and

confirm the site levels with respect to benchmark from the concerned authorities. The

Contractor shall protect and maintain temporary/permanent benchmarks at the site of

work throughout the execution of work. These benchmarks shall be got checked by

the Engineer-in-Charge or his authorized representatives. The work at different stages

shall be checked with reference to bench marks maintained for the said purpose.

Nothing extra shall be payable on this account.

2.15.5 The approval by the Engineer-in-Charge, of the setting out by the Contractor, shall not

relieve the Contractor of any of his responsibilities and obligation to rectify the errors/

defects, if any, which may be found at any stage during the progress of the work or

after the completion of the work.

2.15.6 The Contractor shall be entirely and exclusively responsible for the horizontal, vertical

and other alignments, the level and correctness of every part of the work and shall

rectify effectively any errors or imperfections therein. Such rectifications shall be

carried out by the Contractor at his own cost to the entire satisfaction of the Engineer-

in-Charge.

2.15.7 The rates quoted by the Contractor are deemed to be inclusive of site clearance,

setting out work (including marking of reference points, center lines of

Page 95: NIT18PDFCIPET

"#�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

buildings),construction and maintenance of reference bench mark(s), taking spot

levels, construction of all safety and protection devices, barriers, barricading, signage,

labour safety, labour welfare and labour training measures, preparatory works,

working during monsoon, working at all depths, height and location etc. and any other

incidental works required to complete this work. Nothing extra shall be payable on this

account.

• VARIATION IN CONSUMPTION OF MATERIALS

• The variation in consumption of material shall be governed as per CPWD specification and clauses of the contract to the extent applicable. The following specifications shall govern the variation in consumption of pig lead.

• VARIATION IN CONSUMPTION OF PIG LEAD

• The pig lead for caulking at joints of SCI/ CCI pipes shall be issued as per theoretical consumption for SCI/ CCI pipes of size 100mm, 75mm, 50mm at 0.980 Kg., 0.88 Kg. 0.770 Kg. per joint respectively. Over and above the theoretical quantities of leas as worked out, a variation of 5% shall be allowed for wastage etc. Any difference between the actual consumption of pig lead and theoretical consumption worked out on the above basis including the authorized variation shall be recovered at the rate mentioned under schedule “F”. Where the pig lead is arranged by the contractor, variation of 5% will be allowed. In case variation is on the higher side 5% will be allowed. In case the variation is on the lower side, the quantity of the pig lead less used shall be recovered from the contractor at market rate to be determined by the Engineer-in-charge whose decision in the matter will be made and binding.

• MATERIALS BROUGHT BY THE CONTRACTOR

• The contractor shall have to deposit the approved paints of required colour and shade as per actual requirements of the work to be done, with the Engineer-in-charge at his departmental stores at the site of work.

• The paint will be issued to the contractor from time to time according to his requirements for the work in the same manner as the issue of materials stipulated to be issued departmentally.

• Similar procedure shall be followed for water proofing compound.

Page 96: NIT18PDFCIPET

"��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

• The day-to-day receipt and issue quantity account of water proofing compound, paints etc. shall be maintained by the Junior Engineer and signed daily by the contractor or his authorized agent.

• Empty containers should not be removed without the written permission of the Engineer-in-charge.

• TESTING OF MATERIALS

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

• The contractor’s rates for the items involving the use of materials shall be deemed to cover the cost of sample. The cost of packaging, sealing, transportation, loading, unloading etc. shall be borne by the contractor. Testing charges shall be borne by the department only when the samples satisfy the provisions specified and conform to the requirements of the relevant specifications. If the result show that the samples do not satisfy the relevant specifications, the testing shall be borne by the contractor.

3 ADDITIONAL CONDITIONS FOR STEEL

3.1 The contractor shall procure TMT bars of Fe500D grade from primary producers viz.

SAIL, Tata Steel Ltd., RINL, Jindal Steel & Power Ltd. And JSW Steel Ltd. Or any

other producer as approved by CPWD who are using iron ore as the basic raw

material/input and having crude steel capacity of 2.0 Million tonnes per annum and

above.

3.2 The specifications of TMT bars procured from primary producers shall meet the

provisions of IS 1786pertaining Fe 500D grade of steel as specified in the tender.

3.3 Structural steel shall be procured from approved manufacturer having valid BIS license.

Page 97: NIT18PDFCIPET

"��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

3.4 The contractor shall have to obtain and furnish factory test certificates to the

Engineer-in-charge in respect of all supplies of steel brought by him to the site of

work.

3.5 Samples shall also be taken and got tested by the Engineer-in-Charge as per the

provisions in this regard in relevant BIS codes. In case the test results indicate that

the steel arranged by the contractor does not conform to the specifications as defined

under para3.3 above, the same shall stand rejected, and it shall be removed from the

site of work by the contractor at his cost within a week time or written orders from the

Engineer-in-Charge to do so. Else the department shall remove it and recover double

the cost of removal from the contractor.

3.6 The steel reinforcement bars shall be brought to the site in bulk supply of 50 tonnes or

more, or as decided by the Engineer-in-charge.

3.7 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.

3.8 For checking nominal mass, tensile strength, bend test, re-bend test etc. specimens of

sufficient length shall be cut from each size of the bar at random, and at frequency not

less than that specified below:

Size of Bar For Consignment below 100 tonnes For consignments 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 thereof

10 mm to 16 mm dia bars

One sample for each 35 tonnes or part thereof

One sample for each 45 tonnes or part thereof

Over 16 mm dia bars One sample for each 45 tonnes or part thereof

One sample for each 50 tonnes or part thereof

Page 98: NIT18PDFCIPET

"��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

3.9 The contractor shall supply free of charge the steel required for testing including its

transportation to testing laboratories. The cost of tests shall be borne by the

contractor/Department in the manner indicated below:

(i) By the contractor, if the results show that the steel does not conform to relevant

BIS codes.

(ii) By the Department, if the results show that the steel conforms to relevant BIS

codes.

3.10 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 shall to be made.

3.11 The steel brought to site and the steel remaining unused shall not be removed from site

without the written permission of the Engineer-in-charge.

3.12 For the purpose of payment, the actual weight of steel reinforcement / structural steel

sections/ plates / bolts and nuts shall be measured as below:

3.12.1 Unit weight for rolled steel sections and MS plates: The actual weight per metre of the

steel section shall be measured of minimum one sample per lot for each type of steel

sections brought to site for use in the work. For this, each sample of steel section shall be

cut to required length as decided by the Engineer-in-charge and weighed and recorded.

The weight calculated as above shall be taken as the actual weight per unit length. For

MS plates the weight per square metre shall be calculated from minimum one random

sample. The weight shall then be calculated for each lot of the material received at site of

work and unused in the work and unit weight shall be modified accordingly.

3.12.2 Unit weight for reinforcement bars: The actual weight per metre of the reinforcement of

various diameters shall be measured for three random samples collected (for each

diameter of steel reinforcement) from each lot of particular diameter of steel reinforcement

Page 99: NIT18PDFCIPET

"��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

brought to the site for use in the work. For this, each sample (one sample consisting of

three specimens) for each diameter of steel reinforcement shall be cut to require lengths

and weighed and average weight calculated and recorded. The average weight for each

type of steel section and steel reinforcement of each diameter shall be taken as the actual

weight per metre for that steel section and that diameter of steel reinforcement.

3.13 In case actual unit weight is less than standard unit weights mentioned in CPWD

specifications 2009 Volume 1, but within variation, in such cases payment shall be made

on the basis of actual unit weight. However, if actual unit weight is more than standard unit

weights mentioned in CPWD specifications 2009 Volume 1, then payment shall be made

on the basis of standard unit weight in such cases.

4 ADDITIONAL CONDITIONS FOR CEMENT

4.1 The contractor shall procure Portland Pozzolana Cement confirming to IS 1489 ( Part-I) as

required in the work, from reputed manufacturers of cement, having a production capacity

of not less than one million tonnes or more per annum, such as ACC, Ultratech, Vikram,

Shri Cement, Ambuja Cement, Jay Pee Cement, Century Cement & J.K, Cement etc.

or from any other reputed cement manufacturer as approved by ADG for that sub region/

Ministry of Industry, Government of India, and holding licence to use ISI certification mark

for their product. The tenderers may also submit a list of names of cement manufacturers,

which they propose to use in the work. The tender accepting authority reserves right to

accept or reject name(s) of cement manufacturer(s), which the tenderer proposes to use in

the work. No change in the tendered rates will be accepted if the tender accepting

authority does not accept the list of cement manufacturers, given by the tenderer, fully or

partly.

The supply of cement shall be taken in 50 Kg. bags bearing Manufacturer’s name and ISI

marking. Samples of cement arranged by the contractor shall be taken by the Engineer-in-

charge and got tested in accordance with provisions of relevant BIS codes. In case test

results indicate that the cement arranged by the contractor does not conform to the relevant

BIS codes, the same shall stand rejected and shall be removed from the site by the

contractor at his own cost within a week’s time of written order from the Engineer-in-charge

to do so.

Page 100: NIT18PDFCIPET

"��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

4.2 The cement shall be brought at site in bulk supply of approximately 20 tonnes or as

decided by the Engineer-in-charge. For each grade, cement bags shall be stored in two

separate godowns, one for tested cement and the other for fresh cement (under testing)

constructed by the contractor at his own cost as per sketch given in General Conditions of

Contract for CPWD 2014 with weather proof roofs and walls. The actual size of godown

shall be as per site requirements and as per the direction of the Engineer in charge and

nothing extra shall be paid for the same. The decision of the Engineer-in-charge regarding

the capacity required/needed will be final. However, the capacity of each godown shall not

be less than 20 tonnes.

4.3 Double lock provision shall be made to the door of the cement godown. The keys of one

lock shall remain with the Engineer-in-charge or his authorized representative and the key

of the other lock shall remain with the contractor. The contractor shall be responsible for the

watch and ward and safety of the cement godown. The contractor shall facilitate the

inspection of the cement godown by the Engineer-in-charge at any time.

4.4 The cement shall be got tested by the Engineer-in-charge and shall be used on the work

only after satisfaction test results have been received. The contractor shall supply free of

charge the cement required for testing. The cost of tests shall be borne by the contractor /

Department in the manner indicated below:

(i) By the contractor, if the results show that the cement does not conform to relevant

BIS codes.

(ii) By the Department, if the results show that the cement conforms to relevant BIS

Codes.

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

accounts maintained as provided in clause 10 of the contract. The theoretical consumption

of cement shall be worked out as per procedure prescribed in clause 42 of the contract and

shall 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.

4.6 Cement brought to site and cement remaining unused after completion of work shall not be

removed from site without written permission of the Engineer-in-charge.

Page 101: NIT18PDFCIPET

"��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

4.7 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 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.

4.8 For non-schedule items, the decision of the Superintending Engineer or successor thereof

regarding theoretical quantity of cement which should have been actually used shall be

final and binding on the contractor.

4.9 PPC shall be used is RCC structures in accordance with circular issued by the Directorate

General of works vide No. CDO/SE(RR)/Fly Ash (Main)/102 dt.09.04.2009.The use of PPC

shall be regulated as per the following conditions stipulated in the circular dt.09.04.2009.

(a) IS: 456- 2000 code of practice for plain and reinforced concrete shall be followed in regard

to concrete Mix proportion and its production as under:-

��� The concrete mix design shall be done as” Design Mix concrete” as prescribed in clause. 9

of IS 456 mentioned above.

���� Concrete shall be manufactured in accordance with clause 10 of above mentioned IS.456

covering quality assurance measures both technical and organizational which shall also

necessarily require a qualified concrete Technologist to be available during manufacture

of concrete for certification of quality of concrete.

(b) Minimum M25 grade or as specified of concrete shall be used in all structural

elements of RCC both in load bearing and framed structure.

(c) The mechanical properties such as modulus of elasticity tensile strength, creep

and shrinkage of concrete using fly ash blended cements ( PPCs ) are not likely

to be significantly different and their values are to be taken same as those used

for concrete made with PCC.

Page 102: NIT18PDFCIPET

" �

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

(d) To control higher rate of carbonation in early ages of concrete in PCC based

concrete water/ binder ratio shall be kept as low as possible which shall be

closely monitored during concrete manufacture. If necessitated due to low water

binder ratio required workability shall be achieved by use of chloride free

chemical admixtures conforming to IS.9103. The compatibility of chemical

admixtures & super plasticizers with each set PPC received from different

sources shall be ensured by trials.

(e) In environment subjected to aggressive chloride on sulphate attack in particular/

PPC based concrete is recommended. In case where structural concrete is

exposed to excessive magnesium sulphate, fly ash content shall be limited to 18

% by weight. Special type of cement with low C3A content may also be

alternatively used. Durability criteria like minimum binder content and maximum

water/ binder ratio also need to be given due consideration in such environment.

(f) Wet curing period shall be enhanced to minimum of 20 days or its equivalent. In

hot and arid regions, the minimum curing period shall be 14 days or its

equivalent.

(g) Subject to general guidelines detailed out as above, PPC manufactured

conforming to IS:1489 ( Part-I) shall be treated at par with OPC manufacture of

Design Mix concrete for structural use in RCC.

(h) Till the time, BIS makes it mandatory to print the percentage of fly ash on each

bag of cement, the certificate from the PPC manufacturer indicating the same

shall be supplied by the contractor.

(i) While using PPC for structural concrete work, no further admixing of fly ash shall

be permitted.

Page 103: NIT18PDFCIPET

"!�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

ADDITIONAL CONDITIONS OF CONTRACT SPECIFIC TO GREEN BUILDING PRACTICES CONDITIONS ON GREEN BUILDINGS

4. GENERAL NOTE ON GREEN BUILDING PRACTICES

All materials and systems used in the project are intended to maximize energy efficiency for

operation of Project throughout service life (substantial completion to ultimate disposition - reuse,

recycling, or demolition) with an emphasis on top quality. Materials and systems are to maximize

environmentally- benign construction techniques, including construction waste recycling, reusable

delivery packaging, and reusability of selected materials. All vendors / contractors must adhere to

best practices related to Green Buildings.

Green Building Practices:

� Ensure healthy indoor air quality in final Project.

� Maximize use of products with low embodied energy (harvesting, mining, manufacturing,

transport,installation, use, operations, recycling and disposal). Exceptions might include materials

that resultinnet energy conservation during their useful life in building and building�s life cycle.

1. Where possible, select materials harvested and manufactured regionally, within a 500-km radius

of the project site.

Page 104: NIT18PDFCIPET

""�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

2. Maximize use of durable products.

3. Maximize use of products easy to maintain, repair, and that can be cleaned using non-toxic

substances.

4. Maximize recycled content in materials, products, and systems.

5. Maximize use of reusable and recyclable packaging.

6. Where possible and feasible, provide for non-destructive removal and re-use of materials after

their service life in this building.

7. Re-use existing building materials to extent feasible within design concept expressed in Contract

Documents. Provide materials that utilize recycled content to maximum degree possible without

being detrimental to product performance or indoor air quality.

� Use construction practices such as material reduction and dimensional planning that maximize

efficient use of resources and materials.

� Provide or contribute to O&M Manuals wherever applicable.

� Be conversant with the Site Waste Management Program Manual and actively contribute to its

compilation. Assist the author of the Manual by estimating the nature and volume of waste generated

by the process/installation in question.

� Minimize pollution: Select materials that generate least amount of pollution during mining,

manufacturing, transport, installation, use, and disposal.

1. Avoid materials that emit greenhouse gases

2. Avoid materials that require energy intensive extraction, manufacturing, processing, transport,

installation, maintenance, or removal.

3. Avoid materials that contain ozone-depleting chemicals (e.g. CFCs or HCFCs).

4. Avoid materials that emit potentially harmful volatile organic chemicals (VOCs).

5. Employ construction practices that minimize dust production and combustion by-products.

6. Avoid materials that can leach harmful chemicals into ground water; do not allow potentially

Page 105: NIT18PDFCIPET

�##�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

harmful chemicals to enter sewers or storm drains.

7. Protect soil against erosion and topsoil depletion.

8. Minimize noise generation during construction; screen mechanical equipment to block noise.

9. Select materials that can be reused or recycled and materials with significant percentage of

recycled content; conform with or exceed specified Project recycled content percentages for

individual materials; avoid materials difficult to recycle.

10. Protect natural habitats; restore natural habitats where feasible within scope of Project.

CONDITIONS OF CONTRACT SPECIFIC TO GREEN BUILDING PRACTICES The contractor shall strictly adhere to the following conditions as part of his contractual obligations:

A. SITE

1. The contractor shall ensure that all the top soil excavated during construction works is neatly

stacked and is not mixed with other excavated earth. The contractors shall take the clearance of the

architects before any excavation. Top soil should be stripped to a depth of 20 cm (centimetres) from

the areas proposed for buildings, roads, paved areas, and external services. It shall be stockpiled to a

height of 40 cm in designated areas and shall be reapplied to site during plantation of the proposed

vegetation. Top soil shall be separated from subsoil debris and stones larger than 50 mm (millimetre)

diameter. The stored top soil may be used as finished grade for planting areas.

2. The Contractor should follow the construction plan as proposed by the architect to minimize the

site disturbance such as soil pollution due to spilling. Use staging and spill prevention and control

plan to restrict the spilling of the contaminated material on site.

Protect top soil from erosion by collection storage and reapplication of top soil, constructing

sediment basin, contour trenching, mulching etc.

3. No excavated earth shall be removed from the campus. All soil shall be reused in

backfilling/landscape, etc as per the instructions of the architects.

4. The contractor shall not change the natural gradient of the ground unless specifically instructed by

the architects. This shall cover all natural features like water bodies, drainage gullies, slopes,

mounds, depressions, rocky outcrops, etc.

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

6. The contractor shall ensure that adequate measures are taken for the prevention of erosion

of the top soil during the construction phase.

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

vegetation and lowering or raising the levels around the vegetation is not allowed unless specifically

directed by the landscape architect/architect/engineer-in-charge

Page 106: NIT18PDFCIPET

�#��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

B. CONSTRUCTION PHASE AND WORKER FACILITIES

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 Project Manager. This

shall include areas of construction, storage of materials, and material and personnel movement.

2. The contractor shall ensure that no existing trees shall be cut down, or, harmed during

construction.

3. The contractor shall ensure that no trees, existing or otherwise, shall be harmed, and damage to

roots should be prevented during trenching, placing backfill, driving or parking heavy equipment,

dumping of trash, oil, paint, and other materials detrimental to plant health. These activities should

be restricted to the areas outside of the canopy of the tree, or, from a safe distance from the

tree/plant.

C. PRESERVE & PROTECT LANDSCAPE DURING CONSTRUCTION

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

plan proposed by the architect. All the existing trees should be preserved, if not possible than

compensate the loss by re-planting trees in the proportion of 1:3.

2. Contractor shall collect all construction waste generated on site. Segregate these waste 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 etc.

3. The contractor shall provide the minimum level of sanitation and safety facilities for the workers

at site. The contractor shall ensure cleanliness of workplace with regard to the disposal of waste and

effluent; provide clean drinking water and latrines and urinals as per applicable standard. Adequate

toilet facilities shall be provided for the workman within easy access of their place of work. The total

no. to be provided shall not be less than 1 per 25 employs in any one shift. Toilet facilities shall be

provided from the start of building operations, connection to a sewer shall be made as soon as

practicable. Every toilet shall be so constructed that the occupant is sheltered from view and

protected from the weather and falling objects. Toilet facilities shall be maintained in a sanitary

condition. A sufficient quantity of disinfectant shall be provided. Natural or artificial illumination

shall be provided.

4. The contractor shall ensure that air pollution due to dust/generators is kept to a minimum,

preventing any adverse effects on the workers and other people in and around the site. The

contractor shall ensure proper screening, covering stockpiles, covering brick and loads of dusty

materials, wheel-washing facility, and water spraying. Contractor shall ensure the following

activities to prevent air pollution during construction:

- Clear vegetation only from the area where work will start right away.

- Vegetate/mulch area where vehicles don�t play. Apply gravel where mulching is impractical.

- Apply surface gravel to all vehicular roads.

- Spray water on any dusty material, areas where demolition work is being carried out, unpaved

roads and other dusty areas and excavated areas.

Page 107: NIT18PDFCIPET

�#��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

- Provide dust screens sheeting or netting to scaffolding along perimeter of a building.

- Also cover stock pile dusty material & transferring loses material like bulk cement fly ash etc.

5. The contractor shall ensure that the speed of vehicles within the site is limited to 10 km/hr.

6. Lighting of fires or carrying out heat or gas emitting construction activity within the

groundcovered by canopy of the tree shall not be permitted.

7. The contractor shall ensure that no construction leachate (Ex: cement slurry), is allowed to

percolate into the ground. Adequate precautions are to be taken to safeguard against this including,

reduction of wasteful curing processes, collection, basic filtering and reuse. 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).

8. 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.

9. The contractor shall provide for adequate number of garbage bins around the construction site and

the workers facilities and will be responsible for the proper utilisation of these bins for any solid

waste generated during the construction. The contractor shall ensure that the site and the workers

facilities are kept litter free.

10. 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.

11. Comply with the safety procedures, norms and guidelines (as applicable) as outlined in the

document Part 7 _Constructional practices and safety, 2005, National Building code of India, Bureau

of Indian Standards. A copy of all pertinent regulations and notices concerning accidents, injury and

first-aid shall be prominently exhibited at the work site. Depending upon the scope & nature of

work, a person qualified in first-aid shall be available at work site to render and direct first-aid to

casualities. A telephone may be provided to first-aid assistant with telephone numbers of the

hospitals displayed. Complete reports of all accidents and action taken thereon shall be forwarded to

the competent authorities.

12. Adopt additional best practices, prescribed norms as in Doc No. CED 46(6086), July 2003: Draft

National Building Code of India: Part 7 Constructional practices and safety, issued by Bureau of

Indian Standards.

13. The contractor shall ensure that a flush out of all internal spaces is conducted prior to handover.

This shall comprise an opening of all doors and windows for 10 days to vent out any toxic fumes due

Page 108: NIT18PDFCIPET

�#��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

to paints, varnishes, polishes, etc.

14. The storage of material shall be as per standard good practices as specified in Part 7, Section 2 -

Storage, Stacking and Handling practices, NBC 2005 and shall be to the satisfaction of the Project

Manager to ensure minimum wastage and to prevent any misuse, damage, inconvenience or accident. Watch

and ward of the Contractor’s materials shall be his own responsibility. There should be a proper planning of

the layout for stacking and storage of different materials, components and equipments with proper access

and proper manoeuvrability of the vehicles carrying the materials. While planning the layout, the

requirements of various materials, components and equipments at different stages of construction shall be

considered. The Owner shall not take any responsibility on any account.

D. WATER USE DURING CONSTRUCTION –

Contractor should spray curing water on concrete structure and shall not allow free flow of water.

After curing on first day, all the concrete structures should be painted with Concrete structures

should be kept covered with thick cloth/gunny bags and water should be sprayed on them.

Contractor shall do water ponding on all sunken slabs using cement and sand mortar.

E.

The Contractor shall remove from site all rubbish and debris generated by the Works and keep

Works clean and tidy throughout the Contract Period. All the serviceable and non-serviceable

(malba) material shall be segregated and stored separately. The malba obtained during construction

shall be collected in well formed heaps at properly selected places, keeping in a view safe condition

for workmen in the area. Materials which are likely to cause dust nuisance or undue environmental

pollution in any other way, shall be removed from the site at the earliest

and till then they shall be suitable covered. Glass & steel should be dumped or buried separately to

prevent injury. The work of removal of debris should be carried out during day. In case of poor

visibility artificial light may be provided.

F. MATERIALS & FIXTURES FOR THE PROJECT

1. All materials sourced specifically for construction at this project, shall be strictly sourced from a

distance of 500 km radius from the project site except Kota stone, marble and granite.

2. Any material that is to be sourced from outside the prescribed radius shall be done after securing

the necessary approval from the architects and the Project Manager.

Page 109: NIT18PDFCIPET

�#��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

3. All cement used at site for reinforced concrete, precast members, mortar, plaster, building blocks,

etc shall be PPC (Portland Pozzolana Cement). The PPC must meet the requirements of IS 1489:

1991.

4. As a measure to reduce wastage and water consumption during construction, the contractor shall

source or set up the infrastructure for a small scale ready mix concrete. All concreting works at site

shall utilise only ready mix concrete and not a site mix.

5. The contractor has to comply as per MoEF issued notification 8.0.763(E) dated 14th Sept.1999

containing directive for greater fly ash utilization, where it stipulates that every construction agency

engaged in the construction of buildings within a radius of 50 km radius of a Thermal Power Plant,

have to use of 100% fly ash based bricks/blocks in their construction.

6. The contractor shall ensure that quarry dust is used in place of sand in an all concreting works

unless specifically instructed otherwise by the architects.

7. All timber used in the manufacture of door and window frames and shutters shall constitute of

reclaimed timber. The source of such reclaimed timber shall be approved by the Architects and the

Project Manager.

8. 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 Architects and the Project Manager before the application of any such material.

9. The contractor shall employ 100% zero ODP (ozone depletion potential) insulation; HCFC (hydro

chlorofluorocarbon)/ and CFC (chlorofluorocarbon) free HVAC and refrigeration equipments

and/halon-free fire suppression and fire extinguishing systems.

10. The contractor shall ensure that all composite wood products/agri fibre products used for cabinet

work, etc do not contain any added urea formaldehyde resin.

G. RESOURCES CONSUMED DURING CONSTRUCTION

1. The contractor shall ensure that the least amount of water and electricity is wasted during

construction. The Project Manager can bring to the attention any such wastage and the contractor

will have to ensure that such bad practices are corrected.

2. 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.

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

reused to the maximum.

4. The contractor shall use treated recycled water of appropriate quality standards for construction, if

Page 110: NIT18PDFCIPET

�#��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

available.

5. No lights shall be turned on during the period between 6:00 AM to 6:00 PM, without the

permission of the Project Manager.

6. The contractor is encouraged to use bio-diesel in place of petroleum diesel for the running of

generators during construction.

H. CONSTRUCTION WASTE

1. Contractor shall ensure that wastage of construction material is kept to a maximum of 3%.

2. All construction debris generated during construction shall be carefully segregated and stored in a

demarcated waste yard. Clear, identifiable areas shall be provided for each waste type. Employ

measures to segregate the waste on site into inert, chemical, or hazardous wastes.

3. All construction debris shall be used for road preparation, back filling, etc, as per the instructions

of the Architects and the Project Manager, with necessary activities of sorting, crushing, etc.

4. No construction debris shall be taken away from the site, without the prior approval of the Project

Manager.

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

and asbestos.

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

Manager, then the contractor shall ensure the safe disposal of all wastes and will only dispose of any

such construction waste in approved dumping sites.

7. Inert waste to be disposed off by municipal corporation/local bodies at landfill sites.

I. DOCUMENTATION 1. The contractor shall, during the entire tenure of the construction phase, submit the

following records to the Project Manager on a monthly basis:

i. Water consumption in litres

ii. Electricity consumption in „kwh� units

iii. Diesel consumption in litres

iv. Quantum of waste generated at site and the segregated waste types divided into inert, chemical

and hazardous wastes.

v. Digital photo documentation to demonstrate compliance of safety guidelines as specified here and

in the Appendix on Safety Conditions.

2. The contractor shall, during the entire tenure of the construction phase, submit the following

records to the Project Manager on a weekly basis:

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

client.

ii. Quantities of construction debris (if at all) taken out of the site

iii. Digital photographs of the works at site, the workers facilities, the waste and other material

storage yards, pre-fabrication and block making works, etc as guided by the Project Manager.

3. The contractor shall submit one document after construction of the buildings, a brief description

Page 111: NIT18PDFCIPET

�#��

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

along with photographic records to show that other areas have not been disrupted 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 and measures adopted for

top soil preservation during construction.

4. The contractor shall submit to the Project Manager after construction of the buildings, a detailed

as built quantification of the following:

i. Total materials used,

ii. Total top soil stacked and total reused

iii. Total earth excavated,

iv. Total waste generated,

v. Total waste reused,

vi. Total water used,

vii. Total electricity, and

viii. Total diesel consumed.

5. The contractor shall submit to the Project Manager, 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.

6. The contractor shall submit to the Project Manger, a detailed narrative (not more than 250 words)

on provision for safe drinking water and sanitation facility for construction workers and site

personnel.

7. Provide supporting document from the manufacturer of the cement specifying the fly ash content

in PPC used in reinforced concrete.

8. The contractor shall, at the end of construction of the buildings, submit to the Project Manager,

submit following information, for all material brought to site for construction purposes, including

manufacturer’s certifications, verifying information, and test data, where Specifications sections

require data relating to environmental issues including but not limited to:

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

ii. Project Recyclability: Submit information to assist Owner and Contractor in recycling materials

involved in shipping, handling, and delivery, and for temporary materials necessary for installation

of products.

iii. Recycled Content: Submit information regarding product post industrial recycled and post

consumer recycled content. Use the “Recycled Content Certification Form”, to be provided by the

Page 112: NIT18PDFCIPET

�# �

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

Commissioning Authority appointed for the Project.

iv. Product Recyclability: Submit information regarding product and product�s component�s

recyclability including potential sources accepting recyclable materials.

v. Provide certification for all wood products provided by a Forest Stewardship Council (FSC - or

equivalent organization) accredited certifier.

vi. Provide final certification of well-managed forest of origin to provide final documentation of

certified sustainably harvested status: Acceptable wood “certified sustainably harvested”

certifications shall include:

a) Wood suppliers� certificate issued by one of the Forest Stewardship Council accredited certifying

agencies;

b) Suppliers� invoice detailing the quantities of certified wood products for 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.

vii. Clean tech: Provide pollution clearance certificates from all manufacturers of materials

viii. Indoor Air quality and Environmental Issues: Submit emission test data, sourced from the

manufacturers, produced by acceptable testing laboratory listed in QualityAssurance Article for

materials as required in each specific Specification section.

a) Certifications from manufacturers of Low VOC paints, adhesives, sealant and polishes used at this

particular project site.

b) Certification from manufacturers of composite wood products/agri-fibreproducts on the absence

of added urea formaldehyde resin in the productssupplied to them to this particular site.

c) Submit environmental and pollution clearance certificates for all diesel generators installed as part

of this project.

9. Provide total support to the Architects / Project Manager / Green Building Consultants appointed

by the owner in completing all Green Building Rating related formalities, including signing of

forms, providing signed letters in the contractor�s letterhead.

J. EQUIPMENT

1. 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

architects.

2.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 TERI-GRIHA rating stipulations,

which can be provided to him by the architects. Failure to adhere to any of the above mentioned

items, without necessary clearances from the architects and the Project Manager, shall be deemed as

a violation of contract and the contractor shall be held liable for penalty as determined by the

Engineer-in-Charge.

Page 113: NIT18PDFCIPET

�#!�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

K.

The contractor has to execute the work complying to the additional conditions specified above

and nothing extra shall be paid to him for the same.

5 PARTICULAR SPECIFICATIONS

5.1 General

5.1.1 Unless otherwise specified in the schedule of quantities, particular specifications or CPWD

specifications (subject to the order of preference) the rates tendered by the tenderer shall

be all inclusive and shall apply to all lifts, all heights and all floor including terrace, leads

and depths and nothing extra shall be payable on this account.

5.1.2 The work shall be carried out in accordance with the Architectural drawings, structural

drawings and approved shop drawings. The structural shop and architectural drawings

shall have to be properly correlated before executing the work. In case of any difference

noticed between architectural and structural drawings, the contractor shall obtain final

decision, in writing, of the Engineer-in-charge. In case of any discrepancy in the item given

in the schedule of quantities appended with the tender and architectural drawings related to

Page 114: NIT18PDFCIPET

�#"�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

the relevant items, the former shall prevail unless and otherwise given in writing by the

Engineer in charge. Nothing extra shall be payable on this account.

5.1.3 Wherever any reference to any Indian Standards occurs in the documents relating to this

contract, the same shall be inclusive of all amendments issued thereto or revisions thereof,

if any, up to the date of receipt of tenders.

5.1.4 Unless otherwise specified in the schedule of quantities, the rates for all items of work shall

be considered, as inclusive of pumping out or bailing out water, if required throughout the

construction period for which no extra payment shall be made. This shall also include

water encountered from any source such as rains, floods, sub soil water table being high

and/or due to any other cause whatsoever.

5.1.5 The work shall be executed and measured as per metric dimensions given in the Schedule

of quantities, drawings etc. (F.P.S. units wherever indicated are for guidance only).

5.1.6 The following additional specifications shall apply:

5.1.6.1 All stone aggregate and stone ballast shall be of hard stone variety to be obtained from

approved quarries at Sevalia.

5.1.6.2 Coarse sand should be obtained from Sabarmati. The same shall be clean and sharp

angular grit type. The coarse sand shall be screened before using, if required. If the

sand brought to site is dirty, it must be washed in clean water to bring the sand to the

required specifications. Nothing extra shall be payable on this account.

5.1.6.3 Fine sand should be obtained from Sabarmati or any other source to be got approved by the Engineer-in-charge and screened as required. The same shall be clean and sharp angular grit type. If the sand brought to site is dirty it must be washed in clean water.

5.1.6.4 Bricks ( F.P.S )shall be of crushing strength not less than 35 Kg/sq.cm. The average

water absorption of bricks when immersed in water for 24 hours shall not be more than 20% of the dry weight. Bricks Fly ash lime gypsum ( FALG )shall be of crushing strength not less than 50 Kg/sq.cm. The average water absorption of bricks when immersed in water for 24 hours shall not be more than 20% of the dry weight.

Page 115: NIT18PDFCIPET

��#�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

5.1.7 The rates for all items of work, shall unless clearly specified otherwise, include cost of all

operations and all inputs of labour, material, T & P, scaffolding, wastages, watch and ward,

other inputs, all incidental charges, all taxes, cess, VAT, duties, levies etc. required for

execution of the work.

5.1.8 The masonry work for the portions of the external wall of W.C., through which pipes are

taken, shall be done after the pipes are fixed as far as practicable.

5.1.9 All crossings, embedment etc. in walls and floors for water supply, drainage and sanitary

pipes, fittings etc. shall be provided as per the detailed working drawings for individual walls

and floors so as to avoid cuttings of masonry work and floors. All such areas shall be made

good during finishing and nothing extra shall be payable on these accounts.

5.2 PRODUCT DELIVERY, STORAGE AND HANDLING OF CHEMICALS

5.2.1 The contractor shall construct storage space for Chemicals materials to ensure that the

storage conditions are as recommended by the manufactures.

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

and intact.

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

SBR based elastomeric, APP(Atactic Polypropylene Polymer), all exterior and interior

paints, polish etc.) shall be procured in convenient packs say 20 litres/Kgs.} capacity

packing only or as approved by the Engineer-in-Charge, and not in bigger capacity

containers, say 200 litre (Kgs.) drums unless otherwise specifically permitted by the

Engineer-in-Charge. One sample from each lot of the chemical procured by the contractor

shall be tested in a laboratory as approved by the Engineer-in-Charge.

5.2.4 All material required for the execution of the work shall be got approved, procured and

deposited with the Departmental supervisory staff. The materials shall be kept in joint

custody of the contractor and the Department. The watch and ward of such material shall,

however, remain to be the responsibility of the contractor and no claim, whatsoever, on this

account shall be entertained. Different containers of each chemical shall be serially

Page 116: NIT18PDFCIPET

����

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

numbered on packing and also consumed in that order. Day-to-Day account of receipt,

issue and balance shall be regulated by the Department and proper account shall be

maintained at site of work in the prescribed form as per the standard practice.

5.2.5 All the chemicals shall be procured by the contractor directly from the manufacturer. In

exceptional circumstances, the contractor may be allowed to procure the materials from the

authorized dealers of the manufacturers, if specifically permitted by the Engineer-in-

Charge.

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

procured shall be made available by the contractor at the request from the Engineer-in-

Charge and a copy of the same shall be kept in record.

5.2.7 The Name of manufacturers, manufacturer’s product identification, manufacturer’s mixing

instructions, warning for handling and toxicity and date of manufacturing and shelf life shall

be clearly and legibly mentioned on the labels of the each container.

5.2.8 The contractor shall submit for the chemicals procured, manufacturer’s and / or authorized

dealer’s certificate regarding supplying and verifying conformance to the material

specifications, as specified.

5.2.9 All filled containers shall be handled in safe manner and in a way to avoid breaking

container seals.

5.2.10 Empty containers of the chemicals should not be removed from site till the completion of

work and shall be removed only with the written approval of the Engineer-in-Charge.

5.2.11 All arrangements for measuring, dosing and mixing of material / chemicals at site have to

be made by the contractor.

5.2.12 Contractor shall suitably advise his site Engineer and all the workers as regards safe

handling of chemicals. Necessary protective and safety equipments in form of hand gloves,

goggles etc. shall be provided by the contractor and be also used at site.

Page 117: NIT18PDFCIPET

����

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

5.2.13 All incidental charges of any kind including cartage, storage and wastage and safe custody

of material etc. shall be borne by the contractor and no claim, whatsoever, shall be

entertained on this account.

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

Manager at the frequency as specified. If required, more samples may have to be tested as

per the directions of the Engineer-in-Charge. Nothing extra shall be payable on this

account. However testing charges shall be borne by the department for the samples

satisfying the requirements specified in the tender.

5.3 EARTHWORK

5.3.1 Earthwork in excavation, in general, shall be carried out as per the CPWD Specifications.

5.3.2 The earthwork in excavation, wherever required, shall be carried out in slushy position.

Rates for earthwork shall include cost of the element for working in or under water / liquid

mud including pumping of water / liquid mud. Nothing extra shall be payable on this

account. Therefore, the Contractor shall quote his rates after studying the site conditions.

5.3.3 The rates for earthwork in excavation, wherever required, shall be inclusive of carrying out

the work for all lifts, depths, heights.

5.3.4 Wherever required, the Contractor shall carry out close / open timbering, including strutting,

shoring and packing etc., at his own cost. Rates for the earthwork items shall include the

cost of the elements of close / open timbering, including strutting, shoring and packing etc.,

and nothing extra shall be payable on this account.

5.3.5 The surplus excavated earth shall be disposed off by the contractor from the site of

work at their own cost and nothing extra shall be payable on this account.

Page 118: NIT18PDFCIPET

����

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

5.3.6 De-watering shall be done conforming to BIS Code IS: 9759 (guide lines for de-watering

during construction) and / or as per the specifications approved by the Engineer-in-Charge.

Design of an appropriate and suitable dewatering system shall be the Contractor’s

responsibility. Such scheme shall be modified / augmented as the work proceeds based on

fresh information discovered during the progress of work, at no extra cost. At all times

during the construction work, efficient drainage of the site shall be carried out by the

Contractor and especially during the WATER PROOFING treatment, casting of RCC raft

foundation, lift pit, laying of plain cement concrete, taking levels, installing rock anchors etc.

The Contractor shall also ensure that there is no danger to the nearby properties and

installations on account of such lowering of water table. If needed, suitable precautionary

measures shall be taken by the Contractor. Also the scheme of dewatering adopted shall

have adequate built in arrangement to serve as stand-by to attend to repair of pumps etc.

and disruption of power / fuel supply. Nothing extra shall be payable on this account.

5.3.7 De-watering shall be carried out by suitable means with adequate stand-by arrangements

of pumps etc. and it shall be ensured that its disposal is carried out as per the regulations

of the local bodies. The water / slush / muck etc. shall not be disposed off into the public

drainage system of sewer manhole or storm water drain, but shall be pumped off into the

creek close to the plot or disposed by any other manner, subject to the approval of the local

bodies in this regard. The agencies are, therefore, advised to inspect and acquaint

themselves of the site and location of disposal point(s) of water / slush and satisfy

themselves as regards method of pumping and disposal required to be adopted. Any

default or failure on the part of the Contractor to acquaint himself with the aforesaid aspect

of work shall not absolve him from his responsibility for the execution / performance of this

contract. Also, all permissions in this regard, to be taken from local authorities, shall be

obtained by the Contractor. Nothing extra shall be payable on these accounts.

5.3.8 In trenches where surface water is likely to get into cut / trench during monsoons, a ring

bund of puddle clay or by any other means shall be formed outside, to the required height,

and maintained by the Contractor. Also, suitable steps shall be taken by the Contractor to

Page 119: NIT18PDFCIPET

����

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

prevent back flow of pumped water into the trench. Nothing extra shall be payable on this

account.

5.3.9 The cost of de watering or working under water and / or liquid mud for execution of all the

items for the work is deemed to be included in quoted rates of the respective items and

shall not be measured separately for payment. Nothing extra shall be payable for de

watering in this work, irrespective of whether specified or not, in the item descriptions or in

the specifications / conditions in this contract agreement.

5.4 R.C.C. WORK ( READY MIX CONCRETE )

The work in general shall be carried out as per the CPWD specifications.

5.4.1 CONCRETE:

All the concrete for the construction of cast- in- situ RCC works (Except for special cases

when daily consumption of concrete is less than 3 cum. Design Mix concrete may

be used cost correction shall be made in such case) shall be procured from a Ready

Mix Concrete Suppliers (plants) approved by the Engineer – in – Charge. Site produced

concrete shall not be permitted to be used in such cases. The mix design and other

parameters of the RMC including transporting and placing etc. shall be strictly as per the

CPWD SPECIFICATIONS 2009 VOL I, unless specified otherwise and shall be conveyed

to the RMC supplier by the Contractor .The Contractor shall be wholly responsible for

ensuring the property of concrete, as required at site, irrespective of the fact that the RMC

plant/supplier shall be approved by the Engineer-in-charge. Engineer-in-charge or his

representatives shall be at liberty to inspect the operations, quality of various ingredient

materials and take samples, if required, verify quantity of various ingredients being used at

the RMC plant and take samples of concrete at the RMC plant and also at site, as desired.

The Contractor shall satisfy himself that the quality of materials including various

ingredients is as per the specifications. In case the aggregates tested do not comply with

any requirement of specifications, the source for the same shall be rejected. The

aggregates, at the R.M.C plant, shall be stored in such a way as to prevent mixing with

Page 120: NIT18PDFCIPET

����

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

foreign material as well intermixing amongst them. Different sizes of coarse aggregate

shall be stored in separate compartment to prevent intermixing at the partition.

5.4.2 BATCHING OF CONCRETE

5.4.2.1 Various ingredients of the cement concrete and Reinforced Cement Concrete shall

be mixed by weigh batching only. The measuring equipments shall be maintained in clean

and serviceable condition. The calibration certificate shall be made available from RMC

supplier and calibration shall be subject to third party check also, as directed and decided

by the Engineer-in-charge and this shall be mandatory and binding on the Contractor and

his RMC supplier. The weigh batching shall be done by converting the proportion of

ingredients into their masses considering their specific gravity, density, voids, absorption,

bulking etc. The decision of Engineer –in- Charge in this regard shall be final and binding.

The various grade of concrete to be procured from RMC supplier shall be as specified in

item and as directed by the Engineer-in-charge.

5.4.2.2 The Contractor has to procure the concrete from a Ready mix concrete plant having

the computerized weigh batching plants conforming to IS: 4925 with arrangement for

automatic dosing of admixture and adequate production capacity. The minimum cement

content in concrete shall be as specified in the item. The target mean strength shall be as

per CPWD specification. Suitable adjustments shall be available for allowing variation in

respects of quantity of aggregates / water to allow for variations due to surface moisture in

the aggregates.

5.4.3 WATER CEMENT RATIO AND WORKABILITY

The quantity of water added to cement, sand and aggregates during mixing, including

moisture contents of the aggregates, shall not exceed 0.45 water cement ratio. Reference

may be made to CPWD Specifications for guidance with respect to workability. The

Page 121: NIT18PDFCIPET

����

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

concrete mix shall be suitably designed for the required slump, if required, by using

appropriate admixture to limit the maximum water cement ratio.

5.4.4 CONCRETE TESTING:

Samples from fresh concrete shall be taken as per IS: 1199. One sample consisting of six

cubes 15 cm. X 15 cm. X 15 cm. shall be taken as specified in the CPWD Specifications

and tested at 28 days in accordance with IS: 516. Random sampling procedure shall be

adopted to ensure that each concrete batch shall have a reasonable chance of being

tested. At least one sample shall be taken from each shift of work. Samples of concrete

for each batch shall have to be taken by the RMC supplier also and tested after 28 days

and results submitted to the department for record. Procedure of testing, its acceptance

criteria etc. shall be regulated in accordance with the CPWD Specifications. However para

5.8.12.2.3 (4) table no. 8, line 7 & 8 may be lead as “4 plus are additional sample for each

additional 50 cum or part thereof “Instead of “4 plus additional sample for each additional

15 cum or part thereof”. Concrete can be laid using born pumps, buckets, cranes, trolleys

etc. as required as per the site conditions. However, nothing extra shall be payable on

accounts of using any particular method of laying concrete.

5.4.5 TRANSPORTING:

5.4.5.1 The period between mixing of concrete and placing it in final position shall be kept to a

minimum and the delivery of concrete shall be coordinated with the rate of placement, to

avoid delays in delivery and placement. The concrete shall be supplied / transported

through transit mixers and general construction of transit mixer and other requirements

shall conform to IS: 5892.

5.4.5.2 Concrete shall be handled from the place of mixing to the place of final deposit by

methods, which prevent segregation, or loss of any ingredients and contamination.

5.4.5.3 Where concrete is conveyed by chutes, the chutes shall be made of metal or fitted

with metal lining. The approval of the Engineer-in-Charge shall be obtained for the use of

chutes in excess of 3 metres long and in such cases the concrete shall be remixed if so

Page 122: NIT18PDFCIPET

�� �

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

required by the Engineer-in-Charge or closed bottom buckets shall be used. If concrete is

placed by pumping, the conduit shall be primed properly. Once pumping is started, it shall

not be interrupted as far as possible. Concrete shall not be dropped in to place from a

height more than 1.5m.

5.4.6 PLACING:

5.4.6.1 Concreting of any portion of the work shall be done in presence of the representative

of the Engineer-in-Charge and shall be done only after approval of the Engineer-in-charge.

5.4.6.2 Concreting shall be carried out continuously between construction joints shown

on the drawings or as agreed by the Engineer-in-Charge. The Contractor shall closely

follow the sequence of concreting where it is specified in the drawings. If concreting

is interrupted before reaching the predetermined joint an approved construction joint

shall be provided. Construction joints shall be minimized as far as possible. These

shall be set at right angles to the general direction of the member .The surface film of

the first placed concrete should preferably be removed while the concrete is still green

to expose the aggregate and leave a sound irregular surface. However care shall be

taken not to disturb the concrete already laid.

5.4.6.3 Concrete shall be deposited as nearby as practicable in its position to avoid re-

handling and shall not be dumped in a large quantity at any point.

5.4.6.3A. INGRIDENTS OF RMC

i) Course Aggregate :- As per CPWD specifications and particulars specifications.

ii) Fine Aggregate :- As per CPWD specifications and particulars specifications.

iii) Water:- As per requirement laid down in IS 456-2000 and CPWD specifications.

iv) Cement :- cement arranged by the contractor will be Portland pozzolana cement ( in

bags ) conforming to IS: 1489 Part-I.

Page 123: NIT18PDFCIPET

��!�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

v) Admixture:- Admixtures shall not be used without approval of Engineer –in –charge.

Wherever required admixture of approved quality shall be mixed with concrete to

achieve the desired workability within specified water cement ration. The admixture

shall conform to IS 9203. The chloride in the admixture mixed concrete shall also

satisfied the requirement of IS:456-2000.

5.4.6.4 All care shall be taken to prevent honey combed concrete or bleeding or segregation of

concrete.

5.4.7 CHEMICAL ADMIXTURES AND ADDITIVES

5.4.7.1 Chemical admixtures shall not be used unless permitted by the Engineer-in-charge.

However, admixtures procured from the manufacturers and of brand as approved by the

Engineer-in-charge may be allowed on specific request of the Contractor for imparting

special characteristics to the concrete. Only those admixtures which conform to IS: 6925

and IS: 9103 shall be allowed to be used, for restricting water cement ratio to 0.45 and at

the same time obtaining specified slump value as per CPWD Specifications. The

admixtures shall not in any way adversely affect the durability of the concrete and the

reinforcement. Admixtures generating hydrogen and nitrogen etc. shall not be allowed to be

used. Slump required shall be as the CPWD specification and as per the method of

placement adopted by the contractor. However the water cement ratio for all concrete

shall not be more than 0.45. Nothing extra shall be payable an account of any admixture

required for achieving certain slump or for the method of placement like within born pump,

bucket with crane etc. However the concrete and admixtures shall satisfy the other

parameters as specialized in the tender.

5.4.7.2 Nothing extra shall be payable on account of use of admixtures and Additives in concrete.

����� ��������� �����

5.4.8.1 Construction joints in PCC, RCC and Light Weight Concrete works etc., shall be provided

only at places as per approved structural drawings and as per agreement item. It shall not

Page 124: NIT18PDFCIPET

��"�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

in any manner structurally or functionally affect the structure. If, any additional construction

joint is required to be provided, it shall be done with approval of the Engineer-in-Charge.

5.4.8.2 The centring, shuttering, strutting etc., required for the construction joint in PCC, RCC and

Light Weight Concrete works shall be provided as per the CPWD Specifications. Nothing

extra shall be payable on this account.

5.4.9 TREATMENT TO THE CONSTRUCTION JOINTS AND RECTIFICATION OF DEFECTS.

5.4.9.1 All care shall be taken to minimize the number of construction joints in the basement raft

and walls as well as in the levelling course of PCC at base. Still, wherever the construction

joints are provided, these shall be slightly opened up and then suitably filled with cement

mortar 1:3 (1 cement: 3 fine sand) after applying a bond coat of cement slurry. The

aluminium nipples shall be fixed in the cavity and crevices, if required. Then cement slurry

of w/c ratio 0.5 shall be pressure grouted through these nipples as required, which shall

then be suitably cut. Nothing extra shall be payable on this account.

5.4.9.2 All care shall be taken to avoid any honey combed concrete or any cavity. Still, if any

honey combed concrete or cavity in RCC wall is encountered the same shall be rectified

by removing all loose concrete by chiseling. The chipped concrete surface shall be

cleaned and made dust free by blowing compressed air and then washed clean with water

(but without excess water). Then a bond coat of polymer modified cement slurry @ 2.2 kg

of cement per sq. m. of concrete surface, in two coats, shall be applied as specified. The

second coat shall be applied immediately within 15-20 minutes of application of the first

coat. A coat of polymer modified cement plaster of mix 1:3 (1 cement: 3 fine sand) of the

required thickness shall be applied as specified to fill the cavity if the required thickness is

less than 20 mm. If the required thickness is more than 20 mm. the cavity shall be filled by

concrete of relevant grade after providing the required centering and shuttering. The

surface shall then be moist cured for minimum 7 days. Nothing extra shall be payable on

this account.

Page 125: NIT18PDFCIPET

��#�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

�3=3��7�!�.-+<.5;!

5.4.10.1 Mixer having arrangement of weighing water for controlling W.C. ratio should only be

used in all PCC and RCC works where there is no provision for Ready Mix Concrete.

5.4.10.2 Any cement slurry if added over base surface (or for continuation of concreting) for bond,

its cost shall be deemed to have been included in the respective items, unless otherwise,

explicitly stated and nothing extra shall be payable nor extra cement considered in the

cement consumption on this account.

5.4.10.3 Centring and shuttering for all concrete and reinforced concrete wherever required shall

be in steel and / or plywood to produce a smooth and uniform finish on all exposed

surfaces. However, all props, bracings, scaffolding etc., shall be in steel. The entire

responsibility of planning, design, erection and safety of formwork shall lie with the

Contractor.

5.5.1 APPROVAL OF DESIGN MIX

5.5.1.1 The mix design for a specified grade of concrete shall be done for a target mean

compressive strength Tck = Fck + 1.65s

Where Fck = Characteristic Compressive Strength at 28 days

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

5.5.1.2 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

M – 25 5.0

M – 30 6.0

M – 35 6.0

Page 126: NIT18PDFCIPET

����

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

5.5.1.3 Out of the six specimen of each set, three shall be tested at seven days and

remaining three at 28 days. The preliminary tests at seven days are intended only

to indicate the strength to be attained at 28 days.

5.5.2 CHARGES FOR DESIGN MIX

5.5.2.1 All cost of mix designing and testing connected therewith including charges payable

to the laboratory shall be borne by the contractor.

5.5.3 PREPARATION OF MIXES AS PER APPROVED DESIGN MIX AND CONDUCTING

CONFIRMATORY TEST AT FIELD LAB.

5.5.3.1 The contractor shall make the cubes of trial mixes as per approved Mix design at

site laboratory for all grades, in presence of Engineer in charge using sample of

approved materials proposed to be used in the work prior to commencement of

concreting and get them tested in his presence to his entire satisfaction for 7 days

and 28 days . Test cubes shall be taken from trial mixes as follows.

5.5.3.2 For each mix, a set of six cubes shall be made from each of the three consecutive

batches. Three cubes from each set of six shall be tested at age of 7 days and

remaining three cubes at age of 28 days. The cubes shall be made, cured,

transported and tested strictly in accordance with specifications. The average

strength of nine cubes

at age of 28 days shall exceed the specified target mean strength for which design mix

has been approved , the evaluation of test results will be done as per IS : 456-2000.

5.5.4 WORK STRENGTH TEST

5.5.4.1 TEST SPECIMEN

5.5.4.1.1 Work strength test shall be conducted in accordance with IS : 516 on random sampling .

Each test shall be conducted on six specimen, three of which shall be tested at 7 days

and remaining three at 28 days. Additional samples shall be prepared, if required, as

per direction of Engineer in charge for testing samples cured by accelerated method as

described in IS : 9103.

Page 127: NIT18PDFCIPET

����

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

5.5.4.2 TEST RESULTS OF SAMPLE

5.5.4.2.1 The test results of the sample shall be the average of the strength of three specimen.

The individual variation shall not be more than + - 15 percent of the average. If more,

the test results of the sample are invalid. 90% of the total tests shall be done at the

laboratory established at site by the contractor and remaining 10% in the laboratory of

Government Engineering colleges, or in any other approved laboratory as directed by

the Engineer –in – Charge.

5.5.4.3 STANDARD FOR ACCEPTANCE

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

5.5.4.3.2 In order to keep the floor finish as per architectural drawings and to provide required

thickness of the flooring as per specification, the level of top surface of RCC shall be

accordingly adjusted at the time of its centering, shuttering and casting for which

nothing extra shall be paid to the contractor.

5.5.5 Ultrasonic Pulse Velocity Method of Test for RCC

5.5.5.1 The underlying principle of assessing the quality of concrete is that comparatively

higher velocities are obtained when the quality of concrete in terms of density,

homogeneity and uniformly is good. The consistency of the concrete as regards its

general quality gets established. In case of poorer quality lower velocities are

obtained. If there are cracks, voids or flaws inside the concrete which come in the

way of transmission of pulse, lower velocities are obtained.

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

flaws, cracks and segregation etc. indicative of the level of workmanship employed,

can thus be assessed using the guidance given in table below, which have been

evolved for characterizing the quality concrete in structure in term of the ultrasonic

pulse velocity.

Velocity criterion for Concrete Quality Grading.

Sl. Pulse velocity by Cross Concrete Quality

Page 128: NIT18PDFCIPET

����

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

No. Probing (km/sec) Grading 1 Above 4.5 Excellent

2 4.5 to 3.5 Good 3 3.5 to 3.0 Medium 4 Below 3.0 Doubtful

Note :In Case of “doubtful” quality it may be necessary to carry further tests.

5.5.5.3 Pulse velocity method of test of concrete is to be conducted for CPWD works as a

routine test. The acceptance criteria as per the above table will be applicable which

is as per IS 13311 (part-1): 1992. From the above “Good” and “Excellent” grading

are acceptable and below these grading the concrete will not be acceptable. For

new works the provision of test will be suitably incorporated in tender

conditions/NIT. For ongoing works, the test must also be carried out to ensure

quality of concrete alongwith there exists no provision of such tests in the tender

documents. However cost of testing may be borne by the department in case of

ongoing works.

5.5.5.4 5% of the total number of RCC members in each category i.e. beam, column, slab

and footing may be tested by UPV test method for establishing quality of concrete.

It is suggested that test be conducted on RCC beam near joint with column, on

RCC column near joint with beam, on RCC footings and rafts. On RCC rafts a

suitable grid can be worked out for determining number of tests. In addition doubtful

areas such as honeycombed locations, locations, where continuous seepage is

observed, construction joints and visible loose pockets will also be tested.

5.5.5.5 The test results are to be examined in view of the above acceptance criteria “Good”

and “Excellent” and wherever concrete is found with less than required quality as

per acceptance criteria, repairs to concrete will be made. Honeycombed areas and

loose pockets will be repaired by grouting using Portland Cement Mortar/Polymer

Modifies Cement Mortar /Epoxy Mortar ,etc. after chipping loose concrete in

appropriate manner.

Page 129: NIT18PDFCIPET

����

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

In areas where concrete is found below acceptance criteria and defects are not

apparently visible on surface ,injecting approved grout in appropriate proportion using

epoxy grout /acrylic Polymer modified cements slurry made with shrinkage

compensating cement / plain cement slurry etc will be resorted to for repairs.(refer

relevant chapters from CPWD Hand Book on Repairs and Rehabilitation of RCC

Buildings).Repair to concrete will be done till satisfactory results are obtained as per

the acceptance criteria by retesting of the repaired area. If satisfactory results are not

obtained dismantling and relaying of concrete will be done.

5.5.6 MEASUREMENT

5.5.6.1 As per CPWD specifications.

5.5.7 TOLERANCES

5.5.7.1 As per CPWD specifications

5.5.8 RATE :-

5.5.8.1 The rate includes the cost of materials and labour involved in all the operations

described above except for the cost of centering, shuttering and reinforcement,

which will be paid separately.

5.5.8.2 In case of actual average compressive , strength being less than specified strength

which shall be governed by para ‘ Standard of Acceptance” as above the rate

payable shall be worked out accordingly on prorata basis.

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

governed by para ‘Standard of Acceptance’ as above, the work for which samples

have failed shall be redone at the cost of contractors. However, the Engineer in

charge may order for additional tests (like cutting cores, ultrasonic pulse velocity

test, load test on structure or part of structure etc) to be carried out at the cost of

contractor to ascertain if the portion of structure wherein concrete represented by

the sample has been used, can be retained on the basis of results of individual or

combination of these tests.

Page 130: NIT18PDFCIPET

����

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

The contractor shall take remedial measures necessary to retain the structure as

approved by the Engineer in charge without any extra cost. However, for payment,

the basis of rate payable to contractor shall be governed by the 28 days cube test

results and reduced rates shall be regulated in accordance with para 5.4.13 of

Revised CPWD specification 2009, Vol.-I.

5.5.8.4 As per general engineering practice, level of floors in toilet / bath, balconies, shall

be kept 12 to 20mm or as required, lower than general floors shuttering should be

adjusted accordingly. The landing level of mumti/ Staircase cabin shall be Kept one

riser level higher than adjoining slab level so as to accommodate water proofing

treatment over terrace slab. Incase of kitchen slab the portion of floor trap below

kitchen platform be kept at lower level as per drawings. Nothing extra is payable on

this account.

5.5.8.5 For the execution of centering and shuttering, the contractor shall use propriety

“Reebole” chemical mould release agent of FOSROC or equivalent as shuttering oil as

approved by Engineer-in-charge and nothing extra shall be paid on this account.

5.5.9 REINFORCEMENT

5.5.13.1The contractor shall provide approved type of support for maintaining the bars in position

and ensuring required spacing and correct cover of concrete to reinforcement as called for in the

drawings, spacer blocks of required shape and size. Chairs and spacer bars shall be used in order

to ensure accurate positioning of reinforcement. Pre-cast cement mortar/concrete blocks/blocks of

polymer shall not be used as spacer blocks unless specially approved by the Engineer-in-charge,

rate of RCC items is inclusive of cost of such cover blocks.

5.6 FLOORING

5.6.1 All work in general shall be carried out as per CPWD Specifications.

5.6.2 Whenever flooring is to be done in patterns of tiles and stones, the contractor shall get

samples of each pattern laid and approved by the Engineer-in-charge before final laying of

such flooring.The sample produced shall be fully supported by the details of location/quarry

Page 131: NIT18PDFCIPET

����

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

and the same shall not be removed except with the written permission of Engineer-in-

Charge. Nothing extra shall be payable on this account.

5.6.3 Different stones / tiles used in pattern flooring shall be measured separately as defined in

the nomenclature of the item. The rate of item of marble/ Kota/ tiles or any combinational

stone flooring is inclusive of providing required patters with combination of all. Nothing extra

will be paid on this account. No additional wastage, if any, shall be accounted for any extra

payment.

5.6.4 Samples of flooring stones (Kota/ Marble/ Granite/ Tiles of all kinds etc.) shall be deposited

well in advance with the Engineer-in-Charge for approval. Approved samples should be

kept at site with the Engineer-in-Charge and the same shall not be removed except with the

written permission of Engineer-in-Charge. No payment what so ever shall be made for

these samples.

5.6.5 The Marble/ Kota/ Granite/ Tiles of all kinds mentioned in different items of flooring

subhead shall be fully supported by the details establishing the quarry and its location or

source.

5.6.6 Full width stone over kitchen platform, window sills, jambs and soffit shall be provided

except to adjust for closing pieces The marble/any stone flooring in treads and risers of

stair case is to be laid in single piece. Nothing extra shall be paid on these accounts.

5.6.7 Chasing of required width and thickness shall be made in brick work at skirting location so

as to flush the external surface of skirting with internal plastering. No extra payment

towards making chases in brick work at skirting shall be made and the same is presumed

to be inclusive of rate quoted for the item of providing and fixing skirting.

5.6.8 Proper gradient shall be given to flooring for toilets, verandah, kitchen, courtyard etc. so

that the wash water flows towards the direction of floor trap. Any reverse slop if found, shall

be made good by the contractor by ripping open the floor/grading concrete and nothing

shall be paid for such rectifications.

Page 132: NIT18PDFCIPET

�� �

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

5.6.9 The granite stonework shall, in general, be carried out as per the CPWD Specifications.

The specifications for dressing, laying, curing, finishing, measurements, rate etc. for the

granite stone flooring shall be same as that of works for the Marble flooring, skirting and

risers of steps under Flooring Sub Head of the CPWD Specifications. The wall lining /

veneer work with granite stone shall be as per the CPWD Specifications for Marble work

Sub Head.

5.6.10 The granite stone slabs to be procured for the work shall match the samples shown to the

Contractors before submission of the tenders. Before starting the work, the Contractor shall

procure and submit the samples of granite stone slab (matching to the samples shown to

the Contractors before submission of the tenders) for the approval of the Engineer-in-

Charge.

5.6.11 The granite slabs used for providing and fixing in the sills, soffits and jambs of doors,

windows, ventilators and similar locations shall be in single piece unless otherwise directed

by the Engineer-in-Charge. Wherever stone slab other than in single piece is allowed to be

fixed, the joints shall be provided as per the architectural drawings and as per the directions

of the Engineer-in-Charge. Depending on the number of joints, as far as possible, the stone

slabs shall be procured and fixed in slabs of equal lengths as per the architectural drawings

and as directed by Engineer-in-Charge.

5.6.12 The granite work, Vitrified ceramic flooring, Ceramic flooring shall be adequately protected

by a layer of Plaster of Paris, which shall be maintained throughout the construction and

removed just before handing over of the works for which nothing extra shall be payable.

5.7 TREMIX FLOORING

5.7.1 The work is general shall be carried out as per the CPWD specifications for CC pavements.

The work shall be got executed through specialized applications having similar experience

in executing tremix flooring using vacuum dewatering system. Before taking up the work,

the contractor shall therefore submit the credentials of the applicators along with details of

the similar works executed by them for the approval of Engineer-in-charge.

Page 133: NIT18PDFCIPET

��!�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

5.7.2 The contractor or their applicator shall have adequate machinery for laying and vibrating

concrete including vacuum dewatering system etc.

5.7.3 The concrete shall be M25 grade ready mix cement concrete with minimum 360kg cement

(PPC cement) per cubic metre of concrete with slump 70 to 80 mm. The concrete shall not

have air-entrainment more than 2%. The concrete shall be levelled to required slope using

bull float. The excess water shall be removed using vacuum dewatering process. After the

concrete has stiffened to the point of supporting floating operation the surface shall be

power floated using IRONITE No.3.

5.7.4 The flooring shall be done in panels of sizes not more than 20x4 metre. The construction

joints shall therefore be formed with square edges using the steel frame work. Each panel

shall than be divided into smaller panel of size not more than 3x2 metre by providing

contraction joints by cutting grooves of size 3mmx20mm deep using mechanical saw. The

cutting of the grooves shall be done as soon as the concrete is set.

5.7.5 The top surface of the flooring shall be sprinkled with IRONITE no.3 ( non coloured) @ 3kg

per sqm. It shall be sprinkled when the concrete is green, before trowelling. Two third

quantity of the dry shake ( metallic floor hardener ) shall be sprinkled in the first pars and

floated with power trowel and one third of the dry shakes shall be sprinkled in the 2nd pars

and floated with power trowel to smooth finish. The first shake shall be allowed to remain

un worked until it has absorbed moisture and then power floated. Similar operation shall be

done for the 2nd shake. The surface then shall be textured to brush finish in a workman like

manner with uniform grains generally in one direction.

5.7.6 The surface shall then be cured for minimum 10 days.

5.7.7 All precautions shall be taken to avoid any marks, impressions, scratches, stains etc. To

the finished Surface.

5.7.8 One test for wear resistance ( abrasion test) as per IS 1237 shall be carried out on the

sample ( 3 specimen) core weight from the pavement. One core sample shall be tested for

every 10,000 sqm or part thereof. The average wear shall not exceed 2mm and 2.5 mm for

individual specimen. Besides, other tests for concrete shall be carried out as per the CPWD

Page 134: NIT18PDFCIPET

��"�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

specifications. All arrangements for taking out core samples and other samples shall be

made by the contractor. The core holes shall then be filled properly with concrete of the

same mix in the workman like manner and cured properly. Nothing extra shall be paid on

this account.

5.7.9 The joints ( expansion and contraction)/ grooves shall then be filled with joint sealing

compound conforming to grade B of IS 1834 or equivalent in workman like manner.It shall

not be measured separately for payment.

5.7.10 The item includes cost of all inputs of material, labour, T & P, all incidental charges,

wastages and testing etc involved in the work.

5.8 STAINLESS STEEL HAND RAIL

5.8.1 Providing, fabricating and fixing in position welded built –up section using stainless pipes

and connecting plates, of Grade S.S 304 and of required diameter & thickness as per the

directions of the Engineer-in -Charge, at the junctions of doors, on walls, other locations as

directed etc. including cutting, welding, grinding, bending to required profile and shape,

hoisting, buffing and polishing, cutting chase / embedding in RCC / Masonry, fixing using

stainless steel screws, nuts, bolts and washers or stainless steel fasteners as required to

make it rigidly fixed & stable and making good the plaster/ flooring etc. all complete, at all

floors and all levels as directed by the Engineer-in – Charge.

5.8.2 Rate includes cost of all inputs of materials, labour, T&P, etc. involved in the work and all

incidental charges to execute this item. However, for the purpose of payment only the

actual weight of the stainless pipes and stainless steel plates provided and fixed shall be

measured in kg.

5.9 WATER PROOFING

Page 135: NIT18PDFCIPET

��#�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

5.9.1. The water proofing items should be got done through the firms approved by the Chief Engineer (WZ-IV), CPWD, Gandhinagar. The list of approved firms as on date is given below: 1. M/s. Water Proofing Corporation of Hindustan, Jama Masjid, Panaji, Goa. 2. M/s. Modern Water Proofing Co., No. 10 Trygler, 3 Dominic Colony, Ortem,

Malad (W), Mumbai 400 064. 3. M/s. New Bharat Water Proofing Corporation, No. 37, Mohan Nagar, New

Bapunagar, Ahmedabad 380 024. 4. M/s. Indian Water Proofing Co., Atankar Cinema Building, 2nd floor, Pune 411

001. 5. M/s. National Water Proofing Co., C/o Shri K.B. Shau, Opp. Ram Mandir Road,

Sada, Nagpur 440 001. 6. M/s. Bhagwati Water Proofing Co., 410, Pratiksha Complex, Maha Lakshmi

Char Rasta, Paldi, Ahmedabad – 380007.

5.9.2 In case if it is not possible for the contractor to engage one of the above mentioned firms for the water proofing works, he shall submit his proposals of engaging a specialized firm in this work.

5.9.3 Even if the firms approved by the Chief Engineer (WZ-IV), CPWD, Gandhinagar as mentioned above or otherwise as per Para 6.1.10 above is proposed to be engaged, the contractor shall furnish the following particulars before execution.

(a) The name of the specialized firm. (b) The trade names of the product which would be used. (c) List of works where the treatment has been given. (d) Quantity of chlorides and sulphides used in the product. 5.9.4 GUARANTEE FOR WATER PROOFING TREATMENT Ten (10) years guarantee in the prescribed Performa attached must be given by the

contractor for the water proofing treatment. In addition 10% (ten percent) of the cost of these items would be retained as guarantee to watch the performance of the work executed. However, half of this amount (withheld) would be released after five monsoon seasons after the date of completion of the work, if the performance of the water proofing work is satisfactory. If any defect is noticed within guarantee period, it shall be rectified by the contractor within seven days and, if not attended to, the same shall be got done by other agency at the risk and cost of the contractor. In any case the guaranteeing firms during the guarantee period should inspect and examine the treatment once in every year and make good any defect observed. However, the security deposit can be released in full, if bank guarantee of equivalent amount for ten (10) years is produced and deposited with the department.

5.9.5 MEASUREMENTS

Page 136: NIT18PDFCIPET

����

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

Only plan area shall be measured and paid. Nothing extra shall be paid for rounding off at junctions and taking treatment along sides of beams and walls. Length and breadth shall be measured correct to one centimetre and area shall be worked out to nearest 0.01 Sqm. No deduction in measurements shall be made fir either opening or recesses for chimneys, stacks, roof lights and the like for areas up to 0.40 Sqm. nor anything extra shall be paid for forming such openings. For similar areas exceeding 0.40 Sqm. deductions will be made in measurements for full openings and nothing extra shall be paid for making such openings.

5.9.6 RATES The rate shall include the cost of all labour and materials involved in all the operations

described above. 5.10 SUNKEN FLOOR SLAB, ITS TREATMENT ETC. 5.10.1 Brick bat aggregate shall be from well burnt bricks. The proprietary water proofing

compound and the quantity to be used as per Para 6.1.1 5.10.2 The surface shall be thoroughly cleaned with wire brushes. All loose scales shall be

removed and dusted off. The surface bottom as well as sides shall be treated with cement slurry admixed with proprietary water proofing compound to penetrate into crevices and fill up all the pores in the surface.

5.10.3 After the slurry coat is laid, layer of well burnt brick bats of about 40 mm size shall be laid in

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, the mortar being filled to half the depth of the brick bat layer. The bricks bat layer shall be rounded off at junctions with the beam/ wall etc. and tapered towards top at height of 150 mm along beams/ wall etc. Curing of this layer shall be done for these days.

5.10.4 After curing, the surface shall be applied with a coat of neat cement slurry admixed with

proprietary water proofing compound. 5.10.5 Joints of brick bat shall be filled fully with cement mortar of mix as specified by the

specialist firm but not leaner than 1:4 (1 cement : 4 coarse sand) admixed with proprietary water proofing compound and top finished with average 20 mm thick layer of same mortar. This layer of mortar shall be continued to the sides shall be as directed by the Engineer-in-charge. The surface shall be finished smooth with cement slurry admixed with proprietary water proofing compound.

Page 137: NIT18PDFCIPET

����

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

5.10.6 While the water proofing treatment is done, it shall be ensured that the outlet pipes are properly fixed and the gaps between the wall and pipes are properly filled with brick / stone aggregate and cement mortar admixed with proprietary water proofing compound and grouted with cement slurry admixed with proprietary water proofing compound.

5.10.7 Waterproof treatment shall be cured for a minimum period of two weeks. 5.10.8 MEASUREMENTS Measurements for the floor treatment shall be taken of the plan area of the floor treated.

Nothing extra shall be paid for rounding off at junctions and taking the treatment along the sides of beams and walls for about 150 mm.

5.10.9 RATES The rate shall include the cost of all labour and materials involved in all the operations

described above. Base treatment and sides treatment will be paid separately under respective items.

GUARANTEE FOR ALUMINIUM WORK

Page 138: NIT18PDFCIPET

����

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

The work of Aluminium doors/ windows etc. shall be guaranteed for a period of 5 (Five) years as

per enclosed guarantee bond against structural stability, water leakage, faulty materials,

workmanship and defective anodized finish, on notification by the Engineer-in-charge of any

compliance to be performed under this guidance by the contractor, the contractor shall immediately

apply labour/ materials and rectify all the defects notified by the Engineer-in-charge to perform this

guarantee at no additional cost and to ensure that the defects are fully rectified. 1 (one) % of the

amount of the aluminium work shall be withheld on this account, which shall be refunded under the

expiry of the guarantee period if no defects are observed in the said period or if the defects have

been rectified in pursuant in the agreement to the entire satisfaction of the Engineer-in-charge.

Approval of shop drawings.

The contractor shall submit a fully detail for the presentation of shop drawings to the Engineer-in-

charge for approval and in no cash shall the contractor process with any of these works without

approved shop drawings.

The contractor shall review and submit all shop drawings in a sequence consistent with the

sequence of erection, installation and assembly of the various elements of the work. He shall be

deemed to have determined and verified all materials, site measurements and construction criteria

related thereto and to have checked the shop drawings for complete dimensional accuracy.

Any approval by the Engineer-in-charge of the shop drawings shall not relieve the

contractor of his responsibility for any deviation from the requirements of the contract unless he has

specially informed the Engineer-in-charge in writing of such deviation at the time of submission and

the Engineer-in-charge has given written approval to the specific deviation.

Page 139: NIT18PDFCIPET

����

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

6.0 List of Bureau of Indian Standards Codes All equipment, supply, erection, testing and commissioning shall comply with the requirements of Indian Standards and code of practices given below as amended upto date. All equipment and material being supplied by the contractor shall meet the requirements of IS. Tariff advisory committee’s regulation (fire insurance), electrical inspectorate and Indian Electricity rules and other Codes / Publications as given below:

1. Pipes and Fittings

IS : 458, (2003) amendment 1, Specification for precast concrete pipes (with and without

Active August 2011 reinforcement)

IS : 651 ( 2007 ) amendment 1, Salt glazed stone ware pipes and fittings’.

Active August 2011

IS : 1239 (Part 1) 2004, Mild steel, tubes, tubular and other wrought steel fittings: Part 1

amendment 4, Active August Mild Steel tubes.

2011

IS : 1239 (Part 2), 1992, Mild Steel tubes, tubular and other wrought steel fittings: Part 2

amendments 7, Active August Mild Steel tubular and other wrought steel pipe fittings.

2011

IS : 1536, 2001, amendment 4, Centrifugally cast (spun) iron pressure pipes for water, gas and

active August 2011 Sewerage.

IS : 1537, 1976, amendment 6, Vertically cast iron pressure pipes for water, gas and Sewerage.

active August 2011

IS : 1538 1993, amendments 4, Cast Iron fittings for pressure pipes for water, gas and Sewerage.

Active august 2011

IS : 1729, 2002 ,amendments 4, Cast iron/ / Ductile Iron drainage pipes and pipes fittings for active, August 2011 over ground Non pressure pipe line socket and spigot series.

IS : 1879, 2010, active August Malleable cast iron pipe fittings.

2011

IS : 2643 (Part 1) 2005 , active Dimensions for pipe threads for fastening purposes: Part 1

August 2011 Basic profile and dimensions.

IS : 2643 (Part 2) Dimensions for pipe threads for fastening purposes: Part 2

Tolerances.

IS : 2643 (Part 3) Dimensions for pipe threads for fastening purposes: Part 3

Limits of sizes.

IS : 3468,1991, amendment 1, Pipe nuts.

Active August 2011

IS : 3589, 2001 ,amendments 4 , Seamless or electrically welded steel pipes for water, gas and

Active August 2011 Sewerage (168.3 mm to 2032 mm outside diameter).

IS : 3989, 1984, amendments 5 , Centrifugally cast (spun) iron spigot and socket soil, waste and

Active 2011 ventilating pipes, fittings and accessories.

IS : 4346, 1982, Active August Specifications for washers for use with fittings for water

2011 services.

IS : 4711,2008, amendments 1, Methods for sampling steel pipes, tubes and fittings. Active August 2011

IS : 6392, 1971,amendments Steel pipe flanges

1,Active August 2011

IS : 6418, 1971, Active August Cast iron and malleable cast iron flanges for general

2011 engineering purposes.

IS : 7181,1986 amendments 3, Specification for horizontally cast iron double flanged pipe for

Page 140: NIT18PDFCIPET

����

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

Active August 2011 water, gas and Sewerage.

2. Valves

IS : 778,1984, amendments 3, Specification for copper alloy gate, globe and check valves for

Active August 2011 water works purposes.

IS : 1703,2000,ammendments1 Specification copper alloy float valves (horizontal plunger type) Active August 2011 for water supply fittings.

IS : 3950,yr(1979), amendments Specification for surface boxes for sluice valves. 1, Active August 2011

IS : 5312 (Part Specification for swing check type reflux (non return) valves: 1),yr(2004),amendments 2, Active part 2 Multi door pattern.

August 2011

IS : 5312 (Part 2),yr(1986), Active Specification for swing check type reflux (non return) valves: August 2011 part 2 Multi door pattern.

IS:12992(Part1), yr(1993), Active Safety relief valves, spring loaded : Design August 2011

IS:13095, yr (1991), amendments Butterfly valves for general purposes. 1, Active August 2011

3. Pumps & Vessels

IS : 2002, yr (2009), Active Steel plates for pressure vessels for intermediate and high August 2011 temperature service including boilers. IS : 2825 Yr.1969, amendments Code for unfired pressure vessels. 5, Active August 2011

IS : 4648 (Part 1) Code of practice for Electrical layout in residential building. Yr.1968, amendments 1, Active

August 2011

IS : 5600, yr 2002,Active August Specification for Sewerage and drainage pumps 2011

IS : 8034 Yr. 2002, amendments Specification for submersible pump sets for clear, cold, fresh 2, Active August 2011 water.

IS : 8418 Yr.1999 amendment 1, Specification for horizontal centrifugal self priming pumps. Active August 2011

4. General

SP : 6 (1) Structural Steel Sections

IS : 325 Three Phase Induction Motors Yr.1996, amendments2, Active

August 2011

IS : 554 Dimensions for pipe threads where pressure tight joints are Yr.1999, amendments 1, Active required on the threads.

August 2011

IS : 694 PVC insulated cables for working voltages upto & including Yr.2010, amendments 5, Active 1100 V.

August 2011

IS : 779 Specification for water meters (domestic type). Yr.1994, amendments 5, Active

August 2011

Page 141: NIT18PDFCIPET

����

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

IS : 782 Specification for caulking load. Yr.1978, Active August 2011

IS : 800 Code of practice for general construction in steel Yr.2007, Active August 2011

IS : 1068 Electroplated coatings of nickel plus chromium and copper plus Yr.1993, amendments 1 Active nickel plus chromium.

August 2011

IS : 1172 Code of Basic requirements for water supply drainage and Yr.1993, Active August 2011 sanitation.

IS : 1367 (Part 1) Technical supply conditions for threaded steel fasteners: Part 1 Yr.2002, Active August 2011 introduction and general information. IS : 1367 (Part 2) Technical supply conditions for threaded steel fasteners: Part 2 Yr.2002, Active August 2011 product grades and tolerances.

IS : 1554 (Part 1) PVC insulated (heavy duty) electric cables: Part 1 for working Yr.1988, amendments 4 voltages upto and including 1100 V. Active August 2011

IS : 1554 (Part 2) PVC insulated (heavy duty) electric cables: Part 2 for working Yr.1988, amendments 3 voltages from 3.3 KV upto and including 11 KV. Active August 2011

IS : 1726 Specification for cast iron manhole covers and frames. Yr.1991, Active August 2011

IS : 1742 Code of practice for building drainage. Yr.1983, Active August 2011

IS : 2064 Selection, installation and maintenance of sanitary appliance Yr.1993, Active August 2011 code of practice.

IS : 2065 Code of practice for water supply in buildings. Yr.1983, Active August 2011

IS : 2373 Specification for water meter (bulk type) Yr.1981, amendments 3

Active August 2011

IS : 2379 Color code for identification of pipe lines. Yr.1990, amendments 1

Active August 2011

IS : 2527 Code of practice for fixing rainwater gutters and down pipes for Yr.1984, Active August 2011 roof drainage.

IS : 2629 Recommended practice for hot dip galvanizing on iron and Yr.1985, amendments 3 Steel.

Active August 2011

IS : 3114 Code of practice for laying of cast iron pipes Yr.1994, Active August 2011

IS : 4111 (Part 1) Code of practice for ancillary structures in sewerage system: Yr.1986, Active August 2011 Part 1 manholes.

IS : 4127 Code of practice for laying glazed stoneware pipes. Yr.1983, Active August 2011

IS : 4853 Recommended practice for radiographic inspection of fusion Yr.1982, Active August 2011 welded butt joints in steel pipes.

IS : 5329 Code of practice for sanitary pipe work above ground for

Page 142: NIT18PDFCIPET

�� �

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

Yr.1983, Active August 2011 buildings.

IS : 5455 Cast iron steps for manholes. Yr.1969, Active August 2011

IS : 6159 Recommended practice for design and fabrication of material, Yr.1998, Active August 2011 prior to galvanizing.

IS : 7558 Code of practice for domestic hot water installations. Yr.1974, Active August 2011

IS : 8419 (Part 1) Requirements for water filtration equipment: Part 1 Filtration Yr.1977, Active August 2011 medium sand and gravel.

IS : 8419 (Part 2) Requirements for water filtration equipment: Part 2 under Yr.1984, Active August 2011 drainage system.

IS : 9668 Code of practice for provision and maintenance of water Yr.1990, Active August 2011 supplies and fire fighting.

IS : 9842 Preformed fibrous pipe insulation. Yr.1994,amendments 2

Active August 2011

IS : 9912 Coal tar based coating materials and suitable primers for Yr.1981, Active August 2011 protecting iron and steel pipe lines. IS : 10221 Code of practice for coating and wrapping of underground mild Yr.2008, Active August 2011 steel pipelines.

IS : 10446 Glossary of terms relating to water supply and sanitation. Yr.1983, Active August 2011

IS : 11149 Rubber Gaskets Yr.1984,amendment 1

Active August 2011

IS : 11790 Code of practice for preparation of butt-welding ends for pipes, Yr.1986, Active August 2011 valves, flanges and fittings... IS : 456, 2000 Code of practice for Plain and RCC construction

Page 143: NIT18PDFCIPET

��!�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF WATER-PROOFING WORKS (ALL WATER - PROOFING ITEMS).

The agreement made this.................... day of ................. (Two Thousand _______ only) .............. between....................................S/o ............................................... (hereinafter called the GUARANTOR of the one part) and thePRESIDENT OF INDIA (hereinafter called the Government of the other part)

WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated ...................... and made between the GUARANTOR OF THE ONE PART AND the Government of the other part whereby the contractor inter alia undertook to render the building and structures in the said contract recited completely water and leak-proof.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will remain water and leak proof, for ten years from the date of completion of work.

NOW THE GUARANTOR hereby guarantee that work executed by him will render the structures completely leak proof and the minimum life of such water proofing treatment shall be ten years to be reckoned from the date of the completion of work.

The decision of the Engineer-in-charge with regard to nature and cause of defect shall be final and binding on Guarantor.

During this period of guarantee, the guarantor shall make good all defects and in case of any defect being found render the building water proof to the satisfaction of the Engineer-In-Charge calling upon him to rectify the defects failing which the work shall be got done by the Department by some other contractor at the Guarantor’s cost and risk. The decision of the Engineer-in-charge as to the cost payable by the Guarantor shall be final and binding.

That if the guarantor fails to execute the water proofing or commits breach thereunder, then the guarantor will indemnify the principal and his successor against all loss, damage, cost expense or otherwise which may be incurred by him by reason of any default on the part of the GUARANTOR in performance and observance of this supplementary agreement. As to the amount of loss and/or damage and / or cost incurred by the Government, the decision of the Engineer-in-charge will be final and binding on both the parties. IN WITNESS WHEREOF these presents have been executed by the obligator ....................... and

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

SIGNED, sealed and delivered by OBLIGATOR in the presence of :-

1. ................................................ 2. ...........................................

SIGNED FOR AND BEHALF OF THE PRESIDENT OF INDIA BY ................................... in the presence of :-

1. ............................................... 2. ..........................................

Page 144: NIT18PDFCIPET

��"�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR

FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF SANITARY INSTALLATIONS / WATER SUPPLY / DRAINAGE WORK.

The agreement made this.................... day of ................. (Two Thousand ………… only) .............. between....................................S/o ............................................... (hereinafter called the GUARANTOR of the one part) and thePRESIDENT OF INDIA (hereinafter called the Government of the other part)

WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated .................................. and made between the GUARANTOR OF THE ONE PART AND the Government of the other part, whereby the contractor inter alia, undertook to render the work in the said contract recited leak proof with sound material and workmanship.

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, and finishing for five years from the date of completion of work.

NOW THE GUARANTOR hereby guarantee that work executed by him will be free from any leakage, seepage, cracks in pipes and guaranteed against faulty material and workmanship improper slope, defective galvanizing etc. for Five years to be reckoned from the date of completion of the work.

The decision of the Engineer-In-Charge with regard to nature and cause of defect shall be final.

During this period of guarantee, the guarantor shall make good all defects and in case of any defect to satisfaction of Engineer-in-charge at his cost and shall commence the work for such rectification within seven days from the date of issue of the notice from the Engineer-in-charge calling upon him to rectify the defects failing which the work shall be got done by the Department by some other contractor at the guarantor’s cost and risk. The decision of the Engineer-in-Charge as to the cost payable by the Guarantor shall be final and binding.

That if the guarantor fails to make good all defects or commits breach thereunder, then the guarantor will indemnify the principal and his successor against all loss, damage, cost expense or otherwise which may be incurred by him by reason of any default on the part of the GUARANTOR in performance and observance of this supplementary agreement. As to the amount of loss and/or damage and or cost incurred by the Government, the decision of the Engineer-in-charge will be final and binding on both the parties. IN WITNESS WHEREOF these presents have been executed by the obligator ...................... ....................................................... and ................................................. by ........................................... for and on behalf of the PRESIDENT OF INDIA on the day, month and year first above written.

SIGNED, sealed and delivered by OBLIGATOR in the presence of :-

1. .................................................... 2. ............................................

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY......................... inthe presence of :-

1. ................................................... 2. ............................................

Page 145: NIT18PDFCIPET

��#�

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF

STONE WORK/ TILE WORK.

The agreement made this.................... day of ................. (Two Thousand ______ only) .............. between....................................S/o ............................................... (hereinafter called the GUARANTOR of the one part) and thePresident of India (hereinafter called the Government of the other part)

WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated ...................... and made between the GUARANTOR OF THE ONE PART AND the Government of the other part 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, improper slope, finishing and materials. NOW THE GUARANTOR hereby guarantee that work executed by him will be free from any material defects, structural defects, cracks, hollow pockets, improper slope, faulty joints etc. for five years to be reckoned from the date of completion of the work.

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 thereunder, then the guarantor will indemnify the principal and his successor against all loss, damage, cost expense or otherwise which may be incurred by him by reason of any default on the part of the GUARANTOR in performance and observance of this supplementary agreement. As to the amount of loss and/or damage and or cost incurred by the Government, the decision of the Engineer-in-charge will be final and binding on both the parties. IN WITNESS WHEREOF these presents have been executed by the obligator ....................... and

........................................ by ................................. for and on behalf of the President of India on the day, month andyear first above written.

SIGNED, sealed and delivered by OBLIGATOR in the presence of :-

1. ................................................ 2. ...........................................

SIGNED FOR AND BEHALF OF THE PRESIDENT OF INDIA BY ................................... in the presence of :-

1. ............................................... 2. ..........................................

Page 146: NIT18PDFCIPET

����

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR

FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF ALUMINIUM DOORS, WINDOWS VENTILATOR WORK.

The agreement made this.................... day of ................. (Two Thousand ………… only).............. between....................................S/o ............................................... (hereinafter called the GUARANTOR of the one part) and thePRESIDENT OF INDIA (hereinafter called the Government of the other part)

WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated .................................. and made between the GUARANTOR OF THE ONE PART AND the Government of the other part, whereby the contractor inter alia, undertook to render the work in the said contract recited structurally stable, workmanship, powder coating, anodizing, colouring and sealing etc.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will remain structurally stable and guaranteed against faulty material and workmanship, defective anodizing/ powder coating for five years from the date of completion of work.

NOW THE GUARANTOR hereby guarantee that work executed by him will remain structurally stable and guaranteed against faulty material and workmanship, defective anodizing/ powder coating for five years to be reckoned from the date of completion of the work.

The decision of the Engineer-In-Charge with regard to nature and cause of defect shall be final.

During this period of guarantee, the guarantor shall make good all defects and in case of any defect to satisfaction of Engineer-in-charge at his cost and shall commence the work for such rectification within seven days from the date of issue of the notice from the Engineer-in-charge calling upon him to rectify the defects failing which the work shall be got done by the Department by some other contractor at the guarantor’s cost and risk. The decision of the Engineer-in-Charge as to the cost payable by the Guarantor shall be final and binding.

That if the guarantor fails to make good all defects or commits breach there under, then the guarantor will indemnify the principal and his successor against all loss, damage, cost expense or otherwise which may be incurred by him by reason of any default on the part of the GUARANTOR in performance and observance of this supplementary agreement. As to the amount of loss and/or damage and or cost incurred by the Government, the decision of the Engineer-in-charge will be final and binding on both the parties. IN WITNESS WHEREOF these presents have been executed by the obligator ...................... ....................................................... and ................................................. by ........................................... for and on behalf of the PRESIDENT OF INDIA on the day, month and year first above written.

SIGNED, sealed and delivered by OBLIGATOR in the presence of:-

1. .................................................... 2. ............................................

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY....................... inthe presence of:-

1. ................................................... 2. ....................................

Page 147: NIT18PDFCIPET

����

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

LIST OF FIELD TESTS

i) Particle size and shape

ii) Slump test

iii) Flakiness & Elongation Index tests

iv) Compressive strength (concrete or bricks) test

v) Rebound Hammer test

vi) Bulking of sand

vii) Silt content of sand

viii) Temperature measuring with thermometer with brass protected end 0-

200° C FIELD TESTING EQUIPMENT AND INSTRUMENTS

A. Testing Equipment at Field Laboratories

i) Balances a) 7kg to 10 kg. Capacity, Semi-self indicating type-Accuracy 10 gm b) 500 gm. Capacity, Semi-self indicating type Accuracy 1 gm c) Pan Balance – 5 Kg. Capacity, accuracy 10 gm. d) Weighing scale platform type 100kg capacity.

ii) 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, 25 mm, 20 mm, 12.5 mm, 10 mm, 6.3 mm, 4.75 mm complete with lid and pan.

b) IS Sieves – 200 mm internal dia(brass frame) consisting of 2.36 mm, 1.18 mm, 600 microns, 425 microns, 300 microns, 212 microns, 150 microns, 90 microns, 75 microns with lid and pan.

iii) Sieve shaker capable of 200 mm and 300 mm dia sieves, motorized

operated with timing switch assembly.

iv) Equipment for slump test – Slump Cone, Steel Plate, tamping rod, steel scale, scoop.

v) Duly calibrated 100 tonnes compression testing machine, electrical-cum

manually operated.

vi) Graduated measuring cylinders 200 ml capacity

vii) Enamel trays (for efflorescence test for bricks and other tests) a. 300 mm X 250 mm X 40 mm

Page 148: NIT18PDFCIPET

����

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

b. Circular plates of 250 mm dia c. 600 mm X 450 mm X 500 mm d. 450 mm X 300 mm X 40 mm.

viii) ISI marked 150 X 150 X 150 mm concrete cube moulds as per site

requirement – 18 Nos. ix) Graduated cylinder 1000 ml. Capacity. x) Pumps & pressure gauges for hydraulic testing of pipes. xi) Moisture meter xii) Oven xiii) PH Meter. xiv) Any other equipment for site tests as outline in BIS and as directed by the

Engineer-in-charge. B. Field Testing Instruments

i) Steel tapes – 3 m ii) Digital Vernier Calipers iii) Digital Micrometer Screw 25 mm gauge iv) A good quality plumb bob v) Spirit level minimum 30 cms long with 3 bubbles for horizontal vertical vi) Wire gauge (circular type) disc. vii) Foot rule viii) Long nylon thread ix) Rebound hammer for testing concrete x) Magnifying glass xi) Screw driver 30 cms long xii) Ball pin hammer, 100 gms xiii) Plastic bags for taking samples xiv) Digital Distance meter xv) Leveling machine xvi) Theodolite xvii) Total survey station xviii) Ultrasonic Pulse velocity meter

C. Minimum required T&P

Sr. Detail of T&P Qty. Remarks

no.

1 Fully automatic computerized batching 1No.

plant conforming to IS4925 as per requirement having moisture probe, automatic free water control and with print out facility.

2 Transit Mixers 1 No.

Page 149: NIT18PDFCIPET

����

����������������������� ������������������������

�������������������������������������������������������������������������������������������������������������������������������

3 Mobile Tower crane 30m boom 2 Nos.

4 Steel Shuttering 6000 sqm

5 Steel props of required sizes 15000 cum

6 Excavator cum loader 2 Nos.

7 Building Hoist 1 No.

8 Concrete mixer with hopper 3 Nos.

9 DG set (Over all capacity 120 KVA) 1 No.

10 Truck/ Tipper 3 Nos.

11 Concrete Pump 1 No.

12 Welding machine 4 Nos.

13 Plate Vibrator 4 Nos.

14 Needle Vibrator (Electrically operated) 3 Nos.

15 Needle Vibrator (Diesel/Patrol operated) 2 Nos.

16 Floor grinding machine 5 Nos.

17 Water pump 2 Nos.

18 Core cutting machine 1 No.

19 Cover metre 1 No. PROFORMA FOR TESTS CARRIED OUT

NAME OF THE WORK : DIVISION/ AGREEMENT NO. & DATE : SUB-DIVISION

Sl. Item Quantities Frequency No. of R.A. Uptodate No. of No. of Remarks No. as per as per tests bill quantity tests tests

agreement specification required No. required actually

done

1 2 3 4 5 6 7 8 9 10

Signature of Contractor

Page 150: NIT18PDFCIPET

����

����������������������� ������������������������

������������������������������������������������������������������������������������������������������������������������������

CEMENT/PAINT REGISTER

NAME OF WORK: AGREEMENT NO.

Date

of R

eceip

t

Sourc

e o

f re

ceip

t w

ith d

eta

ils if

any

Batc

h N

o.

Date

of m

anufa

ctu

re

Date

of expiry

1 2 3 4 5

DIVISION

SUB-DIVISION Particulars of Receipt

of

day's

Qty. Progressiv

Date

of Is

sue

Qty Items of work

Ret

urne

d at

the

endw

ork

for which

received e Total Issued

Issued

Q t y .

6 7 8 9 10 11

Particulars of Issue

Net Qty. Progressi Daily Balance in Contractor's Initial J.E.'s Initial

Periodical Check

Issued ve Total Hand

By AE By EE

12 13 14 15 16 17 18

Page 151: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

143

LIST OF ARCHITURAL DRAWING

Title Drg. No.

PLANS

Lay Out Plan AR/PD/CIPET/LOP/01-R2

Boys Hostel

Ground Floor AR/PD/CIPET/BH/01-R2

First Floor AR/PD/CIPET/BH/02-R2

Second Floor AR/PD/CIPET/BH/03-R2

Typical Floor plan (3rd to 8th) AR/PD/CIPET/BH/04-R2

Terrace Plan AR/PD/CIPET/BH/05-R2

Front Elevation AR/PD/CIPET/BH/06-R2

Girls Hostel

Ground Floor AR/PD/CIPET/GH/01-R2

First Floor AR/PD/CIPET/GH/02-R2

Second Floor AR/PD/CIPET/GH/03-R2

Terrace Plan AR/PD/CIPET/GH/04-R2

Page 152: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

144

-�!/5(+&&650.$7+>.5(7+/.6�+-!

1. The Contractor shall obtain prior approval from the Engineer-in-charge before placing order for any specific material or engaging any of the specialized agencies. The Contractor shall make a detailed submission with catalogues and highlighted proposed specifications, as well as full details of the works executed by the specialized agency, as specified.

2. Wherever applicable, the Engineer-in-charge may approve any material equivalent to that specified in the tender subject to proof being offered by the Contractor for equivalence to his satisfaction.

3. Unless otherwise specified, the brand / make of the material as specified in the item nomenclature, in the particular specifications and in the list of approved materials attached in the tender, shall be used in the work. In case of any discrepancy the order of preference shall be i)The Mark/Brand specified in nomenclature of Schedule Of Quantities. ii) The Mark/Brand specified in Special/Particular Conditions.

iii)The Mark/Brand specified in the list of approved make of Materials. iv)Decision of Engineer in charge. In case of non-availability of the brand specified in the contract the Contractor shall be

allowed to use alternate equivalent brand of the material subject to submission of

Page 153: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

documentary evidence of non - availability of the specified brand. The necessary cost

adjustments on account of above change shall be made for the material.

LIST OF APPROVED MATERIALS AND BRANDS

Sr. No.

Description of Material Brands Name

1 PLANT FOR READY MIX

CONCRETE

A.C.C., L&T, Ultrtech Cement Ltd., RMC

LAFARGE

Local availability of RMC plant to be assessed by concerned EE

2 WHITE CEMENT J.K. WHITE

BIRLA WHITE

3 WATERPROOFING

COMPOUND (LIQUID)

FOSROC

CICO

PIDILITE

��

4 REINFORCEMENT STEEL

TISCO /TATA, Steel Ltd.

SAIL,

VIZAG,

RINL

Jindal steel & Power Ltd, JSW Steel Ltd

�� ��

5 STRUCTURAL STEEL

TISCO

SAIL

RINL

JINDAL

Any other brand as per C.P.W.D. Circular

�� ��

6 Steel Senctions like Angles,

Tees, Channels

TISCO

SAIL

RINL

JINDAL

or any other brand as per C.P.W.D. Circular

�� ��

Page 154: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

7 Steel Sections like Round /

Square Bars

TISCO

SAIL

RINL

JINDAL

or any other brand as per C.P.W.D. Circular

�� ��

8 CERAMIC TILES

H & R JOHNSON

BELL CERAMIC

NITCO

SOMANY

ASIAN

�� ��

9 VITRIFIED TILES

MARBONITE OF H & F

JOHNSON

SOMANY

ASIAN

10 HARDENERS (Liquid)

IRONITE

FERROK

HARDONATE

�� ��

11 FLUSH DOORS

KANARA WOOD AND PLYWOOD INDUSTRIES LTD.

KENWOOD, Swastik

ORIENT

KUTTY

�� ��

12 NATURAL WOOD

VEENERS

ANCHOR

DURIAN

KITPLY

MAYUR

13 PLYWOOD

KITPLY

GREENPLY

CENTURY PLY

Page 155: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

MAYUR

�� ��

14 ROLLING SHUTTERS

WITH GRILLS

STANDARD

SWASTIK

SHUBDHWAR

SONA

�� ��

15 STAINLESS STEEL

SCREWS

KUNDAN

ARROW

�� ��

16 STAINLESS STEEL

STAIRCASE RAILING

JINDAL

Connect Architectural Product Pvt. Ltd.

�� ��

17 ALUMINIUM EXTRUSIONS

HINDALCO

INDALCO

JINDAL

18 DASH FASTNERS

HILTI

FISHER

CANON

19 ANNEALED FLOAT GLASS

ST. GOBAIN

MODIGUARD

ASAI

20 SYNTHETIC ENAMEL

PAINTS

NEROLAC

ASIN PAINTS

BEARGER PAINTS

21 TEXTURE PAINTS HERITAGE

ACROTEX

22 WALL PUTTY JK

Page 156: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

BIRLA WHITE

23 GYPSUM BOARD INDIA GYPSUM

BORAL

24

FALSE CEILING SYSTEM ALONG WITH

SUPPORTING GRID AND MINERAL FIBRE TILES

ARMSTRONG

SAINT GOBAIN

DEXUNE

25 CEMENT CONCRETE

PAVER TILES

SUPER TILES AND MARBLES PVT. LTD.

VYARA

SONA

NITCO TILES LIMITED

26 EUROPEAN WC

CERA

PARRYWARE

HINDWARE

27 WASHBASIN

CERA

HINDWARE

PARRYWARE

28 URINAL

CERA

PARRYWARE

HINDWARE

29 G I PIPE

SURYA

TATA

JINDAL HISAR

30 CPVC PIPES AND

FITTINGS

SUPREME

PRINCE

FINOLEX

�� ��

Page 157: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

31 RIGID PVC PIPES AND

FITTING

SUPREME

PRINCE

32 MIRROR GLASS ATUL

MODIGUARD

33 GULLY TRAPS (S.W.) PERFECT

PARRY

34 RCC PIPES

LAKSHMI

SOOD & SOOD

PRAGATI

35 UPVC PIPES

SUPREME

PRINCE

FINOLEX

36 STAINLESS STEEL SINKS

STAR

JAYNA

NIRALI

37 CP Brass Shower Rose Jaquar

ESS ESS

MARC

38 CP Brass Towel Rall

Jaquar

Marc

ESS ESS

39 CP Brass, Flush Valve Jaquar

Zoloto

40 CP Brass Waste Coupling Jaquar

ESS

Page 158: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

41 PVC Flushing Tank

Commander

Parryware

Hindwaer

Cera

42 Water Closets INDIAN /

(Orrisa Pan)

Hindwaer Cera

Cera

Parryware

43 Plastic Seat with Lid

Parryware

Hindware

Seabird

44 Mortise Lock Godrej

Harrison

45 Centrifugally Cast Soil Pipes

NECO

BIC

RIF

SKF

46 UPVC Rain Water Pipes Finolex

Supreme

47 Glass Sheet (Float/Plain) Modi Float

Saint Gobain

48 PTMT Ball Cock Prayag or other ISI Brand

49 PTMT Accessories Pryag or other ISI Brand

50. Deleted.

51. Deleted.

52 PVC TANK SINTEX

STAR

Page 159: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

151

<+7.5( 56>!?@ �������������� ���������������������������������������������������������������� ����!�""��#!������������������#��������6���#$������#!�%���#��������.��������������������#

&�'"�# ��6���#(��(�)������!"��*���!����'#(��+���',&+!����'���-�������&./#0��1�#

+)'������#��2����$���

����������������������������������

������ ����� �������������

���

��

��

Page 160: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

152

�������������� � � %��&�����'�&()����'�&���*(������+�&,-�

<���?.��������%��*��.,7%��*�)�1����������)������������3/)��7����)���'��)��3<�'���%��*�� ��.��/�������0�� ��1������1�2.�3�.�����%4!��5�����#�1������%���.�3�.������%4���

������������������������������/�����������5��+5����-/66�27-5���5�2���.�5��5����.7�������5��&�5�7���5��5��7�-��5��7�

��������������������������������5����������5����.�5��5����.7��/86.7�+���&�.��7�'����'��9�����5���-6���:����-2.��87�

��������������������������'������5�8�*����-2.��8�5�����0��0��� ���)7�;5��57��98��515�7�%/<5�5�$����

�5�:5��� ����� ��

)9��3�.����1/������.�0��� ���)7� �+��������.����6��������*(�.������.�5������������:.7���9��/�9��� �9�.����5����0�������$�)9�.��*(��� ���:.�

��86��.�����0�65�:5��.� ����� ����5�.����9���������5��5���(��95���5��-������.�5.�1����$�

�$���5�:5��� �$� ������5����������5�� ��.�5��5����� 5��� 05�.7� ������:.7�.������������������5�����8�.�����5����6/86�.��.� � =�)9�.� 65�:5���

�����.� ������� 0��� ���9��6����.>�6����� 6����.7� 6��������� 05�.� *� ���9�� 0�?�/��.7�( @���.���1/����� 1�5��.7� -/1�85���������� 0��8���.���1/�����

1�5��.�5���&�.����85��.�����/���������/������0���);�>�)���69�����51�����5���������:��51�����5������8��5��������9����.����9�.�����5�9�

0�����5���1���������9��.58������9�����/���0��������.����9����5��5�:$���

�.��85������.��&.$��7�"7"�7!!�>A�

�$��� �5�:5��� �$� +��� ��.��� '���� 0��9�����5���-6���:���� .2.��8�=�)9��.��6�� �0� ���:� ����/��.� 6������������������6/86�5��� ��������65���.� ���

�9�� 6/86� ���8� 5�<5����� ��� B%� ./867��?����5��5��� ������5��92��5��.� ���9� � 9�.�� ����.7� ���� 5.� ��C/����� 5.� 6��� �9�� @ ��##��

��C/���8���.$�

�.��85������.��&.$��7��7!�#>A���$���� �5�:5��� �$� �����..51��� '���� ��5�8� � 5��� ��� .2.��8A� )9�.� � ./1� 9�5�� �����.� � 6��������� � 5����..51��� ������������ '���� ��5�8� -2.��8� ���9�

������:51��� ����6������� 5����..51��� 85��� 0���� 5�5�8� 65���7� ��������.7� 85�/5�� �5��� 6����.7� .6�5:��� .2.��87$� ��� 5�.�� �����.� 6/1���� 5����..�

.2.��8�0���5/��85�����8������2���5�/5�����5���/���8���.�5�����9���85�/5��5���/���8���.�0����9��1/�������5.���C/����$��

�.��85������.��&.$�� 7��7##�>A�

�$����� �5�:5����$��5..��������0�.�-��6���0����:��.�6������������.��%�5���..��#�65..��������0�.�����$��8>.������

��� ���9��0�5�/��.��0����692.��5��2���95���������0���.�������%4!�0����.�0���1�2.�9�.���$��

�.��85������.��&.$���7##7###>A�

�$�����-)&B )B&���'�)3��)���&��� B(�)�

Page 161: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

5$���)9���*(����:.�95���1����0/��9���./1A��������������0���������65�:5��.$�

������������������5����.�5��5�����5���05�.7�������:.7�.������������������5�����8�.�����5����6/86�.��.$�

����������+�����.���'����0��9�����5���-6���:����.2.��8��

���������������..51���'������5�8��5������.2.��8$��

�����������5..��������0�.

Page 162: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

153

3��)�&����A�%��&��� ���)��-�'�&� �����*(��� ,�%�-�

�$�����(�����0�-/18�..�����0�)�����.�

�$�$�� )9��������� ���/8���.� 5.� �5����� 0��� �9�� ������� 0��� 5��� �9��-/1�3�5�.��0� �����5����*(����:.� .95��� 1��./18�����������9���

��� �9�� �?��/����� ��������7� %5��9��5�5�� ����5������.���� 7� �+�7� %5��9��5�5�$� 1�0���� �9�� �5��� .��6/�5���� 0��� �6������ �0�

������.$�

�$�$�� � � � )9���� .95��� 1�� 5� 6��A1��� ���0������� ����9�� �5����*���8�� 5.� .6���0���� ��� �9�� ������� ������� 5�� �>�� �9�� 9��0����������

�+DA�;�7� �+�7�%5��9��5�5������9��9��9����/1�.��0� ������������������.�.95���1����5��0���7�1�.���.���.�/..���.����5�2�

5�������5�� ./���.�����6��6�.��� 12��9�� ��������.$� �0� �9�� ��������.�0���.� �95��.6���0�����65��/��� 0��8�.6���0��5����.�5���

����..5�2� 0���8������� ��C/���8���.� .��6/�5���� � 0��� � 5�2� � ���87� � �9�2� � 852� � ./18��� � 5� � ��.�� � �0�� ./�9� ��65��/��.� � � ����

6��6�.��� � ��95���� ���.6���0��5����.� ��� �9�� 6��A1��� ���0������� 0��� ��.�/..���.$� � �0��0�/��� ����..5�2� 5� ���������/8� ���

�9�� ������� ���/8���.� ����� 1�� �../��� ��� 5��� �9�� ���������� ��������.� 5��� �9���50���� ��� 0/��9��� C/��2>���������7�

�95����������9���5��.6���0��5����.�.95���1��������5����$�

�$�$�� � � � )9����������� �.�5���.���������� ��5���1�5�:���������� �������5��� ��0��85����� ��� �9��.�9��/��.$� ������������ �5���95.�1����

C/�����0���5�2����8�.�7���5�����.65���1��9����0��/���.�7������.��5���58�/���1�5�:7���������1��6��./8��� �95���9�������5�����

95.�����/�����9����.���0��9�.>��9�.�����8�.�������9������8.�5����5���0���./�9����8.������1�����.�������5.�EF���G�5������:�

�����1����C/��������1���?��/����5���������2$�

�$��������)9����86������ 5/�9����2����1�95�0��0����.�������0� ����5���.����.� ���9�8.��0��9�����9���0�5���6������9���9������� 5�2� 65���

�0� �9�� ������� 5��� �9�� ��������.� .95��� 1�� 1�/��� ��� 6��0��8� �9�� .58�� 5�� �9�� �5��� C/����$� ��� ./�9� �5.�7� �9��

��65��8���� 5�.�� ��.����.� �9�� ���9�� ��� 5�5��� �9�� 15�5���� 65��� �0� �9�� �������5��� >� ��� 5�2� ��9��� �����5��.� ��� ��9���

5������.� 5�� �9�� .���� ��.�������� �0� �9�� ��65��8���$� )9�� ����.���� �0� � �9�� � ��65��8���� ��� �9�.� ���5��� � .95��� 1�� 0��5��

5��� 1������� ��� �9������5����� 5��� ��� ��5�8� �0��95�.������ �5�/��� .95��� 1��������5����� 0��8� �9�� �����5����� ��� �9�.�

5���/��$�

�$�� � � � � � �)9�� ����5����� .95��� 5../8��5��� ��51����27� 0��5���5�� ��� ��9����.�� ��� ����������� ���9� 9�.� �����5��� 5���.95��� 6�������5���

����8��02� �9����65��8����0��8�5�2�5���5����585��.�5�����5�8.��95��852�5��.�����5�2� 5���/��$�� )9�� ����5�����.95���

����8��02� �9����65��8����5�5��.��5�����5�8.� �����.6�����0� 65��������9�.7���25����.7���.���7���5��85�:.��0��58�������9���

6��������� ���9�.7� �585��.� ��� 5�<5����� 1/������.7� ��5�.� ���8�81��.� �0� 6/1���� ��� ��/�.�� �0� �?��/����� �0� ���:� ��� 5�2�

��9��� ��5.��� �95�.������ 5��� .95��� 9�8.��0� ��0���� 5��� 5�����.� 5��.���� 0��8� ./�9� ��5�8.� 5��� .95��� :��6� �9��

��65��8���� .5���� 95�8��..�5�������8��0�������5�����.6����0��8�./�9�5�����.7���.�.�5����?6��.�.$���9�����?��5�.95���

1��65251�������9�.�5���/��$��

�$�� � � � � � � @�0���� ��88������� �9�� ���:7��9�� ����5����� .95��7� ���9�/�� ��� 5�2� �52� ��8������ 9�.� �1���5����.� 5��� ��51������.7� ��./��� 5��

9�.� ���� ��.�� 5��� �?6��.�� 5�5��.�� 5�2� �585������ ��..� ��� ��</�27� �9��9� 852� 1�� �5/.��� ���5�2� 6��.��� ���6��6���2$�

��9�����?��5�.95���1��65251�������9�.�5���/��$�

�$�� � � � � � � )9�� )�������� 8527� 1�0���� ./18�..���� �0� �9�� ������7� ��.6���� �9�� �+��.6���0��5����.� ��� �9�� �00���� �0��9�� ��������A��A

95���$� )9����65��8���� .95��� ����1�5�� ��.6��.�1����2� 0��� �9�� �5�:� �0� :��������� 5���5�.�� �9�� ���.�C/����.���9����0�

��� �9�� ����5����$� )9�� ��0��85����� 5��� �5�5� .9���� ��� �9�� ��5����.� 5���8��������� ��� �9�� ������� ���/8���� 95���

1����0/���.9��� ��������05��9�5���0��������5�� ��0��85�����5����/��5���� ���2$� )9����������A��A 95���� ��� ����5.�� .95���

1��9���� ��.6��.�1��� 0��� �9�� 5��/�5�2��9����0��5��� >�� ���� �����6���5����.������ �����/.���.����5�����9����� 0��8��12���9��� �

Page 163: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

154

����5����� � 5��� 5������.�C/����.� .95��� 1�� 1����� 12� �9�� ����5����� 5������ ��5�87� �95�.�����7� .95��� 1�� ������5�����

0��8��9�� ����5����7��0� �9���5�5� ��� ��0��85����� 0/���.9��� �������������/8���� �.� ��00������ 0��8��5�5� >���5�����0���5��/5��

���.��/������ �../��� 50���� �9�� 5�5��� �0����:� ��� ��A����������9����.�$� � ��� �.� 6��./8��� �95�� �9�� ����5����� 95.� .5��.0����

9�8.��0� 0��� 5��� 6�..�1��� ������������.7�.��/5����.7�1��������:.� 5���5��.� �0��������5����7��9��9�852�1����C/�����1�������

��00������5������.$�

�$ �� � ���)��� 3�&%�-� � ���� ��������5�� �95���.� �0� 5�2� :���� ����/����� �5��5��7� .���5��7� �5.�5��� 5��� .50�� �/.���2� �0�

85����5�� ���$� .95��� 1�� 1������12� �9�� ����5����� 5��������5�8� �95�.������ .95��� 1��������5���������9�.�5���/��$�

�$!�������HB���)I��--B&� ��

)9�� ����5����� .95��� 85:�� 5�5��51��7� ��� ��C/�.�� 0��8� �9�� ��65��8���7� 0��� ������7� ��6��.� �0� �95��5�.7� �5.9�8�8�.7�

�����6�.� 5��� ��9��� �����0��5��.7� �0� 5�27� ��/�9��.� ���5��.� �9�� C/5����2� 5���C/5���2� �0� �5���/.� 85����5�.� 6���/���� 5���

�9�� .58�� .95��� 1�� :�6�� ��� ������$� )9�.�� .95��� 5�.�� 6������� ��0��85����� ��� �9�� �58�� �0� �9�� 85�/05��/���7�

85�/05��/���J.� 6���/��� ������0��5����7�85�/05��/���K.� ��.��/�����.7��5�����7��5����0�85�/05��/�����5�����.�������0��5��.�

0��8� 85�/05��/���.� 0��� �9�� 6���/��� 0��� �5�9� ���.���8���� ���������� 5�� .���7� .9��0� ��0�7� �0� 5�27� 0��� �9�� ��65��8���� ���

��./��� �95���9��85����5��95���1����6���/���� 0��8��9��566������.�/����5����0� �9�� 566������ C/5���27� 5.� ���������12�

�9�� ��������A��A 95���$� �52� ��� �52� 5���/�����0� �����6�� �0� ./�9�85����5�� .95��� 1��85���5����� 5�� .���� �0����:� 5���.95���

1�����/�5����12��9�� ��65��8���$� ��9�����?��5�.95���1��65251�������9�.�5���/��$�

�$"��������-)�&�%����'�(�)�&���-�

-���5��� 5��� .50�� �/.���2� �0� 5��� 85����5�.� .95��� 1�� �9�� .���� ��.6��.�1����2� �0� �9�� ����5����$� ��9���� �?��5� .95��� 1��

65251�������9�.�5���/��$�

�$�#������HB���)I� �)&��� ���)�-)�%� �'�(�)�&���-�

�$�#$�������� �9��85����5�� ���1��/.���������:.�.95���1�5���-�� �����0��5�����85�:�/���..���9����.���9��85:�� �.�.6���0�������

�9�� ���8� ��� .6���5�� ���������.� 566������ ���9� �9�.� ������� ���/8���$� � ��� �5.�� �-�� 85�:� 85����5�� ��� �9�� 85����5�.�

8��������� ��� �9�� ������� ���/8���.� 5��� ����5�5��51��7� 5.� 6����6������ �0���������A��A�95���7��9��9� .95��� 1�� 0��5�� 5���

1������7��9��85����5�����1��/.���.95������0��8���� �+��.6���0��5����.�566���51�������9�.������������-� ���$����./�9��5.�.�

��������A��A�95����.95���.5��.02�9�8.��0�51�/���9��C/5���2����./�9�85����5��5��������9�.�566���5������������$����2�5������.�

��5..�0����5.� 0��.��C/5���2�12��9��85�/05��/���.�.95���1��/.���/���..���9����.��.6���0���$����� 85����5������95����� �-��85�:�

.95���1����.����5.�6��������5��� �-�� .6���0��5����$��)9���������������95����852����5?��9���������������5��������.������0� �9��

C/5����2� �0� �9�� 85����5�.� ��C/����� 0��� �9�� ���:� �.� .85��$� ��� 5��� �5.�.� �0� /.�� �0� �-�� 85�:��� 85����5�.� 6��6��� 6���0� �0�

6���/��8�����0�85����5�.� 0��8�5/�9������85�/05��/���.�.95���1��6��������12��9�� �����5���������9���������.5��.05�������0�

��������A��A�95���$� ���� 85����5�.� �C/��5����� ��� �9�� ���� .6���0���� .9�/��� 1�� ���� 566������ 12� �9�� ��������A��A�95����

1�0����/.�����9��.5���85����5�.�����9�����:$�

�$�#$�� �0� �9����65��8������.���.����.����5�2�.586��.��0�85����5�.� 0�����.����� ���5�5���������� �51��5���27� �9�� ����5�����5�� 9�.�

���� �?6��.�� � .95��� ./66�2� 5��� 85����5�.7� �51�/�� 0��� 6��65����� 5��� ��.����� .586��.� 5.� ��C/����� 12� �9�� ��������A��A

95���$�)9����.�����.95���1���5�������/�� ����9��6��.����� �0� �9����6��.���5������0� �9����������A� ��A� 95���$� )9����.�����

�95���.� .95��� 1��1����� 12��9�� ��65��8���� ���2��9��� �9�� .586��.� .5��.02� �9��6����.����.6���0����5������0��8�����9��

��C/���8�����0��9�������5���.6���0��5����.$���0� �9����./��.�.9����95���9��.586��.��������.5��.02��9�������5���.6���0��5����7�

�9����.������95���.�.95���1��1�����12��9�������5����$�

Page 164: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

155�

�$��� � � �� 0������� �?�95���� .95��� 1�� 85��� 5�5��51��� 12� �9�� � ��65��8���� � 0��� �86������� �6/��95.��� �0� � �C/�68���.7� 6�5��.7�

85�9����27� 85����5�.� �0� 5�2� :���$� �� ���52� 5��� ��� ��5�8� �0� 5�2� :���� .95��� 1�� ������5����� 0��8� �9�� ����5����� ���

5���/����0� �5��5���������9���� 0��������?�95���� �5��� 5��>���5�2� /.��8��/���.�>��95���.�� ���5�2���9��������.$�

�$�������� ��&���)���+�)3��)3�&� �%� ��-�

)9�� ����5����� .95��� ����/��� 9�.� ���:� .�� 5.� ���� ��� �����0���� ���9� ��� 9������ �9�� 6�����..� ��� ��86������� �0� �9�� ���:�

1����� 6��0��8��� 12� ��9��� ����5����.� ��� 12� �9�� ��������� ��� �95���� 5��� .95��� 5.� 05�� 5.� 6�..�1��� 5��5���� 9�.� ���:�

5���.95��� 6�5���5�����.6�.�� �00� �9��85����5�.� 1�����/.������ ��8����� .��5.� ���� ��� �����0���� ���9� �9�� �6��5����.� �0�

��9��� ����5����.� ��� .95��� 5��5���� 9�.� ���:� ���9� �95�� �0� �9�� ��9��.� ��� 5�� 5���6�51��� 5��� �������5���� 85�����

5���.95��� 6��0��8� ������� 6��6��� .�C/�������� �9����86�����.5��.05�������0���9��.$�

�$����������+��;�%��'� ��%��� &�%3)-������+�&-�

)9�� ��������A��A 95���� .95��� ���� 1�� 6����/���� ��� .��66��� � 0��8� �5:���� 5�2� 8�5./��8���.7� � 5��� 0�58���� �0�

�.��85��.� ��� ���5������ 5�2� �����0��5��.� 85��� ���9��� 1�0���� ��� 50���� �9�� ��86������� 5��� 5���6�5���� �0� �9�� � ���:�

5���6528���7� 0��8� .9������ �9�� ��/�� 58�/��� 5��� �95�5����� �0� �9�� ���:.�6��0��8���5���85����5�.� 0/���.9���12��9��

����5�����5���0��8�.9������ �95��5�2�./�9�8�5./��8���.7� �.��85��.� � ���� �����0��5��.� � /���/�� � ��� � ����������2��85���

5��� �95�����������A��A�95���� �.95���������1��6����/�������.��66��� 0��8� ����������� 0��8� �9�� ����5�����./�9��585��.�

5.� ���852�1��./.�5�����12���5.��.��0�9�.�05��/��������86�2����9��9�����8.�5������������.��0��9�������5��$�

�$�� ��)9����������.� .95����5:�������5���/����9�����8�����0��5.�5���.���9�.��5��� ��:��2����1���9�������5������8���.��0��

�������������������9�����:�5���C/����9�.�6����7��5:�����95�������5���/��$�)9����������.� .95���.�/�2�5����9�����8.�0��8��9��6������0��

������������������������0��5.�5���.�7��9��9�5�����:��2�����5:��6�5��$�

�$�����������������������-/66�2�5���+5����-/66�2�

��� �.� �9�� ��.6��.�1����2� �0� �9�� �����5��������5��5���� ��C/�����6�����./66�2�5����5����./66�2� 0��� ��.�5��5�����5�����.�����

6/�6�.�.��/������9�������5���6�����$���9�����?��5�.95���1��65�������9�.�5���/��$

Page 165: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

156

3��)�&�=��������)����� ���)��-��%��&����'�&������*(�

�� ,�%�-��

�$����� B���..���9����.��.6���0����0���������.6���0��5����.�.95���1��0��������0����9����*�(����:.�

����������� �+��%����5��-6���0��5����.�0�����������5��+��:.��5��� ��������5��=��#��7�58������ /6����5��$�

������������ �+��%����5��-6���0��5����.�0�����������5��+��:.��5��� ����?����5��=��""�7�58������ /6����5��$�

������ �+�� %����5��-6���0��5����.�0��� ��������5��+��:.��5��� ���� ��0�.�5����.�5�5���.=�##�7�58������ /6����5��$�

���������� �+��%����5��-6���0��5����.�0�����������5��+��:.��5��� �;�-/1.�5����=��#��7�58������ /6����5��$�

����� �+��� %����5�� -6���0��5����.� 0������������5�� +��:.���5���� ;� +��A��.��� *��-6���:���� -2.��8.��=� �##�7�58������ /6����5��$�

����� �+��%����5��-6���0��5����.�0��� ��������5��+��:.��5��� ;�� '������5�8�-2.��8=� �"!�>'����/�������.7�58������ /6����5��$�

������������2�� 5�������5������8���0�� ���:7��� �0���5:����/6� ./1.�C/����27��.95����5�.������0��8�������9��������5���� �+��

.6���0��5����.�8���������51���$�

�$���-9�/����9����1��5�2���00������������.���65��2�1��������9����.���6������0� ���8.�5.�����������9��.�9��/����0�C/5������.7�

65����/�5��.6���0��5����.�0��� �������/5�����8.��0����:� �����/�����.6���5�����������.��5����$-$� ���.����$7��9��0���������������

�0�6��0�������.95���1���1.��������

����������� ��.���6������0����8.�5.����������-�9��/����0�C/5������.$�������������

��������5�����������.�

������������-6���5�����������.�5���65����/�5��.6���0��5����.$�

����������%����5�� ��������.��0� ����5���0��� �+�����:.�5��� �+��-6���0��5����.$���������� �$-$�

���.$�

��������������.�����0���������A��A 95���$�

�$����� )5?�.�5����/���.�

������)9�����:��.95��� 1�� ���5���� ��� ������.�1��� ���:.� �����5����15.�.� 5��� �9�� �5��.� ���������� .95��� 1�� 0�����86����� ���8.��0�

���:.� ����/.�����0�5��� �5?�.������/��������:.������5��� �5?�7��/���.7�5��������.����$�5���5��� �95���.� 0�������8.� �����������

�����9�� ����:7� ./�9� 5.� 65�:���7� 0���5�����7� ��./�5���7� 0����9�� 5����������27� ��.�5��5����7� ��.����7� ��88�..������� �����

5���.���� �>�����86��5�2�����.��/�����5�� .���5��7����.:7�����9�5���95���.7������5����51������.>��1���5����.����$�

������������-5��.��5?7�������7��?��.���/�2����$�5�������65251���.�65�5���2$

������������+��:������5��� �5?�0����9�����:�.95���1������/�������9����9��C/������5��.�0����9���5���/.����8.�

�����������.�6�������0��5������0���>�#���-)��5���� ��$�$�#��� ��-�������5�� ��-�������)5?��.���?�86����0����9��%����

+��:.�$�

���������)9�� >��0��8.�0��������..�����0� -)� ���������1���../������0��8.�0���6���/��8�����0�85����5�.$�

���� � � � � � � ���� -�5�/���2� ���/�����.� ��:�� +��:� ����5��� � )5?7� %/<5�5�� �(5�/5�� +��:��.� +��05��� '/��� �������2����� 5�� 566���51���

�5��.������1��85���0��8��9�� ����5����.�1���$�

�$������ �-�� )����'�-�)��

Page 166: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

157�

)9�� ����5����.�5��� 5���.������ ��.6����5����?58�����9��.����5��� ��.�./���/�����.�5���.5��.02� �9�8.����.����9� �9��

�5�/����0�.���7��9��8�5�.��0�5���..�����9��.���7��9�����.��5���.��0�.65���0���.�5�:����85����5��>�85�9����27��51�/�����$�

���.��5���.�6/��12����5�� ���/�5����.7� �0� 5�27���5�9������������.�5��.���7������5�����/��� >�./1.���� ���������.����$���� 5�2�

��9��� ����/8.�5���.� ��9��9� 852� 500���� ���� ��0�/����� �9���� ������.$� )9��.���� �.� �5�5��51��� 0��� ���:$��� )9�� �����5�����

.95��7��88���5���2�����../���0���������0�5���6�5�����0�������7�85:��5��5���8���.� 0���.�5�������9�����:$�

�$�� � � � )9����8����5�/��� �0� �9�� ���8� ������ ��� �9�� .�9��/��� �0� C/5������.� ����.� ��� �����5�� �9�� ���:� �������� 1/�� �.� ����

�?95/.����� �$�$� ���.�����8������� 5��� �9�� ��������5�����:.� ��C/����� ���1���5������ �/�� 0��� ��86����� �?��/����� �0� �9��

���8��0����:$���)9�����:�.95���1���5�������/��7�5��� ���5�����5�������9���/���������5���8�5������0��9��.6���0��5����.�5���

�9�� ��5����.� �5:��� �����9��7� ���5����..� �0� �9��9��� �9�� .58�� 852� ��� 852� ���� 1�� 65����/�5��2� .9���� ��� �9��

��5����.�5���>���� ��.���1��� ��� �9�� .6���0��5����.7� 6�������� �95�� �9�� .58���5��1�� ��5.��51�2� ��0������ �9���� 0��8$�

)9���� 852� 1�� .����5�� ��������5�� ���:.7� �9��9� 5��� ���� 8��������� ��� �9�� ��8����5�/��� �0� �5�9� ���8� 1/�� � ����� 1��

����..5�2� ��� ��86����� �9�� ���8� ��� 5��� ��.6���$� � ���� �9�.�� ��������5�� ���:.� >� ��.�.� �9��9� 5��� ����8��������� ��� ���8�

��8����5�/���1/��5�������..5�2� �����86������9�����8�.95���1�����8��� ���95���1��������/��������9���5��.�C/�����12�

�9�� �����5����� 0��� �5���/.� ���8.� ��� �9�� .�9��/��� �0� C/5������.$� � �� 5�</.�8���� �0� �5��.� .95��� 1�� 85��� 0��� 5�2�

�5��5����� ��� C/5��/8� � �0� � ��������5�� ���:.� � �/�� ��� � �5��5����� >� � �95���� ��� 5��/5�� ���:���� ��5����.$� � � ��.�7� ���

5�</.�8�����0� �5��.�.95���1��85����/�����5�2��95���� ��� ��������5�����:.����5�2���9�������5����� ���./�9����8�����0�

���:� ��9��9� �.� ��������5�� ��� �9�� ���8.� �0� ���:� 5��� 5��� ����..5�2� ��� ��86����� ./�9� ���8.� ��� 5��� ��.6���.�� ���

5���/����0��9�����������.��0���������A��A 95���$���9�����?��5�.95���1��65251�������9�.�5���/��$�

�$�� � � � B���..� ��9����.�� 6�������� ��� �9�� -�9��/��� �0�H/5������.7� �9�� �5��.� C/����� 12� �9�� ����5�����.95��� 1�� ����/.���� �0�

�5��2���� �/�� �9�� � ���:.� 5�� � 5��� >� � ��� � /6��� � 5��� 9���9�.7� ��0�.7� ��5�.� 5��� ��6�9.$� � )9�� � �����5����� .95��� 85:�� � 5���

5��5���8���.�0����9��.58�$���9�����?��5�.95���1��65251�������9�.�5���/��$�

�$ ���� �����5�����5�2��5�����������5���05�������.����C/����� 0�����?��/�������0� ���:����:�� �51�/����5867�.����.7� 051���5������25��7��00���.�

0��� ����5����7� ��5��9� �5��� �5��7� ���86��5�2� � �5867� � ��86��5�2� �.��/��/��� � 0����6�5��.� 5��� 85�9������.7� ��.�5��5�����

5������./86����� �95���.� �0� ��86��5�2�����������27� ����69���7��5�������$� ��C/����� 0����?��/����� �0� �9�����:7����5�.���

5��� 6/�./���� 0��� �1�5������ �5���/.� �� �1<������� ����0��5��.7� ��86������� �����0��5��.� 0��8� ���5�� 1����.� ���$7�

6���������� ���:.7� 15����5����7� ��.����� 05�������.� >� �51��5���2� 5�� .���� �0� ���:7� 05�������.� 0��� 5��� 0����� ��.�.� 5��� 0��� �5:����

.586��.� ���$� �/����� �?��/����� ��� 5�2� ��9��� 5������2� �9��9� �.� ����..5�2� � �� 0��� �?��/����� �0� ���:� 5��� 5.� ��������� 12�

��������A��A 95����7�.95���1�����8��� ���1������/��������5��.� C/�����12��9�� ����5����7�0����5���/.�

���8.�����9��.�9��/����0�C/5������.$����9�����?��5�.95���1��65251�������9�.��5���/��.$�

����$!����� �)�%&�)����&�%&�((�� 3�&)�

)9�� ����5����� � .95��� 6��65��� 5��� ./18��� ��� �9�� � ��������A��A�95���7� 5�� ������5���� 6����588�� �95��$� � � )9��

������5���� 6����588�� �95��� � ./18������ 12� �9�� � �����5����� � .95��� ���� 95��� � 5�2� � ��.���65��2� ���9� �9�� 0��5���5��

8���.����.� � 5��5�9��� � ��� � �9�� � �����5��� � 5����8���$� � )9�� �����5����� � .95��� ��?��/��� � �9�� � ���:� 5��������� � ��� � �9��

6����588��./18���������5���566������12��9����������A��A 95���$�

�$"����� �)�%&�)���-�&;� ���&�+�%-�

@�0���� �5:���� /6� �9�� ���:7� �9�� �����5����� .95��� 6��65��� ������5���� ��5����.� 0��� �5���/.� ������ 5��� ��������5�� ���:.�

.9���������5��.� �0� �52� �/��6�5�� ����/����� .������5�� ����5����.�5���./18��� �9�� .58��0��� �9��566���5�� �0���������A���A

95���$�������5������5����.�.95���1��6��65����5���./18������12��9�� ����5�����5.�6��� ���5��@2��5�.�5���5.�6����9���

Page 167: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

158�

.���� ���������.� ��� 05�����5��� ����������� ��.�5��5����� 5.� ����� 5.� 85�����5���$� ��9���� �?��5� .95��� 1�� 65251��� ��� �9�.�

5���/��$�

�$�#��� �&� ��B&��'�&����&�;����'�(�)�&���-7�-3���'���&��&�+�%-���� �((� �(�)��'�+�&,�

+��9��� 6��.���1��� ��8�� 6������ 5.� 6��� �9�� 8���� .����� �9�� �����5����� .95��� ��.��� �9�� .���� 5��� ./18��� 0���������

���/8���.�0���566���5��

�����������.���0�85:�.�*�(������/81��.��0�5������8.��0��C/�68���.�5���5���..����.�0���65�:5��.� �����

�$�

���������� 5�5���/�.��0��9���C/�68���.����1��./66����$�5��������9���.�������5��.7�)��9���5��.6���0��5������

���������/86�������������.50��2������0��5����.�����$�5.���C/�����0����5�9�6���/��$���

����� -9�6�0�������5����.��0��5�9�65�:5��.�.�65�5���2�0���566���5�$�����.��9����.6��.�1����2��0��9������������������

�9��85:�.7�8����.�5���.9�6�0�������5����.�566������12��9����65��8���$�)9��85:�.�5���8����.��00�����.9�/���1��5.�

6����9��.6���0��5�����5���@�H��0��9���)$�)9������.�����0���������A���=�95�����.�0��5������9�.����5��$�)9��85����5�.��5��

1��1��/�9�����.�������2�50�����9���/��566���5���0���5����.�7�85:�.7�8����.�0��8��9����65��8�������2�

�$���� -B��&;�-����'�+�&,�

)9�� ����5����� � .95��� ��6/��� � -���� ��������.� *� � .:������ ���:��.� � 5.� � ��C/����� 0��� �9�� � ���:$� 3�� � .95��� ./18���

���5��F5����� �95��� 5��������9����5��.� �0� ��������.� 5���./6����.��2�.�500$�� ��� .95���1����./���� �95��5�������.����85:����

6����.� .95��� 1�� 5�5��51��� ��� �9�� ��6��.���5����.� �0� �9�� ����5����� 5�� . � � � � � � ; 5 � � 5 7 � � 98�� 5 1 5 � � ��.��0� ���

5����� 5�2� ��:��2����52.� ����9�.� 5���/��$� )9�� ����5�����.95��� 5�.�� 0/���.9� ��.�� �0�6��.��.� 0��� .6���5��F������:.� ���1��

�?��/���� 0����5���/.� ���8.� �0� ���:$� � )9�� ����5����� .95��� ������02� 5�����6��2� :�2�6��.��.� 95����� C/5��0��5����.� 5���

�?6�������� ����9��.�8��5��5�����9���85<������:.7�5.�6����9��0������0��9�����?6����.�$�� �0� �/������9����/�.���0��?��/�����

�0����:7��9�� ��������A��A 95���� �.� �0� �9���6�������95�� �9����6��2���.�500��.� ����./00��������������������?6��������L��9��

����5����� .95��� ��6��2� 8���� .�500� ��� 1�����A�?6��������� .�500� 5�� .���� ��� ��86����� �9�� ���:� ���9� C/5���2� 5��� ���

.��6/�5������8����8��$�

�$���� -�� ����-����%� ��-��

)9��85��� ����5����� 95.���� 5..���5���566������ .6���5��F���5������.� 0��� �9����*(���86�����.� ����� �7�5.���.����

���E���0��85�����5�����.��/�����.�0��������5����.�0����A�)��������G��0��)�$�

)9�� �����5����� .95��� ��./��� � �95�� �9�� 5��� �9�� .6���5��F��� 5������.� /����� 9�8� .95��� 0/�0���� 5��� �9�� ���������.� �0�

6�����/.���5/.���-/6����.�����0����:�� 0����9���������6�������0��9�������5��$�

�$���� �&�)� )�;�� >�-�'�)I�(��-B&�-�

���..5�2�6����������5���.50��2��C/�68���.� .95��� 1��6�������� ��� �9�� -���� ��������7����:��.��*�-/6����.��2� .�500�12�

�9�� ����5�����5��9�.�������.��5���/.���5��.���$�

�$���� ��-���I���&(�--��-�

)9�� ����5����� .95��� ��.6�52� 5��� 6��8�..���.7� �����.�.7� ����.��5����� �����0��5��.7� 15�� �95��.7� ��9��� .�5��8���.� ����

/������5���/.��51�/���5�.�5�����9������/�5����.���566���51�������9�����:.7�5��9�.�.�����00���$�

Page 168: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

159�

�$���� )���-� ������)-�

������.�5���6�5��.� ����/�����5�2�.6���5��)*�����$� .95���1��./66�����12��9����65��8���� 5����9�� ����5�����.95���95����

���85:�� 9�.� ����5��5���8���.�� 5�� 9�.� ���� ��.�$���� ��5�8� �0��9����5���� ���� 5�2����9������5�8�� .95��� 1��������5�����

����9�.�5���/��$�

�$���� )9�� ����5����� .95��� 85���5��� 5��� �9�� ���:���� ����� ���������� ����� �9�� ��86������� �0� ����������:$���)9�� ����5�����.95���

1�� ��.6��.�1��� 0��� 5��� .95��� 85:�� ����7� 5��� �585��.� 5��� ��65��.7� ��������� ����..5�2� �/�� ��� 0���7� �5��7� ��500��7�

0����.� ��� 5�2� ��9��� �5/.�.$� )9�� ��������A��A 95���� .95��� ���� 1�� ��.6��.�1��� 0��� 5�2� ��5�8.� 0��� ��</���.� ���

6��.��>���:8��� ��� 0��� .��/��/�5�� �585��� ���6��6���2�9566������ 0��8� 5�2� �������7� ��05/��7��5��� �0�6��6��� �5��� ���

8�.����/��� ��� �9�� 65��� �0� �9�� ����5����� ��� �0� 5�2� ��9��� �0� 9�.� ��6��.���5����.7� ��� 9�.� �86��28���� �/����� �9��

�?��/����� �0� �9�� ���:$� � )9�� ��86��.5����7� �0� 5�27� .95��� 1�� 65��� �������2� ��� �9�� ��65��8���� >� 5/�9����2� >� 6��.��.�

���������7� 12��9�� ����5�����5��9�.�������.�$�

�$� � � '��� ��86������� �9�� ���:� ��� ��8�7� �9�� ����5����� 8��9�� 1�� ��C/����� ��� ���:� ��� ���� ��� 8���� .9�0�.� �����/����� ���9��

.9�0�.�$�����5�8��95�.������.95���1��������5���������9�.�5���/��7� �������9A.�5�������9��05����95���9�� ����5�����852�

95��� ��� 652� �?��5� 58�/��.� 0��� 5�2� ��5.��7� ��� �9�� �51�/���.� 5��� ��9��� .�500� ���5���� �������2� ��� ���������2� ��� �9��

���:�5��������� ��� �9�� 6����.���.� �0� �9�� �51�/��5�����9��� .�5�/���2� 1����.� ���/�5����.� 5����9�� 5����8������������

/6���12��9�� ����5��������9��9�8$�

�$�!�� -B@(�--����'��-��@B��)� �&�+�%-�)9�� ����5����� .95���./18�����.��.��0� E�-�@B��)G���5����.7� 0��� 5����

����������65�:5��.���58��5����95�����6��.�4�.�0����62�������86��������0��9�����:$�

�$�"�� ��'� )�� ���@���)I���&����

�$�"$����)9����0������51����2�>� 0����85�����5����6������.95���1�����8���9.�50�����9���5����0���86��������0����:� �0� �9�.�

�������������������5���5����8���$��

�$�#�� �����%�+�)3�� �-�-)�)�&�)�-�

)9���� 5��� ����5��� ���8.� �0� ���:� �9��9� 5��� 566�5����� ��� -�9��/��� �0� H/5������.� �0� 8���� �95�� ���� 65�:5��� ��:��

�52���� �0� ����/��.7� �51��� �52���� ���$� )9�� ����5����.� .95��� C/���� �9�� .58�� �5��.� 0��� �9�� �������5�� ���8.� �9��9�

566�5�� ���8�����95������6�5��$� �0� ��00������ �5��.� 5��� C/�����12��9����������.� 0���./�9��������5�� ���8.7� �9��.58��

.95��� 1�� �5����5��F��� 12� ���.�������� �9�� ����.�� C/����� �5��� 0��� ./�9� ���8.7� 0��� ��5�/5����� 5��� 5���6�5���� �0��

������$�

Page 169: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

-)�%��

���8.�

��������5��

��.6��������0�85����5�.�

5����������2�5��-�������

������������������6��A

�5�5�15.�.$�

� �

�����86��������0�6��

A

�5�5���.�5��5�����

� �����86��������0�)�.�����

5�����88�..��������

�1�5���� �0��8�0����

�/�9�

���2�5���35�

����

�����

�� ,�%�� ��& �)�%���'�&�)�����6����5���15.�.�

�������+��:� �.�����+��:.�������..�

���+�����.���'����0��9�����

5���-6���:����.2.��8� #� �#� �#� �#�

��������..51���'������5�8��

5������.2.��8$�

#� �#� �#� �#�

����5..��������0�.� #� �#� �#� �#�

�160�

�$���� �528�������8.� 0��� �*(�65�:5��.� )9�� 0���������6������5��� �0� �����5����5��.� .95���1��65251���5�5��.�� �9��

.�5��.��0����:�.9����9�����

Page 170: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

161�

3��)�&�=����-�� ���� ���)��-�'�&��*(�+�&,-�'�&� �(��-�)��

)���&��

�$����������)9��./���..0/��1������.95����?��/�����9�����:�65�:5��.��5.�5�65����0��9����86����������5��$�3��.95���5..���5���

9�8.��0����9�5��566��6��5���.6���5��F���5����2�5.����5�����1������

���5��.��0�.6���5��F���5������.����1��5..���5����12��9��./���..0/��1������0����?��/������9���*(�

65�:5��.$�

-$�� �$�5����58���0�./1�

9�5��

�..���5����-6���5��F����������.�����6�51�������9����65��8����

��

A��

������5���������0��5�����

*�05�.�

�����1����2�5.�6����5��A��

��

A��

'����5�5�8�5������

.2.��8�

�����1����2�5.�6����5��A��

�� A��'����0��9�����+���

&�.���.2.��8�

�����1����2�5.�6����5��A��

��

A���5..���������0�.�

�����1����2�5.�6����5��A��

)9��85��������5���������� �1�5��������������������..�0��8��9��5..���5����5������.7�0���5����9��65�:5��.7�9��

������.����5..���5���0����9��.6���0���<�1�5.�6����������5���������������������$��$��51���$� )9��85��������5�����

.95���./18����9�.� ��.�������������/�2���86������5���.������5��������9� 0��������� ��0��85����� ��/�2�.������12�

9�8�5����9��5..���5���� ����5����������9���6��.���1���6������� 0�����9���566���5�� �0����86������5/�9��� �2 ��0 �

�9����65��8���$��

�$�$������58���0��9��0��8.�*�5����..�.$�

�$�$����������.�8����-�5�/.��0��9��5������.�����.�����>���/5��2�6��AC/5��0�������9� �+�����9��/81���5����5���

� �62� �0�����.�8����������.95���1�������.����

�$�$������;5����/6�����8��������5����

�$�$������(����5�2���8����0����:�

�$�$������+9��9�����15����� 0��8��������������$�

�$�$������ ��.���� �������5.�6��������.������0��85�

Page 171: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

162��

�$���������)9��./���..0/��1������>�85���������5�����.95��������9����5..���5���5����2�566������0����5�9�65�:5����0�

�*(���86�����.�5.�1�����1�0����.�5����0��9�����:$��

5��)9��6��6�.���5..���5���5����2�.95���1�� �+������.���>�5��/5��2�6��C/5��0������� �+���0��� �9����.6�������

��5..�5����5�����2� �0� �*(� ��86�����$� �

�1��)9��85��������5�����.95���5�.��������������5�M(�8��5��/8��0�/����.�5�����J����9��9��566��������� 5..���5���

�����5����� � >� 5������.� �����AN/����5�� -�586��56��� 5.� 6��� �9�� �����.��� ���0��85� 5���./18��� �9�.� M(�BJ�

�/�2���86��������/�2�.������12�9�8�5����9��5..���5���� ����5������1�0������88����8�����0����:$��

�$�� � � � � � � � �0� 0����.6���0��� ��5.��.� �9��85��� �����5������5��.� ����95�����9��5..���5��� �����5����� �/����� �9�� �/�����2��0�

�9�������5���9���5��1��6��8������������.��12��9����������A��A 95���$�)9��./1.���/���.9�/���0/�0�����9����C/�.����

C/5��0��5�����5.�����������5�5A�$�51���$��

�$�� � � � � � � � ��� �9�� ������ �0� �9�� ���������� 5..���5��� ���� 6��0��8���� .5��.05����2� ��� ���� ��86������� �9�� ���:7� �9��

��65��8�����5��5�.�� ������� �9��85��� �����5����� �����8���� �9��5..���5���5����2���6��2�������9�����:�5���

5.:� 9�8� ��� ��6��2� 5���9��� 5..���5��� �����5����� �9�� 0/�0���.� �9�� �����1����2� ���������.$� )9�� ���� 5..���5���

�����5����� ����� 1�� 1�/��� ��� �?��/��� �9�� ��0�� ����� ���:� ���9�/�� 5�2� ��..� �0� ��8�� ��� �5��5����� ��� ��.�� ��� �9��

��65��8���$� -/�9� 5..���5��� 5����2� .95��� 1�� 6��8������ 50���� �9�� 566���5�� �0� �9�� ��� ���� � � � � � 95 ��� �

5��� .95��� ������ ����� 5� 8�8��5��/8� �0� /����.�5������ 5.� 6��� �9�� �����.��� 6��0��85� 5����� ���9� �9��85���

�����5����$�

�$��� � � � � � �)9��85��� 5����2� ������1�� ��.6��.�1��� 0����5��� 5��.� �0���8�..���� 5��� ��88�..���� �0���9�� 5..���5��� �����5����.�

����/������9���95���������.��5.���0����������5�5��$��*��$�� 51���$��

�$���������@���.�0����9�����:.�.95���1��6��.������ ����9���?��/�����������������������5���0���65�:5��.�� A����� A��12��9��85���

�����5����$� � )9�� �?��/����� ��������� ���������5��>% ��> �+�>%5��9��5�5�� .95��� �?58���� �9�8� 0��� � 65..� 5���

6528���� �0�&/������@���.$��

�$ ��� �� �� �)9��85��� �����5������.95��� 1�� ��.6��.�1��� 0��� ��A�������5����� �9�� 5��������.� �0��5��� �9������:.� 5�����������./���

6�����..� �0� 5��� ���:.� 5.� 6��� �9�� �5��� ����� 6����588�$� )9�� 85��� �����5����� .95��� 5�.�� 5��5���� 0��� 6��6���

.���5����0��9��5���..����.�5��.����5��������1����.6��.�1���0����9�����5��9��5��$��

�$!� � � � � � � � )9�� �..���5���� ��������5�� ����5����� ��� 9�.� ��6��.���5����� �.� 1�/��� ��� .���� �9�� .���� ������ 1��:� 5.� 5���

�9�����C/�����12��9����������A��A�95����5����������86�2����9��9����85�:.��9�����$��

�$"� � � � � � )9�����:����86������� �����0��5��� 0��� �*(����:.�� .95��� 1�� �../��� ��� 05��/�� �0���9�� 5..���5���� �*(�������5�����

���5����0����9��65����/�5��./1�9�5�$�

Page 172: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

�163�

�$�#��������The whole work will be treated as complete only when all the parts are completed and completion

certificate of each component issued by the competent authority as per CPWD manual. The main

contractor is responsible for making good of all defects as pointed out by the competent authority for

packagaes C1 to C4 while inspecting the works for issue of completion certificate. The main contractor

should give warranty of all items of all the systems for C1 to C4 for 12 months from the date of handing

over installations to the client department. The SD of the main contractor can be released only after the

due certification from EE(E ), GCED, Gandhinagar that the system is in good working condition and

there is no defect at the end of warranty period.

�$���� ����.��9����.6��.�1����2��0��9��85��������5�����0����9����5.���������:����9����5��1����.���:����������5��

����������������.6�������0�.�5�������$�0����1�5��������0�����5�������5�5���.�0�����.�5��5����7��6��5����������.��50����0��5���

����������������.�5��5����7��0���0��5��� �0���0����6����������.2.��8�0������/65������0��9��1/�������0��8�'�����00������0��

��������������.�5�������$�5.�6������5��12��5�.7��1�5������.������������������0��8����5����.���1/�������865�2$�

���������������)9��85��������5������.���.6��.�1���0���5����9����5.���������:�5������9�����?��5������1��65�������9�.��

���������������5���/��$���2����52��$�$�$��1�5�����������.�>�� >��������������������1�����5���/����0�85��������5������

�����������������2$�-�5�/���2���.6��������95���.��0�5�2��5��1��65���12��9����65��8�������./18�..�����0���/�9��.>1���.��

��������������0��8�566��6��5���.�5�/���2�5/�9������.$�

��?��/��������������������7�

% ��7 �+�7%5��9��5�5�

Page 173: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

164�

�-�)� ��))�&�'&�(��--� ��)������ )&� ���

�)&� )�&-�

��'�&�-3A��� ,�%�A� �����

�7���������������������������������������������������������������������������������������������������������������������� ��9���12������82�>��/�� ���.����� ������:�5.�

5..���5������������5�������5����� 0��� �9����86�.�������:� �0� � ��.��/�������0�� ��1������1�2.�3�.�����%4!��5���

��#�1������%���.�3�.������%4������1/������������������ 0��� ���)7�5��;5��57��98��515�7�%/<5�5�5$��5�:5��� ��

��������5����.�5��5����� 5���05�.7�������:.7�.������������������5�����8�.�������5����6/86�.��.$����:������

�9����86��������0����:$����>�+�������1����.6��.�1���0�������..5�2�5���������95�������� �9�� ��.�5��5�����5���0���

�����0��5����� �0� ��0���.�5�����65��� �/����� �9��85�����5����6�����$� ���>� +���������?��/��� �9�����:�5.�6��� �+��

.6���0��5�����5���5�������5�����������.��0��9�������5��$�

����>� +���������5�.�� ���5���./��51��� ���������5���C/5��0���� .�500� 0��� �9������:�5.� 6��� ���������� �0� �9��

�����5��$� �� � >� +�� 0/��9��� �����02� �95�� �9�� 65����/�5�.� .9���� ��� �����0��5��� 0��� 5..���5���� ��������5�� 5����2�

5���6���5���������8��>�/.�5����������$��

�5��������������������������������������������������������-���5�/����0��..���5������������5�������5��������9�.�5�$��

O����� �62�� �0������.�8����������� �0���9��� �+�� ����.�������5..���5���������5����7� �/�2��5���.����

12����5�2�.95���1��./18������5��������9����.����������$P��

-���5�/����0��9��(5��������5��������9��5���5���.�5�

Page 174: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

165�

�-�)� ��))�&�'&�(��--� ��)������ )&� ���

�)&� )�&-�

��'�&�-3A���� ,�%�A� ����

��-���&�)�� �-�)� ��))�&�)��@��'B&�-3���'�&��� 3�-B@3�������

�9�����6��.�0����9��0��85��852�1��/.������

�7�� ��������������������������������������������������������������������������������������������������������������������� � 9���12� ����� 82� >� �/������.����� ������:��

5.� 5..���5���� ��������5�� �����5����� � 0��� � �9�� � ��86�.���� ���:� � �0� ��.��/������ �0�� ��1������1�2.�3�.����

�%4!��5�����#�1������%���.�3�.���� ��%4��� � � � 1/������� � � � � � � � � � � � 0��� ���)7� 5�� ;5��57� �98��515�7� %/<5�5�$� ��

&��*�����?����������+��� ��.���'���� 0��9�����5���-6���:���� .2.��8������ �9�� ��86������� �0����:$� �� >�+�� �����1��

��.6��.�1��� 0��� ����..5�2� 5������ ��� 95��� ����� �9�� ��.�5��5����� 5��� 0��� �����0��5����� �0� ��0���.� 5��� ��65���

�/����� �9�� 85�����5���� 6�����$� �� >� +�� ����� �?��/��� �9�� ���:� 5.� 6��� �+�� .6���0��5����� 5��� 5�������5��

���������.��0��9�������5��$�

����>� +���������5�.�� ���5���./��51��� ���������5���C/5��0���� .�500� 0��� �9������:�5.� 6��� ���������� �0� �9��

�����5��$� �� � >� +�� 0/��9��� �����02� �95�� �9�� 65����/�5�.� .9���� ��� �����0��5��� 0��� 5..���5���� ��������5�� 5����2�

5���6���5���������8��>�/.�5����������$��

�5��������������������������������������������������������-���5�/����0��..���5������������5�������5��������9�.�5�$��

O����� �62�� �0������.�8����������� �0���9��� �+�� ����.�������5..���5���������5����7� �/�2��5���.����

12����5�2�.95���1��./18������5��������9����.����������$P��

-���5�/����0��9��(5��������5��������9��5���5���.�5�

Page 175: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

166�

�-�)� ��))�&�'&�(��--� ��)������ )&� ���

�)&� )�&-�

��'�&�-3A��� ,�%�A� ����

��-���&�)�� �-�)� ��))�&�)��@��'B&�-3���'�&��� 3�-B@3�������

�9�����6��.�0����9��0��85��852�1��/.������

�7�� ��������������������������������������������������������������������������������������������������������������������� � 9���12� ����� 82� >� �/������.����� ������:��

5.� 5..���5���� ��������5�� �����5����� � 0��� � �9�� � ��86�.���� ���:� � �0� ��.��/������ �0�� ��1������1�2.�3�.����

�%4!��5�����#�1������%���.�3�.������%4��� � � � 1/������� � � � � � � � � � � � 0��� ���)7�5��;5��57��98��515�7�%/<5�5�$� � $�

�5�:5��� ������������ �����..51���'������5�8�-2.��8�5������.2.��8� ������ �9�����86������� ��0�����:$������>��

+�� � ����� � 1�� ��.6��.�1��� 0��� ����..5�2� 5������ ��� 95��� ����� �9�� ��.�5��5����� 5��� 0��� �����0��5����� �0� ��0���.�

5��� ��65��� �/����� �9�� 85�����5���� 6�����$� �� >� +�� ����� �?��/��� �9�� ���:�5.� 6��� �+�� .6���0��5����� 5���

5�������5�����������.��0��9�������5��$�

���>� +���������5�.�� ���5���./��51��� ���������5���C/5��0���� .�500� 0��� �9������:�5.� 6��� ���������� �0� �9��

�����5��$� �� � >� +�� 0/��9��� �����02� �95�� �9�� 65����/�5�.� .9���� ��� �����0��5��� 0��� 5..���5���� ��������5�� 5����2�

5���6���5���������8��>�/.�5����������$��

�5��������������������������������������������������������-���5�/����0��..���5������������5�������5��������9�.�5�$��

O����� �62�� �0������.�8����������� �0���9��� �+�� ����.�������5..���5���������5����7� �/�2��5���.����

12����5�2�.95���1��./18������5��������9����.����������$P��

-���5�/����0��9��(5��������5��������9��5���5���.�5�

Page 176: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

167��

�-�)� ��))�&�'&�(��--� ��)������ )&� ���

�)&� )�&-�

��'�&� -3A��� ,�%�A�� �� ��

��-���&�)�� �-�)� ��))�&�)��@��'B&�-3���'�&��� 3�-B@3�������

�9�����6��.�0����9��0��85��852�1��/.������

�7�� ��������������������������������������������������������������������������������������������������������������������� � 9���12� ����� 82� >� �/������.����� ������:��

5.� 5..���5���� ��������5�� �����5����� � 0��� � �9�� � ��86�.���� ���:� � �0� ��.��/������ �0�� ��1������1�2.�3�.����

�%4!��5�����#�1������%���.�3�.������%4������1/������������������ 0��� ���)7�5��;5��57��98��515�7�%/<5�5�5��5�:5���

������������)����/81��.��#�65..������ ��0�.�������� �9�� ��86������� ��0�����:$�� �� >� +���������1�� ��.6��.�1����0����

����..5�2� 5������ � ��� 95��� ����� �9�� ��.�5��5����� 5��� 0��� �����0��5����� �0� ��0���.� 5��� ��65��� �/����� �9��

85�����5����6�����$� �� >�+�� ����� �?��/��� �9�����:�5.�6��� �+��.6���0��5�����5���5�������5�����������.��0��9��

�����5��$�

����>� +���������5�.�� ���5���./��51��� ���������5���C/5��0���� .�500� 0��� �9������:�5.� 6��� ���������� �0� �9��

�����5��$� �� � >� +�� 0/��9��� �����02� �95�� �9�� 65����/�5�.� .9���� ��� �����0��5��� 0��� 5..���5���� ��������5�� 5����2�

5���6���5���������8��>�/.�5����������$��

�5��������������������������������������������������������-���5�/����0��..���5������������5�������5��������9�.�5�$��

O����� �62�� �0������.�8����������� �0���9��� �+�� ����.�������5..���5���������5����7� �/�2��5���.����

12����5�2�.95���1��./18������5��������9����.����������$P��

-���5�/����0��9��(5��������5��������9��5���5���.�5�

Page 177: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

168��

��������������������������0��85�A���

����N/����5��-�586��56����0�&.$�##��

(�8��5��/8��0�/����.�5������

)9�.��(�8��5��/8�� �0�� B����.�5������� �(�B��� �.��85��� ����QQ$$QQQ$��5����QQQQQQQ$�@��������

QQQQQQQQQQQQQQQQQ$$���� �(5�����������5��������� 95����������.��������.����������00�������5����� QQQ��

QQQQQQQQQQQ$���9��9���?6��..�����.95����/���..����6/��5���� �����9���./1<��������������?��� ����/������.�

5�8���.��5���.7�./���..��.�5���5..���.$�

�����

QQQQQQQQQQQQQQQQQ$� QQQQ�� �..���5�����������5�������5������ 95����� ��.�����.�������00����5����������������

QQQQQQQQQQQQQQQQQQQQ������������������������������������������6��.��������������������� 12�

QQQQQQQQQQQQQQQQQQQQ$�QQ��9��9��?6��..����.95���/���..���6/��5��� ����9��./1<������������?��

����/�����.�5�8���.��5���.7�./���..��.�5���5..���.$�

�+9���5.7� �9�� ����5���/1����+�:.���65��8���7�95��� �../����������656��.� ���C/����0��� �9��0������������:�

����

(>.�QQQQQQQQQQQQQQ$�QQQQQQQQQQQQQQQ��(5��������5������58���0����:�

QQQQQQQQQQQQQQQQQQQQQQQ$�

+9���5.7�)9�.�(�8��5��/8��0�B����.�5������95.�1���������������������?��/�����9�����:�/����� �5�:5����

�0�

QQQQQQQQQQQQQQQQQQQQQQQ$$$��58���0��9��

65�:5���$�

+9���5.7� 1��9��9��65����.�95�������� �9��/�9�5���/����.������9���5���/.����������.�*���5/.�.��0��9��

�������5�����������2�5����� ���51����12��9�8$�

�)9�.�(�B�.95���1���5��������� �9���/�5������0���86��������0�51���� ���:�5���.95���1���?������� �0� .����C/�����12�

�9�� �+�$�

��������..��9����0����95���6/���/��95���5���.�5������5����QQQQQ$��

'��� QQQQQ$�(5��� ����5��������������������������� '���QQQQ��..���5��� ����5������

��������/5��2�0����5�9�./1�9�5��

Page 178: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

��"�

��8,8����8,�#�>�:�#�

�,8���������������������� �!�� )�?��

- 3��B���M�J�

-�9��/����0�C/5������.��5.�6����+�A��� �.� 6��� .�9��/��� �0� C/5������.� *� ���8.� *�

���������.�5��5�9��$��

- 3��B���K@K�

-�9��/����0�85����5�.����1���../�������9�������5�����A�

-$��$� ��.���6������0����8� H/5����2�� &5��.� ��� 0��/��.� *� ����.�

5���9��9��9��85����5�������

1�� �95����� ��� �9��

�����5�����

��5��� �0�

�../��

�� �� �� �� ��

� �

- 3��B���K K�

)���.�5���6�5��.����1��9���������9�������5�����A�

-$��$� ��.���6������ 3�����95���.�6����52� ��5����0��../��

�� �� �� ��

� ���

- 3��B���M�J�

�?��5�.�9��/���0���.6���0�����C/���8���.>���/8����0����9�����:7��0�5�2�A����

- 3��B���M�J�

&�0������� ��� %����5�� ��������.� �0�

�����5���

�% A�#����5��� �+��A!���8���0����/6�����5.���5���

�0�./18�..�����0�1��$�

58���0�+��:� � ��.��/�������0�� ��1������1�2.�3�.�����%4!��5����

����#�1������%���.�3�.������%4���0��� ���)7�;5��57���

���98��515�7�%/<5�5�$�� �������������5����.�5��5�����5���05�.7�������:.7���� service connection and domestic water pump sets.

C2) Wet riser Fire fighting and Sprinkler system

C3) Addressable Fire Alarm and PA system.

C4) Passenger Lifts����������������������

���

.��������

�.,7�

%��*�

Page 179: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

�.��85������.���0����:� ��.�6���65���M�J��0��)�����������������������

�����5���.��(���2� ��.�6���65���M�J��0��)��������������������������

��������0��85����%/5�5����� ��.�6���65���M�J��0��)��������������������������

������-��/���2���6�.��� ��.�6����5���M�J��0��)��

- 3��B���M'J�

%��&���&B��-�*���&� )��-� � �

�00��������������������� � �?��/�������������7�% �7� �+�7�%5��9��5�5�$�

(5?�8/8� 6������5��� 0��� C/5����2� �0�

���8.� �0� ���:� ��� 1�� �?��/���� 1�2����

�9��9� �5��.� 5��� ��� 1�� �����8����� ���

5�����5�������9��

�5/.�.���$��*���$�$�

-���@�����

��0�������.� � �

��������������A��A� 95���� � �?��/����� ��������� ���7� % ��7� �+�7�

%5��9��5�5��

������������6������/�9����2� � �.�6����5���A���0���

��?���������5��������.���0�85����5�.�5���

�51�/�����������5�������9�5�.�5���6��0��.�

� ��R�

��?���-�5��5���-�9��/����0�&5��.� � �+���-&���*(��A��#���*�(5�:���&5��.$��

��?������65��8���� � ����5���/1����+��:.���65��8���$��

"�����-�5��5��� �+�� ����5���'��8� � % � �#��7� �+�� '��8A!7�8���0����*� ����������

/6�����5.���5����0�./18�..�����0�1��$�

�5/.���� � �

� � �

���)�8�� 5������� 0��� ./18�..���� �0�

���0��85����%/5�5�����0��8��9���5����0�

�../���0���������0�5���6�5������ �

�.�6���65���M�J��0��)�

� � �

����(5?�8/8� 5����51��� �?���.���� ���9�

�5��� 0���S#$�R� 6��� �52� �0� �$%$� 58�/����

1�2�����9��6������6���������������51����

�.�6���65���M�J��0��)�

� � �

�5/.���� � �

� � �

�/�9����2� 0��� 0�?���� ��86��.5����� /�����

�5/.�A���

� �.�6���65���M�J��0��)���

� � �

�5/.����� � �

� � �

+9��9��� �5/.�����.95���1��566���51��� � �.�6���65���M�J��0��)��

� � �

Page 180: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

�5/.����

� �

� � �

/81����0��52.�0��8��9���5����0��../���0�

��������0�5���6�5����0������:�������5����0�

.�5���

� �.�6���65���M�J��0��)�

(����.�����.��5.�6����51���������1����A�

Sr.

No.

Description of Milestone

(Physical)

Time Allowed in Days (from

date of start)

Amount to be with-held in

case of non achievement of

mile stone

AAAAA���.�6���.�65�5���.9����5��5�9�����AAAAA�

� � �

)�8��5�������0����?��/������0����:�� � �.�6����5������0��)�

�/�9����2�����������

� �

��� �?���.�����0���8�� � �.�6���65���M�J��0��)��

����&�.�9��/������0�8����.����.��

� �.�6���65���M�J��0��)��

�5/.���7���� � �.�6���65���M�J��0��)��

� � �

�5/.�� � � �

� � �

%��..� ���:� ��� 1�� ����� �����9��� ���9� ����

6528����>5�</.�8�����0�5��5���.�0���85����5��

���������7� �0� 5�27� .����� �9�� �5.�� ./�9� 6528����

0���1����������1������������8�6528������

?

?

?

?

����5�.�0���5���65�:5��.��������/5��2��&�5.�6���

�9�����.���������0��������������95����

� �

Page 181: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

�5/.���#��

� � �

��.���0���.������C/�68�������1��6��������12��9��

�����5�����5��.�����51$�

��

��� � � '��� 65�:5��� � �� � A(�����7�/?�8����7�

�5��9�

������������������������������������)�.���7�)����)�.���$�

��� � � '��� 65�:5��� � �� � A���../��� �5/��7�

���/85�����

������������������������������������32��5/���� )�.��

�C/�68���7�

������������������������������������)����)�.���$�

�����'���65�:5��� ���A(�����7��)����)�.���$�

���� �'���65�:5��� � �� � A�����5��)��9��8����7�

)�����

�����������������������������������)�.�����

�5/.���#@������ � �

� � �

+9��9��� �5/.���#�@������.95���1��566���51��� ��

�)� ����� �@��� 0��� ��������5�� ��� *(��

���:.�

�5/.���# �������������������������������������������������������������������� � �)������ �@����

� � �

� � �

�5/.�� �# �� +9��9��� �5/.�� �# �� .95��� 1��

566���51���

� �)� ����� �@��� 0��� ��������5�� �� �*(��

���:.����2�

-$��$� (5����5�� ��������

/������9�.���5/.��

�5��.�� (5����5�.� ���9��� �95��

��8���7� ����0����8���� 15�.� 5���

�9�� .��/��/�5�� .������ 0����9��9�����

����5�+9���.5��������� ����?����1��

0��������

@5.�� 6����� �0� 5���

85����5�.���������/�����

��5/.���#� �T�

� � �����66���51���

� � �

�5/.�� �#� � ��� 1�� 566���51��� ��� �����5��.� ���9� .��6/�5���� 6������ �0� ��86������� �?�������� �9��

6������.9���������?�����/8��

��������������������������������������������������������������������������8���9.�

-�9��/����0���86�������0���9���(5����5�.7��51�/�7��������$�0���6������.�5�5����$��'�����������5�������*�(����:.���

�86�������0���������5�����.��/������(5����5�.��?6��..���5.�6������5����0����5���5�/���0���������5��

����*(����:��0���.6�������65�:5��$�

� �

Page 182: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

�&��*���@���������������������������#-+<#���1�����������#��'����"�'"�?����U8���� ��R�

&��*���@��#�A#�=�%�����������)�������"��*��������'#������������������'

&+�����'#"������������?�����U8�����"#�R�

����

�86�������0��51�/�� � �

�?6��..���5.�6������5����0����5���5�/���0���������5�������*�(����:��0���.6�������65�:5��$�

&��*���@���������������������������#-+<#���1�����������#��'����"�'"�?I�������

��R�����������������������������������������������������������������������������������

������������������������

&��*���@��#�A#�=�%�����������)�������"��*��������'#������������������'

&+�����'#"������������?I�������#R��������������������������������������������������

� � �

� � ��

� � �

�5/.����� � �

� � �

-6���0��5����.� ���1�� 0�������� 0��� �?��/������0�

���:�

� ��� �+��%����5��-6���0��5����.�0�����������5����

�������+��:.�������5���#��7��?����5���""��5.�

�������58������/6��� �5.���5����0� ./18�..�����0�

1��$�

� �

������

��� �+��-6���0��5����.�0���+�����.���*�

�������-6���:���� .2.��8� �##�7� � � 58������ /6���

�5.���

��������5����0�./18�..�����0�1��$�

��� �+�� -6���0��5����.� 0��� '���� ��5�8�

-2.��8��

�������5.�58������/6��� �5.���5����0� ./18�..����

�0�1��$�

��� �+��-6���0��5����.�0�����0�.��##��5.�

�������58������/6��� �5.���5����0� ./18�..�����0�

1��$�

�5/.�����A�)26���0����:� � ���<����5���������5�����:�

� � �

��$�$�*���$��

����5����� ��8��� 1�2���� �9��9� ��5/.�.��$�� *�

��$��.95���566�2��

�#R��)9���2�6��������

��$��

Deviation Limit beyond which clauses12.2 &

Page 183: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

12.3 shall apply for foundation work

��

NOT APPLICABLE

�5/.����� � �

�86������ �/�9����2� 0��� ��������� ���/����

�5��.�

� -/6���������������������7��

��� /8�% � �7� �+�7�%5��9��5�5�$�

� � �

�5/.���!�

� �

��.���0�85��5���2�85�9����27�����.�*�6�5��.����

1����6��2���12��9�������5�����5��.����

� ��� ������ (5�9���� 7� 95.�� �/������ (5�9���7�

��86����������

������)����,��7�-��0�./66���������5����$��

���+�������(5�9���7� ���� �/������(5�9���7�

�������

�������(5�9�����

��� �����/������(5�9���7�������(5�9����

���+�������(5�9���7� ���� �/������(5�9���7�

�������

�������(5�9�����

�5/.�����

� �.�6���65���M�J��0��)���

�5/.���������

&�C/���8�����0�)��9���5��&�6��.���5�����.��5����������2�&5���A��.�6����5������0��)�

�5/.������ � � A� ����66���51��$�

&� �;�&I�&�)�-�'�&�HB�)�)��-�@�I�����&(�--�@���;�&��)���A�

-$��$� ��.���6����� &5��.����0��/��.�5�������.�5���9��9��������2�

.95���1��85���0��8��9�������5�����

�?��..� 1�2����

6��8�..�1����5��5�����

��..� /.�� 1�2����

6��8�..�1����5��5�����

AAAAAAAAA�����66���51��$�AAAAAAAAA�

Page 184: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

175��

TABLE OF MILE STONE (S)�

Name of work : ����������� �� � � ������ ���� ������ ����� ��� ��� ������ ���� ������

�������������������� ����!�""��#!������ ������������#������������#$������#!�%�����#�������

������� ������������# &�'"�#%�� ����# (�� (�)��� ��� !"��*��� �����'# (��+���',&+ �����'���

-���#�����&./#0��1�#+)'������#��2����3

Time Period allowed for Completion of Work: - 18 Months�

Para (A) In Physical/Financial Terms: -

� SI.� Milestone Programme� Time� Amount to be�� No.� � Allotted� withheld in case of�� � � (From date� non-achievement of�

� � � of start)�

Milestone % of tender amount of electrical ( E & M)

component.�� � � � �

1.�

�5�:5��� ��-/18�..����5���566���5���0��$�$�$�5��������5����.����5/���5��0��85��5.�6���@�H$��5�:5��� ��-/18�..����5���566���5���0���5����.��0�0����0��9�����.2.��8����5/���5��0��85���5:����.�������������������5���/��$��5�:5��� ��-/18�..����5���566���5���0���5������0�0����5�5�8�.2.��8����5/���5��0��85��5.�6���.�������������$��

��(���9.� #$�R�

� � � � �

2.�

�5�:5��� �� ���/����52����/6�������0����������$�-/18�..�����0�85:�.�5���8����.��0��@.7�0�?�/��.7�����C/�68�������1��/.���0���566���5�$��5�:5��� ��-/18�..�����0�85:�.�5���8����.��0�0����0��9������C/�68���7�65���7�5��������9�6/86��/���7����9���5���5�5���/�7�%����5����.�0���566���5�$��5�:5��� ��-/18�..�����0�85:�7�8����.��0�0����65���7���������.7�5�����9���'��������.�5��������9����9���5���5�5.9����0���566���5�$��5�:5��� ��-/18�..�����0���5�����0���566���5�$�

��(���9.� #$�R�

3.� �5�:5��� �� ���/����52����/6�����9�0�����5���0�?�����0�1�?�.�����5��.�/6����9����0����$���5�:5��� ��%�������6��8�..����0��8�.�5�����0����.6�����5���0������.�5��5������0���0���

!�(���9.� ������������#$�R�

� 4.�

�5�:5��� �� ���/����52�������5���.�51.�/6��� �9����������1����86������5���5�.������/������1��0�?����5��.�/6���0�0�9�0�����5��������9�1�?�.$�����.586���.������9�.�������8�5��������9���88����������5�� �#�(���9.� #$�R�

Page 185: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

����0��������������1��9��9��1�2.�5�������.�9�.�������1��85�����5�2�5��������9�5�����������5��0�?�/��.$�

� �

�5�:5��� ��-/66�2��0�0����0��9������C/�68����5��.����5.�6���566���5�$���5�:5��� ��-/66�2��0�'����5�5�8���86�����.�5��.����5.�6���566���5�$��5�:5��� �� 5���0�����.6��������0�85����5�$�� � �

5.�

�5�:5��� �� �86��������0������/����52�������.�51.�5���0�?�����0�����/��.�5���1�?�.�����5��.�5�����5������0�0�.9�����.����$�����������0�?�����0���������5��65���.7���.����85��7��@.�5�����86�������5������������������.$��5�:5��� ����.�5��������0�0����0��9������C/�68���.$��5�:5��� ����.�5��5������0�0����5�5�8�.2.��8$��5�:5��� ��-/66�2��0�85����5��5��.����5���.�5�������0���.�5��5������0���0�$�

���(���9.� #$�R�

� � � � �

6.�

�5�:5��� �� �86��������0��������5���0�?�����0�.����97�.��:��.�5���0�?�/��.�5��������9�������:�����C/�68���.����$��5�:5��� ��)�.�����5�����88�..��������0�0����0��9�����.2.��8�5.�6���-6���0��5����$��5�:5��� ��)�.�����5�����88�..��������0�0����5�5�8�.2.��8$��5�:5��� �� �86�����.�5��5�������.�����5�����88�..��������0���0�.�������.��

� �(���9.� #$�R�

� � � � �

7.�

�5�:5��� ��)�.�������88�..��������0���������$�$��.2.��8�5��������9�./18�..�����0���.����6���.���86�������6�5��5���95������������0��9��.2��8$��5�:5��� ���1�5������0����� �0��8����5��5/�9����2�5���95������������0��9��.2��8$��5�:5��� ���1�5������0����� �0��8����5��5/�9����2�5���95������������0��9��.2��8$��5�:5��� ���1�5�����������.��0����6��5������0���0��0��8�.�5�����0����.6������5���95������������0��9����0�.$�

�!�(���9.� �R�

� � � � �� � � � �

��

Page 186: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

177�+$$�/�5<+-/.��<��+-!&.��(��+/�5<!(56�</.6<+-

.-.�/6��+- 56>!

58���0�+��:�� ��.��/�������0�� ��1������1�2.�3�.�����%4!��5�����#�1������%���.�3�.������%4������1/������������������

0��� ���)7�5��;5��57��98��515�7�%/<5�5���

� �5�:5��� ������������ ������5����������5����.�5��5�����5���'5�.7����7�6/86�������:$��

�� )9�� ���:� .95��� 1�� �����5��2� �5������ �/�� ��� 5�����5���� ���9� ������� .6���0��5����.� 5��� �9��

0���������.6���0��5����.�>��/��.��

5$��� �+��%����5��-6���0��5����.�0�����������5�����:��5��� �� ������5��A��#��7� 5.�58������ /6�����5��$��

1$�� �+��%����5��-6���0��5����.�0�����������5�����:.��5�������?����5��A��""�7�5.�58������/6����5��$�

�$�����������5�����9���5��.6���0��5����.�0����9�.����:$�

�$�� )9������5������������2����7��##�$�

�$���5����5����������5�� ���$�

0$����� ����5������������2�&/��.��"���58������/6����5��$��

�� ����5.���9��85��������5������.���������.�����������������5���������5��5����?����5����������5����.�5��5����.��

�5�����2���� �+�7�9��.9�/������5���5��5����2�����.���������566��6��5�����5..������������5���������5��

5����?����5����������5����.�5��5����.���5�����2���� �+�7� 0����?��/������0��9�.����:�5.�8�������������$��

�0�� �956���� ��$� 58����0����������5�� 5����2� �.95��� 1�� ������ ��� ���.����� �����������0��85� 5����� ���9�

����.�8�������5��.��0��9��5����2$�

������?��/��������������������$��.95���1���9����������A��A 95����5.�05��5.���������5�����:.�5��� ���������$�

-�65�5��� �������0��8� 0�����������5�� ��86������ �.�566���������9�9�.� ������$� ��������1���1���5���2����

65����0��9��85��������5����� ���.�����9������������/8���.�0���5����9����86������$)9��85��������5�����

95.�������������5����8�������9��9�� ����5�����5..���5����12�9�8�0����?��/������0�8�������86�����$�

�62��0�./�9�5����8����.95���1��./18������ ��� ��>��3� �0�8�������86������5.������5.���� ����95����

�0�85<�����86�����$�

�� �66���5�� �0� �9�� ��������A��A�95���� .95��� 1�� �5:�������� ��� 5��5���� 0��� �9��85����5�.� ���1��/.��� ���

�9�����:�12��9�� �����5����$�

�� )9�� �����5����� 95.� ���85:�� 9�.� ����5��5���8���.� � 0��� .����.�5����5��9� 5����5���5�������?��5�

��5�8�0����9�.������1��������5����$�

�� &/������6528���� 0��� ��������5�>(��95���5����86�����.�.95���1��85���12��9�� ������� �������2���� �9��

85��� ����5����$� )9��85��� �����5����� .95���85:�� �9�� 6528���� ��� 5..���5���� ����5����� ���9���

����52.��0������6���0��5�9��/������5���/���6528���$�

� )9��85��� �����5����� .95��� 1�� ��.6��.�1��� 0��� �������5����� �9�� 5��������.� �0� 5��� ���:.� 5��� ����� ��./���

6�����..��0����:.�5.�6����5��������6����588�$��

178�

Page 187: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

!� )9��5..���5������������5�� ����5����� ���9�.� ��6��.���5����� �.�1�/��� ���.���� �9��.����������1��:�5.�5���

�9�����C/�����12��9����������A��A�95����5����������86�2����9��9����85�:.��9�����$�

"� )9�� �����5����� .95��� 85:�� 9�.� ���� 5��5���8���� � 5�� 9�.� ���� ��.�� 0��� ��������5�� >� %����5�� )���.� 5���

6�5��.���C/�����0����9�����:$�

�#� )9�� ����������.7� �����A����������.7� �5��9���� 5��� �����A�5��9���� .95��� 1�� ����� 12� �9�� � �����5�����

�9������� ��C/����� ���1�������0��� ������.5����� �0� �9�� ��.�5��5����� 5������9���� �?��5� .95��� 1��65������

�9�.�5���/��$�

��� )9�� ����5����� .95���85:��9�.� ����5��5���8���.� � 0�����������5�� 6����� ./66�2� 5����5���� ./66�2� 0��� �9��

���.��/������5��������.$����?��5�6528���� 0����9��.58�������1��85��$�

��� )9�������5�����8/.��1��51��� ������:�������������.�51.�>��5��.�5.�5����9�����C/�����5��������86�����

��A�����5��������9� �9�� ���������:.$� /������ �0��95.�.� ��� �9��6�5.�������5��� .95��� ��� ����5.��1��5������$�

)9�������5����� .95��� 0�?� ����/��.� 5��� 1�?�.� ��� �9�� �5��.� .����50���� �9�� 1���:� ���:� �.� ��86������ 5���

0���.9� �9�� �95.�� ��� ��/�9� ./�05������9� 6��6�����8���� .5���8�?�/��$� ����?��6����5�� �5.�.� �$�$��9����

�/�������0�6�5.������./�05��� �5�����1��5������� 0��5��0���.9��������� 1�� �9��85��������5����J.� ��.6��.�1����2�

�����./��� �95��6�5.��������.���������85��9��9��������5��0���.9�5������?��5���.�$�

��� � )9�� �����5����� .95��� ��8���� 5��� �9�� ��1��.� �/�� ��� �9�� ��������5�� ���:.� 0��8� �9�� .���� 5.� .���� 5.�

�9�����:��.���86�����$�

��� )9���������5�������/�����/���.95���1��85�:��� 12��9�� �����5����� ����9����5�����0��.�7�5���.95���1������

566������0��8��9����������A��A�95���$�

��� � )9��1��5:�����565���2��0��9��( @J.�.95���1���#� ,��8���8/8$�)9�� ( @�.95���95����-��85�:$�

��� � � )9����66�����������1��/.�������9�.����:�.95���1��8/����.��5��� '&�-��26�����2�

� � (5:���0�( @>( @�.95���1���9��.58��5.��9��85:���0�( @>( @��@$�

�!� � )9����������5�����:.�.95���1���5�������/��12��9�� �����5����7�.����12�.�������9� �9��6�����..� �0��9��������

���:.$�

�"� � )9�� ����5����� .95��� �����85��� 12� �9�� ��������A��A�95���7� 0/���.9� �9�� 6���0� ��� �9�� .5��.05������ �0�

��������A��A�95���� � ���5������ �6/��95.�� � �0��+���.7� �-�'B.7� ��( @��.� � 5��� ��9��� � ���8.7� � 0��8���9��

85�/05��/���.�5/�9���F����/����.$�

�#� � ���� � �; � � ����/��.� 5���..����.� .95��� 1�� �0� � �9�� � .58�� 85:�� � 5.� ����/��.$� )9�� ���/��.� .95��� 1��

���8��5����5��.����9�1�?�.>8��5�����</�������1�?�.����9�./��51����; ���5��.$�

��� � /�������0�1���:��5��.�.95���1�����9��95.���/������85�9�������2$����� ��65��.�5���65��9����:.�.95��� � �1��

��5��2��5�������/�����85��9��9��������5��0���.9�5�������9���������.5��.05�������0��9�������������� 95���$�

��� ���� �9�� ./1�85��� 5�������/��� ������� ����/��.� ���.�� ����� 0��� ����������.� ��.���� .����9� 1�?�.� 5���( @�

�@.$���6528���� 0����9�.�� ���.������.�.95���1��85��$� 3�����������.����9��� �9���/1�����65���������1��

8�5./����5���65���/����������5������8��0����:$�

��� �)�� 05�����5��� ��5����� �0� ����.7� �!� -+%� � %�� 0�.9� ����� .95��� 1�� 6�������� 5����� ���9� �52���� �0� ����..���

����/���0��� �9��9�����?��5� 6528���� .95���1��85��$� ���/��.� �5��� 0��� ��9��� .������.7� ��:�� 0�����������179�

5�5�87� );� ���$� �9���� ������� �.� ���� ����� 5����� ���9� ���� ���:.7� 0�.9� ����� .95��� 1�� ��5��7� ���5��51�2$�

��9�����?��5�.95���1��65�������9�.�5���/��$�

Page 188: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

��� )9������������� 1������� ����8���� .����9� >� �.��5���� 5���1/.�15�� .95��� 1��85������9� ./��51��� .�F�� �0�

�9�81���5����51���5������?��5���.�$�

��� �66��� ����/����� �0� ��./�5���� �51��.� �0� .�F�� �$��-C$88�5���51���� .95��� 1�� .��5����� 5��� ���8��5�.�

6�����������9����86����/�.$�

��� ���� </������� 1�?� ������ .9�/��� 1�� �0� �; � �>� 69������� �58��5���� .9���� �0� �9��:��..� ���� ��..� �95�� �88�

5���0����9��9����9�����?��5�.95���1��65�������9��5���/��$�

� � ���� ./1A85��� .95��� 1�� ���8��5���� ��� �9��85��� 1�5��� ���9� ./��51��� ��66��� �/�.� 5��� �9�81��.� 0����9��9�

���9�����?��5������1��65�������9�.�5���/��$�

�!� ����85����5�����1��/.�������9�����:�.9�/���1������566������0��8��9����������A��A 95���$�

�"� ����� 95���5��� � ���8.� � ./�9� 5.� � .����.7� � �9�81��.7� �%�������� � ���$� ��9��9� �5��� � �..����5��2� ���C/����� � 0���

��86������� 5�� ���8� 5.� 6��� .6���0��5����.� ����� 1�� ���8������ 1�� ����/���� ��� �9�� ���8� ����� �9��� �9��

.58��95�������1����.6���0��5��2�8��������$�

�#� �����95���5��� ���8.��./�9�5.� �/�.>� 1���.>��.����.>� �5.9��.�����$� ��� 1�� /.��� �������:��.95����1�� �

� � � � � F���>�5�8�/8�6�5��������$�

��� ��2� ����/����9��9��.�����1��������12��9�� �����5�����.95���1��6�����������9�%�� 0�.9������ 0����������12�.�8��

��9���5����2�./1.�C/����2$���9�����?��5�.95���1��65���0����9��.58�$�

��� +9���� �52���� ����/��7� ./��51��� .�F�� </������� 1�?�.� .95��� 1�� 6�������� 0��� 6/������ �9�� ����� 5.� 6��� �9��

����.�����0��9���A��A $�

��� (5����5�.� ���1��/.��� ������:�5��� ���1�� �-��85�:��$� )9��85:���0��9��85����5�.� 95���1���� �����5���� ���

�9�� ��.���0�5���6�51���85:�.$�����9���85:�.������1��5���6�51��$�)9��85����5�.����1��/.�������9�����:�

.95���1������566������ 12��9����������� ��� 95���� >�9�.� ��6��.���5�����1�0���� ��.�/.��5��.���$�)9���A��A �

.95��� ��.����� �9�� ���9�� ��� ��.��/��� �9�� �����5����� ��� ��8���� �9�� 85����5���9��97� ��� 9�.� �6�����7� �.� ����

5���6�51��$�

��� +9���� .����9�.>� .��:��.>� ���/�5���>� ����69���>� );� >� ��������� �/����.� 5��� ��� 1�� 6�������7� �9�� .58��

.95���1���0����2�����85:�$�

��� )9�����5������0� �5��9�6��.�.95���1������566������ 5����9���5��9�������1�����������9��6��.����� �0� �

� � � � � � � �9�����������A��A�95�������9�.���6��.���5����$��

��� ��� �5.�� �9�� .58�� ���8� 566�5�.� 8���� �95������� ��� �9�� .�9��/��� �0����:7� �9�� ����.�� �5��� C/����� 0���������

�95�����8�.95���1���5:���0�����9������8.�5�.�$�

� � �5������5����.����9����5��.�.95���1������566������0��8��9����������A��A�95����1�0����051���5����$�

�!�� )9��0�����8�/�����65����1�5��.�.95���1����.�5��������9�./��51����95�����./66���.�5��1����8$�

�"� )9��65����1�5���.95���1��051���5�������5����:.9�6�95����� �&��566���5�$�

�#� )9���51�������1�?� 0����9���@J.�.95���1���0��9��.58��85:��5���85��9��������9���@.$�

��� ���/8���.� ���1��0/���.9��������86��������0���.�5��5�����

5$� � � �86���������5�� �86������� 6�5�� �����5����� �9��������� �52�/�� �0� �9�� ��.�5��5����� �����5����� �9�� �5���/.�

51��.7�����/��.�5���0�������/�:�����5���0�����00������.������.�5��������9��9�����5������0��9��.����9��5��0���

5����9��0����.��0��9��1/������$�)9�������5�����.95���./18����9����86�������6�5���180�

Page 189: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

.�65�5���2� ��� ���6���5������1�/�� 6����� ���9� ���� .��� ��� ��5����� E ���9G� 5.� 6��� �5/.�A!� �0� �9�� �����5���

���9��� �#��52.� �0� �9�� ��86��������0����:$� ����5.�7� �9�� �����5����� 05��.� ��� ./18����9�� 6�5�7�9�� .95���1��

��51������652�5�./8��C/��5���������$�R���0��9���5�/���0��9�����:�./1<�������5����������0�&.$�#7###$##�

��� ��0���� ��51����2� ������� ���� �9�� �C/�68���.� .95��� 1�� �/5�5������ 0��� 5� 6������ �0� ���(���9.� 0��8� �9��

�5��� �0� ��86������$� ��2� � ��0������� 85����5�.� 5��� �C/�68���� .95��� 1�� ��6�5���� 0���� �0� ��.�� 5�� �9��

�����������0��9����������A��A 95���$�

��� ��.6������� )9��85<��� �C/�68���� ��:��(;�65���.� .95��� 1�� ��.6������ 5�� �9�� 05����2� 12� �9�� ��������A��A�

95���� ��� 9�.� 5/�9���F��� ��6��.���5����� 0��� �9��9� 5��5���� ����85����� .95��� 95��� ��� 1�� ������ 12� �9��

�����5���������9����������A��A 95����0���5��5�������9����.6������$�

��� � )9�� ���� 0������.� ./66����� .95��� 1�� �/5�5������ 0��� '�;�� 2�5�.� 12� �9�� 85�/05��/���� 5��� � � 5�.�� 12� �9��

5����27� 0��8���9�� �5��� �0� ��86������� ��0� ���:7���9�.� ��/5�5����� �����0��5��� �.95��� ��������5�� �9�� ��8����0�

./66�2��0��9��0������.$��� �0�����9��5�5����0��9�����:7��9�������5�����95.�����5:��������0��9����������2��0���������5�����8.�5.�6���5����8����0��8�

�9�� �..�.�5��� ��������A� ��� �95���� 5��� ����/��� �52�/�� ��5����� 6�6�7� �51��� �52� �/�� � 0��� �?����5�� ���9����� ��5����� ��� 1��

./18����������9�����..�.�5��������������������95���������1�0�����9���5.������0�.�51�0���566���5�$��0��9�����5������9��.�51�

�5.�����5�����5�����:��.����1���5�������/�$�)9��85��������5������.���.6��.�1���0�������..5�2���A�����5���������9�.����5��$�$��

�� ��5����� �0� 65���.� >0������ 6���5�� .9�/��� 1�� 566������ 1�0���� 6�5����� ������ 5��� .9�/��� 1�� ��.6������ 12� �9��

���������0��8���65��8����1�0����1���������9��.58�����.���$�

� ������5�����.9�/���1��./18����������B)� ���0��85�����2$�

�! ���� ���������������:����1���5�������/�����9�6��6������:85�.9�6�.���95���/�������0�9���.�����9���5��.����$����1��

85�����������5��5����50�����/��566���5��0��8��9���..�$�������������95����5��.��$�)9��85��������5�����.9�/���1��

��.6��.�1���0�����A�����5��������:�5���85:���������5���6��6���0���.9���$�

�"��(5��������5�����5.���.6��.�1���0����5��5��2��0�5�����.�5��5����.7�(5�9������.7��C/�68���.7�0������.����$�0�����

��������I�5��0��8��9���5����0�95������������0��9����.�5��5����.�5���.2.��8.�����9�����������65��8���$�)9���

�����.��/���2���6�.����0��9��85��������5������5��1������5.�����2�50������������./18�..���.�00��8��9������������

��������95�����0��9����������5���86��������95���9�����.������00�������05/���0�/�������9����.�5��5����.�5����

������C/�68���.���.�5�����12��9�������5�����5��������������������.����������2�5��0��8��9���5����0�95���������������

������0���.�5��5����$�50 The completion Certificate for the whole work can be issued only after the compeletion of the all the electrical work as per agreement and specification only.

� � 50 )9��85����5�.�/.�������9�����:�.95���1���0�566������85:�.����2�5.�6�������?/����

����������������������������������������������8�;�#����,�����8���/�����!"���������?

/)��"����������)���������1���)����1����"���1����%��*���������"���1�������

'���������)�����������3�

181�/)�������������A-+<"��������)���'3�

Page 190: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

<���������������?

�3 /)�%��*�)������������������)����)������)�����"���������)�'������������������

A��������'������������)����������)�%�����)�����"�����������B�A�����3

�3 /)�"������%�����������������)���������������'�����������3

A3 /)��%��)���)��������""���������1������"����'���%����������'�����������# �3��

�������%��)�������)���"����'����%��)��������1�����������'������)�������)�

�������%��)����'�1�������"���C��"����'���3

/��)����!"���������?

�$ �="�������*������C���C����/-������%��)D�56.! �/��+&&-��+/�5<�

����!%��)

�� �����9������..5�2�.�0��5��������.�.������86�2�����9��1��������9���5��.6���0��5����.�

.9�/���1��C/�����5��������9��9����88����5���00��$�

�� -����9�8/.��1���������86��5��$�

�� ��������.��2�

�$�� ���6����.�5�:51����#>�##>�###)��52�����.����9�

�$�� ����/����������51�����81�������05��.���

�� &�����'����

�$�� 9�6.���.����9�����565���2� !%16.�

�$�� (�����(66.$�

�$�� ��(@�&�(�

�$�� ���(@�'�5.9�(�8��2�

�$�� B6�����###;������

�$�� �!7###�(� �5����..�

�� �����������""���

�$�� �#>�##A)U�&NA���

�$�� �#>�##>�###)U�&NA���

�$�� &-�����@"�6��7�85���6����

�� 7�����'���

�$�� ���/.��2�-�5��5��� ���

�$�� +�1������05���

�$�� -��/�������26����+�@�5��� ���85�5��8����

�$�� ���9�--3����5���--��

�$�� -(�����

� �������(�������

Page 191: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

$�� -���������5����..�-�5�:�85�5��8����

$�� �����5����.�5�:����6����./66����6�6/�5�������9�.�5�:����8��/��.�5���.�5�:����

�51��.$�

$�� @5�:/6�85.����

$�� �&�.�������&����-�5�:�������9�����/������9�8����#%16.�6��0��85����

$�� ����..�-�5�:����:�������5����7�-�5�:�;������0��/�5����7�5���..�-�5�:������

(��������7�)�/�:����5���..�.�5�:�

!� E�������!��1���

!$�� !����������.�5..�����������C/�/�.�

!$�� !#�$�6�0����52�����H�-�

!$�� �- �����00.�����0����52�����H�-�

!$�� !#�$�6�����- ����85�:������500���

!$�� )�500���6�������F5�����/.����!#�$�67�)�-7��- ��0����.�

!$�� -������-�9��/�����5���+���9����&�/���&�1���

"� !������

"$�� %/�.��;���

"$�� --3���0���)������85�5��8����

"$�� --����0���+�@�85�5��8����

"$�� &' ���"��)� � -4�

"$�� &' ����!�&���B-��/�9�����5�����

"$�� �����!#�$�?�����A15.���������:�5���..���������

"$ � @��5��5.��-���8� �������

�#� �&1F

�#$�� ������./66�����.�8/.��

�#$�� �/5��-�5�:�����>�����6��������./66����

�#$�� &' ��������������91�/����.�����2�

�#$�� )/���������������6;��

�#$�� ������H�-�

�#$�� � (����

�#$ � ����������:�(5�5��8����

��� �������!��������

��$�� !#�$���@��������

��$�� !#�$�?�@5�:����../��>�'���� �������

��$�� &��/��5��2�-�5��5��.�

��$�� !#�$���-65������)�������������

��$�� !#�$�+�&56���-65������)����

��$�� !#�$�.�(/���6���-65������)����

��$ � !#�$�5���� �����:�������5�����

Page 192: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

��$!� -�5����6������/�:�

��$"� �%(��.���6�������

��$�#� ;��.�

��$��� ������!#�$�H�;���)5������

��$��� B6��������;��.�

��$��� ����A15.���;��.�

��$��� (� A15.���;��.�

��$��� ����5���;��.�

��$��� %�&��;���&���.��5���������������%;&���

��$� � �����./66����

��� &�%���)�����������

��$�� ;���5�����6/���##A���#;� �

��$�� ;���5����/�6/����;� �

��$�� /�������$���

��� .�1���'�����!"���������

��$�� �6��5�����)�86�#V �����#V ����'�������'��

��$�� -���5���)�86�A��V ���� #V ��A��'������!'��

��$�� &��5�����3/8����2��#R����"#R����A������.����

��� .��������C7��)�����+""��1���

��$�� -50��2�B���"�#��B�>�B��7���#"�#��)B;��

��$�� �(��' � �5..��7����#��� �5..��7�

��$�� ; �� �5..��7� A)��:7����###A�A�7�

��$�� ���###A�A��

��$�� �88/���2����#���

��$�� &�3-���86��5���

�3 +�����!%��)@=�"�����C���C����/%�)=����'��"����

+�����!%��)

�!�6������#>�##>�###)����9����%� �81��6���.

�� �����9������..5�2�.�0��5��������.�.������86�2�����9��1��������9���5��.6���0��5����.�

.9�/���1��C/�����5��������9��9����88����5���00��$�

�� ��������.��2�

�$�� �!�6������#>�##>�###)��52�����.����9�

�$�� ����/����������51�����81�������05��.���

�� &�����'����

�$�� -����9�����565���2�8���"��%16.�

�$�� (��� #�(66.$�

�$�� �!7###�(� �5����..�

Page 193: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

�� 7�����'���

�$�� +�1������05���

�$�� '��8�5���/6��5���12�')��5���+�1�

�$�� -(���>���7�&(��%��/6.���7��7��7�"��

�-�5�.7�3�.���27���5�8.7������.�

!� E�������!��1���

!$�� '�/��6������2�C/�/�.�6���6����

!$�� ����A15.���6������2�

!$�� �����!#�$�6��5�����7��%(��.���6�������>����

-�5����8/����5.�����/67��-65�����A)���7������!#�$��>��

"� !������

"$�� ���5��5/�9�����5�����.�������(������2��

"$�� &�8����5/�9�����5������9��/�9�&���B-�

"$�� �2�58���;���5..���8����

"$�� &���B-��������0��������!#�$�?�

"$�� �3 ���������

"$�� �����8���������

"$ � ��.���5�����(� �0���������

��� �������!��������

��$�� !#�$���@��������

��$�� !#�$�?�@5�:����../��>�'���� �������

��$�� &��/��5��2�-�5��5��.�

��$�� !#�$���-65������)�������������

��$�� !#�$�+�&56���-65������)����

��$ � !#�$�5���� �����:�������5�����

��$!� -�5����6������/�:�

��$�#� ;��.�

��$��� �����!#�$�H�;���)5������

��$��� B6��������;��.�

��$��� ����A15.���;��.�

��� &�%���)�����������

��$�� ;���5�����6/���##A���#;� �

��$�� ;���5����/�6/����;� �

��� .�1���'�����!"���������

��$�� �6��5�����)�86�#V �����#V ����'�������'��

��$�� ()@'����7###�9�/�.7�@��������)&����

��$�� &��5�����3/8����2��#R����"#R����A������.����

��� .��������C7��)�����+""��1���

Page 194: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

��$�� ;�1�5������� ��!A�A��7�-9��:��� ��!A�A�"�

���6��� ��!A�A���

��$�� �(��' � �5..��7����#��� �5..��7�

��$�� �88/���2����#���

��$�� &�3-���86��5���

A3 &���)&����?

�GH�;������&���)&����#=�B6I=�#���3F#���)�����

(��/�5��65��9�65����5���88��5�����/6����.�?����������������8��/���9�����.��B�%��15�>/7��

��.�5��5����A0������2��95�:.����.�56A5��A������9��C/�7��B�%��15��1����������$���.���������

5���88��5����9��&*(�.��/���2�5����9��&*(��������8����.2.��87����9���.��A������6����������

�����6��������������7�8��95���5��������7����:�����6����$��?�95���51����51������.���6.7�05.�������:��7�

�51������0����.7�����A0�������:����5���/����:����.2.��8$��

���0����5�/8��/87��������..�9��85��F��L�.����65����6�5.������ �7�0�1����5..A����0�����7�95�����A0���7�

������8���/8���52�� -���#�A@�$�

����/�������������������8��/���9�����.��B�%��15�7�/�.9������7�6�5.������ �7�95�����A0���7����������9��

��52�� -��##�A&!#@��

��6/�5�������9��!�/�.9�������&N��������������8��/��.��0� 5�����2��7�0����9���.�51��.9�����0�

��5�.8�..�����95����.��0���5..������9�/6������6�/���������������.7���86���.����9� 5�����2���

��C/���8���.��0��9��.�5��5��.��-�>�� ���!#����$��$�7�N/����#��7����#� �A�7�(52��#���������

�#� �A���5.������5.�)�����!A 7���A�81��������.�������5��$����9��� ��#�#�A A�7�������6��51���5���

15�:�5��.���865��1������9� 5�$���5��� 5�$�$�

-/��51���0����#%@�-�A)�566���5����.����5��$����9������!#�$�W�-�������'�/��/6�����##�(3F�5������8$�

)�.��������9��15.�.��0��9��&*(�6���/������������������/������##R���/�������.�$�

�865��1������9�&N�.�5��5���6�/�.��&N��7�&N��7�&N���7�� @A0����5�������A0�����5.2A���:�������������0�

��.�5��5������51��.��+%����=�����#$��88�=�#$���88��5���0��?�1����51��.��+%���> �=��+%���> $�

�5�5�����65������8��5��������9�/�����..��������5��$����9�)�����!A�>@7�����A6�5����1���F������5��.�0���

X�###�85������2���.7��� �����5��.����9�.�����A�����.��5��������0�5���X�#���.��������2���.7�����5���

��.�.�5����Y�#�8�987������������.������9�X�###�;�00$�+��9�������5���51���.��5��������07�����/������/.��

�����$�

(5����5��95�����A0����5���9�5�2A8��5��0�������5��$����9��B����������.�&�3-��$�

����������8��/��� 5�$�7�/�.9������7����9��/.�������7�8�/������6�5��7��51�������5�����.�5��5�����

��.��/�����.$�

=3 �5'�����%�)(���"����?

(���)@7������

BS FACEPLATE 86X86, 2X1-PORT, PURE WHITE

��5.����� >�@-$�

Page 195: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

Suitable for RJ45 connection modules, connection module ISDN 2xRJ45 and fiberoptic connectors

with support plates.

• '5��6�5���!�?!��88�0�����&N���6���.7�����/�����05.�������.����.�

• @�������������9���/.���5.�5��A6�����/������

186�

• �51���.���6.�

!������������?�35�����A0�������5�����5�������9���>;���#� �>!����

5�������"�?�'5��6�5����

+""����������?�'�/.9A8�/�������'(���

��"�����"�����?���?����

���������6+-?�"#�#��

�����?�6/����9�����

+���'���?��86�2��

$'������?�!��?�!��88��

7������?�6�5.����� �4��@-��

5. RJ45 CONNECTION MODULES CAT.6

• &N��� 5�$�������������8��/��7�/�.9�������

• (�/������6�5���

• �/.��������

• 51�������

• ��.�5��5�������.��/�����.�

!������������?��� ��#�#�A ���������5�� 95�5�����.���.��0��9��)�����88/���5������/����.��-�>�� �

��!#����$��$��N/����#��L����#� �A��(52��#��L��

��������������?� ����������8��/����

�����������"��+�?�&N����

������������������+�?� 5�$���

!)�����@����������+�?����

������������������C'�����?�-/66������5����

�����?�1�/���

$'������?�� �?���$��?����88��

7������?�6�5.����� 7�B��"��;A#��

��������'?�)�����!A��>�)�����!A@��

&����?�!��

F3 &���)�����#�7����7?

PATCH CORD REAL10 CAT.6, S/FTP, 4P, LSFRZH, GRAY, RJ45/S-RJ45/S, 1.0 M

&���)����#!C(/&=&#-!(6J�#6��������3F#�����)�3�'

'��?�1����51��7�->')�7���?���?�#$�����+%����7��������527�8�/��������1��9�.���.����9�&N������������.�

��86��5������9� 5�$����86������.�5��5��$�,�2�.�5��5����� ��#�#�A �&N����5�����2��L��� ��#�#�A A��

Page 196: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

����$��

�86���.����9���C/���8���.��0� 5�$��0����9���.�51��.9�����0���5�.8�..�������:.��0���5..���5�����5..����

���5��$����9��-�>�� ���!#����$��$�7�N/����#���5������#� �A�7�(52��#����������#� �A��$�-/��51���

0����#%@�-�A)�566���5����.����5��$����9������!#�$�W�-�������'�/�$��

�! �

���A.8�:�����5��$����9��� ���#��7�0�58�A���5��5������5��$����9��� ��#���A� �5���95�����A0�������5��$�

���9��� ��# ��A�$�35�����A0����5���9�5�2A8��5��0�������5��$����9��B����������.�&�3-��$����85�����

C/5���2�5../�5�����9��/�9��9��Z%3()��&�(�B(�;���0��5����������58Z�����/����������0��5���5�����.��

��6����5��$����������-�>�� �� #��7����%��85���5��/5��$��

5��5���88��5����������������5���8��95���5���������Z�5.2��5��9Z7�Z�5�5�-50�����:Z�5���Z-50�A ��6Z$�

-��5��A�����0�0/����������5��$����9�)�����!A �

3 �+/3F�����?

�������������������3F#;C;/&#=&#���7�K#&0�#A��'

��.�5��5������51���0������������51�����.2.��8.$� 5�$�7�B>B)�7��+%����51��$��##��98��86��5���$��5�5�

��5�.8�..����0��C/�����.��0�/6������#�(3F$�

!������������?��-�>�� ���!#����$��$�L��� ������A��������$L����#� �A�L����#�!!A�A�L�)�����!A $���

����������?���.�5��5����� 51����

��������?� 5�$���

��������)�����?�B>B)���

<�'����������C����������?�!��

!�������?�����

�����2��*��'������?��; ��

�����2��*���)�����������?���51��7�8��5�A0����L�0�58�A���5��5����

�����"��������?����6�����������

������1�������'����?�[��$#�88�\�#$���

(���C�����������'����?��+%����

���������6+-?� #����

�����?����9����52��

-����)�'�����?��#���

�3 ��;<��%��*���*?

+5���(�/��.��00���.�2��.9����:.�0������52J.��00�����������8���$�

� Large cabling space

� &�5���5����

� 51�������2������.�������)�6�*�@����8�

���)���B�

$�"�)�##88�

Page 197: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

��)�##�88

�����������!!�

&+�>+�.��@+<<.L;6.D�

��-)��'����&�;���(�,�-��'�(�)�&���-�

58���0����:$� ��.��/�������0�� ��1������1�2.�3�.�����%4!��5�����#�1������%���.�3�.������%4���1/��������������

0��� ���)7�5��;5��57��98��515�7�%/<5�5�5$�-3����������� ����*�'5�.7���7�6/86�������:$��� ����������� �� ������� !�"����� ���#������

� � � ��� ��$%$ ����������$�&� �� �'��()� ��� �$$� ��*��+�(��� � � �,� ��$ ��$� �� �'��()�� � ��$$ �*��+�(��

� � � �-� ��).����*/�0�1 *����0 ��*����0 ���21�(�������0 �$�&�

�� �'��() ��#�� �����0������01�(����

� � � �3� ���$� �� �'��()� ��� �$$� ��*��+�(��

� � � �4� 5� �*���2����*�������)�� �� ��� �6�()����!������ �����(�

� � � �7� ���21�(������� �� �������� �!�"����� ��#�����

� � � �8� ���21�(���'�$����� �� #��(�� ������ ��*�� � � �9� ��0�4������:�6-3�� ;:6����2�(���:�������

+�(�'����

�� *��0�+�&� ���� �$��)�(�

� � � ��<� ������().�0��()���������������*��

+����)���� ����(� ��������(� ��#5��

� � � ���� �����('�=�(� �� ���+20�(>�!�'1��2��)�� �?�1�� !�"�����

� � � ���� �&1�.�0�=�(� �� ���+20�(�+�)���>$��������� ?�1��� ���+�(��)�

� � � ��,� ��&��,��� �%�����00�('���

�� ��2������)��� �<�>�<�>@@@>4<>@@�,/��*�+�����0�� �1���2� �5� *����� 1��(�

� � � ��-� ��&��8���>3���00�('� �� ��2������������8���8�*5 �1���2� 5���

� � � ��3� ��&�,4�/�00���.�=����+�.(0�)��.+�(������ � ��2�����)������--�,4�*�5 ��1����2�� �5��

�4� �� �+��������'10� �� #���0��+�)����('���>�4�8 ���2��� �!�"�����

�7� ��(���/����������0�� �� !�"�����A���0����B�/� ���2�� �1���2� 5��

�8� �.+2� �� �#��������� #*$� ����+20�(�

�9� ���"��� �� #��������� �*�(0� �C���0�� �#��0���

�<� ���('����(��������������� �� �'��()� *�1(��)��� �� ��

��� @ ��������:����0�*.�+�������������� �� ������� !�"����� ���#������

��� *0���0� �'10������� �� �#>��0�� �� �;B� ��B*��� � �$�D�D�

�,� 43�/�00�*0���0� �'10�� �%���00�('� �� 5��>����+���)�>5*�<-,�34�<� ���2��� ��1���2�� *����� 1��(�

Page 198: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

�-� �B��/�0�1��� � ����� �����)������� 6.(�2���

�3� ���� � �������:��00���

�4� $.���!��)���00�('�� �� ���+20�(:����)���B�����$!��<�� �1����2����2��� ��

�7� ��(���:�=��)���2������� � �����22��"�)�=������0����1�"�('�=�����0���=���"�(�0�(��2��������

�8� ?������2�� �� ��1��/�)� �Finolex �

� � � ����� A��� ��� �5.��85:�� �0� 5�2� �C/�68������� 85����5�� �.����� .6���0���� ��� �9�� �)7� �9�� ����.�����0� �9��

��������A��A 95��������9�.����5��������1��0��5�$�

���������������������������������������������������������������������������������U� B)�;���%���&����7% ��7%5��9��5�5��189�

&+�>+�.�@A

�</.--��.</+$$6.!!+�-.(�6.+-+67���&+!M+/.7

�577.6��+-+<$+$$�/�5<+-�5<$�/�5<!

58���0�+��:�� $� ��.��/�������0�� ��1������1�2.�3�.�����%4!��5�����#�1������%���.�3�.������%4������1/������������������

0��� ���)7�5��;5��57��98��515�7�%/<5�5�5���5�:5��� A�������������������..51���'����5�5�8�-2.��8$��

�����%��&����

�$������� )9�.�.6���0��5����������.�85�/05��/��7���.�����5.�852�1������..5�2�1�0������.65��97��������2�5��.���7�

5���6��65�5���2� ���:7�5..�81�2� 5��� ��.�5��5����7� ��88�..������� 6/������ ����� �6��5����� �0� '���� ��5�8�

-2.��8$�

�� �)���

)9�� .2.��8� .95���1�� ��.�5����� ��� �9�� /6��8����� %4!� .���2� @�2 . � 3� . �� � � 5���.95���1����C/����� ���

�6��5�����/����� �9�����85�������������.�6���5������5��%5��9��5�5�$��

�$������� )9������ ���:����� .95��������1�������5��2��������?��/����5.�������6������ �+���� �����5�����.6���0��5����.����0���

��������5�����:.��5���A�;��A�'������5�8�-2.��8A��"!!�5.�58������/6����5���5����5��A��� ������5��A��#���

5.� 58������ /6��� �5��7� � � 5.� 6��� �����5��� � �-� �5��� 5.� 6��� ���������.� � �0� ��������A��A� � 95���$�

)9�.�� 5�������5�� � .6���0��5����.� 5��� ��� 1�� ��5�� ��� ���</������� ���9� � 51���� � � 5��� � ��� � �5.�� � �0���

�5��5����.L�.6���0��5����.��������� �����9�.�5�������5�����������.�.95���566�2$�3������7����9�����?��5�.95���

1�� 65��� ��� 5���/��� �0� � �9�.�� 5�������5�� .6���0��5����.� 5��� ���������.� 5.� �9�� .58�� 5��� � ��� 1��

��5�� 5����� ���9�.�9��/����0�C/5������.�0����9�����:$��

�$������� )9�� ��������� .9�/��� ���9�.� ���� ������.����.��� �9�� .����5���058���5��.��9�8.��0����9��9��.�������������.�

1�0�������������$��

�$������� ��)*��.95���1���../���12��9����65��8����5������9�����?��5�.95���1��65������5���/����0��9�.$��

����� �(�& ���� ���)��-�

Page 199: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

�$�� � � � � � )I��� �'� �)&� )�)9�� ���:� ��� 1�� 5�5����� �12� �9�.� ������� .95��� 1�� ���5���� 5.� ������.�1��� ���:�

�����5��$

Page 200: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

��"#�

�� ,�%�� A��

�)����%�)����&�--�@���'�&�����&(�)� 3� ���

-�� �'� �)��-��

58���0�+��:� �� $� ��.��/�������0�� ��1������1�2.�3�.�����%4!��5�����#�1������%���.�3�.������%4������1/������������������

0��� ���)7�5��;5��57��98��515�7�%/<5�5�5���5�:5��� A������������� �����..51���'������5�8�-2.��8�

�����%��&����

�$������� - �����'�+�&,��

�$�$�� � � � � � � � � )9�.�� .6���0��5����.� .95��� ������ �9�����.���7� -/66�27� ��������7� )�.����7� 5��� � � �88�..������� �0�

������������ �����..51��� '���� ��5�8� 5��� ;����� ��5�/5����� -2.��8.� 0��� �9�� %4!� .����2� @�2. �3�.�� � �5� �;5��5 7 ��98��515�$�

�$�$�� � � � � � � � � )9��.�9��/����0����:� �����5������2� �9�������5�� .�9�8���0���C/���8����5��� �9���?������0����:�

������������9�.������5��$��)9���C/�68����5����9����5..���5�������:.�./�9�5.� 51����7����$�852�1��

��A5��5���������9��.65���5���������� ./1<��������9��566���5���0���������A��A�95���$���������������� �.���� �9�����

����5����J.���.6��.�1����2������./��� �95���9�.����:��.��������5�������9��9�����:��0���9���5������.$��

�$������� - 3��B����'�&�HB�&�(�)-��

�$�$������������� �.��9����������0��9�.��.6���0��5����.������0����5�.�5��A�0A5���������5����'������5�8�-2.��87��9��9��.�

/.��� 0������27� 0��?�1��� 5��� ������:51��$� )9�� .2.��8� �.� ��� 1�� ��.�����7� � ��.�5����7� �/.��8�.��7�

��.���7���88�..������5��� � ./66�������� 12�� 5� � ���5����00���� � ��� � 5������ ��0����9��� 85�/05��/����� 12�

��������.� .:������ ��� 6��������� 0/������5�� � 5��� �00������� .��/����.� ��� �9�� ����.� �0� �9�� ��������� ���

�95���$��

�$�$����������)9�����������.�5��5�����.95���1�����5�����5�������9��9����C/���8���.�5���.��6/�5����.��0� �9��5����5��

@/������� ����*� �+��.6���0��5����.$��

�$�$�� � � � � � � � � ���� .2.��8� ��86�����.� 5��� ./1A.2.��8.� 5��� ��� 1�� 05/��� �����5��� 5��� 6������� .5��.05����2�

�6��5��������9�/���585���5��4��#R� �0��9���5��������5���5���5��4���3F��5��5�������������0��C/���2$��

�$������� )� 3� �����)���

�$�$�� � � � � � � � � )9�� )�������� .95��� ./18��� ��86��9��.���� ���9���5�� ��0��85����� 0��� 5��� �9�� �C/�68���� 5���

85����5��5�������9� )��9���5�� �5�5���/�.� 5��� 6��0��85���� )51��.>� /���.� �0� 5��� �C/�68���� 5���

85�9���.� ����/����� 85:�.� 5���8���8� 5��� �5:�� 566���5�� 0��8� �9�� ��65��8���� 1�0���� �5:����

5������ 0��� �9����6���/��8���$

Page 201: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

�"��

�$������� ��&'�&(� ��%B�&�)������)�-)�%��

�$�$�� � � � � � � � � )9�� ����5����� .95��� �?��/��� �9�� ���:���� �9�� 15.�.� �0� �����5����� ��.���.� 9���12� ������ 5���

5���6����12� 9�8����9� ��� ���9�/��8���0��5����.� ��� �������.���.� ./18������ 12� 9�8� 5�� �9�� �������

.�5��� �5��� 5���6���� � 12� ��������� ��� �95���7� 5.� �9�� �5.�� 852� 1�$� � �����;5��5����.7� �$�$� 5�������.7�

�8�..���.� ��� ./1.���/����.� ����..��5���� 5�� 5�2��8�� 0��� 5�2� ��5.��� �95�.�����7� .95��� 1��

���8������ 95��� 1����5���6���� 12��9�� ����5�����5.���������5������9��6��0��85����15.����5�/���

�0��9�.������5��$� �0�5�2�./�9��5��5����.7� ����.6������� �0� �9��9��� ./�9��5��5����.�5��� ��������� ��� 1��

�?��/���� � 12� ��9��� 5������.� �86��2��� 12� �9�� ��������A��A�95���7� 95��� 5�2� 1�5����� ��� �9��

6��0��85�����0��9�.� ����5��7��9��.58��.95��� �88���5���2�1��1��/�9������9����������0���������A��A

�95���� 12� �9�� ����5����� ��� �������$� ���5�2��5.���9�������5�����.95���95��� ����/5�5����� 0���� ���/��

5���6��6���6��0��85�����0��9�����:.�5������ ���1��.���������$�

�$�$����� �� ���)9��'����������������.�5��5�����.95���1����.������5����/5�5������ ���6��0��8�5.������5���������9���

65��.��0��9�.��.6���0��5����.�5�����5����.���5��������</����������9�.�5�/���2���C/���8���.$�

�$�$���������������C/�68����.95���1����.����5��85�/05��/���K.�+��:.�5.�6����5��.�������5����'���.6���0��5����.��

��������9�� 51.������0���-��.6���0��5�����566������ ��.������8��9��.�� .95����1�� 0���������5����� )�.��

����0��5��.>�&�6���.�./18����������9����������A��A�95���$�

�$�$���������� ���5������������9�� 51���7�5����C/�68����5���.2.��8.�.95���1����.����50���� ��.�5��5�����5.���C/�����

12� �5���/.� .�5�/���2� � 5/�9������.7� �����02���� 5������.� 5��� 5.� ��C/����� 12� � �5���/.� .������.� �0��

�9�.��.6���0��5����.$�

�$�$������� ���)9��� ����5������.95��� �5:�� 0/������.6��.�1����2� 0����6��6��� �6��5����� �0���9���������� .2.��8������/�����

��1/������5���6��6����5��1�5������0��5�9���86������5���./1A.2.��8$�

�$�$����������)9��� ����5������.95������5��������..5�2� 6����.���.����C/������0���� 0�?������.��/8���.7��5/��.7�8����.7�

���$� 0��� ��.����� �9�� ��.�5��5����� ����� �0� �9�.�� 5��� � ���� � .9���� ��� �9�� � ��5����.$� ���� ./�9�

��.��/8���.7�.������.����$��������0����9����.�.�.95���1��5��5�����12��9�� ����5�����5��9�.�������.�$�

�$�$ ���������)9�� ����5�����.95�������85�������������������������A��A�95����5.�5����9����������/5����86�����.��0�

�9�� ��.�5��5����� 5��� ��5�2� 0��� ��.�.� ��C/����� 0��� 0/��9��� 6�����..� �0� ��������$� ���� ./�9� ��.�.� .95���

1���5�������/��5.�6����9�.��.6���0��5����.�5��>����5.����������12���������A��A�95����5������������

����9��6��.������0���������A��A�95�������9�.�5/�9���F�����6��.���5����.$�

�$�$!� � � � � � � � ������86��������0���������7� �9�������5�����.95��� �9���/�9�2����5��5��� �9���C/�68���7� ��.6����5���

�9��:� �9�� � ������� � ��.�5��5����� � 0��� � ���������..� � 5��� �86������..� � 5��� 0/���.9� � 5� � ���5������

��6�������� 5�����86�����.��0��9����.�5��5����������������A��A�95���$�

�$�$"���������)9�� ����5�����.95�������85�������������������������A��A�95���7��9��6��6�.����5����0������5��.�5��/6$�

�$�$�#�������)9�� ����5�����.95��7����566���5���0���������A��A�95���7�6����������9�����..5�2�6��A��88�..�������

5��������.� 5�����.�.� 5���6/�� �9�� ��.�5��5����� �����5���6��5�����5���.�5��A/6� �/������9��9�6����8��5�2�

5�</.�8���.�5���5����..����.95���1���5�������/�$��

Page 202: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

�"��

�$�$��� � @5.��� ��� 6����8��5�2� �1.���5����.� �/����� �9�� �����5�� �6��5����� ��.���1��� 51���7� ����..5�2�

8���0��5����.>���65��.>� ��6�5��8���.>����$� �0��5�2� .95���1�� �5������ �/�� 12� �9�� ����5����� ��� �9�� �������

.5��.05������ �0���������A��A�95���$� ��� ./���..0/�� ��86������� �0� �����5�� �6��5����7� �9�� ����5����� .95���

6����������9����5���/�.$�

�$�$���� � � � � ������9.�5������566���5���0���.�.�����C/�68�������85����5�.�12���������A��A�95�������$7�/6�����9��

��.�.� ���.�5����.�5���5.� ��.���1���9���A� ���51���7� �9�� ����5�����.95���1����C/��������6��0��8�.����

��.�.� ���6��������������..� �0��5����.�5���6��0��85�����0��C/�68����5���85����5�.�./66�����5���

��.�5�����12�9�87�������85���6��5��������������$�

�$�$����� � � � �������C/�68����.95���1���5651��� �0� 6��0��8���� �9�� �/���.� .6���0���� ��� �9�.�� .6���0��5����.����9�/��

�585��7���.�����������05��/����0�5�2���86�����$�

�$�$��� � � � � � � )9�� � 6��0��85���� �0� ��5���/.� �C/�68���.� �������/5��2� .95��� ���� �1�� ��..� �95�� �C/����� � �5����.�

5��� ���./86������0�6����� .95��������?����� �9�� �5����.� C/����� 12��9�� ��������7� �9��� ��.���� ���

���85���6��5��������������$���9����.���9���C/�68����>�85����5��5�����51���0�����<������$�

�$�$���������������.����.��/8���.�.95���1���5��1�5����0���5��/�5�2�6���������5:�����9��6��0��85������.�.$�

�$������� ���-�*�-)���&�-�

�$�$����������)9��'������5�8�.2.��8�.95�����86�2����9��5��.����C/���8���.��0�'���>��-�.�5��5��.$�

�$�$�� � � � � � � � � ��� �����5�� �9�� .2.��8� 5��� 5���85<��� ��86�����.� .95��� 95��� � B����� ;�-� �66���5��5.� 8���������

5�5��.����.6����������8.�����9��@�H$�

�$������� �-)����)���

�$�$������������.�5��5�����.95���1�����5�����5�������9��9�����5��5���.�5�������.7�5.�.9��������9����5����.7�5���

5.�����88������ 12��9���C/�68����85�/05��/���$�

�$�$���������������0��������������5���5�5�8�.2.��8�������.7���������65���.�5�����8������/���5���.�.95���1��0�/.9�

8�/��������./�05���8�/�����5.�6�����.��/�����.��0��9����������A��A�95���$�

�$�$�� � � � � � � � �(5�/5�� �5��� 1�?�.� .95��� 1�� ./��51��� 0����./�05��� 8�/������ ���9� (��5�� @5�:� 1�?�.� � ��� .�8�A0�/.9�

8�/�����$����.9�/���1����.���51����26�7��������9��9��1��5:���5..$�

�$�$�� � � � � � � � � ��� 0��5����.6������7�5� 05����2A��5����� ��6��.���5����� �0� �9��85�/05��/�����0� �9��85<����C/�68����

.95�����8��.��5����95���9��.2.��8�0/������.�6��6���2��������2���.6���$�

�$ ��������(�-)&�)����

�$ $������� ���)9��� ����5������������� .95��� ��86�����2� �9��:� �/�7� �5��1�5��� 5�����.�� 5��� �����������95���5��� 5���

.�0��5��� ��� ��./��� � �95�� �9�� .2.��8� 6��0��8.� ��� 5�����5���� ���9� �9�� 566������ .6���0��5����.�

5���.�C/����.��0��6��5����.�./18�����$�

�$ $����������)9�.���8��.��5�����.95������.�.���0��9��0���������

5����������.6�52�5�����8��.��5����5�9��26���0��5�5�����2����.9���.����.6���0����/.��8�F����

�5651����2$�1����������8��.��5���65�58����� �95���.$�

�����������8��.��5���.�5�7�/6�5���5���5�5�8���.6��.�����..$�

�$!������(�B��-�

�������������������)9��0���������85�/5�.�.95���1��6��������5���9����8���0�35������������

Page 203: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

�"��

�$!$��������������6��5���J.�(5�/5��.95�������5�����569����?6�5�5����.��0�:�21�5���/.��0���5����6��5���� 0/������.�

.6���0����/������6��5����)�5�����$��

�$!$���� � � �� � � �86/����F���6�����/�.� �0� 5����5�5� 0���� �52�/�.� ����/�����5���6�����6����..����6����588�������5��.7�

0����95��.7����$��

�$!$���� � �� � �������86������� �0� ���:.� Z�.� @/���Z����5����.� 0������86������ ��.�5��5����� .95��� 1�� 6��65�����12� �9��

����5�����5����9����������6��.��0��9��.58�������1��������� ./66������������ �9���� ��������A��A 95���$������

5�������7� 5��� �6��5����� (5�/5�.7� )��9���5�� �����5�/��� 0��� � �9�� �5���/.� ��86�����.� � �0��

�C/�68���7� ������.� 5�������..����.� ��.�5����7� ����88������.65��.� 5���.������.�(5�/5�.� �����

1��./66�����12��9�� ����5���������9����������A��A�95���$��

�$"������ )&���%�*�3���%�A�;�&��

�$"$�� � � � � � � � � �������� ��5������12��9�� ����5�����.95���/����F��85�/5�.�5���5.�1/�������/8���5�����5����9����A�����

9��6�/�����2$�

�$"$�����������6��5������5������.95�������/����

� 5�� -�C/������0��6��5������������1���-������A�-�����''�

1�� -����������0�5�����.6�52.�5�����6���.���� �885�������0�6����.7�:�21�5���

��� -2.��8������5��F5�����

��� )��/1���.9��������0�.��.��.�������8������15��.��.��.��

��� �5..�����8���0��5�����

�$"$�� � -/6����.�����5������.95�������/���

� 5�� �5..�����5..���8���>8���0��5�����

� 1�� �6��5����5..���8���>8���0��5�����

� ��� �6��5����5/�9����2�5..���8���>8���0��5�����

� ��� ��������.51��>��51���

���������)��8��5��5����5�5�.�����5����>8���0��5������

�$�#���� %B�&�)����

�$�#$� )9�������5�����.95����/5�5������9��������������������������..51���'������5�8�.2.��8���.�5��5�����5.�

6��� .6���0��5����.� 1��9� 0��� ��86�����.� 5��� 0��� .2.��8� 5.� 5� �9���$� ���� �C/�68���� .95��� 1��

�/5�5������ 0������� 2�5�� � � 0��8� � � ��9�� � � �5��� � � �0����95������ � � ������� � ���� � � �9��� � ���65��8����

Page 204: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

5�5��.��/�.5��.05����2�6��0��85������ � � � ����1��5:����������/�������0���������.���7�85�/05��/���

5��>��� ��.�5��5����$�)9����.�5��5�����.95���1���������� 12��9�� ���������.��95�� �9���9�����

�"��

��.�5��5����� ��� 5�2� 65��� �9����0� 0�/��� ��0������� ���9��� ���� 2�5�� 0��8� �9�� �5��� �0� ��86�������

.95���1����6�5���������65�����12��9�������5�����

0�����0��95����5.���������12��9����������A��A 95���$��

�$�#$��������)9���/5�5��2�.95����������9��0��������A��

5��������H/5���27�.������9�5���6��0��85�����0�85����5�.�/.��$��

1�������� -50��8��95���5��5�����������5��.���..����5���65��.�/�����5���.6���0�������������.��0�

�6��5����$���������� -5��.05����2��6��5������/������9���/5�5�����6�����$�

�$�#$���������51�/����������/1����.9���7����65��7����6����58�� ������6�5����.2.��8���86�����.��.95���1��0/���.9���

12��9�������5�����5������95��������9����������A��A�95�����/������9���/5�5�����6�����$��

�$�#$�� � � � � � � ���������������� .�0��5��� 8���0��5����.� 85��� �/����� �/5�5����� 6������ .95��� 1�� /6�5���� ��� 5���

/.������/8���5����$��

�$������(�- ������B-��

�$��$���� � � � �)9����/.��0������6��5������9��.�5�/���2���C/���8���.�5.�6������5���/��.�0����9��0����5�5�8�.2.��8.�

.95�����.��0/��2����9��9�� ����5����$��

�$��$�� � � � � � �)9��� ��.�5��5����� .95��� 1�� �5������ �/���/.���� ������C/�68���>(5����5�.� ��86�2���� ���9� 566���51���

.�5��5��.� ���5����:85�.9�6� ��:��85����$����������A��A�95������.����.��9�����9�������<����5�2�65���

�0���.�5��5�����95�����6�������:85�.9�6$�����$��$����������)9��5����2��.���C/���������1�5����9������1<������������0��5���0��8����5��0����5/�9����2�50�����9��

692.��5�� ��86������� �0� �9�� ���:$� )9�� ����..5�2� ��.����� 5��� ��5.������ ���:� ��� 1�� �5������ �/�� ��� ���.��

�������5����� ���9� ���5�� 0���� �00����� 0��� �1�5������ �9�� � � 0��� �9�� 1/������$� )9�� ���:� ����� 1�� ���5���� 5.�

����86������0�� ��.�����./18�����$�)9�.������1�����5����5.����:�����9��.��6���0������5���������2�5�2����52����

�9�.����5��������1�����52�����9�����:�����9��.��6���0������5��������2$�

�?��/���������������������

�+�7% ��7%5��9��5�5�

Page 205: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

195������-I-)�(���- &��)���

� $����

������0����������9��9���6��5�����5�����0�������������5����5��0�����/�������.�5���'�� ��5.������5.�

@ �5��������5���566���51���0�����5�.$��

)9��.2.��8����.�.�.��0������..51���0����5�5�8�5����������������9�0/��2�������5����5/��85����

./6����.���6/1����5����..�5����8������2���������5�/5�����.2.��8$��

)9��5����..51���'��������������-2.��8����.�.�.��0��5���/.�65��.�*�������.7��9��9�5���1���0���

1�����=��

)9���5���/.�.��������0��9��1/�������5��������������9�566��6��5�����������.�0����5��2�5���6���6�����

�5�������0�0���$��

)9��65�:����5��5��.������������9�9�5����������.�����������0����12�.��.�����9����86��5�/�����.���5���

���9�5�������5.�����5�.6���0���.�����86$�

)9����88���65..5��.7��00����5��5.7�.����7��51��.����$�5�����������/.����5����..51���.8�:��

��������.����.��.��.8�:��65�����������5��2�.�5����0�0���$�

)9����������5��65�������8.�5���5�.����������/.����.8�:����������.$�

)9��:���9���5��5�5���8���������/.����9�5����������.�.������9�2�95���9��9�5����95���.�5�������2�

5����/.�2��������8���$�

�����9��5��5�5���6����������9�(5�/5�� 5���6����.�0���5�2���.�1���0����5������9��9��5��1��5����5����12�

.�86���1��5:���5..�5������12�5�2�6��.��������..����0���$�

)9��1/��������.�6�����������9�5/����5�����./5������0��5�����0���5���������9�����/81���.����0��8��0�

3�����.�5���'�5.9��.$�

)9�.��9������5���0�5.9��.�5���6����588������./�9�5��52�5.�������2�����02��9������������0�����5��

5�2�0��������������5���:��6������9���0����.����.�5��12�8���$�

)9��0����5�5�8�65�����.���.������5���������2$�)9��65�����.����.����������9�����/����/�9�.������

��.6�52�0����5.2��6��5�����5�����������1��6�5����5��85���1/�����������5���$��

)9��'���.2.��8��.�.�58��..�2�������5�������9�6/1����5����..�.2.��8������86�2����9�'������8.$�

����������2�����5.���0��8������2��9�����.2.��8�������/��6��A���������8�..5��.������.6��������

Page 206: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

196�0����.7��9��9�����/��.7��88���5�����5�/5����7�.�5���12�0�����5�/5����7��5/��������$�)9�.��5���0/��2�

6����58851���5����/.��8�F51�������5���/.��5��/5��.��0��9���������/��������5���5��/5��$�

)9���/1����5����..�.2.��8��5��1���6��5��������.6��������0�'��$�-�����������5.���0����

��88/���5�����0��8�'������:��6.�������:���$�

)9�.�.2.��8��.�5�.��6����588���������5���/.�F���.$�)9�.��F���.�5�����:��692.��5��65��.��0��9��

1/������$�)9��5���/������6��.���95.�0��?�1����2�����5���5���F����5��5�����������2��������/5��F����5.�

852�1����C/���������6��������0�5/���8�..5�����.2.��87�9���5�������./6��.�����9��5/���

8�..5����$�

)9��.2.��8��.�5�.��6����588���5.�6���6��������.�15.�������26���0��8������2$�

(����%�����)��K������)�����'����1���������'�)�($+,&+'�����������?

• )��9���5����86��5��������9��.6���0��5����.7��9�.�.9�/���1���������12�(5�/05��/���$�

• �/�9���F5����� �95�� �9�� ���8.� C/����� 12� �9�� ��������� 5��� ��� 6���/������ 5��� ��/��� 1��

.������51���0���5�A��5.����2�5�.�0��8��9���5����0�������$����1.������6���/��.�.9�/���1��

C/����$�

• �86��5��������9��.�5��5��.�0����9��6���/��.���.���$�

• �������0��8�(5�/05��/����0���./66��������9��.2.��8�0���5����5.����2�5�.$�

• )�����.�.95���6�������5�.85��������A/6����5�������9�����?6��������5���65.��6��0��85���$�

)9�.�.95��������5���51�/���9��/.���0�6���/��.�5���.2.��8.�0��8��9��(5�/05��/���$�

• (5�/05��/����8/.��95���15.���������5$���00���.��������5����9�0/���.�������15�:/6��

• )9��85�/05��/����.95���1���-����##�� ����0����5���5�9�������5���������8���5��

(5�5��8����-2.��8��95��.�����.�������/����9���865�����.�6���/��.�5���6����..�.�95������

�9���������8���$�

• )9��85�/05��/����.95���6�������5�����2�5���5��5��2$�

Page 207: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

197��</.--��.</+$$6.!!+�-.(�6.+-+67!M!/.7

/.��<��+-!&.��(��+/�5<!

��+&/.6?+ �.<.6+-

1. A.1 SCOPE OF WORK

�$�$��� )9�.��.6���0��5����.�.95����������9����.���7�-/66�27���������7�)�.����7�5��� �88�..�������

�0������������������..51���'������5�8�-2.��8.��

�$�$��� )9�����:��.����1���5�������/���.����/.��5��������9����5����.�5��5�9��$�)9�.����5����.�5���

�6������5.�6���./��51�����.����./18������12��9����������$���

�$�$��� )9�����������5����.������5������2��9�������5��.�9�8���0���C/���8����5����9���?������0�

���:�������������9�.������5��$�)9���C/�68����5����9����5..���5�������:.�./�9�5.� 51����7�

���$�852�1����A5��5���������9��.65���5��������./1<��������9��566���5���0���������A��A

�95���$�����.��9�� ����5����J.���.6��.�1����2������./����95��9�.����:��.��������5�������9��9��

���:��0���9���5������.>������$�

2. A.2. SCHEDULE OF REQUIREMENTS

�$�$��� �����������������..51���'������5�8�-2.��8���C/���8���.�5���.9��������9�����������5����.�

5�����.���1���1���0�2������9����956�����0��9�.��.6���0��5����.$�

�$�$��� )�������.�5���5���.����95���9�����5������0���������.�5�����9���5���..����.����$�5.����������

�9�.����5����.�5���.6���0��5����.�5��������5�����5���0�����������.��/��5���$�A.2.3 It is the intent of these specifications to define a state-of-art integrated Fire Alarm System, which is

user friendly, modular, flexible and expandable. The system is to be designed, installed, customised, tested,

commissioned and supported by a local office or agent of the manufacturer by Engineers skilled in providing

functional and efficient solutions to the needs of the Engineer in charge.

A.2.4 The contractor shall have an in-place support facility in Mumbai equipped with Competent Support

Staff, Spare Parts Inventory and all the necessary Test and Diagnostic Equipment to provide support within

24 hours of any breakdowns.

A.3.5 All electronic equipment shall conform to the pertinent regulations governing radio frequency

electromagnetic interference and should be so labelled.

A.3.6 All system components and sub-systems are to be fault tolerant and provide satisfactory operation

without damage at + 10% of the rated voltage and at + 3 Hz variation in line

frequency.

3. A.3. TECHNICAL DATA

�$�$��� )9��)��������.95���./18�����86��9��.�������9���5����0��85�����0���5����9���C/�68����5���

85����5�$�)9�.�8/.������/���1/����������..5���2�1����.����������7�5����5�5�5.��

�$�$��� )��9���5���5�5���/�.�5���6��0��85����)51��.>� /���.��0�5����C/�68����5���85�9���.�8/.��1��

./18���������9��9���00��$�

�$�$��� ��0��85�����������12��9�����������/������956����Z- 3��B����'�)� 3� �����)�Z��.�8�5���0���

�����5����0��85��������2$�����5.���0���.���65����.�1��������������.6���0��5����.�5������5��.��������

198�

12��9�����������/������956����Z- 3��B����'�)� 3� �����)�Z7��9������.�����0���������A��A�95����

�����1��0��5��5���1���������� ����5�����/���..���65��/��.�5��������5����12��9��)���������

Page 208: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

4. A.4. PERFORMANCE GUARANTEE AND TESTING

�$�$��� )9�� ����5�����.95����?��/����9�����:�����9��15.�.��0������5�������.���.�9���12�������5���5���6����

12�9�8����9�������9�/��8���0��5����.����������.���.�./18������12�9�8�5���9���������.�5���5���

5���6����12��������������95���7�5.��9���5.��852�1�$������;5��5����.7��$�$�5�������.7��8�..���.����

./1.���/����.�����..��5����5��5�2��8��0���5�2���5.����95�.�����7�.95���1�����8������95���1����

5���6����12��9�� ����5�����5.���������5������9��6��0��85����15.����5�/����0��9�.������5��$��0�5�2�

./�9��5��5����.7�����.6��������0��9��9���./�9��5��5����.�5���������������1���?��/����12���9���

5������.��86��2���12��9����������A��A�95���7�95���5�2�1�5���������9��6��0��85�����0��9�.�

����5��7��9��.58��.95����88���5���2�1��1��/�9������9����������0���������A��A�95����12��9��

����5���������������$����5�2��5.���9�� ����5�����.95���95�������/5�5�����0����/��5���6��6���

6��0��85�����0��9�����:.�5���������1��.���������$�

�$�$��� )9��'����������������.�5��5�����.95���1����.������5����/5�5���������6��0��8�5.���������������9���

65��.��0��9�.��.6���0��5����.�5�����5����.���5��������</����������9�.�5�/���2���C/���8���.$�

A.4.3 All equipment shall be tested at manufacturer's Works as per latest relevant BIS specifications or

in the absence of IS specification approved testing methods shall be followed and Test Certificates/ Reports

submitted to the Engineer-in-charge. The contractor shall intimate in advance the probable date of such tests

to the Engineer-in-charge to enable their representatives to witness the tests if they so desire. But under no

circumstances shall this absolve the Contractor of his responsibility for Performance of the Equipment or

System.

�$�$��� ���5������������9��51���7�5����C/�68����5���.2.��8.�.95���1����.����50������.�5��5�����5.���C/�����12�

�5���/.�.�5�/���2�5/�9������.7������02����5������.�5���5.���C/�����12��5���/.�.������.��0��9�.��

.6���0��5����.$�

A.4.5 The Contractor shall take full responsibility for proper operation of the entire system including

debugging and proper calibration of each component and sub-system.

�$�$��� )9�� ����5�����.95�����5�������..5�2�6����.���.���C/�����0���0�?������.��/8���.7��5/��.7�8����.7�

���$�0�����.������9����.�5��5�����������0��9�.��5�������.9��������9����5����.$�����./�9���.��/8���.7�

.������.����$��������0����9����.�.�.95���1��5��5�����12��9�� ����5�����5��9�.�������.�$�

�$�$ �� ����.��9��.������.6��.�1����2��0� ����5���������1�5���5����9������..5�2�566���5�.�0��8��9��.�5�/���2�

5/�9������.7����9���6�������7��/��������50������.�5��5�����5.���C/����$�������.�.�.6���0����9�����A50����

5��������..��>�566������12���������A��A�95���7�852�1�����8������1�����5����5���9���6������0�

��������A��A�95���7��0��9����C/�.���7�0��5��5���/����������5��566���5�.�0��8��9������������.�5�/���2�

5/�9������.�5��������1�5�����12��9�� ����5����$�

�$�$!�� )9�� ����5�����.95�������85�������������������������A��A�95����5.�5����9����������/5����86�����.�

�0��9����.�5��5�����5�����5�2�0�����.�.���C/�����0���0/��9���6�����..��0���������$�����./�9���.�.�.95���

1���5�������/��5.�6����9�.��.6���0��5����.�5��>����5.����������12���������A��A�95����5���������������

�9��6��.������0���������A��A�95�������9�.�5/�9���F�����6��.���5����.$�

�$�$"�� �����86��������0���������7��9�������5�����.95����9���/�9�2����5��5����9���C/�68���7���.6����5���

�9��:��9�����������.�5��5�����0������������..�5�����86������..�5���0/���.9�5����5�������6�������5���

��86�����.��0��9����.�5��5����������������A��A�95���$��

���$�$�#� )9�� ����5�����.95�������85�������������������������A��A�95���7��9��6��6�.����5����0������5��.�5��/6$�

�$�$��� )9�� ����5�����.95��7����566���5���0���������A��A�95���7�6����������9�����..5�2�6��A

��88�..�������5��������.�5�����.�.�5���6/���9����.�5��5����������5���6��5�����5���.�5��A/6��/�����

�9��9�6����8��5�2�5�</.�8���.�5���5����..����.95���1���5�������/�$�

�$�$���� @5.������6����8��5�2��1.���5����.��/������9�������5���6��5�������.���1���51���7�����..5�2�

8���0��5����.>���65��.>���6�5��8���.>����$��0�5�2�.95���1���5�������/��12��9�� ����5���������9���

199�

�������.5��.05�������0���������A��A�95���$����./���..0/����86��������0������5���6��5����7��9��

����5�����.95���6����������9����5���/�.$�

Page 209: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

�$�$���� �����9.�5������566���5���0���.�.�����C/�68�������85����5�.�12���������A��A�95�������$7�/6�����9��

��.�.����.�5����.�5���5.���.���1���9���A���51���7��9�� ����5�����.95���1����C/��������6��0��8�.����

��.�.����6��������������..��0��5����.�5���6��0��85�����0��C/�68����5���85����5�.�./66�����5���

��.�5�����12�9�87�������85���6��5��������������$�

�$�$���� �����C/�68����.95���1���5651����0�6��0��8�����9���/���.�.6���0��������9�.��.6���0��5����.����9�/��

�585��7���.�����������05��/����0�5�2���86�����$�

�$�$���� )9��6��0��85�����0��5���/.��C/�68�����������/5��2�.95�������1����..��95��C/������5����.�5���

���./86������0�6�����.95��������?������9���5����.�C/�����12��9����������7��9�����.����������85��

�6��5��������������$���9����.���9���C/�68����>�85����5��5�����51���0�����<������$�

�$�$���� ������.����.��/8���.�.95���1���5��1�5����0���5��/�5�2�6���������5:�����9��6��0��85������.�.$�

�$�$� �� '5������.5��.05����2�6��0��85�����0��C/�68����5��>��������5�����.�5��5�����50���������0��5��������$�5.�

.�5����51���7��9����������=���A 95���7�5��9�.�.������.�������7���.����.��9���6������0��95������

��C/��5�����585��.�0���./�9����A6��0��85���������85���./66�2�5�����.�5��5������0�����

��.�5��5�����5���5������?��5���.�������������A��A 95���������85���0���0/�����0/����0�5���Z�������/��Z��

6528���.�85�������9�� ����5�����0����95��65����0��9�����:��9��9�95.�05��������6��0��87�5����9��

����5�����.95���1���1������������.��5.����������12��9����������A��A 95���$�

�� A.5. CODES & STANDARDS�

�$�$�� )9��'������5�8�.2.��8�.95�����86�2����9��5��.����C/���8���.���.<�=C;-C0�����""�������

�$�$�� ��������5���9��.2.��8�5���5�����86�����.�.95���95���.<�=>0$!C;-�������������""������$��

+3F3 �<!/+--+/�5<?

�$�$�� ��.�5��5�����.95���1�����5�����5�������9��9�����5��5���.�5�������.7�5.�.9��������9����5����.7�5���5.�

����88������12��9���C/�68����85�/05��/���$�

�$�$�� ����0��������������5���5�5�8�.2.��8�������.7���������65���.�5�����8������/���5���.�.95���1��0�/.9�

8�/��������./�05���8�/�����5.�6�����.��/�����.��0��9����������A��A�95���$�

�$�$�� (5�/5���5���1�?�.�.95���1��./��51���0���./�05���8�/���������.�8�A0�/.9�8�/������5���.95���1��

��.�5�����5��5�9���9���0�������..��95���7###�887����8�����95����##�88�51�����9��0���.9���0�����

�����$

�$�$�� ����9��0��5����.6������7�5�05����2A��5�������6��.���5������0��9��85�/05��/�����0��9��85<���

�C/�68����.95�����8��.��5����95���9��.2.��8�0/������.�6��6���2��������2���.6���$�

+3 � $.75<!/6+/�5<?

�$ $�� )9�� ����5�����.95�����86�����2��9��:��/�7��5��1�5���5�����.��5�������������95���5���5���.�0��5���

�����./����95���9��.2.��8�6��0��8.����5�����5�������9��9��566������.6���0��5����.�5���.�C/����.�

�0��6��5����.�./18�����$�

�$ $�� )9�.���8��.��5�����.95������.�.���0��9��0���������

5�� ��.6�52�5�����8��.��5����5�9��26���0��5�5�����2����.9���.����.6���0����/.��8�F�����5651����2$��

1�� ��8��.��5���65�58������95���.$�

�� ��8��.��5���.�5�7�/6�5���5���5�5�8���.6��.�����..$�

+3� 7+<;+-!

� )9��0���������85�/5�.�.95���1��6��������5���9����8���0�35�����������

�$!$�� ����6��5���J.�(5�/5��.95�������5�����569����?6�5�5����.��0�:�21�5���/.��0���5����6��5����0/������.�

.6���0����/������6��5����)�5�����$�

�$!$�� �86/����F���6�����/�.��0�5����5�5�0�����52�/�.�����/�����5���6�����6����..����6����588�������5��.7�

0����95��.7����$�

�$!$��� �����86��������0����:.�H+�����H���5����.�0�����86��������.�5��5�����.95���1��6��65����12��9��

����5�����5�������'������6��.��0��9��.58�������1��./66���������9����������A��A 95���$����5�������7��

200�

Page 210: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

����'����.��.��0�5����6��5�����(5�/5�.7�)��9���5�������5�/���0����9���5���/.���86�����.��0�

�C/�68���7� ������.�5�������..����.���.�5����7�&���88������-65��.�5���-������.�(5�/5�.������1��

./66�����12��9�� ����5���������9����������A��A�95���$��

+3G3� /6+�<�<�,�+<$�<�@50.6

�$"$�� ������5������12��9�� ����5�����.95���/����F��85�/5�.�5���5.A1/�������/8���5�����5����9����A�����9��6�

/�����2$��

�$"$�� �6��5������5������.95�������/���

5�� -�C/������0��6��5������������

1�� -������A�-�����''�

��� -����������0�5�����.6�52.�5�����6���.�

��� �885�������0�6����.7�:�21�5����

��� -2.��8������5��F5�����

0�� )��/1���.9��������0�.��.��.�������8������15��.��.��.��

��� �5..�����8���0��5�����

�$"$�� -/6����.�����5������.95�������/���

5�� �5..�����5..���8���>8���0��5�����

1�� �6��5����5..���8���>8���0��5�����

��� �6��5����5/�9����2�5..���8���>8���0��5�����

��� ��������.51��>��51���

��� )��8��5��5����5�5�.�����5����>8���0��5�����

+3��� �;+6+</..

�$�#$�� )9�������5�����.95����/5�5������9��������������������������..51���'������5�8�.2.��8���.�5��5�����5.�

6���.6���0��5����.�1��9�0�����86�����.�5���0���.2.��8�5.�5��9���$������C/�68����.95���1��

�/5�5������0���5���������'�)�������)������1�����)�$�"���'����5�5��.��/�.5��.05����2�

6��0��85�������1��5:������/�������0���������.���7�85�/05��/���5��>�����.�5��5����$�)9��

��.�5��5�����.95���1����������12��9�����������.��95���9���9������.�5��5��������5�2�65����9����0�0�/���

��0����������9�������2�5�.�0��8��9���5����0���86�������.95���1����6�5���������65�����12��9��

�����5�����0�����0��95����5.���������12��9����������A��A 95���$��

�$�#$����)9���/5�5��2�.95����������9��0��������A�

�������������������5��H/5���27�.������9�5���6��0��85�����0�85����5�.�/.��$�

������1��-50��8��95���5��5�����������5��.���..����5���65��.�/�����5���.6���0�������������.��0��

�����������6��5����$�

���������-5��.05����2��6��5������/������9���/5�5�����6�����$�

������������0��85����0��/��.�5�����9���65����/�5�.�5.�.6���0����12��9�����������/������

�$�#$�� �51�/��������/1���.9���7���65��7���6����58������6�5���.2.��8���86�����.�.95���1��0/���.9���12��9��

�����5�����5������95��������9����������A��A�95�����/������9���/5�5�����6�����$�

�$�#$�� ���������������.�0��5���8���0��5����.�85����/������/5�5�����6������.95���1��/6�5�������5���/.���

���/8���5����$�

A.11. MISCELLANEOUS:

�$��$��� )9����/.��0������6��5������9�������������N���'������"�������������5����1�5����������..5�2�

566���5��0����9��0����5�5�8�.2.��8.�.95�����.��0/��2����9��9�� ����5����$�

�$��$��� )9����.�5��5�����.95���1���5�������/��/.���������C/�68���>�(5����5�.���86�2�������9�566���51���

.�5��5��.����5����:85�.9�6���:��85����$���������A��A�95������.����.��9�����9�������<����5�2�65����0�

��.�5��5�����95�����6�������:85�.9�6$�

�$��$��� ����8�����(5.���27� 5�6����2�5��� ��������:.�./�9�5.��/������>��6���������(5.���2�+5��.>�������5��

�5�������.7� 95.�������+5��.7����$�5���85:����������9��.58�����85��9��?�.�����./�05���.95���1��

�����12��9�� ����5����7��9�������5.:���0���12��9����������A��A�95�������9�.�5/�9���F���

��6��.���5����$���9�����?��5�.95���1��65�������9�.�5���/��$�

201�

Page 211: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

��+&/.6�? !M!/.7$.!�6�&/�5<

6. B.1 SCOPE OF WORK AND EXCLUSIONS

The work shall comprise entire labour including supervision and all materials necessary to make a complete

installation to the entire satisfaction of the department. The term complete installation shall mean, not only

major items of equipment covered by these specifications, but also incidental sundry components necessary

for complete execution and satisfactory performance of the installation, with all labour charges, whether or

not these have been mentioned in detail in the tender documents. The work shall include data entry,

programming, start up test and demonstration, training of personnel for maintenance and operation,

submission of construction and installation drawings and wiring diagrams, as built documents and system

guarantee.

@$�$�� )9�� ����5����.J�.��6���0����:����������/���5������8.��0����:�5.�6����9�.��.6���0��5����.7���5����.7�

���8.�5������������.��0������5������$�5���1���0�2���.���1������.�9��/����0�C/5������.$�)9�.�.95���

����/��7�1/������1����.������������9��0��������A��

5� �����������������..51����6���5��>)9��85���26��(/���.��.���-8�:����������.�

1� �����������������..51���)9��85����������.�

�� �����..51���(5�/5�� 5��������.���&�.�������)26�����

�� (����6����..���@5.���(��/�5�������������������..51���(5���'������5�8� ��������5����0���

�����������5���8�����������9��'������������.�5�����9���������.$��

�� ����>3��9������.��2�3�����.�5����5����0��8��9���5���$�

f) Providing suitable compatibility in the Main Fire Alarm Control Panel for the Public

Address System, audio Amplifiers, speakers & required wiring.

�� ��������5�����:.7�����/����� 51����7��5��9�������$�0����9����.�5��5����$�

9����������������9������:.�5..���5�������9�51�������8.�5.�6���.6���0��5����.7���5����.�5������������.�

�0������5���5����9��'����@���5�����C/���8���.��?��6���9�.��.6���0��5��2��?��/�������

-�9��/����0�H/5������.$�

@$�$�� B���..���9����.�������5�������-�9��/����0�H/5������.�5�����5����.7��9�� ����5����K.�.��6���0����:�

������?��/������2��9��0������������8.��0����:�5���.������.7��9��9������1��5��5�����12��9����������A

��A�95�����9��/�9���9��������5����.7��0���C/����$�

5�� �����.���.��0�5��C/5���� 7�.�����>��9����695.�7���#>����;7��#�3D�./66�2����9��5��9����0���

'���� ��������5���.����$��

�3� �.<.6+-$.!�6�&/�5<5(�</.--��.</(�6.+-+67!M!/.7

�$� �����)9����������.�.95���1�������..51����������������6���5�>�)9��85����������.$�

�$�������)9���/81����0���������.�5������5�����.95������0��8���������5���.�5��5��.�1/��������..��95������

���������"�����@�N3'�����������F')��)�$������..51����������������6���5����������.�.95���1��

/.��$�)9����������.�.95���������9����./5��5���5/��1���5�5�8�5���9����.6����������������5���$��)9��

65���.�.95���1�����5��������9����.6����������/���0����������������8.$�

�$A/)��������'"�����)����"������=�0���O���K$�)9��'��-�.95���5�.��1��6�����������9�5���

� �����5����.�5���12�6�����./66�2�.2.��8��15����2�5����95�������5651����0�85���5�������9��

� .2.��8�0���5�6�������0�������..��95�����9�/�.�50����05��/����0�5��6�����./66�2�50�����9��9�

� ./00�������15����2�.95�����85������6�������0/�����5���6��5�����0���5����5.���#�8��/��.������������9��-��

��!"$��

�$�������)9��'&�-��51��.�.95���1��/.���0��8���������.�����9��5�5�8�65�������0��8��������9�������5����-�5����

0��8���6/����85�/05��/��$�

Page 212: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

202�

�����

�$� �)9��.2.��8�.9�/���1��51�������������5�2��26���0�.8�:�7�0����5���9�5������9����.6�������.�������5��5$��

�3A3$./+�-.$$.!�6�&/�5<5(/�.!M!/.7�57&5<.</!?

�+!�!5($.!��<

���������������(��/�5�>��?65��51���'������5�8�-2.��8���'�-��.95���1��6������������00�������5����������

������9����0��.50��2�.������.���C/���������9��1/������$��

)9��.2.��8�.95���1��6�����������9������..51���0����5�5�8������5����7�5��/���5�����5�����������������.$�

)9��5����..51���5���������������.2.��8�.95���1��./�9��95��.8�:��.��.��.7��9��85��.��.��.7�85�/5���5���

6����.7����$7��5��1��������0�������9�6�����5����..$��

)9��'�-�.95���1��51�������������F�����85��5���5�5�8����������.7�1��������85��.��.����5�/�.��95������5��

���/1������������7�5���51�������85���5�/�.��95�������5������9���5�5�5�8���������������9��������0�

85�����5���$�

&�5�A�/�����5����..�5��5��/5��������������5����$�)9���6��5����.95���5�.��1��51������5�</.��5�5�8�5���

5�5�8��9��.9���.�5�����9���65�58����.�0����9��.8�:��.��.��.$�

��������5�85�����5���>6��A5����>05/���5�5�8��5651����2�5��.8�:��.��.��.����6��������9����������.�0��8�

�����5�����5�05�.��5�5�8��/������/.�7���������$�

��������5�5�8�����0��5������0��������/5��.8�:��.��.��.$�-2.��8.��95��6��0��8�5�5�8�����0��5��������5�

F����15.�.�.95�������1��5���6�51��$���5�8�����0��5�����.95���1��6�����������9��6�������5���9�� �������

-�5����J.�6������������95����.2.��8�85�����5����5���������02�6�..�1���6��1��8�5��5.$�

�����������5���/8�����6�����5����..�5���������.6�52��0��������5����/�����������������0��9��6����$��

�5�9����������.95���/.��.�5��A�0A�9�A5���(����6����..��� ���/���2���9������7����������.��0A��5���.���.�

5����./6����.����6����58.$��

)9�������������0��9��0����.95���1���5:���5���9����������������$�

(/���A ������5���������.�.95���1���00������9����12��9��.2.��8�������5����5������.�15.������5�2��9����

��6/�.�0��8��9������������$�$�.8�:�7�0�?���9�5������5����0���.��9�5�$�

���������/�6/�.��95��5���5����..51��7��$�$��/�6/�.�.95���95���6�����5����..$�)9���6��5����.95���1��51���

�����885���./�9�6����.�85�/5��2����5..�����9��6����.���������5��������%��/6.��-�0��5���D���.��0���6��A

6����588����6��5����$�

����9���������0�5�0����5�5�87�1/���������5�05/������������7��9��0���������5������.95���1��6��0��8���

5/��85���5��2$�

5$ )9��-2.��8���5�8���������9��85���0����5�5�8���������65����.95���0�5.9$�

1$ �����5��.�/�����.95���1��.�/����$�

�$ )9��� ����.6�52�����9��85���0����5�5�8���������65����.95��������5���5�����0��85�����

5..���5�������9�'������5�8���������������/������9���26���0�5�5�8�6�����5�����.����5�����

���9����9��6��8�.�.$�

�$ ���������5���9�.���2�.���5����C/�68����.95��������9����0��85�����5..���5�������9��9��'����

��5�8� ��������5�������������7�5��������9��9����8��5����5����0����/������$�

�$ ����.2.��8��/�6/��6����58.�5..��������5��������A12A������6����58.��95��5������1��

5����5����12�5�65����/�5��6��������5�5�8�.95���1���?��/���7�5����9��5..���5����.2.��8�

�/�6/�.��5�5�8�����0��5�����566��5���.�5��>������52.��.95���1��5����5���$�

FIRE ALARM CONTROL PANEL (FACP)

)9�������..51���'������5�8� ��������5�����'� ���.95���1��������:51����26�$�'� ��.95���95.���.�����

8����6����..��7�.�0��5���5���8�8��2$�����9���������0�05��/����0��9�������5�������88/���5�����

1��5:�����1��������9�������5��.�5�����5����9��'� �7��9��'� ��.95���5/��85���5��2��6��5������.�5��A

5�����8�������9�/��.5���0������5�2�0/������.$�

Page 213: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

203�

)9��������:����.9�/���1��6�������6�����26���9������5�����0��85������.�5�5��51������5����9��65���.�

)9��65����.9�/���1��8��/�5��8����6����..���15.�������5�/���5���.9�/���1���B"����������'�����

���"���"��A����"�%�)���)���"��"�������"��������������3

'� ��.95���./6����.����������������/��.�5���.95��������5���5��5�5�8�����5.���0�51���85�����������.$�

'� ��.95���6������������5��6/�6�.����6/�.�0���8����������./�9�0/������.�5.�����15����2����� �6�����

05��/��$�'� �.�.95���6��������586���6����������5�����88���51����/�6/�.7��9��9��5���6��5������52.����

������������������.$��

-8�:����������.�.95���1��6�������/.�����9��'� �A15.���.8�:����������������/��.$�'� �.�.95���6�������

0�����.�������.8�:����������.7�05/��A�.��5�����5���.��.������6��6��5����$����.95���1��6�..�1������8�?�

��00������0����������.����9����9��.58��'� ������6��8�F��0�����������$�

���.95���1��6�..�1���0����9��65�������95���5����6������9����9���00������8��/��.���������"��A*'-��"

�����)��0�������.�0��8��9��65���$�

'� �.�.95���6�������8����������5������������0�����0��������5��5����0���8/���6���0����.����5��5.$�'� �.�

.95���8�����9��0�����������C/���8���.����5../����9����������2�5�������51����2��0��9��.2.��8��

5$ )9��'� ��.95���1���0������������6�������2�5.�5�0����5�5�8���������65���$��

1$ )9��'� ��.9�/���95������������"�%�����������'������5���0�?����51����������

������5��2�����/5�5�����5����5��5������2��51���0���$�

�$ )9��65����.9�/���95���5�-�$����)������7���"B�������������9��9����15�:���/���

���9�����5���:�265�$�)9����.6�52�.9�/�����51���5�0��?�1�����.�����0��9���6��5�����8��/�

���9��5��51���:�2.�5���8�..5���������.$��

�$ '� ��.9�/���95���8��/�@5.����6��5����$�

�$ ����85����5�.�5�����86�����.�/.�������9��65����5���.6���0����5.�6���0������������$�

0$ )9��65����.9�/���95���5���#;>��#;�� �6�����./66�2�/�������6�/�A�����.�������9��5�:�5���

65���������������.�5���;� >���.�����$�/�6/��6�����./66�2$�)9��8��/���.9�/���1��

6���������5�5��.����������5���5��������.��6��5���2$�)9���/�6/������5����.�8���������5���

���/�5�����?����5��2$�

�$ � ����.6�52�5���9��'� ��.95���1��6����������������5���6��������5�5�8�������/1��$����./�9�

.2.��8.7�8�5�.�0���85�/5��2�.�5�������9��6����.�������/1���.95���1��6��������5���5�

���/1���5���5�5�8�����.95���1��/.�����������5����95���9����5���6����.����5�5�8>���/1��$�)9��

5�5�8>���/1�������.95������2��?����/�.9��9���5���5�5�8>���/1��.�5������5����0��8��9�����6$�

9$ ���.95���1��6�..�1��������885�����.�7���.���5���5�5�8�.�������0��8��9��'� ��$'� ��.9�/���

95��0����2����0��/�51������������F������.6�52.�0��8��������7###�

�$ '� ��.9�/���95���5�6����58851���.�0��5�����8���0���5/��85����.����9�����0��52�

�6��5������8����������9���6��5�����8���7�.����9�����0�8�����0��6��5������0�5/��85����

8/���A�������5�0�������������.��

<$ '� ������0����2�6����58851���:�2�.����9����9���.����9�6�.�����.�0��������8���7��52�

�6��5����7�.����9A�00�5�����.����

:$ '� ��8��/��.����56./�5����0����/�����95�������5.��( �6����������0�������������.3�

�$ �����588����*�������������0�5���65���.����������:��.�6�..�1���0��8�5�2�65���$��

8$ '� ��.9�/���95���5����5.����#���)���������$�

�$ �)9��0����65����8/.����.6�52��9��8�?����6��5������0�1����������5�7������5���5�5���5�.8�..����

1����������������5�����������65����0���/��0��8�.����9�����0�0����6���69��5�.���5�5����A

�����.�/1�5��>������6���6����2����5����5��.��/���2�������:���-��5�����������/�����������

���9�����2������������5��F����

�$ �������������������0�5�.�/1���������5����6�5��5�2����5��������9�/���5�������5�������05��.$���

6$ ����569��.A�5651�����/�9�.���������9��9����15�:���/������9�����5���.������.�F���0�5����5.��

��$���8�0������.6�52�5����6��5������0�5�5�8�8�..5��.7�85�0/������.7�.����9����5�����������

6�����/��.�5���6�5�����?����.6�52.��0��/.��8��A.6���0����5�5�./�9�5.����5������5�5��

Page 214: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

204�

C$ 6����58851���.�0��5�����8���0���5/��85����.����9�����0��52��6��5�����8����������9��

�6��5�����8���7�.����9�����0�8�����0��6��5������0�5/��85����8/���A�������5�0������������.��

�$ �������/5�����������5������������F����.����9A�00��

.$ �/�6/���0�.������8�..5��.����6�5�����?�������/�9�.�����$�

�$ ����:�����0������������0��85�����0��������5�����.����9���885��.7��$�$����65���.7�5.������5.�

5����5������0�8����������-������������8���.��

/$ ����0����2�6����58851���:�2�.����9����9���.����9�6�.�����.�0��������8���7��52�

�6��5����7�.����9A�00�5�����.����

�$ )9��'� ��.95���95������0�� �86��.5�����05�����2������86��.5���0����������8���$��

%3 )9����.6�52����'� ��.95���6������������5�����0���� ������7�-2.��8���5�87�-2.��8�

)��/1��>-��/���2���5�87���.6�52�)��/1���5���-���5��-������$�)9�.���/���8�5���95������9��

�������0��95�����0�5�2������7����������>�F����.�C/�����5����5����7��9���6��5�����5��

�����5����9�.��12�/.���0��9��� ����/�9�65��*�5�695A�/8�����:�2.�����9��'� ��65�������

�����0��/����9��51����65�58����.$��

$./.�/56!,+$$6.!!+�-.$.0��.!

%����5��0�5�/��.���88������5�����������.�

@/���A��A��.6��.�������5�����5�9����������.95��������6��5��������5����E���G�5���9������������9��9�.95���

1���:�������85������������5��������.��5�2����5��/5������0��9�����������������5����9������������9��9��.�

�6��5�����9�������0���$�)9�����������.95�������1��500������12��9��05��/����0��9����.6��.�������5�����586$�

)9�������)������1�������'�AF����1�%�

(5�����5����������������.�.95���1��0���������9������9�6�/�A���.2.��8����152������26������������.����27�

0��8��9��85�����5����5�����865��1����2�6������0�����$�

��.��/������)9����86�����.��0��9����������.�8/.������1���585����12�.�5�������������5��$�

+����������5"����!'�*�$��������

-8�:����������.�.95���1��5����..51���������.7�5���.95��������������9���������.���������0��9��'����

��5�8� ��������5�������6.$$�����.��.���.���5�.�.9�/���5�5�2F��������/5��2�12��9��������5����5�/5�����

����������.��������������-���5�������..����=��-���5���5������:������9��5�9���9�����5�5����1/����

8����6����..��$�)9����������.�.95���1����������8�/������26���

)9����������.�.95���6������������������5����..A.�������12�8�5�.��0����0��/�5�����.�0��5��$�

)9��5��5���������12��5�9�.8�:�>9�5�����������.95���1��5.�6�����A�����/�������.$�

�5�9����������.95���95�����������������������$�

+����������/)��'��$��������

)9��85����������.�.95���1��������������5���5����..51���������.7�5���.95��������������9���������.��������

�0���9��'������5�8� ��������5�������6.$��

)9����������.�.95���/.��5�������������������������8�5./����9��85�����������.��5/.���12�5�0����5���.95��7�

�����885���0��8��9����������65���7�.�����5�5�����9��65���$�

�5�9����������.95���95�����������������������3

+����������7�����!������

�����..51���85�/5��.�5����.�.95���1��6�����������������������9��'������5�8� ��������5�������6.$�)9��

85�/5��.�5����.�.95��������885���0��8��9�� ��������5����.�����5�5�����9��65������6��.��������9��

.�5����0��9��85�/5��.�5����$-�5����.�.95���1��./��51���0���./�05���8�/�����$�

+����������7�����7�������

• �����588�����0��9����6/�����85��.�5���Z�6��Z����Z���.��Z�����6�������2�.�����51���0����5�9���6/��

• �/�.������5���8�����������0��������������0�9��9���.�.�5��������5��.�

• (�����������0�����5��.�0���Z�6��Z�5���Z���.��Z�.�5��.��������.��

Page 215: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

• '���0�/.9�8�/���������.�5��5�����������5��1�?�.��

205�

• �����..�����0������05������9���5/��85���5��2������5������.����9��5��������/��C/��5..���8�����0�

��.�5��5��������5��������5����..�

+�����������������7�����?

• �/�6/��.9�/�����������5��2��.��5����0��8����6�

• -����9�����0��/�����.�5�������5��.�/6������+��A�0$�,7�B��F+CA�0$�����+�����

0$�C�A�0+�C�=0$�

• ������./66�2���������05�����5����A����������������./66�2��

• �����..�����0������05������9���5/��85���5��2������5������.����9��5��������/��C/��5..���8�����0�

��.�5��5��������5��������5����..��

����+����������!����������

• The Addressable Sounder Base shall be compatible with the Fire detection and alarm panel offered.

• It shall be roof mounted or wall mount type.

• It shall be microprocessor based intelligent, addressable type .

• It shall work at the same operating voltage of detectors.

• It shall generate audio alarm on command from the fire detection and alarm panel.

• It shall be able to carry out self diagnosis and automatic device mapping.

• It shall be able to withstand ambient temperature upto 50 deg.C.

• It should be able to generate at least 32 different types of tones.

/��)�����"���������

• Operating voltage 15 V DC. . 33 V DC

• Current consumption < 5 mA at maximum sound pressure level

• Maximum sound pressure level is 100 dB(A) according to EN54-3

• 32 tones programmable from the fire detector control panel

• Frequency range of 450 Hz to 2 900 Hz

• Various signals for pre-alarm and alarm

• Protection category according to DIN 60529: min IP 42

• Operating temperature range min -25°C to +85°C

• High resistance to electromagnetic effects. Approved for DIN EN 61000-4-4 Electrical fast transient/burst immunity test with 2 KV Delivery and installation ready for use

6��"�������������

Remote Response Indicator shall be installed outside the areas normally kept closed to identify the

detectors response even if the room is locked. These indicators shall be able to indicate the status of the

corresponding detectors in these areas.

NETWORKED DIGITAL PUBLIC ADDRESS & EMERGENCY VOICE COMMUNICATION / EVACUATION SYSTEM

EQUIPMENT SPECIFICATION

1.1 NETWORK CONTROLLER

)9����������/�����.��9��9�5����0��9��6/1����5����..�.2.��8$�)9��/����.95���1���5651����0���/�����8���8/8��!�

5/�����95����.7������������6���������9��.2.��87�05/�����6�������5����������������0��9��.2.��8$�)9�.�/�����5��

���:� ���9��� 5.� .�5��A5����� 8���� ��� ���9� 5� � � ���������� ��� ��$� ��� .9�/��� 95��� 5�� ��5.�� �9�� 0���������

0/������5�����.�

o There shall be 8 control inputs, which should be freely programmable.

o The network controller shall have analog audio line outputs for fire alarm signals, music sources etc.

Page 216: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

The network controller shall have the capability to handle at least 100 levels of priorities and 400

206�zones, 80 call stations or MMI (Man Machine Interface)

o The network controller shall monitor the status of all zones in the system and the last 200 status

change and fault events should be logged.

o Attention and alarm tone definitions shall be stored in the network controller or recalled from an

external storage device through control ports. These tones can be accessed by any call stations or

control inputs for announcement broadcast or alarm broadcast.

o At least 4 pre-recorded messages should be played simultaneously.

o The network control unit shall have extensive audio processing possibilities for audio inputs and audio

outputs. Parametric equalisation, limiter, and gain can be adjusted with the configuration software.

o The network controller shall monitor the status of all equipment including the status of the microphone

capsule of a call station and report any fault.

o The network controller should have hot standby auto switchover facility to redundant controller.

o The controller should 16X2 front panel LCD display and rotary control, through which debugging of

faults will be possible.

o It shall be compliant to EN 60849, EN 54-16.

Technical Specification

Power Source 115/230 VAC ±10%, 50/60 Hz

Battery Power Supply 48V DC

Power consumption 14W with no load, 150W with maximum load

Audio inputs 28 channels

Control Inputs 8

Control Outputs 8

Line Outputs 4

Operating Temperature -50C to +55

0C

Frequency response 20 Hz to 20 kHz (-3 dB)

Event Logs 200

1.2 POWER AMPLIFIERS

)9��85���0/��������0��9��6�����586��0�����.��9��586��0��5������0�5/����.���5�.�0����9����/�.6�5:��.$����.95���

1��6�..�1������.�������9���/�6/������5���1��������##;�5��� #;�12��95������</86��.$��

���.9�/���95���5����5.���9��0���������0/������5�����.�

The LBD 193x amplifiers are powerful power amplifier in a 2U high 19”case with colorful LED bar on the

front side to indicate the acoustic level of the signal in dB.LBD193x amplifiers have 100V input for slave

operation of the amplifier, XLR loop in and loop through facility for ease of installation and 100V output

as well as 70V output for connecting to the loudspeakers with line matching transformers, 8ohm and 4ohm

outputs for connecting to the Low impedance speakers. The output voltage can be selected between 100V

and 70V internally. Additionally LBD1938/00 amplifier features a dual XLR inputs with priority

switching. Gain or level control is located on the rear of the unit to avoid accidental setting change. The

amplifier works on 24VDC power supply during emergency situations. -���������������.��� �.�/�

�.�������������������������)#�01�2�3������� ����0�41$!5,(#&&+�41$!5,"#&&�0�������586��0�������9���5��.6���0��5����.�5���5.�0�����.�

&�%����""��

��6/��;���5�����#;� �\�#R�5���#>�#3F������;� �\�#R�

���/.9� /������!��5����#�;� 7����5�����;� �>�"��5����#�;� 7�����5�����;� ��

&�����'����

Page 217: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

&5�����/�6/���&(-����#+��!#+�

���������/���������15�:/6�6�����A���@��

'��C/���2���.6��.���#�3F�����!�:3F��4��>�A���@�5��A�#��@���0$��5�����/�6/���

��.��������Y�R�5���5�����/�6/�7���:3F��

207�

->��0�5��5��85?����/8���X�!���@7�X�"#��@�

&�%�������'"���

(5?�6��������./86�����A� �#�;�7���##�;��

7����"������@

(5?�6�����A����+7�""#+�

A���@�A���#+� ��+�

�����������A���+���#+�

�����A���+���+�

�=0$��"������

(5?�6�����A���$�����"#+�7������ #+��

A���@�A����$����� �+�7���������+��

�����������A��$ �����+�7��$!���"�+��

�����A��#$���� +�7�#$ ���� +��

-����"���@�B

����������A6���U�&7�15�5�����

-��.������2���;�

�86��5����X�#:��98�

(&&�X����@���#�3F�����#�:3F��

%5����#��@�

���0�"��

���������-����7�/�15�5�����

-��.������2��##�;��

�86��5������#:��98��

-�����"�)����)���"���B

����������A6���U�&��

�8��5���������;�

�86��5��������������������������������6/���

-����"��*������"���AB

���������-����7�0��5������

��������/�6/���##�;7� #�;7�!>���98��

1.3 PLENA BGM SOURCE PLN-DVDT/00

)9��/����.95�����86��.��5��;�> �A6�52������9�.�������;�> ����52���5�����5���5������5��2�������������/����

0���'(�5����(�����6����$�)9���;�> �A6�52���.95���1��51������6�52����85��5/����*��������;�> �.�5.������

5.�����A6�52�(6���7�(����������� �.���� �A&��;�A��87��;�A�����9�(��J.�5�����.6�52�N��%J.$�(��A0���.�

���9�1��A�5��.�0��8���:16.������#:16.7�8���>�.�����><����A.�����7�5���1��9�������/�/.�1��A�5��.�� @&��

5����5��51���1��A�5����;@&��.95���1��./66�����$�)9��/����.95���./66����(��A0���.�.���������8/���A������

./1����������.��0�����.��0����5.2�.��������$��

)9���;�> �A6�52���.95���95���5��U)A�5���5��&�;��B-A:�2�0�����5�:�.������������0������.��������7�5�

���I>��B-�A:�2�5���5�-)��>�N� )A:�2$�'/��9��8�����9��/����.95���6��������9���9�����0���5��5���8�6�52A

��.�7�95���5���6�5��05�����27�5���5�05�����2����6����58�5�.����������0���5�:.$���15�:����� ��.95���1��6�����������

.9����9��.�5�/.��0��9���;�> �A6�52��$�

)9��/����.95���1���������������9�5���&���8�������������95���������.�1��9��9���;�> ��������5.������5.��9��

�/���$�)9����8������������.95����6��5����9���������1/������0��9��������5����/����5����9�����.������

��.6�52$�

Page 218: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

)9��'(>�(��/����.95���/.��5�0��C/���2�.2��9�.�F���0����56�/����0��5����.�5����.$�-�65�5���5�����5�

.��:��.�0���'(�5����(�����9����5���0��9��/����.95���1��6��������0�����������������5��51���5�����5�.2.��8�

���'(�5���5�7�5������5���(����6�5�����5$����.95���95������6��.��.����.�����6����58.�5���:�2.�0����/�����

5���8�8��2�.�5�����$���15�:����� ��.95���1��6�����������.9����9��.�5�/.��0��9���/���$�

208�

@��9��9���;�> �A6�52���5����9���/����.95����6��5������8���7�5.��.���C/�����0���15�:���/���8/.��������A

.2.��8.$�

)9���/�6/��.���5�.�0��8��9���;�> �A6�52���5����9���/����.95���1��5�5��51���.�8/��5���/.�2������00������

���9��/�6/�.��A�#�@;�7����05�����5������A�95�����15�:���/���8/.�����.���1/����$���.�7��9����.6�52�.���0�

�9��/����.95���.9���1��9��9���;�> �A6�52����5�5�5����9���/�����5�5�.�8/��5���/.�2$��

)9���;��65���.95���95���5���86�.�����������/�6/�����/�15�5�����.����������9������������95���.�������

2�����$�)9���;��65���.95���95���5���86�������������/�6/������9����/�15�5�����.����������9����������.�

�95��5��������������$�)9���;��65���.95���95���5��-A�������������/�6/�����8����������������$��

)9���;�> �A6�52��>�/����.95����6��5���������;5�������#;5�����9�5������5�����0�4>A��R����5���88��5���

���5�������5�����0�85��.�����5����5��5����.7�5���95�����.�.�/����6�����./66�����12�5����5�951����� �

6���������$���.����9�����9����5��65����.95���.������1��������6��5�����������;5�������#;5�$����.95���95���

5�6�����.����9�����9��0�����65���$�

)9���/�6/���������0�1��9��9���;�> �A6�52����/�6/��5����9���/�����/�6/���5��1��5�</.������5���5��65����

6��.��.$��

��8�?����/�6/��.95���1��5�5��51���0�����������������5�.2.��8����9�/��5����6/��.�������$�)9��8�?����/�6/��

.95���6��������9���/����.���5��5.������5.��9���;�> �A6�52����.�����6�52���$��0��9���;�> �A6�52����.�5�����7�

�95���9���;�> �A6�52���.���5��.95���1��6������������95���/�6/�$�

)9��/����.95���95���5���6��5�������86��5�/����5�����0�4�����4��° �5���.95���1���"GA�����5����BA9��9$�

@�5�:��.�0����"GA8�/������.95���1������/���$�)9��/����.95�����86�2����9�����#�A��5�������#�A��0���

�( ��8�..����5����88/���2$�

)9���;�> �A6�52��>�/����.95���1��5�����5�8�������A�;�)>##7�85�/05��/����12�@�.�9�-��/���2�-2.��8.$�

1.4 AUDIO EXPANDER

)9��5/�����?65�����/����.95���1��51��������.�����?����5��5/����.���5�.�����9��.2.��8�5����?��5���5/����

.���5�.�0��8��9��.2.��8$�)9�.�/����.95���1��6�����������9�����������6/�.�5������������/�6/�.�0����?����5��

�����05����$�)9��5/������6/�.��5��1����/�������5�2��0��9��F���.������9���5/�����/�6/�.�6��85�����2����

���������5��2$�)9����/����������������5��1�����0��/����/.�����9�����0��/�5�����.�0��5��$�)9��5/�����/�6/��

�5��1��6����588���0����?��5������5/����0��8�5�2��0��9��5/������6/�.$�35�����.6���0��5����.�.�8��5�����(.$�

@�.�9�85:��8������@@���#�>##$�

)��9���5��-6���0��5����.�

'��C/���2���.6��.�� �#�3F�����#�:3F��A���@��

->������������������������������������������������������������������������������� X! ��@��5��85?�8/8�������

(&&��� X�#��@�

��6/���5���������������������������������������������������������4����@;����4�!��@;��U�&��

�������������������������������������������������������������������������A����@;����4���@;������9��

��6/�� ����������� �A6���U�&�5���������9��0����5�9�������

�8��5����6/�������� A� ��@;�

->�5��(�����6/��������������������������������������������������������������������������������X����@�����9�����@�9�5����8�

(&&�5��(�����6/�� X����@�5���##�3F�

��6/���5���� A ��@����!��@���0���8��5����6/��������

�/�6/���86��5���� Y�##��98�

������/�6/��->��� X!"��@��5��85?�8/8�������

Page 219: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

�/�6/�� ��..�5�:����� YA!���@�

�/�6/��-���5���5��������������������������������������������A�����@;����4�!��@;��U�&��

�������������������������������������������������������������������������A������@;����4���@;������9��

������/�6/����.��������5����:3F� Y#$#�R�

209�

1.5 PREMIUM-SOUND CABINET LOUDSPEAKER

CABINET LOUDSPEAKER 30 W, ABS ENCLOSURE, U BRACKET MOUNTING, FIXED 2 M TWIN CORE

CONNECTION CABLE, WATER- AND DUST PROTECTED IP 65, CHARCOAL RAL 7021.

PREMIUM SOUND CABINET LOUDSPEAKERS ARE INTENDED FOR CLEAR REPRODUCTION OF SPEECH,

FOREGROUND AND BACKGROUND MUSIC TO BE USED IN GENERAL INDOOR AND OUTDOOR

APPLICATIONS. THE PREMIUM SOUND CABINET LOUDSPEAKER RANGE CONSISTS OF A 15 W AND 30

W MODEL, AVAILABLE IN A LIGHT OR DARK COLOR. THE LOUDSPEAKERS HAVE SELECTABLE 8 OHM,

70 V AND 100 V INPUTS.

THE ABS CABINETS ARE FITTED WITH ALUMINUM FRONT GRILLES AND STANDARD SUPPLIED WITH

ALUMINUM BRACKET.

)��9���5��-6���0��5�����

(5?�8/8�6�����A����+�

&5����6�������3 ��A��#�+�

�������566����A��#>��> $�>�$ ��+�

-�/���6��../���������5���5����6�����>���+����:3F7���8��A��#�>"#��@��-����

�00�������0��C/���2��5�����A�#��@��A��##�3F�����!$��:3F�

�6������5�����5����:3F�>���:3F��A���@��A���#V�>�!�V��9��$�7���#V�>�"#V�����$��

&5������6/������5���A���$�> #>�##�;�

&5�����86��5����A�!>���>�����98�

)�5�.�/���.�A��� �88���G�����0��7����88��#$���E����8����������

1.6 Ceiling Speaker

METAL GRILLE CEILING SPEAKER 6 WATTS

�865�����+���������.6�5:��.�0����������5��5.���:���00����5��5.$�)9��6���/���.9�/���95���������6������5����7�

���9�6��0��5����8��5���������0�566������������5������9��9��0���������.6���0��5����.��

�)��9���5��-6���0��5����.��

Rated Power 6W

SPL at 1W/1m at 1 KHz � 90 dB

Frequency Range Better or equal to 150 Hz – 16000 KHz

Opening Angle �150 Degree at 1Khz

Rated Voltage 100 V / 70

Speaker Size Min 6”

Safety compliance EN60065

1.7 Wooden Box Cabinet Speakers

�/.9����8��5�.����5�����.����������0�6�����

Page 220: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

H/��:�5���.�86�����.�5��5��������9�8�/������1�5�:��.�

�?��������0��C/���2���.6��.��

3��9�.�/���6��../���������

+�����6������5�����

210�

��A1/�����##;������85��9������5�.0��8���

������8���*�.�2��.9���.����

-956��*�.�F�����0��A���5���566���5����.�*�.��/��/��.>��������.�

�6��8�.���0���8/.���*�.6���9�566���5����.�

)��9���5��-6���0��5�����

(5?$�6�����A�"+��

&5����6�������3 ��A��+���A�A�$���

-�/���6��../���������5��� �5����6����>�+��5���:3F7��8��A�"��@>"#�@�

�00�������0��C/���2��5�����A�#�@��A��##A��###3F�

�6������5�����5����:3F7�:3F7�A��@�����������.�A���#> #� ��

&5��������5���A��##;� ��

&5�����86��5��������98.�A���� �

+���9�����:��A��$!��

1.8 CALL STATION

1.8.1 Basic Call Station

)9���5���.�5��������5���/���������.���� �.�/.���0���85:����5�85�/5�����6��A

��������� �5��� ��� 5�2� 6��A5..������ F���.� ��� �?��/����� 5� 6����0����� 5�����$�

)9�� �5��� .�5����� .95���95���5� 0�?���8����69���� ��� ��5�.8��� .6���9������ �9��

������:�5���5�6��..A��A�5�:� :�2$�35����� .6���0��5����.� .�8��5�� ���(.$�@�.�9�

85:��8������@@����#>##$�

)��9���5��-6���0��5����.�

External power supply 18 to 56 VDC

Power consumption 4.4 W (DC) excluding

keypads

Microphone

Nominal acoustic input level 75 to 90 dB

S/N >60 dB at 85 dB

Loudspeaker

S/N 80 dB at max. Output

Sound pressure level 85 dB at 0.5 m and 1 kHz

1.8.2 Call station keypad

)9���5���.�5�����:�265���.�/.��������81��5��������9��9���5���.�5�����15.������

85:��85�/5�����6��A���������5���/���8���.����5�2�5..������F���.7����

Page 221: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

.�������9��F���.��������?��/���6��A��0�����5�����.$�)9���5���.�5�����:�265��

95.����9��6����58851���1/����.7��5�9����9�5����A������.�5�/.����$�

�211�

-50��2������.����6�������5�������5��5����5������0��9��:�2.�.9�/���1��5�5��51���

5.�5���6����$�

35�����.6���0��5����.�.�8��5�����(.$�@�.�9�85:��8������@@�����>##$�

)9��:�265�����.���.�6�����0��8��9���5���.�5���������.�������������$�

)9���5���.�5�����:�265��.95���95���0���������0�5�/��.�

�������������������

�������������������]����9��0/�������:�2.�

�������������������]����9�����A���������.�

���������������

�������������������]�)���.���5���5�5�5���6���������������.�

1.9 CABLE AND WIRING - NETWORK CABLE

)9��������:��51����.�5�.6���5���51������9���6�5.����0�1��.�0�����88/���5�����

5��� �� ��66��� ����.� 0��� �9�� 6����� ./66�2$� )9�� �51��� �.� ./66����� ���9� �9��

������:� ���������.� 0�����$� )9�.� �51��� �5�� 1�� /.��� ��� �������� �9�� ������:�

��������������6�����586��0���.7��5���.�5�����5������$�

Electrical

Wire Copper, stranded 1 mm2

Resistance <0.018 ohm/m

Optical

Fiber PMMA , 1 mm

Numeric aperture 0.5

Attenuation <0.17 dB/m at 650 nm

Bending loss <0.5 dB (r=20 mm, 90°) JIS

C6861

Page 222: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

�212�

�$#���� ��.�5��5�����

5�� � � � � � � ��.�5��5����� �.95��� �1�� ��� 5�����5�������9� ��9�� �-� ���!"�*���'����

�/�������.� � ���5�� 5��� .�5��� ����.7� 5���5.� ����88������ 12� �9��

85<����C/�68����85�/05��/���$�

1������ � �(-� ����/��� 0������5���������.� 0��������������� �9�� 0���� ����������

5��� 5�5�8� .2.��8� ������.� ��� �9�� 0���� 5�5�8� 65���� 95.� 5���5�2�

1���� �5��>� 5��� 1����� �5��� ��� �������>��5��.� �0��9�� 1/������� 12� ��9���

5������.$� ���..5�2� ������� 0��� �9�� .58�� .95��� 1�� ����� 12� �9��

0���� 5�5�8� �����5����� 5.� 6��� �9�� ���������� ������ 12� ��������� ���

�95���$�

���������������0���� ����������5���5�5�8�.2.��8�������.7���������65���.� 5���

��8����5��/���5���.� .95���1�� 0�/.9�8�/��������./�05���8�/�����

5.�6�������������������12��A��A $�

��� � � � � � � (5�/5�� � 0���� � 5�5�8� � 1�?�.� � .95��� �1�� � ./��51��� � 0��� � ./�05����

8�/�����������.�8�A��0�/.9�8�/�����$�

��������� �88�..�������������/���.95���1���5�������/�����5�8��9����5��

.�C/�����5.�0�����.�

������������-�5��A/67�

������������ ��0��/�5����7�

�6��51����2�5�</.�8���7��

Page 223: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

�����������-�51����6��5����7�

������������'��5��5�</.�8����

�213�

0�����������)9�� ����5�����.95��� 0��5��F���56�/�����'��-��5�5����1�����������

5��� �9��85����� ����9��9� �9���5�5� �.� ���1�� �5:��� ���5..���5�����

���9� �+�$�

�$����� )�5������

5�� � � � � )�5������ .95���1�� 6��������5.� ��C/����� 0��� �6��5����� �9�� .2.��8$�

35��.A��� ��8��.��5����.� � �0� � �9�� �6��5����� � �0� � 5��� � .2.��8�

��86�����.�5��� �9�� ������� �.2.��8�����/�����6����58��95���.�

5���0/������.�.95���1��6�������$�

1�� � � � � � � )9�� �����5����� 5��>��� �9�� .2.��8.� 85�/05��/���K.�

��6��.���5����.� � .95���� 6������� 5� �26��������� � � � � � � � Z-�C/������0�

�6��5����$Z

Page 224: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

214��

�� ,�%�� A����

��UB&��� ����-)��'����&�;���(�,�-��'�����

�HB��(�)����(�)�&���-�

�$����� � � )9��./���..0/�� �����5����� .95���6��65���5� ��.�� �0� �C/�68����5���85����5�.� .�������� 0��8� �9��

566��������.�7�6��6�.��� ���1��/.���12�9�8�0����?��/������0��9�������5��$�@�0����6�5����������.�

��� ./66����.� �������������� �9���C/�68���� 5���85����5�.� ���.���7� �9�� ����5����� .95��� �1�5���

566���5��0��8���������A��A�95���7��9�.������.����.95���1�� 0��5��5���1�����������9�� ����5����$��

�$�� � � � � � ��2��C/�68���� �0�85����5�� ����.6���0���� /����� 9���� 1/�� ��C/����� 0����?��/������0�� �9�����:�

.95���1��5.�6���)��9���5��-6���0��5����7��0�1�.��C/5���27�6��0��51�2����9� �-��566���5��5���0��8�5�

��6/����85�/05��/����0����9��9��9��6�����566���5���0��9����������A��A 95�����.���C/����$��

�$������� �����9����86�����.��0��9���������'��.2.��8��.95���1��6��0��51�2�0��8�5�.������85�/05��/�������2$��

-�$�

�$�

���8���.���6����� (5�/05��/����

�$� �����..51���(/����.��.��� .8�:��

��������.>3�5�����������

� � � � � � ���������������

�)�'��&�>�@�- 3�>�N�9�.���

��������

�$� �����..51���(5�/5��6/���1�?�

�$� �����:51�����������������������������������5����

�����..51����(5��'�������������5�8����� �������

�5��������������9��������@5����2�@5�:/6�

�$� �����..51��� �������(��/���

�$� 3�����.7�-���1��*�.6�5:��7�

�$� �����5���86��0����� $� ��������.����.2.��87��86��0���7-6�5:��� @�.�9>���0���>�N�9�.�����������

!� �66��� 51��� '�����?>�35����>��566�,51��>�

�"$� &�.6��.�������5���� �.�9>���0���>�N�9�.�����������

�$��������86������.���5����$��������.95���1��B�>����.�������9�/��05��$��0�5�2�6���/���51�����.�����95�����

B����.����7��9��.58��.95�������1��/.��$�

��?��/�����

���������������� �+�7�

% ��7%5��9��5�5�

Page 225: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

����������������������������������������������215�

������������������������������������������������������������5�:5�� A��

�((�& �����������)����� ���)��-�

58���0�+��:� ���� ��.��/�������0�� ��1������1�2.�3�.�����%4!��5�����#�1������%���.�3�.������%4������

1/������������������ 0��� ���)7�5��;5��57��98��515�7�%/<5�5�5�

�5�:5��� A����+���&�.��7�'����'��9�����5���-6���:����-2.��8��

�$��� %��&���

�$�$���� )9�.�.6���0��5����������.�85�/05��/��7� ��.�����5.�852�1������..5�2��1�0������.65��97�

�������2�5��.���7�5���6��65�5���2����:7�5..�81�2� 5�����.�5��5����7���88�..�������6/������

������6��5����$��

�$�$���� �� �)��� ���)7�5��;5��57��98��515�7�%/<5�5�5��

�$�$���� )9�����:�.95���1�������5��2��5�������/��5.�6���������� .6���0��5����.� 5���� ���

5�����5��������9��9��0����������

5���� �+��%����5��-6���0��5����.�0��� ��������5�����:.��5����� ������5�� A��#��7�5.�

58������/6�����5��$��

1���� �+��%����5��-6���0��5����.�0�����������5�����:.��5������ �?����5��A��""�7�5.�

58������/6�����5��$�

����� �+��%����5���-6���0��5����.��0������������5������:.��5��� ;��+�����.����*��.6���:�����

.2.��8.�

��##��7�5.�58������/6�����5��$�

�����)9�����8.��5���12�-�5�������������2�

@�5�������� )9������5������������2�����

�##�$�

0�������5����5����������5�� ���$�

����� ����5������������2�&/��.�

�"��$�9���� ���5��0�����00�����

���8.$�

�$�$���� )9�� ���������� .9�/���� ��� 9�.������ ������.�����.��� �9���.�����5����058���5��F��9�8.��0� ���9�

�9���.�������������.�1�0���������������

�$�$ ��)*��.95���1���../��� 12��9����65��8���� 5������9�����?��5�.95���1��65������5���/��� �0��

�9�.$�

�$�$���� )9�������5����� .95���6�..�..��5������������5�� �����.�� 0��8���86������ 5/�9����2� 0���

�5��2�����/���9��3)����:.$��

�$��� �((�& ���� ���)��-��

Page 226: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

�$�$��)I����'� �)&� )�)9�����:����1��5�5�����12��9�.��������.95���1�����5����5.�

������.�1������:������5��$

Page 227: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

216�

�$�$���� �(���)��--��'�)3��)���&7� -B@(�--����'��&�%&�((�7����&�;����'��&�+�%-����

�((� �(�)��'�+�&,��

�$�$�$� � � � � � �86������..� �0� �9�� ������� � ���� ./���2� �C/�68���.7� 0������.7� 5..�81���.7��

5���..����.7�95���5��� ���8.7� 0�/��5�����1���.7� ./66���.7� � ���8��5����� �/�.� 0���

��������5�� ����������.7��51��� � ��5��.7� � </������� � 1�?�.� � 5��� � 5��� ��9��� � ./���2��

���8.� � 0��� 6��6��� � 5..�81�2� � 5��� ��.�5��5����� �0� �9�� �5���/.� �C/�68���.� 5���

��86�����.� � �0� �9�� ���:� .95��� 1�� ���8��� ��� 95��� 1���� ����/���� ��� �9��

������7� ����.6������� �0� �9�� 05��� �95�� �9��9��� ./�9� � ���8.� 5��� .6���0��5��2�

8����������������������/8���.� ������$��

�$�$�$������-/18�..���� �0�6����588���+��9���0�0������52.� 0��8��9���5����0������6���0��9��

������.��0�5���6�5���7�� �9���./���..0/��� ����������.95����./18����9�.��6����588���

0��� ./18�..���� � �0� ��5����.7� ./66�2� �0� �C/�68���.7� ��.�5��5����7� ��.����7�

��88�..������� 5��� 95������ ������0��9�� ��.�5��5����� ��� �9����������A��A�95���$�

)9�.�6����588��.95���1��0�58���:��6�������������9��1/�������6�����..$��

�$�$�$� � � � � � -/18�..���� �0� ��5����.� )9�� �����5����� .95��� ./18��� �9�� ��5����.� ��� �9��

��������A��A��95����5.�6���8����.����.�0���566���5��1�0����.�5����0����:$��

�$�$�$������ �88����8�����0�+��:�)9�������5����� .95�����88��������:�5.�.����5.��9��

��5����.�./18������12�9�8�5���566�����$��

�$�$���� ��-��) 3��'�(�)�&���-�)��-�)�����)3��&� B-)��I��

)9�������5������.95��� ��.65��9��85����5�.� ��� .���� ������./��5���������9��9����������A��A

95���$� �����588�� �0� ��.65��9� � �0� 85����5�� .95��� 1�� 0�58��� :��6���� ��� ����� �9��

1/�������6�����..$� -50�� �/.���2� �0� 5����C/�68���� >� ���8.� ./66����� 12� �9�� �����5�����

.95���1�� �9����.6��.�1����2��0��9�������5����� �����0��5���5:���������12��9����65��8���$��

�$�$���� &�-)&� )���������+�&,��

-�8�� ��.��������.� 852�1�� �86�.��� 12� �9�� .��/���2� .�500� ���$� ��� �9�����:����5��>���

8���8�����0� �51�/�7�85����5�.� ���$� )9�������5����� .95��� 1�� 1�/��� ��� 0������5��� ./�9�

��.��������.>��.��/�����.� 5��� � ���9���� � �?��5� � .95��� � 1�� � 65251��� � ��� � �9�.� � 5���/��$��

�� ��5�8��0�����������51�/���.95����1��������5����$��

�$�$���� �)B&����� ���(�)I��

��6528���� ����� 1�� 85��� ��� �9�� �����5����� 0��� 5�2� �585��� �5/.��� � 12� �5��7� .����

05��7� 0����.7��586��..7� � 0���7� ./�� ��� 5�2� ��9��� �5�/�5�� �5/.�� �95�.������ �/����� �9��

�?��/����� �0����:$�)9���585��� ����9�����:��/�� ���51���� ��5.��.7�� �0�5�27�.95���95���

��� 1��85��� ����� 12� �9�� �����5����� 5�� �9�.� ���� ��.�� 5��� ��� ��5�8���� �9�.� 5���/���

.95���1��������5����$��

�$�$���� �&���'�@B����%��

Page 228: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

217�

5��� .95��� 1�� �5:��7� �9����95������� >� ��.�5������ �9�� �C/�68���7� ��� 5����� �585��� ���

�9��1/������$�)9�� ����5�����.95���5��5���� �����65���5����585��.� ����9��1/��������5/.���

12�9�8�.�� 5.� ��� 1����� ��� �9�� ������5�� ���������$� 3�� .95��� 5�.�� 5��5���� ��� ��8���� 5���

/��5������5.���85����5�.� 0��8�.���7�5��.�����/���0�9�.����:$��

)9�� ����5����� .95��� �5��2� �/�� �9�����:� ��� ./�9��5�85����� .�� 5.� ���� ��� �����0�������

500���� �����.�/�1� ��9��� ���:.� 1����� �?��/���� 12� ��9��� 5������.� � �0� 5�2$� ����5�8� ���

�9��85����� .95��� 1��������5����$�

�$ $���� ��I(�)�)�&(-��

)9�� 6528���� ��� �9�� �����5����� 0��� ./66�2� �0� ���8.� ����� ���2� 1�� 85��� 5�5��.�� �9��

./18�..���� �0� 5� ���0��85����� ������� 0��8� �9�� ������5�� 85�/05��/���� ����� 5� ��5�����

.�5����� �95�� �9��85����5�.�5������/����� >� ����6���/��������0� 5��� �9�����.��� �����0��5��.$��

��������A��A�95���� � 95.� � 0/��� 6����� � ��� ����6�������2� ����02� �9�� ���/�����..��0� �9��

85����5�$��

�$!$� � � � )9�� �����5����� .95��� 85:�� 9�.� ���� 5��5���8���.� � 0��� ��������5�� 6����� ./66�2� 5���

�5���� ./66�2� 0��� �9�� ���.��/������ 5��������.� �/����� �9�� 5����8���� 6�����$� � ���?��5�

6528����0����9��.58�������1��85��$�

�$"$���� +�&,�)��@������@I�)3��)���&�&��

�$"$�$� � � � ��� 5�������� ���� ./66�27� � ��.�5��5����7� � ��.����� � 5��� � ��88�..������� � �0� 0��.�� 5���

9�.�� � �����.2.��8.� � �C/�68���7� 0������������:.� .95��� 1�� ���8��� � ��� 1�� ����/����

���9����9�� .��6����0����:����1���?��/����12��9�����������5.��9�.��.�5��/���:�2�<�1��

5�� � � (����� 1/����������:.�����..5�2� 0��� ��.�5��5����� �0��C/�68���.7� 0�/��5����7�85:����

�0� �6������ ��� �5��.� ��� ��� 0����.� 5��� ��.������� �9�8� ��� �9���� ������5�� ���������� >�

0���.9�5�������..5�2����/��������$�5.���C/����$��

1��������./66���.�0����51��.7�5���(-��95�����0�������������0�65���.����$�5.�5���

����..5�2$������ )�.������0��).�>� ).�0���8��������*�6����������6/�6�.��5������52�

�5��1�5�����*���.�����

�$�#$�� %B�&�)����

���� �C/�68���.� .95��� 1�� �/5�5������ 0��� 5� 6������ �0� ���8���9.� 0��8� �9�� �5��� �0�

�5:���� ����� �0� �9�� ��.�5��5����� 12� �9�� ��65��8���7� 5�5��.�� /�.5��.05����2��

6��0��85���� 5��� >� ��� 1��5:� ����� �/�� ��� ��0������� ��.���7� ���:85�.9�6� ���

85����5�$� )9���C/�68���� ��� ��86�����.7� ��� 5�2� 65��� �9����07� .�� 0�/��� ��0�������

�/����� �/5�5����� � 6������ .95��� 1�� 0���9���9� ��65����� ��� ��6�5���� 0���� �0� ��.�7� ���

.5��.05������ �0� �9�� ��������A��A 95���$� ��� �5.�� ��� �.� 0���� 12� �9�� ��65��8���� �95��

/��/�� ���52� �.� 1����� �5/.��� 12� �9�� �����5����� ��� 5��������� �9�� ��0���>05/���

��8��5�7� �9�� .58����������� ����� 12� �9�� ��65��8���� 5�� �9�� ��.:� 5��� ��.�� �0� �9��

�����5����$� )9������.���� �0��9����������A��A�95��������9�.����5���.95���1��0��5�$��

�$��$�� �(���)�����&�����

Page 229: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

218�

)9����86�������6������ �����5���� ����9��������� ���/8���.���.�0����9������������:��0�

6�5�����7� ��.������7� 566���5�� �0� ��5����� ���$7� 5��5���8���� �0� 85����5�.� *�

�C/�68���.7� �������2� 5�� .���� ����/����� ��5�.6���5����7� � ��.�5��5����7� ��.����7�

��88�..������� 5���95������������0��9���������.2.��8�� �����9���.5��.05������� �0���9���

��������A��A�95���� � ����/����� � �5�.������� � 0��� � �1�5������ ���5�5���� �0� �9�� ���5�� 0����

�00����7�5.���C/����$�

�$��$�� �&�+�%-�'�&����&�;��� *� �(���)����&�+�%-��

�$��$�$����5�����0���566���5�����5�5����0��9��

���:��

)9�� �����5������.95����6��65����*��./18�����9�����.��.�� �0� 0�����������5����.��5���������

�9�8� 566������ � 0��8� �9�� � ��������A��A 95���� 1�0���� � .�5��� � �0� �9�� � ���:$� )9��

566���5�����5����.7�9������7�����.�� ����� 51.������ �9��� �����5����������� ./66�2�� �9���

�C/�68���.>85����5�.���5.�� 6���5����8���7� �0��9�����.�5�2������5��������1��������9��

566��������5����.�5���5����8���$�

5���� �52�/�� ��5����.��0� �9�� 0����6/86.����6/86����87�65����1�5��7�5���.9������ �9��

���5��.��0�����������0���������C/�68���.$��

1���� '����6�6��������52������/��.�5���-6���:����

�52�/�$������ ��2���9�����5����.������5�������9��

���:$�

�$��$�$����5����.�>����/8���.����1��0/���.9��������86��������0���.�5��5������

5�� � � )9����.��.� �0� �9�� 0��������� ��5����.� .95��� 1�� ./18������ 12� �9�� �����5����� �9����

95������������9����.�5��5���������9����65��8���$� �/���0��9�.���9���7�����.���.95���

1���58��5��������9��95���15.��0�����.6�52$��

1�� � � �5���� � 1�5��7� 5��� �������� � ��5����.� � �0� � 0���� � 6/86� ���8� 5��� ��.�5��5������

��5����.�����������86��������5��.��0�5����9���C/�68���.�����/������9����0�/��5����.$��

�$��$�$����(5�/05��/���J.����9���5���5�5���/�.� �0�5����C/�68���.� 5���5���..����.$��

�$��$�$� � � � �6��5����� 5��� 85�����5���� 85�/5�� �0� 5��� 85<��� �C/�68���.7� ���5������ 5���

5�</.�8���.7��6��5�����5���85�����5����6�����/��$��

�$��$�$������./8� �0� �C/5�� ��� �$�R��0� �9�� �5�/�� �0� �9�� ���:�������./1<�������� �9�� ��������

�0�&.$�

�#7###>A��&/6��.�'�0�2��9�/.5��� ���2��.95���1������������ 0��8��9�������5����$�

����5.�� �0����A./18�..���� �0���86�������6�5��5�����.�������0��5��.�5.�

8���������51���$��

�$��$�� �(���� ��+�)3�&�%B��)��-���������-)���&�-��

�$��$�$� � � � �������:.� .95��� 1�� �5������ �/�� ��� 5�����5���� ���9� �����5��� ���/�5����7� 1��9�

.�5�/���2� 5����9�.����.6���0����� 12���9��� ����5���-�5��5��.������5����� ���� �9��� �

Page 230: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

219�

���:.� � �������� � 12� � �9�.� .6���0��5����$� � ��� � 65����/�5�7� � �9�� � �C/�68���� � 5����

��.�5��5����������� ��86�2�����9���9��0����������

5���� '5������.����$��

1���� ����5������������2�&/��.$��

����� @$�$-�*���9���.�5��5��.�5.�

566���51��$������+��:8��J.�

��86��.5��������$�

����� -�5�/���2����8.�6��.���1���12����5��1����.���:�� ��7�������-/66�2� �$��$��$�$�����0������86������� �0� �9�� ��.�5��5����7� �9�� .58���.95��� 1�� �00����� 0��� ��.6��������12� �9��

��6��.���5����.����0���9��� ���5���0���� �00����$� )9��������5������ .95����6��65���� 5���� ./18���

����..5�2� � ��5����.7� ��.�� �����0��5��.7� ��9��� ���/8���.� � ���$� 0��� ./18�..���� � ��� �9��

���5��0���� �00����� ��� 5�2� ��9�������5�� 5/�9���F�����0��� �1�5�������566���5���0��� ������.�����

�9�� ��.�5��5����$� ��� .95��� 1�� �9�� ��.6��.�1����2� �0� �9�� ����5����� ��� ��5�.��� ���9� >�

�������5��� ���9� ./�9� � ��.6������� � 5/�9����2� � 0��� � �1�5������ � �9�� � 566���5�� � 0��� � �9���

��.�5��5����$� � )9�� �����5����� ����� �?����� 5��� 9��6� ����/����� ��.�� 05�������.� ��� �9��

��6��.���5����.� � �0� ���5�� 0���� �00����$� )9�� �1.���5����.� � �0� ���5�� 0���� �00����� ����� 1��

5�������� 12� �9�� �����5����$� ��9�����?��5� .95��� 1�� 65251��� ��� �9�� ����5����� ��� �9�.7�

5�����$� 3������� 5�2� 0��.� 65��� ��� �9�� ��.6������� 5/�9����2� ��� �9�.� 5���/��� .95��� 1��

���81/�.���12��9����65��8���$�

�$��$�$� � � � ��9������� �9�.� .6���0��5����� .95��� 1�� ���.��/��� ��� ���������9�� ./���..0/�� � ��������� �0�

9�.� ��.6��.�1����2� � 0��� �9�� ��.���7� � 85�/05��/��� � 5��� ��.�5��5����� �0� �9�� �C/�68�����

���9� 5��� 5���..����.� � ��� 5�����5���� � ���9� �/������2� 566���51��� .�5�/���2� � ���/�5����.��

5��� .50��2�����.$�

�$��$�$����-/���..0/��� ����������.95��� 5��5�����0�����86��5���� ���9�.�5�/���2��6����.���.���0�.50��2�

���/�5����.� � 5��� � ��65��8���5�� � ��C/���8���.� � � �0� � .50��2� � ����.� � � ��� � ��.6���� � � �0��

�51�/�� �86��2��� ��� �9�� ���:� 12� �9�� ��������$� '5��/��� ��� 6������� ./�9� .50��2�

��C/���8���� ��/��� 85:�� �9�� ��������� ��51��� 0��� 6��5��2� 5.� 6��� 6���5������ �/��.� 0���

�5�9� ��05/��$� ��� 5�������7� �9�� ��65��8���� ����� 1�� 5�� ��1���2� ���85:�� 5��5���8���� 0���

�9�� .50��2� ��C/���8���.� 5�� �9�� ��.�� �0� ��������� 5��� �������� �9�� ��.�� �9����0� 0��8�

9�8$�

������$�����������@� )��� �&)�'� �)��'&�(��� ���'�&���''� �&��

)9�� 5����2� �.� ��C/����� ��� �1�5��� �9�� ��� �1<������� �����0��5��� 0��8� ���5�� 0���� 5/�9����2� 50���� �9�� 692.��5��

��86��������0� �9�����:$�)9������..5�2� ��.�����5��� ��5.���������:� ���1���5�������/�� ������.���������5�����

���9����5��0�����00�����0����1�5�������9��� �0����9��1/������$�)9�����:������1�����5����5.�����86������0�� ��.�

����./18�����$�)9�.������1�����5����5.����:�����9��.��6���0������5���������2�5�2����52�����9�.����5��������1��

���52�����9�����:�����9��.��6���0������5��������2$�

�$��$�� )&���%�

)9�������5������.95��� �865��� ��5������ ��� �9�� �6��5���� ��6/�����12� �9�� ��65��8�����5�� .����

0����6��5����5��5���5����������9��8�����05/��$�

****************

Page 231: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

��#�

�$��� )� 3� ���-�� �'� �)��-�'�&�'�&��'�%3)�%�+�&,��

58����0��+��:�� ��.��/�������0�� ��1������1�2.�3�.�����%4!��5�����#�1������%���.�3�.������%4������

1/������������������ 0��� ���)7�5��;5��57��98��515�7�%/<5�5�5�

�5�:5��� A����+���&�.��7�'����'��9�����5���-6���:����-2.��8��

�$�$���� - �����

)9�.��.�������������.��9�����9���5�����C/���8���.���0� ��.���7��85�/05��/��7����.������5��

���:.7�./66�27���.�5��5����7���.�����5���9��.�����0����:�5�����88�..��������0�0����0��9�����

�C/�68������.���1���1����$��

�$�$���� -)���&�-��

5��

1��

���

��

�-A! � ��

�-A!!���

�-A"#���

�-A"#��

%��..5�2��0����8.�5..���5��.����9�'����

.50��2$�-6���0��5�����0���0��.�A5���9�.�������0���

�9��0��9����$�

-6���0��5�����0���./������9�.����/6����.�0���0����0��9������6/�6�.�$��

-6���0��5������0��� 0�����9�.�� �������2����/6����.7��1�5��9����6�6�7��� � 5�����FF���.65����$�

��� �-A"#�� -6���0��5�����0��� ���A�52�5����9����=��52�./�����������������

9�5�.� 0���0����0��9�����6/�6�.�.$�

0�� �-A"#!� -6���0��5�����0���0����92��5��7�.�5���6�.���26�$�

��� �-A���� ���6�����5�����0��?�1���0����0��9������C/�68���$�

9�� �-A����� ������0�� 6�5������� 0���� 0����� .50��2���0�� 1/������.�� ������5�����

��������5����.�5��5����.$�

��� �-A��"#� -6���0��5�����0����5�������5���.$�

<�� �-A!#"#� -6���0��5��������0���������/6����.7����1�5��9��� 6�6�7������FF��7����

/.������ ���9�.��������/1����0���0����0��9����$�

�$�$���� %��&���&�HB�&�(�)-��

�$�$�$�����������C/�68���.�5���85����5�.�0�����������5�����:.�.95���1��./��51���0����6��5����.����

���� ;�>���#;�\��#�R����695.�>.������695.��7��#�3F$�� �.2.��8$�

�$�$�$� � � � � � )9�����:� .95��� 1�� �5������ �/��5.� 6��� �+��%����5�� -6���0��5����.� 0��� ��������5��

���:.� �+�����.���5���.6���:����.2.��8���5���;A��##�� 5.�58������/6�����5��$�

�$�$�$������ ������65��.���0�����������5������:.� .95���� 1��� �5��������/���5.�� 6����566��6��5���� �+��

%����5�� -6���0��5����.� 0��� ��������5�� ���:.7� �58��27� �5��� �� �������5��� �#��7� �5��� ���

��?����5����""�����:7�5����5����;��-/1A.�5�������#���5���5.�58������/6�����5��$�

�$�$�$� � � � � � ����85����5�.�5�����86�����.�/.���.95������0��8�����9�������5��� �-�.6���0��5����.�

58������/6�����5��$�

Page 232: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

221�

'�&���B(�-��

�$������� - ����

)9�.� �956���������.��9�������5�� ��C/���8���.� �0� �5����6/86.�0���85��� 0����6/867�<��:�2��

6/86�5�������5���6/86$�

�$���� )I���

)9��6/86.� .95���1�� ������0/�5�� �26��������� ����������9�5���695.�7� ���� ;�4��#R7��#�3F$7��$ $�

(����$��)9��.�5��12�0����6/86�.95���1���������12����.���������$��)9��6/86.�852�1�����9����0�

9���F���5�� .6���� �5.�����3- �� �26�����9� �6��5����� .6���� �����?�������� ��##��68$7���� .�����

�5.�������9��6��5�����.6���� �����?���������##��68$��.�.6���0��������9������������/8���.$�

�$��� &�)�%�

)9��85��� 0���� 6/86�5��� ����5���6/86�.95��� 1�� ./��51��� 0��� ������/�/.� �6��5����� ��� �9��

.2.��8$��)9��<��:�2�6/86�.95���1��./��51���0��������8��������6��5��������1/����/6�6��../������

�9�� .2.��8���� 5���/��� �0� ��5:5��$� � � )9�� 9�5�� 5��� ��.�95���� ��C/���8���.� .95��� 1�� 5.�

.6���0���� ��� �9�� ����������/8���.$� )9��9�5�� .95��� 1�� ./��51��� 0��� �9�� .2.��8�5��� .95���

�5:�� ����� ���.����5����� �9�� 6��../��� ���6.� 5���..� �9�� �5���/.� ��86�����.� ��� �9���5����

����/���5.������5.��9��0�������5����..�.$�

�$��� (�)�&������� �-)&B )���

����������������)9��������0/�5��6/86.�.95������0��8�����-��

���#�

���������������� )9��6/86��5.����.95���1���0�9�5�2�.����������.����5������5.�� �����5�����.���������

���9.�5���$�� ��8�.� �9�� ���:���� 6��../��$� � )9�� �5.���� .95��� 1�� 6�������� ���9� .950�� .�5��

5��5���8����5.������5.�0�5���.�0���./������5����������2�6�6������������.�5.���C/����$�

������ � � � � � � � � � � � )9�� �86������ .95��� 1�� �0� 1���F�� ��� �/�8��5�$� � )9�.� .95��� 1�� .9������ �26�� ���9�

85�9����� ����5�.$+�5�� ����.7� �9���� 0������ ��� �9�� �86�����7� .95��� 1�� �0� �9�� .58�� 85����5��

5.� �9�� �86�����$���)9���86������./�05���.95���1��.8���9�0���.9��� 0���8���8/8� 0�������5�� ��..$���

)9���86������ .95��� 1��.��/��������9��.950��12�5�:�2$�

�������������� )9��.950��.95��� 1�� �0� .�5����..� .����� 5��� .95��� 1�� 5��/�5���2�85�9����$�� )9��.950��

.95��� 1��15�5��������5�������1�5����.�5��5�2�.6�������9����9���6��5������5�����0��9��

6/86$����� � � � � � � � )9�� .950�� .������ .95��� 1�� �0� 1���F�� ���

�/�8��5�$�

�������������� )9��1�5����.�.95���1��15��������������26��./��51��� 0����9���/�2� ��������$� � )9�.��.95���

1�� ���5.�� �/1���5���� 5��� .95��� 1�� 6�������� ���9� ���5.�� ��66��.� >� �/6.$� � )9��

1�5����.� .95��� 1�� �00�������2�.�5����5�5��.�� ��5:5����0� �/1���5����������2��0��/.�����

�5���$�

���������������)9��.950��.�5��.95���1��8��95���5���26�7�.��5.����5�����8���8/8���5:5��$�������6������

.95���1��6��������1���5�9��9��.�5�$�

��������������� )9�� 6/86.�.95����1����������2����/6�������� �9�� 8����>���.������������.950����9��/�9�

5��0��?�1�����/6�����6���������12�5���/6������/5��$�

��?�� � � � � � � � � � )9��6/86�5���8����>����.��� ������� .95��� 1��8�/��������5� ��88���15.�� 6�5���

051���5���� 0��8�8���� .����� .������$� � )9��15.�� 6�5��� .95��� 95��� �����7� 0�5�� 5��� ��/��

./�05��.�������������9��6/86�5���8����>����.����������8�/������0���$���)9��6/86��

Page 233: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

222�

����� 1�� 6��0����2� 5������� ���9� �9�� 8����� >������� .�� 5.� ��� 5����� 5�2� ��1�5����� �/�����

�6��5����$�

��$��� � �--�&��-�

��5�9�6/86�.95���1��6�����������9��9��0���������5���..����.A�

�5����������@/����0�2�>�.�/�����5���.����./������5�����.�95������0� 6�.���������������������./�������.�����

6��������1/����0�2��5����5��./�������.��������1��6��������$�

�1��������� &��/���.7�5.�852�1����C/��������85��9��9��.�F�.��0��9��

����������6�6�����:$�

���������������=����/����5����5���9����.�95���$�

����������� ���../����5/���5����.�95����.����1�������6/86�5����9������=���/����5���$�

��$��� �-)����)���

�����������������)9�� 6/86�5����8�����>����������5..�81�2��.95����1���8�/�����5����5��5����� 0����

�5.�� � �0�85�����5���� 5��� ��� 6������� ��5�.8�..���� �0� ��1�5����� 5��� ���.�� ��� �9��

1/�������.��/��/����������9��6�6�����:$�

����� � � � � � � � � � � � )9�� 6/86� 5��� 8����>������� � 5..�81�2� � .95��� �1�� ��.�5����� � ��� ./��51��� & �

0�/��5����$� � � )9�� �����9� 5�������9��0� �9�� 0�/��5����� .95��� 1�� ./�9��95���##�88$�

-65����.���0��5���5��/����9��15.��0�58�$��)9��9���9���0�0�/��5�����.95���1��.����������

�95���9�����5������9���0�0�/��5�����1���:��.�

�$�� ��8�.� �9�� �6��5����� ����9�� �0� �9�� 6/86�5..�81�2$� � �)9�� 0�/��5����� .95��� 1��

�.��5���� 0��8��9��0�����12���1�5������.��5�����65�.$�������������0�58���0�.�F�����88�?�

���88�?���88�.95���1��6������������9����6�����.��0�0�/��5����$�

�����������������(�����95������6/86�5���8�����5..�81�2� .95��� ����1�� ��.�5��������5� .������15.��

�����8�������������1���:$�

�������������� )9��./�����>� ���.�95���� 6�6�� �.95��� �1�� ����6�������2� ./66������5��� �9���� ����9���

.95��� ����1�� ��5�.0������ ��� �9�� 6/86$� � ����.9�/��� �1�� 6�..�1��� ������.�������� �5�2�

6/86�0��� ��65��.�����9�/����.�/�1�����9�������������6�6������$�

����������� ��8���8/8����5�5�����0���8$�5��/����9��85���6/86.�.95���1��6�������$���'���<��:�2�

6/86�=���5�5�����0� ���8$�.95���1��5��C/5��$�

����� � � � � � � � � � -/00������� .65��� �.� ��� 1�� ��0�� ��� 0����� 0��� �9�� �5��5���� �0� ���.��� ������� 0��� 0����

��.�95���� �0� 9��� 5��$� � ���5���8���� 0��� ��.�95������ 9��� 5��� ��� �/�.���� �9�� 6/86�

9�/.��.95���1��6��������.���95��9���5������.�����.�5��5�������9��6/86�9�/.�$�

�����+�&,�

�$��� - ����

)9�.� �956���� �����.� �9�� ��C/���8���.� �0� 6�6�� ���:� ��� 0���� 0��9�����

��.�5��5����.$�

��$��� ��B(@�%���-�%�

Page 234: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

223�

��6�� .�F�.� .9���� ��� ������� ���/8���.� 5��� 6/���2� 0��� �����5����J.� �/��5���$� � � )9��

�����5����� .95���1����.6��.�1���0���.����������0�.�F�.�5.�6������5��������������������1�������

12�9�8$����/81������.�������1�������12��9�������5�����.95��������6��5����9��0��������A��

���� �5�� @/����0�2�>�.�/�����5���.�.95���1��6��������5��./������

5���� � �������2�.���.��0�6/86.$���0�6�.������./�������.������ � �5����5��./�������.��������1��6�������$��� �1�� �?����5��92��5���� ���� '����.������������������>������$�� ���� )�.���5���$�� ���� ��5�������������.$�

�������� �������� '�����.����� �9�� .2.��8�9�5��9���..� 5���5/��85���� �6��5����� ����5��2� 15.�.7� ����

��.��6�6�����9�1/����0�2�>�.�/�����5����.95���1��6�������������88�����.�95����9�5���$�

'���5���������5.�5����0��5���7��9�.�6�6��.95�����.�95�����5��������9���5�:$�

�����������������������/��� �5���.�.95���1��6��������5�� �9���������2� �0��5�9�6/86�5��� 0���� .�������

�����$���)9�.�.95���1���0�.������26�$�

�����������������������5.���5���.�.95���1��6������������9��6�6����.2.��8�0�������������566���5������9�5�

.�F���0���88� 0���6�6�.�/6����##�88�5����#�88� 0����5�����6�6�.$�

����������� ��/81�������5����.� .9��������9�� .�F�.� �0��6�6�7���5���.7���52�/���5��� ��9��� ���5��.�

.95��� �1�� 6��65���� 5��� .95��� 1�� ���� 566������ 0��8� �9�� ��������� =� ��� =� 95����

1�0�����9���?��/������0��9��6�/81�������:$�

�$��� �����(�)�&���-�

������������������6�.�.95���1���0��9��0���������85����5�.$�

�5����������(����.�����9�5�2���5..�� �=���5..�����0��8��������-�

���"�0���.�F�.�/6�����#�88$�

�1�������� +������1�5�:�.�����6�6�7���5..��7����0��8��������-����!"7�

0��� .�F�.� ����5���� �95����#�88$� �)9�.�� 6�6�.� .95��� 1�� 05����2� �������� 5���

051���5���� 0��8�8���8/8���88��9��:�($-$�-9���� 0���6�6�.�/6�����#�88���5�

5���0��8�8���8/8� �88��9��:�($-$�.9����0���6�6�.��0��##� 88���5�5���51���$�

������������ 5.���������/1���0�5�������5..�=�M�J����0��8��������-������

��� �-� � ��� � ���� 1�� 6�������� ���2� ��� /�������/���

566���5�����$�

����������� %����6��8���/8���5..��@�=���5..�����0��8��������-����"��'���

��5�������������������� 5�8�/8�6�5����.������/�.>�1���.>�5.9��.�.95���1��

/.��$�

�$��� �����N��)-�

���������������������������������<����.�.95���1��6������������9��($-$�6�6�����:$�'�5�����<����.�.95���1��

6�������� 0��� ����������.� ��� �5���.7� 6/86.7� 5��� ��..��.� ���$� 5��� 5�.�� ��� .��5��9��

�����9.�5��./��51���6����.����05�������.����������5���./1.�C/����85�����5���$�

����� � � � � � � � � � � '��� ����������� �0� $�$� ��6�7� 0������.� .95��� 5�.�� �0� $�$� 9�5�2���5������0��8���� ��� �-�

���!$� )9�� 0�5���.�.95���1��.8���9� 05����5������6������5.:���.95���1��6�������$��

+9���� /�� =� 5����51��� 5��� ��� �������� /�������/��� 6�6�� ���9� ��.��.7� ($-$� 6�6��

852�1��/.��� ��� �9��0��8��0� ��.�5���6����.$���)9��<�����1������� $�$�5���($-$� 6�6�� �

Page 235: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

224�

.95��� 1�� 0�5����� �26�$� � ($-$� 6�6�� �5��� 5�� ./�9� ���5����.� .95��� 1�� 6�������� 5���A

�����.�������5�8����5.�6���65�5� $��$������� � � � � � � �� � �(���� .����� 0�5���.� .95��� 1�� ��� 5�����5�������9� )51��� =� � � �0� �-� � ��"�� �$�$� E��5���

'�5���.� 0���+������G� 5��� 0�5���� �9��:��..� .95��� 1�� 5.� /����$� � %5.:��� �9��:��..�

.95�������1�� ��..��95����88$�

��6����5��������� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � '�5����

)9��:��..�

�##�88$����������������������������������������������������� ���

88$�

��#�88�5�������88��������������������������������������

88$�

�##�88�5���!#�88������������������������������������ �#�

88�

���88$������������������������������������������������������� �!�

88�

�#�88$������������������������������������������������������� ���

88�

���� 95���5������8.�./�9�5.�/�.7�@���.7�+5.9��.�.95���1���0�566��6��5���.�F�$��

+5.9��.�.95���1��/.������1��9�.���.��0��9��1���$�

�$��� ;��;�-�

-�/���� �5���� ���0��8���� ��� �-� � !#� ��� 1/����0�2� �5���� ���0��8���� ��� �-� � ��#"�� .95��� 1��

6�������$� � ������5���.�.95���1��./��51��� ������9A.�5����9��6��../��� ��� �9��.2.��8�5����5�����

.95���1���$��$�$� ���� �5���.� .95���1�� ���9��95�������$�$�95��������:�2�.95��� 1�� ���5��������:�

��.��������.���9���5����7��9�������������0��6������5������.����.95���1��85�:���5���5���6���>�

.9/��������5����0�����$�

����������������)9��85����5���0��5���.�.95���1��5.�

/����A�@��2���� A������������ 5.�������

��.��������A������� �� �� � 5.��@���F�����-�5����..�

-�����-�5�� � � � � � A� � � � � � � � � � � � ���9��� ������5�����

������� �/11�����=� ����� A� � � � � � � � � � � � ������� >�

-�������

���������������� ������/����5���.�.95���1��.������9��:��26�����9���F���5���/��5�����0�� �9��:��26�����

������5���/���0�6�6�.$�

���� ��������5.���5���.�.95���1���0��/�8��5��

1��2$�

�$��� -)&���&-�

-�5����..� .����� .��5����.� .95��� 95���8���8/8� ��88� �9��:� .������ ���9� ��88� 6��0��5����.$��

-��5����.�.95���1��6�����������9�0�5���.$�

�$ �� �&�'� �����)��

���0����6�5���.95���1��85����0���88$��9��:�.�5����..�.�����5���.95���95���5��������0��5������5��

6��<�������1�2����5�2�0�5����1��������9��9���� �.���586��$��)9�����0����.95���1��6�5��������5���

Page 236: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

225�

9�������9�/��1/�.�5�����58�����������..��95�����A95�0��0��9��������5����58������0��9��6�6�����

�9��9���� �.�0�����$�

�$!�� �-)&B(�)-�

�������������������../����5/����0�566��6��5����5����5�����#�88$���5�.�F��.95���1��

6�������$�

���������������� )9��6��../����5/���.95���1���/�2��5��1�5����1�0������.�5��5�����5���.95���1��

��86��������9�.9/���00��5���$�

�$"�� ��&�;�--���

������..���.95���1��6�������������6��0��5�9���.���5���.95���1��051���5�����/���0�!�88$� �9��:�

($-$�-9���$�)9�����.�.95���1����.9��$��)9�.�.95���1���0���#�88���57��$��8$�9��9�5�����.�5�����

������5��2����./��51������.$��)9�����.�.95���1��6�����������9�($-$���5����0�.�F�� ��88�?� ��88�

?���88�5���9��1����8�.���95���9�����.��������6/���/����9�����0$��)9�����.�.95���1�����/����

��� �0�/��5����$��'�5���������������.95���1��6��������0�����������������9�������.���6�6�$������

����5.���5����5���6��../����5/������9�.9/���00��5����.95���1��6�������$��)9��5�����..���.95���

1����.����5�����:��>�8�^�6��../���1�0������.�5��5����$�

��$�#��-)����)���

����������������)9����.�5��5��������:�.95���1���5�������/�����5�����5�������9��9�����5�������5����.�

6��65����12��9�������5�����5���566������12��9�����������=��A�95���$�

�������������������� 6�6���51���� ���/��������7���?65�.��������6.����� <����.��.95����1�� 6������������ �5:��

�5��� �0��?65�.������������5�������0�6�6�.��/�������86��5�/��� �95���.$�

�����������������)���=��00�����������.�.95���1�� �9��/�9��C/5��������/����� ���.7���9����.�� 0���/��.�

�����������9��85���6�6��.95���1��/.��$� ���������5����566�����0��9���5��.��0��9��85���

6�6��.95�������1����.��������$�

����� � � � � � � � � � �6��� ���.� �0� 6�6���� .95��� 1�� 1���:��� 5.� .���� 5.� �9�� 6�6�� �.� ��.�5����� ��� 5�����

����5�����0�0�������85����$�

-���� ��85����6��-�F���88�� -65������8$���� �#�5��� �$##��� ������ �$�#��� ��#�5��� �$##�

���� � � � � � � � ��6���� � ��.�5��5����� � .95��� � 1�� � ./66������ ��� ��� ./.6������ � 0��8� � .��/��/���

5��C/5���2$��)9�������5�����.95���6������7���586.7�95����.����$����5�����5�������9�

�5�5� $��$� ���6��� ����.� 5��� �����.� .95��� 1�� 85���5����� �9���� ��.�5������ �?6�.���

6�6�.$�

����� � � � � � � � � � ��6�� ./66���.� ��� 6/86� 9�/.�� .95��� 1�� 0����� 8�/����� 5��� �0� 8���� .����>� %$�$�

-65������0� 6�6��./66���.�.95�������1��8�����95���95��.6���0����1����A�

����������������������1�5�����65�.7�.6����.��������.��0���.�������5������A��������5�����85����5��.95���

1��6��������5���5�9�./66���7�.��5.����6���������5�.8�..�����0���1�5������9��/�9��9��

./66���.$�

������� � � � � � � � � ��6�� .�����.� �0� ��58����� �5���� �95���9��6�6��12� ��5.�� �#�88�.95��� 1�� 6��������

�9�������6�6�.� 65..� �9��/�9��5��.� 5��� �9��5��/�5��.65��.� .95���1�� 0���������9� 0����

5���0���.9������9����5����������.$�

Page 237: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

226�

���?����������� �5����������;�����5����.��.�.95���1��65�5���������5��.�5������/8��

����.�5���

.95���1��.��5��9��5��� ���6�/81$�� &�.��.� 65..���� 0��8�0�����.95���1��./66������

5���5�9�0�����12���586.�5.�6����5�5� $��$�

��1��������� )9��.65�������9��0������/���/�.�5��/����9��6�6�����:�.95���1��

���.����/.�������8���� ��������� �����8�?������ .������.9���7��0��8���9���0�����

.50��2����.����5����.7� �5:�����5������.��� �95��5�.85���5��/�5��.65��� �.� ��0��

5��/����9��6�6�.����6���������5�.8�..�����0���1�5���������9��.��/��/��$�

������������&�.���.95���95���./��51���./66���.�5���9������.��6����$�

�?��������� +9����8����.�����6�6�.�5������1��1/�����/��������/����9��.58��.95���1�����5�������

5�����5�������9�65�5� $���1�0���� �52���$� � )9����6��0� �9��6�6�.� .95��� 1�� ���� ��..�

�95���##��8.$� @������9�����/��������$���+9�����9�.���.������6�5����51��7��6��8�..�����

�0���9����������A��A�95�����.95����1���1�5����� 0��� 1/2�����9��6�6�.�5�� ��..�����6�9$��

(5.���2� ��� $ $� 1���:.� .95��� 1�� 6�������� 0��� ./66������� �9�� 6�6�.� 5�� ������5�� ���

5�����5�������9�65�5� $�#����$����0�����9��6�6�.�95���1�����5��7��9�������9�.95���1��

��0���������9� �9���?�5�5����.���� ��� �52��.� �0��#��8$�5��� �588���5���5�2��?��5�.����

.95���1����8�����0��8��9��.�����0����:�12��9�������5����$�

�?��� � � � � � � � � � B�������/���6�6�� .95��� 1�� �5��� 5�� ��5.�� ��8$�5�52� 0��8� �9�� 05��� �0� �9��1/�������

6��0��51�2�5������9����5�.�5���0����65�9.$���.� 05��5.�6�..�1����52�����0�6�6�.�/�����

��5�7�65��8����5��� �5�����6���.65��.� .95���1��5������$� ���6�.�.95�������1�� �5���

/�����1/�������5����9����/�5����51��7��9�.��.95���1���5������85.���2������9�.����9�

��8��51��������.$�

�?������������ )�� 05�����5��������������0� ��5:�5����.��5������0���0�������6��������0�6�6�7� �5���.�.95���

1�� 6�������� ��� /�������/��� 6�6�� 5�� ./��51��� ���5����.$� � � �.� 05�� 5.� 6�..�1��� ./�9�

�5���.� .95��� 1�� 6�������� ����� ���/��$� �0� �9�� �5���.� 5��� ��� 1�� 6�������� 1�����

���/��7� ./��51���85.���2� �9581������9�������6�5��� .95��� 1�� 6�������$� � � ���5����.�

�9������9����.� �5�� 65..��.95��� 1�� 5������� 0���6����.�����0��5���.�1��������/��$�

�?����� � � � � � � � � ��6�� ����� ���/��� .95��� 1�� 65������ ��� ���� ����/�� 5.� 6��� �5�5� �$��$� -/��51���

������0��5����� .95���1�� 6�������� ��� �����5��� �9�� �/�� �0� /�������/��� 6�6�� �9�������

�9�� ��/��� �0� /�������/��� 6�6�� �5����� 1�� 5.����5����� 0��8� �9�� ���5����� �0� 2�5��

92��5��>�.��5������5���.$�

�?������������� .95��� 1��85���./����95��6��6������.���..�����/�5����� �.��5�9������ ����9��.2.��8$��

�0� � 6��6��� ����/�5����� �.� ���� 5�9������ �/�� ��� 5��� =� 1�/��� ����������.7� �9��

�����5����� .95��� �����02� �9�� ��0������� ����������.$� � 3��.95��� 1�5�� 5��� �9���?6��.�.�

0��� �5��2���� �/�� �9�� 51���� �����0��5����7� ����/����� �9�� ��5����� /6�5��� ��0���.9���� �0�

0����.7��5��.7����$�5.���C/����$�

�$����&�--B&��)�-)�%�

�5��������������6�6����.95���1����.�������92���.�5������.��6��../����0�5���

��5.�� ���� 5��� 5� 95�0� ��8�.� �9�� 85?�8/8� �6��5�����

6��../��7�1/������ ��..� �95���#�:�$>.C$�8$� 0���5� 6����������

��..� �95�� ��� 9�/�.$� � ���� � ��5:.� 5��� ��0���.� ��� <����.�

����5���� �/����� �9�� ��.����� .95��� 1�� �����0���� ��� �9��

.5��.05�������0��9����������A��A 95���$�

Page 238: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

227�

��1�� � � � � � � � ��6������65�����./1.�C/��������9��51����6��../�����.��

.95���1�����=��.��������9��.58��85����$�

������������-2.��8�852�1����.�������.������.�5���./�9�.������.�

.95���1��.��/���2��566��$�

������������ ���../����5/��.�852�1���566����00��/�����6��../���

��.������0��9����.�5��5����$�

�$����)��=� �&&�-�;���&�)� )�����B��&�%&�B�������

����.�����6������������56�� .95����1����566������($-$� ��6�.�����1�� 1/�������������/��$�� )9�.��

�����.����6������������56�� .95������86��.����0����5����5�� >� 5.695������86������./66���������

051������0�����5�������������5���� 0�1���5���8���8/8���88$��9��:�5������0��8������C/���8����

�0� �-� ��#����=� �����0�6�5������ 0�����5�����5����566�����0�/�������/���8����.�����6�6�� ����$��

@�0���� 566���5������0������.����6�����������56��5��� 0�������85��������6�6��.95���1�� ��8�����

���9� �9��9��6� �0������1�/.9�5���./��51���6��8��� .95��� 1�� 566�����������9��6�6�� �9���50���$��

)9��6��8���.95���1��5������������2�/����� �9��.���������56��5��.�5����9��./�05���1���8�.�

�5�:2$� @��9� 6��8��� 5��� �56�� .95��� 1�� 0/���.9��� 12� �9�� .58�� 85�/05��/���$� � ����.����

6���������� �56�� .95��� �9��� 1�� ��/��� 5��/��� �9�� 6�6�� ��� .6��5�� 05.9���� 5��� 1�/�����

��86�����2� ��� �9��6�6�$� � )9����.95���1�����5��� 6��:������1/11���1���5�9��9���56�$� � �)9��

�����56.� .95��� 1�� ���88$� 5�����#�88$�.95��� 1�� ��0�� /���5������� ���9��� ���� �0� 6�6�� ���

6��8��� ��.�5��5����� 5����������$� � )9�.� 5��5� .95��� 1�� ��5���� ��.���� �50���� ��9�� 6�6�� � ����� � �.��

��.�5����$� � � )9�� �56�.� .95��� � 1�� ��566��� ��� � 5�����5���� ���9� � �9�� 85�/05��/���J.�

����88���5����.$���0�566���5������.����������������5�9��7��9��./�05����0��9��6�6��.95���1��6���

=�9�5���� /����� ��� �.��5�8������/�9�5��� ��5��.� �0� 8��.�/��� 5��� ��8�����5��� �9���6��8���

.95��� 1��566�����5���5������������2$�

�$��������-B���&)-�

'��� ��.�5������ 6�6�.� ������5��2� ��� 9���F���5��2� ��.���� �9�� 1/������� .�5��5��� 6�6�� ./66���.� �0�

��6/����85:��.95���1��/.��$� '���������./66���.�.95���1��/.��$�

����������������-6����6�6��./66������586.����9��/11����������0���������5�7�9���F���5��5������0�

95�����$�

����� � � � � � � �� � � � ����.�35����.� 0���9���F���5�� ./66���.� ���5�</.�� �5�2����

9���9�.$�

�����������������-6���:����35����.�0���9���F���5��./66���.� 0���6�6�.�0��8����88���5������#�

88���5$�'5.�����.� 5��� 0/��2� �9��5�������.�.95���1�� /.��� 0��� ��.�5������ �9��6�6��

./66���.$� � )9��.�F�.� �0� 6�6��./66���.�5��� ��.�5��5����� �.95��� 1�� ��� 5�����5����

���9��85�/05��/��.������88���5����.$���-�8���0� �9���26��5��./66���.�5���.9����

����9��'��/���A"$�

'���6�6�.��0�.�F���##�88�5���51���7����9��9��6�����566���5���0���������A��A�95���7�MBJ���586�

���9��5.9�05.�����852�1��/.���0���./66�������9���F���5��6�6��0��8��������$�

�$���(��-B&�(�)�

(�5./��8���.��0�6�/81�������:�.95���1�����0���������

15.�.A�

�5� ��6���� .95��� 1��8�5./����5����� �9�� ������� ����� �0� ��.�5����� 6�6�.� ����/����� 5��� 6�6��

0������.�5���5���..����.�1/���?��/������5���.�5�����9������8.�0����9��9�C/5������.��

Page 239: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

228�

�1� 5��� .6���0��5��2� �����5���� ��� �9�� .�9��/��� �0� ���:$� �� .�65�5��� 6528���� .95��� 1��

85���0���0������.�5���5���..����.$�

�1��������� )9���5��.�0���6�6�������:�.95�������/���5����5.�5���5����5���.7�0�5���.�6�6��./66���.7�

95����.7��?�5�5����7� � ��0������7� � ��.����7� ��/�.� 5��� ��9��:� �/�.7� ��1�5����� � �.��5���.7��

./.6��.������9����.6���0���������C/����7�5���5�2���9������8���C/����������86�����

�9��6�6������.�5��5����$�������0��9�.�����8.������1��.�65�5���2�8�5./����5���65��$�

'�&��'�%3)�%�� �--�&��-�

$��� - ����

�)9�.��956���������.��5�������5���.7� 0��.��5���9�.������.7�9�.��6�6�.7�1�5��9�6�6�.����7�

�9��9�5������5������.�0���0����0��9����$�

$��� ����%�;��;��

�5�������5���.�5���6������������9��.2.��8�0���������������0�9�.��6�6�.�0�����.�95�������5����

0���0��9�����0����12�0����1���5��������5�����6��.�����$�

$�$������)9���5�������5���.�.95���1��5.�6����-$����"#�

$�$������)9���5�������5���.�5����0�.������5�����/1���9�5���/������26�.$�

$�$������(5����5���0����.��/�����$��

���� @��27��/�����5����56��������������������� � @���F�������/8���/8�5���2����

� � .�5����..�.���������� -6������������������������������������������������� @�5..�0���@���F��1��27�� � .�����0�����/8���/8�5���2�5���� � .�5����..�.�����1��2$������� 35����9���������������������������������������� (����.���������5.������$�

$�$������)9���5������.�95����.95���1��������..� �95��"##��68� 0��� .������9�5��5����!##���(� 0���

��/1���9�5���5���.�5�� �:�>�8^�6��../��$�

$�$������ ��.�5��5�����

$�$�$��� )9���5�������5����.95���1��0���������5�)�������������0��9����.���5���9���5���������./�9�5��52�

�95���9���5�����.�����9����������0��9��������5��92��5����6������5���5��5�9���9���0���8���

0��8�0����������$�

$�$�$���)9���5���.��15.�� .95����1�� ������5���5��� �9�� �5�����05�������/�.���$���)9����.9�/����1�� ���

9����5���������6��5������0��9��95����$��

$��� '�&-)�����3�-�� &����

'��.�� ����� 3�.��&���� ��.� �8���� 0��� ����������� �.85��� �C/5����2� ��0� �5���� ��� ��5��2� �.�5��� �0� 0�����

5����5��1���6��5���������12�/���5�����6��.�����7�5����9/.�6������.7�5����9/.�6������.�

5� 8�.�� �00������� 0���� 0��9����� 05�����2$� � ��� ���.�.�.� �0� 5� �����9� �0� �#� 88� ����85�� ������5���

��58�����9�.���/1�����5�6���5��/���5� ����� ���9��5���������� 6�6�7� .��6��5���� 5���.9/���00�

��FF��$���)9���������5..�81�2� �.�8�/��������5��5���1�5�:���5����5��.������!#�������$��)9��

�5���������� �.���������������9����.���6�6��12�8�5�.��0�� �88�.��:���5����5���$��)9��9�.��

�/1���5��1��6/������/���5.��2�0����9��6/�6�.���0���.�95�����0��5�������0���$�

Page 240: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

����� +5���@�5�:�������������������������������������������� � 5.�������>�(����.����$������� 3�.���/1����#�88������������������������� � )9��8�6�5.�����)�?�����

&���0�������� ����85��������5����5�� )26��A�$�5.�6����-�=����!������� �FF������9�1�5��9���6�������������������� @�5..$����� -��6��5�����@5���;5������������������������� %/��8��5�$�

229�

$�$������ '��.��5���9�.�������.95���1��5.�6����-�=�!!�$� )9����/6����7�1�5��9�6�6��5�����FF���.95���1��5.�

6����-�!#"#�

$�$������(5����5���0� ��.��/�����A�

��������������� 3/1� 5���.���.�������������������������������� ������������ ��/8���/8�5���2�>�(����

.����>���/8���/8�.9���.$��

$�$������ )9���5����0�����5���.95���1��������..��95������68�5����9���5�����0�<���.95���1��������..��95����

8$�

$�$������ ��.�5��5�����

$�$�$�� � '��.�� 5��� 9�.�� ����.� 5��� ��.�5����� ���9� ������5�� 92��5��� ��5�5� �$�$�$ $�� .65��� 0��� �9��9� �.�

6��������5.� 6���65�5��$�$�$��9����.65��� �.� ����6�������7� 0��.�� 5��� 9�.�� ����� .95��� 1��

��.�5����� ��� ./��51��� .�F��(-��51�����85���0��8���88��9��:�.9�������9���5..�����$� )9��

�51�����.95���1��65����������5.�6���65�5�

�$��$� )9��.�F���0��9���51�����.95���1��./�9��95���9�����.�����1.��/���������.���������9��

9�.������$$�)9�����5������0��51�����.95���1��./�9��95��������.�����0��8�5���1.��/���������

65..5���>��.�56����/��$�

$�$�$�� � )9�� �����9� �0� 9�.�� �/1�� .95��� 1�� ./�9� �95�� �9�� ��FF��� �0� �9�� 9�.�� �5�� 1�� �5:��� �����

����2����8�5������9���5��5�����0���(�0��8�5�2�65����0��9�����8$�

$��� )9����.95���1������1.��/���������.���������9��9�.�������5���.9�/���1������.�5�����51�����5������

�5�����9����6�������$�

$��� )9���������5����.95���1��5��"##�88�51����0����������$�

$��� 3�.�������1�5�:���.9�/���1��0��8�2����/��������9���5������9��9��9��6��0��5����1���.$�

$ �� '�&��3�-�� ����;�&I� �B���%7�@&� 3����������DD��-A�

$!�� )9�.��5����86���5���5���..����.�/.���0���0���0��9������6��5����.$�

$"�� (5����5���0� ��.��/������

$�#� �66�������2�

$�����/8���/8�����2�

$���-�5����..�-�����

$����������2�3�.�� �/6����J.�

$���)9���������2�9�.����/6��������.�.�.��0�85���95�0���/6�����5���0�85���95�0���/6����$��%����.�5���

6������������/����.�������1��9���/6����� 0���1�������9�.��6�6�.����9�����.$� � ��� 0�85��� ��/6�����

.6�������5�����58�����9��.�6��������0���9�������85���95�0���/6��������6�.�����$�(5���95�0���/6�����

5���0�85���95�0���/6�����5���6�����������1��9�.���.� ��$�$��������.����85���5��������9���.����

0�85���� �0� 9�.�� 6�6�.$� � � )��� ���8���� 6�6�.� �5�� 1�� <������ �����9��� ���9� �9�� 9��6� �0� �9�.��

��/6����.���.�5��5���/.�2$�

Page 241: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

230�

$���-�F�.A�)9�.��5���5�5��51����������.�F�.��$�$����88�5��� #�88$���85��2�.�F�����88��.�/.��$�

� $��� @�5��9� ��6�� 5��� �FF��A@�5��9� 6�6�.� ���9� ��FF��� 5��� 8�/����� 5�� �9�� ���� �0� 9�.�� 6�6�$���

@�5��9�6�6�� �.�6��6���2�0���.9���5���0����.95�6�����.$���/������6��5����7�5� 0���85��95.����9����

�9�� 1�5��9� 6�6�$� � ���� ���� �0� 1�5��9� 6�6�� �.� 0�?��� ���9� 9�.�� ��/6����� 5��� �9�� ��9��� ���� �.�

�9��5���� ���0����9����FF��$�

$� ��FF����.��56�����6�6�����9����������9��5����������5��2��9��9��.�0�?������1�5��9�6�6�$��)9��.�F��

�0���9��������$�$���FF���.95���1���#�88$�����85��������5����58������

'�&��-�&;� �����)����'�&��-�&;� �� �� )���

!$��� )9�.��5���6��������0���������������0�0����.�������9�.��6�6�.�0������9����������2�6��../��F�����9��

.2.��8����9��9����6/86.����0��������5��������9���5�:�0��8�5���.�5���$������9��0��.���5.���������/���

�5�������9�1/����0�2��5����.95���1��6��������0���9��������5����6��../��$��'����.�������������.95���1��

6�������� ���9� �5�9� ���� ��.��>����� ��8��� 5��� �9�� ����� 85��$� � )9�� 5��5���8���� 95.� 1����

.9������� 0��$��$���9�.��5���0�?��������#�88���5�6�6��5������5�������(-�@�?�85����0���88��9��:�

8����.�����.9�������9��6��51�����5..������$�

!$��� )9�.��.95���1��5.�6����-��"#��

!$��� (5����5���0� ��.��/������

!$��� �66�������2�

!$��� ��/8���/8�����2�

�3�-������-�

�"$����������3�.��6�6�.�.95���1���/11���������������<5�:�����5������88������58����$��)9�2�.95������0��8�

���)26�� �� �&���0������ �/11��� ������� �0� �-� ����$� )9�2� .95��� 1�� 0��?�1��� 5����5651��� �0�1�����

������$�������9��0�9�.��6�6�������1�����8$�

"$�$���������)9��9�.��6�6��.95���1����86��������9�85���5���0�85�����/6�����5���9�����.�5.�6����5�5��

�����!$�$�$�

"$�$���������@�.���.�:��6����9�.��6�6�����9�������5��92��5���5���2�5��92��5��7�.65���9�.��� 6�6�.�

5��������9�1�5��9�6�6�.�.95���1��:�6�����0���������������8>6/86����8$��

��� )&� ���+�&,�

�#$�������(�)�&-�

)9�� 8����.� .95��� 1�� .C/������ �5��� � � ���/������ �26�$� )9�� 8����.� .95��� 1�� ./��51��� 0���

������/�/.� �/�2� 5��� �5����� ����..5�2� ��� ������ �9�� 6/86� 5�� ��#� 6������� �0� ��.� �5����

��.�95���� ���9� 5�� ��5.�� ���6������� �5����9�5�$� )9��8����� .95��� 1�� ���5��2� �����.��� 05��

������� �26�����0��8���� ���6������������5/.�� �������0��-� ��"�$�)9����5..� �0� ��./�5����� .95���

1�� M'J$� )9��.2��9����/.� .6���� .95��� 1����##>�###� �68�5.� 6�����C/���8�����0��9��6/86$�

)9��8�����.95������0��8�����-����$�

�#$�������(�)�&�-)�&)�&�

Page 242: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

231�

����������������)9��8�����.�5�����.95������0��8�����-��!���E(�����.�5����.��0�����5��������?��������

�###����.G�5���.95���1��5�����./�5����5���./��51���0������� ;7�4�#R7� �#3F$7����695.��� �

./66�2�5���.95���1��������5��������9��65���$�

���������������� -�5�����0����9��8�����.95���1�������������������$�$��0���8����.�/6��������/����� $�$3$�$�

�5�����5���5/��85����.�5�A����5��26��0���8����.��0� 9��9��� �5����.�/���..���9����.��

.6���0��������9���������.6���0��5����.$�

������� � � � � � � � � � � � �5�9� .�5����� .95��� 1�� 6�������� ���9� �9�� 0���������

6���������.�A�

�5���)9��85��������5�����5����9���9����695.�.����9�5�</.�51���

.������.7��1�������6�������.������695.��6��������$� � /������

.��.�����26�$��

����� � � � � � � � � � ���C/5��� �/81��� �0� �?��5� �>� � ����5��.� 0��� ��������:.7� �����5����� �586.7�

��8�����6��5��������$�.95���1��6������������9��.�5����>������5����$�

���� B���������5��>����������6�.95���1���

6�������$�

��#$������� -+�) 3�@��&�-�

���������������� )9��85���.����9�1�5���.95���1��0�����8�/����7�0����.�5��������/1��5���26��5���.95���

1�� 05����2�1/�����051���5�����12� ���� �0�� �9�� 566������.����9��1�5���85�/05��/���$��

)9�� 1�5���.95����1�� 051���5����0��8��$#�88$��9��:� & ��.9����5���6��������5����

50���� ��5�:����5�8����6����..$�)9��1�5���.95��� 1�� 051���5�������9� ��� ����������

�0� �6���������$� ��� �.95��� 1�� �� ./��51��� 0��� ���8��5����� �0� �9�� ����8���� �51���.�� 0��8�

1����8$�

����������������)9���565���2���0� .����9����5��.95����1�� ./��51����0��� �9�� ��C/���8���.���0� 8������

0��>����������$-�5�������/�����.�.95���1���/�2����.������$�

���������������� -����9�0/.��/���.�.95���1��/.���/6���5�������/����������5���-�'B�.95���1��/.���0���

��� �� 5��� 51���$� � @� .95��� 1�� /.��� 0��� ��#� �� 5��� 51���� �5����.$� ������5�����2�

( @.� �0� 566��6��5���05/���������852�1��6�������$�

����� ���� .����9�0/.�.>-�'B�.95���1���0� � � ����/�2�5.� 6����-��#��A�" !�5.� 58�������

���������/6����5��$)9�2�.95���1����86��������9�./��51���3& ��5���������26��0/.�.$�

�������������� -����9��1�5��.�.95��� �9�/.�� .�5����.� 0���8����.����9� ����6������� �/������.��.�����

�26��.������695.��6���������0����5�9�.�5����$�

���� � � � � � � � ;����8��������9� .�������� .����97� 5� .��� �0� �����5����� �586.� 5��� 0/.�.� 0��� ����8�����

5��� �586.� .95��� 1�� 6�������$� �88����� ���9� ).7� 5��� .�������� .����9� .95��� 1��

6�������� ���9� �5�9� 8����� .�5����$� ��.��/8���.� .95��� 1�� 0�/.9� 8�/����� ���9� �9��

65���� 5��� 95��� 5� ��5..� ����?� ���� 9��9��� �95�� �$#$� )9�� ��.��/8���.� 5���

5���..����.� .95��� 1�� 6�������� �9��9��� ��� ���� .6���0��5��2� �����5���� ��� �9���������

.6���0��5����.$�

Page 243: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

232�

����� � � � � � � � � � )9�� 051���5����� �0� .����91�5��� .95��� 1�� �5:���/6����2� 50���� �9�� ��5����.� 0��� �9��

051���5������0��9��.58��5���566������12��9����������A��A�95���$�

������ -����91�5��.�.95���1��051���5����5.�6���.6���0��5����.������5�������./1A�

65�5�51���$�

��������������� )9���52�/��.95���1����.������0������������������������.�5��������A����������.����9�

�9�� �5���/.� .����9��5�$� ���������.� 0��8� �������/5�� ��865��8���.� ��� �51��� 5���2.�

.95���1��./�9�5.��������.9/�� �����9�5��92������/��.�������9�� ������ �0��85�����5�����

���:�1���8���������..5�2����� 5���0�����������/��$�

���?�� � � �� � � � � � 5��� .95��� 1�� �5:��� ��� 6������� 5��C/5��� ���5�5���.� 1�������695.�� 1/.� 15�.�

5.� ����� 5.�1�������695.��1/.�15�.7���/��5��5����5��9$�

�?��������� +9�������8��5����.�5������������9��1/.�15�.�12����������9���.��9�����7��?��5����..�

.�������.95���1��6��������0����9��1/.�15�.$�������5�����27����8��5����.�852�1��85���

12���586���$�

�?������������ �����.����.95���1��6��6������8��5������0��51��.�5���9��.����91�5��.�./�9��95���9����

�.����.��5������9�������9���51��.7��������9�����8��5���.$� 51��.���������������9��

/66�������.�.95���1���/�2���586������9����9��.����91�5��$�

�?���� � � � � � � � � � ������0��5����� �51��.� .95��� 1�� 6�������� 5�5��.�� �5�9� .����9��5�� 5��� .�5�����

��865��8���7�/.����6�5.���>5�/8��/8�����5�����51��.$�

�?�������������(��5������5�����1�5������0��8������������5��� �-� .95���1�� 0�?�������5�9���������5��

.����91�5��$�

�#$������� -I-)�(� �)&����&�

�'��� ������������ �6��5����� �0� 6/86.� 5.� 6��� �5�5� �$�$�$��� 5��� �����5����� 05/��7� .2.��8�

�����������.95���1��6�������$�)9��.2.��8������������ .95��� ���.�.�� �0� ���52.� ��8��7� ����5����.�

����5���.95���1����.����������6��5����9��0����6/86.����9���������:����5���05/��������5�����5.�

��.���1�������5�5��$�$�$��$����/���5������������.95���1����������5���0���������05/��.$�

��������������� �����5�������������B%�)5�:����������������������5�����������������5����5�:������������������(5���6/86�05��������.�5��$��������������� (5���6/86�05������/������6��5����$��

����������� ���.���6/86�05��������.�5��$�

�������������� ���.���6/86�05������/������6��5����$�

���������������-/66�2����(5����/86�05����$�

��?� -/66�2�������../��F5������/86�05����$��

�?� � -/66�2����)���5����/86�05����$�

��

Page 244: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

233�

-/��51��� .��.��.7� ��00������5�� 6��../��� .����9�.7� 8������.� .95��� 1�� 6�������� 5�� ��.6�������

���5����$� )9���������� .2.��8�.95��� 1�� �6��5����5�� �����;���>��� ;���� � �15������.� �0��������

.�5�����$�@5����2��95����.�.95��� 1��6�������� �����./��� �95���9��15������.� ��85��� �95����$�

@5������.�.95���1��.�5����85�����5����0�����26�$�

�#$������� &�(�)�� ��� �)�&������

����������������)9����8���������5�����65���� .95���1��6�������� ��� �9�� 0���� �������� ���8$� )9�.� 65����

.95���95�������..5�2�.�5�/.������5������0�5������������8����.$�

����� � � � � � � � � � � � @5�:� �����5����� � ��� .9��� �9�� .�5�/.� �0� �6��5����� � �0� 5��� � �9�� 8����.� 5��� 5�.���

6��../��� ��� ��9��.2.��87��5���������� ���/��������/���5��������9�5���5�:����$�.95���

1��6�������$�

������������������5����.95���1��051���5����0��8�������..��95���$��88��9��:� & ��.9����5���6�������

� ��5����50��� � �5�:� ���5�8���� 6����..$� )9�� 65���� .95��� 1�� �/.�7��586� 5��� ���8���

� 6���0$�)9�.�.95���1���0��5���8�/������ �26�$�)9�.� .95��� 1�� ��86��������9� ����..5�2� �

���8��5����� 5��5���8���.7� 8/�������� �51��.7� �5�� 1���:.7� �������� ��5�.0��8��7� ��.���5�����

6�5.���� �51��.7���/1����5��9�.�/�.����$�5.���C/����$�

�#$������� ��+�&� �@��%�

����������������B���..� ��9����.�� .6���0���7� �9��6������51��.� .95��� 1�� U���� ��./�5���7� �; � �/����

.9�5�9��� 5�/8���/8� ����/����7� 5�8�/���� �51��.� ��##� ;���5��$�)9��6����� �51��.�

.95���1���0�������.�0���.������695.�7�������.�0���.�F�.�/6���5�������/��������-C$887��A

�>������.�0���.�F�.�9��9����95��

��� -C$88� � 0��� �695.�$� ������5�����27� U���>�; � ��./�5���� ��66��� �51��� �.������

����>8/��������/�A5�8�/������0���5�����##� ;�.95���1��/.��$�

���������������� �������51��.�.95���1���0�.�F�.� ���8�����9��.�5������5����/�������/�������0�8����.�

0���5���.95���1��5.�566������12��9����������A��A�95���7�50�����5:�������������.����5������9��

��5�7��9�������9��0��51����$�

����������������� 51��.� .95��� 1�� �5��� ��� ./��51���8��5����� ��52.�./.6������ 0��8� �������7� ���8�/�����

��� �5��.$� 51��� ��/��.� .95��� ����� 1�� 6�������� ��� �6/86� ���8.$� 51��� ���52.� .95��� �1�� �0�

6��0��5�����.�����.9�������9�5��C/5���.��/��/�5�� .������9�5����������2$����..5�2�./66���.�

5���./.6�����.� 0����51�����52.�.95���1��6��������12��9�������5�����5.���C/����$��

�#$ � �

����

�)&���+�&�%�

� ��������������.95���1�������/.�����-��85�:��� �; ���./�5����5����; �.9�5�9��7��$��

� � ��#� ;���5��7�5�8�/����8/���A�������66�������/������51��$�)9�����������51���.95���

5�.��1���5������9��.58������5.�6������51��$�

��

������

)9���/81���5���.�F���0��9�����������51���.95���1��./�9�5.� ���./����9����������

.2.��8���.����5��6���� 12��9�������5����$�

Page 245: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

234�

���������������� &/�.��0� �������� ����.� ���9��� �9�� .����91�5��� .95��� 1�� ��5��2�1/��9���5��� ./��51�2�

./66�����>��586��$�(�5�.�.95��� 1��6�������� 0����5.2� ������0��5������0��9����������

����.$�

������ � �� � �� � � ��������������� � .95���������.6���� ��� �9�� � ����/���2>.�C/����� � �0� ��6��5����.� � 5����

��������:.�566������12���������A��A 95���$�

�#$!��������������� ��&)3�%�

���������������������.���� �0���5��9� ���������.� 5��� �9�� �26�� �0���5��9���� .95��� 1�� 5.� �.6���0���� ���

�9�� �������.6���0��5����.$�

���������������� )9���5��9����:�.95���1���5�������/��������0��8��2����9� �+��-6���0��5����.�0�����������5��

���:.���5��A��7�������5���##�$�

�����������������(��5�����1��2� �0�5���8����.7�8���/8�����5����C/�68���.�5���.����9�1�5��.�.95���1��

����������12�����.�65�5���5�����.�������5��9�����/����.� ����9���5��9�.�5����.��0�

�9�� ��.�5��5����.$� ���6���� �0� ./�9� 1��2� �5��9� ����/����.� �.� 5���6�51��� 0��8� ����

�C/�68���7����.����9�1�5������5���9��$�

��������������� )9��.�F���0��5��9�����/����.�0���1��2� �5��9�����0��C/�68���.�.95���1�����.$��88�

��5���66�������>���.$����?���88�%$�$�-���6$�

����������� ��8�/������0��51��.�.95���1����������������9��1��2� �0��9���C/�68���.>.����9�1�5���

5��1��9��9�����.$� �86��..���� �26����5��.� .95���1�� /.��� 0��� 5��� ./�9����8��5����.�

����9���5.�� �0� �; ��51��$�

�#$"������ ���)�%�� �����65���.�.95���1��./66��������9��9��85�/05��/���J.�.�5��5���0���.9�65����������5.�

�����5��������9��-�9��/����0�+��:$�

��$�������� )&���%� *�3���%� A�;�&�

��$���������������������������5������12��9�� ����5�����.95���/����F��85�/5�.�5���5.A1/�������/8���5����������5����

�9��� ��A������9��6�/�����2$�

��$�� � �6��5������5������.95�������/���

� 5�� -�C/������0��6��5������������� 1�� -������A�-�����''�� ��� -����������0�5�����.6�52.�5�����6���.�� ��� �885�������0�6����.7�:�21�5���� ��� -2.��8������5��F5������ 0�� )��/1���.9��������0�.��.��.�������8������15��� ��� �5..�����8���0��5�����

��$�� � -/6����.�����5������.95�������/���

� 5�� �5..�����5..���8���>8���0��5������ 1�� �6��5����5..���8���>8���0��5������ ��� �6��5����5/�9����2�� ��� ��������.51��>��51���� ��� )��8��5��5����5�5�

.�����5����>8���0��5������

��$���������������� (�- ������B-�

Page 246: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

235�

��$�$������������������)9�� ��/.� �0�� �����6��5�������9���.�5�/���2���C/���8���.��5.�� 6��� ���5����/��.��5����

�1�5����������..5�2�566���5��0����9��0����5�5�8�.2.��8.�.95�����.��0/��2����9��9��

����5����$�

��$�$������������������)9����.�5��5�����.95���1���5�������/��/.���������C/�68���>�(5����5�.���86�2�������9�

566���51���.�5��5��.����5����:85�.9�6���:��85����$���������A��A�95������.����.�

�9�����9�������<����5�2�65����0���.�5��5�����95�����6�������:85�.9�6$�

��$�$���� - ������'�+�&,�����U �B-��-�

)9�� ���:� .95��� ��86��.�� ������� �51�/�� ����/����� ./6����.���� 5��� 5��� 85����5�.�

����..5�2� ��� 85:�� 5� ��86����� ��.�5��5����� ��� �9�� ������� .5��.05������ �0� �9��

��65��8���$� )9�� ���8� ��86����� ��.�5��5����� .95��� 8�5�7� ���� ���2� 85<��� ���8.� �0�

�C/�68���� �������� 12� �9�.�� .6���0��5����.7� 1/�� 5�.�� � ��������5�� � ./���2�

��86�����.� ����..5�2� � 0�������86����� � �?��/����� � 5��� � .5��.05����2�6��0��85����

�0� � �9�� ��.�5��5����7� ���9� 5��� �51�/�� �95���.7� �9��9��� ��� ���� �9�.�� 95��� 1����

8��������� ��� ���5��� ��� �9�� ������� ���/8���.$� )9�����:� .95��� ����/��� �5�5� ����27�

6����588���7� .�5��� /6� ��.�� 5��� ��8��.��5����7� ��5������ �0� 6��.������ 0���

85�����5���� 5��� �6��5����7� ./18�..���� �0� ���.��/������ 5��� ��.�5��5����� ��5����.�

5������������5��58.7�5.�1/�������/8���.�5���.2.��8��/5�5����$�

��$�$���������� � �� � �� � ����� ��9������:.�5..���5�������9�51�������8.�5.�6���.6���0��5����.7���5����.�5���

���������.� �0� �����5��� 5��� �9�� 9���5�� � '���� � @���5����

��C/���8���.���?��6�� �9�.�� .6���0��5��2� ��?��/��������-�9��/����0�

H/5������.$�

�-)����)��7� )�-)�%� ���

�((�--���%�

��$��- ����

)9�.���956���������.��9�� ��C/���8������0����.�5��5����7����.������5���

��88�..���������0��'�����0��9���������/������5����15.���������.���5���5���������:.$�

��$���&���&�)���������&�����'��&�+�%�

���5�5����0��9�����:7��9�������5�����95.� ���6��65������:������5����.�

5.� 6����5�5� �$� $�� 5��� ./18��� ��� �9�� ��������A��A�95���� 0��� 566���5�$�

)9�����:� �.� ��� 1�� �?��/����5.� 6��� 566������ ��5����.$� )9�� .�5��� �0��

566���5�� �0� ���5����.� �.� �9���0���� ���2� �86���5��$� �������5����.� .9�/���

1�� �5��0/��2� 5��� ������5��2��?58����� 1�0���� 566���5�$� )9�� ��C/���8���.�

�0� �5���/.� ��86�����.� �0� 0���� 0��9����� .2.��8� 95��� 1���� ��.���1��� ���

6�����/.��956���.���5��������9��9����86�����.$� 3������������5��2��

Page 247: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

236�

0���������6����.�5������1���5:����5����9�����?58������5���566��������9����5����.$�

��$�$��-����./���2�.9�/���1���5�������/��������5��$�

5�� � � � � � � � � ��� 5�������� ��� 1/������� 6�5�.7� �52�/�� 6�5�� 5����� ���9� �5��.�56�� 6�5�>9�����/��/��� 6�5�� 5��� ��9���

.������.�6�5�.�.9�/���1�����./������9���������������/����0�/�������/���6�6�.�0��8�6/86�9�/.��5���

5��/����9��1/������$�

1� �.� 05�� 5.� 6�..�1��7� /�������/��� 6�6�� 5��� ���� ��� 1�� �5��� /����� ��5�7� 65��8���7� 1/������� 5��� �����

�6���.65��.$�)9�����5����.�5�������5�7�0����65�9�����5��9�852�1��6��0�����$�

��������� )9�����5������0�25���92��5��.7� 0����.������� ������5���0����.������������������5������1����������15.���

��� ���.����5����� � �0� � �5�5� �$�$�$!� ��� �5�5� �$�$�$�#$�0� � �+�� .6���0��5����� � �5��� ;$� � 3�������

����..5�2� 5�</.�8���.� 5��� ��� 1��85��� .�� �95�� �9�.�� ��86�����.� ��� ���� 1���8�� 9����5���� ���

��9��/�5��8���8����5��� �����5���� ��� �9�� 1/������$��&�C/���8������0�� ��9��� 1/��������.������.� � 5����

5�.������ 1�����������/�����.����5����$�-288���2�.9�/���1��85���5�����0���5�.�9��������.����5����.$�

�������������6��.�F�.�5������1��.����������5�����5�������9�6����.�����0��5�5�

�$�$�$��5������������� �$�$�$�0� �+��.6���0��5������5���;$�

��$�$���/86�3�/.��A�)9���52�/���0��C/�68�������6/86�9�/.���.����2�

�86���5��� 0��8� �6��5����� 5��� 85�����5���� ���.����5����.$� )9�� ��C/���8���.� �0� � 6/86.� 5���

������� 95��� 1���� ��.���1��� ��� 956���� �� 5��� �$�0� �+�� .6���0��5����� �5��� ;� ��� �5.�� ��9���

�C/�68���J.��$�$��5����./66�2�6/86.�����5������1����.�5���������9��������� .58�� 6/86�9�/.�7�./00��������

.65��� .95��� 1�� ��0�� 0��� �9�8� 5.� ����$� )9�� ��8��.������ 0�/��5����� ��5����� �0� 6/86.� .9�/��� 1��

5�5��51���0���85�:���� ����9��6/86����8��52�/�$�)9���52�/�� �.����1��6��65�������./�9�5.�5��52��95�����

.9�/���1��6�..�1������85���5���5�2��C/�68�������9�/����.�/�1���� �9��5�<��������C/�68���$� ��������5��

65���.� 5��� ��� 1�� ��.�5����� 5�� 5� ���5����� �9��9� �.� �5.��2� 5���..�1��� ��5�� �9�� ����5���� ��� �9��

6/86�9�/.�� 5��� �9���� .9�/��� 1�� ���6�..�1����2��0��5�������66��������������5���9����������5��65���$�

)26��5���52�/���0�0����6/86�9�/.���.�.9�������'��/��A�#$�

��$�$�� � � � � ��������5�� �5���A� �86����� ������� ��5����7� �52�/�� ���$� 5��� ��� 1�� �?58����� ��� ��./��� �95��

6����.���.� �0� 5����8���� 5��� �����6��5���� ��� �9�� ��5����$� -�F�.� �0� �5���/.� 65���.� 5��� 8�/������

5��5���8����852�1����������:��6�������������5.2��0��6��5�����5���5�.�9��������.����5�����5.�����$�

)�-)�%�

��$������� ��)����)�-)�%�

5�$� �/����� �52���� �0� 6�6�.7� �9�� .58�� .95��� 1�� ./1<������ ����#� :�>�8�� 92��5/���� 6��../��� 0��� 5� 6������ �0� ���

9�/�.7����.������.$�

1$���0���� ��86������� �0� �9�����:7� 5��� �5���.>� 0������.� .95��� 1�� ��.�5����� ��� 6�.������ 5��� ������� .2.��8�.95��� 1��

��.����0������9�/�.�5��5�6��../����0��#�:�>�8�$�)9�����6��0�6��../���/6����#$��:�>�8��.95���1��5���6���$�

Page 248: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

�237�

��$�������'����)�-)�%�

5�$� �0���� ��86������7� 5��� �6��5����� �9��:.� .95��� 1�� �5������

�/�� 0��� 5/��85���� �6��5����� �0� �9�� .2.��8.$� '��� �9�.�

6/�6�.�7� �5������ �5���.� 852� 1�� �6����� 5�� ��00������

���5����.$�)9���?����.��.95���1����6�5������/6����0���8�.����

��./������/1���0�����6��5������0��9��.2.��8$�

1��'���� )�.�� A� )9����.���� 0���� �0�6/86.� .95��� 1�� �9��:��$�

)9�� 6/86� .95��� 1�� �6��5���� 50���� �6������ 5� �/81��� �0�

�5�������5���.�5����00���������5����.$���.����6��../����.����1��

85���5����� ��� �9�� 6/86� 9�/.�$� +5���� ��.�95���� �.� ��� 1��

8�5./���� 12� ���6� ��� ������ ��� ����5��� �5�:� 0��� 5� ����5���

6�����$�����6/86.�.95���1����.��������12����$�)9�� 0�����5���

.95��� 1�� ���� ��..� �95�� 5.� .6���0���� �9���� 85���5������ �9��

��.����6��../������6/86�9�/.�$�

��$������� �((�--���%�

Page 249: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

238�

��$�$���� '�/.9�����9��-2.��8� A�@�0������88�..������7� �9��

������� .2.��8� .95��� 1�� 0�/.9��� �����./��� �95��5�2��5��9>�

0������� 85����.� �9��9� 8��9�� 95��� �������� � �/�����

��.�5��5����� 5��� �5:��� �/�$� '��� �9�.7� 6/86� 852� 1��

�6��5����5����5���.��6�����5����00���������5����.$�

��$�$�����.�.����5.��9�����:��.���86����7��9��.2.��8�.95���

1�� ��88�..������ 5��� 85��� 5�5��51��� 0��� /.�$�

&�C/���8���� �0� 0���� 0��9����� ��.�5��5����.� �.� �C/5��2�

�86���5��� �/����� ���/65����� � �0� �9�� 1/������$� �0� �9��

1/��������.����1�����/6���� ���65��7�0����0��9�����.2.��8��0��

1/������� ��86������ .95��� 1�� ��88�..������ 12� �.��5�����

�9��.2.��8��0�/��������.��/������6��������0��9��1/������$�

��$�$�� � � ��2���0���.� �������� �/����� �9���5��5��2� 6������

.95��� 1�� 6��86��2� 5�������� 12� �9�� �����5����� 5���

5�5��51����2��0��9��.2.��8�5��5�����8���.����1����./���$�

������?��/�����������������

% ��7 �+�7%5��9��5�5�

Page 250: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

�239�

����?/���=���

���-)��'����&�;���(�,�-��'��HB��(�)-����+�)�&�-�&�-I-)�(-�

-�$�

�$�

����8���.���6�����

�(5�/05��/����

�� 3�&�D�)��� �)&�'B%����B(�-�(B�)�� -)�%����

(B�)�� �B)��)�� >N� ,�I��B(��

,�&��-,�&>(�)3�&*���))>,-@�

�� (�)�&-��)�'��� ,�&��-,�&> &�(�)��%&��;�->-��(�->�@@�

�� (->%��3��;I� ��--� ����-�+�)3��-�� N����>)�)��

�� -�B� ��;��;�� 3$���-�&,�&>,�&��-,�&>��������&>����B� ���������

;5���.�.95���1�����$��%�5����

�� '�&�� 3I�&�)�����%�;��;�� �+�%�>-�'��%B�&�>(��(�U>%��)��9�

�� ��)�%�� *�+&����%-� �)�%&�)���+�)�&��&��'�%��I�,�)���

� �&�--B&��%�B%�� 3�%B&B>'��@�%�

!� �&�--B&��-+�) 3� ��'�-->-+�)D�&�

"� 3�-�� &����*3�-������� �+��%�>%�)� 3��-��85�:���>NI�)��

�#� -)�&A���)�>����

-)�&)�&* �)� )�&-�

-��(�>�*)>%�>@ 3�

��� �-)&B(�)-� ��>�(�>-� B&�> �-�&;�>3���

��� B&&�)�)&�-'�&(�&-� ,����>��>-��,�->�-)&�-�

��� �)&����������������� -+�) 3�->��� �)�&�

��(�->�B-3�@B))�-�

-��(�->)� � >,�I ��>�*)>(�)3B&��

��� -�'B7�( @� �@@>�*)>%�>-��(�->� - 3���&>����5���

��� @�))�&��-� �( �>�U���>�(&��

��� '�����5���.� ,�&)3�&>,�&��-,�&>�&(�U>,������

� � �@��-���9��-�� $ $�>'����U>3�;���-�

�!� '�&���U)�%B-3�&-� -�'�U�>�(��(�U�>� ��-�'�&��

�"� '&�-� �66�������/����� '�����?�>&&�,51���>35����.>�*)�

�#� %�)��;��;��%/��8��5��� �����&>D���)�>�&&�+>,������

��� @B))�&'�I�;��;�->&;� �B� �> *&>��;� �>������&�

��� )9��8��6�5.����9�.���#88����� ,�.5�5�6�5.�>��5��>�5�8���>(���5.�

��� &��'�& ������&B@@�&�������� �;�-�3�-�� �+��%�>%�����9�>NI�)����-��85�:����

��� '��+�-+�) 3� -2.��8�-��.���

��� %$($@&� 3������������ ����7�����������DD��-7�

�B���%-�

(��(�U>�+�%�>-�'�U�

��� -B )���-)&���&� D���)�>3��;��

����A�����5.��85:���0�5�2��C/�68�������85����5�� �.�����.6���0��������9���)7� �9������.�����0� �9��

��������A��A 95��������9�.����5��������1��0��5�$�

�?��/����������������

% ��7 �+�7%5��9��5�5�

Page 251: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

240�

�5�:5��� A�� �((�& �����������)����� ���)��-�

�(�����'��+�&,��� �� ��.��/�������0�� ��1������1�2.�3�.�����%4!��5�����#�1������%���.�3�.������%4������

1/�������0��� ���)7�5��;5��57��98��515�7�%/<5�5�5�

�� �������������)����/81��.�� �#�65..��������0�.$�

�$#� � � � � � � � � %��&����)9�.� �.6���0��5�����������.�������5�����0��85������5��� 65����/�5�.� ���5��������� �9�.�

.6���0��5�����

�$�� � � � � � � � � )9�.� .6���0��5����� �����.�85�/05��/��7� ��.����� 5.� 852�1�� ����..5�2� 1�0���� ��.65��97�

�������2� 5�� .���7� 5��� 6��65�5���2� � ���:7� 5..�81�2� 5��� ��.�5��5����� ���:7� ��88�..������7�

6/������ ������6��5������0���0�.�5���5���������:.�5���95������������0��C/�68������������12�

�9�.� .6���0��5����$� )9�.� ���5����� .6���0��5���������� 0��8� 65��� �0� �9�����:.� �����5��� ���9� �9��

./���..0/�� ��������$�)9������������.� ��C/�.���������./����95��5���.�9��/��.�5��� 0������ ���

��A����� 5��� ��0��85����� �.� ./66����� ��� �9�� 0��85�� �0� �9�� .�9��/��.$� '5��/��� ��� ��� .�� �����

��������9�������������86�����5�����51���0��� ��<������$�-9�/����9�������������.9������65���

0��8��9��6����.���.� ��� �9�.� .6���0��5����7� ��88����5��������9���5�7� ./�9���65��/��.�.9�/�����

1��� ��.�����/�����E����?/��A���G�566������ 5��� ./18���0/���� 65����/�5�.��5��� ��5.��.� 0����9��

��65��/��$�

�$����������� �� �)��� ����)�7��98��515�$ �

�$����������)9�����:� .95��� 1�� �����5��2� �5�������/��5.� 6����������.6���0��5����.� 5��������5�����5�����

���9� �9��0���������

�������� �+��%����5�� -6���0��5����.� 0��� ��������5�����:.� �5������������5�� A��#��7�5.�

58������/6����5��$�

<������� �+��%����5��-6���0��5����.�0�����������5�����:.��5�������?����5���""��58�������/6����

�5��$�

:���� �+�� %����5���-6���0��5����.��0��� ��������5������:.��5��� �����=� ��0�.��*���.�5�5���.��=�

�##��5.�58������/6�����5��$�

��������)9�����8.��5���12�-�5�������������2�

@�5���8���)9������������2������##�$�

�����5����5����������5�� ���$�

����� ����5������������2�&/��.�

�"����

6����)9�������5����-�0�����0�.$�

��$����������� )9�����������.9�/��� ���9�.�����������.����.��� �9��.����5���058���5��F��9�8.��0����9��9��.����

���������.�1�0��������������

�$����������� ��)*��.95���1���../���12��9����65��8����5������9�����?��5�.95���1��65������5���/����0��9�.$��$#�������� �(�& ���� ���)��-�

�$��������� )I����'� �)&� )�A�

)9�����:����1��5�5����� 12��9�.��������.95���1�����5����5.�������.�1������:������5��$�

�$#�������� �(���)��--��'�)3��)���&7� -B@(�--����'��&�%&�((�7����&�;����'��&�+�%-����

�((� �(�)��'�+�&,�

������������ �86������..� �0��9���������

Page 252: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

241�

���� � ./���2� �C/�68���.7� � 0������.7� � 5..�81���.7� � 5���..����.7� � 95���5��� ���8.7��

0�/��5������1���.7�./66���.7����8��5������/�.�0�����������5������������.7��51�����5��.7�

</������� 1�?�.� 5��� 5��� ��9��� ./���2� ���8.� 0��� 6��6��� 5..�81�2� 5��� ��.�5��5����� �0�

�9�� �5���/.� �C/�68���.� 5��� ��86�����.� �0� �9�� ���:� .95��� 1�� ���8��� ��� 95���

1���� ����/���� ��� �9��������7� ����.6������� �0� �9�� 05��� �95���9��9���./�9����8.�5���

.6���0��5��2�8����������������������/8���.�������$�

���������-/18�..�����0�6����588��

+��9��� 0�0����� �52.� 0��8� �9�� �5��� �0� �����6�� �0� �9�� ������.� �0� 5���6�5���7� �9��

./���..0/�����������.95���./18���9�.�6����588��0���./18�..�����0���5����.7�./66�2��0�

�C/�68���.7� ��.�5��5����7� ��.����7� ��88�..������� 5��� 95������ ����� �0� �9��

��.�5��5����� ��� �9�� ��������A��A�95���$� )9�.� 6����588��.95��� 1�� 0�58��� :��6���� ���

������9��1/�������6�����..$�

��������� -/18�..�����0���5����.�

)9�� �����5����� .95��� � ./18��� � �9�� ��5����.� � ��� �9�� ��������A��A�95���� � 5.� � 6���

��5/.������ 0���566���5��1�0����.�5����0����:$�

����� �88����8�����0�+��:�

)9�������5�����.95�����88����� ���:�5.�.����5.��9����5����.�./18������12�9�8�5���

566�����$��$#����������-��) 3��'�(�)�&���-�)��-�)�����)3��&� B-)��I�

)9�������5�����.95�����.65��9�85����5�.����.���� ������./��5��������9��9����������A��A 95���$�

�����588�� �0� ��.65��9� �0� �85����5�� � .95��� � 1�� 0�58��� � :��6���� � ��� � ����� � �9�� 1/��������

6�����..$� -50�� ��/.���2��0��5����C/�68���� >� ���8.� ./66����� 12��9�� �����5����� .95��� 1�� �9��

��.6��.�1����2��0��9�������5���������� 0��5���5:���������12��9����65��8���$�

�$#�����&�-)&� )���������+�&,�

-�8�� ��.��������.� 852� 1�� �86�.��� 12� �9�� .��/���2� .�500� ���$� ��� �9�� ���:���� 5��>���

8���8���� �0� �51�/�7� 85����5�.� ���$� )9�� �����5����� .95��� 1�� 1�/��� ��� 0������ 5��� ./�9�

��.��������.>��.��/�����.�5������9�����?��5�.95���1��65251�������9�.�5���/��$� ����5�8�0��������

�51�/��.95���1��������5����$�

�$#���������)B&����� ���(�)I�

��6528���� �����1��85�������9�������5�����0���5�2��585����5/.���12��5��7�.����05��7�0����.7�

�586��..7� 0���7� ./�����5�2���9����5�/�5�� �5/.���95�.������ �/����� �9���?��/����� �0����:$�

)9���585�������9�����:��/�� ���51������5.��.7� �0��5�27�.95��� 95��� ���1��85��������12�

�9�������5�����5���9�.�������.��5��������5�8�����9�.�5���/���.95���1��������5����$�

$#�������� �&���'�@B����%�

5��� .95��� 1�� �5:��7� �9���� 95������� >� ��.�5������ �9�� �C/�68���7� ��� 5����� �585��� ��� �9��

1/������$� )9�� ����5����� .95��� 5��5���� ��� ��65���5����585��.� ����9��1/������� �5/.��� 12�9�8�

.��5.� ���1���������9��������5�����������$�3��.95���5�.��5��5���������8����5���/��5������5.���

85����5�.�0��8�.���7�5��.�����/���0�9�.����:$�

)9�� ����5�����.95����5��2��/���9�����:����./�9�5�85�����.��5.�������������0�������500�������

��.�/�1���9������:.�1������?��/���� 12���9���5������.��0�5�2$�����5�8�����9��85�����.95���1��

������5����$�

Page 253: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

�242�

!$#� � � � � )9�� �����5����� 95.� ��� �5��2� �/�� 85�����5���7� ��/����� 5.� ����� 5.� 6���������7� 0��� 5�

6������ �0� ��� 8���9.� 0��8� �9�� �5��� �0� 95������ ����� �9�� ��.�5��5����� 5.� 6���

85�/05��/���J.� ����88���5����� >� �+��-6���0��5����.$���9�����?��5�.95���1��65������

�9�.�5���/��$�

"$#������ )9�� 6528���� ��� �9�� �����5����� 0��� ./66�2� �0� ���8.� ����� ���2� 1�� 85��� 5�5��.��

./18�..������0���.�������0��5��.$���������A��A�95����95.�0/���6������������02��9�����/�����..�

�0��9��85����5�$�

�#$#������+�&,�)��@������@I�)3��)���&�&�

�#$�����5�����������./66�27���.�5��5����7���.�����5�����88�..��������0� ��0�7�0������������:.�.95���1��

���8������1������/�������9����9��.��6���0����:����1���?��/���� 12��9�����������5.��9�.��.�5�

�/���:�2�<�1�

����������������(����� �1/������� ����:.�����..5�2� 0���� ��.�5��5����� ��0���C/�68���.� �./�9� 5.��

85:���� � �0��6������ ��� �5��.>0����.� ���9��� �0� & � ���1���:�85.���2� ���$7� 5���

��.������� �9�8� ��� �9���� ������5�� ���������� 5��� 0���.9$� )9�� .��6�� �0� 8�����

1/����������:�����/��.�5������/������0�0�/��5��������������65�.����1��0��8���

���85���5.� 15.�� 0��� ./66������� &$-$� N��.�.� ���$7� ����/����� �5��� �5��9�������

�0�� 5����1�5��.7� ��586.7��./66���.7� 0�/��5������1���.7���.�5��5��������6�.�������0�

&$-$�N��.�.�����9��85�9�������87�� ��0�������������6��$�

����� � � � � � � � � � � � -/66�2� �0� ����..5�2� &$-$� N��.�.� ���5����� ����� ./66���.� 1�5�:��.� ���$7� 0���

��.�5��5������0��9����0�7� ���9��� ����9��85�9�������8����5����9���6�5��.�5.�852�

1������..5�2�����/������9������.�5��5��������6�.�����$�

��������������������� ��������5�����:.��?��6��1���������9��85��������������5����5��9�������������

����9�85�9�������8����8��5�������.����9�0/.��/���>1�5��$�������������5�����:.�

����/����������������������0��8��9��.����9>1�5���5������6��5��9����0��8��9��

�5��9�15�����1��6������������9��85�9�������8�.95���1�������12��9��./���..0/��

��������$�

����������� &�.6��.�1����2������./���.50��2��0����0��85����5�.� 5�5��.��6��0��5���5����585���

����� �9����.�5��5������.�95��������������9�����.�����$�

��������� ������.�500��������5.��852� 1�������..5�2�������9�� ��0�����������/�������������������:�

5���./1.�C/����2���8����$�

����������)�86��5�2�15����5��.����9��5/�����1�5��.�5���5�9��5���������6�������5��������

�/������?��/��������:$����������������-/66�2��5��� ��.�5��5�������0� �5�������05��5��6�5��.��85����0� .����7���5��56������������������6�5��.7��.���./66����5����.����9�����..5�2���586.7�0�/��5�����1���.7�./66���.���������������������������$7�5.�����..5�2������������������9��9����.�5��5������0��9����0�$���������������� -������5��������1��6��������0���5���..���� ��0��6���

��?����������� �66���5�� >� ���5�5���� �0����0�� ��.�5��5����� .95��� 1�� �1�5����� 12� �9�� �����5�����

0��8� ��0�� ��.6������ >� ��9��� �����.���� 5/�9������.7� �9������� ��C/����$�

3������7� 566���5����� .95��� 1�� 85��� 12� ��65��8���� 5��� �9�� 0��.7� 5.�

566���51��7� .95��� 1��65���12��9�������5������������2�����9��%���$�5/�9������.�

���������7��9��9�.95���1�����81/�.��$�

Page 254: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

243�

�?�� � � � � � � � )9�� .�F�� �0� ��0�� ����.� �.� ������ ��� -������� =� E�G$� )9�� �����5����� 95.� ���

5��5�����?��5� �����9�./66���.�>�1�5�:��.������0�5�27����9����9��C/������5��$�

��9�����?��5������1��65��$�

��$#����%B�&�)���

�����C/�68���.�.95���1���/5�5������0���5�6�������0����8���9.�0��8��9���5����0��5:���������5���

�9�� ��0�.�12� �9�� ��65��8���7�5�5��.�� �/�.5��.05����2� �6��0��85���� �5��� >� ��� 1��5:� �����

�/�� �����0����������.���7����:85�.9�6����85����5�$�)9���C/�68���.������86�����.7����5�2�

65��� �9����07� .�� 0�/��� ��0������� �/����� �/5�5����� 6������ .95��� 1�� 0���9���9� ��65����� ���

��6�5���� 0���� �0� ��.�7� ���.5��.05������ �0� �9����������A��A� 95���$� ��� �5.�� ���� �.� �0���� �12� �9��

��65��8���� �95�� /��/�� ���52� � �.� � 1����� � �5/.��� 12� �9�� �����5����� ��� 5��������� �9��

��0���>05/�����8����7��9��.58������� ���������12��9����65��8����5���9����.:�5�����.���0��9��

�����5����$�)9������.�����0��9����������A��A�95��������9�.����5���.95���1��0��5�$����$#������ �(���)�����&����

)9����86�������6�����������5��������9������������/8���.� �.�0����9������������:� �0�6�5�����7�

��.������7�566���5�� �0� ���5����� ���$7� 5��5���8���� �0� �85����5�.� *���C/�68���.7� �������2� 5��

.���� ����/����� ��5�.6���5����7� ��.�5��5����7� ��.����7� ��88�..������7� �1�5������ .�5�/5�2�

���5�5���.7� 5��� 95������ ������0��9��������� .2.��8���� �9��.5��.05������ �0� �9����������A��A

�95����

��$#������� �&�+�%-�'�&����&�;��� *� �(���)����&�+�%-�

��$������� ��5�����0���566���5�����5�5����0��9�����:�

)9�� �����5����� .95��� 6��65��� *� ./18��� �9���� .��.� �0� 0��������� ��5����.� 5��� ���� �9�8�

566������ 0��8� �9�� ��������A��A 95���� 1�0���� .�5��� �0� �9�� ���:$� )9�� 566���5�� ��5����.7�

9������7� ���.� ���� 51.����� �9�� �����5����� ��� ./66�2� �9�� �C/�68���.>85����5�.� 5.� 6���

5����8���7��0� �9�����.�5�2������5��������1��������9��566��������5����.�5���5����8���$�

5���� %����5��5��5���8������5����.��0��9����0��85�9����27� ���������7�%/�����5��.7���0��

�5��5����5����������.��������9���86�������8��.���.$�

1������2���9��� ��5����.������5�������9�����:$�

��$���������5����.�>����/8���.����1��0/���.9��������86��������0���.�5��5�����

��$�$�� � � )9���� .��.� �0� � �9�� 0��������� � ��5����.� � .95��� � 1�� ./18������ � 12� �9�� �����5����� �9�����

95������ ������ �9�� ��.�5��5����� ���� �9����65��8���$� �/���0� �9�.�� �9���7� ���� .��� .95��� �1��

�58��5���������9��95���15.�� 0�����.6�52�����9����0��85�9�������8�

�5�����0�� ��.�5��5�������5����.����������86��������5��.��0�5����9���C/�68���.�����/������9������

�������0�/��5����$�

��$�$�������� ���(5�/05��/���J.����9���5���5�5���/�.��0�5����C/�68���.�5���5���..����.$�

������������ �6��5������5����85�����5�����85�/5����0�� 5����85<�����C/�68���.7�����5�������5����

5�</.�8���.7��6��5�����5���85�����5����6�����/��$�

��$�$���� ��./8��0��C/5������$�R���0��9���5�/���0��9�����:������./1<��������9�����������0������ &.$�#7###>A� �

�&/6��.�'�0�2��9�/.5����.95���1������������0��8��9�������5����� ����5.�� �0� 05��/������./18��� �

���/8���.�5.� 6���51������5/.�.$�

��$#� �(���� ��+�)3�&�%B��)��-���������-)���&�-�

Page 255: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

244�

��$���� �������:.�.95���1���5�������/�����5�����5�������9������5������/�5����7�1��9�.�5�/���2�5����9�.��

.6���0����12��9������5��-�5��5��.����5��������9�����:.��������� 12��9�.�.6���0��5����$����65����/�5�7��9��

�C/�68����5�����.�5��5������������86�2����9��9��0���������

����������������'5������.����$�

������������������5������������2�&/��.$�

�������������@$�$-�*���9���.�5��5��.�5.�566���51��$��

�������������� +��:8��J.���86��.5��������$�

�������� -�5�/���2����8.�6��.���1���12����5��1����.���:�� ��7������� -/66�2� �$���$�� � � � � � �0���� ��86������� �0� �9�� ��.�5��5����7� �9�� .58�� .95��� 1�� �00����� 0��� ��.6������� 12� �9��

��6��.���5����.��0��9����0��� ��.6�����$��)9�������5�����.95����6��65���5��� ./18��������..5�2�

��5����.7� ���.�� �����0��5��.7� ���9������/8���.����$� 0����./18�..���� ��� �9�� ��0��� ��.6������ ���

5�2� ��9��� ��������5�� ��.6������ 0��� ��1�5������566���5�� 0��� ���88�..������� �9�� ��0�$�� ����.95��� 1��

�9�� ��.6��.�1����2� �0� � �9�� ����5����� ��� ��5�.��� ���9� >� �������5��� ���9� ./�9� ��.6�������

5/�9����2� 0��� �1�5������ �9�� 566���5�� 0��� �9�� ��.�5��5����$� )9�������5�����������?�����5��� 9��6�

����/����� ��.�� 05�������.� ��� �9�� ��6��.���5����.� �0� ��0�� ��.6�����$� )9�� �1.���5����.� �0� �9�� ��0��

��.6�����������1��5��������12��9�������5����$���9�����?��5�.95���1��65251�������9�� ����5�����

����9�.7�5�����$�3�������5�2�0��.�65�������9����.6�������5/�9����2�����9�.�5���/���.95���1��

���81/�.��� 12� �9�� ��65��8���$� )9�� ��0�� ����� 1�� ��88�..������ 5��� �5:��� ����� 12� �9��

��65��8�������2�50���������������5�5����0��8���0�� ��.6�����$�

��$�� � � � � � ��9���� ��� �9�.� .6���0��5����� .95��� 1�� ���.��/��� ��� �������� �9��./���..0/�� ��������� �0�9�.�

��.6��.�1����2� 0��� �9�� ��.���7� 85�/05��/��� 5��� ��.�5��5����� �0� � �9�� �C/�68���� ���9� 5���

5���..����.� ��� 5�����5�������9��/������2�566���51���.�5�/���2����/�5����.�5���.50��2�����.$���$�� � � � � � -/���..0/�� ���������� .95��� �5��5���� 0��� ��86��5���� ����9� �.�5�/���2�6����.���.� ��0� .50��2��

���/�5����.��5�����65��8���5����C/���8���.��0�.50��2�����.������.6�����0� �51�/���86��2���

����9�����:�12��9����������$�'5��/��� ���6�������./�9�.50��2� ��C/���8������/���85:���9��

��������� ��51��� 0��� 6��5��2� 5.� 6��� 6���5������ �/��.� 0��� �5�9� ��05/��$� ��� 5�������7� �9��

��65��8��������� 1��5�� ��1���2����85:��5��5���8���� 0����9��.50��2���C/���8���.�5���9����.��

�0����������5������������9����.���9����0�0��8�9�8$�

��$#������ )&���%�

)9�������5�����.95����865�����5����������9���6��5������6/����12��9����65��8����5��.����0����6��5����5��

5���5����������9��8�����05/��$�

��$#������(�)�&�������&�;���

)9��85����5�� 1��/�9�� 5�� .���� .95��� 1�� 566������12� �9�� ��������A��A 95���� 1�0���� /.�� ���

�9�����:$� ����5.���/������?��/�����5�2�85����5��1�����/.��� ����9�����:��.� 0�/�������5.�6���

5����8���� .6���0��5����.7� ��������A��A 95���� 852� �../�� ��.��/������ ��� �9�� �����5����� ���

��8�����9��85����5�.� 0��8�.����5����9�������5����������1��1�/���������.�$�

TTTTTTTTTTT

Page 256: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

�$����5�����

�$� ��.�����J.������..��

� ���)7�;5��57��98��515�$�

�� �--�-)�)��%���&����7�

� � ����% �-�7 �+�7%5��9��5�5��

�$���0��85��������5������

��

� 3��.���52��.�/��������.��/�����$�3��.���52�5���85�9�������8�

��

�$�������5����00�����C/�����

��

� ��$�

-�$��$�

���5�����

-�F��

+���9� ��6�9�

��

%4!�.����2�@�2.�3�.����

���)$�

�"##�88�

��##�88�

245��

-� )���=���

��������)� 3� ���-�� �'� �)��-����&�HB�&�(�)-��$�58����0�+��:�� ��.��/�������0�� ��1������1�2.�3�.�����%4!��5�����#�1������%���.�3�.������%4������

1/�������0��� ���)7�5��;5��57��98��515�7�%/<5�5�5�

�5�:5���� �� � ���������� )����/81��.���#��5..��������0�.��

���

����

��$�%����5��65����/�5�.�5�����C/���8���.�0���65..������ ��0�.�

�$�)26�� �0���0���������������������������������������������������� � %�5����..��A��5..���������0��

�$��$��0���0�.���C/�������������������������������� ���.$�

�$���5��>��$��0�6��.��.����������������������� � �#�65..�����.� ��!#�,�.��

�$�&5����.6�������������������������������������� � �$��8�����6���.������

�$����5��.��0���0�.�

-�$�

�$�

���5����� /81���

�0���0�.�

)��5����5�������

8����.�

�566��?�85����

/81����0�

0����.�.������

/81����0�

�5������.������

��

��

%4!�.����2�@�2.�

3�.���� ���)�

��

��

��

� �(��.$�

%��/���4�!�

/66���0����.�

��

%��/��4!_"�

��$� ��5����.����.�F���0� ��0��-950�������9�5�����6�9�

Page 257: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

246�

$���.����.�F���0� ��0���5����.����������9�5�����6�9��

�-�$��$�

���5�����-�F��

+���9� ��6�9�

���

%4!�.����2�@�2.�3�.����

���)$��

��##�88�

����#�88�

!$���6�9� �0���0��6��������������������������������������� �$�#� (�

�"$���.�������0���/�����+���9��������������������� �� &�5��

��#$���.�������0�85�9�������8������ �� ����9����6��0��9����0��.950��

���$�3���9���0���6�8�.��0��������.����

.950���3�5�����8�5�5��51����� �� 5 � � 1 � � � � � � � � 5 0 � � � � 0 � � 5 � � 5 � � 9 � � � � � � � � 5� � � � ���$�-�F��5����26���0�

�5������*��5������.���������������������������� �� "##88� �+��?��###88� �3��

5����6��5����$������������������������������������������5.���$�88��9��:� �������6������

9���F���5��.�������.�5����..�.����������.��5��9�

6���0��8�������:>��5��5��6���0��5/��85����6�����

�6��5����$�

���$� )26�� �0��6��5�����5������������ �� �/��85���A�/8A5�����5��������������������������������������������������0���0��

��/6��?�.��������������������

���$� ��.��/�����7���.����5�������������������� �� -�5����..�-������5��8�������:>��5��5��6���0�0���.9�

0���.9��0��5�� 1��2$����������������������������������� ���9�8�����7��88��9��:��; �'�������7�-$-$�05�.���������$�

���$��8������2����9��*��8������2������ -9�/���1��15����2��6��5���$�

5�5�8$�

��$����/8��5������0�0�?�/��.����������������������� �� ����=����9����$�

�� $�'5�������������������������������������������������� �� 51���05�����9�6�����������������/5�������..�������5��

���0��!$������A��8�05�������.������������������������������� ���52��������8$�1��������5�7����/���0�����>�

����6�����5���85�9�������8�

�"$������5���������9���5������������������������������� �$�� �5�������5�������.��5�������$��

'�����6�.������

���$������������0���5����

��$�������5��� >�/����6��5������#$������5���.�5���5��������������������������������� �$��� 5��6�.������

Page 258: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

247�

��$��������������0���5���$���$��/.9�1/���������5������������������������������� �� �$��� ���� 1/������0����5�9��5�����$�

��$�����������5��1/����.�5.�6��� �+��-6���0��5����$�

��$��/.9�1/���������5����������������� �$�����1/�����5����6�5������/���0������5������5���

��1/����.���������8���5���0����.$�

��$� )26�� �0�������5������������������� � � �%�5����..������$�;;;'� *�8����6����..����������$�

-�����������������������9�������9�/��5�����5��$�

��$� '5�������0�.50��2������������������������������������#�

��$� )26�� �0������������������������������������������� )����52�5/��85����5���5��/�5�2�85���5������

\���88�5��/�5�2$�

��$�-50����.��������������������������������������������� �.�6��� �+��-6���0��5��������5��� ������0�.�5����.�5�5���.A�##��$�

� $����:.��������������������������������������������������� � ��������=�8��95���5�7�.6���5��:�2�����6������:�5��

����2���5����������8������2���8������2�

�6������.95���1��0�5.�1���5��5����5�����.�$�

�!$�@/00��.���������������������������������������������� -6�����1/00��.�0��� ��0���5��5�����/���������9�$�

�"$�������./66�2������������������������������������� ��������.7���695.�7�������7��#�3D7�� �./66�2����9�5�

�����5�����0�\��#R��������5����5��� \� �R�

��0��C/���2$�

�#$��/��85����&�.�/���������������������������� @5����2��6��5���� 5/��85������.�/������������1������9��

�5������9����5��.���5����������9����������0�1��5:�������

�/�����6�����05��/���5.������5.���������������

.2.��8�05��/��$�

��$�-6���5����C/���8���.������������������������ �� �$� ��0�5������/��5��������.50��2$�

��$��6�������0�5����5����������.����9��9��9��6��0�

�8������2�:�2$�

���$��+�����8�.9��/5���� 0��� ��/�����������9�������6��7��5.� ������5.�

8���52�����9��.950���9�����9���5�����..�.��9��

��/���������9�$���$�'���85�K.�.����9������������%��/���0����$�$� '����� 6�.������

5��/���5�����.2.��8����9�8/.�����1�.���.���

�9��5��/���5�����.9�/�������/���5�.����0���.�*����J�.�0��

Page 259: NIT18PDFCIPET

��

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

248�

�9����65..�����.� �����9�� �5�7� ./��51����0�������85�����

5����5���/.��26�.��0�� 1��5:�����.��/5����.7����3����7�

�����.9�*�&�����5���5��/5��$���$���)��� %B�&�7� ���6�������5�������5��05���������9����0��.950��

12�6��.��.� �������������0��8��9����0���5�7��9����9���5��

�.����8���52�1������� �����5�����.��/�����1��5:�����

.��/5����.$�)9�.������/5���.95���1��0����9��0/�������9��0��9���5�� *�

0���5�9���9���0����� ��..��95�� ##88$)9�.�.95������1��

85����0�(-�.9�����0�566��6��5����9��:��..����9�

����..5�2�0�58���5���.95���1��������5��2�1�5�������

95����������2�*�8��95���5��.������9$�

���$� ��� ������ ��� 6������� .��5����� 65..������ � ��.���� �9������

��0�� �5�� ��8���� �/�� ���9�/�� �9�� 9��6� *� � �/��5���� �0�

��.�/�� 6��.��5�.7� �9�� �5������ ����� � .9�/��� ���� 1��

�6��51��7��?��6��12�5/�9���.�����.�/��6��.�����$�

��$�-6���5����C/���8���.��0�����0��

���1��/.���12���00������2�51����

65..�����.����������������������������������������� �$�)9��/��1.��/�������6�9�������5��2�.9�/�������1��

��..���95�������88$�

��$����95��� �5���������..��95���##88������5��

"##88�51����0�����������.95���1��0�?���������

.���.$�

���$����0����������.95���1���9��/�9�@�5�����1/����.�5����9����

�6��5�����.9�/�����������8���8/8��00���$���$��)9����������65������.�����9���5�7��9���5������

�������>6/.9�1/����.�5���9���5�����.�.95���1��5��

5�9���9���0�"##88��0��8��5�>�5������0����������.$��$���;�����5���/���8����.2.��8�����9���5�����

5���/�����9��6�.�������0��9������5��������9��9��.���52�

5.��9���5��65..�.����.��6.�5��5�0�����.������12�5���

�����5����5����.����9����6���������.��$���$���)9����8���0�5��5/��85���5��2����.���������.9�/���

1��8���8/8��� .�����.�5����9�����.����.6����

.9�/��������?�����#$���8>.��$����$��� )9��@�5�����.���5��������1��6�.�����/�.�����9����0�$�

����$�� )9���51���05������9���5��.95���1������9����9����0�

Page 260: NIT18PDFCIPET

�� �

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

�249�

8������.�.�5�����5����00��9��� ��0��8������ �.��00$�

�?$���)9���8������2����9��5���5�5�8�.95���1��

��������������9��.���5���15����2�6��������0���

�&�$�

?$� @5����2��95����� �0�./��51����565���2����9�1��.��

>�����:���.���������$ $�����8����7��$ $�588�����

5����586������5����.�0���9�5��92�85��.7�1��.��

�95����5���0��5���95���$�

��$�)� 3� ���&�HB�&�(�)�'�&� �B)�(�)� �&�- B�����;� ����&���

����� )9���&��.95������.�.���0�0�/���/81��.��0�15������.��0�8���8/8����3��565���2$�

����� )9���&��.95����00�������2�0/����������5�85?�8/8��0� ���8�.�6����52$�

�����)9���95���� ��8��1������� ����./���..�����6��5����.�.95�������1��8�����95���#�8��/��.$�

����� )9���&��.95�������0/��������9����9���5���.�������5���$�

����� )9���&��.95�����.6�������9���!�.�����.$�

��$�)� 3� ���&�HB�&�(�)-�'�&� �'&��&������&� �&�)� )������ -I-)�(� ��&��$�

5����)��5���6�����������9���9���������1�� �$"�8��$� 5��� �9�� ����� ��������.��.95����1�� �C/5��2��

��.���1/����1�������9��9�.��5�������.�������.��0��9������5���$�

1���� )9�� �&��.2.��8�.95���1���00����������������5.���0�05��/����0�.�8���0��9��.��.��.$�

*******�

Page 261: NIT18PDFCIPET

�� �

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

250�

��UB&�A��

��')�(��)�� ��- 3��B���

)9��0������������:.�5������1���5�������/��12��9�������5������/������9��0����85�����5����6�����$�

����(�)3�I�

������� �&$�

�����5�8$�����������8$���� 5���6������65����0/������$��

���������6��5����$����-50��2�������6��5����$�����5������6/.9�1�?$� ���5�����������5���$��

!�� 5��5����5���.���$��

"�� 5�����9��5���05�$��#�� 5���5��.$�����&������80���$��

���� 5���8������2� ���9�$�������0�5������/��5��$�������52�����5�$����� ��5������9���5��5����5������

.���.$�����)����/5��$�� �����������$��!���8������2�.��6$�

@���� �&�)��$��

���������6��5�����0/������$����������6��5���� 1���>�95��$���� 5����6����5����$�����/��85����

��.�/��������$���� 9��:��9��9���5������:.�5���0/����������6��6���2$�

�� ��(� 3���&��($��

���@�����$����@�5:���6��5����$����@�5:�������$����&��52������������6��5����$���� ����������������5����$��

����-%��6��5����$� �� ��5��85�9���$�!��(5�9�������8����9��5���05�$�"�� 5����6�.50��2$��#��-9�5���

.950�$�����(�����.950�$�����%��������6/���2$�����-������1�5����.$�

���� 9��:����.�86��?�5����/6��?��6��5����$�����%��5.�� 1�5����.$����� 9��:���6��5�����6��5���

��6��.50��2�.����9$�� �� 9��:����.�5������5����/�������/�����$��!�� 9��:��������8��������5��$�

�������)������ ���

��������������� HB�&)�&�I����

�� �&���� ���

@���� �&�)����

�����.6�������1�?$����%/�����5����/1���5����$�����5�������������5�:�������$�����5������������5������:$��

����5������������6��5����$����%/����.9��.��5�>��/���������9�$��

�� ��(� 3���&��(

Page 262: NIT18PDFCIPET

�� �

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

251��

���(5���.����9�/���$����%�5���������5�������$����)5�9��5����5�9��1���$��

�������)���� ����

�����3��'�I��&�I������ �&���

���

@���� �&�)������������

�� ��(� 3���&��(��

������ (5�����6��>��-%���6�$��������������.$��

�������)��

��� ��5��6��$����)��.��������9��1/00��$����.50��2���5�$��

�;���B���I��

����� �&������������������ ����

@���� �&�)����

��� 5����6��.��5����$�����-950����������9���..$��

�� ��(� 3���&��(��

��� 5�� ����� .6���� .50��2� ��5�� 12�85�/5��2� 8������ �����.$� ���� �9��:� �9��6��0��85���� �0� .50��2�

���:.$����(5�9�������8��5��9���$����������./66�2��51��.$������./�5�������.�.�5�����0���5�� �������51��$�

1������������.� �����5���������51��.$� ��(�����.����9�5������52.$�

�������)��

��� �/���������9���/��12$���� 5��1����8��.��5����$��

����

�U� B)�;���%���&�������-�%�)B&���'�)���&�&������������������������������������������������������

���������������% ��7 �+�7%5��9��5�5��� �

Page 263: NIT18PDFCIPET

�� �

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

������252�

��� ���)+�)�� '��)%��

��)������&7����� �!���-���+�)�

�������������#�>�:��8,�(:�������#��

Page 264: NIT18PDFCIPET

�� �

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

253�

Schedule of Quantity (Civil) Name of Works : - Construction of 575 bedded Boys Hostel (G+8) and 150 bedded Girls Hostel (G+2) including Internal Water Supply, Sanitary Installations, internal roads, Drainage, Sewerage, internal electric Installations, Pumps, wet riser, Fire Fighting and Sprinkler system, Fire Alarm & PA system and Lifts, for CIPET, Vatva, Ahmedabad, Gujarat.

Name of the Contractor

ItemNo Description Unit Quanti

ty Rate Amount

1 Earth Work

1.1

Earth work in excavation by mechanical means (Hydraulic excavator) / manual means over areas (exceeding 30 cm in depth, 1.5 m in width as well as 10 sqm on plan) including disposal of excavated earth, lead up to 50 m and lift up to 1.5 m, disposed earth to be levelled and neatly dressed.

1.1.1 All kinds of soil cum 7420 0.00

1.2

Excavating trenches of required width for pipes, cables, etc including excavation for sockets, and dressing of sides, ramming of bottoms, depth up to 1.5 m, including getting out the excavated soil, and then returning the soil as required, in layers not exceeding 20 cm in depth, including consolidating each deposited layer by ramming, watering, etc. and disposing of surplus excavated soil as directed, within a lead of 50 m :

1.2.1 All kinds of soil

1.2.1.1 Pipes, cables etc. exceeding 80 mm dia but not exceeding 300 mm dia

metre 400 0.00

1.3 Filling available excavated earth (excluding rock) in trenches, plinth, sides of foundations etc. in layers not exceeding 20 cm in depth, consolidating each deposited layer by ramming and watering, lead up to 50 m and lift up to 1.5 m.

cum 7420 0.00

1.4 Extra for every additional lift of 1.5 m or part there of in excavation / banking excavated or stacked materials.

1.4.1 All kinds of soil cum 2930 0.00

1.5 Supplying and filling in plinth with River sand under floors, including watering, ramming consolidating and dressing complete.

cum 330 0.00

Page 265: NIT18PDFCIPET

�� �

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

1.6

Surface dressing of the ground including removing vegetation and in-equalities not exceeding 15 cm deep and disposal of rubbish, lead up to 50 m and lift up to 1.5 m.

254. .

1.6.1 All kinds of soil

100sqm

4000 0.00

Sub Head Total 0.00 2 Concrete Work 2.1

Providing and laying in position cement concrete of specified grade excluding the cost of centering and shuttering - All work up to plinth level:

2.1.1 1:4:8 (1 cement : 4 coarse sand : 8 graded stone aggregate 40 mm nominal size)

cum 1122 0.00

2.2 Extra for providing and mixing water proofing material in cement concrete work in doses by weight of cement as per manufacturer's specification.

per 50kg ceme

nt

1444 0.00

2.3

Making plinth protection 50 mm thick of cement concrete 1:3:6 (1 cement :3 coarse sand : 6 graded stone aggregate 20 mm nominal size) over 75 mm thick bed of dry brick ballast 40 mm nominal size, well rammed and consolidated and grouted with fine sand, including finishing the top smooth.

sqm 319 0.00

2.4 Providing and laying in position cement concrete 1:5:10 (1 Cement :5 Coarse Sand : 10 Graded brick Aggregate 40 mm nominal size) at all levels in sunken floors.

cum 73 0.00

Sub Head Total 0.00 3 Reinforced Cement Work 3.1

Centering and shuttering including strutting, propping etc. and removal of form for :

3.1.1

Foundations, footings, bases of columns, etc. for mass concrete

sqm 500 0.00

3.1.2 Walls (any thickness) including attached pilasters, butteresses, plinth and string courses etc.

sqm 1395 0.00

3.1.3

Suspended floors, roofs, landings, balconies and access platform

sqm 13840 0.00

3.1.4

Lintels, beams, plinth beams, girders, bressumers and cantilevers

sqm 20439 0.00

3.1.5 Columns, Pillars, Piers, Abutments, Posts and Struts sqm 8359 0.00

3.1.6 Stairs, (excluding landings) except spiral-staircases sqm 321 0.00

3.1.7 Weather shade, Chajjas, corbels etc., including edges sqm 587 0.00

Page 266: NIT18PDFCIPET

�� �

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

3.2 Extra for additional height in centering, shuttering where ever

required with adequate bracing, propping etc. including cost of de-shuttering and decentering at all levels, over a height of 3.5 m, for every additional height of 1 metre or part thereof (Plan area to be measured).

255.

3.2.1 Suspended floors, roofs, landing, beams and balconies (Plan area to be measured)

sqm 29 0.00

3.3 Steel reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete upto plinth level

3.3.1 Thermo-Mechanically Treated bars (Fe 500 D)

kilogram

311598 0.00

3.4 Steel reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete above plinth level.

3.4.1 Thermo-Mechanically Treated bars (Fe 500 D)

kilogram

715129 0.00

3.5 Smooth finishing of the exposed surface of RCC work with 6mm thick cement mortar 1:3 (1 cement : 3 fine sand).

sqm 29150 0.00

3.6 Extra for providing richer mixes at all floor levels. Note:- Excess/less cement over the specified cement content used is payable /recoverable separately.

3.6.1

Providing M-30 grade concrete instead of M-25 grade BMC/RMC. (Note:- Cement content considered in M-30 is @ 340 kg/cum)

cum 1150 0.00

3.7 Add for using extra cement in the items of design mix over and above the specified cement content therein.

quintal

3950 0.00

3.8

Providing and laying in position ready mixed M-25 grade concrete for reinforced cement concrete work, using cement content as per approved design mix, manufactured in fully automatic batching plant and transported to site of work in transit mixer for all leads, having continuous agitated mixer, manufactured as per mix design of specified grade for reinforced cement concrete work including pumping of R.M.C. from transit mixer to site of laying , excluding the cost of centering, shuttering finishing and reinforcement including cost of admixtures in recommended proportions as per IS : 9103 to accelerate/ retard setting of concrete, improve workability without impairing strength and durability as per direction of the Engineer - in - charge. Note:- Cement content considered in this item is @ 330 kg/ cum. Excess/ less cement used as per design mix is payable/ recoverable separately.

Page 267: NIT18PDFCIPET

�� �

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

3.8.1 All work upto plinth level

cum

2277

256.

0.00 3.8.2 All work above plinth level upto floor V level cum 5146 0.00

3.9 Extra for R.C.C./ B.M.C/ R.M.C. work above floor V level for each four floors or part thereof.

cum 1478 0.00

3.10

Providing and fixing of expansion joint system related with floor location as per drawings and direction of Engineer-In-Charge. The joints system will be of extruded aluminum base members, self aligning / self centering arrangement and support plates etc. as per ASTM B221-02. The system shall be such that it provides floor to floor /floor to wall expansion control system for various vertical localtion in load application areas that accommodates multi directional seismic movement without stress to it's components. System shall consist of metal profiles with a universal aluminum base member designed to accommodate various project conditions and finish floor treatments. The cover plate shall be designed of width and thickness required to satisfy projects movement and loading requirements and secured to base members by utilizing manufacturer’s pre-engineered self-centering arrangement that freely rotates / moves in all directions.

The Self – centering arrangement shall exhibit circular sphere ends that lock and slide inside the corresponding aluminum extrusion cavity to allow freedom of movement and flexure in all directions including vertical displacement. Provision of Moisture Barrier Membrane in the Joint System to have watertight joint is mandatory requirement all as per the manufactures design and as approved by Engineer -in- Charge . (Material shall confirm to ASTM 6063.)

3.10.1 Floor Joint of 100 mm gap metre 600 0.00

3.11

Providing and fixing of expansion joint system related with wall joint (internal/external) location as per drawings and direction of Engineer-In- Charge. The joints shall be of extruded aluminum base members, self aligning / centering arrangement and support plates as per ASTM B221- 02. The material shall be such that it provides an

Page 268: NIT18PDFCIPET

�� �

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

Expansion Joints System suitable for vertical wall to wall/ wall to corner application, both new and existing construction in office Buildings & complexes with no slipping down tendency amongst the components of the Joint System. The Joint System shall utilize light weight aluminum profiles exhibiting minimal exposed aluminum surfaces mechanically snap locking the multicellular to facilitate movement. (Material shall confirm to ASTM 6063.)

257.

3.11.1 Wall Joint of 100 mm gap metre 80 0.00

3.12

Providing and fixing of expansion joint system of approved make and manufactures for various roof locations as per approved drawings and direction of Engineer-In-Charge. The joints shall be of extruded aluminum base members with, self aligning and self centering arragement support plates asper ASTM B221-02. The system shall be such that it provides watertight roof to roof/roof to corner joint cover expansion control system that is capable of accommodating multidirectional seismic movement without stress to its components. System shall consist of metal profile that incorporates a universal aluminum base member designed to accommodate various project conditions and roof treatments.

The cover plate shall be designed of width and thickness required to satisfy movement and loading requirements and secured to base members by utilizing manufacturer’s pre-engineered self-centering arrangement that freely rotates / moves in all directions. The Self centering arrangement shall exhibit circular sphere ends that lock and slide inside the corresponding aluminum extrusion cavity to allow freedom of movement and flexure in all directions including vertical displacement. The Joint System shall resists damage or deterioration from the impact of falling ice, exposure to UV, airborne contaminants and occasional foot traffic from maintenance personnel. Provision of Moisture Barrier Membrane in the Joint System to have water tight joint is mandatory requirement.Material shall confirm to ASTM 6063.

3.12.1 Roof Joint of 100 mm gap metre 50 0.00

Sub Head Total 0.00 4 Brick Work 4.1

Brick work with common burnt clay F.P.S. (non modular) bricks of class designation 3.5 in foundation and plinth in:

Page 269: NIT18PDFCIPET

�� �

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

4.1.1

Cement mortar 1:6 (1 cement : 6 coarse sand)

cum

157

258. . 0.00

4.2

Brick work with non modular fly ash bricks conforming to IS:12894, class designation 5.0 average compressive strength in super structure above plinth level up to floor V level in :

4.2.1 Cement mortar 1:6 (1 cement : 6 coarse sand) cum 1934 0.00

4.3 Brick work with non modular fly ash bricks conforming to IS:12894, class designation 5.0 average compressive strength in super structure above floor V level, for each four floors or part thereof by mechanical means. :

4.3.1 Cement mortar 1:6 (1 cement : 6 coarse sand) cum 886 0.00

4.4 Brick edging 7 cm wide 11.4 cm deep to plinth protection with common burnt clay F.P.S. (non modular) bricks of class designation 3.5 including grouting with cement mortar 1:4 (1 cement : 4 fine sand).

metre 319 0.00

4.5 Half brick masonry with non modular fly ash bricks of class designation 5.0, conforming to IS : 12894, in super structure above plinth and upto floor V level.

4.5.1 Cement mortar 1 : 4 (1 cement : 4 coarse sand) sqm 3363 0.00

4.6 Half brick masonry with non modular fly ash bricks of class designation 5.0, conforming to IS : 12894, in super structure above floor V level for every four floors or part thereof by mechanical means.

4.6.1 Cement mortar 1 : 4 (1 cement : 4 coarse sand) sqm 1370 0.00

Sub Head Total 0.00 5 Marble & Granite Work 5.1

Providing and fixing 18 mm thick gang saw cut, mirror polished, premoulded and prepolished, machine cut for kitchen platforms, vanity counters, window sills, facias and similar locations, of required size, approved shade, colour and texture laid over 20 mm thick base cement mortar 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.

5.1.1 Granite of any colour and shade

5.1.1.1 Area of slab upto 0.50 sqm sqm 844 0.00

5.1.1.2 Area of slab over 0.50 sqm sqm 155 0.00

Page 270: NIT18PDFCIPET

�� �

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

5.2

Providing and fixing 18 mm thick gang saw cut, mirror polished, premoulded and prepolished, machine cut for Flooring and skirting and similar locations, of required size, approved shade, colour and texture laid over 20 mm thick base cement mortar 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.

259.

5.2.1

Granite of any colour and shade

5.2.1.1 Area of slab over 0.50 sqm sqm 456 0.00

5.3

Providing and fixing stone slab with table rubbed, edges rounded and polished, of size 75x50 cm deep and 1.8 cm thick, fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 1:2:4 (1cement : 2 coarse sand : 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth.

5.3.1 Granite Stone of approved shade sqm 43 0.00

Sub Head Total 0.00 6 Wood and PVC Work 6.1

Providing and fixing ISI marked flush door shutters conforming to IS : 2202 (Part I) non-decorative type, core of block board construction with frame of 1 st class hard wood and well matched commercial 3 ply veneering with vertical grains or cross bands and face veneers on both faces of shutters:

6.1.1 35 mm thick including ISI marked Stainless Steel butt hinges with necessary screws

sqm 581 0.00

6.1.2

25 mm thick (for cupboard) including ISI marked nickel plated bright finished M.S. piano hinges with necessary screws

sqm 1398 0.00

6.2 Providing and fixing curtain rods of 1.25 mm thick chromium plated brass plate, with two chromium plated brass brackets fixed with C.P. brass screws and wooden plugs, etc., wherever necessary complete :

6.2.1 20 mm dia metre 1220 0.00

Page 271: NIT18PDFCIPET

�� �

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

6.3

Providing and fixing M.S. grills of required pattern in frames of windows etc. with M.S. flats, square or round bars etc. including priming coat with approved steel primer all complete.

260.

6.3.1 Fixed to steel windows by welding kg 10759 0.00

6.4 Providing and fixing aluminium sliding door bolts, ISI marked, anodised (anodic coating not less than grade AC 10 as per IS : 1868), transparent or dyed to required colour or shade, with nuts and screws etc. complete:

6.4.1 300x16 mm each 616 0.00

6.4.2 250x16 mm each 214 0.00

6.5 Providing and fixing aluminium tower bolts, ISI marked, anodised (anodic coating not less than grade AC 10 as per IS : 1868 ), transparent or dyed to required colour or shade, with necessary screws etc. complete:

6.5.1 300x10 mm each 308 0.00

6.5.2 250x10 mm each 214 0.00

6.6 Providing and fixing aluminium handles, ISI marked, anodised (anodic coating not less than grade AC 10 as per IS : 1868) transparent or dyed to required colour or shade, with necessary screws etc. complete:

6.6.1 100 mm each 1600 0.00

6.7 Providing and fixing aluminium hanging floor door stopper, ISI marked, anodised (anodic coating not less than grade AC 10 as per IS : 1868) transparent or dyed to required colour and shade, with necessary screws etc. complete.

6.7.1 Twin rubber stopper each 616 0.00

6.8 Providing and fixing magnetic catcher of approved quality in cupboard / ward robe shutters, including fixing with necessary screws etc. complete .

6.8.1 Double strip (horizontal type) each 1470 0.00

6.9

Providing and fixing factory made P.V.C. door frame of size 50x47 mm with a wall thickness of 5 mm, made out of extruded 5 mm rigid PVC foam sheet, mitred at corners and joined with 2 Nos. of 150 mm long brackets of 15x15 mm M.S. square tube, the vertical door frame profiles to be reinforced with 19x19 mm M.S. square tube of 19 gauge, EPDM rubber gasket weather seal to be provided through out the frame. The door frame to be fixed to the wall using M.S. screws of 65/100 mm size, complete as per manufacturer’s specification and direction of Engineer-in-Charge.

metre 1095 0.00

Page 272: NIT18PDFCIPET

�� �

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

6.10

Providing and fixing factory made panel PVC door shutter consisting of frame made out of M.S. tubes of 19 gauge thickness and size of 19 mm x 19 mm for styles and 15x15 mm for top & bottom rails. M.S. frame shall have a coat of steel primers of approved make and manufacture . M.S. frame covered with 5 mm thick heat moulded PVC 'C' channel of size 30 mm thickness, 70 mm width out of which 50 mm shall be flat and 20 mm shall be tapered in 45 degree angle on both side forming styles and 5 mm thick, 95 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered on both sides to form lock rail. Top, bottom and lock rails shall be provided both side of the panel. 10 mm (5 mm x 2 ) thick, 20 mm wide cross PVC sheet be provided

260.

as gap insert for top rail & bottom rail. paneling of 5 mm thick both side PVC sheet to be fitted in the M.S. frame welded/ sealed to the styles & rails with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side, and joined together with solvent cement adhesive. An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side of the 'C' Channel using PVC solvent adhesive etc. complete as per direction of Engineer-in-charge, manufacturer’s specification & drawing.

6.10.1 30 mm thick pre laminated PVC door shutters sqm 337 0.00

6.11

Providing & Fixing decorative high pressure laminated sheet of plain / wood grain in gloss / matt / suede finish with high density protective surface layer and reverse side of adhesive bonding quality conforming to IS : 2046 Type S, including cost of adhesive of approved quality.

6.11.1 1.0 mm thick sqm 4000 0.00

Sub Head Total 0.00 7 Steel Work 7.1

Providing and fixing in position collapsible steel shutters with vertical channels 20x10x2 mm and braced with flat iron diagonals 20x5 mm size, with top and bottom rail of T-iron 40x40x6 mm, with 40 mm dia steel pulleys, complete with bolts, nuts, locking arrangement, stoppers, handles, including applying a priming coat of approved steel primer.

sqm 45 0.00

Page 273: NIT18PDFCIPET

�� �

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

7.2 Providing and fixing 1 mm thick M.S. sheet door with frame of

40x40x6 mm angle iron and 3 mm M.S. gusset plates at the junctions and corners, all necessary fittings complete, including applying a priming coat of approved steel primer.

261.

7.2.1 Using M.S. angels 40x40x6 mm for diagonal braces sqm 13 0.00

7.3 Providing and fixing T-iron frames for doors, windows and ventilators of mild steel Tee-sections, joints mitred and welded, including fixing of necessary butt hinges and screws and applying a priming coat of approved steel primer.

7.3.1

Fixing with 15x3 mm lugs 10 cm long embedded in cement concrete block 15x10x10 cm of C.C. 1:3:6 (1 Cement : 3 coarse sand : 6 graded stone aggregate 20 mm nominal size)

kg 6093 0.00

7.4

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 threshold of mild steel angle of section 50x25 mm, or base ties of 1.60 mm pressed, mild steel welded or rigidly fixed together by mechanical means, including M.S. pressed butt hinges 2.5 mm thick with mortar guards, lock strike-plate and shock absorbers as specified and applying a coat of approved steel primer after pre-treatment of the surface as directed by Engineer-in-charge:

7.4.1 Profile C

7.4.1.1 Fixing with adjustable lugs with split end tail to each jamb metre 1588 0.00

7.5 Providing and fixing M.S. fan clamp type I or II of 16 mm dia M.S. bar, bent to shape with hooked ends in R.C.C. slabs or beams during laying, including painting the exposed portion of loop, all as per standard design complete.

each 332 0.00

7.6

Providing and fixing circular / hexagonal cast iron or M.S. sheet box for ceiling fan clamp, of internal dia 140 mm, 73 mm height, top lid of 1.5 mm thick M.S. sheet with its top surface hacked for proper bonding, top lid shall be screwed into the cast iron / M.S. sheet box by means of 3.3 mm dia round headed screws, one lock at the corners. Clamp shall be made of 12 mm dia M.S. bar bent to shape as per standard drawing.

each 332 0.00

7.7

Steel work welded in built up sections / framed work, including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer using structural steel etc. as required.

Page 274: NIT18PDFCIPET

�� �

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

7.7.1

In gratings, frames, guard bar, ladder, railings, brackets, gates and similar works

kg

4648

262. 0.00

7.8

Providing and fixing stainless steel ( Grade 304) railing made of Hollow tubes, channels, plates etc., including welding, grinding, buffing, polishing and making curvature (wherever required) and fitting the same with necessary stainless steel nuts and bolts complete, i/c fixing the railing with necessary accessories & stainless steel dash fasteners , stainless steel bolts etc., of required size, on the top of the floor or the side of waist slab with suitable arrangement as per approval of Engineer-in-charge, ( for payment purpose only weight of stainless steel members shall be considered excluding fixing accessories such as nuts, bolts, fasteners etc.).

kg 1518 0.00

Sub Head Total 0.00 8 Flooring 8.1

Kota stone slab flooring over 20 mm (average) thick base laid over and jointed with grey cement slurry mixed with pigment to match the shade of the slab, including rubbing and polishing complete with base of cement mortar 1: 4 (1 cement : 4 coarse sand) :

8.1.1 25 mm thick sqm 9931 0.00

8.2

Kota stone slabs 20 mm thick in risers of steps, skirting, dado and pillars laid on 12 mm (average) thick cement mortar 1:3 (1 cement : 3 coarse sand) and jointed with grey cement slurry mixed with pigment to match the shade of the slabs, including rubbing and polishing complete.

sqm 291 0.00

8.3 Extra for pre finished nosing in treads of steps of Kota stone / sand stone slab.

metre 1386 0.00

8.4 Extra for Kota stone / sand stone in treads of steps and risers using single length up to 1.05 metre.

sqm 552 0.00

8.5

Providing and fixing 1st quality ceramic glazed wall tiles conforming to IS : 15622 (thickness to be specified by the manufacturer), of approved make, in all colours, shades except burgundy, bottle green, black of any size as approved by Engineer-in-Charge, in skirting, risers of steps and dados, over 12 mm thick bed of cement mortar 1:3 (1 cement : 3 coarse sand) and jointing with grey cement slurry @ 3.3 kg per sqm, including pointing in white cement mixed with pigment of matching shade complete.

sqm 5000 0.00

Page 275: NIT18PDFCIPET

�� �

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

8.6

Providing and laying rectified Glazed Ceramic floor tiles of size 300x300 mm or more (thickness to be specified by the manufacturer), of 1st quality conforming to IS : 15622, of approved make, in any colours , laid on 20 mm thick cement mortar 1:4 (1 Cement : 4 Coarse sand), including grouting the joints with white cement and matching pigments etc., complete.

sqm

1253

263. 0.00

8.7

Providing and fixig Kota stone slab polished, 25 mm thick in shelves, working tables, platforms and the like at all floors and at all levels jointed with grey cement slurry mixed with pigment including cutting of chases in walls and making good by filling with cement mortar 1:4 (1 cement :4 coarse sand ) complete as per the direction of Engineer -in-charge. (Single piece of Kota stone is to be provided).

sqm 1148 0.00

Sub Head Total 0.00 9 Roofing 9.1

Providing and fixing 25 mm diameter and 60 cm long rain water spout in cement mortar 1:4 (1 cement : 4 fine sand).

9.1.1 G.I Pipe 25 mm Dia spout each 20 0.00

9.2

Providing and fixing M.S. holder bat clamps of approved design to C.I. or S.C.I. rain water pipes embedded in and including cement concrete blocks 10x10x10 cm of 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) and cost of cutting holes and making good the walls etc. :

9.2.1 100 mm diameter each 200 0.00

9.3 Providing and fixing on wall face unplasticised Rigid PVC rain water pipes conforming to IS : 13592 Type A, including jointing with seal ring conforming to IS : 5382, leaving 10 mm gap for thermal expansion, (i) Single socketed pipes.

9.3.1 110 mm diameter metre 444 0.00

9.4

Providing and fixing on wall face unplasticised-PVC moulded fittings / accessories for unplasticised Rigid PVC rain water pipes conforming to IS : 13592 Type A, including jointing with seal ring conforming to IS : 5382, leaving 10 mm gap for thermal expansion.

9.4.1 Bend 87.5°

9.4.1.1 110 mm bend each 32 0.00

9.4.2 Shoe (Plain)

9.4.2.1 110 mm Shoe each 32 0.00

Sub Head Total 0.00

Page 276: NIT18PDFCIPET

�� �

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

10 Finishing 264.

10.1 12 mm cement plaster of mix:

10.1.1 1:6 (1 cement : 6 fine sand) sqm 13201 0.00

10.2 15 mm cement plaster on the rough side of single or half brick wall of mix:

10.2.1 1:6 (1 cement : 6 fine sand) sqm 7486 0.00

10.3 12 mm cement plaster finished with a floating coat of neat cement of mix:

10.3.1 1:3 (1 cement : 3 fine sand) sqm 1667 0.00

10.4

Extra for providing and mixing water proofing material in cement plaster work in proportion recommended by the manufacturers.

per bag of 50 kg ceme

nt used in the

mix.

315 0.00

10.5

Distempering with 1st quality acrylic distemper, having VOC (Volatile Organic Compound ) content less than 50 grams/ litre, of approved brand and manufacturer. including applying additional coats wherever required, to achieve even shade and colour.

10.5.1 Two coats sqm 47780 0.00

10.6 Applying priming coats with primer of approved brand and manufacture,having low VOC (Volatile Organic Compound ) content.

10.6.1 With ready mixed pink or grey primer on wood work (hard and soft wood) having VOC content less than 50 grams/ litre

sqm 50 0.00

10.6.2 With water thinnable cement primer on wall surface having VOC content less than 50 grams/litre

sqm 47780 0.00

10.7 Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade:

10.7.1 New work (Two or more coats applied @ 1.43 ltr/ 10 sqm over and including priming coat of exterior primer applied @ 2.20 kg/ 10 sqm)

sqm 857 0.00

10.8

Painting with synthetic enamel paint, having VOC (Volatile Organic Compound ) content less than 150 grams/ litre, of approved brand and manufacture, including applying additional coats wherever required to achieve even shade and colour.

10.8.1 Two coats sqm 2200 0.00

Page 277: NIT18PDFCIPET

�� �

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

10.9

Washed stone grit plaster on exterior walls height upto 10 metre above ground level, in two layers, under layer 12 mm cement plaster 1:4 (1 cement: 4 coarse sand ), furrowing the under layer with scratching tool, applying cement slurry on the under layer @ 2 Kg of cement per square metre, top layer 15 mm cement plaster 1:1/2:2 (1 cement: 1/2 coarse sand : 2 stone chipping 10 mm nominal size), in panels with groove all around as per approved pattern including scrubbing and washing the top layer with brushes and water to expose the stone chippings ,complete as per specification and direction of Engineer-in- charge (payment for providing grooves shall be made separately).

sqm

7885

265. 0.00

10.10

Forming groove of uniform size in the top layer of washed stone grit plaster as per approved pattern using wooden battens, nailed to the under layer, including removal of wooden battens, repair to the edges of panels and finishing the groove complete as per specifications and direction of the Engineer-in-Charge :

10.10.1 15 mm wide and 15 mm deep groove metre 8759 0.00

10.11 Extra for washed grit plaster on exterior walls of height more than 10 m from ground level for every additional height of 3 m or part thereof

sqm 3512 0.00

Sub Head Total 0.00 11 Road Work 11.1

Preparation and consolidation of sub grade with power road roller of 8 to 12 tonne capacity after excavating earth to an average of 22.5 cm depth, dressing to camber and consolidating with road roller including making good the undulations etc. and re-rolling the sub grade and disposal of surplus earth with lead upto 50 metres.

sqm 2632 0.00

11.2

Providing and laying at or near ground level factory made kerb stone of M-25 grade cement concrete in position to the required line, level and curvature jointed with cement mortar 1:3 (1 cement : 3 coarse sand), including making joints with or without grooves (thickness of joints except at sharp curve shall not to more than 5 mm), including making drainage opening wherever required complete etc. as per direction of Engineer-in-Charge (length of finished kerb edging shall be measured for payment). (Precast C.C. kerb stone shall be approved by Engineer-in-Charge).

cum 30 0.00

Page 278: NIT18PDFCIPET

�� �

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

11.3

Providing and laying C.C. pavement of mix M-25 with ready mixed concrete from batching plant. The ready mixed concrete shall be laid and finished with screed board vibrator , vacuum dewatering process and finally finished by floating, brooming with wire brush etc. complete as per specifications and directions of Engineer-in-charge (The panel shuttering work shall be paid for separately).

cum

400

266. 0.00

11.4

Providing and laying matt finished vitrified tile of size 300x300x9.8mm having with water absorption less than 0.5% and conforming to IS: 15622 of approved make in all colours and shades in for outdoor floors such as footpath, court yard, multi modals location etc., laid on 20mm thick base of cement mortar 1:4 (1cement : 4 coarse sand) in all shapes & patterns including grouting the joints with white cement mixed with matching pigments etc. complete as per direction of Engineer-in-Charge.

sqm 816 0.00

Sub Head Total 0.00 12 Sanitary Installations 12.1

Providing and fixing water closet squatting pan (Indian type W.C. pan) with 100 mm Sand Cast Iron P or S trap (of 600 mm length), 25 mm C P Brass Flush Cock of Standard Brand Jaquar , ESS ESS, Marc or equvelent etc , with all fittings and fixtures complete, including cutting and making good the walls and floors wherever required:

12.1.1 White Vitreous china Orissa pattern W.C. pan of size 580x440 mm with integral type foot rests

each 82 0.00

12.2

Providing and fixing white vitreous china pedestal type water closet (European type W.C. pan) with seat and lid, 25 mm C P Brass Flush Cock of Standard Brand Jaquar , ESS ESS, Marc or equvelent etc with all fittings and fixtures complete, including cutting and making good the walls and floors wherever required:

12.2.1 W.C. pan with ISI marked white solid plastic seat and lid each 22 0.00

12.3 Providing and fixing P.V.C. waste pipe for sink or wash basin including PVC. waste fittings complete.

12.3.1 Flexible pipe

12.3.1.1 32 mm dia each 196 0.00

12.4 Providing and fixing 600x450 mm beveled edge mirror of superior glass (of approved quality) complete with 6 mm thick hard board ground fixed to wooden cleats with C.P. brass screws and washers complete.

each 10 0.00

Page 279: NIT18PDFCIPET

�� �

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

12.5

Providing and fixing mirror of superior glass (of approved quality) and of required shape and size with plastic moulded frame of approved make and shade with 6 mm thick hard board backing:

267.

12.5.1 Rectangular shape 1500x450 mm each 60 0.00

12.6 Providing and fixing soil, waste and vent pipes:

12.6.1 100 mm dia

12.6.1.1 Centrifugally cast (spun) iron socket & spigot (S&S) pipe as per IS: 3989

metre 700 0.00

12.6.2 75 mm diameter

12.6.2.1 Centrifugally cast (spun) iron socketed pipe as per IS: 3989 metre 200 0.00

12.7

Providing and fixing M.S. holder-bat clamps of approved design to Sand Cast Iron / Cast Iron (spun) pipe embedded in and including cement concrete blocks 10x10x10 cm of 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size), including cost of cutting holes and making good the walls etc. :

12.7.1 For 100 mm dia pipe each 500 0.00

12.7.2 For 75 mm dia pipe each 84 0.00

12.8

Providing and fixing bend of required degree with access door, insertion rubber washer 3 mm thick, bolts and nuts complete.

12.8.1 100 mm dia

12.8.1.1 Sand cast iron S&S as per IS - 3989 each 32 0.00

12.8.2 75 mm dia

12.8.2.1 Sand cast iron S&S as per IS- 3989 each 20 0.00

12.9 Providing and fixing plain bend of required degree.

12.9.1 100 mm dia

12.9.1.1 Sand cast iron S&S as per IS : 3989 each 32 0.00

12.9.2 75 mm dia

12.9.2.1 Sand cast iron S&S as per IS - 3989 each 28 0.00

12.10 Providing and fixing heel rest sanitary bend.

12.10.1 100 mm dia

12.10.1.1 Sand cast iron S&S as per IS - 3989 each 32 0.00

12.10.2 75 mm dia

12.10.2.1 Sand cast iron S&S as per IS - 3989 each 28 0.00

12.11 Providing and fixing single equal plain junction of required degree with access door, insertion rubber washer 3mm thick, bolts and nuts complete.

12.11.1 100x100x100 mm

12.11.1.1 Sand cast iron S&S as per IS - 3989 each 44 0.00

Page 280: NIT18PDFCIPET

�� �

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

12.11.2 75x75x75 mm

268.

12.11.2.1 Sand cast iron S&S as per IS - 3989 each 44 0.00

12.12

Providing and fixing single equal plain junction of required degree:

12.12.1 100x100x100 mm

12.12.1.1 Sand cast iron S&S as per IS - 3989 each 36 0.00

12.12.2 75x75x75 mm

12.12.2.1 Sand cast iron S&S as per IS - 3989 each 54 0.00

12.13 Providing and fixing terminal guard:

12.13.1 100 mm

12.13.1.1 Sand cast iron S&S as per IS - 3989 each 16 0.00

12.13.2 75 mm

12.13.2.1 Sand cast iron S&S as per IS - 3989 each 4 0.00

12.14 Providing and fixing collar:

12.14.1 100 mm

12.14.1.1 Sand cast iron S&S as per IS - 3989 each 16 0.00

12.14.2 75 mm

12.14.2.1 Sand cast iron S&S as per IS- 3989 each 4 0.00

12.15 Providing lead caulked joints to sand cast iron/centrifugally cast (spun) iron pipes and fittings of diameter:

12.15.1 100 mm each 384 0.00

12.15.2 75 mm each 96 0.00

12.16 Providing and fixing trap ( any Arm Size) of self cleansing design with screwed down or hinged grating with or without vent arm complete, including cost of cutting and making good the walls and floors:

12.16.1 100 mm inlet and 100 mm outlet

12.16.1.1 Sand cast iron S&S as per IS: 3989 each 216 0.00

12.16.2 100 mm inlet and 75 mm outlet

12.16.2.1 Sand cast iron S&S as per IS - 3989 each 4 0.00

12.17 Painting sand cast iron / centrifugally cast (spun) iron soil, waste vent pipes and fittings with two coats of synthetic enamel paint of any colour such as chocolate grey, or buff etc. over a coat of primer (of approved quality) for new work:

12.17.1 100 mm diameter pipe metre 432 0.00

12.17.2 75 mm diameter pipe metre 166 0.00

Page 281: NIT18PDFCIPET

�� �

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

12.18 Providing and fixing PTMT liquid soap container 109 mm wide,

125 mm high and 112 mm distance from wall of standard shape with bracket of the same materials with snap fittings of approved quality and colour, weighing not less than 105 gms.

each

60

269. 0.00

12.19 Providing and fixing PTMT towel ring trapezoidal shape 215 mm long, 200 mm wide with minimum distances of 37 mm from wall face with concealed fittings arrangement of approved quality and colour, weighing not less than 88 gms.

each 60 0.00

12.20

Providing and fixing PTMT towel rail complete with brackets fixed to wooden cleats with CP brass screws with concealed fittings arrangement of approved quality and colour.

12.20.1

600 mm long towel rail with total length of 645 mm, width 78 mm and effective height of 88 mm, weighing not less than 190 gms

each 60 0.00

12.21

Providing and fixing white vitreous china extended wall mounting water closet of size 780x370x690 mm of approved shape including providing & fixing white vitreous china cistern with dual flush fitting, of flushing capacity 3 litre/ 6 litre (adjustable to 4 litre/ 8 litres), including seat cover, and cistern fittings, nuts, bolts and gasket etc complete.

each 10 0.00

Sub Head Total 0.00 13 Water Supply 13.1

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for hot & cold water supply, including all CPVC plain & brass threaded fittings i/c fixing the pipe with clamps at 1.00 m spacing. This includes jointing of pipes & fittings, with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer-in-Charge. Concealed work, including cutting chases and making good the wall etc.

13.1.1 15 mm nominal outer dia pipes metre 200 0.00

13.1.2 25 mm nominal outer dia pipes metre 600 0.00

13.2 Providing and fixing G.I. pipes complete with G.I. fittings and clamps, including cutting and making good the walls etc. Internal work - Exposed on wall

13.2.1 25 mm dia nominal bore metre 210 0.00

13.2.2 32 mm dia nominal bore metre 10 0.00

13.2.3 40 mm dia nominal bore metre 400 0.00

Page 282: NIT18PDFCIPET

�� �

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

13.2.4 50 mm dia nominal bore

metre

10

270. 0.00

13.3 Providing and fixing G.I. pipes complete with G.I. fittings including trenching and refilling etc. External work

13.3.1 40 mm dia nominal bore metre 200 0.00

13.4 Making connection of G.I. distribution branch with G.I. main of following sizes by providing and fixing tee, including cutting and threading the pipe etc. complete:

13.4.1 25 to 40 mm nominal bore each 2 0.00

13.5 Providing and fixing gun metal gate valve with C.I. wheel of approved quality (screwed end) :

13.5.1 25 mm nominal bore each 4 0.00

13.5.2 40 mm nominal bore each 22 0.00

13.6 Providing and fixing ball valve (brass) of approved quality, High or low pressure, with plastic floats complete:

13.6.1 25 mm nominal bore each 4 0.00

13.7 Providing and fixing uplasticised PVC connection pipe with brass unions:

13.7.1 45 cm length

13.7.1.1 15 mm nominal bore each 10 0.00

13.8 Painting G.I. pipes and fittings with synthetic enamel white paint with two coats over a ready mixed priming coat, both of approved quality for new work:

13.8.1 25 mm diameter pipe metre 210 0.00

13.8.2 32 mm diameter pipe metre 40 0.00

13.8.3 40 mm diameter pipe metre 400 0.00

13.9 Painting G.I. pipes and fittings with two coats of anti-corrosive bitumastic paint of approved quality :

13.9.1 40 mm diameter pipe metre 200 0.00

13.10 Providing and fixing G.I. Union in G.I. pipe including cutting and threading the pipe and making long screws etc. complete (New work):

13.10.1 25 mm nominal bore each 10 0.00

13.10.2 40 mm nominal bore each 35 0.00

13.11 Providing and fixing C.P. brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms.

13.11.1 15 mm nominal bore each 440 0.00

13.12

Providing and fixing C.P. brass stop cock (concealed) of standard design and of approved make conforming to IS:8931.

Page 283: NIT18PDFCIPET

�� �

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

13.12.1 15 mm nominal bore

each

214

271. 0.00

Sub Head Total 0.00 14 Drainage 14.1

Providing, laying and jointing glazed stoneware pipes class SP-1 with stiff mixture of cement mortar in the proportion of 1:1 (1 cement : 1 fine sand) including testing of joints etc. complete:

14.1.1 100 mm diameter metre 100 0.00

14.1.2 150 mm diameter metre 200 0.00

14.2

Providing and laying cement concrete 1:5:10 (1 cement : 5 coarse sand : 10 graded stone aggregate 40 mm nominal size) all-round S.W. pipes including bed concrete as per standard design:

14.2.1 100 mm diameter S.W. pipe metre 100 0.00

14.2.2 150 mm diameter S.W. pipe metre 200 0.00

14.3

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 300x300 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 :

14.3.1 100x100 mm size P type

14.3.1.1 With common burnt clay F.P.S.(non modular) bricks of class designation 3.5

each 20 0.00

14.4 Providing and laying non-pressure NP2 class (light duty) R.C.C. pipes with collars jointed with stiff mixture of cement mortar in the proportion of 1:2 (1 cement : 2 fine sand) including testing of joints etc. complete:

14.4.1 150 mm dia R.C.C. pipe metre 200 0.00

14.4.2 250 mm dia R.C.C. pipe metre 200 0.00

14.5

Constructing brick masonry manhole in cement mortar 1:4 ( 1 cement : 4 coarse sand) with R.C.C. top slab with 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size), foundation concrete 1:4:8 mix (1 cement : 4 coarse sand : 8 graded stone aggregate 40 mm nominal size), inside plastering 12 mm thick with cement mortar 1:3 (1 cement : 3 coarse sand) finished with floating coat of neat cement and making channels in cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) finished with a floating coat of neat cement complete as per standard design:

Page 284: NIT18PDFCIPET

�� �

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

14.5.1 Inside size 90x80 cm and 45 cm deep including C.I. cover with frame (light duty) 455x610 mm internal dimensions, total weight of cover and frame to be not less than 38 kg (weight of cover 23 kg and weight of frame 15 kg):

272.

14.5.1.1 With common burnt clay F.P.S.(non modular) bricks of class designation 3.5

each 20 0.00

14.5.2 Inside size 120x90 cm and 90 cm deep including C.I. cover with frame (medium duty) 500 mm internal diameter, total weight of cover and frame to be not less than 116 kg (weight of cover 58 kg and weight of frame 58 kg) :

14.5.2.1 With common burnt clay F.P.S.(non modular) bricks of class designation 3.5

each 10 0.00

14.6 Extra for depth for manholes

14.6.1 Size 90x80 cm

14.6.1.1 With common burnt clay F.P.S.(non modular) bricks of class designation 3.5

metre 5 0.00

14.6.2 Size 120x90 cm

14.6.2.1 With common burnt clay F.P.S.(non modular) bricks of class designation 3.5

metre 4.57 0.00

14.7

Making connection of drain or sewer line with existing manhole including breaking into and making good the walls, floors with cement concrete 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) cement plastered on both sides with cement mortar 1:3 (1 cement : 3 coarse sand) finished with a floating coat of neat cement and making necessary channels for the drain etc. complete:

14.7.1 For pipes 250 to 300 mm diameter each 2 0.00

Sub Head Total 0.00 15 Aluminium Work

Page 285: NIT18PDFCIPET

�� �

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

15.1

Providing and fixing aluminium work for doors, windows, ventilators and partitions with extruded built up standard tubular sections/ appropriate Z sections and other sections of approved make conforming to IS: 733 and IS: 1285, fixing with dash fasteners of required dia and size, including necessary filling up the gaps at junctions, i.e. at top, bottom and sides with required EPDM rubber/ neoprene gasket etc. Aluminium sections shall be smooth, rust free, straight, mitred and jointed mechanically wherever required including cleat angle, Aluminium snap beading for glazing / paneling, C.P. brass / stainless steel screws, all complete as per architectural drawings and the directions of Engineer-in-charge. (Glazing, paneling and dash fasteners to be paid for separately) :

273.

15.1.1 For fixed portion

15.1.1.1 Anodised aluminium (anodised transparent or dyed to required shade according to IS: 1868, Minimum anodic coating of grade AC 15)

kg 7630 0.00

15.1.2

For shutters of doors, windows & ventilators including providing and fixing hinges / pivots and making provision for fixing of fittings wherever required including the cost of EPDM rubber / neoprene gasket required (Fittings shall be paid for separately).

15.1.2.1 Anodised aluminium (anodised transparent or dyed to required shade according to IS: 1868, Minimum anodic coating of grade AC 15)

kg 7630 0.00

15.2

Providing and fixing 12 mm thick prelaminated particle board flat pressed three layer or graded wood particle board conforming to IS: 12823 Grade I Type II, in panelling fixed in aluminum doors, windows shutters and partition frames with C.P. brass / stainless steel screws etc. complete as per architectural drawings and directions of Engineer-in-Charge.

15.2.1 Pre-laminated particle board with decorative lamination on both sides

sqm 13 0.00

15.3

Providing and fixing glazing in aluminium door, window, ventilator shutters and partitions etc. with EPDM rubber / neoprene gasket etc. complete as per the architectural drawings and the directions of Engineer-in-Charge. (Cost of aluminium snap beading shall be paid in basic item):

15.3.1 With float glass panes of 5.50 mm thickness sqm 730 0.00

Sub Head Total 0.00 16 Water Proofing

Page 286: NIT18PDFCIPET

�� �

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

16.1

Providing and laying integral cement based treatment for water proofing on horizontal surface at all depth below ground level for under ground structures as directed by Engineer-in-Charge and consisting of : i) 1st layer of 22 mm to 25 mm thick approved and specified rough stone slab over a 25 mm thick base of cement mortar 1:3 (1 cement : 3 coarse sand) mixed with water proofing compound conforming to IS:2645 in the recommended proportion over the leveling course (leveling course to be paid separately). Joints sealed and grouted with cement slurry mixed with water proofing compound. ii) 2nd layer of 25 mm thick cement mortar 1:3 (1 cement : 3 coarse sand) mixed with water proofing compound in recommended proportions. iii) Finishing top with stone aggregate of 10 mm to 12 mm nominal size spreading @ 8 cudm/sqm thoroughly embedded in the 2nd layer.

274.

16.1.1 Using rough kota stone sqm 165 0.00

16.2

Providing and laying integral cement based treatment for water proofing on the vertical surface by fixing specified stone slab 22 mm to 25 mm thick with cement slurry mixed with water proofing compound conforming to IS:2645 in recommended proportions with a gap of 20 mm (minimum) between stone slabs and the receiving surfaces and filling the gaps with neat cement slurry mixed with water proofing compound and finishing the exterior of stone slab with cement mortar 1:3 (1 cement : 3 coarse sand) 20 mm thick with neat cement punning mixed with water proofing compound in recommended proportion complete at all levels and as directed by Engineer-in-Charge:

16.2.1 Using rough Kota stone sqm 285 0.00

Page 287: NIT18PDFCIPET

�� �

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

16.3

Providing and laying integral cement based water proofing treatment including preparation of surface as required for treatment of roofs, balconies, terraces etc consisting of following operations: a) Applying a slurry coat of neat cement using 2.75 kg/ sqm of cement admixed with water proofing compound conforming to IS. 2645 and approved by Engineer-in-Charge over the RCC slab including adjoining walls upto 300 mm height including cleaning the surface before treatment. b) Laying brick bats with mortar using broken bricks/brick bats 25 mm to 115 mm size with 50% of cement mortar 1:5 (1 cement : 5 coarse sand) admixed with water proofing compound conforming to IS : 2645 and approved by Engineer-in-Charge over 20 mm thick layer of cement mortar of mix 1:5 (1 cement : 5 coarse sand) admixed with water proofing compound conforming to IS : 2645 and approved by Engineer-in-Charge to required slope and treating similarly the adjoining walls upto 300 mm height including rounding of junctions of walls and slabs

275.

c) After two days of proper curing applying a second coat of cement slurry using 2.75 kg/ sqm of cement admixed with water proofing compound conforming to IS : 2645 and approved by Engineer-in-Charge. d) Finishing the surface with 20 mm thick jointless cement mortar of mix 1:4 (1 cement : 4 coarse sand) admixed with water proofing compound conforming to IS: 2645 and approved by Engineer-in-Charge including laying glass fibre cloth of approved quality in top layer of plaster and finally finishing the surface with trowel with neat cement slurry and making pattern of 300x300 mm square 3 mm deep.

e) The whole terrace so finished shall be flooded with water 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 specified by the Engineer-in-Charge:

16.3.1 With average thickness of 120 mm and minimum thickness at khurra as 65 mm

sqm 2324 0.00

Page 288: NIT18PDFCIPET

�� �

������������������������� ��������������������������������������������������������������������������������������������

�����������������������������������

16.4

"Providing and laying water proofing treatment in sunken portion of WCs, bathroom etc., by applying cement slurry mixed with water proofing cement compound consisting of applying : a) First layer of slurry of cement @ 0.488 kg/sqm mixed with water proofing cement compound @ 0.253 kg/sqm. This layer will be allowed to air cure for 4 hours. b) Second layer of slurry of cement @ 0.242 kg/sqm mixed with water proofing cement compound @ 0.126 kg/sqm. This layer will be allowed to air cure for 4 hours followed with water curing for 48 hours. The rate includes preparation of surface, treatment and sealing of all joints, corners, junctions of pipes and masonry with polymer mixed slurry.

sqm

1083

276.

0.00

Sub Head Total 0.00 Total Grand Total

Sr.No. Name of the Sub Head Amount

1 Earth Work 0.00 2 Concrete work 0.00 3 Reinforced Cement Concrete 0.00 4 Brick Work 0.00 5 Marble & Granite Work 0.00 6 Wood and PVC Work 0.00 7 Steel Work 0.00 8 Flooring 0.00 9 Roofing 0.00

10 Finishing 0.00 11 Road Work 0.00 12 Sanitary Installations 0.00 13 Water Supply 0.00 14 Drainage 0.00 15 Aluminium Work 0.00 16 Water Proofing 0.00

Total of Civil 0.00

Page 289: NIT18PDFCIPET

Sl.No. Description of Item Unit Rate Amount

PACKAGE -C1

SH : I ( Internal Electrical Installation )

1 Wiring for Light point/fan point/exhaust fan point

/call bell point with 1.5 sq.mm. FRLS PVC insulated

copper conductor single core cable in surface /

recessed medium class PVC conduit with modular

switch, modular plate, suitable GI box and earthing

the point with 1.5 sq.mm. FRLS PVC insulated

copper conductor single core cable etc. as

required.

a) Group 'B'. 2522 Points Point 0.00

2 Wiring for twin control Light point with 1.5 sq.mm.

FRLS PVC insulated copper conductor single core

cable in surface / recessed medium class PVC

conduit, 2 way modular switch, modular plate,

suitable GI box and earthing the point with 1.5

sq.mm.FRLS PVC insulated copper conductor

single core cable etc. as required. 60 Points Point 0.00

3 Wiring for circuit/sub main wiring along with earth

wire with following sizes of FRLS PVC insulated

copper conductor, single core cable in surface /

recessed medium class PVC conduit as required.

a) 2 x 1.5 sq.mm + 1 x 1.5 sq.mm earth wire 3000 Mtrs. Meter 0.00

b) 2 x 4.0 sq.mm.+ 1 x 4 sq.mm earth wire 10000 Mtrs. Meter 0.00

c) 4 x 4.0 sq.mm.+ 2 x 4 sq.mm earth wire 3000 Mtrs. Meter 0.00

d) 2 x 6.0 sq.mm.+ 1 x 6 sq.mm earth wire 9000 Mtrs. Meter 0.00

e) 4 x 6.0 sq.mm.+ 2 x 6 sq.mm earth wire 2000 Mtrs. Meter 0.00

f) 4 x 10.0 sq.mm.+ 2 x 10 sq.mm earth wire 1000 Mtrs. Meter 0.00

4 Supplying and fixing stepped type electronic fan

regulator on the existing modular plate switch box

including connections but excluding modular plate

etc. as required. 616 Nos. Each 0.00

5 Supplying and fixing suitable size G.I. box with

modular plate and cover in front on surface or in

recessed, including providing and fixing 3 pin 5/6A

modular socket outlet and 5/6 A modular switch,

connection etc. as required. 307 Nos. Each 0.00

6 Supplying and fixing suitable size G.I. box with

modular plate and cover in front on surface or in

recess including providing and fixing 6 pin15/16A &

5/6 A modular socket outlet and 15/16 A modular

switch, connection etc. as required. 200 Nos. Each 0.00

7 Supplying & fixing of 8 module GI box along with

modular base and cover plate with 1no.6 Pin 16A

Socket,1no.16A Switch with LED indicator,& 2nos.

6A Socket i/c connection etc. as required. 1136 Nos. Each 0.00

8 Supplying &fixing of following sizes of medium class

PVC conduit along with accessories in surface

/recess i/c cutting the wall and making good the

same as required. ( For F.A.,Tele phone & LAN )

a) 20mm 4000 Mtrs. Meter 0.00

PART D 277.

SCHEDULE OF WORK (FOR ELECTRICAL (E&M) WORKS )

Name of Works : - Construction of 575 bedded Boys Hostel (G+8) and 150 bedded

Girls Hostel (G+2) including Internal Water Supply, Sanitary Installations, internal

roads, Drainage, Sewerage, internal electric Installations, Pumps, wet riser, Fire

Fighting and Sprinkler system, Fire Alarm & PA system and Lifts, for CIPET, Vatva,

Ahmedabad, Gujarat.

Name of the Contractor

Quantity

Addition : Nil Correction : Nil

Overwriting : Nil Deletion : Nil AE (E)P EE(E)P

Page 290: NIT18PDFCIPET

278

b) 25mm 3000 Mtrs. Meter 0.00

c) 32mm 2000 Mtrs. Meter 0.00

9 Supplying & fixing surface mounting type prewired

1X 28 watt metal body T-5 Fittings along with 28

watt T-5 Lamp with electronic ballast including

connection with 3 X1.5sq.mm copper conductor

cable from existing point, testing etc. as reqd. 1030 Nos. Each 0.00

10 Supplying & Fixing of surface mounting bulk head

luminaries for single 100 Watt lamp comprising of

die cast aluminum alloy body with heat resistant

prismatic glass cover and S/F 15 Watt CFL lamp

(retrofit)& weather proof gasket i/c conn.testing 4 Nos Each 0.00

as required.

11 Supply and fixing decorative wall mounting bracket

suitable for incandescent lamp or retrofit CFL,

complete with all accessories duly rewired,

covered with opal polycarbonate diffuser, S/F

1 no.15 watt spiral direct fit CFL lamp (retrofit)

complete with connection, testing etc.as required. 284 Nos. Each 0.00

12 Supplying and Fixing of Surface mounting type 13

watt LED type down light fittings with all standard

accessories complete with connection, testing

etc. as required. (For Passage & lobby) 203 Nos. Each 0.00

13 Supplying and fixing of 2 x 36 watt surface

mounted luminaries made out of CRCA sheet steel

housing, powder coated white i/c all accessories

prewired up to a terminal block with electronic

ballast , comprising high efficiency mirror optic

aluminum reflector and S/F 2 No. 36 watts Flu.

Lamp i/c connection, testing etc as required. 66 Nos. Each 0.00

14 Supply Installation, testing & commissioning of

A.C.Ceiling Fan of capacitor type with down rod,

canopy, Blades & double ball bearing suitable for

operation on 230 volt, 50Hz, AC supply/c wiring

the down rod with 3 core1.5 sq. mm. FR PVC

insulated copper conductor cable, pdg & fixing

phenolic laminated cover on fan box as reqd.

a) 1200 mm sweep ( Without Regulator)- 5 star 616 Nos. Each 0.00

rating, white colour

15 Supplying & Fixing of 380 mm sweep metal body

Exhaust fan, heavy duty, with double ball bearing

1400 RPM on 230 Volts, 50Hz, single phase A.C.

supply complete with mounting ring frame, arms,

brackets and wire guard etc as reqd. 56 Nos. Each 0.00

16 Supply Installation Testing & Commissioning of

prewired Surface mounted type 3 K.W.,100 Ltr

Storage type Geyser with incoming & outgoing

hose pipes,15 Amp ISI marked plug

top & use on 230V single phase A.C supply i/c

connection, etc. as required. 24 Sets Set 0.00

17 Supplying & fixing Ding - Dong type call bell

including connection testing etc. as reqd. 281 Nos. Each 0.00

18 Supplying and fixing of following size/modules, GI

box along with modular base and cover plate for

modular switches in recessed etc. as required.

a) 1 or 2 module (75mm x 75mm) 863 Nos. Each 0.00

Addition : Nil Correction : Nil

Overwriting : Nil Deletion : Nil AE (E)P EE(E)P

Page 291: NIT18PDFCIPET

279

19 Supplying and drawing following pair,0.5 sq.mm FRLS

PVC insulated annealed copper conductor, unarmored

telephone cable in the existing surface / recessed

steel / PVC conduit as required.

a) 2 pair 3000 Mtrs. Meter 0.00

20 S/F modular blanking plate on the existing modular

plate & switch box excluding modular plate as required. 500 Nos. Each 0.00

21 Supplying & drawing Co-axial TV cable RG-6 grade,

0.7 mm solid copper conductor PE insulated,

shielded with fine tinned copper braid and

protected with PVC sheath in the existing surface

/ recessed steel / PVC conduit as required. 500 Mtrs. Meter 0.00

22 Supplying and drawing of UTP 4 pair CAT 6 LAN

Cable in the existing surface/ recessed steel/ PVC 18000 Mtrs. Meter 0.00

conduit as required.

23 Supplying and fixing following modular switch/

socket on the existing modular plate & switch box

i/c connection but excluding modular plate etc as

required.

a) Telephone socket outlet ( RJ 11) 20 Nos. Each 0.00

b) TV antenna socket outlet 20 Nos. Each 0.00

24 Supplying, installation, testing & commissioning of

48 Port Cat 6 Jack Panels Loaded, for Data cables. 20 Nos. Each 0.00

25 Supplying,installation,testing & commissioning of

Cat 6 RJ 45 I/O with Dual faceplate w/o back box. 764 Nos. Each 0.00

26 Supplying,installation,testing & commissioning of

Cat 6 mounting cord -3ft Blue for Data, Rack Side 968 Nos. Each 0.00

27 Supplying,installation,testing & commissioning of 1U

Cable Manager for data cable in network rack . 20 Nos. Each 0.00

28 Supplying,installation,testing & commissioning of

a) 12 U Network rack with Wall mounting stands as per

specification attached 8 Nos. Each 0.00

b) 24 U Network rack with Wall mounting stands as per

specification attached 1 No. Each 0.00

29

Supply installation testing and commissioning of core layer 2

fully managed enterprise switch

Layer 2 ,10G Stackable, 24x10/100/1000T,internal single ph AC PSU, complete set as per detailed

specification attached 3 Nos. Each 0.00

30

Supply installation testing commissioning of Fully web managed

Network switch of 48 port

20 Nos. Each 0.00

31 Supplying & fixing following ways surface/ recess

mounting, vertical type, 415 volts, TPN MCB

distribution board of sheet steel, dust protected,

duly powder painted, inclusive of 200 amps tinned

copper bus bar, common neutral link, earth bar,

din bar for mounting MCB's,with provision of 100

Amp TP 16 KA MCCB as incomer, inter connection

between incomer MCCB and bus bars as required.

Web smart switch of 48 port 10/100/1000TX+4 SFP

combo ports

Addition : Nil Correction : Nil

Overwriting : Nil Deletion : Nil AE (E)P EE(E)P

Page 292: NIT18PDFCIPET

280

(but without MCB's / MCCB)

(a) 4 way TP 20 Nos. Each 0.00

32 Providing & fixing following rating and breaking

capacity & pole MCCB in existing cubicle panel

board / Vertical DB including drilling holes in cubicle

panel, making connections, etc.as reqd.

(a) 100 Amp, 16 KA 20 Nos. Each 0.00

33 Supplying and fixing following way horizontal type

three pole and neutral, sheet steel, MCB

distribution board, 415 volts, on surface/ recess,

complete with tinned copper bus bar, neutral bus

bar, earth bar, din bar, interconnections, powder

painted including earthing etc. as required.

(But without MCB/RCCB/Isolator)

a) 4 Way (4+12 ), Double door, 30 Nos Each 0.00

b) 6 Way (4+12 ), Double door, 24 Nos Each 0.00

34 Supplying and fixing following way, single pole and

neutral, sheet steel, MCB distribution board, 240

volts, on surface/ recess, complete with tinned

copper bus bar, neutral bus bar, earth bar, din

bar, interconnections, powder painted including

earthing etc. as required.

( But without MCB / RCCB / Isolator)

a) 2+4 way , Double door, 268 Nos Each 0.00

35 Supplying and fixing following rating / poles 415

volts Isolator / MCB in the existing MCB DB

complete with connections, testing and

commissioning etc. as required.

a) 40 Amp Triple pole MCB 80 Nos Each 0.00

b) 40 Amp Four pole Isolator 54 Nos Each 0.00

36 Supplying and fixing 5 Amp to 32 Amp rating

240/415 volts 'C' curve Miniature Circuit breaker

suitable for inductive load of following poles in the

existing MCB DB complete with connections,

testing etc.as required.

a) Single pole 1468 Nos Each 0.00

b) Double pole 528 Nos Each 0.00

37 Supplying and fixing following rating, double pole,

(single phase and neutral), 240 volts, residual

current circuit breaker (RCCB), having a sensitivity

current up to 300 mill amperes in the existing MCB

DB complete with connections, testing and

commissioning etc. as required

a) 25 A 324 Nos Each 0.00

SH : II ( Service connection & Pump set )

1 Supplying & laying of following size HDPE-DWC

(double wall corrugated) rigid pvc pipe with working

pressure 6 Kg / cm2 direct in ground at a depth of

aprox.60 cm below the ground level i/c

excavation, refilling etc.as required.

a) 63 mm OD - 2" 600 Mtrs Mtr. 0.00

b) 90 mm OD - 3" 200 Mtrs Mtr. 0.00

c) 110 mm OD - 4" 1000 Mtrs Mtr. 0.00

Addition : Nil Correction : Nil

Overwriting : Nil Deletion : Nil AE (E)P EE(E)P

Page 293: NIT18PDFCIPET

281

2 Supplying & Laying of one number aluminum

conductor XLPE insulation armoured, ISI marked

power cable 1.1 KV grade of the following size on

surface / in existing pipe as required.

(a) 2 x 10 sq. mm 1000 Mtrs. Mtr. 0.00

(b) 3 1/2 x 70 Sq.mm 500 Mtrs. Mtr. 0.00

(c) 3 1/2 x 120 Sq.mm 500 Mtrs. Mtr. 0.00

(d) 3 1/2 x 185 Sq.mm 400 Mtrs. Mtr. 0.00

3 Supplying and making end termination with brass

compression gland and Aluminum lugs for following

sizes PVC insulated and PVC sheathed / XLPE

Aluminum conductor cable of 1.1 KV grade of the

following size as required.

(a) 2 x 10 Sq.mm ( 19 mm ) 8 Sets Set 0.00

(b) 3 1/2 x 70 Sq.mm ( 38 mm) 6 Sets Set 0.00

(c) 3 1/2 x 120 Sq.mm (45 mm) 4 Sets Set 0.00

(d) 3 1/2 x 185 Sq.mm ( 57 mm) 4 Sets Set 0.00

4 Supply of prefabricated Octagonal hot dip

galvanized poles , Top Section -70 mm & Bottom

section - 130 mm having 3 mm wall thickness ,

4mtr height , with base plate welded at bottom &

Erection with C.C. foundation of 1:3:6 i/c S/F of

4 nos. anchor bolts of 450 mm long & bottom

section with open able cover,300 mm X 50mm X 6

mm thick hylam sheet, 2 nos. brass stud with

washers, 1no.6 Amp SPMCB as required. 30 Nos. Each 0.00

5 Supply I / T / C of LED type street Light Fittings

(IP 66) 65 Watt with pressure die cast aluminum

alloy body & LED Lighting circuit panel with driver

& all accessories, & connection with 1.5 sq mm

copper conductor , double pvc insulated

submersible cable up to fittings as required. 30 Nos Each 0.00

6 Numbering of street light pole with enamel paint,

complete as reqd. 30 Nos. Each 0.00

7 Supplying and fixing cable route marker with10 cm

X 10 cm X 5 mm thick G.I. plate with inscription

there on, bolted /welded to 35 mm X 35 mm X 6

mm angle iron, 60 cm long and fixing the same in

ground as required. 30 Nos. Each 0.00

8 Fabrication, supply, installation, testing and

commissioning of outdoor type feeder pillar,

compartmentalized, cubical construction type of

required dimension, fabricated from CRCA sheet

steel of 2.0 mm thick, & duly painted with epoxy

powder coated painting as reqd.

A- INCOMING :-

i) 250 A TP MCCB 35 KA B.C, Ics=Icu - 1 No.

ii) Indicating lamps (LED type) - 3 Nos.

Addition : Nil Correction : Nil

Overwriting : Nil Deletion : Nil AE (E)P EE(E)P

Page 294: NIT18PDFCIPET

282

iii) 20/4 Amp. Fuse base with link - 3 Nos.

iv) VAF digital meter 96 mm X96 mm - 1 No.

Bus Bar :-

300 Amp.4 strip copper of suitable length --1 Set

B- OUTGOING :-

i) 200 Amp. TP MCCB , 35 KA , Ics=Icu -3 Nos.

ii) 100 Amp. TP MCCB , 35 KA , Ics=Icu -3 Nos.

ii) Street Light Control circuit with GIC make timer,

Contactor, MCB, Connector block , Auto- manual

toggle switch etc- 1 Set. 1 Job Job 0.00

9 Fabrication, supply, installation, testing and

commissioning of outdoor type feeder pillar,

compartmentalized, cubical construction type of

required dimension, fabricated from CRCA sheet

steel of 2.0 mm thick, & duly painted with epoxy

powder coated painting as reqd.

A- INCOMING :-

i) 125 A TP MCCB 35 KA B.C, Ics=Icu - 1 No.

ii) Indicating lamps (LED type) - 3 Nos.

iii) 20/4 Amp. Fuse base with link - 3 Nos.

iv) VAF digital meter 96 mm X96 mm - 1 No.

Bus Bar :-

200 Amp.4 strip copper of suitable length --1 Set

B- OUTGOING :-

i) 100 Amp. TP MCCB , 35 KA , Ics=Icu - 3 Nos.

ii) Street Light Control circuit with GIC make timer,

Contactor, MCB, Connector block , Auto- manual

toggle switch etc- 1 Set. 2 Jobs Job 0.00

10 Earthing with G.I.earth pipe 4.50 mt.Long x 40 mm

dia including accessories and providing masonry

enclosure with cover plate having locking

arrangement and watering pipe etc. with charcoal,

coke and salt complete as required. 8 Set Set 0.00

11 Providing and fixing 25 mm X 5 mm G.I. strip on

surface or in recess for connections etc. as

required. 1000 Mtrs. Mtr. 0.00

12 Providing and fixing 8 SWG G.I. Wire on surface /

recess for loop earthing along with existing surface

/ recessed cable etc.as reqd. 500 Mtrs. Mtr 0.00

13 Supply, installation, testing and commissioning of

horizontal submersible (Open well) pump set with

constructional requirement of C.I. housing, C.I.

impeller, gun metal bush, stainless steel shaft,

brass sleeves, pressurized dia cast copper rotor,

of the speed at 2800 RPM suitable to deliver 18.0

to 9.0 LPS at a head of 47.5 to 65 meters (80mm

x 80mm suction and delivery size) suitable for

operation on three phase 50 Hz, 415V including

lowering the pump set and motor along with 5mtr.

Long lead submersible cable etc, pumps to be

installed on floor surface of sump well as reqd. 4 sets set 0.00

14 Supplying & fixing Following size valve on the

existing delivery line complete as required.

a) 80 mm dia gun metal(Horizontal)non return Valve 4 Nos each 0.00

Addition : Nil Correction : Nil

Overwriting : Nil Deletion : Nil AE (E)P EE(E)P

Page 295: NIT18PDFCIPET

283

b) 80 mm dia gun metal sluice valve (Gate Valve) 2 Nos each 0.00

15 Supplying and fixing following size UPVC pipe for

delivery line i/c accessories like - bend/elbow, tee,

union, socket, reducer etc. as required.

a) 80 mm dia 100 Mtrs. meter 0.00

16 Supplying and fixing following size of PVC

insulated copper conductor, flat submersible cable

on surface i/c connection, testing etc. as reqd.

a) 3 x 6.0 sq mm. 250 Mtrs. meter 0.00

17 Fabrication, supply, installation, testing and

commissioning of Indoor type Panel,

compartmentalized, cubical construction type of

required dimension, fabricated from CRCA sheet

steel of 1.6 mm thick, & duly painted with epoxy

powder coated painting as reqd.

( 1.50 Mt X 1.20 Mt X 0.30 Mtr depth )

Incoming :-

a) 125 Amp TP MCCB (25 KA) B.C. - 1 No.

b) 200 Amp 4 strip Copper Bus bar - 1 Set.

Out going:-

a) 63 Amp TP MCCB (10 KA) B.C. - 3 Nos.b) 0-100 Amp Ammeter with CT'S & selector switch -1 Set

c) 0-500 Volt meter with S/S and protection fuses- 1 Set.

d) M.L.-2 Fully automatic Star Delta starter with

ON-OFF switch and indicating lamps-3 sets.

e) 0-24 hrs.Timer with By-Pass arrangement

- 3 Nos. (GIC/ L&T make)

f) Single phasing preventer -3 Nos, (L&T/Minilec)

g) Phase indicating lamp with HRC fuses-1 set. 2 Sets Set 0.00

18 Supplying, installation ,testing and commissioning

of following amps, IP 54 protection straight lenght

4 Pole, epoxy insulated Copper conductor rising

mains in convenient sections with tap off points

in each floor , epoxy painted sheet steel housing

of suitable thickness as per manufacturers

standard with 50% neutral and 2 nos x 25mm x 5

mm external Galvanized earthing strips suitable for

415 Volts , 3 phase, 4 wire, 50 Hz A.C. supply ,

fixing bracket, jointing etc as required.

(a) 400 amps 60 Mtrs. Mtr. 0.00

19 SITC of End feed unit consisting of flange end,

enclosure for flange end following rating, 4 Pole

,25 KA, (Ics=Icu at 415 V) MCCB, with all required

protection systems and with rotary handle.

( a) 200 amps, 25 KA 2 Nos. Each. 0.00

20 Supplying, installation, testing and commissioning

of TPN tap off box of following capacity on the

existing rising main with following accessories

interconnection earthing etc. as required.

(a)63 amps 4 pole MCCB, 25KA (Ics = Icu ) 18 Nos. Each. 0.00

Package-C1 Rs.PACKAGE-C2

SH : III ( Fire Fighting System & sprinkler system

For Boy's hostel

Addition : Nil Correction : Nil

Overwriting : Nil Deletion : Nil AE (E)P EE(E)P

Page 296: NIT18PDFCIPET

284

1)

Supplying, Installation, testing and commissioning of the

Electric Motor driven Fire Pump Set for Wet Riser system

suitable for manual / automatic operation as per specifications

as required and comprising of the following:

a)

1 No. horizontal split casing centrifugal , multistage fire pump

capable of delivering 2280 LPM of water against a total head of

70 mtrs. with pump casing of cast iron, conforming to IS:210-

1978, bronze impeller, shaft sleeve bearing shall be of non

corrosive metal like bronze / stainless steel / gunmetal and

shaft of stainless steel EN-8 including mechanically sealed

bearing, so as to ensure a minimum pressure of 3.5 Kg / sq.

cm at the farthest, top most outlet (The pump should also be

capable of giving 150% of rated discharge at a head not less

than 65% of the rated head)

b)

1 No. squirrel cage induction motor conforming to IS : 325-

1978 with class F insulation, TEFC type conforming to relevant

protection class of IS: 4691-1968, synchronous speed of 1450

RPM, continuous duty, designed for operation on 415 volt , 50

Hz, 3 phase, AC supply, having a horse power rating necessary

to drive the above pump at 150% of its rated discharge with

atleast 65% rated head.

c)

Common bed plate fabricated out of MS channel of suitable size

for assembling the pump and the motor, flexible coupling and

with coupling guard for protection / safety .

d)

Making cement concrete foundation suitable for electrical pump

set including vibration isolation by providing cushy foot

mounting pads as necessary, foundation bolts, brackets,

clamps, fixtures, grouting in accordance with CPWD /

manufacturer's specification etc. complete as reqd. 2 Sets Set 0.00

2)

Supplying, Installing, Testing and Commissioning of Jockey /

Pressurisation pump set for Hydrant system suitable for

manual / automatic operation as per specification as required

and comprising of the following :-

a)

1 No. horizontal multi stage pressurisation pump having

Minimum discharge of 228 LPM at a head of 70 Meter, pump

casing of cast iron, conforming to IS:210 - 1978, parts like

impeller, shaft sleeve wearing ring of non-corrosive metal like

bronze/stainless steel/gun metal and shaft of stainless steel.

b)

1 No. squirrel cage induction motor conforming to IS: 325-

1978 with class F insulation TEFC type conforming to relevant

protection/safety class of IS:4691-1968, synchronous speed of

1450 RPM continuous duty, designed for operation on 415 volt ,

50 Hz, 3 phase, AC supply.

c)

Common bed plate fabricated out of MS channel of suitable size

for assembling the pump and the motor, flexible coupling and

with coupling guard for protection/safety.

d)

Making cement concrete foundation suitable for electrical pump

set including vibration isolation by providing cushy foot mount

pads as necessary, foundation bolts, brackets, clamps, fixtures,

grouting etc, in accordance with manufacturer's design etc.

complete as required. 1 Set Set 0.00

3)

Providing, fixing, testing and commissioning, the following size

MS ERW pipe of minimum 6mm thick, conforming to IS:3589

hot dip galvanizing as per Grade 1 of IS : 4736-1968, including

jointing by welding, providing accessories such as MS bracket,

U clamps with Anchor fasteners,GI hot dipped tees / elbows /

reducers / bends / flanges etc. as required, and laying on

surface and painting with two coats of anticorrosive primer and

two coats of approved red enamel paint after laying and testing

to 13.5 Kg/Sq.cm hydraulic pressure after installation etc. as

per specifications complete as required.

a) 200 mm dia 20 Mtrs. Mtr. 0.00

Addition : Nil Correction : Nil

Overwriting : Nil Deletion : Nil AE (E)P EE(E)P

Page 297: NIT18PDFCIPET

285

4)

Providing, fixing, testing and commissioning, of the following

sizes of flange jointed / screwed / welded, GI pipes of Class C

(heavy class) ISI marked and of approved make, hot dip

galvanized to Grade 1 of IS : 4736-1968, including accessories

such as MS bracket, U clamps with Anchor fasteners,GI hot

dipped tees / elbows / reducers / couplings / unions / bends /

flanges etc., and laying on the surface including painting with

two coats of anticorrosive primer and two coats of approved

red enamel paint after laying and testing to 13.5 Kg/Sq.cm

hydraulic pressure after installation etc. as per specifications

complete as required.

a) 150 mm dia 80 Mtrs. Mtr. 0.00

b) 100 mm dia 40 Mtrs. Mtr. 0.00

c) 80 mm dia 24 Mtrs. Mtr. 0.00

d) 65 mm dia 30 Mtrs. Mtr. 0.00

e) 50 mm dia 200 Mtrs. Mtr. 0.00

f) 40 mm dia 200 Mtrs. Mtr. 0.00

g) 25 mm dia 200 Mtrs. Mtr. 0.00

5)

Providing, fixing, testing and commissioning, of the following

sizes of flange jointed / screwed / welded, GI pipes of Class C

(heavy class) ISI marked and of approved make, hot dip

galvanized to Grade 1 of IS : 4736-1968, including accessories

such as MS bracket, U clamps with Anchor fasteners,GI hot

dipped tees / elbows / reducers / couplings / unions / bends /

flanges etc., including excavation in all kinds of soil and all

types of roads, direct in ground to a depth of 30cm to 1 mtr as

per site condition i/c concrete supports/anchors/thrust pads

and refilling the trench alongwith disposal of malba to the

nearest dumping ground, and wrapping with 2 nos 3 mm

thick polymeric corrossion protection tape conforming to IS

10221 and painting with bituminous paint after laying and

testing to 13.5 Kg/Sq.cm hydraulic pressure after installation

etc. as per specifications complete as required.

a) 150 mm dia 200 Mtrs. Mtr. 0.00

b) 100 mm dia 40 Mtrs. Mtr. 0.00

c) 80 mm dia 20 Mtrs. Mtr. 0.00

6)

Providing, fixing including testing and commissioning the

following sizes of flanged type butterfly valves of cast iron body

and bronze / gun metal seat conforming to class PN 1.6 of

IS:780 complete with bolts and nuts, rubber packing etc. as

per specification complete as required.

a) 200 mm dia 2 Nos. Each 0.00

b) 150 mm dia 7 Nos. Each 0.00

c) 100 mm dia 2 Nos. Each 0.00

d) 80 mm dia. 2 Nos. Each 0.00

7)

Providing, fixing including testing and commissioning the

following sizes of horizontal / vertical non-return valves (check

valves) made out of C.I. body and bronze/gun metal seat, ISI

marked and of approved make complete with flanges, bolts and

nuts, rubber insertions etc.as per specification complete as

required.

a) 150 mm dia ( Horizontal) 4 Nos. Each 0.00

Addition : Nil Correction : Nil

Overwriting : Nil Deletion : Nil AE (E)P EE(E)P

Page 298: NIT18PDFCIPET

286

b) 100 mm dia ( Horizontal) 2 Nos. Each 0.00

c) 80 mm dia ( Horizontal) 2 Nos. Each 0.00

d) 50 mm dia ( Horizontal) 2 Nos. Each 0.00

e) 50 mm dia ( Vertical) 2 Nos. Each 0.00

8)

Providing, fixing including testing and commissioning the

following size of gun metal Gate valves with flanged end, ISI

marked etc.as per specification complete as required.

a) 50 mm dia 7 Nos. Each 0.00

9)

Providing, fixing including testing and commissioning 150 mm

dia pressure gauge of range 0 - 15 Kg / sqcm conforming to IS -

3624 having bourdon tube of stainless steel 310 in cast

aluminium,stove enamelled, black, weather proof case with

outer, screwed aluminium bezel and complete with necessary U-

type stainless steel siphon tube and cock including providing

suitably painted angle iron support to the tube etc.as per

specification complete as required. 6 Nos. Each 0.00

10)

Providing, fixing including testing and commissioning 200 mm

dia flanged type Pot Strainer with cast iron casing, and brass

strainer suitable for system pressure etc. complete as required. 2 Nos. Each 0.00

11)

Providing masonry enclosure (valve chamber for external sluice

valves) of internal dimensions 1 mtr. length x 1mtr. width x 1.2

mtr. depth with 230 mm thick brick work in cement mortar

with 1:2:4 (one cement : 2 coarse sand :4 coarse aggregate of

20mm nominal size ) MS cover made out of MS chequered

plate of thickness 10 mm including necessary excavation,

refilling and removal of the surplus soil, plastering etc. as per

specification complete as required with Floor work C.C. 8 Nos. Each 0.00

12)

Providing, fixing, testing and commissioning internal hydrants

comprising of double headed double outlet gunmetal landing

valves conforming to type B of IS:5290-1977 with separate

valves, 63 mm dia one on each of the two heads, and chain

arrangement on one head of the outlet with an instantaneous

pattern female coupling suitable for connecting to hose pipe

and adaptor on the other head for first aid hose reel

connection, G.I. tee tapping from the wet riser, distant piece

I/c pressure reducing disc/orifice so as not exceed pressure of

3.5 kg./sq.cm and any other accessories including painting with

two coats of anticorrosive primer and two coats of approved

red enamel paint etc. as per specification complete as required. 27 Nos. Each 0.00

13)

Providing, fixing ,testing and commissioning external (yard)

hydrant "STAND-POST" type conforming to IS:908-1975 and

comprising of stand post for single outlet of hot diped class ' C'

G.I. Pipe of 100 mm dia at the with instantaneous spring lock

type Stainless steel female coupling of 63 mm dia for

connecting to hose pipe, single headed Stainless steel valves

conforming to type A of IS: 5290-1977, GI tee tapping from

underground mains, flange riser and any other accessories etc.

as per specification complete as required. 4 Nos. Each 0.00

14)

Providing and Fixing of 63 mm dia 15 mtr long polyester fiber

type hose pipes, ISI marked, Type - B as per IS : 636-1979

complete with necessary instantaneous spring lock type male-

female coupling of stainless steel at the ends to match with

landing valves hose pipe / branch pipe complete as required. 20 Sets Set 0.00

Addition : Nil Correction : Nil

Overwriting : Nil Deletion : Nil AE (E)P EE(E)P

Page 299: NIT18PDFCIPET

287

15)

Providing installing and commissioning of first aid hose reel

equipment comprising of powder coated swinging type hose

reel drum (IS: 884) wall mounting type fixing bracket, 25 mm

dia stainless steel Butterfly valve with 25mm stainless steel,

shut off nozzel, nylon braided PVC hose of 25 mm dia x 36 mtr

long with 8 mm bore as required. 8 Nos. Each 0.00

16)

Providing, fixing and testing of 63 mm x 19 mm dia S.S.

branch pipe with S.S. male inlet (for connection to the hose

reel) on one end and external threading on the other end 19

mm dia (internal) nozzles of gunmetal having screw thread and

hexagonal head at the inlet end to facilitate screwing of nozzle

on to the pipe, both ISI marked etc. as per specification

complete as reqd. 20 Nos. Each 0.00

17)

Providing weather proof cabinet for accomodating Hose pipes

and branch pipe for external yard hydrants of size 400 mm

height x 1200 mm x 450 mm deep, fabricated out of 2 mm

thick sheet steel, having lockable centre opening doors made

out of 1.6 mm thick sheet steel with glazed glass front, and

including fixing on steel frame structure made out of 25 x 25

x6mm Angle iron supports with clamping arrangement and

painting with two coats of anticorrosive primer and two coats of

approved red enamel paint etc. as per specification complete

as required 2 Nos. Set 0.00

18)

Providing, fixing and testing of 2 way GM Fire Service inlet

connection cast iron body having 2 Nos. G.M. 63 mm male

instantaneous inlets, fitted with non-return valves, complete

with Gun Metal drain valves. 2 rubber blank caps and chain

fitted on 150 mm dia x 1 mtr. long GI pipe header in the

existing cabinet etc. as per specification complete as required 1 Set Set 0.00

19)

Providing, fixing, testing and commissioning one set of 4 way

collector head for Fire Brigade connection with 63 mm dia

instantaneous gunmetal male inlet couplings, plugs, chains, I/c

150 mm dia x 1mtr. long GI pipe header housed in existing

cabinet etc.as per specification complete as required. 1 No. Each 0.00

20)

Providing, fixing of Hose Box wall mounting type made out of

14 gauge mild steel sheet with 600 mm x 400 mm x 450 mm

width to accommodate 2 nos. 15 mtr length of delivery hose

and branch pipe, acrylic fronted double door with lock and keys

and break glass recess for keys, painted in FIRE RED. 2 Nos. Each 0.00

21)

Providing, fixing including testing and commissioning of

Pressure switches in M.S. pipe line complete with accessories

as per specification complete as required. 3 Nos. Each 0.00

22)

Providing, fixing including testing and commissioning air vessel

fabricated out of 8 mm thick M.S.Sheet having 250 mm dia and

a height of 1.2 mtr with dished ends and supporting legs,

mounted on the floor, necessary piping, etc. as per

specification complete as required. 1 No. Each 0.00

23)

Providing, fixing, weather proof Cabinet, fabricated out of

2mm thick sheet steel having, lockable doors made out of 2

mm thick sheet steel alongwith glazed glass front and down

side openable of suitable size but not less than 300 mm x 300

mm x 300 mm suitable for accommodating the external

hydrant ,including painting with two coats of anticorrosive

primer and two coats of approved red enamel paint etc. as per

specification complete as required. 4 Nos. Each 0.00

Addition : Nil Correction : Nil

Overwriting : Nil Deletion : Nil AE (E)P EE(E)P

Page 300: NIT18PDFCIPET

288

24)

Providing & fixing, testing and commissioning of Installation

control valve with water gong / hydraulic siren in the wet riser

piping system to indicate the flow of water in the system,

complete with by pass valve arrangement with 150 mm dia

hot dip G.I. pipe of 'C' class etc. as per specification as

required. 1 Set Set 0.00

25)

Providing, fixing, testing and commissioning of 15 mm dia

gunmetal sprinkler head with quartz bulb, along with the

required C class GI socket and with temperature of operation of

57 degree centigrade, of following type including drop G-I pipe

with 25x15mm 45 reducer, clamp of suitable length etc. as per

specification complete as required.

a) Pendent Type 160 Nos. Each 0.00

26)

Providing, fixing, testing and commissioning of electronically

operated flow switch with threaded connection for indicating

the water flow in each sprinkler branch line with necessary

junction box installed in the accessible place etc. as per

specification complete as required. 2 Nos. Each 0.00

27)

Supplying, installation, testing & commissioning of cubical type,

extensible, bolted construction cubicle Panel suitable for 415 V,

3 Phase, 4 wire 50 Hz AC supply system of suitable size

fabricated in compartmentalized design from CRCA sheet steel

of 2 mm thick for frame work and covers & doors of 1.6 mm

thick sheet, 3 mm thick for gland plates i/c cleaning & finishing

complete with 7 tank process for powder coating in approved

shade, having 500 Amp capacity extensible type TPN Copper

bus bars of high conductivity, DMC/SMC bus bar supports, with

short circuit withstand capacity of 31 MVA for 1 Sec., bottom

base channel of MS section not less than 100 mm x 50 mm x 3

mm thick, fabrication shall be done in trasportable sections,

entire panel shall have a common copper earth bar of size 25

mm x 5 mm at the rear with 2 Nos. earth stud, solid

connections from main bus bar to switch gears with required

size of Copper bus bars and control wiring with 1.5 sqmm &

2.5 Sq.mm. PVC insulated copper conductor S/C cable for

voltage & Current respectively, cable alleys, cable gland plates

in two half, i/c providing following switch gears :

a) INCOMING SECTION :

i)

1 No. - 400 Amps.,Four Pole MCCB, 50 KA (Ics=Icu at 415 V)

with O/L, S/C & built-in earth fault protection with following

accessories for each MCCB's :-

ii)

1 Set - Intelligent multifunction digital meter to read V, I, Hz

with 3 Nos. resin cast CTs of 400/5 A class 1.0 accuracy and 15

VA burden. - 1 No.

iii) 1 Set - Phase Indication lights LED type

b) OUTGOING SECTION

i)

Electric fire pump section with 250 A, 50 KA (Icu = Ics) panel

mounting type TP MCCB with control system components and 1

no 75 hp FASD starter including timers, relay contactors, auto -

manual switch, indicating lamps and push buttons, for ON/OFF

and AUTO / MANUAL position, annunciator, with stay type

push button, digital ammeter with selector switch and CT's,

instruments and other necessary accessories, with lockout

devices, audio visual indications as required - 2 Sets.

ii)

Pressurisation pump section consisting of 63 A TP MCCB, 25

KA rating, control system components such as timers, relays,

contactors etc, 7.5 fully automatic star delta starter units , CTs,

digital ammeter with selector switch, indication lamps and

necessary instruments and accessories for ON/OFF, AUTO,

MANUAL - 1Set.

Addition : Nil Correction : Nil

Overwriting : Nil Deletion : Nil AE (E)P EE(E)P

Page 301: NIT18PDFCIPET

289

iii)

Inter connections control and power cable work, cable glands (

panel side gland of cable are covered ), lugs all internal wiring

for the complete work as above including earthing etc.

complete as required

iv)

Control section having control components integrating the

various sections, so as to satisfy the functional requirements of

an automatic wet riser system. Battery charger unit capable of

independently charging 2 batteries at a time with 24 volts 180

AH (2 x 12 volt) batteries each and boost/trickle charge facility

and voltmeter visual/audio alarms, necessary instruments

indicating lamps, push buttons, fuse terminal blocks etc. lamps

healthy test facility to simulate operation of hydrants, pressure

switches, low water level indicators and other accessories as

per specifications. item included supply of wiring of wiring from

sump tank and terrace tank to panel flot switches rating SMF

battery. 1 Job Job 0.00

28)

Supplying, laying & fixing of following sizes PVC insulated PVC

sheathed Armoured Aluminium conductor cable of 1.1 KV

grade on surface / existing cable trays etc as per specification

complete as required.

a) 3 x 120 sq. mm. (For Main fire pumps) 50 Mtrs Mtr 0.00

29)

Supplying, laying & fixing of following sizes PVC insulated PVC

sheathed Armoured copper conductor cable of 1.1 KV grade on

surface / existing cable trays etc. as per specifications complete

as required.

a) 3 x 25 sq. mm. (For Pressurisation pumps) 40 Mtrs Mtr 0.00

30)

Supplying and making end termination with brass compression

gland and heavy duty Copper lugs suitable for the following

sizes of cable connection etc. as per specification complete as

required.

a) 3 x 120 sq. mm. 4 Sets Set 0.00

31)

Supplying and making end termination with brass compression

gland and heavy duty copper lugs suitable for the following

sizes of cable connection etc. as per specification complete as

required.

a) 3 x 25 sq. mm 2 Sets Set 0.00

32)

Supplying and fixing G I strip of 25 mm X 5mm on surface or in

recess i/c connections etc.as reqd. 20 Mtrs Mtr. 0.00

33)

Fabrication, Supply and installing following size of perforated

Galvanised Steel cable trays including horizontal and vertical

bends, reducers, tees, cross members and other accessories as

required, and duly suspended from the ceiling with M.S.

suspenders including painting etc. as per specification complete

as required.

a) 100 mm width X 50 mm depth X 1.5 mm thickness 30 Mtrs Mtr. 0.00

b) 150 mm width X 50 mm depth X 1.5 mm thickness 30 Mtrs Mtr. 0.00

34

Providing and fixing 6 SWG dia GI wire on surface in recess for

loop earthing along with the existing surface/recessed

conduit/sub main wiring cable etc. as required. 120 Mtrs Mtr. 0.00

35

Providing and laying Electric insulated rubber mat non skid type

with fluted top and plain border, 1 meter wide and 6.mm thick

rated for 1.1 KV capable of withstanding 15000 V for 1 min as

per IS : 5424 (ISI marked) etc. as per specification complete

as required 12 Mtrs Mtr. 0.00

Addition : Nil Correction : Nil

Overwriting : Nil Deletion : Nil AE (E)P EE(E)P

Page 302: NIT18PDFCIPET

290

36

Supplying and fixing of ABC dry chemical powder type fire

extinguisher of following capacity epoxy powder coated fully

charged i/c providing and fixing of suitable size wall mounting

M.S. Bracket etc complete as required.One each on every floor

and lift machine room

a) 6.0 Kg 10 Nos Each 0.00

37

Supplying and fixing of carbon Dioxide (Co2) fire extinguisher

of following capacity duly epoxy powder coated fully charged

i/c providing and fixing of suitable size wall mounting M.S.

bracket etc complete as required.

a) 4.5 Kg 20 Nos Each 0.00

38

Supplying and fixing safety signages printed on Photo

luminescent multi layered 1.2 mm thick aluminiun sheet having

ultra violet 1000, zinc sulphide as base chemical stored under

crystal clear shell, pasted firmly on the aluminium sheet cut to

required size, fixed on the wall with the help of brass screws

etc. complete as required. (The matter with Hindi & English

bilangual be written on the above aluminium sheet). 10000 Sq.in Sq.in 0.00

40)

Supplying and laying XLPE armoured copper conductor power

cable of 1.1 KV grade conforming to relevant IS and of

following size complete as required.

(a) 4 X 2.5 Sq.mm On surface/ in Pipe 300 Mtrs. Mtr. 0.00

41 Fabrication, supply, installation, testing and

commissioning of indoor floor / wall mounted

compartmentalized, cubical panel of size 1.0 mtr x

0.90 mtr.X 0.30 mtr. deep, fabricated from CRCA

sheet steel of 1.6 mm thick, powder coated, earth

connection , suitable for operation on 3 Phase,

415 Volts, 50 Hz supply i/c providing and fixing the

following switch gear mounted there on complete

with gaskets and inter connections etc as reqd.

i ) 100 Amp. 3 pole,MCCB of 10 KA B.C.- 1 No.

ii) LED type Phase indicating lamps R,Y,B,- 1 Set.

iii) VAF meter with CTs & Selector switch - 1 set

iv) 40 Amp. 3 pole,MCB of 10 KA B.C.- 2 Nos.

v) Star-Delta Starter with ML1.5 Contactor-2 Set

vi) LED type On , off , Indicating lamps - 2 Sets.

vii) Over load relay - 18-25 Amp.( L&T) - 2 Nos. 1 Set Set 0.00

42 Remote ON-OFF push button at alternate floors i/c

connection with multi core control wiring as reqd. 16 Sets Set 0.00

43 Supplying, Laying & Fixing on wall / surface one

no. XLPE insulated, & PVC sheathed armoured

copper conductor cable of 1.1 KV grade on

surface / cable tray as required.

b) 3 x 6 Sq.mm 80 Mtrs mtr 0.00

44 Supplying & making end termination with brass

compression gland and Copper lugs for following

sizes PVC insulated and PVC sheathed copper

conductor cable of 1.1 KV grade of the following

size as reqd.

a) 4 x 2.5 Sq.mm , 2 Sets Set 0.00

b) 3 x 6 Sq.mm , 4 Sets Set 0.00

Package-C2 Rs.

PACKAGE-C3

( Fire Alarm & PA System)

Addition : Nil Correction : Nil

Overwriting : Nil Deletion : Nil AE (E)P EE(E)P

Page 303: NIT18PDFCIPET

291

1 Supply, Installation, Testing and Commissioning of

Microprocessor based intelligent and electronically

addressable, modular, networkable, 2 - loops

Panel (expandable up to 32 loops) with each loop

capacity of 250 detectors with Loop length up to

3 KM. Fire alarm control panel with 5.7 inch touch

screen LCD display, multiple access levels, 10,000

event history logs in the non volatile memory

(EEPROM). The panel should be modular

microprocessor based in nature. The panel shall

have 240V AC power supply,

Automatic battery charger, 24V , ceiled lead acid

maintenance free batteries sufficient for 24

hours normal working and then be capable of

operating the system for 30 minutes during

emergency condition. Provision for integration

to BMS Back net software.

The panel shall be EN54 / Vds / UL Certification. 1 No Each 0.00

2 Supply, Installation, Testing and Commissioning of

addressable multi sensor detector with a

combination of Optical and Thermal, including

mounting base with LED… etc. complete as

required, Each Detector should have 2 Isolators

(one for incoming and one for outgoing line)

integrated in detector for maintaining operational

availability of all elements in the loop, even in the

event of a short circuit & Drift Compensation

feature & Automatic addressing. High resistance to

electromagnetic effects in accordance with EFSG

agreement EFSG/F/97/005, Shall be EN54/ VDs/UL

certification, Above False Ceiling, Including

Junction Box, Cable glands, screw raval plugs etc

complete. 151 Nos Each 0.00

3 Supply, Installation, Testing and Commissioning of

addressable Thermal detector , including mounting

base with LED… etc. complete as required, Each

Detector should have 2 Isolators (one for incoming

and one for outgoing line) integrated in detector

maintaining operational availability of all elements

in the loop, even in the event of a short circuit &

Drift Compensation feature & Automatic

addressing. High resistance to electromagnetic

effects in accordance with EFSG agreement

EFSG/F/97/005 Shall be EN54/ VDs/UL

certification, Above False Ceiling, Including

Junction Box, Cable glands, screw raval plugs etc

complete. 48 Nos Each 0.00

4 Supply, Installation, Testing and Commissioning of

addressable manual break glass unit ( Double action)

with flexible network structures & necessary fixing

arrangements with key complete as required. Shall

be EN 54 / Vds/UL Certification. Including Junction

Box, Cable glands, screw raval plugs etc complete. 51 Nos Each 0.00

5 Supply, Installation, Testing and Commissioning of

Addressable Control Relay Module, Din Rail mounted

with appropriate mounting Box with flexible network

structures with a maximum switching current of 1A @

Addition : Nil Correction : Nil

Overwriting : Nil Deletion : Nil AE (E)P EE(E)P

Page 304: NIT18PDFCIPET

292

30V DC. Shall be EN54/ Vds Certification/UL, Including

Junction Box, Cable glands, screw raval plugs etc

complete. 2 Nos Each 0.00

6 Supply, Installation, Testing and Commissioning of

Stand alone Loop Powered detector base sounder

with 32 different tone variants selection options &

adjustable sound pressure by 5 levels, the sound

pressure 92.1 dB(A), with flasher having

Synchronized flash rate of 1 Hz and Light intensity >

2 cd, should be programmed from the panel. Shall be

EN54 / Vds/UL Certification. Including Junction Box,

Cable glands, screw raval plugs etc complete. 67 Nos Each 0.00

7 Supplying and laying 2 x 1.5 Sq mm, 1.1 KV grade

flame retardant copper conductor PVC cable with

steel braided and overall shielded with aluminum

Mylar tape, on wall with all accessories,Thimbling

including connection etc. as reqd. 3000 Mtrs Mtr 0.00

Digital Public address and Emergency evacuation system

8 Supply, Installation, testing & commissioning of

Public Address & Emergency announcement

system control station. 1 No Each 0.00

9 Supply, Installation, testing & commissioning of

Voice Alarm Call Station to make Announcement

from main panel Location. 1 No Each 0.00

10 Supply, Installation, testing & commissioning of

a) Booster Amplifier having 240 watts . 1 No Each 0.00

b) Booster Amplifier having 480 watts . 3 Nos Each 0.00

11 Supply, Installation, testing & commissioning of

following cabinet speaker complete as required .

a) 30 Watt Loudspeaker, dark 8 Nos Each 0.00

b) 6 Watt Loudspeaker, - wall mountable 166 Nos Each 0.00

12 Supplying and laying 2 x 1.5 Sq mm , speaker

cable copper conductor PVC insulated

including connection etc. as reqd. 3000 Mtrs Mtr 0.00

13 Supplying,installation,testing & commissioning of

36 U Network rack i/c mounting stands etc as reqd. 1 No. Each 0.00

Package-C3 Rs.

PACKAGE-C4

(Lift Equipments)

1 Supply, installation testing and commissioning of 10

passenger 680 Kg elevators having contract speed 1.5

mps serving different floors in the existing lift shaft as

per details specifications shown and as per CPWD

specification (Lift & Escalators) Part-III etc. as required.

(Makes- OTIS/ Kone Elevators/ Mitsubishi/ Schindler/

Johnson Lifts Pvt Ltd)

LOCATION OF LIFT :- CIPET Boys Hostel, Vatva

Ahmedabad.

(i) SPEED :- 1.5 mps

(ii) FLOORS : G + 8 (9 floors)

(iii) TRAVEL : 24 Meters (approx)

Addition : Nil Correction : Nil

Overwriting : Nil Deletion : Nil AE (E)P EE(E)P

Page 305: NIT18PDFCIPET

293

(iv) STOPS AND OPENING : 9Nos. ( GR + 8 Upper Floor)

(v) CONTROLLER : Micro processor based

Simplex Selective collective

with / with out attendent

(vi) DRIVE : V V V F (3VF)

(vii) Automatic rescue device complete with dry,

maintenance free batteries of suitable

capacity as required.

(viii) OPERATION : Duplex full collective

selective with / withut attendant.

(ix) Power : 415 V, 3 phase 50 Hz, 4 wire system

(x) Type of landing door centre opening power

operated door.

(a) CAR :- Power operated, centre opening

horizontal sliding stainless steel doors

scratch resistant with Honey Comb finish

shall be provided, with hand rail at

900 mm above floor level not less than

600 mm long to be fixed adjacent to

control panel in the lift car including

lights, cabin fan, intercom system etc.

(b) Landing doors : Stainless steel scratch resistant

with Honey Comb finish i/c infra red full

curtain control.

xi) Voice announcement systems in the car, to

announce the position of elevator in

the hoist way or the car passes

or stops at floor served by the elevator. 2 Jobs Job 0.00

xii) Fireman switch at Ground floor

Package C4 Rs.

ABSTRACT OF COST

Sr.No. Name of Package Amount

1 Package-1 ( Internal E.I., Pump etc. ) Rs. 0.00

2 Package-2(Fire fighting & sprinkler ) Rs. 0.00

3 Package-3(Fire alarm & PA system) Rs. 0.00

4 Package-4 ( Lift) Rs. 0.00

Total Of Electrical 0.00

Rebate if any 0.00

Grand Total 0.00

Total of Electrical (Say Rs.) 0

Addition : Nil Correction : Nil

Overwriting : Nil Deletion : Nil AE (E)P EE(E)P