sample tender document

228
Ref No: -CL20130223 to 225 & CL20140037 Date: 13 th Sep 2014 TENDER DOCUMENT FOR CIVIL, PLUMBING,` INDUSTRIAL WATER SUPPLY, FIRE FIGHTING, HVAC & INCLUDING RENOVATION WORKS FOR CLPM, CEC, MET LAB & CMD BUILDINGS AT ARCI, BALAPUR, HYDERABAD Owner INTERNATIONAL ADVANCED RESEARCH CENTRE FOR POWDER METALLURGY AND NEW MATERIALS (ARC International) Balapur PO, R.R. District, Hyderabad – 500 005, India Tel: 040-24452376, 24452319, Fax: 040- 24442699 Consultants SS INFRASTRUCTURE PROJECT CONSULTANTS PVT.LTD HYDERABAD

Upload: anas

Post on 19-Dec-2015

252 views

Category:

Documents


4 download

DESCRIPTION

Downloaded from internet.

TRANSCRIPT

Page 1: Sample Tender Document

Ref No: -CL20130223 to 225 & CL20140037 Date: 13th Sep 2014

TENDER DOCUMENT FOR

CIVIL, PLUMBING,` INDUSTRIAL WATER

SUPPLY, FIRE FIGHTING, HVAC & INCLUDING RENOVATION WORKS FOR

CLPM, CEC, MET LAB & CMD BUILDINGS AT

ARCI, BALAPUR, HYDERABAD

Owner

INTERNATIONAL ADVANCED RESEARCH CENTRE FOR POWDER METALLURGY AND NEW MATERIALS

(ARC International) Balapur PO, R.R. District, Hyderabad – 500 005, India

Tel: 040-24452376, 24452319, Fax: 040- 24442699

Consultants SS INFRASTRUCTURE PROJECT CONSULTANTS PVT.LTD

HYDERABAD

Page 2: Sample Tender Document

1

INTERNATIONAL ADVANCED RESEARCH CENTRE FOR POWDER METALLURGY AND NEW MATERIALS (ARCI)

Balapur PO, Hyderabad – 500 005, India

TENDER FOR CIVIL, PLUMBING, INDUSTRIAL WATER SUPPLY, FIRE

FIGHTING, HVAC & INCLUDING RENOVATION WORKS ARCI, an autonomous R&D Society of Department of Science and Technology, Govt. of India invites sealed tenders from eligible contractors for following work:

Name of Work : Construction work (including new civil works, plumbing, Industrial water supply, Fire Fighting and HVAC & including Renovation works) for CLPM, CEC, MET LAB & CMD buildings at ARCI, Hyderabad.

Estimated Cost : Rs.12.46 Crores. EMD : Rs.22.50 lakhs by Demand draft. Consultants : M/s. SS Infrastructure Project Consultants Pvt. Ltd,

Hyderabad Eligibility:

The eligible companies conforming to eligibility criteria laid down in the tender document may submit the same in sealed envelope to the Director, ARC International, Balapur PO, Hyderabad-500005 latest by 06-10-2014 up to 15.0Hrs super scribing the envelope, enclosing all requisite documents, with name of work and drop the envelope in the tender box kept at ARCI security. ARCI reserves the right to reject any or all applications and to call off the process of finalizing of contractors, at any stage without assigning any reasons.

Page 3: Sample Tender Document

2

Press Notification:- Ref No: -CL20130223 to 225 & CL20140037 Date: 13th Sep 2014

NOTICE INVITING CIVIL TENDER WITH

RENEWED COMMERCIAL TERMS Director, ARCI invites sealed tenders in two bid system (Technical and Price Bid)

from Contractors registered with State and Central Government agencies

/departments or Corporate Houses or MNCS for Civil, Plumbing, Industrial water

supply, Fire Fighting and HVAC works for Four Buildings at ARCI, Balapur

Approximate area of construction is 4856Sqmt at an estimated cost of Rs12.46

crores.

Tender document can be obtained from ARCI on all working days from 13th Sep

2014 to 6th Oct 2014 between 09.00 to 13.00 Hrs on payment of Rs. 5000/- in the

form of DD from any nationalized bank in favour of “The Director, ARCI,

Hyderabad”. Tender documents can also be downloaded from our website

“http://www.arci.res.in”. Those who downloaded should enclose DD for

Rs. 5000/- to the Technical Bid. Last Date for Submission of filled-in Tender

document in all respects is: 6th Oct 2014 (15.00 Hrs).

Director ARCI

Page 4: Sample Tender Document

3

TABLE OF CONTENTS

SECTION SUBJECT PAGE NO VOL-I

General Instructions to Tenderer along with Eligibility Criteria.

4-26

VOL-II

General & Special Conditions of Contract, Technical Specifications for Civil, Plumbing , Industrial water Supply, Fire Fighting & HVAC Works

27-61

VOL-III

Bill of Quantities with Detailed Description of the works for Civil, Plumbing, and Industrial water Supply, Fire Fighting, HVAC & Including renovation works.

62-224

VOL-IV

LIST OF Tender Drawings

225-227

Page 5: Sample Tender Document

4

VOL-I

Eligibility Criteria

Page 6: Sample Tender Document

5

NOTICE FOR INVITATION OF TENDERS Sealed Tenders on Item Rate basis are invited by International Advanced Research Centre for Powder Metallurgy and New Materials, (ARC International-ARCI), an autonomous R&D Society of Department of Science and Technology, Govt. of India, for construction works (new civil works, plumbing, Industrial water supply, Fire Fighting, HVAC & including Renovation works) of CLPM, CEC, MET LAB & CMD buildings at ARCI, Balapur, Hyderabad

*Tender to be addressed & Director Deposited at : ARC International RCI Road, Opp .Balapur village Hyderabad– 500005.

Phone no- 040 -24452376 / 24452319 Fax no-040-24442699 Tenders are to be deposited in a sealed envelope at security gate marked as TENDER FOR CIVIL, PLUMBING, INDUSTRIAL WATER SUPPLY, FIRE FIGHTING, HVAC & INCLUDING RENOVATION WORKS FOR CLPM, CEC, MET LAB & CMD BUILDINGS AT ARCI, BALAPUR, HYDERABAD.

* Earnest Money Deposit (EMD): an amount of Rs 22,50,000/-(Rs. Twenty two lakhs fifty thousand rupees) in the form of a bankers cheque or demand draft in favour of Director ARCI payable at Hyderabad from any nationalized bank/Scheduled commercial Bank.

* Time of Completion of work: Time of completion from the date of PO as given below

CEC building - 16 months CLPM building - 12 months MET Lab - 12 months

CMD building - 12 months

* Last Date and Time for Receipt of Tenders : Up to 15.00 Hrs on 6th Oct 2014.

Director, ARCI is not bound to accept the lowest tender and reserves the right to accept or reject any or all Tenders without assigning any reason whatsoever. The blank tender documents with eligibility criteria terms and conditions are to be obtained from the office of the Director ARCI, Balapur, Hyderabad from 13th Sep 2014 to 6th Oct 2014during the working hours 09.00 to 13.00 Hrs by making payment of Rs.5000/- by way of crossed demand draft drawn in favour of Director ARCI Balapur. Blank tender documents may also be downloaded from the website www.arci.res.in. Those having downloaded from the website would be required to deposit a D.D for Rs. 5000/- favouring Director ARCI along with the tender towards the cost of the tender document in Technical bid. Tender without DD of Rs.5000/- will be outright rejected.

Page 7: Sample Tender Document

6

II. INSTRUCTIONS TO TENDERERS

A: GENERAL INSTRUCTIONS

1.0 Scope of Tender International Advanced Research Centre for Powder Metallurgy And New Materials (ARCI) (referred to as Owner in these documents) invites Tenders for construction work (new civil works, plumbing, sanitary, Industrial water supply, Fire Fighting, HVAC & including renovation works) for CLPM, CEC, MET LAB & CMD buildings works at ARCI, Balapur, Hyderabad detailed in the Notice Inviting Tenders (NIT).

The successful Tenderer shall complete the works within the completion date specified in the Notice Inviting Tenders (NIT).

2.0 Non Association / Relation 2.1 Should a contractor or a tenderer have a relative employed in officer cadre in

ARCI or in case of partnership firm or company incorporated under the Indian company act, should a partner or relative of the partner or a share holder be employed in a responsible capacity in ARCI, the authority inviting the tender should be informed of the fact at the time of submission of tender, failing which the tender may be rejected. If such fact is suppressed at the time of tendering and comes to light at any time after acceptance of tender, the contract may be rescinded.

3.0 Eligibility Criteria 1. Registered with any government organization not below Class I and should have

executed One similar RCC framed structure (Industrial & office or large residential) work costing not less than Rs.10.00crores or two similar RCC framed structure (Industrial & office or large residential) works costing not less than Rs. 6.00crores during the last five financial years ending with 2014 and also average annual turnover of Rs.5.00crores during the last three financial years ending with March 2014.

2. The tenderer should have executed the minimum quantity of items of works as given below in any one year during the financial years from 2010 - 2011 to 2013-2014. S.No Item Quantity 1. Earth work 1400 Cum 2. PCC/ RCC/ VRCC( Combined) 650 Cum 3. Stone/ Brick Masonry ( Combined) 900 Cum 4. Plastering 13000Sqm 5. Flooring 1250 Sqm

3. The tenderer should submit details of works completed during last 3 years with year ending on 31st march 2014 and works on hand as per the proforma available in tender document.

4. The tenderer shall furnish a copy valid VAT registration with commercial tax department.

5. The tenderer should furnish copy of permanent account number (PAN) and copy of latest income tax returns submitting along the proof of receipt.

6. The tenderer should submit the particulars in the format specified in the tender schedule along with necessary certificates, for earlier any major works labour cess, VAT/WCT.

Page 8: Sample Tender Document

7

7. Current solvency certificate minimum of Rs. 2.0 crores in original from a scheduled commercial bank. The certificate should not be more than 1 month old.

4.0 Qualification of the Tenderer 4.1 All Tenderers shall provide Eligibility Criteria information as per proforma

enclosed. 4.2 All Tenderers shall include the following information by producing relevant

documents and certificate with their Tender. a. Conditions of the contract enclosed each page duly signed by the tenderer as token

of acceptance. If any deviation is proposed by the tenderer the same must be clearly indicated and enclosed as deviation list but tenders with significant deviations list and merely enclosing tenderer’s printed conditions or their own terms and conditions will make the tender liable for rejection.

b. Earnest money deposit as laid down in these instructions to tenderers.

5.0 Cost of Tendering 5.1 The Tenderer shall bear all costs associated with the preparation and submission

of his Tender, and the Owner will in no case be responsible and liable for those costs. The Tenderer, at the Tenderer’s own responsibility and risk is encouraged to visit and examine the Site of Works and its surroundings and obtain all information that may be necessary for preparing the Tender and entering into a contract for Extension/Renovation/construction work (new civil works, plumbing, Industrial water supply, Fire Fighting & HVAC & including renovation works) for CLPM, CEC, MET LAB & CMD buildings at ARCI, Balapur, Hyderabad. The costs of visiting the site shall be at the Tenderer’s own expense.

Page 9: Sample Tender Document

8

ELIGIBILITY CRITERIA INFORMATION

CHECKLIST TO ACOMPANY THE TENDER

Sl. No. Document to be Submitted Description

to be given

Scanned documents/

photocopy to be Submitted

Column 5

(1) (2) (3) (4) (5) 1.a) b)

Contractors registration under appropriate class with Govt./PSU /MNC. Partnership deed in case of firms & Article of Association in case of companies

Registration Yes / No

2. Copy of Permanent Account Number (PAN) card and copy of latest Income Tax returns submitted along with proof of receipt.

PAN & IT Returns

Yes / No

3. Experience certificates in support of annual turnover in Civil Engineering works (Format at Statement-I)

Annual turnover

Yes / No

4. Experience certificates in support of satisfactory completion of similar building works (Format at Statement- II)

Similar work Yes / No

5. Experience certificates in support of execution of quantities of earth work, masonry, concrete, plastering and flooring. (Format at Statement-III)

Executed quantities

Yes / No

6. Statement of existing commitments and ongoing Govt. /PSU /MNC works along with supporting experience certificates as in Statement IVA

Existing commitments

Yes / No

7. Statement of works for which tenders are submitted as in Statement IV – B

Works awarded/likely to be awarded

Yes / No

8. Availability of key and equipment as in Statement –V

Key and critical Equipment

Yes / No

9. Declaration of mainly Acrow Shuttering material in Statement -V

Declaration of critical equipment

Yes / No

10. Availability of key personnel as Key personnel Yes / No

Page 10: Sample Tender Document

9

Sl. No. Document to be Submitted Description

to be given

Scanned documents/

photocopy to be Submitted

Column 5

in Statement VI 11. Information of litigation history

as in Statement VII Litigation history

Yes / No

12. Declaration of lab equipment as in the statement – VIII

Lab equipment

Yes / No

13. Credit facilities/solvency certificates from banks in the format given in schedules

Credit facilities

Yes / No

14. E.M.D EMD Yes / No 15. VAT Registration with TIN

number VAT Registration

Yes / No

16. Cost of Tender document Rs 5000/- if document is downloaded from the ARCI website.

Yes / No Yes / No

17. Annual turnover from construction projects only duly certified by a Charted Accountant supported by profit and loss statement and TDS certificates for last Three Years

Yes / No

All experience certificates including those in support of existing commitments issued by an Officer not below the rank of Executive Engineer (or) Equivalent grade. All the statements copies of the certificates, documents etc., enclosed to the Technical bid shall be given page numbers on the right corner of each certificate, which shall be indicated in column (5) against each item.

Page 11: Sample Tender Document

10

STATEMENT – I

Details of value of Civil works (Turnover) executed in each year during the last Three financial years by the Tenderer.

Sl. No. Financial Year Value in Rs.

1. 2. 3.

2011-2012 2012-2013 2013-2014

Attach certificate(s) issued by the Executive Engineer or concerned head of the department showing work wise / year wise value of work done in respect of all the works executed by the Tenderer during last three years

Signature of the Contractor

STATEMENT – II

Details of similar building works completed in the name of the Tenderer during

the last five financial years.

Sl. No

Name of the work

Address of Agt.

Concluding Authority

Agreement No. & dated.

With telephone number

Value of Contract

1 2 3 4 5

Value of work done year wise during the last ‘five’ years.

Total value of work done.

Stipulated period of completio

n

Actual date of

completion 1st

Year 2nd Year 3rd Year

4th Year

5th Year

6 7 9 10 11 12 13 14 Attach certificates issued by the Executive Engineer or concerned head of the

department showing work wise / year wise value of work done and date of completion.

Signature of the Contractor

Page 12: Sample Tender Document

11

STATEMENT – III Physical quantities executed by the Tenderer in the last Four financial years.

[work wise / year wise].

Quantities executed / Year wise.

Sl No

Financial Year

Name of work

Agt. No

EWE in

CUM

PCC/ RCC/ VRCC

In CUM

Stone / Brick

masonry In CUM

Plastering In Sq.mt

Flooring In Sq.mt

1 2 3 4 5 6 7 8 9 1 2010-2011 2 2011-2012 3 2012-2013 4 2013-2014

Attach certificates in support of the above quantities issued by the Executive Engineer or concerned head of the department duly showing the quantities executed year wise.

Signature of the Contractor

STATEMENT – IV A

Details of Existing Commitments. Details of works on hand and, yet to be completed as on the date of submission of

the Tender and works for which Tender s have been submitted are to be furnished.

A) Existing Commitments on ongoing works:

Sl.No

Name of work

Address of Agt. Conclu-ding autho-

rity

Agt No. &

Date

Value of

cont-ract

Stipul-ated

period of

comp-letion

Value of

work done

so far.

Balance Value of works to

be comple-

ted

Antici-pated

date of comp-letion

Updated value of balance work

1 2 3 4 5 6 7 8 9 10

Attach certificates issued by the Executive Engineer or concerned head of the

department indicating the balance work to be done, and likely period of completion.

Signature of the Contractor

Page 13: Sample Tender Document

12

STATEMENT – IV B

B) Details of works for which Tenders are submitted [awarded / likely to be awarded]

Sl. No.

Name of work

Address of Agt.

Concluding

authority

Estima-ted

value of work

Stipulated period

of comple-

tion

Date on which

tender was submitted

Present stage of Tender.

1 2 3 4 5 6 7

Signature of the Contractor

STATEMENT - V Availability of Equipment and Shuttering Materials

The tenderer should furnish the information required below, regarding the availability of the equipment, required for construction / quality control.

Number Sl.

No Details Number Owned Leased To be procured 1 2 3 4 5 6

Signature of the Contractor

STATEMENT – VI.

Availability of Key Personnel

Qualification and experience of Key Personnel proposed to be deployed for execution of the Contract.

Sl. No Name Designation Qualification

Total Experienc

e

Working with the Tenderer

since. 1 2 3 4 5 6

Signature of the Contractor

Page 14: Sample Tender Document

13

STATEMENT – VII

Information on litigation history in which Tenderer is the Petitioner.

S. No

Case No. / Year

Court where filed.

Subject Matter / Prayer in the

case.

Details of Respondents Present Stage.

1 2 3 4 5 6

Signature of the Contractor

A declaration regarding the equipment (shuttering materials) owned shall be produced by the Tenderer as below;

STATEMENT – VIII

DECLARATION

“I, __________ do hereby solemnly affirm and declare that I /we own the following equipment (shuttering materials) for using on the subject work and also declare that I / We will abide by any action such as disqualification or determination of Contract or blacklisting or any action deemed fit, if the department detects at any stage that I/we do not possess the equipment (shuttering materials) listed below.

Sl. No. Details No. Year of

purchase Capacity Any other data.

Is it in working condition?

1 2 3 4 5 6 7

Signature of the Contractor

Page 15: Sample Tender Document

14

6.0 Contents of documents Contract documents consists of

Notice for invitation of Tenders Instructions to Tenderers Articles of Agreement General conditions of contract (GCC) Special conditions of contract (SCC) Schedule of Fiscal Aspects Guarantee Proforma for Retention Money Form of performance guarantee / Bank guarantee bond General Technical Specifications List of Makes Bill of Quantities Detailed description of Bill of Quantities Tender Drawings

The Tenderer shall be deemed to have examined all instructions, forms, terms, and specifications in the Documents. Failure to furnish the information required by the Tender Document or submission of a Tender not substantially responsive to the Tender Documents in every respect will be at the Tenderer’s risk and may result in the rejection of the Tender. The several documents forming the contract are to be taken as mutually explanatory of one another, detailed drawings being followed in preference to small scale drawing and figured dimensions in preference to scale and Special Conditions in preference to General Conditions. In case of any discrepancy between the Schedule of Quantities, the specifications and/ or the drawings, given in the tender document the following order of preference shall be observed:

Description of Schedule of Quantities. Particular Specification and Special condition, if any. Drawings. Specifications. Latest edition Indian Standard Specifications of B. I. S.

7.0 Amendment of Tendering Documents 7.1 Before the deadline for submission of Tenders, the Owner may modify the Tender

documents by issuing addenda. 7.2 Any addendum thus issued shall be part of the Tender documents and shall be

communicated in writing or by fax to all the eligible contractors. The eligible contractors shall acknowledge receipt of each addendum by fax to the Owner.

Page 16: Sample Tender Document

15

7.3 To give prospective Tenderers reasonable time in which to take an addendum into account in preparing their Tenders, the Owner may extend if necessary the deadline for submission of Tenders.

8.0 Earnest Money Deposit (EMD)

Tender EMD amount of Rs.22,50,000/- in the form of a bankers cheque or demand draft in favour of Director, ARCI, payable at Hyderabad must accompany each Tender. Tenders not accompanied by EMD and unconditional acceptance letter will be summarily rejected.

The EMD of the unsuccessful Tenderers will be discharged / returned within 2 weeks from the last date of tender submission. The EMD of the successful Tenderer shall be retained till submission of performance guarantee as per clause 24 of general instructions. The EMD of successful tender shall be refunded on submission of performance guarantee as per clause 24 of general instructions.

The EMD may be forfeited: if the Tenderer withdraws his Tender during the validity period of the Tender; or in case of a successful Tenderer fails to furnish performance guarantee.

9.0 Period of validity of Tender

The Tender shall remain valid for a period of 90 days after the last date of the submission of tender. A Tender valid for a shorter period, may be rejected by the owner.

10.0 Language of Tender

10.1 The document shall be written in English language. The total amount should be written in the same language.

11.0 Document comprising the Tender 11.1 No page of this Tender document shall be removed and the set must be

submitted as it is. Each page of the Tender document form is to be signed by the Contractor and must bear the Seal of the Company/Firm.

11.2 The Tender submitted by the Tenderer shall comprise of the following:

1. Technical bid in a separate sealed cover comprising of. a. Eligibility Criteria Information b. Instructions to tenderers c. Conditions of the contract enclosed, each page duly signed by the tenderer as token of acceptance. If any deviation is proposed by the tenderer the same must be clearly indicated and enclosed as deviation list but tenders with significant deviations list and merely enclosing tenderer’s printed conditions or their own terms and conditions will make the tender liable for rejection. d. Specifications & drawings e. Earnest money deposit as laid in these instructions to tenderers.

Page 17: Sample Tender Document

16

f. statement of list of deviations if any from tender conditions. g. Tender cost of Rs.5000/- in the form of D.D. in favour of

Director, ARCI if tender is downloaded from ARCI web site.

2. Price Bid in a separate sealed cover comprising a. Price Schedule with prices (Both in words and in figures) strictly in accordance with the price schedule format of the tender document. Departure from the price schedule format may render the tender liable for rejection 3. These two Sealed covers are to be placed in a single envelop. The

envelop duly sealed & super-scribed with the name of work Ref No.CL20130223 to 225 & CL20140037 should be addressed to Director ARCI, RCI road, Balapur, Hyderabad-5 on or before the scheduled date and time. i.e., 6th Oct 2014 up to 15.00Hrs.

12.0 Tender Prices 12.1 The contract shall be for the whole works as described in tender document based on the priced Schedule of Quantities submitted by the Tenderer.

12.2 The tender submitted on behalf of a Firm/Company, shall be signed by a person who has the proper legal authority on behalf of the Company to enter into the contract; otherwise, the tender is liable to be rejected. Each page of the tender document and each drawing accompanying is required to be signed by the authorized person submitting the tender, affixing the Firm/company seal in token of their having examined and acquainted themselves with the contents of each page. The forms of tender are to be filled in completely. Any tender with any of the documents not duly signed is liable to be rejected.

12.3 The Tenderer shall fill in the rates for all items of the Works described in the Schedule of Quantities along with total Tender price. In case the rates are not filled for any of the Items of Schedule of Quantities, in such cases the rate will be considered as zero and the contractor has to accept for the amount arrived based on zero rate for non quoted items. Failure to comply with either of these conditions will make the tender liable for rejection and forfeiture of Earnest money.

12.4 All duties, taxes, and other levies payable by the Contractor under the contract, or for any other cause, shall be included in the rates, prices and total Tender Price submitted by the Tenderer. Tenderers must include in their rates, the cost of transportation of materials to site, seignorage charges, sales tax, Income tax, Value added tax (VAT), Cess as per Building & Other Construction Workers Cess Act, excise duty, octroi, and any other tax and duty levied by the Central / State Government. None of the above taxes & levies will be entertained separately by the Owner and no tax exemption forms will be issued by the Owner.VAT on works contract will not be reimbursed to the Contractor. All the taxes levied other than IT should be paid either directly by the contractor to the statutory authorities and challans/proof of payment with acknowledgement shall be provided by the contractor before release of the payment of next bill or shall be deducted at source. Contractor should also take a Group Insurance Policy for his Workmen, Supervisors and Engineers working on site for an adequate insurance cover. ARCI shall not be responsible for any accident or any untoward/unforeseen event involving workmen, labour, supervisor or

Page 18: Sample Tender Document

17

engineer or any person directly or indirectly associated with the execution of work. The insurance policy to be obtained by the successful Tenderer must be comprehensive and shall cover all associated risks (known and unknown) from any Government Insurance Company.

12.5 The rates quoted in the tender shall include cost of telephone rent and call charges, for execution of work at site, hire for any tools and plants, shed for materials, marking out and transportation complete, cleaning the buildings and surroundings after execution of the total works and dumping the waste at designated place as directed by the Owner in all respects. The rates quoted in the tender shall be treated as rates for finally completing the item of work.

12.6 The quantities furnished in the schedule of quantities are only probable quantities and are liable to alterations, by omission, deductions or additions to any extent at the discretion of Owner. Payments will be regulated on the actual quantities of work done at accepted rates. Any item of work may be omitted from the schedule of quantities and may be awarded to another agency at any time / stage of the work for which no compensation will be paid by the Owner i.e. for non-operated BOQ items and short closed BOQ items.

12.7 The rates and prices quoted by the Tenderer shall be fixed for the duration of the contract and shall not be subject to escalation or adjustment on any account even if the work is delayed due to unavoidable circumstances beyond the control of owner/consultant.

12.8 The calculations made by the tenderer should be based upon quantities of the items of work which are furnished in the Schedule of Quantities, but it must be clearly understood that the contract is not a lump sum contract. The Owners do not in any way assure, represent or guarantee that the said probable quantities are correct or that the work would correspond thereto. The items of work irrespective of the quantities which may vary shall be carried out at the same accepted tender rates and no escalation in the rates will be entertained whatsoever. Any item of work may be omitted from the schedule of quantities and may be awarded to another agency at any time / stage of the work.

12.9 The tenderers must obtain for themselves on their own responsibility and their own expenses all the information which may be necessary, including risks, contingencies and other circumstances to enable them in making a proper tender and for entering into a contract, and must examine the drawings, specifications and conditions and inspect the site of the work, nature of the work, availability of power, water, shelter for workmen and all the matters pertaining thereto before submitting the tender.

13.0 Format and signing of Tender document

13.1 The tenderer shall seal the bid in an envelope, duly marked as — TENDER FOR CIVIL, PLUMBING, INDUSTRIAL WATER SUPPLY, FIRE FIGHTING, HVAC & INCLUDING RENOVATION WORKS FOR CLPM, CEC, MET LAB & CMD BUILDINGS AT ARCI, BALAPUR, HYDERABAD. Which shall include Tender form duly signed by the tenderer on their letter head along with documents mentioned under clause 11.2 and priced BOQ document in single envelope. Please refer “Clause No. 11.2 of preparation of tender documents comprising tenders in Instructions to Tenderers”.

Page 19: Sample Tender Document

18

13.2 The Tender shall be typed or written in indelible ink and shall be signed by a person or persons duly authorized to sign on behalf of the Tenderer. All pages of the Tender where entries or amendments have been made shall be initialed by the person or persons signing the Tender.

13.3 The Tender shall contain no alterations or additions, except those to comply

with instructions issued by the Owner, or as necessary to correct errors made by the Tenderer, in which case such corrections shall be initialed by the person or persons signing the Tender. ANY CONDITIONAL TENDER WILL BE SUMMARILY REJECTED.

14.0 Sealing and marking and submission of Tenders

The Tenderers are requested to quote their offers in two separate sealed envelopes: 1st Envelope ( Technical Bid) : Comprising of Earnest Money Deposit as per clause

No. 8 of Instructions to Tenderers. Etc.with all tender documents (Volumes I, II & IV) duly sealed and signed

2nd Envelope (Price bid) : Priced BOQ document (Volume - III) duly signed and sealed. Please refer “Clause No. 11.2 of Preparation of tender documents in Instructions to Tenderers”.

These two envelopes are to be placed in a single envelope and shall be duly sealed indicating the name of work i.e. TENDER FOR CIVIL, PLUMBING, INDUSTRIAL WATER SUPPLY, FIRE FIGHTING, HVAC & INCLUDING RENOVATION WORKS FOR CLPM, CEC, MET LAB & CMD BUILDINGS AT ARCI, BALAPUR, HYDERABAD. and deposited in the tender box kept at the ARCI security office at main gate, RCI Road, opp Balapur ,Hyderabad-500005 ON OR BEFORE DUE DATE AND TIME OF SUBMISSION OF TENDER .In case of any queries, please contact at Phone no: 040-24452376 or 24452319.

14.1 In addition to the identification required in Clause 11.2.3 the inner envelopes shall indicate the name and address of the Tenderer to enable for the Tender to be returned unopened in case it is declared late, pursuant to Clause 15.0

14.2 If the outer envelope is not sealed and marked as above, the Owner will assume no responsibility for the misplacement or premature opening of the Tender.

15.0 Last date for submission of Tenders 15.1 Any Tender received by the Owner after the date and time of submission

of Tenders i.e. up to 15.00 Hrs On 6th Oct 2014 will be rejected and returned unopened to the Tenderer.

16.0 Clarification of Tenders To assist in the examination, evaluation, and comparison of Tenders, the Owner may, at his discretion, ask any Tenderer for clarification of his Tender, including breakdowns of unit rates. The request for clarification and the response shall be in writing or by fax, but no change in the price or substance of the Tender shall be sought, offered, or permitted.

Page 20: Sample Tender Document

19

17.0 Examination of Tenders and Determination of Responsiveness

17.1 Prior to the detailed evaluation of Tenders, the Owner will determine whether each Tender (a) meets the eligibility criteria defined in clause 3.0; (b) has been properly signed and meets the requirements as in clause 3.2; (c) is accompanied by the required securities and; (d) is substantially responsive to the requirements of the Tendering documents.

17.2 A substantially responsive Tender is one which conforms to all the terms, conditions, and specifications of the Tendering documents, without material deviation or reservation. A material deviation or reservation is one (a) which affects in any substantial way the scope, quality, or performance of the Works (b) which limits in any substantial way, the Owner rights or the Tenderers’ obligations under the contract; or (c) whose rectification would affect unfairly the competitive position of other Tenderers presenting substantially responsive Tenders.

17.3 If a Tender is not substantially responsive, it will be rejected by the

Owner, and may not subsequently be made responsive by correction or withdrawal of the nonconforming deviation or reservation.

18.0 Correction of Errors

18.1 Errors in the Schedule of Quantities shall be dealt with in the following manner: i In the event of a discrepancy between the rates quoted in words

and the rates in figures, rate quoted in words shall be deemed to be correct.

ii In the event of an error occurring on account of arithmetical calculations the same shall be corrected according to rates written in words and quantities in B.O.Q.

iii All the errors in totaling in the amount column and in carrying forward the totals shall be corrected. The tender total shall be accordingly amended.

19.0 Evaluation and Comparison of Tenders

19.1 The Owner will evaluate and compare only the Tenders determined to be prequalified and substantially responsive. 19.2 In evaluating the Tenders, the Owner will determine for each Tender the

evaluated Tender Price by adjusting the Tender Price as follows:

(a) Making any correction for errors; or (b) Making an appropriate adjustments for any other acceptable

variations, deviations; and (c) Making appropriate adjustments to reflect discounts offered.

Page 21: Sample Tender Document

20

20.0 The price bid of unqualified contractors contained in envelope B and EMD contained in envelope A will be returned to them without opening the seal.

21.0 The Owner reserves the right to accept or reject any variation, deviation, or

alternative offer and other factors which are in excess of the requirement of the Tendering.

22.0 Award criteria 22.1 The acceptance of Tender will rest with the Owner, which does not bind

itself to accept the lowest tender and reserves to itself the authority to reject completely / partially, any or all of the Tender/s received without the assignment of a reason.

22.2 The owner reserves to itself the right of accepting the whole or any part of the Tender and the Tenderer shall be bound to perform the same at the rate quoted. 22.3 The Owner reserves to itself the right of omission of any item of work

from the awarded tender at any time / stage during the execution of work and award the same to another agency / contractor.

23.0 Notification of award The successful Tenderer will be issued a Letter of Intent (LOI) / Purchase Order (PO) and the date of commencement of work shall be 10 days from date of the LOI or PO.

24.0 Performance Guarantee. The successful tenderer shall submit the performance guarantee for an amount equal to 5% of approved tender amount in the form of Bank guarantee from nationalized bank within 15 days from issue of LOI. Bank guarantee is to be valid for a period up to the actual date of completion. This amount will be refunded soon after recording completion certificate. Failure of the successful tender to make payment of performance guarantee shall constitute sufficient ground for the annulment of the award and forfeiture of EMD

25.0 Security Deposit (SD) A sum equal to 5% of the gross amount of the bill shall be deducted from each bill including final bill. Half of this amount will be released along with final bill on submission of bank guarantee from nationalized bank valid for a period up to defect liability period plus 2 months. Remaining half will be released after successful completion of the defect liability period. The contractor is eligible for refund of full security deposit if the defects in workmanship and quality of work are attended by the contractor. Failing which the cost of rectification of defects shall be recovered from security deposit. The contractor shall obtain no defects certificate from concerned ARCI staff before claiming the refund.

26.0 Signing of contract form

26.1 On the acceptance of LOI / Purchase Order and Security Deposit of the successful Tenderer, the Owner will send the Tenderer the contract form provided in the Tender document duly signed and sent along with the Tender incorporating all agreements between the parties.

27.0 During Execution The Contractor shall carry out all the works strictly in accordance with the drawing, details and instructions of the Consultants/Owner. If in the opinion of the

Page 22: Sample Tender Document

21

Consultants, changes have to be made in the design, and they desire the contractor to carry out the same, the Contractor shall be bound to comply. The Consultants/Owner decisions in such cases shall be final.

27.1 The Contractor is bound to carry out any items of work necessary for the

completion of the job even though such items are not included in the schedule of quantities and rates. Schedule of instructions in respect of such additional items and their quantities will be issued in writing by the Consultants with the prior consent from the Owner. Rates for such items of work will be recommended by the Consultants/Owner for approval by the Owner on the basis of Analysis of Rates which will be derived from actual prevailing market rates of similar item along with 15% as contractor’s profit & overhead. The rates approved by the Owner in such cases will be final.

27.2 The Consultants/ Owner may at any time / stage of execution demand for the Analysis of Rates for any item / items of work which in their opinion is are abnormally high / low rates or required for the Analysis of Rates of other tender / extra item / items. The Contractor is bound to present the same and if the Contractor is unable to present a justified Analysis of Rates for any item / items, the rate / rates for such item may be adjusted accordingly and the decision of the Owner in such cases shall be final.

27.3 The Contractor shall get the quality of work done inspected for material and workmanship at different stages of execution as per instructions given by the Consultants/ Owner or their representative time to time. Any item of work done which is found not conforming to the Contract shall be rejected by the Consultants/Owner. The decision of the Consultants/ Owner in such cases shall be final.

27.4 The Consultants/ Owner may instruct at any stage of execution for testing of samples of any material taken at random. The Consultants/Owner will decide the testing laboratory / agency and the cost of testing including the expenses for sending the samples to the laboratory / agency and receipt of test reports shall be borne by the Contractor. The material shall be rejected in case the test reports are not within the permissible limits. In case material is found to be of sub-standard quality, the same shall be rejected by the Consultants/Owner. The decision of the Consultants/ Owner in such cases shall be final.

27.5 The Contractor shall not be entitled to any compensation suffered by him on account of delays in commencing or executing the work whatever the cause of delay may be, including delays arising out of modifications to the work entrusted to him or in any subcontracts connected therewith or delays in awarding contracts for other trades of the project or in commencement or completion of such other works or in procuring Government controlled or other building materials for any other reasons whatsoever. The Owner shall not be liable for any sum besides the tender amount, subject to such variations as are provided for herein and as instructed by Consultants/ Owner. However, necessary time extension will be given if the delays are not attributed to the Contractor.

Page 23: Sample Tender Document

22

ARTICLES OF AGREEMENT

Made at ……………… ……………………………….this …………….. day of………….. 2014… Between ………………………………………………………………………………………………………….. (hereinafter referred to as the Owner which expression shall include its heirs, Executors, Administrators & Assignees) of the one part and …………………………………………………. ………………………………………………….. ………………………………………. ……………. (Hereinafter referred to as the Contractor which expression shall include his heirs, Executors, Administrators & Assignees) of the other part WHEREAS the Owner is desirous of carrying out CIVIL, PLUMBING, INDUSTRIAL WATER SUPPLY, FIRE FIGHTING, HVAC & INCLUDING RENOVATION WORKS FOR CLPM, CEC , MET LAB & CMD BUILDINGS AT ARCI, BALAPUR, HYDERABAD, and has prepared drawings and specifications describing the work to be done prepared by, M/s. SS Infrastructure Project Consultants Private Ltd, Hyderabad its Consultants (hereinafter referred to as the Consultants) and WHEREAS the said drawings and the specifications and the priced Schedule of quantities have been signed by or on behalf of the parties hereto and WHEREAS the Contractor has agreed to execute upto and subject to the conditions set forth herein (hereinafter referred to as “the work shown upon the said Drawings” and described in “the said Specifications” and the said “Priced Schedule of Quantities at the respective Rates mentioned in the Priced Schedule/ Purchase Order of Quantities attached.

And WHEREAS the Contractor has agreed to the submit the performance guarantee to ARCI for Rs. ………………………… (Rupees.………………………. …………………Only) by him as performance guarantee for the due fulfillment of the contract to the satisfaction of the owner (ARCI)

NOW IT IS HEREBY AGREED AS FOLLOWS:

(1) In consideration of the payments to be made to the Contractor as hereinafter provided he shall upon and subject to the conditions of contract execute and complete the works shown upon the said drawings and such further detailed drawings as may be furnished to him by the said Consultants and described in the Specifications and the said Priced Schedule of Quantities.

(2) The Owner shall pay the Contractor such sums as shall become due and payable hereunder at the times and in the manner specified in the said conditions.

(3) The term the "Consultants" in the said conditions shall mean the said M/s. SS Infrastructure Project Consultants Private Ltd, Hyderabad or in the event of their winding-up or ceasing to be Consultants for the purpose of this contract, such other person or shall be nominated for that by the Owner, not being a person to whom the Contractor shall object for reasons considered to be sufficient by the Owner. Provided always that no persons subsequently appointed to be Consultants under this contract shall be entitled to disregard or overrule any decision or

Page 24: Sample Tender Document

23

approval or direction given or expressed in writing by the Consultants for the time being unless specifically approved by the owner.

(4) The tender drawings, agreement, documents and terms and conditions of NIT above mentioned shall form the basis of this Contract and the decision of the said Consultants or the other Consultants for the time being as mentioned in the Conditions of the Contract in reference to all matters of dispute as to the material, workmanship or account and as to the intended interpretation of the clauses of this agreement or any other document attached hereto shall be final and binding on both parties.

(5) The Owner through the Consultants reserves the right of altering the drawing and nature of work and of adding to or omitting any items of work and of having portions of the same carried out departmentally or otherwise and such alterations or variations shall be carried out without prejudice of this contract.

(6) The said Contract comprises the work above mentioned and all subsidiary works

connected there to within the same site as may be ordered to be done from time to time by the said Consultants/Owner or the other Consultants for the time being even though such works may not be shown on the drawings or described in the said specifications or the Priced Schedule of Quantities.

(7) Time shall be considered as essence of the agreement and the contractor hereby agrees to commence to work as soon as his tender is accepted by ARCI and the site is handed over to him as provided in the said conditions and agrees to complete the work within the period 16 months from the date of such handing over of the site.

(8) The said conditions shall be read and construed to be forming part of this agreement and the Parties hereto will respectively abide by and submit themselves to the conditions and stipulations and perform the agreement on their parts respectively in such conditions contained.

(9) All disputes arising out of or in any way connected with this agreement shall be deemed to have arisen in Hyderabad and only the courts in Hyderabad alone shall have jurisdiction to determine the same.

(10) The arbitrator for fulfilling the duties set forth in the arbitration clauses as defined with tender conditions of contract.

(11) Arbitration: The Contract shall be governed by, and construed in accordance with

the laws of India. Any dispute which cannot be amicably settled by the parties may be submitted, by the owners, to the International Center for Alternate Dispute Resolution (ICADR), Hyderabad. The dispute will be settled following the provisions of Arbitration and Conciliation Act, 1996. Both Parties agree that the results and awards of any such arbitration shall be binding on both Parties. Venue of Arbitration shall be Hyderabad.

Page 25: Sample Tender Document

24

(12) The several parts of this contract have been read to us and fully understood by us. As witness our hands this……………………………day of…………………………………2014……….

…………………………………… Signed by the said Owner …………………………………………………… in the presence of ………………………………………………….. Signed by the said Contractor ………………………………………………….. In the presence of

Page 26: Sample Tender Document

25

IV. FORM OF TENDER

(To be submitted by the Tenderer in letter head). From :

To International Advanced Research Centre for Powder Metallurgy And New Materials (ARCI) Balapur, Hyderabad-500005 Dear Sir, 1.0 Having examined the Tender documents consisting of the Tender notice, General

Instructions to Tenderers, General Conditions of Contract, Special Conditions of Contract, specifications, plans, Drawings, Time Schedules, Form of Contract , form of tender, form of schedule Rates, Bill of Material etc., and having understood the provisions of the said tender documents and also having thoroughly studied the requirements of International Advanced Research Centre for Powder Metallurgy And New Materials (ARCI), related to the work tendered for in connection with the Civil, Plumbing, industrial water supply, Fire Fighting, HVAC & including renovation works for various buildings at ARCI, RCI Road, Opp Balapur, Hyderabad and having conducted a thorough study of the job site involved, the site conditions, power, water, material and equipment availability, the transport and communication facility and the availability and suitability of borrow areas etc., we hereby submit our tender offer for the performance of proposed work in accordance with the terms and conditions and within the time mentioned in the tender documents at the rates included within the tender documents and based on application of the rates tendered in the accompanying schedule of rates to the relative quantities indicated in the form of schedule rates forming part of the tender documents.

2.0 If the work or any part thereof is awarded to me/us, I/we undertake to perform the work in accordance with the contract documents as defined in the form of contract forming part of the tender documents and accept the terms and conditions of contract as laid down therein and undertake that on receipt of acceptance of tender and on confirmation. I/We will deposit such sums as may be necessary under the terms of contract and abide by the terms of the tender. I/We will also sign the necessary contract and other documents to commence the work and execute the work as per the terms and conditions contained in the tender documents failing which International Advanced Research Centre for Powder Metallurgy And New Materials (ARCI) shall be at liberty, without further reference to me/us and without prejudice to any of its rights to terminate the contract and or to forfeit the earnest money deposit and take further course of action.

Page 27: Sample Tender Document

26

3.0 I/We further undertake to keep our tender offer open for a period of not less than

90 days from the scheduled date of opening of tenders as specified in the General Instructions to tenderer forming part of the tender documents. `

4.0 I/We hereby undertake that the statements made herein/information above are true

in all respects and that in the event of any such statement or information being found to be incorrect in particular, the same may be construed to be a misrepresentation entitling International Advanced Research Centre for Powder Metallurgy And New Materials (ARCI) to avoid any resultant contract and take further action as may be justified.

I/We confirm having deposited EMD of Rs in the form of

Yours faithfully,

Signature of the tenderer Name and designation of the Authorized person signaling the Tender on behalf of the Tenderer. Name: Designation. Address. Witness :

Page 28: Sample Tender Document

27

VOL-II

General & Special Conditions of Contract, Technical Specifications for

Civil, Plumbing, Industrial water Supply, Fire Fighting HVAC & Including

Renovation Works

Page 29: Sample Tender Document

28

GENERAL CONDITIONS OF CONTRACT (GCC)

A: GENERAL

1.0 Definitions 1.1 In this contract, the following terms shall be interpreted as indicated: (a) “The Contract” means the agreement entered into between the Owner and the

Contractor, as recorded in the contract form signed by the parties, including all the attachments and appendices thereto and all documents incorporated by reference therein.

(b) “The Contract Value” means the amount payable to the Contractor under the contract for the full and proper performance of its contractual obligations.

(c) “Contract Data” means any information provided in the Tender document and agreed to by the Contractor.

(d) “The Work” means all labour, materials, tools and plant, equipment including government taxes and transport, that may be required in preparation of and for and in the full and entire execution and completion of “the Work”.

(e) “Services” means services ancillary to the execution of the work such as transportation and insurance, and any other incidental services, such as installation, commissioning, provision of technical assistance, training and other obligations of the Contractor covered under the contract.

(f) “GCC” means the General Conditions of Contract contained in this section. (g) “SCC” means the Special Conditions of Contract. (h) “The Owner” means the organization getting the work done, and or its

representative (i) “The Consultants” means the Consultants appointed by the Owner for preparing

all the drawings, details and specifications of items required for the execution of the work and supervise and monitor the execution at site along with checking and verifying Contractor’s bill.

(j) “The Contractor” means the individual or the firm executing the work. (k) “The Project Site” where applicable, means the place or places named in SCC. (l) “Day” means calendar day.

2.0 The Contractor shall offer the Engineer or any representative of Consultants/Owner every facility and assistance for examining the works and materials. The Engineer or any representative of the Consultants shall have power to give notice to the Contractor or to his staff, of non-approval of any work or materials and such work shall be suspended or the use of such materials shall be discontinued until the decision of the Consultants. Such examinations shall not in any way exonerate the contractor from the obligations to remedy any defects which may be found to exist at any stage of the work or after the same is completed.

3.0 Interpretation and Application 3.1 These general conditions shall apply to the extent that provisions in other parts of

the contract do not supersede them. 3.2 In interpreting these Conditions of Contract, singular also means plural, male also

means female or neuter, and the other way around. Headings have no significance. Words have their normal meaning under the language of the Contract unless specifically defined. The Owner will provide instructions clarifying queries about the Conditions of Contract.

Page 30: Sample Tender Document

29

3.3 If sectional completion is specified in the Contract Data, references in the Conditions of Contract to the Works, the Completion Date, and the Intended completion date are for the whole of the Works.

4.0 Standards 4.1 The works executed by the Contractor should be carried out in most professional

manner, both as regards material and otherwise, in every respect, in strict accordance with the Technical Specifications. All materials and workmanship shall so far as procurable be of the respective kinds described in the priced schedule of quantities and/ or specifications and in accordance with the Consultants/Owner’ instructions, and the Contractor shall upon the request of the Consultants/Owner, furnish them with all invoices, accounts; receipts and other vouchers to prove that the material procured complies therewith. When no applicable standard is mentioned, the work shall be carried out as per the directions of the Consultants/Owner. The Contractor shall at his own cost arrange for and / or carry out any test of materials which the Consultants/Owner may require. In case of discrepancies in tender wording as regards the specifications of materials workmanship etc., written instructions will supersede the tender wording unless otherwise mentioned.

4.2 The Consultants/Owner in their absolute discretion from time to time shall issue further drawings and/ or written instructions, details, directions and explanations which are hereafter collectively referred to as “the Consultants/Owner’s instructions” in regard to: -

a. The variation or modification of the design quality or quantity of works or the addition or omission or submission on any work.

b. Any discrepancy in the drawings or between the schedule of quantities and / or drawings and /or specifications/ dimensions etc.

c. The removal and / or re-execution of any works executed by the Contractor. d. The removal from the site of any materials brought thereon by the Contractor and

the substitution of any other materials therefore / or rejection of the material brought on site.

5.0 Use of Contract Documents and Information 5.1 The Contractor shall not, without the Owners’ prior written consent, disclose the

contract or any provision thereof, or any specifications, plan, drawing, pattern, sample or information furnished by or on behalf of the Owner in connection therewith, to any person other than a person employed by the Contractor in performance of the contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far, as may be necessary for purposes of such performance.

5.2 The Contractor shall not, without the Owner’s prior written consent make use of any document or information enumerated in Para 5.1 except for the purposes of performing the contract.

5.3 All documents included but not limited to contract agreement shall remain the property of the Owner and shall be returned (in all copies) to the Owner on completion of the Contractor’s performance under the contract, if so required by the Owner.

Page 31: Sample Tender Document

30

6.0 Consultant’s Decisions 6.1 Except where otherwise specifically stated, the Consultants will decide contractual

matters between the Owner and the Contractor, in the role of representing the Owner.

7.0 Performance Guarantee 7.1 Within 15 days from the date of LOI of the contract, the Contractor shall furnish

performance guarantee in the form of a bank guarantee to the Owner, of the amount specified in the Special Conditions of Contract.

7.2 The proceeds of the performance guarantee shall be payable to the Owner as compensation for any loss or dues resulting from the Contractor’s failure to complete its obligations under the contract.

7.3 The performance guarantee shall be in the form of bank guarantee from nationalized bank

7.4 The performance guarantee shall be discharged by the Owner and returned to the Contractor on completion of the work and recording of the completion certificate.

8.0 Programme and Reporting 8.1 The contractor shall furnish to the Owner and Consultants/Owner a bar chart

laying down weekly financial and physical targets to complete the project within stipulated time for approval within fifteen days from the date of receipt of notification of award. Weekly progress report shall be furnished to the Owner and Consultants confirming the progress.

8.2 The contractor must submit every week the following information to the Owner/Consultants in writing: i. Number of men employed, trade wise; ii. Progress achieved; iii. Expected dates for completion of work; iv. Any actual or potential delay in programme caused by the action or

inaction of Owner or Consultants and other contractors working on site.

9.0 Assignment and Sub-contracting 9.1 The whole of the works included in the Contract shall be executed by the

contractor and the contractor shall not directly or indirectly transfer, assign or underlet the contract or any part, share or interest therein without the written consent of the Owner.

9.2 No sub-contracting shall relieve the Contractor from the full and entire responsibility of the Contract or from the active superintendence of the work during their progress. The contractor has to engage specialized agencies depending upon the nature and complexity of the work with the prior approval of the Owner for works such as HVAC, INDUSTRIAL WATER SUPPLY, FIRE FIGHTING and any other specialized works. To this regard, the contractor has to submit the completion certificates / required documents of similar type of works executed by the sub-contractor / specialized agencies to establish the sub-contractor’s / specialized agencies’ workmanship. Also the contractor has to submit shop drawings done by the specialized agency for approval of Owner before procuring and installing the item. This does not in any way relieve the contractor of his obligations to get the quality work and architectural design as desired by the Owner / Consultants.

Page 32: Sample Tender Document

31

10.0 Site order Book: The contractor shall maintain a site order book at site for the purpose of quick communication between the contractor, consultant and owner. Any communication relating to the work may be conveyed through site order book. Such a communication from one party to other shall be deemed to have been adequately served in terms of contract. Each site order book shall have machine numbered pages in triplicate, and shall be carefully maintained and preserved by the contractor, and shall be made available to the owner/consultant as and when demanded. Any instructions which the Owner/ Consultants may like to issue to the contractor or the contractor may like to bring to the owner/Consultant two copies of such instructions shall be taken from the site order book and will be handed over to the Owner and consultants and the third copy will be retained with contractor.

11.0 Contractor to provide everything necessary for proper execution of work 11.1 The Contractor shall provide everything necessary for the proper execution of the

works according to the intent and meaning of the drawings, priced schedule of quantities and specifications taken together whether the same may or may not be particularly shown or described therein provided that the same can reasonably be inferred there from. If the Contractor finds any discrepancy therein he shall immediately and in writing refer the same to the Consultants/Owner whose decision shall be final and binding. Further, if any sample(s) of material(s), fittings, fixtures or finished item(s), to be used in the construction work, has/have been called for from the contractor, no work related to it/these shall be executed unless the same has/ have been approved by the Consultants/Owner failing which no payment shall be made to the contractor on this account. Any sample, duly approved by the Owner shall become part of the supply to be used in “the works”.

11.2 The Contractor shall supply fix and maintain at his cost, during the execution of any works, all the necessary power supply, water supply, centering, scaffolding, watching and lighting by night as well as by day, required not only for the proper execution but also for protection of the public and the safety of any adjacent roads, streets, pavements, walls houses, building and other erections, matters or things. The Contractor shall provide all such centering, scaffolding, staging, planking, timbering, strutting, shoring pumping, fencing, hoarding, watching and lighting by night as well as by day, required not only for the proper execution but also for protection of the public and the safety of any adjacent roads, streets, pavements, walls houses, building and other erections matters or things.

11.3 Throughout the execution of the work, the Contractor or his representative duly authorised and fully responsible and technically conversant with the work under this agreement, acting on his behalf shall be available at the site for supervising the work. The Contractor shall make adequate arrangements for watchmen to guard the materials brought by them to the site and shall ensure the safety, breakage and any theft of materials fixed or unfixed by him. Any material, T & P brought to the site for bonafide use of the Project shall not be removed/ shifted from the site without the prior written permission of the owner

11.4 The contractor has to provide at his cost leveling pipe, steel/ metallic tapes etc. required by the supervising staff of the Owner’s/Consultants/owner representative during execution of the work.

Page 33: Sample Tender Document

32

11.5 Whenever required by the Consultants the Contractor shall provide shop drawings / details before execution of work and get them approved by the Consultants/ Owner

11.6 Wherever the specifications of any item indicate the usage of approved equivalent of any material, the Contractor shall get the sample of the equivalent material approved from the Consultants / Owner before execution. The approval of the equivalent material is entirely at the discretion of the owner.

12.0 Infrastructure: 12.1 For storage of materials, contractor has to provide at his own cost sufficient

fenced and covered appropriate area on site for storage of above materials with lock and key arrangement. For arranging meetings suitable sized table and chairs shall be provided by Contractor.

12.2 Contractor to provide required quantity of portable water for his workers and staff.

13.0 Site Establishment The contractor shall provide all stores, workmen and materials. All materials likely to deteriorate in the open shall be stored under suitable cover.

13.1 The contractor shall not be allowed to construct huts for accommodation of his employee or workmen, within the site area. The contractors employees or workmen will not be allowed to stay overnight at the site area.

13.2 The security of the contractor’s equipment and materials is his own responsibility. The Owner accepts no liability for loss or damage to the contractor’s plant tools or materials.

13.3 The materials issued to the contractor by the Owner will remain under the custody of contractor as a trustee. However, title on the same will remain with the Owner. The contractor will be responsible for loss or damage to such materials and shall preserve them in good working conditions as required for the contract and good construction practices till such time that they are incorporated in the works and erected, aligned and fully installed in position and handed over to the Owner. In case the Owner/Consultants feels that arrangements made by the contractor are not adequate he shall so advice the contractor and the contractor shall promptly take corrective action. In case the contractor fails to take corrective action, Consultants shall take such corrective actions and recover the cost thereof from the contractor’s bills. Accounts of such material on completion of work shall be rendered and surplus material returned to the Owner as per instructions of Owner/Consultants.

13.4 The contractor shall clear away periodically or as instructed by Owner/Consultants any rubbish, scrap materials, etc. and dump the same in the authorised dump sites notified by local authority or area indicated by the Owner/Consultants. All construction materials shall be neatly stacked in an orderly manner as directed by the Owner/Consultants and care shall be taken to allow proper access to workmen and easy movement of men, vehicles, cranes and materials.

13.5 The contractor shall maintain all the drawings carefully mounted on the board of appropriate size and well protected from the ravages of weather, termites and other insects.

13.6 The contractor shall not permit the entry to the site of any person not directly connected/concerned with the work without first having obtained the written permission of Owner/Consultants.

Page 34: Sample Tender Document

33

13.7 The contractor shall submit a list of plants, equipments, tools, tackles, etc. which he will use, to perform the work. These tools, etc. shall not be removed from the site till the completion of job. A gate pass must be obtained from the Owner’s representative in order to remove from site any plant equipment, tools and materials.

13.8 All items such as instructions and other pertinent data regarding erection/ commissioning and maintenance should be typed and classified for transmittal in a manner approved by the Owner/Consultants.

13.9 All employees of the contractor shall conform to rules of conduct, etc. established by failure to do so will be sufficient cause for removal of such person from the site.

14.0 Messing & Accommodation 14.1 The contractor will make his own arrangements for messing and accommodation

and the same shall not be done at site. No accommodation and messing shall be provided by the Owner.

15.0 Procurement, Consumption and Storage of Materials 15.1 The contractor shall at his own expenses, provide all materials including cement &

steel required for the works. Adequate stocks of all materials required for the work are to be maintained at site. No material (unless as provided elsewhere in this document) shall be supplied by the Owner.

15.2 All materials to be provided by the contractor shall be in conformity with the detailed specifications laid down in the contract and the contractor shall, if requested by the Owner/Consultants furnish prior to the satisfaction of the Owner/Consultants that the materials conform to the laid down specifications.

15.3 All materials required for execution of work must be got approved by the site representative of the Owner/ Consultants before they are actually put to use. All facilities for prior inspection of materials and subsequent inspection of work by the Site representative must be made available.

15.4 The contractor shall, at his own expenses and without delay, supply to the Owner/Consultants samples of materials proposed to be used in the work. The Owner/Consultants shall within seven days of supply of samples, or within such further period as Owner/Consultants may require and intimate the contractor in writing, whether samples are approved by Owner/Consultants, or not. If samples are not approved, the contractor shall forth with arrange to supply, for their approval, fresh samples complying with the specification laid down in the contract.

15.5 The Owner/Consultants shall have full power to require removal of any or all the materials brought to site by the contractor which are not in accordance with the contract specifications or do not conform in character or quality to the samples approved Owner/Consultants. In case of default on the part of the contractor in removing rejected materials, the Owner/Consultants shall be at liberty to have them removed by other means. The Owner/Consultants shall have full powers to direct other proper materials to be substituted for rejected materials and in the event of the contractor refusing to comply. Owner/Consultants may cause the same to be supplied by other means. All risks and costs which may attend upon such removal and/or substitution shall be borne by the contractor.

15.6 Contractor shall be responsible for procurement of all materials/equipments etc. No delay due to non availability of any material equipment will be entertained by Owner.

Page 35: Sample Tender Document

34

16.0 Method of storing the materials 16.1 The contractor shall at his own cost, provide for all necessary storage on the site in

specified areas for all materials such as steel, cement and such other materials which are likely to deteriorate by the action of sun, wind, rain, dampness or other natural causes due to exposure in the compounds or in stores in such a manner that all materials, tool etc. shall be duly protected form damage by weather or any other cause.

16.2 Materials required for the works, by the contractor be stored by the contractor only at places approved by the Owner/Consultants. Storage and safe custody of materials shall be the responsibility of the contractor.

All the materials including contractor’s Tools & Plants brought by the contractor to the site shall become and remain the property of the Owner and shall not be removed off the site without prior written approval of the Consultants/Owner. But whenever the works are finally completed and advances, if any, in respect of such materials are fully recovered, the contractor shall at his own expenses forthwith remove from the site all surplus materials supplied by him and upon such removal, the same shall revert in and become the property of the contractor.

17.0 Shuttering and Scaffolding Materials 17.1 It shall be desirable to have adequate amount of shuttering and scaffolding

materials to complete the work speedily and Consultants/Owner decision so as to the quantum of these desirable/ resources of the site shall be final and binding.

18.0 Completion of Work 18.1 Before finally leaving site, all the Contractors stores, plant, tools and rubbish shall

be removed and the site left clean and tidy. The space allocated by Owner shall be vacated and handed over to the Owner.

19.0 Water and Electricity for Construction work

19.1 Water & Electricity Contractor has to make his own arrangement for supply of water / power. At no point of time the construction activity should not stop or slow down due to non availability of water / power, and also a reasonable size water sump should be constructed for storage the water. If excess water is available with ARCI the same can be utilized by contractor with the approval from Director ARCI and at one point water is provided with water meter and the contractor need to tap the required water from this one point by laying temporary PVC water lines. ARCI will charged @ Rs. 200/- per KL and deduct the amount from RA bills. The water meter will be provided by ARCI. The rates quoted in tender shall also include electric consumption charges for power connection and maintain at his expense an efficient service of electric light and power and shall pay for the electricity consumed, which shall be metered and charged @ Rs. 12/- per KVAH and DG set power @ Rs. 24/- per KWH . ARCI shall be giving all possible assistance to the contractor .Required wiring /cables &SFU are under the scope of contractor

Page 36: Sample Tender Document

35

20.0 Employment of Labour 20.1 The contractor shall comply with the requirement of statutory provisions and shall

be solely responsible for fulfillment of all legal obligations under Contract Labour (reg. & abolition) Act, Inter State Migrant Workmen (Registration of Employment and condition of Service Act, payment of Wages Act., Minimum Wages Act, Workmen’s Compensation act, Employee’s Provident Fund & Miscellaneous Provisions Act, Payment of Bonus Act, Payment of Gratuity Act, Industrial Disputes Act and all other Industrial/Labour enactments and Rules made there under as applicable from time to time. In case Owner incurs any liability towards payment of any dues, compensation, cost of any other liability of any kind whatsoever, due to non fulfillment of statutory provisions under any industrial/labour laws by the contractor, the same shall be made good by the contractor and Owner shall have full right to recover and claim the same against the contractor from his outstanding bills or otherwise. No Labour to stay at site.

20.2 The contractor will be expected to employ on the work only his regular skilled employees with experience of this particular work. The permission of the Owner/Consultants must be obtained before tradesmen are recruited locally for the work. This rule does not apply to unskilled labour. No female labour shall be employed in dark hours/ i.e. hours prohibited under the applicable law. No person below the age of eighteen years shall be employed at any point of time. The contractor shall pay, to each person, the wages as per minimum Wages Act of the State Government.

20.3 All traveling expenses including provision of all necessary transport to and from site, lodging allowances and other payments to the contractor’s employees are his own responsibility.

The hours of work on the site shall be decided by the Owner/Consultants and contractor shall adhere to the same.

All contractors employees shall wear safety helmet and such identifications marks as may be provided by contractor on work site and duly approved by Consultants/Owner.

All notices displayed on the site and any instructions issued by the Owner/Consultants shall be strictly adhered to by the Contractor’s and/or his sub-contractors employees.

The contractor shall be required to maintain employment records as covered in relevant Acts and produce documentary evidence to the effect that he has discharged his obligations under the Employees Provident Fund Act 1952, and ESI Act, 1948, if applicable, Group Insurance and other Acts for the workmen working at site towards safety, statutory regulations and insurance aspects.

21.0 Working and Safety Regulations 21.1 The contractor shall observe all statutory, safety, and legal requirements /

regulations issued by Central and State Governments applicable to the work as well as any local regulations applicable to the site.

21.2 The contractor has to fulfill the safety obligations at site and ensure that all safety equipment required for the execution of the work is available and used by the workmen at site.

21.3 Required safety signage and other requirement as per safety norms must be compiled as per the instructions of the Owner/Consultant.

Page 37: Sample Tender Document

36

21.4 A qualified person in charge of safety should be posted at the site by the contractor to take care of the safety related issues during the construction period with regard to workmen and material. Failure to employ the safety person will invite suitable deductions from the bills.

21.5 The contractor shall be responsible for the provision of all safety notices safety equipments including the safety gadgets for his workmen required by both the relevant legislation and such as the Owner/Consultants may deem necessary. While working at heights, safety belts and safety helmets shall necessarily be used.

22.0 Particular attention is drawn to the following: In case of accident, the Owner/Consultants shall be informed in writing forthwith and First-Aid, Hospitalization shall be provided by the Contractor. The contractor shall strictly follow regulations laid down by Govt. and State authorities in this regard and all cases are to be defended By the Contractor. The Owner shall not entertain any insurance claims.

22.1 Contractor shall fence his plant, platforms, excavations etc. 22.2 Compliance with all electricity regulations should be ensured. 22.3 Compliance with statutory requirements for inspection and test of all lifting appliances and auxiliary lifting gear is to be ensured.

22.4 Staircase, doors or gangways shall not be obstructed in any way that will interfere with means of access of escape.

22.5 Where it is necessary to provide and/or store petroleum products or petroleum mixtures and explosive, the contractor shall be responsible for carrying out such provision and/or storage in accordance with the rules and regulation laid down in Petroleum Act 1934. Explosive Act 1948 and Petroleum and Carbide of Calcium Manual Published by the Chief Inspector of Explosive of India. All such storage shall have prior approvals of the Owner/Consultants. In case any approval or clearance from Chief Inspector of Explosive or any statutory authorities is required, the contractor shall be responsible for obtaining the same.

22.6 The contractor shall have his own Fire Fighting Extinguishers and Equipment. 23.0 Contractor’s Risks 23.1 Contractor’s Risks- All risks of loss or damage to physical property and of

personal injury and death which arise during and in consequence of the performance of the Contract are the responsibility of the Contractor.

23.2 The Contractor shall be responsible for injury to persons if any, animals or things and for all damages to the structural and/or decorative part of property which may arise from the operations or neglect of himself or of any sub-contractor or of any of his or sub- Contractor’s employees whether such injury or damage arises from carelessness accident or any other causes whatsoever in any way connected with the carrying out to the Contract. This clause shall be held to include interalia any damage to buildings, whether immediately adjacent or otherwise and any damage to roads, footpaths, or ways as well as all damage caused to the buildings and the work forming the subject to this Contract by frost, rain or other inclemency of the weather. The Contractor shall indemnify the Owner and hold him harmless in respect of all and any expenses arising from any such injury or damage to persons or property as aforesaid and also in respect of any claim made in respect of injury or damage under any acts of Government or otherwise and also in respect of an award of compensation or damages consequent upon such claim.

Page 38: Sample Tender Document

37

The contractor shall make good all damages of every sort mentioned in the Clause, as to deliver up the whole of the Contract works complete and perfect in every respect and so as to make good or otherwise satisfy all claims for damage to the property of third parties.

24.0 Insurance 24.1 The Contractor shall provide, in the joint names of the Owner and the Contractor,

Insurance cover from the Start Date to the completion of work and handing over to the owner for the amounts and deductibles stated in the Contracted Amount for the following events which are due to the Contractor’s risks and shall be covered under respective policies as under: (a) Contractor’s All Risk Policy; (b) Third Party Insurance for four occurrences, the minimum cover for

occurrence is Rs. 5.0 lac. Contractor will pay additional premium after each occurrence to make insurance valid for four occurrences always.

24.2 The contractor shall provide workmen compensation policy, obtained in his name. 24.3 Policies and certificates for insurance shall be delivered by the Contractor to the

Owner /Consultants for the Owner/ Consultants’ approval before the Date of Start of work i.e., date of execution of the contract. All such insurance shall provide for compensation to be payable in the types and proportions of currencies required to rectify the loss or damage incurred.

24.4 If the Contractor does not provide any of the policies and certificates required, the Owner may affect the insurance which the Contractor should have provided and recover the premiums the Owner has paid, from the contractor bills. Otherwise due to the Contractor or if no payment is due, the payment of the premiums shall be a debt due. The cost of premium will be deducted from the contractor’s bill, if at any time the work remains uninsured.

24.5 Alterations to the terms of the insurance shall not be made without the approval of the Owner or Consultants.

24.6 Both parties shall comply with the conditions in the insurance policy. 24.7 All policies in original shall be submitted to the owner before the release of the 1st

bill. 25.0 Setting out Works 25.1 The contractor shall set out the works and shall be responsible for the true and

perfect setting out of the same and for the correctness of the positions, levels, dimensions and alignment of all parts thereof, if at any time any error shall appear during the progress of any part of works the contractor shall at his own expenses rectify such error, if called upon to the satisfaction of the Consultants/Owner.

26.0 Contractor to remove all offensive matter, non-suitable material etc

immediately. All debris, excavated soil, filth or other matter or an offensive nature taken out of any trench, sewer, drain cesspool or other place shall not be deposited on the surface but shall be at once carted away be the contractor out the premises/ site under intimation to concerned authorities. Any material brought on site if found unsuitable / surplus shall be removed from site at once by the Contractor under intimation to the concerned authorities.

Page 39: Sample Tender Document

38

27.0 Inspections by Consultants/Owner 27.1 The representative of the Consultants/Owner at all times have free access to the

works and /or to the workshops, factories or other places where materials are being prepared or constructed for the Contract and also to any place where materials are lying or from which they are being obtained. No person except the representatives of Public authorities shall be allowed on the work at any time without the written permission of the owner /Consultants. If any work is to be done at a place other then the site of the works, the Contractor shall obtain written permission of the Consultants/owner for doing so.

27.2 The Consultants/owner and their representatives shall have the right to test and/ or inspect the works to confirm their conformity to the contract, at all times, whenever in progress either on the site on the Contractor’s premises wherever situated or any firm or company where work in connection with this contract may be in hand. All records, registers or documents relating to the works including materials used on works shall be kept open to the inspection of the Owner or his Authorised representative when so called for in writing.

27.3 The Contractor shall get the quality of work done inspected for material and workmanship at different stages of execution as per instructions given by the Consultants or their representative from time to time. Any item of work done which is found not conforming to the Contract shall be rejected by the owner. The decision of the owner in such cases shall be final.

27.4 The inspections and tests may be conducted on the premises of the Contractor or at the Project site. When carried out on the premises of the Contractor or its sub-Contractor(s), all reasonable facilities and assistance including access to drawings and production data shall be furnished to the inspectors at no charge to the Owner.

27.5 Should any inspected items of work fail to conform to the specifications, the Owner/ Consultants shall communicate them and the Contractor shall either replace them or make all alterations necessary to meet specification requirements free of cost to the Owner.

28.0 Covering Up/Uncovering of Works 28.1 No part of the works shall be covered up without the approval of Consultants/

owner and the Contractor shall afford full opportunity for examination and inspection by the Consultants owner. The contractor shall give due notice to the Engineer about the work to be covered up for its measurements and examination. The Engineer shall within a reasonable time attend for the purpose of examining such work, unless the Engineer specifically advises the Contractor in writing of his unwillingness not to attend for such examination in which case the Contractor may proceed further with the Contract work.

28.2 Should the Consultants/Owner consider it necessary in order to satisfy himself as to the quality of the work, the Contractor shall at anytime during the continuance of the contract pull down or cut into any part of the work and make such opening into and to such an extent through the same, as the Engineer may direct and the Contractor shall make good the whole to the satisfaction of the Engineer, should the work prove to be faulty or in any respect not in accordance with the terms of the contract documents, the Engineer shall be at liberty to order such further removal as he may consider necessary and the whole of the expenses incurred shall be borne by the contractor. If however, the work proves to be sound and in accordance with the contract document, the actual expenses incurred in such examination will be borne by the Owner.

Page 40: Sample Tender Document

39

28.3 Rates charged by the Contractor for works performed under the contract shall not vary from the rates quoted by the Contractor in its Tender.

28.4 If requested by the Consultants/Owner, the Contractor shall provide the Consultants/ Owner with a detailed cost breakdown of any rate in the Schedule of Quantities.

28.5 The Consultants/Owner may at any time / stage of execution demand for the Analysis of Rates for any item / items of work which in their opinion is / are abnormally high / low rates or required for the Analysis of Rates of other tender / extra item / items. The Contractor is bound to present the same and if the Contractor is unable to present a justified Analysis of Rates for any item / items, the rate / rates for such item may be adjusted accordingly and the decision of the Consultants/owner in such cases shall be final.

29.0 Change in the order/ Extra items of work 29.1 The Owner may at any time, by written order given to the Contractor, make

alterations in, omissions from, additions to, or substitutions for, in drawings, designs or specifications or quantities of the items of work

29.2 ARCI reserves to itself the right of omission of any item of work from the awarded tender at any time / stage during the execution of work and award the same to another agency / contractor.

29.3 The Owner may at any time, by written order given to the Contractor, increase the scope of work or include any new item of work. The Contractor shall be bound to carry out such works, the rates for which shall be arrived at on the basis of the CPWD Schedule of Rates or if the Schedule is silent by standard methods of rate analysis as derived by the Owner/Consultants.

29.4 If any such changes cause an increase or decrease in the cost of, or the time required for the Contractor’s performance of any part of the work under the contract, whether changed or not changed by the order, an equitable adjustment shall be made in the contract value or work schedule, or both, and the contract shall accordingly be amended. Any claims by the Contractor for adjustment under this clause must be asserted within seven (7) days from the date of the Contractor’s receipt of the Owner’s change order.

30.0 Payment 30.1 The method and conditions of payment to be made to the Contractor under the

contract shall be specified in SCC. 30.2 Payment shall be made by the Owner after joint measurements by the

Consultants/owner. Running payment to the Contractor shall not be made more than once a month. The minimum amount of bill to be raised shall not be less than Rs. 25.00 Lakhs. A retention amount of 5% of Gross value of bill shall be deducted from each running bill including final bill.

30.3 All intermediate running payments to the contractor shall be regarded as payments by way of advance against the final payment and shall not preclude the requiring of bad, unsound and imperfect or unskillful work to the removed, taken away and reconstructed or re-erected.

30.4 The Final RA Bill will be released subject to submission of documents mentioned in SCC.

31.0 Variations and Provisional Cost: 31.1 Where work cannot be measured and valued properly, the Contractor shall be

allowed day work rates on the prices prevailing when such work is carried out (unless otherwise provided in the contract):

Page 41: Sample Tender Document

40

a. At the rates, if any, inserted by the Contractor in the priced Schedule of Quantities or b. If no such rates have been inserted then at the rates prevailing in the

market for material and labour and at the control rates for the controlled materials including in all cases the rate for delivery of the material at the work.

31.2 Provided that in any case voucher specifying the time daily spent upon the work (and if required by the Consultants/Owner the workman’s names) and the materials used shall be delivered for verification to the Consultants, .his authorized representative not later than the end of the week following that in which the work has been executed. Effect shall be given to the measurement and valuation of variations in interim Certificates and by adjustment of the total Contract Value.

32.0 Claims for Extra or for Deviations 32.1 The Owner shall not be responsible for the payment of any claim for extra work

not included in the contract nor the Contractor shall be entitled to claim any addition to the contract sum in respect of any changes or alterations in the materials used unless the same shall have been ordered or sanctioned, as the case may be, in writing by the Consultants/ Owner.

32.2 The Contractor has to submit a monthly return by 10th of the ensuing month for any extra work which in his opinion is not covered by the contract agreement through the Owner’s/ Consultants representatives and obtain a receipt from the authorised signatory of the Owner. Failing this, he shall have no right to any such claim, whatsoever may be the circumstances, later on.

32.3 In the event of any dispute arising either as to validity of the claim or as to the account to be paid or allowed in respect thereof, the decision of the Consultants/ owner shall be final and binding on the contractor. In the meantime, the Contractor shall either proceed with the work in question or suspend the same as may be determined by the Consultants/owner and no payments due or payable by the Owner or his agent, as the case may be, shall be withheld on account of such dispute.

32.4 All extra works (those permitted by Owner) of every description shall be executed by contractor on site of work in pursuance of any of the provision of the contract, shall be measured up, and shall be paid according to actual quantities ascertained by such measurements and the prices as finalized by the Consultants/ owner based on the priced schedule of quantities so that such priced schedule of quantities shall include all such operations and accessories as appear in the said schedule of prices or specification to be or shall in the opinion of the Consultants/ owner the contingencies upon the works mentioned in such schedule of prices or required to make such works perfect and fit for use.

32.5 Provided also that if any work shall be ordered by the Consultants/Owner and executed by the Contractor for the payment of which no provision in the opinion of the Consultants have been made in the priced schedule of quantities or the specifications, the Consultants owner shall fix and determine such prices for the same based on the prices appearing in the priced schedule of quantities, such allowance being made as may seem to the Consultants owner sufficient for any difference in the character of conditions of the work. However rates for extra items shall be fixed on the basis of actual rate analysis.

Page 42: Sample Tender Document

41

32.6 The Consultants/owner may at any time / stage of execution demand for the analysis of rates for any item / items of work which in their opinion is / are with abnormally high / low rates or required for the analysis of rates of other tender / extra item / items. The Contractor is bound to present the same and if the Contractor is unable to present a justified analysis of rates for any item / items, the rate / rates for such item may be adjusted accordingly and the decision of the Consultants/ owner in such cases shall be final and binding.

33.0 Removal of Imperfect Work. 33.1 If, it shall appear that the work has been executed with unsound, imperfect or

unskilled workmanship, or with material of any imperfect or any inferior quantity or otherwise not in accordance with the contract documents the Contractor shall at his own cost rectify, reform, remove, or reconstruct the same, either in the whole or in part, as may be directed by the Engineer, whether or not the value of any such work or materials shall have been included in any payment made to the Contractor.

33.2 The Contractor shall remove all debris etc., wash and clean the floors and hand over the site quite clean on the completion of the work to the satisfaction of the Owner / Consultants.

34.0 Delay in the Contractor’s performance 34.1 Execution of the work and performance of the services shall be done by the

Contractor in accordance with the time schedule specified by the Owner in the Notice for Invitation of Tenders.

34.2 If, at any time during performance of the contract, the Contractor should encounter conditions impending timely execution of the works and performance of services, the Contractor shall promptly notify owner/ the Consultants in writing of the fact of the delay, its likely duration and its cause(s). As soon as possible, after receipt of the Contractor’s notice, the owner/Consultants shall evaluate the situation and may, entirely at its discretion, extend the Contractor’s time for performance with or without liquidated damages.

35.0 Liquidated Damages. If the Contractor fails to execute any or all of the works or to perform the services

within the period(s) specified in the contract, the Owner shall deduct from the contract value, as liquidated damages, a sum specified in the SCC for each week or part thereof delay until actual completion or performance, up to a maximum deduction of the percentage specified in SCC. Once the maximum is reached, the Owner may consider termination of the contract. The prorata progress envisaged and expected from the contractor shall be maintained, time being the essence of the contract.

36.0 Termination by Default 36.1 The Owner may without prejudice to any other right or remedy, by written notice

(of fifteen days) of default sent to the Contractor, terminate the contract in whole or part: a) if the Contractor fails to complete any or all of the works within the

period(s) specified in the NIT or any amendment thereof, or within any extension thereof granted by the Owner, or

b) if the Contractor fails to perform any other obligation(s) under the contract,

Page 43: Sample Tender Document

42

36.2 In the event, the Owner terminates the contract in whole or in part, the Owner may procure, upon such terms and in such manner as it deems appropriate, works or services similar to those unexecuted and the Contractor shall be liable to the Owner for any excess costs for such similar work or services. However, the Contractor shall continue the performance of the contract to the extent not terminated.

37.0 Force Majeure 37.1 The Contractor shall not be liable for forfeiture of its performance security,

liquidated damages or termination by default, if and to the extent that, its delay in performance or other failure to perform its obligations under the contract is the result of an event of Force Majeure.

37.2 For purposes of this clause, “Force Majeure” means an unforeseeable event beyond the control of the Contractor and is not because of the Contractor’s fault or negligence. Such events may include acts of the Owner either in its sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics.

37.3 If a Force Majeure situation arises, the Contractor shall promptly notify the Owner

in writing of such conditions and the cause thereof. Unless otherwise directed by the Owner in writing, the Contractor shall continue to perform its obligations under the contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

38.0 Termination for Insolvency 38.1 The Owner may at any time terminate the contract by giving written fifteen days

notice to the Contractor, if the Contractor becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Contractor, provided such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Owner.

39.0 Termination for Convenience The Owner, by written notice of fifteen days sent to the Contractor, may terminate

the contract, in whole or in part, at any time for its convenience. The notice shall specify that the termination is for Owner’s convenience, the extent to which performance of the Contractor under the contract is terminated, and the date upon which such termination becomes effective.

The items of work those are complete and ready after the Contractor’s receipt of

notice of termination shall be accepted, if completed within the notice period, by the Owner at the contract terms and values. For the remaining works, the Owner may elect;

a) to have any portion completed at the contract terms and value and/or

b) to cancel the remainder and pay to the Contractor an amount, finalized by the Consultants/Owner, for partially competed works and for materials and parts previously procured by the Contractor.

c) The contractor shall obtain written permission from the owner to complete the incomplete items of work during the notice period.

Page 44: Sample Tender Document

43

40.0 Resolution of Disputes 40.1 The Consultants/Owner and the Contractor shall make every effort to resolve

amicably by direct informal negotiations any disagreement or dispute arising between them under or in connection with the contract.

If, after thirty (30) days from the commencement of such informal negotiations, the Owner and the Contractor have been unable to resolve amicably a contract dispute, either party may require that the dispute be referred for resolutions to the formal mechanisms specified in the SCC. These mechanisms may include but are not limited to, Arbitration in accordance with rules of Arbitration Act and award made in pursuance thereof shall be binding on both the parties.

41.0 Governing language 41.1 The contract shall be written in English language. All correspondence and other

documents pertaining to the contract that are exchanged by the parties shall be written in the same language

42.0 Governing law 42.1 The contract shall be governed by the laws of The Union of India for the time

being in force. All disputes arising out of or in any way connected with this agreement shall be deemed to have arisen in Hyderabad and only the courts in Hyderabad alone shall have exclusive jurisdiction to determine the same.

43.0 Notices 43.1 Any notice given by one party to the other pursuant to this contract shall be sent to

other party in writing or by cable, telex, or facsimile and confirmed in writing to the other party’s address specified in SCC.

A notice shall be effective on the date on which it is delivered, or on the notice’s effective date, whichever is later.

44.0 Discoveries 44.1 Anything of historical or other interest or of significant value unexpectedly

discovered on the Site is the property of the Owner. The Contractor is to notify the Consultants/Owner of such discoveries and carry out the Consultants/Owner’ instructions for dealing with them.

45.0 Dismissal of workmen: 45.1 The contractor on request from the Consultant/ Owner, immediately dismiss from

the works any person employed by him who may be found in the opinion of the client to be unsuitable or incompetent or who has shown misconduct.

46.0 Working Hours: 46.1 Normal working hours shall be from 9.00 a.m. to 6.00 p.m. No construction work

of important structural nature shall be carried out on Sundays, Holidays and during nights. However permission to work beyond normal working hours can be granted by the Owner/ Consultants in exceptional circumstances to achieve the target schedule of completion.

Page 45: Sample Tender Document

44

B. TIME CONTROL 47.0 Programme 47.1 Within the time stated in the Contract Data the Contractor shall submit to the

Consultants/Owner for approval a Program showing the general methods, arrangements, order, and timing for all the activities in the works, along with weekly cash flow forecast.

An update of the Program shall be a program showing the actual progress achieved on each activity and the effect of the progress achieved on the timing of the remaining work including any changes to the sequence of the activities.

The Contractor shall submit to the Consultants/Owner, for approval, an updated Program at intervals no longer than the period as stated in the clause no. 8.1. If the Contractor does not submit an updated Program within this period, the Consultants/ Owner may withhold the amount stated in the Contract Data from the next payment certificate and continue to withhold this amount until the next payment after the date on which the overdue program has been submitted.

The Owner’s/Consultants approval of the Program shall not alter the Contractor’s

obligations. The Contractor may revise the Program and submit it to the Consultants again at any time. A revised Program is to show the effect of Variations. At any stage of work, Consultants may award any item/part of item of work to contractor’s workman/ external agency, if in their opinion, the progress of work is suffering because of that. The work done will be added to the Contractor’s bill and the amount paid for the job will be deducted from the Contractor’s account.

48.0 Delay and Extension of time

If in the opinion of the Owner/ Consultants the work be delayed (a) by force majeure or (b) by reason of any exceptionally inclement weather or (c) by reason of proceedings taken or threatened by or disputes with adjoining or neighboring owners or public authorities or (d) by delays of other contractor or Tradesmen engaged by the Owner or the Consultants and the works not referred to in the Schedule of Quantities and/or specification or (e) by reasons of Consultant’s instruction or (f) by reason of civil commotion, local combination of workmen or strike or lockout affecting any of the building trades or (g) in consequence of the contractor not having received in due time necessary instructions from the Consultants/ Owner for which he shall have specially applied in writing or (h) from other cause which the Consultants/ Owner may certify as beyond the control of the contractor or ( i) by reason of non-payment of interim certificate at specified time, the Consultants shall recommend for approval by the Owner a fair and reasonable extension of time for completion of the Contract works. In case of strike or lockout the contractor shall as soon as may be given written notice thereof to the Consultants/Owner, but the contractor shall nevertheless constantly use his endeavors to prevent delay and shall do all that may reasonably be required to the satisfaction of Consultants/ Owner to proceed with the work.

Page 46: Sample Tender Document

45

C. QUALITY CONTROL 49.0 Identifying Defects 49.1 The Owner/Consultants shall check the Contractor’s work and notify the

Contractor of any Defects that are found. Such checking shall not affect the Contractor’s responsibilities. The Owner/ Consultants may instruct the Contractor to search for a Defect and to uncover and test any work that the Consultants/ Owner consider may have a Defect.

50.0 Correction of Defects 50.1 The Owner /Consultants shall give notice to the Contractor of any Defects before

the end of Defects Liability Period, which begins at Completion and is defined in the Contract Data. The Defects Liability period shall be extended for as long as Defects remain to be corrected.

50.2 Every time notice of Defect is given, the Contractor shall correct the notified Defect within the length of time specified by the Owner/ Consultant’s notice.

51.0 Uncorrected Defects 51.1 If the Contractor has not corrected a Defect within the time specified in the Owner

/Consultants’ notice, the Owner/ Consultants will assess the cost of having the Defect corrected, and the owner will realise the cost of rectification from the contractor bill.

52.0 Maintenance of Registers

The contractor shall maintain the following registers at site of work and should produce the same for inspection by owner/consultant whenever desired by them. The contractor shall also maintain the records/registers as required by the local authorities. 1. Registers for cement/steel/ paints/Antitermite treatment chemicals/water

proofing chemicals. 2. Registers for sand bulk age/sieve analysis/silt content\ 3. Registers for coarse aggregate sieve analysis 4. Registers for concrete slump test/cube tests 5. Hindrance registers 6. Site order book 7. Daily progress report.

D. COST CONTROL

53.0 Schedule of Quantities 53.1 The Schedule of Quantities shall contain items for the construction work,

installation, testing, and commissioning work to be done by the Contractor. 53.2 The Schedule of Quantities is used to calculate the Contract Price. The Contractor

is paid for the quantity of the work done at the rate in the priced Schedule of Quantities for each item.

54.0 Variations 54.1 All variations in the programme pursuant to delay shall be included in the updated

programmes produced by the Contractor.

Page 47: Sample Tender Document

46

55.0 Payments for Variations 55.1 The Contractor shall provide the Owner/ Consultants with a quotation (with

breakdown of unit rates) for carrying out the Variation when requested to do so by the Owner/Consultants. The Owner/ Consultants shall assess and finalise the quotation, which shall be given within seven days of the request or within any longer period stated by the Owner /Consultants and before the Variation is ordered.

55.2 If the Contractor’s quotation is unreasonable, the Owner /Consultants may order the Variation and make a change to the Contract Price which shall be based on Owner/Consultants’ own forecast of the effects of the Variation on the Contractor’s costs.

55.3 No escalation shall be payable on any account.

E: FINISHING THE CONTRACT

56.0 Completion Certificate 56.1 The Contractor shall request the Owner/ Consultants to issue a Certificate of

Completion of the Works and the Owner/ Consultants will do so upon deciding that the Work is completed.

57.0 Taking Over 57.1 The Owner shall take over the Site and the Works within seven days of the

Consultants issuing a certificate of Completion, subject to satisfaction of owner in regard to completion of work before handing over the site, the contractor must obtain a site clearance certificate from the Owner/Consultants.

58.0 Final Account 58.1 The Contractor shall supply to the Owner /Consultants a detailed account of the

total amount that the Contractor considers payable under the Contract before the end of the Defects Liability Period. The Owner/ Consultants shall issue a Defect Liability Certificate and certify any final payment that is due to the Contractor within 15 days of receiving the Contractor’s account if it is correct and complete. If it is not, the Owner /Consultants shall issue within 15 days a schedule that states the scope of the corrections or additions that are necessary. If the Final Account is still unsatisfactory after it has been resubmitted, the Owner /Consultants shall decide on the amount payable to the Contractor and issue a payment certificate within 15 days of receiving the Contractor’s revised account.

59.0 No Claim Certificate 59.1 No claim certificate shall be submitted by the Contractor as per ARCI format. 60.0 Taxes to be deducted at source and charges for WCT/Cess/ Seinerage will be

issued to the contractor. The contractor will be required to deliver the cheque to the concerned authorities, and the acknowledgement is to be deposited with ARCI along with subsequent running bill.

Page 48: Sample Tender Document

47

SPECIAL CONDITIONS OF CONTRACT (SCC)

The following Special Conditions of Contract are supplementary, to the General Conditions of Contract. Whenever there is a conflict, the provisions herein shall prevail over those in the General Conditions of Contract. The corresponding clause number of the General Conditions of Contract is indicated in parentheses.

1.0 Definition

(A) Owner means International Advanced Research Centre for Powder Metallurgy And

New Materials (ARC International), an autonomous Research and Development Centre of Department of Science & Technology, Government of India)

OPP Balapur Village,RCI Road Hyderabad– 500005.

(B) Consultants means M/s SS Infrastructure Project Consultants Pvt.Ltd, Hyderabad.

(C) Site means the project site situated at Proposed CLPM, CEC, MET LAB & CMD buildings at ARCI, Balapur campus, on RCI road, OPP Balapur, Hyderabad (i) Performance Guarantee

The (Earnest Money Deposit) EMD of the successful Tenderer shall be returned on submission of the Performance Guarantee. Within fifteen days (15) from date of LOI, the Contractor shall furnish Performance Guarantee to the Owner amounting to 5% of the accepted Tender Value in the form of Bank guarantee from nationalized bank.

Release of Performance Guarantee: 100% after the completion of work i.e. final bill and issuance of completion certificate by the Owner.

Agreement will be executed after submission of PBG.

2.0 Mobilisation Advance An amount equal to 10% of the contract value with simple interest @ 10% will be paid on furnishing a bank guarantee from any nationalized bank for amount equal to 110% of the amount of mobilization advance. The advance will be released in two equal installments. One immediately on submission of performance guarantee bond and the other after 6 months from the date of payment of 1st installment. The second installment shall be released on satisfactory utilization of 1st installment on the work, progress of the work to the satisfaction of ARCI and also progress of work in conformity with BAR or PERT chart. The interest on mobilisation advance shall be calculated on reducing balance. Recovery will start from the next running bill after payment of second installment of mobilisation advance.

Page 49: Sample Tender Document

48

3.0 Material Advance Material advance will be paid only on steel at 50% of the purchase order rate of steel( item code No.312001549) in four quarterly installments, for the quantity to be consumed in the work in each quarter. The quality of steel must be certified by the consultant. ARCI will not accept the unconsumed quantity of steel either for advance or for any other mode of payment. Recovery of advance shall be made from every running bill for the quantity consumed in the work.

4.0 Payments Following terms of payment shall be applicable –

4.1 Payment against Running Bills The Contractor shall be paid for the work done against running bills to be

raised for minimum value of Rs.25.00 lakhs. 95% of the Bill amount will be paid as on account payment after joint

measurements by the Owner/Consultants The following payment will be recovered from the bills:

Value of chargeable materials issued by the Owner or Consultants. Security deposit @ 5% of gross value of the bill. Half of this amount will

be released with final bill on submission of bank guarantee for equivalent amount and the validity of bank guarantee shall be up to defect liability period plus two months. Remaining half will be released after successful completion of defects liability period. Subject to compliance of clause 4.4 below.

Statutory deductions like income Tax, VAT, Cess under Building and Other Construction Workers Welfare Cess Act, 1996 etc. as applicable and seignerage charges, if any.

Electricity and Water charges will be recovered as per tender terms.

Any other recovery if due.

Payment shall not be released against 1st R/A bill until submission of following documents by contractor to the Owner and also subsequent RA bills.

Performance guarantee bond Labour License (as per statutory requirements) EPF Code Registration number with RPFC. Insurance – Contractor’s All Risk (CAR) Policy Workmen compensation policy Third Party Liability Insurance for four occurrences each occurrence of 5.0 lac. VAT registration number. Indemnity Bond in standard proforma indemnifies the Owner against all risks arising during the performance of the contract.

Page 50: Sample Tender Document

49

Deployment of project engineer B.Tech (Civil) with 10 years experience and junior engineer B.Tech (Civil) with 5 years of experience. Non deployment engineer will attract suitable deduction at the discretion of ARCI from the Contractor bill. Test reports on materials used. Challans/receipts of taxes paid to statutory authorities i.e. Seignerage (earth materials as per Govt norms), labour cess, VAT etc., A Certificate towards the effect that minimum Technical and Safety man power was deployed during the work execution period along with proofs i.e Attendance sheet during the work execution period. Certified by the ARCI Staff as per the Tender Clauses. Registration under Building and Other Construction Workers Welfare Cess Act, 1996 if applicable. Undertaking for compliance of all labour laws 4.2 Basis of Payment in RA bills

Payment in RA bills shall be based on quantity of work executed at site (as per the item of work) & verified by Owner/Consultants as per the item rate in work orders. Owner/ Consultants is authorized to allow part rate/reduced rate for any item of work. The Consultants shall specify the reason for the part rate payment in the RA bill.

4.3 Disallowance of payment If payment has been made in RA bill for any item of work but later on

some defect is noticed, Owner/Consultants is authorized to disallow the payment in the subsequent bills till rectification of the work.

4.4 Final bill

The final bill complete in all respect shall be submitted by the contractor within 60 days from the completion of the work. The bill should be accompanied with the following documents.

i. Job completion certificate. ii. No claim certificate on Owner/s prescribed proforma.

iii. Site clearance certificate. iv. Indemnity certificate towards labour payment and all statutory

payments. v. Clearance certificate from Hyderabad Building & Other

Construction Workers Welfare Board, if required (i.e. labour cess). vi. Certificate of test on materials etc.

vii. Statement of accounts showing the advances taxes, deductions, security deposit at a latest position duly attested by Owner.

viii. Certificate of joint measurement sheets – Duly signed by the Owner, Contractor and Consultant.

ix. Copy of the insurance policy. (Workmen compensation act and contractors all risk policy).

x. Contractor should submit Operation and Maintenance manuals and testing and commissioning reports with Guarantee and Warranty certificates.

Page 51: Sample Tender Document

50

xi. Original quality control record, measurement records and any other

joint site records maintain at site. No claim shall be entertained after receipt of final bill.

xii. Settlement of final bill shall be made subject to deduction of all

dues payable by contractor, settlement of all disputes and furnishing of all required documents/clarifications and grant of extension of time, if any, by Owner’s competent authority.

xiii. Recovery charges if any on account of water & Electricity provided by ARCI

xiv. Statutory Compliance certificate should be submitted by the Contractor towards payment of insurance, Seignerage, VAT, labour cess and other taxes if any applicable.

xv. A compliance Certificate should be submitted towards deployment of Technical & Safety man power as per the Tender Clauses.

5.0 ESCALATION

No Escalation shall be paid on any account.

6.0 Liquidated Damages 6.1 0.5% per week upto a maximum of 5% (Five percent) of the Contract

value from the stipulated date of completion.

7.0 Notices For the purpose of all notices, the following shall be the address of the Owner and

the Contractor.

Owner: The Director, International Advanced Research Centre for Powder Metallurgy And New Materials (ARCI),

PP Balapur Village, RCI Road Hyderabad– 500005.

Contractor: ______________________ (To be filled in at the time of Signing of the Contract) ______________________ 8.0 Labour

8.1 The Contractor shall make his own arrangements for the engagement of all staff and labour, local or other, and for their payment, housing, feeding and transport. No labour to stay at site.

8.2 The Contractor shall, if required by the owner/Consultants, deliver to the owner/Consultants a return in detail, in such form and at such intervals as the owner/Consultants may prescribe, showing the staff and the numbers of the several classes of labour from time to time employed by the Contractor on the Site and such other information as the owner/ Consultants may require.

8.3 Compliance with labour regulation: During continuance of the contract, the Contractor and his sub Contractors shall abide at all times by all existing labour enactments and rules made

Page 52: Sample Tender Document

51

thereunder, regulations, notifications and bye-laws of the State or Central Government or local authority and any other labour law (including rules), regulation by laws that may be passed or notifications that may be issued under any labour law in future either by the State or the Central Government or the local Authority. The Contractor shall keep the Owner indemnified in case any action is taken against the Owner by the competent authority on account of contravention of any of the provisions of any Acts or rules made thereunder, regulation or notifications including amendments. If the Owner is caused to pay or reimburse, such amount as may be necessary to cause or observe, or for non-observance of the provisions stipulated in the notifications/bye laws/Acts/Rules /regulations including amendments, if any, on the part of the Contractor, the owner/Consultants shall have the right to deduct any money due to the Contractor including his amount of performance security. The Owner/Consultants shall also have right to recover from the Contractor any sum required or estimated to be required for making good the loss or damage suffered by the Owner

8.4 The employees of the Contractor and the Sub-Contractor in no case shall be treated as the employees of the Owner at any point of time.

8.5 No labour shall stay at site. Temporary storage space provision should be made by contractor.

8.6 The rates shall be complete in all respects i.e. inclusive of all taxes, octroi, local taxes, packing and forwarding, work contract tax, Seignerage charges nothing on any account shall be paid over the approved rate.

8.7 All specialized and specific jobs shall be carried out by approved agencies/venders only.

8.8 The Contractor shall arrange temporary drinking water and sanitation facilities for his workmen.

8.9 Fair Wage Clause: i. The contractor shall pay not less than fair wages to labourers

engaged by him on the work. ii. “Fair” wages means wages whether for time of piecework notified

by the Government from time in the area in which the work is situated.

iii. The contractor shall not with-standing the revisions of any contract to the contrary cause to be paid to the labour, in directly engaged on the work including any labour engaged by the sub-contractor in connection with the said work, as if the labourers had been directly employed by him.

iv. In respect of labour directly or indirectly employed in the works for the purpose of the contractors part of the agreement the contractor shall comply with the rules and regulations on the maintenance of suitable records prescribed for this purpose from time to time by the Government. He shall maintain his accounts and vouchers on the payment of wages to the labourers to the satisfaction of the Engineer-in-charge.

v. The Engineer-in-charge shall have the right to call for such record as required to satisfy himself on the payment of fair wages to the labourers and shall have the right to deduct from the contract amount a suitable amount for making good the loss suffered by the

Page 53: Sample Tender Document

52

worker or workers by reason of the “fair wages” clause to the workers.

vi. The contractor shall be primarily liable for all payments to be made and for the observance of the regulations framed by the Govt., from time to time without prejudice to his right to claim indemnity from his sub-contractors.

vii. As per contract labour (Regulation and abolition) Act. 1970 the contractor has to produce the license obtained from the licensing officers of the labour department along with the tender or at the time of agreement.

viii. Any violation of the conditions above shall be deemed to be a breach of his contract.

ix. Equal wages are to be paid for both men and women if the nature of work is same and similar.

x. The contractor shall arrange for the recruitment of skilled and unskilled labour local and imported to the extent necessary to complete the work within the agreed period as directed by the Engineer-in-charge in writing.

9.0 Safety Measures:

i. The contractor shall take necessary precautions for safety of the workers and preserving their health while working in such jobs, which require special protection and precautions. The following are some of the measures listed but they are not exhaustive and contractor shall add to and augment these precautions on his own initiative where necessary and shall comply with directions issued by the Engineer-in-charge or on his behalf from time to time and at all times.

ii. Providing protective foot wear to workers situations like mixing and placing of mortar or concrete, sand in quarries and places where the work is done under much wet conditions.

iii. Providing protective headwear to workers at places like underground excavations to protect them against rock falls.

iv. Providing masks to workers at granulates or at other locations where too much fine dust is floating about and sprinkling water at frequent intervals by water hoses on all stone crushing area and storage bins abate to dust.

v. Getting the workers in such jobs periodically examined for chest trouble due to too much breathing in to fine dust.

vi. Taking such normal precautions like fencing and lighting in excavation of trenches, not allowing rolls and metal parts of useless timber spread around, marking danger areas for blasting providing whistles etc.

vii. Supply work men with proper belts, ropes etc., when working in precarious slopes and heights etc.

viii. Avoiding un-insulated electrical wire etc., as they would electrocute the workers.

ix. Taking necessary steps towards training the workers concerned on the machinery before they are allowed to handle them

Page 54: Sample Tender Document

53

independently and taking all necessary precautions in and around the areas where machines hoists and similar units are working.

x. The Contractor should isolate the work spot by providing safety barricades, Signage boards and etc.

10.0 Indemnity Bond: The tenderers should submit Indemnity Bond at the time of the Agreement as specified below. Name of work:…________________________________________________ I __________________________________contractor S/o.________________ aged ____________________________ Resident of ______________________ do hereby bind myself to pay all the claims may come (a) under Workmen’s Compensation Act. 1933 with any statutory modification thereof and rules there under or otherwise for or in respect of any damage or compensation payable in connection with any accident or injury sustained (b) under Minimum wages Act 1948 (c) under payment of wages Act.1936 (d) under the Contractor labour (Regulation and Abolition) Act. 1970 by workmen engaged for the performance of the business relating to the above contract ie., failing such payment of claims of workmen engaged in the above work and any claim raised by statutory authorities for nonpayment of taxes and duties, I abide in accepting for the recovery of such claims, effected from any of my assets with the Corporation and with other Government Departments / Corporations.

11.0 Fire fighting measures:

a) The contractor shall provide and maintain adequate firefighting equipment and take adequate fire precaution measures for the safety of all personnel and temporary and permanent works and shall take action to prevent damage to destruction by fire of trees shrubs and grasses.

b) Separate payment will not be made for the provision of fire prevention measures.

12.0 Resolution of Disputes & Arbitration

12.1 All disputes, other than quality, quantity, workmanship, specification, design, drawing, extension of time and rates for extra items, arising out of or relating to this contract whether arising during the progress of the work or after cancellation, termination, completion or abandonment there of shall dealt with mentioned herein after. The decision of consultant on the after said excepted matters shall be final and building.

12.2 If the contractor considers any work demanded of him to be outside the requirements of the contract or disputes any drawings, record or decision given in writing in connection with or arising out of the contract or carrying out of the work, he shall promptly within 15 days request the Consultants in writing for written instruction or decision.

12.3 If the Contractor is dissatisfied with this decision, the Contractor shall within a period of 30 days from receipt of the decision, give written notice to Director the International Advanced Research Centre for Powder Metallurgy And New Materials (ARCI) for appointment of Arbitrator

Page 55: Sample Tender Document

54

failing which the said decision shall be final binding and conclusive and not referable to adjudication by the Arbitrator.

Except where the decision has become final, binding and conclusive in terms of Sub Para (i) above disputes or difference shall be referred for adjudication through arbitration by a sole arbitrator appointed by The Director, International Advanced Research Centre for Powder Metallurgy And New Materials (ARCI). If the arbitrator so appointed is unable or unwilling to act or resign his appointment or vacates his office due to any reason whatsoever another sole arbitrator shall be appointed in the manner aforesaid. Such person shall be entitled to proceed with the reference from the stage at which it was left by his predecessor.

12.4 It is a term of this contract that the party invoking arbitration shall give a list of disputes with amounts claimed in respect of each dispute along with the notice for appointment of arbitrator.

12.5 It is also a term of this contract that no person other than a person appointed by such International Advanced Research Centre for Powder Metallurgy And New Materials (ARCI) as aforesaid should act as arbitrator and if for any reason that is not possible, the matter shall not be referred to arbitration at all.

12.6 It is also a term of this contract that if the contactor does not make any demand for appointment of arbitrator in respect of any claims in writing as aforesaid within 30 days of receiving the intimation from the Owner that the final bill is ready for payment, the claim of the contractor shall be deemed to have been waived and absolutely barred and ARCI shall be discharged and released of all liabilities under the contract in respect of these claims.

12.7 The arbitration shall be conducted in accordance with the provisions of the Arbitration and Conciliation Act, 1996 (26 of 1996) or any statutory modifications or reenactment thereof and the rules made there under and for the time being in force shall apply to the arbitration proceedings under this clause.

12.8 It is also a term of contract that a simple interest of not more than 6% shall be applicable on the award.

12.9 The cost of arbitration shall be shared equally by both the parties.

13 Protection of environment 13.1 The Contractor shall take all reasonable steps to protect the environment

on and off the Site and to avoid damage or nuisance to persons or to property of the public or others resulting from pollution, noise or other causes arising as a consequence of his methods of operation.

13.2 During continuance of the contract, the Contractor and his sub-contractors shall at all times abide by all existing enactment on environmental protection and rules made thereunder, regulations, notifications and bye-law of the State or Central Government, or local authorities and any other law, by-law, regulations that may be passed or notification that may be issued in this respect in future by the State or Central Government or the local authority.

Page 56: Sample Tender Document

55

13.3 Salient features of some of the major laws that are applicable are given below: The Water (Prevention and Control of Pollution) Act, 1974 This provides for the prevention and control of water pollution and the maintaining and restoring of wholesomeness of water. ‘Pollution’ means such contamination of water or such alteration of the physical, chemical or biological properties of water or such discharge of any sewage or trade effluent or of any other liquid, gaseous or solid substance into water (whether directly or indirectly) as may, or is likely to create a nuisance or render such water harmful or injurious to public health or safety, or to domestic, commercial, industrial agricultural or other legitimate uses, or to the life and health of animals or plants or of aquatic organisms. The Air (Prevention and Control of Pollution) Act, 1981, This provides for prevention, control and abatement of air pollution, ‘Air Pollution’ means the presence in the atmosphere of any air pollutant’, which means any solid, liquid or gaseous substance (including noise) present in the atmosphere in such concentration as may be or tend to be injurious to human beings or other living creatures or plants or property or environment. The Environment (Prevention and Control of Pollution) Act, 1986 This provides for the protection and improvement of environment and for matters connected to herewith, and the prevention of hazards to human beings. Other living creatures, plants and property, ‘Environment’ includes water, air and land and the interrelationship which exists among and between water, air and land, and human beings, other living creatures, plants, micro-organism and property. The Public Liability Insurance ACT 1991. This provides for public liability insurance for the purpose of providing immediate relief to the persons affected by accident occurring while handling hazardous substance means any substance or preparation which is defined as hazardous substance under the Environment (Protection) Act 1986, and exceeding such quantity as may be specified by notification by the Central Government.

14 Deployment of Manpower: The contractor shall deploy the following minimum man power at site to take instructions from ARCI Staff & Report the site activities on day to day basis execution of quality work and maintain all statutory records as per Govt. norms/as directed by ARCI staff.

1) Civil graduate Engineer with suitable experience of 10 years and junior Engineer B.Tech (Civil) of 5 years experience, the contractor shall furnish the name, bio data, experience of the personal required to be posted at site at the start of work. The deployment of Engineers is irrespective of the contractor or the director of the contracting company being a Civil Engineer. Attendance register should be kept with ARCI staff.

2) The Contractor shall maintain supervisor staff to Labour ratio as per standard government / CPWD norms.

3) The Contractor may employ more number of site Engineers other than above mentioned Engineers to get quality workmanship and maintain all statutory records as per ARCI staff.

Page 57: Sample Tender Document

56

15 The quantity mentioned in the purchase order is only approximate in nature i.e., approximate quantified scope. Hence, the contractor should not claim any compensation towards non-operation of the part or total quantities and non- operated items listed in the Purchase order.

16 Photographic monthly progress report in the prescribed proforma shall be submitted through the consultant before 2nd day of every month .The photograph should be taken before and after the work.

17 Accident or Injury to Workman: a) ARCI shall not be responsible for any injury or loss of life of any worker of

the contractor that may take place while on work. Any compensation or expenditure towards treatment for such injury or loss of life shall be the sole responsibility of the contractor.

b) The contractor is solely responsible for any damage injury or accident that may occur to any of his personnel working under this contract. He will not claim any compensation from ARCI.

18 Since the payments are based on actual site measurement, the contractors are advised to procure the materials based on actual site requirement. Payment will not be made for left out and unused materials.

19 Income tax: a) During the currency of the contract, deduction of TDS as applicable from the

gross value of each bill of the contract. b) The contractor’s staff, personnel and labour will be liable to pay personnel

income taxes in respect of their salaries and wages as are chargeable under the laws and regulations for the time being in force, and the contractor shall perform such duties in regard to such deductions thereof as may be imposed on him by such laws and regulations.

20 Seignerage charges will be recovered as per Government Orders / Mines and Geology Dept. issued from time to time from the work bills of the contract and based on the theoretical requirement of materials.

20.1 The Contractor should ensure the mining items should be purchased from the Govt. authorized quarries and submit the required document to the ARCI along with the bills.

21 VAT and Labour Cess, Seignerage as per rule will be born by the contractor. Taxes to be deducted at source and cheques for WCT/Cess/Seignerrage will be issued to the contractor. The contractor will be required to deliver the cheque to the tax authorities, the acknowledgement of which will be deposited by the contractor with ARCI along with subsequent RA bill.

22 The Contractor will be required to keep all the codes mentioned in the document at site. It will be the responsibility of the contractor to obtain separate code/ identification number for contractor deposit of PF dues, if applicable with the concerned authorities directly.

23 It would be necessary for the contractor to get his materials gate entry at ARCI Main gate with the duty officer of ARCI before unloading at the site.

Page 58: Sample Tender Document

57

APPENDIX- I SCHEDULE OF FISCAL ASPECTS

S. No Aspect : Description of Aspect

1 Completion Period Building wise

: 16 months for CEC Building from the date of Purchase order. 12 months for CLPM, Met Lab & CMD respectively within total period of 16 months

2 Estimated Cost : Rs.12.46 Crores. 2 EMD : Amount of Rs. 22.50 lakhs as per clause 8.0 of

general instructions. 3 Date of Commencement : 10 days from the date of LOI / Purchase Order. The

work shall commence for all buildings simultaneously.

4 Possession of Site : Immediately on receipt of work order from Owner. 5 Performance guarantee : 5% of the contract value in the form of bank

guarantee valid for period till completion of work as per clause 24.0 of general instructions.

6 Security Deposit (SD) : a) 5% of the bill value shall be deducted from every bill. Half of SD will be released with the final bill on submission of bank guarantee for equivalent amount with validity period up to defect liability period plus two months.

b) The balance half will be refunded /returned to the contractor after successful completion of the defect liability period.

c) No Interest is payable on the security Deposit

7 Minimum amount of third party insurance

: Rs. 5.0 lac per occurrence with number of occurrences of four subject to latest statutory regulations issued by the Government.

8 Minimum value of work for each RA Bill

: Rs. 25.00 Lakhs.

9 Mobilization Advance : 10% of purchase order value with simple interest at 10% on furnishing bank guarantee from nationalized bank for an amount equal to 110% of the amount of advance. The advance will be released in two equal installments. 1st installment immediately on acceptance of work order and 2nd installment after6 months of payment of 1st installment. The other terms and conditions are as per clause 2 of special conditions of contract.

10 Payment terms : a) Progressive R.A bill amount to 95% of value of work done as per site joint measurement certified by ARCI Staff. b) I) 2.5% of the security deposit will be released with final bill against equivalent bank guaranty, valid for defect liability period plus two months.

Page 59: Sample Tender Document

58

II) Remaining 2.5% of the security deposit will be released after successful completion of defect liability period. Subject to defect free performance of the work executed by the contractor during the defect liability period. If any deficiency/substandard/inferior in the work (material & labour) is observed during the defect liability period,cost thereof will be adjusted from the retention money. c) TDS under IT Act, as applicable shall be deducted from the payment. d) ARCI reserves the right to adjust any excess / short payment made in the earlier bills, at the time of making payments. e) Computerized detailed measurements, Running Accounts Bills and Final Bill will be Prepared by contractor and submitted to ARCI for verification and approval.

11 Liquidated damages for Delay (LD Clause)

: Time shall be considered the essence of this contract. The entire work must be completed within allotted time from the date of commencement of the work. If the completion of the work is delayed beyond time allotted, a penalty at the rate of 0.5 % per week over the contract value will be imposed subjected to a maximum of 5% of the contract value.

12 Defects Liability Period : 12 calendar months from the date of Issue of Final completion certificate/Acceptance of work by ARCI

13 Increase or decrease in cost : Quoted prices are firm and no escalation charges on any account are allowed till the completion of the work .No claim will be entertained on this account in future

14 Statutory Taxes : Taxes such as Seignerage, labour cess, VAT, WCT insurance of work and workmen including third party insurance are applicable and to be borne by the Contractor. Taxes to be deducted at source and cheques for WCT/ Cess/ Seignerrage will be issued to the contractor. The contractor will be required to deliver the cheque to the tax authorities, the acknowledgement of which will be deposited by the contractor with ARCI along with subsequent RA bill.

15 Material advance : Material advance will be paid only on steel at 50% of the purchase order rate of steel (item code No.312001549) in four quarterly installments for the quantity to be consumed in the work in each quarter. ARCI will not accept the unconsumed quantity of steel for mobilisation advance. Recovery of advance shall be made from every running bill for the quantity consumed in the work.

Page 60: Sample Tender Document

59

PROFORMA OF BANK GUARANTEE FOR RETENTION MONEY ON NON-JUDICIAL STAMP PAPER OF RS. 100/-

To, __________________ __________________ WHEREAS _______________________________________________(hereinafter called the “CONTRACTOR”) has undertaken, in pursuance of ________________________ dated ________ to execute “Civil, Plumbing, Sanitary, Industrial water supply, Fire Fighting and HVAC & including renovation works for International Advanced Research Centre for Powder Metallurgy and New Materials, ARC International(ARCI) at Opp .Balapur village ,RCI Road ,Hyderabad (hereinafter called the “CONTRACT”)

AND WHEREAS it has been stipulated by you in the said contract that the Contractor shall furnish you with a Bank Guarantee by a nationalized bank for the sum specified therein as security for compliance with Contractor’s Performance obligations in accordance with the contract.

AND WHEREAS we, (Name of Bank) having our office at ________________ (hereinafter called the “BANK”) have agreed to give the Contractor a Guarantee.

THEREFORE, we the Bank, hereby affirm that we are Guarantors and responsible to you, on behalf of the Contractor, up to a total of __________________ (Rupees __________________________________________) and we undertake to pay you, without demur merely upon your first written demand declaring the Contractor to be in default under the Contract and without cavil or argument, any sum or sums within the limit of Rs. ________________ (Rupees _______________________________________________________ only) as aforesaid, without your needing to prove or to show grounds or reasons for your demand for the sum specified therein.

We the Bank lastly undertake not to revoke this guarantee except with the previous consent of the Owner in writing. This guarantee is valid till ____________________. NOTWITHSTANDING anything contained herein above. Our liability under this Bank Guarantee shall not exceed Rs._________________/- (Rupees __________________________________________________________ _________________ only) This Bank Guarantee shall be valid upto _____________. We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only and only if you serve upon us a written claim or demand on or before ________________________. Dated: Place:

Page 61: Sample Tender Document

60

FORM OF PERFORMANCE GUARANTEE / BANK GUARANTEE BOND

In consideration of the Director,ARCI (hereinafter called “Director”) 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 an irrevocable Bank guarantee for Rs……….(Rupees ………….only) as a security / guarantee from the contractor(s) for compliance of his obligations in accordance with the terms and conditions in the said agreement.

1. We …………………... (hereinafter referred to as the “Bank”) hereby undertake to (Indicate the name of the Bank) pay to the Director an amount not exceeding Rs…………(Rupees…………..only) on demand by the Director.

2. We…………………….do hereby under take to pay the amounts due and payable (Indicate the name of the Bank) under this guarantee without any demur, merely on a demand from the Director stating that the 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 too pay the Director 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 valid discharge of our liability for payment thereunder, and 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 it shall continue to be enforceable till all the dues of the Director under or by virtue of the said agreement have been fully paid, and it’s claims satisfied or discharged, or till the Engineer-in-charge, on behalf of the Director, certifies 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 Director that the Director (Indicate the name of the Bank) 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) from time to time or to postpone for any time or from the time to time any of the powers exercisable by the Director against the said contractor(s), and to forbear or enforce any of the terms and conditions related 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 forbearances, act of omission on the part of the Director or any indulgence by the Director to the said contractor(s) or by any such matter or things whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

Page 62: Sample Tender Document

61

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

7. We…………………...…lastly undertake not to revoke this Guarantee except with (Indicate the name of the Bank) the previous consent of the Director in writing.

8. This guarantee shall be valid up to ………………….unless extended on demand by the Director 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 of this guarantee all our liabilities under this guarantee shall stand discharged. Dated the…………………….. day of………………..…For...…………………….

(Indicate the name of the Bank)

Page 63: Sample Tender Document

62

VOL-III

CIVIL, PLUMBING, INDUSTRIAL WATER SUPPLY, FIRE FIGHTING & HVAC TECHNICAL SPECIFICATION

WITH BILL OF QUANTITIES

Page 64: Sample Tender Document

63

Part – I - Civil Works

Page 65: Sample Tender Document

64

1) Excavating foundations (a) Trenches for foundations, footings/cesspits, drains etc. to be excavated to

the required size considering the working space requirement. However measurement will be paid to the actual width length and depth shown or figured on the drawings or as may be directed by the Engineer. The working space and other unforeseen works will be deemed to be included in the quoted price hence the same will not be measured. If taken out to a greater width, length, or depth than shown or required the extra work occasioned thereby shall be done at the Contractor’s expense. Extra depth shall be brought up by sound masonry or concrete filling and extra length or width filled in by rammed earth or muram or, if the Engineer thinks it necessary for the stability of the work, by masonry or concrete as may be directed. The excavated material shall be used to fill in on each side of the masonry or to form the filling in of floors or it shall be placed or spread elsewhere on or near the side of the works as may be ordered free of charge. The Contractor shall at his own expense and without extra charge, make provision for all shoring, pumping, dredging, bailing out or draining water, and the trenches shall be kept free of water while the masonry or concrete is in progress and till the Engineer considers that the mortar is sufficiently set. The sides of the trenches to be kept vertical and the bottom horizontal, and to be run at the same level throughout or properly stepped as may be desired by the Engineer. The Contractor shall also, at his own cost remove such portions of boulders or rock as are required to make the bottom of the trench horizontal and level. He shall also make level and hard the bed of all the trenches and consolidate the earth about the same and against all walls, pits, drains etc. The foundation trenches to be inspected and passed by the Engineer before any masonry work is commenced and the Contractor shall hold an order in writing to this effect, otherwise he shall be liable to have his work removed for inspection.

All the excavated materials belong to the ARCI, Hyderabad and therefore shall be property of ARCI, Hyderabad. It will be mandatory on the part of contractor to use this material in the execution of works under contract if the quality of material available is as per the specification. The contractor shall have to sort out the material in separate stacks and transport the same at his cost. No transportation charges or any other charges will be paid to the contractors. The rate of excavation is deemed to include the cost of transportation and disposal of surplus excavated materials to any location as directed by the Engineering Staff.

(b) The measurement of the work will be the length and width of the lowest

step of the footing according to drawings or the Engineer’s instructions and the depth measured vertically. The contractor shall make every effort to carry out the excavation in rock to the correct formation levels as far as practicable. However, under cut and over cut up to 8 cm. of the formation levels shall be permitted. As far as payment is concerned quantities shall be worked out with respect to formation levels only. Under cut in excess on 8 cm. shall be removed by chiseling and over cuts for above 8 cm. shall be filled in with 1:3:6 concrete without any extra cost.

Page 66: Sample Tender Document

65

2) Filling in with Contractor’s Earth or Muram.

(a) The earth or muram, whenever required to be supplied by the Contractors for filling in the low lying ground and wells or in the embankment of the road, shall be dry, friable, and free from mud sludge, vegetable matter or rotten material of any kind, or material likely to decay and of a quality to be approved by the Engineer. All big lumps or clod shall be broken before spreading the earth or muram on the ground.

(b) The filling in of wells and low-lying grounds shall be done in such layers

as may be directed from time to time by the Engineer, and no fresh layer shall be allowed to be put on unless the previous one is properly spread, trimmed, leveled, and thoroughly consolidated by rammers or rollers, as the case may be, or as may be ordered by the Engineer.

(c) The embankment shall be raised in regular layers slightly concave in

section, beginning from the bottom and gradually raised to the full height, layer by layer not exceeding 300 mm. in thickness in a loose state. Each layer shall be thoroughly consolidated by watering where necessary and rolling it with an approved diesel vibratory roller before the next layer is put on. The rolling and consolidation should be done to the entire satisfaction of the Engineer and no rubble packing or metal should be laid on it until the Engineer is satisfied that the earthwork has been thoroughly consolidated and written certificate is given to them effect by the Engineer.

(d) The rates for embankment or filling in with Contractors earth or muram

shall include the cost of materials, fencing, lighting, watching haulage, spreading, leveling, watering, rolling and consolidating.

3) Dry Rubble Packing

The dry rubble packing shall consist of a layer of uniform thickness of blue trap stone rubble, or any other approved stone carefully set as close as possible on ground properly formed for the purpose. The width of the upper part of the stone shall not be more than 200 mm. or less than 150 mm. and the packing shall consist of large stones. The interstices between the rubble stones shall be filled up with stone chips, removing the projection of the upper part of the packing with care, as not to loosen the whole; the whole should be thoroughly rammed, watered, settled to place and made compact.

4) Cement Concrete in Foundation and Bedding

(a) Cement concrete in foundation and bedding shall be mixed in the

proportion of 1:4:8 as directed using Portland cement, sand and metal nos. 1, 2 and 3 in proportions as directed.

Page 67: Sample Tender Document

66

(b) The ground to be thoroughly leveled and well rammed before laying the concrete on the work. The concrete shall consist as described above. In case of hand mixing the metal, sand and cement, etc. as the case may be to be stacked, before mixing, in measured layers. The materials to be then thoroughly mixed in small quantities at a time with sufficient quantity of fresh water and laid in the work in layers, each not exceeding 300 mm. in depth and repeated one above the other. Salt or brackish water will not be allowed to be used. Each layer to be well rammed with heavy wooden or iron rammers. The work to be ground with thin mortar, while ramming, until it fills in all the spaces between stones and cream to the surface. The ramming operation to be continued until the whole work becomes solid and compact to the entire satisfaction of the Engineer. The measurement of the work will be the exact length, breadth and depth ordered by the Engineer or shown or figured on the drawing and after the concrete is consolidated.

(c) The stone metal to be made of good hard blue rubble stone from quarried

to be approved of by the Engineer. The metal to be such as to pass through a ring 40 mm. diameter. Larger size metal or chips will not be accepted.

(d) The contractor shall adopt every precaution towards guarding the concrete

from mixing with dust or dirt of any kind and shall use properly constructed and impervious brick masonry or wooden platform for mixing and keeping it until laid in the work and protect it from rain and sun.

5) Coursed Rubble, Stone and Cement Masonry for Plinths, Walls, Backing to

cut-stone works etc.

(a) To be of the best description of blue basalt /granite rubble stones from an approved quarry and cement mortar in courses not exceeding 300 mm. in height. The stones to be flat-bedded and laid flush in mortar. Every stone, whether large or small, must be set flush in mortar, the small stones used for wedging of filling in being carefully selected to fill in the voids between larger stones. Care must be taken that no dry work or hollow space shall be left in the masonry. The stones to be arranged as to break joint at least 75 mm. and long vertical lines of joints to be carefully avoided everywhere. The joints at the face to be finished off by being neatly struck and smoothed with a trowel while the mortar is fresh. The upper surface of the work to be brought to uniform level at the height of every course.

(b) When the rubble masonry is built for backing to coursed rubble or khandkee face work, the height of the course to be the same as that of the khandkee course.

(c) The stones at all courses and junctions of walls to be large size and dressed

with the hammer. At all angles formed at the junction of walls that stones to run well into the masonry and laid headers and stretcher alternatively and at every third course the angle to be formed by cutting the stone into an angle.

Page 68: Sample Tender Document

67

(d) One header in at least every square yard or 0.80 square meter of facing shall bond into the work. The header to be about 500 sq.cm. in area at face and to run back to the entire width of wall. When the thickness of wall is more than 60 cm. a series of bond stones to be laid through the work so as to form a tie from front to back, breaking joint or over-lapping each other for at least 150 mm. No stone whose length is less than 45 cm. to be used in the work as header.

(e) All walls to be carried up simultaneously and to one level throughout and

no part shall be allowed to raise more than one meter above the rest to avoid unequal settlement. If it should be necessary to carry up one part of a wall before the other, it shall be done after previously obtaining the Engineer’s permission and in case the end of the portion first build should be racked back i.e. left in steps each course projecting further than the one above it. Care should be taken to see that the sides of the wall are not built separately from the hearting, the faces and internal filling being done at the same time. The stones should cross from opposite sides of the wall and overlap as much as possible. No course to be laid unless the course below it is perfectly set.

(f) The Masonry to be well watered until it becomes hard and solid and to be

well protected from sun and rain.

(g) The measurement of the work to be actual cubical contents of the masonry after deducting all the openings cut stone work and all other items of work paid for separately.

(h) All bond stones to be marked inside and out and the marks to be retained

until ordered by the Consultant/Owner to be removed.

(i) Nothing extra will be allowed for inserting door and window frames or any frames of a similar character nor for the insertion of wooden blocks for fixing hooks rails etc.

Blue Basalt Stone

All blue basalt stone shall be from quarries to be approved by the Engineer and to be of the best approved quality and colour. All stones shall be sound, durable, uniform in colour and texture and free from flaws, cracks, injurious veins, crystals, minerals, salt cavities and other defects. No earthly, discolored, weathered or water worn or boulders stones to be used.

6) Stone and Brick Masonry Work in general (a) The work to be built plumb, curved, or batters, as may be required by the

design and to be carried out in a thoroughly workman like manner and to the entire satisfaction of the Engineer. The Contractor to provide at his own expense all moulds, templates, centering, scaffolding etc. as may be required for the proper execution of the work which shall be included in the prices of the work, as no separate change to be made for them.

Page 69: Sample Tender Document

68

(b) All stones or bricks to be thoroughly cleaned and wetted with fresh water before being put into the work and the mortar to be used stiff.

(c) The work to be kept wet while in progress to the entire satisfaction of the Engineer till the mortar is properly set. On Sundays and other holidays also when the work is stopped, the top of all unfinished masonry to be kept flooded and labourers to be employed for this purpose. Watering to be done carefully so as not to wash the mortar out of the joints. The Engineer shall be at liberty to employ labourers to water the work should the contractors fail to do the same to his (the Engineer’s) satisfaction.

(d) Should the mortar perish that is becomes dry, white or powdery through

neglect of watering, the work shall be pulled down and rebuilt at the contractor’s expense.

(e) As a rule the whole of the masonry work in any structure to be carried up at one uniform level throughout but where breaks are unavoidable the joint to be made in good long steps, so as to prevent cracks arising between the new and old work. All junctions of walls to be formed at the time the walls are being built, and cross walls to be carefully bonded into the main walls.

(f) When new work is to be added to existing structure, the old work must be

prepared to receive the new and both must be carefully bonded together.

(g) During the rains, the work to be carefully covered without extra charge, so as to avoid the fresh mortar being washed away.

(h) Where the word cement is used it is to be understood Portland cement of

the best description, specified under the head of the Cement.

7) Bricks & Brick work in General.

(a) Bricks (light weight) shall conform to the latest Indian standard specifications (I.S.S.). Bricks to be whole, sound, table molded, well burnt free from cracks to ring when struck and not to crack or break when soaked in water regular in shape and uniform in size. They should be of the best of description obtainable in the market and of the best quality and colour, and in every respect to be approved by the Engineer unless otherwise specified they should be of English pattern 230 mm. x 115 mm. x 63.5 mm. No bricks to absorb water more than one fifth of their own weight when dry for use in load bearing wall. For bricks used in panel walls, the water absorption shall not exceed ¼ of their dry weight. Bricks to be thoroughly cleaned, well wetted or soaked in fresh water before being used on the work and no broken bricks to be used except as closures. Crushing strength of the dry bricks shall be not less than 50 kg./cm.2

(b) The mortar should be as described under the head of good quality carefully mixed and used stiff. For joints of face work only Neeru and screened sand should be used in equal proportion.

(c) A good bond should be preserved throughout the work both laterally and transversely. All bed joints should be perpendicular to the pressure upon them, i.e. horizontal in vertical walls, radial in arches and at right angles to the slope in battering walls.

Page 70: Sample Tender Document

69

(d) In walling the courses shall be kept perfectly horizontal and rise in plumb.

The vertical joints shall break joints with the courses immediately below and above, but they shall be directly over one another in alternate courses to prevent the necessity of bats. The joints shall not exceed 10 mm. thick shall be fully of mortar close, well flushed up and neatly struck or pointed as may be required.

(e) English bond to be used throughout in walling. In arching such bond shall

be used as the Engineer or his agent may direct.

(f) Facing of brick work to be specially selected brick of the same colour throughout. All external brick walls of thickness 25 mm. and above, shall be constructed in plumb from the outside face with the help of scaffolding erected on the external side.

(g) In other respects, the work should comply with the general specification

for brick work given in P.W.D. Hand book. 8) Neeru.

Neeru to be made of the best description of lime slaked with fresh water and sifted. The lime to be reduced to a fine powder by grinding it on a stone or in a hand mill, with a thick solution of mussalla to be made as may be desired by the Engineer. The neeru thus prepared to be kept moist until used and no more than that can be consumed in eight days to be prepared at a time.

9) Indian Patent Stone Flooring (IPS).

The Indian patent stone flooring to be 40 mm. in thickness and shall consist of cement concrete mixed in the proportion of 1:2:4 (with 12 mm chips only).

It shall be laid as directed in bays of suitable size and to required slope or at level 0.0 as per drawings and neatly finished smooth in any colour with lines drawn as per design and as directed.

No dry cement shall be allowed to be used for finishing the surface. Where IPS flooring is used as sub-base below flooring like sheet vinyl type flooring, the IPS surface shall be vaccumm dewatered.

The surface shall be kept well watered after it is dry for a period of 8 days. The measurement of the work shall be the actual superficial area of the pavement.

For terrace, expansion joints of the full depth of the P.S. should be provided for each bay of 10sq.m. The joints should be at least 10 to 12 mm in width first filled with 30/40 asphalt to be poured in for full depth over it not fine sand to be filled in.

Page 71: Sample Tender Document

70

10) Internal plaster (Cement Plaster).

All stone and brick masonry shall be thoroughly wetted and raked out to a depth of at least 20 mm each and walls washed and wetted before plastering is done. Render with a mortar of 1:6 proportions (Portland cement and fine sand) of 15 mm thickness and rough but do not beat. Second coat set with a thin coat 5 mm thick in CM (1:3) 1Portland Cement and 3 fine sand polished well immediately with a trowel or flat board.

The cement mortar to be used within 30 minutes after it leaves the mixing board or mill. Before work is started patches of plaster 150 x 150 mm. should be put on about 3 meters apart as gauges. By this means an even thickness is ensured. Cement plaster must be in even squares or stripe. Care shall be taken to keep the whole surface thoroughly wetted for at least a week. The finishing surface should be as specified and directed.

11) External plasters.

All stone and brick masonry surface to be plastered shall be thoroughly wetted for at least 6 hours in case of brick masonry and the joints shall be raked out to a depth of at least 20 mm. before plastering.

The first coat of cement mortar in the proportion 1:6 (1 portland cement: 6sand) shall be applied uniformly all over the surface to be plastered to a thickness of 15 mm. with a trowel and flat board in exact plumb. This coat shall be allowed to rest for not less than half an hour. Indentations shall then be made in the form of waves by a wire broom over the surface to form a key for the second coat. The plastered surface shall be allowed to cure for at least four days.

The second coat of cement mortar 1:3 (1 portland cement;3 fine sand) shall be applied in the proportion of as specified in item using clean and screened through a mesh of not less than 1.5 mm. and not more than or 3 mm. equal size to a uniform thickness of 4 mm by trowel and flat board in exact plumb.

The surface shall be trapped with a cork piece to give a desirable uniform granular appearance. Care shall be taken to keep the whole surface thoroughly wetted for at least a week.

12) Ceiling plaster.

All the surfaces to be plastered shall be thoroughly prepared by hacking surface and thoroughly cleaned and wetted. Cement mortor in the proportion 1:4 (1 cement, 4 Fine sand) and of thickness 12mm by trowel and flat board.

Page 72: Sample Tender Document

71

13) Pointing.

a) The old mortar to be raked out of the joints at least 20 mm deep. The dust to be brushed out of the joints and the walls well wetted with fresh water until the old mortar in the wall is wet. The pointing to be made with mortar of cement and fine sand, in proportions as specified. The joints to be neatly defined by the pointing and the same to be sunk as per drawings. No false joints will be allowed. The pointing to be kept wet until the cementing material sets and becomes hard. The whole surface to be left clean at the completion of the work.

b) After the joints are raked out they shall be inspected by the Engineer

before being filled up.

14) Metal works.

a) All cast iron works to be clean, sharp sound and free from cracks, flaws, sand or air holes, or defects of any kind, with a fair and even surface. Then exist not less than 50 per cent of Nc.1 pig.iron, and to be sufficiently soft to admit of being easily cut by either chisel or drill.

b) Moulds and patterns to be supplied by the Contractor unless otherwise

specified, but in any case the responsibility for the accuracy of the castings, in size and dimensions shall rest with the Contractors.

c) Holes for bolts, etc. shall be drilled out or cast in the castings as may be

directed in each case.

d) All wrought iron work to be carefully, cleanly and soundly forged, not ever heated or burnt. To be of best approved bar and plate iron. Rivets to be of approved iron. The rods for trusses or arches to be of the best approved iron.

e) The work to be made accurately to the dimensions shown in the drawings all welds to be carefully examined and any not perfectly sound, rejected.

f) Holes for bolts and rivets shall always be drilled when made by the hand

and shall only be punched where proper machinery is available. All rivets shall be firmly clinched whilst hot, and left with a neat clean head free of cracks.

g) Straps and collars shall be shrunk on so as to make them fit, firm and tight.

h) All heads bolts passing through plates to be accurately fitted to the holes

with heads lying squarely and closely on the plates. The heads to be forged in one piece with the bolts. Rivets must be tightened and drawn closely home and the head spread equally and properly hammered and set down all round.

i) All screws to be out with a clean full thread without taper and to an accurate fit.

Page 73: Sample Tender Document

72

j) Nuts when measured from side to side to be at least twice the diameter of the bolts and to be greater in depth than the diameter of the bolt.

k) All iron works during the whole course of manufacture shall be subject to

the inspection of the Engineer or those nominated for the purpose.

l) All iron works to be seated while hot with boiled linseed oil or painted with two coats of red lead as the Engineer may direct.

m) No iron works shall be painted before it has been examined by the Engineer or Inspecting Officer.

n) The Engineer may order the completion and fitting together on the ground of such portions of works as he may expedient and may cause the same to be subjected to proper tests before it is put into position.

o) In putting iron works together the greatest care should be taken to fit the plates and bars accurately in contact and to see that rivet and bolt holes correspond before being rivetted. All joints to be perfectly cleaned and free from rust. If any parts are bent or injured, they are to be repaired according to the instructions of the Engineer. No holes to be rinsed out without the special permission of the Engineer, and then the rinsing out is to be done with a semi-circular bit not drifted and larger rivets or bolts must be used to fit the holes.

p) In erecting girders, the different parts are to be fitted together with service bolts, and packed up to camber before riveting is commenced, care to be taken to keep the girder literally straight.

q) In fixing bed plates, special care must be taken to put the holding down bolts exactly in position, so that the nuts may bear square and firmly grip the plate below. The upper surface of bed plates of rollers must coincide exactly with the level given by the Engineer. The bed plates to be set in mastic or cement as the Engineer may direct, the cost of which must be included in the rate for fixing.

r) After the passing of any iron work by the Inspecting Officer the whole shall be thoroughly cleaned and scrapped clear of rust, and then covered with one coat of red lead and two coats of best oil paint, the color of which will be determined by the Engineer. All planed and turned surfaces to be covered with white lead and tallow.

15) Rolled iron steel beams, joints etc.

a) The rolled iron steel beams and joists etc. shall be of the sections and sizes shown on the drawing or as may be ordered by the Engineer. They shall be of the best quality and without any defects. They shall be tested to bear such weights as the Engineer may determine.

Page 74: Sample Tender Document

73

b) The rate for the rolled iron steel beam shall include the cost of beams the seives, that of approved welding if required, that of drilling holes for bolts and nuts, required for fixing the plate below and above together with the cost of testing the beam after or before being riveted as the Engineer may direct and placing them in their position and painting them 3 coats in oil paint in any approved tint, first coat being red lead. The measurement of the work to be theoretical weight of the beam or joints inclusive of bolts, nuts plates, welding etc. either in metric tonnes or kg.

16) Teak wood work.

a) The whole of the timber used to be of 2nd class teak, quality of the dimensions and forms shown in the drawings or as desired by the Engineer. The wood to be in every case, of the best description, full-grown, sound free from large and loose or dead knots twists, shakers, sun cracks, flaws or others defects and to be of hard wood and well seasoned and conformed to CPWD specifications norms for 2nd class teakwood.

b) All mortise and mitre joints tenons, scarfs, etc. to be made and fitted accurately in a workman like manner in accordance with working drawing or directions and to the satisfaction of the Engineer.

c) If after the wood work shall have been erected any undue shrinkage of bad workmanship show themselves, the contractor shall forthwith amend the same without any extra charge.

d) The rate for wood work to include all sawing, planing, joining, framing labour and material for raising and fixing and all workmanship also the fitting, fixing and supply of all straps, bolts, mass, tranaile, spike, screws, necessary for the framing and fixing.

e) All timber resting on or embedded in masonry to be well tarred with boiling coal tar.

f) The measurement of all wood work to be for actual visible portion and no allowance will be made for tenons overlaps etc. excepting girder joist and wall plates of which the actual cubic contents will be taken.

g) The whole of the wood work shall be first treated with two coats of anti-termite wood preservative chemicals of an approved make. All the wood shall thereafter be applied with primary coat of paint . The application of primary shall not be done within 24 hours of the application of the second coat of anti-termite treatment. The wood work shall be made perfectly clean and smooth before painting.

h) Cost of painting of primer, boiling coal tar and treatment with anti-termite wood preservative chemical to be included in the cost of wood work to which it is applied.

Page 75: Sample Tender Document

74

17) Coal Tarring

For coal tarring to wood or iron work, the coal tar is to be heated nearly to boiling point thinned by the addition of half a pint of common country spirit to each gallon of tar, and while still very hot applied like paint with a brush and covered with fine coal powder, the surface being first well cleaned. When possible to remove iron work for the purpose, it will be heated to little short of a red heat and then brushed over with coaltar, iron work which cannot be heated will be painted with hot tar and spirit as specified for wood. The quantity to be used not be less than 22.50 kg. per Sq.m.

18) Hold fasts for Doors and windows.

The hold fasts both for doors and windows are of MS and shall be size 230 mm x 29 mm x 3 mm. The length 230 mm will be exclusive of the two right angles bands at either ends each of which will be 40mm long to get a firm hold in the masonry.

In case because of vicinity of column of lesser thickness of wall holding the frame, it is not possible to use 230 mm. hold fasts, the length may be suitably reduced as directed but in no case it should be smaller than 100 mm. (Straight length ).

The size and number of hold fasts shall be as shown on the detailed drawing or as directed.

19) Specification for Painting Works

Wherever scaffolding is necessary, it shall be double scaffolding The surface shall be thoroughly brushed free from mortar droppings and

foreign matter. All steel work shall be cleaned of loose rust, mill scales etc. so as to expose the original surface. All broken edges, cracks, loose plaster and water surface All materials Viz. dry distemper, oil bound distemper, oil paint, flat oil paint, synthetic enamel paint, plastic emulsion paint, cement primer, red lead and other primers and metallic paints shall conform to respective I.S. Specifications and shall be approved manufactures. All paints shall be brought on site in sealed tins in ready mixed form and shall be applied direct with the addition of thinner, if recommended by the manufactures. Waterproof Cement Paint:

The surface shall be prepared as specified above and thoroughly wetted with clean water before waterproof cement paint is applied.

The paint shall be prepared strictly as per manufacture’s specifications and in such quantities as can be used up in an hour of its mixing, as otherwise the mixture will set and thicken, affecting flow and finish.

Page 76: Sample Tender Document

75

The paint thus prepared shall be applied on clean and wetted surface with brush or spraying machine. The solution shall be kept stirred during the period of application. It shall be applied on the surface which is on the shady side of the building so that the direct heat of the sun on the surface is avoided. The completed surface shall be watered after the day’s work. Number of coats shall be as specified in the item.

Painting – Oil/ Enamel/Plastic Emulsion etc.

Ready mixed oil paint, flat oil paint, plastic emulsion paint, ready mixed synthetic enamel paint, aluminum paint etc. shall be brought in original containers and in sealed tins, if for any reason thinner is necessary, the brand and quantity of thinner recommended by the manufacturer or as instructed by the architect shall be used.

The surface shall be prepared as specified above and a coat of approved primer shall be applied. After 24 hours drying, approved or specified quality paint shall be applied evenly and smoothly. A filler putty coating may be given to give a smooth finish. Each coat shall be allowed to dry out thoroughly and then lightly rubbed down with sand paper and clean of dust before the next coat is applied. Number of coats shall be specified in the item and if the finish of the surface is not uniform, additional coats as required shall be applied to get good and uniform finish at no extra cost. After completion no hair marks from the brush or clogging of paint puddles in the corners of panels, angles of mouldings etc. shall be left on the work. The glass panes, floor etc. shall be cleaned of stains.

When the final coat is applied, if directed, the surface shall be rolled with a roller or if directed, it shall be stippled with a stippling brush.

French Polishing:

French Spirit polish shall be of an approved make conforming g to IS: 348. If it has to be prepared on site, the polish shall be made by dissolving 0.7 kg. of best shellac in 4.5 liters of methylated spirit without heating. To obtain required shade pigment may be added and mixed.

Surface shall be cleaned. All unevenness shall be rubbed down smooth with sand paper and well dusted. Knots, if visible, shall be covered with a preparation of red lead and glue. Resinous or loose knots and gaps shall be filled with seasoned timber pieces and made level with the rest of the surface. Holes and indentations on surface hall be filled with putty made of whiting and linseed oil. Surface shall be given a coat of filler made of 2.25 kg. of whiting in 1.5 liters of methylated spirit. When it dries, surface shall again be rubbed down perfectly smooth with sand paper and wiped clean.

Piece of clean fine cotton cloth and cotton wool made into shape of pad shall be used to apply polish. The pad shall be moistened with polish and rubbed hard on the surface applying the polish sparingly but, uniformly and completely over the entire surface it shall be allowed to dry and another coat applied in the same way. To give finishing coat, the pad shall be covered with a fresh piece of clean fine cotton cloth, slightly damped with methylated spirit and rubbed lightly and quickly with a circular motion, till the finished surface attains uniform texture and high gloss. The polishing shall be done entirely to the satisfaction of the Architects.

Page 77: Sample Tender Document

76

Wax Polishing:

Wax polish shall either be prepared on site or obtained readymade from market. Polish made o the site shall be prepared from a mixture of pure bees wax, linseed oil, turpentine oil and vanish in the ratio of 2: 1½ : 1 : ½ by weight. The bees wax band the boiled linseed oil shall be heated over a slow fire. When the wax is completely dissolved the mixture shall be cooled till it is just warm, and turpentine oil and varnish added to tit in the required proportions and the entire mixture is well stirred.

Surface shall be prepared as described under ‘French Polishing’ except that

the final rubbing shall be done with sand paper which has been slightly moistened with linseed oil.

Mixture or polish shall be applied evenly, with a clean cloth pad in such a way

that no blank patches are left, and rubbed continuously for half an hour. When the surface is cuite dry a second coat shall be applied in the same manner and rubbed continuously for an hour or until the surface is dry. Final coat shall then be applied and rubbed for two hours or more if necessary, until the surface has assumed a uniform gloss and is quite dry showing no sign of stickiness when touched. Gloss of the polish depends on the amount of rubbing, therefore rubbing must be continuous and with uniform pressure and frequent change in direction. The polishing shall be done entirely to the satisfaction of the Architects.

Varnishing:

Surface shall be prepared as described above, after preparation of surface, two coats of clean boiled linseed oil shall be applied at sufficient internal of time. After the linseed oil has dried two coats of varnish obtained from approved manufacturer shall be applied at sufficient intervals of time. If the surface fails to produce the required glass additional coat shall be applied without any extra cost, and the finish shall be to the entire satisfaction of the Architects.

20) Glaziers work.

a) The glass when not specified shall be float glass of the best quality of specified thickness.

b) All glass shall be free from speck, blisters and all other defects, set in good putty and the rebate neatly chamfered.

c) All putty shall be made of best whiting and oil, the whiting to be specially dry and passed through a sieve of 45 mashes to the inch, and to be mixed with as much linseed oil as will form it into a stiff paste. This after being well kneaded shall be left for 12 hours and worked up in small pieces till quite smooth. If the putty becomes dry, it should be restored by heating and working it up again while hot. The putty to be coloured to suit the colour of the doors or windows.

d) All glass to be out to fit the rebates of the slashes truly.

Page 78: Sample Tender Document

77

e) All glass to be properly bedded puttied and back puttied and pinned to the frames with hands finished in workman like manner. Plate glass to the frames with wooden batterns without extra charge.

f) No glazing to be considered complete until all stains have been removed from the surface of the glass.

g) All glass shall, if they become loose during one year, be re-fixed and re-

puttied by the Contractor without extra charge. h) The contractor shall make good without extra charge any glass broken

before the completion of the work, unless it is proved that the breakage did not take place through the neglect or carelessness of the Contractor’s men or through bad work done by them.

i) Job work, such as re-fixing old glasses, will be paid as per job or the

Contract or will have to supply labour and material at rates fixed with him, the work being executed under departmental supervision.

j) When sheet glass is specified it should be of the best quality of sheet glass weighing not less than 6.5 to 7.5 kg. per square metre.

k) When plate glass is specified it should be, unless otherwise described,

polished patent plate glass of the best quality. It should be of the usual light colour, glass of the Second quality will not be accepted unless such glass described in the tender.

l) The plate glass should be of that thickness mentioned in the specifications

or in the tender. If glass of the specified thickness be not used, it will either be rejected or a lower price paid for it, at the option of the Engineer.

m) All the windows shall be cleaned all damaged putty or glazing shall be

repaired, and the whole left perfect at the completion and rendering up of the work.

n) In measuring the glazier’s work all fractional parts, under 12 mm will be

omitted and all above that taken as 25 mm. Net measurements only will be taken from rebate to rebate, but in case of irregular circular gotic and other shapes the dimensions of the smallest glass out of which the required piece can be cut will be taken.

o) The contractor shall provide his own scaffolding without extra charge. p) When crown glass is specified it should be of the best kind. Sound and

thirds will not be accepted. It should be at least 2mm thick.

Page 79: Sample Tender Document

78

21) Flush shutters for doors :

21.1 Flush shutters (Double/Single) : should be factory made ISI marked confirming to IS 2202-1991 (part-I), 35mm thick with bond wood solid block board type core having cross bonds and face veneers hot pressed bonded with water proof phenol formaldehyde synthetic resin, with lipping on all sides.Construction: The block board core shall confirm to the requirements specified in clause 7.1.1. of IS 2202 (Part I) : 1991. The frame constructed of stiles and rails shall be provided for holding the core. The width of the frame including internal lipping shall not be less than 45 mm and not more than 75 mm.

21.3 Plywood: used in flush door shutter shall confirm to IS 710: 1976 with surface requirements confirming to type AB of IS 303: 1989.

21.4 Cross-bands used in flush door shutter shall confirm to the requirements laid down in IS 710:1976.

21.5 Face Veneers: used in flush door shutters shall confirm to the requirements laid down for veneer for BWP grade plywood in IS 710:1976.

21.6 All Plywood, cross – boards and veneer used shall be treated in accordance with clause 6.1.5.1. of IS 2202 (Part I) : 1991.

21.7 Adhesive used for bonding plywood or cross bond and face veneer to core shall be phenol formal dehyde synthetic resin adhesive confirming to BWP grade specified in IS 949:1974.

21.8 Internal lipping shall be of Teak wood and shall have a total depth not less than 25mm. It may be provided separately, when it is of species different from that of backing or as one piece with the style, designated as frame-cum-lipping, when internal lipping and backing are of the same species.

21.9 External lipping shall be of teak wood and shall be solid and shall measure

at least 6mm on the face of the door. It shall be provided all round the shutter in case of single shutter and on three sides in case of double shutter.

21.10 In case of double leaved shutters, the sheeting of the stiles shall be rebated

by 8mm to 10mm. The rebating shall be either splayed or square type as per clause 7.7 of IS 2202 (Part – I) : 1991. The depth of lipping at the meeting of stiles shall not be less than 30mm.

21.11 Shutter shall be shop prepared for taking mortise locks or latches as may be ordered.

Page 80: Sample Tender Document

79

21.12 Workmanship and the finish of the face panels shall be in confirmity with those specified in IS 303:1989

21.13 Tests : Knife test, glue Adhesion test, End Immersion test, slamming test

shall be carried out as per clause 10 of IS 2202 (Part – I) 1991. The sampling and criteria for conformity, making etc. shall also be as per IS 2202 (Part – I) : 1991.

22) Pre-laminated particle board doors (NOVAPAN Doors or equivalent) Pre-laminated particle board doors shall conform to I.S.I. specifications12823 – 1990 (EXT). Technical Specifications: The doors should confirm to following minimum standards.

Property Unit ISI Specifications Conforms to : 12823 – 1990 (EXT)

RG EXT

Density Kg/M3 500-900 500-900

Water Absorption +\- 10% +\-10% =\-5 2 hrs 15 7 24 hrs 30 15

Thickness Swelling 2 hrs Soaking Percent Thickness 8 5 Length 0.45 0.45 Width 0.45 0.45

Modulus of rupture N/mm2 11 15 Tensile strength Perpendicular to Surface N/mm2 0.3 0.45

Screw Withdrawal Strengh N Face 1250 1250 Edge 700 850

Number of Abrasion 450 450 Submittals Required by the Contractor: Contractor to submit technical data of the product to be used before ordering and installing the product. The technical data should meet or exceed the specifications mentioned above.

Basis of Design Product: 35 mm thick NOVAPAN Doors manufactured by Novapan Industries Ltd.

Installation: Install doors plumb and in level with the door frame. Provide hinges and necessary hardware like handles, locks, door closers etc. for smooth operation of the door. Clean the surface of the door after installation.

Page 81: Sample Tender Document

80

23) Glazed tile work.

Flooring glazed tiles shall be of specified thickness of best quality. They shall be uniformly smooth and regular in size. They shall be set cement mortar 1:3, 25 mm average thickness and finally set in cement float and left clean after filling the joints with white cement or colour cement. They shall be laid in slope as directed. The rate for the work shall be inclusive of fixing, setting and handing over neat and clean.

Dado: - They shall be set on cement plaster (1:3) 12 mm thick on brick walls or any other walls with neat cement paste as backing to the tiles. Neat cement paste should properly apply to the tiles so that complete back surface including corners are covered. The joints should be filled in with white or colour cement.

Skirting

Tiles for skirting shall be of specified thickness and size of approved quality. They shall be uniform in size. They shall be set on 1:3 C.M backing about 12 mm thick with neat cement paste backing, covering the full back of the skirting including corners. The joint shall be filled in with cement of required colour. Hand polishing with Curborandam Stone nos. 1, 2 or 3 shall be done as required on site. Minimum 2 to 3 coats of hand polishing should be applied to get the surface of tile well polished.

24) Anti termite treatment to soil (Pre-construction)

(a) Time of application:- Soil treatment should start when foundation trenches

and pits are ready to take mass concrete in foundations, laying of mass concrete should start when chemical emulsion has been absorbed by the soil and the surface is quite dry. Treatment should not be carried out when it is raining or when soil is wet with rain or sub-soil water. In the event of water logging of foundation, the water shall be pumped out and the chemical emulsion applied when soil is absorbent.

(b) Treatment of column pits, wall trenches and basement excavation:-

The bottom surface and the sides (upto a height of about 300 mm.) of the excavations made for column pits, wall trenches and basements shall be treated with the chemical @ the rate of 5 Lit./m2 of surface area.

After the column foundations, wall foundations and the retaining walls of the basement come up the back fill in immediate contact with the foundation structure shall be treated at the rate of 15 Lit./m2 of the vertical surface of the sub-structure for each side to. If water is used for ramming the earth fill, the chemical treatment shall be carried out after the ramming operation is done by dhumas the earth at 150 mm. centre close to the wall surface and supplying the chemical with the above dose. The earth is usually refilled in layers and the treatment shall be carried out in similar stages. The chemical emulsions shall be directed towards the concrete or masonry surface of the columns and walls so that the earth in contact with the surface is well treated with the chemical.

Page 82: Sample Tender Document

81

(c) Treatment for R.C.C. framed structure:- This treatment is necessary to start from the bottom of excavation for columns and plinth beams. The treatment shall start at the depth of 500 mm. below ground level. From this depth, the back fill around the columns, beams and R.C.C. basement walls shall be treated at the rate of 15 Lit./m2 of the vertical surface.

Other details of treatment shall be as stated above.

(d) Treatment of top surface of plinth filling:-

The top surface of the filling earth within plinth wall shall be treated with Chemical emulsion at the rate of 5 lit/m2 of the surface before the rubble soling or sub-grade is laid. If the filled earth has been well rammed and the surface does not allow the emulsion to seep through, holes upto 50 to 76 mm. deep at 150 mm. centre both-ways may be made with crow bars on the surface to facilitate saturation of the soil with the chemical emulsion.

(e) Treatment at the junction of the wall and the floor:

Special care shall be taken to establish continuity of the vertical chemical barrier of inner wall surface from ground level upto the level of the filled earth surface to achieve this a small channel 30x30 cm. shall be made at the junction of wall and column with the floor before laying the sub-grade or rubble) and rod holes made in the channel upto the ground level 150 mm. apart and the iron rode moved backward and forward to break up the earth and chemical emulsion poured along the channel at the rate of 15 Lit./m2 of the vertical wall or column surface so as to soak the soil right to bottom. The soil should be tamped back into place after this operation.

(f) Treatment of soil along external perimeter of building:

After building is completed, provide holes in the soil with iron rods along the external perimeter of the building at intervals of about 150 mm and depth 300 mm and filling these holes with chemical emulsion at the rate of 15 Lit./m2 of the perimeter wall.

(g) Treatment of soil surrounding pipes, wastes and conduits

When pipes wastes and conducts cater the soil inside the area of the foundation the soil surroundings the point of entry shall be loosened around each leak pipe, waste and conduet for a distant of 150 mm and to a depth of 75 mm before treatment is commenced when they enter the soil external to the foundations, they shall be similarly treated unless they start clear of the walls of the building but about 75 mm. for a distance of over 300 mm.

(h) Treatment for expansion joints:

Expansion joints at ground floor level are one of the biggest hazards for termite infestation. The soil beneath these joints shall receive special attention when the treatment mentioned in para. (d) is carried out. This treatment should be supplemented by treating through the expansion joint after the sub-base of rubble has been laid at the rate of 2 lit/m2 linear manner.

Chemical mentioned below shall be used for anti-termite treatment to be solid with the concentration mentioned below:

Page 83: Sample Tender Document

82

This material (chemical) will have to be tested in ARCI approved Laboratory before using on the site at the cost of the contractor. Site in charge will have to check the results as stated above before using the same.

The contractor will have to give 10 years guarantee for the treatment carried out.

25) Special Direction for use of Controlled concrete:

(a) All items pertaining to reinforced concrete as contained in the bill of

quantities, shall be replaced with corresponding items of controlled concrete as per ISI 456 of 2000 or as amended upto date.

(b) All reinforced concrete works shall be done with controlled concrete, as per mix design on the basis of ideal grading curve method. For this purpose, the contractors may either engage the services of site engineer who is conversant with the design of controlled concrete mix or in the alternative be may employ an agency doing this type of work. However, in both these cases, the design work shall be done at the site chowky only for which the contractors shall keep the necessary equipments like sieves, balance etc. The maximum size of aggregate for R.C.C. works will be 20 mm. The contractors shall appoint a qualified Civil Engineer who is well conversant with controlled concrete technique.

(c) The mix design will have to be done at the site of works every time a new batch of materials (sand and aggregates) is received at site even though the materials are being brought from one quarry for the duration of the work. This point is covered in the I.S.I. Specifications but is elaborated here for the guidance of the tenderers/contractors.

(d) Concrete used for R.C.C. items shall be machine mixed and shall be vibrated with mechanical vibrators.

(e) The proper cover for slabs, beams and column will have to be provided using pre case cement mortar block or plastic blocks spaced at a distance of 60 cms. maximum in either direction.

(f) For R.C.C. works with controlled concrete good quality shuttering shall be employed.

(g) The tenderers are directed to note the above instructions very carefully and quote their percentage accordingly. The items of controlled concrete will replace the items of ordinary reinforced concrete, the rates remaining the same mentioned in the bill of quantities and no claim for extra items will be entertained.

Name of chemical Proportion to mix concentration by Weight

Chlorpyrifosemulsiflable concentrates

1.0%

Page 84: Sample Tender Document

83

26) Specifications for the use of cover blocks: - As per I.S. 456-2000(p. 47) clauses no 26.4.2 table no. 16.

Nominal cover to meet durability requirements

Exposure

Nominal concrete cover in mm. not less than

Mild

20

Moderate

30

Severe

45

Very Severe 50

Extreme 75

Notes: -

For main reinforcements up to 12 mm. dia. bar for mild exposure the nominal cover may be reduced by 5 mm. Unless specified otherwise, actual concrete area shall not deviate from the required nominal cover by +10 mm.

For exposure condition 'severe' & 'very severe' reduction of 5 mm. may be made where concrete grade is M-35 and above.

27) General Specification for Cement Concrete

(ORDINARY AND REINFORCED)

A – Materials 28-1 CEMENT

All Portland cement of Grade 53 for use on the works shall comply in every respect with the requirements of the Indian Standard Specification for Portland Cement as issued and amended from time to time by the Indian Standards Institution.

The Portland Cement used in the works shall manufactured in India and shall be of a make and quality to be approved by the Engineer.

Tests : No other make of cement but the one approved by the Engineer will be allowed on the works and the contractor shall not change his source of supply without the approval of the Engineer in writing. The contractor shall produce test certificates to show that the cement is fully upto the specifications and not withstanding this, the Engineer may at his discretion order that the cement delivered on the work, and which he may consider

Page 85: Sample Tender Document

84

damaged or of doubtful character for any reason whatever, must be retested by approved testers and fresh certificates of its soundness produced by the contractor at his specification cost. Cement ordered for retesting shall be withdrawn from the work pending the results of retesting. The decision of the Engineer in this respect shall be final and binding on the contractors. Stores: Large stocks of cement shall not be kept at the works but only sufficient

quantities to ensure continuity of the work. The contractors shall provide the material inproper and efficient storage sheds for the cement on the works. The floor of the stores shall be raised at least 230 M.M. from the ground in order to protect the bags from moisture. No cement damaged by exposure or otherwise will be allowed to be used in work but shall be removed at once from the site.

Package: The cement shall be supplied in sound and properly secured and sealed

bags weighing 50 Kg. of cement. The rates entered in the Bill of quantities and rates must be held to include the cost of haulage to the work, housing and protecting from the weather, risks of every kind, and all expenses connected with preparing the cement for use and with using it in the work.

28 – 2 SAND (River Sand)

All the fine aggregate shall consist of clean, hard strong, durable, uncoated, well-graded particles. When incorporated in the concrete mixture, the fine aggregate shall be free from frost, frozen, lumps injurious amount of dust, mica shells, soft or flaky particles, shale, alkali organic matter loan or other deleterious substances.

The River sand shall be taken from a source approved by the Engineer.

If the Engineer considers it necessary it shall be washed. The cost of washing must be included in this price for the concrete work. All sand shall pass through a sieve having meshes not more than 1/4th inch wide and if the Engineer shall require it, it shall be screened before use at the expense of the contractor.

In no case shall fine aggregate be accepted containing more than two percent, by dry weight, not more than three and half per cent, by dry volumes, not more than five percent, by wet volume of clay, loam or silt. If any sample of fine aggregate shown more than five percent of clay, loam, silt in one hour’s settlement, after shaking in an excess of water, the material represented by the sample will be rejected. If necessary, silt test shall be taken by the Engineer.

All fine aggregate shall be stored on the works in such a manner as to prevent the intrusion of foreign matter.

Storage. The fine aggregates shall conform as nearly as possible to the following sieve analysis.

Page 86: Sample Tender Document

85

S-Sieve.

Designation Percentage retained 480 Nil 240 0 to 13 120 13 to 37 60 33 to 85 30 80 to 90 15 90 to 98

A mixture having the lowest possible void content shall be used. This description of the fine aggregate shall not be interpreted as admitting the use of stone or slag screenings unless authorized.

28 – 3 COARSE AGGREEGATE Quality of coarse aggregate: -

The whole of the ingredients of the coarse aggregate shall consist of rock, gravel or Quality of coarse other inert material. The particles of aggregate, coarse aggregate shall be of clean, hard tough, durable material, free from vegetable or other deleterious substances, and shall contain no soft flat or elongated pieces.

All coarse aggregate shall be stored on the works in such a manner as to prevent the intrusion of foreign matter.

If it is considered necessary, the Engineer may order it to be washed and screened. The contractor shall state in his tender the source from where he will obtain the aggregate and he shall also include in his price for concrete the cost of washing.

If screening is necessary the cost shall be borne by the contractor. The coarse aggregate shall consist of: -

1. metal no. 2 …….. 20 to 25 mm.

Grading of coarse aggregate

2. metal no. 1 …….. 3 to 12 mm.

The whole of the aggregate shall pass a screen having meshed not greater than 25 mm. square and shall be retained on a screen having meshes 6 mm. square. The materials may be tested for voids before the work is commenced and at intervals during the course of construction, as may be necessary and the proportion of the different grades in the coarse aggregate fixed by the Engineer so as to secure a well grade material varying from 6 mm to 25 mm. The different grades of the

Page 87: Sample Tender Document

86

course aggregate shall be measured by mean of suitable boxes and in such proportions as may be approved by the Engineer.

28 – 4 WATER

The water shall be clean and free from injurious amounts of oil, acid, alkali, organic or other deleterious substances. The quantity of water added to the materials for making concrete shall be properly under control and must be measured.

28 – 5 REINFORCEMENT

The steel to be used in reinforced concrete work shall comply with the requirements of Indian Standard Specification, I.S.S. no. 432 (Latest). Specifications for High Yield strength steel deformed Bars (Tor Steel)

The tor steel to be used in the works should be of grade Fe. 500 conforming to I.S.S.1780 of 1979 (2nd revision) or I.S. 1139 of 1966 (revised).Wherever welding of reinforcement is specified, the same shall be carried out conforming to IS:9417 or IS:2751. Welding shall be carried out by approved qualified welders only. One percent testing of welds shall be carried for all types of welds. Column reinforcement bars are required to be lapped in the middle portion of columns as per IS 13920. Proper arrangement shall be made to support reinforcement projecting above floor level. Similarly laps within a distance of 2 D (depth of beam) or 1/4 span from the face of the column are not allowed. The overhanging bars should be properly supported. The cost of these works is included in the rate. If any steel does not in the opinion of the Engineer comply with any of the tests specified under above I.S.S. the Engineer may reject the lot or lots from which the sample or samples are taken and the same shall not be used in the works but shall be removed there from. All steel used for reinforcement shall be free from loose or rust which must be removed with a stiff wire brush. Bars also be free from oil or paint. The steel should be properly braced, supported and otherwise held in position so as to prevent displacement while concrete is put in. The correct number and size of reinforcing bars, stirrups and binders shall be provided and placed in position strictly according to the contract and plans. This shall be looked after with proper care and checked over by a competent foreman personally and finally before pouring the concrete.

All protruding bars from columns, beams and slabs to which other bars are to be spliced later on must be protected from rusting by a coat of thin neat cement grout. All bending shall be done cold, gradually, evenly and without jerks. A jerky action is likely to snap or crack the steel.

28 – 5a Cover Blocks

Cover blocks shall be of approved quality of high grade concrete and shall be vibrated on a table vibrator to reduce the permeability. Cover blocks shall be made

Page 88: Sample Tender Document

87

of the same grade of concrete as of structural member in which the blocks are to be used. Rate of Concrete is inclusive of providing cover blocks.

28.6 CENTERING (FORM WORK) AND SHUTTERING

Steel Formwork: Only steel forms of approved make (Acrow steel centering) shall be used. Forms with surface dents, bulges, undulations or holes shall not be used on the work and shall be removed from the site. Form work shall be substantially and rigidly constructed of steel and shall be true to the dimensions described. Form work shall be constructed to confine and shape the concrete to the required shape, lines and dimensions described. Liners and cores shall be provided where necessary and shall be due to space and securely fixed.

Shuttering shall be erected true to line and securely braced, cross braced, strutted and supported to prevent deformation under the weight of pressured wet concrete and constructional loads, wind pressure and other forces. The surfaces of the forms shall be clean and free encrustation of mortar, grout or other foreign materials. The variation in thickness of RCC roof slab due to varying spans or special covering materials should not effect the general roof bed which should be uniform, unless otherwise shown in drawing or as instructed. All joints shall be sufficiently tight to prevent leakage of cement slurry. All faulty joints shall be adequately caulked. Mould Oil: Before laying the reinforcement, all faces of shuttering and moulds in contact with wet concrete shall be treated with a coat of oil to prevent adherence to concrete. Release agent should be applied so as to provide thin uniform to the forms without coating the reinforcement. The mould oil (The de-bonding agent) to be applied shall be standard shuttering oil, engine oil or filtered waste oil (Carbon particles and impurities should not be present).

Plumb and string lines in sufficient numbers shall be installed before and maintained during concrete placement. During concrete placement the contractor shall continuously monitor plumb, string line and form positions. In case of columns, retaining walls and vertical structural components suitable arrangement shall be made for securing the form to the already poured concrete.

28) MIXING AND PLACING OF CONCRETE INGREDIENTS AND MEASUREMENTS OF MATERIALS

The concrete shall be composed of water, Portland cement fine aggregate and coarse aggregate.

All sand and aggregate used on the works shall be carefully and accurately measured by volume in suitable gauge boxes and in quantities to the entire satisfaction of the engineer, and the cement to be added to the aforesaid mix shall

Page 89: Sample Tender Document

88

be either by one or two fully sealed bags, or by weight the water being added to the dry mix in a manner in which it can be properly controlled and measured.

The cement shall be measured by sealed bags or by weight. One bag of cement shall weigh 50 kg. Volumetric measurement of cement shall not be permitted. If loose cement is used, quantity of cement shall be weighed before being put in the mixture or mixing platform. Water shall preferably be weighed or measured in liter-cans. Buckets shall not be used for measuring water.

29.1 PROPORTIONS (FOR VOLUMETIC BATCHING)

The proportions of cement, sand and aggregate for the concrete shall be 1:3:6, 1:2:4, 1:1.5: 3 or 1:1:2 by volume or weight, and shall generally consist of the quantities as given below per bag of cement.

Proportion

of ingredients

Quantity of material per bag of cement

Cement

sand (cu.m.)

aggregate(cu.m.)

1:3:6

1 bag

0.105

0.183

1:2:4

1 bag

0.061

0.142

1:1.5:3 1:1:2

1 bag 1 bag

0.053 0.035

0.106 0.061

The maximum quantity of water to be mixed per bag of cement of 50 kg shall include the free water carried by the aggregates, but correction shall be made to this quantity of water according to the wetness of the aggregates as per instructions of the engineer.

29.2 CONSISTENCY AND SLUMP TEST

It is necessary that the concrete shall have the desired workability and give the maximum yield per bag of cement.

If the first batch is too stiff, either sand or coarse aggregate or both must be adjusted until the desired work ability is obtained. If it is too wet, either sand or coarse aggregates or both can be added as appear desirable.

When the correct proportion has been ascertained, they must be carefully noted and adhered to until there is a change in the condition of the materials supplied.

In order to test the consistency of the mixed concrete, slump tests shall be made by the contractor as and when required by the Engineer, and these slump tests shall be carried out in the following manner:- The test specimens shall be formed in the mould of No. 16 gauge galvanised metal in the form of the lateral surface of the frustum of a cone with the base 200 mm. in diameter, the upper surface 100 mm. in diameter and the attitude 300 mm. The

Page 90: Sample Tender Document

89

base and the top shall be open and parallel toone another and at right angles to the axis of the core. The mould shall be provided with foot pieces and handles.

When the test is made at mixer, the samples shall be taken from the pile of concrete immediately after the entire batch has been discharged. The mould shall be placed on a flat, non-absorbent surface such as a smooth plank or a slab of concrete and the operator shall hold the form firmly in place, while is being filled, by standing on the foot pieces. The mould shall be filled to about one fourth of its height with the concrete, which shall be then puddled, using 20 to30 strokes of a 12 mm. rod pointed at the lower end. The filling shall be completed in successive layers similar to the first and the top struck off so that the mould is exactly filled. The mould shall then be removed by being raised vertically, immediately after being filled. The moulded concrete shall then be allowed to subside until quiescent and the height of the specimen measured. The consistency shall be recorded in terms of mm. of subsidence of specimen during test, which shall be known as the slump.

29.3 COMPRESSION TEST

Compression test for concrete shall be carried out by the Contractor at their own cost and in accordance with the provisions of the IS Code and the results shall satisfy the provision of I.S.S. 456 (2000)

The specified characteristic compressive strength of 150 mm size cube at 28 days attained for M20, M25 and M30 grades of concrete shall be 20 N/sqmm, 25N/sqmm and 30 N/sqmm respectively. The mix shall be designed to produce the grade of concrete having the required workability and a characteristic strength at 28 days not less than the appropriate values mentioned in Table-2 of IS-456:2000 The target mean strength of the concrete mix should be equal to the characteristic strength plus 1.65 times the standard deviation.

Whenever the grade of concrete such as M25, M30 etc., is specified it shall be Contractor’s responsibility to ensure the minimum crushing strength stipulated for the respective grade of concrete is obtained at works. In the case of M25 grade concrete minimum cement content of 330Kgs/ Cum shall be used to obtain a minimum cube strength of 25N/ mm2 at 28 days age. In the case of M30 grade concrete minimum cement content of 360Kgs/ Cum shall be used to obtain a minimum cube strength of 30N/ mm2 at 28 days age. The contractor shall maintain the test results on regular basis as indicated in I.S.456/2000 and subsequent amendments thereon. In all cases, the 28 days compressive strength specified shall be the criterion for acceptance or rejection of the concrete. The sample of water taken for testing shall be typical of the water proposed to be used for concreting.

Page 91: Sample Tender Document

90

The contractor shall be responsible for production of controlled concrete as per design mix to ensure the required works cube strength is attained and maintained. In the designation of concrete mix, letter ‘M’ refers to the Mix and the number to the specified 28 days works cube compressive strength in Newton per sq.mm. The concrete where site mixing is permitted shall be with concrete mixtures fitted with weigh batching scale. All measuring equipment shall be maintained in a clean serviceable condition and their accuracy periodically checked. 5.19.1 The proportions of cement concrete, if specified in volumetric proportions i.e., nominal mixes shall be as follows which are indication of approximate proportion of cement, fine aggregate and coarse aggregate which may have to be altered suitably at site to obtain desired strength and workability. However, the quantity of cement shall not be less than specified below. Nominal Mix Cement in bags of 50 kgs / 1Cum (net) of cement concrete a) 1:3:6 4.42 bags of 50 Kgs b) 1:4:8 3.31 bags of 50 Kgs c) 1:5:10 2.65 bags of 50 Kgs

The contractor shall ensure the tests of Design Mix from the Reputed Agencies / University or any Research Lab for ensuring the strength of Design Mix with the provided quantity of cement in the estimate.

29.4 HAND MIXING

Hand mixing when allowed by the Engineer shall be carried out in the following manner, and shall be done on a watertight platform or through at least 2 meters x 4 meters with three sides of sufficient depth to prevent the materials from being shoveled off during the operation of mixing. The actual mixing shall be carried out by two or more then opposite each other, using square ended shovels ( notpowras)

The specified quantity of sand for the batch of concrete shall be spread out first on the platform or trough, making a level heap about 15 cm. deep and on the sand the specified quantity of cement shall be spread. All the dry sand and cement shall be turned over with the above at least three times until the mixtures is of a uniform colour. Each shovel should leave the shovel with a spreading action as a turning. The specified quantity of coarse aggregate shall now be added and the whole mixture turned over again at least three times. The specified quantity of water shall next be added slowly through a hose attached to a watering can, while the process of turning the mixture over is being carried out. The mixing shall be continued until the whole batch has reached an even consistency and the mortar is spread evenly through the batch. If any other method be adopted the same shall be previously approved in writing by the Engineer. The water must not be added by bucket or bhisti’s bag to the dry mixed materials. After mixing the concrete must be placed immediately, within half an hour completion of mixing.

29.5 PLACING CONCRETE

All forms shall be absolutely clean and free from shavings or foreign matter

Page 92: Sample Tender Document

91

before any concrete is placed. All concealed items like conduits, junction boxes, fixtures etc. shall bbe located as per details and locations to be approved before placing concrete.

All concrete must be deposited in the forms within 10 minutes after leaving the mixture and the concrete should be worked round the various reinforcements, carefully by means of roads and small beaters, and thapis, care being always taken to see that no reinforcement is disturbed from its position and no voids are left; the sides of the forms being gently tapped by spades and thapis to ensure proper filling and uniform outside surface. A mechanical vibrator shall be used during placing of concrete in column footings, column plinth, floor beams, floor slabs and in such other places as directed.

All beams and slabs shall be filled to the top surface in one continuous operation, i.e., from the bottom of the beam to the top floor construction. The filling of the column shall be continuous operation from its bottom to the bottom of the beam or girder.

In case where it becomes necessary to stop concreting for any line of beams and girders before completion, the concreting shall be stopped only directly over the center of the column making a vertical joint and allowing one half of the column to become the bearing surface for the future adjoining beam. The floor slab shall be filled up together the beams on which they are resting. Construction joints shall be minimum in numbers and their location shall be approved by the Engineer. Construction joints shall be treated properly with bonding coat of approved material to be applied at the old concrete before commencing the fresh concreting operations. Concreting after it has been placed in the forms and begun to set (after about 2 hours of laying)it should not be disturbed but the exposed surface should be kept damp by covering with wet gunny bags and then cured by flooding with water by making mortar watta of 75 mm high for 15 days to ensure curing. Curing compound may be permitted by the engineer only for locations of concrete work that are inaccessible. In form finish surfaces, the patterns to be provided for the formwork shall be as per Consultants suggestions.

Concrete rate is inclusive of providing pockets, holes, slits, depressions, inserts, pipes, etc. required for electrical, mechanical and plumbing systems.

29) REMOVAL OF CENTERING

In no case shall the centering of any concrete work be removed without obtaining the special permission of the engineer or his Assistant. Proper care shall be exercised while removing the centering to avoid jarring the structure or throwing heavy form from the floor.

Generally nothing less than the following times should elapse between the filling in of the concrete and removal of the forms: -

Page 93: Sample Tender Document

92

Type of formwork

Minimum period before striking formwork

Vertical formwork to columns, beams and slabs

24 hrs.

Soffit formwork to slabs (Props to be re-fixed immediately after removal of formwork.)

3 days

Soffit formwork to beams (Props to be re-fixed immediately after removal of formwork.)

7 days

Props to slabs Spanning up to 3.5 m Spanning over 3.5 m

7 days 14 days

Props to beams and arches Spanning up to 4.5 m Spanning over 4.5 m

14 days 21 days

After removal of the centering any roughness or irregularity on the exposed surface of the work shall be made good by thin grouting of cement or a cement wash and the whole surface shall be so finished as to present an even and uniform appearance. No plastering will be permitted on the surface. Where plastering is specified over concrete surfaces, concrete surfaces are required to be hacked immediately after the removal of centering/form work as directed by the Engineer-in-charge wherever required. Additional rate shall not be paid to contractor for hacking.

30) MODE OF MEASUREMENTS Where not otherwise specified, the value of work done under this contract shall be calculated as follows:- The net dimensions only filling in foundations plinth and other stone masonry or brick walls.Brick, concrete and arching will be measured in the center of the arching, the full breadth and the full thickness of the stone, concrete or bricks in the wall.In case of plain, curved, moulded or chamfered cut stone work the dimensions of the smallest stone out of which the work can be cut will be taken.In woodwork the cube measurements are to be taken only on the fullest visible dimensions of the pieces of the woodwork. The cover lap of scarfs, projections of tennons etc. will not be allowed, except in the case of girders and joists, which will be measured full.The superficial measurements of planking will be of the surface seen, and the dimensions of tongues or laps will not be allowed.

Coursed khandkee facing will be paid extra on the walling and deduction will be made for all out-stone work in the facing paid for separately. For round columns, measurements of the square stone from which it can be out will be taken.Where frames are included in the items, doors and windows will be measured outside to outside (clear) of the frames after the door or window is closed. Where frames are not included, shutters will be measured clear between the frames after they are

Page 94: Sample Tender Document

93

closed and rebates will not be paid for separately. Curved heads, fanlights etc. will be similarly measured. Horns will not be paid for separately.For walling, the actual cubical content of the masonry will be taken after deducting all openings cut stone work and all other items of works paid for separately.For cut stone steps, the measurements of only the exposed rise, tread and length of the steps will be taken; overlaps and tails will not be allowed.

Measurements of the plaster will be the whole plastered surface of the wall, after making deductions for openings and for dressings and other portions not plastered. All mouldings which will be required to be worked out true to a template and drawn near clean and level, and all exposed angles ad junctions with door frames etc., to be included in the rate for plastering. Tiling roofs with Mangalore or other similar tiles, The measurements of this work will be taken on the slopes of the roof. Nothing extra will be allowed for ridges, hips, overlaps etc.

Where lead sheet work in gutters, covering to roofs etc. is to be measured superficially, net measurements will be taken. Nothing extra will be allowed for overlaps.

Measurements for lightening conductors will be taken from the highest point of the conductor to the bottom of the earth-plats.

Asphalt flooring will be measured on the actual area covered by the asphalt. Minton-tiled flooring will be measured on the actual area covered by the tiles. Porbunder stone and other pavement will be measured on the actual area covered by the slabs.

When rock excavation is measured in depots, 40 percent of the measured quantity will be deducted to allow for voids. While measuring quantities of surplus earth to be removed from site of work,30 per cent of material loaded will be deducted from lorry measurements.

31.1 R.C.C. WORK

All R.C.C. work will be measured and paid for at the overall design dimensions, increase in dimensions caused by the plaster finish will not be taken into account. In the case of junctions of two or more members of R.C.C. work, only one of the members will be measured full and no claim for overlap of other members will be allowed either in respect of cubic contents or extension of reinforcement necessary at the junctions. Junctions of the Tee and or rectangular beams with slab: - beams will be measured upto the top of the slab. Junction of beams and columns: - columns will be measured full. Junction of columns and footing: - footings will be measured full. Junction of gallery slabs with parapet and drop (apron walls) slabs will be measured full. Chajjas will be measured in sq. mts. arrived at by multiplying

Page 95: Sample Tender Document

94

length and projection as measured on the top surface exclusive of the vertical edge. Drip mouldingwatas or any other mouldings will not be separately measured. Junction of columns and lintels: - columns will be measured full.

31.2 MODE OF MEASUREMENT AND RATES FOR HYSD

REINFORCEMENT No allowance will be made for wastage while computing the weight, hooks and bend will be taken into account but not the laps. The lengths of the bars shall be measured correct to two places of decimals in meters and the weight payable would be worked out on the following basis correct to 0.10 of a kg.

Diameter of bars in millimeters Weight in Kg. per metre.

6

10

12

16

0.22

0.62

0.89

1.58

20

22

25

28

32

36

40

2.46

2.98

3.85

4.83

6.31

9.99

9.87

Overweight of the steel shall not be considered for calculating consumption and payment purpose, weight of different dia. of bars mentioned above shall be considered for payment as well as consumption purpose.The wire for tying and devices for supporting bars and maintaining various clearances will not be measured or paid.No payment will be made for pins, clips, binding wires, tack welding done in lieu of tying, separators, wire chassis and other materials used for fastening and supporting reinforcement in place. If the bars are substituted at the contractor’s request and as a result more steel is used than specified only the quantity specified shall be paid. The rate shall include the cost of steel and of

Page 96: Sample Tender Document

95

cutting, bending and binding, placing, cleaning, supporting etc., the M.S. bars including laps and wastage.

31.3 WHITE WASHING, COLOUR WASHINGS DISTEMPER, OIL PAINTING AND OTHER PAINTING WORKS:

In deduction clear opening exclusive of frames will be measured and nothing extra will be allowed for jambs of doors, windows etc. Painting will be paid for at the rates per sq. meter according to the colour and number of coats and also ordinarily according to the actual area of the surface painted except as hereafter provided. Moulded works of all kinds unless otherwise stated will be measured by running tape into and overall depressions and elevations.

31.4 DOORS AND WINDOWS

Framework will be paid for as per actual measurements. Venetian shutters will be measured, on each side, as one and half times the area of the clear opening of the door or window for the portion of the Venetian shutters. Glazed portion of doors windows shutters will be allowed for by deducting half of the glazed part including the mesh from the total flat surface. Portion of doors and window shutters fixed with expanded metal and wire-netting will be allowed for by deducting quarter of such part from the total flat surface. Steel casement windows will be measured as 25 per cent of the area of one face for painting done on both. Painting of iron bars for doors and windows will be paid for as per actual measurements of the surface painted.

31.5 RAILINGS AND GATES

Painting to all railings and simple grills of teakwood and iron will be paid for as per as actual measurements of the surface area painted. Ornamental C.I. or W.I. gates and grills will be paid for one and half times the overall surface for each side painted. Fencing pole or angle iron shall be paid for one and half times the surface of one side for painting done on both sides.

31.6 TRELLIS WORKS

Hoop iron trellis work will be paid for painting done on both sides at one and half times the area of one face where the opening are 75 mm. or less wide but only once when the openings are more than 75 mm. wide. Teakwood trellis work or R.C.C. jallis shall be measured on each side as if there were no openings in cases where the openings are 75 mm. or less in width. In case of openings greater than 75mm. one and a half times the surface of one side will be paid for painting done on both sides. Expanded metal and wire netting will be measured on one side only for painting done of both sides in case where the mesh is 50mm. or less. Where the mesh is longer than 50 mm. it will be measured as half of one side, for painting done on both the sides.

32) MAKING HOLES FOR PIPES, CABLES ETC.

No extra payment will be made for making holes in walls, slabs, beams etc. for taking through them any pipes for drainage and or water fittings, cables wires etc. and the cost the roof should be deemed to be covered under rates for those items.

33) SPECIFICATION FOR ALLUMIUM DOORS, WINDOWS, VENTILATORS & PARTITIONS etc.

Page 97: Sample Tender Document

96

These shall be obtained from approved and established manufactures and shall be of aluminum alloy conforming to IS:733 and sections shall generally conform to IS:1948. These shall be fabricated as per the detailed drawings.

Frames for windows, ventilators etc. shall be square and flat. Both fixed and openable frames shall be constructed of sections which have been cut to length, mitred and welded at corners. Sub-dividing bars shall be tenoned and riveted into the frames. All frames shall have corners welded to a true right angle. For side hung shutters, hinges hall normally be of projecting type made of aluminum alloy and riveted/ welded to frames and shall have stainless steel pins. Handles, peg stays etc. shall be of approved quality aluminum or its alloy conforming to IS Specifications.

All types of shutters shall be fabricated, supplied and fixed as specified in the IS:1948. The rate shall include supplying and fixing all fittings and fixtures required for proper and safe operation.

The doors shall be fabricated by using standard aluminum alloy extruded sections specified in IS: 1948. The rate shall include supplying and fixing fittings and fixtures including approved locking arrangement as directed.

All aluminum fabrication work shall be powder coated to give a film of 40 micron.

The contractor shall take care to stack the fabricated frames etc. on site undercover they shall be handled with care, stacked on edge on level bearers and supported evenly, before erecting, the frames coming in contact with concrete, masonry, plaster or dissimilar metals shall be coated with a coated of clear transparent lacquer based on methacrylates or cellulose butyrate to protect the surface from wet cement during installation. This coating shall be removed on completion. Before handing over, the aluminum work shall be washed with mild solution of non-alkali soap and water. Glazing:

Glazing shall be of approved specially selected quality glass of specified thickness and unless otherwise directed it shall be provided on the exterior with metal beading.

34) ADDITIONAL CONDITIONS/ DIRECTIONS FOR USING READY

MIXED CONCRETE. All Reinforced concrete work will be of Ready Mix Concrete (RMC). Contractor will be fully responsible for maintaining the grade of concrete. Its acceptance criteria will be as per IS 456 (2000).

All special conditions/directions for cement concrete work shall also be applicable.

The contractor shall procure RMC from the RMC plant approved by ARCI/Consultants.

Ready mix concrete prepared and transported will be as per IS 4926 OF 1976 OR THE LATEST I.S. CODE.

cement to be used shall be of OPC 53 grade at the specific instructions of Consultants and approved brand.

Page 98: Sample Tender Document

97

No dry mix shall be brought on site and water added there at. Ready mix concrete will be brought to the site from RMC plant only by transit mixers (agitators) Every transit mixer will carry delivery challan, mentioning the minimum following details.

Name of Manufacturer and Depot. Serial No. of challan. Date Truck No. Name of contractor to whom the RMC is being supplied. Location of contract work. Grade of concrete. Specified workability.

Cement content and Grade of cement. (minimum cement required shall be distinctly marked.)

Time of loading. Quantity of concrete. Type of admixture.

When the truck arrives on site, the drum should always be speeded to about 10 to 15 rev/min, for at least 3 minutes, to make sure that the concrete is thoroughly mixed and uniform, before discharge.

Testing of Ready Mixed Concrete: - The sampling and testing requirements for ready mixed concrete are the same as those for site mixed concrete. As regards testing of workability following procedure be followed.

After making sure that the concrete has been uniformly mixed, take a sample from the first 0.5 cu. m. of concrete discharge, and do a slump (or compacting factor) test on the sample. If the result complies with the specified requirements, then the load should be accepted, If the results are beyond limits, a further sample should be taken from the second 0.5 cu. m. of the discharge, and if this is satisfactory, the load should be accepted, if not, the concrete load shall be rejected, as the same is not as per the specification range. The specified slump is 75 to 100 mm while carrying out above tests; it may vary by 10 mm. as per IS 4926-1976.

Twelve cubes shall be cast at the plant as well as at the site for every day’s work where the concrete is placed.

The admixtures used shall conform to IS-9103-1979 reaffirmed on 1990 or ASTMC-494 of 92 and shall be compatible with the cement used for manufacturing concrete.

All taxes/duties etc. will be borne by the contractors and not by the Owner.

No extra payment will be made for the use of admixtures.

The contractors will make all arrangements & provide an uninterrupted access to R.M.C. plant for Consultant’s engineers to check the ready mixed concrete.

It will be sole right of the Consultant / owner to allow or disallow the use of ready mixed concrete if all the conditions are not complied with.

Page 99: Sample Tender Document

98

PART I - ADDITIONAL SPECIFICATIONS

OF MATERIALS (GENERAL)

Page 100: Sample Tender Document

99

MATERIALS (GENERAL) 1. GENERAL: 1.1. Standard -

All materials shall conform strictly to the latest Indian Standards (even though old version Nos are printed elsewhere in the document) unless otherwise mentioned.

1.2. Supply -

All materials required for the Works execution shall be arranged by the Contractor.

1.3. Storage of materials -

All materials shall be stored strictly at locations approved by the Engineer in such a manner that no deterioration occurs in their quality.

1.4. Testing -

The Engineer shall order such tests and analysis of all materials brought on site as he considers necessary and the Contractor shall bear the cost of all sampling and testing which is in accordance with the Indian Standards.

Page 101: Sample Tender Document

100

PART I - SPECIFICATIONS

OF WORKMANSHIP (GENERAL)

Page 102: Sample Tender Document

101

WORKMANSHIP (GENERAL) 1. GENERAL 1.1. Standard

In all cases the work shall be carried out in accordance with the CPWD Specifications VOL-I and II and (or) latest Indian Standards Specifications and the best engineering practice In the absence of such specifications, work shall be executed in accordance with any other relevant standards issued elsewhere as approved by the Consultant / Owner or as per the instructions and directions of the Consultant / Owner. Unless otherwise specified for specialized items of work, the Contractor shall furnish to the Consultant / Owner for his approval the various specifications / details etc. of the manufacturer. On approval, the work shall be carried out strictly in accordance with these specifications / details.

1.2. Constructional Equipment

The Contractor shall be responsible for the supply, use and maintenance of all the constructional plant and equipment so as to ensure smooth and efficient working of the job. The Consultant / Owner shall have access to the Plant at all times.

1.3. Workmen & Staff

The Contractor shall ensure that he employs only capable and experienced labour force, foremen, other tradesmen and supervisory staff on the job capable of handling the types of work they are required to handle in a workmanlike and efficient manner to the satisfaction of the Consultant / Owner. He shall also ensure that his Sub-contractors or nominated Sub – contractors also employ all workmen and supervisory staff capable of delivery work of a high standard. For all concrete work, a fully qualified and experienced quality control engineer shall be employed by the Contractor and he shall be available on site at all times when concreting operations are in progress. Operators for mixers, mechanical vibrators and personnel in- charge of placing of concrete shall be fully trained and experienced for their class of work.

1.4. Tests

The Tenderer shall indicate the tests (like flooding / ponding etc.) that he would conduct at site during the progress of the work and later after the works completion so that no leakage / seepage takes place wherever new waterproofing treatment and plastering work and other special treatment are carried out.

Page 103: Sample Tender Document

102

PART- I - SPECIFICATIONS FOR ENABLING WORK

Page 104: Sample Tender Document

103

EWA -ENABLING WORK 1. All enabling works comprising cutting, dismantling, removing etc. shall be done

with utmost care such that material does not fall from height and cause injury to men & materials, noise/sound is kept to a minimum, structural and/or non-structural members in the vicinity of items being dealt with are not damaged, walls, floors, fittings and fixtures etc. are duly protected from the falling, splintering, flying materials, any items, which are to be removed but to be reinstalled later are handled in a manner that no damage is caused to the members themselves during removal and stacking .making provision of temporary partition / working platform, etc. if & when required

2. Methodology for dismantling of work, scheme of execution of repair works,

storage of materials and working platforms in corridors, etc. shall be got approved by Consultant before starting the work.

3. Cutting of RC members is deemed to include breaking/removing of the member as

existing including reinforcement, if necessary etc. 4. For RC members where only reinforcement is to be exposed, all the plaster shall

be removed and concrete shall be removed in the cover portion and/or upto just behind the main reinforcement as required using only chisel and hammer.

5. Removal of any items related to public health work (i.e. plumbing pipes, waste

water lines etc.) is deemed to include removal / disconnection of all the fittings, fixtures, accessories, seating / fixing arrangements etc. as are relevant to the item. Removal of touching / concealed pipes would include removal of any plaster, chasing / cutting of any masonry etc.

6. Removal of existing wooden shutters from door's & windows would included

removal of all fittings and fixtures such as hinges, tower bolt, aldrop, handle glass etc.

7. Removal of existing M.S. steel work of any thickness or MS grill work of any

type, design carefully with the help of gas cutting at any floor level. 8. Unless stated otherwise the rates for dismantling, cutting, breaking of plaster,

masonry, concrete, tiles, removal of pipes, etc. shall allow for -

all careful operations including all safety measures

any scaffolding, propping etc. as required

stacking of usable materials, if any as directed by the Owner and disposal of all other material / debris etc. outside the Employer’s premises

9. All debris from dismantling items as above to be disposed off outside Employer’s

property at no extra cost. All scrap in reinforcement or structural steel shall be disposed off after the approval of the Employer.

Page 105: Sample Tender Document

104

10. All refixing items shall be removed by taking care to avoid breakage / damage and handling over them to Employer by keeping proper record of the same.

11. All electrical items like fittings, cabling, wires, etc. shall be removed to

enable repair works by the Contractor through the licensed electrician and cost towards the same shall be reimbursed to the Contractor at mutually agreed during the work progress.

12. All electrical wiring, batterns, casing, caping, fuses, distribution boards, bell

chimes, telephone wiring, junction boxes, etc. already removed carefully accounted and recorded in register and to be handed over to the Employer.

Page 106: Sample Tender Document

105

PART – I SPECIFICATIONS FOR SPECIAL ITEMS

1. Industrial Tiling (Acid and Alkali resistant flooring):

A. General: a. IS Code : Meet or exceed IS 4457 b. Submittal: The contractor shall submit Product data sheet, color chart and

sample of 150 mm x 150 mm for approval by the Consultants and the Owner before procuring and installing the product in the project.

B. Basis of Design Product:

a. Manufacturer –H & R Johnson or equivalent a) Model - ENDURA-Acid and Alkali resistance tiles.

b. Color and Texture - As approved by the Consultants

C. Installation: a. Acid resistant tiles shall be laid as specified in IS 4457 as as per

manufacturer’s specifications. The joints shall be cleaned of the cement grout with a wire brush or trowel to a depth of 5 mm. and all dust and loose mortar is removed. Joints shall then be flush pointed with acid resisting cement.

b. Clean the floor with water and soap as per manufacturer’s instructions. 2. ACOUSTIC CEILING PANELS & SUSPENSION GRID

Armstrong Mineral Fibre Acoustical Suspended Ceiling System with ULTIMA (MICRO LOOK) EDGE TILES WITH ARMSTRONG SILHOUETTE EXPOSED GRID. The tiles should have Humidity Resistance (RH) of 95%, NRC 0.70, Light Reflectance >90%, Thermal Conductivity k = 0.052- 0.057 w/m K, Colour White, Fire Performance A2-s1.d0 in module size of 300 X 1200 X 19 mm with Bio Block coating in the front & back of the tile, suitable for Green Building application, with Recycled content of 70-80%. The tile shall be laid on Armstrong Silhouette profile grid system with 15mm white flanges incorporating a 6mm central reveal in white/black colour. Silhouette, Main Runners & Cross Tees to have mitered ends & “birdsmouth” notches to provide mitered cruciform junctions. The T Sections have a Galvanizing of 90 grams per M2 & passed through 500 hrs of Salt test. PRODUCT WARRANTY 15 YEARS - Armstrong World Industries for 15 Year Ceiling and Suspension System Limited Warranty CEILING SYSTEM INSTALLATION

INSTALLATION: To comprise main runner (with 300mm spaced miter cut) spaced at 1200mm centers securely fixed to the structural soffit using Armstrong suspension system (specifications below) at 1200mm maximum centre & not more than 150mm from spliced joints. The First/Last Armstrong suspension system at the end of each main runner should not be greater than 600mm from the adjacent wall. 1200mm long cross tees (without central miter cut) to be interlocked between main runners at 300mm centre to form 1200 x 300 mm

Page 107: Sample Tender Document

106

module. Cut cross tees longer than 600mm require independent support. Perimeter trim to be Armstrong shadow wall molding (dimensions: 19x7x7x14mm), secured to walls at 450 mm maximum centers. The Rate is including cost and conveyance of all materials, labour charges and all operational, incidental charges etc., complete for finished item of work.

3. ACOUSTIC CEILING PANELS & SUSPENSION GRID Providing & Fixing of Armstrong Mineral Fibre Acoustical Suspended Ceiling System with Dune (Bevelled Tegular) Edge Tiles With Armstrong 15mm Exposed GRID.

The tiles should have Humidity Resistance (RH) of 99%, NRC 0.5, Light Reflectance ≥85%, Thermal Conductivity k = 0.052 - 0.057 w/m K, Colour White, Fire Performance UK Class 0 / Class 1 (BS 476 pt - 6 &7) in module size of 600 x 600 x 16mm , suitable for Green Building application, with Recycled content of 32%.

The tile shall be laid on Armstrong Silhouette profile grid system with 15mm white flanges incorporating a 6mm central reveal in white/black colour and with a web height of 45mm and a load carrying capacity of minimum 15.68 Kgs/M2 & minimum pull out strength of 100 Kgs.. Silhouette, Main Runners & Cross Tees to have mitred ends & “birdsmouth” notches to provide mitred cruciform junctions. The T Sections have a Galvanizing of 90 grams per M2 and need to be installed with Suspension system of Armstrong make. .

INSTALLATION: To comprise main runner spaced at 1200mm centres securely fixed to the structural soffit using Armstrong suspension system (specifications below) at 1200mm maximum centre. The First/Last Armstrong suspension system at the end of each main runner should not be greater than 450mm from the adjacent wall.

Flush fitting 1200mm long cross tees to be interlocked between main runners at 600mm centre to form 1200 x 600 mm module. Cut cross tees longer than 600mm require independent support. 600 x 600mm module to be formed by fitting 600mm long flush fitting cross tees centrally between the 1200 mm cross tees.

Perimeter trim to be Armstrong wall angles of size 3000x19x19mm, secured to walls at 450 mm maximum centres.

Page 108: Sample Tender Document

107

PART - II SPECIFICATIONS FOR PHE WORKS

Page 109: Sample Tender Document

108

SPECIFICATIONS FOR PHE WORKS SPECIFICATION FOR SUPPLY AND LAYING GI PIPES

The specification covers the method of providing GI pipes for internal and external water supply works. 1 SPECIFICATION OF GI PIPES AND FITTINGS: 1.1 Materials: The pipes shall be galvanized mild steel welded pipes and seamless, screwed and

stocked tubes conforming to the requirements of IS: 1239 for medium grade. They shall be of the nominal dia (nominal bore) specified in the description of the item. The respective nominal bores of the pipes for which they are intended shall design at the stock.

The pipes and sockets shall be cleanly finished, well galvanized in and out

and free from cracks, surface flaws, laminations, and other defects. The ends shall be cut cleanly and square with the axis of the tube.

All screwed tubes and sockets shall have pipe threads conforming to the

requirements of IS: 554-1955 (or revised) screwed tubes shall have taper threads while the sockets shall have parallel threads.

1.2 Pipe fittings: The fittings shall be of malleable cast iron or mild steel tubes complying with all

the appropriate requirements given in Para 1.1 or as specified. The respective nominal bores of the pipes for which they are intended shall designate the fittings.

The fittings shall have screw threads at the ends conforming to the requirements

of IS: 554-1955(or revised). Female threads on fittings shall be parallel and male threads (except on running nipples and collars of unions) shall be tapered.

The dimensions of specials to be used shall be as per tables 1 to 29 of IS: 1239 part-II

2 EARTH WORK EXCAVATIONS AND PREPARATION OF TRENCH FOR

EXTERNAL WORKS:

The galvanized iron pipes and fittings shall be laid in excavated trenches. The

widths and depths of trenches for different diameters of the pipes shall be as in the table given below: The work of excavation and refilling shall be done true to line and gradient in accordance with specifications. At joints the trench width shall be widened where necessary for earthwork trenches. When excavation is done in the rock bottom shall be excavated to extra depth of 10cms to permit the pipes to be laid on a cushion of sand of minimum 10 cm thick.

Page 110: Sample Tender Document

109

CHECKING THE QUALITY OF PIPES BEFORE USING ON WORKS: The pipes and fittings shall be inspected at site before use to ascertain that they conform to the wall thickness and weight of pipes for one meter length of pipe shall be necessarily checked to ensure the appropriate class of pipe (medium class / heavy class) before acceptance of the pipe for use in the building. The wall thickness of pipe has to be checked accordingly to second decimal of a millimeter using a screw gauge and recorded in measurement book. The defective pipes shall be rejected. While cutting laying and jointing for internal and external works, where the pipes have to be cut or rethreaded, the ends shall be carefully filed out so that no obstruction to bore is offered. The ends of the pipes shall than be threaded conforming to the requirement of IS-554-1955 with pipe dies and taps carefully in such a manner as well not results in slackness of joints when the two pieces are screwed together the taps and dies shall be used only for straightening screw thread which have become bent or damaged and shall not be used for turning of the threads so as to make them slack, as the later procedure may not result in a water tight joint. The screw threads of pipes and fittings shall be protected from damage until they are fitted.

3 JOINTING OF GI PIPES:

The pipes shall be cleaned and cleared of all foreign matter before being laid. In jointing the pipes shall be oiled and rubbed over with white lead and a few turns of spun yarn wrapped round the screwed end of the pipe. The end shall then be screwed in the socket, tee etc., with pipe wrench care should be taken that all pipes are kept at all times free from dust and dirt during fixing. Burr from the joints shall be removed after screwing. After laying, the open ends of the pipes shall be temporarily plugged to prevent access of water, soil or any other foreign matter. Any threads exposed after jointing shall be painted or in case have under ground piping thickly coated with approved anticorrosive paint to prevent corrosion.

4 LAYING FOR EXTERNAL WORKS:

4.1. The pipes shall be painted with two coats of anticorrosive bitumastic paint of approved quality. The pipes shall be laid and jointed on a layer of 7.5 cms and filled up to 15 cm above the pipes. In case of sandy soil not containing sulphates and chlorides then provision of layer of sand is not required. The remaining portion of the trench shall be back filed with excavated earth. The surplus earth shall be disposed off as directed.

4.2. When GI pipes are laid below ground level they shall not be laid parallel and close to electrical cable. Using GI water pipes for ear thing of electrical wiring shall not be done as it may induce galvanic corrosion in pipes, and also may result in electrocution.

4.3. Vertical and horizontal separation between sewer and GI pipe line: Care shall be taken to lay the GI water mains always above the sewer line. The minimum horizontal and vertical clearance between sewer line and water line shall be 500 mm. Joints shall be avoided in the water pipe and sewer pipe at the crossing of sewer line and water line if the crossings is perpendicular or angular to sewer line.

Page 111: Sample Tender Document

110

4.4. Laying service pipe: Service pipes of less than 50 mm bore may be connected to cast iron pipe mains by means of right-angled screw down ferrule of non-ferrule of non-ferrous metal conforming to IS: 2692, but the ferrule itself shall not be more than 25 mm bore. Ferrule of 20 mm bore and above shall not be used in CI mains of less than 100 mm bore. The CI mains is drilled and tapped and the ferrule screwed in.

5 INSTALLATION OF WATER METERS: The meter shall be installed in accordance with IS: 2401. The meters shall be fitted beyond the stopcock with unions to facilitate the removing of the meter for repairs. If fitted in an exposed position outside the building the meter shall be housed in water meter boxes conforming to IS: 2401.Care shall be taken the factory seal of the meter is not disturbed. When the meter shall be fixed to a newly fitted pipeline, the pipeline shall have to be completely washed before fitting the meter. For this purpose a piece of pipe equal to the length of the meter shall be fixed in the proposed position of the meter in the new pipeline. The water shall be allowed to flow completely to wash the pipeline and then the meter installed as described above by replacing the connecting pipe.

6 LAYING GI PIPES FOR INTERNAL WORKS:

6.1 GENERAL:

The rates for fixing shall provide for making holes in walls, providing screws, wooden plugs and cleats wherever necessary, cutting floors, chasing in walls and floors e t c., and making good and restoring to original conditions. The rate shall be for the completed work as laid down in the schedule and the contractor is not entitled for any payments on this account except in case of any dismantling structures, which are of special nature in the opinion of the consultant for which payment shall be made in accordance with the relevant rates as in schedule of approved rates.

6.2 Marking the alignment of pipes: The alignment of pipes to be laid shall be neatly marked with thread and line strictly in accordance with plans and approval of the client / consultant taken before commencing the laying of pipes. The consultant shall be approved any deviations from plan found necessary during lying. No water pipe is to be buried under flooring. Pipes shall be laid exposed or concealed in wall as prescribed in drawing and schedule of quantities.

6.3 Laying GI pipes exposed on walls: All exposed pipes and specials shall be painted with three coats of approved synthetic enamel paint of approved shade to match with the colour of wall surface. The fixing shall be done by means of standard pattern holder bat clamps, keeping the pipes about 15 mm clear of the wall. The clamps shall be spaced at regular intervals in straight lengths as shown in table given below:

Page 112: Sample Tender Document

111

Intervals in meter

Size of pipe in mm for horizontal run for vertical run

15 2.0 2.5 20 2.5 3.0 25 2.5 3.0 32 2.5 3.0 40 3.0 3.5 50 3.0 3.5

6.4 GI PIPES LAID CONCEALED IN WALLS:

6.4.1 GI pipes shall be fixed in chases and be secured with approved MS pipe Hooks at about 1.5 m intervals.

6.4.2 For GI pipes 15mm to 25mm dia drilling by pipe jumper and not by dismantling the brickwork or concrete shall make the holes in the walls and floors. However for bigger dimension pipes the holes shall be carefully made of the smallest size. After fixing the pipes the holes shall be made good with cement mortar 1:3 and properly finished to match the adjacent surface.

6.4.3 The chasing to be done in the wall shall be of minimum width equivalent to pipe

diameter plus 20 mm on either side. The depth of chase shall be pipe diameter plus 20 mm to be cut in un-plastered brick wall. Care shall be taken to do all chasing before plastering. Wherever pipes are intended to be concealed in wall chases, the pipes shall be painted with 3 coats of anticorrosive bituminous paints. The pipe shall be laid centrally along the centerline of chase leaving sufficient space for grouting. GI pipes shall be fixed in chase by means of MS pipe hooks driven in to the wall at every 1.5 m intervals securely clamping the pipe in to wall. The front cover from the exterior pipe surface to the surface of un-plastered brick wall shall be minimum 20mm at all places. After pipe lying is completed, pressure testing shall be conducted for water tightness of the entire piping system including all joints to be concealed got checked. After satisfactory testing the chases shall be grouted with cement mortar of mix 1:3 flush in line the un-plastered brick wall surface.

7 PROVISION OF ANCHOR AND THRUST BLOCKS IN PIPELINES:

Anchor and thrust blocks for external pipes shall be designed and provided for the maximum pressure of the system in case of GI pipes of 80 mm dia and above laid inside building subjected to high pressure suitable MS anchors grouted in walls shall be provided at all bends and free ends.

Page 113: Sample Tender Document

112

8 HYDROSTATIC TESTING FOR INTERNAL WORKS:

After laying and jointing the GI pipes shall be slowly and carefully charged with water, so that all air is expelled from the main by providing a 25 mm inlet with a stopcock allowed to stand full of water for one day minimum and then tested under pressure. The test pressure shall be 5 kg/cm2 or one and half times the maximum working pressure, whichever is greater. The pressure shall be applied by means of a manually operated test pump. Due precaution shall be taken to ensure that the required test pressure is not exceed. Pressure gauge shall be accurate and shall preferably have been recalibrated before the test. The test pump having been stopped the test pressure shall maintain it self without measurable loss for atleast half an hour. The internal pipes shall be tested in section as the work of laying proceeds. The GI pipes only after the pressure testing is done satisfactorily and leakages if any are stopped and the test is repeated the open end of the main may be temporarily closed for testing under moderate pressure by fitting a water tight plug. The ends of the main and the plug shall be secured by struts or otherwise, to resist the end thrust of the water pressure in the mains.

9 COMMISIONING THE SYSTEM AND DISINFECTION OF PIPES AND

FITTINGS: After completion of the entire internal plumbing system the overhead tank shall be filled with water mixed with filtered bleaching powder solution of 50-ppm chlorine. This water shall be filled to the entire system and kept for a contact period of 12 hours. All fittings like stopcocks, bib taps, and shower rose, pillar cocks, flushing cistern etc. shall be operated with this water for effective disinfection. Care shall be taken to see that this water is not used for drinking and other purposes. The system shall be flushed with potable water before commissioning.

CAST IRON PIPES AND FITTINGS

The specification covers the method of providing CI pipes for internal and external sewage works.

Soil and waste pipes shall be cast iron pipes. All pipes shall be straight and smooth and inside free from irregular bore, blow hole, cracks and other manufacturing defects. Pipes shall centrifugally spun iron soil pipes conforming to I.S 3989-1984, 1729-1979.

Standard weight, dimension and pig lead required for joints shall be as follows:

For pipes conforming to IS 3989-1984 (centrifugally spun soil pipes)

Nominal diameter

Thickness Overall Weight6’ length 1.83mm

Internal diameter of socket

Depth of lead

inches mm Mm kg. Mm Mm 2 50 3.5 8.5 73 25 3 75 3.5 12.7 99 25 4 100 4.0 19.2 126 25 6 150 5.0 35.5 178 38

Page 114: Sample Tender Document

113

TOLERANCES Tolerances on the external diameter of the barrel. The internal diameter of the socket and the depth of socket shall be as follows :

Dimensio n Nominal diameter MM To lera nce

MM External 50,57 + 3.0 diameter in barrel 100 + 3.5 150 + 4.0 internal diameter of barrel All diameters + 3.0 Depth of socket All diameters + 10.0 Dimension Nominal - Size A Pipe {External diameter, B 50 75 100 150 {Thickness, C 60 85 110 160 5 5 5 5 {Internal diameter, F 76 101 129 181 Socket{Thickness, H 6 6 6 6 {Internal depth, J 60 66 70 75 Overall length 1800mm Nominal Weight of Pipe kg kg kg kg (exclusive of ears) 11.41 16.52 21.67 31.92 Weight tolerances in all items +10% LAYING AND JOINTING

1.1. CLEANING OF PIPES AND FITTINGS All lumps, blisters and excess coating shall be removed from the socket and spigot end of each pipe and the outside of the spigot and the inside of the socket shall be wire-brushed and wiped clean and dry and free from oil and grease before the pipe is laid.

CLOSING THE ENDS OF PIPE TO PREVENT ENTRY OF FOREIGN MATERIALS WHILE LAYING PIPE Every precaution shall be taken to prevent foreign material from entering the pipe while it is being placed in the line. If the pipe laying team cannot put the pipe into the trench and in place without getting earth into it, the Engineer-in-charge may order a heavy tightly woven canvas bag of suitable size be placed over each end and left there until the connection is to be made to the adjacent pipe that before lowering the pipe into the trench. During laying operations, no debris, tools, clothing or any other material shall be placed in the pipe. After laying and jointing of a reach is completed the two free ends shall be kept closed to prevent entry of foreign materials, rodents and other animals.

Page 115: Sample Tender Document

114

CUTTING OF PIPE The cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat and workman like manner without damage to the pipe so as to leave a smooth end at right angles to the axis of the pipe. For this purpose use of a pipe cutter is recommended. Pipe cutting machines are recommended for large pipes. When pipe-cutting machines are not available for cutting pipes of large diameters, the electric arc cutting method may be permitted using carbon or steel rods. Only qualified and experienced workmen shall be employed on this work. When the pipe-cutting machine is not available and the site conditions do not permit pipe cutting by machine, the pipe can be cut using a chisel. Flame cutting of pipes by means of ox-acetylene torches shall not be allowed. DIRECTION OF LAYING OF SOCKET END On level ground, the socket ends should face the upstream. When the line runs uphill the socket ends should face the upgrade. The permitted tolerance for deflection for lead joint shall be 2.5 millimeters.

JOINTING Jointing of socket and spigot pipes is done by molten lead (under dry conditions ) and lead wool joints.

MOLTEN LEAD JOINTS Pig lead - for jointing purposes should conform to IS- 782-1978. Spun yarn used, as jointing material shall be of sterilized quality. It should have been exposed to vapors of 40 percent formaldehyde in airtight chambers, for three hours before using it in the water mains.

MAKING OF LEAD JOINTS The interior of socket and spigot ends is cleaned with a brush. The spigot end is inserted into the socket till it touches the bottom of the socket. Strands of twisted spun yarn and suitable thickness shall be driven tightly into the annular gap between the socket and spigot till the spun yarn touches the bottom of the socket, with a suitable yarning tool. Bits of spun yarn less than one circumference of spigot end shall not be used. Yarn packing should ensure annular gaps of uniform thickness all around. For pouring of lead to make the joints water tight clean hemp yarn shall be used (tarred hemp yarn shall be used only for sewerage works). The approximate depth of yarn packing and lead caulking for different diameters of CI pipes are given in table I. Correct depth of yarn packing and thickness of each joint has to be checked by means of a wooden gauge by inserting it all around the annular gap. Wooden gauges with grooves to show the depth of yarn and lead caulking shall be prepared with reference to table I for each diameter of pipe.

Page 116: Sample Tender Document

115

TABLE - I

****************************************************************** Dia of Total Depth of Depth of Appx. pipe in depth of yarn lead of yarn/ of lead in mm socket caulking caulking jointing ******************************************************************

75 mm 84 mm 39 mm 45 mm 0.10 1.80

100 mm 88 mm 43 mm 45 mm 0.18 2.20

125 mm 91 mm 46 mm 45 mm 0.20 2.60

150 mm 94 mm 49 mm 45 mm 0.20 3.40

200 mm 100 mm 55 mm 45 mm 0.30 5.00

******************************************************************* Note: +/-20% variation in quantities of lead and spun yarn stated above can be permitted for a single joint. Average consumption/per joint should match to the above standards within a tolerance of 5%. For overall reduction in quantity of lead used for a given number of joints from the above standard, the corresponding cost of lead shall be deducted from the bill of the contractor. Quantity of lead used in the works shall be pre-weighed. Lead removed while caulking at the joint also shall be weighed and accounted for in order to arrive at the net quantity of lead consumed for jointing.

HEATING AND POURING OF LEAD Lead shall be heated in a melting pot kept in easy reach of the joint to be poured so that the molten metal will not get chilled while being carried from the melting pot to the joint. Preparation of clay mould for pouring lead joints Moulds for pouring lead joints shall be prepared using well-kneaded clay, using a thick rope of size little larger than the annular groove. The rope is dampened with water and the watery clay shall be wound around the edge of the spigot end snugly fitting around the annular gap in-between the spigot end and socket face and the clay shall be clashed around to form the mould. The way for pouring lead in the mould shall be formed by carefully withdrawing the rope without dislodging the clay mould. A pouring lip shall be formed in the clay mould for pouring the lead. When the molten lead is stirred it will show a rapid change of color. Before pouring, all scum shall be removed. Each joint shall be made with one continuous pour, filling the entire joint space with solid lead. After few minutes of cooling, the clay mould can be removed and the continuity of lead, examined. Spongy or imperfectly filled joints shall be removed and repaired.

Page 117: Sample Tender Document

116

PARTIAL BACK-FILLING OF PIPE TRENCH BEFORE TESTING Before testing, the trench shall be partially back-filled except at the joints in accordance with provision of REFILLING clause.

TESTING The method which is commonly in use is filling the pipe with water, taking care to evacuate any entrapped air and slowly raising the system to the test pressure. The test shall be done in accordance with IS 2065 – 1983 – code of practice for water supply in buildings. The test pressure shall be 5 kg/cm2 or the maximum working pressure plus 50%, whichever is greater. The pressure shall be maintained for at least 4 hours.

MODE OF MEASUREMENT The measurement of pipeline is done in running meters, (Rm.), and the specials and fittings are done in Nos. (Quantity of fittings in numbers only).The lead joints shall be measured separately. The mode of measurement shall be as per IS 1200 (Part 16). The quoted rates should be as per above measurements.

SOIL PIPES FOR DRAINAGE OF SANITARY INSTALLATION

1. GENERAL PROCEDURE FOR LAYOUT OF PIPES:

The pipe system shall be as shown in drawing either single stack system or double stack system. The quantities shall be as per schedule of quantities, which is given in running meter for soil pipes, number of specials and making number of joints. The quantities specified are only approximate and may vary as per site conditions.

1.1 A Schematic piping drawing shall be furnished in the plumbing and sanitary for

constructions. Based on this construction drawing a detailed drawing for plumbing of soil pipes with all fittings indicated shall be prepared by contractor and got approved before execution of works. The works shall follow the standard plumbing practices as per national buildings code and relevant IS specifications and rates shall include supplying and installing of all materials and fixtures appliances and appurtenances in connection with sanitary drainage, the venting system etc.within the building premises. Prior to commencement of work the contractor shall furnish name and address of the licensed plumber who shall execute the plumbing works and take approval of consultant. The licensed plumber shall posses valid license issued local municipal authority under whose jurisdiction the site of building is located.

1.2 Some of the precautions to be taken by contractor are given below:

1.3 Branches and stacks which receive discharge from WC pans should not be leas

than 100 mm. For outlet of floor traps, 75 mm or 100 mm dia pipes may be used as shown in drawing.

1.4 The gradient of a horizontally laid soil waste pipe for drainage should not be

flatter than 1 in 50 and not steeper than 1:10.

Page 118: Sample Tender Document

117

1.5 Layout of pipes: pipe work and appliances should be done as per layout shown in the drawings. Soil outlet from water connected to the main soil pipe shall have an access door for cleaning. The access door must not be concealed in walls. The soil pipe situated outside the building or in suitably designed pipe shaft. The waste pipe shall be continued upwards without any diminution in its diameter and without any bend or angle to such a height and position as to afford effective ventilation by means of the open end of the waste pipe of safe outlet for foul air.

1.6 The waste pipe shall be firmly attached in the wall at least 5 cms clear of it waste

pipe shall be fixed with holder bats as per manufacturers recommendations.

1.7 The pipe work in branch connections should always be arranged to allow free drainage of the system. Connections to main or branch pipes should be so arranged as to prevent cross flow from one appliance to another. Connections should be made with an easy sweep in the direction of flow particularly in the single stack system.

1.8 Two pipe system of soil pipes is to be provided for discharging of Soil waste

waters from water closets and urinals in one pipe and Waste waters from washbasins, sinks and baths in the second pipe.

1.9 The vertical soil pipes shall be extended up above the roof slab and provided with

a ventilating cowl.

1.10 Anti siphon pipes shall be provided wherever specified in the drawing, which is usually proposed for multistoreyed buildings more than three storey.

1.11 In rows of toilets where more than one vertical soil pipe as shown in drawing one

main soil pipe may be fixed centrally with branches to connect other water closet. Similar system of branching may be followed for waste water having one main waste pipe stack with branches for wash basins, bath etc., where necessary.

1.12 When the pipes are concealed, inaccessible or laid exposed along with the internal

face of the wall, they should preferably be of PVC SWR. In the ground floor all the pipes, including those laid on the external face of the walls upto the first inspection chamber or gully trap should be PVC SWR soil pipe of appropriate size or as specified in the tender.

1.13 All joints in the pipe work and of pipe work to appliance should be made in such a

manner as to be airtight and water tight and to remain so during use. Care should be taken to ensure that no jointing material projects inside the bore of the pipe.

1.14 Using jointing materials as per manufacturer’s specification and directions shall

make the joints.

1.15 Bends should be of long radius where practicable. In the case of bends in the bottom most pipes they should be necessarily be of long radius and should preferably be made of 92.50 bend or 1350 (1/8) bends.

Page 119: Sample Tender Document

118

1.16 Ample provision should be made for access to all pipe work and the embedding of joints in wall should be avoided.

1.17 Fixtures shall be connected to the stack or inspection chamber only through any

trap.

1.18 Taps: special care shall be taken by contractor in locating the taps, conforming to the drawing and where site conditions warrant a change it shall be done as per the directions of consultant.

1.19 Traps should be always being of self-cleaning pattern.

1.20 Traps should be conveniently accessible for cleaning by in mates.

1.21 Soil pipes whether inside or outside the building shall not be connected with any

rain water pipe.

1.22 Ventilating pipes: ventilating pipes should be so installed that water cannot be retained in them. They should be fixed vertically. Whenever possible horizontal runs should be avoided.

1.23 Ventilating pipe or shafts shall be carried to a height of atleast 60 cms above the

outer covering of the roof of the building or in the case of the window in a gable wall or a dormer window, it shall be carried up to the ridge of the roof or atleast 2 m above the top of the window.

1.24 In the case of a flat roof to which access is provided it shall be carried up to a

height of at least 120cms above the parapet and not less than 2 m above the head of any window with a horizontal distance of 3 m from the vent pipe and in no case, shall it be carried to a height less than 3 m above plinth level.

1.25 Location, condition like wind directions, adjacent building opening etc. are to be

taken in to account. The upper end of every ventilating pipe should be protected by means of a cowl.

2. INSPECTION, TESTING AND COMMISSIONING.

2.1 Inspection: work should be inspected during installation and tests carried out on

completion, care being taken that all work, which is to be encased or concealed, is tested before it is finally encased.

2.2 Pipe systems should be tested for gas tightness and for hydraulic performance.

Record shall be done about the inspection to ensure the following:

Work accords with the drawings and specifications. All pipes brackets, clips etc. are securely fixed. Fixtures are correctly spaced.

Page 120: Sample Tender Document

119

Embedded pipe work is properly protected and tested before concealing.

All access covers: caps or plugs, cleaning eyes are accessible and fixed in position as per drawing.

The interior of FT/GT etc. are so made that the internal faces are finished neatly as per drawing and all loose mortar debris etc. removed to provide free passage of waste water without causing any obstructions in the pipe bore.

2.3 Testing systems:

2.3.1 Water test: the water test may be applied before the appliances are connected and may be carried out in sections so as to limit the statis head to 4.5 m. in order to restrict the static level to 4.5 m vertical pipe shall be tested by filling up with water every 4.5 m and after testing further laying of stack continued. It is necessary to seal the openings affected by the test and provide support to the plugs used on stoppers. All the joints in soil pipes shall be inspected including the joints with in sanitary ducts and water filled in CI pipes shall be retained at least for 15 mm without dramming level at top. Then the test may be deemed to have passed.

2.3.2 Hydraulic performance: discharge test should be made from all the appliances singly and collectively. Obstructions in any of the pipelines should be traced and the whole system examined for proper hydraulic performance, including retention of an adequate water level in each trap. Any defects revealed by the tests should be made good and the tests repeated until a satisfactory result is obtained and then only the system shall be commissioned.

3. LAYING BUILDING DRAINS UP TO MAIN SEWER-MANHOLE AND INSPECTION CHAMBERS:

3.1 SW Pipes or GI soil pipes shall be supplied and laid as per relevant specifications in public health engineering works and civil works. Specifications for construction of inspection chambers. Gully traps and manholes if any shall be constructed as specified under specification for external sewage works and as per schedule of works and inconformity with the detailed drawings for manholes, inspection chambers and gully traps of appropriate size, and depth.

3.2 The discharge of water through a domestic drain is intermittent and limited in quantity and therefore small accumulations of solid matter are liable to form in the drains between the building and the main sewer. To prevent these temporary accumulation and which may lead to blockage of drains sufficient gradients shall be given as indicated in table in clause NO.3.4.

3.3 Gradient: normally, the sewers are designed for discharging three times the dry weather flow flowing half-full with a minimum self cleansing velocity of 0.75 m/ sec. In case where it is practically not possible to conform to the ruling gradient due to site conditions like connecting to existing gravity sewer system etc., a flatter gradient may be used but the minimum velocity in such cases shall be on no account be less than 0.16 m/ sec. And adequate flushing is to be done. In hilly terrain it may be unavoidable to provide stepper gradient. The limiting velocity in any case should not be more than 2.4 m/ sec. In such cases cast iron pipes shall be used in place of stoneware pipes. The table in 3.4 given gradients for 0.61 m/ sec., 0.75 m/ sec and 2.4 m/ sec. For different diameter of pipes with discharge. Stepper gradients may be provided wherever site conditions permit the same and the network of sewer can accommodate the same.

Page 121: Sample Tender Document

120

3.4 Gradients for different velocities: DIAMETER VELOCITY GRADIENT DISCHARGE M / sec m3/minute 100 mm 0.61 1 in 135 0.30 -Do- 0.75 1 in 57 0.18 -Do- 2.40 1 in 5.6 0.59 150 mm 0.61 1 in 250 0.72 -Do- 0.75 1 in 100 0.42 -Do- 2.40 1 in 9.7 1.32 200mm 0.61 1 in 350 1.08 -Do- 0.75 1 in 145 0.73 -D0- 2.40 1 in 14 2.40 230 mm 0.61 1 in 400 1.50 -Do- 0.75 1 in 175 0.93 -Do- 2.40 1 in 17 2.98

3.5 The minimum size of the pipe shall be 100 mm. Due to site conditions in no case pipe shall be provided less than 100 mm.

3.6 Man holes and inspection chambers:

Shall be provided as shown in drawings. The minimum distance between manholes shall be 30 m.

3.7 Chambers shall be of such size as will allow necessary examination or clearance

of drains. The minimum internal size of chambers for different depths is as follows.

For depths of 1 m or less 450mmX450mm, 600mmX600mm, or 800mmX800mm. For depths between 1m and 1.5 m 900mmX1200mm. For depth 1.5 m and above circular chambers with a minimum dia of

1400 mm. SPECIFICATION FOR SUPPLY, LAYING, JOINTING AND TESTING OF STONEWARE PIPE SEWERS

1. SPECIFICATION FOR STONEWARE PIPES AND FITTINGS:

Stoneware pipes and fittings shall be of best quality stoneware, glazed, thoroughly burnt thought the whole thickness, of a close and even texture, free from air blows, fire blisters, cracks and other imperfections. They shall conform to Grade AA of IS: 651 in all respects. The pipes and fittings shall give a sharp clear note when struck with a light hammer.

Page 122: Sample Tender Document

121

Glazing: The interior and exterior surface of the pipes and the fittings, which remain exposed after jointing, shall be glazed. The portions, which remain covered after jointing, may or may not be glazed. The glazing shall be obtained by the action of the fumes of volatized common salt on the material of the pipes and fittings during process of building.

Grooving:

The interior of the sockets and the exterior of the spigots shall be grooved circumferentially and such grooving on the spigot shall be for a length equal to one end and half times the depth of sockets, and the depth of such grooves shall be between 1 mm and 2 mm.

2. IS SPECIFICATION:

Testing for accepting of pipes and fittings:

For accepting stoneware pipes to be used on the works sample stoneware pipes supplied by the contractor shall be got tested for Hydraulic test, Absorption test, and Crushing strength test. Detailed test procedure for carrying out these tests may be refereed in latest IS: 651 numbers of samples to be tested shall be 5 pipes per 1000 pipes or 3 pipes per 500 pipes drawn at random. These quality tests shall be carried out for all works involving use of 500 no’s or more stoneware pipes.

Besides the following parameters have to be checked at: site at random on 2 pipes for every 100 pipes supplied at site for all works. The parameter to be checked is Internal dia of pipes, Thickness of barrels and sockets, Length and straightness of barrels, Grooving at the spigot ends and within the socket.

Hydraulic test:

When subjected to the hydraulic test, straight pipes shall withstand a test pressure of 0.75 kgf / cm2 with out showing signs of injury or leakages. The pressure shall be applied on pipes and fittings at a rate not exceeding 0.75 kgf /cm2 in 5 seconds. Care shall be taken to ensure that all air is expelled before the test is commenced. Absorption test: The specimen for testing shall be taken from the body of a pipe or fitting and in the case of straight pipe not closer than 15 cm to the ends. Each test piece shall be of the whole thickness of the wall of the pipe or fitting and shall have two glazed surfaces each having an area of not less than 50 cm2 and not more than 130 cm2. The test piece shall be cleaned by wire brush to dislodge any loose particles, which may incur weight loss during boiling. The test piece shall be dried at a temperature of not less than 1500 c until no further loss of weight is noted and cooled in desiccators of 0.1g. The test piece may be suitably suspended in cold distilled water by means of thread so that the test piece may not strike against each other or the container and incur loss in weight to boiling point. The water shall be maintained at that temperature for one hour and after it has been allowed to cool to room temperature. The test piece shall be removed carefully wiped with a dry cloth and then re-weighed. The percentage increase in weight of each test piece by absorption of water shall not exceed the following values. 5 pipes per 1000 pipes or 3 pipes per 500 pipes may be chosen at random and got tested before accepting the pipe for use in works.

Page 123: Sample Tender Document

122

Sl. THICKNESS OF INCREASE IN WEIGHT NO. FITTING (mm) (PERCENTAGE)

1. Up to 20 6 2. Over 20 and upto25 7 3 over 25 and upto 32 8 4. Over 32 and up to 38 9 5. Over 38 10

Test to find resistance to action of acids: this can be done in case of doubtful quality of pipes as prescribed in IS: 651

Test for crushing strength: when tested along the full length of the pipe barrel from shoulder to spigot in accordance with appendix-a-of IS: 651, the pipe tested shall a minimum crushing strength of 1600 kgf /m in length. This is simple test, which can be got done at the site. Five samples for every 1000 or 3 per 500 pipes supplied can be done before accepting the pipe for use in works

Marking: every pipe and fittings shall have legibly impressed upon if before firing the name or trade mark of the manufacturer. In addition the grade of the pipe, namely grade AA shall be stenciled or stamped on the pipe. Each pipe and fitting may also be marked with the ISI certification mark.

3. EARTH WORK EXCAVATION OF PIPE TRENCHES:

Alignment and grade: the sewer to be laid to the alignment and gradients shown on the drawings. No deviations from the lines, depths of cutting or gradients of the storm water drain / sewers shown on the plans and sections shall be permitted. Before the excavation for the trench is commenced, sight rails shall be erected every 30 m apart and it all manholes. The sight rails, (as far as practicable), shall be at a uniform height above the proposed / invert of the pipes, and central line being marked on the horizontal rail by black and white painting. The depth of excavation and level of the pipe invert shall be checked by means of boning rods of appropriate length.

Width of trenches: the maximum of trenches to be excavated for pipe laying and in respect of which payment will be allowed for excavation will be as follows:

Trenches up to depth of 90 cms. Width of trench = dia of pipe plus 40 cms but

minimum width to be 55 cms.

Trenches of depth exceeding 90 cms and up to 2 mts width of trench = dia of the pipe plus 40 cms. But minimum width to be 75 cms.

Trenches exceeding 2 m depth: allowing steps of 50 cms shall widen width of trench. On either side after every 2 m depth from the bottom, so as to give virtual side slopes of ¼ Th to 1 where soil is soft, loose or slushy, width of steps oar to be suitably increased or the sides shored up.

Page 124: Sample Tender Document

123

However, if the actual widths of the trenches excavated are less than the maximum widths permitted, payment shall be restricted to the actuals. Where the sides of existing structures of building width of dig the trench has to be fixed leaving clear margins to the existing structure and so as not to endanger the structural stability of the existing structure suitable sheet piling shoring and strutting shall be provided.

Excavation for manholes and inspection chambers: where a manhole or the foundation thereof extends be yond the exterior lines of the pipe drains or its foundations the minimum excavation in earth required for the same shall be that contained in s prism with vertical sides and a horizontal section equal to the smallest rectangle which will enclose manhole and its foundation. The minimum dimensions of the excavation in earth for brick work, junction chambers, storm water over flows and similar works shall be such as to give a clearance inside the sheeting or timbering of one foot an all sides above the foundation, but in all such cases the excavation shall be large enough to include the foundation for the structures as shown on the drawings.

Excavation to be taken to proper depths only: the trenches shall be excavated to such depths that the storm water drains / sewer shall resist on concrete or firm ground as described in the appropriate clauses relating there to and so that the inverts may be at the levels given on the sections. Care should be taken to see that no extra depth with boning rod and sight rail as frequently as necessary. If bad ground is met with during excavation of work, which might not have been anticipated during estimation, stage and not provided for in the schedule of quantities of contract, the engineer in charge may order. The contractor to excavate to a greater depth than that shown on the drawing and to fill up the excavation to the level of the sewer / storm water drain with concrete, broken stone, gravel or other materials. For such extra excavation and concrete, broken stone gravel or other materials the contractor shall be paid extra at the rates laid down for such work in the schedule if the extra work was ordered by the engineer in charge in writing but if the contractor should excavate the trench to a greater depth than is required without specific orders to that effect in writing of the engineer in charge the extra depth shall have to be filled up with cement concrete at the contractor’s own cost and charged to the requirements and satisfaction of the engineer in charge.

Transfering levels to trench bottom from SIGHT rails by using boning rod: excavation of trench shall be proceeded to the correct depth less 75 mm by fixing actual depths to be excavated true to the specified gradient. Spot levels shall be fixed at every 3 m spacing in the trench prior to the last 75 mm depth excavation using boning rod and the bottom of the trench trimmed to correct gradient and level.

Excavation of socket hollows for jointing: socket hollows shall be cut in the bottom of the trench at the correct position to receive the sockets on the pipes, and these hollows shall be sufficient depth about 20 cm to ensure that the barrels of the pipes rest thought their entire length on solid ground and the sockets hung from each pipe must be properly housed in, so that the invert is to a true and even gradient. The socket hollows shall be refilled with sand after jointing the pipe.

Page 125: Sample Tender Document

124

Care to be taken of existing pipes, cables etc: while excavating trenches, care shall be taken not to disturb without the consent of the competent authorities any pipe cable pole, wire etc. and any damage to such pipes etc.or to their jointing shall be made good by the contractor. The supporting or removing of such structures either permanently or temporarily shall be done by the contractor end any extra on this account will be paid for separately.

Shoring and Timbering: during excavation of trench, the sides of a trench shall be protected by shoring and timbering to prevent any caving in and the contractor shall provide all the materials and securely timber all excavations. This, however, shall not free the contractor from his responsibility for providing adequate protection to prevent any damage to neighboring property or untoward accidents. Every precaution must be taken against slips and falls f earth, etc. in the excavation and in the event of any such occurrence the contractor shall remove the spoil without extra payment. The contractor shall at all times support effectively the sides of the trenches and other excavation by suitable timbering piling and sheeting and they shall be close timbered in all loose or sandy strata and below the surface of the subsoil water table without any extra cost. It is intended that all timbering shall be removed as the work proceeds, except timber sheeting against which concrete is placed, which shall not be removed unless specially permitted by engineer in charge. Such sheeting will, however, not be paid for when left in position unless the same was specifically ordered in writing to be left in by the engineer to protect the sides of the trenches and other excavations as provided for below. The engineer may requires any portion of the timbering, piling or sheeting to be left in the ground in order to protect the sides of the trenches or other excavation by an order in writing to the contractor detailing the quantity of timber to be left in and the place thereof. Such timber will be paid for at the negotiated rate per cubic foot net measurement of the timber left in under the said in structures of the engineer. In soft or water logged ground the contractor shall closely drive the timber sheeting or piling with tongue and grooved or other joints of approved type to such depth below the bed level of the underside of the storm water drains and other work as shall be required by an order in writing of the engineer and net extra shall be payable to the contractor for such extra work.

Rock excavation: if rock is met with, it will removed to 15 cm below the level of the pipe and the trench will be refilled with concrete, and or other suitable material as directed by the engineer to bring it to the required bed level.

Blasting: blasting for excavation in rock shall be permitted only after securing the approval of the engineer and only when proper precautions are taken for the protection of persons or property. The engineer in charge shall fix the hours of blasting. The procedure of blasting shall conform to the requirements of local controlling administrative authority.

Care of surface material for re-use: all surface materials which in the opinion of the engineer are suitable for re use in restoring the surface shall be kept separate from the general excavation materials.

Page 126: Sample Tender Document

125

Barricades, guards and safety provisions: to protect person from injury and to avoid damage to property adequate barricades, construction signs, torches, red lanterns and guards as required shall be placed and maintained during the progress of the construction work and until it is safe for traffic road way. All materials, pipes, equipment and pipe which may serve as obstructions to traffic shall be enclosed by fences or barricades and shall be protected by proper lights when the visibility is poor. The rules and regulations of the local authorities regarding safety provisions shall be observed. Maintenance of traffic and closing of streets: the work shall be carried in such a manner, which will cause the least interruption to traffic. Where it is necessary for traffic to cross open trench suitable brigades shall be provided. Suitable signs indicating that a street is closed shall be placed and necessary detour signs for the proper Maintenance of traffic shall be provided. The contractor shall not occupy or obstruct by his operation more than one half of the width of any road or street and if insufficient space shall than be left for public and private transit, he shall remove the materials excavated and bring them back again when the trench is required to be refilled. The contractor shall obtain the consent of engineer in writing before obstructing any vehicular traffic. Foot walks should be provided across the trenches.

Protection of existing structures: temporary support, adequate protection and Maintenance of all underground and surface structures, drains, sewers and other obstructions encountered in the progress of the work shall be provided under the direction of the engineer the structures which may have been disturbed shall be restored upon completion of the work.

Trees, shrubbery, fences, poles and all other property and surface structures shall be protected unless their removal is shown on the drawing or authorized by the administrative authority. The surfaces of all trenches and holes shall be restored and maintained to the satisfaction of the engineer and of the owner of the roads or other property transversed and the contractor shall not cut or break down any live fence or trees in the line of the proposed work but shall tunnel under them, unless the engineer shall order to the contrary without any claim for extra cost.

4. Handling of SW pipes and fittings:

While unloading the SW pipes from a truck the pipes shall not be thrown down on hard ground. Pipes shall be unloaded manually and placed gently on the ground. Pipes shall not be dragged on the ground or road surface to avoid damage. Under no circumstances the stoneware pipes shall be dropped or dumped in to the trench. The pipes have to be transferred from a person standing by the side of the emplaced in the trench bed. In deep trenches pipes shall be lowered in to the trench using ropes.

5. Laying of SW pipes:

Provision of minimum cover: the minimum support of the protection for glazed stoneware pipes shall be as follows: When the pipe is laid under road way a minimum cover of 90cms is necessary. Wherever the cover is less than 90cms under roadway encasing of pipe with concrete is necessary where pipes are unavoidably exposed above ground surface, the pipes shall be completely encased or surrounded with concrete.

Page 127: Sample Tender Document

126

5.1 Provisions of bed concrete for soft soils, filled up earth and in places of high ground water Table: where the pipes are in laid on a soft soil or filled up earth with the maximum water table level lying at the invert level of the pipe, the pipe sewer shall be bedded on concrete. Where the pipes have to be laid in a soft soil with the maximum water table rising above the invert level of the pipe but below the top of the barrel, the pipe sewers shall be hunched. Where the maximum water table is likely to rise above the top of the barrel, the pipe sewers shall be completely encased or surrounded with concrete.

Where the sewers are to be laid adjacent to growing trees, the pipe sewers shall be encased or surrounded with concrete, to avoid damage to pipes likely to be caused by the roots of the tree.

5.2 Detection of crack in pipes and fittings: the pipe and fittings shall be inspected for defects and be rung with a light hammer preferably while suspended to detect cracks just before lying.

5.3 Cleaning of pipes and fittings: all lumps, blisters and excess coating materials shall be removed gently from the socket and spigot end of each pipe and the outside of the spigot and the inside of the socket shall be wiped clean and dry before the pipe is laid.

5.4 Placing the pipes in trench: every precaution shall be taken to prevent foreign

materials from entering the pipes when it is being placed in the line. Normally the socket end should face the upstream. When the line runs uphill the socket ends should face the up grade.

5.5 Laying Sw pipes: pipes shall be laid carefully to the alignment, correct levels and

gradients as directed and care shall be taken to prevent any sand, earth or other matter from entering the pipes during laying. The pipes between manholes shall be laid, truly in straight lines without vertical or horizontal undulations. All invert level shall be fixed from sight rails fixed at the required true levels with proper boning rods. The pipes shall be laid sockets facing the up gradient, beginning at the lower end, and with the socket resting in the socket holes cut in the specified. Each pipe shall be laid single and no pipe shall be laid until the trench has been excavated to the required depth for a distance of twenty yards in front of the pipe to be laid. After placing a length of pipe in the trench or on concrete bedding where it is specified, the spigot end shall be centered in the socket and the pipe forced home and aligned to gradient. After ensuring the grade of pipes laid, the joints are caulked with hemp yarn for a reach of pipeline, boning rod shall be kept on the socket of each SW pipe and correct grading of the pipeline ensured. For this purpose a separate strip of timber pieces shall be fixed in the boning rod it suit the socket dia.the pipe shall be secured in place with approved backfill material or concrete tamped under it except at the socket. Pipe and fittings, which do not allow sufficient and uniform space in the socket for joints shall mansions to ensure such, uniform space. Precautions shall be taken to prevent dirt from entering the joint space.

5.6 Closing open ends of pipes: at times when pipe laying is not progress, the open ends of pipe shall be closed by a water tight plug or canvas or other means approved by the engineer.

Page 128: Sample Tender Document

127

5.7 Cutting of pipes: the cutting of pipe for inserting, fitting or closure pieces shall be done in a neat and workman like manner without damage to the pipe or cement lining so as to leave a smooth end at right angles to the axis of the pipe.

5.8 Pipe lines crossing railway lines, irrigation channels or similar works: the work shall

be carried out as per the specifications laid down by the concerned department under the supervision of their engineers.

5.9 Connections to manhole: before connecting a pipe to a manhole, a relieving arch or any other similar protection device should be made in the manhole for the safety of the pipe. Sw pipes when laid should not be subjected to superimposed load beyond their safe crushing strength (166 kg / m) protection may be provided by the following methods. Bedding, hunching, surround or encasing the pipe as described in Para 5.2 Providing of horizontal wooden struts at suitable intervals near the mid depth of

the trench to distribute a portion of the load to the two-side wall of the trench. Socket hollows shall be provided to ensure resting of barrel of pipes on trench bottom laying and jointing of pipes without providing socket hollows and instead raising each socket by brick support is an incorrect practice and should not be allowed as this may give rise to unfilled gap below the pipe barrel after back filling the trench and the Sw pipes will develop shear cracks due to bending action caused by the weight of refilled earth acting on the pipe socket pits shall be filled with fine excavated material or river sand compacted well.

6. Jointing of SW pipes:

The stoneware pipe shall be cement jointed using spun yarn or tarred gaskets, cement. It shall be of natural and crushed stone sand or crushed gravel sand and shall be hard, durable, clean and free from organic matter, alkalis, salts, coal, mica, shale, fine silt and fine dust. Fine river sand shall be used for jointing of sewers.

Caulking of yarn or gasket: In each joint, spun yarn soaked in neat cement slurry or tarred gaskets shall be passed round the joint and inserted in it by means of a caulking tool. More skeins of yarn or gasket shall be added if necessary and shall be well caulked. Yarn or gasket so rammed shall not occupy more than one fourth of the depth of socket, measuring the depth with a wooden gauge having marking grove to show the depth to be maintained for cement mortar packing can control the required depth of caulking of spun yarn. Wooden gauge shall be prepared with suitable marking for each diameter of SW pipe. Caulking of cement mortar: cement mortar (1:1) (one part of cement to one part of sand) shall be slightly moistened and carefully interested by handing to the remaining space of the joint after caulking of yarn or gasket. The mortar shall then be caulking of yarn or gasket. The mortar shall than be caulked into the joint with a caulking tool. More cement mortar shall be added until the space of the joint has been completely filled with tightly caulked mortar. The joint shall than be finished off neatly outside the socket at an angle of 450.

Page 129: Sample Tender Document

128

Wooden caulking tool shall be used for forcing the mortar in to the sockets. The inside of each pipe shall immediately after making the joint be carefully wiped clean with a mop or scrapper sufficiently long to pass two joints from the end of the pipes. All pipes entering manholes shall be set in cement concrete to effect complete water tightness. Curing of joints: all the joints shall be kept moist by means of wet rags or earth to protect them from quick drying which may induce cracks in the mortar due to the action of high sun or wind. The cement mortar joints shall be cured atleast for a period of seven days.

7. Hydraulic testing:

Test pressure: all pipe lines shall be subjected to a test pressure of atleast 2.5 m head of water at the highest point of the section under test. Allowing time for absorption of water by Sw pipes: before commencing the hydraulic test, the pipe lines shall be filed with water and maintained full for 24 hours by adding water, if necessary, under a head f 60 cm of water. Suitably plugging the low end of the drain and the ends of connections, if any and filling the system with water shall carry out the test. Testing method: the sewer-testing plug is inserted at the upstream and the downstream end and also in the various house services tapping and plugged. The testing plug comprises of two flanges, one rube ring, wing nut etc. The plug is inserted at the upstream and the lock is obtained by expanding the ring against the pipe wall by tightening the wing nut. To build up necessary compressive forces to cause expansion of the rubber ring a roller washer is used. Water for filling in is let through the funnel connected to through plug provided at the upstream end. To allow the air to escape a small hole is made on the pipe wall at the upstream end and after filling the pipe completely the hole is plugged with a wooden plug wound with hemp. The downstream end of the sewer and all slants in the sewer line (providing for house service) are plugged with the sewer-testing plug and capped. The funnel is kept at a height of 2.5 m from the invert of the sewer duly filled with water. The pipe line is considered sound if the water in the funnel does not empty within thirty minutes, and make up water added to maintain constant water level in 30 min shall not exceed 0.06 lts / cm dia/ m length of Sw pipes. After applying test pressure the pipes and joints shall be thoroughly inspected for leakage of water, which will be indicated by fall in water level of the funnel. Subsidence of the test water in funnel may be due to one or more of the following causes:

Absorption of pipes and joints, Sweating of pipes or joints, Leakage at joints or from defective pipes and Trapped air

Page 130: Sample Tender Document

129

Allowance shall be made for (a) by adding water until absorption has ceased and after which the proper test should commence. Any leakage will be visible and the defective part of the work should be cut out and made good. A slight amount of sweating which is uniform may be overlooked, but excessive sweating from a particular pipe or joint shall be made good.

Rectification of faulty joints: Any joint found leaking or sweating shall be rectified or embedded into 15cm layer of cement. Concrete 30cm in length and the section retested. Finally test pressure may be applied for a minimum period of 30 minutes. The pipe line is considered sound if the water level in the funnel does not empty within 30 minutes.

8. Back filling of trenches:

Back filling of trenches shall be carried out in accordance with clause 7 under specification for laying cast iron pipes.

9. Construction of manholes, inspection chambers, gully traps and grease traps:

For civil works involved in the construction of manholes etc., relevant specifications under civil works shall be followed.

Manholes to be water tight: The inside and the outside of all manholes shall be rendered with cement mortar as laid down in the schedule and as shown in the drawing to the required thickness and worked to a polished face with a coat of neat cement and they shall be absolutely water – tight.

Shaping of manhole inverts: The channels shall be formed of CC 1:2:4 cement concrete as shown in drawing. There shall be a fall of not less than 20mm in each manhole from inlet to outlet.

Dewatering of excavation: The contractor shall keep all excavation for manhole and ll other work absolutely and continuously clear of all water, down to a level below the bottom of the work to be carried out and shall construct the manholes and other works without allowing any water to rise in the excavation made for said works. He shall moreover continue full pumping operations and shall keep the excavation for each manholes or other work free of water until the manholes or other work is completed and passed. If any defect or defects are found in the said work subsequently, the contractor shall carry out at his own cost all dewatering and pumping operations required to make the defects to the satisfaction of the engineer.

Plastering of inside and outside wall surfaces of manholes, inspection chambers etc.,

Page 131: Sample Tender Document

130

The surface to be plastered shall first be thoroughly cleaned and all joints raked out not less than 12mm (0.5 inch) deep to receive key for plaster. The surface shall be thoroughly wetted for atleast 24 hours prior to commencement of work. The mortar shall be of uniform mixture as specified. The thickness of cement and sand plaster shall be 13mm. The first coat shall be just sufficient to fill up the unevenness in the surface under treatment in case of rubble masonry. It shall not be smoothened and the second coat shall be applied while the first coat is still raw. Cement mortar that falls to the ground during application shall on no account be reused. The floating coat over the plaster shall be done with neat cement as approved by the engineer.

Channeling and benching: The channels inside the manholes and chambers shall be formed of cement concrete 1:2:4 with 20mm aggregate shown in the drawings and as specified in the relevant items of the schedule. It shall be to the full width of the drain. The depth of the channels shall be built in the chambers where branch drains form junction. All channels shall be given a suitable fall as shown in the drawing.

Manhole covers and frames: Design and manufacture: The manhole frames and covers shall be of clear size specified opening, CI double sealed pattern and of weight as specified and as approved by the engineer. They shall be conforming to IS: 1726.

They shall be of the best foundry grey metal. Though and close grained and the samples of the manhole frame and cover submitted to the engineer and his approval in writing is to be obtained before the frames and covers are fixed. The frame and covers are to be painted with three coats of anticorrosive black bitumastic paint approved by the engineer. The frames and covers shall be clean moulded accurately made and fitted in a workman like manner, the surface being smooth and even.

Setting of manhole frames : All manhole frames shall be set to correct alignment and levels, embedding in a layer of cement concrete 1:2:4 to the satisfaction of the engineer in all respects or as specified.

Depth of manholes: The depth of manholes shall be measured from the top of the cover to the invert level of the manhole.

VALVES, STRAINERS AND PRESSURE GAUGES: 1. GENERAL

This section deals with different type of valves like butterfly valves, gate valves, ball valves, check valves, balancing valves and Strainers and pressure gauges. The contractor shall refer to the approved make of materials specified in the document & relevant drawings. Valves shall be provided on branch pipe connections to mains and at connection to equipment where indicated. All valves are to be located for easy access. All valves shall be supported wherever necessary with MS brackets. Valves shall comply with IS 780 (Class I) for C.I sluice valves and IS 778 for G.M valves and tested.

Page 132: Sample Tender Document

131

Pressure gauges shall have outer diameter not less than 115mm with 10mm BSP full thread, brass body syphon and gauge cock of size10mm. Dial gauges shall have adequate response for the pressures encountered within the specified (Range 0-15Kg/sq.cm).

2. GATE VALVE

The primary function of a gate valve is for starting and stopping of flow. It has a disc actuated by a stem screw and hand wheel, moves up and down at right angles to the path of flow of fluid and seats against two faces to shut of flow. As the disc of the gate valve presents a flat surface to the direction of flow, this valve is only for starting and shutting the flow in the pipe. These valves are of GM make. Supplying, fixing and testing correspond to IS 778-1984, Specifications for Copper Alloy Gate, Globe and Check Valves for Water Works. All globe and check valves shall have working parts suitable for hot and cold water, as required. Valves shall be tagged with permanent label under hand wheel indicating type or duty. All valves should have manufacturer’s test certificate indicating the date of shop test and other quality control tests with the material used for the same. Gate valves shall be of the size as specified in the BOQ.

3. BALL VALVE The ball valve shall be of high pressure type and shall be of sizes as specified in the BOQ. The normal size of a ball valve shall be that, corresponding to the size of the pipe to which it is fixed. Ball valves shall have body of carbon steel. The ball and the shaft shall be of stainless steel. The seat shall be of PTFE. The valve shall be complete with socket weld ends and the float of copper sheet. The minimum thickness of copper sheet used for making the float shall be 0.45mm for a float exceeding 115mm dia. The body of the high pressure ball valve when assembled in working condition with the float immersed to not more than half of its diameter shall remain closed against a test pressure of 3.5kg/sqcm. The ball valve shall generally conform to IS specification No.1703:1977. The weight of ball cock and the size of the ball cock shall be as per IS specification.

4. FOOT VALVES Foot valves are provided with cast iron body with brass disc and strainer of approved quality as specified in BOQ. The foot valve shall be of spring loaded or flapper type depending on the requirement. The valves should be tested physically for free operation before being mounted or assembled to the pipeline

Page 133: Sample Tender Document

132

5. BUTTERFLY VALVES Butterfly valves shall be slim seal, short wafer type with standard finish. The valves shall be suitable for mounting between flanges drilled to ANSI 125. The valve body shall be cast iron. The disc shall consist of disc pivot and driving stem shall be in one piece centrally located. The disc shall move in bearings on both ends with ‘O’ ring to prevent leakage. The seat shall be moulded with black nitrile rubber or nylon and shall line the whole body. The spindle shall be AISI 41 steel. The valve shall be suitable for a working pressure of 16.5 kg/sq.cm and shall be complete with flow control lever and notches, factory machined companion flanges and bolts and nuts. These valves conform to BS 5155 with electro steel nickel coated SG Iron (N) and seat material EPDM3. Body - Heavy duty CI to IS210 Gr FG220 & BS 1452 Seating - moulded insitu resilient lining of black nitrile rubber. Disk - Nylon coated SG iron of IS 1865/SF400/127BS2729 Gr. 420/12

Shaft - shafts are to be made of SS AISI 431Only, flanged valves to be used with Flanges drilled to BS10 table F, valves Shall be capable of being locked in open Position. Hand wheel shall be with Worm and worm wheel operated for Smooth opening and closing. Key rod with MS Coated extended spindle to be provided Wherever the valves are not approachable from the ground surface.

6. CHECK VALVES

Check valves are designed to prevent reversal of flow. These are also called Non-return valves or reflux valves to avoid reversal of flow. Check valves shall be Dual Plate check valves with CI body, aluminium bronze plate SS 316 hinge pins and springs and Buna-N seals to ANSI series 125. They can also conform to IS 778-1984, Specifications for Copper Alloy Gate, Globe and Check Valves for Water Works.

7. “Y” STRAINERS

“Y” strainers up to 50mm shall be of gunmetal and above 50mm shall be of cast iron body. Strainers shall incorporate a removable bronze screen with 3.175mm (1/8”) perforations and a permanent magnet. Strainers shall be provided with flanges at both inlet and outlet. They shall be designed to enable blowing out of accumulated dirt and facilitate dirt and facilitate removal and replacement of the screen without disconnection of the main pipe. All strainers shall be provided with equal size isolating “Slim Seal” butterfly valves of approved brands as shown in drawings so that the strainer may be cleaned without draining the system

Page 134: Sample Tender Document

133

8. FLANGES AND UNIONS Sufficient number of flanges and unions shall be provided as required to facilitate maintenance work after the piping is installed. Mild steel flanges shall be used for pipes. The flanges shall be connected to the pipeline by screwing or welding depending on the requirement. The flanges shall conform to the relevant ASTM standard for the particular material used for its manufacture. The flanges shall also conform to IS 5211.

9. LEVEL SENSORS Level sensor shall consist of control unit, preamplifier and one full insulated probe-mounted vertically or two part insulated probe mounted from tanks side wall adjustable switching system for pump control application, the same to be housed in stove enamel painted cast aluminium weather proof suitable for black panel / wall mounting etc., The enclosure of probes shall be manufactured with SS316 material. The least count of the central unit with amplifier should be +/- 0.10mm for response value of 30 seconds.

10. LEVEL CONTROL A level control system with electronic level probes is mounted on the face of the reservoir. The top two level sensors provide the ON-OFF signal for the treated water transfer pumps. A third level sensor enunciates a low level alarm condition to the paging system and a fourth sensor enunciates an alarm to the paging system and stops the domestic water pumps from operating.

11. MODE OF MEASUREMENT Valves shall be measured in number only and the cost shall include: a) Cost of valves and jointing materials. b) Fixing and jointing with necessary bolts, nuts, rubber inserting, etc. Testing and making good the defects if any.

12. PUMPS

DIFFERENT TYPES OF PUMPS: The pump set offered shall be generally horizontal centrifugal pump, single stage or multistage or monobloc pump to satisfy the duty conditions stipulated in the bill of quantities. The pump set shall conform to IS 8034-1972, IS 5120-1968 for handling water, IS 8034-1976 for submersible pump sets and IS 5600-1970 for pumping storm water and sewage.

The pumps shall be selected having their maximum efficiency at average operating conditions. The maximum speed at which a pump shall run is determined by the net positive head available at the pump, the quantity of liquid being pumped and the total head.

Page 135: Sample Tender Document

134

13. PUDDLE FLANGES FOR RESERVOIR (INSERTS) Inlets, outlets, interconnection sleeves and drain outlets for the reservoir shall be made through mild steel bath galvanised puddle flanges obtained from reputed manufacturers and to be inserted at suitable levels as indicated on the drawings. The Contractor shall be responsible for placing the inserts at required level well in advance and before making the final shuttering layout for casting the walls.

14. MANHOLE COVERS

The manhole covers shall be of heavy duty type (cast iron) with double seal, locking arrangement and lifting hooks. (Weight 110kgs.) manufactured as per IS-1726. The shape of the cover to be as per the drawings.

15. ALUMINIUM STEP LADDER For effective maintenance of the reservoir portable aluminium step ladder to suit the depth of the tank shall be provided with necessary hooks.

16. LINK SEALS Link seal is a seal which is used as a substitute for puddle flanges in underground sumps and overhead tanks and in places where positive hydrostatic sealing is mandatory. The link seals shall be suitable to withstand a pressure of 20 psig (40 feet of head). It should be capable of withstanding temperatures from as low as –600 F to as high as 4000F, it should provide three minimum three hours of protection against flames, smoke, gases and water even when exposed to temperatures up to 19000F. The seal should be of HDPE thermoplastic / heavy wall welded or seamless pipe to withstand angular and off-centre pipe misalignment and has to seal effectively. The following table indicates the materials for accessories of different models of link seals. MODEL TYPE SEAL

ELEMENT PRESSURE

PLATES BOLTS &

NUTS TEMPERATU

RE RANGE (0F)

C

Standard EPDM Black

Composite STEEL zinc-dichromate

-40 to +250

S Stainless EPDM Black

Composite 316 STAINLESS STEEL

-40 to +250

O Oil-resistant

NITRILE Green

Composite STEEL zinc-dichromate

-40 to +210

OS Oil-resistant

NITRILE Green

Composite 316 STAINLESS STEEL

-40 to +210

T High/low temperature

SILICONE Grey

Steel zinc-dichromate

STEEL zinc-dichromate

-67 to +400

FD/FS Fire seals SILICONE Grey

Steel zinc-dichromate

STEEL zinc-dichromate

-67 to +400

M Non-insulating

EPDM Black

Steel STEEL zinc-dichromate

-40 to +250

Page 136: Sample Tender Document

135

CIVIL, PLUMBING LIST OF APPROVED MATERIALS

In case of unavailability of any material of specific make an equivalent make can be used only after a written approval of owner/Consultant. Also the performance of make/brand of the material listed above will be decided by owner/ Consultant. The make/brand of any other item will be as mentioned in the drawings issued by the Consultant. The contractor shall provide sample of all materials mentioned in the list of makes. A written approval of these samples shall be sought prior to commencement of any work. The owner reserves the right to enquire about the genuineness of any material used at site directly from the manufacturer/Dealer. CIVIL AND PLUMBING ITEMS

S.no. Material Make 1 Cement Ultratech/Ambuja/ACC 2 TMT Reinforcement steel Sail/Tata /VSP 3 Self tapping Screws Hilti/Land Mark 4 Structural Steel Sail/Tata Tisco/ VSP 5 Poly Carbonate Sheet GE Plastic or equivalent 6 Fasteners Hilti/Land Mark 7 Anti termite chemical Bayer/Hindustan insecticides 8 Water proofing compound Dr.fixit/ Fosroc 9 APP Membrane STP/Dr.fixit/IWL 10 Plasticiser Fosroc//Pidilite/BSA 11 Glass wool Llyodinsulation/uptwiga 12 Floor Hardener Fosroc or Equivalent 13 Wall Putty Birla/JK/Johnson/Asian 14 Aluminium Extruded section Hindal co./Jindal 15 Aluminium Skylights Alox 16 Clear & Reflective glass Modi, Saintgobain 17 Silicon sealent Dow corning/wacker 18 Power coating Nerolac/Berger/ICI 19 Aluminium composite panels Alucobond/Rweynobond/Alucomat 20 Friction stays Giesse/Fapin 21 Flush doors with lamination Green ply/kalpataru/Kutty 22 Decorative Doors Kalpataru doors/green ply/Kutty 23 Stainless steel door fittings Godrej/Dorset 24 Door closer Godrej/Dorset 25 Hard ware Godrej/Dorset 26 Floor springs Godrej/Dorset/ Everite 27 Patch fittings Godrej/Dorset 28 Laminate Formica, Sunmica, Green Lam 29 Pre laminated particle boards Novapan/ Marino 30 Adhesive Fevicol 31 Vitrified tiles Nitco / Johnson 32 Ceramic tiles Nitco / Johnson 33 Epoxy grout Laticrete / Copa bond

Page 137: Sample Tender Document

136

34 Anti Dust Paint Procoat or Equivalent 35 Plastic Emulsion paint Asian – Premium Emulsion 36 Texture Paint Apex duracast by Asian 37 Epoxy/ polyurethene flooring Cipy/ Sika 38 Interlocking concrete pavers Phnoex/ Nimco/ Unistones/ Classic/

Indo/Super decorative/Aditya designers/Eurocon

39 Gypsum Board Partition Saint gobain/ India Gypsum 40 Expansion joint board as per SS Shalitex Expansion joint Board from STP

limited. 41 Expansion joint coverings as per SS CS GROUP Expansion joint covers or

equivalent 42 600 x 600x16mm Ceiling Tiles Armstrong Dune 43 300x1200x19mm Armstrong ultima 44 Sanitary ware Parryware/Hindware/ Jaquar. 45 Metal roof Sheet CRIL (www.colourroof.com) or Equivalet 46 Stainless steel sinks Kingston/ jayna/ nirali 47 CP fittings and accessories Jaquar 48 CP Waste, Spreaders/ Urinal Flush

pipes Jaquar

49 Soil, Waste & Rain water pipe & fittings Sandcast iron pipes (IS: 1729)

Necco

50 G.I water supply pipes “B class” Tata, Jindal, 51 RCC Pipes Hindustan Hume pipe. 52 PPR Pipes & Fittings Prince/ Sudhakar 53 Ball Valves Audco 54 Butterfly/ NRV valves Audco 55 Water meters ACTARIS Multymag Turbine type

residential water meter 56 Ball cocks Audco 57 C.I. Manholes Cover and frames Necco 58 P.V.C. Tanks Sintex 59 Sand River Sand 60 External Paint Asian. Apex Ultima. 61 Bricks Lightweight bricks with 50 kg/cm²

Compressive strength 62 Ready Mix M25 Concrete Ultra tech, ACC 63 Epoxy Paint Asian 64 PVC Flooring Wonder Floor, LG, Armstrong 65 Galvalume colour sheets Tata, Jindal,Kirby

Page 138: Sample Tender Document

137

TESTS/RESULTS/SITE REGISTERS ETC. The contractor will be required to maintain the following registers at site of work and should produce the same for inspection of the Owner/Architects whenever desired by them. Typical proforma are enclosed (Refer Table I to XIV). i) Table - I Proforma of Sieve analysis of fine aggregate.

ii) Table - II Proforma of Concrete Cube Test.

iii) Table - III Proforma of Bulkage test of sand.

iv) Table - IV Proforma of Cement/Paint/Lead/Cico.

v) Table - V Proforma of Slump Test.

vi) Table - VI Proforma of Silt Test.

vii) Table - VII Proforma of Sieve analysis of course aggregate

viii) Table - VIII Proforma of Steel.

ix) Table - IX Proforma of Materials at Site Account.

x) Table - X Proforma of Hindrance to work.

xi) Table - XI Proforma of Running Account Bill.

xii) Table - XII Proforma of Memorandum of payment.

Contractor will have to submit their Running Account Bills in printed form shown in

Table XII to XIV.

LIST OF MANDATORY TESTS

Page 139: Sample Tender Document

138

A chart showing recommending time and quantity scheduled for conducting test on various building materials is given. Please ensure that tests are carried out recording to the above guidelines. Contractor's rate should include for necessary expenditure for testing of samples of following materials. ---------------------------------------------------------------------------------------------------------------------------------- Materials Test Frequency ---------------------------------------------------------------------------------------------------------------------------------- Sand a. Silt content 50 cum or part thereof b. Bulking -do- c. Particle size Every 50 cum or part thereof distribution for R.C.C. work Bricks 1. Dimensions Every 50,000 or part thereof.

2. Water absorption Every 1,00,000 or part thereof. 3. Efflorescence One test for source of manufacturer. 4. Compressive strength 20,000 or part thereof. R.C.C 1. Slump Once a day or as desired for major R.C.C. work. 2. Cube strength i. One set of six cubes for every 20.00 cum or part thereof in beam/slab foundation concrete etc. ii. One set of six cubes for every 5.00 cum in column, lintels etc. Timber Moisture Every 1 cum or part thereof Vitrified Tile i. Transverse strength 200 tiles or part ii. Water absorption - do - iii. Abrasion test - do - HYDS Bars i. Yield stress Every 10.00 M.T. or part

ii. Proof stress there of for each diameter or iii. Percentage elongation. 20.00 M.T. or part thereof iv. Tensile Strength on the whole whichever is more.

Cement As per BIS latest edition 100.00 M.T. or part there of

for a lot or part there of. Flush Door Shutter As per BIS latest edition Every 20 Nos or part thereof for a lot or part there of PROFORMA SIEVE ANALYSIS OF FINE AGGREGATE TABLE - I

Page 140: Sample Tender Document

139

------------------------------------------------------------------------------------------------------------S.No. Date of Materials Wt. of Sieve as Wt of % retain Test to be Materials per I.S. Sand to each tested to be Designation retained sieve tested Success-

ively. 1 2 3 4 5 6 7 ------------------------------------------------------------------------------------------------------------ Cumulative F.M. Signature Signature Signature of % Retained of Site of Contractor Architect's/Owner

Engineer Representatives (periodical)

8 9 10 11 12 ---------------------------------------------------------------------------------------------------------------------------------- PROFORMA OF CUBE TEST : TABLE - II ------------------------------------------------------------------------------------------------------------ S.No. Date Sample No. of Specific Proportion Descrip- Signature taki- No. Cubes Marking of mixture tion of of ng cu Taken of Cubes works Engineer be & carried taking time out sample 1 2 3 4 5 6 7 8 ------------------------------------------------------------------------------------------------------------ Signa 7/28 days testing Permissible ture -------------------------------------- Compressive of Date Test Average Standard Strength Contr- of Result strength strength Kg/cm2 actor test in Kg/cm2 in Kg/cm2 in Kg/cm2 7days/25days 9 10 11 12 13 14 ------------------------------------------------------------------------------------------------------------ Remarks Remarks of on test Architect's/Owner’s report Representatives & WO (periodical) 15 16 ------------------------------------------------------------------------------------------------------------ PROFORMA OF BULKAGE TEST OF SAND : TABLE - III ------------------------------------------------------------------------------------------------------------ S.No. Date Volume Volume Percen- Signature Signature Signature

Page 141: Sample Tender Document

140

of of dust of inn- tage of of the of the of the test sand in undated Bulkage Engineer Contractor Architect's cylinder sand in /Owner cylinder Repres- entative (periodical) 1 2 3 4 5 6 7 8 ------------------------------------------------------------------------------------------------------------ PROFORMA OF PAINT/CEMENT/LEAD/CICO TABLE - IV ----------------------------------------------------------------------------------------------------------- S.No. P A R T I C U L A R S O F R E C E I P T S -----------------------------------------------------------------------------------------------------------

Date of Qty. read Progressive Date of Qty. of Item of Receipt Issue Issued work for

when issued 1 2 3 4 5 6 7 ----------------------------------------------------------------------------------------------------------- PARTICULARS OF ISSUE Signature Signature Signature -------------------------------------------------------- of the of the of the Qty. Net Qty. Progres- Daily Engineer Contrac- Architect's/ retu- for the sing total balance tor Owner’s rned at hand Represe- at ntative the (periodical) and of the day 8 9 10 11 12 13 14 ----------------------------------------------------------------------------------------------------------- PROFORMA FOR SLUMP TEST : TABLE - V ----------------------------------------------------------------------------------------------------------- S.No. Date of Type of Specified Slump Slump obtained test work for ----------------------------------------------------------------------- which When Vibra- When Vibrat- When Vib- When Vibr Slump tors are ors are not rators ators are taken used used are used not used 1 2 3 4 5 6 7 ----------------------------------------------------------------------------------------------------------- Signature of Signature of Signature of the the Contractor the Architect's/Owner's Engineer Representative (periodical)

Page 142: Sample Tender Document

141

8 9 10 ----------------------------------------------------------------------------------------------------------- PROFORMA OF SILT TEST : TABLE - VI ----------------------------------------------------------------------------------------------------------- S.No. Date of Height of Height of Max. percen- Percentage test sand in Slit tage of slit of Slit Cylinder as specified obtained inundated & stirred 1 2 3 4 5 6 ----------------------------------------------------------------------------------------------------------- Signature of Signature of Signature of the Site the Contractor the Architect's/Owner's Engineer Representative (periodical) 7 8 9 -----------------------------------------------------------------------------------------------------------

TABLE - VII PROFORMA OF SIEVE ANALYSIS OF COURSE AGGREGATE :- ------------------------------------------------------------------------------------------------------------ S.No. Date of Weight of Nominal I.S. Sieve Standard Test Test materials Size of designation and % Results to be Aggre- Passing tested gate for graded Aggregate of nominal size 1 2 3 4 5 6 7 ------------------------------------------------------------------------------------------------------------ Percentage Signature of Signature of Signature of obtained the the Contractor the Architect's passing Engineer Representative 8 9 10 11 ------------------------------------------------------------------------------------------------------------ PROFORMA OF STEEL REGISTER TABLE - VIII

Page 143: Sample Tender Document

142

Name of work :...................……………………….. Name of Contractor :...................……………………….. Agreement No. :...................……………………….. ------------------------------------------------------------------------------------------------------------ Sl. Source Consump Mild Steel Tor Steel No. of re- tion as 6 10 12 16 Total 8 10 12 16 20 25 Total ceipt per me- mm mm mm mm mm mm mm mm mm mm with asure- ref. ment to vide MB S.O./ No. & Indent Page No or issue to other works & their TE. ------------------------------------------------------------------------------------------------------------ 1 2 3 4 5 6 7 ------------------------------------------------------------------------------------------------------------ ------------------------------------------------------------------------------------------------------------ N.B. Number of diameters given is only illustrative. Open more column for other

diameters wherever needed. THE REGITSTER OF MATERIAL AT SITE ACCOUNT TABLE - IX Name of work :................……… Name of Article :.................… Name of contractor :................……… Estimated requirement:..............…... Agreement No. :................……… Issue Rate :.................…. ----------------------------------------------------------------------------------------------------------- Sl. Descr- Received Receipt Issue Balance Initial Initial of Remarks No. iption from/ of con- Owner/ of re- issued tractor Architect's ceipt. to(with Represent- Ref. to ative. S.O./ Indent) ----------------------------------------------------------------------------------------------------------- 1 2 3 4 5 6 7 8 9 ----------------------------------------------------------------------------------------------------------- ----------------------------------------------------------------------------------------------------------- PROFORMA FOR HINDRANCE TO WORK TABLE - X

Page 144: Sample Tender Document

143

Name of work :.................………. Date of start of work :...........……….. Name of contractor :..............………… Period of completion :...........……….. Agreement No. :...............………... Date of completion of work :......……. ----------------------------------------------------------------------------------------------------------- Signature Date of Date of on Period for Signature Signature of of the occurrence which hind- which of of Owner/ hindrance of rance was hindrance Engineer. Architect's hindrance removed. existed. Representative -----------------------------------------------------------------------------------------------------------

Page 145: Sample Tender Document

144

TABLE - XI RUNNING A/C BILL :

i. Name of the Contractor/Agency : ii. Name of the work : iii. Sr. No. of this bill : iv. Sr. No. of previous bill : v. Reference to Agreement No. : vi. Date of written order to commence : vii. Date of completion as per Agreement : viii. Date of measurement : ix. Present status of work : ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ Sl. Item of Unit Rate As per Tender Upto Previous R/A Bills Present Bill Upto Date (Gross) Remarks No. Description (Since Previous)

----------------- ----------------------------- ---------------------- ---------------------- --------------- Qty. Amount Qty. Amount Qty. Amount Qty. Amount Rs. Rs. Rs. Rs. ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ 1 2 3 4 5 6 7 8 9 10 11 12 13 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ Note :

1. If adhoc payment is made, if should be mentioned specially 2. Consumption of cement/steel statement/material consumption statement to be submitted with each R.A. Bills.

3. Test report for the material consumed in the items to be submitted with each R.A.

Page 146: Sample Tender Document

145

C E R T I F I C A T E The measurement on the basis of which the above entries for the running Bill No.________________ were made have been taken jointly on______________ and are recorded at pages ______________________ to of measurement book No.

(Signature of Contractor)

(Signature of Consultant/Architect)

(Signature of ARCI Representative)

The work recorded in the above mentioned measurement has been done at the site satisfactorily as per tender drawings conditions and specifications. Architect/Consultants

Page 147: Sample Tender Document

146

TABLE - XII

MEMORANDUM OF PAYMENT i. Name of the Contractor/Agency : ii. Name of the work : iii. Sr. No. of this bill : iv. Sr. No. of Previous bill : v. Reference to Agreement No. : vi. Date of written order to commence : vii. Date of completion as per Agreement: viii. Date of measurement : ix. Present status of work/Percentage :

work completed. 1. Secured Advance Sr. No.

----------------------------------------------------------------------------------------------------------- Sl. No. Upto previous Since previous Upto date Amount adjusted till date. ----------------------------------------------------------------------------------------------------------- 2. Deduction under various heads i) Gross amount of Bill : ii) Security deposit : iii) Income Tax : iv) Sales Tax : v) Octroi Tax if any : vi) Retention money due to bad : Workmanship.

vi) Rebate offered if any :

vii) Net amount of bill in figure :

viii) Net amount in words :

(Signature of Contractor)

(Signature of Consultant/Architect)

(Signature of ARCI Representative)

Page 148: Sample Tender Document

147

Regulations and Standards:

The installation shall conform in all respects to the following standards in general:

IS 651 – 1992 : Specification for Salt Glazed stoneware pipes and fittings

(fifth revision).

IS 12183(Part 1) : Code of practice for plumbing in multi storeyed building

(Water Supply)

IS 7558 – 1974 : Code of practice for domestic hot water installation

SP 7 : National building code of India (Part IX plumbing services)

IS 2379 : Colour code for the identification of pipe lines.

IS 2906 : Specification for sluice valves for water works purposes (350

to 1200 mm size)

IS 13095 : Butterfly valves for general pumping

IS 3950 : Specification for surface boxes for sluice valves

IS 5312 (Part 1) : Specification for swing check type reflux (non return) valves:

Part 1 Single door pattern

IS 5312 (Part 2) : Specification for swing check type reflux (non return) valves:

Part 2 Multi door pattern.

IS 2326 : Specification for automatic flushing cistern for urinals

IS 5961 : Specification for cast iron gratings for drainage purposes.

IS 2556 (Part 1) : Specification for vitreous sanitary appliances (vitreous china)

IS 2556 (Part 2) : Specification for vitreous sanitary appliances (vitreous china)

Part 2 : Specific requirements of wash-down water closets

IS 2556 (Part 3) : Specification for vitreous sanitary appliances (vitreous china)

Part 2 : Specific requirements of wash-down water closets

IS 2556 (Part 4) : Specification for vitreous sanitary appliances (vitreous china)

Specific requirements of squatting pans

IS 2556

(Part 6 Sec 2)

: Specification for vitreous sanitary appliances (vitreous china)

Specific requirements of urinals, Section 2 Half stall urinals

IS 2556 : Specification for vitreous sanitary appliances (vitreous china)(Part 6 Sec 4) Specific requirements of urinals, Section 4 Partition slabs

Page 149: Sample Tender Document

148

IS 2556 : Specification for vitreous sanitary appliances (vitreous china)

(Part 6 Sec 5) Specific requirements of urinals, Section 5 waste

fittings

IS 2556 : Specification for vitreous sanitary appliances (vitreous china)

(Part 6 Sec 6) Specific requirements of urinals, Section 6 Water

spreaders for half stall urinals

IS 2556 : Specification for vitreous sanitary appliances (vitreous china)

(Part 6 Sec 7) Specific requirements of half round channels

IS 2556 : Specification for vitreous sanitary appliances (vitreous china)

(Part 7 Sec 7)

Specific requirements of half round channels.

IS 2556 (Part 8) : Specification for vitreous sanitary appliances (vitreous china)

Specific requirements of symphonic wash down water closets.

IS 2556 (Part 11) : Specification for vitreous sanitary appliances (vitreous china)

Specific requirements for shower rose

IS 2556 (Part 12) : Specification for vitreous sanitary appliances (vitreous china)

Specific requirements floor traps

IS 1700 : Specification for drinking fountains

IS 3311 : Specification for waste plug and its accessories for sinks and

wash basins.

IS 2629 : Recommended practice for hot dip galvanizing on iron and

steel

SP 7 : National building code

IS 5329 – 1983 : Code of practice for sanitary pipe work above ground for

buildings.

IS 12251 – 1987 : Code of practice for drainage of building basements

Is 2064 – 1973 : Code of practice for selection, installation and maintenance of

sanitary appliances

IS 1200 ( Part 1) : Method of measurement of building earthwork

IS 1200 ( Part 16) : Method of measurement of laying of water and sewer lines

including appurtenant

Page 150: Sample Tender Document

149

IS 1200 ( Part 19) : Method of measurement of Water supply, plumbing and drains.

IS 13592 – 1992 : Specification for unplasticized PVC pipes for soil and waste

discharge system inside building including ventilation and

rainwater.

IS 14735 - 1999 : Specification for unplasticized PVC fittings

IS 2527 – 1984 : Code of practice for fixing rainwater gutters and down pipes

for roof drainage.

IS 2685 – 1971 : Code of practice for selection, installation and maintenance of

sluice valves.

IS 6784 – 1984 : Method of performance testing of water meters

(Domestic type).

IS 12235 ( Parts 1 to 11) : Methods of test for unplasticized PVC pipes for portable water

supplies.

IS 458 – 1988 : Specification for precast concrete pipes (with or without

reinforcement)

IS 2548 ( Part 1&2 ) : Specification for plastic seats and covers for water closets.

IS 1711 – 1984 : Specification for self closing taps for water supply

IS 1703 – 1977 : Specification for ball valves (Horizontal plunger type)

including floats for water supply purposes.

IS 4038 – 1979 : Specification for foot valves for water works purposes.

IS 782 – 1978 : Specification for Caulking Lead.( Third revision)

IS 1172 – 1983 : Code of basic requirements for water supply, drainage &

sanitation (revised).

IS 1239 – 1990

(Part I)

: Specifications for mild steel tube, tubular and other steel pipe

fittings.

IS 1239 – 1992

(Part II)

: Specifications for mild steel tube, tubular and other steel pipe

fittings.

IS 1726 – 1991 : Code for cast iron manhole frame and cover (third revision).

IS 1742 – 1983 : Code of practice for building drainage.( Second revision)

IS 2064 – 1973 : Code of practice for selection, installation and maintenance of sanitary appliances.

Page 151: Sample Tender Document

150

IS 2065 – 1983 : Code of practice for water supply to buildings.

IS 3114 – 1985 : Code of practice for Laying of CI pipes

IS 4127 – 1983 : Code of Practice for laying glazed stone ware pipe.

IS 4985 – 1988 : Specification for unplasticized PVC pipes for portable water

supplies (second revision)

IS 1537 – 1976 : Specification for vertically cast iron pressure pipes for water,

gas and sewage.

IS 4984 – 1995 : Specification for HDPE pipes for potable water supplies.

IS 8008

(Part-I1 to VII)

: Specification for Injection Moulded HDPE pipes for potable

water supplies.

IS 2531:1998 : Specification for DI pipes and fittings

DIN 8079,8077 &

16

: Specification for PPR pipes and Fittings.

Page 152: Sample Tender Document

151

Part–III–FIRE FIGHTING WORKS

Page 153: Sample Tender Document

152

SPECIFICATIONS FOR FIRE FIGHTING SYSTEM

1. Scope of work : Work under this section shall consist of furnishing all labour , materials,

equipment and Appliances necessary and required to completely install Down Comer fire hydrant system as required by the drawings and specified herein after or given in this schedule or quantities.

2. General Requirements. 2.1 All materials shall be of the best quality conforming to the specifications and subject to the approval of the Owner/Consultant.

2.2 Pipes and fittings shall be fixed truly vertical, horizontal or in slopes as required in a neat workman like manner.

2.3 Pipes shall be fixed in a manner as to provide easy accessibility for repair and maintenance and shall not cause obstruction in shafts, passages, etc.

2.4 Pipes shall be securely fixed to walls and ceilings by suitable clamps at intervals specified. Only approved type of anchor fasteners shall be used for RCC ceilings and walls.

2.5 Valves and other appurtenances shall be so located that they are easily accessible for operations, repairs and maintenance.

3. Pipes and fittings For Internal work:

a. All pipes within the building in exposed locations and shafts including connections.

4. Jointing Pipes and fittings shall be joined with electrical resistance in approved manner. Gasket, for use in between flanged joints, to be of CAF as per IS – 2712, thickness as Specified in BOQ.

5. Valves 5.1 Butterfly valve:-100 mm dia shall be cast iron double flanged with lever

type Butterfly valves shall confirm to and marked IS : 13095-1991 780 Class PN- 1.6 tested to 20 kg./sq.cm.

5.2 Ball Valve: - with lever type tested to 20 kg /sq .cm pressure. Valves shall conform to and marked IS: 778.Check valves shall be cast iron double flanged conforming to IS 5312-1975 with cast iron Steel body and stainless steel internal trims.

5.3 Air Valve:-The contractor shall provide 25 mm dia screwed inlet case iron single acting air valve on all high Points in the system.

5.4 “Y” STRAINERS:-“Y” strainers 100mm shall be of cast iron body. Strainers shall incorporate a removable bronze screen with 3.175mm (1/8”) perforations and a permanent magnet. Strainers shall be provided with flanges at both inlet and outlet. They shall be designed to enable blowing out of accumulated dirt and facilitate dirt and facilitate removal and replacement of the screen without disconnection of the main pipe.

Page 154: Sample Tender Document

153

5.5 NON-RETURN VALVE:- 100mm dual plate non - return valve of

following sizes confirming to IS: 5312 complete with rubber gasket, GI bolts , nuts, washers etc.,

6. Internal Hydrants 6.1 Contractors shall provide on each landing and other locations as shown

on the drawings one Signal headed gunmetal landing valve with 63 m dia outlets and 80 mm inlet (I.S 5290-1969) with individual shut off valves and cast iron wheels. Landing valves shall have flanged inlet and instantaneous type outlet as shown on the BOQ.

6.2 Instantaneous outlets for fire hydrants shall be of standard pattern approved and suitable for Fire brigade hoses. Contractor shall provide for each internal fire hydrant station two numbers of 63 mm dia 15 meter long Synthetic lined hose pipes with gunmetal male and female instantaneous type coupling machine wound with copper wire (hose to IS 636 type B and couplings to IS 903 with I.S certification), fire hose reel, gunmetal branch pipe with nozzle as shown on the BOQ.

6.3 Each hose box shall be, after thorough cleaning of surface, painted, Painting shall be done only after completion of fabrication work and testing, First coat of primer paint must be applied by brush on dry clean surface immediately or in any Case within 3 hours of such cleaning, Primer paint – one coat ( minimum thickness 100 microns ) self – priming epoxy mastic. For production areas – 2 coats ( thickness minimum 50 microns each ) of epoxy paint ,fire Red shade as per IS : 5, For other than production areas – 2 coats of synthetic enamel paint , fire red shade as per IS:5.

7. First Aid Hose Reels Contractor shall provide standard fire hose reels with 19 mm dia Thermoplastic brigaded hose of 30 meters length with gunmetal nozzle with 6 mm bore , and control valve , shut of nozzle connected wall mounted on circular hose reel of heavy duty mild steel construction and cast iron brackets . Hose reel shall conform to I.S 884 – 1969. The hose reel shall be connected directly to the G.I pipe rise through an independent connection.

8. Pressure Gauges a. Pressure gauges shall be of dial type with bourdon tube element of IS 316.

The gauge shall be of reputed make. The dial size shall be 100 mm dia and scale division shall be in metric units marked clearly in black on a white dial. The range of pressure gauge shall be 0 to 16 kg / cm².

b. Pressure gauges shall be complete with isolation cock, nipples, tail pipes etc.

Page 155: Sample Tender Document

154

9. Pressure switches. a. The pressure switch shall be industrial type single pole double throw

electric pressure switch designed for starting or stopping of equipment when the pressure in the system drops or exceeds the pre- set limits. It shall comprise of a single pole change – over switch, below element assembly and differential spindle .

b. All the pressure switches shall have 1/4” B.S P ( f ) inlet connection and screwed cable Entry for fixing cable gland.

c. The electric rating of the switch shall be as under :

Type of Supply Voltage Non – Inductive Inductive A . C 230-433 10 Amp 6 Amp D . C 24-250 12 Watts 12 Watts

10. Fire Brigade Connection:

10.1 The contractor shall provide as shown on drawing gunmetal two way

collecting head with 63 mm dia instantaneous type inlets with built in check valve of 100 mm dia. outlet connection to the fire main grid.

11. Pipe Protection.

11.1 Priming – The primer shall be PYPKOTE / RUSTFIRE / CORPORATE under coat. The Manufacturers recommended procedure would be followed for applying the primer. 11.2 Paste Application – PYPKOTE – AW Paste / CORPORATE paste shall be applied to fill up uneven surfaces in order to ensure smoothness for subsequent wrapping with multi – layer tape. 11.3 Tape wrapping – the tape is to wrapped while the second coat of primer is still tacky. Winding is to be done with 50% overlap so that the total thickness of 2.0 mm tape would become 4.0 mm. It should be ensured while wrapping that air bubbles are trapped .The ends of tape shall be secured with nylon binding to ensure that the tape doesn’t get loosened while handling. 11.4 The total thickness including 2 coats of primer, 50% overlap of tape etc, should not be less than 4.5 mm or as per manufacturer recommendations.

12. Pipe Supports 12.1 All Pipes shall be adequately supported from ceiling or walls by means of

anchor fasteners by drilling holes with electrical drill in an approved manner as recommended by manufacturer of the fasteners.

12.2 All supports / clamps fabricated from MS Structural e.g channels, angles and flats shall be painted as described in specifications for painting.

Page 156: Sample Tender Document

155

13. Hose Cabinets 13.1 Provide doors / hose cabinets for internal / external hydrants respectively

fabricated from 16 Gauge M.S sheet with double glass front door and locking arrangement, with breakable glass key access arrangement, duly painted red as per specifications and fixed to wall / floor as per site conditions. The cabinet shall have a separate chamber to stove a key with breakable glass as per approved design. Hose cabinets shall be hinged double door partially glazed with locking arrangement, painted as per specifications with “ Fire hose ” written on it prominently . Samples of hose cabinet for indoor and outdoor works shall be got approved from Owner before production delivery at site.

14. Fire Pumps

14.1 Pump sets

a. Centrifugal, End suction , horizontal pump should be selected as per IS. Pump should have following specifications. Materials of Construction. Parts

Casing : Cast Iron Impeller : Bronze IS: 318, Gr .LTBJ / JTB 2 Casing wearing : Cast iron Shaft : Stainless steel Thrust Bearing : Anti Vibrated pad type.

b. Electrically driven booster pump shall be provided with totally enclosed fan cooled induction motors suitable for fire pumps with IP55 enclosure. The motors should be rated not to draw more than 4.5 times the starting current. The motors shall be wound for class F-insulation.

c. Pumps and motors shall be mounted on a common structural base plate and installed as per manufactures instructions.

14.2 Wiring:- a. Control and protective wiring shall be done with copper conductor PVC

insulated 1100 volts grade multi stranded flexible wire of 2.5 sq. mm 2 cross section. The colour coding shall be as per latest edition of IS: 375.

b. 4 Core x 4 Sqmm Copper armoured cable with Glands, Clamps, copper lugs, FRLS - XLPE.

c. All power and wiring cables shall be FRLS armoured .Cables and wires shall comply with requirements of IS: 5831, 694, 8130, and 7098 (I) & 1554 as the case may be.

Page 157: Sample Tender Document

156

15. Fire Alarm System:

15.1 Manual Call Point: - Vermin proof addressable analogue manual call boxes to initiate audio visual alarm including the cost of mounting accessories. An installation height of 1400 mm ±200 mm (55 in. ±8 in.), measured from the middle of the manual call point to the floor, must be maintained.

15.2 Install as shown in the drawings. Addressable wall / ceiling mounting

strobes cum hooters including the cost of mounting accessories. Alarm Sounders are all Electronic sounders addressable and loop powered and Standard Evacuate & Alert tone with voice messaging Programmable tones selectable by control panel. Programmable tones are selectable by control panel Sounder frequency. Synchronisation of all sounders to be fully synchronised with all other analogue addressable loop powered sounder speech devices on the system.

15.3 The Repeat Panel with built-in short circuit isolation will be sited at the

indicated locations. It will provide system repeat facilities to repeat all of the liquid crystal display messages as well as the common indications. It will have essential alarm controls, menu facilities and an optional printer allowing it to take the role of the main system indicator for the day to day running of the system. The Repeat Panel will be loop driven and provided with an inbuilt isolator. The Repeat Panel will be complete with built-in battery and charger and will require 220V AC supply and will be located as shown in the floor layout drawings.

16. Commissioning and Testing:

a. Pressurize the fire hydrant system by running the Terrace fire pump and after attaining the required pressure shutoff the pump .

b. When the fire pumps have been checked for satisfactory working on automatic controls, open fire hydrant simultaneously and allow the hose pipe to discharge water. The electrically driven pump should run continuously for eight hours so that its performance can be checked.

c. Check each landing valve, male and female couplings and branch

pipes for compatibility with each other. Any fitting, which is found to be incompatible and does not fit into the other properly, shall be replaced by the contractor .Landing valves shall also be checked by opening and closing under pressure.

d. All piping in the system shall be tested to a hydrostatic pressure of 14.0 kg

/ cm² without drop in pressure for at least 1 hour.

Page 158: Sample Tender Document

157

Abbreviations used:

DC - Dimensional Checking

MTC - Material Test Certificate (Chemical Analysis and physical properties)

HTC - Hydraulic / Pressure Test Certificate (Chemical Analysis and physical Properties)

NDT - Non – Destructive Test

S.No Item DC MTC HTC Remarks

1. Pipe * * *

2. Fittings * * * Test pressure as per specification

3. Flange * *

4. Bolting * *

5. Gasket * *

6. Valve * *

Body Test at 1.5 times PN – with

valve open seat test at pressure

equal to PN ( With Valve closed )

7. Fire Hydrant * * *

8. Hose pipe * * *

9. Branch pipe * * *

Contractor to furnish

manufacture’s test certificate

and TAC approval certificate

10. Fire Pump * * * Contractor to furnish manufacture’s

test certificate.

Shope Test after commissioning to

be carried out by the contractor

Page 159: Sample Tender Document

158

FIRE FIGHTING ITEMS

S.No Material/ Item Description Makes 1. Electric driven Terrace / Booster

pump Pumps : Kirloskar Motors: Kirloskar.

2. G.I. “C” class pipe Jindal / Tata pipes 3. Non-Return Valve Kirloskar 4. Butter Fly Valve Kirloskar 5. Y strainer Audco 6. First -Aid Hose Reel Eversafe/ Reliance 7. Synthetic Hose Pipe Newage/ Winco 8. Branch Pipe Newage/ Winco 9. Hydrant valve Audco 10. Ball valve Audco 11. Manual Call point Honeywell 12. Hooter Honeywell/ Siemens 13. Repeater panel Honeywell / Morley 14. 2 Core x 1.5Sqmm FRLS Finolex/V-Guard. 15. 4 Core x 4 Sqmm Copper FRLS Finolex 16. Flow Switch Audco 17. Pressure Switch Danfose/ indfoses 18 Pressure gauge HGURU / FIEBIG

Page 160: Sample Tender Document

159

Part – IV - AC Works

Page 161: Sample Tender Document

160

GENERAL SPECIFICATIONS AND REQUIREMENTS Power supply Power will be made available at 415 V 3 ph / 230 V single ph, 4 wire, 50 HZ earthed neutral system and all equipment shall be suitable for the above power supply with variation of + / -10 %. All equipment shall operate at this voltage and any equipment operating at other than this Power supply shall be provided with necessary transformer by the successful bidder. Shop drawing, Inspection and testing- (a) Working and construction drawings- The selected vendor shall prepare shop drawings and all work shall be according to approved working drawings. Shop drawings shall give all dimensions and shall incorporate the requirements of the owner / Consultant. Approval of drawings does not relieve the vendor of his responsibility to meet the intents of the specifications. All such drawings for approval shall be submitted for ARCI. In addition, the contractor shall submit manufacturer’s details and get them approved before ordering. This has to be done whether the materials / equipment are one of the approved makes or not. (b) Testing and Inspection- The contractor shall carry out tests on different equipment and system in total as specified in various sections of the tender in the presence of Owner/ Consultant in order to enable them to determine whether the plant, equipment and installation in general comply with the specifications. All equipment shall be tested after carrying out the necessary adjustments and balancing to establish equipment ratings and all other design conditions. The test data shall be submitted in Acceptance Test Form. (c)Handing-over requirements- The plant shall be handed over after satisfactory testing along with following documents- Detailed equipment data in the approved format, Manufacture’s maintenance and operating instructions; 3 Sets of as built drawings. Approved test readings of all equipment and installations. Certificate from the contractor that the site is cleared of all debris and litter caused by him without violating the norms during the construction. However, contractor has also to periodically clear the site from all the debris which is generated from his part of scope. Submission of the above documentation shall form a precondition for final acceptance of the plant and installation and final payments.

Page 162: Sample Tender Document

161

AC Contractors SCOPE of work will include- Supply of various equipment as per the relevant Specification BOQ & Drawings, unloading, receiving, inspection, storing, transportation to work site, handling, assembling, cleaning, mechanical erection, assisting main contractor in associated civil works which are required for AC system, Installation, testing and commissioning and handing over in working condition of all items covered below but not limited to it. AC High side works a) Supply and Installation of AC Units. b) Connection of electrical power to units from power supply point (indoor unit will need to be connected by the vendor / outdoor unit cable termination is the scope of the vendor). AC Low side works a) Refrigerant piping and cabling between indoor and outdoor unit. b) Condensate drains piping to nearest drain. CONTRACTORS SCOPE ALSO INCLUDES The following important SCOPE is to also be considered included the scope of works:- a) Structural frame work as necessary for the mounting the outdoor units also

would be under contractors scope. Before installation of the framework, all necessary details pertaining to above framework needs to be furnished to the Structural Consultants of the Base Building & then based on the approval, execution should follow.

b) Receiving of the equipment , lifting the equipment to its desired location via staircase, erection of indoor units in the required floor , and erection of outdoor units on terrace, etc.,

c) Associated civil works like drilling and punching holes and openings in concrete floors, slabs, chasing of brick walls, fabrication of supporting structures, , cleaning and clearing of all debris.

The extent of work services under the contract include all items shown on the drawings, indicated in companion with specifications, notwithstanding the fact that such items have been omitted from the BOQ. All equipment and services which are required to complete the intent of the contract shall also be deemed to be within the scope of the contract.

Page 163: Sample Tender Document

162

CASSETTE TYPE INDOOR UNITS. These units shall be installed between the bottom of finished slab & top of false ceiling. The maximum allowable height for the cassette type units shall be 300 mm The unit must have in built drain pump, suitable for vertical lift of 750 mm. The unit casing shall be Galvanized Steel Plate. Unit must be insulated with sound absorbing thermal insulation material, Polyurethane foam. The noise level of unit at the highest operating level shall not exceed 42 db (A), at a vertical distance of 1.5 m from the grille of the unit. Unit shall have provision of connecting fresh air without any special chamber & without increasing the total height of the unit (300 mm maximum). The unit shall be supplied with suitable decorative panel. The unit shall be supplied with Resin Net filter with Mold Resistance. The filter shall be easy to remove, clean & re install. The unit shall be capable of both 4 way and 3 way throw configurations as required for site. The unit will be connected in series to a suitable outdoor unit & it must be possible to operate the unit independently, through cordless remote specified in the “Bill of quantities”. The Cassette unit shall be of proven design and reputed make, consisting of rotary/scroll compressors, evaporator coil with fan and motor, drain pan, integral copper refrigerant piping, safety controls and wiring, all mounted in a sheet steel powder coated enclosure. The outdoor unit shall comprise the rotary/scroll compressor, condenser coil, fan, motor etc., all mounted in a galvanized weatherproof enclosure. The compressor shall be hermetically sealed type, serviceable and shall have all safety cutouts and switches. The hermetic motor shall be suction gas cooled, sealed against dirt and moisture. The unit shall be modular type, constructed of minimum 16 G galvanized sheet, adequately reinforced with structural members, and provided with access panels for maintenance/ inspection of various components. The refrigerant piping interconnecting the indoor unit and the outdoor unit shall be of suitably sized hard / soft drawn copper piping, with brazed fittings. The valves shall be of brass or cast steel. Suitably sized filter drier with shut off valves shall be provided for maintenance. The controls shall comprise a thermostatic expansion valve, adequately sized. The refrigerant lines are to be pressure tested to 21 Kg/ sq.cm.

Page 164: Sample Tender Document

163

The fan wheels and housing shall be fabricated from heavy gauge sheet steel. Fans shall be of double width double inlet type with forward curve blades. The fan shaft shall be mounted on ball or roller bearings, with facilities for easy servicing. All the rotating parts shall be statically and dynamically balanced. Fan speed shall not exceed 1500 RPM with maximum outlet velocity of 550 meters per second. The cooling coil shall be of Copper tube with Aluminium fins firmly bonded, assembled in zinc coated steel frame. The air velocity across the coil face shall not exceed 150 meters per minute. The coil shall be suitably pitched for proper drainage. The coil shall be factory tested for a pressure of 21 Kg/sq.cm. And test certificates furnished before handing over. The fin spacing shall be 12 per inch. Performance testing shall be carried out for each units and the guaranteed capacity and power consumptions shall be achieved. The units shall operate without objectionable sound or vibrations, to the satisfaction of the owners.

HI WALL TYPE INDOOR UNITS.

These units shall be installed on the partition wall of the room to be air conditioned. The maximum allowable height for the unit shall be 300 mm. The unit casing shall be Galvanized Steel Plate.

Unit must be insulated with sound absorbing thermal insulation material, Polyurethane foam. The noise level of unit at the highest operating level shall not exceed 42 db (A), at a vertical distance of 1.5 m from the grille of the unit.

The split unit shall be of proven design and reputed make, consisting of rotary compressors, evaporator coil with fan and motor, drain pan, integral copper refrigerant piping, safety controls and wiring, all mounted in a sheet steel powder coated enclosure. The outdoor unit shall comprise the rotary compressor, condenser coil, fan, motor etc., all mounted in a galvanized weatherproof enclosure. The compressor shall be hermetically sealed type, serviceable and shall have all safety cutouts and switches. The hermetic motor shall be suction gas cooled, sealed against dirt and moisture.

The unit shall be modular type, constructed of minimum 16 G galvanized sheet, adequately reinforced with structural members, and provided with access panels for maintenance/ inspection of various components.

The refrigerant piping interconnecting the indoor unit and the outdoor unit shall be of suitably sized hard / soft drawn copper piping, with brazed fittings. The valves shall be of brass or cast steel. Suitably sized filter drier with shut off valves shall be provided for maintenance. The controls shall comprise a thermostatic expansion valve, adequately sized. The refrigerant lines are to be pressure tested to 21 Kg/ sq.cm.

Page 165: Sample Tender Document

164

The fan wheels and housing shall be fabricated from heavy gauge sheet steel. Fans shall be of double width double inlet type with forward curve blades. The fan shaft shall be mounted on ball or roller bearings, with facilities for easy servicing. All the rotating parts shall be statically and dynamically balanced. Fan speed shall not exceed 1500 RPM with maximum outlet velocity of 550 meters per second. The cooling coil shall be of Copper tube with Aluminium fins firmly bonded, assembled in zinc coated steel frame. The air velocity across the coil face shall not exceed 150 meters per minute. The coil shall be suitably pitched for proper drainage. The coil shall be factory tested for a pressure of 21 Kg/sq.cm, and test certificates furnished before handing over. The fin spacing shall be 12 per inch. Performance testing shall be carried out for each units and the guaranteed capacity and power consumptions shall be achieved. The units shall operate without objectionable sound or vibrations, to the satisfaction of the owners. The Hi wall unit shall be of approved make, and shall have rotary compressor. The indoor unit shall have a pleasant appearance. AIR DISTRIBUTION SYSTEM SCOPE Supply, fabrication, installation and testing of all sheet metal ducts & supply, installation, testing and balancing of all grills, registers and diffusers, in accordance with these specifications. DUCTING GENERAL All ducts shall be fabricated from galvanized steel sheets of the following thickness as indicated in schedule of quantities & as described in the IS: 655 with latest edition. The ducting shall be made out of Lock former machine or factory fabricated to avoid site work to the minimum.

Page 166: Sample Tender Document

165

RECTANGULAR DUCT Dimensions of Ducts

Gauge G.I

Type of Joints

Type of Bracing’s

Upto 600 24 G.I Flange at 2.5 Center

Cross Bracing’s

601 to 750 24 25 x 25 x 3 mm 25 x 25 x 3 mm MS (duly painted) angle frame with angles bracing 6 mm dia nuts at 1500 mm from and bolts joints

751 to 1000 22 25 x 25 x 3mm angle frame with 6mm dia nuts and bolts

25 x 25 x 3 mm MS(duly Painted) angle bracing at 1500mm from joints

1001 to 1500 22 40x40x5 mm angle frame with 8mm dia nuts and bolts

40 x 40 x 3mm MS(duly painted) angle bracing at 1500mm from joints

1501 to 2250 20 50x50x3mm angle to be cross braced diagonally with 10mmdia nuts & bolts at 125 center

40 x 40 x 3mm MS(duly painted) angle bracing at 1200mm from joints or 40x 40 x 3mm MS angle diagnal bracing.

------------------------------------------------------------------------------------------------- Sheet metal ducts shall be fabricated as per ISI Standards/SMACNA out of galvanized steel sheets. Sheets used shall be produced by Hot dip process and galvanizing shall be Class VIII - Light Coating of zinc nominal 120 gm/sq.m for GSS sheets. HANGERS/SUPPORTS FOR DUCT ------------------------------------------------------------------------------------------------- Duct Size Spacing Size of G.I angle Size of G.I. rod (mm) (Mtrs.) (mm x mm) dia (mm) ------------------------------------------------------------------------------------------------- Upto 750 2.5 40 x 3 10 751 to 1500 2.0 40 x 3 12 1501 to 2250 2.0 50 x 3 15 2251 & above 2.0 50 x 3 15 -------------------------------------------------------------------------------------------------

Page 167: Sample Tender Document

166

INSTALLATION

All ducts shall be installed generally as per the drawings prepared by the Contractor duly approved by the Consultant / Employer.

i. The Contractor shall provide and neatly erect all sheet metal work as may be required to carry out the intent of these specifications. The work shall meet with the approval of Owner’s site representative in all its parts and details.

ii. All necessary Allowances and Provisions shall be made by the Contractor for beams, pipes, or other obstructions in the building, whether or not the same are shown on the drawing. Where necessary to avoid beams or other structural work, plumbing or other pipes, and/or conduits, the ducts shall be transformed, divided or curved to one side, the required area being maintained, all as per the ‘site requirements.’

iii. If a duct cannot be run as shown on the drawing, the contractor shall install the duct between the required points by any path available, in accordance with other services and as per approval of Owners site representatives.

iv. All ductwork shall be independently supported from the building structure. All horizontal ducts shall be rigidly and securely supported, in an approved manner with trapeze hangers formed of galvanized MS rods and angle iron under ducts at not greater than 2 meter centers. All vertical duct work shall be supported by structural members at 2 Meters intervals. Air conditioning contractor shall supply and install all supports made of galvanized steel material and shall be of hi-tech supports only. The supports shall be designed to prevent vibration to be transmitted to the building structure by providing vibration isolation. If duct is passing through in such areas where space between ceiling slab to false ceiling is more than 1500 mm than duct should be supported by wall mounted brackets of 40 x 40 x 3mm angle.

v. Where metal ducts or sleeves terminate in woodwork, tight joints shall be made by means of closely fitted heavy flanged collars. Where ducts pass through brick or masonry opening, wooden frame work shall be provided within the opening and crossing ducts provided with heavy flanged collars on each side of wooden frame work, so that duct crossing is made leak-proof.

vi. All ducts shall be totally free from vibration under all conditions of operation. Whenever duct work is connected to fans, air handling units or blower coil units that may cause vibrations in the ducts, ducts shall be provided of closely woven, rubber impregnated double layer asbestos/canvas or neoprene coated fiber glass fire resistant flexible connection. The flexible connections should be located close to the unit, in mutually perpendicular directions. The flexible sleeve should be at least 15cm long securely bonded and bolted on both sides. Sleeve shall be made smooth and the connecting ductwork rigidly held by independent supports on both ends. The flexible connection shall be suitable for pressures at the point of installation.

vii. Air conditioning unit and exhaust fans shall be connected to duct work by inserting at air inlet and air outlet a double canvass sleeve. Each sleeve shall be minimum 150 mm securely bolted to duct and the connecting ductwork rigidly held in line with unit inlet or outlet with a zip to facilitate measurement of temperature and airflow.

Page 168: Sample Tender Document

167

SPLITTERS AND DAMPERS Duct / collar dampers shall be opposed blade type of robust construction and tight fitting. They shall be made of G.S. sheet minimum 16swg thick and shall have brass bushes. The design, method of handling and control shall be suitable for the location and service required. Dampers shall be provided with suitable links, levers and quadrants as required for their proper operation. Control or setting devices shall be made robust, easily operate-able and accessible through suitable access doors in the ducts. Every damper shall have an indicating device clearly showing the damper position at all times. Handles will be provided with extended arms to account for insulation thickness. Dampers shall be placed in ducts and at every branch supply or return air duct connection, whether or not indicated on the drawing, for the proper volume control and balancing of the system. FIRE DAMPERS All supply air ducts of the units shall be provided with approved fire dampers of at-least 1 1/2 hour fire rating. These shall be of approved make. The damper shall be fabricated of 16gauge GSS housing with blades formed out of 1.6 mm sheets. The damper shall be pivoted on both ends using chrome plated spindles in bronze bushes. The stop seals shall be provided on top and bottom of the damper housing. The damper blades shall close in the event of fire and shall have a fusible link as contingency to ensure that the link fails at the time of hazard even if motor fails to actuate. The damper shall be provided with limit switch to know the open close position of the damper while in operation and idle condition with necessary interlocking to stop the fan. The dampers shall be equipped with a well-designed control panel, using high components which consume less power. It shall operate at 24 volts obtained through a step down transformer. The panel is protected against surge currents or short circuits through a Fuse connected on the PCB. The panel shall has an optional power supply of 24V AC. The control panel shall be well protected against wrong switching. All fire cum smoke damper must be qualified under UL standard 555-1995 of approved 90 minutes fire rating. SUPPLY AND RETURN AIR GRILLS Supply and return air grilles shall be of anodized extruded Aluminium construction with adjustable bars. Supply air grills shall be generally double deflection type backed with GI damper. The supply/return air grills being provided with removable key operated volume control dampers. Aluminium supply and return grills shall be powder coated and should have the color of Employer’s choice as per bill of quantities. The adjustable grille louvers shall be fabricated from extruded aluminium sections. The damper blades shall be of black anodized extruded aluminium sections and shaped to form air tight joints. Grills longer than 450mm shall have intermediate supports for the horizontal louvers.

Page 169: Sample Tender Document

168

SUPPLY AND RETURN AIR DIFFUSERS The supply air diffuser shall be provided with removable key operative volume control dampers. Aluminium supply and return air diffusers shall be powder coated and should have the color of Employer’s choice or shall be extruded Aluminium. Supply/return air linear diffuser shall be Extruded Aluminium construction, square, rectangular, or round diffusers with flush fixed pattern or adjustable flow pattern. Diffusers for different spaces shall be selected in consultation with the Employer/Consultants. Supply air diffusers may be equipped with fixed air-distribution grids, removable key-operated volume control dampers, and anti-smudge rings as per requirements of schedule of quantities. LINEAR DIFFUSERS / GRILLES The linear diffusers/grilles shall be fabricated from the extruded aluminium sections. The diffusion blades shall be die formed, flush mounted type with single or double direction air flow. The frame also of extruded aluminium sections shall hold the louvers tightly in fixed position. The dampers as described under grilles shall be provided wherever specified. FRESH AIR INTAKE AND EXTRACT LOUVERS All the louvers shall be rain protection type and shall be fabricated from galvanized section. The louvers shall additionally be provided with heavy duty expanded metal bird screen and Cowl. They shall be factory made with powder coating finish. The louvers shall be provided with control damper with lever for operation and control of fresh air. APPARATUS & EQUIPMENT CONNECTION Equipment’s such as A/C units shall be connected to ducts by means of double canvas sleeve of 15 inch, asbestos cloth connection of at least 150mm long. Ducts sleeves made of 20 Gauge thick galvanized sheets steel shall be used for duct passing through load bearing walls or partitions. Sleeves shall be provide 25mm clearance all around as per duct or insulated duct. The space between sleeve and duct shall be packed with twisted asbestos. All the sheet metal plenum required to combine the flow of air through fan shall be fabricated out of 18 Gauge galvanized sheet steel suitably brazed as required. Suitable access doors shall be provided for the plenum. PAINTING All ducts immediately behind the grilles / diffusers etc. are to be given two coats of black paint in mat finish.

Page 170: Sample Tender Document

169

TESTING After completion, all duct system be tested for air leakage. The entire air distribution system shall be balanced to supply the air quantity as required in various areas and the final balance of air quantity through each outlet shall be submitted to the Engineer in Charge for approval. ACOUSTIC, THERMAL & UNDERDECK INSULATION THERMAL INSULATION a. The tail end duct shall be insulated in the following manner. b. The insulation material for the chilled water piping shall be 25mm fibreglass material, laminated with Aluminium foil. c. The method of insulation is as under: Clean the surface to be insulated. Apply one coat of primer paint. Fix the insulation of the specified thickness over the surface of the duct tightly. Seal all the joints with 75mm wide PVC tapes. To prevent sagging of the insulation, provide nylon box strapping at every 1500 mm interval. ACOUSTIC INSULATION: The first 3 M of the ducting from the unit outlet shall be acoustically insulated in the following manner: Fibreglass rigid board of 12 mm thick is to be secured on the inside of the duct through GI bolts, GI nuts and GI washers. The insulation shall be covered with tissue paper. Finally, 26 G perforated Aluminium sheet shall be provided over the tissue paper. UNDERDECK INSULATION

Under deck Insulation of the Duct shall be carried out with 50mm thick Fire retardant quality EPS density not less than 20 Kg/m3. The thermal conductivity shall not exceed 0.024 Kcal/hr. Sq.m ºC. APPLICATION - Clean the roof surface which is to be insulated. - Apply 2 coats of Black Japan Paint on ceiling. - Apply a coat of adhesive to the underside of the roof. Insulating material of 50mm thickness shall be fixed in GI frame of 1000 mm x 500mm dimension. Finish with GI washer at joints and laced with binding wire diagonally.

Page 171: Sample Tender Document

170

REFRIGERANT & DRAIN PIPING INSULATION Insulation of refrigerant & drain piping shall be carried out with Nitrile Rubber material. The Nitrile Rubber shall be closed cell structured preformed Pipe sections of minimum 6mm thickness. Application Clean the surface of the pipe, which is to be insulated. Select the size of the section and cut the section longitudinally along with length. The cut shall be straight throughout the length. Apply a thin layer of Adhesive on the surface of the Pipe and leave it to dry for 2-3 minutes. Fix the insulation material after drying and both the surfaces shall be matched properly. Apply self-adhesive black cotton tape on both the longitudinal and circumferential joints. HVAC ITEMS

S.No Material/ Item Description Makes 1 Split type air conditioners Voltas, Blue Star, Carrier, Daikin 2 Cassette type air conditioners Voltas, Blue Star, Carrier, Daikin 3 Condensing Units Voltas, Blue Star, Carrier, Daikin 4 Copper Piping Totoline/ Bluestar/ Mandev 5 Nitril Rubber Insulation Armacell / K-Flex 6 Cables Universal / Finolex 7 PVC Pipe Sudhakar 2mm Thick

Page 172: Sample Tender Document

171

VOL-III DETAILED DESCRIPTION OF CIVIL, PLUMBING,INDUSTRIAL WATER SUPPLY, FIRE FIGHTING, HVAC AND INCLUDING RENOVATION WORKS BOQ ITEMS A) CIVIL WORKS

S.no Item Code Description 1 312001539

Site clearance of work spot including removing of trees, up to bottom level, removing of bushes, felling of the girth ,Removing of the roots and stacking of serviceable material and disposal of surplus unserviceable soil / small and big trees / bushes of debris up to 1KM or site chosen by Engineer-in-Charge including labor etc., complete for finished item of work.

2 312001540

Earthwork in excavation of foundations for buildings, structures, drains, manholes, chambers, pavements, cable trenches, septic tanks, basements, etc., including all lifts in both wet and dry condition, bailing out water, shoring, strutting(if required), stacking/disposal of surplus and un serviceable soil within a lead of 1.0km & spreading in layers and as per specifications and direction of Engineer. In all soils including soft rock/disintegrated rock and hard rock. The excavated earth which is to be used for back filling shall also be disposed and stacked separately at locations indicated by the Engineer within a lead of 1KM: For depth up to 3.5m.

3 312001541

Controlled filling / back filling(with available earth) with mechanical compaction to achieve dry density in all positions under floors, foundations and other places as required by the engineer with available earth from spoil heaps at all heights / depths including transporting, depositing, compacting, dressing, trimming etc., complete as desired in layers not exceeding 150mm including watering, consolidating by mechanical means as per specifications and instructions of the engineer. (The theoretical volume multiplied by 0.95 shall be considered for payment.). a) with available soil from the stock piles within a lead of 1 Km.

4 312001542

Controlled filling / back filling (brought from out side)with mechanical compaction to achieve dry density in all positions under floors, foundations and other places as required by the engineer with approved earth or approved fill material brought from outside, approved by the engineer, at all heights / depths including transporting, depositing, compacting, dressing, trimming etc., complete as desired in layers not exceeding 150mm including watering, consolidating by mechanical means as per specifications and instructions of the engineer. (The theoretical volume multiplied by 0.95 shall be considered for payment.). a) with the soil of approved quality brought from outside.

Page 173: Sample Tender Document

172

5 312001543

Providing Plinth protection with a bed of 100mm thick PCC (1:4:8) using 40mm size HBG metal and on top of PCC, 40mm thick granolithic concrete flooring with CC (1:1:2) prop. Using 6mm to 12mm size graded hard granite machine crushed metal laid monolithically already laid, and finishing the top surface to required smoothness and slopes including Grooves, thread lining as directed by the Engineer - in - charge including cost and conveyance of all materials to site incidental and labor charges like mixing of cement concrete, laying, curing, lift charges etc., complete including cost of CC bed for finished item of work

6 312001544

PCC (1:2:4) prop. using 12 to 20mm size well graded HBG machine crushed chips in foundations and other mass concrete works, manholes, channels, screeds, steps, etc. including cost and conveyance of all materials labor charges, centering/shuttering charges machine mixing charges curing and all other incidental and operational charges etc.

7 312001545

PCC (1:4:8) proportion using 40mm nominal size well graded HBG metal for all leveling courses under foundations, and flooring, including necessary centering / shuttering cost and conveyance of all materials from approved source to site mixing concrete, laying, tamping and curing etc., complete for finished item of work..

8 312001546

Providing and laying in position Ready mixed M25 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 agitator mixer manufactured as per mix design of M25 grade for reinforced cement concrete works including pumping of RMC from transit mixer to site of laying, including cost of centering/shuttering using acrow span, adjustable props up to min 3.50mts to 8.20mts height(floor height) ,cost and conveyance of all materials to site, labour charges,vibrating charges, curing with wet Hessian cloth and all other incidental and operational charges etc., complete but excluding cost of steel and its fabrication charges etc., complete for finished item of work. M25 ready mix concrete works includes footings, column pedestals, plinth beams columns at all heights, roof beams, tie beams and roof slab at all heights. Note: Minimum quantity of OPC will be at 330 kg/cum.

9 312001547

V.R.C.C(1:1.5:3) prop. Nominal Mix using weigh batcher/mixer , 12 to 20mm size well graded HBG machine crushed chips at all depths, heights and levels in all types of lintels, cable trench side walls, bottom slab, sunshades, loft slabs, sill slabs, pre cast slabs and any other minor concrete works including centering / shuttering charges cost and conveyance of all materials to site,

Page 174: Sample Tender Document

173

labor charges, vibrating charges, curing with wet hessian cloth and all other incidental and operational charges etc. complete for finished item of work but excluding cost of steel and its fabrication charges

10 312001548

V.R.C.C(1:1.5:3) prop. Nominal Mix using weigh batcher/mixer , 12 to 20mm size well graded HBG machine crushed chips at all depths, heights and levels in all types of lintels, cable trench side walls, bottom slab, sunshades, loft slabs, sill slabs, pre cast slabs and any other minor concrete works including centering / shuttering charges cost and conveyance of all materials to site, labor charges, vibrating charges, curing with wet hessian cloth and all other incidental and operational charges etc. complete for finished item of work but excluding cost of steel and its fabrication charges. for Roof beams and slabs.

11 312001549

Supply ,Fabricating and fixing in position HYSD / MS or Tor Steel reinforcements of various diameters at all levels and positions including cost of straightening, cutting, laying, bending, cranking and tying with GI wire after placing in positions as directed by the Engineer-in- charge including cost and conveyance of steel and GI wires, lifting, labor charges and concrete cover blocks etc. The overlaps will not be measured seperately, Use steel-Tata Tisco/VSP/Sail Steel only

12 312001550

Supply fabrication and erection of ANY TYPE OF structural steel elements such as Structural steel columns ,beams, stair cases ,angular ladders, fabrication of truss and other minor structural members using angles sections, I Beams, channel sections ,chequered plates, insert plates ,gusset plates, MS Sheets ,MS Pipes, box sections,MS Square bars,MS Flats, all as per specifications including drilling of holes cutting fixing of bolts, nuts, washers, proprietory anchor fasteners/bolts , welding loading transportation and unloading charges including one coat of primer coat and two coats of synthetic enamel paint Asian paint of approved quality etc.,including cost and conveyance of all materials, labour charges and all operational, incidental charges etc., complete for finished item of work Use steel-Tata tisco/VSP/Sail Steel only

13 312001551

Brick Masonry for Non load bearing walls in sub-structure/ super structures in all heights in cement mortar (1:6) Prop. Using best quality table molded light weight bricks having crushing strength of not less than 50 kg/cm2 from approved source including cost and conveyance of all materials, scaffolding, labor charges, racking out joints, curing, cement etc. complete for all heights for finished item of work.

14 312001552

Providing brick work of half-brick thickness using first quality table molded light weight bricks having crushing strength of not

Page 175: Sample Tender Document

174

less than 50 kg/cm2 in cement mortar 1:4 using 2 tor steel bars (8 mm ) embedded in CM at every 900mm height in partition walls, chambers, other works of all shapes, plinths and super structure at all depths and heights as per specifications including cost and conveyance of all materials, scaffolding, labour charges, racking out joints, curing, etc., complete for all heights for finished item of work

15 312001553

Brick Masonry for Non load bearing walls in sub-structure/ super structures in all heights in cement mortar (1:4) Prop. Using best quality table molded light weight bricks having crushing strength of not less than 50 kg/cm2, from approved source including cost and conveyance of all materials, scaffolding, labor charges, racking out joints, curing, cement etc. complete for all heights for finished item of work.

16 312001554

Providing coursed rubble stone masonry in cement mortar of the following proportion in all types of works at all heights and depths with curing, etc., all complete as per specifications and directions of the Engineer. C.M(1:6)

17 312001555

Providing dry rubble stone soling 230 mm thick below grade slab including hand packing and compacting, blinding with morum soil watering, consolidating by mechanical means etc. complete.

18 312001556

Single coat plaster: Providing 12mm thick cement sand plaster smooth finish at all heights in CM(1:4) prop. On ceiling, cable trenches inner surfaces, cornices,sunshades including curing, scaffolding, labour charges etc., complete . The plaster work shall be true to the plumb and square and contractor shall provide proper gauges prior to start of work for approval including cost and conveyance of all materials, scaffolding at all heights, labour charges and all operational, incidental charges etc., complete for finished item of work. The item includes the cost of preparation of drip mould.

19 312001557

External &internal plaster Providing 20mm thick cement-sand plaster in two coats, backing coat 15mm thick in CM (1:6) and finishing coat 5mm thick, finished smooth at all depths and heights in CM 1:3 proportion ,providing chicken mesh at RCC & masonry joints, necessary dabbing, curing, 10x10mm Grooves as required including scaffolding complete as per specifications. (for all heights ). The plaster work shall be true to the plumb and square and contractor shall provide proper gauges prior to start of work for approval including cost and conveyance of all materials, scaffolding at all heights, labour charges and all operational, incidental charges etc., complete for finished item of work.

20 312001558

Providing the following thickness lath plaster/RCM Drop at all heights and locations for vertical fins, facias, bands, drop\s,

Page 176: Sample Tender Document

175

etc., consisting of cement-sand plaster of proportion 1:3, including finishing the exposed faces smooth, provision of wire mesh to reinforcement bars, necessary shuttering, surface preparations, etc., all complete and as per directions of the Engineer. The steel reinforcements shall be paid under reinforcement item. A) 40mm thick

21 312001559

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 and grouting a slurry coat of neat cement using 2.75Kg/Sqm of cement admixed with proprietary water proofing compound conforming to IS-2645 over the RCC slab including cleaning the surface before treatment. b) Laying cement concrete using broken bricks / brick bats 25mm to 100mm size with 50% of cement mortar 1:5 (1 cement : 5 coarse sand) admixed with proprietary water proofing compound conforming to IS-2645 over 20mm thick layer of cement mortar of mix 1:5 (1 cement : 5 coarse sand) admixed with proprietary water proofing similarly the adjoining walls up to 300mm height including rounding of junctions of walls and slabs. c) After two days of proper curing applying a second coat of cement slurry admixed with proprietary water proofing compound conforming to IS - 2645. d) Finishing the surface with 20mm thick joint less cement mortar of mix 1:4 ( 1 cement : 4 coarse sand) admixed with proprietary water proofing compound conforming to IS - 2645 and finally finishing the surface with trowel with neat Cement slurry and making 300 x 300 mm square. 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. (Specification obtain from CPWD) Use River sand & Ultratech / Ambuja cement Note: Contractor to provide 10 year warranty for any leakages, defects, cracks etc. on Rs. 100/- bond paper and is responsible for carrying out repair work until the expiration of warranty period.

22 312001560

TOILET WATERPROFFING-FLOOR Providing and laying water proofing treatment to vertical and horizontal surfaces of Sunken portions of W.C. , kitchen and the like consisting of :i) 1st course of applying cement slurry @4.4 kg/sqm mixed with water proofing compound conforming to IS

Page 177: Sample Tender Document

176

2645 in recommended proportions including rounding off junction of vertical and horizontal surface. ii) IInd course of 20mm cement plaster 1:3 (1 cement 3 coarse sand) mixed with water proofing compound in recommended proportion including rounding off juction of vertical and horizontal surface. iii) IIIrd course of applying blown or residual bitumen applied hot at 1.7 kg. per sqm of area.iv) IVth course of 90 micron thk bituminous waterproofing felt of shalimar make or equivalent (overlaps at joints should be 100mm wide and pasted to each other as per manufacturers instructions.) v) top with a second layer of bitumen @1.2kg/sqm. and finally finished with bituminous aluminum paint. vi) Fill the sunk slab with light weight brick bat coba to an average thickness of 300 mm Rate shall be paid on the basis of floor area of the toilet. The rate is including cost and conveyance of all materials, labour charges and all operational, incidental charges etc., complete for finished item of work..

23 312001561

Providing impervious coat to sides and bottom of drain surfaces, in side of septic tank , in water tank etc. to required slopes with CM (1:3) prop. using screened sand 12mm thick mixed with water proofing compound manufactured by reputed manufacturers as approved by Engineer-in-charge at 1 Kg per one bag of cement, laid over roof slab when it is green, finished smooth with a floating coat of neat cement and thread lining at regular intervals of 45cmx45cm where ever necessary including cost and conveyance of all materials like cement, sand, water proofing compound, water etc., to site, operational, incidental, and labour charges for mixing mortar, laying, lift charges, rendering smooth and thread lining, curing including rounding off junctions of wall and slab etc., complete for finished item of work.

24 312001562

Applying one coat of Asian make Internal primer of manufacture specification on above false ceiling surface at all heights .The rate is including cost and conveyance of all materials, labour charges, scaffolding and all operational, incidental charges etc., complete for finished item of work.

25 312001563

Applying of two coats of brush bond (Fosroc / Dr.Fixit) for water tanks including cost of all materials, labour charges etc., complete for finished item of work.

26 312001564

Providing and applying 2 coats of Premium emulsion paint of Asain make (colour shades as per Consultant/ Owner) over a coat of primer as per specifications of the manufacturer. The rate shall include the cost of the priming coat and three coats of Birla make, “Wallcare”, White cement based putty or equivalent & two coats of painting with necessary surface preparation.

Page 178: Sample Tender Document

177

Including (any old walls) old surface scrapping, brushing, removing paint marks over windows, doors, flooring etc. The rate is including cost and conveyance of all materials, scaffolding at all heights, labour charges and all operational, incidental charges etc., complete for finished item of work for ceiling and internal walls..

27 312001565

Painting with weather proof emulsion paint, water based, modified acrylic paint of Apex Ultima (Asian make ) to exterior faces of new walls over a coat of primer as per specifications of the manufacturer. The rate shall include the cost of the priming coat and three coats of Birla make, “Wallcare”, White cement based water proofing putty or equivalent & two coats of painting with necessary surface preparation. Including removing paint marks over windows, doors, flooring etc. The rate is including cost conveyance of all materials, scaffolding at all heights, labour charges and all operational, incidental charges etc., complete for finished item of work.

28

312001566

Providing & applying 100% acrylic water based textured exterior finish of Asian paints make Apex duracast Fine tex in single coat. Including surface preparation by removing dust, fungus, algae, loose paint etc. with wire brush and cleaning with water. Before application, surface imperfections such as holes, dents and cracks are to be filled with white sand and fine sand in the ratio of 1:3 or Asian pain wall putty. Rate to include application of exterior all primer(x2) prior to application of textured finish. Allow freshly plastered surfaces to cure before applying primer and textured finish. The textured pattern (Trowel, Scratch, Dholpur) shall be approved by Consultant/ Owner. The rate is including cost and conveyance of all materials, scaffolding at all heights, labour charges and all operational, incidental charges etc., complete for finished item of work.

29

312001567

Providing and applying two coats of synthetic enamel paint (Asian make) of approved shade at all locations of approved quality over all surfaces , including ,scaffolding ,cost &conveyance of all materials labor charges.

30 312001568

Providing and applying 2 coats of Premium emulsion paint of Asian make (colour shades as per Consultant/ Owner) over a coat of primer as per specifications of the manufacturer. The rate shall include two coats of painting with necessary surface preparation. Including old walls surface scrapping, brushing, removing paint marks over windows, doors, flooring, cost and conveyance of all materials, scaffolding at all heights, labour charges and all operational, incidental charges etc. complete

31 312001569

Painting with weather proof emulsion paint, water based, modified acrylic paint of Apex Ultima (Asian make ) to exterior faces of old walls with three coats of approved make shade and

Page 179: Sample Tender Document

178

color including self-prime coat including cost and conveyance of materials like paint to site including cost of brushes, scaffolding charges, lift charges and labor charges such as preparing the wall, applying three coats of paint etc. complete for finished item of work in all floors, including old surface scrapping, brushing, crack filling and removing of old paints etc removing paint marks over windows, doors, flooring etc. complete

32 312001570

Provide and applying of Epoxy Paint (Two or More coats) on plastered surface at all locations prepared and applied as per manufacturers specifications including appropriate priming coat preparation of surface etc complete. The rate is including cost and conveyance of all materials, scaffolding at all heights, labour charges and all operational, incidental charges etc., complete for finished item of work.

33 312001571

Providing and laying 9.5 to 10mm thick glossy finished color 1st class Double charged Vitrified tiles (two colours) Nitco (Zodiac or Ultra Charge or Diamond series) or approved equivalent of 2’X2’ in flooring, skirting, dado and in other places in pattern indicated on drawings laid on 20 mm thick cement mortar bed or backing of mix 1:3, with joints properly aligned, filled with proprietary cement grout of approved shade and color (laticrete or Bal endura make ) at all levels and locations to different patterns as per specifications ,and direction of the Engineer all complete. Tiles shall be beveled at the vertical corner joints and horizontal edge joints. Top of skirting/dado shall be finished smooth to line and level. The rate is including cost and conveyance of all materials, labour charges and all operational,incidental charges etc., complete for finished item of work. For Flooring &Skirting

34 312001572

Providing and laying 300x300x8.5 to 9.0 mm thick matt finished/ antiskid Ceramic floor tiles (First quality) of approved color and shade in Toilet flooring. For wall Dadoing ceramic tile of approved color and shade shall be used. The tiles shall be laid on 12mm thick cement mortar bed for the dado and 25 mm thick for the floor with a C.M of mix 1:3, with joints properly aligned, filled with white cement slurry with matching pigment, at all levels and locations to different patterns as per specifications, and direction of the Engineer all complete (glossy or mat finish as required). Tiles shall be beveled / PVC corner beading at the vertical corner joints and horizontal edge joints. Top of skirting/dado shall be finished smooth to line and level.The rate is including cost and conveyance of all materials, labour charges and all operational,incidental charges etc., complete for finished item of work.

35 312001573

Providing and laying cement concrete flooring of 100 mm thick with concrete hardener topping, under layer 88 mm thick cement

Page 180: Sample Tender Document

179

concrete (1:11/2:3) (1 cement : 11/2 sand : 3graded stone aggregate 20mm nominal size) with nominal steel and top layer 12mm thick cement hardener consisting of mix 1:2 (1 cement hardener mix : 2 graded stone aggregate 6 mm nominal size by volume, hardening compound of approved make & brand mixed at 2 lit/50 kg of cement or as per manufacture specification. The rate includes cost of centering if any all, including cost and conveyance of all materials, labour charges and all operational, incidental charges etc., complete for finished item of work. but excluding cost of steel which will be paid separately and finished smooth to level for finished item of work

36

312001574

Providing and laying cement concrete flooring of 150 mm thick with concrete hardener topping, under layer 138 mm thick cement concrete (1:11/2:3) (1 cement : 11/2 sand : 3graded stone aggregate 20mm nominal size) with nominal steel and top layer 12mm thick cement hardener consisting of mix 1:2 (1 cement hardener mix : 2 graded stone aggregate 6 mm nominal size by volume, hardening compound of approved make & brand mixed at 2 lit/50 kg of cement or as per manufacture specification. The rate includes cost of centering if any all, including cost and conveyance of all materials, labour charges and all operational, incidental charges etc., complete for finished item of work. but excluding cost of steel which will be paid separately and finished smooth to level for finished item of work

37 312001575

Providing and laying M40 grade with heavy duty designer and reflective Interlocking /paver blocks /tiles 60 mm thick of approved color, shade and shape laid over sand bed of 50 mm thick. The Rate includes duly leveling the existing ground, cost and conveyance of all materials, labour charges and all operational, incidental charges etc., complete for finished item of work.(and locations to different patterns as per Specifications, and direction of the Engineer all complete )

38 312001576

Granite flooring for Stair case Providing & laying polished granite stone flooring using 18 mm to 20 mm thick machine cut & mirror polished granite treads/risers/sills/ledges 300-450mm wide in one or two pieces (each piece not less than 6' length), square cut nosing slightly softened by rounded / chamfered as required in one piece or long length as directed, set in cement mortar (1:4) and in average thickness of 30mm fixed with cement float ,including grooves etc. complete as directed .The Rate is including cost and conveyance of all materials, labour charges and all operational, incidental charges etc., complete for finished item of work.(While selecting the granite 40% of the quoted price will be treated towards labour and material for laying)

39 312001577

Providing & laying polished granite stone cladding using18-

Page 181: Sample Tender Document

180

20mm thick granite, machine cut, mirror polished, and quarter round mirror polished edges as required in long lengths and widths as directed, set in cement mortar (1:3) and in average thickness of 12mm thick, fixed with cement slurry of 3.3kg/sqm, including filling joints with proprietary grout of matching colour, pointing etc. complete as directed)The Rate is including cost and conveyance of all materials, labour charges and all operational, incidental charges etc., complete for finished item of work.(While selecting the granite 40% of the quoted price will be treated towards labour and material for laying)

40 312001578

Providing & laying polished granite stone lining(Skirting) using18- 20mm mm thick granite, machine cut, mirror polished, and quarter round mirror polished edges as required in long lengths and widths as directed, set in cement mortar (1:3) and in average thickness of 12mm thick, fixed with cement slurry of 3.3kg/sqm, including filling joints with proprietary grout of matching colour, pointing etc. complete as directed)The Rate is including cost and conveyance of all materials, labour charges and all operational, incidental charges etc., complete for finished item of work.(While selecting the granite 40% of the quoted price will be treated towards labour and material for laying)

41 312001579

Supplying and fixing of Funder max tiles of 6mm thickness including cost and conveyance of all materials, scaffolding, all taxes, transportation etc., complete

42 312001580

TW DOOR FRAME Providing& fixing of wood work in frames of doors, wrought framed and fixed in position made out of Second class teak wood including hold fasts, transportation labor charges, filling gaps, dents etc. with appropriate wooden putty with one coat of primer and two coats synthetic enamel paint of two coats, with bitumen paint on the surface contact with brick works/concrete. The Rate is including cost and conveyance of all materials, labour charges and all operational, incidental charges etc., complete for finished item of work.

43 312001581

Providing and fixing 40microns pure polyester coated aluminum fixed cumdouble action floor spring type Door(Single or Double shutter) if IS standard using Indal series 4617 & 4616 if dimension 101.6 X 44.45 X 3.18 mm thick for the fixed and door outer frame and for shutters using Door Verticals of jindal series: 4504 of dimension 47.62 X 44.45 X 3.18 mm thick, Door Top of jindal Series: 4506 of dimension 47.62 X 44.45 X 3.18 mm thick, door middle divider of jindal series: 4621 of dimension 49.91 X 44.45 X 3.0 mm thick and for door bottom of jindal series: 4530 of dimension 114.30 X 44.45 X 3.18 mm thick with 5.5 mm thick toughened tinted glass , fitted with EPDM gaskets and snap on clips of jindal series: 4420including

Page 182: Sample Tender Document

181

all accessories, complete with fabrication, errection and installation at site. provided with floor spring 8293 Godrej model (1No. per each shutter), including all fittings such as 150mm to 230mm handles fitted with suitable aluminum glazing clips and EPDM gasket, including all hardware fittings like 300mm tower bolts Dorset make/Godrej etc., aluminum clips,6 lever GODREJ lock, bolts, EPDM gaskets etc., as per specifications, and directions of Engineer. The measurement for payments shall be for the full opening including frames. Use Aluminum section Jindal /Indal makes and also hardware fittings Godrej/Dorset makes only. Contractor to verify the lock rail size with reference to the approved 6 lever godrej lock and submit the door shop drawings for approval. The Rate is including cost and conveyance of all materials, labour charges and all operational, incidental charges etc., complete for finished item of work.

44 312001582

Solid core flush door laminated on both sides Providing and fixing 35mm thk Solid core BWP (Boiling water proof) grade of Greenply Optima Red or equivalent approved make , made out of specifically selected & well-seasoned hardwood timber. The solid Block Board core to be framed with seasoned hardwood battens and strengthened by a layer of cross-bands with face veneer on both side of the core. The flush doors shall conform to IS-2202 (part I). The flush door shall have 12mm TW lipping all around, polished finish at edge, color to match door laminate. Both faces of the door shall be finished with 1mm thk laminate (Factory pressed) of sun mica, formica, greenlam, color as approved by Consultant/owner, and provide 6mm thk glazing view panel of size 8”x2’0” above the handle. with all necessary hardware fittings 1) Hinges (4 nos) of size 100x75x3 with SS304 satin finish (Model no- HG1153 SS-Dorset or equivalent Godrej make), mortice lock of Godrej make (Model No.8838) or equivalent dorset make, Euro profile indus handle set (2 nos) of SS304 satin finish (Model no- 9225 of Godrej ,make )or equivalent dorset , Heavy duty door closer of Godrej make Model No.7849 or equivalent dorset make, 230mm Tower bolts (1 nos) with SS304 satin finish (Model no-8577) , Door stoppers (1 nos) satin finish (Model no- 8830) etc. as required . complete Manufacturer of Solid flush door – Kalpataru Doors or equivalent equivalent above specification matching with the manufacture specification Note: before procuring above item contractor must take permission from consultant/Owner.

45 312001583

SEMI UNITED STRUCTURAL GLAZING: Providing and fixing 40microns pure polyester coated Semi unitized aluminium structural glazing using Section No: 4517 of dimension: 81.16 X

Page 183: Sample Tender Document

182

50 X 38.5 X 2mm thick for the wall frame and for Mullion and transom using Section No: 4509 of dimension: 81.16 X 67 X 2mm thick and with 5.5mm reflective toughened tinted glass fixed to the sub frame Section 4551 of dimension 48.1 X 37 X 27mm X 1.5 thick with spacer tape and structural sealant of Dow corning 995 fixed to the main frame with holding cleats of Section No: 4512 and sealing the outside groove with Dow Corning weather sealant 789, including all accessories, complete with fabrication, erection and installation at site. The Rate is including cost and conveyance of all materials, labour charges and all operational, incidental charges etc., complete for finished item of work.

46 312001584

DOMAL SLIDING WINDOWS ON THREE TRACK SECTIONS WITH S.S MESH: Providing and fixing 40microns pure polyester coated aluminum Domal aluminum sliding windows using three track section Agarvanshi Alluminium Ltd. or equivalent Sections No: 3127 of dimension 126 X 36.5 X 1.6 mm thick, shutter sections of Section No: 3122 of dimension 27 X 65 X 1.5 mm thick, inter lock strip of section No: 3119 and for fixed using Jindal section No: 2431, with two shutters of 5.5 mm thick toughened tinted glass one shutter with S.S Mesh from outside for the cover the whole window, EPDM gaskets, locking arrangements including all quality accessories and installation at site. The Rate is including cost and conveyance of all materials, labour charges and all operational, incidental charges etc., complete for finished item of work.

47 312001585

CASEMENT WINDOWS: (Openable) Providing and fixing 40 microns pure polyester coated aluminium casement windows with tabular sections using Jindal series: 8804 of 46.0 X 44.0 X 44.0 X 33.6 X 1.4mm thick for window outer frame, mullion section of Jindla series: 8803 of 38.0 of 38.0 X 34.2 X 59.0 X 1.4 mm thick and shutter 'Z' section of Jindal series: 8802 of 46.0 33.6 X 44.0 X 1.4 mm thick with 5.5mm thick toughened tinted glass , fitted with snap on clip of jindal series: 4425 and EPDM gaskets, shutters mounted on stainless steel friction hinges, Ebco handles, including all accessories, complete with fabrication, erection and installation at site. The Rate is including cost and conveyance of all materials, labour charges and all operational, incidental charges etc., complete for finished item of work.

48 312001586

CASEMENT WINDOWS: (Openable) Providing and fixing 40 microns pure polyester coated aluminium casement windows with tabular sections using Jindal series: 8804 of 46.0 X 44.0 X 44.0 X 33.6 X 1.4mm thick for window outer frame, mullion section of Jindla series: 8803 of 38.0 of 38.0 X 34.2 X 59.0 X 1.4 mm thick and shutter 'Z' section of Jindal series: 8802 of 46.0 33.6 X 44.0 X 1.4 mm thick with SS flymesh , fitted with snap

Page 184: Sample Tender Document

183

on clip of jindal series: 4425 and EPDM gaskets, shutters mounted on stainless steel friction hinges, Ebco handles, including all accessories, complete with fabrication, erection and installation at site. The Rate is including cost and conveyance of all materials, labour charges and all operational, incidental charges etc., complete for finished item of work.

49 312001587

Fixed aluminium Glazing windows: Providing and fixing 40microns pure polyester coated aluminium glazing windows using 63.5 X 38.1 X 3.18 mm rect. Box sections of Jindal series: 4605 with 5.5mm thick toughened tinted glass ,rubber beading ,aluminium clips including all accessories, complete with fabrication erection and installation at site.The Rate is including cost and conveyance of all materials, labour charges and all operational, incidental charges etc., complete for finished item of work.

50 312001588

DOMAL SLIDING WINDOWS ON THREE TRACK SECTIONS WITH S.S MESH AND ALUMINIUM GRILL: Providing and fixing 40microns pure polyester coated aluminum Domal aluminum sliding windows using three track section Agarvanshi Aluminium Ltd. or equivalent Sections No: 3127 of dimension 126 X 36.5 X 1.6 mm thick, shutter sections of Section No: 3122 of dimension 27 X 65 X 1.5 mm thick, inter lock strip of section No: 3119 and for fixed using Jindal section No: 2431, with two shutters of 5.5 mm thick toughened tinted glass one shutter with S.S Mesh from outside for the cover the whole window including aluminium grill, EPDM gaskets, including all quality accessories and installation at site. The Rate is including cost and conveyance of all materials, labour charges and all operational, incidental charges etc., complete for finished item of work.

51 312001589

LOUVERS: Providing and fixing 40microns pure polyester coated aluminium louvers using 63.5 X 38.1 X 3.18 mm rect. Box sections of Jindal series: 4605 with 4" glass louver blades of 5.5mm thick of toughened tinted glass , including all accessories, complete with fabrication erection and installation at site.The Rate is including cost and conveyance of all materials, labour charges,Glass and all operational, incidental charges etc., complete for finished item of work.

52 312001590 Supply, fabricating and fixing of welded steel wire mesh /weld

mesh (25x25xmm at 13 gauges) including two coats of synthetic enamel paint over primary coat, welding charges, labor charges etc. The structural steel framing required for this item will be measured separately in the fabrication of structural steel item

53 312001591

Supply and fixing of 19mm thick BWR Plywood box of required size including grill , putty, enamel paint, labour charges,

Page 185: Sample Tender Document

184

hardware fittings etc., complete 54 312001592

Providing &fixing 18 mm to 20mm thick polished Granite slabs of approved shade at wash basin counter, including cutting, rounding of the edges, providing 75 mm high apron with half round moulding, finishing, other necessary bye-works all complete as per direction of the engineer .The granite slab shall be of single piece. The Rate is including cost and conveyance of all materials, labour charges and all operational, incidental charges etc., complete for finished item of work.(While selecting the granite 40% of the quoted price will be treated towards labour and material for laying)

55 312001593

Supplying and fixing rolling shutters of approved make, made of requiredsize M.S. laths, interlocked together through their entire length and jointed together at the end by end locks, mounted on specially designed pipe shaft with brackets, side guides and arrangements for inside and outside locking with push and pull operation complete, including the cost of providing and fixing necessary 27.5 cm long wire springs manufactured from high tensile steel wire of adequate strength conforming to IS: 4454 - part 1 and M.S. top cover of required thickness for rolling shutters and also including with two coats of synthetic enamel paint of approved shade and colour over a primary coat, making chases in wall/floor,grouting the clamps in PCC M-15C in all complete as per specifcations, and instructions of Engineer.The Rate is including cost and conveyance of all materials, 7 lever Godrej Nav-Tal lock with 3 keys for each shutter and also grill to be provided at two places above 0.9m height , labour charges and all operational, incidental charges etc., complete for finished item of work. 80x1.25 mm M.S. laths ,with ball bearing and mechanical device for operation

56 312001594

Supplying and fixing rolling shutters of approved make, made of requiredsize M.S. laths, interlocked together through their entire length and jointed together at the end by end locks, mounted on specially designed pipe shaft with brackets, side guides and arrangements for inside and outside locking with push and pull operation complete, including the cost of providing and fixing necessary 27.5 cm long wire springs manufactured from high tensile steel wire of adequate strength conforming to IS: 4454 - part 1 and M.S. top cover of required thickness for rolling shutters and also including with two coats of synthetic enamel paint of approved shade and colour over a primary coat, making chases in wall/floor,grouting the clamps in PCC M-15C in all complete as per specifcations, and instructions of Engineer.The Rate is including cost and conveyance of all materials, 7 lever Godrej Nav-Tal lock with 3 keys for each shutter labour charges and all operational, incidental charges

Page 186: Sample Tender Document

185

etc., complete for finished item of work. 80x1.25 mm M.S. laths ,with ball bearing and mechanical device for operation

57 312001595

Providing & Fixing of Armstrong Mineral Fibre Acoustical Suspended Ceiling System with Dune (Bevelled Tegular) Edge Tiles With Armstrong 15mm Exposed GRID. The tiles should have Humidity Resistance (RH) of 99%, NRC 0.5, Light Reflectance ≥85%, Thermal Conductivity k = 0.052 - 0.057 w/m K, Colour White, Fire Performance UK Class 0 / Class 1 (BS 476 pt - 6 &7) in module size of 600 x 600 x 16mm , suitable for Green Building application, with Recycled content of 32%. The tile shall be laid on Armstrong Silhouette profile grid system with 15mm white flanges incorporating a 6mm central reveal in white/black colour and with a web height of 45mm and a load carrying capacity of minimum 15.68 Kgs/M2 & minimum pull out strength of 100 Kgs.. Silhouette, Main Runners & Cross Tees to have mitred ends & “birdsmouth” notches to provide mitred cruciform junctions. The T Sections have a Galvanizing of 90 grams per M2 and need to be installed with Suspension system of Armstrong make. . The Tile & Grid system used together should carry a 30 year warranty. INSTALLATION: To comprise main runner spaced at 1200mm centres securely fixed to the structural soffit using Armstrong suspension system (specifications below) at 1200mm maximum centre. The First/Last Armstrong suspension system at the end of each main runner should not be greater than 450mm from the adjacent wall. Flush fitting 1200mm long cross tees to be interlocked between main runners at 600mm centre to form 1200 x 600 mm module. Cut cross tees longer than 600mm require independent support. 600 x 600mm module to be formed by fitting 600mm long flush fitting cross tees centrally between the 1200 mm cross tees. Perimeter trim to be Armstrong wall angles of size 3000x19x19mm, secured to walls at 450 mm maximum centres.

58 312001596

Providing & Fixing of Armstrong Mineral Fibre Acoustical Suspended Ceiling System with ULTIMA (MICRO LOOK) EDGE TILES WITH ARMSTRONG SILHOUETTE EXPOSED GRID. The tiles should have Humidity Resistance (RH) of 95%, NRC 0.70, Light Reflectance >90%, Thermal Conductivity k = 0.052- 0.057 w/m K, Colour White, Fire Performance A2-s1.d0 in module size of 300 X 1200 X 19 mm with Bio Block coating in the front & back of the tile, suitable for Green Building application, with Recycled content of 70-80%. The tile shall be laid on Armstrong Silhouette profile grid system with 15mm white flanges incorporating a 6mm central reveal in white/black

Page 187: Sample Tender Document

186

colour. Silhouette, Main Runners & Cross Tees to have mitred ends & “birdsmouth” notches to provide mitred cruciform junctions. The T Sections have a Galvanizing of 90 grams per M2 & passed through 500 hrs of Salt test. The Tile & Grid system used together should carry a 15 year warrantee. INSTALLATION: To comprise main runner (with 300mm spaced mitre cut) spaced at 1200mm centres securely fixed to the structural soffit using Armstrong suspension system (specifications below) at 1200mm maximum centre & not more than 150mm from spliced joints. The First/Last Armstrong suspension system at the end of each main runner should not be greater than 600mm from the adjacent wall. 1200mm long cross tees (without central mitre cut) to be interlocked between main runners at 300mm centre to form 1200 x 300 mm module. Cut cross tees longer than 600mm require independent support. Perimeter trim to be Armstrong shadow wall molding (dimensions: 19x7x7x14mm), secured to walls at 450 mm maximum centres.The Rate is including cost and conveyance of all materials, labour charges and all operational, incidental charges etc., complete for finished item of work.

59 312001597

Supplying and Fixing of vertical Venetian blinds 100 mm wide Vista / Max make with all accessories including fixing etc., The Rate is including cost and conveyance of all materials, labour charges and all operational, incidental charges etc., complete for finished item of work.

60 312001598

Supplying and laying RCC non -pressure pipes of 450mm diameters including Collars jointed with stiff mixture of cement mortar in 1;2 proportion and aligning , jointing etc, to correct slopes including all bye works complete as per specifications, and directions of the Engineer.The Rate is including cost and conveyance of all materials, sales and other taxes on all materials, labour charges and all operational,incidental charges etc., complete for finished item of work. a)450mm dia(NP-3 Class pipes)

61 312001599

Supplying and laying RCC non -pressure pipes of 300mm diameters including Collars jointed with stiff mixture of cement mortar in 1;2 proportion and aligning , jointing etc, to correct slopes including all bye works complete as per specifications, and directions of the Engineer.The Rate is including cost and conveyance of all materials, sales and other taxes on all materials, labour charges and all operational,incidental charges etc., complete for finished item of work.

a) 300mm dia(NP-3 Class pipes) 62 312001600

Heavy Duty SS railing system Providing and fixing modular Heavy duty Stainless steel (grade

Page 188: Sample Tender Document

187

SS 304) railing system of 42 inches high consisting of 1.5 inch diameter hand rail and assist rail. The maximum post spacing to be at every third step. The finish to be #6 (380 Grit) Brushed Satin. The entire system to be engineered and installed by the manufacturer. Basis of Design – VIVA / V-RAIL specification Railings Model - CUBE Multiline

63 312001601

Heavy Duty SS railing system Providing and fixing modular Heavy duty Stainless steel (grade SS 304) railing system of 42 inches high consisting of 1.5 inch diameter hand rail and assist rail. The maximum post spacing to be at every third step. The finish to be #6 (380 Grit) Brushed Satin. The entire system to be engineered and installed by the manufacturer. Basis of Design – VIVA / V-RAIL specification Railings Model – Guard Rail

64 312001602

Providing 110 mm Dia P.V.C. down water take pipes 2.5mm thick 4 Kg/cm2 ISI marked, including cost of necessary P.V.C. Bends, shoes, iron clamps and all other accessories and fixing in position including cost and conveyance of all materials to site, sales and other taxes, operational, incidental etc., including lift charges and labor charges for fixing at site etc., complete for finished item of work in all floors (APSS No.1328) including clamps, including supply &fixing of jelly also etc complete.The Rate is including cost and conveyance of all materials, labour charges and all operational, incidental charges etc., complete for finished item of work.

65 312001603

Wooden beading with design Providing and fixing of 35mm x 12mm Teak wood design beading (contractor has to provide samples for approval by Consultant/Owner) to be fixed at door frame and masonry junction including painting to match door frame.

Page 189: Sample Tender Document

188

66 312001604

Decorative PVC doors Supplying and fixing of 35mm thick Solid routed decorative PVC laminated doors as per ISI IS: 2202 (part 1) 1999 Flush doors- Solid core, Finger jointed style & rail vacuumed pressed, chemically treated borer free (VPT), hot pressed BWP Grade bonded with Phenol Formaldehyde Resin. Solid Routed and laminated with 0.35mm thk, UV coated, Decorative PVC sheets (both side) as per IS 2202 with approved shades of PVC by Consultant/Owner. The hardware includes 1-Hinges (4 nos make dorset model NO.HG1153 SS or equivalent Godrej make of size 100x75x3 with SS304 satin finish ,Door handle (2nos) of 150mm with SS304 satin finish, Aldrop (1 nos) of size 200x16mm with SS304 satin finish (Model no-8539) and 150mmTower bolts (1 nos) with SS304 satin finish (Model no-8577)Godrej/Dorset make complete. Manufacturer of door – Kalpataru Doors or equivalent above specification matching with the manufacture specification . Note: Note: before procuring above item contractor must take permission from consultant/Owner.

67 312001605

Red soil Providing and Laying in red soil/ sweet soil for plantation. Item includes transportation, leveling, watering, compacting etc as per the instructions of the Engineer in-charge.The Rate is including cost and conveyance of all materials, labour charges and all operational, incidental charges etc., complete for finished item of work.

68 312001606

Providing and fixing of Expansion joint filler board for buildings, columns, beams and slabs 25 mm thick including cost and conveyance of all materials to site, all incidental, operational, labour charges etc. complete for finished item of work

69 312001607

Providing Expansion joint treatment with poly sulphide compound of approved make of finished size 25 x 12mm including making of 25mm x 12mm groove and primer coat over finished groove with finishing of edges true to straight line and level over the finished surface of expansion joint including cost and conveyance of all materials, labour charges and all operational, incidental charges etc., complete for finished item of work. as per approved drawing (for all floors on top of slab i.e in the flooring and for internal vertical joints of grooves in dadooing surface)

70 312001608

Providing and fixing of 24 gauge alluminium sheet over expansion joint groove of width 15cm fixed to walls / columns at one edge and resting over the other block walls/columns concealing expansion joint with slotted holes for free edge of aluminium sheet to facilitate free movement of aluminium sheet over the finished surface of expansion joint and wall face using

Page 190: Sample Tender Document

189

sheet metal screws with nylon receiver complete including cost and conveyance of all materials, labour charges and all operational, incidental charges etc., complete for finished item of work. as per approved drawing (for all floors for vertical joints and bottom of slab)

71 312001609

FULL HEIGHT PARTITION WITH SINGLE LAYER OF MOISTURE RESISTANT GYPSUM BOARD ON BOTH SIDES (Height from FFL to soffit of Structural Ceiling) - (India Gypsum make only) Providing and & fixing in place partitions of overall thickness of 100 mm, formed out of the following components. A)Framework: Providing and fixing framework made of special section power pressed from M.S.sheet and galvanized with zinc coating of grade 175 (specification of GI), consisting of floor and ceiling channel 75mm wide (U-Floor channel) having equal flanges of 32mm width 0.50mm thick fixed to floor /ceiling at the spacing of 610mm center to center with dash fastener of 12.5mm diameter 40mm length and studs 72mm wide having one flange of 34mm and other flange 36mm and 0.50mm thick fixed vertically within flanges of floor and ceiling channel and placed at a spacing of 610mm c/c by 6mm dia. bolts and nuts at both ends of partitions fixed flush to wall with rawl plugs at the spacing of 450mm c/c. (Note : Horizontal intermediates are required at 1.2 m interval in case the height of frame work exceeds 3m to strengthen vertical studs. The items also to include for additional horizontal/vertical supports where door/window openings. B)Cladding The framework to be cladded on both sides with SINGLE layers of 12.5 mm thick tapered edge Moisture resistant Gypsum board of India gypsum make with 0.5hr fire resistance, in line and level fixed with dry wall screws of 25 mm and finished with proprietary jointing tape and compound as per manufacturer's specification. Joints to be sand papered to achieve a smooth and seamless finish. C)Finishes Two coats of gypboard primer to be applied to finished surfaces and then smoothened using chalk putty as directed. Special Provisions a) Contractor to make provision for all electrical/networking boxes as required. Electrical/Network boxes /other services to be provided at desired height and location as indicated in the drawing. b)All exposed edges / corners/ grooves to have proprietary corner / edge bead sections/channels as per Consultant's

Page 191: Sample Tender Document

190

instructions At all locations where services are penetrating the partition above c)false ceiling to have additional GI frame work around the duct/cable tray/pipe and the gaps between the frame work and service to be filled with appropriate fire stop material as directed Note: Measurement is upto cladding and support upto ceiling height to be included

72 312001610

Providing and fixing 40 mciron Pure polyester coated aluminium partition using 101.6X44.45X3.18mm rect. Box sections of jindal series:4616&4617 with 12mm thick both sides pre-laminated particle boards of approved colour and 5.5mm thick toughened tinted glass the panels fitted with snap on clips EPDM gaskets including all acessories complete with fabrication ,erection and installation at site. The Rate is including cost and conveyance of all materials, labour charges and all operational, incidental charges etc., complete for finished item of work.

73 312001611

Providing and laying Poly vinyl chloride sheet 2mm ("Armstrong Floor" or equivalent conforming to IS : 3462) of approved shade and sizes using approved rubber based adhesives including rolling with a light wooden roller weighing about 5kg. And shall be pressed properly to avoid undulations and air bubbles, to correct line and level, all complete as directed by the engineer.The joints between the sheets shall be suitably fused/cautered to make the entire surface seamless. The base surface shall be cleaned thoroughly to make it absolutely dust free and damp free before laying of the sheets.The entire surface shall be thoroughly cleaned with liquid and soap water before handing over. The measurement shall be as per net surface area in laid condition.The Rate is including cost and conveyance of all materials, labour charges and all operational, incidental charges etc., complete for finished item of work

74 312001612

Supplying and laying of Dry stone pitching 22.5cm thick for toe wall and embankment slopped portion including supply of stones and preparing the surface,laying of stones and jointing/pointing with CM(1:3) including cost and conveyance of all materials and labour charges etc., complete for finished item of work

75 312001613

Supply and fixing of Anodized sections (101.6X44.45X2.0mm) aluminum frame with 12mm thick soft wood with velvet cloth and sliding 5mm thick plain glass with locking arrangement

76 312001614

Supply and Fixing of full form following building names as 1. Centre for Engineered Coatings. 2. Centre for Laser Processing of Materials. 3. Centre for Ceramic Processing. The above Three buildings in English made out of first quality 304 stainless steel sheets(Laser Cut Letters) of size

Page 192: Sample Tender Document

191

300mmX300mm (the width of letter will be chosen based on simulation) as per given specifications and drawing details. The contractor to submit all details with 3D view and simulation system for approval by ARCI.

77 312001615

Supplying and fixing aluminum composite cladding of approved make (Alucopanel, alucobond, Reynobond, , Alpolic, Alcomat, etc.,) with skin material 0.5 mm thick aluminum sheet cover material natural polyethylene aluminum cladding panel fixed with extruded aluminum basis frame (50x25x1.5mm) angle cleats, weather sealants, rivets, GI brackets all as approved, using suitable bolts on structural steel work including necessary accessories complete in all respects including all scaffolding and labor charges etc., complete for finished item of work but excluding cost of structural steel fabrication, if any, ACP Cladding - 4 mm thk with tray type fixing arrangement. Provide and fix GI sheet 2 mm thick with other necessary supports for fixing stainless steel letters on ACP CLADDING.(co-ordinate with signage contractor for location and size of GI plate)

78 312001616

Providing and fixing precoated galvanised iron profile sheets at a height of 12.00mts including scaffolding,Ridges plain(500-600mm) (size, shape and pitch of corrugation as approved by Engineer-in-charge) 0.50 mm (+ 0.05 %) total coated thickness with zinc coating 120 grams per sqm as per IS: 277, in 240 mpa steel grade, 5-7 microns epoxy primer on both side of the sheet and polyester top coat 15-18 microns. Sheet should have protective guard film of 25 microns minimum to avoid scratches during transportation and should be supplied in single length upto 12 metre or as desired by Engineerin- charge. The sheet shall be fixed using self drilling /self tapping screws of size (5.5x 55 mm) with EPDM seal, complete upto any pitch in horizontal/ vertical or curved surfaces, excluding the cost of purlins, rafters and trusses and including cutting to size and shape wherever required.The Rate is including cost and conveyance of all materials, labour charges and all operational, incidental charges etc., complete for finished item of work.

79 312001617

Providing and fixing precoated galvanised steel sheet roofing accessories 0.50 mm (+ 0.05 %) total coated thickness, Zinc coating 120 grams per sqm as per IS: 277, in 240 mpa steel grade, 5-7 microns epoxy primer on both side of the sheet and polyester top coat 15-18 microns using self drilling/ self tapping screws complete : Gutter .(600 mm over all girth)

80 312001618

Drilling 16mm dia holes in the sill level concrete beam of required numbers as per the drawing and the direction of engineer to a depth of 150 mm and removal of dust etc., and clearing the holes to receive the dowel rods

81 312001619

Fixing and erecting the 12 mm dia column rods tothe sill beam in

Page 193: Sample Tender Document

192

prepared holes using lockset of Fosroc or equivalent as directed by engineer-in-charge for column reinforcement

82 312001620

Fixing of MS struts using 60 X 60 X 4 mm thick square hollow section YST 310 grade (Tata make) with 8 mm thick MS plates at top and bottom as shown in the drawing at the specified locations tightly between sill level beam & lintel level beam. The gaps if any between the plate and the concrete surface are to be filled with steel wedges and non shrink cementious grout all the steel sections i.e., pipe and MS plate are to be painted with anti corrosive paint of 2 coats as directed by Engineer-in-charge

83 312001621

Encasing the steel struts with brick masonry using light weight bricks in cement mortar (1:4) and finishing the surface with 12 mm thick cement plaster in CM (1:3) to receive window of specified size as shown in the drawing

84 312001622

Providing Vertical Telescopic scaffolding MS pipes for the ground floor slab and beam wherever required and as per the instructions of the consultant/Engineer-in-charge to stengthen the existing Ground floor slab while laying First floor RCC slab and also during the removal of the existing window and replacing the proposed windows till the completion of the above work

85 312001623

GI PIPE:- Supply/installations of GI pipe of 100mm dia with all types of GI bends/T's/L's/ Coupling as per site conditions class B pipe for the run of power cable GI pipe make: Tata Note: Before supply/ installations, contractor must take permission from ARCI officials.

86 312001624

GI PIPE:- Supply/installation of GI pipe of 50mm dia with all types of GI bends/T's/L's/ Coupling as per site conditions class B pipe for the run of LAN cable to the building premises GI pipe make: Tata Note: Before supply/ installations, contractor must take permission from ARCI officials.

87 312001625

Dismantling barbed wire or flexible wire rope in fencing including all earth work and dismantling of concrete, removing of fencing posts or struts, making rolls and stacking within 50 meters lead. including labour charges , transportation etc., complete.

88 312001626

Dismantling / cutting of RCC items / RCM Drops and cutting of different dia of reinforcement bars, disposal of dismantled materials up to 1KM lead including cost of hire charges of cutting equipment, labor charges etc complete finished item of work including stacking of the used material at designated place as advised by the engineer in charge.

89 312001627

Removing and Refixing of Firehydrant point including Removing and refixing of MS existing diameter pipe and also providng approximate 5RM new MS Pipe

Page 194: Sample Tender Document

193

90 312001628

Closing of borewell

91 312001629

Removal of plastering/dead mortar if any over the top of sill level beam and bottom of lintel beam and cleaning the surface exposing the original concrete surface and cleaning with air blower

92 312001630

Dismantling / cutting of Brick wall / Lime sand brick walls,/stone masonry and disposal of dismantled materials up to 1KM lead including cost of hire charges of cutting equipment, labor charges etc complete finished item of work

93 312001631

Dismantling doors, windows and clerestory windows (steel or wood) shutter including chowkhats, architrave, holdfasts etc. complete and stacking within 50 metres lead :

94 312001632

Demolish existing flooring Remove existing ceramic tile / vitrified / any other type of flooring and disposing unserviceable material up to 2kms lead as per direction of engineer-in-charge.

95 312001633

Dismantling/Removing of Angle frame with wire mesh including angle frame with mesh door etc. complete and stacking within 1.0km lead as per direction of Engineer-in-charge

96 312001634

Dismantling/Removing of AC Sheet with MS Pipe/Angles at a height 12.00 mts including labour charges scaffolding charges, disposal of dismantled materials up to 1KM lead including cost of hire charges of etc complete finished item of work including stacking of the used material at designated place as advised by the engineer in charge.

97

312001635

Removing of existing false ceiling and AC ducts including at a height of 6.00mts including labour charges scaffolding charges, disposal of dismantled materials up to 1KM lead including cost of hire charges of etc complete finished item of work including stacking of the used material at designated place as advised by the engineer in charge.

98 312001636

Lighting fixtures :- Removing and Re fixing, Testing and commissioning of existing light fixtures of 2x36W Mirror optic with required accessories like S.S Chain, S.S clips, 3Core 1.5sqmm flexible copper cable for tap power from ceiling rose.etc.,complete and erecting should be as directed by ARCI staff.

99 312001637

Lighting fixtures :- Removing and Re fixing, Testing and commissioning of existing light fixtures of 1x28W T5 Fittings with required accessories like 2no's of Brass anchor bolts, S.S Chain, S.S clips, 3Core 1.5sqmm flexible copper cable for tap power from ceiling rose.etc, complete and erecting should be as directed by ARCI staff.

100 312001638

Lighting fixtures :- Removing and Re fixing, Testing and commissioning of existing light fixtures of Low Bay with

Page 195: Sample Tender Document

194

required accessories like S.S Chain, S.S clips, 3Core 1.5sqmm flexible copper cable for tap power from ceiling rose.etc, complete and erecting should be as directed by ARCI staff

101 312001639

Concentrations as per IS 6313-1981 Part II for pre-constructional anti-termite treatment and creating a chemical barrier under and all-round the column pits, foundation, wall trenches, plinth filling, junctions of wall and floor, expansion joints, apron, surrounding of pipes, conduits etc., along the perimeter of the building including all bye-works complete as per specification and direction of Consultant. Only ground floor plinth area of the building will be measured for the payment. Work to be executed by M/s Pest Control (India) or any other approved agency and specified guarantee for 10 (ten) years shall be furnished by the tenderer. SPECIFICATIONS ANTI - TERMITE TREATMENT 1.0 GENERAL 1.1 Pre-constructional anti–termite treatment shall be provided to all buildings with a chemical barrier against the sub-terrain termites. 1.2 Anti-termite treatment being a specialized job, should be got executed through specialized agencies only. The specialized agency should be preferably a member of the Indian Pest Control Association. 1.3 The scope of pre-constructional anti-termite treatment covers the soil treatment with approved chemicals in water emulsion in foundation trenches for columns, plinth beams, pile caps, brick walls, service trenches, lift pits, steps, ramps etc., in top surfaces of plinth filling, at junction of walls and floor, in expansion joints etc., in stages as detailed in this specifications and drawings, unless otherwise specified, the anti-termite treatment will be carried out as per IS: 6313 (Part-II)-2001and / or as per direction of the Consultant. 2.0 CHEMICAL TO BE USED 2.1 The following chemical in water emulsion, after approval from the Consultant, shall be used uniformly over the area to be treated.Chlropyrophos 2.2 The Tenderer should produce voucher (s) for the chemical purchased and should get verified the sealed container(s) of the specified chemical from the Consultant before preparing the emulsion / use for the treatment. 3.0 GUARANTEE 3.1 The Tenderer has to furnish the guarantee for 10 (ten) years from the date of completion of work, stating that in case of reappearance of termites within the building area due to defective materials or workmanship or due to any other reasons,

Page 196: Sample Tender Document

195

the Tenderer will carry out the necessary post constructional treatment to keep the entire area free from termite, once again, without any extra cost to the Department during the guarantee period.

B) PLUMBING WORKS SPECIFICATIONS: S.no Item code Technical Description 1 312001640

Providing and fixing vitreous China white glazed Indian type water closet of superior quality 580mmX480MM size Orissa pan(PARRYWARE make, model-Orissa 580) with 'P' or 'S' trap, vent hole, with low level PVC cistern of 10 liters capacity of "PARRYWARE make”, syphon & standard flush fittings, CP connecting flush pipe, 15mm CP bras concealed jaguar make stop cock deluxe type, 15mm dia flexible PVC inlet water connection, all fittings Complete including all materials etc complete.

2 312001641

Providing and fixing white glazed vitreous china “Floor mounted coupled type water closet (EWC-Parryware make, model-Niagara- C0262,C0708) of superior quality, single trap symphonic pattern ,'P' or 'S' trap, Dual Flush system, with cistern capacity as per manufacturer, lid, Anti-microbial seat cover, fittings, closet etc. ,CP brass bar hinges, screws, bolts, rubber, buffers 15mm dia CP inlet water pipe connection and concealed push type jaguar make CP brass stop cock; fixing EWC to floor with necessary TW block & brass screws, all complete as per directions of the Engineer.

3 312001642 Supply & Fixing of Bibcock cum Health Faucet with 1m long

tube and wall hook of Jaguar Continental series, Chrome Finish for complete finish item of work.

4 312001643 Supply, fitting and fixing glazed vitreous china OVAL Under

Counter Wash Basin of superior quality of size 550 X 400 mm (Parryware make, Model No.CQ 41K 46) having single or double holes with 32 mm CP brass waste fittings, 32 mm CP brass bottle trap, 15 mm PVC inlet water pipe connection, painted CI brackets with chain and rubber plug etc. CP jaguar make push type pillar tap (Cat No.031), CP stop cock , (Prismatic sink cock of jaquar make, AQT3057N) , including all necessary fittings etc complete

5 312001644 Providing and fixing white glazed vitreous china Urinal, front

lipped of superior quality PARRYWARE make-Model-New Magnum 00575, Z-bracket fixing, Built-in ceramic spreader & waste coupling, push type CP flush valve(Jaguar continental series

Page 197: Sample Tender Document

196

PRS CHRO77, CP grating etc., cp push type jaguar make continental series stopcocks, Concealed outlet and installation, and Necessary Fittings etc all as per directions of the Engineer(partitions excluded):

6 312001645

Supplying and fixing of 18-20 mm Granite partitions of size 4' 0" x 2' 0" for urinals including rounding edges, three sides, fixing ,polishing ,etc. complete for finished item of work

7 312001646

Supply & Fixing of CP brass Concealed stopcock (Jaguar continental series) of standard design and of approved make confirming to ISI.

8 312001647

Supply & Fixing of CP brass Angle stopcock (Jaguar continental series) of standard design and of approved make confirming to ISI.

9 312001648

Providing & fixing in position approved make full turn type, 15mm CP brass bib tap (Long body) with heavy casted CP brass wall flange. (Jaguar continental series)

10 312001649

Supply & Fixing of Toilet paper holder with paper of standard make for complete finish item of work.

11 312001650

Supplying, fitting and laying G.I pipes of Medium quality ('B class) of Indian Tube Company / Tata/ Jindal with all necessary fittings such as bends, tees, elbows, reducers, unions, nipples, plugs, clamps, fixtures, etc., including necessary earthwork, backfilling, painting, etc., complete as per specification (including concealing in walls by chasing walls and floors) A) 20mm nominal bore

12 312001651

Supplying, fitting and laying G.I pipes of Medium quality ('B class) of Indian Tube Company / Tata/ Jindal with all necessary fittings such as bends, tees, elbows, reducers, unions, nipples, plugs, clamps, fixtures, etc., including necessary earthwork, backfilling, painting, etc., complete as per specification (including concealing in walls by chasing walls and floors)

A) 25mm nominal bore 13 312001652

Supplying, fitting and laying G.I pipes of Medium quality ('B class) of Indian Tube Company / Tata/ Jindal with all necessary fittings such as bends, tees, elbows, reducers, unions, nipples, plugs, clamps, fixtures, etc., including necessary earthwork, backfilling, painting, etc., complete as per specification (including concealing in walls by chasing walls and floors)

A) 32mm nominal bore

14 312001653

Supplying, fitting and laying G.I pipes of Medium quality ('B class) of Indian Tube Company / Tata/ Jindal with all necessary fittings such as bends, tees, elbows, reducers, unions, nipples, plugs, clamps, fixtures, etc., including necessary earthwork, backfilling, painting, etc., complete as per specification (including

Page 198: Sample Tender Document

197

concealing in walls by chasing walls and floors) A)40mm nominal bore

15 312001654

Supplying, fitting and laying G.I pipes of Medium quality ('B class) of Indian Tube Company / Tata/ Jindal with all necessary fittings such as bends, tees, elbows, reducers, unions, nipples, plugs, clamps, fixtures, etc., including necessary earthwork, backfilling, painting, etc., complete as per specification (including concealing in walls by chasing walls and floors)

A)80mm nominal bore

16 312001655

Supplying, fitting and fixing superior quality 20mm dia Ball valve /butter fly valve (full way) of "LEADER"/ hudco make or equivalent with ISI-mark

17 312001656

Supplying, fitting and fixing superior quality 25mm dia Ball valve /butter fly valve (full way) of "LEADER"/hudco make or equivalent with ISI-mark

18 312001657

Supplying, fitting and fixing superior quality 32mm dia Ball valve /butter fly valve (full way) of "LEADER"/hudco make or equivalent with ISI-mark

19 312001658

Supplying, fitting and fixing superior quality 40mm dia Ball valve /butter fly valve (full way) of "LEADER"/hudco make or equivalent with ISI-mark

20 312001659

Supplying, fitting and fixing superior quality 80mm dia Ball valve /butter fly valve (full way) of "LEADER"/hudco make or equivalent with ISI-mark

21 312001660

Providing box type half-round white glazed channels 100mm size with dead and outlet ends of approved make, set in cement mortar 1:3 and joints finished with white cement.

22 312001661

Providing and fixing 8mm thk Mirror of Saint Gobain make with beveling and edge polishing fixed to the wall using stainless steel studs of approved make. Size: as shown in drawings

23 312001662

Providing and fixing 100 x 75mm HSI floor/Nahani trap with CP hinged heavy brass grating to be fixed in PCC M15C and made water tight.

24 312001663

Providing SW yard gulley trap 150 x 100mm with CI grating 150 x 150mm and water-tight light weight CI covers conforming to IS: 1726 of size 300 x 300mm including half-brick masonry in CM (1:4) plastered neatly with CM (1:4)on both faces, 100mm thick PCC bed of mark M-10C, necessary excavation, complete as per

Page 199: Sample Tender Document

198

direction of the Engineer.

25 312001664

Providing, fitting and laying C.I soil and waste pipe including vent pipe with all required C.I specials, plugs, clamps etc., of approved Neco make(red color) confirming to IS 3989 , including, excavation & back filling, jointing with drip seal all complete as per specifications and direction of Engineer. a) 100mm dia

26 312001665

Providing, fitting and laying C.I soil and waste pipe including vent pipe with all required C.I specials, plugs, clamps etc., of approved Neco make(red color) confirming to IS 3989 , including, excavation & back filling, jointing with drip seal all complete as per specifications and direction of Engineer. a) 75mm dia

27 312001666

Providing, laying and jointing stone ware salt-glazed pipe in CM 1:2 including bedding in PCC mark M-10c,necessary excavation, & backfilling complete as per specification and depth up to 1.5m a) 150mm dia

28 312001667

Constructing 914.4 mm x 457.2 mm (3'0"x1'6") brick in CM 1:6 prop. Masonry. Inspection chamber upto 914.4 mm (3'0") and fitted with light weight 914.4 mm x 457.2 mm (3'0"x1'6") C.I frame and cover of 40 Kg including cost and conveyance of all materials like cement, sand, bricks, water etc., to site, cost of seigniorage charges on all materials and all incidental and operational, labour charges like mixing cement mortar, constructing masonry, lift charges, curing , overheads & contractors profit etc., complete for finished item of work as per Standard specification

29 312001668

Providing and fixing of polyethylene water storage sintex tank of Three layer white colour in required capacities cylindrical with top closed top SINTEX(each 1000 lts tanks with necessary scours and over flow Gi pipes ,GI INLET AND OUT LET CONNECTIONS , FLOAT VALVE , all of size 25mm hoisting , fixing , testing , including foundation and necessary material etc

30 312001669

Providing and fixing of polyethylene water storage sintex tank of Three layer white colour in required capacities cylindrical with top closed top SINTEX(each 500 lts tanks with necessary scours and over flow Gi pipes ,GI INLET AND OUT LET CONNECTIONS , FLOAT VALVE , all of size 25mm hoisting , fixing , testing , including foundation and necessary material etc

31 312001670

Construction of soak-pit of size 1500mm dia and 2500mm depth conforming to IS:2470 (Part-I) and as per directions of the Engineer, including all materials, labor, excavation, backfilling, brick bats, bamboo mat, and other bye-works, complete

Page 200: Sample Tender Document

199

32 312001671

Supply & Instalation of water dispenser ( Hot, cold, normal with three taps) with 20 Liter capacity water Tin including transportation and labour charges.

33 312001672

Supply and fixing of 25mm diameter watermeter ltron make,(formerly Actaris make) CI B, ISO 4064 certified including labour charges, transportation, all taxes etc., complete

34 312001673

Dismantling of Manhole including R.C.C. top slab, C.I. cover with frame, including stacking of useful materials near the site and disposal of unserviceable materials into municipal dumps within 50m lead: a)Rectangular Manhole120x90cm and 90 cm deep

35 312001674

Dismantling of Manhole including R.C.C. top slab, C.I. cover with frame, including stacking of useful materials near the site and disposal of unserviceable materials into municipal dumps within 50m lead: a) Rectangular arch type Manhole140x90 cm and 1.30m deep

C) FIRE FIGHTING SPECIFICATIONS: S.no Item code Technical Description 1 312001675

Supplying , installation , testing and commissioning of electric driven Terrace / Booster pump suitable for automatic operation and consisting of following : complete in all respect as required. a) Horizontal type, multistage, centrifugal pump of cast iron body & bronze impeller with stainless steel shaft, mechanical seal and flow of 900 lpm at 45 Mtr head conforming to IS 1520 b) 12.5 HP SQ cage induction motor TEFC type suitable for operation on 415Volts, 3 phase 50 Hz. AC with IP 55 class of protection for enclosure, horizontal foot mounted type ith Class-'F' insulation, conforming to IS-325 c) M.S. Fabricated common base plate, coupling, coupling guard, foundation bolts etc as required. d) Suitable cement concrete foundation duly plastered with anti vibration pads. Makes of Pumps : Kirloskar / Mather&Platt. Makes of Motors : Siemens / Kirloskar.

2 312001676

Supply and fixing air vessel made of 250 mm dia, 8 mm thick MS sheet, 1200mm in height with air release valve on top and flanged connection to riser, drain arrangement with 25mm dia Gun metal wheel valve, with required accessories, pressure gauge and painting with synthetic enamel paint of approved shade as required.

3 312001677

Supply of 4 Core x 4 Sqmm Copper armourd cable with Glands, Clamps, copper lugs,FRLS - XLPE Makes: Finolex

4 312001678

GI PIPE Supply, laying, testing & Commissioning of following C class GI

Page 201: Sample Tender Document

200

pipes conforming to IS 3589 and 1239 including fittings like elbows, tees, flanges, tapers, nuts, bolts, gaskets, clamps etc. complete including pressure testing to with stand per 14 kg/cm2 without Drop in pressure for at least 1 hours and Pressure testing equipment also, pipes duly painted with one coat of primer and two coats of Post office red externally (Note: Unless pressure testing payment not sanctioned) Makes: - Jindal / Tata pipes

5 312001679

NON- RETURN VALVE Supply, installation, testing and commissioning of dual plate non - return valve of following sizes confirming to IS: 5312 complete with rubber gasket, GI bolts , nuts, washers etc as required Makes: Kirloskar 100 mm nominal dia

6 312001680

BUTTER FLY VALVE Supplying, fixing, testing and commissioning of butterfly valve PN 1.6, with Bronze / Gun metal seat duly ISI marked complete with Nuts, Bolts, Washers, gaskets, conforming to IS 13095 of following sizes as required. Makes: Kirloskar 100 mm nominal dia

7 312001681

Supplying, installing, testing and commissioning approved make CI Flanged Y strainer with SS mesh suitable flanges necessary flanges, nuts and bolts etc., complete Makes: Makes:Audco 100 mm nominal dia

8 312001682

HOSE REEL Supplying and fixing First -Aid Hose Reel drum of swinging rope. a) 30 Mtr Long 19mm (Nominal internal) dia water hose moplastic / Textile reinforced / Rubber braided / Polypropylene Type - 2 as per IS:12585 Make: Eversafe/ Reliance b) 20mm (Nominal internal) dia gun metal globe valve and nozzle. Make: Newage/ Winco c) Drum and brackets for fixing the equipments on wall. d) Connections from riser with 40mm dia stop valve (gun metal) & MS pipe.

9 312001683

HOSE CABINET Supplying and fixing of hose cabinet of size 750mm X 600mm x 250mm made of No 16 gauge SWG CRCA sheet with 6mm thick glazed glass door including necessary locking arrangement suitable to accommodate 2 Nos 15 mtr long Hose pipe, 1 No branch pipe, mounted on wall OR raised brick platform and duly painted with one coat of primer and two coats of Post office red externally and white internally with synthetic enamel paint complete in all respect, for external hydrant as

Page 202: Sample Tender Document

201

required. 10 312001684

HOSE PIPE Supplying and fixing 63mm dia, 15 mtr long Synthetic hose pipe with 63mm dia Male and Female Gun metal couplings duly binded with GI wire, rivets etc conforming to IS 636 (Type -B) as required. Make: Newage/ Winco

11 312001685

BRANCH PIPE Supply and fixing 63mm dia Gun metal branch pipe with 20mm (Nominal internal diameter) size Gun metal nozzle conforming to IS 903, suitable for instantaneous connection to interconnect hose pipe coupling as required. Make: Newage/ Winco

12 312001686

HYDRANT VALVE Supplying and fixing single headed Internal / External hydrant valve with instantaneous Gun metal couplings of 63mm dia with Cast iron wheel ISI marked conforming to IS 5290 (Type -A) with blank Gun Metal cap and chain as required. Makes:Audco

13 312001687

FIRE BRIGADE Supply and fixing 2 way fire brigade connection of cast iron body with 2 Nos Gun metal Male instantaneous inlet couplings complete with cap and chain as required for 100mm dia MS pipe connection, conforming to IS 904 as required.

14 312001688

BALL VALVE Supply, installation, testing and commissioning of 25mm dia Ball valve Makes : Audco

15 312001689

FIRE ALARM SYSTEM Supply of dust and vermin proof addressable analogue manual call boxes to initiate audio visual alarm including the cost of mounting accessories complete as per specifications and as required. makes:Honeywell

16 312001690

HOOTER Supply of addressable wall / ceiling mounting strobes cum hooters including the cost of mounting accessories complete as per specifications and as required. makes:Honey well/ Siemens.

17 312001691

REPEATER PANEL Supply of Repeater panel including the cost of mounting accessories complete as per specifications and as required.(Makes: Honeywell-ESSER- Notifier/ Morley )

18 312001692

ELECTRICAL CABLE Supply and laying of 2 Core x 1.5Sqmm FRLS armoured copper cable including all taxes etc., complete of Polycab / Finolex Makes fixing on chromium plated metallic base saddles on wall as per IS 1255 and as directed by the department including cost and

Page 203: Sample Tender Document

202

conveyance of all materials and labour charges etc., complete. 19 312001693

SIGN BOARD-Escape Signage Supply and fixing of Escape signage boards in Rigid Photo luminescent based glow in Dark rigid sheet with high intensity luminous properties with specification of Cease Fire or its equivalent make Model-1ES01

20 312001694

Supply and fixing Flow Switches in 100mm dia MS pipe. (ELEC-9.5.67) Makes: Audco

21 312001695

Supply and fixing Pressure Switch in the MS pipe Line including connection etc as required. Makes: Danfose/ indfoses

22 312001696

Supply, installation, testing and commissioning of Bourden type, stainless steel dial type pressure gauge with isolation valve and pipe having calibration of 0-16 kg/cm2. MAKE: HGURU / FIEBIG

23 312001697

Supply, fabricating , installing structural steel supports for fixing all sizes of MS pipes from ceiling / wall with MS Channels, Angles, Flats, Rods, as required at site with anchor fasteners, Clamps, threaded rods, nuts, bolts,washers etc complete with painting of one coat primer and two coats of synthetic enamel paint..

24

312001698

Cutting and closing of Fire hydrant pipe 100 mm dia MS Pipe including of MS dummy 10mm thick plate including necessary excavation and refilling and welding charges etc., complete

25 312001699

Supplying & Fixing Indian make white glazed vitreous china porcelain Lab sink with long body bib cock of jaquar make 1No, drain pipe, stop cock of jaquar make -1 No. with necessary fixtures including cost and conveyance of all materials and labour charges etc.,complete for finished item of work. 750X450X250mm

26 312001722 Providing and placing in position PVC water stops of 225mm wide and 8mm thick with central bulb confirming to IS 12200 at junctions of floor slabs and walls and also at joints in walls between two different castings in RCC water retaining structures, including fixing the water stop in position by tying to reinforcement with binding wire etc., complete

Page 204: Sample Tender Document

203

D) AC WORKS SPECIFICATIONS:

S.no Item code Technical Description 1 222002029

Supply, Installation, testing and commissioning of the Cordless Hi-wall mounted air conditioners(5 Star rating)1.0TRwall mounted split Air conditioners including angle frame, Transportation , labor charges, 5KVA Stabilizers of Reputed make along with 3core 4sqmm Flexible multi stand copper wire IN25MM DIA PVC PIPE ,Electrical wiring from out door and indoor unit , including all necessary fittings , soft drawn copper piping with 6 mm thick Nitrile rubber insulation including all necessary fittings refrigent piping inter connecting the in door and out door units (3/8''&5/8''), installation of refrigent pipe and PVC drain pipe ,PVC drain pipe clamped to the walls to the conditioner units, out door stand, R22 gas with oil ,all civil works like making holes ,closing of holes, existing color patches works ,minor materials etc as per site requirement. Makes: voltas/Blue star/carrier

2 222002030

Supply, Installation, testing and commissioning of the Cordless Hi-wall mounted air conditioners( 4 Star rating)1.5TRwall mounted split Air conditioners including angle frame, Transportation , labor charges, 5KVA Stabilizers of Reputed make along with 3core 4sqmm Flexible multi stand copper wire IN25MM DIA PVC PIPE ,Electrical wiring from out door and indoor unit , including all necessary fittings , soft drawn copper piping with 6 mm thick Nitrile rubber insulation including all necessary fittings refrigent piping inter connecting the in door and out door units (3/8''&5/8''), installation of refrigent pipe and PVC drain pipe ,PVC drain pipe clamped to the walls to the conditioner units, out door stand, R22 gas with oil ,all civil works like making holes ,closing of holes, existing color patches works ,minor materials etc as per site requirement. Makes: voltas/Blue star/carrier

3 222002031

Supply, Installation, testing and commissioning of the Cordless Hi-wall mounted air conditioners( 4 Star rating)2.0TRwall mounted split Air conditioners including angle frame, Transportation , labor charges, 5KVA Stabilizers of Reputed make along with 3core 4sqmm Flexible multi stand copper wire IN25MM DIA PVC PIPE ,Electrical wiring from out door and indoor unit , including all necessary fittings , soft drawn copper piping with 6 mm thick Nitrile rubber insulation including all necessary fittings refrigent piping inter connecting the in door and out door units (3/8''&5/8''), installation of refrigent pipe and PVC drain pipe ,PVC drain pipe clamped to the walls to the conditioner units, out door stand, R22 gas with oil ,all civil works like making holes ,closing of holes, existing color patches works ,minor materials etc as per site requirement.

Page 205: Sample Tender Document

204

Makes: voltas/Blue star/carrier 4 222002032

Supply ,Installation, Testing and commissioning of the following cordless 4.0TR Cassette Air conditioners fitted scroll/Rotary compressors, including angle frame support for indoor &out door units ,Transportation , labor charges, along with cable & PVC PIPE ,Electrical wiring from out door and indoor unit , Suction line and Liquid line for 4.0 TR cassette including all necessary fittings , soft drawn copper piping including all necessary fittings refrigent piping inter connecting the in door and out door units , installation of refrigent pipe and PVC drain pipe ,PVC drain pipe clamped to the walls to the conditioner units, out door stand, R22 gas with oil ,all civil works like making holes ,closing of holes, existing color patches works ,minor materials etc as per site requirement. Makes: voltas/Blue star/carrier

5 222002033

Supply ,Installation, Testing and commissioning of the following cordless 3.0TR Cassette Air conditioners fitted scroll/Rotary compressors, including angle frame support for indoor &out door units ,Transportation , labor charges, along with cable & PVC PIPE ,Electrical wiring from out door and indoor unit , Suction line and Liquid line for 3.0 TR cassette including all necessary fittings , soft drawn copper piping including all necessary fittings refrigent piping inter connecting the in door and out door units , installation of refrigent pipe and PVC drain pipe ,PVC drain pipe clamped to the walls to the conditioner units, out door stand, R22 gas with oil ,all civil works like making holes ,closing of holes, existing color patches works ,minor materials etc as per site requirement. Makes: voltas/Blue star/carrier

6 222002034

Supply ,Installation, Testing and commissioning of the following cordless 2.0TR Cassette Air conditioners fitted scroll/Rotary compressors, including angle frame support for indoor &out door units ,Transportation , labor charges, along with cable & PVC PIPE ,Electrical wiring from out door and indoor unit , Suction line and Liquid line for 2.0 TR cassette including all necessary fittings , soft drawn copper piping including all necessary fittings refrigent piping inter connecting the in door and out door units , installation of refrigent pipe and PVC drain pipe ,PVC drain pipe clamped to the walls to the conditioner units, out door stand, R22 gas with oil ,all civil works like making holes ,closing of holes, existing color patches works ,minor materials etc as per site requirement. Makes: voltas/Blue star/carrier

Page 206: Sample Tender Document

205

7 312001700

Removing, Refixing and Re Installation, testing and commissioning of 5.0 TR existing AC unit to new position of approximately to a distance of 5mts.. As directed by ARCI staff including the cost of all required materials (like copper tube, insulation, electrical cables, drain pipe,gas filling etc.) and labour charges including all necessary fittings , hard drawn copper piping with 9 mm thick Nitrile rubber insulation including all necessary fittings refrigent piping (3/8''& 5/8''), installation of refrigent pipe ,out door stand,all civil works like making holes ,closing of holes, existing color patches works ,minor materials etc as per site requirement.

8 312001701

Removing, Refixing and Re Installation, testing and commissioning of the 1.0TR to 2.0TR existing Hi wall Split AC unit to new position of approximately to a distance of 5mts.. As directed by ARCI staff including the cost of all required materials (like copper tube, insulation, electrical cables, drain pipe, gas filling etc.) and labour charges including all necessary fittings , hard drawn copper piping with 9 mm thick Nitrile rubber insulation including all necessary fittings refrigent piping (3/8''& 5/8''), installation of refrigent pipe ,out door stand,all civil works like making holes ,closing of holes, existing color patches works ,minor materials etc as per site requirement.

9 312001702

Extra 5/8’’x3/8’’dia Suction line& Liquid line copper piping with 6 mm thick Nitrile rubber insulation including all necessary fittings between indoor and out door air cooled condensers of the following sizes. for cassette A.CS&Ductable split a.c’s including fixing charges

10 312001703

Extra5/8" Dia & 3/8 " Dia Suction line& Liquid line for split air conditioners soft drawn copper piping with 6 mm thick Nitrile rubber insulation including all necessary fittings between indoor and out door air cooled condensers including fixing charges ,etc

11 312001704

Extra Hard drawn copper piping with 9 mm thick Nitrile rubber insulation including all necessary fittings between indoor and out door air cooled condensers of the capacity 5.0 TR .Suction line& Liquid line(5/8" , 7/8") for Ductable unit including fixing charges as per standards

12 312001705

Extra 3c X 2.5 sqmm flexible cabling Interconnecting between indoor unit and out door units including fixing charges, transportation etc

13 312001706

Extra 4c X 1.5 sqmm flexible cabling Interconnecting between indoor unit and out door units including fixing charges, transportation etc

Page 207: Sample Tender Document

206

14 312001707

Extra Insulated Condensate 25mm dia drain pipe using Hard PVC pipe including fixing charges

15 312001708 Supply and fixing of Factory Fabricated GSS ducting complete

with angel iron flanges, high tech supports ( Vanes if required) as per IS 655 Supply and fixing of 22 Gauge

Make: Tata , Sail, Jindal 16 312001709

Supply and fixing of Factory Fabricated GSS ducting complete with angel iron flanges, high tech supports ( Vanes if required) as per IS 655

Supply and fixing of 24 Gauge

Make: Tata , Sail, Jindal 17 312001710

Supply and fixing of Fire retardant Canvass connections( with Zip) for connecting the ducting and indoor units

18 312001711

Supply and Fixing of acoustic insulation of duct with 12 mm thk. Rigid fibre glass of 48 kg./cum density. Fibre glass shall be covered with RP tissue and 26 G al. perforated sheet. 6 mm bolt and nuts are to be fixed at interval of 300 mm. Make: UP TWIGA , Kimco or equivalent

19 312001712

Supply and Fixing of thermal insulation of duct with 25 mm thk. Al foil faces fibre glass of 24 Kg. / cum density. All angle frames shall be covered with separate strip of fibre glass and all joints shall be finished with Al tape. 12 mm wide PVC strapping shall be done at every 600 mm interval over the insulation. Make: UP TWIGA , Kimco or equivalent

20 312001713

Supply and Fixing of Supply air Grills/ Diffusers to suit gypsum / grid false ceiling with AL extruded black coloured collar damper Make: Air Master / Carry air / System air or equivalent

21 312001714

Supply and Fixing of AL extruded Rreturn air Grills/ Diffusers to suit gypsum / grid false ceiling Make: Air Master / Carry air / System air or equivalent

22 312001715 Supply, Installation, Testing of Fire Damper, including labour transportation etc complete Make: Air Master / Carry air / System air or equivalent

23 312001716 Supply, Installation,Testing of GI Volume control dampers made

out of 18G GI sheets,including transportation ,labour etc Make: Air Master / Carry air / System air or equivalent

Page 208: Sample Tender Document

207

24 312001717 Supply, Installation, Testing of Back draft Dampers made out of

18G GI sheets, including transportation ,labour etc Make: Air Master / Carry air / System air or equivalent

25 312001718 Supply and fixing of MS Condenser supports / AHU Supports

26 312001719 Supply, Installation of Fresh air package consists Louvers, GI

volume control damper including Bird Cowl with wire mesh, including labour, transportation etc

27 312001720 Supply and fixing of Under deck insulation with 50 mm thick TF

Quality thermocole with 16 KG/cum wrapping with GI chicken wire mesh Make: Hyderabad EPS, Beardsell, Lloyd Insualation or equivalent

28 312001721 Supply and Fixing of 12 mm thick bison board along with MS

frame for holding the Bison Board as per site conditions and standard practice ,including labour, transportation etc

Page 209: Sample Tender Document

208

Bill of Quantities (BOQ) for Civil, Plumbing, HVAC & Fire Fighting works at CLPM, MetLab,CEC & CMD Buildings

QUANTITY

S.No. Item Code Description Unit CEC Met Lab CLPM CMD TOTAL

Rate in

Rs. Rate in words Rs.

Amount in

Rs.

1 312001539 Site clearance of work spot SQM 4739 331 1174.0 544.0 6788

2 312001540 Earth Work excavation CUM 1660.00 300.00 521.0 178 2659

3 312001541 Control Filling with same soil CUM 1330.00 240.00 417.0 142 2129.00

4 312001542 Control Filling with out side

soil CUM 1060.00 138.00 97.00 117 1412.00

5 312001543 Plinth protection SQM 348.00 85.00 144.0 87 664

6 312001544 P.C.C(1:2:4)with 20mm CUM 18.16 6.10 5.70 4.1 34.06

7 312001545 P.C.C(1:4:8) CUM 675.80 100.200 140 73 989

8

312001546 RMC M25 grade design mix footings, column pedestals, plinth beams columns at all heights, roof beams, tie beams and roof slab at all heights.

CUM 1576.12 256.5 243.85 187.9 2264.37

9 312001547 VRCC (1:1.5:3) CUM 158.85 22.70 24.90 14.2 220.65

Page 210: Sample Tender Document

209

10 312001548 VRCC (1:1.5:3) ROOF

SLAB &BEAMS CUM 77.70 0.00 17.23 4.26 99.19

11 312001549 MS or HYSD steel

reinforcement MT 300.50 35.60 34.65 24.87 395.62

12 312001550 Structural steel MT 26.42 0.11 0.70 0.16 27.39

13 312001551 Brick masonry(1:6) CUM 1068.00 173.20 193.0 98 1532.20

14 312001552 Brick masonry(1:4) CUM 0 17.00 0 0 17.00

15 312001553 115mm thick brick wall (1:4) SQM 711.00 777.00 438.0 112 2038.00

16 312001554 Coarsed Rubble stone

masonry CUM 150.00 44.00 73.00 28 295.00

17 312001555 Rubble soling CUM 411.00 36.00 11.00 62 520.00

18 312001556 12MM Thick Plastering for

ceiling SQM 2981.00 829.00 502.0 361 4673.00

19 312001557 20MM Thick plastering SQM 13405.00 3910.00 2863 1416 21594.00

20 312001558 Lathe plastering SQM 68.00 83.00 5.40 56 212.40

21 312001559 Terrace water proofing SQM 2373.00 336.00 520.0 370 3599.00

Page 211: Sample Tender Document

210

22 312001560 Toilet Wall water proofing-

WALL SQM 39.00 16.00 19.00 0 74.00

23

312001561 Impervious coat for drain wallsides and bottom and water tank wall sides and bottom

SQM 1222.00 165.00 315.0 97 1799.00

24 312001562 Primer in false ceiling area

for ceiling SQM 978.00 568.00 237.0 0 1783.00

25 312001563 Applying brush bond SQM 67.00 52 57 34 210.00

26 312001564 Emulsion painting with

luppam finish for ceiling and internal walls

SQM 11415.00 2589.00 1469 1059 16532.00

27 312001565 APEX Ultima for external

walls- new SQM 3386.00 1273.00 1263 812 6734.00

28 312001566 Exterior texture paint SQM 200.00 310.00 94.00 0 604.00

29 312001567 Synthetic enamel painting

two coats to old surface SQM 0 0 557.0 0 557.00

30 312001568 Emulsion painting for

internal walls for old surfaces SQM 0.00 0.00 1207 0 1207.00

31 312001569 Apex ultima paint for

externalwalls for old surfaces SQM 0.00 3000.00 2012 0 5012.00

32 312001570 Epoxy SQM 423.00 0.00 0 0 423.00

33 312001571 Vitrified tile Flooring and

skirting SQM 1022.00 566.00 400.0 110 2098.00

Page 212: Sample Tender Document

211

34 312001572 Ceramic flooring with dado SQM 272.00 85.00 98.0 0 455.00

35 312001573 RCC Flooring 100mm thick SQM 1849.00 85.00 0 219 2153.00

36 312001574 RCC Flooring 150mm thick SQM 534.00 0.00 0 0 534.00

37 312001575 Inter locking tiles/paver

blocks SQM 214.00 127.00 310 62 713.00

38 312001576 Granite flooring for stair

cases, treads , Risers SQM 148.80 53.90 53.00 42 297.70

39 312001577 Granite cladding SQM 33.00 0 3.00 0 36.00

40 312001578 Granite skirting SQM 36.00 29.00 3.00 5 73.00

41 312001579 Fundermax tiles SQM 33.00 0 3.00 0 36.00

42 312001580 TW Frames CUM 3.40 1.25 0.88 0.16 5.69

43 312001581 Aluminuim doors SQM 25.21 15.60 18.2 6.5 65.51

44 312001582 Flush door with laminateon

both sides SQM 170.47 61.62 31.07 10.38 273.54

45 312001583 Semi united structral glazing SQM 136.59 13.11 6.84 0 156.54

Page 213: Sample Tender Document

212

46 312001584 Aluminuim Sliding Windows

with Mesh SQM 140.49 83.20 60.60 32.64 316.93

47 312001585 Aluminuim casement

Windows with toughened tinted glass

SQM 0.00 18.36 0 0 18.36

48 312001586 Aluminuim casement

Windows with SS Mesh SQM 0.00 18.36 0 0 18.36

49 312001587 Fixed aluminium Glazing

windows SQM 0.00 9.00 0 0 9.00

50 312001588 Aluminuim Sliding Windows

with Mesh and grill SQM 14.28 1.8 3.06 3.06 22.20

51 312001589 Louvers SQM 38.34 3.66 1.44 0 43.44

52 312001590 steel wire mesh/weld mesh SQM 115.90 0 0 0 115.90

53 312001591 Ply wood boxes Sqm 29.00 23.00 16.00 8 76.00

54 312001592 Granite Basin counter top SQM 11.14 3.00 3.00 0 17.14

55 312001593 Rolling shutters with grill SQM 177.00 0 0 7.5 184.50

56 312001594 Rolling shutters without grill SQM 100.00 0 5.2 9 114.20

57 312001595 Armstrong Micro look False

ceiling tiles 600 x 600 for Rooms

SQM 731.00 440.00 1128.0 0 2299.00

Page 214: Sample Tender Document

213

58 312001596 Armstrong Micro look False

ceiling tiles 1200x 300 for corridor

SQM 247.00 130.00 33.0 0 410.00

59 312001597 Venation blinds SQM 155.69 109.56 64.00 33 362.25

60 312001598 RCC PIPES-450MM DIA RM 131.00 10 0 0 141.00

61 312001599 RCC PIPES-300MM DIA RM 0.00 0.00 25.00 15 40.00

62 312001600 Heavy duty SS railing

system with Railing model :cube multiline

RM 38.00 18.00 7.00 8 71.00

63 312001601 Heavy duty SS railing

system with Railing model Guard rail

RM 17.00 0.00 7.00 4 28.00

64 312001602 110 mm Dia P.V.C.Rain

water RM 192.00 28.00 35.00 17 272.00

65 312001603 Wooden beading RM 399.00 183.80 114.0 18 714.80

66 312001604 Decorative PVC doors SQM 10.85 5.84 4.00 0 20.69

67 312001605 Red soil CUM 177.00 36.00 31.00 44 288.00

68 312001606 Shalitex bitumen Sqm 107.00 26.00 1.00 0 134.00

69 312001607 Polysulphide compound RM 138.00 4.00 4.00 0 146.00

Page 215: Sample Tender Document

214

70 312001608 Aluminium sheet RM 138.00 4.00 4.00 0 146.00

71 312001609 Gypsum board Partition SQM 68.00 34.96 0 0 102.96

72 312001610 Aluminium Partition SQM 0.00 118.51 0 0 118.51

73 312001611 Providing and laying Poly

vinyl chloride sheet 2mm SQM 161.00 90.10 0 0 251.10

74 312001612 Dry stone pitching SQM 165.00 0 0 0 165.00

75 312001613 Notice board Each 1.00 1 1 1 4.00

76 312001614 Stainless steel letters Each 27.00 0 35 26 88.00

77 312001615 ACP Cladding SQM 0.00 12.00 0 0 12.00

78 312001616 precoated galvanised iron

profile sheets at a height of 12.00mts

SQM 0.00 0.00 1118 46 1164.00

79 312001617 precoated galvanised Gutter

at a height of 12.00mts RM 0.00 0.00 110 0 110.00

80 312001618 Drilling of 16mm dia RM 0.00 7.00 0 0 7.00

81 312001619 Fixing and erecting the

12mm dia column rods RM 0.00 7.00 0 0 7.00

Page 216: Sample Tender Document

215

82 312001620 Fixing of MS struts using 60

X 60 X 4 Each 0.00 6.00 0 0 6.00

83 312001621 Encasing the steel struts Each 0.00 6.00 0 0 6.00

84 312001622 Providing vertical Telescopic

scaffolding MS pipes Each 0.00 50.00 0 0 50.00

85 312001623 100mm dia GI pipe for bldg

incoming cable RM 100.00 10.00 15 10 135.00

86 312001624 50mm dia GI pipe for bldg

incoming cable RM 15.00 10.00 10 10 45.00

87 312001625 Dismantling barbed wire

including removing fencing posts

RM 256.00 0 0 0 256.00

88 312001626 Dismantling / cutting of RCC

items / RCM Drops CUM 55.00 0 24.00 0 79.00

89 312001627 Removing fire hydrant with

pipe and laying new Ms pipe Job 1.00 0 0 0 1.00

90 312001628 Closing bore well Job 1.00 0 0 0 1.00

91 312001629 Removal of plastering/dead

mortar SQM 0.00 11.00 0 0 11.00

92 312001630 Dismantling of brick

masonry/stone masonry CUM 0.00 22.00 10.00 0 32.00

93

312001631 Dismantling/Removing of doors, windows, Ventilators and clerestory windows (steel / Alu or wood)

Each 0.00 8.00 2.00 0 10.00

Page 217: Sample Tender Document

216

94 312001632 Demolishing existing flooring Sqm 0.00 74.00 0 0 74.00

95 312001633 Removing of Angle frame

with wire mesh Sqm 0.00 0 8.82 0 8.82

96 312001634 Removing of AC Sheets at

height of 12.00 mts Sqm 0.00 0 1107 0 1107.00

97 312001635 Removing of existing false

ceiling and AC ducts at a height of 6.00 mts

Sqm 0.00 0 897.00 0 897.00

98

312001636 Removing and Re fixing, Testing and commissioning of existing light fixtures of 2x36W Mirror optic

Each 0.00 0 75.00 0 75.00

99

312001637 Removing and Re fixing, Testing and commissioning of existing light fixtures of 1x28W T5 Fittings

Each 0.00 0 10.00 0 10.00

100

312001638 Removing and Re fixing, Testing and commissioning of existing light fixtures of Low Bay with required accessories like S.S Chain, S.S clips, 3Core 1.5sqmm flexible copper cable for tap power from ceiling rose

Each 0.00 0 10.00 0 10.00

101 312001639 Anti Termite Treatment Sqm 2451 337 504 407 3699

TOTAL AMOUNT FOR CIVIL WORKS

Page 218: Sample Tender Document

217

BOQ-PLUMBING WORKS

QUANTITY S.No. Item Code Description Unit

CEC Met Lab CLPM CMD TOTAL

Rate in

Rs.

Rate in words

Rs. Amount in Rs.

1 312001640 IWC EACH 3 1 2 0 6.00

2 312001641

EWC EACH 5 1 1 0 7.00

3 312001642 Bib cock cum Health Faucet EACH 5 1 1 0 7.00

4 312001643

Oval shape wash basin EACH 8 2 3 2 15.00

5 312001644 Flat back urinals EACH 8 2 3 0 13.00

6 312001645

20MM Granite urinal partition EACH 7 1 2 0 10.00

7 312001646 CP Concealed stop cock EACH 8 2 3 0 13.00

8 312001647

CP brass angle stop cock EACH 8 2 3 0 13.00

9 312001648 Long body bib tap EACH 8 2 3 0 13.00

10 312001649

Toilet paper holder EACH 8 2 3 0 13.00

11 312001650 20mm dia GI pipe RM 35.00 20.00 43.00 29 127.00

12 312001651

25mm dia GI pipe RM 241 18.00 35.00 0 294.00

13 312001652 32mm dia GI pipe RM 42.00 22.00 20.00 37 121.00

14 312001653

40mm dia GI pipe RM 36.00 0 0 0 36.00

15 312001654 80mm dia GI pipe RM 148.00 0 0 0 148.00

16 312001655

20mm dia ball valve EACH 18.00 3 3 4 28.00

17 312001656 25mm dia ball valve EACH 20.00 8 0 0 28.00

17 312001657

32MM DIA Ball Val;ves EACH 0 1 1 1 3.00

18 312001658 40MM DIA Ball Val;ves EACH 1 0 0 0 1.00

Page 219: Sample Tender Document

218

19 312001659 80MM DIA Ball Val;ves EACH 1 0 0 0 1.00

19 312001660

Half Round channel RM 6.00 1.20 1.80 0 9.00

20 312001661 Mirrors EACH 8 2 3 0 13.00

21 312001662

Nahani traps EACH 14 5 6 2 27.00

22 312001663 Gulley traps EACH 5 3 3 2 13.00

23 312001664

110mm dia CI Pipe RM 95.00 30.00 14 0 139.00

24 312001665 75mm dia CI Pipe RM 93.00 25.00 25 0 143.00

25 312001666

150MM DIA SWG Pipes RM 200.00 45.60 25 0 270.60

26 312001667 Inspection chamber EACH 18 8 3 0 29.00

27 312001668

1000lts Sintex Tanks EACH 2 0 0 0 2.00

28 312001669 500lts Sintex Tanks EACH 0 0 1 0 1.00

29 312001670

Soak pit EACH 1 1 1 0 3.00

30 312001671 Supply & Instalation of water dispenser

EACH 1 1 1 0 3.00

31 312001672

Supply and fixing of 25mm diameter watermeter ltron make

EACH 4 2 2 2 10.00

32 312001673 Dismantling of Manhole

a

Rectangular Manhole120x90cm and 90 cm deep

EACH 0 1 0 0 1.00

33 312001674

Rectangular arch type Manhole140x90 cm and 2.45m deep

EACH 0 2 0 0 2.00

Total Amount for Plumbing works

Page 220: Sample Tender Document

219

BOQ-FIRE FIGHTING WORKS QUANTITY

S.No. Item Code Description Unit CEC Met Lab CLPM CMD TOTAL

Rate in

Rs.

Rate in words

Rs. Amount in Rs.

1 312001675 Booster pump Nos 1.00 1.00 1 1 4.00

2 312001676 Air release valve Nos 1.00 1.00 1.0 1 4.00

3 312001677 4 Core x 4 Sqmm FRLS Electrical cable

Rmt 50.00 50.00 30.0 30 160.00

4 312001678 "C" class GI pipes -100 mm dia

Rmt 150.00 80.00 80.00 56 366.00

5 312001679 Non-return valve Nos 2.00 2.00 2.0 2 8.00

6 312001680 Butter Fly Valve Nos 3.00 3.00 3.00 3 12.00

7 312001681 CI Flanged Y strainer with SS mesh

Nos 1.00 1.000 1 1 4.00

8 312001682

First -Aid Hose Reel with MS construction

Nos 6.00 2.00 2.00 1 11.00

9 312001683

Hose cabinet of size 750mm X 600mm x 250mm

Nos 6.00 2.00 2.00 1 11.00

10

312001684

63mm dia, 15 mtr long Synthetic hose pipe with 63mm dia Male and Female Gun metal couplings

Nos 12.00 4.00 4.00 2 22.00

11 312001685

63mm dia Gun metal branch pipe with 20mm

Nos 6.00 2.00 2.00 1 11.00

12 312001686 Single headed Internal / External hydrant valve

Nos 6.00 2.00 2.00 1 11.00

13 312001687 2 way fire brigade connection

Nos 1.00 1.00 1.00 1 4.00

14 312001688 25mm dia ball valve Nos 6.00 2.00 2.00 1 11.00

Page 221: Sample Tender Document

220

15 312001689 Manual call boxes to initiate audio visual alarm

Nos 6.00 2.00 2.00 1 11.00

16 312001690 Wall / ceiling mounting strobes cum hooters

Nos 6.00 2.00 2.00 1 11.00

17 312001691 Repeater panel Nos 1.00 1.00 1.00 1 4.00

18 312001692 2 Core x 1.5Sqmm FRLS -Electrical Cable

Rmt 150.00 100.00 50.00 10 310.00

19 312001693

Escape signage boards in Rigid Photo luminecent based glow

Nos 8.00 4.00 4.00 2 18.00

20 312001694 Flow Switches in 100mm dia GI pipe

Nos 1.00 1.00 1.00 1 4.00

21 312001695 Pressure Switch in the GI pipe Line

Nos 1.00 1.00 1.00 1 4.00

22 312001696 Pressure gauge with isolation valve

Nos 1.00 1.00 1.00 1 4.00

23 312001697

structural steel supports for fixing

Kgs 50.00 25.00 25.00 25 125.00

24 312001698

Cutting and closing of Fire hydrant pipe

job 0.00 0.00 0.00 1 1.00

25 312001699

laboratory sink Each 0.00 0.00 0.00 2 2.00

26 312001722

Water Bar RM

27 0.00 20 18 65

Total Amount for Fire Fighting works

VOL IIIA BOQ-HVAC WORKS

QUANTITY S.No. Item Code Description Unit

CEC Met Lab CLPM CMD TOTAL

Rate in

Rs.

Rate in words

Rs. Amount in Rs.

1 222002029 5 Star rated 1.0TR Wall

mounted Split air conditioners

NOS 0 1 0 0 1

Page 222: Sample Tender Document

221

2 222002030 4 Star rated 1.5TR Wall

mounted Split air conditioners

NOS 0 11 0 0 11

3 222002031 4Star rated 2.0TR Wall

mounted Split air conditioners

NOS 0 6 0 0 6

4 222002032 4.0TR Cassette Air

conditioners NOS 2 0 0 0 2

5 222002033 3.0TR Cassette Air

conditioners NOS 1 0 0 0 1

6 222002034 2.0TR Cassette Air

conditioners NOS 1 1 0 0 2

7 312001700 Removing and refixing the

existing 5.0 TR ductable package Air conditioner

NOS 1 0 0 0 1

8 312001701 Removing and refixing the

existing Hi wall Split AC unit capacity 1.TR ,1.5TR,2.0TR

NOS 13 3 10 0 26

9 312001702 Extra Suction line& Liquied

line for Cassete AC(2.0TR, 3.0TR, 4.0TR)

RM 65 8 0 0 73

10

312001703 Extra 5/8" Dia&3/8 " Dia Suction line& Liquied line for split units(1.0TR, 1.5TR, 2.0TR)

RM 103 54 46 0 203

11

312001704 Extra 5/8" Dia&7/8 " Dia Suction line& Liquied line fo existing 5.0 TR ductable package Air conditioner

RM 3 0 0 0 3

12 312001705 3CX2.5sqmm Flexiable

cable RM 142 72 58 0 272

13 312001706 4CX1.5sqmm Flexiable

cable RM 6 0 0 0 6

Page 223: Sample Tender Document

222

14 312001707 Extra 25mm dia PVC Drain

pipe RM 103 54 46 0 203

15 312001708 Supply and fixing of GSS

ducting( 22 Gauge ) Sqm 20 0 0 0 20

16 312001709 Supply and fixing of GSS

ducting( 24 Gauge ) Sqm 40 0 0 0 40

17 312001710 Supply and fixing of Fire

retardent Canvass Nos 1 0 0 0 1

18

312001711 Supply and Fixing of acoustic insulation of duct with 12 mm thk.Rigid fibre glass of 48 kg./cum density

Sqm 10 0 0 0 10

20

312001712 Supply and Fixing of thermal insulation of duct with 25 mm thk. Al foil faces fibre glass of 24 Kg. / cum density.

Sqm 50 0 0 0 50

21

312001713 Supply and Fixing of Supply air Grills/ Diffusers to suit gypsum / grid false ceiling with AL extruded black coloured collar damper

Sqm 2 0 0 0 2

22

312001714 Supply and Fixing of AL extruded Rreturn air Grills/ Diffusers to suit gyps um / grid false ceiling

Sqm 2 0 0 0 2

23 312001715 Supply,Installation,Testing of

Fire Damper LS 1 0 0 0 1

24

312001716 Supply,Installation,Testing of GI Volume control dampers made out of 18G GI sheets

Sqm 1 0 0 0 1

Page 224: Sample Tender Document

223

25 312001717 Back draft Dampers made

out of 18G GI LS 1 0 0 0 1

26 312001718 Supply and ficxing of MS

condensor supports LS 1 0 0 0 1

27

312001719 Supply, Installation of Fresh air package consists Louvers, GI volume control damper including Bird Cowl with wiremesh.

LS 1 0 0 0 1

28

312001720 Supply and Fixing of Underduck insulation with 50 mm thick TF quality of density 16 kg / cum

Sqm 405 0 0 0 405

29

312001721 Supply and Fixing of 12 mm thick bison board along with MS frame for holding the Bison Board as per site conditions and standard practice

Sqm 7 0 0 0 7

Total Amount for A.C Works

Page 225: Sample Tender Document

224

Building Heights Details:

S.No

Building Name

Height of buildings at different levels(Approximately)

1 CEC

Ground floor 4.50Mtr level, First floor 3.65mtr level Workshops with service area 7.0mtrs

2 METLAB

Ground floor 4.50 mtrs level, First floor 4.70 mtrs level

3 CLPM Ground floor3.65 mtrs level

4 CMD Ground floor 3.65 mtrs level

SUMMARY

S.No Description Amounts

1 Total Amount for Civil Works

2 Total Amount for Plumbing works

3 Total Amount for Fire Fighting Works

4 Total Amount for HVAC Works

Total Amount

Page 226: Sample Tender Document

225

VOL-IV

LIST OF TENDER DRAWINGS

Page 227: Sample Tender Document

226

CMD building 1) Ground Floor Plan - SSIPCPL/ARCI/CMD/ PLAN/AD-02 2) Terrace Floor Plan - SSIPCPL/ARCI/CMD/ TERRACE PLAN/AD-03 3) Elevations - SSIPCPL/ARCI/CMD/ ELEs/AD-04 4) Elevations - SSIPCPL/ARCI/CMD/ NORTH&WEST ELE/AD-05 5) Sections - SSIPCPL/ARCI/CMD/ SECTIONS/AD-07 6) Column & Footing Schedule - SSIPCPL/ARCI/CMD/SD-02 7) Plinth Beam Layout - SSIPCPL/ARCI/CMD/SD-04 8) Ground Floor Roof Beam Layout - SSIPCPL/ARCI/CMD/SD-08 9) Ground Floor Roof Slab Layout - SSIPCPL/ARCI/CMD/SD-09 10) Ground Floor Internal Water Supply - SSIPCPL/ARCI/CMD/WS-02 11) Ground Floor Internal Fire Fighting - SSIPCPL/ARCI/CMD/FIRE-01 12) Terrace Floor Internal Fire Fighting - SSIPCPL/ARCI/CMD/FIRE-02

METLAB building: 13) Ground Floor plan - SSIPCPL/ARCI/METLAB/G.F/AD-01 14) First Floor plan - SSIPCPL/ARCI/METLAB/F.F/AD-02 15) Front Elevation - SSIPCPL/ARCI/METLAB/TERRACE/AD-03A 16) East Side Elevation -SSIPCPL/ARCI/METLAB/EAST ELE/AD-04 17) West Side Elevation -SSIPCPL/ARCI/METLAB/WEST EL /AD-05 18) South Side Elevation -SSIPCPL/ARCI/METLAB/SOUTH ELE/AD-06 19) Column & Footing Schedule - SSIPCPL/ARCI/ METLAB /SD-02 20) Footing Schedule - SSIPCPL/ARCI/ METLAB /SD-02A 21) Plinth Beam Layout - SSIPCPL/ARCI/ METLAB /SD-04 22) Ground Floor Roof beam Layout - SSIPCPL/ARCI/ METLAB /SD-07 23) First Floor Roof Beam Layout - SSIPCPL/ARCI/ METLAB /SD-12 24) Extension slab & beam details - SSIPCPL/ARCI/ METLAB /SD-16A 25) Ground Floor Internal Water supply - SSIPCPL/ARCI/ METLAB /G.F/WS-03 26) First Floor Internal Water supply - SSIPCPL/ARCI/ METLAB /F.F/ WS-04 27) Internal Fire Fighting G.F - SSIPCPL/ARCI/ METLAB /G.F/FIRE -01 28) Internal Fire Fighting F.F - SSIPCPL/ARCI/ METLAB /F.F/FIRE -02 29) Internal Fire Fighting Terrace Floor - SSIPCPL/ARCI/ METLAB /T.F/FIRE -03

CEC building: 30) Ground Floor Plan - SSIPCPL/ARCI/CEC/GF/AD-02 31) First Floor Plan - SSIPCPL/ARCI/CEC/FF/AD-03 32) Front East Side Elevation - SSIPCPL/ARCI/CEC/FRONT ELE/AD-05 33) North Elevation details - SSIPCPL/ARCI/CEC/NORTH ELE/AD-06 34) South Elevation details - SSIPCPL/ARCI/CEC/SOUTH ELE/AD-07 35) West Elevation details - SSIPCPL/ARCI/CEC/WEST ELE/AD-08 36) Sections - SSIPCPL/ARCI/CEC/SECTIONS/AD-09 37) Section EE - SSIPCPL/ARCI/CEC/SECTION EE/AD-10 38) Section DD - SSIPCPL/ARCI/CEC/SECTION DD/AD-11 39) Structural Glazing - SSIPCPL/ARCI/CEC/JOINERY DET/AD-13 40) Grill Details - SSIPCPL/ARCI/CEC/JOINERY DET/AD-14 41) Footing Schedule - SSIPCPL/ARCI/CEC/SD-02 42) Columns Schedule - SSIPCPL/ARCI/CEC/SD-03 43) Plinth Beam layout - SSIPCPL/ARCI/CEC/SD-06 44) Roof & Tie beam Layout @4.50 mt LVL - SSIPCPL/ARCI/CEC/SD-13

Page 228: Sample Tender Document

227

45) Roof Slab Layout @4.50 mt LVL - SSIPCPL/ARCI/CEC/SD-14 46) Top extra Reinforcement details of Slab @4.55 mt LVL - SSIPCPL/ARCI/CEC/SD-14A 47) Roof & Tie beam Layout @7.0 mt LVL - SSIPCPL/ARCI/CEC/SD-23 48) Roof Slab Layout @7.0 mt LVL - SSIPCPL/ARCI/CEC/SD-24 49) Roof beam layout @ 8.15 mt LVL - SSIPCPL/ARCI/CEC/SD-29 50) Typical Expansion Details - SSIPCPL/ARCI/CEC/SD-31A 51) Beam & Slab layout and details - SSIPCPL/ARCI/CEC/SD-32 52) Ground Floor Internal Water supply - SSIPCPL/ARCI/ CEC /G.F/WS-03/R1 53) First Floor Internal Water supply - SSIPCPL/ARCI/ CEC /F.F/ WS-04/R1 54) Terrace Water Distribution Machine Rooms - SSIPCPL/ARCI/ CEC /WS/TWD-05/R1 55) Terrace Water Distribution Toilets & drinking water- SSIPCPL/ARCI/ CEC /WS/TWD-06/R1 56) Internal Fire Fighting-Ground Floor - SSIPCPL/ARCI/CEC/GF/FIRE-01 57) Internal Fire Fighting-First Floor - SSIPCPL/ARCI/CEC/FF/FIRE-02 58) Internal Fire Fighting-Terrace Floor - SSIPCPL/ARCI/CEC/TF/FIRE-03

CLPM building: 59) Ground Floor Plan - SSIPCPL/ARCI/CLPM/GF/AD-02 60) Elevations -SSIPCPL/ARCI/CLPM/ELEVATIONS/AD-04 61) Column & Footing Schedule - SSIPCPL/ARCI/CLPM/SD-02 62) Plinth Beam Layout - SSIPCPL/ARCI/CLPM/SD-04 63) Roof beam Layout @ 3.65 & 5.10mt lvl - SSIPCPL/ARCI/CLPM/SD-07 64) Ground Floor Internal Water supply - SSIPCPL/ARCI/ CLPM /G.F/WS-02 65) Terrace Water Distribution - SSIPCPL/ARCI/ CLPM /WS/TWD-03 66) Internal Fire Fighting-Ground Floor - SSIPCPL/ARCI/CLPM/GF/FIRE-01 67) Internal Fire Fighting-Terrace Floor - SSIPCPL/ARCI/CLPM/TF/FIRE-02