Sie sind auf Seite 1von 219

JOB No: 137/E-TENDER/ CME-(C)/PE (WC-1)/2014-2015

E-TENDER FORM

NEW OKHLA INDUSTRIAL


DEVELOPMENT AUTHORITY

Name of Works: Construction of Office Building For


Noida Authority At Sector-96, NOIDA

OFFICER INVITING TENDER

GREEN NOIDA CLEAN NOIDA SAFE NOIDA

SAVE WATER FOR NATION

1
New Okhla Industrial Development Authority
WORK CIRCLE- 1, SECTOR- 06, NOIDA

E-Tender Document
for

Name of Work: Construction Of Office Building For Noida Authority At


Sector-96, NOIDA

JOB No: 137/CME( C )/ PE (WC-1)/E-TENDER/2014-2015

INDEX

Sl. No. Particulars Page No.

1. Title Page & Index 1-2

2. Instruction to Bidders/Tenderers 3-11


 
3. Special Conditions & Specifications 12-121

4. Charter Certificate Letter 122

5. G.P.W. Form-9 123-134

6. Notice Inviting Tender 135-136

7. Pre-qualification 137-145

8. Capability Statement 146

9. Bill of Quantity 147-219

Officer Inviting Tender

2
INSTRUCTIONS TO BIDDERS/TENDERERS (ITB)

(A) THE TENDER DOCUMENT

1 Cost of Bid Document/ e-Tender Processing Fee

a) The tenderer shall bear all costs associated with the preparation and submission of its
e-Bid and U.P. Electronics Corporation Ltd, Lucknow/ Noida Authority hereinafter referred
to as “the Department”, will in no case be responsible or liable for these costs, regardless of
the conduct or outcome of the e-Bid process.

b) This tender document is available on the web site http://etender.up.nic.in on Noida


Authority website at E-link and Corporation’s website www.uplclko.in to enable the
tenderers to view, download the e-Bid document and submit e-Bids online up to the last date
and time mentioned in e-Tender notice/e-tender document against this e-Tender. The
tenderers shall have to pay cost of bid document/ e-Tender processing fee of Rs. 11,000/-
(Including VAT) (Rupees Eleven Thousand Only) through RTGS only payable in favour
of New Okhla Industrial Development Authority in the A/c No. 718501011000876, IFSC
Code: VIJB0007126, Vijaya Bank, Branch- Sector-6, Noida or A/c No. 2817101101594,
IFSC Code: CNRB0002817, Canara Bank, Branch- Sector-6, Noida scanned copy of
RTGS receipt with transaction Id certified by the same bank must be enclosed alongwith the
e-Bid. This cost of bid document/ e-Tender processing fee of Rs. 11,000/- (Including
VAT) will be non-refundable. Tender without cost of bid document/ e-Tender processing fee
in the prescribed form, will not be accepted.

2 Contents of e-Bid Document

2.1 The scope of work, e-Bid procedure and contract terms and conditions are prescribed in the e-Bid
document. The e-Bid document includes:
(a) Invitation for e-Bid
(b) Section I : Instruction to tenderers;
(c) Section II : Conditions of Contract;
(d) Section III : Technical e-Bid;
(e) Section IV : Financial e-Bid;

2.2 The tenderer is expected to examine all instructions, forms, terms and specifications in the e-
Bid document. Failure to furnish all information required as per the e-Bid document or
submission of e-Bid not responsive to the e-Bid document in every respect will be at the
tenderer’s risk and may result in rejection of the said e-Bid.

3 Amendment of e-Bid Document

3.1 At any time prior to the deadline for submission of e-Bid, the Department may, for any
reason, whether at its own initiative or in response to a clarification requested by a
prospective tenderer, modify the e-Bid document by amendments. Such amendments shall be
uploaded on the e-Procurement website http:// etender.up.nic.in , Noida Authority web site at
E-link and Corporation’s website www.uplclko.in through corrigendum and shall form an
integral part of e-Bid document. The relevant clauses of the e-Bid document shall be treated
as amended accordingly.
3.2 It shall be the sole responsibility of the prospective tenderers to check the web site
http://etender.up.nic.in or Corporation’s website www.uplclko.in from time to time for any
amendment in the e-tender document. In case of failure to get the amendments, if any, the
Department shall not be responsible for it.

3.3 In order to allow prospective e-Tenderers a reasonable time to take the amendment into
account in preparing their e-Bids, the Department, at his discretion, may extend the deadline
3
for the submission of e-Bids. Such extensions shall be uploaded on the e-Procurement
website http://etender.up.nic.in and Corporation’s website www.uplclko.in

4 Language of e-Bid
4.1 The e-Bid prepared by the tenderer, as well as all correspondence and documents relating to the e-Bid
exchanged by the tenderer and the Department shall be written either in English or Hindi language. The correspondence
and documents in Hindi must be accompanied by embedded/separate Hindi font files. Only English numerals shall be
used in the e-Bid.

5 Documents Constituting the e-Bid

5.1 The e-Bid prepared by the tenderer shall comprise the following components:

(a) Technical e-Bid - Technical e-Bid will comprise of :

(i) Fee Details – It will consist of the cost of bid document/ e-Tender processing fee
document and prescribed earnest money in prescribed form.

(ii) Qualification Details – includes copies of required documents in PDF format


justifying that the tenderer is qualified to perform the contract if his/her bid is
accepted and that the tenderer has financial & technical capability necessary to
perform the contract and meets the criteria outlined in the Qualification Requirement
and Technical Specification and fulfill all the conditions of the Contract.

(b) Financial e-Bid – Financial e-Bid will comprise of :

(i) Price Schedule/BOQ – includes Price Schedule/BOQ in XLS format to be filled in


after downloading from the e-Procurement website for this e-tender.

6 e-Bid Form

6.1 The tenderer shall complete the e-Bid Form and the appropriate Price Schedule/BOQ
furnished in the e-Bid document.

7 e-Bid Currencies

Prices shall be quoted in Indian Rupees only.

8 Documents Establishing tenderer’s Qualification

8.1 The tenderer shall furnish, as part of its Technical e-Bid, documents establishing the
tenderer’s qualification to perform the Contract if its e-Bid is accepted. The documentary
evidence should be submitted by the tenderer electronically in the PDF format.

8.2 The documentary evidence of tenderer’s qualification to perform the Contract if its e-Bid is
accepted shall be as per Qualification Requirements specified in e-tender document.

9 e-Bid Security/Earnest Money Deposit (EMD)

9.1 The tenderer shall furnish, as part of its e-Bid, an e-Bid security/ EMD of Rs 2,60,57,500.00
(Rupees Two Crore Sixty Lac Fifty Seven Thousand Five Hundred Only) in form of
RTGS only in favour of Nodia, in the A/c No. 718501011000877, IFSC Code:
VIJB0007126, Vijaya Bank, Branch- Sector-6, Noida or A/c No. 2817101101595, IFSC
Code: CNRB0002817, Canara Bank, Branch- Sector-6, Noida, scanned copy of RTGS
receipt of Security/ EMD with transaction Id certified by the same bank must be enclosed

4
alongwith the e-Bid. Tender without Earnest Money in the prescribed form, will not be
accepted.
9.2 Any e-Bid not secured in accordance with above shall be treated as non-responsive and
rejected by the Department.

9.3 Unsuccessful tenderer’s e-Bid security will be returned promptly as possible after the
acceptance of e-Bid.

9.4 The successful tenderer’s e-Bid EMD will be converted into security upon the tenderer signing
the Contract.

9.5 The e-Bid security may be forfeited:

(a) if a tenderer (i) withdraws its e-Bid during the period of e-Bid validity specified by the
tenderer on the e-Bid Form; or (ii) does not accept the correction of errors or (iii) modifies
its e-Bid price during the period of e-Bid validity specified by the tenderer on the e-Bid
form or

(b) in case of a successful tenderer, if the tenderer fails:


(i) to sign the Contract with the Department.

10 Period of Validity of e-Bid

10.1 e-Bid shall remain valid for 90 days after the date of e-Bid opening prescribed by the
Department. An e-Bid valid for a shorter period shall be rejected by the Department as non-
responsive.
10.2 In exceptional circumstances, the Department may solicit the tenderer’s consent to an
extension of the period of e-Bid validity. The request and the response thereto shall be made
in writing. A tenderer may refuse the request without forfeiting its e-Bid security. A tenderer
granting the request will not be required nor permitted to modify its e-Bid.

11 Format and Signing of e-Bid

11.1 The tenderer shall prepare one electronic copy each of the Technical e-Bid and Financial e-
Bid separately.

11.2 The e-Bid document shall be digitally signed, at the time of uploading, by the tenderer or a
person or persons duly authorized to bind the tenderer to the Contract. The later authorization
shall be indicated by a scanned copy of written power-of-attorney accompanying the e-Bid.
All the pages/ documents of the e-Bid that are to be uploaded shall be digitally signed by the
person authorized to sign the e-Bid.

12 Submission of e-Bid

The Bid Submission module of e-Procurement website http://etender.up.nic.in enables the


tenderers to submit the e-Bid online in response to this e-tender published by the Department.
Bid Submission can be done only from the Bid Submission start date and time till the Bid
Submission end date and time given in the e-tender. Tenderers should start the Bid
Submission process well in advance so that they can submit their e-Bid in time. The tenderers
should submit their e-Bid considering the server time displayed in the e-Procurement website.
This server time is the time by which the e-Bid submission activity will be allowed till the
permissible time on the last/end date of submission indicated in the e-tender schedule. Once
the e-Bid submission date and time is over, the tenderers cannot submit their e-Bid. For delay
in submission of e-Bid due to any reasons, the tenderers shall only be held responsible.

The tenderers have to follow the following instructions for submission of their e-Bid:
5
12.1 For participating in e-Bid through the e-tendering system, it is necessary for the tenderers to
be the registered users of the e-Procurement website http:// etender.up.nic.in. The tenderers
must obtain a User Login Id and Password by registering themselves with U.P. Electronics
Corporation Limited, Lucknow if they have not done so previously for registration.

12.2 In addition to the normal registration, the tenderer has to register with his/her Digital
Signature Certificate (DSC) in the e-tendering system and subsequently he/she will be
allowed to carry out his/her e-Bid submission activities. Registering the Digital Signature
Certificate (DSC) is a one time activity. Before proceeding to register his/her DSC, the
tenderer should first log on to the e-tendering system using the User Login option on the
home page with the Login Id and Password with which he/ she has registered.
For successful registration of DSC on e-Procurement website http://etender. up.nic.in the
tenderer must ensure that he/she should possess Class-2/ Class-3 DSC issued by any
certifying authorities approved by Controller of Certifying Authorities, Government of India,
as the e-Procurement website http:// etender.up.nic.in is presently accepting DSCs issued by
these authorities only. The tenderer can obtain User Login Id and perform DSC registration
exercise above even before e-Bid submission date starts. The Department shall not be held
responsible if the tenderer tries to submit his/her e-Bid at the last moment before end date of
submission but could not submit due to DSC registration problem.

12.3 The tenderer can search for active tenders through "Search Active tenders" link, select a
tender in which he/she is interested in and then move it to ‘My Tenders’ folder using the
options available in the e-Bid Submission menu. After selecting and viewing the tender, for
which the tenderer intends to e-Bid, from "My Tenders" folder, the tenderer can place his/her
e-Bid by clicking "Pay Offline" option available at the end of the view tender details form.
Before this, the tenderer should download the e-tender document and Price Schedule/Bill of
Quantity (BOQ) and study them carefully. The tenderer should keep all the documents ready
as per the requirements of e-tender document in the PDF format except the Price
Schedule/Bill of Quantity (BOQ) which should be in the XLS format (Excel sheet).

12.4 After clicking the ‘Pay Offline’ option, the tenderer will be redirected to the Terms and
Conditions page. The tenderer should read the Terms & Conditions before proceeding to fill
in the cost of bid document/ e-Tender processing fee and EMD payment details. After
entering and saving the cost of bid document/ e-Tender processing fee and EMD details, the
tenderer should click "Encrypt & Upload" option given in the payment details form so that
"Bid Document Preparation and Submission" window appears to upload the documents as per
Technical (Fee details, Qualification details, e-Bid Form and Technical Specification details)
and financial (e-Bid Form and Price Schedule/BOQ) schedules/packets given in the tender
details. The details available in the scanned copy of tender form cost and of EMD shall be
verified by the department and in case of any discrepancy the e-bid shall be rejected.

12.5 Next the tenderer should upload the Technical e-Bid documents for Fee details (Cost of bid
document/ e-Tender processing fee and EMD), Qualification details. Before uploading, the
tenderer has to select the relevant Digital Signature Certificate. He may be prompted to enter
the Digital Signature Certificate password, if necessary. For uploading, the tenderer should
click "Browse" button against each document label in Technical and Financial
schedules/packets and then upload the relevant PDF/XLS files already prepared and stored in
the tenderer's computer. The required documents for each document label of Technical (Fee
details, Qualification details, e-Bid Form and Technical Specification details) and financial
(e-Bid Form and Price Schedule/BOQ) schedules/packets can be clubbed together to make
single different files for each label.

12.6 The tenderer should click "Encrypt" next for successfully encrypting and uploading of
required documents. During the above process, the e-Bid documents are digitally signed
using the DSC of the tenderer and then the documents are encrypted/locked electronically
6
with the DSC’s of the bid openers to ensure that the e-Bid documents are protected, stored
and opened by concerned bid openers only.

12.7 After successful submission of e-Bid document, a page giving the summary of e-Bid
submission will be displayed confirming end of e-Bid submission process. The tenderer can
take a printout of the bid summary using the "Print" option available in the window as an
acknowledgement for future reference.

12.8 Department reserves the right to cancel any or all e-Bids without assigning any reason.

13 Deadline for Submission of e-Bid

13.1 e-Bid (Technical and Financial) must be submitted by the tenderers at e-Procurement website
http://etender.up.nic.in not later than the time 5.00 PM on the prescribed date (as the server
time displayed in the e-Procurement website).
13.2 The Department may, at its discretion, extend this deadline for submission of e-Bid by
amending the e-Bid document, in which case all rights and obligations of the Department and
tenderers previously subject to the deadline will thereafter be subject to the deadline as
extended.

13 Late e-Bid

14.1 The server time indicated in the Bid Management window on the e-Procurement website
http://etender.up.nic.in will be the time by which the e-Bid submission activity will be
allowed till the permissible date and time scheduled in the e-tender. Once the e-Bid
submission date and time is over, the tenderer cannot submit his/her e-Bid. Tenderer has to
start the Bid Submission well in advance so that the submission process passes off smoothly.
The tenderer will only be held responsible if his/her e-Bid is not submitted in time due to any
of his/her problems/faults, for whatsoever reason, during e-Bid submission process.
14 Withdrawal and Resubmission of e-Bid
15.1 At any point of time, a tenderer can withdraw his/her e-Bid submitted online before the bid
submission end date and time. For withdrawing, the tenderer should first log in using his/ her
Login Id and Password and subsequently by his/her Digital Signature Certificate on the e-
Procurement website http://etender.up.nic.in. The tenderer should then select "My Bids"
option in the Bid Submission menu. The page listing all the bids submitted by the tenderer
will be displayed. Click "View" to see the details of the e-Bid to be withdrawn. After
selecting the "Bid Withdrawal" option, the tenderer has to click "Yes" to the message "Do
you want to withdraw this bid?" displayed in the Bid Information window for the selected
bid. The tenderer also has to enter the bid Withdrawing reasons and upload the letter giving
the reasons for withdrawing before clicking the ”Submit" button. The tenderer has to confirm
again by pressing "Ok" button before finally withdrawing his/her selected e-Bid.
15.2 No e-Bid may be withdrawn in the interval between the deadline for submission of e-Bids
and the expiration of period of e-Bid validity. Withdrawal of an e-Bid during this interval
may result in the tenderer’s forfeiture of his/her e-Bid security.
15.3 The tenderer can re-submit his/her e-Bid as and when required till the e-Bid submission end
date and time. The e-Bid submitted earlier will be replaced by the new one. The payment
made by the tenderer earlier will be used for revised e-Bid and the new e-Bid submission
summary generated after the successful submission of the revised e-Bid will be considered
for evaluation purposes. For resubmission, the tenderer should first log in using his/her Login
Id and Password and subsequently by his/her Digital Signature Certificate on the e-
Procurement website http://etender.up.nic.in. The tenderer should then select "My Bids"
option in the Bid Submission menu. The page listing all the bids submitted by the tenderer
will be displayed. Click "View" to see the details of the e-Bid to be resubmitted. After
selecting the "Bid Resubmission" option, click "Encrypt & Upload" to upload the revised e-
Bid documents.
7
15.4 The tenderers can submit their revised e-Bids as many times as possible by uploading their e-
Bid documents within the scheduled date & time for submission of e-Bids.

15.5 No e-Bid can be resubmitted subsequently after the deadline for submission of e-Bids.

(C) e-Bid OPENING AND EVALUATION OF e-Bid

16(A) Opening of Technical e-Bid by the Department

16.A.1 The Department will open all technical e-Bids, in the presence of tenderers’ representatives
who choose to attend at 3.30 PM on the prescribed date of opening at Tender Cell office
Sector-6, Noida. The tenderer’s representatives who are present shall sign a register
evidencing their attendance. In the event of the specified date of e-Bid opening being
declared a holiday for the Department, the e-Bids shall be opened at the appointed time and
place on the next working day.

16.A.2 The tenderer’s names and the presence or absence of requisite e-Bid security and such other
details as the Department at its discretion may consider appropriate, will be announced at the
opening. The name of such tenderers not meeting the Technical Specifications and
qualification requirement shall be notified subsequently.

16.A.3 The Department will prepare minutes of the e-Bid opening.

16(B) Opening of Financial e-Bid

16B.1 After evaluation of technical e-Bid, through the evaluation committee the Department shall
notify those tenderers whose technical e-Bids were considered non-responsive to the
Conditions of the Contract and not meeting the technical specifications and Qualification
Requirements indicating that their financial e-Bids will not be opened. The Department will
simultaneously notify the tenderers, whose technical e-Bids were considered acceptable to the
Department. The notification may be sent by e-mail provided by bidder.
16B.2 The financial e-Bids of technically qualified tenderers shall be opened in the presence of
tenderers who choose to attend, and date for opening of financial bids will be communicated
to the Technically Qualified Tenderers subsequently after completion of technical bids
evaluation through e-mail provided by the bidder. The name of tenderers, percentage Price
quoted for various items etc will be announced at the meeting.
16.B.3 The Department will prepare the minutes of the e-Bid opening.

17 Clarification of e-Bid

17.1 During evaluation of e-Bid, the Department may, at its discretion, ask the tenderer for a
clarification of his/her e-Bid. The request for clarification and the response shall be in
writing.

18 Evaluation of technical e-Bid and Evaluation Criteria

The Department will examine the e-Bid to determine whether they are complete, whether
they meet all the conditions of the Contract, whether required cost of bid document/ e-Tender
processing fee, e-Bid security and other required documents have been furnished, whether the
documents have been properly digitally signed, and whether the e-Bids are generally in order.
Any e-Bid or e-Bids not fulfilling these requirements shall be rejected.

18.1 The tenderer should submit a notarized affidavit that the tenderer’s firm has not been black
listed from any State/Central Government Departments/Organisations. The e-Bids of the
black-listed tenderers or those not submitting the required affidavit shall be rejected.
8
18.2 All e-Bids submitted shall also include the following:

(i) Filled in form Capability Statement.


(ii) Certified Copies of relevant pages of following documents:
a. Memorandum and Article of Association showing objectives of the
Company/firm and authority to sign the e-Bid/contract or delegate the power
to others for signing the e-Bid/contract.
b. Place of registration.
c. The power-of-attorney authorizing the tenderer to sign the e-Bid/ contract.
d. PAN certificate of the company/firm.
e. Trade tax/VAT registration certificate of the company/firm.

The e-Bids of the tenderers not submitting certified copies mentioned above documents shall
be rejected.

18.3 It shall be the discretion of the Department to decide as to whether an e-Bid fulfils the
evaluation criterion mentioned in this e-tender or not.

18.4 The tenderers are advised not to mix financial bid documents with the PDF documents
submitted for technical bid. The e-Bids of the tenderers having financial bid document in the
technical bid will outrightly be rejected.

19. Contacting the Department

19.1 No tenderer shall contact the Department on any matter relating to his/her e-Bid, from
the time of the e-Bid opening to the time the Contract is awarded. If the tenderer wishes to
bring additional information to the notice of the Department, he/she can do so in writing.

19.2 Any effort by a tenderer to influence the Department in its decisions on e-Bid evaluation, e-
Bid comparison or contract award may result in rejection of the tenderer’s e-Bid.
 

19.3 In the event of any information furnished by the agency is found false or fabricated the
minimum punishment shall be debarred/blacklisting from Noida works and the legal
proceeding can also be initiated.

9
(D) AWARD OF CONTRACT
20. Award Criteria

20.1 The Department will award the contract to the lowest evaluated successful Tenderer whose
bid has been determined to be responsive to all the conditions of the contract and meeting the
Technical specification and qualification requirement of the Bidding Document.

21. Department’s right to accept any e-Bid and to reject any or all e-Bids

21.1 The Department reserves the right to accept or reject any e-Bid, and to annul the e-Bid
process and reject all e-Bids at any time prior to contract award, without thereby incurring
any liability to the affected tenderer or tenderers.

22. Notification of Award

22.1 Prior to the expiration of the period of e-Bid validity, the Department will notify the
successful tenderer in writing by letter/e-mail/fax, that its e-Bid has been accepted.

22.2 The notification of award will constitute the formation of the Contract.

23. Signing of Contract

23.1 At the same time as the Department notifies the successful tenderer that its e-Bid has been
accepted, the successful tenderer shall have to sign the contract agreement.

10
For The Visiting Contractor’s Of This Tender Document

1. The Contractors/Firm/Bidders who are interested to participate in Tender are requested to get them
registered and get their signature digitalized with UP Electronics Corporation, 10, Ashok Marg,
Lucknow by depositing prescribed fee. However they shall be required to get their application
forwarded from Chief Project Engineer, Noida whose office is situated at Main Administrative Block,
Sector-6, Noida. The Agencies/Contractors registered shall be allowed to participate only in e-tenders
floated after their registration.

2. The other important information are being mentioned below at a glance for the ease of e-tenderers
:-
1) Date of Inviting tender
2) Date of opening tender
3) cost of bid document/ e-Tender processing fee : Rs. 11,000/-( Including Vat)
4) Earnest money Rs. 2,60,57,500.00
5) Validity period 90 days.
6) Time of completion of work 1095 Days
7) The Tender is percentage rate tender.

3. Bank account details for RTGS :-


a) For Cost of bid document/ e-Tender processing fee
i. (Bank Name Vijaya Bank Branch Sector-6, Noida)
A/C No. : 718501011000876 IFC Code : VIJB0007126
ii. (Bank Name Canara Bank Branch Sector-6, Noida)
A/C No. : 2817101101594 IFC Code : CNRB0002817
b) For Earnest Money/ Security
i. (Bank Name Vijaya Bank Branch Sector-6, Noida)
A/C No. : 718501011000877 IFC Code : VIJB0007126
ii. (Bank Name Canara Bank Branch Sector-6, Noida)
A/C No. : 2817101101595 IFC Code : CNRB0002817

11
SPECIAL CONDITIONS AND SPECIFICATIONS
1. The tenderers are advised before bidding to see carefully the site of work & study architectural &
structural drawings for the buildings/ Roads to be constructed under the scope of this tender, which can be
seen in the office of the concern P.E. of Noida Office on any working day between 10.30 A.M. to 4.30
P.M.
2. No page(s) of the tender shall be removed and the entire set must be submitted, as its failure to comply the
instructions may result in the rejection of the tender.
3. All entries by the tenderers should be written legible..
4. The tenderer should write full address and telephone no. on the Tender Form. Any letter sent by Regd.
Post on that address will be treated as delivered.
5. Incomplete, irrelevant conditional tenders are liable to be rejected without assigning any reason. Tenders
not submitted on proper prescribed form shall not be considered and are liable to be rejected.
6. No additions or alterations are permitted in the tender papers, if tenderer does so, the same shall not be
considered and such tender is liable to be rejected.
7. Any tender not fulfilling all the conditions is likely to be ignored / rejected without assigning any reason.
8. Original Earnest Money RTGS receipt and cost of bid document/ e-Tender processing fee RTGS receipt
shall not be required to drop in tender box. However the scanned copy of both RTGS receipt shall be
verified by the department from the bank and in case of any discrepancy or wrong information furnished
in the scanned copy, tender shall not be processed even for Technical Bid Evaluation and shall be
rejected.
9. No refund of the cost of bid document/ e-Tender processing fee is claimable for tenders not accepted or
for tenders not submitted.
10. NOIDA reserves the power to reject any or all tenders without assigning any reason or giving any
explanation, power is also reserved to divide or subdivide the work among the contractors.
11. The earnest money deposited by the unsuccessful tenderer shall be returned after acceptance of the tender
electronically contractor has to fill prescribed form attached with the tender.
12. After acceptance of the tender, the earnest money of the successful contractor shall be converted into the
security.
13. The quantities given in the bill of quantity are approximate and variation up to 25% on either side on
printed quantities may occur without entitling the contractor to any compensation or extra rate.
14. In giving their rates, the tenderers should take into account all fluctuations of market construction rates of
materials, as no claim shall be entertained on this account during the acceptance of the tender and the
currency of the contract.
15. The tendered rates shall be for all completed items of the work and shall include all quarry royalties,
testing, screening, tools & plants, railways freight, carriage of materials to site, stacking, removal charge
of any rejected material, Municipal Board Taxes, Octroi etc. service tax & labour cess and all other taxes
in force from time to time.
16. Within fifteen days of the registration to the contract bond, the contractor shall have to notify in writing
the name of his two authorized representatives one of them will always be available at the site of work to
receive the orders / instructions by Engineer in charge and the other for issue of materials and other
miscellaneous works. The contractor shall be fully responsible for the orders / instructions received by his
representatives regarding quality, progress and materials from the Engineer-in-charge or any higher
officer of NOIDA.
17. All the materials collected by the contractor during execution of work shall be properly stacked and
arranged as per directions of Engineer-in-charge.
18. Contractor shall have to make their own arrangement of water and electricity for construction work at site.
All the building material for the work shall be arranged by the contractor at his own cost.
19. The contractor shall be fully responsible for setting out the works and for the correctness of the positions,
levels, dimensions and alignments strictly according to the plan / architectural and structural drawings

12
(shall be provided without any charge) and all necessary instruments, pegs poles and other material
required for the purpose, failing which the contractor will be penalized as applicable.
20. A Cement consumption register shall be maintained at the site by the department for material brought by
contractor as per CPWD Manual/Specification. The contractor or his authorized representative / agent
shall have to sign the register daily in token of the consumption of material consumed daily at work site.
21. The contractor (in self) shall give sufficient supervision to the work using his best skill and attention. He
shall provide necessary qualified staff to supervise the execution of the work. The contractor or a
competent authorized agent or representative should be got approved in writing by the Engineer-in-charge
(whose approval at any time can be withdrawn or changed) for supervising the work and to receive
directions and instructions from Engineer-in-charge of the work on the behalf of the contractor. The
supervisory staff of the contractor will not be changed without the approval of Engineer-in-charge.
22. The contractor shall be responsible for the damage to any property or any injury to person whatsoever
caused by him or anybody in his employment or caused in consequence of his work. He will indemnify
and keep the Government un-indemnified against all claims, demands, proceedings, charges and expenses
and compensation, whatsoever, in respect of the or in relation to any such injuries or damages. The
contractor shall take all necessary precautions for the safety of his employees on the work site and shall
comply with all applicable provisions of safety law and building codes to prevent accident or injuries to
person on the work site.
23. The contractor shall keep at his own, whole of the excavated area free from water, however, if excavation
is filled with water the contractor shall provide all pumping equipment temporary drain and such cuts /
excavation shall be made good at the completion of work at his own cost.
24. The contractor shall confine his equipment storage of materials separately from his works and people to
the limits as directed by the Engineer-in-charge and shall not unnecessarily spread the premises with his
materials and hutment's.
25. A site order book shall be maintained at the site of the work in which instructions shall be given to the
contractor as and when necessary. These orders shall have to be signed and complied by the contractor or
in absence by his authorized representative or agent and in such case it will be presumed that same have
been conveyed to him in time.
26. The contractor shall at all time keep the premise free from accumulated waste material or rubbish caused
by his employees on the work and on completion of the work he shall clear away whole site from such
material and fill up the borrow pits / cuts dug by him. He will leave whole of the site and work clear in a
workman like. Nothing extra shall be paid to contractor for this clearing up.
The contractor shall maintain and keep the area in agreed sanitary condition for the use of men engaged in
the work by him and shall remove and clear all structures etc. which may have been setup by the
contractor for accommodating his staff / labour on the completion of work to the satisfaction of the
Engineer in charge.
27. All the material and workmanship and it’s working precedure shall be strictly as per specification of
C.P.W.D./Morth/UPPWD as described in the contract and in case not covered in the contract then in
accordance with the Engineer in charge / ISI code. Instructions shall be issued from time to time to tests
the material as the Engineer in charge may direct at places of manufacture, at the work site or in NOIDA
Laboratory or any recognized Laboratory in side or out side of NOIDA. Contractor shall provide
conveyance, labour and material required for examining, measuring and testing for the work and quality
of material used. Contractor shall supply sample of the material get them approved before using in the
work. The cost of such, like conveyance, labour and material provide for testing purpose and for
examining the work and for proper completion of the same shall be born by the contractor and no extra
payment shall be made for the same. In addition to above, the contractor shall establish a field laboratory
to carry out day to day tests of all material at his own cost. The contractor shall submit a list of the all the
laboratory equipment's, quality control Engineer of the contractor who will work under direction and
control of Engineer-in-charge.
28. Tenderer should be firms or contractor of repute who have carried out such works of similar magnitude
satisfactorily, have sufficient material and T&P for construction work such as centering, shuttering and
machinery tools and plants for mixing and transporting material for required height and depth and for
other work they shall submit the details with tender.

13
29. The normal working hours shall be from 8.30 A.M. to 5.30 P.M. and no work shall be carried out on
Sundays and on gazetted holidays without specific permission of the Engineer in charge. No claim,
whatsoever, shall be entertained on this account.
30. All drawings and designs will be supplied according to the necessity of the particular work and the
contractor will not have any claim for compensation in case of late supply of necessary design and
drawings.
31. The contractor will have to remove any person employed on the work if so desired by the Engineer-in-
charge for any reason.
32. The contractor shall not put hindrance to any person or to the contractor's authorized by the department to
carry out the works of any nature entrusted to him in the sector, in the vicinity or itself inside the building,
the works of water supply, sanitary and electric installation etc. The contractor shall have to allow the
other party to work and adjust his work accordingly and no claim shall be entertained on this account. In
case of any dispute the decision of the E/I shall be final and binding upon the all parties concerned.
33. The contractors shall have to make his own arrangements of water for construction work, for temporary
accommodations for the office staff and for the labourers' residence at the site of work. The water should
be fit for drinking. In case the water is supplied by the department, the contractor shall have to bear
charges at rates fixed by the authority.
34. The contractor will have to follow all existing rules and regulations of the Government & labour
department or as amended from time to time regarding the labour employed by him without entitling him
for any extra claim on this account.
35. The contractor shall do his work in such a way that the work of other contractor is not hindered.
36. Any claim during the period of contract will be submitted in writing within the currency of the contract
bond failing which the claim may not be entertained.
37. The contractor shall sign no claim certificate on running bills and in case of any claim or extra item he
must mention the item, rate and quantity specifically otherwise no claim shall be entertained later. In case
of any dispute the decision of the competent authority of NOIDA shall be final.
38. The contractor shall have to sign FARKATI at the time of submission of final bill to accounts branch.
39. The contractor must get acquainted with the proposed site for the work and study all the specifications and
conditions carefully before tendering. The work shall be executed as per programme / dates drawn by the
Engineer-in-charge. If part of the site is not available due to any reason the programme of the contractor
shall be modified to suit the availability of site and the contractor shall have no claim for compensation on
this account.
40. The security deposited of the contractor which will be deducted from his bills shall be refunded to the
contractor after the expiry of Twelve months from the date of actual completion of work in full if no
imperfection become apparent in the work up to Twelve months respectively.
41. Samples of materials and items of work shall have to be got approved by the contractor from Engineer in
charge before execution. The approved samples of material shall be sealed under the signature of the
contractor and Project Engineer and shall be kept in the office of the Project Engineer.
42. The contractor shall have to supply required Non-Judicial Stamp Papers for execution of contract bond at
his own cost.
43. Works to be open to inspection.
All works under or in course of execution or executed in pursuance of the contractor shall at time be
opened to the inspection and supervision of the Engineer-in-charge and other authority officials and the
contractor shall present at work site at all times during the inspection and usual working hours. At all
other times it notice for the inspection of site by the Engineer-in-charge or any other official is given to
the contractor, contractor should either himself be present to receive orders and instructions of a
responsible authorized agent be present for the purpose. Orders given to the contractor's agent shall be
considered to have the same force as if they had been given to the contractor himself. The contractor shall
also provide all facilities necessary for inspection of the work by the Engineer-in-charge or other officials
for which no payment shall be made to the contractor.

14
44. The specifications to be followed for the execution of the works shall be-
a) UPPWD for electrical works/Morth/CPWD specifications for work in Delhi with its up-to-date
correction slip till date of tendering.
b) Relevant ISI/IRC standard for work not covered by the above.
c) Material bearing ISI mark shall be given first preference for using in works. For all articles with ISI
marks the quality shall be judged by the relevant ISI specification.
45. After the completion of the work, the theoretical quantity of cement to be used on the works shall be
calculated on the basis of C.P.W.D. statement showing quantity of cement to be used in different items of
work provided in the Delhi Schedule of Rates applicable to the agreement but for the item on which DSR
is not applicable the consumption of cement shall be decided by the Engineer-in-charge of the work. Over
this theoretical quantity of cement further variation on either side shall also be allowed as under: -
PERMISSIBLE PERCENTAGE (ESTIMATED COST PUT TO TENDER)
2% (Two per cent) work more than Rs. 10.00 Lac.
3% (Three per cent) work up to Rs. 10.00 Lac.
The variation in respect of other materials shall be as per noms in CPWD works. The Final Quantity of
Cement, Steel, Bitumen or any other material less used than the theorical quantity allowing variation of
minus side shall be recovered from the contractor at double the rate used in justification.
46. The contractor is expected to well conversant with the conditions of GPW Form 9 as applicable to
NOIDA works (General condition of the contract) which will be the part of the agreement.
47. If the contractor withdraw his offer / tender or modifies his offer / tender after closure date of tender
which is not acceptable to the department before acceptance of the tender, his earnest money will be
forfeited.
48. Any recovery pointed out by the Technical inspection wing/quality surveillance team appointed or
authorized by NOIDA authority shall also be effected from the contractor's dues available with NOIDA
and the contractor shall have no claim for such deduction of amount whatsoever. In case of any dispute
the decision of CPE/CME, Project Engineer, NOIDA shall be final and binding on the contractor.
49. The contractor will arrange the water for consolidation of stone ballast and compaction of earth and
nothing extra will be paid for the same.
50. The contractor is to stack the metal at the road berms first according to the size of template with stack
number as decided by the Engineer in charge and no metal shall be stocked on road embankment. The
metal shall be only allowed to spread for consolidation after recording measurements and taken into road
metal account register.
51. The quantity measured in stacks shall be final & binding on the contractor and no claim will be
entertained thereafter.
52. A deduction of 7.5% (for voids) shall be made after stack measurements of stone aggregate for payment.
53. Deduction shall be made for earthwork in filling without compaction up to 95% proctor density as per
C.P.W.D. specification.
54. The stone ballast and grit will be blue textured and free from soft stone pieces. The size / gauge of the
ballast shall be as per detailed specification of C.P.W.D.
55. The consolidation, shall be done as laid down in C.P.W.D. detailed specifications amended up to date.
The earth for making medhi & consolidation will be arranged by the contractor at his own cost and
nothing shall be paid extra for the same.
56. In case of any dispute the decision of C.E.O., NOIDA shall be final and binding on the contractor.
57. Conditional tender may not be accepted.
58. Consolidation crust thickness at every 10 meter would be checked as per stipulation after execution of
work.
59. The premixing of grit with maxphalt will be done by mixol or by hot mix plant.
60. Contractor has to sign the agreement after submission of stamp papers within Ten days from the date of
award of the work. In case of delay on the part of the contractor beyond Ten days from the date of award

15
of work, a penalty of Rs. 1000/- per day will be imposed and shall be liable from contractor's payment,
which will be deducted from any dues available of the contractor.
61. That the variation of the quantities of work shall not be allowed to be executed beyond the stipulated
quantity in the agreement without prior approval of the competent authority.
62. Trade tax with surcharge shall be deducted on the gross amount of the work done for all the payment
made to the contractor according to the provision of U.P. Trade Tax Act as per amended time to time.
63. The contractor is required to quote only one percentage. In case contractor quotes two or more
percentages his tender shall be sealed invariably.
64. a) In case of earth work in filling is being done in layers of 20cm thickness, the compaction must be done
with heavy machinery such as road roller of 8 tonne or above capacity at the optimum moisture content.
The dry density must be achieved to the extent or not less than 95% of proctor's density. In this area when
the compaction is achieved to the desired density no deduction shall be made from the measured cubical
content.
b) In case of patries (shoulder of road) the compaction should be done with road roller of 8 tonne capacity.
However, 95% proctor's density at optimum moisture contents is not necessary. The deduction of this area
must be made 10% on the measured cubical content of compacted earth.
65. For cement storage at work site, double lock system will have to be followed.
66. The contractor shall have to install the laboratory for testing of building material at site. In case of failure
of contractor, the same shall be provided by the department on cost of contractor, which shall be
recovered from the running bill.
67. Quantity for payment shall be the theoretical quantity (Based on Proposed formation level) or the actual
quantity (based on actual finished level) whichever in less :-
68. In case it is found that the tender as submitted forced/fecitious documents along with the tenders, his offer
will be cancelled and earnest money will be forfeited. Also the Contractor can be black listed for
tendering for Noida work.
69. Ultratech, Ambuja, Bangur, Binani, Birla, Shakti & J.K., CCI, ACC, Shree or approved by competent
authority, make gray cement shall be allowed to be used in the work.
70. The reinforcement steel shall be provided from the reputed manufacture like Sail, Tisco, Rastriya Ispat
Nigam and shall confirm specification as per IS code 1786-19, The standard sectional weights reinforced
all standard tables in para 5.3.3. in specification of works Vol-1 to be considered for conversion of length
of various, size MS Bars and for bars into wt. as under.
Sl. No. Size dia (in mm) Wt./M Sl. No. Size dia (in mm) Wt./M.
1 6 0.222 Kg. 6 18 2.00 Kg.
2 8 0.395 Kg. 7 20 2.47 Kg.
3 10 0.617 Kg. 8 22 2.98 Kg.
4 12 0.888 Kg. 9 25 3.85 Kg.
5 16 1.58 Kg. 10 28 4.83 Kg.
71. The payment of royalty levied by state/central/other institutions on minerals and other conditions issued
time to time by the Government shall be the responsibility of the contractor. The authority shall be free to
take appropriate action without any notice in case of non compliance/ non submission of documents of the
said payment.
72. The contractor have to furnish his rates including Labour Cess @ 1% the same shall be deducted from the
bills of the contractor. The royalty charges levied by stats/central govt. on & other terms and conditions
issued time to time by govt. shall abide by and shall be paid by contractors and its proof shall have to be
submitted to Noida.
73. The Security amount shall be deducted @ 10% from each running bill and the maximum limit shall be on
contract bond amount @ 5% including earnest money.
In case security period is two years the 50% security money shall be refunded after one year on
satisfactory performance and remaining 50% security amount shall be refunded after satisfactory
performance of two years from actual date of completion.
74. The minimum density of D.B.M. BM & AC work with their permissible tolerance based on job mix
formula be as under :-

16
Type of Minimum
Mix Density
B.M 2.20 Gram/CC
D.B.M 2.36 Gram/CC
D.B.C 2.36 Gram/CC

The job mix formula of bitumen mixes shall be determined from the following test houses only.

1. CRRI, Mathura Road, New Delhi.


2. CPWD,ITO, New Delhi.
3. Shri Ram Institute of Industrial Research, University Road, Delhi.
4. I.I.T., Hauz Khas, New Delhi-110016
5. Delhi Test House, A-62/3, Karnal Road, Industrial Area, Opposite Hans Cinema , Azadpur New
Delhi.

75. Escalation shall be admissible as per 10 CC clause of CPWD for the projects having its cost Rs. Ten
Crore & above along with its stipulated period of construction more than 18 months. However no price
variation shall be paid to the contractor for such extended period for which department in not liable.

76. Mobilization advance shall be admissible as per CPWD norms/manual clause no. 31.5 to the projects of
specialized nature having its cost 25 Crore and above.

77. As per office order No. Noida/ACEO/2013/CPE/1226 Dt. 02-09-13 contractor has to deposit additional
performance Guarantee/Security in shape of FDR/CDR/Bank Guarantee/NSC in case rate quoted below of
Bill of Quantity (B.O.Q)@0.5% per one percent upto 10% below rate and @1% per one percent on rate
quoted beyond 10% below rate, vailed for the complete contract period by the Contractor before entering
into contract bond.

78. I. ªÉc ÉÊBÉE |ÉÉÉÊvÉBÉE®hÉ uÉ®É |ÉnkÉ ÉÊxÉÉÊ´ÉnÉ BÉEä +ÉÆiÉMÉÇiÉ BÉEɪÉÇ |ÉÉ®à£É cÉäxÉä BÉEä nÉä àÉÉc BÉEä £ÉÉÒiÉ® ºÉÆÉÊ´ÉnÉBÉEÉ® BÉEÉ nÉÉʪÉi´É cÉäMÉÉ ÉÊBÉE ´Éc ÉÊxÉvÉÉÇÉÊ®iÉ
+É´ÉÉÊvÉ àÉå =kÉ® |Énä¶É £É´ÉxÉ A´ÉÆ +ÉxªÉ ºÉÉÎxxÉàÉÉÇhÉ BÉEàÉÇBÉEÉ® BÉEãªÉÉhÉ +ÉÉÊvÉÉÊxɪÉàÉ BÉEÉÒ vÉÉ®É-7 BÉEä +ÉÆiÉMÉÇiÉ gÉàÉ BÉEɪÉÉÇãÉªÉ xÉÉèAbÉ àÉå {ÉÆVÉÉÒBÉE®hÉ
ºÉÖÉÊxÉÉζSÉiÉ BÉE®ÉiÉä cÖA =ºÉBÉEÉÒ |ÉÉÊiÉ |ÉÉÉÊvÉBÉE®hÉ BÉEÉä ={ÉãɤvÉ BÉE®ÉªÉåMÉå*
II. ªÉc ÉÊBÉE ºÉÆÉÊ´ÉnÉBÉEÉ® uÉ®É ÉÊxÉàÉÉÇhÉ BÉEɪÉÇ àÉå ÉÊxɪÉÉäÉÊVÉiÉ ¶ÉiÉ |ÉÉÊiɶÉiÉ {ÉÉjÉ gÉÉÊàÉBÉEÉå BÉEÉ {ÉÆVÉÉÒBÉE®hÉ £ÉÉÒ gÉàÉ ÉÊ´É£ÉÉMÉ àÉå BÉE®ÉªÉÉ VÉɪÉä +ÉÉè®
=ºÉBÉEÉÒ ºÉÚSÉxÉÉ ªÉlÉɺÉàÉªÉ |ÉÉÉÊvÉBÉE®hÉ BÉEÉä ={ÉãɤvÉ BÉE®ÉªÉÉÒ VÉɪÉä* =BÉDiÉ ¶ÉiÉÉæ BÉEä +ÉxÉÖ{ÉÉãÉxÉ xÉ cÉäxÉä BÉEÉÒ n¶ÉÉ àÉå ºÉÆÉÊ´ÉnÉBÉEÉ® BÉEÉä +ÉÉ´ÉÆÉÊ]iÉ
BÉEɪÉÇ ÉÊxÉ®ºiÉ ÉÊBÉEªÉä VÉÉxÉä BÉEÉ BÉEɪÉÇ´ÉÉcÉÒ £ÉÉÒ BÉEÉÒ VÉÉ ºÉBÉEiÉÉÒ cè*
79. Construction Depot / Site Office
Necessary land other than the site, if any, required for construction depot etc., for carrying out of site
construction works and for making the contractor’s temporary site office will be provided within the Noida area.

80. Scope of Work


A. The scope of works for Construction Of Office Building For Noida Authority At Sector-96, NOIDA
shall, inter-alia, include the following but not be limited to:
a. Site clearance, removal of shrubs and dismantling of obstructions, structures, footpaths & kerbs,
boundary walls, fencing, road signage etc., before commencement of work as specified or as
directed.
b. Necessary coordination with concern department for shifting of utilities, tree felling, construction
of service road, traffic diversion before and during commencement of main works.
c. All temporary traffic diversion works which will be required for the smooth flow of running
traffic in order to carry out the works without any interruption including all safety precautions,
signage, barricading, emergency lighting, traffic marshals / look-out men / watchmen etc.
d. True and proper setting out and layout of the Works, bench marks and provision of all necessary
labour, instruments and appliances in connection therewith as specified or as directed; (also refer
respective clause of “Special Conditions of Contract”).
e. Providing footpaths with provision for kerb stones, verges, islands including earth filling,
chequered tiles, and re-establishing drainage systems as specified or as directed.
f. Reinstating / refixing the dismantled structures / fences etc. to the extent required.

17
g. Maintaining and keeping the road clean in the area of work and where construction machineries
will ply.
h. Safety during construction shall have to be ensured and shall be the prime responsibility of the
contractor for which adequate safety arrangement i.e. safety equipments, adequate light
arrangement at night work, traffic diversion management including deploying traffic controller at
traffic diversions. The cost towards these shall be incidental to the prime work. The detailed
guidelines for safety are given in Appendix IV of Special Condition of Contract.
i. Illumination works for elevated road and surface level road
j. Road markings / painting including signages and other road related furniture works.
k. All temporary works including their design as required
l. Measures to minimize dust and noise pollution and taking all the required safety measures for
safe execution of the works and safety of general public
m. All aspects of quality assurance, including testing of materials and other components of the work,
as specified or as directed;
n. Clearing of site and handing over of all the Works, as specified or as directed;
o. Maintenance of the completed Work during the period as directed.
p. Submission of completion (i.e. 'As-Built’) drawings ( two hard copy and soft copy) and other
related documents as specified.
q. Providing 1200 sqft furnished office for client/consultant at site camp with adequate office
furniture and equipment and its maintenance till the completion of the project. The office
furniture such as table, chair, AC, telephone, fax, photo copier, scanner, internet, power back up
etc. Maintenance includes providing office stationery, light refreshments, water, peon, watchman,
fuel, electric bill etc.
Any other item of work as may be required to be carried out for completing the elevated road in all
respects in accordance with the provisions of the Contract and/or to ensure the structural stability and
safety during and after construction. The value of the work shall be as per rate(s) accepted in letter of
acceptance subject to such additions thereto or deductions there from as may be made under the
provisions of the Contract.
80.1 The quoted rate(s) should be inclusive of all materials / transport / labour / machinery, tools and equipment /
taxes / duties etc., all leads and lifts/ temporary works/ traffic diversions, providing 1200 sqft. furnished office
space and its maintenance, measures for work & personnel safety, environment control and quality requirements
etc. for completion of work and no extra payment shall be made on these account.
81. Protection of Existing Services / Utilities
The construction of structures will have to be planned in such a manner that they do not obstruct or interfere
with the existing roads and other utilities. Where work is required to be carried out at locations adjacent to / over
such roads, utilities, structures, monuments, religious structures, etc., suitable safety and protection
arrangements will have to be ensured for which nothing extra will be payable. It should be ensured that no
damage is caused to any such element and Engineer/ Employer shall be indemnified against such damage at no
extra cost.
82. Design of Temporary works
The Design should cover all the items pertaining to all temporary works, traffic diversion scheme including
barriers, traffic diversion arrangement for night, casting yard, launching girder, temporary prestressing, slope
protection, guide wall, form work, staging, shuttering, transportation and casting/fixing scheme for various
structural elements and materials to be transported to and from site during construction period.
The Contractor shall himself formulate a practical and viable scheme for design / fabrication of casting yard,
launching girder, shuttering, curing, testing and casting of various structural elements.
Tender Drawings furnished with the Tender Documents show the level of works based on available soil
investigation data. These may require change at the time of actual execution of works based on actual site
conditions.

83. UTILITY DIVERSIONS AND PROTECTION


83.1 The Contractor shall provide any temporary support for the utilities if called for, but at no extra cost during
utility shifting.

18
Although advance utilities identification and diversion of the charted utilities has been / is being done, but
during excavation if some uncharted utilities are encountered or work is stopped due to existence of such
utilities, contractor shall immediately inform the Engineer / Employer and arrange for diversion of such utilities
through the respective utilities owning agencies after taking approval from Engineer / Employer
If work is stopped due to uncharted utilities, no claim what so ever shall be entertained on this account.

Other Terms & Conditions:

1. Indian company/ State Contractor having suitable required experience and registered with
CPWD/PWD/NHAI/MORTH/NOIDA/MES/ other Govt. department
2. The bidder should be a financially sound. And should not have suffered loss in last 5 years. Applicants who
have suffered bankruptcy/insolvency are not eligible.
3. Tenderer/company/contractors barred by the state Govt./Central Govt. from participating in any project and
declared as non- performer/blacklisted are not eligible.
4. Joint Ventures of the companies are NOT eligible.
5. Specific Experience as PRIME Contractor should be as follows:-

19
TECHNICAL SPECIFICATIONS OF CONTRACT

GENERAL

The scope of work for the bidder under this project includes Civil, internal & external services such as
plumbing and Fire Fighting, works for proposed Office Building for Noida Authority At Sector-96, Noida.

i) Admin building-1 (G+07 floor)


ii) Admin building-2 (G+17 floor)
iii) Basement under Block no-1 & 2
iv) Atrium Block
v) External development

Location
The plot earmarked for the purposed corporate building is situated in sector*-96, Noida along the
Mahamaya Express way near Mahamaya Balika Inter College, sector-44, Noida..

Area
The area of plot is approximately 24000 sqm. The built up area including basement parking is
95000 sqm approximately.

Site Visit by Bidder / Tenderer


The bidder / tenderer is strongly advised to make a visit to the proposed site at Noida and make
his own assessment of the scope of work under this tender and no claims whatsoever shall be
entertained for lack of understanding of the scope and / or implications arising out of it.

SCOPE OF WORK :

The scope of the work under the contract is deemed to include the following works. The rates
quoted by the contractor for the items in the BOQ shall include scope of work mentioned above
and also the following works. Nothing extra shall be paid on these accounts.

o Side slopes for excavation shall be decided by the contractor depending upon the sub-soil,
strata and availability of land. In case wider excavations are not possible due to site
conditions, close / open timbering shall be done by the contractor as per direction of the
Noida Authority to prevent caving in of the trenches of settlement of the adjustment to the
trenches.
o The earth / serviceable material recovered during the execution of work will be property of
NOIDA AUTHORITY and the same shall be stacked properly and the contractor will keep its
watch and ward till its final disposal/handing over as per direction of the Engineer in Charge /
NOIDA AUTHORITY.
o The contractor has to take the permission from the authorities for plying the vehicles for
carriage of material / machinery / earth etc. No claim will be entertained if the local authorities
restrict the timing and day(s) of movement of vehicles. NOIDA AUTHORITY shall only provide
necessary assistance for obtaining requisite permission from the concerned authorities. The
contractor shall take permission from NOIDA AUTHORITY or any other Govt. Department for
carrying out the work in a particular area. However, NOIDA AUTHORITY will assist the
contractor for taking permission from the concerned Department.
o The contractor will be fully responsible for correct levels even after the execution of work. If
they are found wrong, the work will be rejected and no payment for the defective work will be
made by the NOIDA AUTHORITY. The contractor will make good the work and the payment
will be made for the work done as per requirement /specifications.
o After the completion of the work, the same will be handed over to NOIDA AUTHORITY . Any
loss / damage up to date of handing over will be responsibility of the contractor.
o The substandard and defective material should be removed immediately from the site of work
as and when directed, failing which it will be removed by NOIDA AUTHORITY and the charge
so incurred will be recovered from the running account bills for which no claim shall be
entertained.
o The contractor shall not dump / deposit materials on site, which will seriously cause
inconvenience to the public. Noida Authority may require the contractor to remove any
materials which are considered by him to be of danger or inconvenient to public or cause
them to be removed at the contractor’s cost.
o The necessary clearance/approval from lift inspector, or any other bodies, to be obtained by
the bidder after installation of the lift.
20
o Approach to the site of work especially such as compound wall and other buildings to be
made by the bidder without any extra cost. Surfaces of Pavement/concrete road should match
with the existing surfaces.

QUALITY ASSURANCE

It shall be the Contractor’s duty to inspect all products before incorporation in the works in
regard to their compliance with the Contract Documents and / or with the approved
samples. Any products, which are found to be unacceptable, shall be removed and
replaced at the contractor’s expense.

Alternative Products.

If the contractor proposes to use a product which, while suitable for the intended use
deviates in any way from the detailed requirements of the Contract Documents, he shall
inform the ENGINEER-IN-CHARGE & Architect at least 30 days in advance prior to
placing of its order so as the delivery schedule is met with. The notification should be
given in writing stating the nature of such deviations oat the time the product is submitted
for approval of the ENGINEER-IN-CHARGE & Architect, and shall request a written
approval of the deviation from the ENGINEER-IN-CHARGE, Architect and the Employer.
All finished products shall be approved by the Architect.

Any additional cost, or any loss or damage arising from the substitution of any product or
method for those originally specified shall be borne by the contractor, notwithstanding
approval or acceptance of such substitution by the ENGINEER-IN-CHARGE & Architect If
substitutions are accepted, the contractor shall have the responsibility of co0ordination
with all other work, to ensure compatibility and fit. No additional time extention would be
given in lieu with change of the product.

General Requirements

1. EXECUTION

Execution shall include all activities such as installation, erection, application and
workmanship required to implement the works within the framework of the contract. The
contractor shall carry out everything necessary for the proper execution of the works
shown and described in the Contract Documents, or may reasonably be inferred the
reform. He shall report in writing to the ENGINEER-IN-CHARGE any and all conditions,
which may affect the satisfactory execution of the works or endanger it permanency.

2. WORKMANSHIP

All Workmanship shall provided to the satisfaction of the ENGINEER-IN-CHARGE &


Architect in the best and most modern available methods and workmanlike manner, and
any work dammed by the ENGINEER-IN-CHARGE not meeting the standards specified
hereunder or in the Contract Documents shall be removed by the contractor, and
replaced so as to be in accordance with the approved standards, all at the contractor’s
expense. The contractor shall seek the Quality Certification of the work from the
ENGINEER-IN-CHARGE & Architect at intermediate stages. No extensions would be
given in the final completion time, on account of any faulty works done and the time
required to redo / rectify the same.

3. MANUFACTURED PRODUCTS

All manufactured products, articles, materials and equipment, shall be supplied, installed,
connected, erected, used cleaned, and conditioned in accordance with the manufacturers
written instructions and directions.

5. PROTECTION OF THE WORKS.

The Contractor shall whenever and wherever necessary cover up and protect the works
from weather and damage by his own or other workmen performing subsequent
operations. . He shall provide all necessary dustsheets, barriers and guard rails and clear
away the same at completion.

21
The contractor shall take all proper steps for protection of all places on or about the
works, which maybe dangerous to his workmen or any other persons or to traffic. The
Contractor shall provide and maintain warning signs, warning lamps and barricades as
necessary. The contractor shall, wherever practical, leave on fitting their protective tapes,
covering wrappings and corner protectors and the like after they have been installed until
all work in the region of the fittings has been completed.

6. RESTORATION AND CLEANING

Upon completion of the works the contractor shall restore all items covered by the
contract to the satisfaction of the ENGINEER-IN-CHARGE.

The Contractor shall allow for regular clearing and clearing away all rubbish and excess
material that may accumulate from time to time, on completion and before handing over.
Upon completion of the works he shall obliterate all signs of temporary contraction
facilities such as work areas, structures, foundations of temporary structures, stockpiles of
excess or waste materials, or another vestiges of construction as directed by the
ENGINEER-IN-CHARGE. All buildings shall be cleaned floors, and paving scrubbed and
the works and site shall be left in a clean and satisfactory state for immediate use and
occupation. Care shall be taken not to use any cleaning materials, which may cause
damage to the surface to be cleaned.

The Contractor shall also take all necessary precautions to keep the works and site free
from vermin during construction and he shall leave the works vermin from on completion

7. SUBMITTALS

7.1 Construction Programme

The Contractor shall, upon appointment to carry out the works, forthwith prepare and
submit a fully detailed program for the construction representing units of work in sufficient
details for the approval of the ENGINEER-IN-CHARGE and the Employer.

7.2 Schedules

The contractor shall, upon appointment to carry out the works, forthwith prepare and
submit for the approval of the ENGINEER-IN-CHARGE, Architect and the Employer a
schedule listing the names and addresses of subcontractors, suppliers and
manufacturers, the trademarks, types and origin of all products, and systems he proposed
to incorporate in the works, together withal descriptions and specifications that maybe
required in this connection before any appointments are made or orders are placed.

7.3 Samples

The contractor shall furnish for approval with reasonable promptness, all samples as
specified or directed by the ENGINEER-IN-CHARGE and Architect and particularly
samples of all internal and external finishes described in the Contract Documents, The
employer shall check and approve all such samples recommended and approved by the
Architect with reasonable promptness for conformance with the design concept of the
works and compliance with the information given in the Contract Documents. One
approved sample will be retained by the ENGINEER-IN-CHARGE and Architect and the
remainder returned to the Contractor. All works shall then be in accordance with the
approved samples.

7.4. Certificates and Test Reports.

The Contractor shall present to the ENGINEER-IN-CHARGE, prior to delivery, certificates


confirming that the quality of products to be supplied by a particular manufacturer or
company for incorporation in the work complies with the standards as requirement by the
Contract Documents.

Where specified or required by the ENGINEER-IN-CHARGE, the Contractor shall carry


out the necessary tests. The costs and expenses incurred will be borne by the contractor
and shall be carried out by a testing laboratory approved by the ENGINEER-IN-CHARGE.
Copies of test reports shall be submitted to the ENGINEER-IN-CHARGE. Sub-standard
materials and / or work shall be removed and replaced to comply with the correct
standards at the contractor’s expense.
22
7.5 Shop Drawings

The contractor shall produce all shop or getting out drawings and schedules required for
the works or which have mentioned in the specifications in sufficient time, so as not to
cause delay in the works. These submittals shall be checked and approved by the
ENGINEER-IN-CHARGE & Architect and returned to the contractor. The contractor shall
make any correction requested by the ENGINEER-IN-CHARGE and resubmit further
copies after the ENGINEER-IN-CHARGE (backed by the approval of the Architects and
the respective consultants) have granted approval. The construction programme and the
schedules prepared by the contractor shall have adequate time provision for review and
revision of shop drawings prior to approval.

7.6 Project Records

The contractor shall, at all times, keep on site one copy of all drawings and specifications,
addendum, revisions, variation orders, approved shop drawings and approved samples
together with copies of pubic safety codes and relevant standards applicable to the
works. All such material shall be made available to the ENGINEER-IN-CHARGE &
Architect. The Architect shall mark the drawings form the set of project records as
superceded, when the revised drawings are issued. The contractor shall be responsible
for the execution of the work as per latest revised drawings, any work carried out by the
contractor form the old drawings shall be rectified by him at his own cost.

In addition to the contractor shall, at all times keep on site a separate west of prints on
which shall be noted neatly accurately and promptly as the work progresses, all
significant changes between the work shown on the drawings and that which is actually
constructed.

7.7 Manufacturer’s Guarantees.


Where special guarantees for periods exceeding the period of Maintenance are required
by the Contract Documents, the contractor shall obtain a written guarantee, addressed to
the Employer, fro the manufacturer or firm supplying the materials, equipments,
components and the like and / or doing the work and shall deliver same to the
ENGINEER-IN-CHARGE prior the issue of the certificate of completion. The guarantee
shall state that workmanship, materials, equipment, components and the like and / or
installation are guaranteed for the specified period from the date of Maintenance
Certificate and that any defect that may arise during the specified period will remain the
Contractor’s responsibility and shall be made

good at the expenses of the guarantor, upon written notice form the ENGINEER-IN-
CHARGE to do so.

8 TEMPORARY FACILTIES

The contractor shall at his own cost, provide, erect or install, maintain, alter as necessary,
and remove on completion all temporary facilities and services including safe access as
required by the contractor for the uninterrupted functioning of the work.

8.1 Temporary Roads

The contractor shall prepare and maintain temporary safe access to basement and other
places as may be necessary form the site to the nearest road and also within the plot.
Such safe access shall be positioned strictly in accordance with the ENGINEER-IN-
CHARGE’s instructions and contractor shall reduce or control any dust nuisance by
spraying with water as directed. The contractor shall satisfy himself as to the location and
nature of the proposed accesses routes to the site and shall be responsible for preventing
any damage whatsoever to adjacent property and by vegetation and keeping he access
free from debris at all times.

8.2 Waste Disposal

The contractor shall make, maintain and remove on completion at his own cost such
temporary provisions as may be required in order to dispose of any chemicals, fuels, oils,
greases, bituminous materials, waste and soil waste and the like without causing pollution
23
to either the site or the environment. The contractor at its own cost shall arrange for the
statutory approval required for the subject work.

8.3 Fire Protection


The contractor shall provide and maintain adequate fire protection in the form of barrels of
water with buckets, fire bucket, tanks, fire extinguishers, or other effective means of
extinguishing fire, ready for instant use, distributed around the project and in and about
temporary inflammable structure during construction of the works.

Gasoline and other flammable liquids shall be stored in and dispensed from safety
containers approved b the ENGINEER-IN-CHARGE and storage shall not be within
buildings.

Torch-cutting and welding operations performed by the contractor shall have the approval
of the ENGINEER-IN-CHARGE before such work is started and a chemical extinguisher
is to be available at the location where such work is in progress.

8.4 Temporary Hoists and Chutes

The contractor shall provide, install, maintain and remove material and personnel hoists
as required for normal use by all contractors and employ only skilled operators for them.
He shall provide necessary guards, signals, protective facilities, safety devises and the
like required for safe operation, provide suitable runways from hoists to each floor level
and roof, and remove all such facilities after hey have served their purpose or when
directed by the ENGINEER-IN-CHARGE

The contractor shall also provide and maintain all temporary ladders, ramps, runways,
chutes, derricks, stairs and similar items required for the proper execution and checking
of the work and permit the use of such facilities by other contractors. Hoists and chutes
shall be so constructed as to prevent damage, staining or marring of permanent work.

No materials, rubbish or debris shall be permitted to drop free, but shall be removed by
use of material hoists and / or fully enclosed rubbish chute.

Where required, openings in slabs, walls and partitions, shall be provided for installing
large pieces of equipment. The openings shall be closed and / or made good and
finished after the equipment is in place. Structural modification if required shall be subject
to the drawings of the architect and structural consultants and shall be approved by the
Employer.

8.5 Staging and Scaffolding

The contractor shall provide, erect and maintain all staging and scaffolding (exterior and
interior) for all trades for their use during the construction of the building. Staging and
scaffolding shall be of approved design, erected and removed by experienced stage
builders and shall have all accident prevention devises ad laid down in relevant Indian
Standards.

Such staging and scaffolding shall be erected in sufficient time and in a proper sequence
so as not to delay the works.

8.6 Reference Level Marking and Grid Marking

The contractor shall provide at all floors including basements reference level marking
w.r.t. to FFL and grid marking on all columns and other locations as directed before and
after plaster and the same shall be maintained throughout the duration of the project at
Contractor’s expenses.

8.7 Temporary Coverings

The contractor shall protect finished surfaces, including jambs and soffits of openings,
Surfaces and edges of the architectural and exposed concrete use as passageways or
through which materials are handled against possible damage resulting form the conduct
of work by contractors.

24
Adequate protective material shall be laid under all materials stored on finished surfaces,
and shall be laid before moving materials over finished areas. Wheelbarrows used over
such areas shall have rubber type wheels.

Finished surfaces, including factory finished and job finished items shall be clean and not
marked upon handing over of the building to the employer. The contactor shall without
extra compensation, refinish such spaces where surfaces were proved to have been
inadequately protected, and which are damaged.
As soon as an area of flooring is finished, it all shall be protected by the contractor from
dirt and damage by covering as necessary with paper or by another approved method.
Ceramic tile, granite stone surfaces shall be covered with 10 to 12 mm thick gypsum
plaster and the same shall be maintained, removed, cleaned and surface brought to
required finish on completion.
Waterproofed and roof surfaces shall not be subjected to traffic, not be used for storage
of material. Where some activity must take place in order to carry out the work, adequate
protection, subject to approval by the ENGINEER-IN-CHARGE shall be provided.
8.10 Temporary Safety Measures

The contractor shall provide and maintain during the entire contract period all temporary
safety measures necessary for the protection of people, buildings, structures, pavings,
kerbs channels, fences and the like on the site or adjacent properties, an he shall be
solely responsible for any damage to life and property caused as a result of not having
taken adequate precautions against such damage.

Contractor shall provide protected passages under the scaffoldings, to protect the staff
and the passers by against danger.

Contractor shall keep the building and the site permanently clean, and remove all the
means causing harm to others during the work process.

The necessary emergency telephone numbers should be written clearly on a board


placed in easily visible locations in the site, such as :

• Nearest hospitals
• Emergency Police
• Nearest fire station

However, the contractor shall be held fully responsible for realizing safety for people,
equipment, etc.

9 PROGRESS AND TECHNICAL MEETINGS

The employer shall convey regular meetings, which must be attended by the contractor
who shall report to the ENGINEER-IN-CHARGE and Employer his progress and all other
matters affecting the construction. The contractor can convene meetings to deal with the
outstanding technical matters if they cannot be dealt with in the regular meetings with
ENGINEER-IN-CHARGE & Architect. The content of the meetings shall be recorded in
the form of minutes and an up-to-date weekly progress report must be attached by the
contractor.

10 SITE RECORDS

The Contactor shall maintain on site a file in which records of work done, meetings, site
visits, delays, particulars of the labour force and major plant and equipment are recorded
on a daily basis. A copy of this information shall be made available to the ENGINEER-IN-
CHARGE & Architect. The contractor shall further maintain on site a separate book for the
ENGINEER-IN-CHARGE’s sit instructions.

11 DISTURBANCES

The contractor shall carry out the works with the minimum of noise and other disturbance
to the premises under the contract and other adjoining premises and occupants thereof.
He shall keep the site, structures and the like well-watered during building operations to
prevent dust and shall provide, erect and remove on completion any necessary temporary
dust screens to protect these occupants.

12 Review and approval


25
All shop drawings and the samples of the work to be executed shall be submitted to the
ENGINEER-IN-CHARGE and Architect for their review and approval. The contractor while
preparing the bar chart shall take into considerations the review period by the Architects
which is of 21 days.

26
SECTION 5 : SPECIFICATION OF MATERIALS & WORKS

GENERAL :

These particular specifications shall be read in conjunction with the General and Special conditions
of the contract; Preambles to works; the C.P.W.D. Specifications of Central Public Works
Department, New Delhi; the C.P.W.D. specifications for Electrical Works, the latest Bureau of Indian
Standard Specifications Codes and the drawings. All the above quoted documents shall be
considered supplementary to each other, however, in the case of conflict amongst the various
provisions, the following order of precedence shall be adopted.

(a) In the case of conflict amongst the provisions of specification :

(i) Provision in the particular Technical Specification.


(ii) Provision in the C.P.W.D. specifications/electrical specification.
(iii) Provision in the Indian Standard Specifications Codes.

b) In the case of conflict amongst the various drawings, the decision of the Architect shall be
final and binding. If specifications for any item of work are not covered by any of the
documents mentioned in para (a), the same shall be decided and conveyed by the Architect
to the contractor and shall be binding upon him/them.

NOTE : CONTRACTOR WILL PROVIDE AT SITE OF WORK A COPY OF ALL THE


SPECIFICATIONS REQUIRED TO COMPLETE THE PROJECT.

SECTION 5-1: CIVIL WORKS

1.0 Applicable Codes


The following Indian Standard Codes, unless otherwise specified herein, shall be
applicable. In all cases, the latest editions including all applicable official amendments
and revisions shall be referred to.

IS 3764:1992 Code of safety for excavation work (first


reaffirm date Mar 2002 - revision

IS 783:1985 reaffirm date Code of practice for laying of concrete pipes


Oct 2001 - (first revision)

IS 2320(Part 1):1983 - Methods of test for soils: part 1 Preparation


Reaffirm date Dec 2002 of dry soil samples for various tests (second
revision)

IS 2720(Part 2):1973 Methods of tests for solids: Part 2


Reaffirm date Dec 2002 - Determination of water content (second
revision)

IS 2720(Part 3/Sec Methods of test for soils: Part 3


2): 1980 reaffirm date Feb - Determination of specific gravity Section 2
2002 fine, medium and coarse grained soils (first
revision)

IS 2720(Part 4):1985 Methods of test for soils: Part 4 Grain size


reaffirm date Dec 2002 - analysis (second revision)

IS 2720(Part 5):1985 Methods of test for soils: Part 5


reaffirm date Dec 2002 - Determination of liquid and plastic limit
(second revision)

IS 2720(Part 22):1972 Methods of test for soils: Part 22


reaffirm date Dec 2002 - Determination of organic matter (first
revision)
27
IS 2720(Part 26):1987 Methods of test for soils: Part 26
reaffirm date Feb 2002 - Determination of pH value (second revision)

IS 2720(Part 29):1975 Methods of test for soils: Part 29


reaffirm date Dec 2002 - Determination of dry density of soils inplace,
by the core-cutter method (first revision)

IS 6313(Part 1):1981 Code of practice for anti-termite measures in


reaffirm date Sep 2005 - buildings: Part 1 Constructional measures
(First revision)

IS 6313(Part 2): 2001 Code of practice for anti-termite measures in


- buildings: Part 2 Pre-constructional chemical
treatment measures (second revision)

IS 2720(Part 8):1976 Methods of test for soils: Part 38


reaffirm date Feb 2002 - Compaction control test (hilf method)

IS 13415:1992 reaffirm Code of safety for protective barriers in and


date Mar 2002 around buildings

Plastering at Junction of Masonry/R.C.C.

Chicken wire Mesh at Junction

All junction of Masonry wall with R.C. structure e.g. column, beam, etc, which are to be
plastered, shall be reinforced by fixing strips of approved 22 SWG G.I Chicken wire mesh
250mm wide with an overlapping of 100 mm centrally over the length of junction. G.I.
Chicken wire mesh of required width shall also be fixed over chasing for conduits, pipes,
etc. on masonry walls before plastering is commenced. The mesh shall be nailed rigidly
to the masonry with G.I. nails of suitable type of approx. 400 mm centres. The finished
mesh shall be straight, rigid and laid without sagging. The contractor shall take into
account the cost of G.I. chicken wire mesh white coating for plastering work.

Double scaffolding to be used shall be as specified.

The finished plaster surface shall not show any deviation more than 4mm when checked
with a straight edge of 2m length placed against the surface.

To overcome the possibility of development of cracks in the plastering work following


measures shall be adopted.

Plastering work shall be deferred as much as possible so that fairly complete drying
shrinkage in concrete and masonry works takes place.

Where plastering is to be done over junction of two different materials e.g. concrete and
masonry, the junction shall be covered by a chicken mesh of 100 mm width with margins
on either side and then the plaster shall be applied. Where only one of the materials is
plastered over, the plaster at junction shall be stuck to obtain a groove as shown below:

Measurements

Measurement for plastering work shall be in sq.m. correct to two places of decimal.
Unless a separate item is provided for grooves, mouldings, etc., these works are deemed
to be included in the unit rates quoted for plastering work. The quantity of work to be paid
for under these items shall be calculated by taking the projected surface of the area
plastered after making necessary deduction for openings for doors, window, fan opening
etc. The actual plaster work carried out on jambs/sills of windows, openings, etc shall be
measured for payment.

Shop Drawings

28
For wet fixing and flooring work

This contractor shall submit shop drawings indicating all jointing locations and dimensions
of stone slabs of all the stone work. Clearly indicate all methods of attachment and
installation details to acceptable scales.

These drawings shall be submitted to Architect and Designer for review before any
fabrication is commenced.

For dry fixing work

The contractor shall submit shop drawings prepared in AutoCAD and showing clearly the
relationship to the external cladding works to the structure. They shall show the
arrangement o components, they shall be submitted to the ENGINEER-IN-CHARGE &
Architect for approval and shall include the following:

Preliminary Design Drawings for junctions of external cladding and concrete structure,
other finishes fully describing the material, profiles, relevant sections, thickness, methods
of installation and sealing., details of fixing methods and anchorage system to walls or
structure, detailed joints, flashing details and all other pertinent information, including
description of all finishes.

On approval of the preliminary drawing execution shop drawings shall be submitted and
shall be based on the field measurement, having information as above and as listed
below.

• Dimension and position of the stone panels for each stone clad elevation, scoffits,
jambs, sills, and special features including highlighting the position of stone panels
such as hand tooled panels, recessed stone panels, epoxy stone, slotted stone
panels.
• Full size details including isometric drawings of sealing, flashing and jointing
methods.
• Location and spacing of al types of stainless steel brackets, anchoring devices,
accessories, etc.

Fully detailed programme for the submission of shop drawings to the ENGINEER-IN-
CHARGE & Architect for approval and in no case shall the contractor proceed with any
portion of the works without approved shop drawings.

All shop drawings shall be submitted in a sequence consistent with sequence of erection,
installation or assembly of the various elements of the work. Proposed schedule of shop
drawing submission shall incorporate adequate time for architect‘s review as well as
possible revised submission and shall not be the cause of undue delay in scheduled
projected completion. The contractor shall be deemed to have determined and verified all
materials, site measurements and construction criteria related thereto and to have
checked the shop drawings for complete dimensional accuracy.

Any approval by the ENGINEER-IN-CHARGE (based on the approval of the Architect and
structural consultant) of shop drawing shall not relieve the contractor of his responsibility
for any deviation from the requirements of the contract, including the project schedule,
unless he has specifically informed the ENGINEER-IN-CHARGE in writing of such
deviation at the time of submission and ENGINEER-IN-CHARGE and Architect has given
written approval (backed by the approval of the Employer) to the specific deviations.

The contractor shall be required to submit 3 sets of prints of all shop drawings, as well as
one soft copy.

The contractor shall only with the prior written approval of the ENGINEER-IN-CHARGE
(backed by the Architect approval) modify material, fabrication, methods of erection and
workmanship as may be necessary, if any of the test conducted in the Mock up have
failed. The actual materials, fabrication, ejection and workmanship in the field shall match
the approved test assemblies modified.

The work shall be executed as per the approved submittals only. Any deviation from the
same shall be rejected. For unavoidable changes during the execution prior approval oaf
29
the ENGINEER-IN-CHARGE & Architect shall be obtained prior to execution. The
ENGINEER-IN-CHARGE & Architect shall approve all stone slab received at site before
cutting and finishing.

Stone – Granite, Marble & Kota

Stone shall be reasonably uniform in colour, hard, sound, dense and homogeneous in
texture, pattern, shape in accordance to the sample & of the required size and thickness
approved by the ENGINEER-IN-CHARGE and Architect. The slab shall be selected so
as to achieve a ‘grain flow” when laid. Shade / tone, veining or pattern variation of more
than 10% for stone selected and approved by Architect / Designer, shall be rejected and
replaced at no cost to the Clients. Before placing order a sample of the flooring / cladding
of minimum size 3m X 3m shall be installed at the site and got approved.

Finishes

All slabs shall have flamed or honed finish or as specified and cut to precise sizes as
required. The slabs in external and internal wall veneer work shall be flamed or honed
finish or as specified. The counter tops shall be of polished in the factory with silicon
carbide abrasive stone starting from No ‘00’ uto No.5, the final tin oxide polish shall not
be used. All edges and exposed faces of slabs shall be polished. All edges of slabs shall
be cut to the required chamfers, splays, quirks, and rounded on finished surface, all as
per detailed approved shop drawings. Thickness of slab shall be within 2 mm for slabs to
floors and vanity tops, counters etc. and 1 mm for slabs to walls, from that specified or
indicted on drawing. For “seen” ends of slabs the thickness must be accurate to close
limits of 1 mm.

All stone slabs in any one room or space shall be of the same colour, veining, pattern and
matching – taken from the same block of stone.

Finishes are defined as follows:

Honed: Honed shall be a flat to low / dull sheen gloss finish making surface of the
stone non-reflective. Honed finish is produced by grinding surface with high grit material
to a uniform specification; generally a grit of 200 is sufficient to produce a honed finish,
however the details shall be as per the approved sample only. A smooth finish with a
slight sheen is produced by suing a polishing head.

Flamed: Flamed Finish shall be produced by application of high-temperature flame to the


surface, which burst the stone crystals when the stone is heated. The operation shall be
carried out by the series of flaming torch, flaming by single flaming torch shall not be
permitted since large surface may have shadow lines caused by overlapping of the torch.
This finish will vary in texture and depth between different types of granite, as the finish is
largely dependent upon the granite structure of the stone.

Flamed with brush finish: The finish is same as mentioned above except that after
flaming the surface is brushed to remove the flakes generated after the flaming. The
brushing shall be done generally to one stork only.

Hand tooled finish: Hand tooled finish shall be produced by dressing the surface of the
stone by removing the top layer of the stone by rough tooling with a punch chisel and a
mason’s or club hammer at close intervals and to a depth of about more than 3 mm to
form an uneven textured pattern.

Water Jet: After certain treatment finishes on stone, such as flaming, a high pressure jet
wash can be used to assist in cleaning the stone and bringing back more color to the
stone.

Curved granite panel cladding

All curved panels shall be carved to the specified thickness and of the shape and size
mentioned on the drawings. The panels shall be designed to fit the varying shapes. For
installation on water body the stone clad system shall have only one horizontal joint and
vertical joints as specified.

Epoxy stone panels


30
These panels shall be factory finish only prior to installation. The stones shall be finished
stone to the required size, finished on all sides as directed and shall be fixed to the parent
stone wit the epoxy adhesive.

Material

Granite

Granite stone slabs of approved colour, size, thickness and finish shall be used as the
cladding stone. The stones slabs shall be free from any damages including chipping or
damage to the faces, flaws and breaking of edges. All such slabs with defects shall be
removed from the site immediately.

Unless otherwise specified the permissible variations in dimension, minimum thickness of


the stone behind the cramps mortise shall be as specified below.

Thickness of stone Allowable variation Stone behind cramp


Mortise / slot
30 mm + /- 1 mm in total 12 mm
thickness and +2 mm in
width and height
40 mm + 5 mm in total thickness 25 mm
and + 2 mm in width and
height

Supporting System

Brackets and related fixing material should be of stainless steel of grade SS 316.

Unless otherwise specified anchor fasteners / expanding bolts shall be of Stainless Steel.
Minimum effective penetration requirement of the fasteners / expanding bolts shall be 90
mm in concrete.

All dissimilar metal surfaces shall not be used & shall be isolated to prevent galvanic
action. Refer the table 2 given below to prevent galvanic action.

Metal 1 2 3 4 5 6
Galvanized steel Yes No Yes Yes No No
Stainless steel No Yes No Yes CC CC
Cast iron Yes No Yes No No No
Aluminium Yes No No Yes No No
Copper, Brass No CC No No Yes Yes
Phosphor Bronze No CC No No Yes Yes

CC= Controlled Conditions i.e. presence of moisture (electrolyte) is prevented.

All steel parts shall receive a protective treatment commensurable with their respective
functions. The treatment shall be one or more of those described in the specification and
as approved by the ENGINEER-IN-CHARGE and Architect.

Aluminium if used, the surface in contract with mortar, concrete fireproofing, plaster,
masonry and absorptive materials shall be coated with an anti-galvanic moisture-barrier
material.

Sealants

Unless otherwise mention the sealant shall be medium modules, one part, elastomeric,
high performance, gun grade silicon sealant of non staining, non striking high weather
resistance and high UV type. Minimum width of the sealant shall be 12 mm if not
specified elsewhere.

31
Plasticizer used in the some sealant may cause staining on the stone, hence
manufacturer to conform the suitability of the sealant for the stone. Manufacturer’s
guarantee will be required for serviced life of the sealant should be minimum 20 years.

Back up materials for using a bond breaker and controlling the depth of the sealant shall
be closed cell, UV resistant polyethylene foam joint filler rods of diameter equal to sealant
width or joint width plus 25%. This material should be sufficiently dense to provide
support during applications of the sealant. The backer rod shall be recessed to sufficient
joint depth so that after application of the sealant, a continuous groove of 5mm depth
from the stone surface is getting formed. The recessed sealant shall be applied such that
it forms a curvature to avoid water stagnation in the recessed areas.

Wherever specified the stone joints shall be finished with the granite dust power. The joint
shall be sealed with silicon sealant recessed by 10 mm , when the sealant is still tack the
granite dust of he same stone type shall be applied on the sealant. The granite dust be
completely dry at the application.

Basis of designing the supporting system arrangement

The design and installation shall be to the Indian standards. Supporting / fixing system
should be designed considering the following.

1 Dead load of the stone.

2 Wind pressure and suction equal to the basic wind pressure appropriate to the
degree of exposure and height above ground level of individuals unit, taking into
account the higher wind forces at the corners. Refer IS 875.

3 The design for fixing should allow for three-way adjustment to ensure proper fit within
pre cut mortise in the stone.
4 It is important that the cladding should not be subject to undesirable stress which
might rise from the attachment to the structure being too rigid and due to dimensional
changes owing to elastic deformation, thermal movement, differential settlement,
drying shrinkage, moisture movement, creep etc. Allowance shall be made for
articulation of the cladding system.
5 Support elements shall be subject to a combination of direct load, being sheer, and
torsional stress. The safe working stress in the supporting systems such as metal
clamps / brackets shall be as per IS 4101 (part 1).
6 Load of two units shall be considered for designing the support / fixing system for
each unit.
7 The number type and position of the fixing will depend upon the stone to be used,
thickness and face area of the unit, nature of substrate (concrete, block work).

Installation

The contractor shall executed one portion of the work as directed by ENGINEER-IN-
CHARGE & Architect and get it approved from them till their satisfaction.

The stone units shall be as per approved samples. The units shall be worked to size
indicated on the drawings and within specified limits of deviations and including any
special shaping before delivery at site. The mortise, sinkages or notches should be
carefully formed to ensure alignment of adjacent stone units and uniform gap at the joint
of adjacent stone units as per approved drawings. Care should be taken to prevent
chipping or other damages to the unit during cutting, making mortise or notches and other
finishing, transportation, storage, handling & fixing.

Each stone shall be clearly marked and numbered before fixing

Storage of the stone units shall be arranged in such a manner that delivery in accurate
sequence for site fixing is possible.

Scaffolding, lifting arrangement, temporary supports etc. shall be as properly planned and
provided as per fixing requirements as well as safety requirements.

32
Stone units shall be fixed in position, in perfect line and level by using stainless steel (316
grade) cramp/hook inset in the cramp mortise and fixing the cramp / hook to the RCC wall
by using stainless steel fasteners / expanding bolt in drilled hole of required dia. and
length. Uniform widths of the joints shall be maintained in between the adjacent stone
units.

After installation of the stone units on the clamps, they shall be adjusted to plumb and
level and after accurate leveling all the notches shall be grouted with araldite adhesive to
achieve proper fixing.

Fixing of the stainless steel clamps / brackets shall be coordinated with the waterproofing
work on the support wall and shall not be commence till the completion of the curing
period of the waterproofing system. The anchor holes shall be treated as per the
instruction of the waterproofing system manufacturer / specialists.

It is recommended that for accommodating dimensional changes in the structure due to


loading etc. the fixing of the stone units should be started at least after completion of the
entire framework and construction of the walls etc. The compression & movement joints
should be design and provided, if required and the stones should be installed accordingly.

All joints shall be thoroughly cleaned and inspected. After cleaning with the solvent PE
material shall be inserted in the joints and the same shall be sufficiently fixed against the
gap between the stone units to ensure supporting during filling of the sealant and
controlling the depth of the sealant. Bond breaking tape shall be applied against the part
of the cramp / hook inside the joint. Masking in both the sides of the joints shall be done
with non-migrating adhesive tape to prevent the sealant adhering to the external face of
the stone unit. Thereafter the sealant shall be put in positions by using gun / injecting
device. The sealant will be finished flush with the stone surface. Any sealant material if
found over the external surface of the stone, the same will be cleaned.

All stone cladding work at the windows / curtain walls / parapet copings / door jambs shall
be coordinated with the aluminum flashing work and the stones shall not be installed till
the completion of the fleshing work. The installation shall not damage the flashing work;
any damage shall be rectified prior to installation.

During the execution the work shall be protected by using suitable covering.

On completion of the building work the face of the stone units shall be cleaned of all dust,
rust and other stains etc. It is recommended that the scaffolding should be struck a
cleaning down proceeds to avoid back splashing from scaffold boards and rust stains
from scaffolding tubes. Surface shall be wiped down with a clear cloth.

Adequate protection measures shall be taken to ensure that exposed surfaces of the
stone shall be kept free of mortar at all times as elements in mortar may etch the polished
surfaces of some stones.

Replacement of damaged stone panels

All damaged stone panels shall be replaced on priority with the new stone panels without
any extra cost to the client. Any stone which has developed the cracks due to the
unnoticed fissures, micro cracks shall be replaced and any such replacement of this stone
requiring removal of the existing stone shall be carried out by the contract without any
extra cost to the client.

Scaffolding

Double scaffolding having two sets of vertical supports shall be provided. The supports
shall be sound and strong, tied together with horizontal pieces over which scaffolding
planks shall be fixed.

Tests

Tests on Anchors

On-site strength tests should be carried out on a representative number of each types
and size of drilled-in anchors. Such tests are necessary to verify the performance and

33
workmanship of the anchors installed and should be carried out under the direction of the
registered structural ENGINEER-IN-CHARGE or authorized person.

Each representative anchor should be tested by means of either :-


Pull-out test; or
Equivalent tightening torque test, to demonstrate that its pull-out capacity is not less than
1.5 times the recommended tensile load as specified by the anchor manufacturer. The
tested anchor should be considered satisfactory if it does not show any signs of
separation, plastic deformation or deleterious effect during the test/Tests.
The contractor shall submit Manufacturer’s test certificate for stainless steel items to the
ENGINEER-IN-CHARGE and if asked for, the contractor shall also arrange for
reconfirmation of grade, strength of the material and the quality of welding (if any) from a
outside laboratory.

Tests on Stone Cladding Panels

Stone cladding is a natural material. The mechanical properties, physical properties and
chemical properties can vary considerably between different types and grades of stones.
Tests on stone cladding panels are required to be carried out to verify the characteristic
strength adopted in the design and to form any part of quality assurance during
construction. The characteristic strengths shall be not less than three times that of the
designed strength used.

When stone cladding is to be used, the following tests are required to be carried out for
each type of stone:

Compressive strength as per IS 11212 (part 1)


Transverse strength as per IS 1121 (part 2)
Sheer strength as per IS 1121 (part 4)
Water absorption & porosity IS 1124
Specific gravity as per IS 1122

Test on stone cladding assembly

On completion of the total assembly the system. The contractor shall submit for the
consideration and approval of the ENGINEER-IN-CHARGE & Architect detailed
descriptions of a testing programme, which shall include the following :

• Water penetration test

Test shall be carried out at a qualified independent test facility proposed by the
Contractor and approved by the ENGINEER-IN-CHARGE All tests shall be carried out in
accordance with the standards or other equivalent and approved standards.

In the even that such testing should result in uncontrolled leakage, the Contractor shall
eliminate the causes of such leakage at no additional cost to the Employer, and repair or
replace all damaged adjacent materials or assemblies as required. Remedial measures
proposed by the Contractor to maintain standards of quality and durability are subject to
approval. The Contractor to provide powered scaffold, hose and sufficient personnel to
operate scaffold and hose.

Sampling

In any consignment all the blocks / slabs of the same quarry shall be grouped together to
constitute a lot. Samples shall be selected and tested separately for each lot for the tests
specified.

Table 3 Samples size and criteria for conformity

Number of Blocks / slabs Number of Permissible Sub


in the lot blocks / slabs to number or sample
be selected in defectives size in
the sample number
(1) (2) (3) (4)
Upto 100 5 0 3
101 to 300 8 0 3

34
304 to 500 13 0 6
501 to 1000 20 1 6

The samples selected under column 2 shall be tested for dimensional requirements and
shall confirm to column 3. The lot not fulfilling the column 3 criteria shall be considered as
defective.

The lot fulfilling the above criteria shall be tested for the strength related tests mention in
the specifications and the number of test samples shall be as per column 4,

The test should be carried out by or under the direction and supervision of testing agency
independent of the supplier of the stone cladding. The test results should be certified by
the testing agency, and endorsed by the authorized persons or registered structural
Consultant to confirm that the test results have reach the minimum recruitments as per IS
1123 & maximum requirement for water absorption as per IS 1124 and / or required
characteristic strengths adopted in the design. No consent for the commencement of the
stone cladding works will be given until the test reports specified above for each type and
grade of stone, selected randomly either from the first batch of stone delivered to site or
from the block of stone sat the quarry that are to be used on the proposed project, have
been submitted and found to be satisfactory b the ENGINEER-IN-CHARGE.

The method of sampling motioned above is for the stone block / slabs receive d at site in
unfinished conditions, if the stone received at site is finished & made to size quality, the
sampling criteria shall be as per the discretion of the ENGINEER-IN-CHARGE and shall
be adequate to ensure the quality of the stone.

Jaliwork

General

The scope of works includes design, engineering, manufacture, supply, and installation,
testing, protection, guarantees and maintenance upto the defect liability period for the
stone jali work.

The carving of the stone jali work shall be carried out as per the approved designs
provided by the architect and the supporting and installation system shall be designed by
the contractor.

The work under this section includes all labour, materials, equipments and services as
required for the complete design, engineering, fabrication, assembly, delivery, anchorage,
installation and protection of the structure / system.

Related Sections

The works mentioned in this specification sections should be coordinated wit the work
described in other specification sections, including:

Structural steel for bridge work.


Concrete work.

Material

GLAZING WORK

Applicable Codes and Specifications

The following Indian Standards Codes, unless otherwise specified herein, shall be
applicable. In all cases, the latest editions including all applicable official amendments
and revision shall be referred to.

IS 1081: 1960 reaffirm Codes of practice for fixing and glazing of


Date Sep 2001 metal 9steel and aluminium) doors, windows
and ventilators
35
IS 1948:1961 reaffirm Specification for aluminium doors, windows
Date Sep 2001 and ventilators
IS 1949:1961 reaffirm Specification for aluminium windows for
Date Sep 2001 industrial buildings
IS 2835 Flat transparent sheet glass
IS 3564: 1995 reaffirm Specification for door closers (hydraulically
Date Aug 2002 regulated) second revision)
IS 733 Wrought aluminum and aluminum alloys,
bars, rods and sections for general
engineering purposes
Is3548:1988 reaffirm Code of practices for glazing in buildings (firs
Date Feb 2005 revision)

Structural Glazing Wall and windows

General

This section cover the structural glazed insulated glass units (double glazing) fixed with
the pressure plate system for the curtain walls and the window work and the requirements
of he design, performance of the system

The materials are to be supplied and the curtain wall and windows shall be installed by an
approved specialist, experienced curtain wall sub-contractor. Before commencing the
work, a cutaway sample showing corner joinery and including all required finishes shall be
prepared at the site generally following the specifications indicated below and be got
approved by the Architect.

General Installation procedure

For Curtain wall

Exterior curtain wall glazing

Structural glazing curtain wall system shall be double glazed pressure plate / Clip-on type
system.

The pressure plate / Clip On system shall consist of vertical mullions running from floor to
floor and factory prefabricated and glazed version and spandrel frames, wherever
required made of aluminum extrusions. The mullions, forming the supporting grid of the
curtain wall shall be fixed to the building structure at edge of each floor slab (where
applicable) with non-corrosive aluminum or galvanized steel brackets in the unexposed
areas and shall be finished same as per the finish of the mullions exposed area and shall
be finished same as per the finish of the mullions expose area or where the brackets are
visible. The brackets shall be designed to allow for three-dimensional adjustment Mullion
connection at each floor shall be with non-corrosive aluminum or galvanized steel splices,
allowing to vertical building and thermal movement.

The work includes fabrication and installation of necessary sub-frame or blocking work
required made out of aluminum of varying depth to form a supporting member attached to
the concrete element for heights more than 1 meter. The aluminum frame or sub-frame
sometimes required spanning from top of glazing to underside of the slabs or beams and
needs to be coordinated with the External / Internal false ceiling & cladding work. The
sub-frame or blocking member needs to be design to support the curtain walling system.

For the heights less than 1 meter the frame of the system i.e. mullions shall be extended
to the slab and the transom shall be terminated at the ceiling level with a continuous
reveal between top of horizontal framing transom and the ceiling.

36
The aluminum vision and spandrel frames made out of vertical mullions and horizontal
running transoms shall be designed to receive fixed structural glazing and structurally
glazed openable events with protection of the glass edges.

The perimeter of each frame shall be designed with a deep cavity provided with
continuous external and internal gaskets to achieve a double barrier for weather

tightness and drainage of any infiltration water passing the first barrier to the exterior of
the wall assembly.

The prefabricated double glazed panels shall be fixed on to the previously installed
mullions and transoms by means the double glazed panels on extended supports of the
transoms and mullions and fixing by extruded aluminum clips The extruded clips are then
cladded with the aluminum plate fixed on the clips by pressure fixing.

All angle glazing shall be provided with the Stainless Steel corner covers made out of 316
grade stainless steel material fixed to the corner glass on exterior as well as interior side
with 304 grade stainless steel with structural sealant of approved brand.

Factory glazed and assembled structural glazed panels, very large in size shall be
installed at site by crane.

Interior Curtain Glazing

a) The system shall essentially be double glazed pressure plate / clip on system only with
installation procedure same as above except that the system shall be designed and
installed t facilitate fixing and replacement of the glazed units from the interior side. The
system shall have the elevation from exterior side same as that of the Exterior curtain
glazing having glazed units with pressure plates (clips) on face and transom, Mullions on
interior side.
b) Same as above for the system spanning from base to top supports without and
intermediate support at slab levels. The system shall be a design build type and with
necessary structural steel framework.
c)

For Windows

Structural glazed window system shall be Pressure plate / Clip- On type system without
the grid work of the transoms & mullions. The system for window essentially consist of
main frame mounted on sub frame of varying depths on all side to facilitate fixing of the
system to the concrete element. The double-glazed units are mounted on the extended
portion of the main frame or mullions and fixed with the extruded aluminum clip along with
required EPDM gaskets on interior and exterior side. The clip follows by ‘U’ shaped plate
fixed to it by pressure fixing.

The windows with corners shall be fixed with the stainless steel angle as mentioned
above.

Related Sections

The works mentioned in this specification sections should be coordinated with the work
described in other specification sections, including:

Stone cladding work


Waterproofing work
Flooring work
Aluminum work

Submittals

The Contractors shall submit the following:

37
i) Preliminary Design Drawings for junctions of external glazing and concrete structure or
other finishes fully describing the materials, profiles, relevant sections, thickness,
methods of glazing and sealing, typical spandrel panels, details of fixing methods and
anchorage system to walls or structure, details for provision for thermal movement, details
for the stop / seals, expansion joints, condensation gutters, louvers, mullions, jointing, etc.
and all other pertinent information, including description of all finishes.

ii) Structural Calculations for the aluminum and external glazing systems based on
requirement given in tender and that specified herein. All calculations shall be certified by
a Professional Engineer to substantiate that the installation offered is capable to
withstand the loads stipulated in this specification.

iii) Complete information on Glass, Aluminum Pane, Structural Silicon Sealant, stainless
steel glazing corner covers and all other materials to be used in the works as required by
the ENGINEER-IN-CHARGE including test reports / certificates.

iv) Proposed Erection Procedure and the methods of erection at site. This statement shall
include, but is not limited to the following information:

• Delivery to site, to take into consideration limitations of transportation routes, site


access, hoisting, storage of materials, etc.

• Requirements for temporary staging, external access etc.

• Proposed installation method, fixing, etc, including all requirement equipment such as
cranes, lifts, etc.

• Protection and cleaning of the installation

• Other documents, information on technical aspects etc as required by the


ENGINEER-IN-CHARGE
v) Shop Drawings

The contractor shall submit shop drawings prepared in AutoCAD and showing clearly the
relationship of the external facade works to be structure, mechanical and electrical
system, floor slabs and other related works, they shall show the arrangement of
components, they shall be submitted to the ENGINEER-IN-CHARGE for approval
(backed by approval of the Architect & structural consultant) and shall include the
following:

Mock up jointing techniques, relative positions of al adjacent walls, beams, columns and
slabs, all correctly dimensioned.

Dimension and position of glass edge / faces relative to metal and also provide
dimensions and edge details for aluminium paneling as applicable.

Full size details including isometric drawings of sealing, flashing, Stainless steel glazing
corner covers and jointing methods.

Die drawings for all gaskets, extrusion etc.

Materials type, size, location and spacing of all stainless steel screws, bolts welds,
anchoring devices, accessories etc.

Fully detailed programme for the presentation of shop drawings to the Architect for
approval and in no case shall the contractor proceed with any portion of the works without
approved shop drawings.

Instructions and explanatory details for the fabrication assembly, erection and the
installation of all materials including the glass and reglazing procedures.

All shop drawings shall be submitted in a sequence consistent with sequence of erection,
installation or assembly of the various elements of the work. Proposed schedule of shop
drawing submission shall incorporate adequate time for architect’s review as well as
possible revised submissions and shall not be the cause of undue delay in scheduled
project completion. The contractor shall be deemed to have determined and verified all
38
materials, site measurements and construction criteria related thereto and to have
checked the shop drawings for complete dimensional accuracy.

Any approval by the ENGINEER-IN-CHARGE of shop drawings shall not relieve the
contractor of his responsibility for any deviation from the requirement of the contract,
including the project schedule, unless he has specifically informed the ENGINEER-IN-
CHARGE in writing of such deviation at the time of submission and ENGINEER-IN-
CHARGE and Architect has given written approval to the specification deviation.

The contractor shall be required to submit 3 sets of prints of all shop drawings, as well as
one soft copy.

The contractor shall, only with the written approval of the ENGINEER-IN-CHARGE
(backed by the Architect’s approval) modify materials; fabrication and workmanship as
may be necessary, if any of the tests conducted in the Mock up have failed. The actual
material, fabrication and workmanship in the field shall match the approved test
assemblies modified.

Structural Requirements

Individual and aggregate components of he external glazing shall be designed,


fabricated, assembled, transported, installed an protected so that no evidence of the
following will be apparent visually or measurably, when subject to pressure loads
(including erection loads) and temperatures specified. There should be :

- No damages
- No orange peeling, oil canning or other surface distortions;
- No excessive deflections.
- No excessive off-set from true alignment
- No discoloration

Glazing

All glass shall be new; glass used in mock-up shall not be used on the building. Glass
shall be of the specified type, quality and tint with cleanly cut edges and sharp corners in
accordance with approved samples, shop drawings and mock up. All glass panels shall
be inspected before installation and a record of all glass panels inspected shall be kept.
All glass which are marked or defective beyond the manufactures stated tolerance are to
be replaced by the contractor at on cost to the Employer. Defective glass or glass having
damaged coating or seals shall not be installed.

No material or assembled units are to be left exposed to adverse weather conditions prior
to erection at site.

Handling of glass shall be kept to a minimum and all glass shall be carefully protected
from soiling, from condensation and other moisture, and from other damage until building
occupancy.

The Contractor is required to check all the glass on unpacking and ensure that there is no
scratching or blemish to the surface. A record of all glass inspections is to be kept and a
copy issued to the ENGINEER-IN-CHARGE on a regular basis as required.

Glass and glazing materials and requirements are subject to a final review by the
Architect. Substitutions in the interest of the performance function compatibility of
materials and safety may be proposed for Architectural review. All proposals must be
properly and adequately documented. Neoprene glass and glazing materials including
but no necessarily limited to extruded glazing gaskets, glass settings blocks, jambs
shims, brushings, tapes separators, joints fillers and sealant backup gaskets shall be high
quality ozone resistant, cured elastomeric-virgin neoprene compounds.

Glazing shall be done except as otherwise specified, complying with Float Glass
Marketing Association (FGMA) Glazing Manual. A minimum nominal glass bite or 12 mm
shall be provided.

39
Setting blocks shall be placed at quarter points. Side blocks shall be placed in the upper
half or each jambs of each glass panel. Side blocks must be positively retained in
position. Setting blocks shall be 75 durometer silicone rubber at least 10mm thick. Edge
blocks to be 75 durometger neoprene rubbers.

Stops shall be removed and replaced and sealant applied as required to a complete glass
installation. Details of installation shall permit replacement of glass from inside of the
building.

The glazing shall be carried out progressively according to the programme and shall be
coordinated with delivery and installation of adjacent materials and equipments.

Openings which are obstructed during construction shall be deferred.

All glass which breaks or sustains damage shall be replaced.

Before installation all temporary protective coating shall be removed. Glass to remain
protected in locations where damage during construction is likely until immediately prior to
building occupancy.

All edgework, holes and notches in toughened glass shall be smoothened and completed
before toughening and shall comply with AS 1288 toughened glass specification and shall
be as follows:

¾ Dimensional tolerance on panel size will be within +/- 1mm of the theoretical
dimensions required.
¾ Square ness of the panel will be within 4 mm i.e. the difference in the measurement lf
the diagonal dimensions.
¾ All glass panels shall be identified by the manufacturers marking (Kytmark) and shall
comply with the following codes of the practice:

AS 1288-1994- Glass in Building


AS 2208-1978- Safety glazing materials
BS 6262-1982- Glazing for Buildings

Double Glazing

The insulated glass unit shall be made up to 2 pieces of glass put together with aluminum
spacers in between to maintain space uniformity. The air in the middle should be kept dry
constantly with special desiccants (drying agents) and classic sealant. The enclosed
layer of air between the w pieces of glass should make the insulation capability about
twice that of monolithic glass. The sealants used in the double glazing units should be or
organic materials. The insulated glass shall comprise 6mm e coated toughened float
glass in the external pane while the internal pane shall comprise of 5mm Indian clear float
annealed glass. These said glasses shall be duly manufactured into an insulated glass
units as detailed herein on an imported manufacturing line and shall be factory-fabricated
with dual seal and assembled with the aid of an 12mm aluminum spacer bar duly filled
with desiccants to achieve low dew points temperatures over a very long period of time
and minimize pane deflections and danger of glass breakage. These desiccants shall be
of small bead size and shall be filled in spacer bar with the aid of automatic filling
machines leading into pneumatic filling spacer profiles. The insulating unit duly
incorporated with the desiccant drying agent in the aluminum spacer should be
assembled at the corners and moulded bent corners and thereafter a poly-isobutylene
primary seal shall be applied on the 2 edges of the space bar in addition to the secondary
seal of “Structural “ silicone of DC 995/DC 993. Samples of all specified glass types and
components to be submitted by Contractor to ENGINEER-IN-CHARGE for Architect’s
review.

A)
Double Glazing E Coated
Characteristics Clear
Light Transmission Below 70%
Light reflection
External 30% and above
Internal Above 14 to 25 %
40
Solar Factor 50 to 55 %
U- Value Above 2.7. to 2.9 W / M2

B)
Double Glazing Clear
Characteristics Clear
Light Transmission 70%
Light reflection

Internal 14 %
Solar Factor 73
U- Value 2.7

All spandrel glass shall have an additional internal polyester opacifier coating to match
the colour of the vision panels. Interior doors and fixed glass panels to have sandblasted
finish at specific locations.

Acid Etched glass

Wherever applicable and shown on the drawing acid etching treatment shall be given to
the double glaze units, essentially to the outer glass in patterns or as shown in the
drawings.

Contractor shall submit the detail process of the etching to the ENGINEER-IN-CHARGE
& Architect for their approval. A sample of the size 300 X 300 mm shall be prepared with
the proposed etching process and submitted to the ENGINEER-IN-CHARGE & Architect
for their approval. The work shall be carried out as per the approved method and
approved sample only. Any deviation from the approved details shall be rejected.

The etching process shall be a “Glass etch wet processes” to achieve a smooth etched
glass surface then the regular HF method.

Flashing

Where required to prevent leakage, flashing shall be formed from either stainless steel,
corrosion-resistant aluminum or sheer neoprene of 1.5mm thickness with joints tapped
and sealed 150 m minimum.

Flashing shall be provided where external glazing terminates and wherever else required
to provide a completely watertight installation. Include flashing in all required locations on
shop drawings and mock-up.

Screed Stop / Water Stop

The Contractor shall be responsible for the supply and installation of water / screed stop
along the facing edge of each floor slab. The Contractor is to ensure that the design and
installation of the water / screed stop shall be compatible with all elements of the external
glazing and shall not interfere with the erection of the fixing of finishing items such as
skirting or internal spandrel panels. Includes in all required locations of the shop
drawings.

Column Closures

The Contractor shall supply and install suitable closer section to seal up the gap between
columns and / or walls, which abuts the line of the external glazing. Installation of
concrete and masonry comprising exterior walls to adhere closely to construction
tolerances as set forth in specifications to eliminate or minimize number of column
closures required.

The principal function of the closer piece shall be to provide a neat connection with the
external glazing as well as a means of cutting off stray artificial light from the outer face of
the column / wall.

41
The column closer shall be installed in such a way as to provide a flexible connection to
allow for tolerances, building / external glazing movements and dimensional differences
between the external glazing and the column and 7 or wall face.

The column closer shall also be designed in such a way as to allow the following.

i) Easy removal for maintenance


ii) Installation after finishes are applied to the column / wall
iii) Easy removal of internal glazing units for cleaning / maintenance replacement
iv) Compatibility with the requirements of the Fire Safety requirements.

Thermal Insulation

Thermal insulation shall be provided in all spandrel areas. Insulation shall be provided
using fasteners of the type and spacing recommended by the insulation manufacturer.
Provide product data and samples of all insulations products proposed for use in
conjunction with aluminum curtain wall, doors and window systems

The Contractor is to replace any damaged or wetted insulation material when so


instructed by the ENGINEER-IN-CHARGE.

Method of Reglazing

The contractor shall provide a method statement to the ENGINEER-IN-CHARGE


describing the full procedure for replacing external or internal glazing and frame elements.
This description shall include but is not restricted to the following

i) Description of reglazing procedure.


ii) Description of frame replacement and / or in-situ remedial works.
iii) Details of facilities and manpower requirements
iv) Estimates of time necessary for such procedure based on the provision of skilled
labour to carry out such operations.

Tolerances

All parts of the external glazing system when completed shall be plumb, square level and
correctly aligned within the following limitations:

i) Deviation from true horizontal, vertical and design location in plan must not exceed 1mm
per meter to a maximum of 4mm for any component nor shall any expansion joint
between or amount members vary in excess 1 mm per meter of joint length, to a
maximum of 4mm
ii) Maximum offset from true alignment between two (2) consecutive members placed end to
end must not exceed 1mm edge to edge.
iii) Maximum offset between glass framing members at corners of glazing pocket must not
exceed 1mm.
iv) The Contractor shall provide accurate bench marks at all floors for use in the erection.
v) The Contractor shall submit regular survey record to ENGINEER-IN-CHARGE which shall
include mark checks, vertical and horizontal alignment, anchorage levels, etc

Anchorage

Component parts shall be of corrosion-resistant and non-staining metals securely


anchored in place by bolting, welding or other permanent mechanical attachment system
which will comply with performance requirements and permit movements which are
intended or necessary. Slips pads between moving parts shall be installed.

A separator in contact surface of dissimilar materials shall be provided wherever there is


a possibility of corrosive or electrolytic action.

Weld slag shall be removed, all welds, ground smooth, and prime paint applied over
welds. Also paint exposed portions of inserts. Touch up shop applied paint that is
damaged by welding or other causes.

42
Protection

The Contractor is to ensure that the highest possible standards of materials protection are
maintained both in the fabrication and installation of the external glazing system.

The Contractor is to ensure that all materials and completed panels are delivered to site
without damage and that all components a fully protected. In this respect a method
statement will be required describing the protection measures to be adopted when
transporting material to site and hoisting it into the floors for final installation.

Panels awaiting installation are to be stacked on pallets to a height to be stored


separately on site for possible fabrication in-situ

As stated elsewhere, it is intended that as much as possible the fabrication shall be


carried out off site in the shop. Wherever this is not feasible for whatever reason the
Contractor is required to submit details of in-situ work for approval by the ENGINEER-IN-
CHARGE and Architect.

All materials store on site are to be protected in such a manner as to prevent damage
from falling objects, dust, and water and sun exposure. The material must be safe from
mishandling or damage by any contractor / agency / sub-agency either in the pursuit or
their own works or by their personnel.

During installation, the Contractor shall provide protection to the external glazing to
prevent the ingress of water from either rain or any other reasons. This protection shall
be strong enough to withstand adverse wind conditions, and shall provide complete
protection at the top level of the installation necessary to prevent the ingress of water into
or behind the cladding.

The external glazing shall be screened from weld splatter, spray-on-fire proofing,
concrete, alkaline masonry washes, paint and other deleterious substances. Any such
soiling shall be promptly and completely removed. The design of protective screening
shall be such as to provide adequate ventilation of the space between the glass and the
protective screen and not induce thermal stresses in the glass. In no case shall the
protective screening be placed in contact with the glass.

The Contractor shall provide at each completed floor an internal protection of Polyethene
sheet of suitable gauge suspended from the top of the external glazing at slab soffit and
extending to the floor. These drop sheets must be maintained until all wet trades are
completed on each floor.

The fixing method for sheets are to be indicated in shop drawings and a sample approved
by the ENGINEER-IN-CHARGE

Glazing panels and components to remain protected in locations where damage during
construction is likely until immediately prior to building occupancy.
Testing

Test Programme

The Contractor shall submit for the consideration and approval of the ENGINEER-IN-
CHARGE & Architect detailed description of a testing programme, which shall include the
following:

i) Wind loading and air infiltration.


ii) Water penetration (including dynamic test)
iii) Deflection under dead /live loading and seismic loads
iv) Thermal movement.

43
Test shall be carried out at a qualified independent test facility proposed by the
Contractor and approved by the ENGINEER-IN-CHARGE. All tests shall be carried out in
accordance with the standards or other equivalent and approved standards.

The Contractor shall submit for the approval of the ENGINEER-IN-CHARGE detailed
description of the proposed test assemblies or mock-ups, testing schedule and record.

All specified tests shall be carried out in the Mock-ups as well as in executed works.

Structural performance tests (positive and negative) shall be carried out in strict
conformance with the procedures set forth in accepted standards.

Controlled water penetration shall be defined as any water which appears on the interior
side of the wall construction and which is temporarily contained in the wall drainage
system, eventually to pass out through weep holes. Water that overflows on the interior
side will be considered as uncontrolled water penetration.

Sequence of physical testing shall be as follows:

i) Preliminary loading
ii) Tests for air infiltration
ii) Tests for water penetration for static pressure.
iii) Structural performance (positive and negative pressures). Deflections shall be measured
with micrometer dial indicators at critical locations selected by the approved testing
agency.
iv) The physical testing procedure shall be immediately halted, should any part of the test
assemblies, including glass and glazing, fail to conform to the requirements specified in
the specification. The type and nature of failure will be recorded and then the testing
continued through the sequence or through the complete testing cycle, nothing any
additional failures or at the direction of the Architect. The test assemblies will be
dismantled immediately and completely, the cause of the defect analyzed and the revised
assembly rebuilt, all at no extra cost. After the revised test assembly has been rebuilt the
testing shall trace the entire set of tests in the sequence at no extra cost to the Employer.
At the discretion of the Architect this procedure may be required to be repeated as often
as necessary until all defects have been corrected. Under no circumstances shall any
testing be continued when a failure occurs unless the Architect is notified and agrees to
continue with the testing. Corrective measures made necessary by the tests applied to
the test assemblies shall be incorporated in the filed erected curtain wall aluminum and
glass components.

Handover, Maintenance Manual & As-Built Drawings.


Inspections

Prior to handover of the completed installations, the Contractor shall provide suitable
access to the Architect and ENGINEER-IN-CHARGE to carry out snagging inspections
both internally and externally, Any such defect arising form these inspections shall be set
right by the Contractor.

Maintenance Manual

On completion of the works, the Contractor shall submit to the Architect 3 (three) copies
of Maintenance Manual which will include recommendations and procedures for periodic
inspection, maintenance and cleaning of all components of the external glazing etc. and
instruction with appropriate drawings on methods to be employed to replace any
component of the installation.

The Maintenance Manual shall include:

i) Recommended inspection schedule and periodic inspection procedures.


ii) Complete explanation of operation principles and sequences.
iii) Complete parts list with numbers and glass sizes.
iv) Method statement of reglazing and replacement of component parts.
v) Instruction for the proper cleaning and routine maintenance of the façade
including frequency.

Record Drawings
44
During construction, the Contractor shall maintain accurate record of the actual
construction. The information shall be supplied to the ENGINEER-IN-CHARGE and shall
form the basis of as-built record of the finally constructed external glazing system on
facade.

Frameless Glass Door

The Frameless glass doors shall consist of horizontally tempered glass of required
thickness and shall be supplied in a ready to assemble condition complete with patch
fittings, floor closures, handles, etc. The door shall be supported by two patch fittings,
one at bottom and other at top. While, the bottom patch fittings shall move on floor
spring, the top patch fitting shall move on pivot which shall form an integral part of the
aluminum channel and silicon sealant. All door hardware to be approved by Architect prior
to installation or use with glazing assemblies. Interior doors and fixed glass panels to
have sandblasted finished at specified locations.

During Guarantee period any damage to the system, breakage of glass, water seepage
or any defect to the curtain wall shall be rectified by the contractor without any extra cost.

Glass and Glazing

General

This section shall cove specification for supply and installation of all glass as shown in the
drawings except for curtain wall. Type, thickness and size of glass shall be as specified.
Approved workman specialized in their trade and as per best trade practices shall do
glazing work as per details.

Thickness and Quality

Unless otherwise specified all glass shall be of float glass of approved make as per IS:
1761 and shall be free form blisters, stain, scratches and bubbles and flaws of every kind
and shall be property cut to fit frames and mullions. Unless otherwise indicated no glass
shall be less than 4 mm thick. Samples of all glass types and finishes to be provided for
Architect’ review.

To Stack Vertically

All glass shall be stored vertical position set on edge of strip of wood or felt. It shall not
be stacked horizontally. To the greatest extend possible, all glazed façade elements to
be factory –produced.

To order Extra Quantity

All glass damaged/broken during storing/handling/transportation/execution of work shall


be made good by the contractor on completion of the work at no extra cost. The
Contractor shall stock sufficient additional quantity to make this easily possible.

Manufacture’s Instructions

Notwithstanding anything contained hereinbefore manufacturer’s instructions regarding


storing, handling, cutting, glazing, cleaning, etc. shall be strictly followed.

Measurements to be taken

Before cutting, measurement of all glass required t suit site condition for fixing shall be
taken at site. Glass shall be ordered slightly oversize for non tempered glass and cut at
45
the site to fit properly. To greatest extent possible, all glazed façade elements to be
factory-produced.

Preparation

Before commencing glazing work the work to receive the glazing shall be thoroughly
checked for completion and proper condition of line, level, size & surrounding conditions
and declared to be suitable for glazing, fixtures and finish hardware shall be fixed after
installation of glass.

Cleaning & Protection of Glass

All glass and glazing shall be suitably protected until the time of handing over. All broken
or damaged glass shall be replaced. All glass shall be washed clean before handing
over. No glazing shall be completed until all stains have been removed from the surface
and all glass thoroughly washed with soap and water and polished with approved glass
polisher to the satisfaction of the ENGINEER-IN-CHARGE and Architect.

Aluminum Door & Windows

General

Aluminum doors, windows etc. shall be fabricated from approved extruded sections and
the manufacture & installation shall be carried out by an approved specialized agency.
Unless otherwise specified the fabrication shall be done with heavy gauge extruded box
sections. The sections free of scratches shall be of the sizes details as shown on
drawings. The details shown on the drawings indicate generally the size of component
part and the general standards. These may be varied to some extent to suit the standard
adopted by the manufacturers of the aluminum work, but only in accordance with
approved shop drawings and approved samples. Any deviation from the approved
documents proposed by the Contractor shall require the written approval of the Architect
before incorporation in any material to be used in the project.

All materials and details especially the weather-strip, gaskets and sealants shall be of
approved high quality material capable of resisting the local climatical & environment
requirements. All samples to be provided for Architect’s review.

Shop Drawings & Samples

The contractor shall submit complete shop drawings and samples of each type of door,
window, ventilator and other aluminum work, to the ENGINEER-IN-CHARGE for his
approval (backed by the approval of the Architect). The shop drawings shall show full
size sections of doors, windows, etc. thickness of metal, details of constructions, details of
glazing, anchoring details, hardware as well as connection of curtain wall windows, doors
and other metal work to adjacent work. Samples of all joints and methods of fastening
and joining etc. also shall be submitted to the ENGINEER-IN-CHARGE for approval well
in advance of commencing the work and in accordance with the project schedule.
Samples of the actual work shall be installed at the site and got approved before
proceeding with the work.

Sections

The aluminum extrusions shall be of approved make. The sections shall be extruded
from aluminum alloy of commercial quality and free from all defects impairing
appearance, strength and durability. Hollow Box sections shall be extruded from
Aluminum alloy as per IS: 1285. The permissible dimensional tolerances of the exuded
sections shall be such as not to impair the proper and smooth function/operation and
appearance of doors and windows. For any excess weight of section used nothing extra
shall be paid.

The sections shall also conform to the following parameters

46
a) Minimum tensile strength - 19kg. /mm²
b) Maximum allowable deviation in length from a straight line of
0.5mm/mere.
c) Maximum allowable deviation from straight of 1 degree.
d) Maximum permissible twist of 0.5.mm metre.
d) Maximum variation in flatness of not more than 0.125 x width/25.

Anodizing/Powder Coating

All aluminum material used shall be colour /clear or as specified anodized for protection
against corrosion in marine environment in approved shade in accordance with approved
samples. The anodic coating shall conform to IS 1868-1968 and shall be of AC20 grade
with minimum thickness of 20 Microns when measured as per IS:660/2-1970 and density
shall be at least 32 MG/sqm. The anodic coating shall be tested in an approved
laboratory for Eddy current method as per IS: 6012 for thickness. Sulphuric acid shall be
used as per the electrolyte for the anodic process. Prior to anodizing all aluminum shall
be rendered uniform in appearance free from disfiguring scratches, stains or other
blemishes and etched in a caustic soda solution. Requisite tests shall also be carried out
at the site as required by the ENGINEER-IN-CHARGE and the contractor shall arrange all
assistance and equipments required for the purpose.

Protection & Handling

All aluminum members shall be wrapped with approved self adhesive non-staining PVC
tapes and crated in a suitable manner to protect the material against any damage during
transportation. The loading, unloading, storing shall be carried out in an approved
manner with utmost care, and shall prevent damage due to exposure to water, sun, dust
and other construction debris.

EPDM Gaskets

EPDM gaskets of approved make, size and profile shall be provided and installed at all
locations as shown in approved shop drawings and as called for to render the installation
absolutely air and weather tight.

Sealant

The gaps between Aluminum member and the perimeter and also any gaps in the door
and window section themselves shall be raked out as directed and filled with silicon
sealant or any other sealant as specified of approved make and color and make to ensure
complete water-tightness.

The silicon sealant shall be of such colour, to be approved by the Architect, and
composition to be compatible with the adjacent assemblies. It shall not stain the
masonry/concrete work, shall receive paint without bleeding, shall not sag or run and shall
not set hard or dry out under any condition of weather. Silicon sealant shall be applied
with a special gun as per manufacturers recommendation.

Aluminum Doors & Windows

Doors

The kick panel shall be of 1.25 mm aluminum alloy sheet conforming to IS Designation
NS 3-1/2H of IS 737-1965. Specification for Wrought Aluminum and Aluminum Alloys
Sheet and strip (for general engineering purposes) and shall be screwed to the frame and
the glazing bar. The hinges shall be stainless steel frictional hinges of same type as in
window but of large size. The hinges shall normally be of 50mm projecting type. Non
projecting type hinges may also be used if approved. The handles for door shall be of
specified design and of same specifications as the window. A suitable locks for door open
able either from outside or inside shall be provided. In double shutter doors, the first
closing shutter shall have a concealed aluminum alloy bolt at top and bottom. It shall be
so constructed as not to work loose or drop by its own weight. Samples of all exposed
door and windows hardware t be submitted for Architect for review.
47
Single and double doors may be provided with a three way-bolding device. Where this is
provided the case of double door, concealed aluminum bolts may not be provided.

Side / Top –hung Windows & Ventilators

For fixing stainless steel friction hinges, slots shall be cut in the fixed frame and the
hinges inserted inside and may be riveted to the frame. The hinges shall normally be of
the projecting type not less than 65 mm and not more than 75 mm wide. The pins for
hinges in case of non-oxidized work shall be of stainless steel of non-magnetic type or of
suitable aluminum alloy. However in the case of anodized work only suitable aluminum
alloy for pins shall be used. Friction hinges shall be provided for side-hung shutter
windows – in which case peg stay will not be required. In case of non-friction type hinges,
peg stay which shall be either of cast aluminum conforming to IS Designation A.5.M of
IS:617-1959 or folded from IS Designation NS4 aluminum ally sheet conforming to
IS:737-1955. It shall be 300 mm long complete with peg and locking bracket and shall
have holes for keeping the shutter open in three different positions. The peg and locking
bracket shall be riveted or welded to the fixed frame.

The handle for side-hung shutters, shall be of cast aluminum conforming to IS


Designation A.5.M of IS: 617-1975 and mounted on a handle plate or welded or riveted to
the opening frame in such a way that it could be fixed before the shutter is glazed to
match the window. The handle shall be anodized. The handle shall have a two-point
nose, which shall engage with an aluminum striking plate on the fixed frame in a slightly
open as well as in a closed position. Samples of all exposed door and window hardware
to submitted for Architect for review.

Protection & Final Cleaning

The doors & windows shall be suitably protected from damage until handing over. Care
shall be taken not to use the doors & windows for support, centering, etc and no
scaffolding or other materials and devices shall rest on these. All the openable members
shall be kept firmly closed. The PVC wrapping shall be retained till the glazing work is
commenced. Immediately prior to building occupancy all aluminum work shall be cleaned
with a suitable thinner and left in clean unblemished and in an openable condition.

Fabrication

All jointing shall be of mechanical type. The aluminum section joints shall be designed to
withstand a minimum wind load of 175 kg. pe sqm. The designed shall also ensure that
maximum deflection of any framing shall not exceed L/175 of the span of the member.
Maximum deflection of door and window elements shall be coordinated with allowable
deflection of aluminum curtain wall components where systems exist in adjacent
assemblies. All members shall be accurately machined and fitted to form hairline joints
prior to assembly. The joining accessories such as cleats, brackets, etc shall be of such
material as not cause any bimetallic action. The design of the joint and accessories shall
be such that the accessories are fully concealed. The fabrication shall be done in
suitable section to facilitate easy transportation, handling an installation. Adequate
provision shall be made in the door and window members for anchoring to supports and
fixing of hardware and other fixtures as approved by the ENGINEER-IN-CHARGE. The
fabricated frames shall be square and flat with corners in a true right angle.

Installation

Just prior to installation, the doors, windows, etc shall be stacked don edge on level
bearers and supported evenly.

Unless otherwise shown window/door frames shall be fixed to openings with 20mm thick
aluminum sub-frames. Width of sub-frame shall be exactly the same width as the frames.
The sub-frames shall be pre-fixed to the masonry surrounds with approved fasteners.
The face of sub-frame shall be in true line, level and plumb.

When the sub-frame is properly secured and all major internal and external finishing
works are completed, the assembled doors/windows shall be placed in correct final
position in the opening and fixed to the sub-frame by cadmium plated machine screws of
required size and spacing suited to the purpose.

48
Sizes, details, spacing, etc given above are approximate and indicative only. They can
be varied at the option of ENGINEER-IN-CHARGE and Architect to suit particular sizes
and situations and the contractor shall carry out the instructions of the ENGINEER-IN-
CHARGE (backed by architect’s confirmation) in this regard at no extra cost to the owner.
The contractor may suggest alternative methods of fixing and anchoring for consideration
of the ENGINEER-IN-CHARGE and Architect while the decision of the ENGINEER-IN-
CHARGE (backed by architect’s confirmation) in this regard shall be final and binding.

In the case of composite window and doors, the different units are to be assembled first.
The assembled composite units shall be checked for line, level and plumb before final
fixing is done. Units may have to be assembled in their final location if the situation so
warrants.

Where aluminum comes into contact with masonry, concrete, plaster or some dissimilar
metal, it shall be coated with an approved insulation lacquer or plastic tape to ensure that
Electro-chemical corrosion is avoided. Insulation material shall be trimmed off to a clean
flush line of completion.

The contractor shall be responsible for assembling composite units, bedding and pointing
with mastic inside and outside, at the transoms and mullions, placing the doors, windows
etc. in their respective openings. After the doors/windows have been fixed in their correct
assigned position, the open hollow sections abutting masonry/concrete shall be filled with
cement grout (1 cement: 3 coarse sand) densely packed and finished neat. Packing
grout shall be of the expanding type made by approved additive.

ALUMINUM FLASHING

Galvalume sheet flashing

General

This section of the specifications includes flashing work required at various locations such
as parapet top, window sills & heads, exterior door sofits, top of curtain walls, exterior
stone cladding panels, roof hatches etc.

The scope of work includes design, fabrication, profiling & fixing of the flashing work in
close coordination with the related works.

Related sections

All work related to this specification section should be coordinated with the works
described in other specification sections, including:

Structural concrete
Waterproofing
Stone cladding work
Curtain wall work
Woodwork

Submittals

Samples

The contractor shall submit the samples of flashing material and accessories with
proposed finish for review and approval of the ENGINEER-IN-CHARGE & Architect prior
to use.

Drawings

The Contractor shall submit fabrication drawings illustrating all types, details, accessories,
method of fastening and all proposed flashing locations as mentioned above for regular
profiles & for bends, corners for the approval of the ENGINEER-IN-CHARGE & Architect.
He shall submit 5 sets of approved drawings before commencement of work and 5 sets of
‘As Built’ drawings along with the submission of Final Bill.

49
Materials

The metal sheets shall conform to

-- Galvalum high tensile cold rolled steel as per AS : 1397, coating class AZ 150 (Min. 150
gms/m² zinc aluminum alloy coating mass total of both sides), 550 mpa min. yield
strength.

Minimum thickness shall be :

Type Base Metal Total Coated Thickness


Thickness (mm) (mm)

Galvalum high tensile steel, 0.45 0.50


colour coated

Painting / Finishing

The metal sheets shall be colour coated/painted with over baked pain system.

Galvalum Cold Rolled Steel

- Epoxy Primer : 5-7 microns

- Silicon Modified Polyester


(exterior side) : 20 microns

- M\Neutral back coat over primer


(back side) : 10 microns

- LDPE Guard Film : 35-40 microns

Installation

Fixing above parapet (horizontal surface)

The flashing sheets shall be fastened by anchor or SS pin fixing to the concrete surface.
In each case there should be fixings per sheet as per the fixing required for the top coping
stone. If required more fasteners may be inserted as per the discretion of the
ENGINEER-IN-CHARGE. All fasteners shall generally be install at the centre of the
concrete wall.

- Penetrations of the anchor bolts / pins shall be epoxy coated prior


to fixing

- Minimum end lap for flashing shall be 150 mm. For all lap shall be
coated with silicon or approved sealant.

Fixing at lintel level and walls and behind stone (vertical fixing)

The flashing sheet shall be factory made and profiled to the required size of the opening
as per the approved shop drawings. The concrete shall be chased to the sufficient depth
to achieve sufficient embedment of flashing sheet and to facilitate fixing of the sheet to
concrete by anchor fasteners. The chase then shall be filled with the latapoxy adhesive
to achieve the watertight joint.

Accessories

Standard accessories such as corners, bends shall be manufactured out of same material
as flashing material but with plain sheet.

Anchor Fasteners / pins

50
In addition to the anchor bolt / pin support of the top coping stone any additional fixing is
required then it shall confirm the following:

The sheets shall be fixed to support using various fasteners as follows as per
manufacturer’s specifications and/or as directed by the ENGINEER-IN-CHARGE.

- PVC coated galvanized J/L bolts with neoprene washers and colour coordinated PVC
caps.

- Hot dipped galvanized mechanical fasteners with Hex head, neoprene washers etc., for
structural fasteners No 12 – 14 x 45 for self drilling or No. 12 14 x 55 mm with predrilled
holes for roof only.

- Hot dipped galvanized mechanical fasteners with Hex head, neoprene washer etc. for
fixing through pans to steel supports for walls only with No. 12 – 24 x 20 mm self drilling
and/or with predrilled holes for 4-6 mm. thick and over steel members.
- Hot dipped galvanized mechanical fasteners with hex head, neoprene washer etc for
fastening side laps, attaching flashing etc. with No. 10-12x20 mm.

Tests

Following tests shall be done on the sheet to ascertain the properties of the material
when used in close contacts with the concrete.

Accelerated Corrosion

a) Salt Spray : 750 hours

b) Humidly Résistance : 750 hours

c) QUV Resistance : 750 hours

Measurement

The measurements shall be in square meters without any extra or allowance for laps and
corrugations, if any.

Portions of flashing overlaps shall be included in the measurement of the roof.

The rate is inclusive of the material, making profiles to the flashing sheet, all fixing
accessories, binding material, labour, machinery and scaffolding required.

RAILING & PROTECTION WORK

Applicable codes

The following Indian Standards Codes, unless otherwise specified herein, shall be
applicable. In all cases, the latest editions including al applicable official amendments
and revisions shall be referred to.

IS 6603 Stainless steel sheets


IS 6911 Stainless steel plates
IS 1367 (part 14 – section Corrosion resistance Stainless 1 to
3) fasteners
IS 1570 Welding in stainless steel sections

Working specimen

A working specimen at the actual place of this detail as instructed by ENGINEER-IN-


CHARGE & Architect shall be treated for architectural finish and the work shall be done
upto the satisfaction of the Architect. The further work shall be carried out strictly as per
the working specimen in terms of finishes and Tolerance.

A specimen shall be done at one stair height and for two landings.

Stainless Steel Railing

51
General

The system shall be engineered for the loading parameter mentioned below. The
manufacturing workshop shall be accessible for inspection during the execution process.
The system shall be factory made and fabricated only, miscellaneous necessary works
such as welding for jointing the components such as top plates etc. and the grinding work
for same only shall allowed at site for better quality control.

Related Sections

All work related of this specification section should be coordinated with the works
described in other specification sections, including:

Structural concrete
Exposed architectural concrete
Flooring work
Stone cladding work
Material:

Stainless Steel:

All the components of the railing system including all fasteners and accessories shall be
brushed finish stainless steel of 316 grade unless otherwise specified for 304 grade. The
surface of the SS plates used shall be free form any depressions, the edges shall be
straight one. The solid metal pipes shall be without any bend. The exposed ends of the
solid pipes shall be properly treated and shall not have sharp edges.

The stainless steel used of either 316 or 394 shall comply to the following properties.

Sr.No. Description Grade


1.00 Physical properties 304 316
1.1 Density 8 8.0
gm/cm*cm*cm
1.2 Specific Electrical Resistance at 72 74
20 degree Centigrade Micro-Ohm
cm
1.3 Specific Heat (0-100 degree 0.50 0.5
Centigrade) Joules/gm degree
Centigrade
1.4 Thermal Conductivity 100 degree 16.33 16.33
Centigrade W/m degree
Centigrade
1.5 Coeff. Of Thermal Expansion (Per 17.3 15.90
degree Centigrade X 10-6) (0-100
degree Centigrade)
2.00 Mechanical Properties
2.1 Ut N/mm2 Min 515 515
2.2 0.2% Proof Street N/mm2 Min 205 205
2.3 %Elongation on 50 mm GL Min 40 40
2.4 Hardness RB Max. 92 95
2.5 Condition
2.6 Melting Temp. Range degree 1400 - 1450 1370
Centigrade
2.7 Scaling Temp Degree Centigrade 900 900
3.00 Chemical Properties
3.1 C Max 0.08 0.08
3.2 Mn Max 2 2
3.3 Cr 18-20 16 – 18
3.4 Ni 8 – 10.50 10 – 14
3.5 P Max 0.045 0.045
3.6 S Max 0.030 0.030
3.7 Other Elements MO 2 – 3
3.8 Si Max 0.75 0.75

Anchor Fasteners
52
Stainless Steel anchor fasteners of the approved make shall be used for the fixing. All
fasteners shall have countersunk heads unless otherwise showed on the drawings.

Submittals

Shop drawings

A detailed Shop drawings showing the execution sequence of the system, Location of the
designed support element (balustrades), fixing of the same to the concrete element in the
suitable scale shall be submitted to the ENGINEER-IN-CHARGE & Architect for their
review and approval prior to execution. The work shall be executed as per the approved
shop drawings only. Any deviation from the approved shop drawings shall not be
accepted.

Design
The system shall be designed for the horizontal force of 100 Kg/Sq. Mt. at 1 meter level
from the fixed end of the railing balustrade. The detail report consisting of the design
calculation shall be submitted for the approval of the ENGINEER-IN-CHARGE.

The vertical post of the railing shall have a spacing of 4’, the overhang (free end) beyond
the vertical post shall be 1’4 and at the end of wall it shall be 6”.

Installation
The work shall be carried out as per the approved shop drawings only. The system
essentially factory made shall be delivered at site in proper covering & the covering shall
not be removed & maintain till the handing over. No materials or assembles units are to
be left exposed to adverse weather conditions prior to erection at site. The work shall be
protected from any and all damages from weather, spillage or work on adjacent surface.
Any damage portion railing shall be replaced by contractor at his own cost.

Perfect line & level shall be maintained while fixing the same. The welded joints shall be
grind to smooth, uniform finish & made good same as per the finish of the approved
system sample. Any and all components containing defects or deviation form approved
finish shall be rejected and removed form the site. The contractor shall immediately
replace such components at his own cost.

Mode of Measurement

Measurements will be made on running meter basis of the length of the top stainless steel
plate calculated to 3 places of decimal.

Rate

The rate shall be inclusive of all fabrication work including cutting, bending, welding,
necessary grinding in the factory & at site, transportation and installation including all
wastages etc.

Stainless Steel angle nosing

This section of the specification covers fabricating and fixing of the stainless steel angle
nosing embedded into the concrete. This work shall be coordinated with the concrete &
rebar work.

Material

Stainless Steel nosing

The stainless steel nosing shall be of angle section ISA 25 x 25 x 3 MM conforming to IS


6603 & 6911. The thickness of legs shall be 6 mm. The top face of the angle shall be
provided with brushed finish.

Anchorage:

The steel nosing shall be anchored to the deck by reinforcing bars, headed studs or bolts
or anchor plates cast in concrete or a combination of anchor plate and reinforcing bars,
53
headed studs or bolts. The spacing of the anchorages to the Stainless Steel angle shall
be as per the drawing. Anchor bars, studs or bolts shall engage the main structural
reinforcement of the concrete element and in case of anchor plates or anchor loops this
shall be achieved by passing transverse bars through the loops or plates.

On completion of the assembly the concrete is cast. Precaution should be taken to match
the concrete top with the nosing angle top. Care should be taken while concreting to
protect the angle from bending, scaling etc. After initial setting of the concreting work the
angle should be clean genteelly without having scratch mark on the surface.

Mode of Measurement

Measurement will be made on running meter basis of the length of the glass calculated to
3 places of decimal.

Glass railing
Material

The glass shall be clear, toughened and free from scratches of the required thickness as
per the drawings and specification. The glass shall be supplied at site with proper foam
cover sheet & it shall be maintained up to handing over. The Contractor is required to
check all glass on unpacking and ensure that there is no scratching or blemish to the
surface. A record of all glass inspection is to be kept and a copy issued to the
ENGINEER-IN-CHARGE on a regular basis as required. All glass, which breaks or
sustains damage, shall be replaced.

All edgework and notches in toughened glass shall be smoothened and completed before
toughening and shall comply with AS 1288 toughened glass specification and shall be as
follows:

¾ Dimensional tolerance of panel size will be within =/- 1 mm of the theoretical dimensions
required
¾ Square ness of the panel will be within 4 mm i.e. the difference in the measurement of the
diagonal dimensions.
¾ All glass panels shall be identified by the manufacturers marking (Kytmark) and shall
comply with the following codes of the practice:
AS 1288-1994- Glass in Building
AS 2208-1978- Safety glazing materials

Handling of glass shall be kept to a minimum and al glass shall be carefully protected
form soiling and from condensation and other moisture.

Neoprene and glass materials including but not necessarily limited to extruded gaskets,
glass settings blocks, tapes, joint fillers and sealant backup gaskets shall be high quality
ozone resistant, cured electrometric-virgin neoprene compounds.

The shoe and the u channel shall be of stainless steel of 316 grade and shall be of brush
finished. The SS shoe & the channel shall be factory made only.

Installation

SS Shoe installation

The SS shoe shall be installed in correct line & level including necessary leveling of the
surface in terms of chipping the limps, grinding the unevenness with the grinding
machine. The shoe shall be fixed to the concrete with the expanding SS anchor fastener
of approved grade. The work shall be coordinated with the flooring and cladding work
wherever applicable to maintain correct level and line. The SS shoe shall be protected till
the period of fixing of glass form debris, loose materials falling in.

Glass Installation

The glass shall be installed in the recessed portion with the necessary setting blocks,
neoprene gasket and shall be sealed at the joint with the silicon sealant of approved
make.

54
The SS U channel shall be fixed on the glass top with the epoxy based material. The
joint pattern of the glass and the top SS U channel shall be as per the drawings provided.

Installation of the glass with top U channel shall be carried out as and when directed by
the ENGINEER-IN-CHARGE & Architect.

Mode of Measurement

Measurements will be made on running meter basis of the length of the glass calculated
to 3 places of decimal.

SOLAR PHOTOVOLTAIC GLASS PANEL

Designing, supplying, installation and commisioning of solar photovoltaic (PV) glass panel
system comprising of solar PV panels, solar DC protection boxes, high efficiency solar
inverters with 3 phase output suitable for the installed PV input with MPPT and automatic
batteryless system

TECHNICAL SPECIFICATIONS
NSTPV -90
All glass construction Size : 1300 x 1100 x 7mm
Weight : 24 kg
Wattage : 90 Wp
Transparency : 20%
UV cut : 99.9%

SOLAR HEAT CHARACTERISTICS


Reflection : 10%
Absoprtion : 67%
Re-Radiation to outdoor : 46%
Re-radiation to indoor : 21%
Direct transmission : 23%
Total heat transmission : 44%
Relative Heat Gain : 359 W/ m2
Shading Coe_cient : 0.51

MODULAR FAÇADE SYSTEM

Designing, supplying, installation and commisioning of 80 mm thick Modular Facade


Systems comprising of façade elements including corner elements, opaque façade
panels longitudinal & transverse framing struts and lashings etc with shadowline joints

The façade system shall be composed of individual façade element joined in a horizontal
direction with a tounge-groove system and fixed to the supporting structure in a vertical
direction. Sealing of joints shall be done with profiled gaskets in both directions. Item shall
be carried out as per manufaturer's specifications(inluding support system)

System Description
Installation Methods
The modular façade system should be a self-contained, insulating, and fireproof façade, with
a smooth and elegant external design. The system consists of shadow line joint and the
longitudinal and transversal frame-struts joined to hold the complete façade elements in
place.

Element Composition

The façade element consists of two galvanized and painted metal sheets (internally 0.5 or 0.6
mm thick and externally 0.7 mm thick). The metal sheets should be bonded to the core made
of non-combustible mineral wool (class A1, EN 13501-1), which ensures excellent thermal
and sound insulation and the fire-resistance properties of the façade element.

Sealing of Longitudinal Joint

55
All façade elements shall be equipped with gasket profiles in a longitudinal joint groove
assuring proper physical construction conditions of the building according to project
requirements.
The CORRECT ORIENTATION, to enable drainage of water - means the tongue of the
longitudinal joint must be pointing upwards and TIGHT CONTACT without air gaps between
neighbouring modular façade elements on longitudinal joints must be assured.

Sealing of Transversal Joint


The transversal joints must be sealed to prevent penetration of possible rainwater or
increased air humidity by inserting the EPDM wet-prevention clamp before the transversal
joint’s rubber gasket profile.
Providing and fixing structural type curtain wall system using aluminums sections shall be as per items described
in CPWD DSR 2012 Supplementary Schedule 2012 shall be followed.

Supporting sub-structure on the location of opening must be defined by static


calculation. The modular façade system should offers a range of elegant and high-quality
solutions for windows, doors and other openings. Frames made of aluminium profiles with an
integrated thermal transfer barrier that assures thermal stability of indoor environment.

Foam concrete filling in sunken portion

Providing and filling foam concrete filling in sunken portion of W.C. & kitchen with approved quality including
supply of labour, material, and tools and plant etc. required for proper completion of the work as per direction of
Engineer-in-charge.

Material
Material shall be as specified and approved by the Enginner-in-Charge. The density of foam shall be min.
450 kg/cum and maximum 700 kg/cum. Concreting shall be done as specified by the manufacturer.

Measurements
Length and breadth shall be measured correct to a cm. Moldings, carvings and any other ornamental work shall be
inclusive in the item and not paid separately. Where plugs are required to be fixed for the ornamental work, the
cost for the same shall be deemed to be included in the rate of ornamental work and no separate payment shall be
made for plugs.

Rates
The rates include the cost of material and labour involved in all the operations described above.

Structural Glazing

Design, Supply, Fabrication and fixing of unitized structural glazing using aluminium extruded
sections mullions and transoms confirming to alloy 63400 as per IS : 733 and IS :1285 with
Anodising of AC 25 grade in approved color and shade as per specification comprising of visible
mullion and transom on the inside with mullions fixed to existing beams/columns through
adequately designed GI brackets includes, capping shall on out side as per detail shop drawing
and the elevation drawings. The Structural Glazing system is based on pressure equalized
drainage. The complete drainage system is incorporated in the design which drains water at every
transom in the unlikely event that water penetrates the pressure seal.

The proposed system shall be inclusive of providing and fixing glazing and sealing with approved
non staining structural silicone sealant, complete with specially designed extruded EPDM gaskets
etc. to prevent water penetration as per standards. The item also including Masking Tapes on the
profiles for safety against external scratches at site (Masking Tapes to be removed only at the
time of handing over as per the instructions of Engineer-In-Charge) with 23 mm thick hermetically
sealed double insulated toughened glass (6 mm high performance glass clear toughened shade
glass on outside + 12 mm dry air gap by a metal spacer filled with dehydrating agent inside the
unit to prevent moisture formation between the two panes+ 5 mm thick clear toughened glass on
inside)

i) Light transmission : >42%


(ii) External Reflection : <14%
(iii) Internal Reflection : <25%

56
(iv) Solar Factor : <=0.23
(v) U Value in W/ Sq mt K : <=1.5

Weight of aluminium frame, excluding rough ground, shall be taken as 10.0 Kg. Per Sqm.) The
item rate shall include cost of MS insert/stiffeners if required.

WOODEN WALL PANELING UPTO 1200 MM HT :

Material
Material shall be as specified in the schedule of items and approved by the Enginner-in-Charge.
Specified timber shall be used, and it shall be sawn in the direction of the grains. Sawing shall be truly straight and
square. The timber shall be planed smooth and accurate to the full dimensions rebates, rounding, and moldings as
shown in the drawings made, before assembly. Patching or plugging of, any kind shall not be permitted except as
provided.

Paneling
Grounds shall be provided as specified in the schedule of items. These shall consist of wooden framework using
25x50mm first class kail /hard wood sections at a maximum spacing of 600mm in any one direction (including
adding members as required, fixed to the walls with nails/cleats, with wooden blocks grouted in the wall or any
other approved method),covered with12mm thick BWP ply.

An additional layer of 6 mm commercial ply to fixed in strips as to form an approved pattern, the entire exposed
area layered with 4mm thick veneer on one side pasted and pressed with adhesive to give a uniform and smooth
finish, 12mmx12mm thick. Teakwood moldings, melamine polish two or more coat over French spirit polishing,
preparation of surface etc. complete.

All sub frame members / ply etc. shall be treated with anti-termite solution as per norms. No extra shall be paid for
making of openings, door / window frames and for making provisions for electric conduits. The battens shall be
painted with priming coat, of approved wood primer before fixing.

Measurements
Length and breadth shall be measured correct to a cm. Moldings, carvings and any other ornamental work shall be
inclusive in the item and not paid separately. Where plugs are required to be fixed for the ornamental work, the
cost for the same shall be deemed to be included in the rate of ornamental work and no separate payment shall be
made for plugs.

Rates
The rates include the cost of material and labour involved in all the operations described above.

ALUMINUM SHEET ROOFING SYSTEM

Material

Steel Liner
35/250 Bare Galvalume steel liner sheet, 0.5 mm TCT 1000 mm total cover width x 35mm deep ribs spanning up
to 1500mm centers (multiple spans).

Vapour Control Layer


A single layer of double-sided aluminum foil/ Polyethylene Film.

Top layer
65/429 profiled sheeting manufactured from aluminum self supported standing seam roof system manufactured
from aluminum alloy AA 3004 (AlMn1Mg1) as specified in BS EN 485 -2:1995), minimum material thickness of
0.9 mm and Fluorocarbon PVDF finish on the exposed surface. Including Accessories, Fasteners.

Insulation
A layer of Glass wool insulation of 50mm thickness minimum 24kg/m3 density with thermal conductivity of
K=0.033 W/mk at 25 degree Celsius. Fire classification with test procedures to BS 476: Parts 6 & 7.

Measurements
The length and breadth shall be measured correct to a cm. Area shall be worked out in sqm correct to two places
of decimal.

Rate
Rate includes the cost of materials and labour involved in all the operations described above.
57
STRUCTURAL STEEL FRAME WORK FOR STONE CLADDING

Specification for structural frame work for dry stone cladding are same specifications as for steel Work in built up
sections (welded or bolted).

Fixing of Frame
The properly designed structural frame for withstanding the weight of stone slab are fixed/supported on wall
surface with the help of M.S. brackets/lugs of angle iron/flat etc. which is welded at each junctions of member of
frame and also embedded in cement concrete block 1:2:4 (1 cement: 2 coarse sand: 4 graded stone aggregate
20 mm nominal size) of size 300 x 230 x 300 mm. The concrete block can be made by cutting the hole of size as
mentioned in brick wall and filling the hole with cement concrete including provision of necessary
centring/shuttering for holding of concrete. The frame can also be supported on RCC surface with the help of
approved expansion hold fastener by drilling the holes in RCC surface.
Steel cramps are either welded or bolted to the frame (by making necessary holes in frame work) for holding of
stone.

Measurement
The mode of measurement shall be the same, as specified for steel work in built up section except that the
weight of welding material shall not be added in weight of members for payment and nothing extra shall be paid
for making holes for temporary fastening of members during erection before welding, which also includes cost of
cement concrete block, centring and shuttering and making holes in walls, but excluding the cost of expansion
fastener, steel clamps which shall be paid for separately.

Rate
The rate shall include the cost of all labour and material involved in all the operation described above.

TRAP DOOR IN THE FALSE CEILING

Material
Trap doors shall be provided in the false ceiling using 20mm thk commercial ply laminated with approved finish
laminate with necessary CP teak frame work of size 2" x 1.5", Oak wood moldings as per Architect’s drawing,
brass hinges, latches etc. complete to the approval of Engineer-in-Charge

Measurement
Length and breadth shall b measured correct to a cm & area shall be calculated correct to two decimal place.

Rate
Rate includes the cost of materials and labour involved in all the operations described above.

SUSPENDED FEATURE PANEL CEILING

Material
The feature panel shall be made as per detailed drawing. It shall be 75mm deep comprising of 19mm Thick.
Commercial Board layered with 4mm Thk. Italian Veneer ply including all edge moldings, melamine polish,
suspension system etc. complete as per drawing and as approved by engineer-in-charge.

Measurement
Length and breadth shall be measured correct to a cm & area shall be calculated up to two decimal place.

Rate
Rate includes the cost of materials and labour involved in all the operations described above.

STAINLESS STEEL CYLINDRICAL LOCK

Material

58
Stainless steel Cylindrical lock with necessary screws etc. complete (Godrej make CAT NO-5329 or equivalent as
per Engineer-in-charge) shall be used and fixed as per manufacturer’s specifications.

Measurement
Shall be measured in numbers and no extra payments shall be made for fixing etc.

Rate
Rate includes the cost of materials and labour involved in all the operations described above.

CORRUGATED/ PROFILED ALUMINIUM SHEET ROOFING :

Material
The sheets shall be free from cracks, split edges, twists, surface flaws etc. They shall be clean, bright and smooth.
The sheets shall not show signs of rust or white powdry deposits on the surface. The corrugations or the profiles
shall be uniform in depth and pitch and parallel with the side. The sheet shall be of preapproved by the Engineer-
in-charge

Laying and fixing


The sheets shall be laid and fixed in the manner described below, unless otherwise shown in the working drawings
or directed by the Engineer-in-Charge.

The sheets shall be laid on the purlins to a true plane, with the lines of corrugations parallel or normal to the sides
of the area to be covered unless otherwise required as in special shaped roofs.

The sheets shall be laid with a minimum lap of 15 cm at the ends and 2 ridges of corrugations at each side. The
above minimum end lap of 15 cm shall apply to slopes of 1 vertical to 2 horizontal and steeper slopes. For flatter
slopes the minimum permissible end lap shall be 20 cm. The minimum lap of sheets with ridge, hip and valley shall
be 20 cm measured at right angles to the line of the ridge, hip and valley respectively. These sheets shall be cut to
suit the dimensions or shapes of the roof, either along their length or their width or in a slant across their lines of
corrugations at hips and valleys. They shall be cut carefully with a straight edge chisel to give a smooth and
straight finish.

Sheets shall not generally be fixed into gables and parapets. They shall be bent up along their side edges close to
the wall and the junction shall be protected by suitable flashing or by a projecting drip course, the later to cover the
junction by at least 7.5 cm.

The laying operation shall include all scaffolding work involved.

Sheets shall be fixed to the purlins or other roof members such as hip or valley rafters etc. with aluminum L hook
bolts and nuts, 8 mm diameter, with bitumen and G.I. limpet washers or with a limpet washer filled with white lead
as directed by the Engineer-in-Charge. While J hooks are used for fixing sheets on angle iron purlins, and L hooks
are used for fixing the sheet to R.S. joists, timber or precast concrete purlins. The length of the hook bolt shall be
varied to suit the particular requirements. The bolts shall be sufficiently long so that after fixing they project above
the top of the nuts by not less than 10 mm. The grip of L hook bolt on the side of the purlin shall not be less than
25 mm. There shall be a minimum of three hook bolts placed at the ridges of corrugations in each sheet on every
purlin and their spacing shall not exceed 30 cm. Coach screws shall not be used for fixing sheets to purlins.

The aluminum coating on L hooks, and bolts shall be continuous and free from defects such as blisters, flux stains,
drops, excessive projections or other imperfections which would impair serviceability.

Where slopes of roofs are less than 21.5 degrees (1 vertical to 2.5 horizontal) sheets shall be joined together at
the side laps by galvanized iron bolts and nuts 25 × 6 mm size, each bolt provided with a bitumen and a G.I. limpet
washer or a G.I. limpet washer filled with white lead. As the overlap at the sides extends to two corrugations, these
bolts shall be placed zig-zag over the two overlapping corrugations, so that the ends of the overlapping sheets
shall be drawn tightly to each other. The spacing of these seam bolts shall not exceed 60 cm along each of the
staggered rows. Holes for all bolts shall be drilled and not punched in the ridges of the corrugations from the
underside, while the sheets are on the ground. Wind ties shall be of 40 x 6 mm flat iron section or of other size as
specified. These shall be fixed at the eaves of the sheets. The fixing shall be done with the same hook bolts which
secure the sheets to the purlins. The ties shall be paid for separately unless described in the item of roofing. The
roof when completed shall be true to lines, and slopes and shall be leak proof.

Measurements
The length and breadth shall be measured correct to a cm. Area shall be worked out in sqm correct to two places
of decimal.

59
The superficial area of roof covering shall be measured on the flat without allowance for laps and corrugations.
Portion of roof covering overlapping the ridge or hip etc. shall be included in the measurements of the roof.

No deduction in measurement shall be made for opening upto 0.4 sqm and nothing extra shall be allowed for
forming such openings. For any opening exceeding 0.4 sqm in area, deduction in measurements for the full
opening shall be made and in such cases the labour involved in making these openings shall be paid for
separately. Cutting across corrugation shall be measured on the flat and not girthed. No additions shall be made
for laps cut through.

Rate
Rate includes the cost of materials and labour involved in all the operations described above.

RIDGES AND HIPS OF PLAIN ALUMINIUM SHEETS

Specifications for Aluminum sheeting mentioned above (8.23) shall be followed and Ridges and hips
of roof shall be covered with ridge and hip sections of plain Aluminum sheet sheet with a minimum lap of 20 cm
on either side over the Aluminum sheets. The end laps of the ridges and hips and between ridges and hips shall
also be not less than 20 cm. The ridges and hips shall be of 60 cm overall width plain Aluminum. sheet, 0.6 mm or
0.8 mm thick as given in the description of the item and shall be properly bent in shape.

Finish
The edges of the ridges and hips shall be straight from end to end and their surfaces should be plane and parallel
to the general plane of the roof. The ridges and hips shall fit in squarely on the sheets.

Measurement
The measurements shall be taken for the finished work in length along the centre line of ridge or hip, as the case
may be, correct to a cm. The laps in ridges and hips and between ridges and hips shall not be measured.

Rate
Rate includes the cost of materials and labour involved in all the operations described above.

AUTOMATIC DOORS

Material
Fully Automatic Sliding door operator compliant with future European standards and produced
according to the guidelines for power-operated windows, doors and gates BGR 232, the UVV
and the VDE regulations. TÜV design tested, tested according to the low voltage guidelines,
production according to ISO 9001:2000 certification. Fulfils the DIN V18650 (prEN 12650).

Automatic Sliding Door Operator should have mounting backplate for easy installation and a
flexible track profile for improved noise & vibration dampening and easy maintenance.
Microprocessor-controlled control unit. Self-learning, with adjustable parameters for opening
and closing speed, hold-open time and opening and closing force. Class of protection IP 20.

Automatic Sliding Door Operators should be sturdy design with Self balancing Panel
suspension system and with Anti-Jump fitting with clear passage width of 3000 mm SD (
Two shutters of equal width) and clear height of 2400 .With the following accessories

Function programs: Program Modes:


- Off, Automatic, Permanent open, Exit only, Partial open. Adjustable Hold Open Time: Hold
Open is easily adjustable at module as per client’s requirement, Hold Open Time: 0 – 180
Sec. Adjustable Parameters Via parameter display and selection key at electronic module.
Adjustable Opening Speed: 10 -70 Cm/S, Adjustable Closing Speed: 10 – 50 Cm/S,Hold
Open time: 0 – 180 Sec ,Night Bank Opening time: 0 – 30 Sec ,Auto Error Display, with Error
Code Display for error correction. Read-out error store with error codes
Emergency off – Connection for Emergency Off Button, On activation Operator will Open
Fully and Stop all functions, enabling passenger to pass through in case of Panic.

Safety devices:Inbuilt Obstruction detection feature with automatic reversing cycle on


obstruction, dynamic and static force limitation, emergency control unit (emergency stop),

60
Safety PhotoCells: 1/ 2 Pair of PhotoCells are provided for safety of passenger standing in
line of motion of Moving Panel and for through-passage monitoring Connection: 230 V, 50/60
Hz.
Activators: Radar system 02 Nos, with 24 GHz, Mandatory as Int’Nat Standards, Light
barriers, comprising receiver and transmitter -01 Pair
Locking: Electro-mechanical locking, Bistable UPS of 750 VA shall be provided by others,
which will give power backup of 20 min. only & if the duration of power cut to the operator is
more than 30 min., then separate arrangement for the same as Automatic Operator require
un-interpreted stabilized power supply.

Measurements
Shall be measured in numbers and no extra payments shall be made for fixing etc.

Rate
Rate includes the cost of materials and labour involved in all the operations described above.

TOILET CUBICLE

Toilet Cubicle (of following standard dimension which includes 600 mm door size width) made
of heat, bacteria, water, chemical, scratch, impact and anti bacterial resistant 12 mm thick
solid compact laminate panels Finish of the compact laminate should be raw silk which
include doors, pilasters and intermediate panels finished with approved texture/shade as per
the detail drawing and as per IS 2046 (Indian Standard) and as per fire retardant BS-476/97
standard.
This also includes providing and fixing in position necessary hardware made out of Stainless
Steel (Grade 304) as per manufacturer's specifications and EIC instructions like (1) Door
Knob, (2) Gravity Hinges, (3) Thumb turn lockset indicators, (4) Coat hooks, (5) U- Channels,
(6) SS-Shoe Box Plate, (7) MS-Base Plate, (8) Rubber noise deafening tape, (9) Screws and
wall Plugs.

All screws will be of 304 Grade in stainless steel with satin finish. All pilasters are supported
by series stainless steel shoe box with MS- Base Plate. The Base of stainless steel shoe box
will be anchored to the floor with a clearance height upto 110 mm. Fixing of intermediate
panels to the wall shall be stainless steel 'L'- Bracket or stainless U- Channel section are
fixed into wall with screw inserts.
All screws will be of 304 Grade in Stainless steel with satin finish. All pilasters are supported
by stainless steel Bottom Cladding. The base of the stainless steel bottom cladding will be
anchored to the floor with a clearance height upto 110 mm.

All intermidiate panels shall be 12 mm thick, pilasters and door shall be 18 mm thick with
edges chamfered complete as per drawing and directions of Engineer- In- Charge.

Toilet Cubicle with standard dimension of 1840 mm Height x 1000 mm width x 1550 mm
Depth, which include 600 mm door size width).
Toilet Cubicle I- Shape (Front Partion) with standard dimension of 1840 mm Height x 1000
mm width which includes 600 mm door size width).

Measurements
The length and breadth shall be measured correct to a cm. Area shall be worked out in sqm
correct to two places of decimal.

Rate
Rate includes the cost of materials and labour involved in all the operations described above

FILLING FOAM CONCRETE IN SUNKEN SLAB:

Material
Foam concrete filling in sunken portion of W.C. & kitchen with approved quality of cinder
including supply of labour, material, and tools and plant etc. required for proper completion of
the work as per direction of Engineer-in-charge

Measurement
The length, breadth and depth of consolidated foam concrete shall be measured correct to
the
nearest cm and cubical contents worked out in cubic metres correct to two places of decimal.

61
Rate
Rate includes the cost of materials and labour involved in all the operations described above.

MELAMINE POLISHING ON WOOD WORK

Material
Melamine polishing on wood work shall be done in two or more coats on new work, including
preparation of surface, sand papering, applying approved filler, two or more base coat of
french spirit polish, all tools and plants required for complete work, etc. complete.

Melamine polish should be water resistant, hard, smooth and slightly matte finish. It shall be
durable and leave a good shine to the piece of furniture or floor or wall paneling.
The colors, shades of melamine polish shall be as approved by Engineer-in-Charge. No
violation shall be permitted in any of the item. Three or more coats of melamine polish shall
be applied for items with melamine polish.

Measurement
Length and breadth shall be measured correct to a cm & area shall be calculated to nearest
two decimal place.

Rate
Rate includes the cost of materials and labour involved in all the operations described above.

S.S. CORNER GUARD

Material
S.S. Corner guard 40x40x4mm size fixed to wall including fixing arrangement as per
approved design all complete as per direction of Engineer-In-Charge.

Measurement
Length shall be measured correct to a nearest two decimal place.

Rate
Rate includes the cost of materials and labour involved in all the operations described above.

12MM THICK FRAMELESS TOUGHENED GLASS DOOR SHUTTER :

Material
The Frameless glass doors shall consist of 12 mm thick toughened glass of required
thickness and shall be supplied in a ready to assemble condition complete with patch fittings,
floor closures, handles, etc of approved brand and manufacture, including providing and fixing
top & bottom pivot & spring type fixing arrangement and making necessary holes etc. for
fixing required door fittings, all complete as per direction of Engineer-in-charge (Door handle,
lock and stopper etc.to be paid separately).

The door shall be supported by two patch fittings, one at bottom and other at top. While, the
bottom patch fittings shall move on floor spring, the top patch fitting shall move on pivot which
shall form an integral part of the aluminum channel and silicon sealant. All door hardware to
be approved by Architect prior to installation or use with glazing assemblies. Interior doors
and fixed glass panels to have sandblasted finished at specified locations. During Guarantee
period any damage to the system, breakage of glass, water seepage or any defect to the
curtain wall shall be rectified by the contractor without any extra cost.

Double leaf frameless glazed door of size approximately, fabricated with 12mm thk
toughened glass, all sides edge polished to be fixed on patch fittings of the approved make.
Cost of the door to be inclusive of pre-approved ozone make or equivalent as per Engineer-
in-charge patch fitting, floor spring, patch lock, handles of 32 x1300 matt finish, handles to be
fitted horizontally / vertically as per instructions & patch fitting(s) lock(s), etc., all complete as
per design. (Main entrance door)

Measurement
Length and breadth of glass panes shall be measured correct to a cm. The area of the glass
panes as fixed shall be calculated in square metre correct to two places of decimal. No extra

62
shall be payable for anchoring the panel work to masonry / concrete / mild steel in approved
manner, all fixing , accessories and all incidental work complete.

Rate
Rate includes the cost of materials and labour involved in all the operations described above.

GLASS ENTRANCES AND GLAZING WITH PATCH FITTING

a. SCOPE OF WORK
i. The contractor shall be responsible for design, fabrication, supply, installation, test and
guarantee of all items including taking all measures that may be required to complete the
work as per Architectural concept drawings and specifications details.
ii. The specialist agency engaged to carry out the external glazing installation and supply
shall have at least 5 years of relevant experience and have completed external glazing
systems of similar nature and equivalent scale of works as shown in the tender
documents.
iii. The specialist contractor shall submit an outline of recent comparable works (illustrated by
appropriate drawings, sketches, photographs, brochures) by the firm / it's technical partner
to illustrate the competence, experience and suitability of the firm.
b. The brief scope of work is:
i. Design, preparation of shop drawings, calculations, engineering data and test reports.
ii. Fabrication and installation of Glass Entrances and Glazing with Patch Fittings system.
iii. All anchors, fixings, attachments, reinforcements, steel reinforcing for mullions and
transoms required for a complete installation, except those specifically indicated as being
provided by other trades.
iv. Exposed Architectural mullions and other support members.
v. Finishes, protection coatings and treatments.
vi. Sealing with approved sealants within and around the perimeter.
vii. All thermal insulation, firesafing etc. including supports and/or backing.
viii. All caulking, sealing, electrometric and metal flashing, and gaskets including sealing at
junctions with roof, ground-floor waterproofing and building expansion joints between
structures.
ix. Electrical bonding and ear thing of all metal cladding elements.
x. Provisions to receive electrical outlets and cutouts for conduits and other electrical work.
xi. Glass and glazing.
xii. Transportation, storage, handling, protection and cleaning.

c. SUBMITTALS
i. Product Data: Include construction details, material descriptions, dimensions of individual
components, profiles and finishes.
ii. Shop Drawings
iii. Fabrication and installation details, including followings
iv. Plans, elevations and sections.
v. Details of fittings and glazing.
vi. Hardware quantities, locations and installation requirements.
vii. Sample for verification, for each type of exposed finish required for
viii. Metal finish: 150mm long section of patch fittings, rails and other items.
ix. Glass: 150mm square, showing exposed edge finish.
d. MATERIALS
i. Glass
ii. Glass shall be as specified in drawing or BOQ or as per design requirement. It shall be
Indian / imported hard coated reflective bronze and heat strengthened glass. It shall be of
approved make.
iii. In toughening of Glass rolling direction shall be parallel to the width of the glass panel such
that waviness if any is parallel to the horizontal and no waviness parallel to the vertical and
to ensure that such waviness is of negligible order.
iv. Components
1. Patch fittings: Stainless steel clad aluminium
2. Floating Transom Bar: Steel cladded in metal matching fittings and in sizes
recommended bymanufacturer for application indicated. Include stainless steel support
rods, lateral adjustment and ceiling channel. Support fins to be metal, finished to match
transom bar.
3. Rails: Stainless steel clad aluminium.
63
4. Accessory Fittings : Matching with patch fittings and rails metal and finish for overhead
door stop, Centre hosing lock, glass support fin brackets and other as shown in
drawing.
5. Anchors and fastenings: Concealed
6. Weather stripping: Sweep type
v. Hardware
1. Hardware should be heavy duty in matching finish
2. Concealed Floor Closer and Top Pivots
a. Centre hung; BHMA A156.4, Grade 1; including cases, bottom arm, top walking
beam pivots, plates, and accessories required for complete installation.
b. Swing : Double acting; Positive dead stop, concealed with hold open angle
c. Delayed action closing
d. Concealed Overhead Holder: Grade 1, with dead stop setting coordinated with
concealed floor closer.
e. Push-pull set : Stainless steel finish
3. Lock set of approved make.

e. FABRICATION
f. Provide holes and cutouts in glass to receive hardware, fittings, rails and
accessories before tampering glass. Fully temper glass using horizontal (roller-
hearth) process and fabricate so, when installed, roll wave distortion is parallel with
bottom edge of door or tile.
g. Factory assembled components and factory installed hardware to greatest extent
possible.
f. EXECUTION
1. Examine areas and condition for compliance with requirements for installation tolerances
and other conditions affecting performance of work.
2. Install all glass system and associated components according to manufacturer’s written
instructions.
3. Set units in level and plumb.
4. Maintain uniform clearances between adjacent components.
5. Lubricate hardware and other moving parts according to manufacturer’s written
instructions.
6. Set, seal and grout floor closer cases as required suiting hardware and substrate
indicated.

g. CLEANING
1. The Contractor shall ensure that all actions are taken during installation to eliminate the
effects of corrosive substances on the finishes.
2. The Contractor shall clean both internal and external surfaces to remove corrosive
substances, dust or cement / mortar dropping during the installation as may be directed
and instructed by the Engineer-in-charge.
3. The internal surfaces of glass and aluminum frame are to be cleaned with compatible
cleaning agents prior to the installation of the internal protective sheeting.
4. The Contractor shall provide written verification that cleaning agents are compatible with
aluminum, stainless steel, glass coatings, granite, glazing materials and sealants. In no
case shall alkaline or abrasive agent be used to clean the surface. Care shall be taken
during cleaning to avoid scratching of the surface by grit particles.
5. Prior to snagging inspections the Contractor shall, remove the internal protection sheets
and carry out a thorough cleaning of all glass and aluminum.
6. The Contractor shall also make good any physical damage to the structure including
scratches, dents, abrasions, pitting, etc. to the satisfaction of the Engineer-in-charge.
7. Manufacturer's delivery or job markings on glass and adhesive for manufacturer's labels
shall be either a neutral or slightly acidic material. In no case shall such material be
alkaline; any staining of glass by alkaline material will be cause for rejection of the glass.
8. After the installation of each pane of glass all markings and labels shall be carefully and
completely removed from the panes. Thereafter no markings or labels of any sort shall be
placed on the glass.
9. Glazed openings shall be identified by suitable warning tapes or flags attached with a non-
staining adhesive or other suitable means to the framing of the opening. Tapes or flags
shall not be in contact with glass.
10. As soon as it is practically possible after the issuance of the occupation Permit for the
Building, the Contractor is to carry out a complete cleaning of the external face.

MEASUREMENTS
64
Measurements shall be in Sq m of actual area covered.

RATE

Rate shall include all required labour, material, designing, drawing conveyance, testing at
approved laboratory breakage, wastage, supervision, protection till handing over.

LEATHER FINISH GRANITE STONE FLOORING

Material
18mm thick Leather Granite Stone
Leather finish Granite stone flooring in required design and patterns, in linear as well as curvilinear
portions of the building all complete as per the architectural drawings with 18 mm thick Leather finish
Granite stone slab over 20 mm (average) thick base of cement mortar 1:4 (1 cement : 4 coarse sand)
laid and jointed with cement slurry and pointing with white cement slurry admixed with pigment of
matching shade including rubbing , curing and polishing etc. all complete as specified and as directed
by the Engineer-in-Charge :

MEASUREMENTS
Measurements shall be in Sq m of actual area covered.

Rate
Rate shall include all required labour, material, designing, drawing conveyance, testing at approved
laboratory breakage, wastage, supervision, protection till handing over.

GRANITE COBBLE STONE

Material
100x100x75mm thick Granite cobble stone flooring in required pattern /module (8 pieces equally
spaced in 900mm length) over a bed of 20mm thick cement mortar 1:3 (1cement: 3 coarse sand)
jointed with grey cement slurry, making 25mm deep grooves and pointing with cement slurry mixed
with pigment to match the shade of cobble stone, keeping 50mm space module to module complete
as per drawing and direction of Engineer in Charge.

MEASUREMENTS
Measurements shall be in Sq m of actual area covered.

RATE

Rate shall include all required labour, material, designing, drawing conveyance, testing at approved
laboratory breakage, wastage, supervision, protection till handing over.

CARPET FLOORING

Material
Carpet flooring 4.3mm thick X 30m X 2m wide sheeting, butting the factory edges for seaming Store
sheeting standing on end and acclimate material to jobsite conditions for a minimum of 48 hrs. prior to
installation. Sub floors must be smooth, hard, clean and dry before laying commences. Uneven solid
or suspended timber sub-floors may need preparation to meet the required standard. Prior to cutting,
organize the material by roll number to ensure that all rolls and cuts will be installed in consecutive
order. Make sure that all rolls are from the same batch. Do not reverse sheets for seaming. Install with
arrows all pointing in the same direction. Wherever possible, run the arrows toward the main light
source. Install sheets running lengthwise in corridors. But factory trimmed edges for seaming. Mixing
sheeting tiles in the same area is not recommended. This is especially important when installing
borders or motifs. tile is thicker than the sheet material and may wear or become damaged when
mixed with the sheet material. Where corridors intersect, it is recommended that a decorative border
be used as a separator to avoid pattern cross match at the intersection. complete as per direction of
Engineer-in-charge.

POLYCARBONATE SHEET

Material

65
16mm thick multiwall polycarbonate sheet in approved color (minimum 900mm wide) with standing
seam on both sides & double tooth snap on locking system to ensure maximum uplift capability. The
panel shall be co-extruded UV protected and antiglare/softlight to prevent glare/sun streak . The cross
section of one cell should not be more than 4mmX4mm & weight of single panel shall not be less than
3250 per square metre. The system shall be fitted on purlins with spacing as specified by
manufacturer with stainless steel fastener & screws and supported on MS tube framework, complete
as per specification, drawing and direction of Engineer in Charge. The rate includes cost of all the
operations,labour materials and tests (as applicable) for proper completion of the work except the M.S
tubular framework which shall be measured and paid separately (For payment purpose the area of
finished polycorbonate sheet fixed in position shall only be measured).

Measurement
Length and breadth shall be measured correct to a cm & area shall be calculated correct to two
decimal place.

Rate
Rate includes the cost of materials and labour involved in all the operations described above.

S.S FLOOR DOOR SPRING

Material
Approved brand and manufacturer SS 304 grade S.S Floor door spring fixed with SS screws etc.
complete in all respects as per manufacturer's specifications & as directed by Engineer-in-charge.

Measurement
Shall be measured in numbers and no extra payments shall be made for fixing etc.

Rate
Rate includes the cost of materials and labour involved in all the operations described above

S.S HANDLES INCLUDING LOCK (1200 MM)

Material
Approved brand and manufacturer SS 304 grade S.S Handles including lock (1200 mm) fixed with SS
screws etc. complete in all respects as per manufacturers' specifications & as directed by Engineer-in-
charge.

Measurement
Shall be measured in numbers and no extra payments shall be made for fixing etc.

Rate
Rate includes the cost of materials and labour involved in all the operations described above

S.S HANDLES (450 MM)

Material
Approved brand and manufacturer SS 304 grade S.S Handles (450 mm) fixed with SS screws etc.
complete in all respects as per manufacturers' specifications & as directed by Engineer-in-charge.

Measurement
Shall be measured in numbers and no extra payments shall be made for fixing etc.

Rate
Rate includes the cost of materials and labour involved in all the operations described above

SS 304 GRADE S.S HANDLES (200 MM)

Material
Approved brand and manufacturer SS 304 grade S.S Handles (200 mm) fixed with SS screws etc.
complete in all respects as per manufacturer's specifications & as directed by Engineer-in-charge.

Measurement
Shall be measured in numbers and no extra payments shall be made for fixing etc.

66
Rate
Rate includes the cost of materials and labour involved in all the operations described above

SS 304 GRADE S.S DOOR STOPPER

Material
Approved brand and manufacturer SS 304 grade S.S door stopper fixed with SS screws etc. complete
in all respects as per manufacturer's specifications & as directed by Engineer-in-charge.

Measurement
Shall be measured in numbers and no extra payments shall be made for fixing etc.

Rate
Rate includes the cost of materials and labour involved in all the operations described above

SS 304 GRADE S.S DEAD LOCK

Material
Approved brand and manufacturer SS 304 grade S.S dead lock fixed with SS screws etc. complete in
all respects as per manufacturer's specifications & as directed by Engineer-in-charge.

Measurement
Shall be measured in numbers and no extra payments shall be made for fixing etc.

Rate
Rate includes the cost of materials and labour involved in all the operations described above

S.S TOWER BOLT (300MM)

Material
Approved brand and manufacturer SS 304 grade S.S tower bolt (300mm) fixed with SS screws etc.
complete in all respects as per manufacturer's specifications & as directed by Engineer-in-charge.

Measurement
Shall be measured in numbers and no extra payments shall be made for fixing etc.

Rate
Rate includes the cost of materials and labour involved in all the operations described above

SS 304 GRADE S.S TOWER BOLT (150MM)

Material

Approved brand and manufacturer SS 304 grade S.S tower bolt (150mm) fixed with SS screws etc.
complete in all respects as per manufacturer's specifications & as directed by Engineer-in-charge.

Measurement
Shall be measured in numbers and no extra payments shall be made for fixing etc.

Rate
Rate includes the cost of materials and labour involved in all the operations described above

SS 304 GRADE PATCH FITTINGS

Material
Approved brand and manufacturer SS 304 grade patch fittings L type for frameless doors fixed with
SS screws etc. complete in all respects as per manufacturer's specifications & as directed by
Engineer-in-charge.
Measurement
Shall be measured in numbers and no extra payments shall be made for fixing etc.

Rate
Rate includes the cost of materials and labour involved in all the operations described above

67
ALUMINIUM LOUVERS

Material
Sun Louvers. The panels shall be 350 MM wide, 56 MM high in desired length upto a maximum length
of 3500 MM. the panels shall be made out of 1.8 MM thick aluminium extrusion in Anodized / PVDF/
Mill Finish. The panels shall be installed horizontally or vertically to the frame in a fixed angle by
means of aluminium sliding U profile, & fixation disc & fin suspension made out of fiber allowing it to
lock at fixed degree in increments of 5 degrees from 0 to 180 degree. The fixation disc is clicked into
position by sliding the U-profile section over the fin suspension. The ends of the panels shall be
covered by aluminium plates having thickness 1.5 MM the panels shall be installed in a module of 335
MM giving an overlap of 15 MM.

Measurement
Shall be measured in running metres and no extra payments shall be made for fixing etc.

Rate
Rate shall include all required labour, material, designing, drawing conveyance, testing at approved
laboratory breakage, wastage, supervision, protection till handing over.

ALUMINIUM COMPOSITE PANEL

Material
Provision of aluminum composite panels (ACP) shall be made out of 5 mm thick PVDF aluminum sheets
(0.5+4.0+0.5), matt finish panels on both sides; (total thickness of the panel shall be 5mm) of approved make
inclusive of aluminum sections (30 micron) framework out of 40 X 20mm size rectangular section No. 14019/88
from Jindal Aluminum ltd. or equivalent approved all as per manufacturer's specifications & detailed drawings &
the grooves location etc. complete in all respects as per direction of the architect. (Make: Alucobond, Alstrong or
Renobond or equivalent as per Engineer-in-charge)

Measurements
The length and breadth shall be measured correct to a cm. Area shall be worked out in sqm correct to two places
of decimal.

Rate
Rate includes the cost of materials and labour involved in all the operations described above.

QUADROCLAD FACADE SYSTEM

Material

Designing, supplying, installation and commisioning of Aluminium Quadroclad Facade System


(Luxalon® - Quadroclad 25A by Hunter Douglas or equivalent). The System shall comprise of
honeycomb panels of 25 mm thickness two skins of flat smooth Aluminium alloy AA3005, with an
outer skin thickness of 0.7 mm and inner skin thickness of 0.5 mm. Panel width will be to a maximum
of 1500 mm and of variable lengths up to maximum of 3000 mm (manufactured as per the site
requirement) with panel edges on all four sides closed.

The quadra panels shall be in roll form using a pre-treated corrosion resistant core of honeycomb
Aluminium having a core diameter of 19 mm and foil thickness of 0.076 mm. The panel shall be
coated on the exterior/exposed surface with coil coated Luxacoate®/PVDF finish, and on the inner
surface with primer coating. The 15/20mm wide joint shall be covered with a 10 mm metal cover
extrusion, supported by a spring clip as per the proprietary HDI design. The horizontal and vertical
joints shall have a recessed joint of standard width of 15/20 mm and shall incorporate facilities for
allowing adjustment of ± 1 mm.

The panel shall be screwed/fixed to and supported on an 40/50x40/50x2 mm angular Aluminium


substructure as per the load requirement. Aluminium alloy for substructure shall comply with ISO
6063. Anodic coating on Aluminium substructure (wherever applicable) and its specified alloy shall
comply with IS 1968-1996. The substructure shall be fixed to the backing wall by means of
40/50x40/50x2 mm-angular Aluminium/ MS brackets with wedge type/RAWL PLUG stainless steel
anchor fastener/HILTI or equivalent chemical fastener. A Nylon/Rubber bush shall protect joints
between any two dissimilar metals.

MEASUREMENTS
Measurements shall be in Sq m of actual area covered.
68
RATE

Rate shall include all required labour, material, designing, drawing conveyance, testing at approved
laboratory breakage, wastage, supervision, protection till handing over.

ZINC COMPOSITE PANEL

Material
Zinc Composite panel wall cladding system comprising of top Layer 4 mm thick Zinc LDPE panels of
990 mm X 3000 mm size made with 0.5 mm QUARTZ Zinc (VM ZINC) & Aluminium skins 0.5 mm
each. Alloy type - 3105, Core Material - LDPE. Virgin Core Thickness - 3 mm (to to installed by
agency approved by manufacturer). Galvonized GI Substructure of 25 mm X 50 mm metal frames
along with necessary brackets / cleat / screws for fixing of ZCP panels on the Metal Substructure as
per instructions etc and all precautions to be taken to avoid bimetaalic corrosion complete as per
design. (Basic rate=Rs 500 per sq.ft)

MEASUREMENTS
Measurements shall be in Sq m of actual area covered.

RATE

Rate shall include all required labour, material, designing, drawing conveyance, testing at approved
laboratory breakage, wastage, supervision, protection till handing over.

69
LIST OF APPROVED MAKES FOR NOIDA AUTHORITY PROJECTS

CIVIL WORKS

The Owner reserves the right to select any of the brands indicated in the list of approved makes. The Tenderer shall quote
his rates on the basis of the price of quality and grade of product of the brand/make stipulated in the item of works as described in
BOQ & Specification as well as in the list of approved make. The contractor cannot claim extra if the owner changes the make but
within the list of approved make.
.
Sl. Make
Items
No.
1. Grey cement OPC-43 grade ACC, Gujarat Ambuja, J.K, Vikram, Birla , JP, Prism. L&T,

2. White cement J.K, Birla

3. Reinforcement steel SAIL, TISCO, RINL, JINDAL


4. Anti-termite treatment Pest Control India Ltd, Pest Con India, Pest Control
Incorporated

5. Concrete admixtures/water proofing compound Fosroc, CICO, TL, Sikka , PIDILITE

6. Flush doors Greenlam, Duro, Century, Swastik, Kit Ply, Alpro

7. Fire check doors Global Fire Protection Company, Radient Staff Fire Doors,
Godrej, Shakti Met

8. PVC door/frames Fenesta, Fibre ways, Aqua cell, Jai shree, Sintex

9. Plywood/Block board/Soft board Anchor, Duro, Merino, Greenlam, Century, Kitply, Alpro, Nepal
Board, Action Plywood

10. Pre laminated Particle board Novapan, Anchor, Merino, Bhutan Board, Kitlam, Greenlam,
Nepal Board, Action Plywood
11. Laminates Century, Merino, Greenlam, Duro,

12. Adhesive for wood work Dunlop, Fevicol, Vamicol, Pidilite

13. Polyethelene Board/Backup Rod Supreme Industries or equivalent, Finolex

14. Aluminum sections extruded Jindal, Hindalco, Indalco


15. Structural steel SAIL, TISCO, RINL, Swastik,Apollo Tubes
16. Stainless steel Salem, Jindal, Cavelier
17. Expansion, fasteners Fischer, Hilti, Anchors

18. Float glass Modi Guard, Saint Gobain, Asahi


19. Ceramic tiles NITCO, Kajaria, Somany, Orient, Jhonson Ceramics
20. Vitrified tiles Kajaria, NITCO, Restile, RAK Johnson Ceramics, Uro, Coral
21. Interlock tiles/grass paver blocks Nimco Prefab, Unistone, Modern
22. Terrazzo Tiles NITCO, Modern, Hindustan

23. Cement concrete tiles designer tiles Unistone, Ultra, Eurocon, Terra Firma,

24. Synthetic enamel paints Berger (Luxol Gold), Asian (Apcolite), ICI Dulux (Gloss),
Nerolac (Full Gloss Hard Drying)

25. Oil bound distemper Asian (Tractor), Berger (Bison), Nerolac (Super Acrylic)

26. Cement paint Snowcem Plus, Berger (Durocem Extra), Nerolac (Nerocem
with Titanium)

27. Plastic emulsion paint ICI, Asian, Nerolac

28. Primers ICI Dulux, Asian, Berger, Nerolac

70
Sl. Make
Items
No.
29. Textured coating Unitile, Spectrum, Heritage

30. GI sheet SAIL, TATA, Jindal, Bhushan

31. Door fittings Godrej, Everite, Sigma, Opel, Doorset, Classic ,DORMA (ISI for
MS fittings)

32. Door closure Hatim OZONE, DORMA, HRDWYN

33. Floor spring Hardwyn,Hatim,Droma,DLCO OZONE, DORMA

34. Locks Godrej, Harrison DORSET, DORMA, D’LINE

35. Poly carbonate sheeting GE Plastics, Polygal, Sunlite DANPALON

36. Non metallic hardener compound Fosroc, STP, CICO, Sikka PIDILITE

37. Rolling shutter Rama, Prakash or equivalent

38. Poly sulphide Sealant Pidlite, Fosroc, Choksey, MBT

39. Aluminum Bldg. expansion joint Vexcolt, Watson, Bowman, ACME, C/S Expansion Joint, Z-Tech
India, J.Sons, Metco.

40. Aluminum composite panels Alucobond, Renobond, Alstrong, Durabuild, alu-decor

41. Asphalt emulsion STP/Karnak Chemical Corporation

42. Tile joint filler Roff Rainbow Tile Mate,. Winsil 20/Silicon Sealant of GE Bayer
Silicon, Matrix Group KERAKOLL.

43. Silicon Sealants GE Bayer Silicone, Dow corning, Wicker, REMMERS

44. Rubber Gasket BIS approved quality

45. Polyurethane paint MRF

46. Wax polish Mension, (Reckitt & Colman)

47. Melamine ICI Dulux, Asian, MRF

48. Silicon water repellent solution GE Bayer, REMMERS, DUPONT

49. Gypsum Ceiling India Gypsum, LAFARGE, GYPROC

50. Mineral Fibre Tiles Armstrong, AMF, Insula USG

51. Laminated wooden flooring Krono, Pergo, Haro, Berry ARMSTRONG

52. Venetian Blinds Mac Décor, Vista

53. PVC flooring Polyflor, GE, Pergo, GERFLOR, TARKETT, ARMSTRONG

54. MDF board Anchor, Duro, Merino, Greenlam, Century, Kitply, NOVAPAN,
NUWUD

55 Concealed Cistern VI EGA


GEBRIT
56 Plastic W.C. seats Covers Hindware
Roca Parryware
Cera

71
Sl. Make
Items
No.
Sensor operated fittings, Hand Drier & Other
57 Toshi
Accessories
Euronics

Kopal

58 Kitchen Sink Jayna

Neelkanth

danfoss

59 Sewage Treatment Plant THERMAX

ION EXCHANGE

OXYBEE SOLUTIONS

60 Solar Panels JAIN SOLAR

TATA IBP

Avenue Renewable Energy(ARE)

72
TECHNICAL SPECIFICATIONS

PLUMBING WORKS

SPECIAL CONDITION OF CONTRACT

SCOPE OF WORK

• Work under this contract shall consist of furnishing all labour, materials, equipment and appliances
necessary and required to completely furnish all the Plumbing and other specialized services as described
hereinafter and as specified in Plumbing/Fire fighting Piping Drawings.

• Without restricting to the generally of the foregoing shall include the following:-

a) Supplying & Fixing of Sanitary Fixtures.


b) Soil, Waste, Rain Water and Vent Pipes.
c) Water supply including Hot & Cold (Internal & External).
d) Pumps, water treatment & allied works.
e) External Sewerage system.
f) Storm Water Drainage System.
.
• The Contractor must get acquainted with the proposed site for the works and study Specifications and
Conditions carefully before Tendering. The work shall be executed as per programme approved by the
Engineer-in- Charge. If part of site is not available for any reason or there is some unavoidable delay in
supply of materials stipulated by the Owner, the programme of construction shall be modified accordingly
and the Contractor shall have no claim for any extras or compensation on this account.

• Works area shall be the area shown in the drawing.


 

SPECIFICATIONS

Work under this contract shall be carried out strictly in accordance with Specifications attached with
the Tender & as per C.P.W.D. specifications 2009.

Items not covered under these Specifications due to any ambiguity or misprints, or additional works,
the work shall be carried out as per Specifications of the latest Central Public Works Department with
latest amendments as applicable in the contract.

Works not covered as mentioned above shall be carried out as per relevant Indian Standards
Specifications or Codes of Practice.

The work shall be carried out strictly as specified in Drawings & Technical Specifications. In case of
any ambiguity, the details of particular item as given in specification shall supersede the details in
Drawings.

EXECUTION OF WORK

The work shall be carried out in conformity with the individual services drawings and within the requirements
of Architectural, HVAC, Electrical, Structural and Other specialized services drawings.

The Contractor shall cooperate with all trades and agencies working on the site. He shall make provision for
hangers, sleeves, structural openings and other requirements well in advance to prevent hold up of progress of
the construction programmed.

73
On award of the work, Contractor shall submit a programmed of construction in the form of a PERT Chart or
Bar Chart for approval of the Engineer-in- Charge All dates and time schedule agreed upon should be strictly
adhered to, within the stipulated time of completion/commissioning along with the specified phasing, if any.

DRAWINGS

All the drawings are diagrammatic but shall be followed as closely as actual construction permits. Any
deviations made shall be in conformity with the Architectural and other services drawings.

Architectural drawings shall take precedence over Plumbing or other services drawings as to all dimensions.

Contractor shall verify all dimensions at site and bring to the notice of the Architects or Engineer-in-Charge all
discrepancies or deviations noticed. Architects decision shall be final.

Large size details and manufacturers dimensions for materials to be incorporated shall take precedence over
small-scale drawings.

All drawings supplied with the Tender shall be returned in good conditions along with the Tender.

All drawings/sketches issued by the Architects/Consultant for the works are the property of the
Architects/Consultant and shall not be lent, reproduced or used on any works other than intended without the
written permission of the Architects/Consultant.

INSPECTION AND TESTING OF MATERIALS

Contractor shall be required, if requested, to produce manufacturers Test Certificate for the particular batch of
materials supplied to him. The tests carried out shall be as per the relevant Indian Standards.

For examination and testing of materials and works at the site Contractor shall provide all Testing and Gauging
Equipment necessary but not limited to the followings:-

a) Theodolite
b) Dumpy level
c) Steel tapes
d) Weighing machine
e) Plumb bobs, Spirit levels, Hammers
f) Micrometers
g) Thermometers, Stoves
h) Hydraulic test machine
i) Smoke test machine

All such equipment shall be tested for calibration at any approved laboratory, if required by the Engineer-in-
Charge.

All Testing Equipment shall be preferably located in special room meant for the purpose.

METRIC CONVERSION

All dimensions and sizes of materials and equipment given in the Tender document are commercial metric sizes.

Any weights, or sizes given in the Tender having changed due to metric conversion, the nearest equivalent sizes
accepted by Indian Standards shall be acceptable without any additional cost.

REFERENCE POINTS

Contractor shall provide permanent Bench Marks, Flag Tops and other reference points for the proper execution
of work and these shall be preserved till the end of the work.

All such reference points shall be in relation to the levels and locations given in the Architectural and Plumbing
drawings.

SHOP DRAWINGS

The Contractor shall submit to the Engineer-in-Charge six copies of the shop drawings.

Shop drawings shall be submitted under following conditions:-

74
• Contractor shall prepare shop drawings of plumbing / Fire fighting / Solar System / Sewerage treatment
plant etc, for the entire office building within four weeks of the award of work. These drawings shall be
submitted to the Engineer-in-Charge for approval and the work shall be executed at site on the basis of
these approved drawings.
• Large scale drawings showing typical details for Toilets & Fixtures.
• Equipment layout, piping and wiring diagram.
• Structural supports/hanging/laying and jointing details for all types of pipes as required.
• Layout plans as required and for any changes in the layout of Plumbing / Architectural Drawings.

AS BUILT DRAWINGS

The Contractor shall maintain one as built copy of all Drawings, Specifications, Addenda variations, approved
submittals, correspondence, and transmittals at the site in good order and readily available to the Owner and the
Engineer-in-Charge. The As built Drawings shall be clearly and correctly marked and as built specifications
annotated by the Contractor to show all changes made during the construction process at the time the changed
Work is installed. No such changes shall be made in the Work unless previously authorized by the change order
or by specific approval of deviations or revisions in submittals.

The Contractor shall prepare and furnish to the Architect / services consultant accurate as built drawings.
Architect / Services consultant shall approve these drawings after due verification at site. After approval, the
contractor shall submit to Engineer-in-Charge, A1 size three (3) black line white paper prints as well as soft
copy in form of CD of each drawing as pert of close out documents. Project manger shall forward the same to
the owner for their records and for maintenance and operation.

The as built drawings must have the following information:

The works as executed complete with:


Run of all piping & diameters on all floors and vertical stacks.

Ground and invert levels of all drainage pipes together with location of all manholes and connections up to
out fall.
• Run of all water supply lines with diameters, locations, of Control Valves, Access Panels.
• Location of all Mechanical equipment with whole plant layout, piping connections and panels as erected.
• Details of supports left in place and locations of all services encountered.
• Complete schematic diagram of the installation, as installed.
• Layout of Medical Gases System
• Schematic diagram of Medical Gases system.
CONTRACTORS RATES

Rates quoted in this Tender shall be inclusive of cost of materials, labor, supervision, erection, tools, plant,
scaffolding, service connections, transport to site, taxes, octroi and levies, breakage, wastage, sales tax on works
contract and all such expenses as may be necessary and required to completely do all the items of work and put
them in a working condition.

Rates quoted are for all heights and depths required for this work.

All rates quoted are inclusive of cutting holes and chases in walls and floors and making good the same with
cement mortar/concrete of appropriate mix and strength as directed by Engineer-in-Charge. Contractor shall
provide holes, sleeves and recesses in the concrete and masonry work as the work proceeds.

Rates quoted shall be inclusive of cost incurred in testing, commissioning of works and materials.

TESTING

Piping and drainage works shall be tested as specified under the relevant clauses of the specifications.

Tests shall be performed in the presence of the Engineer-in-Charge / Consultant.

All materials and equipment found defective shall be replaced and whole work tested to meet the requirements
of the specifications.

Contractor shall perform all such tests as may be necessary and required by the local authorities to meet
Municipal or other bye-laws in force.

Contractor shall provide all labor, equipment and materials for the performance of the tests.

75
Contractor shall afford all the expenses for the offsite testing of material and equipments.

SITE CLEARANCE AND CLEANUP

The Contractor shall, from time to time clear away all debris and excess materials accumulated at the site.

After the Fixtures, equipment and appliances have been installed and commissioned, Contractor shall clean-up
the same and remove all plaster, paints stains, stickers and other foreign matter of discoloration leaving the same
in a ready to use condition.

On completion of all works, Contractor shall demolish all stores, remove all surplus materials and leave the site
in a broom clean condition, failing which the same shall be done at Contractors risk and cost.

LICENSE AND PERMITS

Contractor must hold a valid Plumbing license issued by the Municipal Authority or other competent authority
under whose jurisdiction the work falls.

Contractor must keep constant liaison with all relevant authorities and shall be responsible for obtaining all
approvals relating to water supply, sewerage, drainage and fire fighting system. He shall also be responsible for
co-ordination for getting the approval, with other agencies working on the project relating to their scope of
work.

Contractor shall obtain No Objection Certificate before commencement of work, from the local authorities all
related to his work as required for the building.

Contractor shall obtain, from the local authorities all related completion certificates with respect to his work as
required for occupation of the building.

All inspection fees or submission fees paid by the Contractor shall be reimbursed by the Owner on production of
valid official receipts.

CUTTING & MAKING GOOD

No structural member shall be chased or cut without the written permission of the Engineer-in-Charge.

MATERIALS

All materials used in the works shall conform to the Tender specifications.

As far as possible materials bearing I.S. certification marks shall be used with the approval of the Engineer-in-
Charge.

Unless otherwise specified and expressly approved in writing by the Engineer- in-charge, materials of makes
and specifications mentioned with Tender shall be used.

76
TECHNICAL CONDITION OF CONTRACT

SECTION – I : SANITARY FIXTURES & FITTINGS

SCOPE OF WORK

Work under this section shall consist of furnishing all labor as necessary and required to completely install all
Sanitary Fixtures, Brass and Chromium plated fittings and accessories as required by the drawings, BOQ and
specified hereinafter.

Without restricting to the generally of the foregoing the Sanitary Fixtures shall include all Sanitary Fixtures,
C.P. fittings and Accessories etc. necessary and required for the Building.

Whether specifically mentioned or not all Fixtures and appliances shall be provided with all fixing devices, nuts,
bolts, screws, hangers as required.

Testing of all fixture and fittings.

GENERAL REQUIREMENTS

All Fixtures and fittings shall be provided with all such accessories as are required to complete the item in
working condition whether specifically mentioned or not in the Drawing, Specifications and Drawings.

All Fixtures and accessories shall be fixed in accordance with a set pattern matching the tiles or interior finish as
per Architectural/Interior designer’s requirements. Wherever necessary the fittings shall be centered to
dimensions and pattern desired.

Fixing screws shall be half round head Chromium Plated brass with C.P. washers wherever required as per
directions of Engineer-in-Charge.

All Fittings and Fixtures shall be fixed in a neat workmanlike manner true to Levels and Heights shows on the
drawings and in accordance with the manufacturer’s recommendations. Care shall be taken to fix all Inlet and
Outlet Pipes at correct positions. Faulty locations shall be made good and any damage to the finished floor,
tiling or terrace shall be made good at Contractors cost.

When directed, Contractor shall install Fixtures and accessories in a mock-up room for the approval of the
Engineer-in-Charge Sample room Fixtures may be reused on the works if undamaged, but no additional
payment for fixing or dismantling shall be admissible.

77
Supporting and Fixing Devices

The contractor shall provide all supporting and fixing devices necessary to install the sanitary fixtures and
fittings securely in position. The fixing devices shall be rigidly anchored into the building structure. The devices
shall be rust resistant and shall be so fixed that they do not present an unsightly look in the final assembly.
Where the location demands, the Architects may instruct the contractor to provide chromium plated or other
similarly finished fixing devices. In such circumstances the contractor shall arrange to supply fixing devices and
install them complete with appropriate vibration isolating pads, washers and gaskets.

Final Installation

The contractor shall install all sanitary fixtures and fittings in their final position in accordance with approved
trial assemblies and as shown on drawings. The installation shall be complete with all supply and waste
connections. The connection between building piping system and the sanitary fixtures shall be through proper
unions and flanged to facilitate removal/replacement of sanitary fixtures without disturbing the built in piping
system. All unions and flanges shall match in appearance with other exposed fittings.

Fixtures shall be mounted rigid, plumb and true to alignment. The outlets of water closet pans and similar
appliances shall be examined to ensure that outlet ends are butting on the receiving pipes before making the
joints. It shall be ensured that the receiving pipes are clear of obstruction. When fixtures are being mounted,
attention shall be paid to the possibility of movement and settlement by other causes. Overflows shall be
arranged as to give visible warning and discharge. A check shall be made to ensure that necessary anchoring
devices have been provided for supporting water closets, wash basins, sinks and other appliances.

Joints/gaps between all sanitary appliances/fixtures and the floor/walls shall be caulked with an approved
mildew resistant sealant, having antifungal properties, of color and shade to match that of the appliances/fixture
and the floor/wall to the extent possible.

Protection against Damage

The contractor shall take every precaution to protect all sanitary fixtures against damage, misuse, crazing,
staining breakage and pilferage by providing proper wrapping and locking arrangement till the completion of the
installation. At the time of handing over, the contractor shall clean, disinfect and polish all fixtures and fittings.
Any fixtures and fittings found damaged, cracked chipped, stained or scratched shall be removed and new
fixtures and fittings free from defects shall be installed at his own cost to complete the work.

FLAT BACK WASH BASIN

Lavatory Basins shall be white glazed vitreous china of size, shape and type as indicated in architectural
drawings.

Each Basin shall be provided with MS. or C.I. brackets and clips and the basin securely fixed to wall. Placing of
Basins over the brackets without proper securing and fixing shall not be accepted.

Each Basin shall be provided with 32mm dia C.P. waste with overflow, pop-up waste or rubber plug and chain,
32mm dia C.P. Brass Bottle Trap with C.P. pipe to wall and flange.

Each basin shall be provided with CP brass push type self closing pillar tap or Single hole Mixing Fitting as
mentioned in the drawing.

Basins shall be fixed at proper heights as shown on architecture drawings. If height is not specified, the rim level
shall be 79 cms above the floor or as directed by Engineer-in-Charge.

ACCESSORIES

Accessories shall be of any of the following types:

Toilet paper holder shall be of Satin finish stainless steel AISI 316 grade wall mounted type fixed to
wooden cleats with C.P. brass screws.

• Hand Dryer

78
Hand dryer shall be of best quality, to be operated with 2500 watt, single phase, with fully hygienic
condition, with all accessories and fixing in the wall as mention in the Architectural drawing or as directed
by Engineer-in-Charge.

• Soap dispensers

Soap dispensers shall be of satin finish stainless steel AISI 316 grade wall mounted liquid soap dispenser
with indicator having bottom trough of soap fixed to wooden cleats with C.P. brass screws or as directed by
Engineer-in-Charge.

Accessories shall be fixed with stainless steel half round head screws and cup washers in wall with rawl plugs or
nylon sleeves and shall include cutting and making good.

Porcelain accessories shall be fixed in walls and set in cement mortar 1:2 (1 cement : 2 coarse sand) and fixed in
relation to the tiling work. The flange of the recessed fixture shall cover the recess in the wall fully.

Contractor shall install all Chromium Plated and porcelain accessories as shown on the drawings or directed by
Engineer-in-Charge.

All C.P. Accessories shall be fixed with C.P. brass half round head screws and cup washers in wall with rawl
plugs or nylon sleeves and shall include cutting and making good as required or directed by Engineer-in-Charge.

Porcelain accessories shall be fixed in walls and set in cement mortar 1:2 (1 cement: 2 coarse sand) and fixed in
relation to the tiling work.

URINAL PARTITIONS

Urinal partitions shall be white glazed vitreous china or 25mm/40 mm thick marble of size of 750x500mm.

Porcelain partitions shall be fixed at proper heights with C.P. brass bolts, anchor fasteners and M.S. clips as
recommended by the manufacturer and directed by Engineer-in-Charge.

TESTING AND ACCEPTANCE

Testing is done as per BS-5572

SECTION – II WATER SUPPLY SYSTEM (COLD & HOT)

SCOPE OF WORK

Work under this section consists of furnishing all labor, materials equipment and
appliances necessary and required to completely install the water supply system as
required by the drawings & specified hereinafter.
Without restricting to the generality of the foregoing, the water supply system shall include the following:-

a) Distribution mains from hydro pneumatic system to four upper floors all fixtures and appliances for cold
water to buildings.
b) Distribution system from overhead tank to other than four upper floors toilet in the building.
c) Distribution mains from overhead tank to all floors toilet in the building.
d) Excavation and refilling of pipes trenches.
e) Control valves, masonry chambers and other appurtenances.

• All water lines to different parts of building and making connection from source etc.
• Pipe protection and painting.
• Providing Hot water supply and return lines and insulation of hot water pipe lines.
• Control valves, masonry chambers and other appurtenances.
• Connections to all toilets kitchen equipments, tanks and appliances.
• Excavation and refilling of pipe trenches, wherever necessary.
79
• Trenches for taking pipe lines for these services if required.
• Gas water heater should meet IS:15558 minimum efficiency standard & Electrical Water heater should
meet IS:2082 minimum efficiency standard.

GENERAL REQUIREMENTS

All materials shall be new of the best quality conforming to specifications. All works executed shall be to the
satisfaction of the Engineer-in-Charge.

Pipes and Fittings shall be fixed truly vertical, horizontal or in slopes as required in a neat workmanlike manner.

Short or Long bends shall be used on all main pipe lines as far as possible. Use of Elbows shall be restricted for
short connections.

As far as possible all Bends shall be formed by means of a hydraulic pipe bending machine for pipes up to
65mm dia.

Pipes shall be fixed in a manner so as to provide easy accessibility for repair and maintenance and shall not
cause obstruction in shafts, passages etc.

Pipes shall be securely fixed to walls and ceilings by suitable clamps at intervals specified.

As far as possible, all piping inside the buildings shall run either concealed or embedded. Outside the buildings
the piping shall be installed at-least 60cms below finished grade. All galvanized steel piping embedded either in
trenches or in concrete and masonry work shall be tightly wrapped 1mm thick fiberglass tissue laid in bitumen.

Valves and other appurtenances shall be so located as to provide easy accessibility for operations, maintenance
and repairs.

Water Supply System

Contractor should study the site plan and water supply system diagram for an overview of the system.

Source

a) Domestic Water supply will be acquired from proposed Header of Pump Room.The rising mains will
be connected to the main fire static tank and then overflow into the main domestic water tank.

b) Flushing Water/Soft Water & Irrigation water supply will be obtained from proposed STP through
proposed Softener.
Water supply piping for garden hydrant and sprinkler and irrigation system will be separate and
independently connected to a different pumping system.

SLUICE VALVES

All valves 80mm dia and above shall be C.I. Double Flanged Sluice Valves. Sluice valves shall be Cast Iron
double flanged, with rising spindle. Each sluice valve shall be provided with wheel for valves in exposed
positions and Cap Top for underground valves. Contractor shall provide suitable operating keys for Sluice
Valves with Cap Tops.
Sluice valves shall be of best quality conforming to IS: 780-1969 of class specified.

• Joints for double flanged sluice valves shall be made with suitable
tail/socket pieces on the pipeline and flanges joints made with 3 mm thick insertion rubber gasket with
appropriate number of bolts, nuts and washers.
• Sluice valves shall be installed at all branches and as shown on the drawings.

Scour Valves:

Scour valves shall be C.I. sluice valves as specified above. They shall be installed at the lowest level or tail end
of the system as shown on drawings and directed by Engineer-in-Charge.

Air Release Valves

• Air release valves shall be single acting type air valves with Gunmetal body and bronze/gunmetal internal
parts and plastic float.

80
• Each air release valve shall be provided with a cast iron isolating sluice valve of specification given above.

INSULATION

For Chased Internal Pipes

Hot water pipes fixed in chase shall be thermal insulation over hot water pipes with 9mm thick nitrile or
approved equivalent thermal insulation tubing, a elastomeric flexible material having hermetic blister closed cell
structure of expanded synthetic rubber having a thermal conductivity not exceeding
0.040w/m°k @ 40deg C over pipes.

For Exposed Piping

Exposed hot water line laid in trenches, exposed in shafts, on terrace and along ceiling level shall be thermal
insulation over hot water pipes with 20mm thick nitrile/ polyolefin or approved equivalent thermal insulation
tubing, a electrometric flexible material having hermetic blister closed cell structure of expanded synthetic
rubber having a thermal conductivity not exceeding 0.35w/m°k @ 40 deg C over pipes. With Aluminum
Cladding/ protective coating of resin hardener paint with fiber cloth (FRP)

S.No Pipe Size (MM) Thickness of Nitrile Rubber Insulation (MM)


1 15 to 25 9
2 32 to 80 13
3 100 & above 19

81
Anchor Block

Suitable anchor blocks shall be provided at all bends and tees to encounter the excessive thrust developed due to
water hammer.

304 STAINLESS STEEL PIPES


All pipes inside the buildings and where specified, outside the building shall be stainless steel pipes conforming
to JIS G 3448 standard complete with press type fittings for Hot and cold water supply, RO &
domestic water supply system capable to withstand temperature upto 1100 centigrade and pressure
upto 10-12 bars made from 304 grade-Material no. 1.4301 (X5CrNi18-10) of annealed and pickled
stainless steel sheet, with ends deburred at 900 and with length of 3 meters. Pipe qualifying to 100%
eddy current, 100% hydrostatic tested and air-under water tested under 10kgs. Fittings conforming to
JWWA G 116 standard in 304 stainless steel grade of approved make such as tees, coupling, elbow,
male adapter, connectors etc with O-ring of EPDM material which can withstand temperature upto -
200 to 1100 C including suitable connection as per site requirement. Direct contact of stainless steel
pipes and fittings to galvanized iron should be avoided by inserting approved type of filler material as
per project manager’s/consultant requirement. Flanges, clamps with hanger at spacing of 2 m centre to
centre min or as required etc. necessary adapters for GI/copper and CP fittings, jointing, sundries,
cutting holes in walls/floors/slabs & making good complete.

Installation procedure

All parameters pertaining to the installation of S.S plumbing system such as cutting, joining, support spacing,
expansion loops, insulation, type of support, special connections, etc. shall be as per the manufacturer’s
specifications.

VALVE CHAMBERS

Contractor shall provide suitable brick masonry chambers in cement mortar 1:5 (1 cement: 5 coarse sand) on
cement concrete foundations 150 mm thick 1:5:10 mix (1 cement: 5 fine sand: 10 graded stone aggregate 40 mm
nominal size) 12 mm thick cement plaster inside and outside finished with a floating coat of neat cement inside
with cast iron surface box as approved or as specified in Drawing and in drawings including excavation, back
filling complete.

PIPE HANGERS BRACKETS ETC.

Sturdy hangers, brackets and saddles of approved design shall be installed to support all pipe lengths which are
not embedded over their entire run. The hangers and brackets shall be of adjustable heights and primer coated
with red-oxide primer clamps. Collars and saddles to hold pipes shall be provided with suitable gaskets. The
brackets and hangers shall be of Mild Steel designed to carry the weight of pipes safely and without excessive
deflections.

All pipes and fittings shall be supported near every joint and half-way through every pipe length unless
otherwise specified. Where called for, pipe hangers shall also be supplied with proper sound and vibration
dampening devices to minimize noise and vibration transmission.

TESTING

All pipes, fittings and valves shall be tested by hydrostatic pressure of min. 1.5 times, the working pressure and
subject to minimum of 7 kg/cm2 in any case and with the consent of Engineer-in-Charge.

Pressure shall be maintained for a period of at least TWELVE hours without appreciable drop in the pressure
after fixing at site. (+10 %). A test register shall be maintained and all entries shall be signed and dated by
Contractor(s) and Engineer.

In addition to the sectional testing carried out during the construction, Contractor shall test the entire installation
after connections to the overhead tanks or pumping system or mains. He shall rectify all leakages, and shall
replace all defective materials in the system. Any damage done due to carelessness, open or burst pipes or
failure of fittings, to the building, furniture and Fixtures shall be made good during the defects liability period
without any extra cost.

82
After completion of the water supply system, Plumbing Contractor shall test each valve by closing and opening
it a number of times to observe if it is working efficiently. Valves which do not effectively operate shall be
replaced by new ones at no extra cost and the same shall be tested as above.

CONNECTIONS TO WATER TANKS

The contractor shall provide all inlets, outlets, washouts, vents, ball cocks, overflow, control valves and all such
other piping connections including level indicator to water storage tanks as called for.

Suitable float controls of an approved make, securely fixed to the tank independent of the inlet pipe and set in a
position so that water inlet into the tank is cut off when filled up to the water line. The water level in the tanks
shall be adjusted to 25mm below the lip of the overflow pipe. Full way gate/ball valves of approved make shall
be provided as near the tank as practicable on every outlet pipe from the storage tank except the overflow pipe.

The overflow pipe shall be so placed as to allow the discharge of water being readily seen. The overflow pipe
shall be of size indicated. A stop valve shall also be provided on the inlet water connection to the tank. The
outlet pipes shall be fixed approximately 75mm above the bottom of the tank towards which the floor of the tank
is sloping to enable the tank to be emptied for cleaning. The ball valves shall conform to Indian Standard
IS:1703-1968

CONNECTIONS TO MECHANICAL EQUIPMENT SUPPLIED BY OTHER AGENCIES

All inlets, outlets, valves, piping and other incidental work connected with installation of all mechanical
equipment supplied by other agencies shall be carried out by the Plumbing contractor in accordance with the
drawings, requirements for proper performance of equipment, manufacturer’s instructions and the directions of
the Engineer-in-Charge The equipment to be supplied by other agencies consists mainly of Kitchen, Laundry,
Air-conditioning, Water Treatment and other similar equipment. The connections to the various equipment shall
be effected through proper unions and isolating valves. The work of effecting connections shall be executed in
consultation with and according to the requirements of equipment suppliers, under the directions of the
Engineer-in-Charge. The various aspects of connection work shall be executed in a manner similar to the work
of respective trades mentioned elsewhere in these specifications.

DISINFECTION

After completion of the work Contractor shall flush clean the entire system with the city’s filtered water after
connection has been made.

After the first flushing, commercial bleaching powder is to be added to achieve a dosage of 2 to 3 mg/l of water
in the system added and flushed. This operation should be performed twice to ensure that the system is fully
disinfected and usable. The Commissioning would not be considered complete without performing the
Disinfection.

PRE COMMISSIONING:

Ensure that all pipes are free from debris and obstructions.

Check all valves and fire hydrant for effective opening and closing action. Defects should be rectified or valves
replaced.

Ensure that all Connections to Branches has been made.

Ensure that mains have been connected to the respective pumps, underground and Overhead tanks.

Water supply should be available at main Underground tank.

All main line Valves should be closed.

COMMISSIONING

Fill Underground tank with water. Add 1kg fresh bleaching powder after making a solution to be added near
inlet.

Start Water Supply Pump and allow water to fill main Underground tank. Water will first fill the fire tank and
then overflow to the Raw Water tanks.

83
After filling Overhead Reservoir drain the same to its one forth capacity through tank scour valve. (This is to
ensure removal of all mud, debris etc. from the tank).

Fill Overhead tank to full.

Release water in the main lines by opening Valves in each circuit. Drain out water in the system through scour
valves or fire hydrant in lower regions. Ensure clean water is now coming out of the system.

Open valves for individual clusters. Observe for leakages or malfunctions, check pressure & flow at end of line
by opening Hydrants etc. Remove and rectify defects noticed.

Check all outlet points for proper operation by opening each valve and allowing water to flow for a few minutes.
Also check for effective closure of valve.

The entire water supply system should be disinfected with bleaching powder and system flush cleaned.

Send four samples of water drawn from four extreme locations for testing for bacteriological test in sterilized
bottles obtained from the concerned laboratory. (Laboratory personal may collect the samples themselves).

RESPONSIBILITY

Responsibility for various activities in pre-commissioning and commissioning procedures will rest with the
Contractor.

SECTION –III: DOCUMENTS SUBMISSION

The Contractor shall before finally handing over the completed work in his scope to the Owner, submit the
documents as per the Contract and as directed by the Engineer-in-Charge. Given below the checklist for the
reference of the Engineer-in-Charge.

Packages/ Sanitary Soil, waste & Water Sewerage/ Water


Fixtures vent pipes supply drainage tanks
system system
Final cleaning
List of inventory
Training Conducted on
Operation Manual
Maint. Manual
As built P&I Diag/
SLD
Defects Liability
Period/ Warranty
Commissioning report

84
Test reports/
Certificates
List of essential spares
Address/ Contact nos.
of Vendors
Remarks

LIST OF APPROVED MAKES

S. No. Material IS No. Brand Name Manufacturer Address


1 Sanitary Wares 771
ROCA
/KOHLAR/Hidware
2 C.P. Fittings Jaquar
3 GI & MS Pipes Tata

1239/3589 PRAKASH Surya Roshni Limited


SURYA
JINDAL HISSAR Jindal Tubes Ltd,Hissar
4 CPVC Pipes and AjayFlow Guard Ajay Industrial Corporation
Fittings.
Ashirvad Ashirvad Pipes Pvt Ltd.
Astral Astral Poly technick Limited
5 GI Fittings 1879 UNIK Unique Malleables Ltd. Jullandhar
(Malleable)
ZOLOTO Zoloto Industries, Zoloto House
Kapurthala Road, Jalandhar, 144
002
"R" Rajesh Malleable Ltd., 4, GIDC
Estate, Phase 1, Vatva,
Ahemdabad,
6 Ball Valves (upto ISO 9002 TBS TBS Engineering Pvt. Ltd.
50 mm dia) Vijay Tower, Shahpur Jat, NDelhi-
49.
CIM Project Equipment
Chawdi Bazar, Delhi
7 Cast Iron Valves
(> 65 mm dia)
CI Sluice Valves 780 LEADER Leader Engg.Works Ltd, S-3 & 4,
Jullandhar-144004
Audco
Intervalve
Shenco
8 Cast Iron Butterfly LEADER Leader Engg.Works Ltd, S-3 & 4,
& Slim Type Jullandhar-144004
(Wafer) Non-
Return Valves
50 mm dia and 13095 Audco
above
Intervalve
Shenco
9 Gunmetal /Brass
Valves
Ferrules, Ballcocks LEADER Leader Engg.Works Ltd, S-3 & 4,
Jullandhar
10 Pressure OR
Regulating Valves
CIM Project Equipment. Hauz Quazi.
11 Hot Water THERMA FLEX Thermaflex pipes & insulation Pvt
Insulation Ltd.
VIDOFLEX Polybond Organics (P) Ltd. 4-5,4th
floor, Narang Chambers, 99/3, NR
Road, Bangalore , 560 002

85
S. No. Material IS No. Brand Name Manufacturer Address
12 Garden Irrigation PREMIER Premier Irrigation,C-4,
System Commercial Cente, Safdarjung
Dev. Area, N.D.
JAIN Jain Irrigations Systems Ltd. Jain
Fields, Bambhori ,PO 72, Jagaon
425 001
RIPPELS

13 Pipe Protection
anti corrosive
tape/treatment
PYPCOTE IWL Ltd., 508, Jyoti Shikhar, 8
Distt.Centre , Janak Puri, New
Delhi
HIND Hind Protective Coating Ltd.
Mumbai
14 Stoneware Pipes &
Gully Traps
651 PERFECT Pragati Concrete Udyog, A-1/B-6,
Local Shopping Centre, Janakpuri
N.D.
ANAND Lal Chand Anand & Sons, 13/1,
Bulandshahr Rd. Industrial Area,
Ghaziabad 200 001
15 RCC Pipes 458
PRAGATI Pragati Concrete Udyog, A-1/B-6,
Local Shopping Centre, Janakpuri
New Delhi
JSP Jain Spun Pipe Co. New Delhi
16 SFRC Manholes,
Covers & Gratings
12592 KK KK Manholes & Gratings, 12/16,
Sarvapriya Vihar, Basement, New
Delhi 110 016
17 Rain Water Hopper GMGR Goojar Mal Ganpat Rai.
Fitting 3371, Hauz Qazi, Delhi-10006
NEER Acutech Mfg Co. Pvt. Ltd
18 Galvanized iron pipe NEER Acutech Mfg Co. Pvt. Ltd
support

19 Cast Iron SKF


Pipes(C.I)
RIF
Neco
20 stainless steel pipes Jindal
& Fittings
Primegold

86
SECTION – IV: SEWAGE TREATMENT PLANT (STP)

SCOPE

Shop Drawings

The contractor shall submit shop drawings as follows:

• On award of the work, he shall submit GA drawing, PIB diagrams, plant layout with basic dimensions, flow
diagram with levels of elements.
• Fabrication and equipment layout piping, valves and all other information required for installation.
• Electrical layouts, detail of all MCC, cable sizing and system diagrams and ear thing system.
• Piping layout with pipe dia. slopes, fixing arrangements.
• Three copies of the shop drawings shall be submitted for initial scrutiny. On approval of the same
contractor shall submit six copies of the same incorporating corrections etc. Two sets will be stamped
“GOOD FOR CONSTRUCTION" by the Consultant and returned to the contractor.

Other Submittals

Contractor shall furnish four sets of folders giving:

• Catalogues and technical information sheets of equipment to be installed.


• Performance curves, foundation details and fixing arrangements.

Contractors proposal for testing procedures for individual equipment and for overall testing of the plant.

Submittals shall be separate for:

• Mechanical and Piping works


• Electrical Works

All shop drawings and submittals mentioned above shall be approved by Architect and two sets duly stamped
shall be returned to the contractor for execution of the works.

Execution of Work

All work shall be executed only in accordance with the approved shop drawings and other submittals.
Contractor shall ensure that all inserts, support plates, puddle flanges and other items required to be incorporated
during execution shall be placed in position as per his own requirements during execution of the works.

All special tools and tackle required for erection and assembly of the equipment covered by the contract shall be
obtained by the contractor himself. All other materials such as foundation bolt nuts, etc. required for the
installation of the plant and equipment shall be supplied by the contractor and are part of the contract.

Testing & Handing Over

The contractor shall carryout tests on different equipment as required in the presence of the Consultant or his
representative in order to enable him to determine whether the plant, equipment and installation comply with the
specifications, local codes and in accordance with the letter and intents of the specifications.

The installation shall be handed over to the Engineer-in-Charge only on successful completion, operational tests
and acceptance of the effluent quality by the municipal / pollution control and statutory authorities.

Statutory Permissions

Contractor shall submit a write-up of process of the plant, drawings, design parameters flow and PIB diagrams
as necessary and required for submission to the State pollution control authority.

Contractor shall furnish at his own cost, analysis of influent at source (for evaluation) as well as that of influent
at the holding tank of the STP and the effluents from the STP for submitting to State Pollution Control Board
and any other statutory authority whose approval is required.

Contractor shall perform all testing and operation of the plant in presence of the Pollution Control Board if so
stipulated by them.
87
Contractor to obtain all statutory approval as required for PCB or any other approval. Only official fee will be
reimbursed to contractor by the Owner.

Completion Documents

On successful completion of the entire work, the contractor shall submit 4 sets of following documents to
Architect.

A brief write-up of process, day to day operating and maintenance instructions.

List of approved chemicals and procedure for storage and safety norms.

Completion drawing and data, catalogues, performance charts, technical data sheets and equipments installed.

Manufacturer’s maintenance and operating instructions for mechanical and electrical equipment.

Laminated and framed “As Built” drawings with plans, section, process flow diagrams, pipe runs, levels and
final disposal point schedule of equipment installed with all their model Nos. plate data and date of installation.

Test readings of Influent & Effluent parameters taken at final handing over time

NOC (No Objection Certificate) from State Pollution Control Board and any other statutory authority whose
approval is required.

Performance Guarantee

Equipment supplied and installed shall be guaranteed to yield the specified effluent standards which must meet
and accepted with the requirements of Pollution Control Board.

The guarantee implicitly includes replacement of the entire plant on failure to meet desired effluent parameters,
replacement of individual equipment or repairs as warranted. Decision on each and every aspect on this matter
shall rest with the Consultant and shall be final and binding on the contractor.

Defects Liability

All equipment and the entire installation shall be guaranteed against defective materials and workmanship for a
period of 12 months reckoned after taking over of system by Owner along with the documentation. During the
defects liability period, the contractor shall replace defective parts and components free of cost. Rectification or
repair may be permitted in case the defect is of minor nature.

Deviations from Tender Specifications

Tendered may indicate their comments only as deviations from the conditions stipulated herein. Wholesale
submission of their own conditions and/or printed conditions in disregard of the conditions stipulated herein
shall not be binding on this Tender.

No corrections, erasure etc. of this document shall be accepted.

Sewage Characteristics

Design Parameters

• Project : Institutional cum Residential Building


• Usage : Office workers / Patiant
• Location : Under ground
• Level : Ground

Design Consideration

• Capacity (Max). : 500m3/day


• Area Available : 500 Sqm
• Operation : Domestic Sewage (round the clock)
• Influent

88
o pH : 7.5 to 8.5
o BOD 5 days @ 200C. : upto 250-350 mg/l
o Suspended solids (SS) : upto 250-400 mg/l
o Oil & grease : 50 mg/l
o COD : upto 450-600 mg/l

• Treated Effluent

Salient Features

The plant should be suitable for low/peak flow in line with medical waste usage.

The plant should not create any noise, with no nuisance on fly or mosquito and no foul odors.

The plant should work without the use of in-organic chemical additives

The plant should be provided with tertiary treatment in form of duel media/activated carbon filter /UV system to
provide zero bacteriological standards for reuse on:

• Irrigation system
• HVAC cooling tower

Basis of Design

The capacity/ rating of pumps and equipment etc. shall hold good for the capacity of 500 m3/day and shall be
good for meeting the treated parameters requirement as follows:

• Permissible limit as prescribed in IS: 2490 (Part-I)-1974 and environment (Protection) Rules 1986.
• Water (Prevention and Control of Pollution) Act, 1977 & 1978.
• Environment (Protection) Act, 1986.
• Environment (Protection) Rules, 1986.
• Hazardous Wastes (Management & Handling) Rules, 1989.
• Manufacturer, Storage and Import of Hazardous Chemicals Rules, 1989.
• Manufacturer, use import and storage and hazardous Micro-Organizers, Genetically Engineered
organizations or Cell Rules, 1989.
89
• Manual on sewage & sewage treatment - CPHEEO
• The Public Liability Insurance Act, 1991.
• All standards as laid down by Central Pollution Control Board and any other relevant statutory authority.
• 100% recycle of waste water and removal of sludge in cake from, no water to be discharged outside the
premises.

Sewage Treatment Plant

General

The Contractor shall submit analytical test reports of effluent water samples after the commissioning or after the
system is put into operation or as required by the Consultant.

The report shall contain analysis of all data related to those requirements laid down by the local Authorities.

The effluent from the Sewage Treatment Plant shall be suitably treated and the effluent water recovered shall be
used for irrigation purposes/ flushing system/ cooling tower for HVAC/D.G etc.

Performance Criteria of the Plant

Raw sewage will be brought into the Existing Sewage Treatment Plant. The Contractor shall receive Treated
sewage from Dual Media Filter to Softener for treatment process.

Treated effluent shall be connected to a Softening plant to treat and shall be use for Flushing & Soft Water make
up purposes.

• Then will be Treated Water Tank (TWT)

• Also there will be Soft Water Tank (SWT).

90
• Ultra Violet (UV) System

UV system shall be furnished as a complete package assembly for installation in the plant room. Assembly
shall include UV Lamps suitable no. UV dosing system shall perform to achieve a residue not more than 1
mg/l in the treated effluent. feed pump shall have a maximum capacity of 1 l/hr will operate on 50 Hz
supply.

• Tertiary Treatment

This tertiary treatment shall be provided for the effluent used for cooling tower make-up water
tank/flushing system.

The tertiary treatment plant shall comprise of the activated carbon filters. This shall be sized to
accommodate 100% of the effluent discharge flow rate and shall achieve the performance as outlined and
described in Design Criteria.

• Electrical Control

The operation of the treatment process shall be fully automatic.

A completely assembled and pre-wired control panel consisting of weatherproof cabinet shall be furnished.
The control panel shall contain all metering and status indicators, motor starters, program timers, on-off-
auto change-over switches and duty selectors for equipment.

Valves

The Contractor shall supply and install all isolating valves and control valves as indicated on the drawings and
as required for the proper and efficient operation and maintenance of the entire systems.

All valves supplied shall be suitable for the working pressure and test pressure of the system as specified
elsewhere in this specification.

All valves shall be full line size.

Furnish all valves and accessory materials necessary in the piping whether or not shown on drawings as flows.

Plastic or metal plates (rustles) shall be provided to indicate the open / close status as well as the use of each
valve in the pump and tank rooms.

PIPE SUPPORTS

General Support

Tender drawings indicate schematically the size and location of pipes. The Contractor, on the award of the
work, shall prepare detailed working drawings, showing the cross-sections, longitudinal sections, details of
fittings, locations of isolating and control valves, drain and air valves, and all pipe supports. He must keep in
view the specific openings in buildings and other structure through which pipes are designed to pass.

Piping shall be properly supported on, or suspended from, on stands, clamps, hangers as specified and as
required. The Contractor shall adequately design all the brackets, saddles, anchor, clamps and hangers, and be
responsible for their structural stability.

Pressure gauges shall be provided as shown on the approved drawings. Care shall be taken to protect pressure
gauges during pressure testing.

INSTALLATION

The Contractor shall check the associated civil work prior to the installation of any item of machinery and
advise the Consultant, in writing, of any deviation of such work from the specified details.

The machinery shall be accurately installed to correct dimensions, alignments, levels, etc., all as indicated on the
final drawings. The machinery shall be mounted on flat steel packing pieces of thickness suitable to take up
variations in level of the concrete foundations. Suitable packing pieces shall be located adjacent to each holding
down bolt and shall be properly bedded by grinding the concrete surface to a smooth, level finish. The
machinery shall be aligned and leveled and the nuts of the holding down bolts tightened with

91
a spanner of normal length. The base plates shall be packed with grout after the machinery has been run and
checked by the Consultant for stability and vibration.

Installation shall include the provision and fixing of all necessary holding down bolts, washers, nuts etc.

TESTING

The performance of the system shall be demonstrated by taking hourly samples of the raw sewage and final
effluent over a twelve hour period. The sample shall be taken at periods approximately the flow rates specified
by the plant. The sample shall be combined and a 5-day BOD shall be run, the results of which must verify the
capacity of the treatment plant prior to acceptance.

ELECTRICAL INSTALLATION

MOTOR CONTROL CENTRES

Switchboard cubicles of approval type shall be fabricated from 2mm thick CRC sheet with dust and vermin
proof construction. It shall be painted with powder coating of approved make and shade. It shall be fitted with
suitable etched plastic identification plates for each motor. The cubicle shall compromise of the following
(Switchgear as given in the schedule of quantities):

• Incoming MCCB of required capacity.


• MCCB / MPCB – one for each motor.
• Fully automatic DOL/Star Delta starters suitable for motor DOL upto 7.5 H.P.; Star / Delta for 10 H.P. and
above H.P. with push buttons one for each motor and On / Off indicating neon lamps.
• Single phasing preventer of appropriate rating for each motor.
• Rotary duty selector switch
• Panel type ampere meters one for each motor shall be with rotary selector switch to road line currents.
• Panel type voltmeter on Incoming main with rotary selector switch to read voltage between phase to neutral
and phase to phase.
• Neon phase indicating lamps and indicating lamp for each motor and on incoming mains.
• Rotary switch for manual or auto operation for each pump.
• Fully taped separate aluminum bus bar of required capacity for normal and emergency supply where
specified.
• Space for liquid level controllers and other equipment specified separately in the contract / given in the
schedule of quantities.
• The panel shall be pre-wired with color-coded wiring. All interconnecting wiring from incoming main to
switchgear, meters and accessories within the switchboard panel. Wiring shall have suitable copper or
aluminum ferrules.

Switchboard cubicle shall be floor or wall mounted type as directed by the Engineer-in-Charge.

LIST OF APPROVED MAKES OF MATERIALS

S.No. Materials Brand Name Manufacturer


1. Non Metallic Pipes (HDPE) Supreme Supreme Industries,
Mumbai
Oriplast Oriplast Industries, Orissa

2. Valve
Check Valves (slim type) Audco/Leader
Advance
IVC
Butterfly valve Audco/ Advance L&T, Bombay

3. UV System ALFAA UV

4. Fine buddle Diffusers Micro/Airmax MM Aqua Technologies,


Gurgaon

5 G.I.Pipes ‘C’Class (IS Tata/ Jindal Tata Iron Steel


1239)
92
S.No. Materials Brand Name Manufacturer

6 G.I. Fittings (malleable cast UNIK Unique Industries


iron) – (1879)
“R” brand Jalandhar

S.No. Materials Brand Name


ELECTRICAL
1. Wiring
1.1 MS Conduits ISI embossed block BEC
Enameled / galvanized AKG

1.2 G.I. Conduits BEC


AKG

1.3 MS/GI Conduit accessories superior type Sharma Sales Corpn.


As per approved samples Super Sales Corpn.

1.4 PVC rigid and flexible conduits and accessories Lapp Kabel

1.5 MS Raceways and raceway accessories Steelways


Bharti

1.6 FRLS PVC insulated stranded copper Lapp Kabel


Conductor wires Finolex
Nicco
Asian (RPG)
National
Polycabs

2. Wiring Accessories
2.1 Modulator grid wiring accessories MDS Legrand
(switches, socket outlets, telephone Crabtree
computer outlets bells etc) MK
Clipsal

2.2 Metal clad socket outlets MDS Lexic


L&T Hager
Clipsal

2.3 Water proof socket outlets (IP 55/66) MDS Lexic


Clipsal
Neptune

2.4 Under floor junction boxes and cable management Ega (MK)
system

3. LT Distribution Equipments
3.1 MCB’s/RCCB’s MDS Legrand-Lexic
L&T Hager
Schneider
MG (France make)
Siemens
ABB

3.2 Distribution Boards MDS Legrand-Lexic


L&T Hager
Siemens
Schneider
3.3 Timer in Distribution Boards MDS Legrand-Lexic
L&T Hager
Siemens
93
S.No. Materials Brand Name
Schneider

3.4 Air Circuit Breaker Merlin-Gerin-Masterpack


Siemens
ABB

3.5 Moulded Case Circuit Breaker Groupe Schneider,


Merlin-Gerin “Compact NS”
Siemens-Sentron VL
ABB

3.6 Power/Auxiliary Contactors Siemens


Groupe Schneider-TE
ABB

3.7 Change over switch/Isolators Havels


BCH

3.8 Protection relays English Electric


Siemens
ABB

3.9 Overload Relays with built in single Siemens


Phasing Preventor Groupe Schnedier-TE
ABB

3.10 APFC relay Beluk


L&T

3.11 Capacitors Siemens


Asian Electronics

3.12 Current Transformer AE


Kappa
Precise
Gillbert & Maxwell

3.13 Control/Protection Transformer AE


Kappa
Precise
Gillbert & Maxwell

3.14 Push Buttons, Indicating lamps LED Siemens


Larsen & Toubro (ESBEE)
Groupe Schneider-TE

3.15 Selector Switches L&T


Siemens

3.16 Instruments-Analogue/Digital AE
Enercon
JMP
ABB

3.17 Digital energy meter Enercon


AE
JMP
ABB

3.18 LT Switchboards, PLC based DG Logic Tricolite Electrical Industries


Panel and Capacitor control panels Adlec Systems
(Compartmentalized) DEVCO

94
S.No. Materials Brand Name
3.19 Programmable Logic Controller (PLC) Siemens
Allen Bradley

3.20 Surge arrestors (LV & Data Phoenix


Communication Schneider

4. Cables, Bus ducts & Rising mains

4.1 1100 volt grade XLPE Insulated Nicco


Aluminium/Copper Conductor Armoured Asian RPG
/Unarmoured single core/multi core Torrent
Cables. CCI
LAPP Kabel

4.2 Control Cables Lapp Kabel


Finolex
CCI
NICCO
POLYCAB

4.3 Instrument Cables Lapp Kabel


Nicco
Asian RPG
POLYCAB

4.4 Cable Glands Baliga


Comet
SMI

4.5 Cable Lugs Dowell’s (Biller India Pvt. Ltd.)


Hax (Brass Copper Alloy India Ltd)

4.6 Terminals Elmax


Wags
Phoenix

4.7 11000 volts cable termination kit Raychem


Birla 3 M

4.8 Water Proof Cable termination kit IP 67 Hensal


CLIPSAL

4.9 Cable Trays Steelways


Bharti

4.10 Fans Nuaire


Knalflenkt
Kruger

4.11 Rubber Matts Jyoti

5. Miscellaneous
5.1 Anchor Fastener Hilti
Fisher

5.2 Welding rods Advani

95
SECTION – V: REVERSE OSMOSIS SYSTEM

SCOPE & EXTENT OF WORK

Scope of Work

Work under this contract shall consist of furnishing all labor, materials, equipment and appliances necessary and
required to supply, install, commission and operate a RO plant complete with all pre and post water treatment
equipment, piping and pumps.

Requirement

Water processing unit as per application.

RO Inlet water quality

Design and system manufacturing /assembling is entirely based on the following feed water analysis, assumed
for design purpose. Please
Parameter Raw water
Colour Absent
Total Suspended Solids ≤ 2 mg/l
Turbidity ≤ 2 NTU
pH 6-8
Total hardness ≤ 500 mg/l
Alkalinity ≤ 47 mg/l
Fluoride ≤ 1 mg/l
Silica ≤ 10 mg/l
Iron & Heavy Metals ≤ 1 mg/l
Total Dissolved Solids ≤ 1000 mg/l

Treated Water Qualities

Processed water (at the plant outlet) will match with required water parameter.

Schedule and Technical Details of Reverse Osmosis System Micron Filter

Purpose

To remove the fine sand particle up to 0.05 micron and reduce silt density index to acceptable level.

Specifications

• Cartridge filter & Housing

Make : Big blue or Kemflo,India /eoq


MOC of housing : PP
Length : 20”
Diameter : 6”
Quantity : 1No.

• Cartridge:

Make : Kemflow/Ametek, USA


Cartridge MOC : Polypropylene
Length : 20”
Diameter : 4”
Quantity : 1 No
Micron rating : 05micron

Dosing System

Purpose

96
To dose antiscalant chemical to protect the scaling formation on RO membranes.

Specifications:

Chemical Tank Volume : ltr/hr 100


Max. Frequency Strock per Min. : 100
Max. Back Pressure : l/h 1.08
Max. Back Pressur : @ Bar 12.0
Nominal Back Pressure : l/h 1.38
Nominal Back Pressure : @ Bar 6.0
O.D. x I. D. : mm 6x4
Nominal Power : Watts 11
MOC : PP
Capacity : 0-6 lph
Qty : 1No

High Pressure Pump

Purpose

To feed the reserve Osmosis Membrane at pressure more than the osmotic pressure Taking consideration flux
rate, flow & recovery.

97
Specifications

MOC : STAINLESS STEEL


TYPE : VERTICAL MULTISTAGE
FLOW RATE : 5000 LITERS PER HOUR.
HEAD : 150
POWER REQUIRED : 1.2.KW
ELECTRICAL : 220VSINGLE, 50 HZ
CYCLE : 2900RPM
MAKE : GRUNDFOS / CRI/ROOSH /EQV.

RO Membrane

Purpose

To remove the major part of TDS up to 98% by Reverse Osmosis Membranes arranged & designed to give
adequate flow & recovery

Specification

Type : Spiral Wounded


Diameter of Membrane : 8.0 inch.
Length of Membrane : 1MT.
No of Membranes : 4
Recovery per Membrane : 10-15 %
Salt Rejection per Membrane : 98-99 %
Make of Membranes : Dow(Filmtec)/ smonic,USA/ROOSH
Systems Recovery : 60%

RO Pressure Tube

Purpose

To pack Reverse Osmosis Membranes & operate at High pressure unto 250psi

Specifications

MOC : SS/ FRP Composite


Diameter of Pressure vessel : 8.5 inch
Length of pressure vessel : 2.5miter
No Pressure Vessels : 2
No of Membrane per Vessel : 2
Position : Horizontal ,Series

98
RO Cleaning System

Purpose

We provide a flashing system, which shall help to clean the Membrane & get deposited on the membranes.

Flushing Time : 15 Minutes.


Flushing Media : Treated water/Chemical
Flushing Tank Size : 100 litre
Tank MOC : HDPE
Flushing Pump : Raw water pump will used
Semi automatic with two ball valves operation.

Electrical Panel

Purpose

A control is provided as a safety measure for the Pump & other electrical items.

Specification

• Complete Starters Overload relays & single phase Preventer for pump.
• Voltmeter, Ammeter, MCB`s indicating lights.
• Push buttons. Rocker Switches for Dozers
• Incomers, Auto-Manual switches.

Instrumentation

Purpose
Flow Meter : To measure the online flow of water
TDS Meter : To measure the online TDS of water
Low pressure Switch : To protect Ro pump from dry running.
High Pressure Switch : To protect RO pump from back pressure.
Pressure Gauges : For calculate the pressure for each unit in RO system.
Rota Meter : Quantity: 2 Nos.(permeate & reject line)
Range : 2.4cum per hour
Make : Flowstar ,India/Vats,India

Digital TDS Meter

Quantity : 1 No (Off line)


Range : 10,000 ppm
Pressure Switch :
Quantity : 2 No (Low & high)
Range : 0-450psi
Make : Indfos, India
Pressure Gauges :
Quantity : 6 No
Range : 0-7 Bar.
Dial Size : 2 inches
Type : Bourdon
Make : Gulck

Plumbing & Fittings

Valves, pipelines before Ro module is in upvc (16 bar tested) & CPVC after HPP, till the permeate line
termination point.
NRV`S pressure relief valves, wherever needed the system will be on common MS base frame.

List of Approved Makes

1. Acid dosers / pH correction : TuSchon, Germany

2. Micron Filters Housing Cartridges : Pentair, USA


: Filtonte /Ametek, USA

99
3. High pressure pump : Grundfoss, Denmark
Pentair, USA

4. R.O Membranes : Hydranautics, USA


Dow, USA

5. R.O Pressure tanks : Codeline, USA

6. Electrical Panel : Tricolite


Sprint

7. Electrical Switchgear : Siemens


L&T
GE

8. Meters : Aster, India

100
TECHNICAL SPECIFICATIONS

FIRE-FIGHTING WORKS

SPECIAL CONDITION OF CONTRACT

SCOPE OF WORK

• Work under this contract shall consist of furnishing all labour, materials, equipment and appliances
necessary and required to completely furnish all the Plumbing and other specialized services as described
hereinafter and as specified in Plumbing/Fire fighting Piping Drawings.

• Without restricting to the generally of the foregoing shall include the following:-

g) Supplying & Fixing of Sanitary Fixtures.


h) Soil, Waste, Rain Water and Vent Pipes.
i) Water supply including Hot & Cold (Internal & External).
j) Pumps, water treatment & allied works.
k) External Sewerage system.
l) Storm Water Drainage System.
.
• The Contractor must get acquainted with the proposed site for the works and study Specifications and
Conditions carefully before Tendering. The work shall be executed as per programme approved by the
Engineer-in- Charge. If part of site is not available for any reason or there is some unavoidable delay in
supply of materials stipulated by the Owner, the programme of construction shall be modified accordingly
and the Contractor shall have no claim for any extras or compensation on this account.

• Works area shall be the area shown in the drawing.


 

SPECIFICATIONS

Work under this contract shall be carried out strictly in accordance with Specifications attached with the Tender
& as per C.P.W.D. specifications 2009.

Items not covered under these Specifications due to any ambiguity or misprints, or additional works, the work
shall be carried out as per Specifications of the latest Central Public Works Department with latest amendments
as applicable in the contract.

Works not covered as mentioned above shall be carried out as per relevant Indian Standards Specifications or
Codes of Practice.

The work shall be carried out strictly as specified in Drawings & Technical Specifications. In case of any
ambiguity, the details of particular item as given in specification shall supersede the details in Drawings.

EXECUTION OF WORK

The work shall be carried out in conformity with the individual services drawings and within the requirements
of Architectural, HVAC, Electrical, Structural and Other specialized services drawings.

The Contractor shall cooperate with all trades and agencies working on the site. He shall make provision for
hangers, sleeves, structural openings and other requirements well in advance to prevent hold up of progress of
the construction programmed.

On award of the work, Contractor shall submit a programmed of construction in the form of a PERT Chart or
Bar Chart for approval of the Engineer-in- Charge All dates and time schedule agreed upon should be strictly
adhered to, within the stipulated time of completion/commissioning along with the specified phasing, if any.

DRAWINGS

101
All the drawings are diagrammatic but shall be followed as closely as actual construction permits. Any
deviations made shall be in conformity with the Architectural and other services drawings.

Architectural drawings shall take precedence over Plumbing or other services drawings as to all dimensions.

Contractor shall verify all dimensions at site and bring to the notice of the Architects or Engineer-in-Charge all
discrepancies or deviations noticed. Architects decision shall be final.

Large size details and manufacturers dimensions for materials to be incorporated shall take precedence over
small-scale drawings.

All drawings supplied with the Tender shall be returned in good conditions along with the Tender.

All drawings/sketches issued by the Architects/Consultant for the works are the property of the
Architects/Consultant and shall not be lent, reproduced or used on any works other than intended without the
written permission of the Architects/Consultant.

INSPECTION AND TESTING OF MATERIALS

Contractor shall be required, if requested, to produce manufacturers Test Certificate for the particular batch of
materials supplied to him. The tests carried out shall be as per the relevant Indian Standards.

For examination and testing of materials and works at the site Contractor shall provide all Testing and Gauging
Equipment necessary but not limited to the followings:-

j) Theodolite
k) Dumpy level
l) Steel tapes
m) Weighing machine
n) Plumb bobs, Spirit levels, Hammers
o) Micrometers
p) Thermometers, Stoves
q) Hydraulic test machine
r) Smoke test machine

All such equipment shall be tested for calibration at any approved laboratory, if required by the Engineer-in-
Charge.

All Testing Equipment shall be preferably located in special room meant for the purpose.

METRIC CONVERSION

All dimensions and sizes of materials and equipment given in the Tender document are commercial metric sizes.

Any weights, or sizes given in the Tender having changed due to metric conversion, the nearest equivalent sizes
accepted by Indian Standards shall be acceptable without any additional cost.

REFERENCE POINTS

Contractor shall provide permanent Bench Marks, Flag Tops and other reference points for the proper execution
of work and these shall be preserved till the end of the work.

All such reference points shall be in relation to the levels and locations given in the Architectural and Plumbing
drawings.

SHOP DRAWINGS

The Contractor shall submit to the Engineer-in-Charge six copies of the shop drawings.

Shop drawings shall be submitted under following conditions:-

• Contractor shall prepare shop drawings of plumbing / Fire fighting / Solar System / Sewerage treatment
plant etc, for the entire office building within four weeks of the award of work. These drawings shall be
submitted to the Engineer-in-Charge for approval and the work shall be executed at site on the basis of
these approved drawings.
• Large scale drawings showing typical details for Toilets & Fixtures.
• Equipment layout, piping and wiring diagram.
102
• Structural supports/hanging/laying and jointing details for all types of pipes as required.
• Layout plans as required and for any changes in the layout of Plumbing / Architectural Drawings.

AS BUILT DRAWINGS

The Contractor shall maintain one as built copy of all Drawings, Specifications, Addenda variations, approved
submittals, correspondence, and transmittals at the site in good order and readily available to the Owner and the
Engineer-in-Charge. The As built Drawings shall be clearly and correctly marked and as built specifications
annotated by the Contractor to show all changes made during the construction process at the time the changed
Work is installed. No such changes shall be made in the Work unless previously authorized by the change order
or by specific approval of deviations or revisions in submittals.

The Contractor shall prepare and furnish to the Architect / services consultant accurate as built drawings.
Architect / Services consultant shall approve these drawings after due verification at site. After approval, the
contractor shall submit to Engineer-in-Charge, A1 size three (3) black line white paper prints as well as soft
copy in form of CD of each drawing as pert of close out documents. Project manger shall forward the same to
the owner for their records and for maintenance and operation.

The as built drawings must have the following information:

The works as executed complete with:


Run of all piping & diameters on all floors and vertical stacks.

Ground and invert levels of all drainage pipes together with location of all manholes and connections up to
out fall.
• Run of all water supply lines with diameters, locations, of Control Valves, Access Panels.
• Location of all Mechanical equipment with whole plant layout, piping connections and panels as erected.
• Details of supports left in place and locations of all services encountered.
• Complete schematic diagram of the installation, as installed.
• Layout of Medical Gases System
• Schematic diagram of Medical Gases system.
CONTRACTORS RATES

Rates quoted in this Tender shall be inclusive of cost of materials, labor, supervision, erection, tools, plant,
scaffolding, service connections, transport to site, taxes, octroi and levies, breakage, wastage, sales tax on works
contract and all such expenses as may be necessary and required to completely do all the items of work and put
them in a working condition.

Rates quoted are for all heights and depths required for this work.

All rates quoted are inclusive of cutting holes and chases in walls and floors and making good the same with
cement mortar/concrete of appropriate mix and strength as directed by Engineer-in-Charge. Contractor shall
provide holes, sleeves and recesses in the concrete and masonry work as the work proceeds.

Rates quoted shall be inclusive of cost incurred in testing, commissioning of works and materials.

TESTING

Piping and drainage works shall be tested as specified under the relevant clauses of the specifications.

Tests shall be performed in the presence of the Engineer-in-Charge / Consultant.

All materials and equipment found defective shall be replaced and whole work tested to meet the requirements
of the specifications.

Contractor shall perform all such tests as may be necessary and required by the local authorities to meet
Municipal or other bye-laws in force.

Contractor shall provide all labor, equipment and materials for the performance of the tests.

Contractor shall afford all the expenses for the offsite testing of material and equipments.

SITE CLEARANCE AND CLEANUP

The Contractor shall, from time to time clear away all debris and excess materials accumulated at the site.

103
After the Fixtures, equipment and appliances have been installed and commissioned, Contractor shall clean-up
the same and remove all plaster, paints stains, stickers and other foreign matter of discoloration leaving the same
in a ready to use condition.

On completion of all works, Contractor shall demolish all stores, remove all surplus materials and leave the site
in a broom clean condition, failing which the same shall be done at Contractors risk and cost.

LICENSE AND PERMITS

Contractor must hold a valid Plumbing license issued by the Municipal Authority or other competent authority
under whose jurisdiction the work falls.

Contractor must keep constant liaison with all relevant authorities and shall be responsible for obtaining all
approvals relating to water supply, sewerage, drainage and fire fighting system. He shall also be responsible for
co-ordination for getting the approval, with other agencies working on the project relating to their scope of
work.

Contractor shall obtain No Objection Certificate before commencement of work, from the local authorities all
related to his work as required for the building.

Contractor shall obtain, from the local authorities all related completion certificates with respect to his work as
required for occupation of the building.

All inspection fees or submission fees paid by the Contractor shall be reimbursed by the Owner on production of
valid official receipts.

CUTTING & MAKING GOOD

No structural member shall be chased or cut without the written permission of the Engineer-in-Charge.

MATERIALS

All materials used in the works shall conform to the Tender specifications.

As far as possible materials bearing I.S. certification marks shall be used with the approval of the Engineer-in-
Charge.

Unless otherwise specified and expressly approved in writing by the Engineer- in-charge, materials of makes
and specifications mentioned with Tender shall be used.

FIRE FIGHTING SYSTEM


104
TECHNICAL SPECIFICATION

Work under this sub-head consists of furnishing all Labor, Materials, equipment and accessories necessary and
required to completely install the Fire Fighting equipment etc., specified hereinafter and given in the

Without restricting to the generality of the foregoing the work of Fire Fighting System shall include the
followings:

• Providing M.S. black steel (Class C) pressure pipe line main including Valves, Fire Hydrants, Excavation
for Pipe, Laying of pipe, Painting of pipe and Making Connection to supply system.
• Black Steel Pipe, Mains Laterals, Branches, Valves, Hangers and Appurtenances.
• Hose Reels, Rubberized fabric lined hose pipes, Hose cabinets, Sprinkler heads and Landing Valves.
• Portable Fire Extinguishers
• Testing Commissioning and giving live demonstrations to the various Inspection Authorities and Obtain
their “No Objection Certificate” (NOC) for occupation of the building.

GENERAL REQUIREMENTS

All materials shall be of the best quality conforming to the Specifications and subject to the approval of the
Engineer-in-Charge.

Pipes and Fittings shall be fixed truly Vertical, Horizontal or in slopes as required in a neat workman like
manner.

Pipes shall be fixed in a manner so as to provide easy accessibility for repair and maintenance and shall not
cause any obstruction in shaft, passage etc.

Pipes shall be securely fixed to walls and ceiling by suitable clamps at intervals specified. Only approved type
of anchor fasteners shall be used for RCC ceilings.

Valves and other appurtenance shall be so located that they are easily accessible for operation, repairs and
maintenance.

PIPES

All pipes within and outside the building in exposed locations and shafts including connections buried under
floor shall be M.S. Pipes as follows:

• Pipes 150 mm dia and below IS: 1239 (Class C) Heavy Class
• Pipe 200 mm dia and above IS 3589 of thickness specified.

PIPE FITTINGS

Pipes and fittings means tees, elbows, couplings, flanges, reducers etc. And all such connecting devices that are
needed to complete the piping work in its totality.

Fabricated fittings shall not be permitted for pipe diameters 50 mm and below.

When used, they shall be fabricated, welded and inspected in workshops under supervision of Engineer-in-
Charge whose welding procedures have been approved by the TAC as per TAC rule 4102 for sprinkler system
and applicable to hydrant and sprinkler system. For "T" connections, pipes shall be drilled and reamed. Cutting
by gas or electrical welding will not be accepted.

JOINTING

Screwed (50 mm dia pipes and below)

Joint for black steel pipes and fittings shall be metal-to-metal thread joints. A small amount of red lead may be
used for lubrication and rust prevention. Joints shall not be welded or caulked. (With screwed MS forged
fittings)

Welding (65 mm dia and above)

105
Joints between MS pipes and fittings shall be made with the pipes and fittings having "V" groove and welded
with electrical resistance welding in an approved manner. Buried pipes will be subject to X Ray test from an
approved agency as per the TAC norms at the cost of contractor. (With welded M.S. fittings heavy class with V-
Groove). The welding machine shall be 3 Phase rectifier of required current and capacity. The vendor for
welding will be approved by Engineer-in-Charge.

Flanges
Flanged joints shall be provided on:

• Straight runs not exceeding 30 m on pipelines 80 mm dia and above.


• Both ends of any fabricated fittings e.g. bends, tees etc. of 65 mm dia or larger diameter.
• For jointing all types of valves, appurtenances, pumps, connections with other type of pipes, to water tanks
and other places necessary and required as good for engineering practice.
• Flanges shall be as per IS 6392-1971, Table 17/18 with appropriate number of G.I. nuts and bolts, half
threaded of with 3 mm insertion neoprene gasket complete.

Unions

Provide Approved type of dismountable unions on pipes lines 65 mm and below in similar places as specified
for flanges shall be provided.

PIPE PROTECTION

All pipes above ground and in exposed locations shall be painted with one coat of Red Oxide Primer and two or
more coats of Synthetic Enamel Paint of approved shade.

All black steel pipes under floors or below ground shall be provided with protection against corrosion by
application of 100mm wide and 4mm thick layer of PYPKOTE/ MAKPOLYKOTE over the pipe, as per
manufacturers specifications.

PIPE SUPPORTS

All pipes shall be adequately supported from ceiling or walls from existing/new inserts by Structural clamps
fabricated from M.S. Structural e.g. Rods, Channels, Angles and Flats as per details given in drawings and
specifications. All clamps shall be painted with one coat of red lead and two coats of black Enamel paint.

Where inserts are not provided, the Contractor shall provide anchor fasteners. Anchor fastener shall be fixed to
walls and ceilings by drilling holes with Electrical drill in an approved manner as recommended by the
manufacturer of the fasteners.

TESTING

All pipes in the system shall be tested to a hydraulic pressure of 1.5 times of the working pressure or minimum
of 15 kg/cm2 without drop in the pressure for at least 2 hours.

Rectify all leakages, make adjustment and retest as required.

ANCHOR BLOCK

Contractor shall provide suitable cement concrete, anchor blocks of ample dimensions at all bends, tee
connection and other places required and necessary for overcoming pressure thrusts in pipes. Anchor blocks
shall be of cement concrete 1:2:4 mix (1 cement: 2 coarse sand: 4 stone aggregate 20 mm nominal size).

VALVES

Valves, Gauge and Orifice Plates

Sluice Valves above 65 mm shall be of Cast Iron body and Bronze/Gunmetal seat. They shall conform to type
PN 1.6 of IS:780-1980, valves up to 65mm shall be of Gunmetal Full way Valve with wheel tested to 20 kg/cm2
class-II as per I.S: 778-1971. Valve wheels shall be of right hand type and have an arrow head engraved or cast
thereon showing the direction for turning open and closing.

Non-return valves shall be of Cast Iron body and Bronze/Gunmetal seat. They shall conform to class of IS: 5312
and have flanged ends. They shall be swing check type in horizontal runs and lift check type in vertical runs of
piping. They shall not be spring-loaded type.

106
EXTERNAL YARD HYDRANTS

The Contractor shall provide External Fire Hydrant in the Ring or on External Fire Line, as per specifications
and as shown in drawings. The spacing of the hydrants and the distance from the building shall be maintained as
per relevant requirements of latest relevant codes, unless specified herewith.

Each External Fire Hydrant shall be provided with an External Fire Hose Cabinet of M.S of size 76.8 x 61.44 x
25.80 cm, as approved by the Architect to equip 2 nos. of 63 mm dia controlled percolating hose and accessories
as required. The cabinet shall be installed near the Hydrant as per details, approved by the Engineer-in-Charge /
Architect.

INTERNAL HYDRANTS

The Internal Hydrant outlet shall comprise “Single Headed Single Outlet Gunmetal Landing Valve” conforming
to type ‘A’ of IS: 5290-1977. Separate valve on the head shall form part of the landing valve construction.

A cap with chain is provided on one head of the outlet. The hydrant will have an instantaneous pattern female
coupling for connecting to Hose Pipe.

The Landing Valve shall be fitted to a Tee connection on the wet riser at the landing.

FIRST-AID HOSE REEL EQUIPMENT

First aid hose reel equipment shall comprise reel, hose guide fixing bracket hose tubing globe valve, stopcock
and nozzle. This shall conform to IS:884 - 1969. The hose tubing shall confirm to IS:1532-1969.

The hose tubing shall be 20 mm dia and 36.5m long. The GM nozzle 5mm and globe valve shall be of 20 mm
size.

The fixing bracket shall be of swinging type. Operating instructions shall be engraved on the assembly. This
heavy duty mild steel and cast iron brackets shall be conforming to IS: 884 - 1969. The first-aid hose reel shall
be connected directly to the MS pipe riser taken independently from ring.

HOSE PIPES, BRANCH PIPES AND NOZZLES

Hose Pipes

Two numbers Hose Pipes shall be rubber lined woven jacketed and 63mm in dia. 15m long. They shall confirm
to type A (Reinforced rubber lined) of IS:636 - 1979. The hose shall be sufficiently flexible and capable of
being rolled.

Each run of hose shall be complete with necessary coupling at the ends to match with the landing valve or with
another run of hose pipe or with branch pipe. The couplings shall be of instantaneous spring lock type. This
shall be conforming to IS: 903.

BRANCH PIPE

Branch Pipes

Branch pipe shall be of Gunmetal 63 mm dia and be complete with male instantaneous spring lock type
coupling for connection to the hose pipe. The branch pipe shall be externally threaded to receive the nozzle.

Nozzle

The nozzle shall be of Gunmetal 20 mm in (internal) diameter. The screw threads at the inlet connection shall
match with the threading on the branch pipe. The inlet end shall have a hexagonal head to facilitate screwing of
the nozzle on to the branch pipe with nozzle spanner.

End Couplings, Branch pipe, and Nozzles shall conform to IS:903 - 1985.

Two C.P hoses of 15m length with couplings shall be provided with each External (Yard) Hydrant. Two RRL
hoses of 15m length, as specified, with couplings shall be provided with each Internal Hydrant. One nozzle and
one branch pipe with coupling shall be provided with each Yard Hydrant and Internal Hydrant.

HOSE CABINET

107
The internal hose cabinet shall accommodate the Hose pipes, branch pipe, Nozzle First aid Hose Reel and
Hydrant Outlets and shall be fabricated from 2 mm thick or 14 mm gauge MS/aluminum sheet. The overall size
shall be 2100x900x715 mm, or as specified in the Architectural details. This shall have lockable centre opening
glazed doors as per the requirement and as per Architectural details. Where the niche for wet riser is provided
with shutters, separate hose cabinet as above may be dispensed with.

The hose cabinet shall be painted red and stove enameled and woods FIRE written in front glazed portion.

VALVE CHAMBERS

Contractor shall provide suitable Brick Masonry Chamber in cement mortar 1:5 (1 cement: 5 coarse sand) on
cement concrete foundations 150 mm thick in 1:5:10 mix (1 cement: 5 fine sand: 10 graded stone aggregate 40
mm nominal size) 15 mm thick plaster inside and outside finished with a floating coat of neat cement inside
with cast iron surface box approved by fire brigade including excavation, back filling complete.

Valve chambers shall be of following size:

• For depths 100 cm and beyond 90x90x100 cm

PORTABLE FIRE EXTINGUISHER

Portable fire extinguishers shall be provided as per the drawing and shall confirm to IS:2190-1979.

• Two 9 lit. water CO2 type for every 600 m2 area with minimum of 1 extinguishers per floor as per I.S:940-
1989
• Dry Chemical powder type of 5 Kg. Capacity as per I.S:2171
• CO2 type of 4.5 kg capacity as per I.S:2878.

SPRINKLER HEADS

Sprinkler heads shall be provided at approximate spacing to cover 9 to 12 m2 per Sprinkler head. The spacing
shall however, be in conformity with the drawings and properly coordinated with Electrical Fixtures, Ventilation
Ducts and Grills and other services along the ceiling.

Sprinkler heads shall be chrome finished Brass/Gunmetal with quartz bulb with a temperature rating of 68°C.
Sprinkler heads shall be of type and quality approved by the local fire brigade authority. The inlet shall be
screwed. Sprinkler heads shall be pendent, recessed or special application side wall Sprinkler types as shown in
drawings. All Sprinklers should have the Specifications.

Contractor shall supply spare Sprinkler Heads of each type as per requirement and one Spanner for each type of
sprinkler neatly installed in a steel box with glass shutters at locations approved by the Engineer-in-Charge.

SHOP DRAWINGS & SPECIFICATIONS

The Contractor shall submit to the Consultant two copies of Shop Drawings for Fire Fighting works as an
Advance Copy to the Engineer-in-Charge for approval before start of work. Subsequent to the approval of the
shop drawings, the Contractor shall submit six copies of Shop Drawings for execution to the Engineer-in-
Charge. Also the Contractor shall submit four copies of the Technical Specifications and Catalogues.

Shop drawings shall be submitted for the following conditions:

• Structural supports/hanging/laying and jointing details for all types of pipes as required.
• Fire Fighting layout plans as required and for any changes in the layout of Fire Fighting/Architectural
drawings.

The Contractor can only commence the work after the approval of above documents by Consultant.

108
LIST OF APPROVED MAKES OF MATERIALS FOR FIRE FIGHTING WORKS

S. No Materials IS Brand Manufacturer / Approved Dealer


1 MS Pipes 1239/3589 SURYA Surya prakash
JINDAL Jindal Tube Co.

2(a) Forged Steel V.S. True Forge/DRP-M


Fittings
(b) Butt Welded VICTAULIC
Fittings

3. Gunmetal Ball Leader Leader Engg. Works, Jullandur


Valves
AUDCO
TBS Thakur Bhai & Son
CIM Project Equipment

4. C.I. Double 780 Kirloskar Kirloskar Bros. Ltd., Pune


flanged sluice
Valves & check
valves

Leader Leader Engg. Works, Jallandur

5. Slim Seal AIP AIP VALVES , Mr Manish Verma


Butterfly Valve 9899016668
AUDCO
KSB

6. Dual/Disk type AIP AIP VALVES , Mr Manish Verma


Non Return 9899016668
Valves
AUDCO
KSB

7. Fire Hydrant 5290 Newage


Valves, Branch
pipe & Fire man
Axe.
Minimax
Winco

8. Fire Aid Fire 884 SAFE GUARD Ashoka Engineers


Hose Reels
PADMINI Padmini Industries
EVER SAFE Eversafe

9. CP Hose Pipe 8423 SAFE GUARD Ashoka Engineers


PADMINI Padmini Industries
EVER SAFE Eversafe

10. Sprinkler TYCO Tyco


Head/water
curtain nozzle
VIKING Eversafe
IMPACT

11 Pipe coat PYPKOTE Integrated Water- Proofing Co.


material Madras
(pipe Coaltek Rustech Products (P) Ltd
protection) Syndicate Enclave, Dabri

12 Flow switch POTTER


SYSTEM CENSOR
109
S. No Materials IS Brand Manufacturer / Approved Dealer
Johnson Control

13 Fire brigade 904 Newage


inlet.
Minimax
Winco

14 Rubber Hose 444 JYOTI


pipe
PADMINI Padmini Industries

15 Hose Couplings 909 SAFE GUARD Ashoka Engineers


branch
FIREEX Kooverji Devshi & co. Ltd.
EVER SAFE Eversafe

16 Pressure TAC INDFOSS/SWIT


Switches ZER

17 Pressure Gauge 3624 (CL-I) H.GURU/FIEBI


G

18 Fire Newage
Extinguisher
Minimax
Kanex

19 Enamel paint ASIAN


NEROLAC
BERGER

20 Alaram Valve MATTER


&PALET
HD
VIKING

21 Weld Advani/
Electrodes Esab/Victor

22 Pipe Hangers Chillys/GMGR

23 Deluge Valve Viking/Tyco/HD

SECTION – VII: WATER SUPPLY/FIRE FIGHTING AND WATER TREATMENT UNITS ETC.

PUMPS AND WATER TREATMENT EQUIPMENT

Work under this sub-head consists of furnishing all labor, materials, equipment and accessories necessary and
required to completely install pumping system for various water supply services and water treatment as per
drawings, specified hereinafter.

Without restricting to the generality of the foregoing, the work of pumps and water treatment equipment shall
include the followings:

• Raw water pumps.


• Hydro pumps for Domestic water.
• Soft water transfer pumps.
• Garden Hydrant Pumps.
• Hot water recirculation pumps.
• Treated water supply pumps to STP (Emergency supply)
• Sump pumps for disposal of sewage and drainage.
110
• Water treatment unit consisting of filter, softener and chlorination etc.
• Fire pumps.
• Motor control panels, power and control cabling and allied electrical works.
• Pipes, valves, accessories, hangers, supports, delivery and suction feeders and connection to proposed pipe
work.

PUMP SET

Hydro Pneumatic System (Domestic & Flushing Water Supply Pumps)

Domestic water supply pumps shall be packaged type skid mounted hydro pneumatic system with fixed speed
system. Complete system to be mounted on a common base frame.

Pumps shall be multistage, monoblock vertical centrifugal pumps with stainless steel body and stainless steel
impeller, stainless steel shaft and coupled to a TEFC electric motor by means of a flexible coupling. Each pump
should operate a curve 10m below specified head.

Pressure vessel of non corrosive FRP composite construction lined with NSF and/or FDA listed material, like
high density polyethylene with fully replaceable polyurethane. Air cell burst pressure of minimum of 5 times the
vessel operating pressure and cycle tested for 2,50,000 cycles. No. and capacity of Pressure Vessel As per
manufacturer recommendation.

Pump and motor shall be mounted on a common M.S. structural base plate or as required as per site conditions.

Each pump shall be provided with a totally enclosed fan cooled induction motor.

Each pumping set shall be provided with a 150mm dia or of suitable size gunmetal “Burden” type pressure
gauge with gunmetal isolation cock and connecting piping.

Provide vibration-eliminating pads appropriate for each pump.

Provide rate of flow measuring meter with bypass arrangement with every set of pumps.

All water supply pumps shall be provided with mechanical seals.

Pumps shall have Control Panel with programmable logic controller (PLC) for cyclic operation of pumps. Pump
working sequence should change after every operation. Contractor overload relays and MCBs should confirm to
IEC 898 – 1995/ specifications. Blinking indications for pumps start, trip, low level trip, and health supply
should be provided in the panel along with the ammeter & voltmeter. Control panel should also consist of
cooling fan.

WATER SOFTENER

Softener shall be designed to give zero commercial hardness. Softener shall be with cation exchange resins.

Softener vessel shall be of mild steel plate with dished ends and self supporting arrangement. Vessel shall be
suitable for a working pressure. The shell shall have a minimum thickness of 8mm and dished ends 10mm. The
vessel shall be painted internally with non-toxic bitumen paint and externally with one coat of red oxide and two
or more coats of synthetic paint to give an even shade.

The vessel shall have an internal collecting and distribution system of manufacturer’s design.

The softener shall have a set of interconnecting face piping consisting of inlet, outlet and brine injection system
with valves and accessories complete as per requirement. Piping shall be M.S. medium duty, as per I.S: 1239
and valves shall be cast iron double flanged sluice valves on SOUNDERS pattern, with C.I. body and Neoprene
rubber diaphragm (suggested make LABLINE, NKI or equivalent).

One set of hydraulic injector with control valve, brine delivery pipes with adjustable indicator.

One cylindrical salt saturator and measuring tank of M.S. rubber lined having a capacity of a minimum of two
regenerations for.

One orifice board for indicating wash and rinse rate to be fitted in drain sump.

One charge of supporting gravel, sand and “cation” resin in requisite quantity. Resin shall be Indian 220 or
approved equivalent make.
111
One water testing kit with instructions for testing water samples.

Softener Capacity are as follows:-

• Minimum expected rate of flow: 5000 lph


• Total soft water to be produced between two regeneration: app. 50000 ltrs
• Expected raw water hardness : app. 400-700 ppm
• Expected treated water hardness: less than 50 ppm
• Max. working pressure : 4 Kg/cm2

PIPING

Pipes for suction and delivery shall be galvanized/M.S tube (heavy duty) confirming to I.S:1239 up to 150mm
dia and as per I.S:3589 for dia 200mm and above. The M.S flanges shall confirm to I.S:6392-1971.

Gate valve and check valve above 65mm dia shall be C.I. double flanged conforming to I.S:780 manufactured
by the reputed manufacturers or C.I. double flanged butterfly valves.

Full way and check valves 65mm dia and below shall be gunmetal tested to 20Kg/cm2 pressure certified and
conforming to I.S:778.

Suction strainer or foot valves shall be C.I., confirming to I.S:4038 - 1979.

Joints

All pipes and fittings shall be provided with flanged joints, with flanges either screwed or welded complete and
jointed with 1.5mm thick gasket complete with nuts, bolts and washers etc.

Testing

All G.I pipes (except fire pipe) shall be tested hydrostically for a period of 30 minutes to a pressure of 7 Kg/cm2
without drop in pressure and all G.I pipes for fire shall be tested hydrostically for a period of 30 minutes to a
pressure of 10 Kg/cm2 without drop in pressure.

GUARANTEE

The contractor shall submit a warranty for all equipment, materials and accessories supplied by him against
manufacturing defects, malfunctioning or under capacity functioning.

The form of warranty shall be as approved by the Engineer-in-Charge.

The warranty shall be valid for a period of one year from the date of commissioning and handing over.

The warranty shall expressly include replacement of all defective or under capacity equipment, Engineer-in-
Charge may allow repair of certain equipment if the same is found to meet the requirement for efficient
functioning of the system.

The warranty shall include replacement of any equipment found to have capacity lesser than the rated capacity
as accepted in the contract. The replacement equipment shall be approved by the Engineer-in-Charge.

112
TECHNICAL INFORMATIONS FOR WATER SUPPLY AND WATER TREATMENT UNIT ETC.
(TO BE FILLED BY THE TENDERER)

S.NO PARTICULARS Main Fire Pump Jockey Pump

(I). HYDRO PUMPS (FOR DOMESTIC


WATER)

(A) PUMP:

1. Discharge. :

2. Total head at full discharge. :

3. Make and Model No. :

4. Type. :

5. Frame size. :

6. BHP absorbed :

(a) at rated head and discharge. :

7. Casing material. :

8. Impeller material. :

9. Shaft material. :

10. No. of stages. :

11. Type of drive. :

12. Type of seal. :

(B) MOTOR:

1. Make. :

2. Frame size. :

3. Type. :

4. Protection type. :

5. Insulation class. :

113
S.NO PARTICULARS Main Fire Pump Jockey Pump
6. Electrical particulars (Voltage/No. of :
phase/frequency).

7. I.S. conforming to :

8. H.P. :

9. Speed. :

(II) SOFTENER

1. Make :

2. Model :

3. Material of Construction :

4. Shell thickness :

5. Dish end thickness :

6. Diameter :

7. Height :

8. Maximum Flow rate :

9. Min. Flow rate :

10. Inlet/outlet pipe Size :

11. Maximum Pressure :

12. Hydro test pressure :

13. Type of Media :

14. Resin Quantity :

15. Raw water hardness :

16. Treated water hardness :

17. Output pressure regeneration :

18. Salt Tank capacity :

19. Material of Construction :

114
S.NO PARTICULARS Main Fire Pump Jockey Pump
20. Salt per Regeneration :

(III). SUMP PUMPS (FOR SEWAGE)

1. Discharge :

2. Head :

3. Type :

4. Solid Handling Capacity :

5. H.P of Motor :

6. Other Details :

(IV). SUMP PUMPS (FOR DRAINAGE)

1. Discharge :

2. Head :

3. Type :

4. Solid Handling Capacity :

5. H.P of Motor :

6. Other Details :

115
(V). ELECTRIC CONTROL PANEL

1. Make :

2. Make of switch fuse unit/breaker used. :

3. Thickness of sheet metal used. :

4. Make of contractors. :

5. Make of cables and size of cables for different :


motors.

6. Any other informations. :

Note:-
The Tenderer must give as maximum as possible information. They may add any other relevant information’s also, if
required.

116
LIST OF APPROVED MAKES OF MATERIALS WATER SUPPLY/FIRE FIGHTING PUMPS &
EQUIPMENTS AND WATER TREATMENT UNITS

S.No Materials I.S:No. Brand Name Manufacturer


1. G.I. and M.S. pipes 1239 PRAKASH SURYA Surya Roshni Limited
Upto 150mm dia
JINDAL HISAR Jindal tubes
TATA TATA Pipes

2. G.I. Fittings 1879 (Part I UNIK Unique Mfg. Co.


(Malleable Cast Iron) to X) Jallandhar
R R.M. Engg. Works, 4,
GIDC Estate Ph-I, Vatva
Ahmedabad.
KENT Khanna Malleables 242,
DADA Colony Indl. Area,
Jallandhar–4
2A. G.I./M.S Forged VS Vijay Cycle & Steel
Steel pipes & fittings Industries Model House
I.S:1239 (Part-II) Road, Basti Sheikh,
Jallandhar
3. Gunmetal Valve
(Fullway valve)
(a) Class–I 778 INTER VALVE
LEADER Leader Engg. Works
Jallandhar
SHENCO
(b) Class-II LEADER Leader Engg. Works
Jallandhar
SHENCO
4. C.I double-flanged 780 KIRLOSKAR Kirloskar Brothers, Pune
sluice valve. KARTAR Juneja Metals
LEADER Leader Engg. Works
Jallandhar
5. C.I double flanged 5312 KIRLOSKAR Kirloskar Brothers Pune
non return valves LEADER Leader Engg. Works
(65mm dia and Jallandhar
above)
KARTAR Juneja Metals
6. Gunmetal check 778 LEADER Leader Engg. Works
valves upto 50mm Jallandhar
dia. ZOLOTO Zoloto Industries Ltd.
Jallandhar
KARTAR Juneja Metals
7. Float valve LEADER Leader Engg. Works
(gunmetal) upto Jallandhar
40mm

8. Float valve (C.I) IVC Indian Valve Co. Calcutta


50mm and above LEADER Leader Engg. Works
Jallandhar
9. Ball Valve
CIM Project Equipment
RB Auth. Dealer – Thakur
Bhai & Sons
10. Butterfly Valve KIRLOSKAR Kirloskar Brothers, Pune
KARTAR Juneja Metals
LEADER Leader Engg. Works
Jallandhar
11. Sump pumps For KSB Auth Dealer – Aquatech
Sewage & Drainage Engineers
WILLO
ITT HYDROMALL
12. Hydropneumatic ITT Dealer – HYDROMALL,
117
S.No Materials I.S:No. Brand Name Manufacturer
system/Clear Water 4001, 1ST Floor, Ajmeri
Pump Gate, Delhi 110006, Ph-
01123215261
GRUNDFOS Dealer – Dantal Engg. (P)
Ltd, 112, Jyoti Shikar,
Dist. Centre, Janakpuri,
N.Delhi, Ph.: 2559
1402,2560 1317
SALMSON Dealer – Kanbe & Co., 9/2
Ground Floor, East Patel
Nagar, New Delhi – 110
008, Ph.: 2578 9362
13. Electrical Switch GEC GEC Alsthom
gear SIEMENS Siemens
L&T Larsen & Toubro, Mumbai
– 400 072
14. Cable trays Local fabricated of reputed
make.
15. Cables Batra, Hanlay, Batra, Hanlay
National National
Skyline Skyline
Finolex Finolex
16. HRC Fuses GEC GEC Alsthom
L&T Larsen & Toubro
20. 415 Volt air circuit GEC GEC Alsthom
breakers L&T Larsen & Toubro
21. L.T. Bus Ducts GEC ALSTHOM GEC Alsthom
22. L.T. Switch boards CPRI approved vendor
23. L.T. Contactors L&T Larsen & Toubro
GEC GEC
24. Meters AE AE
RISHAB Rishab
25. Selector Switches Kaycee Kaycee,
SLAZER SLAZER
L&T Larsen & Toubro, Mumbai
26. Indication lamps and L&T Larsen & Toubro, Mumbai
push buttons BCH BCH
27. Wiring accessories CPI CPI
with molded cover OBSESSION Obsession
plates
28. Miniature circuit MDS MDS
Breakers INDO KOPP Indo Kopp
29. Earth leakage circuit INDO, KOPP Indo, Kopp
breakers ENGLISH ELECTRIC English Electric
30. MCCB distribution GEC GEC
Boards
31. Water level indicator ADVANCE Advance Auto Controls,
Kalkaji, New Delhi, Tel:
6221777
ACTIVE CONTROL
SYSTEM CESOR
32. Level controller ADVANCE Advance Auto Controls,
Kalkaji, New Delhi, Tel:
6221777
ACTIVE CONTROL
SYSTEM CESOR
33. Electronic sensing ADVANCE Advance Auto Controls,
probe Kalkaji, New Delhi, Tel:
6221777
ACTIVE CONTROL
SYSTEM CESOR
34. C.I. double flanged LABLINE Labline Industrial Valve
SOUNDER pattern Mfg. Co., Mumbai
valves for filter and NKI NK Udyog, Calcutta.
118
S.No Materials I.S:No. Brand Name Manufacturer
softener.
35. Chlorinator ALM ASIA LMI Pvt. Ltd, 34,
Veerbhadra St., Chennai -
600 034
TOSHKON Toshniwal, C-34/B, 2nd
floor, Kalkaji, New Delhi.
36. Water Flow Meter KENT / DESMESH S.S. Engineers Industries,
B-29, Sector-7, NOIDA,
Ph.: 91-525701, 91-
526941
37. Flexible Connectors KANWAL Kanwal Industrial Corpn.,
Delhi, Phone: 4460540-41
RESISTOFLEX Renuka Sales Corporation,
New Delhi – 110 049, Tel:
2625 7262/2626 2346
38. Electrical Panels DEVCO DEVCO ENGINEERS
MILESTONE MILESTONE
TRICOLITE TRICOLITE
39. Pressure Gauge FIEBIG FIEBIG

40 Sight Glass SAFEGUARD

41 Pressure Switches TAC INDFOSS


SWITZER

42 Pressure Gauge 3624 (CLI) FIEBIG

43 Battery EXIDE

44 Fire Pumps 1520 MATHER+PLATT

GRUNDFOS

KIRLOSKAR

45 Motors IS:325 / TAC WILO

GRUNDFOS

KIRLOSKAR

46 Flow Meter SWITCH

SYSTEM SENSOR

DENFOSS

47 Suction Strainer SANT

EMERALD
DASMESH
48 Vibration Eliminator Connectors KANWAL
RESISTOFLEX
49 Flow Switch POTTER
119
SYSTEM CENSOR
JOHNSON CONTROL
50 INSTALLATION CONTROL VALVE TYCO

GLOBE

VIKING

51 Flexible Drop & Support NEWAGE


VICTAULIC
VIKING

52 Diesel Engine IS:10000 KIRLOSKAR

ASHOK LEYLAND
CUMMINS

IMPORTANT INSTRUCTION FOR QUALITY OF WATER

The successful contractor will have to carry out a test of raw water from all the sources of water for the
Commercial, Residential & apartment at their own cost from a reputed lab as approved by the Engineer-in-
Charge / Consultant. On the basis of these results the contractor has to submit his shop drawings, design
calculations and specifications accordingly.

Please note that it is ultimately the responsibility of the contractor to provide treated water for different use as
per International Standard as given in the attached guidelines.

REQUIRED QUALITY OF TREATED WATER

120
121
uohu vks[kyk vkS|ksfxd fodkl izkf/kdj.k
eq[; iz’kklfud Hkou] lSDVj&6] ukS,Mk
i=k¡d % ukS,Mk@v-eq-dk-v-@2015@1581
fnuk¡d % 28 tuojh] 2015

dk;kZy; vkns’k
ukS,Mk izkf/kdj.k esa #0 10-00 yk[k ls vf/kd /kujkf’k ds dk;ksZa dh fufonk dks bZ&fufonk izfØ;k ds ek/;e ls
vkeaf=r fd;s tkus gsrq tkjh dk;kZy; vkns’k la0 ukS,Mk@eq0dk0v0@eq0i0v0@2014@1455 fnuk¡d 01-12-2014 ds Øe esa
bZ&fufonk esa Hkkx ysus gsrq pfj= izek.k i= tek djus dh ‘krZ dks nks ekg ds fy;s LFkfxr fd;k x;k gS] tks fd fnuk¡d 28-01-
2015 ls nks ekg rd ykxw jgsxkA
mUgha fufonkdkjksa dh fufonkvksa ij fopkj fd;k tk;sxk] tks fufonkdkj] ftyk eftLVªsV dk;kZy; esa izLrqr ^pfj=
izek.k i= vkosnu^ ds laca/k esa lk{; izLrqr djsaxs fd muds }kjk vkosnu ns fn;k x;k gS rFkk ;g ‘kiFk i= Hkh nsaxs fd ;fn
muds }kjk mDr pfj= izek.k i= fnuk¡d 28-03-2015 rd izLrqr ugha fd;k tkrk gS] rks mudh fufonk;sa fujLr le>h tk;s ,oa
pfj= izek.k i= izLrqr djus ls iwoZ vuqcU/k xBu@Hkqxrku vkfn dh dk;Zokgh u dh tk;sA
mijksDr vkns’k eq[; dk;Zikyd vf/kdkjh egksn; ds vuqeksnuksijkUr tkjh fd;ss tk jgs gSaA

-Sd-
¼oh0ds0 iaokj½
vij eq[; dk;Zikyd vf/kdkjh
ukS,Mk

122
New Okhla Industrial Development Authority

G.P.W. FORM -9
Approved U.P. Govt. vide D.O.
No. 6628-A-C-23-S.N.

Anubhag 9-19 AC/1969 Dated 09-03-72

and also

AMMENDED VIDE CE'S LETTER 1921/MT62/1973/Dt. 30-03-74

- NOTE -

Please read the following: -

1. NOIDA in place of Governor, U.P.


2. Chief Executive Officer in place of Chief Engineer, UPPWD.
3. Chief Project Engineer in place of Superintending Engineer.
4. Assistant Project Engineer in place of S.D.O./Assistant Engineer.

123
CHAPTER: VII; PARA 371
GENERAL CONDITIONS OF CONTRACT
(1) The 'Contract' means the document forming the tender and acceptance thereof and the formal agreement
executed between the Governor of Uttar Pradesh and the Contractor together with the documents referred to
therein including these condition, the specifications, designs, drawings and instructions issued from time to time
by the Engineer-in-Charge and all these documents taken together shall be deemed to form on contract and shall
be complementary to another.
(2) In the contract, the following expressions shall unless the context otherwise requires have the meaning herewith
respectively assigned to them: -
(a) The 'Work or Works' shall unless there be something either in the subject or context repugnant to such
construction, shall be construed and taken to mean the work by or by virtue of the context to be executed
whether temporary of permanent and whether original, altered substituted or additional.
(b) The 'Site' shall mean the land and/or the other places on, into or through which works is to be executed under
the contract or any adjacent land path or street which may be allotted or used for the purpose of carrying out the
contract.
(c) The 'Contractor' shall mean the individual or firm company whether incorporated or not undertaking the
works and shall include the legal personal representative of such firm or company and the permitted assign of
such individual or firm or company.
(d) The 'Governor' shall mean the Governor of Uttar Pradesh.
(e) The 'Engineer-in-Charge' shall mean the Divisional Officer, the District Engineer, the S.D.O., the Assistant
Engineer as the case may be who shall supervise and in charge of the work.
(f) The 'Government' shall mean the Government of Uttar Pradesh
(g) The 'Chief Engineer' shall mean Chief Executive Officer.
(h) The 'Estimated Cost' shall mean the cost of the work or work as estimated on the basis of the tendered rate or
rates agreed upon to between the parties to contract.
(i) The 'Department' shall mean NOIDA, U.P., words imparting the number include the plural number and vice-
versa.
CLAUSE 1: The Contractor shall permit Government at the time of making any payment to him for work done
under the contract to deduct 10% or all money as payable on account of security deposit until such
Security deduction as along with the sum already deposited as ernest money (to be adjusted in the last
Deposit deduction) will mount.
(i) In case of works estimated to cost up to Rs. 1,00,000/- to 10% of estimated cost.
(ii) In case of works estimated to cost up to more than Rs. 1,00,000/- and up to Rs. 2,00,000/- to
10% on the first Rs. 1,00,000/- and 7.5% on the balance.
(iii) In case of works estimated to cost more than Rs. 2,00,000/- 10% on the first Rs. 1,00,000/-
7.5% on the another Rs. 1,00,000/- and 5% on the balance but rate of deduction from each running
bill shall be @ 10% till full recovery of full security amount. He is/they are excepted from payment
of security deposit on individual case or has/ have deposited the security at rates mentioned above in
case or in the form of government securities or fixed deposit receipt or guarantee bond of any
scheduled bank in India. If the security is furnished in the form of guarantee bonds, the contractor
undertakes to renew to furnish fresh guarantee to cover the period of time extension, if any, and
failure on his part to do so shall be considered as a breach of this contract and without prejudice to
any other remedy provided in the conditions the Engineer-in-Charge shall have the right to withhold
payment and deduct the entire security amount from any money becoming payable to the
Contractor.
The amount of the security money shall, if not withheld on account of breach of contract, be
refunded after Twelve months (except resurfacing work of road) / Twenty four months from the date
of the completion of the works or after payment of the final bill, whichever later provided that in
case that payment of the final bill, is not made within Twelve months of the completion of the
work 75% of the amount of the security money can be refunded with the prior approval of the
authority next higher to the person accepting the contract on behalf of the Government.
All compensation or other sum of money payable by the Contractor to Government under the terms
this contract may be deducted from or paid by sale of a sufficient part his security deposit, or from
the interest arising there from or from any sums which may be due to or may become due to
contractor by Government on any account whatsoever, and the event of his security deposit being

124
reduced by reason of any such deduction or sale as aforesaid, the contractor shall within ten days
thereafter make good in cash or Government securities endorsed as aforesaid any sum or sum which
they may have been deducted, from or raised by sale of his security deposit or any part thereof.
COMPENSATION FOR DELAY
CLAUSE 2: The time allowed for carrying out the work as entered in the tender shall be strictly observed by the
contractor and shall be reckoned from the date on which the order to commence work is given to the
contractor. The work shall throughout the stipulated period of the contract be proceeded with all due
diligence [time being deemed to be the essence of the contract on the part of Contractor [and the
Contractor shall pay as compensation an amount equal to one per cent of such smaller amount as the
authority next higher to the officer accepting the contract on behalf of the Govt. [whose decision in
writing shall be final may decide on the amount of the estimated cost of the whole work shown by
the tender for every day that the work remains uncommenced or finished after the proper dates and
further to ensure good progress during the execution of the work, the Contractor shall be bound, in
all cases in which the time allowed for any work exceeds one month to complete one fourth the
value of the whole of the work within 274 Days from the date of written order to commence the
work, on half the value of the work within 548 Days from such date and three fourth the value of the
work within 822 Days from such date. In the event of the Contractor failing to comply with this
condition, he shall be liable to pay as compensation an amount equal to one per cent or such smaller
as the Competent Authority [whose decision in writing shall be final] may decide on the said
estimated cost of the whole work for every day that the due quantity of work remains incomplete.
Provided that before taking action under this clause Competent Authority shall give a notice of 15
days in writing to the Contractor and provided always that the entire amount of compensation to be
paid under the provision of this clause shall not exceed the maximum amount or security as
specified in clause]
[To be stuck off in all cases when the time allowed for completion does not exceed one month.]
CLAUSE 3: The officer accepting the contract on behalf of the Government or the Engineer-in-Charge shall have
the power without prejudice to his right against the contractor in any respect of any breaches of the
Action when contract and without prejudice to any rights or remedies under any of the provision of this contract
whole of otherwise and whether the date of completion has or has not lapsed by notice in writing, to
security deposit determine the contract in any of the following cases:
is forfeited
1. (a) If the Contractor having been given by the Engineer-in-Charge a notice in writing [which notice
under the hand of the Engineer-in-Charge] communicated through the Sub-Divisional Officer /
Distt. Engineer / Assistant Engineer shall be conclusive evidence to rectify, reconstruct or
replace any defective work or any work damaged by any reason whatsoever or that the work is
being performed in any inefficient or otherwise improper or un-workman like manner shall omit
to comply with the requirements of such notice of a period of seven days of such notice or if the
Contractor shall delay or suspend the execution of work so that other in the judgement of the
Engineer-in-Charge (which shall be final and binding) he will be unable to secure completion of
the work by the date of completion or he has already failed to complete the work by the date.
(b) If the Contractor being a company shall pass a resolution or the court shall make an order that
the company shall be wound up or if a receiver or a manager on behalf of a creditor shall be
appointed or it circumstances shall arise which entitle the court or creditor to appoint a receiver
or Manager or which entitle the court make a winding up order.
(c) If the Contractor commits breach of any of the terms and conditions of this contract other than
those mentioned in Sub Clause (a) above.
(d) If the Contractor commits any facts mentioned in Clause 21 hereof.
(e) When the Contractor has made himself liable of action under any of the cases aforesaid the
officer accepting the contract on behalf of the Govt. or the Engineer-in-Charge shall have
powers to adopt any one or more of the following courses as he may deem best suited to the
interest of the Govt.
(i) To determine or rescind the contract as aforesaid (of which termination rescission notice in
2.
writing to the Contractor under the hand of the Engineer-in-Charge or communicated through
S.D.O. / Distt. Engineer / Assistant Engineer shall be conclusive evidence upon such determination
or rescission the security deposit of Contractor shall be liable to be forfeited and shall be absolutely
at the disposal of the Govt.
(ii) To employ labour paid by the department and so supply materials to carry out the works or any
part of the work debiting the Contractor with the cost of the labour and price of the materials of the
amount of which cost and price the certificate under the hand of the Engineer-in-Charge
communicated through the Sub Divisional Officer / Distt. Engineer / Assistant Engineer shall be
final and conclusive against the Contractor) and crediting him with the value of the work done in all
respects in the same manner terms of his contract. The certificate of the Engineer-in-Charge as to

125
the value of the work done shall be final and conclusive against the Contractor provided always that
action under this Sub Clause shall only be taken after giving notice in writing to the Contractor
provided also that if the expenses incurred by the Department are less than the amount, payable to
the Contractor at his agreement rates, the difference shall be paid to the Contractor.
(iii) After giving notice to the contract to measure up the work of the contractor and to take such
part thereof as shall be unexecuted out of his hands and to give to another contractor to complete in
which case any expenses which may be incurred in excess of the sum which would have been paid
to the original contractor if the whole work had been executed by him (of the amount of which
excess the certificate in writing of the Engineer-in-Charge shall be final and conclusive) shall be
borne and paid by the original Contractor and may be deducted from any money due to him by the
Government under this contract or on any other account whatsoever or from his security deposit or
the proceeds sales thereof or a sufficient part thereof as the case may be.
(3) In the event of any one or more of the courses mentioned in Sub Clause (2) above being adopted
by the Engineer-in-Charge the Contractor shall have no claim to compensation for any loss
sustained by him by reason of his having purchased or procured any material or entered into any
engagement or made any advances on account or with a view to the execution of the work or the
performance of contract and in case action us under any of the provisions aforesaid the Contractor
shall not be entitled to recover or be paid any sum for any work thereof actually performed under
this contract unless and until the Engineer-in-Charge has certified in writing the performance of
such work and the value payable in respect thereof and he shall only be entitled to be paid the value
so certified.
CLAUSE 4: In any case, in which any of the powers conferred upon the officer accepting the contract on behalf
of the Govt. or the Engineer-in-Charge by Clause (3) here of shall have become exercisable and the
Contractor same are not exercised, the non-exercise thereof shall not constitute a waiver of any of the
remains liable conditions hereof and such power shall not withstanding be exercisable in the event of any future
to pay case of default by Contractor for which by any clause or clauses hereof he is declared liable to pay
compensation of compensation and the liability of the contractor for past and future compensation shall remain
action not taken unaffected. In the event of the Engineer-in-Charge putting in force all or any of the power vested in
under Clause him under the proceeding Clause the Engineer-in-Charge may if he so desires take possession of all
(3) or and tools, plant, materials or and stores in or upon the works or the site thereof or belonging to
power to take the contractor or procured by him and intended to be used for execution of the work or any part
possession of or thereof paying or allowing for the same in account at the contract rates in the case of these not being
require removal applicable at current market rates to be certified by the Engineer-in-Charge whose certificate thereof
of or sell shall be final otherwise the Engineer-in-Charge may by notice in writing to the Contractor or his
contractor's clerk of the works, foreman or other authorized agent require him to remove such tools, plants,
plant materials or stores from the premises (within a time to be specified in such notice), ad in the event
of the Contractor failing to comply, with any such requisition the Engineer-in-Charge may remove
at Contractor's expenses or sell them by auction or private sale on the account of the Contractor and
at his risk in all respects, and the certificate of the Engineer-in-Charge as to be expense of any such
removal and the amount of the proceeds and expense of any sale shall be final and conclusive
against the Contractor.
CLAUSE 5: If the contractor shall desire an extension of the time for completion of the work on the grounds of
his having been unavoidable hindered in its execution or any other grounds, he shall apply in writing
Extension of to the officer accepting the contract on behalf of the Govt. through the Engineer-in-Charge and a
Time copy thereof is sent to the Engineer-in-Charge within 30 days of the date of the hindrance of account
of which he desires such extension as aforesaid, and the competent authority shall if in his opinion
(which shall be final) reasonable grounds be shown therefore authorize such extension of time if any
as may, in his opinion be necessary or proper. Provided always that if the contractor extended date,
as the case may be without obtaining approval for extension as aforesaid the right of the Govt. to
claim compensation under Clause 3 shall not be deemed to have been waived.
CLAUSE 6: On completion of the works, the contractor shall send a registered notice to the Engineer-in-Charge
giving the date of completion and sending a copy of it to the officer accepting the contract on behalf
Final Certificate of the Govt. and shall request the Engineer-in-Charge to give him a certificate of completion but no
such certificate shall be given nor shall the work be considered to be completed until the contractor
shall have removed from the site on which the work shall be executed, all scaffolding, surplus
materials and rubbish and cleared of the dirt from all wood work, doors, windows, walls, floors, or
other parts of any building in, upon or about which the work is to be executed or of which he may
have possession thereof he had filled upon the pits. If the Contractor shall fail to comply with the
requirements of this clauses as to removal of scaffolding, surplus materials & rubbish and cleaning
of dirt and filling of pits on or before the date fixed for completion of the work the Engineer-in-
Charge may at the expense of the Contractor remove such scaffolding, surplus materials & the
rubbish and dispose of the same as he thinks fit and clean off such dirt and fill the pits as aforesaid
and the contractor shall forthwith pay the amount of all expenses so incurred and shall have claim in
respect of any such scaffolding or surplus materials as aforesaid except for any sum actually realized
126
by the sale thereof. On completion, the work shall be measured by the Engineer-in-Charge himself
or through his subordinates whose measurement shall be binding and conclusive against the
Contractor, provided that if subsequent to the taking of measurement by the subordinate as aforesaid
the Engineer-in-Charge had reason to believe that the measurement taken by his subordinates are not
correct, the Engineer-in-Charge shall have the power to cancel the measurement already taken by
his subordinates and acknowledged by the contractor and to take measurement again after giving
reasonable notice to the Contractor and such re-measurements shall be binding on the Contractor
(Ten days will apply towards delete whichever not applicable)
Within ten/thirty days of the receipt of the notice Engineer-in-Charge shall inspect the work and if
there is visible no defect the face of the work, shall give the Contractor a certificate of completion. If
the Engineer-in-Charge finds that the work has been fully completed, it shall be mentioned in the
certificate so granted if on the other hand it is found that there are certain visible defects to be
removed the certificate to be granted by Engineer-in-Charge shall specifically mention the details of
the visible along with the estimate of the cost for removing these defects. The final certificate of
work shall be given after the visible defect pointed out above has been removed.
CLAUSE 7: No payment shall be made for works estimated to cost less than rupees one thousand till after the
whole of the work shall have been completed and a certificate of completion given, but in the case
Payment on of weeks estimated to cost more than rupees one thousand, the contractor shall on submitting the bill
intermediate thereof be entitled to receive a monthly payment proportionate to the part thereof than approved and
certificate to be passed by the Engineer-in-Charge whose certificate of such approval & passing of the same so
regarded as payable shall be final and conclusive against the Contractor but all such intermediate payments shall
advance be regarded as payments by way of advance against the final payments and only not as payments for
work actually done and shall not preclude the requiring of bad, unsound and imperfect or unskilled
work to be removed and taken away and reconstructed, or re-erected, or it shall not be considered as
an admission of the due performance of the contract or any part thereof in any way in respect of the
occurring of any claim nor shall it conclude, determine of affect in any way the powers of the
Engineer-in-Charge under these conditions or any of them as to the settlement and adjustment of the
accounts or otherwise or in any way other vary or effect the contract.
The final bill shall be submitted by the Contractor within one month of the date fixed for completion
of the work or on the date of the certificate of completion furnished by the Engineer-in-Charge and
payment shall be made within three months of the submission of such bills if the amount of the
contract plus that of the additional items is up to Rs. 2 Lac and in six months if the same exceeds Rs.
2 Lac. If there shall be any dispute about any item or items of the work than the undisputed item or
items only shall be paid within the said period of three months or six months or as the case may be.
The Contractor shall submit a list of the disputed items within 30 days from the disallowance
thereof and if he fails to do so his claim shall be deemed to have been fully waived and absolutely
extinguished.
CLAUSE 8: A bill shall be submitted by the Contractor each month on or before the date fixed by the Engineer-
in-Charge for all works executed in the previous months and the Engineer-in-Charge shall take or
Bill to be cause to be taken the requisite measurement for the purpose of having the same verified, and the
submitted claim as far as admissible, adjusted if possible before the expiry of ten days from the presentation of
monthly the bill if the Contractor does not submit the bill within the time fixed as aforesaid the Engineer-in-
Charge get the said work measured up in the presence of the Contractor whose countersignature to
the measurement list will be sufficient warrant, and the Engineer-in-Charge may prepare a bill from
such list which shall be binding on the Contractor in all respects.
CLAUSE 9: Before taking any measurement of any work as has been referred to in Clause 6, 7 and 9 hereof the
Engineer-in-Charge or a subordinate deputed by him shall give reasonable notice to the Contractor.
Contractor to be If the Contractor fails to attend at the time of measurements after such notice or fails to countersign
given a week to or to record to difference within a week from the date of measurement in the manner required by the
file objection to Engineer-in-Charge or by the subordinated deputed by him as the case may be shall not withstand
the the provision in Clause 8 be final and binding on the Contractor and the Contractor shall have no
measurements right to dispute the same.
recorded by the
dept.
CLAUSE 10: The Contractor shall submit all bills on the printed forms to be had on applications at the office of
the Engineer-in-Charge and the charges in the bills shall always be entered at the rates specified in
Bill to be on the tender or in the case of any extra work ordered in pursuance of these conditions and not
printed form mentioned or provided for in the tender at the rates thereinafter provided for such work.
CLAUSE 11: If the specification of estimate of the work provides for the use of any special description of
materials to be supplied from the Engineer-in-Charge's store or if it is required that the Contractor
Store supplied shall use certain stores to be provided by the Engineer-in-Charge (such materials and stores and the
by Govt. price to be charged, therefore, as hereinafter mentioned being so far as practicable for convenience
of the Contractor, but not so as in any way to control the meaning or effect of this contract, specified
in the schedule or memorandum hereto annexed) the Contractor shall be supplied with such
127
materials and stores as are required from time to time to be used by him for the purpose of the
contract only and the value the full quantity of materials and stores so supplied at the rates specific
in the said schedule or memorandum may be set off or deduced from any sums then due, or
thereafter to become due to the Contractor under the contract or otherwise or against or from the
security deposit, or the proceeds of sale thereof if the same is held in Government securities, the
same or a sufficient portion thereof being in this case sold for the purpose. It shall be the
responsibility of the Contractor to ascertain from time to time from the Engineer-in-Charge about
the position of the availability of the materials as aforementioned and any delay on the part of the
Engineer-in-Charge to arrange supplies of the same shall not entitle the Contractor to any
compensation but in the event of all such delays the Contractor shall be granted reasonable
extension of time. All materials supplied to the Contractor are the property of the Contractor but
shall not on any account be removed from the site of the work except with the written permission of
the Engineer-in-Charge or under his order and shall at all times be open to inspection by the
Engineer-in-Charge and such materials unused and in perfectly good condition at the time of the un-
completion or determination of the contract may, by special arrangement, be taken over by
Government at the prevailing market rates if required for use on other works in progress provided
that the price allowed shall not exceed the amount charged to the contractor.
CLAUSE 12: The contractor shall execute the whole and very part of the work in the most substantial and
workman like manner and both as regards materials and otherwise in very respect in strict
Work to be accordance with the specifications. The Contractor shall also confirm exactly fully and faithfully to
executed in the designs drawings and instructions in writing relating to the work signed by the Engineer-in-
accordance with Charge and lodged in his office, and to which the Contractor shall be entitled to have access to such
specifications office for the purpose of inspecting during office hours, and the Contractor shall be furnished free of
drawings orders charge one copy, or the specifications and of all such designs, drawings and instructions as are not
etc. included in the detailed P.W.D. specifications for building and roads enforced from time to time or
any other printed publications on general specifications referred to elsewhere in the contract.
CLAUSE 13: The Engineer-in-Charge shall have power to make any alteration in, omission from, additions to or
substitutions for the original specifications drawings, designs, instructions that may appear to him be
Alteration in necessary during the progress of the work and the Contractor all carry out the work in accordance
specifications with any instructions which may be given to him in writing signed by the Engineer-in-Charge and
and designs do such alterations, omissions, additions or substitutions shall not invalidate the contract and any
not invalidate altered, additional or substituted work which have the Contractor may be directed to do in the
contract. manner above specified as part of the work shall be carried out by the Contractor on the same
conditions in all respects in which he agreed to do the main work.
The time of the completion of the work shall be extended in the proportion the altered, additional or
substituted work bears to the original contract work and the certificate of the Engineer-in-Charge
Extension of shall be conclusive as to such proportion over and above this, a further period to the extent of 25%
time of the time so extended may be allowed to the Contractor. The rate for such additional, altered or
inconsequence substituted work under this Clause shall be worked out in accordance with the following provisions
of alterations in their respective order.
(i) If the rates for the additional, altered or substituted work are not specified in the contract
for the work, the Contractor is bound to carry out the additional, altered or substituted work
of the same rates as are specified in the contract for the work.
(ii) If the altered, additional or substituted work included any work for which no rates are
specified in the contract for the work or cannot be derived from the similar class of work in
the contract then such work shall be carried out at the rates entered in the Schedule of Rats
for D.S.R.-2012 excluding the cost of cement and steel. District minus/plus percentage
which the total tendered amount bear to the estimated cost of the entire work put to tender.
(iii) If the rates for the additional, altered or substituted works are not specifically provided in
the contract for the work, the rates will be derived from the rates similar Class of work as
are specified in the contract for the work.
(iv) If the rates for the altered, additional or substituted work cannot determine the manner
specified in such Clauses (i) to (iii) above then the rates for such work shall be worked out
on the basis of the schedule of rates of the District specified above minus/plus the
percentage with the total tendered amount bears to the estimated cost of the entire work put
to tender provided always that the rate for a particular part or parts will be determined by
the officer accepting the contract on behalf of Government on the basis of the prevailing
market rates when the work was done.
(v) If the rates for the altered, additional or substituted work cannot be determined in the
manner specified in sub clause (i) to (iv) above the Contractor shall within 7 days of the
date of receipt of the order to carry out the work inform the officer accepting the contract
on behalf of the Government of the rate which it is his intention to charge for such class of
work supported by analysis of rates or rates claimed and the Superintending Engineer shall
128
determine the rate or rates on the basis of the prevailing market rates and pay the contractor
accordingly. However, the officer accepting the contract on behalf of the Government by
the notice in writing will be at liberty to cancel his order to carry out such class of work
and arrange to carry out in such manner as he may consider advisable but under no
circumstances, the Contractor shall suspend the work on the plea of non-settlement of rates
of items falling under the clause.
The rates sub clause (i), (ii) and (iii) shall be worked out by the officer accepting the contract on
behalf of the Government.
CLAUSE 14: If at any time after the commencement of the work the Government of Uttar Pradesh or Chief
Engineer for reason whatsoever not require the whole work or part work thereof as specified in the
No tender to be carried out, the Engineer-in-Charge shall give notice in writing of the fact to the
compensation or contractor who shall have no claim to any payment or compensation whatsoever on account of any
alteration in or profit or advantage, which he might have derived from the execution of the work in full, but which
restriction work he did not derive in consequence of the full amount of the work not having been carried out, neither
to carried out. shall he have any claim for compensation by reason of any alteration have been made in the original
specifications, drawings, designs and instructions which shall involve any curtailment of the work as
originally contemplated nor shall he have any claim to compensation by reason of his having
purchased or procured materials with a view to execution of the work or the performance of the
contract but the Engineer-in-Charge shall have the option either to take over the materials at site, of
approved quantity and not in excess of the requirements of the work and to pay to Contractor the
actual cost thereof the amount of which cost a certificate by the Engineer-in-Charge shall be binding
on the Contractor in the event of this option not being exercised the Contractor may submit to the
Engineer-in-Charge within one month of the date of the order closing down the work a detailed
statement of the loss that the estimates he will sustain by removing, selling or otherwise disposing of
the materials. The estimate will be forwarded to the Chief Engineer who will decide what sum if any
should as matter of grace be paid to the Contractor to compensate him for the loss suffered by him
and the decision of Chief Engineer shall be final and binding on the Contractor.
CLAUSE 15: If it shall appear to the Engineer-in-Charge or his subordinate in charge of the work that any work
has been executed with unsound, imperfect or unskilled workmanship or with materials of any
Action & inferior description or that any materials or articles provided by him for the execution of the work
compensation are unsound or of quantity inferior to that Contractor shall on demand in writing from the Engineer-
payable in case in-Charge specifying the work, material or articles complained/of not withstanding that same may
of bad work have been inadvertently passed, certified and paid for forthwith rectify or removed and reconstruct
the work so specified in whole or in part, as the case may require or as the case may be remove the
materials or articles so specified and provide other proper and suitable materials or articles at his
own proper charge and cost and in the event of his failing to do so within a period to be specified by
the Engineer-in-Charge in his demand aforesaid then the Contractor shall be liable to pay
compensation at the rate of one per cent on the amount of the estimate for every day not exceeding
ten days, while his failure to do so shall continue, and in the case of such failure the Engineer-in-
Charge may rectify or remove and re-execute the work or remove any replace with others the
materials or articles complained of as the case may be at the risk and expenses in all respects of the
Contractor.
CLAUSE 16: Government shall have the right to accept at reduced rate, sub-standard or defective work and to
cause an audit and technical examination of the works and the running & final bills of the
Acceptance of Contractor including all.
sub-standard
work and Supporting vouchers, abstracts etc. to be made before or after the payment of the final bills and if as
causing a result of such acceptance of substandard or defective work, audit and technical examination, any
technical sum is found to have been over paid in respect of any work done by the Contractor under the
examination of contract or any work claimed to have been done by him under the contract, but found not to have
work. been actually executed the contractor shall be liable to refund the amount of the over payment and
that shall be lawful for Government to recover the same from him in the manner prescribed in clause
(i) above or in any other manner legally permissible, and if it is found that the Contractor was paid
less than what was due to him under the contract in respect of any work executed by him under it,
the amount of such under payment may be duly paid by the Government to the Contractor.
CLAUSE 17: Provided that the sub standard or defective work accepted is not considered to be seriously defective
by the Engineer-in-Charge and the rate of the work so accepted is suitably reduced by him to
Work to be compensate the Government and such reduction is binding on the Contractor.
opened to
inspection. All works under or in the course of execution or executed in pursuance of the contract shall at all
Contractor or times be open to the inspections and supervision of the Engineer-in-Charge and his subordinates and
responsible the contractor shall at all times during the usual working hours and at all other time at, which
agent to be reasonable notice of intention of the Engineer-in-Charge or his subordinate to visit the works shall
present. have been given to the Contractor either himself be present to receive orders and instructions, or
have a responsible agent duly accredited in writing present for that purpose. Order given to the
129
Contractor's agent shall be considered to have same force as if they had been given to the Contractor
himself.
CLAUSE 18: The Contractor shall give not less than five days notice in writing to the Engineer-in-Charge or his
subordinate in charge of the work before covering up or other wise placing beyond the reach of the
Notice to be measurement any work in order that the same may be measured any correct dimension thereof be
given before taken before the same is so covered up or placed beyond the reach measurement and work without
work is covered the consent in writing of the Engineer-in-Charge or his subordinate in charge of the work, and if any
up. work shall be covered up or place beyond the reach of measurement without such notice having
been given or consent obtained the same shall be uncovered at the Contractor's expense, or in
default thereof no payment or allowance shall be made for such work or the material with which the
same was executed.
CLAUSE 19: If the Contractor or his work people or servants shall break, deface or destroy any part of a building
on or in which they may be working or any building road, fence enclosure or grass land or cultivated
Contractor ground contiguous to the premises on which the work or any part thereof is being executed or if any
liable for damage shall happen to the work while in progress from any case whatsoever, or any defect
damage done &
shrinkage or other faults appear in it within Twelve months after a certificate final or otherwise of
for
its completion shall have been given by the Engineer-in-Charge as aforesaid the Contractor shall
imperfections
make the same good at his own expense or in default the Engineer-in-Charge may cause the same to
for Twelve be made good by other workman and deduct the expense [of which the certificate of the Engineer-
months after in-Charge shall be final from any same that may than or at any time thereafter become due to the
certificate Contractor or from his security deposit or the proceeds of sale thereof a sufficient portion thereof or
any other manner legally permissible.
CLAUSE 20: The Contractor shall supply at his own cost all materials (except such special materials, if any, as
may in accordance with the contract be supplied from the Engineer-in-Charge's stores) plant, tools,
Contractor to appliances, implements, ladders, cordage, tackle scaffolding and temporary works requisite for the
supply plant, proper execution of the work, whether original, altered substituted and whether included in the
ladders, specifications or other documents forming part of the contract referred to in these conditions or not
scaffolding etc. which may be necessary for the purpose of satisfying or complying with the requirements of the
Engineer-in-Charge as to any matter as to which under these conditions he is entitled to be satisfied
or which he is entitled to require together with carriage, therefore, to and from the work. The
Contractor shall also supply without charge the requisite under of persons with the means and
materials also necessary for the purpose of setting out works and counting, weighing and assisting in
the measurement or examination at any time and from time to time the work or materials. Failing his
so doing the same may be provided by the Engineer-in-Charge at the expense of the Contractor and
the expenses may be deducted from any money due to the Contractor under the contract or from his
security deposit or the proceeds of sale thereof or of a sufficient portion thereof.
The Contractor shall also provide all necessary fencing, lights required to protect arising from the
public from accident, and shall be bound to bear the expenses of defence of every suit action or
other proceedings at law what may be brought by any person for injury sustained owing to neglect
of the above precautions, and to any such person, or which may with consent of the Contractor be
paid to compromise any claim by any such person. If any equipment is issued departmentally rent
will be recovered from the contractor's bill at current rates fixed by the Chief Engineer. The terms of
such issue to be ascertained by the Contractor from the Engineer-in-Charge in writing in advance.
CLAUSE 21: The contract shall not be assigned or subject without the written approval of the officer accepting
the contract on behalf of the Government and if the Contractor shall assign or subject his contract or
Work not to be attempt so to do, or become insolvent or commence any insolvency proceedings or make any
sublet contract composition with his creditors or attempt so to do, of if bribe, gratuity, gift, loan perquisite, reward
may be rescind or advantage pecuniary or otherwise shall either directly or indirectly be given, promised or offered
& security by the Contractor or nay of his servants or agents to any public office or person in the employ of
deposit forfeited Government in any way relating to his officer or employment or if any such officer or person shall
for subletting, become in any way directly or indirectly interested in the contract, the officer accepting the contract
bribing or if on behalf of the Government may thereupon by notice in writing rescind the contract and the
Contractor security deposit of the Contractor shall thereupon stand forfeited and be absolutely at the disposal of
becomes Government and the same consequence shall ensue as if the contract had been rescind under Clause
insolvent. 3 hereof, and in addition the Contractor shall not be entitled to recover or be paid for any work
thereto or actually performed under the contract.
CLAUSE 22: The Contractor shall not for the execution of the work employ labour under 18 years of age and,
within the limits of any cantonment, any female labourer for every breach of this covenant the
Contractor shall be liable to pay by way of liquidated damages such sum not exceeding fifty rupees
as the Engineer-in-Charge may fix and the Engineer-in-Charge may recover such sum by deduction
from and sums which may be due or may at any time thereafter become due to the Contractor.
CLAUSE 23: (a) The Contractor shall pay to his labourers a fair wage and supply every labourer employed by
him with a wage card on which the rate of wages, the attendance and payments will be entered.
130
(b) The Contractor, before he commences work, shall past in a conspicuous place of the work a
notice giving the rates of wages, which shall not be less than the minimum wages and where no
minimum wage are applicable and wages will be such as may be certified as fair wages by the
Engineer-in-Charge and shall send a copy of the notice to the Engineer-in-Charge.
CLAUSE 24: The Contractor shall be bound by all statutory provisions with regard to the period for which wages
shall be paid and deduction from wages.
CLAUSE 25: The Contractor shall comply with all labour laws as applicable at the site of the work.
CLAUSE 26: In respect of all labour directly or indirectly employed in the work for the performance of the
Contractor's part of this agreement the Contractor shall comply with or cause to be complied with all
the directions issued by Government from time to time for the protection of health and sanitary
arrangements for workers employed by the department and its Contractor.
CLAUSE 27: Leave and pay during leave of all labour employed by the Contractor shall be regulated as follows.
Maternity (I) Leave
benefit rules for (i) In case of delivery, maternity leave not exceeding 8 weeks, 4 weeks up to and including the day
female workers of delivery and 4 weeks following that day.
employed by
Contractors (ii) In the case of miscarriage up to 3 weeks from the date of miscarriage.
Pay (i) In case of delivery leave pay during maternity leave will at the rate of women's average daily
earning calculated on the total wages earned on the days when full time work done during a period
of 3 months immediately preceding the date on which she gives notice that she expects to be
confined or at rate of seventy five paise a day whichever is greater.
(ii) In the case of miscarriage leave pay the rates of average daily earning calculated on the total wages
earned on the day when full time work was done during a period of three months immediately
preceding the date of such miscarriage.
(iii) Conditions for the grant of maternity leave: - No maternity leave benefit shall be admissible to
woman unless she has/shall employed for a total period not less than 6 months immediately
preceding the date on which she proceeds on leave.
In the event of the Contractor committing a default or breach of any of the provisions of C.P.W.D.
direction to Contractor for the protection of health and sanitary arrangements for the workers or
furnishing any information or submitting or filling any statement under the provisions of the above
directions which is materially incorrect, the Contractor shall without prejudice to any other liability
pay to Government a sum not exceeding Rs. 50/- for every default or breach and in the event of the
Contractor defaulting continuously in this respect the penalty may be enhanced to Rs. 50/- per day
for each day of default subject to a maximum of 5% of the estimated cost of the work put to tender.
The decisions of the Engineer-in-Charge shall be final and binding on the parties
Should it appear to the Engineer-in-Charge that the Contractor is not properly observing and
complying with the said directions for the protection of health and sanitary arrangement for work
people employed by the Contractor (herein referred as the said direction) the Engineer-in-Charge
shall have power to give notice in writing to the contractor requiring that the said directions be
complied with and the amenities prescribed therein be provided to the work people within a
reasonable time to be specified in the notice. If the Contractor fails, within the period specified in
the notice, to comply as aforesaid, the Engineer-in-Charge shall have the power to provide the
amenities therein before mentioned at the cost of the Contractor. The Contract shall erect, make and
maintain at his expense and according to approved standards all necessary huts and sanitary
arrangements required for his work people on the site in connection with the execution of the work
and if the same do not have been erected or constructed according to the approved standards the
Engineer-in-Charge shall have power to give notice in writing to the Contractor (requiring that the
said huts and sanitary arrangements be remodeled and or reconstructed according to the approved
standards and if the Contractor fails to remodel or reconstruct such huts and sanitary arrangements
according to the approved standards within the period specified in the notice, the Engineer-in-
Charge shall have the power to remodel or reconstruct such huts and sanitary arrangements
according to the approved standards at the cost of the Contractor.
CLAUSE 28: The Contractor shall, at his own cost, provide his labour with a sufficient number of huts
(hereinafter referred to as the camp) of the following specifications on a suitable plot of land to be
approved by the Engineer-in-Charge.
1 (a) The minimum height of each hut at the eye level shall be 7 feet and floor areas to be provided will
be at the rate of the 30 sq.ft. for each member of the workers' family staying with the labour.
(b) The Contractor shall, in addition, construct suitably cooking place having a minimum area 6'x5'
adjacent to the hut for the family.

131
(c) The Contractor shall also construct temporary latrines and urinals for the use of the labourers each
on the scale of not less than four per each one hundred of the total strength separate latrines and
urinals being provided for woman.
(d) The Contractor shall construct sufficient number of bathing and washing places one unit for every
25 persons residing in the camp. These bathing and washing shall be suitably screened.
2 (a) All the huts shall have walls of sun-dried or burnt bricks laid in mud mortar or other suitable local
materials, as may be approved by the Engineer-in-Charge. In case of sun dried bricks the wall
should be plastered with mud gobri on both sides. The floor may be kachcha but plastered with mud
gobri and shall be at least 6 ft. above the surrounding ground. The roofs shall be laid with thatched
or any other materials as may be approved by the Engineer-in-charge and the Contractor shall
ensure that through the period of their occupation the roofs remain watertight.
(b) The Contractor shall provide each hut with proper ventilation.
(c) All doors, windows and ventilators shall be provided with suitable leaves for security purposes.
(d) There shall be kept an open space of at least 8 yards between the rows of huts which may be
reduced to 20 ft. according to the availability of size with the approval of the Engineer-in-Charge
back to back construction will be allowed.
3. Water The Contractor shall provide adequate supply of water for the use of labourers. The provisions shall
Supply not less than 2 gallons of pure and wholesome water per head per day for drinking purposes and 3
gallons of clean water per head for bathing and washing purposes. Where pipe water supply is
available, the supply shall be at stand posts and where the supply is from wells or river, tanks which
may be of metal or masonry shall be provided. The Contractor shall also at his own cost, make
arrangements for laying pipe lines for water supply to his labour camp from the existing main where
available and shall pay all fees and charge thereof.
4. Site The site selected for the camp shall be high ground, removed from jungle.
5. Disposal of The Contractor shall make necessary arrangement for the disposal of excreta from the latrines by
excreta trenching or incineration, which shall be according to the requirements laid down by the Local
Health Authority. If trenching or incineration is not allowed, the Contractor shall make
arrangements for the removal of excreta through the Municipal Committee/Authority and inform
about the number of labourers employed so that arrangement may be such Committee/Authority of
the removal of the excreta. All charges on this account shall be borne by the Contractor and paid
directly by him to Municipal Authority. The Contractor shall provide one sweeper for every eight
seats in case of dry system.
6. Drainage The Contractor shall provide efficient arrangements for drainage away sludge water so as to keep
the camp neat and tidy.
7. Light The Contractor shall make necessary arrangements keeping the camp area sufficiently lighted to
avoid any accident to the workers.
8. Sanitation The Contractor shall make arrangement for conservancy and sanitation in the labour camp according
to the rules of the Local Public Health and Medical Authorities.
CLAUSE 29: All sums payable by way of compensation under any of these conditions shall be considered as
reasonable compensation to be applied to the use of Government without reference to the actual loss
Sum payable by
way of
or damages sustained and whether or not any damage shall have been sustained.
compensation to
be considered as
reasonable
compensation
without reference
to actual fees.

CLAUSE 30: In the case of a tender by partners any change in the constitution of the firm shall be forthwith
notified by the Contractor to the Engineer-in-Charge for his information.
Change in
constitution of
firm

CLAUSE 31: All works to be executed under the contract shall be executed under the direction and subject to the
Works to be approval in all respect of the Engineer-in-Charge for time being who shall be entitled to direct at
under direction of what point or points in what manner they are to be commenced and from time to time carried on.
Engineer-in-
Charge
CLAUSE 32: (a) If the Contractor considers any work demanded of him to be outside the requirement of contract
or considers any record or ruling of the Engineer-in-Charge or of his subordinates be unfair, he
Protest shall immediately upon such work being demanded or such record or ruling being made ask in
132
writing for written instructions or decisions, whereupon he shall proceed without delay to
perform the work or conform to the procedure or ruling and within twenty days after date of
receipt of the written instructions or decision he shall file a written protest with the Engineer-in-
Charge stating clearly in detail the basis of his objections. Except for such protests or objections
as are made on record in the manner herein specified, and within the time limit, limit stated the
recorded rulings instructions or decisions of the Engineer-in-Charge shall be final and
conclusive. Instructions and/or decisions of the Engineer-in-Charge contained in letters
transmitting drawings to the Contractor shall be considered as written instructions or decisions
subject to protest or objection as wherein provided.
(b) If the Contractor is dissatisfied with the final decision of the Engineer-in-Charge in pursuance
of Clause 32 (a), the Contractor may within twenty eight days after receiving notice of such
decision give notice in writing requiring that the matter be submitted to arbitration and
furnishing detailed particulars of the dispute or difference specifying clearly the point at the
issue. If the Contractor fails to give such notice within the period of twenty eight days as
stipulated above, the decision of the Engineer-in-Charge shall be conclusive and binding on the
Contractor.
(c) Except where otherwise provided in the contract, all questions and disputes relating to the
meaning of the specifications, designs, drawings and instructions herein before mentioned and
to the quality of workmanship or materials used in the work or as to any other question, claim,
right or rates for extra items sanctioned and decided or not by the competent authority under the
conditions, of this contract matter or thing whatsoever in any was arising out of or relating to
the contract designs, drawings, specifications, estimates, instructions or order on these
conditions or otherwise concerning the work or the execution of failure to execute the same
whether arising during the progress of the work or after the completion or abandonment thereof,
shall be referred to the sole arbitration of the person or persons appointed by the C.E.O.
NOIDA. It will be no objection to any such appointment that the arbitrator so appointed is a
Government servant that he had to deal with the matter to which contract relates and that in the
course of his duties as Government servant, he had expressed views on all or any of the matters
in dispute or differences. The arbitrator to whom the matter is originally or subsequently
referred being incapacitated to act, the C.E.O. shall appoint another person to act as arbitrator in
accordance with the term of contract. It is also a term of this contract that no person other than a
person appointed by the C.E.O. as aforesaid/shall act as arbitrator and if for any reason, that is
not possible, the matter is not to be referred to the arbitration at all. The arbitrator(s) may from
time to time with consent of the parties enlarge the time for making and publishing the award.
Subject as aforesaid the provisions of the Conciliation Act, 1996 or any statutory modification or re-
enactment thereof and the rules made thereunder and for time being in force shall to the arbitration
proceeding under this clause.
The sole arbitrators shall be appointed by the C.E.O., NOIDA.
All dispute between the parties to the contract arising out of relating to the contract shall after
written notice by either party to the contract to the other party be referred to arbitration as above.
Unless the parties otherwise agree such reference shall not take place until after the completion,
alleged completion or abandonment of the work of the determination of the contract. The value of
arbitration shall be such a place or places as may be fixed by an arbitrator in his/theirs sole
discretion. Any suit or application for the enforcement of this arbitration clause shall be filed in the
competent court at Gautam Budh Nagar, no other court or any other district or Pradesh or outside
Uttar Pradesh shall have any jurisdiction in the matter. The award of the arbitrator shall be final,
conclusive and binding on both the parties to the contract.
CLAUSE 33: The Contractor shall obtain from the stores of the Engineer-in-Charge all stores and all imported
materials, if required to any considerable extent for the work or any part thereof or in making
Store imported articles required, therefore, or in connection therewith. The value of such stores and articles as may
from Europe to be supplied to the Contractor by the Engineer-in-Charge will be debited to the Contractor in his
be obtained account at the rate shown in the schedule attached to the contract and if they are not entered in the
from schedule, they will be debited at a cost price, which for the purpose of contract shall include the cost
Government. of carriage and all other expenses whatsoever which shall have been incurred in obtaining delivery
of the same at stores aforesaid. The Engineer-in-Charge may issue materials to Contractor from
existing stock if he asks for any in excess of those entered in the schedule. In such cases the price
charged must be stock rate or market rate whichever is greater.
CLAUSE 34: Except where otherwise provided in contract, all questions and disputes relating to the meaning of
the specifications, designs, drawings and instructions herein mentioned and as the quality of
Arbitrator workmanship of materials used on the work or as to any other questions, claim, right, materials used
or things whatsoever, in any way arising out or relating to the contract, designs, drawings,
specifications, estimates, instructions, under or these conditions or otherwise concerning the work or
the execution or failure to execute the same whether arising during the progress of the work or after
the completion or abandonment thereof shall be referred to the sole arbitration of the person
133
appointed by the C.E.O. of the work at the time of dispute. It will be no objection to any such
appointment that the arbitrator so appointed is a Government or Public servant that, he had to deal
with matters to which the contract relates and that in the course of his duties as Government/Public
servant he had expressed views on all or any of the matters in dispute of difference. In the event of
the arbitrator to who the matter is originally referred being transferred or vacating his office of being
unable to act for any such reason C.E.O. at the time such transfer, vacation of office or inability to
act shall appoint another person to act as arbitrator in accordance with the terms of the contract such
person shall be entitled to proceed with reference from the stage at which it was left by his
predecessors, it is also a term of his contract that no person other than a person appointed by the
C.E.O. should act as arbitrator and if for any reason that is not possible the matter is not to be
referred to arbitration at all.
The arbitration may from time to time with the consent of the parties enlarge the time for making
and publishing the reward.
Subject as aforesaid the provision of the Conciliation Act, 1996 or and statutory modification more
enactment thereof and the rules made there under and for the time being in force shall apply to the
arbitration proceeding under this clause.
CLAUSE 35: In the case of any class of work for which there is no specification in the contract or such work shall
be carried out in accordance with the detailed C.P.W.D. specification and in the event of there being
Action where no detailed specifications for the same work the work shall be carried out in all respects in
no specification accordance with the instructions and requirements of the Engineer-in-Charge.
is given
CLAUSE 36: The addition and deduction on account of the percentage referred to at page of the accepted tender
will be calculated on the gross and not the net amount of bills for work done.
Contractor's
percentage
CLAUSE 37: In every case in which by virtue of the provision of section 12 subsection (i) of workmen's
Compensation Act, 1923, Government is obliged to pay compensation to a workman employed by
Whether applied the Contractor or by any sub-contractor from him in the execution of the said work. Government
to net or gross will recover from the Contractor the amount of the compensation so paid and without prejudice to
amount of bills the rights of Government under section 2 sub section (2) of the said Act. Government shall be at
strike out this liberty to recover such amount or any part thereof by deducting it either from the security deposited
clause of an by the Contractor to his credit under clause (i) of these conditions or from any other sum due to
item rate Government from the Contractor whether under this contract or otherwise (2) Government shall not
contract be bound to contest any claim made against it, under section 12 sub section (1) of the said Act
except on the written request of the Contractor and upon his giving to Government full security for
all costs for which Government might become liable in consequence of contesting the claim.
CLAUSE 38: NO bricks for use on the work shall be manufactured within the limit of a Municipal, Cantonment or
Notified Area within half a mile of the site of work any bricks so manufactured may be rejected by
the Engineer-in-Charge.
CLAUSE 39: NO earth for filling or for any other purpose, shall be executed within half a mile of the site of work
except with the written permission of the Engineer-in-Charge and then only on condition that the
area in which such excavation is made shall be leveled and dressed by the Contractor at his own
expense in accordance with the instructions of the Engineer-in-Charge and in such a manner as to
prevent the formation of pool of stagnant water.
If the Contractor fails to comply with this condition the Engineer-in-Charge may cause the ground
to be leveled and dressed by other workmen and deduct expense (of which the certificate of the
Engineer-in-Charge shall be final)
CLAUSE 40: Without prejudice to any other remedy provided by NOIDA may recover all dues hereunder
agreement from the Contractor as arrears of land revenue.

CONTRACTOR OFFICER INVITING TENDER

134
E-TENDER NOTICE

E-Tenders are invited on behalf of Chief Executive Officer, Noida for the following works in Noida, Distt.- Gautam Buddha
Nagar. From contractors/firm of registered with Noida Authority, State PWD, CPWD, other govt./public sector undertaking etc. by the
undersigned. Earnest money is required in the shape of RTGS in prescribed bank accounts in favour of Noida only. The cost of bid
document/ e-Tender processing fee document with VAT is required in shape of RTGS in prescribed bank accounts in favour of Noida
and payble at Noida.
The tender shall be on two bid system, where techno-commercial details such as experience certificates, qualification
document etc. shall be verified first. The Tender of contractors who do not qualify the pre-qualification requirements shall be
summarily rejected and their price bids shall not be opened. The price bid of contractors who are found eligible in prequalification
shall be downloaded through E-Tender procurement solution after filling their details on the E-Tender portal.
As per office order No. Noida/ACEO/2013/CPE/1226 Dt. 02-09-13 contractor has to deposit additional performance
Guarantee/Security in shape of FDR/CDR/Bank Guarantee/NSC in case rate quoted below of Bill of Quantity (B.O.Q)@0.5% per one
percent upto 10% below rate and @1% per one percent on rate quoted beyond 10% below rate, valid for the complete contract period
by the Contractor before entering into contract bond.
Noida Authority can reject any or all tenders without assigning any reason. For taking part in E-Procurement Solution the
contractors are required to visit the E-Tender link on www.noidaauthorityonline.com.
.
Estimate cost, Date of Last date/ time of Date/Time of Date/Time of Place of
S. Job No./ Name of work cost of bid document / e- Release of E- receipt E- opening Pre- opening of opening of
No. Tender processing fee, tender in E- procurement with qualification part price bid E-tender
Earnest Money Precure-ment scan copy of RTGS through E-tender through E-
(Rs. In Lacs) Solution receipt with procurement tender
transanction Id for solution procurement
cost of bid solution
document/ e-Tender
processing fee and
EMD
1. 137/E-Tender/CME(C )/PE/WC- Rs. 2,48,08,97,584.00 27.05.2015 11.06.2015 15.06.2015 This Office of
I/2014-15 Up to 17.00 PM at 13.00 PM information Tender Cell
Construction of office Building Rs. 11,000/- (Including shall be administrati
for Noida Authority at Sector-96, Vat) displayed on ve Office
Noida Rs. 2,60,57,500.00 the website Sector-06
after two Noida
working days
of opening of
prequalificatio
n documents.

The Tender document shall be available at the E-tender link on website of Noida Authority at
www.noidaauthorityonline.com and at UP Electronics Corporation website https://etender.up.nic.in Interested bidders are requested to
regularly visit the websites and update themselves with regard to any change or additional information related to the tender.

(Incharge Tender Cell)


Noida
Office:-
Tender Cell
Administrative Building, Sector-6, Noida
G.B. Nagar, (U.P.)

135
<Ç.ÉÊxÉÉÊ´ÉnÉ +ÉÉÆàÉÆjÉhÉ ºÉÚSÉxÉÉ
àÉÖJªÉ BÉEɪÉÇ{ÉÉãÉBÉE +ÉÉÊvÉBÉEÉ®ÉÒ, xÉÉèAbÉ BÉEÉÒ +ÉÉä® ºÉä xÉÉèAbÉ ÉÊVÉãÉÉ MÉÉèiÉàɤÉÖr xÉMÉ® BÉEä FÉäjÉ àÉå ÉÊxÉàxÉ BÉEɪÉÉç BÉEä ÉÊãÉA xÉÉèAbÉ, ®ÉVªÉ ãÉÉäBÉE ÉÊxÉàÉÉÇhÉ ÉÊ´É£ÉÉMÉ, BÉEäxpÉÒªÉ ãÉÉäBÉE
ÉÊxÉàÉÉÇhÉ ÉÊ´É£ÉÉMÉ iÉlÉÉ +ÉxªÉ ¶ÉɺÉBÉEÉÒªÉ/ºÉÉ´ÉÇVÉÉÊxÉBÉE ={ÉμÉEàÉÉå àÉå ºÉÚSÉÉÒ¤Ér ~äBÉEänÉ®Éå ºÉä +ÉvÉÉäcºiÉÉFÉ®ÉÒ uÉ®É <Ç-ÉÊxÉÉÊ´ÉnɪÉå +ÉÉàÉÆÉÊjÉiÉ BÉEÉÒ VÉÉiÉÉÒ cè* +ÉɴɶªÉBÉE vÉ®Éäc® ®ÉÉ榃 xÉÉèAbÉ BÉEä xÉÉàÉ
ºÉƤÉÆÉÊvÉiÉ ¤ÉéBÉE àÉå +ÉÉ®.]ÉÒ.VÉÉÒ.AºÉ. BÉE®ÉBÉE® º´ÉÉÒBÉEÉ® BÉEÉÒ VÉɪÉäMÉÉÒ* ÉÊxÉÉÊ´ÉnÉ |É{ÉjÉ BÉEÉ àÉÚãªÉ ºÉƤÉÆÉÊvÉiÉ ¤ÉéBÉE àÉå +ÉÉ®.]ÉÒ.VÉÉÒ.AºÉ. BÉE®ÉBÉE® xÉÉèAbÉ BÉEä {ÉFÉ àÉå iÉlÉÉ xÉÉèAbÉ uÉ®É +ÉÉÊvÉCÉEiÉ ¤ÉéBÉE
+ÉBÉEÉ=x] àÉå VÉàÉÉ ÉÊBÉEªÉÉ MɪÉÉ cÉä, º´ÉÉÒBÉEÉ® ÉÊBÉEªÉÉ VÉɪÉäMÉÉ*
ÉÊxÉÉÊ´ÉnɪÉå ÉÊuºiÉ®ÉÒªÉ {ÉrÉÊiÉ ºÉä JÉÉäãÉÉÒ VÉɪÉäMÉÉÒ* ÉÊxÉÉÊ´ÉnÉBÉEÉ® uÉ®É iÉBÉExÉÉÒBÉEÉÒ A´ÉÆ BªÉ´ÉºÉÉÉʪÉBÉE VÉÉxÉBÉEÉ®ÉÒ ºÉä ºÉà¤ÉÉÎxvÉiÉ |É{ÉjÉ àÉå +ÉxÉ֣ɴÉ, +ÉÉÉÊn iÉlÉÉ |ÉÉÒ-BÉD´ÉÉÉÊãÉÉÊ{ÉEBÉEä¶ÉxÉ
|É{ÉjÉ {ÉcãÉä bÉ=xÉãÉÉäb ÉÊBÉEA VÉɪÉåMÉä iÉlÉÉ ÉÊVÉxÉ ÉÊxÉÉÊ´ÉnÉBÉEÉ®Éå BÉEÉÒ +ÉɴɶªÉBÉE +ÉciÉÉǪÉå {ÉÚ®ÉÒ xÉcÉÓ cÉäMÉÉÒ, =xÉBÉEÉÒ n®å bÉ=xÉãÉÉäb xÉcÉÓ BÉEÉÒ VÉɪÉäMÉÉÒ* VÉÉä ÉÊxÉÉÊ´ÉnÉBÉEÉ® |ÉÉÒBÉD´ÉÉãÉÉÒÉÊ{ÉEBÉEä¶ÉxÉ àÉå
={ɪÉÖBÉDiÉ {ÉɪÉä VÉɪÉåMÉä =xÉBÉEÉ ÉÊ´É´É®hÉ E-Tender Portal àÉå £É®iÉä cÖA |ÉÉ<ÇºÉ ÉʤÉb BÉEÉ £ÉÉMÉ JÉÉäãÉÉ VÉɪÉäMÉÉ* ºÉFÉàÉ +ÉÉÊvÉBÉEÉ®ÉÒ BÉEÉä ÉÊBÉEºÉÉÒ £ÉÉÒ ÉÊxÉÉÊ´ÉnÉ +ÉlÉ´ÉÉ ºÉàɺiÉ ÉÊxÉÉÊ´ÉnÉ+ÉÉäÆ BÉEÉä
ÉʤÉxÉÉ BÉEÉ®hÉ ¤ÉiÉɪÉä ÉÊxÉ®ºiÉ BÉE®xÉä BÉEÉ +ÉÉÊvÉBÉEÉ® ºÉÖ®ÉÊFÉiÉ cè* E-Procurement Solution àÉå £ÉÉMÉ ãÉäxÉä BÉEä ÉÊãÉA ~äBÉEänÉ®Éå BÉEÉä noidaauthority.com BÉEä E-Tender link
BÉEÉä ÉÊ´ÉÉÊVÉ] BÉE®xÉÉ cÉäMÉÉ*
BÉEɪÉÉÇãÉªÉ +ÉÉnä¶É ºÉÆJªÉÉ xÉÉèAbÉ/+É0àÉÖ0BÉEÉ0+É0/2013 ÉÊnxÉÉÆBÉE 02.09.2013 BÉEä +ÉxÉÖ{ÉÉãÉxÉ àÉå xÉÉèAbÉ |ÉÉÉÊvÉBÉE®hÉ BÉEä BÉEɪÉÉæ àÉå ºÉÆÉÊ´ÉnÉBÉEÉ® uÉ®É ÉʤÉãÉ +ÉÉì{ÉE BÉD´ÉÉÉÎx]]ÉÒ
(¤ÉÉÒ0+ÉÉä0BÉDªÉÚ0) {É® bÉãÉä MɪÉä 10 |ÉÉÊiɶÉiÉ BÉEàÉ n®Éå iÉBÉE 0.5 |ÉÉÊiɶÉiÉ |ÉÉÊiÉ ABÉE |ÉÉÊiɶÉiÉ BÉEàÉ n® {É® iÉlÉÉ =ºÉBÉEä {ɶSÉÉiÉ 10 |ÉÉÊiɶÉiÉ ºÉä +ÉÉÊvÉBÉE BÉEàÉ n®Éå {É® 1.00 |ÉÉÊiɶÉiÉ |ÉÉÊiÉ
ABÉE |ÉÉÊiɶÉiÉ BÉEàÉ n® {É® +ÉÉÊiÉÉÊ®BÉDiÉ ÉʺÉBÉDªÉÉäÉÊ®]ÉÒ /{É®{ÉEÉìàÉæxºÉ MÉÉ®x]ÉÒ |ÉÉ{iÉ BÉEÉÒ VÉɪÉäMÉÉÒ ªÉc {É®{ÉEÉìàÉæxºÉ MÉÉ®x]ÉÒ A{ÉE0bÉÒ0+ÉÉ®0/ºÉÉÒ0bÉÒ0+ÉÉ®0/¤ÉéBÉE MÉÉ®x]ÉÒ/AxÉ0AºÉ0ºÉÉÒ0 BÉEä °ô{É àÉå
ºÉÉÊ´ÉnÉBÉEÉ® uÉ®É +ÉxÉÖ¤ÉÆvÉ MÉ~xÉ ºÉä {ÉÚ´ÉÇ näxÉÉÒ cÉäMÉÉÒ, VÉÉä BÉEɪÉÇ BÉEÉÒ ºÉàÉÉ{ÉxÉ ÉÊiÉÉÊlÉ iÉBÉE ´ÉèvÉ cÉä *

μÉE.ºÉ. VÉÉì¤É ºÉÆ0/BÉEɪÉÇ BÉEÉ xÉÉàÉ +ÉxÉÖàÉÉÉÊxÉiÉ ãÉÉMÉiÉ <Ç-|ÉÉÒBÉDªÉÉä®àÉå] ºÉÉäãªÉÚ¶ÉxÉ <Ç-|ÉÉÒBÉDªÉÉä®àÉå] uÉ®É <Ç-|ÉÉÒBÉDªÉÉä®àÉå] ºÉÉäãªÉÚ¶ÉxÉ <Ç-|ÉÉÒBÉDªÉÉä®àÉå] ºÉÉäãªÉÚ¶ÉxÉ <Ç-ÉÊxÉÉÊ´ÉnÉ JÉÉäãÉxÉä BÉEÉ ºlÉÉxÉ
ÉÊxÉÉÊ´ÉnÉ |É{ÉjÉ BÉEÉ àÉÚãªÉ/ ]ähb® àÉå <-ÉÊxÉÉÊ´ÉnÉ VÉÉ®ÉÒ ÉÊxÉÉÊ´ÉnÉ |ÉÉÉÎ{iÉ BÉEÉÒ uÉ®É <Ç-ÉÊxÉÉÊ´ÉnÉ BÉEä uÉ®É <Ç-ÉÊxÉÉÊ´ÉnÉ BÉEÉÒ
|ÉÉäºÉäÉ˺ÉMÉ {ÉEÉÒºÉ BÉE®xÉä BÉEÉÒ ÉÊiÉÉÊlÉ +ÉÉÎxiÉàÉ ÉÊiÉÉÊlÉ iÉlÉÉ |ÉÉÒBÉD´ÉÉãÉÉÒÉÊ{ÉEBÉEä¶ÉxÉ |ÉÉ<ǺÉ-ÉʤÉb JÉÉäãÉxÉä BÉEÉÒ
vÉ®Éäc® ®ÉÉ榃 ºÉàɪÉ, ÉÊVɺÉBÉEä ºÉÉlÉ JÉÉäãÉxÉä BÉEÉÒ ÉÊiÉÉÊlÉ iÉlÉÉ ÉÊiÉÉÊlÉ iÉlÉÉ ºÉàɪÉ
]ähb® àÉÚãªÉ ´É vÉ®Éäc® ºÉàɪÉ
®ÉÉ榃 BÉEÉÒ RTGS BÉEÉÒ
®ºÉÉÒn ºÉÆãÉMxÉ BÉE®xÉÉÒ cè*
1 137/<ÇÉÊxÉÉÊ´ÉnÉ/àÉÖ0+ÉxÉÖ0+É0(ÉʺÉ0)/{É0+É0 °ô0 2,48,08,97,584.00 27.05.2015 11.06.2015 15.06.2015 <ºÉBÉEÉÒ ºÉÚSÉxÉÉ ´Éä¤É BÉEɪÉÉÇãÉªÉ ÉÊxÉÉÊ´ÉnÉ
(´É0ºÉ0-1)/2014-15 Up to 17.00 at 13.00 PM ºÉÉ<Ç] {É® |ÉÉÒ- ºÉèãÉ, |ɶÉɺÉÉÊxÉBÉE
ºÉèBÉD]®-96, xÉÉèAbÉ àÉå |ÉÉÉÊvÉBÉE®hÉ BÉEÉ °ô0 11,000/- ´Éè] ºÉÉÊciÉ PM BÉD´ÉÉÉÊãÉÉÊ{ÉEBÉEä¶ÉxÉ £É´ÉxÉ, ºÉèBÉD]®-6,
|ɶÉɺÉÉÊxÉBÉE BÉEɪÉÉÇãÉªÉ £É´ÉxÉ BÉEÉ ÉÊxÉàÉÉÇhÉ JÉÖãÉxÉä BÉEÉÒ ÉÊiÉÉÊlÉ xÉÉèAbÉ
BÉEɪÉÇ, xÉÉèAbÉ °ô0 2,60,57,500.00 BÉEä ¤ÉÉn nÉä BÉEɪÉÇ
ÉÊn´ÉºÉÉå BÉEä ¤ÉÉn
näJÉÉÒ VÉÉ ºÉBÉEiÉÉÒ
cè*

ÉÊxÉÉÊ´ÉnÉ |É{ÉjÉ |ÉÉÉÊvÉBÉE®hÉ BÉEÉÒ ´Éä¤É ºÉÉ<Ç] www.noidaauthority.com BÉEä ÉÊxÉÉÊ´ÉnÉ ÉËãÉBÉE {É® iÉlÉÉ =kÉ® |Énä¶É <ãÉäBÉD]ÅÉÉÊxÉBÉE BÉEÉ®{ÉÉä®ä¶ÉxÉ BÉEÉÒ ´Éä¤ÉºÉÉ<Ç]
https://etender.up.nic.in {É® näJÉä VÉÉ ºÉBÉEiÉä cè* <SUÖBÉE ~äBÉEänÉ®Éå ºÉä +ÉxÉÖ®ÉävÉ cè ÉÊBÉE ´Éä ÉÊxɪÉÉÊàÉiÉ °ô{É ºÉä =BÉDiÉ ´Éä¤É ºÉÉ<Ç]Éå {É® näJÉiÉä ®cå BÉDªÉÉäÉÊBÉE ÉÊxÉÉÊ´ÉnÉ+ÉÉäÆ BÉEä ºÉƤÉÆvÉ àÉå BÉEÉä<Ç
¤ÉnãÉÉ´É +ÉlÉ´ÉÉ +ÉÉÊiÉÉÊ®BÉDiÉ ºÉÚSÉxÉÉ ´Éä¤ÉºÉÉ<Ç] {É® ={ÉãɤvÉ BÉE®É<Ç VÉɪÉäMÉÉÒ*

(|É£ÉÉ®ÉÒ ÉÊxÉÉÊ´ÉnÉ ºÉèãÉ)


xÉÉèAbÉ
BÉEɪÉÉÇãɪÉ&-
ÉÊxÉÉÊ´ÉnÉ ºÉèãÉ
|ɶÉɺÉÉÊxÉBÉE £É´ÉxÉ, ºÉèBÉD]®-6, xÉÉèAbÉ
ÉÊVÉãÉÉ - MÉÉèiÉàɤÉÖr xÉMÉ® (=0|É0)

136
NEW OKHLA INDUSTRIAL DEVELOPMENT AUTHORITY

REQUIREMENTS

for

PREQUALIFICATION OF TENDER

Name of Works: Construction Of Office Building For Noida Authority


At Sector-96, NOIDA

JOB No: 137/CME( C )/ PE (WC-1)/E-TENDER/2014-2015

137
REQUIREMENTS FOR PREQUALIFICATION OF TENDER
1. The details regarding pre-qualification and tender containing rates are to be uploaded as per up to due date & time in the
prescribed format. Non furnishing of required details/ incomplete details will lead to rejection of tender. In case it is found
that the details furnished are fake/false/fabricated the form shall be blacklisted without any notice.
2. Contractor will have to submit the character certificate issued by the District Magistrate in the name of partners in case it is
the partnership firm, proprietor, in case it is proprietorship firm/contractor, Directors in case it is Pvt. Limited Firm etc.
without character certificate the tender shall be rejected.
3. The contractor will have to submit their Id proof of self, partners, Directors etc. as the case may be.
4. The contractors will have to submit their address proof of self, partners, Directors etc. as the cash may be.
5. The tenderer should submit the notarized affidavit that the tenderer/firm has not been blacklisted any state/central government
department/ organization. The e-bid of blacklisted contractor or not submitting the required affidavit shall be rejected.
6. The rates of only those contractors will be opened and recorded on comparative statement who pre-qualify as per
requirements mentioned hereinafter.
7. Proof of solvency: Minimum solvency required is 40% of total estimated cost put to tender (issued within a period of
minimum six months).
(i) In case individuals, firms and Undivided Hindu Families, proof of solvency of the applicant will consist of a certificate
signed by the District Magistrate or Manager of the bank in the form given in Appendix 'A' regarding the cash assets of the
applicant.
(ii) In case of private limited company the proof of the company solvency will be its last balance sheet audited and certified by
the Chartered Accountant or certificate/reference of a Schedule bank.
8. Proof of employment of technical staff will consist of a declaration by the contractor as given below. The declaration by the
contractor will be given in the form attached Appendix 'B' (in the presence of Notary Public giving details of the required
staff)
GENERAL GUIDELINES FOR FIXING REQUIREMENT OF TECHNICAL STAFF FOR A WORK
Cost of work Requirement of Technical staff Minimum Designation
(Rs. In Lac) experience
Qualification Number (Years)

More than 1000 i) Project Manager with degree in 1 10 Principal Technical


corresponding discipline of Representative
Engineering.
ii) Graduate Engineer 1 5 Technical represents
iii) Graduate Engineer 2 Nil Technical
Or Representative
Diploma Engineer 2 5
500 to 1000 i) Graduate Engineer 1 5 Principal Technical
Representative
ii) Graduate Engineer 2 Nil
Or Technical represents
Diploma Engineer 2 5
200 to 500 i) Graduate Engineer 1 5 Principal Technical
Representative
ii) Graduate Engineer 1 Nil Technical represents
Or
Diploma Engineer 1 5
50 to 200 Graduate Engineer 1 2 Principal Technical
Representative
10 to 50 Graduate Engineer 1 Nil Principal Technical
Or Representative
Diploma Engineer 1 5
Notes: 1. Rate of Recovery in case of non compliance of above be stipulated at following rates:-
S.No Qualification Experience (years) Rate of recovery
i) Project Manager with Degree 10 Rs. 20,000/- p.m.
ii) Graduate Engineer 5 Rs. 15,000/- p.m.
iii) Graduate Engineer Nil Rs. 10,000/- p.m.
Diploma Engineer 5

138
9. Proof of possession of required machinery, tools, plant, centering & shuttering will consist of a declaration in shape of an
affidavit duly verified by the Notary in the Proforma as per Appendix 'C'.
The minimum requirement of T&P possessed by the firm shall be follows:

(1) Vibratory Roller 02


(2) Truck/Tipper 15
(3) Water Tanker 08
(4) Water Pumps 08
(5) Hot mix plant & paver (Hiring of hot mix plant shall not be permitted)-Nil
(6) Excavator 02
(7) Concrete Mixture with weigh Batcher 06
(8) Vibrator 20 Needle 10 Surface 10
(09) Batch mix plant Automatic- 02 Nos ( Cap. 60 Cum/hr.)
(10) Transit Mixture -08 Nos.
(11) Concrete Pump-06 Nos
(12) Tower Crane -04 Nos ( Suitable up to 100m height capacity upto 10 M.T)
(13) Dewatering units- 04 Nos
(14) Hydra Crane- 02 Nos.
(15) Hydraulic Rig - 02 Nos
(16) Lift
(i) Hoist (Lift) for material up to height 100mm - 03Nos.
(ii) Hoist (Lift) for material up to height 50mm - 03Nos.
(iii) Hoist (Lift) for passenger up to 100mm – 02No.
(iv) Hoist (Lift) for passenger up to 50mm – 01No.

10. Proof of previous experience :


(1) Experience of having successfully completed works during the last 7 years ending last day of the month previous to
the one in which applications are invited with Govt./Semi Govt./ PSU only :

Three similar (Multi storey Buildings Construction of Double Basement with 19 storeys) completed works costing not
less than the amount equal to 40% of estimated cost put to tender
Or
Two similar (Multi storey Buildings Construction of Double Basement with 19 storeys) completed works costing not
less than the amount equal to 60% of estimated cost put to tender
Or
One similar (Multi storey Buildings Construction of Double Basement with 19 storeys) completed works of aggregate
cost not less than the amount equal to 80% of estimated cost put to tender
(2) Experience of having successfully completed works during the last 7 years ending last day of the month previous to
the one in which applications are invited :
11. Latest income tax clearance certificate.
12. In case of firm, duly certified copy of partnership deed and registration certificate; in case of company, deed for article of
association and power of attorney for the person concerned to authorize to sign the tender and agreement.
13. In case of any change in solvency, technical staff, tools and plants or change in partners of the constitution of a company after
submission of documents, the same shall be intimated to the Project Engineer.
14. The decision regarding pre-qualifying the contractor for the above referred will rest with the competent authority of NOIDA
whose decision will be final.
15. Average annual financial turnover on Construction works should be at least 30% of the estimated cost during the immediate
LAST 3 consecutive financial years.
16. Tenderer should submit list of special agency/vendor for carrying out specialized item as per CPWD manual such as
waterproofing, glazing, cladding, antitermite and other specialized item.
17. Scaffolding ledger cap lock and scaffolding system should not be less than 50% of surface area (16000 Sqm) of proposed
building.

CONTRACTOR SIGNATURE OFFICER INVITING TENDER

WITH SEAL

139
New Okhla Industrial Development Authority
OFFICE OF THE PROJECT ENGINEER
WORK CIRCLE-1, SECTOR-6, NOIDA

SALABLE FORM FOR TENDER INVITED

Job No. …………………………………………………………………………………………………..


The required fee of tender form has been deposited in ____________ Bank A/c No. ________________
RTGS and the scanned copy of UTR receipt with Transaction Id is being enclosed with E-tender documents.
If the copy of UTR receipt is not uploaded with the E-tender the tender shall be rejected.

DETAILS OF ERNEST MONEY ATTACHED

The required amount of Earnest money has been deposited in ____________ Bank A/c No.
________________ RTGS and the scanned copy of UTR receipt with transaction Id is being enclosed with
E-tender documents. If the copy of UTR receipt is not uploaded with the E-tender the tender shall be rejected.

CONTRACOR

Note : Out of two Banks Account given by Noida Authority, Contractors are requested to mentioned that in
which bank account he/they have deposited the cost of bid document/ e-Tender processing fee and
Earnest Money.

140
NEW OKHLA INDUSTRIAL DEVELOPMENT AUTHORITY
Main Administrative Building, Sector-6, Noida
Distt. Gautam Budh Nagar-201301

Declaration For Refund of Earnest Money


1 Contractor Name

2 Contractor Address

3 Bank Name

4 Bank Branch

5 A/c No
6 IFSC Code
7 PAN No.
8 Tin/TAN No.
9 Service Tax No.
10 Phone No.
11 Mobile No.
12 Email-Id

For Office Use Only

13 Party Unique Id

The above provided information is true to the best of my knowledge.

Date ___________ Signature

Stamp/Seal

141
APPENDIX 'A'

This is to certify that M/s.....................................................................................................................................


.............................................................................................................................................................................
have been dealing with us for last... ... ... ... ... years, satisfactorily. The balance lying in the his/her accounts with us is
Rs. ... ... ... ... ... The turnover during the year ... ... ... ... ... in the accounts have been to the turnover Rs. ... ... ... ... ...... ...
... ... ... Lac, on the basis of information available with us we assess their solvency is not less than Rs. ... ... ... ... ...... ...
... ... ... Lac.

Dated: Manager
Seal of the Bank

142
APPENDIX 'B'

I/We .....................................................................................................................................................................
S/o Shri ................................................................................................................................................................
Karta/Partners/Authorized person of M/s............................................................................................................
.............................................................................................................................................................................
resident of ............................................................................................................................................................
.............................................................................................................................................................................
applicant for pre-qualification hereby declare that following person/persons are in my/our regular employee on the post
and from the dates mentioned against them.

S. No. Name & Address Technical Post Date of regular


Qualification Held continuous employee

I/We undertake that if any of the post falls vacant or left unfilled for more than one month during the execution of the
work entrusted to me/us by NOIDA, I/we shall inform the authority to whom the application for pre-qualification is
being made.

SEAL APPLICANT
(Notary Public)

143
APPENDIX 'C'

I/We .....................................................................................................................................................................
S/o Shri ................................................................................................................................................................
Karta/Partners/Authorized person of M/s............................................................................................................
.............................................................................................................................................................................
applicant for pre-qualification for this job to be executed, hereby, declare that I/we possess the following machinery,
tools & plants, centering & shuttering.

Particulars of Estimated Cost Approximate Age


Machinery Tools & Plant (Rs.) (Yrs.)
Centering & Shuttering

I/We undertake that if there is any reduction in the equipment below the limit required for pre-qualification, I/we will
inform Project Engineer/Chief Project Engineer to whom application for pre-qualification is being made.

Seal Signature of Applicant


(Notary Public)

144
APPENDIX 'D'

Certified that following works awarded to M/s....................................................................................................


..............................................................................................................................................................................
has / have been carried out satisfactorily and completed in all respects.

S. No. Name of Work Date of Date of Total Value of


Start Completion work done
( Rs.)

The performance of the firm has been found good and they are considered capable of execution of project of large
magnitude more than Rs. ... ... ... ... Lac.

The financial position of the firm appears to be sound and they are capable of executing the works in accordance with
the specifications and within specified time schedule provided to them.

The dealings of the firms have been observed to be cordial and reasonable.

Signature of Officer/ Incharge of work

145
 
 
CAPABILITY STATEMENT 
* It is Compulsory for the bidder to fill this statement and the bidder must upload only those document that support 
this statement 
 
Tender Reference No :  137/CME( C )/ PE (WC‐1)/E‐TENDER/2014‐2015 
 
Name of Work :  Construction Of Office Building For Noida Authority At Sector‐96, NOIDA 

  
Name of Tenderer 
TOTAL NIT COST OF PROJECT (In Rs.)  2480897584.00   

S.  ELIGIBILITY CRITERIA     (Value To Be 


NO.  Filled By the 
Tenderer In 
Indian Rs.) 
         Minimum Value    
1  SOLVENCY (Issued within  40% OF TOTAL ESTIMATED COST   
a period of minimum six 
months). 
2  EXPERIENCE (WITH  Three similar completed works each  992359033.60  
GOVERNMENT/SEMI‐  costing not less than the amount equal to  992359033.60  
GOVERNEMTN/ PSUs  40% of estimated cost put to tender  992359033.60  
ONLY) completed  OR   
works during the last  Two similar completed works each  1488538550.40  
7 years ending last  costing not less than the amount equal to 
day of the month  60% of estimated cost put to tender  1488538550.40  
previous to the one 
in which applications  OR   
are invited  One similar completed works costing not  1984718067.20  
less than the amount equal to 80% of 
estimated cost put to tender 
   RESULT OF         
EXPERIENCE 

YEAR1    0.00 
TURNOVER (During the 
immediate LAST 3 
YEAR2    0.00 
consecutive financial years)  YEAR3    0.00 
Average annual financial turnover on construction works should be  744269275.20 0.00 
at  least  30%  of  the  estimate  cost  during  the  immediate  Last  3 
consecutive financial years. 
4  Required technical Staff 
5  Required Machinery 
6  Character certificate of Individual/ partners/ directors issued by District Magistrate .  
7  Affidavit of not blacklisted. 
8  Address Proof/Id. Proof of individual/ partners/ directors. 

146
B.O.Q.
Tender Inviting Authority: CHIEF MAINTENACE ENGINEER (CIVIL)
Name of Work: Construction Of Office Building For Noida Authority At Sector-96, NOIDA
Contract No: 137/E-TENDER/ CME-(C)/WC-1/2014-2015
Bidder
Name: Excess ( + ) %

SCHEDULE OF WORKS
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else
the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)
Sl. Description of work No. or Unit Estimated Rate AMOUNT
No. Qty. Rs. P
Figure Words
CIVIL WORK
1.00 Carriage of good earth by mechanical 211554.00 cum 299.75 Rupees Two 63413311.50
transport including loading, unloading and Hundred &
stacking (upto 20 KM) Ninety Nine and
Paise Seventy
Five Only
2.00 Earth work in surface excavation not 22539.00 1769.65 Rupees One 398861.41
exceeding 30 cm in depth but exceeding 100 Sqm Thousand Seven
1.5 m in width as well as 10 sqm on plan Hundred & Sixty
including disposal of excavated earth upto Nine and Paise
50 m and lift upto 1.5 m, disposed soil to Sixty Five Only
be levelled and neatly dressed : All kinds
of soil

3.00 Earth work in excavation by mechanical 234581.00 cum 118.67 Rupees One 27837727.27
means (Hydraulic excavator) / manual Hundred &
means over areas (exceeding 30cm in Eighteen and
depth. 1.5 m in width as well as 10 sqm on Paise Sixty Seven
plan) including disposal of excavated Only
earth, lead upto 50m and lift upto 1.5m,
disposed earth to be levelled and neatly
dressed. All kinds of soil
4.00 Earth work in excavation by mechanical 1000.00 cum 126.60 Rupees One 126600.00
means (Hydraulic excavator) / manual Hundred &
means in foundation trenches or drains Twenty Six and
(not exceeding 1.5 m in width or 10 sqm Paise Sixty Only
on plan) including dressing of sides and
ramming of bottoms, lift upto 1.5 m,
including getting out the excavated soil and
disposal of surplus excavated soil as
directed, within a lead of 50 m. All kinds of
soil.
5.00 Filling available excavated earth (excluding 37243.00 cum 82.00 Rupees Eighty 3053926.00
rock) in trenches, plinth, sides of Two Only
foundations etc. in layers not exceeding
20cm in depth, consolidating each
deposited layer by ramming and watering,
lead up to 50 m and lift upto 1.5 m.
6.00 Close timbering over areas including
strutting, shoring and packing cavities
(wherever required) etc. complete.
(Measurements to be taken of the face
area timbered) :
6.10 Depth not exceeding 1.5 m 859.00 sqm 95.40 Rupees Ninety 81948.60
Five and Paise
Forty Only
6.20 Depth exceeding 3 m but not exceeding 859.00 sqm 108.45 Rupees One 93158.55
4.5 m Hundred & Eight
and Paise Forty
Five Only
6.30 Depth exceeding 4.5 m but not exceeding 3437.00 sqm 130.00 Rupees One 446810.00
10.5 m Hundred & Thirty
Only
7.00 Extra rates for quantities of works, executed : In 21922.00 metre 23.73 Rupees Twenty 520296.75
or under water and/or liquid mud, including depth Three and Paise
pumping out water as required ( rate 20%) Seventy Three Only
147
8.00 Extra for every additional lift of 1.5 m or
part thereof in excavation /banking
excavated or stacked materials. All kinds
of soil
8.10 All kinds of soil (from 1.50 m to 3.00 m) 33808.00 cum 13.80 Rupees Thirteen 466550.40
and Paise Eighty
Only

8.20 All kinds of soil (from 3.00 m to 4.50 m) 33808.00 cum 27.60 Rupees Twenty 933100.80
Seven and Paise
Sixty Only

8.30 All kinds of soil (from 4.50m to 6.00m) 33808.00 cum 41.40 Rupees Forty 1399651.20
One and Paise
Forty Only

8.40 All kinds of soil (from 6.00m to 7.50m) 33808.00 cum 55.20 Rupees Fifty 1866201.60
Five and Paise
Twenty Only

8.50 All kinds of soil (from 7.50m to 9.00 m) 33808.00 cum 69.00 Rupees Sixty 2332752.00
Nine Only
8.60 All kinds of soil (from 9.00m to 10.50 m) 31722.00 cum 82.80 Rupees Eighty 2626581.60
Two and Paise
Eighty Only

9.00 Clearing grass and removal of the rubbish 225.00 100 296.80 Rupees Two 66780.00
upto a distance of 50 m outside the sqm Hundred &
periphery of the area cleared. Ninety Six and
Paise Eighty Only
10.00 Extra for item at sl.no. 1.3 (DSR item no. 6762.00 cum 117.65 Rupees One 795549.30
2.6) for stacking of 300mm Top Soil from Hundred &
the excavated area in the premises within Seventeen and
in a lead of 150m at a location directed by Paise Sixty Five
Engineer-in-Charge. Contractor shall Only
stack this soil in layer of 300mm and
maximum up to 900mm with the slope of
1:3 with all the layers compacted properly.
Then the said soil shall be brought back to
site and laid with proper compaction as per
instruction of Engineer - in - Charge. ( Item
of work is limited to stacking of top soil of
300 mm only as per requirements of LEED
certification for Green Buildings. Back
filling shall be paid in the relevant items
separately.)
11.00 Supplying chemical emulsion in sealed 4974.00 litre 185.95 Rupees One 924915.30
containers including delivery as specified. Hundred & Eighty
Chlorpyriphos/ Lindane emulsifiable Five and Paise
concentrate of 20% Ninety Five Only
12.00 Diluting and injecting chemical emulsion 19894.00 sqm 107.85 Rupees One 2145567.90
for POST-CONSTRUCTIONAL anti-termite Hundred &
treatment (excluding the cost of chemical Seven and Paise
emulsion) : Treatment of soil under existing Eighty Five Only
floors using chemical emulsion @ one litre
per hole, 300 mm apart including drilling 12
mm diameter holes and plugging with
cement mortar 1 :2 (1 cement : 2 Coarse
sand) to match the existing floor : With
Chlorpyriphos/Lindane E.C. 20% with 1%
concentration.
13.00 Supplying and filling in plinth with fine 5687.00 cum 843.65 Rupees Eight 4797837.55
sand under floors including, watering, Hundred & Forty
ramming consolidating and dressing Three and Paise
complete. Sixty Five Only
14.00 Supply and stacking of Fly ash 28298.00 cum 132.85 Rupees One 3759389.30
conforming to IRC- 58 at site, including Hundred &
carriage, loading , unloading & Thirty Two and
stacking up to any lead (measured Paise Eighty
stacks will be reduced by 20% for Five Only
payment).

148
15.00 Filling with available fly ash and earth 28298.00 cum 101.50 Rupees One 2872247.00
(excluding rock) in trenches or Hundred & One
embankment in layers (each layer and Paise Fifty
should not exceed 15 cm), with Only
intermediate layer of compacted earth
(Soil density of 98%) after every four
layers of compacted depth of fly ash,
sides & top layer of filling shall be
done with earth having total minimum
compacted thickness 30 cm or as
decided by Engineer -in-charge,
including compacting each layer by
rolling/ ramming and watering, all
complete as per drawing and direction
of Engineer -in - charge.
16.00 Providing and laying in position 1896.00 cum 3920.65 Rupees Three 7433552.40
cement concrete of specified grade Thousand Nine
excluding the cost of centering and Hundred &
shuttering - All work up to plinth level : Twenty and
1:4:8 (1 Cement : 4 coarse sand : 8 Paise Sixty Five
graded stone aggregate 40 mm Only
nominal size)
17.00 Providing and fixing up to floor five 100.00 cum 5668.70 Rupees Five 566870.00
level precast cement concrete string or Thousand Six
lacing courses, copings, bed plates, Hundred &
anchor blocks, plain window sills, Sixty Eight and
shelves, louvers, steps, stair cases, Paise Seventy
etc., including hoisting and setting in Only
position with cement mortar 1:3 (1
Cement : 3 coarse sand), cost of
required centering complete. 1:2:4 (1
cement : 2 coarse sand : 4 graded
stone aggregate 20 mm nominal size)
18.00 Extra for concrete work in 4087.00 cum 517.45 Rupees Five 2114818.15
superstructure above floor V level for Hundred &
each four floors or part thereof. Seventeen and
Paise Forty Five
Only
19.00 Making plinth protection 50 mm thick 573.00 sqm 378.95 Rupees Three 217138.35
of cement concrete 1:3:6 (1 cement:3 Hundred &
coarse sand : 6 graded stone Seventy Eight
aggregate 20 mm nominal size) over and Paise
75mm thick bed of dry brick ballast 40 Ninety Five
mm nominal size, well rammed and Only
consolidated and grouted with fine
sand, including finishing the top
20.00 Providing and laying in position ready
mixed plain cement concrete, using fly
ash and cement content as per
approved design mix and
manufactured in fully automatic
batching plant and transported to site
of work in transit mixer for all leads,
having continuous agitated mixer,
manufactured as per mix design of
specified grade for plain cement
concrete work, including pumping of
R.M.C. from transit mixer to site of
laying and curing, excluding the cost of
centering, shuttering and finishing,
including cost of curing, admixtures in
recommended proportions as per IS :
9103 to accelerate/ retard setting of
concrete, improve workability without
impairing strength and durability as per
direction of the Engineer - in - charge.

149
20.10 Note : Excess/less cement used than 1989.00 cum 5262.10 Rupees Five 10466316.90
specified in this item is payable/ Thousand Two
recoverable separately. Fly ash Hundred &
conforming to grade I of IS 3812 (Part- Sixty Two and
1) only be used as part replacement of Paise Ten Only
OPC as per IS : 456. Uniform blending
with cement is to be ensured in
accordance with clauses 5.2 and 5.2.1
of IS: 456 -2000 in the items of BMC
and RMC. The above item shall be
used judiciously where specified
quality of Fly Ash is available for
mixing in concrete. Also, the
guidelines issued by CDO, CPWD,
vide circular no. CDO/SE(RR)/Fly Ash
(Main)/102 dated 9th April 2009 shall
be followed in such cases. All works
upto plinth level. M-10 grade plain
cement concrete (cement content
considered @ 220 kg/cum ).
21.00 Centering and shuttering including
strutting, propping etc. and removal of
form for :
21.10 Foundations, footings, bases of 3844.00 sqm 186.40 Rupees One 716521.60
columns, etc. for mass concrete Hundred &
Eighty Six and
Paise Forty
Only
21.20 Walls (any thickness) including 28132.00 sqm 334.50 Rupees Three 9410154.00
attached pilasters, butteresses, plinth Hundred &
and string courses etc. Thirty Four and
Paise Fifty Only
21.30 Suspended floors, roofs, landings, 97601.00 sqm 371.80 Rupees Three 36288051.80
balconies and access platform Hundred &
Seventy One
and Paise
Eighty Only
21.40 Shelves (Cast in situ) 299.00 sqm 371.80 Rupees Three 111168.20
Hundred &
Seventy One
and Paise
Eighty Only
21.50 Lintels, beams, plinth beams, girders, 38691.00 sqm 309.80 Rupees Three 11986471.80
bressumers and cantilevers Hundred &
Nine and Paise
Eighty Only
21.60 Columns, Pillars, Piers, Abutments, 24736.00 sqm 423.00 Rupees Four 10463328.00
Posts and Struts Hundred &
Twenty Three
Only
21.70 Stairs, (excluding landings) except 2383.00 sqm 375.65 Rupees Three 895173.95
spiral-staircases Hundred &
Seventy Five
and Paise Sixty
Five Only
22.00 Edges of slabs and breaks in floors
and walls.
22.10 Under 20cms wide 7870.00 metre 111.70 Rupees One 879079.00
Hundred &
Eleven and
Paise Seventy
Only
22.20 Weather shade, chajjas, corbels etc. 4722.00 sqm 468.20 Rupees Four 2210840.40
Including edges. Hundred & Sixty
Eight and Paise
Twenty Only

150
22.30 Suspended floors, roofs, landings, 4880.00 sqm 462.85 Rupees Four 2258708.00
balconies and access platform. with Hundred &
water proof ply 12 mm thick Sixty Two and
Paise Eighty
Five Only
22.40 Lintels, beams, plinth beams, girders, 1935.00 sqm 400.00 Rupees Four 774000.00
bressumers and cantilevers. with Hundred Only
water proof ply 12 mm thick
23.00 Extra for additional height in centering, 89057.00 sqm 145.60 Rupees One 12966699.20
shuttering where ever required with Hundred &
adequate bracing, propping etc. Forty Five and
including cost of de-shuttering and Paise Sixty Only
decentering at all levels, over a height
of 3.5 m, for every additional height of
1 metre or part thereof (Plan area to
be measured) Suspended floors,
roofs, landing, beams and balconies
(Plan area to be measured).
24.00 Steel reinforcement for R.C.C. work 8696330.0 kilogra 66.50 Rupees Sixty 578305945.00
0
including straightening, cutting, m Six and Paise
bending, placing in position and Fifty Only
binding all complete upto plinth level
and above plinth level.. Thermo-
Mechanically Treated bars
25.00 Add for plaster drip course/ groove in 7870.00 metre 27.85 Rupees 219179.50
plastered surface or moulding to Twenty Seven
R.C.C. projections. and Paise
Eighty Five Only
26.00 Providing and laying in position
machine batched and machine mixed
design mix M-25 grade cement
concrete for reinforced cement
concrete work, using cement content
as per approved design mix, including
pumping of concrete to site of laying
but excluding the cost of centering,
shuttering, finishing and reinforcement,
including admixtures in recommended
proportions as per IS: 9103 to
accelerate, retard setting of concrete,
improve workability without impairing
strength and durability as per direction
of Engineer-in-charge. (Note :-
Cement content considered in this
item is @ 330 kg/cum. Excess/less
cement used as per design mix is
payable/recoverable separately).
26.10 All works upto plinth level 30075.00 cum 5704.45 Rupees Five 171561333.75
Thousand
Seven Hundred
& Four and
Paise Forty Five
Only
26.20 All works above plinth level upto floor 18322.00 cum 6353.00 Rupees Six 116399666.00
V level Thousand
Three Hundred
& Fifty Three
Only
27.00 Extra for providing richer mixes at all
floor levels. Note : Excess/less cement
over the specified cement content
used is payable/recoverable
separately).
27.10 Providing M-30 grade concrete instead of 51668.00 cum 64.15 Rupees Sixty 3314502.20
M-25 grade BMC/RMC. (Note : cement Four and Paise
content considered in M-30 is @ Fifteen Only
340kg/cum).
151
27.20 Providing M-40 grade concrete instead 2971.00 cum 192.50 Rupees One 571917.50
of M-25 grade BMC/RMC.(Note : Hundred &
Cement content considered in M-40 is Ninety Two and
@ 360 kg/cum) Paise Fifty Only
28.00 Extra for R.C.C./B.M.C./R.M.C. work 26303.00 cum 174.20 Rupees One 4581982.60
above floor V level for each four floors Hundred &
or part thereof. Seventy Four
and Paise
Twenty Only
29.00 Providing and fixing tapered / parallel
threaded couplers conforming to IS
code on “Reinforcement Couplers for
Mechanical Splices of Bars for
Concrete Reinforcement -
Specification”, to reinforcement bars
including threading, enlargement at
connection by forging, protecting the
prepared reinforcement bars and
related operations as required to
complete the works per direction of
Engineer-in-Charge. (The length of the
bars in which coupler is to be provided
should not be less than 4 metre, no
deduction for labour and binding wire
saved for not providing lap length shall
be made).
29.10 Coupler for 16 mm diameter 3360.00 Each 120.35 Rupees One 404376.00
reinforcement bar Hundred &
Twenty and
Paise Thirty
Five Only
29.20 Coupler for 20 mm diameter 16850.00 Each 163.55 Rupees One 2755817.50
reinforcement bar Hundred &
Sixty Three and
Paise Fifty Five
Only
29.30 Coupler for 25 mm diameter 20020.00 Each 226.60 Rupees Two 4536532.00
reinforcement bar Hundred &
Twenty Six and
Paise Sixty Only
29.40 Coupler for 28 mm diameter 2000.00 Each 312.65 Rupees Three 625300.00
reinforcement bar Hundred &
Twelve and
Paise Sixty Five
Only
29.50 Coupler for 32 mm diameter 18694.00 Each 363.20 Rupees Three 6789660.80
reinforcement bar Hundred &
Sixty Three and
Paise Twenty
Only
29.60 Coupler for 36 mm diameter 8704.00 Each 408.60 Rupees Four 3556454.40
reinforcement bar Hundred &
Eight and Paise
Sixty Only
30.00 Providing and fixing tie bolt with water
stopper and plastic pipe of 20 mm dia
for wall shuttering and removal of tie
bolt after casting of RCC while the
water stopper remains embedded in
the RCC wall. Complete as per
direction of Engineer-in-charge:
30.10 16 mm tie bolt for wall 375 mm long 12373.00 set 50.00 Rupees Fifty 618650.00
Only
30.20 16 mm tie bolt for wall 500 mm long 13175.00 set 60.00 Rupees Sixty 790500.00
Only

152
31.00 Providing and fixing of expansion joint
system related with floor location as
per drawings and direction of
Engineer-In-Charge. The joints system
will be of extruded aluminum base
members, self aligning / self centering
arrangement and support plates etc.
as per ASTM B221-02. The system
shall be such that it provides floor to
floor /floor to wall expansion control
system for various vertical localtion in
load application areas that
accommodates multi directional
seismic movement without stress to
it's components. System shall consist
of metal profiles with a universal
aluminum base member designed to
accommodate various project
conditions and finish floor treatments.
The cover plate shall be designed of
width and thickness required to satisfy
projects movement and loading
requirements and secured to base
members by utilizing manufacturer's
pre-engineered self-centering
arrangement that freely rotates /
moves in all directions. The Self -
centering arrangement shall exhibit
circular sphere ends that lock and
slide inside the corresponding
aluminum extrusion cavity to allow
freedom of movement and flexure in
all directions including vertical
displacement. Provision of Moisture
Barrier Membrane in the Joint System
to have watertight joint is mandatory
requirement all as per the
manufactures design and as approved
by Engineer -in-Charge . (Material
shall confirm to ASTM 6063.) Floor
Joint of 100 mm gap
31.10 The Self -centering arrangement shall 476.00 metre 6334.05 Rupees Six 3015007.80
exhibit circular sphere ends that lock Thousand
and slide inside the corresponding Three Hundred
aluminum extrusion cavity to allow & Thirty Four
freedom of movement and flexure in and Paise Five
all directions including vertical Only
displacement. Provision of Moisture
Barrier Membrane in the Joint System
to have watertight joint is mandatory
requirement all as per the
manufactures design and as approved
by Engineer -in-Charge . (Material
shall confirm to ASTM 6063.) Floor
Joint of 100 mm gap
32.00 Providing and fixing of expansion joint 242.00 metre 5056.40 Rupees Five 1223648.80
system related with wall joint Thousand &
(internal/external) location as per Fifty Six and
drawings and direction of Engineer-In- Paise Forty
Charge. The joints shall be of extruded Only
aluminum base members, self aligning
/ centering arrangement and support
plates as per ASTM B221-02. The
material shall be such that it provides
an Expansion Joints System suitable
for vertical wall to wall/ wall to corner
application, both new and existing
153
construction in office Buildings &
complexes with no slipping down
tendency amongst the components of
the Joint System. The Joint System
shall utilize light weight aluminum
profiles exhibiting minimal exposed
aluminum surfaces mechanically snap
locking the multicellular to facilitate
movement. (Material shall confirm to
ASTM 6063.) Wall Joint of 100 mm
gap
33.00 Providing and fixing of expansion joint
system of approved make and
manufactures for various roof locations
as per approved drawings and
direction of Engineer-In-Charge. The
joints shall be of extruded aluminum
base members with, self aligning and
self centering arangement support
plates asper ASTM B221-02. The
system shall be such that it provides
watertight roof to roof/roof to corner
joint cover expansion control system
that is capable of accommodating
multidirectional seismic movement
without stress to its components.
System shall consist of metal profile
that incorporates a universal aluminum
base member designed to
accommodate various project
conditions and roof treatments. The
cover plate shall be designed of width
and thickness required to satisfy
movement and loading requirements
and secured to base members by
utilizing manufacturer's pre-
engineered self-centering arrangement
that freely rotates / moves in all
directions.
33.10 The Self centering arrangement shall 476.00 metre 6334.05 Rupees Six 3015007.80
exhibit circular sphere ends that lock Thousand
and slide inside the corresponding Three Hundred
aluminum extrusion cavity to allow & Thirty Four
freedom of movement and flexure in and Paise Five
all directions including vertical Only
displacement. The Joint System shall
resists damage or deterioration from
the impact of falling ice, exposure to
UV, airborne contaminants and
occasional foot traffic from
maintenance personnel. Provision of
Moisture Roof Joint of 100 mm gap
Barrier Membrane in the Joint System
to have water tight joint is mandatory
requirement. Material shall confirm to
ASTM 6063.
34.00 Brick work with common burnt clay 1085.00 cum 4646.50 Rupees Four 5041452.50
F.P.S. (non modular) bricks of class Thousand Six
designation 7.5 in foundation and Hundred &
plinth in: Cement mortar 1:6 (1 cement Forty Six and
: 6 coarse sand) Paise Fifty Only
35.00 Brick work with common burnt clay F.P.S. 2028.00 cum 5325.10 Rupees Five 10799302.80
(non modular) bricks of class designation Thousand Three
7.5 in superstructure above plinth level up Hundred &
to floor V level in all shapes and sizes in Twenty Five and
Cement mortar 1:6 (1 cement : 6 coarse Paise Ten Only
sand)

154
36.00 Brick work with modular extruded 1063.00 cum 4857.05 Rupees Four 5163044.15
brunt fly ash clay sewer bricks Thousand Eight
(Conforming to IS: 4885 ) in foundation Hundred & Fifty
and plinth : Cement Mortar 1:4 ( 1 Seven and
cement : 4 coarse sand) Paise Five Only
37.00 Brick work with non modular fly ash 6084.00 cum 5124.05 Rupees Five 31174720.20
lime bricks (FALG Bricks) conforming Thousand One
to IS:12894-2002, class designation Hundred &
10 average compressive strength in Twenty Four
super structure above plinth level up to and Paise Five
floor V level in : Cement mortar 1:6 (1 Only
cement : 6 Coarse sand)
38.00 Extra for brick work / AAC block 4949.00 cum 263.30 Rupees Two 1303071.70
masonry / Tile brick masonry in Hundred &
superstructure above floor V level, for Sixty Three and
each four floors or part thereof by Paise Thirty
mechanical means. Only
39.00 Half brick masonry with non modular 4640.00 sqm 641.30 Rupees Six 2975632.00
fly ash lime Gypsum bricks (FALG Hundred &
bricks) class designation 10, Forty One and
conforming to IS : 12894, in super Paise Thirty
structure above plinth and upto floor V Only
level. Cement mortar 1 : 4 (1 cement :
4 coarse sand)
40.00 Half brick masonry with common burnt 600.00 sqm 647.90 Rupees Six 388740.00
clay F.P.S. (non modular) bricks of Hundred &
class designation 7.5 in superstructure Forty Seven
above plinth level up to floor V level. and Paise
Cement mortar 1:4 (1 cement :4 Ninety Only
coarse sand)
41.00 Extra for providing and placing in 600.00 sqm 69.50 Rupees Sixty 41700.00
position 2 Nos 6mm dia. M.S. bars at Nine and Paise
every third course of half brick Fifty Only
masonry.
42.00 Structural steel work in single section, 3500.00 kg 66.85 Rupees Sixty 233975.00
fixed with or without connecting plate, Six and Paise
including cutting, hoisting, fixing in Eighty Five Only
position and applying a priming coat of
approved steel primer all complete.
43.00 Structural steel work riveted, bolted or 1373988.0 kg 73.65 Rupees 101194216.20
0
welded in built up sections, trusses Seventy Three
and framed work, including cutting, and Paise Sixty
hoisting, fixing in position and applying Five Only
a priming coat of approved steel
primer all complete:
44.00 Steel work welded in built up sections/ 1500.00 kg 86.50 Rupees Eighty 129750.00
framed work, including cutting, Six and Paise
hoisting, fixing in position and applying Fifty Only
a priming coat of approved steel
primer using structural steel etc. as
required. In gratings, frames, guard
bar, ladder, railings, brackets, gates
and similar works
45.00 Supplying and fixing rolling shutters of 63.00 sqm 2044.15 Rupees Two 128781.45
approved make, made of required size Thousand &
M.S. laths, interlocked together Forty Four and
through their entire length and jointed Paise Fifteen
together at the end by end locks, Only
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

155
adequate strength conforming to IS:
4454 - part 1 and M.S. top cover of
required thickness for rolling shutters.
80x1.25 mm M.S. laths with 1.25 mm
thick top cover
46.00 Providing and fixing ball bearing for 12.00 each 436.45 Rupees Four 5237.40
rolling shutters. Hundred &
Thirty Six and
Paise Forty Five
Only
47.00 Extra for providing mechanical device 63.00 sqm 665.50 Rupees Six 41926.50
chain and crank operation for Hundred &
operating rolling shutters. Exceeding Sixty Five and
10.00 sqm and upto 16.80 sqm in the Paise Fifty Only
area.
48.00 Extra for providing grilled rolling 21.00 sqm 313.60 Rupees Three 6585.60
shutters manufactured out of 8 mm Hundred &
dia.M.S. bar instead of laths as per Thirteen and
design approved by Engineer-in- Paise Sixty Only
charge.(area of grill to be measured).
49.00 12mm cement plaster of mix :1:6 (1 22384.00 sqm 133.85 Rupees One 2996098.40
cement : 6 fine sand) Hundred &
Thirty Three
and Paise
Eighty Five Only
50.00 15 mm cement plaster on the rough 39452.00 sqm 154.70 Rupees One 6103224.40
side of single or half brick wall of mix : Hundred & Fifty
1:6 (1 cement : 6 fine sand) Four and Paise
Seventy Only
51.00 6 mm cement plaster of mix : 1:3 (1 25308.00 sqm 120.35 Rupees One 3045817.80
cement : 3 fine sand) Hundred &
Twenty and
Paise Thirty
Five Only
52.00 Extra for plastering exterior walls of 22186.00 sqm 34.95 Rupees Thirty 775400.70
height more than 10 m from ground Four and Paise
level for every additional height of 3 m Ninety Five
or part thereof. Only
53.00 Applying priming coats with primer of 206974.00 sqm 28.75 Rupees 5950502.50
approved brand and manufacture, Twenty Eight
having low VOC (Volatile Organic and Paise
Compound ) content. With ready Seventy Five
mixed red oxide zinc chromatic on Only
steel /iron works having VOC content
less than 250 grams/litre.
54.00 Providing and laying integral cement 19838.00 sqm 844.10 Rupees Eight 16745255.80
based treatment for waterproofing on Hundred &
horizontal surface at all depth below Forty Four and
ground level for under ground Paise Ten Only
structures as directed by Engineer-in-
Charge and consisting of : i) Ist layer
of 22 mm to 25 mm thick approved
and specified rough stone slab over a
25 mm thick base of cement mortar
1:3 (1 cement : 3 coarse sand) mixed
with water proofing compound
conforming to IS:2645 in the
recommended proportion over the
leveling course (leveling course to be
paid separately). Joints sealed and
grouted with cement slurry mixed with
water proofing compound. ii) 2nd layer
of 25 mm thick cement mortar 1:3 (1
cement:3 coarse sand) mixed with
water proofing compound in
156
recommended proportions. iii)
Finishing top with stone aggregate of
10 mm to 12mm nominal size
spreading @ 8 cudm/sqm thoroughly
embedded in the 2nd layer. Using
rough kota stone.
55.00 Providing and laying integral cement 6706.00 sqm 1036.90 Rupees One 6953451.40
based treatment for waterproofing on Thousand &
the vertical surface by fixing specified Thirty Six and
stone slab 22 mm to 25 mm thick with Paise Ninety
cement slurry mixed with water Only
proofing compound conforming to
IS:2645 in recommended proportions
with gap of 20 mm (minimum) between
stone slabs and the receiving surfaces
and filling the gaps with neat cement
slurry mixed with water proofing
compound and finishing the exterior of
stone slab with cement mortar 1:3 (1
cement : 3 coarse sand) 20 mm thick
with neat cement punning mixed with
water proofing compound in
recommended proportion complete at
all levels and as directed by Engineer-
in-charge : Using rough kota stone.
56.00 Providing and placing in position 573.00 metre 489.45 Rupees Four 280454.85
suitable PVC water stops conforming Hundred &
to IS:12200 between two RCC Eighty Nine
members and fixed to the and Paise Forty
reinforcement with binding wire before Five Only
pouring concrete etc complete.
Serrated with central bulb (225mm
wide,8-11mm thick)
57.00 Providing and laying water proofing 2703.00 sqm 255.00 Rupees Two 689265.00
treatment in sunken portion of WCs, Hundred & Fifty
bathroom etc., by applying cement Five Only
slurry mixed with water proofing
cement compound consisting of
applying : a) First layer of slurry of
cement @ 0.488 kg/sqm mixed with
water proofing cement compound @
0.253 kg/sqm. This layer will be
allowed to air cure for 4 hours. b)
Second layer of slurry of cement @
0.242 kg/sqm mixed with water
proofing cement compound @ 0.126
kg/sqm. This layer will be allowed to
air cure for 4 hours followed with water
curing for 48 hours. The rate includes
preparation of surface, treatment and
sealing of all joints, corners, junctions
of pipes and masonry with polymer
mixed slurry.
58.00 Grading roof for water proofing 239.00 cum 5021.05 Rupees Five 1200030.95
treatment with Cement concrete 1:2:4 Thousand &
(1 cement : 2 coarse sand : 4 graded Twenty One
stone aggregate 20 mm nominal size) and Paise Five
Only
59.00 Providing and laying roof insulation 4783.00 sqm 1143.25 Rupees One 5468164.75
with 40 mm thick impervious sprayed, Thousand One
closed cell free Rigid Polyurethane Hundred &
foam over deck insulation conforming Forty Three
to IS - 12432 Pt. III (density of foam and Paise
being 40-45 kg/ cum), over a coat of Twenty Five
polyurethane primer applied @ 6-8 Only
sqm per litre, laying 400 G polythene

157
sheet over PUF spray and providing a
wearing course of 40 mm thick cement
screed 1: 2 : 4 (1 cement : 2 coarse
sand : 4 stone aggregate 20 mm
nominal size) in chequered rough
finish, in panels of 2.5 m x 2.5 m and
embedding with 24 G wire netting and
sealing the joints with polymerized
mastic, all complete as per direction of
Engineer-in-Charge.
60.00 Providingand fixing thermal insulation 4783.00 sqm 474.05 Rupees Four 2267381.15
of ceiling (under deck insulation) with Hundred &
Resin Bonded Rockwool conforming to Seventy Four
IS: 8183,density 48 kg/ m3, 50 mm and Paise Five
thick, wrapped in 200 G Virgin Only
Polythene bags fixed to ceiling with
metallic cleats (50x50x3 mm) @ 60 cm
and wire mesh of 12.5mm x 24 gauge
wire mesh, for top most ceiling of
building.
61.00 Providing and laying APP(Atactic 4783.00 sqm 448.30 Rupees Four 2144218.90
Polypropylene Polymer) modified Hundred &
prefabricated five layer 3mm thick Forty Eight and
water proofing membrane, black Paise Thirty
finished reinforced with non woven Only
polyester matt consisting of a coat of
bitumen primer for bitumen
membrane @ 0.40 ltr/sqm by the
same membrane manufacture of
density at 25°C, 0.87-0.89 kg/ltr and
viscocity 70-160 cps. Over the primer
coat the layer of membrane shall be
laid using Butane torch and sealing all
joints etc and preparing the surface
complete. The vital physical and
chemical perameters of the
membrane shall be as under : Joints
strength in longitudinal and transverse
direction at 23°C as 650/450N/5cm.
Tear strength in longitudinal and
transverse direction as 300/250N.
Softening point of membrane not less
than 150°C. Cold flexibility shall be
upto -2°C when tested in accordance
with ASTM, D - 5147. The laying of
membrane shall be got done
through the authorised applicator of
the manufacturer of membrane : 3mm
thick
62.00 Terrace Garden Water proofing
62.10 Supplying and applying a 1.5mm thick 1817.00 sqm 700.00 Rupees Seven 1271900.00
non reinforced EPDM membrane Hundred Only
conforming to ASTM D6134-97 on
given newly laid cement sand mortar
substrate with the help of appropriate
recommended blinded adhesive as per
manufacturer recommendations keep
100mm overlap between two adjacent
membrane and adhere it with
appropriate splice adhesive.
62.20 Providing and laying protection layer 1817.00 sqm 200.00 Rupees Two 363400.00
with specify geotextile membrane with Hundred Only
minimum 250gsm weight and
application as per manufacturer
specification.

158
62.30 Providing and applying average 35mm 1817.00 sqm 250.00 Rupees Two 454250.00
thick (or as specified) cement sand Hundred & Fifty
mortar in with ratio of 1:3 modified with Only
admixture on geotextile membrane to
provide suitable or as specified slope
for easy water disposal
62.40 Providing and laying primer root 1817.00 sqm 300.00 Rupees Three 545100.00
barrier, insulation, drainage boards, Hundred Only
aeration, water storage and secondary
root barrier above this growing
medium and vegetation will be follow.
63.00 Providing and fixing Glass mossaic 1817.00 sqm 1586.70 Rupees One 2883033.90
tiles at finished plain wall surface of Thousand Five
size 20 mm x 20 mm x 4 mm in all Hundred &
colour, design , fixing in customize Eighty Six and
design as per direction of Engineer-in- Paise Seventy
Charge. The glass mosaic tiles to be Only
fixed on the wall surface with the help
of approved adhesive applied at the
rate of 2.5 kg per sqm and grouting of
the same. The rate is inclusive of all
operation, material and required
pattern approved by Engineer-in-
Charge:
64.00 Providing & Fixing S.S. Corner guard 2340.00 metre 1335.75 Rupees One 3125655.00
40x40x4mm size fixed to wall including Thousand
fixing arrangement as per approved Three Hundred
design all complete as per direction of & Thirty Five
Engineer-In-Charge. and Paise
Seventy Five
Only
65.00 Providing and laying in position 3111.00 cum 4921.70 Rupees Four 15311408.70
cement concrete of specified grade Thousand Nine
excluding the cost of centering and Hundred &
shuttering - All work up to plinth level : Twenty One
1:2:4 (1 cement : 2 coarse sand : 4 and Paise
graded stone aggregate 20 mm Seventy Only
nominal size)
66.00 Providing and fixing stainless steel 177192.00 kg 611.10 Rupees Six 108282031.20
(Grade 304) railing made of Hollow Hundred &
tubes, channels, plates etc., including Eleven and
welding, grinding, buffing, polishing Paise Ten Only
and making curvature (wherever
required) and fitting the same with
necessary stainless steel nuts and
bolts complete, i/c fixing the railing
with necessary accessories &
stainless steel dash fasteners ,
stainless steel bolts etc., of required
size, on the top of the floor or the side
of waist slab with suitable arrangement
as per approval of Engineer-in-charge,
( for payment purpose only weight of
stainless steel members shall be
considered excluding fixing
accessories such as nuts, bolts,
fasteners etc.).
67.00 Providing and fixing 18mm thick gang
saw cut mirror polished premoulded
and prepolished) machine cut for
kitchen platforms, vanity counters,
window sills , facias and similar
locations of required size of approved
shade, colour and texture laid over
20mm thick base cement mortar 1:4 (1
cement : 4 coarse sand) with joints

159
treated with white cement, mixed with
matching pigment, epoxy touch ups,
including rubbing, curing, moulding
and polishing to edge to give high
gloss finish etc. complete at all levels.
Granite of any colour and shade
67.10 Area of slab upto 0.50 sqm 36.00 sqm 3724.70 Rupees Three 134089.20
Thousand
Seven Hundred
& Twenty Four
and Paise
Seventy Only
67.20 Area of Slab over 0.50sqm 356.00 sqm 3769.70 Rupees Three 1342013.20
Thousand
Seven Hundred
& Sixty Nine
and Paise
Seventy Only
68.00 Extra for providing edge moulding to 429.00 metre 210.65 Rupees Two 90368.85
18mm thick marble stone counters, Hundred & Ten
Vanities etc. including machine and Paise Sixty
polishing to edge to give high gloss Five Only
finish etc. complete as per design
approved by Engineer-in-Charge.
Granite work.
69.00 Extra for fixing marble /granite stone 429.00 metre 225.75 Rupees Two 96846.75
over and above corresponding basic Hundred &
item, in facia and drops of width upto Twenty Five
150 mm with epoxy resin based and Paise
adhesive including cleaning etc. Seventy Five
complete. Only
70.00 Extra for providing opening of required 247.00 each 350.80 Rupees Three 86647.60
size & shape for wash basins/ kitchen Hundred & Fifty
sink in kitchen platform, vanity and Paise
counters and similar location in Eighty Only
marble/Granite/stone work including
necessary holes for pillar taps etc.
including rubbing and polishing of cut
edges etc. complete.
71.00 Mirror polishing on marble work / 356.00 sqm 196.85 Rupees One 70078.60
Granite work/ stone work where ever Hundred &
required to give high gloss finish Ninety Six and
complete. Paise Eighty
Five Only
72.00 Providing wood work in frames of 0.56 cum 90495.8 Rupees Ninety 50677.65
doors, windows, clerestory windows 0 Thousand Four
and other frames, wrought framed and Hundred &
fixed in position with hold fast lugs or Ninety Five and
with dash fasteners of required dia & Paise Eighty
length ( hold fast lugs or dash fastener Only
shall be paid for separately). Second
class teak wood
73.00 Providing and fixing pre-laminated flat 457.00 Sqm 1277.25 Rupees One 583703.25
pressed 3 layer (medium density) Thousand Two
particle board or graded wood particle Hundred &
board IS : 3087 marked with one side Seventy Seven
decorative and other side balancing and Paise
lamination Grade-I, Type II exterior Twenty Five
grade IS:12823 marked in shelves with Only
screws and fittings wherever required,
edges to be painted with polyurethane
primer (fittings to be paid separately).
25mm thick

160
74.00 Providing and fixing cup board 341.00 Sqm 1585.55 Rupees One 540672.55
shutters 25 mm thick, with Pre- Thousand Five
laminated flat pressed three layer Hundred &
particle board or graded wood particle Eighty Five and
board IS:12823 marked, exterior grade Paise Fifty Five
(Grade l Type ll), having one side Only
decorative lamination and other side
balancing lamination, including IInd
class teak wood lipping of 25 mm wide
x12 mm thick with necessary screws
and bright finished stainless steel
piano hinges, complete as per
direction of the Engineer-in-Charge
75.00 Providing and fixing ISI marked flush 878.00 sqm 1684.75 Rupees One 1479210.50
door shutters conforming to IS: 2202 Thousand Six
(Part I) non-decorative type, core of Hundred &
block board construction with frame of Eighty Four
1st class hard wood and well matched and Paise
commercial 3 ply veneering with Seventy Five
vertical grains or cross bands and face Only
veneers on both faces of shutters : 35
mm thick including ISI marked
Stainless Steel butt hinges with
necessary screws.
76.00 Extra for providing lipping with 2nd 878.00 sqm 348.45 Rupees Three 305939.10
class teak wood battens 25 mm Hundred &
minimum depth on all edges of Forty Eight and
shutters (over all area of door shutter Paise Forty Five
to be measured) over item no. 9.20 Only
and 9.21
77.00 Extra for providing vision panel not 878.00 sqm 133.55 Rupees One 117256.90
exceeding 0.1 sqm in all type of flush Hundred &
doors (cost of glass excluded) (overall Thirty Three
area of door shutter to be measured) : and Paise Fifty
Rectangular or square. Five Only
78.00 Providing and fixing special quality 86.00 each 171.90 Rupees One 14783.40
bright finished brass cupboard or ward Hundred &
robe locks with four levers of approved Seventy One
quality including necessary screws etc. and Paise
complete. 50 mm Ninety Only
79.00 Providing and fixing wooden moulded 104.00 metre 148.10 Rupees One 15402.40
beading to door and window frames Hundred &
with iron screws, plugs and priming Forty Eight and
coat on unexposed surface etc. Paise Ten Only
complete : 2nd class teak wood 50 x
20 mm
80.00 Providing and fixing magnetic catcher 86.00 each 22.55 Rupees 1939.30
of approved quality in cupboard / ward Twenty Two
robe shutters, including fixing with and Paise Fifty
necessary screws etc. complete. Five Only
Double strip (horizontal type)
81.00 Providing & Fixing decorative high 1757.00 sqm 663.20 Rupees Six 1165242.40
pressure laminated sheet of plain / Hundred &
wood grain in gloss / matt / suede Sixty Three and
finish with high density protective Paise Twenty
surface layer and reverse side of Only
adhesive bonding quality conforming
to IS : 2046 Type S including cost of
adhesive of approved quality 1.0 mm
thick.
82.00 Providing & fixing double leaf 492.00 sqm 6007.60 Rupees Six 2955739.20
frameless glazed door with 12mm thk Thousand &
TOUGHENED glass, all sides edge Seven and
polished to be fixed on patch fittings of Paise Sixty Only
the approved make. Cost of the door
to be inclusive of pre-approved make

161
patch fitting, floor spring, patch lock,
handles of 32 x 1300 matt finish,
handles to be fitted horizontally /
vertically as per instructions & patch
fitting(s) lock(s), etc., all complete as
per design.
83.00 Supply & Installation of Fully
Automatic Sliding door operator
compliant with future European
standards and produced according to
the guidelines for power-operated
windows, doors and gates BGR 232,
the UVV and the VDE regulations.
TÜV design tested, tested according to
the low voltage guidelines, production
according to ISO 9001:2000
certification. Fulfils the DIN V18650
(prEN 12650). Automatic Sliding Door
Operator should have mounting
backplate for easy installation and a
flexible track profile for improved noise
& vibration dampening and easy
maintenance. Microprocessor-
controlled control unit. Self-learning,
with adjustable parameters for opening
and closing speed, hold-open time and
opening and closing force. Class of
protection IP 20.Automatic Sliding
Door Operators should be sturdy
design with Self balancing Panel
suspension system and with Anti-
Jump fitting with clear passage width
of 3000 mm SD ( Two shutters of
equal width) and clear height of 2400
.With the following accessories
Function programs:
83.10 Program Modes: - Off, Automatic,
Permanent open, Exit only, Partial
open. Adjustable Hold Open Time:
Hold Open is easily adjustable at
module as per client’s requirement,
Hold Open Time: 0 – 180 Sec.
Adjustable Parameters Via parameter
display and selection key at electronic
module. Adjustable Opening Speed:
10 -70 Cm/S, Adjustable Closing
Speed: 10 – 50 Cm/S,Hold Open time:
0 – 180 Sec ,Night Bank Opening
time: 0 – 30 Sec ,Auto Error Display,
with Error Code Display for error
correction. Read-out error store with
error codes
Emergency off – Connection for
Emergency Off Button, On activation
Operator will Open Fully and Stop all
functions, enabling passenger to pass
through in case of Panic. Safety
devices:Inbuilt Obstruction detection
feature with automatic reversing cycle
on obstruction, dynamic and static
force limitation, emergency control unit
(emergency stop)
83.20 Safety PhotoCells: 1/ 2 Pair of 20.00 each 382947.00 Rupees Three 7658940.00
PhotoCells are provided for safety of Lakh Eighty Two
passenger standing in line of motion of Thousand Nine
Moving Panel and for through-passage Hundred & Forty
Seven Only
monitoring Connection: 230 V, 50/60
162
Hz. Activators: Radar system 02 Nos,
with 24 GHz, Mandatory as Int’Nat
Standards, Light barriers, comprising
receiver and transmitter -01 Pair
Locking: Electro-mechanical locking,
Bistable UPS of 750 VA shall be
provided by others, which will give
power backup of 20 min. only & if the
duration of power cut to the operator is
more than 30 min., then separate
arrangement for the same as
Automatic Operator require un-
interpreted stabilized power supply.
84.00 Toilet Cubical Providing and fixing
Toilet Cubicle (of following standard
dimension which includes 600 mm
door size width) made of heat,
bacteria, water, chemical, scratch,
impact and anti bacterial resistant 12
mm thick solid compact laminate
panels Finish of the compact laminate
should be raw silk which include
doors, pilasters and intermediate
panels finished with approved
texture/shade as per the detail drawing
and as per IS 2046 (Indian Standard)
and as per fire retardant BS-476/97
standard.This also includes providing
and fixing in position necessary
hardware made out of Stainless Steel
(Grade 304) as per manufacturer's
specifications and EIC instructions like
(1) Door Knob, (2) Gravity Hinges, (3)
Thumb turn lockset indicators, (4) Coat
hooks, (5) U- Channels, (6) SS-Shoe
Box Plate, (7) MS-Base Plate, (8)
Rubber noise deafening tape, (9)
Screws and wall Plugs.
84.10 All screws will be of 304 Grade in
stainless steel with satin finish. All
pilasters are supported by series
stainless steel shoe box with MS-
Base Plate. The Base of stainless
steel shoe box will be anchored to the
floor with a clearance height upto 110
mm. Fixing of intermediate panels to
the wall shall be stainless steel 'L'-
Bracket or stainless U- Channel
section are fixed into wall with screw
inserts. All screws will be of 304 Grade
in Stainless steel with satin finish. All
pilasters are supported by stainless
steel Bottom Cladding. The base of
the stainless steel bottom cladding will
be anchored to the floor with a
clearance height upto 110 mm. All
intermidiate panels shall be 12 mm
thick, pilasters and door shall be 18
mm thick with edges chamfered
complete as per drawing and
directions of Engineer- In- Charge.
84.20 Toilet Cubicle with standard dimension of 1840 753.00 sqm 8272.00 Rupees Eight 6228816.00
mm Height x 1000 mm width x 1550 mm Depth,
Thousand Two
which include 600 mm door size width). Toilet
Cubicle I- Shape (Front Partion) with standard Hundred &
dimension of 1840 mm Height x 1000 mm width Seventy Two
which includes 600 mm door size width). Only

163
85.00 Providing and fixing 12 mm thick 1429.00 sqm 7991.12 Rupees Seven 11419310.48
frameless toughened glass door Thousand Nine
partitions of approved brand and Hundred &
manufacturer, including providing and Ninety One and
fixing partitions at top & bottom with Paise Twelve
aluminum channel etc. all complete as Only
per direction of Engineer-in-charge
86.00 Providing and fixing approved brand
and manufacturer SS 304 grade
hardware's for Doors etc.
86.10 Providing and fixing approved brand 5.00 nos 4051.00 Rupees Four 20255.00
and manufacturer SS 304 grade S.S Thousand &
Floor door spring fixed with SS screws Fifty One Only
etc. complete in all respects as per
manufacturer's specifications & as
directed by Engineer-in-charge.
86.20 Providing and fixing approved brand 20.00 nos 3613.00 Rupees Three 72260.00
and manufacturer SS 304 grade S.S Thousand Six
Handles including lock (1200 mm) Hundred &
fixed with SS screws etc. complete in Thirteen Only
all respects as per manufacturers'
specifications & as directed by
Engineer-in-charge.
86.30 Providing and fixing approved brand 722.00 nos 2200.70 Rupees Two 1588905.40
and manufacturer SS 304 grade S.S Thousand Two
Handles (450 mm) fixed with SS Hundred and
screws etc. complete in all respects as Paise Seventy
per manufacturers' specifications & as Only
directed by Engineer-in-charge.
86.40 Providing and fixing approved brand 60.00 nos 292.00 Rupees Two 17520.00
and manufacturer SS 304 grade S.S Hundred &
Handles (200 mm) fixed with SS Ninety Two
screws etc. complete in all respects as Only
per manufacturer's specifications & as
directed by Engineer-in-charge.
86.50 Providing and fixing approved brand 361.00 nos 220.40 Rupees Two 79564.40
and manufacturer SS 304 grade S.S Hundred &
door stopper fixed with SS screws etc. Twenty and
complete in all respects as per Paise Forty
manufacturer's specifications & as Only
directed by Engineer-in-charge.
86.60 Providing and fixing approved brand 361.00 nos 601.35 Rupees Six 217087.35
and manufacturer SS 304 grade S.S Hundred & One
dead lock fixed with SS screws etc. and Paise Thirty
complete in all respects as per Five Only
manufacturer's specifications & as
directed by Engineer-in-charge.
86.70 Providing and fixing approved brand 1444.00 nos 297.00 Rupees Two 428868.00
and manufacturer SS 304 grade S.S Hundred &
tower bolt (300mm) fixed with SS Ninety Seven
screws etc. complete in all respects as Only
per manufacturer's specifications & as
directed by Engineer-in-charge.
86.80 Providing and fixing approved brand 120.00 nos 180.00 Rupees One 21600.00
and manufacturer SS 304 grade S.S Hundred &
tower bolt (150mm) fixed with SS Eighty Only
screws etc. complete in all respects as
per manufacturer's specifications & as
directed by Engineer-in-charge.
86.90 Providing and fixing approved brand 184.00 Sets 2110.00 Rupees Two 388240.00
and manufacturer SS 304 grade patch Thousand One
fittings L type for frameless doors fixed Hundred & Ten
with SS screws etc. complete in all Only
respects as per manufacturer's
specifications & as directed by
Engineer-in-charge.
164
87.00 Providing and fixing fire resistant door 486.00 metre 1190.65 Rupees One 578655.90
frame of section 143 x 57 mm having Thousand One
built in rebate made out of 16 SWG Hundred &
G.I. sheet (zinc coating not less than Ninety and
120 gm/sqm) duly filled with Paise Sixty Five
vermuculite based concrete mix, Only
suitable for mounting 60 minutes fire
rated door shutters. The frame is fitted
with intumuscent fire seal strip of size
10x4 mm (minimum) alround the frame
and fixing with dash fastener of
approved size and make, including
applying a coat of approved brand fire
resistant primer etc. complete as per
direction of Engineer-in-charge (Dash
fastener to be paid for separately).
88.00 Providing and fixing 50 mm thick 227.00 sqm 6205.05 Rupees Six 1408546.35
glazed fire resistant door shutters of Thousand Two
60 minutes fire rating conforming to Hundred & Five
IS:3614 (Part-II), tested and certified and Paise Five
as per laboratory approved by Only
Engineer-in-charge, with suitable
mounting on door frame, consisting of
vertical styles, lock rail, top rail 100
mm wide, bottom rail 200 mm wide,
made out of 16 SWG G.I.sheet (zinc
coating not less than 120 gm/m2) duly
filled FR insulation material and fixing
with necessary stainless steel ball
bearing hinges of approved make,
including applying a coat of approved
fire resistant primer etc. all complete
as per direction of Engineer-in-charge
(panneling to be paid for separately).
89.00 Providing and fixing glazing in fire 227.00 sqm 26954.60 Rupees 6118694.20
resistant door shutters, fixed panels, Twenty Six
ventilators and partitions etc., with G.I. Thousand Nine
beading of appropriate size, made out Hundred & Fifty
of 20 SWG G.I.sheet (zinc coating not Four and Paise
less than 120 gm/m2), fire resistant Sixty Only
sealant, including applying a coat of
approved fire resistant primer on G.I.
beading etc., complete all as per
direction of Engineer-in-charge. With
clear fire resistant glass panes 6mm
thick of approved brand, having
minimum 60 minutes fire resistance
90.00 Providing and fixing panic bar / latch 90.00 each 5892.30 Rupees Five 530307.00
(Double point) fitted with a single body, Thousand Eight
Trim Latch & Lock on back side of the Hundred &
Panic Latch of reputed brand and Ninety Two and
manufacture to be approved by the Paise Thirty
Engineer- in- charge, all complete. Only
91.00 Cost of glass to includes for all heights
and level. Note: The contractor shall
submit fabrication drawings for work
involved based on construction
drawings (that may be issued during
construction period) for approval by
the Engineer-in-Charge. The
fabrication work shall start only after
approval of the fabrication drawings.
Any change required in the fabrication
drawings shall be carried out at no
extra cost.
A) SPIDER GLAZING SYSTEM

165
"Design supply & installation of
suspended Spider Glazing system
designed to withstand the wind
pressure as pr IS 875 (Part-III). The
Suspended System held with Spider
Fittings of SS-316 Grade Steel of
approved manufacturer with glass
panel having 13.52 mm thick
laminated toughened glass of
approved make and consisting of
Glass - 13.52 laminated glass (6mm
ST 167 Sparkling
ice+1.52mmPVB+6mm clear glass)
held together with SS- 316 Grade
Stainless steel Spider & bolt assembly
with laminated Glass fin - 13.52
laminated glass (6mm clear
glass+1.52mmPVB+6mm clear glass)
91.10 held together with SS- 316 Grade
Stainless steel Spider & bolt assembly
with laminated Glass fin - 13.52
laminated glass (6mm clear
glass+1.52mmPVB+6mm clear glass)
The Glass fins and glass panel
assembly shall be connected to
Slab/beams by means of SS- 316
Grade stainless steel brackets &
Anchor bolts and at the bottom using
SS channel of 50x25x2mm using
fastener & anchor bolts, non staining
weather sealants of approved make,
Teflon/ nylon bushes and separators
to prevent bi-metallic contacts, all
complete to perform as per
specification and approved drawings.
The complete system to be designed
to accommodate thermal expansion &
seismic movements etc.
91.20 The joints between glass panels (6 to 1924.00 sqm 8231.00 Rupees Eight 15836444.00
8 mm) and gaps at the perimeter & in Thousand Two
U channel of the assembly to be filled Hundred &
with non staining weather sealant, so Thirty One Only
as to make the entire system fully
water proof & dust proof.The rate shall
include all design, Engineering and
shop drawing including approval from
structural designer, labour, T&P,
scaffolding , other incidental charges
including wastage, enabling temporary
services all fitting fixers nut bolts,
washer, Buffer plates, fastener,
anchors, SS channel laminated glass
etc. all complete. For the purpose of
payment, actual elevation area of
Glazing including thickness of joints
and the portion of Glass panel inside
the SS channel shall be measured. "
92.00 B) Spider System FOR GLASS 486.00 sqm 8560.00 Rupees Eight 4160160.00
CANOPY 21.52 mm thk laminated Thousand Five
glass (10mm clear glass+1.52mm Hundred &
pvb+10mm clear glass) Sixty Only
93.00 Designing, supplying, installation and 4243.00 sqm 15330.00 Rupees 65045190.00
commisioning of solar photovoltaic Fifteen
(PV) glass panel system comprising of Thousand
solar PV panels, solar DC protection Three Hundred
boxes, high efficiency solar inverters & Thirty Only
166
with 3 phase output suitable for the
installed PV input with MPPT and
automatic batteryless system a) solar
see through PV glass panel of size
1300 x 1100 x 7mm, weight 24 kg, 90
Wp, Transparency - 20%, UV cut -
99.9%, reflection - 10%, Absorption -
67%
94.00 Providing & fixing of Luxalon 3097.00 metre 7373.36 Rupees Seven 22835295.92
aluminium extruded Aerofoil AF - 350 Thousand
Sun Louvers. The panels shall be 350 Three Hundred
MM wide, 56 MM high in desired & Seventy
length upto a maximum length of 3500 Three and
MM. the panels shall be made out of Paise Thirty Six
1.8 MM thick aluminium extrusion in Only
Anodized / PVDF/ Mill Finish. The
panels shall be installed horizontally or
vertically to the frame in a fixed angle
by means of aluminium sliding U
profile, & fixation disc & fin suspension
made out of fiber allowing it to lock at
fixed degree in increments of 5
degrees from 0 to 180 degree. The
fixation disc is clicked into position by
sliding the U-profile section over the fin
suspension. The ends of the panels
shall be covered by aluminium plates
having thickness 1.5 MM the panels
shall be installed in a module of 335
MM giving an overlap of 15 MM.
95.00 Designing, supplying, installation and
commisioning of Aluminium
Quadroclad Facade System (Luxalon®
- Quadroclad 25A by Hunter Douglas
or equivalent). The System shall
comprise of honeycomb panels of 25
mm thickness two skins of flat smooth
Aluminium alloy AA3005, with an outer
skin thickness of 0.7 mm and inner
skin thickness of 0.5 mm. Panel width
will be to a maximum of 1500 mm and
of variable lengths up to maximum of
3000 mm (manufactured as per the
site requirement) with panel edges on
all four sides closed..
95.10 The quadra panels shall be in roll form
using a pre-treated corrosion resistant
core of honeycomb Aluminium having
a core diameter of 19 mm and foil
thickness of 0.076 mm. The panel
shall be coated on the
exterior/exposed surface with coil
coated Luxacoate®/PVDF finish, and
on the inner surface with primer
coating. The 15/20mm wide joint shall
be covered with a 10 mm metal cover
extrusion, supported by a spring clip
as per the proprietary HDI design.
The horizontal and vertical joints shall
have a recessed joint of standard
width of 15/20 mm and shall
incorporate facilities for allowing
adjustment of ± 1 mm.

167
95.20 The panel shall be screwed/fixed to 874.00 sqm 10903.08 Rupees Ten 9529291.92
and supported on an 40/50x40/50x2 Thousand Nine
mm angular Aluminium substructure Hundred &
as per the load requirement. Three and
Aluminium alloy for substructure shall Paise Eight
comply with ISO 6063. Anodic coating Only
on Aluminium substructure (wherever
applicable) and its specified alloy shall
comply with IS 1968-1996. The
substructure shall be fixed to the
backing wall by means of
40/50x40/50x2 mm-angular
Aluminium/ MS brackets with wedge
type/RAWL PLUG stainless steel
anchor fastener/HILTI or equivalent
chemical fastener. A Nylon/Rubber
bush shall protect joints between any
two dissimilar metals.
96.00 Providing and fixing dry cladding upto 1631.00 sqm 2385.10 Rupees Two 3890098.10
10 metre heights with 30 mm thick Thousand
gang saw cut stone with (machine cut Three Hundred
edges) of uniform colour and size upto & Eighty Five
1mx1m, fixed to structural steel frame and Paise Ten
work and/ or with the help of cramps, Only
pins etc. and sealing the joints with
approved weather sealant as per
Architectural drawing and direction of
Engineer-in-charge. (The steel frame
work, stainless steel cramps and pins
etc. shall be paid for separately). Sand
stone (Kandla stone)
97.00 Providing and fixing structural steel
frame (for dry cladding with 30 mm
thick gang saw cut with machine cut
edges sand stone) on walls at all
heights using M.S. square/ rectangular
tube in the required pattern as per
architectural drawing, including cost of
cutting, bending, welding etc. The
frame work shall be fixed to the wall
with the help of M.S. brackets/ lugs of
angle iron/ flats etc. which shall be
welded to the frame and embedded in
brick wall with cement concrete block
1:2:4 (1 cement :2 coarse sand :4
graded stone aggregate 20 mm
nominal size) of size 300x230x300
mm, including cost of necessary
centring and shuttering and with
approved expansion hold fasteners on
CC/RCC surface, including drilling
necessary holes. Approved cramps/
pins etc.
97.10 shall be welded to the frame work to 16309.00 kg 134.50 Rupees One 2193560.50
support stone cladding, the steel work will Hundred &
be given a priming coat of Zinc primer as Thirty Four and
approved by Engineer-in-harge and Paise Fifty Only
painted with two or more coats of epoxy
paint (Shop drawings shall be submitted by
the contractor to the Engineer-in-charge for
approval before execution). The frame
work shall be fixed in true horizontal &
vertical lines/planes. (Only structural steel
frame work shall be measured for the
purpose of payment, stainless steel
cramps shall be paid for separately and
nothing extra shall be paid).

168
98.00 Providing and fixing copper pins 7.5 148024.00 each 29.10 Rupees 4307498.40
cm long 6 mm diameter for securing Twenty Nine
adjacent stones in stone wall lining in and Paise Ten
cement mortar 1:2 (1 cement : 2 Only
coarse sand) including making the
necessary chases.
99.00 Providing and fixing adjustable 9785.00 each 196.80 Rupees One 1925688.00
stainless steel cramps of approved Hundred &
quality and of required shape and size Ninety Six and
adjustable with stainless steel nuts Paise Eighty
bolts and washer (total weight not less Only
than 260 gms) for dry stone cladding
fixed on frame work at suitable
location including making necessary
recesses in stone slab, drilling
required holes etc complete as per
direction of the Engineer-in-charge.
100.00 Providing & fixing Zinc Composite panel 1060.00 sqm 5765.00 Rupees Five 6110900.00
wall cladding system comprising of top Thousand Seven
Layer 4 mm thick Zinc LDPE panels of 990 Hundred & Sixty
mm X 3000 mm size made with 0.5 mm Five Only
QUARTZ Zinc (VM ZINC) & Aluminium
skins 0.5 mm each. Alloy type - 3105, Core
Material - LDPE. Virgin Core Thickness - 3
mm (to to installed by agency approved by
manufacturer). Galvonized GI Substructure
of 25 mm X 50 mm metal frames along
with necessary brackets / cleat / screws for
fixing of ZCP panels on the Metal
Substructure as per instructions etc and all
precautions to be taken to avoid bimetaalic
corrosion complete as per design. (Basic
rate=Rs 500 per sq.ft)
101.00 Design, Supply, Fabrication and fixing of 30636.00 sqm 9819.25 Rupees Nine 300822543.00
unitized structural glazing using aluminium Thousand Eight
extruded sections mullions and transoms Hundred &
confirming to alloy 63400 as per IS : 733 Nineteen and
and IS :1285 with Anodising of AC 25 Paise Twenty
grade in approved color and shade as per Five Only
specification comprising of visible mullion
and transom on the inside with mullions
fixed to existing beams/columns through
adequately designed GI brackets includes,
capping shall on out side as per detail
shop drawing and the elevation drawings.
The Structural Glazing system is based on
pressure equalized drainage. The
complete drainage system is incorporated
in the design which drains water at every
transom in the unlikely event that water
penetrates the pressure seal.
102.00 The proposed system shall have the
providing and fixing glazing and sealing
with approved non staining structural
silicone sealant, complete with specially
designed extruded EPDM gaskets etc. to
prevent water penetration as per
standards. The item also including
Masking Tapes on the profiles for safety
against external scratches at site (Masking
Tapes to be removed only at the time of
handing over as per the instructions of
Engineer-In-Charge) with 23 mm thick
hermetically sealed double insulated
toughened glass (6 mm high performance
glass clear toughened shade glass on
outside + 12 mm dry air gap by a metal
spacer filled with dehydrating agent inside
the unit to prevent moisture formation
between the two panes+ 5 mm thick clear
toughened glass on inside) (i) Light
transmission : >42%
169
(ii) External Reflection : <14%
(iii) Internal Reflection : <25%
(iv) Solar Factor : <=0.23
(v) U Value in W/ Sq mt K : <=1.5
Weight of aluminium frame, excluding
rough ground, shall be taken as 10.0 Kg.
Per Sqm.) The item rate shall include cost
of MS insert/stiffeners if required.
102.10 Designing, supplying, installation and 1138.00 sqm 12827.00 Rupees Twelve 14597126.00
commisioning of 80 mm thick Modular Thousand Eight
Facade Systems comprising of façade Hundred &
elements including corner elements, Twenty Seven
opaque façade panels longitudinal & Only
transverse framing struts and lashings etc
with shadow line joints. The façade system
shall be composed of individual façade
element joined in a horizontal direction with
a tounge-groove system and fixed to the
supporting structure in a vertical direction.
Sealing of joints shall be done with profiled
gaskets in both directions. Item shall be
carried out as per manufaturer's
specifications(inluding support system)
103.00 Providing, fabricating and supplying 3177.00 sqm 1631.10 Rupees One 5182004.70
shadow box of required size and shape, for Thousand Six
fixing in the spandrel portion of the Hundred & Thirty
structural glazing, in linear as well as One and Paise
curvilinear portions of the building by Ten Only
providing semi -rigid, inorganic, non-
combustible fibre glass wool insulation 50
mm thick, conforming to IS: 8183 and BS:
3958 Part 5. The insulation layer shall
have facing (factory bonded on surface #
1of the fibre glass insulation layer), of
black non-woven fibre glass tissue of
nominal thickness 0.5 mm and nominal
mass not less than 60 gm / sqm, made of
randomly oriented glass fibres distributed
in a binder by a wet-lay process including
fixing 1.5 mm thick solid aluminum sheet
backing using, 6 mm thick cement board
including SS rivets, nuts, bolts, washers
etc complete.
104.00 Providing and supplying Spandrel Glass
Panels comprising of 6 mm thick heat
strengthened monolithic float glass of
approved colour and shade with reflective
soft coating on surface # 2 of approved
colour and shade so as to match the colour
and shade of the IGUs in the vision panels
etc. ,all complete for the required
performances as specified, as per the
Architectural drawings, as per the
approved shop drawings, as specified, and
as directed by the Engineer-in-Charge. For
payment, only the actual area of glass on
face # 1 of the glass panels (but excluding
the area of grooves and weather silicone
sealant) provided and fixed in position,
shall be measured in sqm.(Payment for
fixing of Spandrel Glass Panels in the
curtain glazing is included in cost of
relevent Item*).
104.10 (i) Coloured tinted float glass 6mm thick 3177.00 sqm 2862.40 Rupees Two 9093844.80
substrate with reflective soft coating on Thousand Eight
face # 2, having properties as visible Light Hundred & Sixty
transmittance (VLT) of 25 to 35 %, Light Two and Paise
reflection internal 10 to 15%, light reflection Forty Only
external 10 to 20 %, shading coefficient
(0.25- 0.28) and U value of 3.0 to 3.3
W/m2 degree K etc. . The properties of
performance glass shall be decided by
technical sanctioning authority as per the
site requirement.
170
105.00 Applying breathable, non-reactive, 34536.00 sqm 79.25 Rupees Seventy 2736978.00
antifungal, and water repellant Silane/ Nine and Paise
Siloxane chemical as approved by Twenty Five Only
Engineer-in-charge, of approved brand and
manufacture, diluted with solvent mineral
Turpentine oil in the ratio of 1:12 (One part
of approved chemical :12 Part of
Turpentine oil), on the existing sand stone
masonry surface with two or more coats to
give uniform application of chemical on the
surface, all complete as per direction of
Engineer-In-charge (The rate is inclusive of
all materials & labours involved except
scaffolding).
106.00 Chequerred precast cement concrete tiles 1260.00 sqm 608.25 Rupees Six 766395.00
22 mm thick in footpath & courtyard, Hundred & Eight
jointed with neat cement slurry mixed with and Paise Twenty
pigment to match the shade of tiles, Five Only
including rubbing and cleaning etc.
complete, on 20 mm thick bed of cement
mortar 1:4 (1 cement: 4 coarse sand).
Ordinary cement without any pigment
107.00 Kota stone slab flooring over 20 mm 5087.00 sqm 1071.70 Rupees One 5451737.90
(average) thick base laid over and jointed Thousand &
with grey cement slurry mixed with pigment Seventy One and
to match the shade of the slab, including Paise Seventy
rubbing and polishing complete with base Only
of cement mortar 1 : 4 (1 cement : 4
coarse sand) : 25mm thick
108.00 Kota stone slabs 20 mm thick in risers of 509.00 sqm 1100.85 Rupees One 560332.65
steps, skirting, dado and pillars laid on 12 Thousand One
mm (average) thick cement mortar 1:3 (1 Hundred and
cement: 3 coarse sand) and jointed with Paise Eighty Five
grey cement slurry mixed with pigment to Only
match the shade of the slabs, including
rubbing and polishing complete.
109.00 Extra for pre finished nosing in treads of 1472.00 metre 68.45 Rupees Sixty 100758.40
steps of Kota stone/ sand Eight and Paise
stone slab. Forty Five Only

110.00 Extra for Kota stone/ sand stone in treads 282.00 sqm 15.30 Rupees Fifteen 4314.60
of steps and risers using and Paise Thirty
single length up to 1.05 metre . Only

111.00 Providing and laying gang saw cut 18 mm 14439.00 sqm 3068.80 Rupees Three 44310403.20
thick, mirror polished pre moulded and pre Thousand & Sixty
polished machine cut granite stone of Eight and Paise
required size and shape of approved Eighty Only
shade, colour and texture in footpath,
flooring cut granite stone of required size
and shape of approved shade, colour and
texture in footpath, flooring in road side
plazas and similar locations, laid over
20mm thick base of cement mortar 1:4
(1cement : 4 coarse sand) including
grouting the joints with white cement mixed
with matching pigment, epoxy touch ups
etc. complete as per direction of Engineer-
in-Charge. Area less than 0.50 sqm.
112.00 Extra for pre finished nosing to treads of 4057.00 metre 249.00 Rupees Two 1010193.00
steps of Granite stone. Hundred & Forty
Nine Only

113.00 Extra for Granite stone flooring in treads of 895.00 sqm 301.85 Rupees Three 270155.75
steps and risers using single length up to Hundred & One
2.00 metre . and Paise Eighty
Five Only

171
114.00 Providing and laying Leather finish Granite 2938.00 sqm 3049.00 Rupees Three 8957962.00
stone flooring in required design and Thousand &
patterns, in linear as well as curvilinear Forty Nine Only
portions of the building all complete as per
the architectural drawings with 18 mm thick
Leather finish Granite stone slab over 20
mm (average) thick base of cement mortar
1:4 (1 cement : 4 coarse sand) laid and
jointed with cement slurry and pointing with
white cement slurry admixed with pigment
of matching shade including rubbing ,
curing and polishing etc. all complete as
specified and as directed by the Engineer-
in-Charge :
115.00 Providing and fixing 18mm thick Granite 18141.00 sqm 4455.40 Rupees Four 80825411.40
stone work for wall lining in cement mortar Thousand Four
1:3 (1cement : 3 coarse sand) including Hundred & Fifty
pointing with white cement mortor with an Five and Paise
admixture of pigment to match the granite Forty Only
shade complete as per direction of
Engineer-in-charge.
116.00 Providing and fixing 18mm thick Leather 5442.00 sqm 4309.00 Rupees Four 23449578.00
finish Granite stone work for wall lining in Thousand Three
cement mortar 1:3 (1cement : 3 coarse Hundred & Nine
sand) including pointing with white cement Only
mortor with an admixture of pigment to
match the granite shade complete as per
direction of Engineer-in-charge.
117.00 Extra for stone work for wall lining on 14821.00 sqm 77.90 Rupees Seventy 1154555.90
exterior walls of height more than 10 m Seven and Paise
from ground level for every additional Ninety Only
height of 3 m or part there of.
118.00 Providing and laying machine cut, mirror 100.00 sqm 5112.15 Rupees Five 511215.00
polished, Italian Marble stone flooring laid Thousand One
in required pattern in linear portion of the Hundred &
building all complete as per architectural Twelve and
drawings, with 18 mm thick stone slab laid Paise Fifteen
over 20 mm (average) thick base of Only
cement mortar 1:4 (1 cement : 4 coarse
sand) laid and jointed with white cement
slurry @ 4.4 kg/sqm including pointing with
white cement slurry admixed with pigment
to match the marble shade including
rubbing, curing and polishing etc. all
complete as specified and as directed by
the Engineer-in-Charge. a. 18 mm thick
Italian Marble stone slab,Perlato, Rosso
verona, Fire Red or Dark Emperadore etc.
119.00 Providing and laying machine cut, mirror 200.00 sqm 5339.25 Rupees Five 1067850.00
polished Marble stone flooring, in required Thousand Three
design (Simple geometrical, abstract etc.) Hundred & Thirty
and in patterns in combination with Italian Nine and Paise
marble stones of different colours, shades Twenty Five Only
and finished surface texture etc., in linear
portions of the building, all complete as per
the architectural drawings, with 18 mm
thick stone slab laid over 20 mm (average)
thick base of cement mortar 1:4 (1 cement
: 4 coarse sand) laid and jointed with white
cement slurry @ 4.4 kg/sqm including
pointing with white cement slurry admixed
with pigment to match the marble shade
including rubbing, curing and polishing etc.
all complete as specified and as directed
by the Engineer-in-Charge. a. 18 mm thick
Italian Marble stone slab,Perlato, Rosso
verona, Fire Red or Dark Emperadore etc.
120.00 Providing and laying C.C. pavement of mix 2844.00 cum 6248.00 Rupees Six 17769312.00
M-25 with ready mixed concrete from Thousand Two
batching plant. The ready mixed concrete Hundred & Forty
shall be laid and finished with screed board Eight Only
vibrator , vacuum dewatering process and
finally finished by floating, brooming with
wire brush etc. complete as per
172
specifications and directions of Engineer-
in-charge. (The panel shuttering work shall
be paid for separately). (Note:- Cement
content considered in this item is @ 330
kg/cum. Excess/less cement used as per
design mix is payable/ recoverable
separately).
121.00 Providing and laying 100x100x75mm thick 699.00 sqm 8376.00 Rupees Eight 5854824.00
Granite cobble stone flooring in required Thousand Three
pattern /module (8 pieces equally spaced Hundred &
in 900mm length) over a bed of 20mm Seventy Six Only
thick cement mortar 1:3 (1cement: 3
coarse sand) jointed with grey cement
slurry, making 25mm deep grooves and
pointing with cement slurry mixed with
pigment to match the shade of cobble
stone, keeping 50mm space module to
module complete as per drawing and
direction of Engineer in Charge.
122.00 Making khurras 45x45 cm with average 190.00 each 167.45 Rupees One 31815.50
minimum thickness of 5 cm cement Hundred & Sixty
concrete 1:2:4 (1 cement : 2 coarse sand : Seven and Paise
4 graded stone aggregate of 20 mm Forty Five Only
nominal size) over P.V.C. sheet 1 m x1 m
x 400 micron, finished with 12 mm cement
plaster 1:3 (1 cement : 3 coarse sand) and
a coat of neat cement, rounding the edges
and making and finishing the outlet
complete.
123.00 Providing gola 75x75 mm in cement 641.00 Rmt 127.95 Rupees One 82015.95
concrete 1:2:4 (1 cement : 2 coarse sand : Hundred &
4 stone aggregate 10 mm and down Twenty Seven
gauge), including finishing with cement and Paise Ninety
mortar 1:3 (1 cement : 3 fine sand) as per Five Only
standard design : In 75 x75 mm deep
chase
124.00 Providing and fixing at all height false
ceiling including providing and fixing of
frame work made of special sections
power pressed from M.S. sheet and
galvanised in accordance with zinc coating
of grade 350 as per IS : 277 and consisting
of angle cleats of size 25mm wide x 1.6mm
thick with flanges of 22mm and 37mm at
1200mm centre to centre one flange fixed
to the ceiling with dash fastener 12.5mm
diax40mm long with 6mm dia bolts to the
angle hangers of 25x25x0.55mm of
required length, and other end of angle
hanger being fixed with nut and bolts to
G.I. channels 45x15x0.9mm running at the
rate of 1200mm centre to centre to which
the ceiling section 0.5mm thick button
wedge of 80mm with tapered flanges of
26mm each having clips of 10.5mm at
450mm centre to centre shall be fixed in a
direction perpendicular to G.I. channel with
connecting clips made out of 2.64mm
diax230mm long G.I. wire at every junction
including fixing the gypsum board with
ceiling section and perimeter channels
0.5mm thick 27mm high having flanges of
20mm and 30mm long,
124.10 the perimeter of ceiling fixed to 4939.00 sqm 804.80 Rupees Eight 3974907.20
wall/partition with the help of rawl plugs at Hundred & Four
450mm centre to centre with 25mm long and Paise Eighty
drive-all screws @ 230mm interval Only
including jointing and fixing to a flush finish
of tapered and square edges of the board
with recommended filler, jointing tapes,
finisher and two coats of primer suitable for
board as per manufactures specification
and also including the cost of making
openings for light fittings, grills, diffusers,
173
cutouts made with frame of perimeter
channels suitably fixed all complete as per
drawing and specification and direction of
the Engineer in Charge but excluding the
cost of painting with : 12.5 mm thick
tapered edge gypsum board conforming to
IS: 2095- Part I.
125.00 Providing and fixing tiled false ceiling of
approved materials of size 595x595 mm in
true horizontal level suspended on inter
locking metal grid of hot dipped galvanized
steel sections ( galvanized @ 120
gsm/sqm, both side inclusive) consisting of
main "T" runner with suitably spaced joints
to get required length and of size
24x38mm made from 0.30mm thick
(minimum) sheet, spaced at 1200mm
center to center and cross "T" of size
24x25mm made of 0.30mm thick
(minimum) sheet, 1200mm long spaced
between main "T" at 600mm center to
center to form a grid of 1200x600 mm and
secondary cross "T" of length 600mm and
size 24x25mm made of 0.30 mm thick
(minimum) sheet to be interlocked at
middle of the 1200x600mm panel to form
grids of 600x600mm and wall angle of size
24x24x0.3 mm and laying false ceiling tiles
of approved texture in the grid including,
wherever, required, cutting/making,
opening for services like diffusers, grills,
light fittings, fixtures, smoke detectors etc.
125.10 Main "T" runners to be suspended from 9878.00 sqm 1637.15 Rupees One 16171767.70
ceiling using GI slotted cleats of size 27 x Thousand Six
37 x 25 x1.6 x mm fixed to ceiling with 12.5 Hundred & Thirty
mm dia and 50 mm long dash fasteners, Seven and Paise
4mm GI adjustable rods with galvanised Fifteen Only
butterfly level clips of size 85 x 30 x 0.8
mm spaced at 1200mm center to center
along main T, bottom exposed width of 24
mm of all T-sections shall be pre-painted
with polyester paint, all complete at all
heights as per specifications drawings and
as directed by Engineer-in-charge. GI
Metal Ceiling Lay in perforated Tegular
edge global white color tiles of size
595x595 mm and 0.5 mm thick with 8 mm
drop; made of GI sheet having galvanizing
of 100 gms/sqm (both sides inclusive) and
20% perforation area with 1.8 mm dia
holes and having NRC (Noise Reduction
Coefficient ) of 0.5, electro statically
polyester powder coated of thickness 60
microns (minimum), including factory
painted after bending and perforation, and
backed with a black Glass fiber acoustical
fleece.
126.00 Providing & fixing trap door in the false 988.00 sqm 2280.00 Rupees Two 2252640.00
ceiling using 19 mm thk commercial ply Thousand Two
laminated with approved finish 1mm thick Hundred & Eighty
laminate with necessary 2nd Class teak Only
frame work of size 2" x 1.5", Oak wood
mouldings as per Architect’s drawing,
brass hinges, latches etc. complete in all
respect as directed by Engineer-in-charge.
127.00 Providing and making 75mm deep 741.00 sqm 3952.00 Rupees Three 2928432.00
suspended feature panel ceiling Thousand Nine
comprising of 19mm Thk. Commercial Hundred & Fifty
Board layered with 4mm Thk. Italian Two Only
Veneer ply including all edge mouldings,
melamine polish, suspension system etc.
complete as per drawing & as directed by
Engineer-in-charge.

174
128.00 Designing, providing, installing/fixing 2482.00 sqm 4797.00 Rupees Four 11906154.00
skylight consisting of 16mm thick multiwall Thousand Seven
polycarbonate sheet "Danpalon" or Hundred &
equivalant in approved color (minimum Ninety Seven
900mm wide) with standing seam on both Only
sides & double tooth snap on locking
system to ensure maximum uplift
capability. The panel shall be co-extruded
UV protected and antiglare/softlight to
prevent glare/sun streak . The cross
section of one cell should not be more than
4mmX4mm & weight of single panel shall
not be less than 3250 per square metre.
The system shall be fitted on purlins with
spacing as specified by manufacturer with
stainless steel fastener & screws and
supported on MS tube framework,
complete as per specification, drawing and
direction of Engineer in Charge. The rate
includes cost of all the operations,labour
materials and tests (as applicable) for
proper completion of the work except the
M.S tubular framework which shall be
measured and paid separately (For
payment purpose the area of finished
polycorbonate sheet fixed in position shall
only be measured).
129.00 Providing and fixing precoated galvanised 602.00 sqm 615.35 Rupees Six 370440.70
iron profile sheets (size, shape and pitch of Hundred &
corrugation as approved by Engineer-in- Fifteen and Paise
charge) 0.50 mm (+ 0.05 %) total coated Thirty Five Only
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.
130.00 Providing and Fixing PTFE Tensile 1611.00 sqm 12960.00 Rupees Twelve 20878560.00
Membrane and roof covering including Thousand Nine
complete structural / architectural design, Hundred & Sixty
and implementation at Site complete Only
(Structural engineering, reaction loads to
building, Membrane analysis, Fabric
patterning , Structural steel engineering
and shop drawings, Fabric and fabrication,
Steel supply and fabrication, cables, Metal
protection)

131.00 Providing and Applying plaster of Paris 61836.00 sqm 100.95 Rupees One 6242344.20
putty of 2mm thickness over Plastered Hundred and
surface to prepare the surface even and Paise Ninety Five
smooth complete Only

132.00 White washing with lime to give an even 43775.00 sqm 14.35 Rupees 628171.25
shade: New work (three or more coats) Fourteen and
Paise Thirty Five
Only

133.00 Colour washing such as green, blue or buff 43775.00 sqm 19.75 Rupees 864556.25
to give an even shade New work (two or Nineteen and
more coats) with a base coat of white Paise Seventy
washing with lime Five Only

175
134.00 Finishing with Epoxy paint (two or more 206848.00 sqm 109.80 Rupees One 22711910.40
coats) at all locations prepared and applied Hundred & Nine
as per manufacturer's specifications and Paise Eighty
including appropriate priming coat, Only
preparation of surface, etc. complete. On
steel work
135.00 Finishing walls with textured exterior paint 500.00 sqm 127.10 Rupees One 63550.00
of required shade : New work (Two or Hundred &
more coats applied @ 3.28 ltr/10 sqm) Twenty Seven
over and including priming coat of exterior and Paise Ten
primer applied @ 2.20kg/10 sqm. Only
136.00 Wall painting with premium acrylic 58985.00 sqm 70.75 Rupees Seventy 4173188.75
emulsion paint of interior grade, having and Paise
VOC (Volatile Organic Compound ) Seventy Five Only
content less than 50 grams/ litre. Of
Approved brand and manufacture,
including applying additional coats
wherever required to achieve even shade
and colour.Two coats.
137.00 Painting with synthetic enamel paint, 126.00 sqm 67.00 Rupees Sixty 8442.00
having VOC (Volatile Organic Compound) Seven Only
content less than 150 grams/ litre, of
approved brand and manufacture,
including applying additional coats
wherever required to achieve even shade
and colour. Two coats.
138.00 Providing and fixing aluminum work for 11527.00 kg 343.70 Rupees Three 3961829.90
doors, windows, ventilators and partitions Hundred & Forty
with extruded built up standard tubular Three and Paise
sections/ appropriate Z sections and Seventy Only
other sections of approved make
conforming to IS: 733 and IS : 1285, fixed
with rawl plugs and screws or with fixing
clips, or with expansion hold fasteners
including necessary filling up of gaps at
junctions, at top, bottom and sides with
required PVC/neoprene felt etc. Aluminum
sections shall be smooth, rust free,
straight, mitred and jointed mechanically
wherever required including cleat angle,
Aluminum snap beading for glazing /
paneling, C.P. brass / stainless steel
screws, all complete as per architectural
drawings and the directions of Engineer-
in-charge. (Glazing and paneling to be
paid for separately) : For fixed portion
Anodised aluminium (anodised transparent
or dyed to required shade according to IS:
1868, Minimum anodic coating of grade
AC 15)
139.00 For shutters of doors, windows & 2882.00 kg 397.75 Rupees Three 1146315.50
ventilators including providing and fixing Hundred &
hinges/ pivots and making provision for Ninety Seven
fixing of fittings wherever required and Paise
including the cost of PVC / neoprene Seventy Five Only
gasket required (Fittings shall be paid for
separately). Anodised aluminium
(anodised transparent or dyed to required
shade according to IS: 1868, Minimum
anodic coating of grade AC 15)
140.00 Providing and fixing glazing in aluminum 1500.00 sqm 1009.00 Rupees One 1513500.00
door, windows, ventilator shutters and Thousand & Nine
partitions etc. with PVC/ neoprene gasket Only
etc. complete as per the architectural
drawings and the directions of the
Engineer-in-Charge. (Cost of aluminum
snap beading shall be paid in basic item).
With float glass panes of 5.50mm
thickness
141.00 Providing and fixing over glass 1.5mm 1200.00 sqm 950.00 Rupees Nine 1140000.00
thick Etching strips (film) of approved make Hundred & Fifty
fixed as per manufacturer's specifications Only
all complete as per direction of the
Engineer-in-charge.
176
142.00 Filling the gap in between aluminum frame 2882.00 metre 83.05 Rupees Eighty 239350.10
& adjacent RCC/ Brick/ Stone work by Three and Paise
providing weather silicon sealant over Five Only
backer rod of approved quality as per
architectural drawings and direction of
Engineer-in-charge complete.
143.00 PLUMBING WORKS
144.00 Providing and fixing white vitreous china 630.00 Each 9965.25 Rupees Nine 6278107.50
extended wall mounting water closet of Thousand Nine
size 780x370x690 mm of approved shape Hundred & Sixty
including providing & fixing white vitreous Five and Paise
china cistern with dual flush fitting of Twenty Five Only
flushing capacity 3 litre/6 litre (adjustable to
4 litre/8 litres), including seat cover, and
cistern fittings, nuts, bolts and gasket etc
complete. each
145.00 Providing and fixing white vitreous china 209.00 Each 16681.05 Rupees Sixteen 3486339.45
battery based infrared sensor operated Thousand Six
urinal of approx. size 610 x 390 x 370 mm Hundred & Eighty
having pre & post flushing with water (250 One and Paise
ml & 500 ml consumption), having water Five Only
inlet from back side, including fixing to wall
with suitable brackets all as per
manufacturers specification and direction
of Engineer-in-charge.
146.00 Providing and fixing Salem Stainless Steel 45.00 Each 5889.40 Rupees Five 265023.00
A ISI 304 (18/8) kitchen sink as per IS: Thousand Eight
13983 with CI brackets and stainless steel Hundred & Eighty
waste with plug 40mm including painting of Nine and Paise
fittings and brackets, cutting and making Forty Only
good the walls wherever required. Kitchen
sink with drain board 510X1040mm bowl
depth 200mm
147.00 Providing & fixing PVC waste pipe for sink 45.00 Each 72.55 Rupees Seventy 3264.75
oncluding PVC waste fitting Complete Two and Paise
Flexible Pipe 32mm Dia Fifty Five Only
148.00 Providing and fixing mirror of superior 476.00 Each 1304.75 Rupees One 621061.00
glass (of approved quality) and of required Thousand Three
shape and size with plastic moulded frame Hundred & Four
of approved make and shade with 6 mm and Paise
thick hard board backing : Rectangular Seventy Five Only
shape 1500x450mm
149.00 Providing and fixing PTMT Bottle Trap for 476.00 Each 408.25 Rupees Four 194327.00
Wash basin and sink. Bottle trap 31 mm Hundred & Eight
single piece moulded with height of 270 and Paise Twenty
mm, effective length of tail pipe 260 mm Five Only
from the centre of the waste coupling 77
mm breadth with 25 mm minimum water
seal, weighing not less than 260 gms.
150.00 Providing and fixing PTMT liquid soap 258.00 Each 181.75 Rupees One 46891.50
container 109 mm wide, 125 mm high and Hundred & Eighty
112 mm distance from wall of standard One and Paise
shape with bracket of the same materials Seventy Five Only
with snap fittings of approved quality and
colour weighing not less than 105 gms.
151.00 Providing & fixing PTMT towel ring 258.00 Each 174.80 Rupees One 45098.40
trapezoidal shape 215 mm long 200 mm Hundred &
wide with minimum distance of 37 mm Seventy Four
from wall face with concealed fittings and Paise Eighty
arrangement of approved quality and Only
colour weighing not less than 88 gms
152.00 Providing and fixing C.P. brass bib cock 529.00 Each 458.40 Rupees Four 242493.60
of approved quality conforming to IS: 8931 Hundred & Fifty
15 mm nominal bore Eight and Paise
Forty Only

153.00 Providing and fixing C.P. brass long body 46.00 Each 609.40 Rupees Six 28032.40
bib cock of approved quality conforming to Hundred & Nine
IS standards and weighing not less than and Paise Forty
690 gms. 15 mm nominal bore Only

177
154.00 Providing and fixing C.P. brass angle 1180.00 Each 506.70 Rupees Five 597906.00
valve for basin mixer and geyser points of Hundred & Six
approved quality conforming to IS 8931 a) and Paise
15 mm nominal bore. Seventy Only

155.00 Supplying, storing, handling, shifting, 529.00 Each 1417.70 Rupees One 749963.30
installation, testing and commissioning of Thousand Four
CP flxible hose, spray, wall flange etc. Hundred &
complete. ROCA make (Model - Seventeen and
RF9060A1) or Equivalent. Paise Seventy
Only
156.00 Providibng and fixing straight type Macfit 529.00 Each 188.15 Rupees One 99531.35
single body push fit type WC pan Hundred & Eighty
connector with factory supplied spring Eight and Paise
loaded seal guard of McAlpine, UK with Fifteen Only
integral single mould sealing fins made of
flexible EVA body, including bush/adaptor
for use with C.I. Pipe as supplied with the
pan connector.
157.00 Providing and fixing CP brass single lever 64.00 Each 5383.30 Rupees Five 344531.20
low flow wash basin mixer with 15 mm CP Thousand Three
brass single lever pillar cock with pop up Hundred & Eighty
and waste complete including cutting and Three and Paise
making good the walls where Thirty Only
required.ROCA make (Model -
RT5A3060C00) or Equivalent.
158.00 Supplying, fitting and fixing over the 228.00 Each 7697.25 Rupees Seven 1754973.00
countertop, white glazed vitreous china Thousand Six
Diverta square wash basin of size 500 mm Hundred &
x 500 mm without tap holes Installation Ninety Seven
over the counter type with 15 mm CP and Paise Twenty
brass pillar pressmatic cock auto closing Five Only
system , 32mm CP brass waste coupling,
PVC flexible waste pipe, 15mm PVC inlet
water pipe connection, CI cantilever
brackets embeddd in 1:2:4 concrete, 15
mm CP brass angle stop cock etc. all
complete at all leads and lifts as per
drawings, specifications and instructions of
the Engineer Incharge.(Wash Basin Make-
ROCA RS32745A000),(Pressmatic Pillar
Cock-Jaquar PRS031L65).
159.00 Supplying, fitting and fixing over the 64.00 Each 2535.60 Rupees Two 162278.40
countertop, white glazed vitreous china Thousand Five
oval shaped wash basin of size 420 mm x Hundred & Thirty
340 mm without tap holes Washbasin Five and Paise
Oval with ISI mark - Installation over the Sixty Only
counter type , 32mm CP brass waste
coupling, PVC flexible waste pipe, 15mm
PVC inlet water pipe connection, CI
cantilever brackets embeddd in 1:2:4
concrete, 15 mm CP brass angle stop
cock, etc. all complete at all leads and lifts
as per drawings, specifications and
instructions of the Engineer Incharge.Make
& Model no.-Jaquar,CNS WHT-WB09 or
Equivalent.
160.00 Providing & fixing stainless steel sink of 46.00 Each 7277.00 Rupees Seven 334742.00
approved make with spout - JAGUARSink Thousand Two
Mixer with Swinging Casted Spout (Wall Hundred &
Mounted Model) With Connecting Legs & Seventy Seven
Wall Flanges, with ISI mark with flow rate < Only
7 litre per minute, 15 mm CP brass
concealed stop cock - JAGUAR
Continental series No. 069, PVC 32 mm
waste pipe & CP brass coupling and CP
brass floor trap, mounting on CI bracket /
platform, necessary grouting into walls,
gaps finished with white / matching cement
etc. complete at all leads and lifts as per
drawings, specifications and instructions of
the Engineer Incharge.Make & Model of
Sink -Neel Kanth 4020 OHBSD,.Make &
Model of Sink Mixture -Jaquar CON-CHR-
178
309KN, or Equivalent. Stainless steel sink
with double bowl single drainwith Bowl
Size - 1020 x 510 mm with depth of sink as
200mm & Sink Mixer with Swinging Casted
Spout (Wall Mounted Model) With
Connecting Legs & Wall Flanges.
161.00 Providing & Fixing of Grab Bar size 70.00 Each 1467.70 Rupees One 102739.00
300mm long in handicap toilet complete as Thousand Four
required.Makes & Model No.Jaquar AKP- Hundred & Sixty
35701P or Equivalent. Seven and Paise
Seventy Only
162.00 Providing and fixing C.P brass C.P brass 529.00 Each 639.00 Rupees Six 338031.00
toilet paper holder, including cutting and Hundred & Thirty
making good the walls wherever required. Nine Only
Makes & Model No.Jaquar ACN-CHR-
1151N or Equivalent.
163.00 Providing Fixing hand drier of best quality, 60.00 Each 9614.25 Rupees Nine 576855.00
to be operated with 2500 watt, single Thousand Six
phase, with fully hygienic condition, with all Hundred &
accessories including cutting and making Fourteen and
good the walls, wherever required. Makes Paise Twenty
& Model No.-Euronics, EH06S or Five Only
Equivalent.
164.00 Providing, Installing & fixing storage type
water heater of approved shade with
copper container, glasswool
insulation,stove enamelled M.S jacket,
thermostatically controlled inner heater
with pilot neon lamps, 15mm inlet stop
cock valve, on inlet connection, 15mm dia
C.P flexible connection pipe in inlet &
outlet suitable for working pressure of 8
kg/sqcm complete as required.
164.10 Capacity 25 litres 80.00 Each 6664.00 Rupees Six 533120.00
Thousand Six
Hundred & Sixty
Four Only

164.20 Capacity 35 litres 16.00 Each 8550.25 Rupees Eight 136804.00


Thousand Five
Hundred & Fifty
and Paise Twenty
Five Only
165.00 Providing and fixing flat back wash basin 46.00 Each 9181.90 Rupees Nine 422367.40
with C.I.brackets, with 15 mm CP brass Thousand One
pillar pressmatic cock auto closing system, Hundred & Eighty
32 mm C.P. brass waste of standard One and Paise
pattern, including painting of fittings and Ninety Only
brackets, cutting and making good the
walls where required : White vitreous china
flat back wash basin size 630 x 450 mm
with 15 mm CP brass pillar pressmatic
cock auto closing system.(Wash Basin
Make-ROCA RS327230000),(Pressmatic
Pillar Cock-Jaquar PRS031L65) or
Equivalent.
166.00 Providing & fixing PTMT swivelling 4.00 Set 2536.25 Rupees Two 10145.00
shower, 15mm nominal bore.weighing not Thousand Five
less than 40 gms with spout flow rate < 6 Hundred & Thirty
litre per minute with wall flange complete Six and Paise
with adjustable type arm with wall flange Twenty Five Only
with slip fit connection.
167.00 Providing and fixing C.P concealed four way 4.00 Set 11308.25 Rupees Eleven 45233.00
diverter with thermostatic mixer with shut off Thousand Three
valve and diverter, including cutting and making Hundred & Eight
good the walls, wherever required. (Make:-
and Paise Twenty
Jaquar - Four way diverterKUB-35421,
Thermostatic mixer 35671 or Equilent) Five Only
168.00 Steel work in built up tubular ( round, square or 808.00 Kg. 95.85 Rupees Ninety 77446.80
rectangular hollow tubesetc.) trusses etc., Five and Paise
including cutting, hoisting, fixing in position and Eighty Five Only
applying a priming coat of approved steel
primer, including welding and
bolted with special shaped washers etc.
complete

179
169.00 Painting steel work with synthetic enamel 808.00 sqm 92.75 Rupees Ninety 74942.00
paint of approved brand and manufacture Two and Paise
to give an even shade, two or more coats Seventy Five Only
on new work.
170.00 Providing and fixing soil, waste, vent and 5926.00 Rm 854.85 Rupees Eight 5065841.10
rain water pipes 100mm dia Sand cast iron Hundred & Fifty
S&S pipe as per IS: 1729 Four and Paise
Eighty Five Only

171.00 Providing and fixing MS holder bat clamps 592.00 Each 140.65 Rupees One 83264.80
of approved design to cast iron (spun) pipe Hundred & Forty
embedded in and Including cement and Paise Sixty
concrete blocks 10 x10 x10cm of 1:2:4 mix Five Only
(1 cement : 2 coarse sand : 4 graded stone
aggregate 20mm nominal size) including
cost of cutting holes and making good the
walls etc. For 100mm dia. Pipe
172.00 Providing and fixing bend of required 250.00 Each 340.30 Rupees Three 85075.00
degree with access door, insertion rubber Hundred & Forty
washer 3mm thick, bolts and nuts and Paise Thirty
complete. 100x100x100mm Sand cast Only
iron S&S as per IS - 1729
173.00 Providing and fixing bend of required 1018.00 Each 433.20 Rupees Four 440997.60
degree . 100mm Sand cast iron S&S as Hundred & Thirty
per IS - 1729 Three and Paise
Twenty Only

174.00 100mm dia Sand cast iron S&S as per IS - 670.00 Each 370.50 Rupees Three 248235.00
3989 Hundred &
Seventy and
Paise Fifty Only

175.00 Providing and fixing single equal plain 680.00 Each 622.55 Rupees Six 423334.00
junction of reqd. degree with access door, Hundred &
insertion rubber washer 3mm thick, bolts Twenty Two and
and nuts complete.100x100x100mm Paise Fifty Five
Standerd cast (spun) iron pipe IS-3989 Only
176.00 Providing and fixing single equal plain 391.00 Each 574.90 Rupees Five 224785.90
junction of reqd. degree with access door, Hundred &
insertion rubber washer 3mm thick, bolts Seventy Four
and nuts complete. 100x100x100mm Sand and Paise Ninety
cast iron S&S as per IS - 3989 Only
177.00 Providing and fixing door piece, insertion 950.00 Each 512.20 Rupees Five 486590.00
rubber washer 3mm thick, bolts and nuts Hundred &
complete, in 100mm Centrifugally cast Twelve and
(spun) iron pipe S&S as per IS-3989 Paise Twenty
Only
178.00 Providing and fixing terminal guard 100mm 34.00 Each 433.20 Rupees Four 14728.80
standard cast (spun) iron S&S 100 mm Hundred & Thirty
Sand cast iron S&S as per IS - 3989 Three and Paise
Twenty Only

179.00 Providing and fixing collar. 100mm Sand 700.00 Each 317.05 Rupees Three 221935.00
cast iron S&S as per IS - 3989 Hundred &
Seventeen and
Paise Five Only

180.00 Providing lead caulked joints to 4822.00 Each 232.30 Rupees Two 1120150.60
centrifugally cast (spun iron pipes and Hundred & Thirty
fittings of diametre. 100mm dia. Two and Paise
Thirty Only

181.00 Providing and fixing cast iron trap of self 500.00 Each 938.05 Rupees Nine 469025.00
cleansing design with cast iron screwed Hundred & Thirty
down or hinged grating with or without vent Eight and Paise
arm complete, including cost of cutting and Five Only
making good the walls and floors. 100 mm
inlet and 100 mm outlet Sand cast iron
S&S as per IS: 3989
182.00 Painting sand cast iron / centrifugally cast iron( 5926.00 Rm 33.85 Rupees Thirty 200595.10
spun) iron soil, waste and vent pipes and fittings Three and Paise
with paint of any colour such as chocolate, grey Eighty Five Only
or buff etc. over a coat of primer (of approval
quality) for new work 100mm dia cast (spun)
iron S&S pipe
180
183.00 Providing and fixing G.I. Pipes complete
with G.I. Fittings and clamps. including
cutting and making good the walls etc.
required for waste connection from W.B. ,
A.S.P., Sump Rising main etc. Complete.
183.10 40 mm nominal bore 1961.00 Rm 413.25 Rupees Four 810383.25
Hundred &
Thirteen and
Paise Twenty
Five Only
183.20 50 mm nominal bore 530.00 Rm 512.10 Rupees Five 271413.00
Hundred &
Twelve and
Paise Ten Only
184.00 Providing and fixing ball valve (brass) of 5.00 Each 286.55 Rupees Two 1432.75
approved quality complete 15 mm nominal Hundred & Eighty
bore. Six and Paise
Fifty Five Only
185.00 Providing and laying gun metal non-return
valve of approved quality (screwed ends)
50 nominal bore
185.10 Horizontal 2.00 Each 987.10 Rupees Nine 1974.20
Hundred & Eighty
Seven and Paise
Ten Only
185.20 Vertical 2.00 Each 1207.80 Rupees One 2415.60
Thousand Two
Hundred &
Seven and Paise
Eighty Only
186.00 Providing and laying gun metal non-return
valve of approved quality (screwed ends)
65 nominal bore
186.10 Horizontal 5.00 Each 1767.85 Rupees One 8839.25
Thousand Seven
Hundred & Sixty
Seven and Paise
Eighty Five Only
186.20 Vertical 5.00 Each 2023.40 Rupees Two 10117.00
Thousand &
Twenty Three
and Paise Forty
Only
187.00 Providing and laying S & S centrifugally
cast (spun) iron pipes (Class LA)
Conferming to IS-1536:
187.10 150mm dia. Pipe 1650.00 Rm 1612.60 Rupees One 2660790.00
Thousand Six
Hundred &
Twelve and
Paise Sixty Only
187.20 200mm dia. Pipe 1250.00 Rm 2737.40 Rupees Two 3421750.00
Thousand Seven
Hundred & Thirty
Seven and Paise
Forty Only
188.00 Providing lead caulked jopints to spun iron
or C.I. pipes and specials including testing
of joints but excluding the cost of pig lead
188.10 150 mm diametre pipe 280.00 Each 280.85 Rupees Two 78638.00
Hundred & Eighty
and Paise Eighty
Five Only

188.20 200 mm diametre pipe 650.00 Each 372.40 Rupees Three 242060.00
Hundred &
Seventy Two and
Paise Forty Only

188.30 Supply pig lead at site of work. 350.00 quintel 10464.50 Rupees Ten 3662575.00
Thousand Four
Hundred & Sixty
Four and Paise
Fifty Only

181
189.00 Painting G.I. pipes and fittings with two
coats of anti-corrosive bitumastic paint of
approved qaulity:
189.10 40 mm nominal bore 1961.00 Rm 10.65 Rupees Ten and 20884.65
Paise Sixty Five
Only
189.20 50 mm nominal bore 530.00 Rm 12.65 Rupees Twelve 6704.50
and Paise Sixty
Five Only
189.30 Providing and fixing PTMT grating of 1174.00 Each 57.00 Rupees Fifty 66918.00
approved quality, colour and make 125 Seven Only
mm nominal dia with 25 mm waste hole
190.00 Providing and laying flanged C.I. standard 80.00 quintal 6572.55 Rupees Six 525804.00
specials such as tees, bends, collars, Thousand Five
tapers, caps. Etc., suitable for flanged Hundred &
jointing as per IS: 1538 Upto 300mm dia. Seventy Two and
Paise Fifty Five
Only
191.00 Providing and laying S&S C.I. Standard 10.00 quintal 10695.85 Rupees Ten 106958.50
specials suitable formechanical jointing as Thousand Six
per IS : 13382 Upto 300mm dia. Hundred &
Ninety Five and
Paise Eighty Five
Only
192.00 Providing and laying cement concrete 5616.00 Rm 543.55 Rupees Five 3052576.80
1:5:10 (1 cement: 5 coarse sand: 10 Hundred & Forty
graded stone aggregate 40 mm nominal Three and Paise
size) alround 100mm dia. SW / CI / waste Fifty Five Only
pipes including bed concrete as per
standard design
193.00 Providing & fixing in position precast RCC 20.00 Nos 1637.20 Rupees One 32744.00
manhole cover and frame of reqd. shape Thousand Six
and approved quality. Circular shape 560 Hundred & Thirty
internal dia. Seven and Paise
Twenty Only
194.00 Providing and fixing G.I. Pipes (for 100.00 Rm 460.00 Rupees Four 46000.00
irrigation). 80 mm nominal bore Hundred & Sixty
Only
195.00 Providing and fixing gunmetal gate valve 10.00 Each 1918.85 Rupees One 19188.50
with C.I. wheel of approved quality Thousand Nine
(screwed end): 80 nominal bore Hundred &
Eighteen and
Paise Eighty Five
Only
196.00 Providing and fixing gun metal non-return 5.00 Each 2502.40 Rupees Two 12512.00
valve of approved quality(screwed ends): Thousand Five
80 mm dia, nominal bore Horizontal Hundred & Two
and Paise Forty
Only
197.00 G.I. pipes and fittings with two coats of 100.00 Rm 18.05 Rupees 1805.00
anti-corrosive bitumastic paint of approved Eighteen and
quality : 80 mm nominal bore Paise Five Only

198.00 Providing and fixing G.I. Inlet fitting of 727.00 Each 969.90 Rupees Nine 705117.30
suitable size with 2 & 3 Nos. G.I. Socket 32 Hundred & Sixty
& 40 welded G.I. pipe and dipped in hot Nine and Paise
bitumen complete in all respect. 100 mm Ninety Only
diameter pipe (Hopper)
199.00 Providing and fixing floor drain made of 100 x 50 450.00 Each 996.25 Rupees Nine 448312.50
dia elbow / tee as applicable connected with 50 Hundred &
dia GI pipe painted with primer, two coats of Ninety Six and
black bituminastic paint,wrapping 1 mm thick
Paise Twenty
PVC tape and final coat of black bituminastic
paint B109 complete in all complete including Five Only
cutting and making good the walls and floor
wherever required
200.00 Providing and fixing flanged cleanout plug with
M.S. flanged tail pieces, blind flang, 6mm dia
nut & bolts, gasket and washers fixed to C.I.
Pipe with drip seal joint complete in all complete
including cutting and making good the walls and
floor wherever required

182
200.10 with 100 mm dia. Pipe 850.00 Each 839.15 Rupees Eight 713277.50
Hundred & Thirty
Nine and Paise
Fifteen Only

200.20 with 150 mm dia. Pipe 150.00 Each 1066.35 Rupees One 159952.50
Thousand & Sixty
Six and Paise
Thirty Five Only

201.00 Providing and fixing 100mm diameter


flanged C.P. Brass cleanout plug with
screws and joints C.I. Pipe with drip seal
joint complete in all complete including
cutting and making good the walls and
floor wherever required.
201.10 with 150 mm dia. Pipe 50.00 Each 1211.40 Rupees One 60570.00
Thousand Two
Hundred &
Eleven and Paise
Forty Only
201.20 with 100 mm dia. Pipe 75.00 Each 1098.35 Rupees One 82376.25
Thousand &
Ninety Eight and
Paise Thirty Five
Only
202.00 Providing and fixing Pressure Gauges on 24.00 Each 450.00 Rupees Four 10800.00
sump pumps Providing and fixing 100 mm Hundred & Fifty
dia Pressure Gauges Only
203.00 Providing & fixing of epoxy coated 25 mm 1000.00 Rm 250.00 Rupees Two 250000.00
thick C.I. Grating with frame for channel Hundred & Fifty
drains including all accessoreis complete Only
350 wide
204.00 Providing and fixing soil, waste, vent and 2770.00 Rm 1579.25 Rupees One 4374522.50
rain water pipes 150mm Centrifugally cast Thousand Five
(spun) iron pipe S&S Hundred &
Seventy Nine
and Paise Twenty
Five Only
205.00 Providing and fixing Offset of C.I Pipes. 60.00 Rm 719.00 Rupees Seven 43140.00
150mm dia. Hundred &
Nineteen Only
206.00 Structural steel work riveted, bolted or 768.00 kg 73.65 Rupees Seventy 56563.20
welded in built up sections, trusses and Three and Paise
framed work, including cutting, hoisting, Sixty Five Only
fixing in position and applying a priming
coat of approved steel primer all complete.
207.00 Providing and fixing G.I. pipes complete
with GI fittings and clamps including cutting
and making good the walls etc. (External
work) Exposed on wall
207.10 15 mm dia, nominal bore 150.00 Rm 181.35 Rupees One 27202.50
Hundred & Eighty
One and Paise
Thirty Five Only
207.20 20 mm dia, nominal bore 120.00 Rm 221.50 Rupees Two 26580.00
Hundred &
Twenty One and
Paise Fifty Only
207.30 25 mm dia, nominal bore 50.00 Rm 282.30 Rupees Two 14115.00
Hundred & Eighty
Two and Paise
Thirty Only
207.40 32 mm dia, nominal bore 40.00 Rm 333.50 Rupees Three 13340.00
Hundred & Thirty
Three and Paise
Fifty Only
207.50 40 mm dia, nominal bore 50.00 Rm 413.25 Rupees Four 20662.50
Hundred &
Thirteen and
Paise Twenty
Five Only

183
207.60 50 mm dia, nominal bore 30.00 Rm 512.10 Rupees Five 15363.00
Hundred &
Twelve and
Paise Ten Only
207.70 65 mm dia, NB 350.00 Rm 365.00 Rupees Three 127750.00
Hundred & Sixty
Five Only
207.80 80 mm dia, NB 450.00 Rm 460.00 Rupees Four 207000.00
Hundred & Sixty
Only
208.00 Making connection of GI distribution 2.00 Item 721.95 Rupees Seven 1443.90
branch with GI main of 50-80mm nominal Hundred &
bore by providing and fixing tee, including Twenty One and
cutting and threading the pipe etc. Paise Ninety Five
complete. Only
209.00 Providing & Fixing of Garden hydrant outlet 20.00 Each 446.95 Rupees Four 8939.00
consisting 1 No. 25mm dia. Ball valve,( Hundred & Forty
Brass) for connecting rubber hose, pipes Six and Paise
& fittings. Ninety Five Only

210.00 Providing and fixing of gun metal gate


valve with CI wheel of approved quality
(screwed ends)
210.10 32 mm dia, nominal bore 10.00 Each 500.35 Rupees Five 5003.50
Hundred and
Paise Thirty Five
Only
210.20 40 mm dia, nominal bore 15.00 Each 584.20 Rupees Five 8763.00
Hundred & Eighty
Four and Paise
Twenty Only
210.30 50 mm dia, nominal bore 10.00 Each 749.40 Rupees Seven 7494.00
Hundred & Forty
Nine and Paise
Forty Only
211.00 Constructing masonry Chamber 60x45x50 20.00 Each 5737.40 Rupees Five 114748.00
cm,inside with 75 class designation brick Thousand Seven
work in cement mortar 1:5 (1 cement:5 fine Hundred & Thirty
sand) for water meter complete with C.I. Seven and Paise
Doble flap surface box 400x200x200mm Forty Only
(inside) with locking arrangement and RCC
top slab 1:2:4 mix (1 cement : 2 corase
sand: 4 graded stonr aggregate 20mm
nominal size) necessary excavation
foundation concret 1:5:10 (1 cement:5 fine
sand : 10 graded stone aggregate 40 mm
nominal size ) and inside plastering with
cement mortor 1:3 (1 cement : 3 coarse
sand) 12 mm thick finished with a floating
coat of neat cement complete as per
standard design. With F.P.S. bricks
212.00 Painting GI pipes and fittings with two
coats of anti corrosive bitumastic paint of
approved quality
212.10 15 mm dia, nominal bore 150.00 Rm 5.25 Rupees Five and 787.50
Paise Twenty
Five Only
212.20 20 mm dia, nominal bore 120.00 Rm 6.15 Rupees Six and 738.00
Paise Fifteen
Only
212.30 25 mm dia, nominal bore 50.00 Rm 7.90 Rupees Seven 395.00
and Paise Ninety
Only
212.40 32 mm dia, nominal bore 40.00 Rm 9.35 Rupees Nine 374.00
and Paise Thirty
Five Only
212.50 40 mm dia, nominal bore 50.00 Rm 10.65 Rupees Ten and 532.50
Paise Sixty Five
Only
212.60 50 mm dia, nominal bore 30.00 Rm 12.65 Rupees Twelve 379.50
and Paise Sixty
Five Only

184
212.70 65 mm dia, nominal bore 350.00 Rm 15.60 Rupees Fifteen 5460.00
and Paise Sixty
Only
212.80 80 mm dia, nominal bore 450.00 Rm 18.05 Rupees 8122.50
Eighteen and
Paise Five Only
213.00 Providing and filling sand of garding zone V
or coraser grade all round the pipes in
external work
213.10 20 mm NB 120.00 Rm 62.40 Rupees Sixty 7488.00
Two and Paise
Forty Only
213.20 25 mm NB 50.00 Rm 64.05 Rupees Sixty 3202.50
Four and Paise
Five Only
213.30 50 mm NB 30.00 Rm 69.05 Rupees Sixty 2071.50
Nine and Paise
Five Only
213.40 65 mm NB 350.00 Rm 108.95 Rupees One 38132.50
Hundred & Eight
and Paise Ninety
Five Only
213.50 80 mm NB 450.00 Rm 112.30 Rupees One 50535.00
Hundred &
Twelve and
Paise Thirty Only
214.00 Providing and fixing G.I. union in G.I. pipe
including cutting and threading the pipe
and making long screws etc. complete
(new work)
214.10 15mm nominal bore 20.00 Each 155.65 Rupees One 3113.00
Hundred & Fifty
Five and Paise
Sixty Five Only
214.20 20mm nominal bore 10.00 Each 178.85 Rupees One 1788.50
Hundred &
Seventy Eight
and Paise Eighty
Five Only
214.30 25mm nominal bore 10.00 Each 190.45 Rupees One 1904.50
Hundred &
Ninety and Paise
Forty Five Only
214.40 32mm nominal bore 8.00 Each 231.15 Rupees Two 1849.20
Hundred & Thirty
One and Paise
Fifteen Only
214.50 40mm nominal bore 15.00 Each 306.60 Rupees Three 4599.00
Hundred & Six
and Paise Sixty
Only
214.60 50mm nominal bore 12.00 Each 379.35 Rupees Three 4552.20
Hundred &
Seventy Nine
and Paise Thirty
Five Only
214.70 65mm nominal bore 10.00 Each 623.25 Rupees Six 6232.50
Hundred &
Twenty Three
and Paise Twenty
Five Only
214.80 80mm nominal bore 8.00 Each 716.15 Rupees Seven 5729.20
Hundred &
Sixteen and
Paise Fifteen
Only
215.00 Providing and fixing C.P. brass bib cock of 10.00 Each 458.40 Rupees Four 4584.00
approved quality confirming to IS:8931 Hundred & Fifty
15mm nominal bore Eight and Paise
Forty Only
216.00 Providing and fixing C.P. brass stop cock 10.00 Each 618.70 Rupees Six 6187.00
(concealed) of standard design and of approved Hundred &
make conforming to IS:8931. 15 mm dia nominal Eighteen and Paise
bore Seventy Only
185
217.00 Provide and fixing PTMT ball cock of 12.00 Set 1399.40 Rupees One 16792.80
approved quality, colour and make Thousand Three
complete with epoxy coated aluminium rod Hundred &
with L.P/H.P.H.D. plastic ball 50 mm dia Ninety Nine and
NB, 242mm long. Weighing not less than Paise Forty Only
1240 gms.
218.00 Providing and fixing gun metal gate valve
with C.I. wheel of approved quality
(screwed end)
218.10 32 mm nominal bore. 5.00 Each 500.35 Rupees Five 2501.75
Hundred and
Paise Thirty Five
Only
218.20 40 mm nominal bore 8.00 Each 584.20 Rupees Five 4673.60
Hundred & Eighty
Four and Paise
Twenty Only
218.30 50 mm nominal bore 5.00 Each 749.40 Rupees Seven 3747.00
Hundred & Forty
Nine and Paise
Forty Only
218.40 65 nominal bore 16.00 Each 1286.25 Rupees One 20580.00
Thousand Two
Hundred & Eighty
Six and Paise
Twenty Five Only
218.50 80 nominal bore 12.00 Each 1918.85 Rupees One 23026.20
Thousand Nine
Hundred &
Eighteen and
Paise Eighty Five
Only
219.00 Providing and fixing ball valve (brass) of
approved quality, High or low pressure,
with plastic floats complete :
219.10 15 mm nominal bore 5.00 each 286.55 Rupees Two 1432.75
Hundred & Eighty
Six and Paise
Fifty Five Only
219.20 20 mm nominal bore 5.00 each 407.40 Rupees Four 2037.00
Hundred &
Seven and Paise
Forty Only
219.30 25 mm nominal bore 8.00 each 446.95 Rupees Four 3575.60
Hundred & Forty
Six and Paise
Ninety Five Only
220.00 Providing and fixing gun metal non- return
valve of approved quality
220.10 65 nominal bore 2.00 Each 2023.40 Rupees Two 4046.80
Thousand &
Twenty Three
and Paise Forty
Only
220.20 80 nominal bore 2.00 Each 3396.80 Rupees Three 6793.60
Thousand Three
Hundred &
Ninety Six and
Paise Eighty Only
221.00 Providing and fixing brass stop cock of 10.00 Each 343.95 Rupees Three 3439.50
approved quality 20mm nominal bore. Hundred & Forty
Three and Paise
Ninety Five Only

222.00 Providing & fixing in position precast RCC 17.00 Nos 1637.20 Rupees One 27832.40
manhole cover and frame of reqd. shape Thousand Six
and approved quality. Circular shape 560 Hundred & Thirty
internal dia. Seven and Paise
Twenty Only

186
223.00 Providing and fixing Stainless Steel pipe
and fitting of grade AISI 304 as per JIS
standard 3448 complete with press type
fitting (fitting shall be paid for separately) i/c
fixing of the pipe with clamps at 1.00 m
spacing including cutting and making good
the walls including testing of joints
complete as per direction of Engineer -in-
charge. (The pipe length inserted in the
fitting shall not be measured for payment)
Internal work - Exposed on wall
223.10 15.88 mm outer dia pipe. 924.00 Metre 241.70 Rupees Two 223330.80
Hundred & Forty
One and Paise
Seventy Only

223.20 22.22 mm outer dia Pipe 774.00 Metre 375.85 Rupees Three 290907.90
Hundred &
Seventy Five and
Paise Eighty Five
Only
223.30 28.58 mm outer dia Pipe 774.00 Metre 468.85 Rupees Four 362889.90
Hundred & Sixty
Eight and Paise
Eighty Five Only

223.40 34.00 mm outer dia Pipe 934.00 Metre 637.20 Rupees Six 595144.80
Hundred & Thirty
Seven and Paise
Twenty Only

223.50 42.70 mm outer dia Pipe 924.00 Metre 776.50 Rupees Seven 717486.00
Hundred &
Seventy Six and
Paise Fifty Only

223.60 48.60 mm outer dia Pipe 3450.00 Metre 896.00 Rupees Eight 3091200.00
Hundred &
Ninety Six Only

224.00 Providing and fixing Stainless Steel pipe


and fitting of grade AISI 304 as per JIS
standard 3448 complete with press type
fitting (fitting shall be paid for separately) i/c
fixing of the pipe with clamps at 1.00m
spacing and also including cutting of
chases and making good the walls
including testing of joints complete as per
direction of Engineer -in-charge. (The pipe
length inserted in the fitting shall not be
measured for payment). Internal work -
Concealed Pipe
224.10 15.88 mm outer dia .Pipes. 3921.00 Metre 318.80 Rupees Three 1250014.80
Hundred &
Eighteen and
Paise Eighty Only
224.20 22.22 mm Outer dia pipes 3174.00 Metre 453.00 Rupees Four 1437822.00
Hundred & Fifty
Three Only
225.00 Providing and fixing required Stainless
Steel Fitting of press fit design of grade
AISI 304 conforming to JWWA G116
standard with V-profile or M-profile and
with O-ring sealing gasket of EPDM
material of required dia as per direction of
Engineer-in-charge. Coupling/Socket
225.10 For 15.88 mm outer dia pipe 545.00 Each 66.20 Rupees Sixty Six 36079.00
and Paise Twenty
Only
225.20 For 22.22 mm outer dia pipe 495.00 Each 102.20 Rupees One 50589.00
Hundred & Two
and Paise Twenty
Only
187
225.30 For 28.58 mm outer dia pipe 410.00 Each 125.45 Rupees One 51434.50
Hundred &
Twenty Five and
Paise Forty Five
Only
225.40 For 34.00 mm outer dia pipe 225.00 Each 268.30 Rupees Two 60367.50
Hundred & Sixty
Eight and Paise
Thirty Only
225.50 For 42.70 mm outer dia pipe 354.00 Each 383.30 Rupees Three 135688.20
Hundred & Eighty
Three and Paise
Thirty Only
225.60 For 48.60 mm outer dia pipe 550.00 Each 518.05 Rupees Five 284927.50
Hundred &
Eighteen and
Paise Five Only
226.00 Providing and fixing required Stainless
Steel Fitting of press fit design of grade
AISI 304 conforming to JWWA G116
standard with V-profile or M-profile and
with O-ring sealing gasket of EPDM
material of Providing and fixing required
Stainless Steel Fitting of press fit design of
grade AISI 304 conforming to JWWA G116
standard with V-profile or M-profile and
with O-ring sealing gasket of EPDM
material of required dia as per direction of
Engineer-in-charge. Reducer
226.10 For 22.22 mm x 15.88 mm outer dia pipe 398.00 Each 119.65 Rupees One 47620.70
Hundred &
Nineteen and
Paise Sixty Five
Only
226.20 For 28.58 mm x 15.88 mm outer dia pipe 458.00 Each 163.75 Rupees One 74997.50
Hundred & Sixty
Three and Paise
Seventy Five Only
226.30 For 28.58 mm x 22.22 mm outer dia pipe 362.00 Each 168.40 Rupees One 60960.80
Hundred & Sixty
Eight and Paise
Forty Only
226.40 For 34.00 mm x 15.88 mm outer dia pipe 668.00 Each 271.80 Rupees Two 181562.40
Hundred &
Seventy One and
Paise Eighty Only
226.50 For 34.00 mm x 22.22 mm outer dia pipe 668.00 Each 275.30 Rupees Two 183900.40
Hundred &
Seventy Five and
Paise Thirty Only
226.60 For 34.00 mm x 28.58 mm outer dia pipe 662.00 Each 275.30 Rupees Two 182248.60
Hundred &
Seventy Five and
Paise Thirty Only
226.70 For 42.70 mm x 15.88 mm outer dia pipe 510.00 Each 417.00 Rupees Four 212670.00
Hundred &
Seventeen Only
226.80 For 42.70 mm x 22.22 mm outer dia pipe 798.00 Each 420.45 Rupees Four 335519.10
Hundred &
Twenty and
Paise Forty Five
Only
226.90 For 42.70 mm x 28.58 mm outer dia pipe 715.00 Each 420.45 Rupees Four 300621.75
Hundred &
Twenty and
Paise Forty Five
Only
227.00 For 42.70 mm x 34.00 mm outer dia pipe 820.00 Each 449.50 Rupees Four 368590.00
Hundred & Forty
Nine and Paise
Fifty Only

188
227.10 For 48.60 mm x 15.88 mm outer dia pipe 920.00 Each 543.60 Rupees Five 500112.00
Hundred & Forty
Three and Paise
Sixty Only
227.20 For 48.60 mm x 22.22 mm outer dia pipe 915.00 Each 545.90 Rupees Five 499498.50
Hundred & Forty
Five and Paise
Ninety Only
227.30 For 48.60 mm x 28.58 mm outer dia pipe 924.00 Each 550.55 Rupees Five 508708.20
Hundred & Fifty
and Paise Fifty
Five Only
227.40 For 48.60 mm x 34.00 mm outer dia pipe 885.00 Each 556.35 Rupees Five 492369.75
Hundred & Fifty
Six and Paise
Thirty Five Only
227.50 For 48.60 mm x 42.70 mm outer dia pipe 5985.00 Each 606.30 Rupees Six 3628705.50
Hundred & Six
and Paise Thirty
Only
228.00 Providing and fixing required Stainless
Steel Fitting of press fit design of grade
AISI 304 conforming to JWWA G116
standard with V-profile or M-profile and
with O-ring sealing gasket of EPDM
material of required dia as per direction of
Engineer-in-charge. Elbow 90°
228.10 For 15.88mm outer dia pipe 564.00 Each 99.90 Rupees Ninety 56343.60
Nine and Paise
Ninety Only
228.20 For 22.22 mm outer dia pipe 668.00 Each 177.70 Rupees One 118703.60
Hundred &
Seventy Seven
and Paise
Seventy Only
228.30 For 28.58 mm outer dia pipe 662.00 Each 245.10 Rupees Two 162256.20
Hundred & Forty
Five and Paise
Ten Only
228.40 For 34.00 mm outer dia pipe 520.00 Each 498.30 Rupees Four 259116.00
Hundred &
Ninety Eight and
Paise Thirty Only
228.50 For 42.70 mm outer dia pipe 398.00 Each 763.10 Rupees Seven 303713.80
Hundred & Sixty
Three and Paise
Ten Only
228.60 For 48.60 mm outer dia pipe 985.00 Each 938.50 Rupees Nine 924422.50
Hundred & Thirty
Eight and Paise
Fifty Only
229.00 Providing and fixing required Stainless
Steel Fitting of press fit design of grade
AISI 304 conforming to JWWA G116
standard with V-profile or M-profile and
with O-ring sealing gasket of EPDM
material of required dia as per direction of
Engineer-in-charge. Equal Tee
229.10 For 15.88 mm outer dia pipe 975.00 Each 184.70 Rupees One 180082.50
Hundred & Eighty
Four and Paise
Seventy Only
229.20 For 22.22 mm outer dia pipe 1125.00 Each 268.30 Rupees Two 301837.50
Hundred & Sixty
Eight and Paise
Thirty Only
229.30 For 28.58 mm outer dia pipe 1275.00 Each 343.80 Rupees Three 438345.00
Hundred & Forty
Three and Paise
Eighty Only
229.40 For 34.00 mm outer dia pipe 1250.00 Each 716.65 Rupees Seven 895812.50
Hundred & Sixteen
and Paise Sixty Five
Only
189
229.50 For 42.70 mm outer dia pipe 1820.00 Each 1003.55 Rupees One 1826461.00
Thousand &
Three and Paise
Fifty Five Only
229.60 For 48.60 mm outer dia pipe 1950.00 Each 1194.00 Rupees One 2328300.00
Thousand One
Hundred &
Ninety Four Only
230.00 Providing and fixing required Stainless
Steel Fitting of press fit design of grade
AISI 304 conforming to JWWA G116
standard with V-profile or M-profile and
with O-ring sealing gasket of EPDM
material of required dia as per direction of
Engineer-in-charge. Reducing Tee
230.10 For 22.22 mm x 15.88 mm outer dia pipe 261.00 Each 261.35 Rupees Two 68212.35
Hundred & Sixty
One and Paise
Thirty Five Only
230.20 For 28.58 mm x 15.88 mm outer dia pipe 325.00 Each 325.20 Rupees Three 105690.00
Hundred &
Twenty Five and
Paise Twenty
Only
230.30 For 28.58 mm x 22.22 mm outer dia pipe 338.00 Each 338.00 Rupees Three 114244.00
Hundred & Thirty
Eight Only
230.40 For 34.00 mm x 15.88 mm outer dia pipe 636.00 Each 636.50 Rupees Six 404814.00
Hundred & Thirty
Six and Paise
Fifty Only
230.50 For 34.00 mm x 22.22 mm outer dia pipe 648.00 Each 648.10 Rupees Six 419968.80
Hundred & Forty
Eight and Paise
Ten Only
230.60 For 34.00 mm x 28.58 mm outer dia pipe 655.00 Each 655.10 Rupees Six 429090.50
Hundred & Fifty
Five and Paise
Ten Only
230.70 For 42.70 mm x 28.58 mm outer dia pipe 954.00 Each 954.75 Rupees Nine 910831.50
Hundred & Fifty
Four and Paise
Seventy Five Only
230.80 For 42.70 mm x 34.00 mm outer dia pipe 964.00 Each 964.05 Rupees Nine 929344.20
Hundred & Sixty
Four and Paise
Five Only
230.90 For 48.60 mm x 15.88 mm outer dia pipe 1038.00 Each 1038.40 Rupees One 1077859.20
Thousand &
Thirty Eight and
Paise Forty Only
231.00 For 48.60 mm x 22.22 mm outer dia pipe 1060.00 Each 1060.45 Rupees One 1124077.00
Thousand & Sixty
and Paise Forty
Five Only

231.10 For 48.60 mm x 28.58 mm outer dia pipe 1068.00 Each 1068.60 Rupees One 1141264.80
Thousand & Sixty
Eight and Paise
Sixty Only

231.20 For 48.60 mm x 34.00 mm outer dia pipe 1112.00 Each 1112.70 Rupees One 1237322.40
Thousand One
Hundred &
Twelve and
Paise Seventy
Only
231.30 For 48.60 mm x 42.70 mm outer dia pipe 1153.00 Each 1153.35 Rupees One 1329812.55
Thousand One
Hundred & Fifty
Three and Paise
Thirty Five Only

190
232.00 Providing and fixing required Stainless
Steel Fitting of press fit design of grade
AISI 304 conforming to JWWA G116
standard with V-profile or M-profile and
with O-ring sealing gasket of EPDM
material of required dia as per direction of
Engineer-in-charge. Male Thread
Connector/ Adapter
232.10 For 15.88 mm outer dia x 15 mm nominal 215.00 Each 224.15 Rupees Two 48192.25
dia threaded Hundred &
Twenty Four and
Paise Fifteen
Only
232.20 For 22.22 mm outer dia x 15 mm nominal 228.00 Each 263.65 Rupees Two 60112.20
dia threaded Hundred & Sixty
Three and Paise
Sixty Five Only

232.30 For 22.22 mm outer dia x 20 mm nominal 244.00 Each 288.05 Rupees Two 70284.20
dia threaded Hundred & Eighty
Eight and Paise
Five Only

232.40 For 28.58 mm outer dia x 20 mm nominal 298.00 Each 363.55 Rupees Three 108337.90
dia threaded Hundred & Sixty
Three and Paise
Fifty Five Only

232.50 For 28.58 mm outer dia x 25 mm nominal 321.00 Each 371.70 Rupees Three 119315.70
dia threaded Hundred &
Seventy One and
Paise Seventy
Only
232.60 For 34.00 mm outer dia x 25 mm nominal 340.00 Each 535.45 Rupees Five 182053.00
dia threaded Hundred & Thirty
Five and Paise
Forty Five Only

232.70 For 34.00 mm outer dia x 32 mm nominal 435.00 Each 656.25 Rupees Six 285468.75
dia threaded Hundred & Fifty
Six and Paise
Twenty Five Only

232.80 For 42.70 mm outer dia x 32 mm nominal 520.00 Each 753.80 Rupees Seven 391976.00
dia threaded Hundred & Fifty
Three and Paise
Eighty Only

232.90 For 42.70 mm outer dia x 40 mm nominal 680.00 Each 843.25 Rupees Eight 573410.00
dia threaded Hundred & Forty
Three and Paise
Twenty Five Only

233.00 For 48.60 mm outer dia x 40 mm nominal 675.00 Each 975.65 Rupees Nine 658563.75
dia threaded Hundred &
Seventy Five and
Paise Sixty Five
Only
233.10 For 48.60 mm outer dia x 50 mm nominal 980.00 Each 1321.80 Rupees One 1295364.00
dia threaded Thousand Three
Hundred &
Twenty One and
Paise Eighty Only
234.00 Providing and fixing required Stainless
Steel Fitting of press fit design of grade
AISI 304 conforming to JWWA G116
standard with V-profile or M-profile and
with O-ring sealing gasket of EPDM
material of required dia as per direction of
Engineer-in-charge. Valve Connector

191
234.10 For 15.88 mm outer dia x 15 mm nominal 225.00 Each 271.80 Rupees Two 61155.00
dia threaded Hundred &
Seventy One and
Paise Eighty Only

234.20 For 22.22 mm outer dia x 15 mm nominal 320.00 Each 320.55 Rupees Three 102576.00
dia threaded Hundred &
Twenty and
Paise Fifty Five
Only
234.30 For 22.22 mm outer dia x 20 mm nominal 280.00 Each 342.65 Rupees Three 95942.00
dia threaded Hundred & Forty
Two and Paise
Sixty Five Only

234.40 For 28.58 mm outer dia x 25 mm nominal 375.00 Each 492.50 Rupees Four 184687.50
dia threaded Hundred &
Ninety Two and
Paise Fifty Only

234.50 For 34.00 mm outer dia x 32 mm nominal 425.00 Each 730.60 Rupees Seven 310505.00
dia threaded Hundred & Thirty
and Paise Sixty
Only

234.60 For 42.70 mm outer dia x 40 mm nominal 820.00 Each 1016.30 Rupees One 833366.00
dia threaded Thousand &
Sixteen and
Paise Thirty Only

234.70 For 48.60 mm outer dia x 50 mm nominal 930.00 Each 1365.90 Rupees One 1270287.00
dia threaded Thousand Three
Hundred & Sixty
Five and Paise
Ninety Only
235.00 Providing and fixing required Stainless
Steel Fitting of press fit design of grade
AISI 304 conforming to JWWA G116
standard with V-profile or M-profile and
with O-ring sealing gasket of EPDM
material of required dia as per direction of
Engineer-in-charge. Female Threaded
Elbow 90°
235.10 For 15.88 mm outer dia x 15 mm nominal 228.00 Each 238.10 54286.80
Rupees Two
dia threaded
Hundred & Thirty
Eight and Paise
Ten Only
235.20 For 22.22 mm outer dia x 15 mm nominal 298.00 Each 319.40 95181.20
Rupees Three
dia threaded
Hundred &
Nineteen and
Paise Forty Only
236.00 Providing and fixing required Stainless
Steel Fitting of press fit design of grade
AISI 304 conforming to JWWA G116
standard with V-profile or M-profile and
with O-ring sealing gasket of EPDM
material of required dia as per direction of
Engineer-in-charge. Male Threaded Elbow
90°
236.10 For 15.88 mm outer dia x 15 mm nominal 580.00 Each 250.90 Rupees Two 145522.00
dia threaded Hundred & Fifty
and Paise Ninety
Only

236.20 For 22.22 mm outer dia x 15 mm nominal 720.00 Each 317.10 Rupees Three 228312.00
dia threaded Hundred &
Seventeen and
Paise Ten Only

192
236.30 For 22.22 mm outer dia x 20 mm nominal 625.00 Each 334.50 Rupees Three 209062.50
dia threaded Hundred & Thirty
Four and Paise
Fifty Only

236.40 For 28.58 mm outer dia x 25 mm nominal 485.00 Each 437.90 Rupees Four 212381.50
dia threaded Hundred & Thirty
Seven and Paise
Ninety Only

237.00 Providing and fixing Stainless Steel pipe


and fitting of grade AISI 304 as per JIS
standard 3448 complete with press type
fitting (fitting shall be paid for separately) i/c
fixing of the pipe with clamps at 1.00 m
spacing including cutting and making good
the walls including testing of joints
complete as per direction of Engineer -in-
charge. (The pipe length inserted in the
fitting shall not be measured for payment)
Internal work - Internal works - Exposed on
walls
237.10 76.30 mm outer dia Pipe 1650.00 Metre 2168.20 Rupees Two 3577530.00
Thousand One
Hundred & Sixty
Eight and Paise
Twenty Only
237.20 89.10 mm outer dia Pipe 1650.00 Metre 2565.60 Rupees Two 4233240.00
Thousand Five
Hundred & Sixty
Five and Paise
Sixty Only
237.30 114.30 mm outer dia Pipe 250.00 Metre 3247.00 Rupees Three 811750.00
Thousand Two
Hundred & Forty
Seven Only

238.00 Providing and fixing insulation


withThermaflex elastomeric nitrile rubber
sheets complete with plastering. 20 mm
thick insulation with Thermaflex
elastomeric nitrile rubber sheets for hot
water & cold water pipes exposed to sun
complete with plastering
238.10 15 mm dia, nominal 340.00 Rm 163.70 Rupees One 55658.00
Hundred & Sixty
Three and Paise
Seventy Only

238.20 20 mm dia, nominal 370.00 Rm 178.50 Rupees One 66045.00


Hundred &
Seventy Eight
and Paise Fifty
Only
238.30 25 mm dia, nominal 502.00 Rm 202.60 Rupees Two 101705.20
Hundred & Two
and Paise Sixty
Only

238.40 32 mm dia, nominal 160.00 Rm 217.45 Rupees Two 34792.00


Hundred &
Seventeen and
Paise Forty Five
Only
238.50 40 mm dia, nominal 340.00 Rm 242.50 Rupees Two 82450.00
Hundred & Forty
Two and Paise
Fifty Only

238.60 50 mm dia, nominal 145.00 Rm 268.40 Rupees Two 38918.00


Hundred & Sixty
Eight and Paise
Forty Only

193
239.00 Providing and fixing brass automatic air 30.00 Each 777.30 Rupees Seven 23319.00
vent at the top of each riser. 15mm Hundred &
diameter Seventy Seven
and Paise Thirty
Only
240.00 Providing & fixing schedule 40 pipe puddle
flanges of required size to under ground &
over head water tanks. (Water Tank shall
be constructed by civil contractor - not
included in this contract)
240.10 25 mm dia 20.00 Each 273.55 Rupees Two 5471.00
Hundred &
Seventy Three
and Paise Fifty
Five Only
240.20 50 mm dia 20.00 Each 490.25 Rupees Four 9805.00
Hundred &
Ninety and Paise
Twenty Five Only

240.30 65 mm dia 20.00 Each 615.60 Rupees Six 12312.00


Hundred &
Fifteen and Paise
Sixty Only

240.40 80 mm dia 25.00 Each 696.20 Rupees Six 17405.00


Hundred &
Ninety Six and
Paise Twenty
Only
240.50 100 mm dia 30.00 Each 1035.00 Rupees One 31050.00
Thousand &
Thirty Five Only

240.60 150 mm dia 5.00 Each 1692.90 Rupees One 8464.50


Thousand Six
Hundred &
Ninety Two and
Paise Ninety Only
241.00 Providing & fixing brass mesh in elbow 20.00 Each 2036.50 Rupees Two 40730.00
with necessary G.I. Vent pipe with fittings Thousand &
100 mm dia Thirty Six and
Paise Fifty Only

242.00 Providing & fixing mosquito proof brass 20.00 Each 1530.75 Rupees One 30615.00
overflow grating for tanks 100 mm dia Thousand Five
Hundred & Thirty
and Paise
Seventy Five Only
243.00 Providing and fixing pressure regulating
station for cold water supply comprising of
3 nos gun metal ball valves on, inlet/outlet
and bye-pass and 1 no. PRV unit
(diaphram type) with flanged connection, 2
nos pressure gauge on inlet and outlet, 1no
15 mm dia safety valve. The complete
system is tested to a pressure not less than
3.0 kg/cm2 and suitable to reduce the
pressure as desired including
flanges/unions, nuts, bolts and washers
complete as required for application.
(horizontal or vertical as applicable).
243.10 65dia. 25.00 Each 23444.10 Rupees Twenty 586102.50
Three Thousand
Four Hundred &
Forty Four and
Paise Ten Only
243.20 50dia. 20.00 Each 19273.15 Rupees Nineteen 385463.00
Thousand Two
Hundred & Seventy
Three and Paise
Fifteen Only

194
243.30 40mm dia. 20.00 Each 11974.00 Rupees Eleven 239480.00
Thousand Nine
Hundred &
Seventy Four
Only
244.00 Excavating trenches of required width for
pipe, cables etc including excavation for
sockets ,& dressing of sides ,ramming of
bottoms ,depth upto 1.5m including getting
out the excavated soil,& then returning the
soil as required, in layers not exceeding 20
cm in depth including consolidating each
deposited layer by ramming ,watering, etc
and disposing of surplus excavated soil as
directed, within lead of 50m. All kinds of
soil
244.10 Pipes, cables etc exceeding 80 mm dia but 1551.00 RM 160.98 Rupees One 249679.98
not exceeding 300 mm dia Hundred & Sixty
and Paise Ninety
Eight Only

244.20 Pipes, cables etc exceeding 300 mm dia 300.00 RM 251.30 Rupees Two 75390.00
but not exceeding 600 mm dia Hundred & Fifty
One and Paise
Thirty Only

245.00 Providing & laying cement concrete in 10.00 cum 5668.70 Rupees Five 56687.00
retaining walls, return walls (any thickness) Thousand Six
including attached plasters, columns, piers, Hundred & Sixty
abutments, pillars, posts, struts, Eight and Paise
butteresses, string or lacing courses, Seventy Only
parapets, coping, bed blocks, anchor
blocks, plain window sills, fillets etc. upto
floor five level excluding the cost of
centring, shuttering and finishing 1:2:4 (1
cement: 2 coarse sand: 4 graded stone
aggregate 20 mm nominal size)
246.00 Constructing masonry Chamber 10.00 Each 15305.40 Rupees Fifteen 153054.00
120x120x100 cm inside, in brick work in Thousand Three
cement mortar 1:4 (1 cement : 4 coarse Hundred & Five
sand) for sluice valve, with C.I. surface box and Paise Forty
100 mm. top diameter, 160 mm bottom Only
diameter and 180 mm deep ( inside) with
chained lid and RCC top slab 1:2:4 mix (1
cement :2 coarse sand : 4 graded stone
aggregate 20 mm nominal size) , i/c
necessary excavation, foundation concrete
1:5:10 (1 cement : 5 fine sand:10 graded
stone aggregate 40 mm nominal size) and
inside plastering with cement mortar 1:3 (1
cement : 3 coarse sand) 12 mm thick
finished with a floating coat of neat cement
complete as per standard design : With
common burnt clay F.P.S.(non modular)
bricks of class designation 7.5.
247.00 Providing laying and jointing glazed
stoneware pipes grade ‘A’ with stiff mixture
of cement mortar in the proportion of 1:1 (1
cement : 1 fine sand) including testing of
joints etc. complete.
247.10 100 mm diameter 40.00 Rm 197.60 Rupees One 7904.00
Hundred &
Ninety Seven
and Paise Sixty
Only
247.20 150 mm diameter 50.00 Rm 301.90 Rupees Three 15095.00
Hundred & One
and Paise Ninety
Only

195
247.30 250 mm diameter 922.00 Rm 676.75 Rupees Six 623963.50
Hundred &
Seventy Six and
Paise Seventy
Five Only
248.00 Providing and laying cement concrete
1:5:10 (1 cement : 5 coarse sand : 10
graded stone aggregate 40 mm nominal
size) alround SW pipes including bed
concrete as per standard design.
248.10 100 mm diameter 40.00 Mtr 543.55 Rupees Five 21742.00
Hundred & Forty
Three and Paise
Fifty Five Only

248.20 150 mm diameter 50.00 Mtr 664.80 Rupees Six 33240.00


Hundred & Sixty
Four and Paise
Eighty Only

248.30 250 mm diameter 922.00 Rm 896.15 Rupees Eight 826250.30


Hundred &
Ninety Six and
Paise Fifteen
Only
249.00 Providing and fixing square mouth SW
gully trap grade ‘A’ complete CI grating
brick masonry chamber with bricks of class
designation 75 and water tight CI cover
with frame of 300 x 300 mm size (inside)
the weight of cover to be not less than
13.00 kg and frame to be not less than 5
kg. as per standard design. (COVER MIN.
4.5 KG & FRAME MIN.2.7 KG )
249.10 150x100mm size P type With FPS bricks 25.00 Each 1546.95 Rupees One 38673.75
Thousand Five
Hundred & Forty
Six and Paise
Ninety Five Only
249.20 180x150mm size P type With FPS bricks 5.00 Each 1635.00 Rupees One 8175.00
Thousand Six
Hundred & Thirty
Five Only

250.00 Providing and laying non-pressure NP2


class (light duty) RCC pipes with collars
jointed with stiff mixture of cement mortar
in the proportion of 1:2 (1 cement : 2 fine
sand) including testing of joints etc.
complete.
250.10 150 mm dia RCC pipe 250.00 Rm 340.35 Rupees Three 85087.50
Hundred & Forty
and Paise Thirty
Five Only

250.20 250 mm dia RCC pipe 180.00 Rm 455.90 Rupees Four 82062.00
Hundred & Fifty
Five and Paise
Ninety Only
250.30 300 mm dia RCC pipe 629.00 Rm 494.35 Rupees Four 310946.15
Hundred &
Ninety Four and
Paise Thirty Five
Only
250.40 450 mm dia RCC pipe 300.00 Rm 688.90 Rupees Six 206670.00
Hundred & Eighty
Eight and Paise
Ninety Only
251.00 Providing and laying in position cement 210.00 cum 3672.80 Rupees Three 771288.00
concrete of grade excluding the cost of Thousand Six
centering and shuttering - all work up to Hundred &
plinth level 1:5:10 (1 cement : 5 coarse Seventy Two and
sand : 10 graded ston aggregate 40 mm Paise Eighty Only
nominal size)
196
252.00 Construction brick masonry manhole in
cement mortar 1:4 (1cement : 4coarse
sand) RCC top slab with 1:2:4 mix 9 with
75 class designation bricks in cement
mortar 1:4 (1 cement : 4 coarse sand) RCC
top slab with 1:2:4 mix (1 cement : 2
coarse sand 4 graded stone aggregate
20mm nominal size) foundation concrete
1:4:8 mix (1 cement : 4 coarse sand : 8
graded stone aggregate 40 mm nominal
size) inside plastering 12 mm thick with
cement mortar 1:3 (1 cement : 3 coarse
sand) finished with floating coat of neat
cement and making channels in cement
concrete 1:2:4 (1 cement : 2 coarse sand :
4 graded stone aggregate 20 mm nominal
size) finished with a floating coat of neat
cement complete as per standard design.
252.10 Inside size 90 x 80 cm and 45 cm deep 30.00 Each 8062.70 Rupees Eight 241881.00
including CI cover with frame (light duty) Thousand & Sixty
455 x 610mm internal dimensiions total Two and Paise
weight of cover and frame to be not less Seventy Only
than 38 Kg. ( weight of cover 23 Kg. and
weight of frame 15 Kg.), with FPS bricks
with class designation 7.5
252.20 Inside size 120 x 90 cm and 90 cm deep 10.00 Each 17592.00 Rupees 175920.00
including CI cover with frame (heavy duty) Seventeen
500mm internal dia. Total weight of cover Thousand Five
and frame to be not less than 116 Kg. ( Hundred &
weight of cover to be 58 Kg. and weight of Ninety Two Only
frame 58 Kg.)with FPS bricks class
designation 75. (Sewerage Line)
253.00 Extra for depth for manholes

253.10 Size 90 x 80 cm with FPS bricks 25.00 M 5481.40 Rupees Five 137035.00
designation 7.5 Thousand Four
Hundred & Eighty
One and Paise
Forty Only
253.20 Size 120 x 90 cm with FPS bricks 20.00 M 6563.00 Rupees Six 131260.00
designation 7.5 Thousand Five
Hundred & Sixty
Three Only

254.00 Constructing brick masonary circular


manhole 1.22m internal dia at bottom and
0.56m dia at top in cement mortar 1:4 (1
cement : 4 coarse sand) inside cement
plaster 12mm thick with cement mortar 1:3
(1 cement : 3 coarse sand) finished with a
floating coat of neat cement, foundation
concrete 1:3:6 (1 cement : 3 coarse sand :
6 graded stone aggregate 40mm nominal
size) and making necessary channel in
cement concrete 1:2:4 (1 cement : 2
coarse sand : 4 graded stone aggregate
20mm nominal size) finished with a floating
coat of neat cement all complete as per
standard design.
254.10 1.68m deep with SFRC cover and frame 10.00 Each 15524.40 Rupees Fifteen 155244.00
(heavy duty HD-20 grade designation) Thousand Five
560mm internal diameter conforming to I.S. Hundred &
12592, total weight of cover and frame to Twenty Four and
be not less than 182 kg. fixed in cement Paise Forty Only
concrete 1:2:$ (1 cement : 2 coarse sand :
4 graded stone aggregate 20mm nominal
size) including centering shuttering all
complete. Excavation, foot rests and 12mm
thick cement plaster at the external surface
shall be paid for seperately). With F.P.S.
bricks class designation 7.5
197
255.00 Extra for depth for circular manholes 1.22m 30.00 Each 6087.10 Rupees Six 182613.00
internal dia (at bottom) with beyond 1.68m Thousand &
to 2.29m. With F.P.S. bricks class Eighty Seven and
designation 7.5 Paise Ten Only

256.00 Providing orange colour safety foot rest of 350.00 Each 295.20 Rupees Two 103320.00
minimum 6 mm thick plastic encapsulated Hundred &
as per IS: 10910 on 12 mm dia steel bar Ninety Five and
conforming to IS: 1786 having minimum Paise Twenty
cross section as 23 mm x 25 mm and over Only
all minimum length 263 mm and width as
165 mm with minimum 112 mm space
between protruded legs having 2 mm tread
on top surface by ribbing or chequering
besides necessary and adequate
anchoring projections on tail length on 138
mm as per standard drawing and suitable
to with stand the bend test and chemical
resistance test as per specification and
having manufacture's permanent
identification mark to be visible even after
fixing, including fixing in manholes with
30x20x15cm cement concrete block 1:3:6 (
1 cement : 3 coarse sand :6 graded
stone aggregate 20 mm nominal size)
complete as per design.
257.00 Constructing brick masonry road gully 20.00 Each 3774.95 Rupees Three 75499.00
chamber 50x45x60 cm with bricks of class Thousand Seven
designation 75 in cement mortar 1:5 (1 Hundred &
cement : 5 fine sand) including 500 x 450 Seventy Four
mm (heavy duty) precast RCC horizontal and Paise Ninety
grating with frame complete as per Five Only
standard design: with FPS bricks
258.00 Making connection of drain or sewer line 2.00 Item 330.50 Rupees Three 661.00
with existing manhole including breaking Hundred & Thirty
into and making good the walls, floors with and Paise Fifty
cement cincrete 1:2:4 mix (1cement: 2 Only
coarse sand : 4 graded stone aggregate
20mm nominal size) cement plastered on
both sides with cement mortar 1:3
(1cement : 3 coarse sand) finished with a
floating coat of neat cement and making
necessary channels for the drain etc.
complete for pipes 100 to 250mm dia.
259.00 No of Harvesting Pits = 6 nos.
Boring/drilling bore well of required dia for
casing/ strainer pipe, by suitable method
prescribed in IS: 2800 (part I), including
collecting samples from different strata,
preparing and submitting strata chart/ bore
log, including hire & running charges of all
equipments, tools, plants & machineries
required for the job, all complete as per
direction of Engineer -in-charge, upto 90
metre depth below ground level. All types
of soil
259.10 350 mm dia 360.00 metre 435.60 Rupees Four 156816.00
Hundred & Thirty
Five and Paise
Sixty Only

259.20 Rocky strata including Boulders 350 mm 120.00 metre 925.65 Rupees Nine 111078.00
dia Hundred &
Twenty Five and
Paise Sixty Five
Only
260.00 Supplying, assembling, lowering and fixing in 360.00 metre 528.60 Rupees Five 190296.00
vertical position in bore well, unplasticized PVC Hundred &
medium well casing (RMS) pipe of required dia, Twenty Eight and
conforming to IS: 12818, including required hire
Paise Sixty Only
and labour charges, fittings & accessories etc. all
complete, for all depths, as per direction of
Engineer -in-charge. 150mm nominal size dia

198
261.00 Supplying, filling, spreading & leveling 20.00 cum 494.75 Rupees Four 9895.00
stone boulders of size range 5 cm to 20 Hundred &
cm, in recharge pit, in the required Ninety Four and
thickness, for all leads & lifts, all complete Paise Seventy
as per direction of Engineer-in-charge. Five Only
262.00 Supplying, filling, spreading & leveling 20.00 cum 901.25 Rupees Nine 18025.00
gravels of size range 5 mm to 10 mm, in Hundred & One
the recharge pit, over the existing layer of and Paise Twenty
boulders, in required thickness, for all leads Five Only
& lifts, all complete as per direction of
Engineer-in-charge.
263.00 Supplying, filling, spreading & leveling 20.00 cum 843.20 Rupees Eight 16864.00
coarse sand of size range 1.5 mm to 2 mm Hundred & Forty
in recharge pit, in required thickness over Three and Paise
gravel layer, for all leads & lifts, all Twenty Only
complete as per direction of Engineer -in-
charge.
264.00 Gravel packing in tubewell construction in 40.00 cum 976.60 Rupees Nine 39064.00
accordance with IS: 4097, including Hundred &
providing gravel fine/ medium/ coarse, in Seventy Six and
required grading & sizes as per actual Paise Sixty Only
requirement, all complete as per direction
of Engineer-in-charge.
265.00 Providing and fixing factory made precast 15.00 Each 958.80 Rupees Nine 14382.00
RCC perforated drain covers, having Hundred & Fifty
concrete of strength not less than M-25, of Eight and Paise
size 600x600x50 mm, reinforced with 8 Eighty Only
mm dia four nos longitudinal & 9 nos cross
sectional T.M.T. hoop bars, including
providing 50 mm dia perforations @ 100 to
125 mm c/c, including providing edge
binding with M.S. flats of size 50 mm x 1.6
mm complete, all as per direction of
Engineer-in-charge.
266.00 Supplying, assembling, lowering and fixing 450.00 metre 1329.20 Rupees One 598140.00
in vertical position in bore well, ERW Thousand Three
(Electric Resistance Welded) FE 410 mild Hundred &
steel screwed and socketed/ plain ended Twenty Nine and
casing pipes of required dia, conforming to Paise Twenty
IS: 4270, of reputed & approved make, Only
including painted with outside surface with
two coats of anticorrosive paint of
approved brand and manufacture,
including required hire & labour charges,
fittings & accessories, all complete, for all
depths, as per direction of Engineer-in-
charge. 150 mm nominal size dia having
minimum wall thickness 5.00 mm.
267.00 Raw Water Treatment Feed Pump set 1.00 Set 275772.80 Rupees Two 275772.80
Providing, fixing, commissioing and testing Lakh Seventy
package vertical raw water pumps, Five Thousand
comprising of 3 nos. Electrical Driven inline Seven Hundred &
pumping sets each of 3.5 LPS to a head to Seventy Two and
35 meter (2 working + 1 stand by) with all Paise Eighty Only
accessories, Pumps shall be with C.I.
Base, S.S 304, impeller, shaft, mechanical
seal, S.S. Shaft directly coupled to motor
suitable for operation on 400/440 volts, 3
phase 2900 RPM. TEFC electronic motor
mounted on a common channel baseplate
150mm dia pressure gauge, GM isolation
cock and cement concrete foundation with
plaster with dunlop cushy foot mountings
with all accessories such as NRVs, valves,
pressure guage bourden type, common
suction and delivery header, bellows on
sucton and delivery side complete in all
repsects.
Pumps shall be suitable for 415 ± 10%
volts 3 phase 50 Hz A.C supply & shall be
having the following requirement complete
with foundation and associated civil works.
Suction & Delivery Header - SS 304
Control Valve On suction and Delivery -
199
Ball Valve Only (No Butterfly Valve
Accepted).
Flow Prevention - Only Check Valve
Suction & delivery header including all
pipes, suction
& delivery sides valves, NRV, Pressure
gauges
& accessories complete.
Flow Rate : 3.5 LPS
Head : 35 M
Min. Motor HP : 4.0 H.P. (Each)
268.00 Water Booster Pumpset Supplying &
supervision of testing & commissioning of
Booster Pumpset (Hydropneumatic
systems) as described below
Supplying & supervision of testing &
commissioning of package vertical
Hydropneumatic system, comprising of 3
nos. (2 duty + 1 stand by) Electrical Driven
inline pumping sets each of 6.0 LPS to a
head to 100 meter with all accessories,
Pumps shall be with C.I. Base, S.S 304,
impeller, shaft, mechanical seal, S.S. Shaft
directly coupled to motor suitable for
operation on 400/440 volts, 3 phase 2900
RPM. TEFC electronic motor mounted on a
common channel baseplate 150mm dia
pressure gauge, GM isolation cock and
cement concrete foundation with plaster
with dunlop cushy foot mountings with all
accessories such as NRVs, valves,
pressure switch, common suction and
delivery header, bellows on sucton and
delivery side complete in all repsects.
268.10 Pump mounted or wall mounted 1.00 Set 532193.00 Rupees Five 532193.00
microprocessor based controller, Lakh Thirty Two
Electronic control panel with frequency Thousand One
inverter, logic controller relays, pressure Hundred &
sensor, pressure sensor transmitter, Ninety Three
electrical wiring, cabling from panel to Only
pumps, level controller, two lined LCD
display, diodes to indicate pump ready,
pump running and fault capable to
communicate with toher RS 485 interface.
with Power box equipped with fuses or
isolators or circuit breakers as required.
complete with all accessories as per
manufacturer specifications.
Suction & Delivery Header - SS 304
Control Valve On suction and Delivery -
Ball Valve Only (No Butterfly Valve
Accepted).
Flow Prevention - Only Check Valve
One Number Variable frequency Drive
Impeller : Stainless Steel
Shaft : Stainless Steel
RPM : 2900.
Mover : Electric Motor
HP - As required.
Necessary foundation with bolts
Ball valve on suction & delivery
NRV on delivery
Dust & vermin proof cubicle type motor
control centre fabricated from powder
coated 16 SWG MS sheet suitable to
automatic working of above mentioned
pumps.
269.00 Water Booster Pumpset Supplying &
supervision of testing & commissioning of
Booster Pumpset (Hydropneumatic
systems) as described below
Supplying & supervision of testing &
commissioning of package vertical
Hydropneumatic system, comprising of 2
200
nos. (1 duty + 1 stand by) Electrical Driven
inline pumping sets each of 1.0 LPS to a
head to 50 meter with all accessories,
Pumps shall be with C.I. Base, S.S 304,
impeller, shaft, mechanical seal, S.S. Shaft
directly coupled to motor suitable for
operation on 400/440 volts, 3 phase 2900
RPM. TEFC electronic motor mounted on a
common channel baseplate 150mm dia
pressure gauge, GM isolation cock and
cement concrete foundation with plaster
with dunlop cushy foot mountings with all
accessories such as NRVs, valves,
pressure switch, common suction and
delivery header, bellows on sucton and
delivery side complete in all repsects.
269.10 Pump mounted or wall mounted 1.00 Set 314477.74 Rupees Three 314477.74
microprocessor based controller, Lakh Fourteen
Electronic control panel with frequency Thousand Four
inverter, logic controller relays, pressure Hundred &
sensor, pressure sensor transmitter, Seventy Seven
electrical wiring, cabling from panel to and Paise
pumps, level controller, two lined LCD Seventy Four
display, diodes to indicate pump ready, Only
pump running and fault capable to
communicate with toher RS 485 interface.
with Power box equipped with fuses or
isolators or circuit breakers as required.
complete with all accessories as per
manufacturer specifications.
Suction & Delivery Header - SS 304
Control Valve On suction and Delivery -
Ball Valve Only (No Butterfly Valve
Accepted).
Flow Prevention - Only Check Valve
One Number Variable frequency Drive
Impeller : Stainless Steel
Shaft : Stainless Steel
RPM : 2900
Mover : Electric Motor
HP - As required.
Necessary foundation with bolts
Ball valve on suction & delivery
NRV on delivery
Dust & vermin proof cubicle type motor
control centre fabricated from powder
coated 16 SWG MS sheet suitable to
automatic working of above mentioned
pumps.
270.00 Softening Feed Pump set Providing, 1.00 Set 140305.45 Rupees One 140305.45
fixing, commissioing and testing package Lakh Forty
vertical softening feed pumps, comprising Thousand Three
of 2 nos. Electrical Driven inline pumping Hundred & Five
sets each of 3.0 LPS to a head to 35 meter and Paise Forty
(1 working + 1 stand by) with all Five Only
accessories, Pumps shall be with C.I.
Base, S.S 304, impeller, shaft, mechanical
seal, S.S. Shaft directly coupled to motor
suitable for operation on 400/440 volts, 3
phase 2900 RPM. TEFC electronic motor
mounted on a common channel baseplate
150mm dia pressure gauge, GM isolation
cock and cement concrete foundation with
plaster with dunlop cushy foot mountings
with all accessories such as NRVs, valves,
pressure guage bourden type, common
suction and delivery header, bellows on
sucton and delivery side complete in all
repsects.
Pumps shall be suitable for 415 ± 10%
volts 3 phase 50 Hz A.C supply & shall be
having the following requirement complete
with foundation and associated civil works.
Suction & Delivery Header - SS 304
201
Control Valve On suction and Delivery -
Ball Valve Only (No Butterfly Valve
Accepted).
Flow Prevention - Only Check Valve
Suction & delivery header including all
pipes, suction
& delivery sides valves, NRV, Pressure
gauges
& accessories complete.
Flow Rate : 3.0 LPS
Head : 35 M
Min. Motor HP : 2.5 H.P. (Each)
271.00 Soft Water Transfer Pumps Providing, 1.00 Set 333830.20 Rupees Three 333830.20
fixing, commissioing and testing package Lakh Thirty Three
vertical softening transfer pumps, Thousand Eight
comprising of 2 nos. Electrical Driven inline Hundred & Thirty
pumping sets each of 3.5 LPS to a head to and Paise Twenty
100 meter (1 working + 1 stand by) with all Only
accessories, Pumps shall be with C.I.
Base, S.S 304, impeller, shaft, mechanical
seal, S.S. Shaft directly coupled to motor
suitable for operation on 400/440 volts, 3
phase 2900 RPM. TEFC electronic motor
mounted on a common channel baseplate
150mm dia pressure gauge, GM isolation
cock and cement concrete foundation with
plaster with dunlop cushy foot mountings
with all accessories such as NRVs, valves,
pressure guage bourden type, common
suction and delivery header, bellows on
sucton and delivery side complete in all
repsects.
Pumps shall be suitable for 415 ± 10%
volts 3 phase 50 Hz A.C supply & shall be
having the following requirement complete
with foundation and associated civil works.
Suction & Delivery Header - SS 304
Control Valve On suction and Delivery -
Ball Valve Only (No Butterfly Valve
Accepted).
Flow Prevention - Only Check Valve
Suction & delivery header including all
pipes, suction
& delivery sides valves, NRV, Pressure
gauges
& accessories complete.
Flow Rate : 3.5 LPS
Head : 45 M
Min. Motor HP : 3.5 H.P. (Each)
272.00 Irrigation Water Transfer Pumps 1.00 Set 256420.30 Rupees Two 256420.30
Providing, fixing, commissioing and testing Lakh Fifty Six
package vertical fIrrigation water transfer Thousand Four
pumps, comprising of 2 nos. Electrical Hundred &
Driven inline pumping sets each of 4 LPS Twenty and
to a head to 50 meter (1 working + 1 stand Paise Thirty Only
by) with all accessories, Pumps shall be
with C.I. Base, S.S 304, impeller, shaft,
mechanical seal, S.S. Shaft directly
coupled to motor suitable for operation on
400/440 volts, 3 phase 2900 RPM. TEFC
electronic motor mounted on a common
channel baseplate 150mm dia pressure
gauge, GM isolation cock and cement
concrete foundation with plaster with
dunlop cushy foot mountings with all
accessories such as NRVs, valves,
pressure guage bourden type, common
suction and delivery header, bellows on
sucton and delivery side complete in all
repsects.
Pumps shall be suitable for 415 ± 10%
volts 3 phase 50 Hz A.C supply & shall be
having the following requirement complete
with foundation and associated civil works.
202
Suction & Delivery Header - SS 304
Control Valve On suction and Delivery -
Ball Valve Only (No Butterfly Valve
Accepted).
Flow Prevention - Only Check Valve
Suction & delivery header including all
pipes, suction
& delivery sides valves, NRV, Pressure
gauges
& accessories complete.
Flow Rate : 4.0 LPS
Head : 50 M
Min. Motor HP : 5.0 H.P. (Each)
273.00 Sump PumpsSupply & Installation, testing
and commissioning of centrifugal non
clogging submersible sump pumps for
plant room drainage. Pump capable
capable of handling 25 mm dia soft solids.
Motor suitable for 415 + 10% volts, 3
phase, 50 Hz AC Power supply. Pumps
shall be suitable for automatic/manual
operation (Overall depth of sump – 1.5 M).
Submersible sump pump shall be provided
with dry running protection. Inclusive of
supporting arrangement for stationary type.
Two nos. of pump installed in one sump pit
1 working & 1 standby with
automatic/manual opration as requireds.
273.10 Waste Water Drainage Sump Pump solid 12.00 set 53219.30 Rupees Fifty 638631.60
handling 15mm Three Thousand
Flow rate : 2 LPS Two Hundred &
Head : 10 Mtrs. Nineteen and
Min. Motor HP : 1.0 (Each) Paise Thirty Only
273.20 Sewerage Sump Pump solid handling 1.00 set 72571.80 Rupees Seventy 72571.80
35mm Two Thousand
Flow rate : 2 LPS Five Hundred &
Head : 10 Mtrs. Seventy One and
Min. Motor HP : 1.0 (Each) Paise Eighty Only
274.00 Supply & Installation of water level 13.00 set 5500.00 Rupees Five 71500.00
controller with sufficient nos. of low/high Thousand Five
level switches/ probes for the auto Hundred Only
operation of the pumps.

275.00 Supply & installation, testing & 1.00 set 179010.40 Rupees One 179010.40
commissioning of sand filter having FRP Lakh Seventy
pressure vessel suitable for test pressure Nine Thousand &
of 7 Kg. / cm2 including valves for back- Ten and Paise
wash arrangement complete with initial Forty Only
charge of media to remove the total
suspended particles from the water.
Capacity :7.5 LPS
Working Pressure : (5 ± 2.5)MWC
276.00 Supplying, storing, handling, installation, 1.00 set 227391.60 Rupees Two 227391.60
testing & commissioning of Activated Lakh Twenty
Carbon Filter having FRP pressure vessel Seven Thousand
suitable for test pressure of 7 Kg./cm2 Three Hundred &
including valves for back-wash Ninety One and
arrangement complete with initial charge of Paise Sixty Only
media to remove the total suspended
particles from the water.
Capacity :7.5 LPS
Working Pressure : (5 ± 2.5)MWC
MOC of vessel : FRP
277.00 Supplying, storing, handling, installation, 1.00 set 362858.90 Rupees Three 362858.90
testing & commissioning of water softening Lakh Sixty Two
system having FRP pressure vessel Thousand Eight
suitable for test pressure of 7 Kg/cm2 Hundred & Fifty
including dished end, ion- exchange resin, Eight and Paise
Frontal piping, C.I. diaphragm type valve, Ninety Only
brine injection assembly for regeneration of
softener, brine measuring cum salt water
tank, inter connected flexible polypropylene
MS Rubber lined (MSRL) piping, valves
including provision of bye-pass
203
arrangement complete with inside and
outside painting etc. as required.
Receiving, storing, handling and fixing of
PVC/HDPE/FRP tank for Brine solution
along with Hydraulic Injector with control
valve and piping for brine injection.
Capacity :5.5 LPS
Working Pressure : (5 ± 2.5) Kg/cm²
MOC of vessel : FRP
278.00 Supplying and fixing of PVC/HDPE/FRP 1.00 set 30740.95 Rupees Thirty 30740.95
tank including electrical operated Thousand Seven
metering/dosing pump for dosing of Hundred & Forty
alum/sodium hypo-chlorite solutions in and Paise Ninety
pipeline (all contacting parts shall be of Five Only
stainless steel). Capacity - 0-12 LPH
279.00 Supplying & fixing of float based visual flow 1.00 set 13174.70 Rupees Thirteen 13174.70
meter (Rotameter) suitable for water flow Thousand One
rate of 12600 litres per hour in the input Hundred &
line of water softener including matching Seventy Four
flanges, nuts, bolts and 3 mm thick rubber and Paise
insertions/gaskets complete. to assess the Seventy Only
water flow rate in water softener.
280.00 Supplying, installing, testing & 1.00 set 2419059.50 Rupees Twenty 2419059.50
commissioning of R.O. Plant including Four Lakh
filters, pumps, dosing units, control panel, Nineteen
piping and valves and 20,000 litres SS 304 Thousand & Fifty
stainless steel tank complete as per Nine and Paise
specifcation and drawings. Fifty Only
Feed Flow - 8000 LPH
Product Flow - 4000 LPH
Reject Flow - 4000 LPH
Recovery - 50%
Mode of operation - Manual
Operating Pressure - 10 to 12 Kg/cm2
281.00 Providing, fixing, testing and 1.00 set 9192426.00 Rupees Ninety 9192426.00
commissioning of solar water heater panels One Lakh Ninety
with automatic thermostatic control, Two Thousand
pressure release valve, storage tank Four Hundred &
complete including cutting and making Twenty Six Only
good the floors / walls wherever required.
Capacity : 20000 LPD with SS 304 storage
tank of 20000 litres with proper insulation
and control panel including all
interconnecting SS 304 piping and
accessories between solar panel to
calorifers.
282.00 CUBICAL PANEL BOARD - PLUMBING
i) For 3 x 3.0 HP Filter Feed Pumps (2 duty
+ 1 stand by)
ii) For 4 x 8 HP Water Booster Pumpset (3
Duty + 1 Stand by) - (only isolator).
iii) For 2 x 5.0 HP Irrigation Water
Transfer Pumps (2 duty + 1 stand by)
iv) For 2 x 2.5 HP Softening Feed Pumps
(1 duty + 1 stand by)- (Only isolator).
v) For 2 x 3.5 HP Softening Transfer
Pumps (1 duty + 1 stand by).
vi) For 12 x 2 HP Basement Waste Sump
Pumps pump room (1 Duty + 1 Stand by) -
only feeder to sub panels.
vii) For 4 x 2 HP Basement Waste Sump
Pumps pump room (1 Duty + 1 Stand by) -
(only feeder).
viii) For 1 x 2 HP Basement Sewage Sump
Pumps pump room (1 Duty + 1 Stand by) -
only feeder to sub panels.
ix) For 2 x 1.5 HP R.O. Water Transfer
Pumps (1 Duty + 1 Stand by) - only feeder
to sub panels.
x) For 3 x 3.7 HP Bore well Pump.
Supply, installation, testing and
commissioning of Cubical type
sectionalised floor standing switch board of
31 MVA fault capacity at 415 V complete
204
with 3.5 strip, 160 A capacity Aluminium
Bus - Bar Electrolytic grade, cable alley,
switchgears of following
capacity & as per specifications.

282.10 INCOMER
100 A TP MCCB with heavy duty solid
neutral link with (0-100A) ammeter with 3
CT and selector switch, (0 - 500 V)
voltmeter with selector switch, phase
indication light with protection fuse. - 01
Set
OUTGOINGS
For 3 x 3.0 HP Filter Feed Pumps
12 A TP MCB with 10 A DOL starter,
overload relay, 96 mm (0-25A) ammeter
with single CT, start / stop push buttons, on
/ off / trip indication lights with protection
fuse, single phase preventer. - 03 set.
For 4 x 8.0 HP Water Booster Pumpset
40 A TP MCB with Isolator - 1 sets
For 2 x 5.0 HP Irrigation Transfer Pumps
25 A TP MCB with 16 A DOL starter,
overload relay, 96 mm (0-25A) ammeter
with single CT, start / stop push buttons, on
/ off / trip indication lights with protection
fuse, single phase preventer. - 02 set.
For 2 x 2.5 HP Softening Feed Pumps
12 A TP MCB with 10 A DOL starter,
overload relay, 96 mm (0-25A) ammeter
with single CT, start / stop push buttons, on
/ off / trip indication lights with protection
fuse, single phase preventer. - 03 set.
For 2 x 3.75 HP Soft water Transfer
Pumps
40 A TP MCB with Isolator - 1 sets
For 12 x 2.0 HP Waste Water Transfer
Pumps -
only feeder to sub panels.
282.20 16 A TP MCB with Isolator - 12 sets 1.00 Item 558245.00 Rupees Five 558245.00
For 4 x 2.0 HP Waste Water Transfer Lakh Fifty Eight
Pumps - only feeder to sub panels. Thousand Two
25 A TP MCB with Isolator - 4 sets Hundred & Forty
For 1 x 2.0 HP Sewage Water Transfer Five Only
Pumps - only feeder to sub panels.
16 A TP MCB with Isolator - 1 sets
For 2 x 1.5 HP R.O. Water Transfer
Pumps
25 A TP MCB with Isolator - 1 sets
For 3 No. - 3.7 HP Borewell Pump
12 A TP MCB with 10 A DOL starter,
overload relay, 96 mm (0-25A) ammeter
with single CT, start / stop push buttons, on
/ off / trip indication lights with protection
fuse, single phase preventer. - 03 set.

283.00 ELECTRICAL SUB-PANEL- Supply, 16.00 Set 24190.60 Rupees Twenty 387049.60
installation, testing and commissioning of Four Thousand
Cubical wall mounted type switch board One Hundred &
as detailed below & switch gears Ninety and Paise
suitable for AC - 23 duty including making Sixty Only
interconnection etc as required.
For Basement Drainage & Sewage Pump-
(2X1.0 HP)
16 A TPN Incomming MCB with 2 Nos
10A TPN MCB & 12A DOL starter with
overload relay, start / stop push buttons,
phase indication lights with protection fuse,
on / off / trip indication lights with
protection fuse, single phase preventer &
auto / manual mode selector switch.
Controls & interlocking accessories as
required. Lot
NOTE :
205
i) All the drainage pumps shall be work
cyclic process i.e. in first operation duty
pump work on duty and stand by pump
duty pump work on stand by and stand by
pump work as duty pump.
ii) The drainage Stand by pumps
automatically work as drainage assist
pump for Duty pump when level of water
rises in drainage sump pumps i.e. Both
pumps can work at a time & operation shall
be controlled with the help of level
controllers and float switches.
284.00 Design, supply installation, testing,
commissioning and approval from pollution
control board of Sewage treatment Plant of
300 KLD including preparation of report /
drawing as per pollution control board
requirement, arrangement of raw sewage
for testing and commissioning (Excluding
excavation, back filling & disposal of
surplus earth and any type of Civil
construction work) for the following duty:
Nature of effluent - Domestic Sewage from
toilets/kitchen use.
Flow Rate - 300 KLD
Sewage Incoming Characteristics
pH - 6.5 - 8.5
BOD5 - upto 250 - 400 Mg/L
S. Solid - 200 to 500 Mg/L
COD 5 - Upto 600 Mg/L
Oil & Grease - 50 Mg/L
Effluent discharge standard after treatment
pH - 6.5 - 7.5
BOD5 - Less than 30 Mg/L
S. Solids - Less than 10 Mg/L
COD - Less than 150 Mg/L
Oil & Grease - Less than 5 Mg/L
Sewage Treatment Plant shall include the
following items:
Feed pump, with motor.
Electro Cell Reactor.
Activated Carbon Filter
Multi Grade Filter
Mixed Oxidants Generation System
Electro Ionizer.
Electrical panel for electrification. Sludge
Pump Filter Press Interconnecting Piping &
Valves.
284.10 Supply of 2 Nos Manual Stainless Steel 1.00 Set 27689.00 Rupees Twenty 27689.00
Bar Screen with suitable lifting Seven Thousand
arrangement for required sizes (size 800 Six Hundred &
mm wide x 900 mm high approx. Eighty Nine Only
284.20 Supply, installation, testing & 1.00 Set 821736.00 Rupees Eight 821736.00
commissioning of Mechanical roto brush Lakh Twenty One
Fine Screen having 3 mm opening. Make - Thousand Seven
Jash Hundred & Thirty
Six Only
285.00 Supply, installation, testing & 1.00 Set 52698.00 Rupees Fifty 52698.00
commissioning of electronic type level Two Thousand
indicator and controller for automatic Six Hundred &
operation of the system with high/low level Ninety Eight Only
alarm complete with auxiliary NO/NC
contacts. Make: Status/Active control
286.00 Supply, installation, testing and
commissioning of single stage horizontal
centrifugal self priming pump with with C.I
body, bronze impeller, shaft of stainless
steel, shaft sleeve of chrome steel and
delivery casing in C.I with mechanical seal,
connected to a TEFC induction motor
suitable for 415+/- 10% volts, 3 phase 50
cycles A.C. supply with 150 mm dia
pressure gauge with gunmetal isolation
cock, vibration eliminating pads under
206
foundation, sequence running cotroller, dry
running Protection, 80x40 mm I section
base plate bolted to cement concrete
foundations complete including suction and
delivery headers with G.I "C" class pipe of
required dia, isolation valves, NRV &
vibration eliminators on both suction &
delivery side of pumps .Vendor to submit
performance curves and technical
catalogue of the proposed model for review
and information.
286.10 Submersible Sewage Transfre Pumps 2.00 Nos. 299219.00 Rupees Two 598438.00
(Pumps to be suitable to handle Solid Lakh Ninety Nine
handling capacity upto 40 mm size) Thousand Two
Set of two pumps (1 Working + 1 Standby) Hundred &
Capacity - 5 LPS Nineteen Only
Head - 15.0 Mtr.
H.P. - 1.5 HP Approx.
286.20 Feed Pumps 2.00 Nos. 18058.00 Rupees 36116.00
(Pumps to be suitable to handle Solid Eighteen
handling capacity upto 8-10 mm size) Thousand & Fifty
Set of two pumps (1 Working + 1 Standby) Eight Only
Capacity - 5 LPS
Head - 10.0-15 Mtr.
H.P. - 2 HP Approx.
286.30 Treated water Transfer Pump 2.00 Nos. 109863.00 Rupees One 219726.00
Set of two pumps (1 Working + 1 Standby) Lakh Nine
Capacity - 5LPS Thousand Eight
Head - 30-35.0 Mtr. Hundred & Sixty
H.P. - 2 HP Approx. Three Only
287.00 Supply, installation, testing and 1.00 Nos. 1451436.00 Rupees 1451436.00
commissining of Customised titanium or Fourteen Lakh
Aluminium Electrocell electrode reactor Fifty One
with FRP vessel suitable for 300 KLD plant Thousand Four
as per manufacture's specification and Hundred & Thirty
detail, complete in all respects.Make- Six Only
Oxybee Solutions/Klengen Systems /
Kunal Enterprise
288.00 Supply, installation, testing &
commissioning of vertical self supporting
filtration unit with FRP Vessel, pressure
gauges, sample cock, uPVC heavy duty
face piping, CI butterfly valves and all
accessories, with initial charge of filter
media including anthracite, testing and
commissioning complete.
288.10 Multi Grade Filter Multigarde filter based on 1.00 Nos. 321549.00 Rupees Three 321549.00
the Gravity flow , suitable to treat 16600 Lakh Twenty One
LPH , working pressure should be 2.5 Thousand Five
kg/sqm. Make- Oxybee Solutions/ Klengen Hundred & Forty
Systems / Kunal Enterprise Nine Only
288.20 Activated Carbon Filter Activated Carbon 1.00 Nos. 406402.00 Rupees Four 406402.00
filter based on the Gravity flow , suitable to Lakh Six
treat 16600 LPH , working pressure should Thousand Four
be 2.5 kg/sqm. Make- Oxybee Solutions/ Hundred & Two
Klengen Systems / Kunal Enterprise Only
289.00 Supply, installation, testing & 1.00 Nos. 312617.00 Rupees Three 312617.00
commissioning of Filter Press of Plate size Lakh Twelve
24" x 24" x 24 Nos. plate with Screw feed Thousand Six
pumps of 5.0 M3/Hr @ 40 M head capacity Hundred &
(1 working + 1 standby) complete in all Seventeen Only
respects. Make- Oxybee Solutions/
Klengen Systems / Kunal
Enterprise/Pharmatech
290.00 Design, fabrication, assembling, of the 1.00 Nos. 284035.00 Rupees Two 284035.00
Motor Control Panel for Sewage Treatment Lakh Eighty Four
plant capacity of 300 KLD Make-Oxybee Thousand &
Solutions/ Klengen Systems / Kunal Thirty Five Only
Enterprise
291.00 Providing and fixing of Oxylite (Mixed 1.00 Nos. 1272797.00 Rupees Twelve 1272797.00
Oxidant) Generation System, based on Lakh Seventy Two
ECA Technology, producing non toxic Thousand Seven
Hundred & Ninety
mixed Oxidant Solution at 1000 ppm of
Seven Only
Oxidant Concentration . The solution being
207
at a pH - Neutral suitable for 24x7
operations produce 50 Li per hour . . The
system will be supplied complete with
appropriate dosing pumps , valves, piping,
fittings, chemical dosing tank etc. System
should be wall mounted . Make- Oxybee
Solutions / Klengen Systems / Kunal
enterprise
292.00 Supply, installation, testing & 1.00 Nos. 442130.00 Rupees Four 442130.00
commissioning of Electro Ionizer.Make- Lakh Forty Two
Oxybee Solutions/ Klengen systems / Thousand One
Kunal Enterprise Hundred & Thirty
Only
293.00 Supply, installation, testing & 1.00 Lot 473391.00 Rupees Four 473391.00
commissioning of interconnecting piping Lakh Seventy
and control valves as required for proper Three Thousand
functioning of plant. Make- Astral / Jindal / Three Hundred &
Prince Ninety One Only
294.00 Approval from pollution control board at 1.00 LS 300000.00 Rupees Three 300000.00
initial & various other stages of works Lakh Only
including preparation of report / drawings
as per pollution control board requirement,
arrangement of raw sewage for testing &
commissioning. Contractor shall include
the cost of all chemicals (consumed during
testing & commissioning and the cost of
such items of works which are not explicitly
mentioned above, but are mandatory to
have pollution board approval.
295.00 BORING OF TUBEWELL
295.10 Drilling with standard rig from ground level 3.00 Each 109250.00 Rupees One 327750.00
with suitable cutting bits in all kinds of soils. Lakh Nine
Diameter of bore 450 mm, including Thousand Two
permission etc. from Competent Hundred & Fifty
Authorities, as required including Only
transportations and erection, Shifting,
dismantling of all necessary Machinery and
Equipment complete as per instructions of
the Engineer-In-Charge.
0 - 40 Meter
40 - 80 Meter
80-120 Meter
295.20 Providing lowering and fixing PVC Pipe 135.00 RM 1190.00 Rupees One 160650.00
200 mm dia (8") Finolex or Jain or Thousand One
equivalent make blind pipe Hundred &
Ninety Only

295.30 Providing lowering and fixing SLOTTED 135.00 RM 1366.00 Rupees One 184410.00
200 mm dia (8") Finolex or Jain or Thousand Three
equivalent make Hundred & Sixty
Six Only
295.40 Providing and fixing Bail plug with Hook 3.00 Each 2075.00 Rupees Two 6225.00
200 mm dia. Thousand &
Seventy Five
Only

295.50 Providing and fixing galvanized M.S. 10.00 Each 543.00 Rupees Five 5430.00
centering guides made of M.S. strips Hundred & Forty
Three Only
295.60 Providing and fixing galvanized M.S. 25.00 kg 631.00 Rupees Six 15775.00
housing clamp for 200mm dia pipe. Hundred & Thirty
One Only
295.70 Providing and fixing galvanized M.S well 3.00 Each 499.00 Rupees Four 1497.00
cap for 200mm dia pipe. Hundred &
Ninety Nine Only
295.80 Providing and laying rounded pea gravel 60.00 cum 631.00 Rupees Six 37860.00
washed and sieved 3 to 6mm nominal Hundred & Thirty
bore. One Only
295.90 Providing and laying cement concrete 1:2:4 2.00 cum 4921.70 Rupees Four 9843.40
(1 cement : 2 coarse sand : 4 graded stone Thousand Nine
aggregate 20mm nominal size) mix for Hundred & Twenty
One and Paise
sanitary sealing of well at top. (App.
Seventy Only
500mm from top).
208
296.00 Providing and fixing 50mm dia G.I. pipe 150.00 RM 327.00 Rupees Three 49050.00
confirming to I.S. 1239 medium class with Hundred &
fittings and screwed cap on top for gravel Twenty Seven
feeding. Only
297.00 Development of tube well in accordance 1.00 hour 614.75 Rupees Six 614.75
with IS : 2800 (part I) and IS: 11189, to Hundred &
establish maximum rate of usable water Fourteen and
yield without sand content (beyond Paise Seventy
permissible limit), with required capacity air Five Only
compressor, running the compressor for
required time till well is fully developed,
measuring yield of well by "V" notch
method or any other approved method,
measuring static level & draw down etc. by
step draw down method, collecting water
samples & getting tested in approved
laboratory, i/c disinfection of tubewell, all
complete, including hire & labour charges
of air compressor, tools & accessories etc.,
all as per requirement and direction of
Engineer-in-charge.
298.00 Collecting water samples properly and 1.00 job 10000.00 Rupees Ten 10000.00
getting them Analyzed from a standard and Thousand Only
reputed Laboratory (to be approved by the
Consultant) for Physical, Chemical and
Bacteriological Examinations as per details
given in Annexure-A (Water samples will
have to be collected in the presence of
Engineer-in-Charge, and Tests shall be
performed after development of well)
299.00 TUBEWELL RISING MAIN AND 240.00 RM 634.00 Rupees Six 152160.00
ACCESSORIES Hundred & Thirty
Providing and fixing G.I. pipes Heavy Duty Four Only
(Class C) complete with G.I. Fittings ie
tees, elbows, sockets, clamps etc including
painting of with Bitumastic paint 2 coats
over a primer coat complete in all respects.
80 mm dia
300.00 Constructing brick masonry Tubewell 3.00 Each 8500.00 Rupees Eight 25500.00
chamber of 1800x 1200 mm internal Thousand Five
diamensions with 75 class designation Hundred Only
bricks in cement mortar 1:4 (1 Cement: 4
Coarse sand), foundation concrete 150 mm
thick in cement mortar 1:3:6 (1 Cement: 3
Coarse sand: 6 graded stone aggregate of
40 mm nominal size), cement concrete
flooring 1:2:4 (1 Cement: 2 Coarse sand: 4
graded stone aggregate 20 mm nominal
size) finished with a coat of neat cement
including Cement Slurry, Top covering of
chamber 150 mm thick RCC Slab 1:2:4
with 2 Nos. 560 mm diameter SFRC Cover
and frame with lifting arrangement
including providing 25 mm dia Weep holes
@ 450 mm C to C, necessary excavation,
with 12 mm thick plastering in cement
mortar 1:4 (1 Cement: 4 Coarse sand)
inside and outside finished with a floating
coat of neat cement complete as per
Sketch.
301.00 Providing and Fixing submersible pump 3 3.00 Set 115668.00 Rupees One 347004.00
nos. of pumps (2W+1S)for suitable rating, Lakh Fifteen
with 50 mm dia G.I. column pipe and Thousand Six
fittings, chrome steel shaft, suitable for Hundred & Sixty
operation on 415 volts + 5% - 15 %, 50 C/s Eight Only
A.C 3 phase supply, speed 2900 RPM,
including necessary submersible cable of
1x3x2.5 Sq. m. size, outdoor type M.S.
control panel, guide wire for lifting and
lowering of pump, M.S. galvanized lifting
chain, and all other accessories required to
make it completely functional as per the
satisfaction of the Engineer-In-Charge,
based upon the following specifications:
209
Discharge: Approx. 15,000 LPH
Recommended Head : 80 M min.
Control Panel - 1 Nos, DOL starter of
required rating (M.S. Fabricated in cubicle
pattern).
302.00 FIRE FIGHTING WORKS
303.00 FIRE PUMPS - ELECTRICAL
Supply, installation, testing and
commissioning of vertical single stage
centrifugal type fire pumps suitable for
autometic operation at] synchoronous
speed of 2900 rpm, TEFC conforming to
IP-55 & flexible coupling gaurd mounted on
a common structural base plate with
150mm dia gun metal pressure gauges
with isolation cock and piping, suitable
vibration elimination pads of approved
design for pump foundation, motor to be
suitable for 415 volts, 3 phase 50 cycles
AC.
303.10 Capacity 2850 LPM at 13.0 Kg/cm2 3.00 Set 550000.00 Rupees Five 1650000.00
delivery pressure for Fire Lakh Fifty
Hydrant/Sprinkler & Water Curtain Thousand Only
Network.

303.20 Capacity 180 LPM at 13.0 Kg/cm2 (Jockey 2.00 Set 124138.65 Rupees One 248277.30
Pump). Lakh Twenty Four
Thousand One
Hundred & Thirty
Eight and Paise
Sixty Five Only
304.00 FIRE PUMPS - DIESEL 1.00 Set 95000.00 Rupees Ninety 95000.00
Supply, installation, testing and Five Thousand
commissioning of split casing centrifugal Only
pumping set with CI volute and bronze
impeller with mechanical seals directly
coupled to automatic Diesel Engine
complete with all accessories like self
starting by means of Battery powered
electric starter motor, Paper Filter type air
cleaner, exhaust silencer etc. complete in
all respects. The engine & the pump will
be mounted on common base plate on
anti-vibration mountings.
Capacity 4500 LPM at13 Kg/cm2 delivery
pressure for Fire Hydrant & Sprinkler
Network.
305.00 Oil Tank 1.00 Set 20000.00 Rupees Twenty 20000.00
Supplying, fixing and commissioning 500 Thousand Only
ltrs. capacity including first fill of 500 ltrs
high speed diesel oil in 16 SWG MS steel
oil tank with manhole cover, glass gauge,
inlet and outlet connections with gate
valves, drain plug, GI piping between tank
and engine vent pipe with wire mesh etc.
duly painted and mounted on suitable MS
angle staging to maintain gravity flow of oil.
306.00 Exhaust piping 30.00 M 4000.00 Rupees Four 120000.00
Providing & fixing 150 mm diameter M.S. Class Thousand Only
'C' diesel pump exhaust pipe includings all
fittings, like bends, tees etc. clamps / structural
steel supports. The pipe shall be provided with
75mm thick fiberglass insulation & covering the
insulation with 500 g polythene sheet giving
proper overlaps & sealing the joints with suitable
adhesive compound. The pipe shall be provided
with 24 gauge aluminium sheet cladding.
307.00 PRESSURE SWITCH 1.00 Each 3800.00 Rupees Three 3800.00
Supplying, installing, testing and commissioning Thousand Eight
0 to 20 Kg/ cm2 ON/OFF pressure switch in Hundred Only
delivery line of pump along with control wiring for
auto starting and auto stopping of hydrant
,Sprinkler & jockey pumps/Water Curtain Pump.

210
308.00 Supply, fabrication (as per code), 1.00 Each 22000.00 Rupees Twenty 22000.00
installation, testing and commissioning of Two Thousand
Pressure vessels 450mm diameter and Only
1000mm high fabricated from 8-10mm
M.S. plate with accessories inside painting
with epoxy paint and outside with enamel.
309.00 Providing, fixing, testing & commissioning
of resilient rubber lined single arch
vibration eliminators suitable for raw water
up to 45 deg. C temperature, working
pressure 11 Kg/cm2 and test pressure 20
Kg/cm2 for :-
309.10 200 mm dia 2.00 Each 10191.65 Rupees Ten 20383.30
Thousand One
Hundred &
Ninety One and
Paise Sixty Five
Only
309.20 150 mm dia 3.00 Each 4827.60 Rupees Four 14482.80
Thousand Eight
Hundred &
Twenty Seven
and Paise Sixty
Only
309.30 100 mm dia 3.00 Each 3003.85 Rupees Three 9011.55
Thousand &
Three and Paise
Eighty Five Only

309.40 80 mm dia 2.00 Each 2145.60 Rupees Two 4291.20


Thousand One
Hundred & Forty
Five and Paise
Sixty Only
310.00 Providing and fixing C.I double flanges
suction strainer bucket type/ “Y” type
including, nuts, bolts and 3mm thick rubber
insertion complete.

310.10 250mm dia pipe 2.00 Each 25000.00 Rupees Twenty 50000.00
Five Thousand
Only

310.20 200mm dia pipe 2.00 Each 18000.00 Rupees 36000.00


Eighteen
Thousand Only

311.00 Supply, installation, testing, trial run and 97.00 Each 42126.10 Rupees Forty 4086231.70
commissioning of hydrants all complete as Two Thousand
required and as approved Internal One Hundred &
hydrants/landing valves generally as Twenty Six and
specified and all complete with: 63mm dia Paise Ten Only
single outlet landing valve IS marked with
suitable size bolts, nuts, washers and
gaskets.
Landing valve shall be TAC Approved
Make. First aid hose reel with 25 mm dia,
30 m long rubber hose, ball valve, piping
and nozzle 63mm reinforced rubber hoses
(RRL) with male and female GM coupling,
IS marked- 15 m x 2 lengths standard short
size gunmetal branch pipe with nozzle of
20mm nomnal bor outlet with instaneous
type 63 mm dia coupling complete IS
marked & TAC approved. Fire Axe
Aluminium podwer coated 1200x2100 door
capable of accommodating fire hose reel,
landing valve, hose pipes, fittings, 1 No.
Water CO2 & 1 No. CO2 type portable fire
extinguishers & accessories. The door
shall have a front glass with lock and key
arrangement & shall be painted with post
211
office red colour (approval shall be taken
on the basis of submitted sample before
ordering) Cost of fire extinguishers not
included in item rate Liasioing
with civil contractor for making
1200x600x2100 Recessed
type mansoary box (by civil contractor).
312.00 External hydrant valve ane terrace hydrant 24.00 Each 28678.90 Rupees Twenty 688293.60
IS marked of gunmetal with generally as Eight Thousand
specified and as required all complete. Six Hundred &
63mm dia twin outlet landing valve IS Seventy Eight
marked with suitable size bolts, nuts, and Paise Ninety
washers and gaskets. Landing valve shall Only
be TAC Approved Make. 63mm reinforced
rubber hoses (RRL) with male and female
GM coupling, IS marked- 15 m x 2 lengths
standard short size gunmetal branch pipe
with nozzle of 20mm nomnal bor outlet with
instaneous type 63 mm dia coupling
complete IS marked & TAC approved. TAC
approved M.S. fire hose cabinet
(900x350x750\mm) made out of 16 gauge
M.S. sheet capable of accommodating
landing valve, hose pipes, fittings &
accessories. The box shall have a front
glass door with lock and key arrangement
& shall be painted with post office red
colour (approval shall be taken on the
basis of submitted sample before ordering)
313.00 Supply, installation, testing and 24.00 Each 1126.45 Rupees One 27034.80
commissioning brass orifice plates in Thousand One
pipelines to reduce pressure from 13 kg. to Hundred &
3.5 kg/sq.cm. Twenty Six and
Paise Forty Five
Only
314.00 Providing, installing, testing & 2.00 Set 18000.00 Rupees 36000.00
commisioning of fire brigade inlet Eighteen
connection (fire department connection) Thousand Only
consisting of 4 Nos. 63 mm dia
instantaneous inlet arranged on a 50 mm
dia header, 1 No. 150 mm diameter sluice
valve, 1 No. 150mm dia. Non-return valve
and wall mounted box of M.S. construction
with glass door to house the above
mentioned components.
315.00 Providing, installing, testing & 2.00 Set 10000.00 Rupees Ten 20000.00
commisioning of fire brigade draw out Thousand Only
connection (fire department connection)
with suction pipe MS class 'C' 100 mm dia.
& 100 mm dia. foot valve & steel chain
including wall mounted box M.S.
construction with glass door to house the
above mentioned componenets.
316.00 Providing & fixing 150 mm dia. Test line for 1.00 Set 38084.50 Rupees Thirty 38084.50
Fire Pumps with flow meter of capacity 150 Eight Thousand
M3 /hr. complete with pressure gauge. & Eighty Four
and Paise Fifty
Only
317.00 Providing and fixing C.I. double acting air 8.00 Each 1062.95 Rupees One 8503.60
valves of approved quality with bolts, nuts, Thousand & Sixty
rubber insertions etc.comp;ete ( The tail Two and Paise
pieces, tapers etc. if reqd. will be paid Ninety Five Only
separately) 25 mm dia.
318.00 Excavating trenches of required width for
pipes, cables, etc including excavation for
sockets, and dressing of sides, ramming of
bottoms, depth upto 1.5 m, including
getting out the excavated soil, and then
returning the soil as required, in layers not
exceeding 20 cm in depth, including
consolidating each deposited layer by
ramming, watering, etc. and disposing of
surplus excavated soil as directed, within a
lead of 50 m :
212
318.10 Pipes, cables etc. exceeding 80 mm dia. 1250.00 Meter 160.98 Rupees One 201225.00
but not exceeding 300 mm dia Hundred & Sixty
and Paise Ninety
Eight Only
318.20 Making 1:2:4 cement concrete supports 375.00 Cum 5668.70 Rupees Five 2125762.50
and thrust blocks generally as per required Thousand Six
and approved. Hundred & Sixty
Eight and Paise
Seventy Only
319.00 Constructing masonary chamber 90 x90 6.00 Each 11128.55 Rupees Eleven 66771.30
x100 cm. inside with 75 class designation Thousand One
brickwork in cement mortar 1:4 ( 1 cement : Hundred &
4 fine sand) for sluice valve with CI surface Twenty Eight and
box 100 mm top dia. 160 mm bottom dia. Paise Fifty Five
And 180 mm deep (inside) with chained lid Only
and RCC top slab 1:2:4 mix ( 1 cement : 2
coarse sand : 4 graded stone aggregate 20
mm nominal size) necessary excavation
foundation concrete 1 :5 :10 (1 cement : 5
fine sand : 10 graded stone aggregate 40
mm nominal size and inside plastering with
1:3 (1 cement : 3 coarse sand) 12 mm thick
finished with a floating coat of neat cement
complete as per standard design with FPS
bricks
320.00 Supply, fabrication & laying heavy grade IS
marked black mild steel piping complete
with all fittings, pipe supports, clamps etc.
as approved with weleded jointing for
external hydrant system. These pipes shall
be provided with 2mm thick weather proof
treatment like covering with pypkote
complete
320.10 150 nominal bore 750.00 Each 1943.55 Rupees One 1457662.50
Thousand Nine
Hundred & Forty
Three and Paise
Fifty Five Only
320.20 100 nominal bore 100.00 Each 1326.40 Rupees One 132640.00
Thousand Three
Hundred &
Twenty Six and
Paise Forty Only
321.00 Supply and installation of Butterfly Valves
with matching flanges generally as
specified all complete.

321.10 65 nominal bore 5.00 Each 2109.00 Rupees Two 10545.00


Thousand One
Hundred & Nine
Only

321.20 80 nominal bore 9.00 Each 2288.35 Rupees Two 20595.15


Thousand Two
Hundred & Eighty
Eight and Paise
Thirty Five Only
321.30 100 nominal bore 22.00 Each 2957.50 Rupees Two 65065.00
Thousand Nine
Hundred & Fifty
Seven and Paise
Fifty Only
321.40 150 nominal bore 20.00 Each 4077.55 Rupees Four 81551.00
Thousand &
Seventy Seven
and Paise Fifty
Five Only
321.50 200 nominal bore 7.00 Each 8239.20 Rupees Eight 57674.40
Thousand Two
Hundred & Thirty
Nine and Paise
Twenty Only

213
321.60 250 nominal bore 3.00 Each 17804.80 Rupees 53414.40
Seventeen
Thousand Eight
Hundred & Four
and Paise Eighty
Only
322.00 Providing and laying cast iron non-return
valve IS marked with flanges generally as
specified complete
322.10 250 nominal bore 2.00 Each 23839.35 Rupees Twenty 47678.70
Three Thousand
Eight Hundred &
Thirty Nine and
Paise Thirty Five
Only
322.20 200 nominal bore 2.00 Each 12845.75 Rupees Twelve 25691.50
Thousand Eight
Hundred & Forty
Five and Paise
Seventy Five Only
322.30 150 nominal bore 5.00 Each 7110.00 Rupees Seven 35550.00
Thousand One
Hundred & Ten
Only

322.40 100 nominal bore 3.00 Each 3883.60 Rupees Three 11650.80
Thousand Eight
Hundred & Eighty
Three and Paise
Sixty Only
322.50 80 nominal bore 3.00 Each 2599.00 Rupees Two 7797.00
Thousand Five
Hundred &
Ninety Nine Only

322.60 65 nominal bore 2.00 Each 2180.80 Rupees Two 4361.60


Thousand One
Hundred & Eighty
and Paise Eighty
Only
323.00 Supply, fabrication & laying heavy grade IS
marked black mild steel piping complete
with all fittings, pipe supports, clamps,
painting etc. as approved with threaded
and welded jointing for Wet Riser System.
Note: Threaded joint upto 50mm diameter
pipe.
Welded joint above 50mm diameter pipe.
323.10 250 mm nominal bore 40.00 Rm 3839.80 Rupees Three 153592.00
Thousand Eight
Hundred & Thirty
Nine and Paise
Eighty Only
323.20 200 mm nominal bore 250.00 Rm 3060.70 Rupees Three 765175.00
Thousand & Sixty
and Paise
Seventy Only

323.30 150 mm nominal bore 5815.00 Rm 1943.55 Rupees One 11301743.25


Thousand Nine
Hundred & Forty
Three and Paise
Fifty Five Only
323.40 100 mm nominal bore 1850.00 Rm 1326.40 Rupees One 2453840.00
Thousand Three
Hundred &
Twenty Six and
Paise Forty Only
323.50 80 mm nominal bore 1225.00 Rm 900.35 Rupees Nine 1102928.75
Hundred and
Paise Thirty Five
Only

214
323.60 65 mm nominal bore 2200.00 Rm 743.35 Rupees Seven 1635370.00
Hundred & Forty
Three and Paise
Thirty Five Only

323.70 50 mm nominal bore 1850.00 Rm 567.20 Rupees Five 1049320.00


Hundred & Sixty
Seven and Paise
Twenty Only

323.80 40 mm nominal bore 2900.00 Rm 400.55 Rupees Four 1161595.00


Hundred and
Paise Fifty Five
Only
323.90 32 mm nominal bore 3553.00 Rm 344.30 Rupees Three 1223297.90
Hundred & Forty
Four and Paise
Thirty Only

324.00 25 mm nominal bore 26500.00 Rm 266.90 Rupees Two 7072850.00


Hundred & Sixty
Six and Paise
Ninety Only

325.00 Supply, installation, testing and 14.00 Set 77672.00 Rupees Seventy 1087408.00
commissioning of 200 mm dia Installation Seven Thousand
Control Valve inclusive of 2 nos 200 mm Six Hundred &
dia Butterfly Valve, strainer, Alarm Valve Seventy Two
with Water Motor Gong, Pressure Gauges, Only
Test Lines with Ball Valves with necessary
GI (H) piping with threaded fittings of
required sizes complete
326.00 Supply, installation, testing and 60.00 Set 35848.60 Rupees Thirty 2150916.00
commissioning of 150 mm dia Zonal Five Thousand
Control Valve inclusive of 1 nos 150 mm Eight Hundred &
dia butterfly valve, 150mm diam. non return Forty Eight and
valve, Flow Switch, water pressure gauges Paise Sixty Only
& 25 mm dia. Auxillary Drain valve with
sight glass with necessary GI (H) piping
with threaded fittings of required sizes
complete
327.00 Supply, installation, testing and 5.00 Set 30471.35 Rupees Thirty 152356.75
commissioning of 100 mm dia Zonal Thousand Four
Control Valve inclusive of 1 nos 100 mm Hundred &
dia butterfly valve, 100mm diam. non return Seventy One and
valve, Flow Switch, water pressure gauges Paise Thirty Five
& 25 mm dia. Auxillary Drain valve with Only
sight glass with necessary GI (H) piping
with threaded fittings of required sizes
complete
328.00 Providing and fixing 150 mm dia Pressure 60.00 Each 2500.00 Rupees Two 150000.00
Gauges on Sprinkler Header with ball valve Thousand Five
Hundred Only

329.00 Providing, fixing, testing and


commissioning of quick response 15 mm
dia. gunmetal quartz bulb type sprinkler
head to operate at 68 degree centigrade

329.10 Side wall type 150.00 Each 358.50 Rupees Three 53775.00
Hundred & Fifty
Eight and Paise
Fifty Only

329.20 Pendent / Upright type 16500.00 Each 334.60 Rupees Three 5520900.00
Hundred & Thirty
Four and Paise
Sixty Only

215
330.00 Providing and fixing UL/Fm listed water 650.00 Each 430.15 Rupees Four 279597.50
curtain nozzle chrome plated complete Hundred & Thirty
including fixing in position on pipe complete and Paise Fifteen
in all respects with Teflon tape. Only
(Size=15NB)
331.00 Providing and fixing UL/Fm listed Deluge
valve complete including fixing in position
on pipe complete in all respects with drain
valve, inlet/outlet . (Size=80NB)

331.10 150 NB 6.00 Each 161318.80 Rupees One 967912.80


Lakh Sixty One
Thousand Three
Hundred &
Eighteen and
Paise Eighty Only
331.20 100 NB 5.00 Each 149369.25 Rupees One 746846.25
Lakh Forty Nine
Thousand Three
Hundred & Sixty
Nine and Paise
Twenty Five Only
331.30 80 NB 15.00 Each 131444.95 Rupees One 1971674.25
Lakh Thirty One
Thousand Four
Hundred & Forty
Four and Paise
Ninety Five Only
331.40 65 NB 5.00 Each 113520.65 Rupees One 567603.25
Lakh Thirteen
Thousand Five
Hundred &
Twenty and
Paise Sixty Five
Only
332.00 Providing and fixing UL/Fm listed powder 4000.00 Each 150.00 Rupees One 600000.00
coated finish Escutcheon plate complete Hundred & Fifty
including fixing in position on pipe and Only
ceiling complete in all respects.
(Size=15NB)
333.00 Supply, installation, testing and 30.00 Each 9800.00 Rupees Nine 294000.00
commissioning of 24 V Solenoid Valve Thousand Eight
complete with all fittings of 25 mm dia. Hundred Only

334.00 Providing and fixing UL/Fm listed SS


braided flexible pipe with accessories
complete with all accessories specified in
technical specifications(Size=15B)

334.10 a. 780mm long 2200.00 Each 896.20 Rupees Eight 1971640.00


Hundred &
Ninety Six and
Paise Twenty
Only
334.20 b. 1000mm long 3500.00 Each 1135.20 Rupees One 3973200.00
Thousand One
Hundred & Thirty
Five and Paise
Twenty Only
335.00 Providing, storing, handling, shifting,
installation, testing and commissioning of
portable fire Extinguishers as described
below:

335.10 4.5 kg carbon dioxide extinguisher, IS 146.00 Nos. 4500.00 Rupees Four 657000.00
marked, with high pressure discharge tube, Thousand Five
horn, control valve, CCE approved cylinder Hundred Only

216
335.20 6 kg Mono Ammonium Phosphate (ABC) 146.00 Nos. 2453.65 Rupees Two 358232.90
type cartridge operated extinguishers Thousand Four
Hundred & Fifty
Three and Paise
Sixty Five Only
335.30 2 kg Mono Ammonium Phosphate (ABC) 85.00 Nos. 1000.00 Rupees One 85000.00
type cartridge operated extinguishers Thousand Only

335.40 50 Kg. Mech. Foam type extinguisher 6.00 Nos. 9480.00 Rupees Nine 56880.00
Thousand Four
Hundred & Eighty
Only

335.50 22.5 Kg. CO2 Fire Extinguisher 12.00 Nos. 20632.90 Rupees Twenty 247594.80
Thousand Six
Hundred & Thirty
Two and Paise
Ninety Only
335.60 Providing and fixing Tube Base Co2 1.00 Job 550000.00 Rupees Five 550000.00
Flooding System including following items Lakh Fifty
complete in allrespect. Thousand Only
Fire DeTec Tube
4.5 Kg. CO2 Cylinder Assy. fitted with
Indirect High Pressure Valve
Direct / Indirect Adaptor
WMS Unit
Alarm Unit
Pressure Switch
End of line adaptor
FireDeTec Tube accessories
Manual Release Unit
CO2 Nozzle
Non Sensing Tube
Electrical Items
Hardware Items
LT Room App 140 Cum
335.70 HT Room App 1000 Cum 1.00 Job 485000.00 Rupees Four 485000.00
Lakh Eighty Five
Thousand Only
335.80 Trasfermer App 800 Cum 1.00 Job 625000.00 Rupees Six Lakh 625000.00
Twenty Five
Thousand Only
336.00 CUBICAL FIRE PANEL BOARD Supply,
installation, testing and commissioning of
following fire fighting panel suitable for
415V, 3 phase, 4 wires, 50 HZ power
distribution system. The panel shall be free
standing floor mounting sheet metal sheet
inclosed dust and vermin prooof
conforming to IP-52, Compartmentalized
design, fabricated out of 14SWG sheet
steel, painting, earthing numbering, danger
plate as per specifications and drawings,
flush front with Aluminium busbars,
separate earth to be provieded throughout
the length of the panel. The incoming and
outgoing feeder breakers, fuses, indicating
lamps etc shall bne accommodated in
modular multitier arrangement. The
painting shall done as relevant IS codes/as
specified in the specifications. Adequate
size cable alley shall be provided al round
the panel and in the back for each cable
bending and termination. The panel shall
be fabricated by TAC/Fire authority
approved vendor. The outgoing feeders
inside the panel shall be connected
through solid bus bars.

217
336.10 Bus bars shall be provided with heat
shrinkable sleeves and shall be colour
coded . The panels shall be suitable for
cable entry from top. The minimum fault
rupturing of all incoming and outgoing
switches/breakers shall be 35KA. The
panels shall be fabricated after the
approval of fabrication drawings.
i) For 2 x 120 HP Wet Riser & Sprinkler
Pump
i) For 1 x 120 HP Water Curtain Pump
ii)For 1 x 15.0 HP Jockey Pumps
Supply, installation, testing and
commissioning of non draw out Cubical
type sectinalised floor standing powder
coated switch board of 31 MVA fault
capacity at 415 V complete with 4 strip,
800 A capacity Aluminium Bus - Bar
Electrolytic grade, cable alley & supplying
& fixing of following switchgears as per
specifications including connections &
interconnections.
INCOMER
One (1) No. 800 A TPN MCCB (35KA).
1000 Amps Aluminium bus bar shall be
insulated with heat shrinkable sleeves and
shall be coded.
Three (3) Nos. current transformer
(600/5A).
One (1) No. ammeter (0-600) Amps with
selector switch.
One (1) No. (0-500V) voltmeter with
selector switch.
1 Set (3 Nos.) of phase indication lamps
with HRC fuses.
Indication for control supply 'healthy'.
336.20 OUTGOINGS
Three (3) Nos. 400A TPN MCCB 35KA.
One (1) 63A TPN MCB 10KA
Three (3) Nos. Star Delta Starters
complete with over load realy with single
phasing protection feature. On / Off &
TRIP, indication lamp, contactors, ammeter
with suitable C.T's suffcient nos. of
potential free spare contacts, etc. Suitable
for 120 HP Motor.
Pressure Switch.
Wiring from pressure switch to starter - Lot
One (1) No. DOL Starter with over load
relay with single phase protection feature.
ON/OFF & TRIP, indication lamp,
contactors, ammeter with suitable C.T's
sufficient nos. of potential free spare
contacts, etc, suitable for 15 Hp motor.
One (1) No. pressure Switch.
Wiring from pressute switch to starter -Lot
Set of control system to make the system
automatic as per functionl as requirements.
Provision for starting the diesel engine fire
pump with battery charger for trickle &
boost charging. The diesel engine driven
fire pump shall start automatically in the
event of pressure dorop beyong preset limit
on mains faulure or failure
of electrical driven pumps to start.
Pressure Switch.
Wiring from pressure switch to Diesel
engine control
panel.
One (1) No. 100A TPN MCCB (35KA).

218
336.30 Note:- CABEL CONNECTION 1.00 Set 671723.50 Rupees Six Lakh 671723.50
Control Scheme as per specification Seventy One
Following provisions to be made in the fire panel: Thousand Seven
Audio visual alarm & indications having
Hundred &
disconnect/reset facility with a range of 1/2 km.
Annunciator to be provided in the Fire panel with Twenty Three
hooter and acknowledge, test and reset P Bs. and Paise Fifty
The indication shall come on when electrical Only
driven pump set fails to start on pressure drop or
when there is power failure during pressure
drop.
Facility for mode selection ie auto or manual test
& local/remote.
Protection failure & control cabling.
Panel shall be interlocked in such a way when
fire pump starts on pressure drop in the header,
supply to working chiller A/c panel is
disconnected.
Remote indication of ON/OFF/TRIP shall be
provided through potential free contact.
Provuision of remote starting/stopping (manuals)
of the engine shall be made.
All pumps operation shall be controled by flow
switches.
The logic of control panel based on specification
attached.
All pumps shall be working automatically or
manually.
337.00 POWER & CONTROL CABLING Supply,
laying, testing and commissioning of power
and control cabling, as per Standard
specification including end termination,
cable tray, earthing etc as required. Power
Cabling (XLPE) insulated and PVC
sheathed, armoured, Aluminium Conductor
of 1.1 KV grade on existing cable trays).
337.10 3C x 95 Sq. mm 120.00 RMT 700.00 Rupees Seven 84000.00
Hundred Only
337.20 3C x 10 Sq. mm 150.00 RMT 120.00 Rupees One 18000.00
Hundred &
Twenty Only
337.30 3C x 6 Sq. mm 180.00 RMT 100.00 Rupees One 18000.00
Hundred Only
338.00 Control Cabling ( PVC insulated and
PVC sheathed, armoured, Copper
Conductor of 1.1 KV grade on existing
cable trays).
338.10 5C x 1.5 Sq. mm 80.00 RMT 161.30 Rupees One 12904.00
Hundred & Sixty
One and Paise
Thirty Only
338.20 2CX 1.5 Sq. mm 80.00 RMT 125.50 Rupees One 10040.00
Hundred &
Twenty Five and
Paise Fifty Only
339.00 Earthing Strip / Wires. Supply and fixing of 60.00 RMT 657.20 Rupees Six 39432.00
vertical down conductor 32 x 6 mm copper Hundred & Fifty
strip etc. on approved surface for earthing Seven and Paise
complete in all respects. Twenty Only
Total Estimated Cost in Figures 2480897583.52
Quoted Amount 2480897583.52 2480897584.00
Quoted Rate in Words Rupees Two Forty Eight Crore Eight Lac Ninety
Seven Thousand Five Hundred Eighty Four Only.

219

Das könnte Ihnen auch gefallen