BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

145
BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS COMPLETE BIDDING DOCUMENT PROPOSED EXTENSION TO:- (I) ADMINISTRATIVE BLOCK (NEW WING & RENOVATION WING) (II) MBA/ MCA BLOCK AT – LALPUR CAMPUS, RANCHI – 834001. BIRLA INSTITUTE OF TECHNOLOGY MESRA, RANCHI -835215

Transcript of BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

Page 1: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIDDING DOCUMENT

PROCUREMENT OFCIVIL WORKS

COMPLETE BIDDING DOCUMENT

PROPOSED EXTENSION TO:-

(I) ADMINISTRATIVE BLOCK (NEW WING & RENOVATION WING)

(II) MBA/ MCA BLOCK AT – LALPUR CAMPUS, RANCHI – 834001.

BIRLA INSTITUTE OF TECHNOLOGY MESRA, RANCHI -835215

Page 2: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 1 of 63 Signature of contractor with seal

BIDDING DOCUMENT

PROCUREMENT OFCIVIL WORKS

CONSTRUCTION OF

EXTENSION TO :-

(I) ADMINISTRATIVE BLOCK (NEW WING & RENOVATION WING)

(II) MBA/ MCA BLOCK

FOR THE YEAR 2016-2017

COMPLETE BIDDING DOCUMENT

Page 3: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 2 of 63 Signature of contractor with seal

INDEX

Description

C. Preparation of bids

Clause No.

Invitation For Bid (IFB)

Procurement notice Competitive bidding

Section 1 Instruction to bidders (ITB) A. General

Scope of bid 1 Eligible bidders 2 Qualification of the bidder 3 One bid per bidder 4 Cost of bidding 5 Site Visit 6

B. Bidding Documents Contents of bidding documents 7 Amendments of bidding documents 8

Language of the bid 9 Documents comprising the bid 10 Bid prices 11 Currencies of bid and payments 12 Bid validity 13 Bid security 14 Format and signing of bids 15

D. Submission of bids Sealing and marking of bids 16 Deadline of the submission of bids 17 Late bids 18 Modification and withdrawal of bids 19

E. Opening and Evaluation Bid opening 20 Process to be confidential 21 Clarification of financial bids 22 Examination of bids and determination of responsiveness 23 Correction of Errors 24 Evaluation and comparison of financial bids 25

F. Awards of contract Awards of criteria 26 Employers right to accept any bid and to reject any or all bids 27 Notification of award and signing og agreement 28 Performance security 29 Advance payment and security 30 Corrupt and fraudulent practices 31 List of key plat & equipment to be deployed on contract work Annexure I List of key personal to be deployed on contract work Annexure II

Section 2 Qualification Information For individual bidder 1 Additional requirements 2 Sample format for evidence of access to or availability of credit facilities

Page 4: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 3 of 63 Signature of contractor with seal

Bank certificate Undertaking

Section 3 Conditions of contract Definitions 1 Interpretation 2 Language and Law 3 Engineer In-charge’s decision 4 Delegation 5 Communications 6 Sub-contracting 7 Personnel 8 Employer’s and contractor’s risk 9 Employer’s risk 10 Contractor’s risk 11 Insurance 12 Site investigation reports 13 Queries about the contract data 14 Contractor to construct the work 15 The works to be completed by intended completion date 16 Approval by the Engineer’s In-charge 17 Safety 18 Possession of the site 19 Access to the site 20 Instructions 21

B. Time Control Programme 22 Extension of the intended completion date 23 Delayed ordered by the Engineer In-charge 24 Management meetings 25

C Quality Control Identifying defects 26 Tests 27 Correction of defects 28 Uncorrected defects 29

A. Cost Control Bill of Quantities 30 Rate of new items in the quantities 31 Variations 32 Cash flow forecasts 33 Payment certificates 34 Payments 35 Tax 36 Currencies 37 Retention 38 Liquidated damages 39 Bonus 40 Advance payment 41 Securities 42 Cost of repairs 43

B. Finishing the contract Completion 44

Page 5: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 4 of 63 Signature of contractor with seal

Taking over 45 Final account 46 Termination 47 Payment upon termination 48 Property 49 Release from performance 50

C. Special conditions of contract Labour 51 Settlement of disputes 52

Section 4 Contract Data Contract Data

Section 5 Form of bid Form of bid

Section 6 Securities and other form Bid security (Bank Guarantee) Performance of Bank Guarantee Bank guarantee for advance payment Latter of acceptance Issue of notice to proceed with the work Agreement form Undertaking

Section 7 Technical specifications and Bill of Quantities Technical specifications Bill of quantities BOQ for Extension to (i) Administrative Block (New Wing & Renovation Wing) & (ii) MBA/ MCA Block - Annexure A

Section 8 Drawings

Drawings for Extension to (i) Administrative Block (New Wing & Renovation Wing) &

(ii)MBA/ MCA Block - Annexure B

Page 6: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 5 of 63 Signature of contractor with seal

INVITATION FOR BID

(IFB)

Page 7: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 6 of 63 Signature of contractor with seal

BIRLA INSTITUTE OF TECHNOLOGY MESRA, RANCHI-835215, Jharkhand (India)

Procurement Notice

Tender Reference No.-BIT/Lalpur Extn/16-17/01 Date:-December 8, 2016 1. Name of the work : Extension to:

(i) Administrative Block (New Wing & Renovation Wing) (ii)MBA/ MCA Block

2. Estimated cost (Rs.) : Rs. 1281.51 Lacs 3. Time of completion : 10 months 4. Last date/ Time for receipt of bids : 30th January 2017 Further details can be seen on website http://www.bitmesra.ac.in

Registrar B.I.T., Mesra, Ranchi

BIRLA INSTITUTE OF TECHNOLOGY MESRA, RANCHI- 835215

INVITATION FOR BIDS (IFB)

Page 8: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 7 of 63 Signature of contractor with seal

COMPETITIVE BIDDING

Tender Reference no. BIT/Lalpur Extn/16-17/01 . Dated :-December 8, 2016

On behalf of the Birla Institute of technology, Sealed item rate tenders are hereby invited for the following

work from contractors registered in the approved list of appropriate class of CPWD, State PWD, Railways,

MES, Post & Telegraph Department, Semi‐Govt. organizations or those who have worked for BIT Mesra

and its off-campuses in appropriate class and have successfully completed minimum one/two/three similar

works dur ing l ast Five years ending l ast da y of June 2016 for c arrying out t he following work at Birla

Institute of Technology, Ranchi campus, Ranchi. The bid shall be submitted in the office of procurement

officer:

Note

Sl. No.

: - Participation of Contractors already engaged in ongoing Works Projects at BIT Mesra or its off-

campuses shall not be considered. Such contractors will be required to submit Completion Certificate of

the Project in order to participate in the Bid.

Name of the work Approximate value of w ork (Rs.)

Bid security (Rs.)

Cost of Document (Rs.)

Period of completion

1 2 3 4 5 6

1. Extension to (i) Administrative Block (New Wing & Renovation Wing) & (ii)MBA/ MCA Block, At – BIT, Lalpur Campus, Ranchi – 834001.

1281.51 Lacs

12.82Lacs

5,000/-

10 months

Period of availability of tenders online/date & time of bidding on-line / last date of clarification/date of opening of tender papers are as given below :-

1. Cost of bidding document for a non-refundable fee as indicated shall be in the form of de mand draft of a ny State Bank of India payable at Ranchi in f avour of Birla institute of technology, Mesra.

2. Bids must be accompanied by Security amount specified for the work in the table of Rs 12.82 Lacs (Rs. Twelve Lakhs Eighty Two Thousand only), payable at Ranchi and drawn in favour of Birla Institute of Technology, Mesra. Bid s ecurity w ill ha ve t o be i n a nyone of t he f orms a s specified in the bidding document and shall have to be valid for 45 days beyond the validity of the bid.

Page 9: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 8 of 63 Signature of contractor with seal

3. Cost of bidding document and Bid Security shall be deposited in the office of the Registrar on all working days between 10.00 AM to 4.00 PM up to 1.00 P.M up to date 30th January 2017 either by registered post /Speed post or by hand. Only those applications will be entertained whose cost of bidding doc ument a nd bi d s ecurity i s r eceived b efore 1. 00 P.M. on 30th January 2017 .The B irla institute of technology will not be held responsible for the postal delay, if any, in the delivery of the document or non-receipt of the same.

4. Tenderer(s) s hall enc lose self-attested Xerox copy of his/her valid registration, Sales tax, Income Tax C learance, TIN, P AN, Audited turnover, C haracter C ertificate, Labour License, W ork experience, partnership deed, EPF Registration, ESIC Registration, EPFO Challan etc.

5. Other details can be seen in the bidding documents.

Page 10: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 9 of 63 Signature of contractor with seal

SECTION 1 INSTRUCTIONS TO BIDDERS (ITB)

Page 11: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 10 of 63 Signature of contractor with seal

A. GENERAL

1. Scope of Bid 1.1 The BIRLA INSTITUTE OF T ECHNOLOGY, MESRA RANCHI invi tes bids f or t he

construction of works (as defined in these documents and referred to as “the works”) detailed in the table given in IFB. The bidders may submit bids for all of the works detailed in the table given in IFB.

1.2 Throughout t hese bi dding doc uments, the t erms ‘ bid’ a nd ‘ tender’ a nd t heir de rivatives (bidder/tenderer, bid/tender, bidding/tendering, etc.) are synonymous.

2 Completion of Works 2.1 The successful bidder will be expected to complete the works by the intended completion date

specified in the Contract data. 3 Qualification of the Bidder

3.1 All bidders shall provide in Section 2, F orms of Bid and Qualification Information, a preliminary d escription of t he pr oposed w ork m ethod a nd s chedule, i ncluding dr awings a nd charts, as ne cessary. T he pr oposed m ethodology should i nclude pr ogramme of c onstruction (Bar c hart) backed w ith e quipment pl anning and de ployment dul y s upported w ith br oad calculations and quality assurance procedures proposed to be adopted justifying their capability of execution and completion of work as per technical specifications, within stipulated period of completion.

3.2 All bidders shall also furnish the following information in Section 2. (i) Evidence of a ccess to or availability o f c redit f acilities (minimum 10% or estimated

cost) certified by the bankers. (ii) Undertaking that bidder would be able to invest a minimum of cost up to 25% of the

contract value of work, during implementation of contract. (iii) Power of attorney.

3.3 All bidders shall include the following information and documents with their bids in Section 2 : (i) copies of original do cuments de fining t he c onstitution or l egal s tatus, pl ace of

registration, and principal place of business; written power of attorney of the signatory of the Bid to commit the Bidder;

(ii) Total monetary value of construction work performed for each of the last five years. (iii) Experience in works of a s imilar nature and size for each of the last f ive years, and

details of w orks und erway or contractually committed; a nd clients w ho may b e contacted for further information on these contracts;

(iv) Major items of construction equipment proposed to carry out the Contract; (v) Qualifications and experience of ke y s ite m anagement and technical pe rsonal

proposed for Contract; (vi) Reports on the financial standing of the Bidder, such as profit and loss statements and

auditor’s reports for the past five years; (vii) Evidence o f a ccess t o l ine ( s) of credit a nd a vailability of ot her f inancial r esources

facilities ( 10% o f c ontract va lue), certified b y t he B ankers(not m ore t han 3 m onths old)

(viii) Undertaking t hat t he bi dder w ill be a ble t o i nvest a m inimum c ash upt o 25% of contract value of work, during implementation of work.

(ix) Authority to seek references from the Bidders’s bankers; (x) Information regarding any litigation, current or during the last five years, in which the

Bidder is involved, the parties concerned, and disputed amount; and

Page 12: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 11 of 63 Signature of contractor with seal

(xi) The pr oposed m ethodology a nd pr ogramme of construction, ba cked w ith e quipment planning and deployment, dul y supported with br oad calculations and qua lity control procedures proposed to be adopted, justifying their capability of execution and completion of the work as per technical specifications within the stipulated period of completion as per milestones.

3.4 Bids from Joint ventures are not acceptable. 3.5 (I) To qualify for award of the contract, each bidder in its name should have in the

last five years as referred to in Appendix. 3.5.1 Achieved a mini mum a nnual f inancial tur nover ( in all c lasses of c ivil e ngineering

construction w orks onl y) a mount i ndicated i n Appendix i n a ny on e year ( usually not l ess than one and a half times the estimated cost of the project);

3.5.2 Satisfactorily completed (not less than 90% of contract value),as a prime contractor (or as a nominated s ubcontractor, w here t he s ubcontract i nvolved e xecution of all m ain i tems of work described in the bid document, provided further that all other qualification criteria are satisfied) a t l east one s imilar w ork of va lue not l ess t han a mount i ndicated i n A ppendix (usually not less than 50%of estimated value of contract of last five years);

3.5.3 The c ontractor or hi s i dentified s ub-contractor s hould pos sess r equired va lid e lectrical license for executing the building electrification works.

3.5.4 The contractor should possess required valid license for executing the water supply/sanitary engineering works. (II) Each bidder should further demonstrate

3.5.5 Availability ( either ow ned or l eased o r b y pr ocurement a gainst m obilization a dvances) of

the following key and critical equipment for this work: 3.5.6 Based on the studies, carried out by the Engineer the minimum suggested Major equipment

to attain the completion of works in accordance with the prescribed construction schedule are shown in the Annexure-I The bidders should, however, undertake their own studies and furnish w ith t heir bi d, a de tailed c onstruction pl anning a nd m ethodology supported w ith layout and necessary drawings and calculations (detailed) as stated in clause 3.3(iii) above to allow t he employer t o review t heir pr oposals. T he num bers, t ypes and c apacities o f e ach plant/equipment shall be shown in the proposals along with the cycle time for each operation for the given production capacity to match the requirements.

3.5.7 Availability for t his w ork of pe rsonnel w ith adequate e xperience a s r equired; a s pe r Annexure-II, 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 and I or from his Security Deposit..

3.5.8 Liquid assets a nd/or a vailability of c redit f acilities of no less than amount indi cated in Appendix ( credit l ines/letter of c redit/certificates f rom Banks f or m eeting the funds requirements etc.- usually the equivalent of the estimated cash flow for 3 m onths in peak construction period.) (III) To qualify for a package of contracts made up of this and other contracts for

which bids are invited in the IFB,

3.5.9 The bi dder m ust de monstrate ha ving e xperience a nd r esources s ufficient t o m eet t he aggregate of the qualifying criteria for the individual contracts. Bidder’s compliance with the qualifying criteria except to the extent stated in 3.5(I) above.

3.5.10 Bidders who meet the minimum qualification criteria will be qualified

Page 13: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 12 of 63 Signature of contractor with seal

3.5.11 Even t hough t he bi dders m eet t he a bove qu alifying c riteria, t hey a re s ubject t o be disqualified if they have :made misleading or false representations in the forms, statements and a ttachments i n pr oof of t he qua lification requirements; and/or record o f poor performance s uch a s abandoning t he w orks, not pr operly c ompleting t he contract, inordinate de lays i n c ompletion, l itigation hi story, or f inancial f ailures e tc.; and/or participated in the previous bidding for the same work and had quoted unreasonably high bid prices and could not furnish rational justification to the employer.

NOTE:

4 One Bid per Bidder

THE INSTITUTE MAY GIVE RELAXATION IN THE CRITERIA MENTIONED IN ESSENTIAL QUALIFICATIONS OF THE BIDDER AND THEIR DECISION IN THIS REGARDS WILL BE FINAL.

4.1 Each bidder shall submit only one bid. A bidder who submits or participates in more than one Bid will cause all the proposals with the Bidder’s participation to be disqualified.

5 Cost of Bidding 5.1 The bidder shall bear all costs associated with the preparation and submission of his Bid, and

the BIRLA INSTITUTE OF TECHNOLOGY will in no case be responsible and liable for those costs.

6 Site Visit 6.1 The Bidder, at the Bidder’s own responsibility and risk is encouraged to visit and examine the

Site of W orks and i ts surroundings and obtain all i nformation that m ay be ne cessary f or preparing the B id a nd e ntering i nto a c ontract f or c onstruction of t he Works. T he c osts of visiting the Site shall be at the Bidder’s own expense.

B BIDDING DOCUMENTS

7 Content of Bidding Documents 7.1 The s et of bi dding doc uments c omprises t he do cuments l isted be low a nd a ddenda i ssued i n

accordance with Clause 8: Section Particulars Volume No.

1 Invitation for Bid I

2 Instruction to Bidders 3 Qualification Information, and other

forms 4 Conditions of contract 5 Contract Data 6 Form of bid II 7 Securities and other forms 8 Technical Specifications and Bill of Quantities III 9 Drawings IV

7.2 Each of the Volumes I, II, III, IV will be available in bid document online on website

http://www.bitmesra.ac.in f or bi dder(s). D ocuments t o be s ubmitted b y t he bi dder(s) i n compliance to section 2 will be prepared by him and submitted in the office of The Registrar, B.I.T. Mesra, Ranchi as per instruction given.

7.3 The bi dder i s e xpected t o e xamine c arefully a ll instructions, c onditions of c ontract, c ontract data, forms, terms, technical specifications, bill of quantities, forms, Annexes and drawings in the Bid Document. Failure to comply with the requirements of Bid Documents shall be at the

Page 14: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 13 of 63 Signature of contractor with seal

bidder’s own r isk. Bids which are not substantially responsive to the requirements of the Bid Documents shall be rejected.

8 Amendment of Bidding Documents 8.1 Before the deadline for submission of bids, the Employer may modify the bidding documents

by issuing addenda. 8.2 Any addendum t hus i ssued s hall be pa rt of t he bi dding do cuments a nd s hall be

communicated i n w riting b y pos t or b y e -mail to a ll the p urchasers of t he bi dding documents. Prospective bidders shall acknowledged receipt of each addendum in writing or ble to the Employer. The Employer will assume no responsibility for postal delays.

8.3 To g ive pr ospective bi dders r easonable t ime i n which t o take a n addendum i nto a ccount i n preparing t heir bi ds b y e-mail, t he E mployer m ay, a t hi s di scretion, extend a s ne cessary t he deadline for submission of bids.

C. PREPARATION OF BIDS

9 Language of the Bid 9.1 All documents relating to the bid shall be in the English language.

10 Documents Comprising the Bid The bid to be submitted by:

10.1 The bi d s hall be s ubmitted b y t he bi dder in t he of fice of t he R egistrar, B IT, M esra a s pe r instruction.

11 Bid Prices 11.1 The contract shall be for the whole works as described in Sub-Clause 1.1. based on the priced

Bill of Quantities submitted by the Bidder. 11.2 The bidder shall fill in rates in figures as well as in in the BOQ. Items for which no rate or price

is e ntered b y t he bi dder w ill no t be pa id f or b y t he E mployer w hen e xecuted a nd s hall be deemed covered by the other rates and prices in the Bill of Quantities.

11.3 All duties, taxes, and other levels payable by the contractor under the contract, or for any other cause shall be included in the rates, prices and total Bid Price submitted by the Bidder.

11.4 The rates and pr ices quo ted by the bidder shall be f ixed for the duration of the Contract and claim of any escalation in any circumstances shall not be entertained.

12 Currencies of Bid and Payment 12.1 The uni t r ates and the prices s hall be quot ed by t he bi dder e ntirely i n Indian R upees. A ll

payment shall be made in Indian Rupees. 13 Bid Validity

13.1 Bids s hall remain v alid f or a p eriod not l ess t han 120 d ays after t he deadline d ate for bi d submission s pecified i n Clause 17. A bi d va lid for a s horter pe riod s hall be r ejected b y t he Employer as non-responsive.

13.2 In exceptional c ircumstances, prior to expiry of the or iginal time limit, the E mployer ma y request that the bidders may extend the period of validity for a specified additional period. The request and the bidders’ responses shall be made in writing or by E-mail. A bidder may refuse the r equest w ithout f orfeiting hi s bi d s ecurity. A bi dder a greeing t o t he r equest w ill not be required or permitted to modify his bid, but will be required to extend the validity of his bid security for a period of the extension.

13.3 Bid e valuation w ill be based on t he bi d pr ices w ithout t aking i nto consideration t he a bove correction.

14 Bid Security 14.1 The Bidder shall furnish, as part of his Bid, a Bid security of Rs. 25.63 Lacs (Rs. Rs. Twenty

Five Lakhs Sixty Three Thousand) only for this particular work. This bid security shall be in favour of Birla Institute of T echnology, M esra Payable a t R anchi and may b e i n one of t he

Page 15: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 14 of 63 Signature of contractor with seal

following forms: i) Receipt of cash deposited in the accounts of B.I.T., Mesra. ii) Deposit-at-call receipt from any scheduled Indian bank from any of the branches of

SBI/ Nationalized / Scheduled Bank situated within the state of Jharkhand approved by the Reserve bank of India.

iii) Fixed deposit receipt, a certified cheque or an irrevocable letter of credit, issued by any scheduled Indian Bank approved by the Reserve Bank of India

14.2 Bank guarantees (and other instruments having fixed validity) issued as surety for the bid shall be valid for 45 days beyond the validity of the bid.

14.3 Any bid not accompanied by an acceptable Bid Security and not secured shall be rejected by the Employer as non-responsive.

14.4 The Bid security of unsuccessful bidders will be r eturned within 28 days o f t he end v alidity period specified in sub-Clause 13.1.

14.5 The Bid security of t he successful bidder will be di scharged when the b idder has s igned the Agreement and furnished the required Performance Security.

14.6 The Bid security may be forfeited (a) If the Bidder withdraws the Bid after Bid opening during the period of Bid validity; (b) If the Bidder does not accept the correction of the Bid Price, pursuant to Clause 24; or (c) In the case of a successful Bidder, if the Bidder fails within the specified time limit to

i. sign the Agreement; or ii. furnish the required Performance Security.

15 Format and Signing of Bid

15.1 The bidder shall submit the bids as per instruction to bidder.

D. SUBMISSION OF BIDS

16 Sealing and Marking of Bids 16.1 Bidders shall follow the Method of submission of bid as mentioned in Instruction to Bidders

17 Deadline for Submission of the Bids 17.1 As mentioned in Instruction to Bidders 17.2 The E mployer m ay e xtend t he de adline f or s ubmission of bi ds b y i ssuing a n amendment, i n

which case all rights and obligations of the employer and the bidders previously subject to the original deadline will then be subject to the new deadline.

18 Late Bids 18.1 Any Bid received by the Employer after the deadline prescribed in Clause 17will be returned to

the bidder. 19 Modification and Withdrawal of Bids

19.1 Bidders m ay m odify or withdraw t heir bi ds b y giving not ice i n w riting be fore t he d eadline prescribed in Clause 17.

19.2 Bidders s hall f ollow t he M ethod of s ubmission m odification & w ithdrawal of bi d a s mentioned in Instruction to Bidders.

19.3 No bid may be modified after the deadline for submission of Bids 19.4 Withdrawal or m odification of a B id be tween t he de adline f or s ubmission of bi ds a nd t he

expiration of the original period of bid validity specified in Clause 13.1 above or as extended pursuant to clause 13.2 may result in the forfeiture of the Bid security pursuant to Clause 14.

E BID OPENING AND EVALUATION

Page 16: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 15 of 63 Signature of contractor with seal

20 Bid Opening

20.1 The ac ceptance o f t ender w ill r est w ith Birla Institute of T echnology, Mesra, Ranchi w hich does not bind itself to accept the lowest or any tender & reserves to itself the right to reject any or all the tenders received without assigning any reason/s thereof.

20.2 The Institute also reserves to itself the r ight of accepting the whole o r any part of the tender &the tenderers shall be bound to perform the same at the rates quoted.

21 Process to be Confidential 21.1 Information relating to the examination, clarification, evaluation, and comparison of Bids and

recommendations f or t he a ward of a c ontract s hall not be disclosed t o Bidders or a ny ot her persons not officially concerned with such process until the award to the successful Bidder has been a nnounced. Any e ffort b y a Bidder t o i nfluence t he E mployer’s pr ocessing o f B ids rejection of his Bid.

22 Clarification of Financial Bids 22.1 To a ssist i n t he e xamination, e valuation, a nd c omparison of Bids, t he E mployer m ay, a t hi s

discretion, ask any Bidder for clarification of his Bid, including breakdowns of unit rates. The request for clarification and the response shall be in writing or by cable, but no c hange in the price o f s ubstance o f t he Bid s hall be s ought, offered, or pe rmitted e xcept a s r equired t o confirm the correction of arithmetic errors discovered by the Employer in the evaluation of the Bids.

22.2 No Bidder shall contact the Employer on any matter relating to his bid from the time of the bid opening to the time the contract is awarded. If the bidder wishes to bring additional information to the notice of the Employer, it should do so in writing.

22.3 Any e ffort b y t he Bidder t o i nfluence t he E mployer i n t he E mployer’s bi d e valuation, bi d comparison or contract award decisions may result in the rejection of the Bidders’ bid.

23 Examination of Bids and Determination of Responsiveness 23.1 During the detailed evaluation of “Technical Bids”, the Employer will determine whether each

Bid (a) meets the eligibility criteria defined in Clause 3 and 4; (b) has been properly signed; (c) is a ccompanied b y t he r equired s ecurities a nd; ( d) i s s ubstantially r esponsive t o t he requirements of the Bidding documents. During the detailed evaluation of the “Financial Bid”, the r esponsiveness of t he bi ds w ill be f urther de termined w ith r espect t o t he r emaining bi d conditions, i.e., priced bill of quantities, technical specifications, and drawings.

23.2 A substantially responsive “Financial Bid” is one which conforms to all the terms, conditions, and s pecifications of t he B idding doc uments, w ithout m aterial de viation or r eservation. A material de viation or r eservation i s one ( a) w hich a ffects i n a ny s ubstantial w ay t he s cope, quality, or performance of the Works; (b) which limits in any substantial way, inconsistent with the Bidding documents, the Employer’s rights or the Bidder’s obligations under the Contractor or (c) w hose r ectification w ould a ffect unf airly the c ompetitive pos ition of ot her Bidders presenting substantially responsive Bids.

23.3 If a “ Financial Bid” is not s ubstantially r esponsive, it w ill be r ejected by the E mployer, and may not subsequently be made responsive by correction or withdrawal of the non-conforming deviation or reservation.

24 Correction of Errors 24.1 “Financial Bids” determined to be substantially responsive will be checked by the Employer for

any arithmetical errors. Errors will be corrected by the Employer as follows: a) where there is a discrepancy between the rates in figures and in word, the rate in words

will govern; and b) where there is a discrepancy between the unit rate and the line item total resulting form

multiplying the unit rate by the quantity, the unit rate as quoted will govern.

Page 17: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 16 of 63 Signature of contractor with seal

24.2 The amount stated in the “Financial Bid” will be corrected by the Employer in accordance with the a bove pr ocedure a nd t he bi d a mount adjusted w ith t he c oncurrence of t he Bidder i n t he following manner: a) If the Bid price increases as a result of these corrections, the amount as stated in the bid

will be the ‘bid price’ and the increase will be treated as rebate; b) If t he bi d price de crease as a r esult of t he co rrections, the de creased am ount w ill be

treated as the ‘bid price’. Such adjusted bid price shall be considered as binding upon the Bidder. If the Bidder does not accept the corrected amount the Bid will be rejected, and the Bid security may be forfeited

25 Evaluation and Comparison of Financial Bids 25.1 In evaluating the Bids, the Employer will determine for each Bid the evaluated Bid Price b y

adjusting the Bid Price as follows: i) Making any corrections for errors pursuant to clause 24; or ii) Making an appropriate adjustments for any other acceptable variations, deviations; and iii) Making appropriate a djustments t o r eflect di scounts or ot her pr ice modifications

offered. 25.2 The Employer reserves the right to accept or reject any variation or deviation. Variations and

deviations and other factors, which are in excess of the requirements of the bidding documents or otherwise result in unsolicited benefits for the Employer shall not be taken into account in Bid evaluation.

25.3 The estimated effect of the price adjustment conditions of the Conditions of Contract, during the period of implementation of the Contract, will not be taken into account in Bid evaluation.

25.4 A bid which contains several items in the Bill of Quantities which are unrealistically priced low and w hich c annot be s ubstantiated satisfactorily by t he bi dder, may be r ejected as non -responsive.

F. AWARD OF CONTRACT

26 Award of Criteria 26.1 Subject to Clause 27, the Employer will award the Contract to the Bidder whose Bid has been

determined

(i) to be substantially responsive to the bidding documents and who has offered the lowest evaluated Bid Price; and

(ii) to be within the available bid capacity adjusted to account for his bid price which is evaluated the lowest in any of the packages opened earlier than the one under consideration. In no case, the contract shall be awarded to any bidder whose available bid capacity is less than the evaluated bid price, even if the said bid is the lowest evaluated bid. The contract will in such cases be awarded to the next lowest bidder at his evaluated bid price

(iii) However, Employer reserve the right to award the contract to any bidder, after proper negotiation, if he feels so, as per his suitability for the work

27 Employer’s Right to Accept any Bid and to reject any or all Bids

27.1 Notwithstanding C lause 2 6, the E mployer r eserves t he r ight t o accept or r eject an y Bid to cancel t he bi dding pr ocess a nd r eject a ll bi ds, at a ny t ime pr ior t o t he a ward of C ontract, without thereby incurring any liability to the a ffected Bidder or Bidders or any obl igation to inform the affected Bidder or Bidders of the grounds for the Employer’s action.

28 Notification of Award and Signing of Agreement

Page 18: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 17 of 63 Signature of contractor with seal

28.1 The Bidder whose Bid has been accepted will be notified of the award by the employer prior to expiration of t he B id va lidity pe riod by post or E mail or f acsimile c onfirmed by r egistered letter. This le tter ( hereinafter a nd in the C onditions of Contract c alled the “ Letter of Acceptance”) will state the sum that the Employer will pay the contractor in consideration of the execution, completion, and maintenance of the Works by the contractor as prescribed by the contract (hereinafter and in the contract called the “Contract Price”).

28.2 The not ification of a ward w ill c onstitute t he f ormation of t he C ontract, s ubject onl y t o t he furnishing of a performance security in accordance with the provisions of Clause 29.

28.3 The A greement w ill i ncorporate al l a greements be tween the Employer and the s uccessful Bidder. It w ill be s igned b y t he E mployer a nd s ent t o t he s uccessful B idder, w ithin 15 days following the not ification of a ward along with the Letter of A cceptance. Within 7 days of receipt, the successful Bidder will sign the Agreement and deliver it to the Employer.

28.4 Upon the furnishing by the successful Bidder of the Performance Security, the Employer will promptly notify the other Bidders that their Bids have been unsuccessful.

29 Performance Security 29.1 Within 7 days of receipt of the Letter of Acceptance, the successful Bidder shall deliver to the

Employer a Performance security in any of the forms given below for an amount equivalent to 2% of t he C ontract pr ice A ba nk guarantee f rom an y o f t he br anches o f S BI/ Nationalized / Scheduled Bank s ituated w ithin t he s tate o f Jharkhand i n t he f orm given i n Section 8; o r Certified Cheque /Bank Draft as indicated in Appendix.

29.2 If t he pe rformance s ecurity i s pr ovided b y t he s uccessful B idder i n the f orm of a B ank Guarantee, it shall be issued from any of the branches of SBI/ Nationalized / Scheduled Bank situated within the state of Jharkhand.

29.3 Failure of t he s uccessful B idder t o c omply w ith t he r equirements o f Sub-Clause 29.1 shall constitute grounds for cancellation of the award and forfeiture of the Bid Security.

30 Advance Payment and Security 30.1 The E mployer w ill pr ovide a n A dvance P ayment on t he C ontract P rice as s tipulated i n t he

Conditions of Contract, subject to maximum amount, as stated in the Contract Data. 31 Corrupt or Fraudulent Practices

31.1 The Employer will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question and will declare the firm ineligible, either indefinitely at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for the contractor, or in execution.

Page 19: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 18 of 63 Signature of contractor with seal

ANNEXURE-I

List of Key Plant & Equipment to be deployed on Contract work [Reference C1. 3.5.5]

Sl. No. Type of Equipment Maximum age as on01.01.2015 (Years)

Equipment required

min

1. Water Tanker 5 01 2. Concrete Mixer Machine 3 01 3. Hoist Equipment

5 01 4. Surface Viberator 1 02

5. Needle viberator, with all Size needle 1 05

6. Steel Props (cup lock system and adjustable Acrospan and steel plate shuttering

5,000.00 Sft. Area minimum

Page 20: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 19 of 63 Signature of contractor with seal

ANNEXURE-II

List of Key Personal to be deployed on Contract Work [Reference C1.3.5.7]

Sl. No. Personel Qualication No. 1. Site Engineer B.E.Civil + 10 Years Experience ( 5 years as Manager) 01 2. Quantity Surveyor Diploma Civil + 10 years Experience 01 3. Electrical Engineer Diploma Electrical + 10 years Experience or ITI + 15 years

Experience 01

4. Work Supervisor Intermediate + 10 years Experience 01 TOTAL 04

Page 21: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 20 of 63 Signature of contractor with seal

SECTION 2 QUALIFICATION INFORMATION

Page 22: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 21 of 63 Signature of contractor with seal

QUALIFICATION INFORMATION

The information to be filled in by the bidder in the following pages will be used for purposes of qualification as provided for in Clause 3of the Instructions to Bidders. This information will not be incorporated in the Contract.

1. For Individual Bidders

1.1 Constitution or legal status of Bidder [Attach copy] Place of registration: _________________________________

Principal place of business: _________________________________

Power of attorney of signatory of Bid [Attach]

1.2 Total Value of Civil Engineering Construction work performed in last five years:***

Sl. No. Financial Year Value of work (Rs. in Lacs) 1. 2016-2017 2. 2015-2016 3. 2014-2015 4. 2013-2014 5. 2012-2013

1.3 Work performed as prime contractor, work performed in the past as a nominated sub-contractor will also be considered provided the sub-contract involved execution of all main items of work described in the bid document, provided further that all other qualification criteria are satisfied (in the same name) on works of a similar nature over the last five years.**

Project Name

Name of the Employer*

Description of work

Contract No.

Value of Contract (Rs. Lacs)

Date of issue of work order

Stipulated Period of completion

Actual date of completion*

Remarks Explaining Reasons for delay& work Completed

* Attach certificate(s) from the Engineer(s)-in-Charge ** immediately preceding the financial year in which bids are received. *** Attach certificate from Chartered Accountant

Page 23: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 22 of 63 Signature of contractor with seal

1.4 Information on Bid capacity (works for which bids have been submitted and works which are yet to be completed) as on the date of this bid.

(A) Existing commitments and on-going works:

Description of works

Place & State

Contract No.

Name & Address of Employer

Value of Contract (RsLacs)

Stipulated Period of Completion

Value of Works* remaining To be completed (RsLacs)

Anticipated date of completion

* Attach certificate(s) from the Engineer(s)-in-Charge

(B) Works for which bids already submitted:

Description Of work

Place & State

Name & Address of Employer

Estimated value of works (RsLacs)

Stipulated period of completion

Date when decision is expected

Remarks If any

1.5 Availability of key items of Contractor’s Equipment essential for carrying out the Works [ref. Clause 3.5.5. The Bidder should list all the information requested below. Refer also to Sub Clause 3.3(iv) of the Instructions to Bidders.

Sl. Type of Equipment Maximum age as on 01.01.2016 (Years)

Equipment required

min

1.. Water Tanker 2. Concrete Mixes with Integral Weigh Batching facility 3. Builder Hoist 4. Generator 5.. Bar Cutting Machine 6. Bar Bending Machine 7.. Welding Machine 8. Plate Compactor 9. Vibrator (Niddle) 10. Vibrator ( Surface) 11. Concrete Mixer Machine 12. Steel Plate with fitting 13. Staging Pipe (Acrow) with fitting

Page 24: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 23 of 63 Signature of contractor with seal

14. Any other

1.6 Qualifications and experience of key personnel required for administration and execution of the Contract [Ref. Clause 4.5(B)(b)]. Attach biographical data. Refer also to sub Clause 4.3 (e) of instructions to Bidders and Sub Clause 9.1 of the Conditions of Contract

Sl. No.

Personel Qualication(s) No.

1. Site Engineer 2. Quantity Surveyor 3. Electrical Engineer 4. Work Supervisor

TOTAL Attach copies of certificates on possession of valid license for executing water supply/sanitary work/building electrification works [Reference Clause 3.3 (v) & 3.5.6]

1.7 Financial reports for the last five years: balance sheets, profit and loss statements, auditors’ reports (in case of companies/corporation), etc. List them below and attach copies.

1.8 Evidence of access to financial resources to meet the qualification requirements: Cash in hand, lines of credit, etc. List them below and attach copies of support documents.

1.9 Name, address, and telephone, telex, and fax numbers of the Bidders’ bankers who may provide references if contacted by the Employer.

1.10 Information on litigation history in which the Bidder is involved

Other Party(ies)

Employer Cause of dispute Amount involved Remarks showing Present status

1.11 Proposed work methods and schedule. The Bidder should attach descriptions, drawings and charts as necessary to comply with the requirements of the Bidding documents. [Refer ITB Clause 3.1 &3.3 (1)]

1.12 Programme 1.13 Quality Assurance Programme

2 Additional Requirements. 2.1 Bidders should provide any additional information required to fulfill the requirements of Clause

3of the Instructions to the Bidders, if applicable. (i) Affidavit (ii)Undertaking

Page 25: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 24 of 63 Signature of contractor with seal

SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF CREDIT FACILITIES

(Clause 3.2 (i) OF ITB)

Page 26: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 25 of 63 Signature of contractor with seal

BANK CERTIFICATE

This i s t o c ertify that M/s. ______________________________________ i s a reputed Company with a good financial standing.

If t he c ontract f or t he work, na mely ________ ______________________________ i s a warded t o t he above firm, w e s hall be able t o pr ovide overdraft/credit f acilities to the extent of Rs. ____________________ t o m eet t heir w orking capital r equirements f or e xecuting t he above contract during the contact period.

__________________________

(Signature) Name of Bank Senior Bank Manager Address of the Bank

Page 27: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 26 of 63 Signature of contractor with seal

AFFIDAVIT

1. I, the undersigned, do hereby certify that all the statements made in the required attachments are true and correct.

2. The undersigned also hereby certifies that neither our firm M/S _____________________ _____________________________________have abandoned any work of any contract awarded to us for such work have been rescinded, during last five years prior to the date of this bid.

3. The undersigned hereby authorize(s) and request(s) any b ank, person, firm or corporation to f urnish pe rtinent i nformation de emed ne cessary a nd r equested b y t he D epartment t o verify this statement or regarding my (our) competence and general reputation.

4. The unde rsigned und erstand and agrees t hat further qualifying i nformation may be requested, a nd a grees t o f urnish a ny s uch i nformation a t t he request of t he Department/Project implementing agency.

____________________________________

(Signed by an authorized Officer of the Firm)

______________________ Title of officer

______________________

Name of Firm

______________________ DATE

Page 28: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 27 of 63 Signature of contractor with seal

UNDERTAKING

I. the undersigned do h ereby undertake t hat our firm M /s ___________ _________________ _______________________ w ould i nvest a m inimum c ash up t o 25 % of t he v alue of t he w ork during implementation of the Contract.

____________________________________ (Signed by an Authorized Officer of the Firm)

_____________________________ Title of Officer

_____________________________ Name of Firm

______________________________ DATE

Page 29: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 28 of 63 Signature of contractor with seal

SECTION 3

CONDITIONS OF CONTRACT

Page 30: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 29 of 63 Signature of contractor with seal

CONDITIONS OF CONTRACT

A. GENERAL 1. Definitions

1.1 Terms which are defined in the Contract data are not also defined in the Conditions of Contract but keep their defined meanings. Capital initials are used to identify defined terms.

Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid. The Completion Date is the date of completion of the Works as certified by the Engineer in accordance with Sub clause 49.1. The Contract is the contract between the Employer and the Contractor to execute, complete and maintain the Works. It consists of the documents listed in Clause 2.3 below. The Contract Data defines the documents and other information which comprise the Contract. The Contractor is a person or corporate body whose Bid to carry out the Works has been accepted by the Employer . The Contractor’s Bid is the completed Bidding document submitted by the Contractor to the Employer and includes Technical and Financial bids. The Contract Price is the price state in the Letter of Acceptance and thereafter as adjusted in accordance with the provisions of the Contract. Days are calendar days; months are calendar months. A Defect is any part of the Works not completed in accordance with the Contract. The Defects Liability Period is the period named in the contract Data and calculated from the Completion Date. The Employer is Registrar, Birla Institute of Technology, Mesra Ranchi, who will employ the contractor to carry out the Works. The Employer’s representative will be the In-Charge, P&D Dept., Birla Institute of Technology, Mesra, Ranchi campus,The Employer’s representative will act on behalf of Employer. The Engineerin-chargeistheIn-Charge, P&D Dept., Birla Institute of Technology, Mesra, Ranchi campus (or any other competent person appointed and notified to the contractor to act in replacement of the Engineer in-charge) who is responsible for supervising the Contractor, administering the Contract, certifying payments due to the Contractor issuing and valuing Variations to the Contract, awarding extensions of time. Equipment is the Contractor’s machinery and vehicles brought temporarily to the Site to construct the Works.

The Initial Contract Price is the Contract Price listed in the Employer’s Letter of Acceptance.

The Intended Completion Date is the date on which it is intended that the Contractor shall complete the Works. The Intended Completion Date is specified in the Contract Data. The Intended Completion date may be revised only by the Engineer by issuing an extension of time.

Page 31: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 30 of 63 Signature of contractor with seal

Materials are all supplies, including consumables, used by the contractor for incorporation in the Works.

Plant is any integral part of the Works which is to have a mechanical, electrical, electronic or chemical or biological function.

The Site is the area defined as such in the Contract Data.

Site Investigation Reports are those which were included in the Bidding documents and are factual interpretative reports about the surface and the sub-surface conditions at the site.

Specification means the Specification of the Works included in the Contract and any modification or addition made or approved by the Employer.

The Start Date is given in the Contract Data. It is the date when the Contractor shall commence execution of the works. It does not necessarily coincide with any of the Site Possession Dates.

A Subcontractor is a person or corporate body who has a contract with the Contractor to carry out a part of the work in the Contract which includes work on the Site.

Temporary Works are works designed, consulted, installed, and removed by the contractor which are needed for construction or installation of the Works.

A Variation is an instruction given by the Employer, which varies the works.

The Works are what the Contract requires the Contractor to construct, install, and turn over to the Employer, as defined in the Contract Data.

2. Interpretation

2.1 In interpreting these Conditions of Contract, singular also means plural, male also means female or neuter, and the other way around. Headings have no significance. Words have their normal meaning under the language of the Contract unless specifically defined. The Engineer will provide instructions clarifying queries about the Conditions of Contract.

2.2 If sectional completion is specified in the Contract Data, references in the Conditions of Contract to the Works, the Completion Date, and the Intended Completion Date apply to any Section of the Works (other than references to the Completion date and Intended Completion date for the whole of the works

2.3 The documents forming the Contract shall be interpreted in the following order of priority: (i) Agreement (ii) Letter of Acceptance, notice to proceed with the works (iii) Contractor’s Bid (iv) Contract Data (v) Conditions of Contract including Special Conditions of Contract (vi) Specifications (vii) Drawings (viii) Bill of Quantities and (ix) Any other document listed in the Contract Data as forming part of the Contract.

3. Language and Law 3.1. The language of the Contract and the law governing the contract are English

4. EngineerIn-charge’s Decisions

Page 32: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 31 of 63 Signature of contractor with seal

4.1. Except w here ot herwise s pecifically s tated, the Engineer In-charge will de cide c ontractual matters between the Employer and the Contractor in the role representing the Employer.

5. Delegation 5.1. The Engineer In-charge may de legate a ny o f hi s dut ies a nd r esponsibilities t o ot her pe ople

after notifying the Contractor and may cancel any delegation after notifying the Contractor 6. Communications

6.1. Communications be tween pa rties w hich are r eferred t o i n the conditions a re effective onl y when i n w riting. A not ice s hall b e e ffective onl y when i t i s d elivered ( in t erms of Indian Contract act).

7. Sub-Contracting 7.1. The Contractor may not sub-contract any portion of work in any circumstances.

8. Personnel 8.1. The Contractor shall employ the key personnel named in the Schedule of Key Personnel as

referred to in the Contract Data to carry out the functions s tated in the Schedule or other personnel approved by the EngineerIn-charge

8.2. If the Engineer In-charge asks the Contractor to remove a person who is a member of the Contactor’s staff of his work force , the Contractor shall ensure that the person leaves the Site within seven days and has no further connection with the work in the Contract.

9. Employer’s and Contractor’s Risks 9.1. The E mployer c arries the r isks w hich this C ontract s tates a re E mployer’s r isks, and the

contractor carries the risks which this Contract states are Contractor’s risks. 10. Employer’s Risks

10.1. The Employer i s responsible for the excepted r isks which are ( a) in so far as they di rectly affect the execution of the Works in India, the risks of war, hostilities. invasion, act of foreign enemies, r ebellion, r evolution, i nsurrection or military or us urped pow er, c ivil w ar, r iot commotion or di sorder (unless restricted to the Contractor’s employees), and contamination from an y nu clear f uel or nuc lear w aste or r adioactive t oxic ex plosive; or ( b) a caus e due solely to the design of the Works, other than the Contractor’s design.

11. Contractor’s Risks 11.1. All risks of loss or damage to physical property and of personal injury and death which arise

during and in consequence of the performance of the Contract other than the excepted risks are the responsibility of the Contractor.

12. Insurance

12.1 The C ontractor s hall pr ovide, i n t he j oint na mes of t he E mployer and t he C ontractor, insurance cover from the Start Date to the end of the Defects Liability Period, in the amounts and de ductibles s tated i n t he C ontract da ta f or the f ollowing e vents w hich a re due t o t he Contractor’s risks:

a) loss of or damage to the Works, Plants and Materials b) loss of or damage to Equipment; c) loss of or damage of pr operty (except t he W orks, P lant, Materials and Equipment) i n

connection with the Contract; and d) personal injury or death.

12.2 Policies and certificates for insurance shall be delivered by the Contractor to the Employer for the approval before the Start Date. All such insurance shall provide for compensation to be payable i n t he t ypes a nd pr oportions of c urrencies r equired t o rectify the l oss or da mage incurred.

12.3. If the Contractor does not provide any of the policies and certificates required, the Employer may e ffect t he i nsurance w hich t he C ontractor s hould ha ve pr ovided a nd r ecover t he

Page 33: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 32 of 63 Signature of contractor with seal

premiums t he E mployer ha s pa id from pa yments ot herwise du e t o t he Contractor or , i f no payment is due, the payment of the premiums shall be a debt due.

12.4. Alterations t o t he t erms of an i nsurance s hall not be m ade w ithout t he a pproval of t he Employer. Both parties shall comply with any conditions of the insurance policies.

13. Site Investigation Reports 13.1. The Contractor, in preparing the Bid, shall rely on any site investigation reports referred to in

the Contract data, supplemented by any information available to the Bidder. 14. Queries about the Contract Data

14.1. The Engineer In- charge will clarify queries on the Contract Data 15. Contractor to Construct the Works

15.1. The C ontractor s hall c onstruct a nd i nstall t he W orks i n a ccordance with t he T echnical Specification and Drawings.

16. The Works to be Completed by the Intended Completion date 17.1. The Contractor may commence execution of the Works on the Start Date and shall carry out

the Works in accordance with the programme submitted by the Contractor, as updated with the approval of the Engineer In-charge, and complete them by the Intended Completion Date.

17. Approval by the Engineer In-charge 17.1. The Contractor shall be responsible for design of Temporary Works. 17.2 The Engineer In-charge approval shall not a lter t he Contractor’s responsibility for design o f

the Temporary Works. 17.3 The Contractor shall obt ain approval o f t hird pa rties t o t he design of t he Temporary W orks

where required. 17.4 All dr awings pr epared b y the C ontractor f or t he e xecution of t he t emporary o r pe rmanent

Works, are subject to prior approval by the Engineer before their use. 18. Safety

18.1. The Contractor shall be responsible for the safety of all activities on the Site. 19. Possession of the Site

19.1. The Employer shall give possession of all parts of the site to the Contractor. 20. Access to the Site

20.1. The Contractor shall allow the engineer In-charge and any person authorized by the Engineer In-charge access to the Site, to any place where work in connection with the contract is being carried out or is intended to be carried out and to any place where materials or plant are being manufactured/ fabricated / assembled for the works.

21. Instructions

21.1. The Contractor shall carry out all instructions of the Engineer In-charge pertaining to works which comply with the applicable law where the site is located.

21.2. The Constructor shall permit the Employer to inspect the Contractor’s accounts and records relating to the performance of the Contractor and to have them audited by auditors appointed by the Employer, if so required by the Employer

B. TIME CONTROL

22. Programme

22.1. Within the time s tated in the Contract Data the Contractor shall submit to the Engineer In-charge for a pproval a P rogramme s howing t he general m ethods, a rrangements, or der, a nd timing for all the activities in the Works along with monthly cash flow forecast.

22.2. An update of the Programme shall be a programme showing the actual progress achieved on each activity and the effect of t he pr ogress achi eved on the t iming of t he r emaining w ork

Page 34: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 33 of 63 Signature of contractor with seal

including any changes to the sequence of the activities .

22.3. The C ontractor s hall s ubmit t o the E ngineer In-charge, for a pproval, a n upda ted Programmeatintervals no longer than the period stated in the Contract data. If the Contractor does not s ubmit a n upd ated P rogramme w ithin t his pe riod, t he E ngineer In-charge may withhold t he a mount s tated i n t he C ontract D ata f rom t he ne xt pa yment c ertificate a nd continue to withhold this amount until the next payment after the date on which the overdue Programme has been submitted.

22.4. The Engineer’s approval of the Programme shall not alter the Contractor’s obligations. The Contractor may revise the Programme and submit i t to the Engineer In-charge again at any time. A revised Programme is to show the effect of Variations and Compensation Events.

23. Extension of the Intended Completion Date 23.1. The Employer shall e xtend t he Intended Completion Date if a V ariation is is sued which

makes it impossible for Completion to be achieved by the Intended Completion Date without the C ontractor t aking s teps t o a ccelerate t he remaining w ork a nd w hich w ould c ause t he Contractor to incur additional cost.

23.2. The Employer on r ecommendation of Engineer In -charge shall decide w hether and b y how much t o e xtend t he Intended C ompletion da te w ithin 35 da ys of t he C ontractor a sking t he Engineer In-charge for a de cision upon t he effect of a V ariation a nd s ubmitting f ull supporting information. If the Contractor has failed to give early warning of a de lay or has failed to cooperate in dealing with a delay, the delay by this failure shall not be considered in assessing the new intended Completion Date.

23.3. The Engineer In-charge shall within 14 days of receiving full justification from the contractor for extension of Intended Completion Date refer to the Employer his decision. The Employer shall i n not m ore t han 21 da ys communicate t o t he E ngineer i n-charge the a cceptance o r otherwise of the Engineer’s decision.

24. Delays Ordered by the Engineer In-charge

24.1. The Engineer In-charge may instruct the Contractor to delay the start or progress of any activity within the Works.

25. Management Meetings

25.1. Either t he engineer In-charge or t he C ontractor m ay r equire t he ot her t o a ttend a management meeting. The business of a management meeting shall to review the plans for remaining w ork and to deal w ith matters r aised in accordance w ith the ear ly w arning procedure.

25.2. The Engineer In-charge shall record the business of management meetings and is to provide copies of his record to those attending the meeting and to the Employer. The responsibility of the parties for actions to be taken is to be decided by the Engineer In-charge either at the management me eting or a fter the ma nagement meeting and stated in writing to all who attended the meeting.

C. QUALITY CONTROL

26. Identifying Defects

26.1. The Engineer In-charge shall check the Contractor’s work and not ify the Contractor of any defects that a re found. Such checking shall not affect the Contractor’s responsibilities. The Engineer In-charge may instruct the Contractor to search for a Defect and to uncover and test

Page 35: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 34 of 63 Signature of contractor with seal

any work that the Engineer considers may have a Defect.

27. Tests 27.1. If t he E ngineer In-charge instructs t he C onstructor t o c arry out a t est n ot s pecified i n t he

Specification t o c heck w hether a ny w ork ha s a D efect a nd t he t est s hows t hat i t doe s, t he Contractor shall pay for the test and any samples.

28. Correction of Defects 28.1. The Engineer In-charge shall give notice to the contractor of any Defects before the end of the

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

28.2. Every time notice of a defect is given, the Contractor shall correct the notified Defect within the length of time specified by the Engineer’s notice.

29. Uncorrected Defects 29.1. If t he cont ractor h as n ot cor rected a Defect within the t ime s pecified in the E ngineer’s

notice,the E ngineer In-charge w ill as sess t he cos t of ha ving t he D efect cor rected, and the Contractor will pay this amount.

D. COST CONTROL

30. Bill of Quantities 30.1. The Bill of Q uantities s hall c ontain items f or the c onstruction, installation, testing, and

commissioning work to be done by the Contractor.

30.2. The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for the quantity of the work done at the rate in the Bill of Quantities for each item.

31. Rate of new items in the Quantities 31.1 For such type of items, if any, which are not included in the bill of quantity and for which rate

is not m entioned b y t he c ontractor, f or s uch t ype of items, rate w ill be ta ken from current Jharkhand Schedule of rates 2016 Published for building works (without any escalation). I f the rate is not available in JSR 2016, the rate will be taken from current Delhi Schedule o f rates 201 6 (without a ny e scalation).and bill w ill be pa id as p er a ctual measurement o f the work.

32. Variations 32.1 All Variations shall be included in updated Programmes produced by the Contractor

33. Cash Flow Forecasts 33.1 When the Programme is updated, the contractor is to provide the engineer In-charge with an

updated cash flow forecast

34. Payment Certificates 34.1 The Contractor shall submit t o t he Engineer In-charge monthly s tatements of the estimated

value of the work completed less the cumulative amount certified previously. 34.2 The Engineer In-charge shall check the Contractor’s monthly statement within 14 da ys and

certify the amount to be paid to the Contractor. 34.3 The value of work executed shall be determined by the Engineer In-charge. 34.4 The value of work executed shall comprise the value of the quantities of the items in the Bill

of Quantities completed 34.5 The value of work executed shall include the valuation of Variations. 34.6 The Engineer may exclude any item certified in a previous certificate or reduce the proportion

of any item previously certified in any certificate in the light of later information. 35. Payments

35.1 Payments shall be adjusted for deductions for advance payments, retention, other recoveries

Page 36: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 35 of 63 Signature of contractor with seal

in terms of contract and taxes at source, as applicable under the law. The Employer shall pay the Contractor the amounts cer tified by the Engineer In-charge through Running bi ll within 28 days of the date of each certificate. If the Employer makes a late payment, the Contractor shall be pa id interest on the la te p ayment in the ne xt pa yment. Interest shall be c alculated from t he da te f or which t he pa yment s hould ha ve be en m ade upt o t he date w hen t he l ate payment is made at 12% per annum.

35.2 Items of the Works for which no rate or price has been entered in will not be paid for by the

Employer and shall be deemed covered by other rates and prices in the Contract.

36. Tax

36.1 The rates quoted by the Contractor shall be deemed to be inclusive of the sales and other taxes that the Contractor will have to pay for the performance of this Contract. The Employee will perform such duties in regard to the deduction of such taxes at source as per applicable law.

37. Currencies 37.1 All payments shall be made in Indian Rupees.

38. Retention

38.1. The Employer shall retain from each payment due to the Contractor the proportion stated in the Contract Data until Completion of the whole of the Works.

38.2 On C ompletion of t he whole of t he W orks ha lf t he t otal a mount r etained i s r epaid t o t he Contractor and half when the Defects Liability Period has passed and the Engineer In-charge has certified that all Defects notified by the Engineer to the Contractor before the end of this period have been corrected.

38.3 On completion of the whole works,the contractor may substitute retention money with an “on demand” Bank guarantee.

39. Liquidated Damages

39.1 The Contractor shall pay liquidated damages to the Employer at the rate stated in the Contract data for each day that the Completion Date is later than the Intended Completion Date (for the whole of t he w orks o r t he m ilestones a s s tated in t he c ontract da ta). T he t otal a mount of liquidated damages shall not exceed the amount defined in the Contract Data. The Employer may deduct liquidated damages from payments due to the Contractor. Payment of liquidated damages does not affect the Contractor’s liabilities.

39.2 If t he Intended C ompletion da te i s e xtended a fter l iquidated da mages h ave be en p aid, t he Engineer In-charge shall correct any over payment of l iquidated damages by the Contractor by adjusting the next payment c ertificate. The C ontractor shall be pa id i nterest on t he over payment calculated from the date of payment to the date of repayment at the rates specified in Sub Clause 35.1.

39.3 If the Contractor fails to comply with the time for completion as stipulated in the tender, then the c ontractor s hall pa y to the e mployer the r elevant s um s tated in the C ontract D ataas Liquidated da mages f or such d efault a nd not a s penalty for e veryday or part of day w hich shall el apse b etween r elevant t ime f or com pletion and the d ate s tated in the t aking over certificate of the whole of the works on the relevant section, subject to the limit stated in the contract data. The employer may, without prejudice to any other method of recovery deduct the amount of such damages from any monies due or to become due to the contractor. The payment or deduction of such damages shall not relieve the contractor from his obligation to

Page 37: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 36 of 63 Signature of contractor with seal

complete the works on form any other of his obligations and liabilities under the contract 40. Bonus

40.1. If t he c ontractor achieves c ompletion of t he whole of t he w orks pr ior t o t he Intended Completion date prescribed in Contract Data the Employer shall pay to the contractor a sum stated in Contract Data as bonus for every completed month which shall elapse between t he date of c ompletion of a ll i tems of w orks a s s tipulated i n t he contract, i ncluding variations ordered b y the Engineer In-charge and the t ime pr escribed in Clause 16. For t he purpose of calculating bonus payments, the time given in the Bid for completion of the whole of the works i s f ixed and unless otherwise agreed, no a djustments of the t ime by reason of granting an extension of t ime pursuant to Clause 23 or any other clause of these conditions will be allowed. Any period falling short of a complete month shall be ignored for the purpose of computing the period relevant for the payment of bonus

41. Advance Payment 41.1 The E mployer s hall m ake a dvance p ayment t o the C ontractor of t he a mounts s tated i n t he

Contract Data by the date stated in the Contract Data, against provision by the Contractor of an U nconditional B ank Guarantee i n a f orm a nd b y a ba nk a cceptable to t he e mployer in amounts and currencies equal to the advance payment. The guarantee shall remain effective until t he a dvance pa yment ha s be en r epaid, but t he a mount of guarantee s hall be progressively reduced by the amounts repaid by the Contractor. Interest will not be charged on the advance payment.

41.2 The Contractor is to use the advance payment only to pay for Equipment, Plant and Mobilization expenses required specifically for execution of the works. The Contractor shall demonstrates t hat adv ance pa yment h as be en u sed i n this w ay b y s upplying copi es o f invoices or other documents.

41.3 The a dvance pa yment s hall be repaid b y de ducting pr oportionate amounts f rom pa yments otherwise due t o t he C ontractor, f ollowing t he s chedule o f com pleted pe rcentages o f t he Works on a pa yment b asis. N o a ccount s hall be t aken o f t he a dvance pa yment or i ts repayment i n assessing va luations of work done, V ariations, p rice a djustments, o r Liquidated Damages.

42. Securities 42.1 The Performance S ecurity (including additional s ecurity f or unb alanced bi ds) s hall be

provided to the Employer no later than the date specified in the Letter of Acceptance and shall be i ssued in an amount and form and b y a b ank or surety acceptable t o the Employer, a nd denominated in Indian Rupees. The Performance Security shall be valid until a date 28 da ys from the date of expiry of Defects Liability Period and the additional security for unbalanced bids shall be valid until a date 28 days from the date of issue of the certificate of completion

43. Cost of Repairs 43.1. Loss or damage to the Works or Materials to be incorporated in the Works between the Start

Date and t he e nd of t he d efects C orrection pe riods s hall be remedied b y t he Contractor at the Contractor’s cost if the loss or damage arises from the Contractor’s acts or omissions.

E. FINISHING THE CONTRACT

44. Completion

44.1 The Contractor shall request the Engineer In-charge to issue a Certificate of Completion of the Works and the Engineer will do so upon deciding that the Work is completed.

45. Taking Over

Page 38: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 37 of 63 Signature of contractor with seal

45.1 The Engineer In -charge shall t ake ov er t he S ite a nd t he W orks w ithin s even d ays of t he issuing a certificate of Completion.

46. Final Account 46.1 The Contractor shall supply to the Engineer In-charge a detailed account of the total amount

that t he C ontractor c onsiders pa yable unde r t he c ontract be fore t he end of t he D efects Liability Period. The Engineer In-charge shall issue a Defect Liability Certificate and certify any final payment that is due to the Contractor within 56 days of receiving the Contractor’s account if it is correct and complete. If it is not, the Engineer In-charge shall issue within 56 days a s chedule that states the scope of the corrections or additions that are necessary. If the Final Account is still unsatisfactory after it has been resubmitted, the Engineer In-charge shall decide on t he a mount p ayable t o t he C ontractor a nd issue a pa yment c ertificate, within 56 days of receiving the Contractor’s revised account

47. Termination 47.1 The E mployer or t he C ontractor m ay t erminate t he C ontract i f t he ot her pa rty c auses a

fundamental breach of the Contract. 47.2 Fundamental breaches of Contract include, but shall not be limited to the following:

(a) the Contractor s tops work for 28 da ys when no s toppage of w ork is shown on t he current P rogramme a nd the s toppage ha s not be en a uthorized b y t he E ngineer In-charge;

(b) the Engineer In-charge instructs t he Contractor t o de lay the progress of the W orks and the instruction is not withdrawn within 28 days;

(c) the Employer or the Contractor is made bankrupt or goes into liquidation other than for a reconstruction or amalgamation;

(d) a payment certified by the Engineer In-charge is not paid to the Contractor within 56 days of the date of the Engineer’s certificate;

(e) the Engineer gives Notice that failure to correct a particular Defect is a f undamental breach of Contract and the Contractor fails to correct it within a reasonable period of time determined by the Engineer.

(f) the Contractor does not maintain a security which is required; (g) the Contractor has delayed the completion of works by the number of days for which

the maximum amount of liquidated damages can be paid as defined in the Contract data; and

(h) If t he C ontractor, i n t he j udgment of t he Employer ha s e ngaged i n corrupt o r fraudulent practices in competing for or in executing the Contract.

For t he pur pose of t his pa ragraph: “ corrupt practice” m eans t he of fering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution. “Fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Borrower, and includes collusive practice among Bidders (prior t o or a fter bi d s ubmission) designed t o establish b id pr ices a t artificial non- competitive levels and to deprive the Borrower of the benefits of free and open competition.”

47.3 When e ither pa rty t o t he C ontract gives not ice of a br each of contract t o t he E ngineer In-charge for a c ause ot her t han t hose l isted unde r Sub C lause 47.2. above, t he E ngineer In-charge shall decide whether the breach is fundamental or not.

47.4 Not withstanding the above, the Employer may terminate the Contract for convenience.

47.5 If the Contract is terminated the Contractor shall stop work immediately, make the Site safe

Page 39: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 38 of 63 Signature of contractor with seal

and secure and leave the Site as soon as reasonably possible.

48. Payment upon Termination

48.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the Engineer In-charge shall i ssue a cer tificate for the value of the work done less advance payments received up to the date of the issue of the certificate, less other recoveries due in terms of the contract, less taxes due to be deducted at source as per applicable law and less the pe rcentage t o apply t o t he work not completed a s i ndicated i n t he C ontract D ata. Additional Liquidated D amages s hall not a pply. If t he t otal a mount due t o t he E mployer exceeds any payment due to the Contractor shall be a debt payable to the Employer.

48.2 If t he C ontract i s t erminated at t he E mployer’s conve nience or be cause of a f undamental Breach of Contract by the Employer, the Engineer In-charge shall issue a cer tificate for the value of t he w ork don e, t he c ost of ba lance b y the c ontractor and a vailable a t s ite, t he reasonable c ost of r emoval of E quipment, a r epatriation of t he C ontractor’s p ersonnel employed s olely on t he W orks, a nd the C ontractor’s c osts of pr otecting a nd s ecuring t he Works and less advance payments received due in terms of the contract and less taxes due to be deducted at source as per applicable law.

49. Property 49.1 All materials on the Site, Plant, Equipment, Temporary Works and Works are deemed to be

the property of the Employer, if the Contract is terminated because of a Contractor’s default. 50. Release from Performance

50.1 If the Contract is frustrated by the outbreak of war or by any other event entirely outside the control of either the Employer or the Contractor the Engineer shall certify that the Contract has be en f rustrated. The C ontractor s hall m ake the S ite s afe and s top work a s qui ckly a s possible af ter r eceiving this cer tificate and s hall be p aid for al l w ork carried out b efore receiving it and for any work carried out afterwards to which commitment was made.

F SPECIAL CONDITIONS OF CONTRACT

51. LABOUR

51.1 The Contractor s hall, unl ess ot herwise pr ovided i n t he C ontract, m ake hi s o wn arrangements for the engagement of all staff and labour, local or other, and for their payment, housing, feeding and t ransport. The Contractor shall, i f required by the Engineer, de liver to the E ngineer a r eturn i n de tail, i n s uch f orm and a t s uch i ntervals a s t he E ngineer m ay prescribe, showing the staff and the numbers of the several classes of labour from time to time employed b y t he C ontractor on t he S ite a nd s uch ot her information as the E ngineer ma y require.

51.2 COMPLIANCE WITH LABOUR REGULATIONS

During continuance of the contract, the Contractor and his sub-contractors shall abide at all times by all existing labour enactments and rules made there under, regulations, notifications and bye laws of the State or Central Government or local authority and any other labour law (including rules), regulations, bye laws that may be passed or notification that may be issued under a ny l abour l aw i n f uture e ither b y t he S tate or the C entral G overnment or t he l ocal authority. Salient f eatures of s ome of the ma jor la ws tha t a re a pplicable to construction industry are given below. The Contractor shall keep the Employer indemnified in case any action is taken against the Employer by the competent authority on account of contravention of a ny of t he pr ovisions of a ny A ct or r ules m ade t here unde r, r egulations or not ifications including amendments. If the Employer is caused to pay or reimburse, such amounts as may

Page 40: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 39 of 63 Signature of contractor with seal

be necessary t o cause or observe, or for non-observance of t he provisions s tipulated i n t he notifications/byelaws/Acts/Rules/regulations including amendments, if any, on the part of the Contractor, t he E ngineer/Employer s hall ha ve t he r ight t o de duct a ny money due t o t he Contractor including his amount of performance security. The Employer/Engineer shall also have r ight to recover from the Contractor any sum required or es timated to be required for making good the loss or damage suffered by the Employer. The employees o f the Contractor and the Sub-Contractor in no case shall be t reated as the employees of the Employer at any point of time.

52. SETTLEMENT OF DISPUTES

52.1 Engineer In-charge’s decision If a dispute of any kind whatsoever arise between the Engineer In-charge and the contractor in connection with, or arising out of, the contract or execution of the works, whether during the execution of t he works or a fter t heir completion and whether be fore or after r epudiation or other t ermination of t he c ontract, i ncluding a ny di spute a s t o a ny o pinion, i nstruction, determination, certificate or valuation of the Engineer In-charge, the matter in dispute shall, in first pl ace, be r eferred in writing to t he Works Committee, Birla Institute of T echnology, Mesra, Ranchi ( henceforth calle Committee) through i ts Member Secretory, with a copy to the Engineer In-charge. Such reference shall state that it is made pursuant to this clause. Not later than sixty after the day on which the reference received, the works committee shall give notice of his decision to Engineer In-charge and the contractor. Such decision shall state that it is made pursuant to this clause. Unless the contract has already been repudiated or terminated, the contractor shall, in every case, continue t o pr oceed w ith t he w ork w ith a ll due di ligence a nd t he contractor and t he Engineer In-charge shall give effect forthwith to every such decision of the committee unless and until the same shall be revised, as he reinafter provided in an amicable settlement or an arbitral award. If either the Engineer In -charge or t he contractor be di ssatisfied w ith a ny de cision of t he committee or if the committee fails to give notice of its decision on or before the sixtieth day after the day on which reference was received by the committee, then, either the Engineer In-charge o r t he contractor m ay, on or be fore forty fifth da y after t he da y on w hich t he s aid period of Sixty days expired, as the case may be give notice to the other party, with a copy of information t o t he C ommittee of hi s int ention to commence a rbitration as he reinafter provided, as to the matter of dispute. Such notice shall establish the entitlement of the party giving t he s ame t o c ommence a rbitration, a s he reinafter pr ovided, a s t o s uch di spute a nd, subject to Sub-clause 52.4, no a rbitration in respect thereof may be commenced unless such notice is given If the committee has given notice of his decision as to a matter in dispute to the client and the contractor a nd no not ice of i ntention t o c ommence arbitration a s t o s uch di spute ha s be en given by either the Engineer In-charge or the contractor on or before the forty fifth day after the day on which the parties received notice as to such decision from the committee, the said decision shall become final and binding upon the Engineer In-charge and the contractor.

52.2 Conciliation Where notice of intention to commence arbitration as to dispute has been given in accordance with sub clause 52.1, arbitration of such dispute shall not be commenced unless, the parties have explored the possibility of conciliation as per the provisions of Part III of the Arbitration and C onciliation A ct, 1 996. W hen s uch c onciliation ha s f ailed, t he pa rties s hall a dopt t he following procedure of arbitration

52.3 Arbitration

Page 41: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 40 of 63 Signature of contractor with seal

52.3.1 Any dispute and differences relating to the meaning of the specifications, designs, drawings a nd i nstructions he rein be fore m entioned a nd a s t o t he q uality o f workmanship or material used in the work or as to any other question, claim, right matter or thi ng w hatsoever in any way arising out of or r elating to the c ontract, designs, d rawings, s pecifications, e stimates, i nstructions, or t hese c onditions or otherwise concerning t he w orks or t he execution or failure t o execute t he s ame whether arising dur ing t he pr ogress o f t he work or a fter t he c ompletion or abandonment thereof in respect of which: (a) The decision, if any, of th engineer has not become final and binding pursuant

to sub clause 52.1 and (b) Conciliation has not been reached as per the provisions of clause 52.2

Shall be referred to the Sole Arbitration of a person appointed by The Birla Institute of T echnology from t he pa nel of A rbitrators. S uch A rbitrators s hall be a ppointed within 30 da ys of the receipt of l etter of invocation of Arbitration duly satisfying the requirements of this clause.

52.3.2 If the Arbitrator so appointed resign his appointment, is unable or unwilling to act due to any reason whatsoever, or dies, the employer, may appoint a new Arbitrator in accordance with these terms and conditions of the contract, to act in his place and the new Arbitrator so appointed may proceed from the stage at which it was left by his predecessor.

52.3.3 It is a term of the contract that theparty invoking the Arbitration shall specify the dispute/ di fferences or q uestions t o be r eferred t o t he a rbitrator unde r t his c lause together with the amounts claimed in respect of each dispute.

52.3.4 The Arbitrator may proceed with the arbitration ex-parte, if either party, in spite of a notice from the Arbitrator, fails to take part in the proceedings

52.3.5 The w ork unde r t he c ontract s hall continue, i f r equired, dur ing t he A rbitration proceedings.

52.3.6 The A rbitrator s hall m ake s peaking A ward and g ive r easons for hi s de cision i n respect of each dispute/ cl aim al ong w ith the s ums aw arded separately on each individual ite m of d ispute or di fferences or c laims. The A rbitrator s hall ma ke separate award on each reference made to him.

52.3.7 The a ward of t he A rbitrator s hall be f inal, c onclusive a nd bi nding on both t he parties.

52.3.8 Subject to aforesaid, the provisions of the Arbitration & Conciliation Act, 1996 or any statutory modifications or re-enactment thereof and the Rules made thereunder and f or t he t ime be ing i n f orce s hall a pply t o t he a rbitration pr oceedings a nd Arbitrator shall publish his award accordingly.

52.4 Failure to comply with Works Committee Decision Where neither the Employer nor the Contractor has given notice to commence arbitration of a dispute within the period stated in Sub-Clause 52.1 and the related decision has become final and bi nding e ither pa rty m ay, if t he ot her pa rty f ails t o comply with s uch de cision, a nd without prejudice to any other rights it may have, refer the failure to arbitration in accordance with s ub-clause 5 2.3 a s i f t he c onditions s pecified i n c lauses 52.3 ( a) a nd ( b) ha d be en satisfied with respect to such dispute. The provisions of sub-clause 52.1 shall not apply to any such reference.

Page 42: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 41 of 63 Signature of contractor with seal

SECTION 4

CONTRACT DATA

Page 43: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 42 of 63 Signature of contractor with seal

CONTRACT DATA Clause Reference With respect to section 3 1. The Employer is

Name : Birla Institute of Technology,Mesra, Address: Birla Institute of Technology, Mesra,

Ranchi – 835215, Jharkhand, India Name of Employer’s Representative : Registrar, B I T , Mesra, Ranchi.

2. The Engineer In-charge is: In-Charge, P&D Dept., Birla Institute of Technology, Mesra, Ranchi Campus.

3. The Defects Liability Period is 365 days from the date of completion. 4. The Start Date shall be same as the day for the date of issue of the Notice to proceed with the work. 5. The Intended Completion Date for the whole of the Works is 12 months from the date of the notice

to proceed with the work, with the following milestones: Milestone dates: Physical works to be completed. Period from the start date Milestone 1 Completion of structure work of Extension to (i) Administrative Block (New Wing & Renovation Wing) (II) MBA/ MCA Block, BIT, Lalpur Campus, Ranchi: 05 months

Milestone 2 Completion of F inishing i ncluding s anitary, ne tworking, electrification, Landscaping & Miscelaneous work of (i) Administrative Block (New Wing & Renovation Wing) (II) MBA/ MCA Block, BIT, Lalpur Campus, Ranchi: : next 04 months Milestone 3 Handing over of Project: Next 01 months (Total 10 Months)

6. The Site is located at Birla Institute of Technology, Lalpur Campus, Ranchi. 7. The work consists of (i) Administrative Block (New Wing & Renovation Wing) (II) MBA/ MCA

Block, BIT, Lalpur Campus, Ranchi, the work shall inter alia ,include the following ,as specified or as directed (A) BUILDING & OTHER WORKS Site cl earance; s etting-out and l ayout of Building, Sanitary, Electrical, Fire F ighting, Landscping including a ll a spects of quality assurance of va rious components of t he works with Dismantling, Renovation, Etc.; rectification of the defects in the completed works during the Defects Liability Period; submission of "As-built" drawings and any other related documents; and other item of work as may be required to be carried out for completing the works in accordance with the drawings and

Page 44: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 43 of 63 Signature of contractor with seal

provisions of the contract to ensure safety.

(B) Other Items

Any other items as required to fulfill all contractual obligations as per the Bid documents 8. The following documents also form part of the Contract: 9. The law which applies to the Contract is the law of Union of India 10. The language of the Contract documents is English 11. The period for submission of the programme for approval of Engineer In-charge shall be 21 da ys

from the issue of Letter of Acceptance. 12. The period between programme updates shall be 60 days. 13. The amount to be withheld for late submission of an updated programme shall be Rs. Two Lacs. 14. The currency of the Contract is Indian Rupees. 15. The Schedule of Key Personnel 16. The Site Possession Dates shall be immediately after issuing of contract document. 17. The proportion o f pa yments r etained ( retention money) shall b e 10% f rom each bi ll subject to a

maximum of 8% of f inal cont ract pr ice. It includes performance security equal to 2% of cont ract price. Further bid security will be adjusted against performance security.

18. Amount of liquidated damages for delay in completion of work 1% of ini tial c ontract pr ice pe r week of delay.

19. Maximum limit of liquidated damages for delay in completion of work. 10% of i nitial c ontract price rounded off to nearest thousand.

20. The amount of advance payment are: i. Mobilization advance: 10% of initial contract amount (on submission of unconditional Bank

Guarantee (to be dr awn be fore t he end of 20% of C ontract pe riod). T he c ontractor m ay furnish four bank guarantees of 2.5% each, valid for full period.

21. Repayment of advance payment for mobilization and equipment: The advance loan shall be repaid @ 20% deductions from the Running bills certified by the Engineer In-charge under the Contract. Loan shall be completely repaid prior to the expiry of the original time for completion

22. The pe rcentage t o apply to t he va lue of t he work not c ompleted r epresenting t he E mployer's additional cost for completing the Works shall be 20 per cent.

23. Materials supplied by the Employer, if any, will be deducted from the bill at the rate of actual cost incurred over that material.

24. Cement for all works in the contract, will be supplied by the Employer same will be deducted from running bill at the rate of Rs. 265.00 per bag (including all taxes).

25. Steel for reinforcement for all works in the contract will be supplied by the Employer and same will be deducted from running bill at the rate of Rs. 40/- per K.G. (including all taxes).

26. After c ompletion of t he w ork or on de termination/ t ermination of t he contract, t he t heoretical quantity of c ement t o be us ed i n w ork s hall be c alculated on t he ba sis of s tatement s howing quantity o f c ement t o be us ed i n di fferent i tems of w ork pr ovided i n c urrent S chedule f or t he purpose pr inted b y CPWD. In case any i tem i s executed for which the s tandard contents for t he consumption of cement a re not available i n t he above mentioned s tatement or cannot be de rived from this statement, the same shall be calculated on the basis of standard formula to be laid down by the Engineer. Over this theoretical quantity of cement shall be allowed a variation upto±2%. The difference i n t he qua ntity actually i ssued t o t he contractor and t he t heoretical qua ntity i ncluding authorised va riation i f not r eturned b y t he c ontractor, s hall be r ecovered a t t wice t he i ssue r ate, without prejudice t o t he provision of other conditions regarding return of material governing the contract. In t he event of i ts be ings di scovered that t he qu antity o f c ement which i s l ess t han the quantity a scertained a s herein be fore pr ovided (allowing v ariation on minus s ide a s s tipulated above) the cost of quantity of cement not so used, shall be recovered f rom the contractor on t he basis of stipulated issue rates and cartage to site.

Page 45: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 44 of 63 Signature of contractor with seal

27. The contractor shall provide himself with requisite quantity and quality of water for carrying out the works at his own, However, if the contractor is permitted to make his own arrangement to draw water from a w ell, hand‐pump, or natural river or pond of the Employer, no c harges will be made for t he water dr awn from t he s ame, but t he contractor will m ake good any damage don e t o t he installations and ensure that the quality of water used in the work is conforming to BIS codes and provide for any treatment at his own cost.

28. The contractor shall be allowed to construct temporary wells in Employer's land for taking water for construction purpose only after he has permission of the Employer in writing. No charges shall be r ecovered from t he c ontractor on t his a ccount but t he c ontractor s hall be r equired t o pr ovide necessary s afety a rrangement t o avoid any accident or da mage t o adjacent bui ldings, r oads and service l ines. He shall be responsible for any accident or damage caused due to construction and subsequent maintenance of the wells and shall restore the ground to its original condition after the wells are dismantled on completion of the work.

29. The Employer on no account shall be responsible for the expenses incurred by the contractor for hired ground or water obtained from elsewhere.

30. Subject to availability the Employer may supply power at only one point from where the Contractor shall make hi s own a rrangement for di stribution including provision of electric meters, switches, fuses etc. at his own cost. These shall be in the custody of the Employer. If there is any hinderance caused to other works the contractor shall reroute or remove such temporary lines without any extra cost. S uch t emporary l ines s hall be r emoved a fter t he completion of w ork. T he c ost of pow er consumed by the contractor shall be payable to the employer at rates fixed by the Employer, which would be deducted from the running account bills. However the Employer does not guarantee the supply of power and no compensation for any failure or short supply of power shall be entertained.

(C) Dismantling of existing structure – The existing structure to be dismantled will be the duty of the Contractor. He will demolish & remove all debris at his own cost. (except Ac’s, fan, Furniture & Light fixtures, etc. which will be the property of BIT)

(D) Phasing of work – It is recommended additional classrooms be constructed in a temporary way within the proposed structure so that the old wing of the academic building can be demolished without disturbing the existing educational facilities.

(E) The minor damages to the proposed civil works by the AC contractors, etc. to be repaired by the civil contractor at no extra cost.

Page 46: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 45 of 63 Signature of contractor with seal

SECTION 5 FORM OF BID

Page 47: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 46 of 63 Signature of contractor with seal

FORM OF BID

Description of the Works: Proposed Extension to : - (I) ADMINISTRATIVE BLOCK

(NEW WING & RENOVATION WING) (II) MBA/ MCA BLOCK

AT - BIRLA INSTITUTE OF TECHNOLOGY, LALPUR CAMPUS, RANCHI. BID

To : Birla Institute of Tecnology, Mesra Address : Birla Institute of Technology, mesra

Po. – B.I.T, Mesra Ranchi – 835215 Jharkhand (india)

1 We offer to execute the Works described above and remedy any defects therein in conformity with

the conditions of Contract, specification, drawings, Bill of Quantities and Addenda for the sum(s) of _______________________________________________________________________ _______________________________________________________________________ ____________________________________________________________________ )

2 We undertake, i f our Bid i s accepted, t o commence the W orks as soon as i s r easonably possible after the receipt of the notice to commence, and to complete the whole of the Works comprised in the Contract within the time stated in the document.

3 We agree to abide by this Bid for the period of * ______ days from the date fixed for receiving the same, and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

4 Unless and until a formal Agreement is prepared and executed this Bid, together with your written acceptance thereof, shall constitute a binding contract between us.

5 We understand that you are not bound to accept the lowest or any tender you may receive

Dated this _____________ day of _______________________ 2016

Signature _____________________________ in the capacity of __________

Page 48: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 47 of 63 Signature of contractor with seal

duly authorized to sign bids for and on behalf of ________________________

(In block capitals or typed)

Address

Witness __________________________________________________________________

__________________________________________________________________

Address

______________________________________________________________________

_____________________________________________________________________

Occupation

_________________________________________________________________ __________________________________________________________________

Page 49: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 48 of 63 Signature of contractor with seal

SECTION 6 SECURITIES AND OTHER FORMS

Page 50: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 49 of 63 Signature of contractor with seal

BID SECURITY (BANK GUARANTEE )

WHEREAS, _________ ______________ [ name of B idder] ( hereinafter c alled "the Bidder") has submitted his Bid dated _ [date] for the construction of

_____________ [name of Contract hereinafter called "the Bid"].

KNOW ALL PEOPLE by these presents that We ____________________________________ [name of Bank] of __________________________ [name of country] having our registered office at __________________________ (hereinafter called "the Bank") a re bound un to __________________________ [ name of E mployer’s Representative] (hereinafter called "the Employer’s Representative") in the sum of _____________ * for which payment well and truly to be made to the said Employer’s Representative the Bank itself, his successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this _________ da y of _________ ,

20__ THE CONDITIONS of this obligation are:

(1) If after Bid opening the Bidder withdraws his bid during the period of Bid validity specified in the Form of Bid;

OR (2) If the Bidder having been notified to the acceptance of his bid by the Employer during the

period of Bid Validity: (a) fails or refuses to execute the Form of Agreement in accordance with the Instructions to

Bidders, if required; or (b) fails or refuses to furnish the Performance Security, in accordance with the Instructions to

Bidders; or (c) does not accept the correction of the Bid Price pursuant to Clause 27.

We undertake to pay to the Employer up to the above amount upon receipt of his first written demand, without the Employer having to substantiate his demand, provided that in his demand the Employer will note that the amount claimed by him is due to him owing to the occurrence of

Page 51: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 50 of 63 Signature of contractor with seal

one or any of the three conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date ______________ ** days after the deadline for submission of Bids as such deadline is stated in the Instructions to Bidders or as it may be extended by the Employer, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this guarantee should reach the Bank not later than the above date.

DATE SIGNATURE ______________

WITNESS _________________________ SEAL _____________________________

________________________________________________________________________

[Signature, name and address]

* The Bidder should insert the amount of the guarantee in words and figures denomi- nated in Indian Rupees. This figure should be the same as shown in Clause 16.1 of the Instructions to Bidders.

** 45 days after the end of the validity period of the Bid. Date should be inserted by the Employer before the Bidding documents are issued

Page 52: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 51 of 63 Signature of contractor with seal

PERFORMANCE BANK GUARANTEE

To Registrar, Birla institute of Technology, Mesra, Ranchi-835215, Jharkhand (India)

WHEREAS ______ , ______________________ [ name and address of Contractor] (hereafter called "the Contractor") has undertaken, in pu rsuance o f Contract No. __________ da ted ___________ to execute ____________ ______________ [ name of C ontract a nd b rief de scription of W orks] (hereinafter called "the Contract").

AND WHEREAS i t has been s tipulated b y you in the said Contract that the Contractor shallfurnish you with a Bank Guarantee b y a r ecognized bank for t he s um s pecified therein as s ecurity f or compliance with his obligation in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee: NOW THEREFORE

we hereby affirm that we are the Guarantor and responsible to you on behalf of the Contractor, up to a

total of __________________________ [ amount of g uarantee]* _______________________ ( in

words), such sum being payable in the types and proportions of currencies in which the Contract Price

is pa yable, a nd we und ertake t o pa y you, upo n your f irst w ritten d emand a nd without c avil or

argument, a ny s um or s ums w ithin t he l imits of ____________________________ [ amount o f

guarantee] as aforesaid without your needing to prove or to show grounds or reasons for your demand

for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the contractor before presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract or of the W orks t o be pe rformed t here und er or o f a ny of t he C ontract doc uments w hich m ay be m ade between your and the Contractor shall in any way release us f rom any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. This guarantee shall be valid until 28 days from the date of expiry of the Defect Liabil-ity Period.

Signature and Seal of the guarantor _____________________ Name of Bank _____________________________________ Address _________________________________________ Date _________________________________________

___________________________________________________________________________ *An amount shall be inserted by the Guarantor, representing the percentage the Contract Price specified in the Contract including additional security for unbalanced Bids, if any and denominated in Indian Rupees.

Page 53: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 52 of 63 Signature of contractor with seal

BANK GUARANTEE FOR ADVANCE PAYMENT

To Registrar, Birla institute of Technology, Mesra, Ranchi-835215, Jharkhand (India)

______________________________________________[name of C ontractor]

Gentlemen:

In a ccordance with t he pr ovisions of t he C onditions of C ontract, s ub-clause ( "Advance Payment") of t he a bove-mentioned C ontract, [ name a nd a ddress of C ontractor] ( herein a fter called "the C ontractor") s hall de posit w ith [name of E mployer’s R epresentative] a ba nk guarantee to guarantee his proper and faithful performance under the said Clause of the Contract in an amount of_________________________ [amount of Guarantee]* ___________________________________ [in words].

We, t he ___________________________ [ bank of f inancial i nstitution], as i nstructed b y t he Contractor, agree unconditionally and irrevocably to guarantee as primary obligator and not as Surety m erely, t he p ayment t o _________ [ name of E mployer’s R epresentative] on hi s first demand w ithout w hatsoever r ight of obl igation on our pa rt a nd w ithout hi s f irst c laim t o the Contractor, i n t he a mount not e xceeding _ __ ______________________ [ amount of guarantee]*_________________________________ [in words].

We f urther a gree t hat no c hange or a ddition t o or ot her m odification of t he t erms of t he Contractor or Works to be performed there under or of any of the Contract documents which may be made between_________________________[name of Employer’s Representative] and the C ontractor, shall i n any way r elease us f rom an y l iability und er t his g uarantee, and we hereby waive notice of any such change, addition or modification.

This guarantee shall remain valid and in full effect from the date of the advance payment under the Contract until _________________________[name of Employer’s Representative] receives full repayment of the same amount from the Contractor.

Yours truly,

Signature and Seal : ______________________________________ Name of Bank / Financial Institution : ________________________ Address; _______________________________ Date:

_________________________________________________________________ *An a mount s hall be i nserted b y t he Bank o r F inancial Institution r epresenting t he amount of the Advance Payment, and denominated in Indian Rupees.

Page 54: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 53 of 63 Signature of contractor with seal

Letter of Acceptance (BIT Letter Pad)

______________________________ (Date)

To ___________________________________ (Name and address of the Contractor) ___________________________________ ___________________________________

Dear Sirs,

This is to notify you that your Bid dated _______________ for execution of the ______________________________________ (name of the contract and identification number, as given in the Instructions to Bidders) for the Contract Price of Rupees _____________________________ ( _____________________ ) (amount in words and figures), as corrected and modified in accordance with the Instructions to Bidders1 is hereby accepted by our agency.

You are hereby requested to furnish Performance Security, in the form detailed in Para 32.1 of ITB for an amount equivalent to Rs. ___________________ within 21 days of the receipt of this letter of acceptance and sign t he contract, failing which action as stated in Para 32.3 of ITB will be taken.

Yours faithfully,

Authorized Signature Registrar, BIT, Mesra

Page 55: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 54 of 63 Signature of contractor with seal

Issue of Notice to proceed with the work (BITLetter head )

__________________________ (Date)

To

_____________________________________ (Name and address of the Contractor)

_____________________________________

_____________________________________

Dear Sirs, Pursuant to your furnishing the requisite security as stipulated in ITB Clause 32.1 and signing of the Contract for the construction of ______________________________________________________________________________________________________________________________________________________ at a Bid Price of Rs.__________________________________________________________. You are hereby instructed to proceed with the execution of the said works in accordance with the contract documents.

Yours faithfully,

(Signature, n ame and title of BIT Representative)

Page 56: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 55 of 63 Signature of contractor with seal

Agreement Form

Agreement

This agreement, made the ____________ day of ________________ between Birla Institute of Technology, Mesra, Ranchi- 835215, Jharkhand (India) [hereinafter called "the Employer] and ___________________________________________________________

(name and address of contractor) hereinafter called "the Contractor" of the other part.

Whereas the Employer is desirous that the Contractor execute

(name a nd i dentification num ber of C ontract) ( hereinafter cal led "the W orks") and the Employer has accepted the Bid by the Contractor for the execution and completion of such

Works and the remedying of any defects therein , at a cost of Rs. ________________

NOW THIS AGREEMENT WITNESSETH as follows :

1. In this Agreement, words and expression shall have the same meanings as are respectively assigned t o t hem i n t he c onditions of c ontract he reinafter r eferred t o a nd t hey s hall be deemed to form and be read and construed as part of this Agreement.

2. In c onsideration of t he pa yments t o be m ade b y t he E mployer t o t he C ontractor a s hereinafter mentioned, the Contractor hereby covenants with the Employer to execute and complete the Works and remedy any defects therein in conformity in all aspects with the provisions of the contract.

3. The Employer hereby covenants to pa y the Contractor in consideration of the execution and c ompletion of t he Works a nd t he r emedying t he d efects w herein C ontract P rice or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

4. The following documents shall be deemed to form and be ready and construed as part of this Agreement viz.

i. Letter of Acceptance ii. Notice to proceed with the works;

iii. Contractor's Bid iv. Condition of Contract: General and Special v. Contract Data

vi. Additional condition vii. Drawings

viii. Bill of Quantities and ix. Any other documents listed in the Contract Data as forming part of the Contract.

In witnessed whereof the parties there to have caused this Agreement to be executed the day and year first before written. The Common Seal of _____________________________________was hereunto affixed in the presence of :

Page 57: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 56 of 63 Signature of contractor with seal

Signed, Sealed and Delivered by the said __________________________________ ___________________________________________________________________ in the presence of:

Binding Signature of BIT Representative __________________________

Binding Signature of Contractor ______________________________________

Page 58: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 57 of 63 Signature of contractor with seal

UNDERTAKING I the undersigned do hereby undertake that our firm M/s__________________ ___________________________________ agree to abide by this bid for a period ____________ days for the date fixed for receiving the same and it shall be binding on us and may be accepted at any time before the expiration of that period.

_________________________________________

(Signed by Contractor/an Authorized Officer)

__________________ Title of Officer _______________- Name of Firm

_________________ DATE

Page 59: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 58 of 63 Signature of contractor with seal

SECTION 7 TECHNICAL SPECIFICATIONS &

BILL OF QUANTITIES

Page 60: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 59 of 63 Signature of contractor with seal

TECHNICAL SPECIFICATIONS

1. For all work in the contract will be governed by CPWD specifications 2009 Vol.I and Vol. II published b y D irector general of w orks, C PWD, G overnment o f India, in conjunction with Bill of quantity.

2. All work will be done as per design/ drawings provided by Engineer In-charge. 3. The make of some items are given as below, any other items will be used for the work after

duly approval by the Engineer In-charge:

S.No NAME OF ITEMS LIST OFAPPROVED MANUFACTURERES/BRAND/ APPLICATION

1 Cement, (OPC/ PSC) NO PPC allowed ACC/Ambuja/Ultratech 2 White Cement Birla/J.K.

3 Ceramic Tiles Floor Tiles Asian/ Kajaria/ Somany.

4 Ceramic Tiles For Dado (Savoy Beigh OT 4329 and Savoy Sandune OT 4330),Size:- (250X375)mm Asian/ Kajaria/ Somany.

5 Vitrified Double Charge (DCP001), Size:-(605X605)mm Asian/ Kajaria/ Somany.

6 Float Glass/Clear glass for glazing window Saint Gobain 7 Flush Door Green/Duro / Century 8 Extruded Aluminium sections HINDALCO/ Jindal 9 UPVC rain water pipes with fittings Astral/Supreme

10 Exterior type acrylic based paint Apex ultima of Asian Paint 11 Wall Putty Birla/JK 12 Distemper Asian/ICI Dulux 13 Plastic Emulsion Paint Asian/ICI Dulux 14 Synthetic Enamel Paint Asian/ICI Dulux 15 Chemical/Mechanical Anchor Fastners HILTI/BOSCH 16 Floor spring for aluminium door, Door Hardware Hardwyn/Dorma/ Dorset 17 Fittings for Aluminium Doors and window Starlock/ TPI 18 Water Proofing Compound/Admixtures Sika /Fosroc/Dr.fixit

Page 61: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 60 of 63 Signature of contractor with seal

BILL OF QUANTITIES

Preamble

1. The Bill of Quantities shall be read in conjunction with the Instructions to Bidders, Conditions of Contract, Technical Specifications and Drawings.

2. The quantities given in the Bill of Quantities are estimated and provisional, and are given to provide a common basis for bidding. The basis of payment will be the actual quantities of work ordered and carried out, as measured by the Contractor and verified by the Engineer In-charge and valued at the rates and prices tendered in the priced Bill of Quantities, where applicable, and otherwise at such rates and prices as the Engineer In-charge may fix within the terms of the Contract.

3. The rates and prices tendered in the priced Bill of Quantities shall, except in so far as it is otherwise provided unde r t he C ontract, i nclude a ll c onstructional pl ant, l abour, s upervision, m aterials, erection, maintenance, insurance, profit, taxes and duties, together with all general risks, liabilities and obligations set out or implied in the Contract.

4. The rates and prices shall be quoted entirely in Indian Currency. 5. General di rections a nd de scriptions of w ork a nd m aterials a re not ne cessarily r epeated o r

summarized in the B ill of Q uantities. References t o the r elevant s ections of t he cont ract documentation s hall be m ade be fore e ntering rates or pr ices a gainst e ach item in the B ill o f Quantities.

6. The m ethod of m easurement of c ompleted w ork f or pa yment s hall be i n a ccordance w ith t he specification for Building Works published by CPWD, Government of India.

7. Rates quoted by the contractor shall include sales tax, duties, octroi, toll tax, realties and all other taxes in respect of this contract and the Employer shall not entertain any claim whatsoever in this respect. Tendered rates ar e i nclusive of al l t axes l evies pa yable unde r t he respective s tatutes. However pursuant to the Constitution (Forty Sixth Amendment) Act; 1982 if any further tax or levy is imposed by Statutes, after the date of receipt of tenders and the contractor there upon necessarily and properly pays such taxes/ levie the contractor shall be reimbursed the amount as per the rules on producing proof of payment so made provided such payments, if any, i s not in the opinion of the Employer ( whose de cision s hall be f inal a nd bi nding) a ttributable t o de lay i n e xecution of w ork within the control of the contractor.

BILL OF QUANTITIES

Page 62: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 61 of 63 Signature of contractor with seal

Tender Inviting Authority: Birla Institute of Technology, Mesra, Ranchi

Name of Work: Proposed Extension of – (I) ADMINISTRATIVE BLOCK

(NEW WING & RENOVATION WING) (II) MBA/ MCA BLOCK

AT – LALPUR CAMPUS, RANCHI – 834001.

Contract No: [to be filled in by Procurement Officer] Bidder Name :

SCHEDULE OF WORKS

Sl. No.

Description of work

Quantity Unit Estimated rate (Rs.)*

Rate to be entered by the bidder (Rs.)

Amount (Rs.)

Figure Words 1 2 3

TOTAL (Rs.) ( in Figure) TOTAL (Rs.) ( Words)

Enclosed as ANNEXURE A of bidding document and may be downloaded from website www.bitmesra.ac.in *Column should be deleted during submission of tender

(I) BOQ Enclosed as : Proposed Extension of (I) ADMINISTRATIVE BLOCK (NEW WING & RENOVATION WING)

(II) MBA/ MCA BLOCK

AT – LALPUR CAMPUS, RANCHI – 834001.

Page 63: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

BIRLA INSTITUTE OF TECNOLOGY

Page 62 of 63 Signature of contractor with seal

SECTION 8 DRAWINGS

(Enclosed as Annexure B)

Page 64: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

1

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

1 . EARTH WORK IN EXCAVATION INFOUNDATION Trenches in all kind of soil soil anddisposal of excavated earth as obtained to adistance upto 100 M including all lift, levelingramming the foundation trenches, removing rootsof tree shrubs all complete as per approved design, building specification and direction of E/I.

A+B= 306.66 CU.M -

2 . EARTH FILLING IN FOUNDATION TRENCHESAND PLINTH in layers not exceeding 150 mmthick well watered, rammed, fully compacted andfine dressed with earth obtained from excavationfoundation trenches within a lead of 50 M and liftof 1.5 M all complete as per building specificationand direction of E/I. (mode of measurementcompacted volume)

306.66 CU.M3 . Providing coarse clean local SAND IN FILLING in

foundation trenches or in plinth including rammingand watering in layer not exceeding 150 mm thickwith all leads and 1.5 M lifts including cost of allmaterials, labours, royalty and taxes all completeas per building specification and direction ofEngineer Incharge (Mode of measurementcompacted volume)

166.42 CU.M - 4 . Providing designation 75-A, BRICK FLAT SOLING

joints filled with local sand including cost ofwatering,taxes and royalty all complete as perbuilding specification and direction of EngineerIncharge

399.58 SQ.M. -

BIRLA INSTITUTE OF TECHNOLOGY,

BILL OF QUANTITIES FOR

PROPOSED EXTENSION TO (I) "ADMINISTRATIVE BUILDING (NEW WING)"

(II) "ADMINISTRATIVE BUILDING (RENOVATION WING)" & (III) SITE DEVELOPMENT

AT -LALPUR CAMPUS, RANCHI.

BUILDING WORKS

(WORK INCLUDES OF BUILDING WORKS, SANITARY & WATER SUPPLY WORKS, ELECTRICAL WORKS, GATEWAY, LANDSCAPING WORKS AND FIRE FIGHTING WORKS)

CEMENT & STEEL WILL BE SUPPLIED BY B.I.T. AT THE FOLLOWING RATE :-₹40,000.00 PER M.T. & CEMENT = ₹265.00, INCLUSIVE OF ALL TAXES

(I) "ADMINISTRATIVE BUILDING (NEW WING)"

Page 65: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

2

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

5 . Providing P.C.C. M-10 with nominal mix of (1:3:6)in Foundation with approved quality of stone metalgrade III (53 to 22.4 mm size) and clean coarsesand of F.M. 2.5 to 3 including screening,shuttering, mixing cement concrete in mixture,placing in position, vibration, striking, curing, taxesand royalty all complete as per buildingspecification & direction of E/I 29.97 SQ.M -

6 . Providing R.C.C. M-20 with nominal mix of(1:1.5:3) in FOUNDATION and plinth withapproved quality of stone chips 20 mm to 6 mmsize graded and clean coarse sand of F.M. 2.5 to 3including screening, shuttering, mixing cementconcrete in mixer, placing in position vibratingstriking curing (but excluding the cost ofreinforcement) taxes and royalty all complete as

b ildi ifi i d di i f E/I 45.62 CU.M - 7 . Providing R.C.C. M-20 with nominal mix of 1:1.5:3

in COLUMN with approved quality of stone chips20 mm to 6 mm size graded and clean coarse sandof F.M. 2.5 to 3 including screening shuttering,mixing cement concrete in mixer, placing inposition vibrating, striking, curing (but excluding thecost of reinforcement) taxes and royalty allcomplete as per building specification and directionof Engineer Incharge 144.46 CU.M -

8 . Providing R.C.C. M-20 with nominal mix of 1:1.5:3in BEAM with approved quality of stone chips 20mm to 6 mm size graded and clean coarse sand ofF.M. 2.5 to 3 including screening shuttering, mixingcement concrete in mixer, placing in positionvibrating, striking, curing (but excluding the cost ofreinforcement) taxes and royalty all complete asper building specification and direction of EngineerIncharge

61.48 CU.M - 9 . Providing R.C.C. M-20 with nominal mix of 1:1.5:3

in LINTEL BAND with approved quality of stonechips 20 mm to 6 mm size graded and cleancoarse sand of F.M. 2.5 to 3 including screeningshuttering, mixing cement concrete in mixer,placing in position vibrating, striking, curing (butexcluding the cost of reinforcement) taxes androyalty all comple as per building specificationanddirection of E/I 5.57 CU.M -

Page 66: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

3

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT10 . Providing R.C.C. M-20 with nominal mix of 1:1.5:3

in LINTEL with approved quality of stone chips 20mm to 6 mm size graded and clean coarse sand ofF.M. 2.5 to 3 including screening shuttering, mixingcement concrete in mixer, placing in positionvibrating, striking, curing (but excluding the cost ofreinforcement) taxes and royalty all comple as perbuilding specificationand direction of E/I.

3.43 CU.M - 11 . Providing R.C.C. M-20 with normal mix of 1:1.5:3

in ROOF SLAB with approved quality of stonechips 20 mm to 6 mm size graded and cleancoarse sand of F.M. 2.5 to 3 including screeningshuttering, mixing cement concrete in mixer,placing in position vibrating, striking, curing (butexcluding the cost of reinforcement) taxes androyalty all complete as per building specificationand direction of E/I

71.48 CU.M - 12 . Providing 63 mm thick R.C.C. M-20 with nominal

mix of 1:1.5:3 in CHAJJA with approved quality ofstone chips 20 mm to 6 mm size graded 20 mm to10 mm, 10 mm to 6 mm stone chips byvolume(2:1) and clean coarse sand of F.M. 2.5 to 3including making drip course mix in concrete inmixer, placing in position screening, vibrating,striking, and providing 6 mm cement plaster (1:4)in ceiling and sides of Chajja with making dripcourse curing (but excluding the cost ofreinforcement) taxes and royalty all complete asper building specification and direction of Engineer 16.93 SQ..M -

13 . Providing 35 mm thick precast R.C.C. M- 20 with nominal mix of (1:1.5:3) shelves with approvedquality of stone chips 12mm to 6mm size gradedand clean coarse sand of F.M. 2.5 to 3 with 1.5 mmcement punning at top and side and 6mm cementplaster (1:4) at bottom including screening , curingand placing the slab in position(but excluding thecost of reinforcement) taxes and royalty allcomplete as per building specification anddirection of E/I

7.22 SQ.M - 14 . Providing designation 75A brick work in C.M.

(1:6) in foundation & plinth with approved qualityof clean coarse sand of F.M. 2 to 2.5 includingproviding 10mm. thick mortar joints,cost ofscreening materials raking out joints to 15mmdepth , curing, taxes & royalty all complete as perbuilding specification & direction of E/I.

14.64 CU.M -

Page 67: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

4

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

15 . Providing 25 mm thick DAMP PROOF COURSEwith cement concrete M-20 with nominal mix1:1.5:3 with approved quality of stone ships of 20mm to 6 mm (20mm to 10 mm : 10 mm to 6 mmstone chips 2:1) size graded and clean coarsesand of F.M. 2.5 to 3 including screening, mixingcement concrete in mixer with 5% Cico or anyother approved water proofing compound andplacing in position, striking, curing taxes androyalty and complete as per building specificationand direction of E/I 20.41 SQ.M -

16 . Providing designation 75 A BRICK WORK in CM.(1:6) in SUPERSTRUCTURE with approvedquality of clean coarse & of F.M. 2.5 includingproviding 10mm thick mortar joints cost ofscreening,racking out joints to 15 mm depth,curing,taxes and royalty all complete as per buildingspecification and direction of Engineer Incharge

104.11 CU. M - 17 . Providing 125 mm thick REINFORCED

DESIGNATION 75 A BRICK WORK in C.M. (1:4)in SUPERSTRUCTURE with approved quality ofclean coarse sand of F.M. 2 to 2.5 including thecost of screening, cost of materials, racking outjoints to 15 mm depth, carriage, taxes and royalty(but excluding the cost of reinforcement) allcomplete as per building specification and directionof Engineer Incharge 418.73 SQ.M -

18 . Extra for providing and placing in position 2 Nos6mm dia. M.S. bars at every third course of halfbrick masonry.

418.73 SQ.M - 19 . Providing 12 mm Thk. cement plaster (1:6) on

inside walls with clean course sand of FM-1.5including, making grooves 20x6mm below beam,screening, curing with all leads & lifts of water,scaffolding taxes & royalty all complete as perbuilding specification and direction of E/I

1205.95 SQ.M.20 . Providing 6mm cement plaster(1:4) in ceiling

with clean course sand of FM-1.5 includingscreening, curing with all leads & lifts of water,scaffolding taxes & royalty all complete as perbuilding specification and direction of E/I

596.14 SQ.M. -

Page 68: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

5

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

21 . Providing 12 mm thick water proof CEMENTPLASTER (1:6)on outside wall with clean coarsesand of F.M.1.5 and 5% cico including cost ofscreening, curing making grooves with all leadsand lifts of water, scaffolding, taxes and royalty allcomplete as per building specification and directionof E/I.

926.10 SQ.M - 22 . Providing 18 mm thick & 75mm wide raised band

with cement mortar over plaster area in two coatsunder layer 12 mm thick with cement mortar 1:4 (1cement : 4 coarse sand) top layer 6 mm thick withcement mortar 1:3 (1 cement : 3 fine sand).

1200.00 METRE - 23 . Providing and making Moulding in R.C.C. work as

per design and approved sample. (Each mouldinglength will be Measured)

3500.00 METRE - 24 . Providing tor steel reinforcement TMT FE 500 of

following dia. rods as per approved design and drawingincluding carriage of bars to work site, cutting, bendingand binding with annealed wire with cost of wire,removal of rust placing the rods in position allcomplete as per building specification and directionand direction of E/I. (APPROVED BRAND - TATA TISCON / SAIL)

TOR 8MMDIA. TO 32 MM DIA. 53.000 MT - 25 . Providing and fixing circular/ Hexagonal cast iron

or M.S. sheet box for ceiling fan clamp, ofinternal dia 140 mm, 73 mm height, top lid of 1.5mm thick M.S. sheet with its top surface hacked forproper bonding, top lid shall be screwed into thecast iron/ M.S. sheet box by means of 3.3 mm diaround headed screws, one lock at the corners.Clamp shall be made of 12 mm dia M.S. bar bentt h t d d d i 22.00 EACH -

26 . Providing and laying 10 mm th. (or as per manufacturer)VITRIFIED FLOOR TILES with water absorption lessthan 0.08% and confirming to IS : 15622, of approvedmake, in all colours and shades, laid on 20 mm thickcement mortar 1:4 (1 cement : 4 coarse sand) includinggrouting the joints with white cement and matchingpigments etc. complete.SIZE OF TILE- 605MMX605MM, Basic Rate ofTile = Rs 950 00 per Sq m (ASIAN GRESTEK)

356.53 SQ. M - 27 . Providing and laying 12 mm th. composite engineered

marble, Dark Brown (asian make) in floor with cementmortar (1:3), as per apprved sample & design, completejob.

39.64 SQ. M -

FLOORING WORKS

Page 69: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

6

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

28 . Providing and laying 20 mm thick kotah stonetiles in floor, Tread or risers of steps, skirtingand pillars of approved size texture and colourlaid over 12 mm thick cement mortar (1:3) andjointed with grey cement slurry mixed with pigmentto match the shade of slab including rubbing togranolithic finish with approved quality ofcarborandum stone including cost of curing taxesand royalty all complete as per building

ifi ti d di ti f E/I 10.82 SQ. M - 29 . Providing and laying 18 mm thick granite stone slab

flooring, counter top or similar & skirting ofapproved quality over 19mm thick base of cementmortar 1:4 (1cement :4 coarse sand) laid and jointedwith white cement slurry including cost of makingmoulding, rubbing and polishing to granolithic finish withapproved quality of carborandum stone including cost ofcuring, royalty and taxes all complete as per building

ifi ti d di ti f E/I 130.12 SQ.M - 30 . Providing and laying 8.5 mm th. (or as per

manufacturer) CERAMIC/ VITRIFIED TILES ofapproved make, in all colours and shades in DADO ofToilets and over 12 mm thick bed of cement mortar 1:3(1 cement : 3 coarse sand) including grouting the jointswith white cement and matching pigments etc.complete. SIZE OF TILE- 300MMX600MM, Basic Rate ofTile = Rs 750 00 per Sq m (KAJARIA /ASIAN 376.78 SQ. M -

31 . Providing and fixing stone slab table rubbed, edgesrounded and polished of size 75x50 cm deep and1.8 cm thick fixed in Urinal Partitions by cutting achase of appropriate width with chase cutter andembedding the stone in the chase with epoxy groutor with cement concrete 1:2:4(1cement :2 coarsesand : 4 stone chips)as per direction of E/I andfinished smooth.Granite Stone of approved shade 3.34 SQ. M -

32 . Providing and laying matt finished vitrified tile ofsize 300x300x9.8mm having with water absorptionless than 0.5% and conforming to IS: 15622 ofapproved make in all colours and shades in for outdoor floors such as footpath, court yard, multimodals location etc., laid on 20mm thick base ofcement mortar 1:4 (1cement : 4 coarse sand) in allshapes & patterns including grouting the joints withwhite cement mixed with matching pigments etc.complete as per direction of Engineer-in-Charge.(Approved Brand Pavit/ Kajaria) 27.11 SQM -

Page 70: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

7

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

33 . Providing and fixing at or near ground levelprecast cement concrete in kerbs, edgings etc.as per approved pattern and setting in position withcement mortar 1:3 (Cement :3 coarse sand),including the cost of required centering, shutteringcomplete with -1:1/2:3 (1 Cement :2 coarse sand :4 graded stoneaggregate 20 mm nominal size)

4.28 CU. M -

34 . suppling , fitting and fixing good quality well dressedand well seasoned sal wood work in chaukhat indoors & window opening including m.s.clamps allincluding application of two coats of wood preservativeof approved quality on the surface , building walls andlintel all complete as per building specification and

2.62 CU. M - 35 . Providing and fixing ISI marked 30 mm th. flush door

shutters (pure pine) conforming to IS : 2202 (Part I)non-decorative type, core of block board constructionwith frame of 1st class hard wood and well matchedcommercial 3 ply veneering with vertical grains or crossbands and face veneers on both faces of shutters withstainless fittings such as hinges, tower bolts, doorstopper & taxes all complete as per detail drawingbuilding specification & direction of the E/I. (ApprovedBrand - Century/ Green/ Duro)

50.27 SQM - 36 . Providing and fixing 1.0 mm thick decorative

woodgrains LAMINATES with adhessive (fevicol)over flush door surface, including making groove/pattern as per approved design. Approved Brand -Greenlam/ Sunmica/ Century Laminates.

70.84 SQ. M - 37 . Providing and fixing wooden Paneling over wall

around door with 19mm th. Board and 1.0mm th.Laminate fixed over wall or opening above doorincluding framework with 19mm board and 2 no. of19mm th. board provided at top of shutter, fevicol andnails, etc. complete job. Approved Brand - Greenlam/Sunmica/ Century Laminates.

179.04 SQ. M - 38 . Providing and fixing PVC rigid foam sheet 1mm

thick on existing door shutter (Bathroom & w.c.)using synthetic rubber based adhesive. (FevicolSR 998 or equivalent).

19.51 SQ. M - 39 . Supplying, fitting & fixing 6mm th. clear glass with

polished teakwood bead in door shutter, includingcutting of door shutter, taxes all complete as per detaildrawing & direction of the E/I.

5.03 SQM -

DOORS & WINDOWS WORKS

Page 71: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

8

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

40 . Supplying, fitting and fixing 60 micron Champagnecolour powder coated, 2 tracks with 4 mm floatglass sliding Windows made from standardextruded section of Hindalco / Jindal (only) of thestandard sizes and thickness including providingof weather silicon sealant over backer rod in gap ofaluminium frame and plastered wall, as perapproved design and drawing :-

Including cost of all accessories, roller, gaskets,bushes etc., complete as per detail drawings,specifications and direction of E/i.

61.13 SQ.M. - 41 . Supplying, fitting and fixing 60 micron Champagne

colour powder coated Aluminium openable orfixed door shutters/ Partitions with 5.5 mm plateglass on top with eatching on glaasas perapproved sample & prelaminated board in bottomsection, made from standard extruded section ofHindalco / Jindal (only) of the standard sizes andthickness including providing of weather siliconsealant over backer rod in gap of aluminium frameand plastered wall as per approved design and Including cost of all hardware, i.e. -hinges, handles,tower bolts, gaskets, bushes etc., complete as perdetail drawings, specifications and direction of E/i.

67.83 SQ.M - 42 . Providing and fixing Double action hydraulic floor

spring of approved brand and manufactureI.S.:6315 marked, Hardwyn Make (Model 3000) orequivalent for doors including cost of cutting floorsas required, embedding in floors & cover plateswith brass pivot and single piece M.S. sheet outerbox with side plate etc.complete as per thedirection of E/I.WITH STAINLESS STEEL COVER PLATE:-

2.00 EACH - 43 . Providing and fixing aluminium extruded section

body tubular type universal hydraulic door closer(having brand logo with ISI, IS : 3564, embossedon the body, door weight upto 36 kg to 80 kg anddoor width from 701 mm to 1000 mm), with doublespeed adjustment with necessary accessories andscrews etc. complete.. (Approved Brand - GODREJ/ DORSET)

IN DOORS 10.00 EACH - 44 . Providing and fixing 100 mm brass Locks (best

make of approved quality) for aluminium doorsincluding necessary cutting and making good etc.complete.(Approved Brand - Godrej/ Doorset) 13.00 EACH -

Page 72: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

9

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

45 . Providing and fixing bright finished brass 100 mmmortise latch with one dead bolt and a pair oflever handles of approved quality with necessaryscrews etc. complete. (Approved Brand - Doorset)

12.00 EACH - 46 . Providing and fixing chromium plated brass 100

mm mortice latch and lock with 6 levers and apair of lever handles of approved quality withnecessary screws etc. complete.

4.00 EACH - 47 . Extra for providing lipping with 2nd class teak

wood battens 25mm minimum depth on all edgesof shutters (over all area of door shutter to bemeasured).

50.28 SQ. M - 48 . Supplying, fitting & fixing M.S. GRILL as per

approved design and drawing properly fabricatedwith joints continuous fitted, welded and finishedsmooth, hoisting, including a coat of read leadpaint (primer) as per building specification anddirection of E/I.

1645.00 KG. -

49 . Providing applying plaster of paris putty of 2mmthickness over plastered surface to prepare thesurface even and smooth copmlete .

1802.09 SQ.M - 50 . Providing two coats of plastic emulsion paint of

approved shade and make over a coat of cementprimer over new surface including preparing theplastered surface by rubbing smooth with pumicestone or fine sand paper applying putty whereverrequired scaffolding washing of floors and taxes allcomplete as per building specification and directionof E/I

1802.09 SQ.M - 51 . Finishing walls with Premium Acrylic Smooth

exterior paint with Silicone additives of requiredshade :New work (Two or more coats applied @ 1.43 ltr/10 sqm over and including priming coat of exteriorprimer applied @ 2.20 kg/ 10 sqm)

943.03 SQ.M - 52 . Providing & laying Apex duracast 1.5 mm th. Finetex

exterior texture finish composed of high quality exterior durable acrylic modified resin with texture pattern (as per approved).

471.52 SQ.M -

FINISHING WORKS

Page 73: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

10

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

53 . Providing and applying white cement based puttyof average thickness 1 mm, of approved brand andmanufacturer, over the plastered wall suface toprepare the surface even amd smooth complete.

471.52 SQ.M - 54 . Providing 2 coats of SYNTHETIC ENAMEL PAINT

of approved shade and make over STEEL SURFACE grills & railings including cleaning thesurface thoroughly scaffolding and taxes allcomplete as per building specification and directionof E/I.

61.13 SQ.M - 55 . Providing two coats of SYNTHETIC ENAMEL

PAINT of approved shade and make over newWOODEN surface including cleaning the surfaceafter removing dirt, scales, grease and sandpapering, including cost of scaffolding etc. allcomplete as per building specification dirction ofE/I.

10.05 SQ.M -

56 . Providing and laying integral cement based waterproofing treatment including preparation ofsurface as required for treatment of roof terraces etc. consisting of following operations.

(a) Applying and grouting a slurry coat of neat cementusing 2.75 kg/sqm of cement admixed with proprietarywater proofing compound conforming to IS : 2645 overthe RCC slab including cleaning the surface beforetreatment.

(b) Laying cement concrete using broken bricks/brick bats25 mm to 100 mm size with 50% of cement mortar ofmix 1:5 ( 1 cement : 5 coarse sand ) admixed withproprietary water proofing compund conforming to IS:2645 over 20 mm thick layer of cement mortar 1:5 (1cement : 5 coarse sand ) admixed with proprietary waterproofing compund conforming to IS :2645 to requiredslope and treating similarly the adjoining walls upto 300mm height including rounding of junctions of walls andslabs

(c) After two days of proper curing applying a second coatof cement slurry admixed with proprietary water proofingcompound conforming to IS: 2645.

(d) Finishing the surface with 20 mm thick jointless cementmortar of mix 1:4 ( 1 cement : 4 coarse sand ) admixedwith proprietary water proofing compund conforming toIS : 2645 and finally finishing the surface with trowelwith neat cement slurry and making of 300X300 mmsquare.

WATER PROOFING TREATMENT

Page 74: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

11

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

(e) The whole terrace so finished shall be flooded withwater for minimum period of two weeks for curing andfor final test. All above operations to be done in orderand as directed and specified by the Engineer-in-Charge.With average thickness of 120 mm and minimumthickness at khurra as 65 mm. (WORKS TO BE DONEBY REGISTERED APPLI CATOR OF PIDILITE/PERMA/ SIKA/ ROFF WITH 10 YRS. GUARANTEE.)

290.78 SQ.M - 57 . Providing and laying water proofing treatment in sunken

portion of WCs, bathroom etc., by applying cementslurry mixed with water proofing cement compoundconsisting of applying : a) First layer of slurry of cement@ 0.488 kg/sqm mixed with water proofing cementcompound @ 0.253 kg/ sqm. This layer will be allowedto air cure for 4 hours. b) Second layer of slurry ofcement @ 0.242 kg/sqm mixed with water proofingcement compound @ 0.126 kg/sqm. This layer will beallowed to air cure for 4 hours followed with water curingfor 48 hours. The rate includes preparation of surface,treatment and sealing of all joints with waterproof mortarpoured grouting with nozzle pressure, corners, junctionsof pipes and masonry with polymer mixed slurry.

50.29 SQ. M -

58 . Providing fixing thermal insulation of ceiling(under deck insulation) with Resin Bonded Fibreglass wool conforming to IS : 8183, density 24kg /m3, 50mm thick, wrapped in 200 G VirginPolythene 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 ofbuilding.

287.99 SQ.M - 59 . Providing and fixing Roller Blind as per approved

sample. (VISTA LEVELLOR) including all fittings andlabour, complete job.

61.13 SQ.M -

MISCELLANEOUS WORK

Page 75: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

12

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

60 . Providing & Fixing of Armstrong Mineral FibreAcoustical Suspended Ceiling System with DUNEMAX (MICRO LOOK) EDGE TILES WITHARMSTRONG SUPRAFINE 15 mm EXPOSED STEELANGLE. The tiles should have Humidity Resistance(RH) of 95%, NRC 0.70, Light Reflectance >85%,Thermal Conductivity k = 0.052- 0.057 w/m K, ColourWhite, Fire Performance Class 0/Class 1 (BS 476 Part6&7) in module size of 600 X 600 X 20 mm with BioBlock coating on the face of the tile, suitable for GreenBuilding application, with Recycled content of 81%. TheSteel Angle should be of “Armstrong” make with 15mmwide T - section flanges colour white having rotarystitching on all T sections i.e. the Main Runner, 1200mm & 600 mm Cross Tees with a web height of 43mmand a load carrying capacity of 23.71 Kgs/M2. The TSections have a Galvanizing of 120 grams per M2 &passed through 500 hrs of Salt test. The Tile & SteelAngle system used together should carry a 15 yearwarrantee.

INSTALLATION: To comprise main runner spaced at1200mm centres securely fixed to the structural soffitusing Armstrong suspension system (specificationsbelow) at 1200mm maximum centre. The First/LastArmstrong suspension system at the end of each mainrunner should not be greater than 450mm from theadjacent wall. Flush fitting 1200mm long cross tees tobe interlocked between main runners at 600mm centreto form 1200 x 600 mm module. Cut cross tees longerthan 600mm require independent support. 600 x600mm module to be formed by fitting 600mm longflush fitting cross tees centrally between the 1200 mmcross tees. Perimeter trim to be Armstrong wall anglesof size 3000x19x19mm, secured to walls at 450 mmmaximum centres.ARMSTRONG SUSPENSION SYSTEM accessoriesmanufactured and supplied by Armstrong WorldIndustries consisting of M6 Anchor Fasteners withVertical Hangers made of Galvanised steel of size 26 x26 x 25 x 1.2mm with a Galvanised Thickness of80gsm, A pre Straightened Hanger wire of dia – 2.68mm of 1.83 m length., thickness of 80gsm and a tensilestrength of 344-413 MPa, along with Adjustable hookclips of 0.8mm thick, galvanised spring steel for 2.68mm with a minimum pull strength of 110 kg. Theadjustable clip also consists of a 3.5 mm aquiline wire tobe used with the main

390.44 SQ.M -

Page 76: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

13

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

61 . Providing and fixing false ceiling at all height includingproviding and fixing of frame work made of specialsections, power pressed from M.S. sheets andgalvanized with zinc coating of 120 gms/sqm (both sideinclusive) as per IS : 277 and consisting of angle cleatsof size 25 mm wide x 1.6 mm thick with flanges of 27mm and 37mm, at 1200 mm centre to centre, oneflange fixed to the ceiling with dash fastener 12.5 mmdia x 50mm long with 6mm dia bolts, other flange ofcleat fixed to the angle hangers of 25x10x0.50 mm ofrequired length with nuts & bolts of required size andother end of angle hanger fixed with intermediate G.I.channels 45x15x0.9 mm running at the spacing of 1200mm centre to centre, to which the ceiling section 0.5mm thick bottom wedge of 80 mm with tapered flangesof 26 mm each having lips of 10.5 mm, at 450 mmcentre to centre, shall be fixed in a directionperpendicular to G.I. intermediate channel withconnecting clips made out of 2.64 mm dia x 230 mmlong G.I. wire at every junction, including fixingperimeter channels 0.5 mm thick 27 mm high havingflanges of 20 mm and 30 mm long, the perimeter of 12.5 mm thick tapered edge gypsum plain board conforming to IS: 2095- Part I, (Approved Brand - India Gypsum/ Saint Gobain)

68.90 SQ.M - 62 . Provididng and fixing machine moulded

aluminium covering of approved pattern anddesign, made out of machine cut aluminium sheetand machine holed for receiving dash fasteners ,over Expansion Joints on vertical surfaces/ceiling with full threaded, the fixing on plate in onerow on one side of joint only shall be done withstainless steel dash fastener of 8mm dia and75mm long bolt including providing aluminiumwashers 2 mm thick, 15 mm dia. at a staggeredpitch of 200 mm centre to centre including drillingholes in the receiving surface and providedexpandable plastic sleeves in holes etc. completeas per direction of E/I.

Powder coated aluminium sheet 2.5 mm thick(Minimum thickness powder coating 50 micron)

6.64 SQ.M - 63 . Providing 250 mm wide BRICK DRAIN in cement

mortar (1:6) with avarage 150mm. Clear depth and250 mm apron including cost of earthwork involvedwith 75m cement concrete (1:4:3) over one brickdesignation 75A, flat soling in proper grade andslope at the base , the drain dully plastered inC.M.(1:3) with puning over exposed surface allcomplete as per building specification and directionof E/I.

50.00 M -

Page 77: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

14

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

64 . Providing & fixing on wall face unplasticised -Rigid P.V.C. rain water pipes conforming to IS:13592 Type A including jointing with seal ringconforming to IS: 5382 leaving 10mm gap forthermal expansion . Single socket ed pipes with allfittings. 110 mm dia110 MM RAIN WATER PIPE 59.50 M

65 . Providing and placing on terrace 4 layerpolyethylene water storage tank ISI : 12701marked indicating the BIS License No. with coverand suitable locking arrangement and makingnecessary holes for inlet, outlet and overflow pipesbut without fittings and the base support of tank.(Approved Brand - Supreme)

10000.00 LTRS - 66 . Providing and fixing 18 Guage (304 G) 38 mm dia.

handrail on wall as specified with all fittings andtaxes complete.

15.24 M - 67 . Providing septic tank for 100 users masonary

septic tank of size (18'-0'x5'-0'x6'-0")effective sizeand I.C. of requried size with 250 mm thick brickwall in cement mortar (1:4) including base of 4"thick PCC (1:3:6) over brick soling and sand fillingwith two coats of CICO plaster (1:4) with punningand providing and fixing CI cover with frame(Heavy duty) including sealing coal tarring of covercomplete with all earth work excavation back fillingand disposal of surplus earth as per detailsdrawing & carriage of materials, complete job.

1.00 EACH - 68 . Making Soak Pit 2.5 m diameter 3.0 meter deep

with 45x45cm dry briick honey comb shaft withbricks of class designation 75 and S.W. drain pipe100 mm diameter, 1.8m long complete as perstanderd design .

1.00 EACH -

SANITARY & WATER SUPPLY WORKS69 . Providing and fixing water closet squatting pan

(Indian type W.C. pan) with 100 mm sand castiron P or S trap, 10 litre low level white Dual P.V.C.Flushing cistern with munally controlled device(handle lever) conforming to IS:7231 Parryware/Hindware with all fittings and fixtures completeincluding cutting and making good the walls andfloors wherever required.

Page 78: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

15

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

White Vitreous China Orissa pattern W C pan ofsize 580 X 440 mm with integral type foot rest.

EACH - 70 . Providing and fixing white vitreous china pedestal

type water closet (European type W.C. pan) withseat and lid, 10 litre low level white Dual P.V.C.flushing cistern with manually controlled devicde(handle lever), conforming to IS:7231,parryware/Hindware/with all fittings and fixturescomplete including cutting and making good thewalls and floors wherever required.

W.C. pan with ISI marked white solid plasticseat and lid. 14 EACH -

71 . Providing and fixing Wash basin with C.I/M.Sbrackets, 15mm C.P. pillar cock 32mm C.P brasswaste of cutting and making good the wthereverrequire. Falt back wash basin size 630X450 mm with asingle 15mm C. P. pillar tap. EACH -

72 . Providing and fixing oval shaped counter top Wash basin (with rim) with cutting and making good thewtherever require all complete.

(A) BASIN OVAL 56X41 CM WITH C.P. WASTECOUPLING - 14 EACH -

(B ) PILLAR TAP - Auto Closing 14 EACH - 73 . Providing and fixing PTMT Bottle Trap for Wash

basin and sink Bottle trap 31mm single piecemoulded with height of 270 mm, effective length oftail pipe 260 mm from the centre of the wastecoupling, 77 mm breadth with 25 mm minimumwater seal, weighing not less than 260 gms

42.0 EACH - 74 . Providing and fixing C.P. towel ring round shape

and round flange with concealed fittings..ACN1121BN, JAQUAR 14 EACH

75 . Providing and fixing white vitreous china flat backhalf stall urinal (flat back large) of390X375X590mm, parryware/Hindware withfittings, standard size C.P. brass flush pipe,spreaders and clamps (all in C.P. brass with wastefitting as per IS : 2566 P.V.C. trap with outletgrating and other couplings in C.P. brass includingparenting of fitting and cutting and making goodthe walls and floors wherever required.

28.0 EACH - 76 . Providing and fixing C.P. brass bib cock of

approved quality, F330011, hindware/ jaquar

Page 79: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

16

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

I) 15mm nominal bore approved brand C.P. fittings 1 EACH -

II) 15mm nominal bore approved brand 2 in 1 C.P.fittings, 14 EACH -

77 . Providing and fixing C.P.brass long body bibcock of approved quality.15mm nominal bore approved brand C.P. fittings

2 EACH78 . Providing and fixing C.P. brass angle valve for

basin mixer, gyser & others points of approvedquality conforming to IS 8931 15mm nominal bore,approved brand C.P. fittings. Single way with flange, 33006, hindware/ jaquar

36 EACH - Two way with flange 10 EACH -

79 . Providing and fixing C.P Soap Dish Holder havinglength of 138 mm breadth 102 mm, height of75mm with concealed fitting arrangements,weighing not less than 106 gms JAQUAR .ACN 12 EACH -

80 . Providing and fixing UPVC ball valve of approvedquality, High or low pressure, with plastic floatscomplete. (SUPREME/ ASTRAL)

a) 20mm nominal bore 2 EACH - b) 25mm nominal bore 4 EACH - c) 32mm nominal bore 2 EACH - 81 . Providing and fixing 600x450 mm beveled edge

mirror of superior glass (of approved quality)complete with 6 mm thick hard board ground fixedto wooden cleats with C.P. brass screws andwashers complete.

12 EACH - 82 . Providing and fixing PTMT grating of approved

quality and colour.18.58.2 Rectangular type with openable circular lid18.58.2.1 150 mm nominal size square 100 mmdiameter of the inner hinged round grating

36.0 EACH - 83 . Providing and fixing stainless steel A ISI 304(18/8)

kitchen sink 610x510mm bowel depth 200mmas per I.S.13983 with C.I. Brackets stainless steelplug 40mm including painting of fittings andbrackets cutting and making goods the wallswherever required:,

EACH - 84 . Providing and fixing C.P. brass sink cock of

approved quality conforming to IS standards.15mm nominal boreCON 347 KN, JAQUAR/ DF200024 HIDWARE EACH -

Page 80: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

17

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

85 . Providing and fixing unplasticised P.V.C.connection pipe with c.p. nuts collar and bush ofapproved quality. (APPROVED BRAND -SUPREME)15 mm nominal bore with 60 cm length. 20.0 EACH -

86 . provding and laying of P.V.C. pipe including allfittings as required.

a) 75 mm outer dia 90.0

METRE -

b) 110 mm outer dia 110.0

METRE -

87 . Providing and fixing Chlorinated Polyvinyl Chloride(CPVC) pipes, having thermal stability for hot &cold water supply including all CPVC plain & brassthreaded fittings including fixing the pipe withclamps at 1.00 m spacing. This includes joining ofpipes & fittings with one step CPVC solvent cementand the cost of cutting chases and making goodthe same including testing of joints complete as perdirection of E/I.(Approved Brand - ASTRAL/SUPREME)Concealed work including cutting chases andmaking good the wall etc..20mm dia 90 METER -

88 . Providing and fixing UPVC pipes, having thermalstability for hot & cold water supply including allCPVC plain & brass threaded fittings includingfixing the pipe with clamps at 1.00 m spacing. Thisincludes joining of pipes & fittings with one stepCPVC solvent cement & testing of joints completeas per direction of E/I. (Approved Brand - ASTRAL)

Exposed on Wall a) 25mm dia 125 METER - b) 32 mm dia. 75 METER - 89 . Providing and fixing P.V.C. DRAIN pipe with collar

of approved quality Double socket. (APPROVEDBRAND - SUPREME/ ASTRAL)160 MM dia pipe 125 METER -

Page 81: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

18

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

90 . Constructing brick masonary chamber forUnderground C. I. Inspection Chamber and bendwith 75 class designation bricks in cement mortar1:4 (1 cement : 4 coarse sand) C.I. Cover withframe (light duty) 455X610 mm internaldimensions, total weight of cover with frame to benot less than 38 KG. (weight of cover 23 kg. andweight of frame 15 kg) RCC top slab with 1:1.5:3mix (1 cement:1.5 coarse sand : 3 graded stoneaggregate 20 mm nominal size) foundationconcrete 1:5:10 mix (1 cement:5 coarse sand :10graded stone aggregate 40 mm nominal size),inside plastering 12 mm th. with cement mortar 1:3(1 cement : 3 coarse sand) finished smooth with afloating coat of neat cement on walls and bedconcrete etc. complete as per standard design:

Inside dimensions 455X610X mm and 45 mmdeep

15 EACH - 91 . Providing and fixing c.p. JET SPRAY in comode

with connection pipe.14.0 EACH

92 . Pvc trap (Supreme) including all fittings

36.00 EACHELECTRICAL WORKS (FOR NEW WING & RENOVATION WING)

SUB - DISTRIBUTION / CIRCUIT / POINT WIRING (IN RECESSED / SURFACE PVC CONDUITS)93 . Supply and Fixing of light / fan points with 1.5

sq.mm PVC insulated copper conductor 1100 voltsgrade stranded flexible wires of approved make inconcealed or surface mounted suitable size of PVCConduit including providing and fixing of 6 Amps singlepole rocker operated flush mounted moduler switchof approved quality make & design in 2 mm thick GIbox and earthing of fixtures and the outlet box with1.0 sq.mm PVC insulated copper conductor strandedflexible wire, complete in all respect.(CIRCUIT IS PAIDSEPARATELY)

a Primary point controlled by one 6/10 Amps switch. 152 POINT - b Secondary point with 2x1.5 sq.mm+1X1.0 sqmm

copper wire 200 POINT -

94 . Supply and Fixing of moduler type 16/6 Amps switch &16Amps socket outlet with box & cover plate.

80 EACH -

95 . Supply and Fixing of module type 6/10 Amps switch &socket outlet on existing switch boad.

20 EACH -

96 . Supply and Fixing of moduler type 6 Amps socket outlet & switch with box & cover plate etc.as required.

70 EACH -

97 . Supply & Fixing of moduler type 6A 5 pin socket 3 nos & 6/10 A moduler switch 1 nos = 1 set .complete with surround plate & box. (Wiring of UPS point 65 EACH -

Page 82: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

19

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

98 .Supply & Fixing of 6A 3 pin socket outlet moduler with box & cover plate. without wiring.(for wall mounted/exhaust fan )

32 EACH -

99 . Supply & fixing of step type moduler fan reulator. 40 EACH - 100 . Supply & fixing of moduler type blanking plates. 50 EACH -

101 . Supply & fixing of call bell(ding dong ). 2 EACH -

102 . Supply and Laying of following size copper conductorwith required size PVC conduit on walls / ceiling.

a 2 x 1.5+1x 1.5 mm sq. wires 750 M - b 2 x 2.5 + 1x 2.5 mm sq. wires 2700 M - c 2 x 4 + 1x 4 mm sq. wires 2000 M - d 4 x 6 + 2x 6 mm sq. wires 250 M - e 4 x 10 + 2x 10 mm sq. wires 260 M - f 4 x 16 + 2x 16 mm sq. wires 40 M -

103 . Supplying and fixing of following way three pole & neutral, sheet steel , MCB distribution board 415 volts, on surface /recess , complete with tinned copper bushbars ,neutral busbar, earth bar , din bar ,detachable gland plate , interconnections ,phosphatized and powder painted including earthing etc. as requried. ( without MCB/ ISOLATOR)

a 8 WAY (4+24) TPN double door, Horizontal type. 1 EACH - b 6 WAY (4+18) TPN double door, Horizontal type. 5 EACH - c 4 WAY (4+12) TPN double door, Horizontal type. 5 EACH - d 8 WAY SPN double door, 6 EACH - e 2 WAY SPN, 26 EACH -

104 . Supplying and fixing 6 amps to 63 amps, rating, 415/240 volts, 'c' series, maniature circuit breaker of following poles in the existing MCB DB complete with connections, testing and commissioning etc. as required .

a 6 /32amps Single pole 210 EACH - b 6/32amps SPN MCB 32 EACH - c 32amps three pole & neutral 5 EACH - d 40mps three pole & neutral 3 EACH - e 50/63 amps three pole & neutral 2 EACH - II CABLES & END TERMINATION.

105 . Supplying & laying of following 1100 volt grade PVC insulated sheathed XLPE aluminium conductor armoured cables as per specification in existing trenches, cable trays, ducts over bed of sand, clamped includes anchor fastners wall with suitable clamps, saddles fixing bolts including connecting testing and commissioning.

a 3.5 core 185 sq. mm 100 RM - 106 . Cable end termination of the following PVC insulated

sheathed HR / XLPE aluminium conductor armouredcables of 1100 volt grade including supplying and fixingof crimping aluminium lugs, Single compression glandswith earthing facility at both ends of cables etc.complete as required.

a 3.5 core 185 sq. mm 2 EACH - 107 . Trench cutting in soil of suitable size 1.5 feet wide and 2

feet dePOINTh including refilling the trench with sameetc.as reqd (for laying the cable)

90 M -

III EARTHING INSTALLATION (FOR DISTRIBUTIONSYSTEMS, UPS SYSTEM.

Page 83: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

20

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

108 . Supply, Testing & Commissioning, fixing of followingbare GI and Cu strip / wires including all necessaryfixing accessories and effecting connections asper specifications.

a 25 x5mm thick Cu Strip 60 M - b 8 SWG Cu wire 40 M -

109 . Providing, laying , testing and commissioning of 80 mm*3 mtr earth electrode with camical powder for earthingwork. masonry chamber with concrete base CI/ heavyduty chequered plate. mixtures of soil & camicalpowder around earth electrode including digging of pituPOINTo permanent moisture level and as per soilcondition but not less than 3 meters and back fillingas required. 6 EACH -

IV LIGHTING FIXTURES & FANS

Fixing of the following ORIENT Fan / exhaust fan / lighting fixtures with all fixing accessories etc. as required. (Supply will be done by BIT @rate Enclosed)

110 . 36w LED pane light recess type. (Orient) 31 EACH - 111 . 18w LED pane light recess type.(Orient) 43 EACH -

112 . 12w LED pane light recess type. (Orient) 41 EACH -

113 . 6w LED pane light recess type. (Orient) 28 EACH -

114 . 18w LED pane light surface type. (Orient) 122 EACH -

115 . 6w LED pane light surface type. (Orient) 8 EACH -

116 . 400mm Wall mounted fan (Orient) 19 EACH -

117 . 1200MM Ceiling mounted fan(Havell's SS-390) (Orient) 40 EACH -

118 .300MM exhaust fan(MAKE-Havell'sVentil Air DS ) (Orient)

13 EACH -

V TELEPHONE AND COMPUTER WIRING 119 . Supply and laying of of 3 pair 0.5 sq mm FR PVC

insulated copper conductor , unarmoured telephone cable in the existing surface / recessed PVC conduit as required.

1200 RM -

120 . Supply and laying of of FR PVC insulated copper conductor , unarmoured CAT -6 cable in the existing surface / recessed PVC conduit as required.

2000 RM -

121 . Supply and fixing of RJ - 11 one module with M.S box and cover plate etc . As required.

33 nos -

122 . Supply and fixing of RJ - 45 one module with M.S box and cover plate etc . As required.

65 nos -

123 . Supply & Fixing of 25 sq. mm PVC conduit alongwithaccessories in surface/recess including cutting the walland making good the same in case recessed conduit asrequired.

1000 RM -

VI LT PANEL.

Page 84: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

21

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

124 . Fabrication Installation Testing & Commissioning ofsheet steel inclosure with- INCOMING 315amps.FP MCCB 50/36KA with buit in magnetic seting-2 nos,320amp TPN changover system -1nos ,400A TPNbusbar-1 nos,160amps.FP MCCB 50/36KA with buit inmagnetic seting-1 nos,160amp TPN changover system -1nos , 200A TPN busbar-1 nos,3 SET of DIGITALammeter , ASS, CTs,DIGITAL volt meter, VSS, fuses ,3 sets of phase indicating light with fuses,Cu busbarand asso. OUTGOING :-63 A MCCB FP -5 nos,40 AMCCB FP -6 nos, 32 A MCCB FP - 8 nos , 1 SET -

(II) ADMINISTRATIVE BUILDING (RENOVATION WING) CIVIL WORKS1 . EARTH WORK IN EXCAVATION IN

FOUNDATION Trenches in soil and disposal ofexcavated earth as obtained to a distance upto 100M including all lift, leveling ramming the foundationtrenches, removing roots of tree shrubs allcomplete as per approved design, buildingspecification and direction of E/I.

12.93 CU.M - 2 . EARTH FILLING IN FOUNDATION TRENCHES

AND PLINTH in layers not exceeding 150 mmthick well watered, rammed, fully compacted andfine dressed with earth obtained from excavationfoundation trenches within aii lead and lift allcomplete as per building specification and directionof E/I. (mode of measurement compacted volume)

12.93 CU.M3 . Providing coarse clean local SAND IN FILLING in

foundation trenches or in plinth including rammingand watering in layer not exceeding 150 mm thickwith all leads and 1.5 M lifts including cost of allmaterials, labours, royalty and taxes all completeas per building specification and direction ofEngineer Incharge (Mode of measurementcompacted volume)

13.51 CU.M4 . Providing designation 75-A, BRICK/ JHAMA FLAT

SOLING/ joints filled with local sand including costof watering,taxes and royalty all complete as perbuilding specification and direction of EngineerIncharge

42.04 SQ.M -

Page 85: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

22

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

5 . Providing P.C.C. M-10 with nominal mix of (1:3:6)in Foundation with approved quality of stone chips20 mm to 6 mm size graded and clean coarsesand of F.M. 2.5 to 3 including screening,shuttering, mixing cement concrete in mixture,placing in position, vibration, striking, curing, taxesand royalty all complete as per buildingspecification & direction of E/I.

3.15 SQ.M - 6 . Providing R.C.C. M-20 with nominal mix of 1:1.5:3

in LINTEL BAND with approved quality of stonechips 20 mm to 6 mm size graded and cleancoarse sand of F.M. 2.5 to 3 including screeningshuttering, mixing cement concrete in mixer,placing in position vibrating, striking, curing (butexcluding the cost of reinforcement) taxes androyalty all comple as per building specificationanddirection of E/I.

1.41 CU.M - 7 . Providing R.C.C. M-20 with nominal mix of 1:1.5:3

in LINTEL & BEAM with approved quality of stonechips 20 mm to 6 mm size graded and cleancoarse sand of F.M. 2.5 to 3 including screeningshuttering, mixing cement concrete in mixer,placing in position vibrating, striking, curing (butexcluding the cost of reinforcement) taxes androyalty all comple as per building specificationanddirection of E/I.

5.00 CU.M - 8 . Providing 35 mm thick precast R.C.C. M- 20 with

nominal mix of (1:1.5:3) shelves with approvedquality of stone chips 12mm to 6mm size gradedand clean coarse sand of F.M. 2.5 to 3 with 1.5 mmcement punning at top and side and 6mm cementplaster (1:4) at bottom including screening , curingand placing the slab in position(but excluding thecost of reinforcement) taxes and royalty allcomplete as per building specification anddirection of E/I.

3.67 SQ.M - 9 . Providing designation 75A brick work in C.M.

(1:6) in foundation & plinth with approved qualityof clean coarse sand of F.M. 2 to 2.5 includingproviding 10mm. thick mortar joints,cost ofscreening materials raking out joints to 15mmdepth , curing, taxes & royalty all complete as perbuilding specification & direction of E/I.

12.87 CU.M -

Page 86: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

23

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

10 . Providing designation 75 A BRICK WORK in CM.(1:6) in SUPERSTRUCTURE with approvedquality of clean coarse & of F.M. 2.5 includingproviding 10mm thick mortar joints cost ofscreening,racking out joints to 15 mm depth,curing,taxes and royalty all complete as per buildingspecification and direction of Engineer Incharge

FOR REPAIR WORKS - 40.86 CU. M - 11 . Providing 125 mm thick REINFORCED

DESIGNATION 75 A BRICK WORK in C.M. (1:4)in SUPERSTRUCTURE with approved quality ofclean coarse sand of F.M. 2 to 2.5 including thecost of screening, cost of materials, racking outjoints to 15 mm depth, carriage, taxes and royalty(but excluding the cost of reinforcement) allcomplete as per building specification and directionof Engineer Incharge .

95.73 SQ.M - 12 . Extra for providing and placing in position 2 Nos

6mm dia. M.S. bars at every third course of halfbrick masonry.

95.73 SQ.M - 13 . Providing 12 mm Thk. cement plaster (1:6) on

inside walls with clean course sand of FM-1.5including, making grooves 20x6mm below beam,screening, curing with all leads & lifts of water,scaffolding taxes & royalty all complete as perbuilding specification and direction of E/I

499.87 SQ.M.14 . Providing 6mm cement plaster(1:4) in ceiling

with clean course sand of FM-1.5 includingscreening, curing with all leads & lifts of water,scaffolding taxes & royalty all complete as perbuilding specification and direction of E/I

150.00 SQ.M. - 15 . Providing 12 mm thick water proof CEMENT

PLASTER (1:6) on outside wall with clean coarsesand of F.M.1.5 and 5% cico including cost ofscreening, curing making drip course in projection,with all leads and lifts of water, scaffolding, taxesand royalty all complete as per buildingspecification and direction of E/I.

150.00 SQ.M - 16 . Providing 18 mm thick & 75mm wide raised band

with cement mortar over plaster area in two coatsunder layer 12 mm thick with cement mortar 1:4 (1cement : 4 coarse sand) top layer 6 mm thick withcement mortar 1:3 (1 cement : 3 fine sand).

1200.00 METRE -

Page 87: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

24

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

17 . Providing and making Moulding in R.C.C. work asper design and approved sample. (Each mouldinglength will be Measured)

3500.00 METRE - 18 . Providing tor steel reinforcement TMT FE 500 of

following dia. rods as per approved design and drawingincluding carriage of bars to work site, cutting, bendingand binding with annealed wire with cost of wire,removal of rust placing the rods in position allcomplete as per building specification and directionand direction of E/I. (APPROVED BRAND - TATA TISCON / SAIL).

TOR 8MMDIA. TO 32 MM DIA. 1.500 MT - FLOORING WORKS

19 . Providing and laying 12.5mm th. (or as permanufacturer) VITRIFIED FLOOR TILES with waterabsorption less than 0.08% and confirming to IS :15622, of approved make, in all colours and shades,laid on 20 mm thick cement mortar 1:4 (1 cement : 4coarse sand) cement based high polymer modifiedquick set tile adhesive (water based) including groutingthe joints with white cement and matching pigments etc.complete as follows.ASIAN GRANITO (LAPATO SERIES)SIZE OF TILE- 605MMX605MM 707.26 SQ. M -

20 . Providing and laying thickness as per manufacturerDIGITAL RECTIFIED CERAMIC FLOOR TILESKAJARIA make with approved colours and shades, laidon 20 mm thick cement mortar 1:4 (1 cement : 4 coarsesand) or cement based high polymer modified quick settile adhesive (water based) including grouting the jointswith white cement and matching pigments etc. completeas follows.DIGITAL FLOOR TILE JADE WALNUT/ KAJARIA (RECTIFIED) DIGITAL FLOOR TILE BALSAM OAKSIZE OF TILE- 600MMX600MM

151.93 SQ. M - 21 . Providing and laying KAJARIA PAVIGRES 30X30

CM POLAKA IVORY colours and shades in for floors laid on 20mm thick base of cement mortar1:4 (1cement : 4 coarse sand) or cement basedhigh polymer modified quick set tile adhesive(water based) in all shapes & patterns includinggrouting the joints with white cement mixed withmatching pigments etc. complete as per directionof Engineer-in-Charge.

38.32 SQ. M - 22 . Providing and laying 12 mm th. composite engineered

marble (asian make, Crystal) over wall with cementmortar (1:3) or cement based high polymer modifiedquick set tile adhesive (water based) , as per apprvedsample & design, complete job.

DARK BROWN ENGINEERED MARBLE 125.66 SQ. M -

Page 88: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

25

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

23 . Providing and laying 8.5 mm th. (or as permanufacturer) CERAMIC/ VITRIFIED TILES ofapproved make, in all colours and shades in DADO ofToilets and over 12 mm thick bed of cement mortar 1:3(1 cement : 3 coarse sand) including grouting the jointswith white cement and matching pigments etc.complete. SIZE OF TILE- 300MMX600MM, Basic Rate ofTile = Rs. 750.00 per Sq.m. (KAJARIA /ASIAN/SOMANY)

109.28 SQ. M - 24 . Providing and laying 20 mm thick kadappa stone

slab for base of granite counter & support ofslab (vertically 2 slab) of required size includingall cement mortar & araldite (adhessive material)including cost of curing taxes and royalty allcomplete as per building specification and directionof E/I.

8.77 SQ. M - 25 . Providing and laying 18 mm thick granite stone slab

flooring, counter top or similar & skirting ofapproved quality over 19mm thick base of cementmortar 1:4 (1cement :4 coarse sand) laid and jointedwith white cement slurry including cost of makingmoulding, rubbing and polishing to granolithic finish withapproved quality of carborandum stone including cost ofcuring, royalty and taxes all complete as per buildingspecification and direction of E/I. Dark Brown Granite

49.28 SQ.M -

26 . suppling , fitting and fixing good quality well dressedand well seasoned sal wood work in chaukhat indoors & window opening including m.s.clamps allincluding application of two coats of wood preservativeof approved quality on the surface , building walls andlintel all complete as per building specification anddirection of El.

0.12 CUM - 27 . Providing and fixing ISI marked 30 mm th. flush door

shutters (pure pine) conforming to IS : 2202 (Part I)non-decorative type, core of block board constructionwith frame of 1st class hard wood and well matchedcommercial 3 ply veneering with vertical grains or crossbands and face veneers on both faces of shutters withstainless fittings such as hinges, tower bolts, doorstopper & taxes all complete as per detail drawingbuilding specification & direction of the E/I. (ApprovedBrand - Century/ Green/ Duro)

110.50 SQM - 28 . Supplying, fitting & fixing 6mm th. clear glass with

polished teakwood bead in door shutter, includingcutting of door shutter, taxes all complete as per detaildrawing & direction of the E/I.

11.05 SQM -

DOORS & WINDOWS WORKS

Page 89: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

26

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

29 . Providing and fixing 1.0 mm thick decorativewoodgrains LAMINATES with adhessive (fevicol)over flush door surface, including making groove/pattern as per approved design. Approved Brand -Greenlam/ Sunmica/ Century Laminates.

210.93 SQ. M - 30 . Providing and fixing wooden Paneling over wall

around door with 19mm th. Board and 1.0mm th.Laminate fixed over wall or opening above doorincluding framework with 19mm board and makingarrangement for support of door with wood & board asrequired, fevicol and nails, etc. complete job. ApprovedBrand - Greenlam/ Sunmica/ Century Laminates.

202.81 SQ. M - 31 . Providing and fixing PVC rigid foam sheet 1mm

thick on existing door shutter (Bathroom & w.c.)using synthetic rubber based adhesive. (FevicolSR 998 or equivalent).

9.75 SQ. M - 32 . Supplying, fitting and fixing 60 micron Champagne

colour powder coated, 2 tracks with 4 mm floatglass sliding Windows made from standardextruded section of Hindalco / Jindal (only) of thestandard sizes and thickness including providingof weather silicon sealant over backer rod in gap ofaluminium frame and plastered wall, as perapproved design and drawing :-

Including cost of all accessories, roller, gaskets,bushes etc., complete as per detail drawings,specifications and direction of E/i.

87.56 SQ.M - 33 . Supplying, fitting and fixing 60 micron Champagne

colour powder coated Aluminium openable orfixed door shutters/ Partitions with 5.5 mm plateglass on top with eatching on glaasas perapproved sample & prelaminated board in bottomsection, made from standard extruded section ofHindalco / Jindal (only) of the standard sizes andthickness including providing of weather siliconsealant over backer rod in gap of aluminium frameand plastered wall, as per approved design anddrawing :-Including cost of all hardware, i.e. -hinges, handles,tower bolts, gaskets, bushes etc., complete as perdetail drawings, specifications and direction of E/i.

58.33 SQ.M -

Page 90: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

27

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

34 . Providing and fixing Double action hydraulic floor spring of approved brand and manufactureI.S.:6315 marked, Hardwyn Make (Model 3000) orequivalent for doors including cost of cutting floorsas required, embedding in floors & cover plateswith brass pivot and single piece M.S. sheet outerbox with side plate etc.complete as per thedirection of E/I.WITH STAINLESS STEEL COVER PLATE:-

4.00 EACH - 35 . Providing and fixing aluminium extruded section

body tubular type universal hydraulic door closer(having brand logo with ISI, IS : 3564, embossedon the body, door weight upto 36 kg to 80 kg anddoor width from 701 mm to 1000 mm), with doublespeed adjustment with necessary accessories andscrews etc. complete.. (Approved Brand - GODREJ/ DORSET)

36.00 EACH - 36 . Providing and fixing 100 mm brass Locks (best

make of approved quality) for aluminium doorsincluding necessary cutting and making good etc.complete.(Approved Brand - Godrej/ Doorset) 4.00 EACH -

37 . Providing and fixing bright finished brass 100 mmmortise latch with one dead bolt and a pair oflever handles of approved quality with necessaryscrews etc. complete. (Approved Brand - Doorset)

6.00 EACH - 38 . Providing and fixing bright finished brass 100 mm

mortise latch with one dead bolt and a pair oflever handles of approved quality with necessaryscrews etc. complete. (Approved Brand - Doorset)

36.00 EACH - 39 . Extra for providing lipping with 2nd class teak

wood battens 25mm minimum depth on all edgesof shutters (over all area of door shutter to bemeasured).

110.46 SQ. M - 40 . Supplying, fitting & fixing M.S. GRILL as per

approved design and drawing properly fabricatedwith joints continuous fitted, welded and finishedsmooth, hoisting, including a coat of read leadpaint (primer) as per building specification anddirection of E/I.

2356.25 KG. - FINISHING WORKS

Page 91: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

28

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT41 . Providing applying plaster of paris putty of 2mm

thickness over plastered surface to prepare thesurface even and smooth copmlete .

649.87 SQ.M - 42 . Providing two coats of plastic emulsion paint of

approved shade and make over a coat of cementprimer over new surface including preparing theplastered surface by rubbing smooth with pumicestone or fine sand paper applying putty whereverrequired scaffolding washing of floors and taxes allcomplete as per building specification and directionof E/I

2058.27 SQ.M - 43 . Finishing walls with Premium Acrylic Smooth

exterior paint with Silicone additives of requiredshade :New work (Two or more coats applied @ 1.43 ltr/10 sqm over and including priming coat of exteriorprimer applied @ 2.20 kg/ 10 sqm)

1888.72 SQ.M - 44 . Providing & laying Apex duracast 1.5 mm th.

Finetex exterior texture finish composed of high quality exterior durable acrylic modified resin with texture pattern (as per approved).

944.36 SQ.M - 45 . Providing and applying white cement based putty

of average thickness 1 mm, of approved brand andmanufacturer, over the plastered wall suface toprepare the surface even amd smooth complete.

944.36 SQ.M - 46 . Providing 2 coats of SYNTHETIC ENAMEL PAINT of

approved shade and make over STEEL SURFACEgrills & railings including cleaning the surface thoroughlyscaffolding and taxes all complete as per buildingspecification and direction of E/I.

87.56 SQ.M - 47 . Providing two coats of SYNTHETIC ENAMEL

PAINT of approved shade and make over newWOODEN surface including cleaning the surfaceafter removing dirt, scales, grease and sandpapering, including cost of scaffolding etc. allcomplete as per building specification dirction ofE/I.

5.52 SQ.M -

49 . Repairing of existing 15" to 20" th. Cracked Brickwall with following process -

WATER PROOFING TREATMENT

Page 92: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

29

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

a) Cut 3" wide plaster of wall from both side, aftercutting from one side clean the surface and fixingof polymer mesh (heavy duty, as per approved) tocover the crack, polymer coating to be done overnet and top layer to be finished with plaster withcement mortar (1:4) as per required of existing wallincluding cost of curing, scaffolding all complete asper the instruction E/i.

b) After setting of plaster from one side on theother side - 12mm th. Pvc nozzle to be fixed onwall @ 3 nos. in one metre, and grouting to sealthe cracks with cement and groutmix (sika)chemical with presssure grouting machine, aftersealing of cracks wall surface to be finished withcement plaster (1:4) as per required of existingwall including cost of curing, scaffolding allcomplete as per the instruction E/i.

350.00 PER M - 49 . Repairing of existing cracks in floor with 12mm th.

Pvc nozzle to be fixed on roof @ 3 nos. in onemetre, and grouting with cement and groutmix(sika) chemical with presssure grouting machineincluding all taxes all complete as per theinstruction E/i.

75.00 M - 50 . Waterproofing of roof terrace with polymer (Latex

sika) coating over whole area and top surface to befinished with average 1" th. Cement Concreting mixof waterproofing compound (sika) in a slopetowards existing downspout pipes and makinghollar at junction of wall and terrace and making ofkhura all complete as per the instruction E/i.

578.00 SQ. M -

51 . Providing fixing thermal insulation of ceiling(under deck insulation) with Resin Bonded Fibreglass wool conforming to IS : 8183, density 24kg /m3, 50mm thick, wrapped in 200 G VirginPolythene 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 ofbuilding.

461.27 SQ.M - 52 . Providing and fixing Roller Blind as per approved

sample. (VISTA LEVELLOR) including all fittings andlabour, complete job.

87.56 SQ.M -

MISCELLANEOUS WORK

Page 93: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

30

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

53 . Providing & Fixing of Armstrong Mineral FibreAcoustical Suspended Ceiling System with DUNEMAX (MICRO LOOK) EDGE TILES WITHARMSTRONG SUPRAFINE 15 mm EXPOSED STEELANGLE. The tiles should have Humidity Resistance(RH) of 95%, NRC 0.70, Light Reflectance >85%,Thermal Conductivity k = 0.052- 0.057 w/m K, ColourWhite, Fire Performance Class 0/Class 1 (BS 476 Part6&7) in module size of 600 X 600 X 20 mm with BioBlock coating on the face of the tile, suitable for GreenBuilding application, with Recycled content of 81%. TheSteel Angle should be of “Armstrong” make with 15mmwide T - section flanges colour white having rotarystitching on all T sections i.e. the Main Runner, 1200mm & 600 mm Cross Tees with a web height of 43mmand a load carrying capacity of 23.71 Kgs/M2. The TSections have a Galvanizing of 120 grams per M2 &passed through 500 hrs of Salt test. The Tile & SteelAngle system used together should carry a 15 yearwarrantee.

INSTALLATION: To comprise main runner spaced at1200mm centres securely fixed to the structural soffitusing Armstrong suspension system (specificationsbelow) at 1200mm maximum centre. The First/LastArmstrong suspension system at the end of each mainrunner should not be greater than 450mm from theadjacent wall. Flush fitting 1200mm long cross tees tobe interlocked between main runners at 600mm centreto form 1200 x 600 mm module. Cut cross tees longerthan 600mm require independent support. 600 x600mm module to be formed by fitting 600mm longflush fitting cross tees centrally between the 1200 mmcross tees. Perimeter trim to be Armstrong wall anglesof size 3000x19x19mm, secured to walls at 450 mmmaximum centres.ARMSTRONG SUSPENSION SYSTEM accessoriesmanufactured and supplied by Armstrong WorldIndustries consisting of M6 Anchor Fasteners withVertical Hangers made of Galvanised steel of size 26 x26 x 25 x 1.2mm with a Galvanised Thickness of80gsm, A pre Straightened Hanger wire of dia – 2.68mm of 1.83 m length., thickness of 80gsm and a tensilestrength of 344-413 MPa, along with Adjustable hookclips of 0.8mm thick, galvanised spring steel for 2.68mm with a minimum pull strength of 110 kg. Theadjustable clip also consists of a 3.5 mm aquiline wire tobe used with the main

772.25 SQ.M -

Page 94: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

31

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

54 . Providing and fixing false ceiling at all height includingproviding and fixing of frame work made of specialsections, power pressed from M.S. sheets andgalvanized with zinc coating of 120 gms/sqm (both sideinclusive) as per IS : 277 and consisting of angle cleatsof size 25 mm wide x 1.6 mm thick with flanges of 27mm and 37mm, at 1200 mm centre to centre, oneflange fixed to the ceiling with dash fastener 12.5 mmdia x 50mm long with 6mm dia bolts, other flange ofcleat fixed to the angle hangers of 25x10x0.50 mm ofrequired length with nuts & bolts of required size andother end of angle hanger fixed with intermediate G.I.channels 45x15x0.9 mm running at the spacing of 1200mm centre to centre, to which the ceiling section 0.5mm thick bottom wedge of 80 mm with tapered flangesof 26 mm each having lips of 10.5 mm, at 450 mmcentre to centre, shall be fixed in a directionperpendicular to G.I. intermediate channel withconnecting clips made out of 2.64 mm dia x 230 mmlong G.I. wire at every junction, including fixingperimeter channels 0.5 mm thick 27 mm high havingflanges of 20 mm and 30 mm long, the perimeter of 12.5 mm thick tapered edge gypsum plain board conforming to IS: 2095- Part I, (Approved Brand - India Gypsum/ Saint Gobain)

136.28 SQ.M - 55 . Providing & fixing on wall face unplasticised -

Rigid P.V.C. rain water pipes conforming to IS:13592 Type A including jointing with seal ringconforming to IS: 5382 leaving 10mm gap forthermal expansion . Single socket ed pipes with allfittings. 110 mm dia

42.50 M56 . Providing and fixing 0.90Mtr. high (Clear) 18

Guage (304 Grade) STAINLESS STEEL RAILINGFOR staicase with 40mm dia. round or squarebalustrade with cap in every three steps, 50 mmdia. handrail & 3 lines of 19 mm dia. pipe fittedhorizontally in balustarde with tully and masterpillar with all fittings and taxes complete.

14.94 M - 57 . Providing and fixing 18 Guage (304 G) 38 mm dia.

handrail on wall as specified with all fittings andtaxes complete.

3.05 M - 58 . Providing and fixing 1.5" th. Nagpur teak wood well

seasoned for tread and riser of stairs including allpolishing, accessories and fixing materials allcomplete job.

0.96 CU.M -

Page 95: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

32

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

59 . Providing and fixing 3.5' HT. ver. Raing made withdecorative m.s. and teakwood handrail (design ofms 7 handrail to be matched with existing railing)including 2 coats of enamel painting over a coat ofred oxide primer.

22.86 R.M. - DISMANTALING WORKS

60 . Dismantling pucca brick work including stackingserviceable materialsin countable stacks within15m lead and disposal of unserviceable materialswith all lead, all complete as per direction of E/I.

16.27 CU.M - 61 . Taking down old door and window shutters

including stacking serviceable materials incountable stacks within 15 m lead and disposal ofunserviceable materials with all lead, all completeas per direction of E/I.

95.00 EACH62 . Taking down choukhats in doors including stacking

serviceable materials in countable stacks within 15m lead and disposal of unserviceable materialswith all lead, all complete as per direction of E/I.

95.00 EACH63 . Dismantling cement concrete floor work

including stacking serviceable materialsincountable stacks within 15m lead and disposal ofunserviceable materials with all lead, all completeas per direction of E/I.

906.64 SQ.M - 64 . Repairing/ replacing of existing sloping tiled roof of

verandah, Repairing of angle structure for slab andother work which are not in scheduled item,Payment will be as per actual cost + contractorsprofit as per direction of Architect.

SANITARY & WATER SUPPLY WORKS65 . Providing and fixing white vitreous china pedestal

type water closet (European type W.C. pan) withseat and lid, 10 litre low level white Dual P.V.C.flushing cistern with manually controlled devicde(handle lever), conforming to IS:7231,parryware/Hindware/with all fittings and fixturescomplete including cutting and making good thewalls and floors wherever required.

W.C. pan with ISI marked white solid plasticseat and lid. 6 EACH -

AS PER

ACTUAL

COMPLET WORK

Page 96: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

33

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

66 . Providing and fixing Wash basin with C.I/M.Sbrackets, 15mm C.P. pillar cock 32mm C.P brasswaste of cutting and making good the wthereverrequire. Falt back wash basin size 630X450 mm with asingle 15mm C. P. pillar tap. EACH -

67 . Providing and fixing oval shaped counter top Wash basin (with rim) with cutting and making good thewtherever require all complete.

(A) BASIN OVAL 56X41 CM WITH C.P. WASTECOUPLING - 8 EACH -

(B ) PILLAR TAP - Auto Closing 8 EACH - 68 . Providing and fixing PTMT Bottle Trap for Wash

basin and sink Bottle trap 31mm single piecemoulded with height of 270 mm, effective length oftail pipe 260 mm from the centre of the wastecoupling, 77 mm breadth with 25 mm minimumwater seal, weighing not less than 260 gms

14.0 EACH - 69 . Providing and fixing C.P. towel ring round shape

and round flange with concealed fittings..ACN1121BN, JAQUAR 8 EACH

70 . Providing and fixing white vitreous china flat backhalf stall urinal (flat back large) of390X375X590mm, parryware/Hindware withfittings, standard size C.P. brass flush pipe,spreaders and clamps (all in C.P. brass with wastefitting as per IS : 2566 P.V.C. trap with outletgrating and other couplings in C.P. brass includingparenting of fitting and cutting and making goodthe walls and floors wherever required.

6.0 EACH - 71 . Providing and fixing C.P. brass bib cock of

approved quality, F330011, hindware/ jaquarI) 15mm nominal bore approved brand C.P. fittings

1 EACH - II) 15mm nominal bore approved brand 2 in 1 C.P.

fittings, 6 EACH - 72 . Providing and fixing C.P.brass long body bib

cock of approved quality.15mm nominal bore approved brand C.P. fittings

2 EACH73 . Providing and fixing C.P. brass angle valve for

basin mixer, gyser & others points of approvedquality conforming to IS 8931 15mm nominal bore,approved brand C.P. fittings. Single way with flange, 33006, hindware/ jaquar

20 EACH - Two way with flange 5 EACH -

Page 97: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

34

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

74 . Providing and fixing C.P Soap Dish Holder havinglength of 138 mm breadth 102 mm, height of75mm with concealed fitting arrangements,weighing not less than 106 gms JAQUAR .ACN 8 EACH -

75 . Providing and fixing UPVC ball valve of approvedquality, High or low pressure, with plastic floatscomplete. (SUPREME/ ASTRAL)

a) 20mm nominal bore 3 EACH - b) 25mm nominal bore 4 EACH - c) 32mm nominal bore 2 EACH - 76 . Providing and fixing 600x450 mm beveled edge

mirror of superior glass (of approved quality)complete with 6 mm thick hard board ground fixedto wooden cleats with C.P. brass screws andwashers complete.

8 EACH - 77 . Providing and fixing PTMT grating of approved

quality and colour.18.58.2 Rectangular type with openable circular lid18.58.2.1 150 mm nominal size square 100 mmdiameter of the inner hinged round grating

20.0 EACH - 78 . Providing and fixing stainless steel A ISI 304(18/8)

kitchen sink 610x510mm bowel depth 200mmas per I.S.13983 with C.I. Brackets stainless steelplug 40mm including painting of fittings andbrackets cutting and making goods the wallswherever required:,

1 EACH - 79 . Providing and fixing C.P. brass sink cock of

approved quality conforming to IS standards.15mm nominal boreCON 347 KN, JAQUAR/ DF200024 HIDWARE 1.00 EACH -

80 . Providing and fixing unplasticised P.V.C.connection pipe with c.p. nuts collar and bush ofapproved quality. (APPROVED BRAND -SUPREME)15 mm nominal bore with 60 cm length. 14.0 EACH -

81 . provding and laying of P.V.C. pipe including allfittings as required.

a) 75 mm outer dia 90.0

METRE -

b) 110 mm outer dia 110.0

METRE -

Page 98: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

35

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

82 . Providing and fixing Chlorinated Polyvinyl Chloride(CPVC) pipes, having thermal stability for hot &cold water supply including all CPVC plain & brassthreaded fittings including fixing the pipe withclamps at 1.00 m spacing. This includes joining ofpipes & fittings with one step CPVC solvent cementand the cost of cutting chases and making goodthe same including testing of joints complete as perdirection of E/I.(Approved Brand - ASTRAL/SUPREME)Concealed work including cutting chases andmaking good the wall etc..20mm dia 90 METER -

83 . Providing and fixing UPVC pipes, having thermalstability for hot & cold water supply including allCPVC plain & brass threaded fittings includingfixing the pipe with clamps at 1.00 m spacing. Thisincludes joining of pipes & fittings with one stepCPVC solvent cement & testing of joints completeas per direction of E/I. (Approved Brand - ASTRAL)

Exposed on Wall a) 25mm dia 125 METER - b) 32 mm dia. 75 METER - 84 . Providing and fixing P.V.C. DRAIN pipe with collar

of approved quality Double socket. (APPROVEDBRAND - SUPREME/ ASTRAL)160 MM dia pipe 125 METER -

85 . Constructing brick masonary chamber forUnderground C. I. Inspection Chamber and bendwith 75 class designation bricks in cement mortar1:4 (1 cement : 4 coarse sand) C.I. Cover withframe (light duty) 455X610 mm internaldimensions, total weight of cover with frame to benot less than 38 KG. (weight of cover 23 kg. andweight of frame 15 kg) RCC top slab with 1:1.5:3mix (1 cement:1.5 coarse sand : 3 graded stoneaggregate 20 mm nominal size) foundationconcrete 1:5:10 mix (1 cement:5 coarse sand :10graded stone aggregate 40 mm nominal size),inside plastering 12 mm th. with cement mortar 1:3(1 cement : 3 coarse sand) finished smooth with afloating coat of neat cement on walls and bedconcrete etc. complete as per standard design:

Inside dimensions 455X610X mm and 45 mmdeep

15 EACH - 86 . Providing and fixing c.p. JET SPRAY in comde

with connection pipe.14.0 EACH

Page 99: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

36

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

87 . Pvc trap including all fittings

20.00 EACHSITE DEVELPOMENTGATEWAY

1 . EARTH WORK IN EXCAVATION INFOUNDATION Trenches in soil and disposal ofexcavated earth as obtained to a distance upto 100M including all lift, leveling ramming the foundationtrenches, removing roots of tree shrubs allcomplete as per approved design, buildingspecification and direction of E/I.

113.43 CU.M - 2 . EARTH FILLING IN FOUNDATION TRENCHES

AND PLINTH in layers not exceeding 150 mmthick well watered, rammed, fully compacted andfine dressed with earth obtained from excavationfoundation trenches within aii lead and lift allcomplete as per building specification and directionof E/I. (mode of measurement compacted volume)

113.43 CU.M3 . Providing coarse clean local SAND IN FILLING in

foundation trenches or in plinth including rammingand watering in layer not exceeding 150 mm thickwith all leads and 1.5 M lifts including cost of allmaterials, labours, royalty and taxes all completeas per building specification and direction ofEngineer Incharge (Mode of measurementcompacted volume)

5.99 CU.M - 4 . Providing designation 75-A, BRICK/ JHAMA FLAT

SOLING/ joints filled with local sand including costof watering,taxes and royalty all complete as perbuilding specification and direction of EngineerIncharge

241.01 SQ.M. - 5 . Providing P.C.C. M-10 with nominal mix of (1:3:6)

in Foundation with approved quality of stone chips20 mm to 6 mm size graded and clean coarsesand of F.M. 2.5 to 3 including screening,shuttering, mixing cement concrete in mixture,placing in position, vibration, striking, curing, taxesand royalty all complete as per buildingspecification & direction of E/I.

18.08 SQ.M -

CIVIL WORKS

Page 100: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

37

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT6 . Providing R.C.C. M-20 with nominal mix of

(1:1.5:3) in FOUNDATION and plinth withapproved quality of stone chips 20 mm to 6 mmsize graded and clean coarse sand of F.M. 2.5 to 3including screening, shuttering, mixing cementconcrete in mixer, placing in position vibratingstriking curing (but excluding the cost ofreinforcement) taxes and royalty all complete asper building specification and direction of E/I.

20.54 CU.M - 7 . Providing R.C.C. M-20 with nominal mix of 1:1.5:3

in COLUMN with approved quality of stone chips20 mm to 6 mm size graded and clean coarse sandof F.M. 2.5 to 3 including screening shuttering,mixing cement concrete in mixer, placing inposition vibrating, striking, curing (but excluding thecost of reinforcement) taxes and royalty allcomplete as per building specification and directionof Engineer Incharge.

19.96 CU.M - 8 . Providing R.C.C. M-20 with nominal mix of 1:1.5:3

in BEAM with approved quality of stone chips 20mm to 6 mm size graded and clean coarse sand ofF.M. 2.5 to 3 including screening shuttering, mixingcement concrete in mixer, placing in positionvibrating, striking, curing (but excluding the cost ofreinforcement) taxes and royalty all complete asper building specification and direction of EngineerIncharge.

21.25 CU.M - 9 . Providing R.C.C. M-20 with nominal mix of 1:1.5:3

in LINTEL with approved quality of stone chips 20mm to 6 mm size graded and clean coarse sand ofF.M. 2.5 to 3 including screening shuttering, mixingcement concrete in mixer, placing in positionvibrating, striking, curing (but excluding the cost ofreinforcement) taxes and royalty all comple as perbuilding specificationand direction of E/I.

0.03 CU.M - 10 . Providing R.C.C. M-20 with normal mix of 1:1.5:3

in ROOF SLAB with approved quality of stonechips 20 mm to 6 mm size graded and cleancoarse sand of F.M. 2.5 to 3 including screeningshuttering, mixing cement concrete in mixer,placing in position vibrating, striking, curing (butexcluding the cost of reinforcement) taxes androyalty all complete as per building specificationand direction of E/I.

5.98 CU.M -

Page 101: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

38

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

11 . Providing 25 mm thick DAMP PROOF COURSEwith cement concrete M-20 with nominal mix1:1.5:3 with approved quality of stone ships of 20mm to 6 mm (20mm to 10 mm : 10 mm to 6 mmstone chips 2:1) size graded and clean coarsesand of F.M. 2.5 to 3 including screening, mixingcement concrete in mixer with 5% Cico or anyother approved water proofing compound andplacing in position, striking, curing taxes androyalty and complete as per building specificationand direction of E/I.

19.46 SQ.M - 12 . Providing designation 75 A BRICK WORK in CM.

(1:6) in SUPERSTRUCTURE with approvedquality of clean coarse & of F.M. 2.5 includingproviding 10mm thick mortar joints cost ofscreening,racking out joints to 15 mm depth,curing,taxes and royalty all complete as per buildingspecification and direction of Engineer Incharge

46.59 CU. M - 13 . Providing 12 mm Thk. cement plaster(1:6) on

inside walls with clean course sand of FM-1.5including, making grooves 20x6mm below beam,screening, curing with all leads & lifts of water,scaffolding taxes & royalty all complete as perbuilding specification and direction of E/I

15.08 SQ.M.14 . Providing 6mm cement plaster(1:4) in ceiling

with clean course sand of FM-1.5 includingscreening, curing with all leads & lifts of water,scaffolding taxes & royalty all complete as perbuilding specification and direction of E/I

46.27 SQ.M. - 15 . Providing 12 mm thick water proof CEMENT

PLASTER (1:6) on outside wall with clean coarsesand of F.M.1.5 and 5% cico including cost ofscreening, curing making drip course in projection,with all leads and lifts of water, scaffolding, taxesand royalty all complete as per buildingspecification and direction of E/I.

550.51 SQ.M - 16 . Providing and making Moulding in R.C.C. work as

per design and approved sample. (Each mouldinglength will be Measured)

240.18 METRE -

Page 102: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

39

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

17 . Providing tor steel reinforcement TMT FE 500 offollowing dia. rods as per approved design and drawingincluding carriage of bars to work site, cutting, bendingand binding with annealed wire with cost of wire,removal of rust placing the rods in position allcomplete as per building specification and directionand direction of E/I. (APPROVED BRAND - TATA TISCON / SAIL).

TOR 8MMDIA. TO 32 MM DIA. 12.000 MT - FLOORING WORKS

18 . Providing and laying 20 mm thick kotah stonetiles in floor, Tread or risers of steps, skirtingand pillars of approved size texture and colourlaid over 12 mm thick cement mortar (1:3) andjointed with grey cement slurry mixed with pigmentto match the shade of slab including rubbing togranolithic finish with approved quality ofcarborandum stone including cost of curing taxesand royalty all complete as per buildingspecification and direction of E/I.

4.23 SQ. M - 19 . Chequerred precast cement concrete tiles 22 mm

thick in footpath & courtyard jointed with neat cementslurry mixed with pigment to match the shade of tilesincluding rubbing and cleaning etc. complete on 20mmthick bed of cement mortar 1:4( 1 cement : 4 coarsesand )Dark shade pigment using ordinary cement

17.77 SQ.M.20 . Providing and laying PAVIT VITRIFIED TILE of

size 300x300x9.8mm having with water absorptionless than 0.5% and conforming to IS: 15622 ofapproved make in all colours and shades in foroutdoor floors such as footpath, court yard, multimodals location etc., laid on 20mm thick base ofcement mortar 1:4 (1cement : 4 coarse sand) in allshapes & patterns including grouting the joints withwhite cement mixed with matching pigments etc.complete as per direction of Engineer-in-Charge.

45.43 SQ.M.

21 . Providing and fixing wooden Paneling over wallaround door with 19mm th. Board and 1.0mm th.Laminate fixed over wall or opening above doorincluding framework with 19mm board and makingarrangement for support of door with wood & board asrequired, fevicol and nails, etc. complete job. ApprovedBrand - Greenlam/ Sunmica/ Century Laminates.

3.58 SQ. M -

DOORS & WINDOWS WORKS

Page 103: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

40

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

22 . Providing and fixing ISI marked 30 mm th. flush doorshutters (pure pine) conforming to IS : 2202 (Part I)non-decorative type, core of block board constructionwith frame of 1st class hard wood and well matchedcommercial 3 ply veneering with vertical grains or crossbands and face veneers on both faces of shutters withstainless fittings such as hinges, tower bolts, doorstopper & taxes all complete as per detail drawingbuilding specification & direction of the E/I. (ApprovedBrand - Century/ Green/ Duro)

1.59 SQM - 23 . Providing and fixing 1.0 mm thick decorative

woodgrains LAMINATES with adhessive (fevicol)over flush door surface, including making groove/pattern as per approved design. Approved Brand -Greenlam/ Sunmica/ Century Laminates.

2.86 SQ. M - 24 . Providing and fixing bright finished brass 100 mm

mortise latch with one dead bolt and a pair oflever handles of approved quality with necessaryscrews etc. complete. (Approved Brand - Doorset)

1.00 EACH - 25 . Supplying, fitting and fixing 60 micron Champagne

colour powder coated, 2 tracks with 4 mm floatglass sliding Windows made from standardextruded section of Hindalco / Jindal (only) of thestandard sizes and thickness including providingof weather silicon sealant over backer rod in gap ofaluminium frame and plastered wall, as perapproved design and drawing :-

Including cost of all accessories, roller, gaskets,bushes etc., complete as per detail drawings,specifications and direction of E/i.

1.49 K.G. - 26 . Supplying, fitting & fixing M.S. GRILL as per

approved design and drawing properly fabricatedwith joints continuous fitted, welded and finishedsmooth, hoisting, including a coat of read leadpaint (primer) as per building specification anddirection of E/I.

1174.09 KG.

27 . Providing applying plaster of paris putty of 2mmthickness over plastered surface to prepare thesurface even and smooth copmlete .

61.35 SQ.M -

FINISHING WORKS

Page 104: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

41

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

28 . Providing two coats of plastic emulsion paint ofapproved shade and make over a coat of cementprimer over new surface including preparing theplastered surface by rubbing smooth with pumicestone or fine sand paper applying putty whereverrequired scaffolding washing of floors and taxes allcomplete as per building specification and directionof E/I

61.35 SQ.M - 29 . Finishing walls with Premium Acrylic Smooth

exterior paint with Silicone additives of requiredshade :New work (Two or more coats applied @ 1.43 ltr/10 sqm over and including priming coat of exteriorprimer applied @ 2.20 kg/ 10 sqm)

507.77 SQ.M - 30 . Providing & laying Apex duracast 1.5 mm th. Finetex

exterior texture finish composed of high quality exterior durable acrylic modified resin with texture pattern (as per approved).

PAINTING AREA = 507.77 SQ.M - 31 . Providing 2 coats of SYNTHETIC ENAMEL PAINT

of approved shade and make over STEEL SURFACE grills & railings including cleaning thesurface thoroughly scaffolding and taxes allcomplete as per building specification and directionof E/I.

61.47 SQ.M - 32 . Providing two coats of SYNTHETIC ENAMEL

PAINT of approved shade and make over newWOODEN surface including cleaning the surfaceafter removing dirt, scales, grease and sandpapering, including cost of scaffolding etc. allcomplete as per building specification dirction ofE/I.

0.40 SQ.M -

33 . Providing and laying integral cement based waterproofing treatment including preparation ofsurface as required for treatment of roof terraces etc. consisting of following operations.

(a) Applying and grouting a slurry coat of neat cementusing 2.75 kg/sqm of cement admixed with proprietarywater proofing compound conforming to IS : 2645 overthe RCC slab including cleaning the surface beforetreatment.

WATER PROOFING TREATMENT

Page 105: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

42

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

(b) Laying cement concrete using broken bricks/brick bats25 mm to 100 mm size with 50% of cement mortar ofmix 1:5 ( 1 cement : 5 coarse sand ) admixed withproprietary water proofing compund conforming to IS:2645 over 20 mm thick layer of cement mortar 1:5 (1cement : 5 coarse sand ) admixed with proprietary waterproofing compund conforming to IS :2645 to requiredslope and treating similarly the adjoining walls upto 300mm height including rounding of junctions of walls andslabs

(c) After two days of proper curing applying a second coatof cement slurry admixed with proprietary water proofingcompound conforming to IS: 2645.

(d) Finishing the surface with 20 mm thick jointless cementmortar of mix 1:4 ( 1 cement : 4 coarse sand ) admixedwith proprietary water proofing compund conforming toIS : 2645 and finally finishing the surface with trowelwith neat cement slurry and making of 300X300 mmsquare.

(e) The whole terrace so finished shall be flooded withwater for minimum period of two weeks for curing andfor final test. All above operations to be done in orderand as directed and specified by the Engineer-in-Charge.With average thickness of 120 mm and minimumthickness at khurra as 65 mm. (WORKS TO BE DONEBY REGISTERED APPLI CATOR OF PERMA/ SIKA/ROFF WITH 10 YRS. GUARANTEE.)

39.48 SQ.M - 34 . Supplying, fitting & fixing M.S. GRILL GATE with

m. s.section as per design, including all lockingarrangement and handles, etc. all complete.

1536.00 KG. - 35 . Providing and fixing 15" to 18" ht. Powder/ Radium

coated stainless steel text with on gateway including alltaxes, etc. complete job.

50.00 -

EACH LETTE

R

Page 106: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

43

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

36 . Providing and fixing false ceiling at all height includingproviding and fixing of frame work made of specialsections, power pressed from M.S. sheets andgalvanized with zinc coating of 120 gms/sqm (both sideinclusive) as per IS : 277 and consisting of angle cleatsof size 25 mm wide x 1.6 mm thick with flanges of 27mm and 37mm, at 1200 mm centre to centre, oneflange fixed to the ceiling with dash fastener 12.5 mmdia x 50mm long with 6mm dia bolts, other flange ofcleat fixed to the angle hangers of 25x10x0.50 mm ofrequired length with nuts & bolts of required size andother end of angle hanger fixed with intermediate G.I.channels 45x15x0.9 mm running at the spacing of 1200mm centre to centre, to which the ceiling section 0.5mm thick bottom wedge of 80 mm with tapered flangesof 26 mm each having lips of 10.5 mm, at 450 mmcentre to centre, shall be fixed in a directionperpendicular to G.I. intermediate channel withconnecting clips made out of 2.64 mm dia x 230 mmlong G.I. wire at every junction, including fixingperimeter channels 0.5 mm thick 27 mm high havingflanges of 20 mm and 30 mm long, the perimeter of 12.5 mm thick tapered edge gypsum plain board conforming to IS: 2095- Part I, (Approved Brand - India Gypsum/ Saint Gobain)

3.00 SQ.M - 37 . Providing false ceiling at 16'-0" ht. with ACP work (4.5

mm th. Zinc Coated aluminium sheet) including all m.s.structural work and 2 coats of enamel paint over a coatof red oxide primer with all complete as per approveddrawing.

39.25 SQ.M -

38 . Providing & fixing on wall face unplasticised -Rigid P.V.C. rain water pipes conforming to IS:13592 Type A including jointing with seal ringconforming to IS: 5382 leaving 10mm gap forthermal expansion . Single socket ed pipes with allfittings. 110 mm dia

12.00 M

CENTRAL PLAZA IN COURTYARD

39 . EARTH WORK IN EXCAVATION INFOUNDATION Trenches in soil and disposal ofexcavated earth as obtained to a distance upto 50M including all lift, leveling ramming the foundationtrenches, removing roots of tree shrubs allcomplete as per approved design, buildingspecification and direction of E/I.

CIVIL WORKS

MISCELLANEOUS WORK

Page 107: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

44

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

65.80 CU.M - 40 . EARTH FILLING IN FOUNDATION TRENCHES

AND PLINTH in layers not exceeding 150 mm thickwell watered, rammed, fully compacted and finedressed with earth obtained from outside with allleads all complete as per building specification anddirection of E/I. (mode of measurement compactedvolume)

327.57 CU.M41 . Providing coarse clean local SAND IN FILLING in

foundation trenches or in plinth including rammingand watering in layer not exceeding 150 mm thickwith all leads and 1.5 M lifts including cost of allmaterials, labours, royalty and taxes all completeas per building specification and direction ofEngineer Incharge (Mode of measurementcompacted volume)

264.36 CU.M - 42 . Providing designation 75-A, BRICK FLAT SOLING

joints filled with local sand including cost ofwatering,taxes and royalty all complete as perbuilding specification and direction of EngineerIncharge

544.86 SQ.M. - 43 . Providing P.C.C. M-10 with nominal mix of (1:3:6)

in Foundation with approved quality of stone metalgrade III (53 to 22.4 mm size) and clean coarsesand of F.M. 2.5 to 3 including screening,shuttering, mixing cement concrete in mixture,placing in position, vibration, striking, curing, taxesand royalty all complete as per buildingspecification & direction of E/I.

41.49 CU.M - 44 . Providing and laying at or near ground level factory

made kerb stone of M-30 grade cementconcrete, 300X300X100MM SIZE in position tothe required line, level and curvature including alltaxes and complete job.(Precast C.C. kerb stone shall be approvedArchitect).

338.33 M - 45 . Providing designation 75A brick work in C.M.

(1:6) in foundation & plinth with approved qualityof clean coarse sand of F.M. 2 to 2.5 includingproviding 10mm. thick mortar joints,cost ofscreening materials raking out joints to 15mmdepth , curing, taxes & royalty all complete as perbuilding specification & direction of E/I.

103.47 CU.M -

Page 108: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

45

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

46 . Providing and fixing Green marble slab inflooring over 20 mm (average) thick base laid overand jointed with grey cement slurry mixed withpigment to match the shade of the slab, includingrubbing and polishing complete with base ofcement mortar 1 : 4 (1 cement : 4 coarse sand)including moulding on all edges :

130.68 SQ. M - 47 . Providing and laying matt finished vitrified tile of

size 300x300x9.8mm having with water absorption less than 0.5% and conforming to IS: 15622 ofapproved make in all colours and shades in foroutdoor floors such as footpath, court yard, multimodals location etc., laid on 20mm thick base ofcement mortar 1:4 (1cement : 4 coarse sand) in allshapes & patterns including grouting the joints withwhite cement mixed with matching pigments etc.complete as per direction of Engineer-in-Charge.(Approved brand - Kajaria/ Pavit)

454.28 SQ. M - 48 . Providing and laying 60 MM th. factory made

cement concrete interlocking paver block of M-30 grade made by block making machine withstrong vibratory compaction and of approved sizeand design/ shape laid in required colour andpattern over and including 50 mm thick compactedbed of coarse sand, filling the joints with coarsesand etc. all complete as per the direction of E/I.

3158.60 SQ. M - LANDSCAPING WORKS49 . Supplying and stacking of good earth at site

including royalty and cariage up to 1 km. (Earthmeasured in stacks will be reduced 8% forpayment)

594.30 CU.M50 . Supplying and stacking of sluge at site including

royalty and cariage up to 1 km. (Earth measured instacks will be reduced 8% for payment)

297.15 CU.M51 . Supplying and stacking at site dump manure from

local or other approved source including royaltyand cariage up to 1 km. (Manure measured instacks will be reduced 8% for payment).Screened through sieve of I.S. designation 4.75mm.

148.58 CU.M52 . Rough dressing the trenched ground including

breaking clods.

Page 109: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

46

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

19.51100 SQ.M

53 . Fine dressing the ground

19.510100 SQ.M

54 . Spreading of sludge, dump manure or / and goodearth in required thivkness(Cost of sludge, dumpmanure or / and earth to be paid seperately).

445.73 CU.M55 . Mixing earth and sludge or manure in proportion

specified or directed.445.73 CU.M

56 . Grassing with kinyan grass (as per architectschoice) including watering and maintenance of thelawn for 6 month till the grass forms a thick lawnfree from weeds and fit for mowing.

975.45 SQ.M57 . Providing and planting plant of diiferent ht. and

product, as per choice of architect. 500.00 EACH

58 . Providing and fixing puff-up 1.5" dia. NozzleSprinkler in garden, Best quality as per approvedsample.

25.00 EACH - 59 . Providing and fixing UPVC pipes, having thermal

stability for hot & cold water supply including allCPVC plain & brass threaded fittings. This includesjoining of pipes & fittings with one step CPVCsolvent cement, trenching, refilling & testing ofjoints complete as per direction of E/I. (ApprovedBrand - ASTRAL)25mm dia 75 METER -

60 . Providing and fixing gun metal gate valve with C.I. wheel of approved quality (screwed end ) A) 25MM nominal bore 25 EACH -

ELECTRICAL WORKS, GATEWAYI SUB - DISTRIBUTION / CIRCUIT / POINT WIRING (IN RECESSED / SURFACE PVC CONDUITS)

61 . Supply and Fixing of light / fan points with 1.5sq.mm PVC insulated copper conductor 1100 voltsgrade stranded flexible wires of approved make inconcealed or surface mounted suitable size of PVCConduit including providing and fixing of 6 Amps singlepole rocker operated flush mounted moduler switchof approved quality make & design in 2 mm thick GIbox and earthing of fixtures and the outlet box with1.0 sq.mm PVC insulated copper conductor strandedflexible wire, complete in all respect.(CIRCUIT IS PAIDSEPARATELY)

a Primary point controlled by one 6/10 Amps switch. 10 Point -

Page 110: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

47

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

b Secondary point with 2x1.5 sq.mm+1X1.0 sqmmcopper wire

9 Point -

62 . Supply and Fixing of moduler type 16/6 Amps switch &16Amps socket outlet with box & cover plate.

1 Each -

63 . Supply and Fixing of module type 6/10 Amps switch &socket outlet on existing switch boad.

1 Each -

64 . Supply & fixing of step type moduler fan reulator. 1 Each - 65 . Supply & fixing of moduler type blanking plates. 2 Each - 66 . Supply and Laying of following size copper conductor

with required size PVC conduit on walls / ceiling.a 2 x 2.5 + 1x 2.5 mm sq. wires 4 M - b 2 x 6 + 1x 6 mm sq. wires 6 M -

67 . Supplying and fixing of following way three pole & neutral, sheet steel , MCB distribution board 415 volts, on surface /recess , complete with tinned copper bushbars ,neutral busbar, earth bar , din bar ,detachable gland plate , interconnections ,phosphatized and powder painted including earthing etc. as requried. ( without MCB/ ISOLATOR)

a 4 WAY (4+12) TPN double door, Horizontal type. 1 Each - 68 . Supplying and fixing 6 amps to 63 amps, rating,

415/240 volts, 'c' series, maniature circuit breaker of following poles in the existing MCB DB complete with connections, testing and commissioning etc. as required .

a 6 /32amps Single pole 4 Each - b 32amps three pole & neutral 3 Each - c 40mps three pole & neutral 1 Each - II CABLES & END TERMINATION.

69 . Supplying & laying of following 1100 volt grade PVC insulated sheathed XLPE aluminium conductor armoured cables as per specification in existing trenches, cable trays, ducts over bed of sand, clamped includes anchor fastners wall with suitable clamps, saddles fixing bolts including connecting testing and commissioning.

a 4 core10 sq. mm 60 M - 70 . Cable end termination of the following PVC insulated

sheathed HR / XLPE aluminium conductor armouredcables of 1100 volt grade including supplying and fixingof crimping aluminium lugs, Single compression glandswith earthing facility at both ends of cables etc.complete as required.

a 4 core10 sq. mm 2 Each - 71 . Trench cutting in soil of suitable size 2 feet depth

including refilling the trench with same etc.as reqd (forlaying the cable)

50 M -

III EARTHING INSTALLATION (FOR DISTRIBUTIONSYSTEMS)

72 . Supply, Testing & Commissioning, fixing of followingbare GI and Cu strip / wires including all necessaryfixing accessories and effecting connections asper specifications.

a 8 SWG Cu wire 30 M -

Page 111: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

48

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

b Providing, laying , testing and commissioning of 80 mm*3 mtr earth electrode with camical powder for earthingwork. masonry chamber with concrete base CI/ heavyduty chequered plate. mixtures of soil & camicalpowder around earth electrode including digging of pitupto permanent moisture level and as per soil conditionbut not less than 3 meters and back filling asrequired. 2 Each -

IV LIGHTING FIXTURES & FANS73 . Fixing of the following ORIENT Fan / exhaust fan /

lighting fixtures with all fixing accessories etc. as required. (Supply will be done by BIT @rate Enclosed)

a 18w LED panel light recess type.(Make-orient) 15 Nos. - b LED DOWNLIGHTER MOONLITE 5W(Make-orient) 3 Nos. - c LED TUBELIGHT BATTEN 20W (TUBE AND FITTING D 2 Nos. - d 1200MM Ceiling mounted fan 1 Nos. -

V TELEPHONE 74 . Supply and laying of of 3 pair 0.5 sq mm FR PVC

insulated copper conductor , unarmoured telephone cable in the existing surface / recessed PVC conduit as required.

100 RM -

75 . Supply and fixing of RJ - 11 one module with M.S box and cover plate etc . As required.

1 nos -

76 . Supply & Fixing of 20sq. mm PVC conduit alongwithaccessories in surface/recess including cutting the walland making good the same in case recessed conduit asrequired.

100 RM -

FIRE FIGHTING WORKS

I HAND APPLIANCES ( INTERNAL), (Approved Brand - OMEX)

77 . Providing and fixing CO2 extinguisher consisting ofseamless MS cylindrical body squeeze leverdischarge valve, internal discharge tube, 30 cmslong high pressure discharge hose, dischargenozzle ISI marked as per IS 13869 including fixingwith dash fasteners etc. complete. (ApprovedBrand - OMEX)

a) Capacity 4.5 kg. 8 Each. - 78 . Providing and fixing stored pressure Multipurpose

fire extinguisher consisting of welded M.S.cylindrical body, squeeze lever discharge valve, 30cms long high pressure discharge hose ISI markedas per IS:15683 including fixing to wall withbrackets etc. complete. (Approved Brand -OMEX)

a) Capacity 6 Kg. 16 Each - II FIRE ALARM & DETECTION SYSTEM,

(Approved Brand - AGNI)79 . Supply, installation, testing and commissioning of

Micro Processor based Fire Alarm Control Panelwith LCD display having capacity of 4 zones.

2 Each. -

Page 112: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

49

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

80 . Supply, installation, testing and commissioning ofOptical smoke detector complete with base. 55 Each. -

81 . Supply, installation, testing and commissioning ofmanual call point complete with mounting base.

8 Each. - 82 . Supply, installation, testing and commissioning of

Hooter . 12 Each. - 83 . Supply and laying of 1.5 sq. mm double core

copper wire with 14 mm dia conduit pipe. 4500 Mtr. - -

SAY = ₹TOTAL = ₹

Page 113: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

1

MAIN BUILDING WORKS

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

1 . EARTH WORK IN EXCAVATION INFOUNDATION Trenches in soil and disposal ofexcavated earth as obtained to a distance upto100 M including all lift, leveling ramming thefoundation trenches, removing roots of tree shrubsall complete as per approved design, buildingspecification and direction of E/I.

1504.77 CU.M - 2 . EARTH FILLING IN FOUNDATION TRENCHES

AND PLINTH in layers not exceeding 150 mmthick well watered, rammed, fully compacted andfine dressed with earth obtained fromexcavation foundation trenches within aii leadand lift all complete as per building specificationand direction of E/I. (mode of measurementcompacted volume)

1504.77 CU.M3 . EARTH FILLING IN FOUNDATION TRENCHES

AND PLINTH in layers not exceeding 150 mmthick well watered, rammed, fully compacted andfine dressed with earth obtained from outsidewith all lead all complete as per buildingspecification and direction of E/I. (mode ofmeasurement compacted volume)

Qty. same as excavation = 508.27 CU.M4 . Providing coarse clean local SAND IN FILLING in

foundation trenches or in plinth including rammingand watering in layer not exceeding 150 mm thickwith all leads and 1.5 M lifts including cost of allmaterials, labours, royalty and taxes all completeas per building specification and direction ofEngineer Incharge (Mode of measurementcompacted volume)

A+B= 358.42 CU.M

BIRLA INSTITUTE OF TECHNOLOGY

CIVIL WORKS

BILL OF QUANTITIES FOR

PROPOSED EXTENSION TO "MCA/ MBA BUILDING" AT -LALPUR CAMPUS, RANCHI.

(WORK INCLUDES OF BUILDING WORKS, SANITARY & WATER SUPPLY WORKS, ELECTRICAL WORKS, UNDER GROUND WATER TANK AND FIRE FIGHTING WORKS)

CEMENT & STEEL WILL BE SUPPIED BY B.I.T. AT THE FOLLOWING RATE :- STEEL = ₹40,000.00 PER M.T. & CEMENT = ₹265.00, INCLUSIVE OF ALL TAXES

Page 114: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

2

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

5 . Providing designation 75-A, BRICK/ JHAMAFLAT SOLING/ joints filled with local sandincluding cost of watering,taxes and royalty allcomplete as per building specification anddirection of Engineer Incharge

1862.41 SQ.M - 6 . Providing P.C.C. M-10 with nominal mix of (1:3:6)

in Foundation with approved quality of stone chips20 mm to 6 mm size graded and clean coarsesand of F.M. 2.5 to 3 including screening,shuttering, mixing cement concrete in mixture,placing in position, vibration, striking, curing, taxesand royalty all complete as per buildingspecification & direction of E/I.

143.10 SQ.M - 7 . Providing P.C.C. M-5 with nominal mix of (1:5:10)

in Covering of col. bar including shuttering withapproved quality of stone chips 20 mm to 6 mmsize graded and clean coarse sand of F.M. 2.5 to3 including screening, shuttering, mixing cementconcrete in mixture, placing in position, vibration,striking, curing, taxes and royalty all complete asper building specification & direction of E/I.

13.41 SQ.M - 8 . Providing R.C.C. M-20 with nominal mix of

(1:1.5:3) in FOUNDATION and plinth withapproved quality of stone chips 20 mm to 6 mmsize graded and clean coarse sand of F.M. 2.5 to 3including screening, shuttering, mixing cementconcrete in mixer, placing in position vibratingstriking curing (but excluding the cost ofreinforcement) taxes and royalty all complete asper building specification and direction of E/I.

260.93 CU.M - 9 . Providing R.C.C. M-20 with nominal mix of 1:1.5:3

in COLUMN with approved quality of stone chips20 mm to 6 mm size graded and clean coarsesand of F.M. 2.5 to 3 including screeningshuttering, mixing cement concrete in mixer,placing in position vibrating, striking, curing (butexcluding the cost of reinforcement) taxes androyalty all complete as per building specificationand direction of Engineer Incharge.

269.53 CU.M -

Page 115: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

3

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

10 . Providing R.C.C. M-20 with nominal mix of 1:1.5:3in BEAM with approved quality of stone chips 20mm to 6 mm size graded and clean coarse sand of F.M. 2.5 to 3 including screening shuttering,mixing cement concrete in mixer, placing inposition vibrating, striking, curing (but excludingthe cost of reinforcement) taxes and royalty allcomplete as per building specification anddirection of Engineer Incharge.

423.10 CU.M - 11 . Providing R.C.C. M-20 with nominal mix of 1:1.5:3

in LINTEL BAND with approved quality of stonechips 20 mm to 6 mm size graded and cleancoarse sand of F.M. 2.5 to 3 including screeningshuttering, mixing cement concrete in mixer,placing in position vibrating, striking, curing (butexcluding the cost of reinforcement) taxes androyalty all comple as per building specificationanddirection of E/I.

10.96 CU.M - 12 . Providing R.C.C. M-20 with nominal mix of 1:1.5:3

in LINTEL with approved quality of stone chips 20mm to 6 mm size graded and clean coarse sand of F.M. 2.5 to 3 including screening shuttering,mixing cement concrete in mixer, placing inposition vibrating, striking, curing (but excludingthe cost of reinforcement) taxes and royalty allcomple as per building specificationand directionof E/I.

26.11 CU.M - 13 . Providing R.C.C. M-20 with normal mix of 1:1.5:3

in ROOF SLAB with approved quality of stonechips 20 mm to 6 mm size graded and cleancoarse sand of F.M. 2.5 to 3 including screeningshuttering, mixing cement concrete in mixer,placing in position vibrating, striking, curing (butexcluding the cost of reinforcement) taxes androyalty all complete as per building specificationand direction of E/I.

601.50 CU.M -

Page 116: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

4

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT14 . Providing 75 mm thick R.C.C. M-20 with nominal

mix of 1:1.5:3 in CHAJJA with approved quality ofstone chips 20 mm to 6 mm size graded 20 mm to10 mm, 10 mm to 6 mm stone chips byvolume(2:1) and clean coarse sand of F.M. 2.5 to3 including making drip course mix in concrete inmixer, placing in position screening, vibrating,striking, and providing 6 mm cement plaster (1:4)in ceiling and sides of Chajja with making dripcourse curing (but excluding the cost ofreinforcement) taxes and royalty all complete asper building specification and direction of EngineerIncharge.

974.38 SQ..M - 15 . Providing R.C.C M-200 with nominal

mix(1:1.5:3) in stair case with approved qualityof stone chips 20 mm to 6 mm size graded andclean course sand of FM 2.5 to 3 includingscreening, shuttering, mixing cement concrete inconcrete mixer and placing in position , vibrating,striking, curing (but excluding the cost ofreinforcement)royalty and taxes all complete jobas per building specification and direction of E/I.

14.90 CU.M - 16 . Providing 35 mm thick precast R.C.C. M- 20 with

nominal mix of (1:1.5:3) shelves with approvedquality of stone chips 12mm to 6mm size gradedand clean coarse sand of F.M. 2.5 to 3 with 1.5mm cement punning at top and side and 6mmcement plaster (1:4) at bottom including screening, curing and placing the slab in position(butexcluding the cost of reinforcement) taxes androyalty all complete as per building specificationand direction of E/I.

32.89 SQ.M - 17 . Providing designation 75A brick work in C.M.

(1:6) in foundation & plinth with approved qualityof clean coarse sand of F.M. 2 to 2.5 includingproviding 10mm. thick mortar joints,cost ofscreening materials raking out joints to 15mmdepth , curing, taxes & royalty all complete as perbuilding specification & direction of E/I.

106.01 CU.M -

Page 117: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

5

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

18 . Providing 25 mm thick DAMP PROOF COURSEwith cement concrete M-20 with nominal mix1:1.5:3 with approved quality of stone ships of 20mm to 6 mm (20mm to 10 mm : 10 mm to 6 mmstone chips 2:1) size graded and clean coarsesand of F.M. 2.5 to 3 including screening, mixingcement concrete in mixer with 5% Cico or anyother approved water proofing compound andplacing in position, striking, curing taxes androyalty and complete as per building specificationand direction of E/I.

70.87 SQ.M - 19 . Providing designation 75 A BRICK WORK in CM.

(1:6) in SUPERSTRUCTURE with approvedquality of clean coarse & of F.M. 2.5 includingproviding 10mm thick mortar joints cost ofscreening,racking out joints to 15 mmdepth,curing, taxes and royalty all complete as perbuilding specification and direction of EngineerIncharge

743.54 CU. M - 20 . Providing 125 mm thick REINFORCED

DESIGNATION 75 A BRICK WORK in C.M. (1:4)in SUPERSTRUCTURE with approved quality ofclean coarse sand of F.M. 2 to 2.5 including thecost of screening, cost of materials, racking outjoints to 15 mm depth, carriage, taxes and royalty(but excluding the cost of reinforcement) allcomplete as per building specification anddirection of Engineer Incharge .

1827.32 SQ.M - 21 . Extra for providing and placing in position 2 Nos

6mm dia. M.S. bars at every third course of halfbrick masonry.

1827.32 SQ.M - 22 . Providing 12 mm Thk. cement plaster (1:6) on

inside walls with clean course sand of FM-1.5including, making grooves 20x6mm below beam,screening, curing with all leads & lifts of water,scaffolding taxes & royalty all complete as perbuilding specification and direction of E/I

9193.89 SQ.M.23 . Providing 6mm cement plaster(1:4) in ceiling

with clean course sand of FM-1.5 includingscreening, curing with all leads & lifts of water,scaffolding taxes & royalty all complete as perbuilding specification and direction of E/I

4035.63 SQ.M. -

Page 118: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

6

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

24 . Providing 12 mm thick water proof CEMENTPLASTER (1:6) on outside wall with cleancoarse sand of F.M.1.5 and 5% cico including costof screening, curing making drip course inprojection, with all leads and lifts of water,scaffolding, taxes and royalty all complete as perbuilding specification and direction of E/I.

5061.36 SQ.M - 25 . Providing 18 mm thick & 75mm wide raised band

with cement mortar over plaster area in two coatsunder layer 12 mm thick with cement mortar 1:4 (1cement : 4 coarse sand) top layer 6 mm thick withcement mortar 1:3 (1 cement : 3 fine sand).

1200.00 METRE - 26 . Providing and making Mouling in R.C.C. work as

per design and approved sample. (Each mouldinglength will be Measured)

3500.00 METRE - 27 . Providing tor steel reinforcement TMT FE 500 of

following dia. rods as per approved design and drawingincluding carriage of bars to work site, cutting, bendingand binding with annealed wire with cost of wire,removal of rust placing the rods in position allcomplete as per building specification and directionand direction of E/I. (APPROVED BRAND - TATA TISCON / SAIL).

TOR 8MMDIA. TO 32 MM DIA. 286.000 MT - 28 . Providing and fixing circular/ Hexagonal cast iron

or M.S. sheet box for ceiling fan clamp, ofinternal dia 140 mm, 73 mm height, top lid of 1.5mm thick M.S. sheet with its top surface hackedfor proper bonding, top lid shall be screwed intothe cast iron/ M.S. sheet box by means of 3.3 mmdia round headed screws, one lock at the corners.Clamp shall be made of 12 mm dia M.S. bar bentto shape as per standard drawing.

125.00 EACH - FLOORING WORKS

29 . Providing and laying 12.5mm th. (or as permanufacturer) VITRIFIED FLOOR TILES with waterabsorption less than 0.08% and confirming to IS :15622, of approved make, in all colours and shades,laid on 20 mm thick cement mortar 1:4 (1 cement : 4coarse sand) including grouting the joints with whitecement and matching pigments etc. complete.SIZE OF TILE- 800MMX800MM, Basic Rate ofTile = Rs. 950.00 per Sq.m. (KAJARIA /ASIAN/SOMANY)

3447.23 SQ. M -

Page 119: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

7

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

30 . Providing and laying 8.5 mm th. (or as permanufacturer) CERAMIC/ VITRIFIED TILES ofapproved make, in all colours and shades in DADO ofToilets and over 12 mm thick bed of cement mortar 1:3(1 cement : 3 coarse sand) including grouting the jointswith white cement and matching pigments etc.complete. SIZE OF TILE- 300MMX600MM, Basic Rate ofTile = Rs. 750.00 per Sq.m. (KAJARIA /ASIAN/SOMANY)

916.73 SQ. M - 31 . Providing and laying 20 mm thick kotah stone

tiles in floor, Tread or risers of steps, skirtingand pillars of approved size texture and colourlaid over 12 mm thick cement mortar (1:3) andjointed with grey cement slurry mixed with pigmentto match the shade of slab including rubbing togranolithic finish with approved quality ofcarborandum stone including cost of curing taxesand royalty all complete as per buildingspecification and direction of E/I.

36.58 SQ. M - 32 . Providing and laying 18 mm thick granite stone slab

flooring, counter top or similar & skirting ofapproved quality over 19mm thick base of cementmortar 1:4 (1cement :4 coarse sand) laid and jointedwith white cement slurry including cost of makingmoulding, rubbing and polishing to granolithic finishwith approved quality of carborandum stone includingcost of curing, royalty and taxes all complete as perbuilding specification and direction of E/I.

Light Brown and Dark Brown Granite 2542.57 SQ.M - 33 . Providing and laying 12 mm th. composite

engineered marble (asian make, Crystal) over wallwith cement mortar (1:3), as per apprved sample &design, complete job.

166.36 SQ. M - 34 . Providing and laying matt finished vitrified tile of

size 300x300x9.8mm having with water absorptionless than 0.5% and conforming to IS: 15622 ofapproved make in all colours and shades in for outdoor floors such as footpath, court yard, multimodals location etc., laid on 20mm thick base ofcement mortar 1:4 (1cement : 4 coarse sand) in allshapes & patterns including grouting the jointswith white cement mixed with matching pigmentsetc. complete as per direction of Engineer-in-Charge. (Approved Brand - Pavit/ Kajaria)

181.06 SQM -

Page 120: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

8

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

35 . suppling , fitting and fixing good quality well dressedand well seasoned sal wood work in chaukhat indoors & window opening including m.s.clamps allincluding application of two coats of wood preservativeof approved quality on the surface , building walls andlintel all complete as per building specification anddirection of El.

12.45 CUM - 36 . Providing and fixing ISI marked 30 mm th. flush door

shutters (pure pine) conforming to IS : 2202 (Part I)non-decorative type, core of block board constructionwith frame of 1st class hard wood and well matchedcommercial 3 ply veneering with vertical grains or crossbands and face veneers on both faces of shutters withstainless fittings such as hinges, tower bolts, doorstopper & taxes all complete as per detail drawingbuilding specification & direction of the E/I. (ApprovedBrand - Century/ Green/ Duro)

256.36 SQM - 37 . Providing and fixing 1.0 mm thick decorative

woodgrains LAMINATES with adhessive (fevicol)over flush door surface, including making groove/pattern as per approved design. Approved Brand -Greenlam/ Sunmica/ Century Laminates.

888.15 SQ. M - 38 . Providing and fixing wooden Paneling over wall

around door with 19mm th. Board and 1.0mm th.Laminate fixed over wall or opening above doorincluding framework with 19mm board and 2 no. of19mm th. board provided at top of shutter, fevicol andnails, etc. complete job. Approved Brand - Greenlam/Sunmica/ Century Laminates.

849.16 SQ. M - 39 . Providing and fixing PVC rigid foam sheet 1mm

thick on existing door shutter (Bathroom & w.c.)using synthetic rubber based adhesive. (FevicolSR 998 or equivalent).

60.15 SQ. M - 40 . Supplying, fitting and fixing 60 micron Champagne

colour powder coated, 2 tracks with 4 mm floatglass sliding Windows made from standardextruded section of Hindalco / Jindal (only) of thestandard sizes and thickness including providingof weather silicon sealant over backer rod in gapof aluminium frame and plastered wall, as perapproved design and drawing :-

DOORS & WINDOWS WORKSDOORS & WINDOWS WORKS

Page 121: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

9

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

Including cost of all accessories, roller, gaskets,bushes etc., complete as per detail drawings,specifications and direction of E/i.

521.73 SQ.M - 41 . Supplying, fitting and fixing 60 micron Champagne

colour powder coated Aluminium openable orfixed door shutters/ Partitions with 5.5 mm plateglass on top with eatching on glaasas perapproved sample & prelaminated board in bottomsection, made from standard extruded section ofHindalco / Jindal (only) of the standard sizes andthickness including providing of weather siliconsealant over backer rod in gap of aluminium frameand plastered wall, as per approved design anddrawing :-

Including cost of all hardware, i.e. -hinges,handles, tower bolts, gaskets, bushes etc.,complete as per detail drawings, specificationsand direction of E/i.

43.48 SQ.M - 42 . Providing and fixing Double action hydraulic floor

spring of approved brand and manufactureI.S.:6315 marked, Hardwyn Make (Model 3000) orequivalent for doors including cost of cutting floorsas required, embedding in floors & cover plateswith brass pivot and single piece M.S. sheet outerbox with side plate etc.complete as per thedirection of E/I.WITH STAINLESS STEEL COVER PLATE:-

10.00 EACH - 43 . Providing and fixing aluminium extruded section

body tubular type universal hydraulic door closer(having brand logo with ISI, IS : 3564, embossedon the body, door weight upto 36 kg to 80 kg anddoor width from 701 mm to 1000 mm), with doublespeed adjustment with necessary accessories andscrews etc. complete.. (Approved Brand - GODREJ/ DORSET)

14.00 EACH - 44 . Providing and fixing 100 mm brass Locks (best

make of approved quality) for aluminium doorsincluding necessary cutting and making good etc.complete.(Approved Brand - Godrej/ Doorset) 5.00 EACH -

45 . Providing and fixing bright finished brass 100 mmmortise latch with one dead bolt and a pair oflever handles of approved quality with necessaryscrews etc. complete. (Approved Brand - Doorset)

37.00 EACH -

Page 122: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

10

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

46 . Providing and fixing chromium plated brass 100mm mortice latch and lock with 6 levers and apair of lever handles of approved quality withnecessary screws etc. complete.

14.00 EACH - 47 . Extra for providing lipping with 2nd class teak

wood battens 25mm minimum depth on all edgesof shutters (over all area of door shutter to bemeasured).

256.40 SQ. M - 48 . Supplying, fitting & fixing M.S. GRILL as per

approved design and drawing properly fabricatedwith joints continuous fitted, welded and finishedsmooth, hoisting, including a coat of read leadpaint (primer) as per building specification anddirection of E/I.

14040.00 KG. - 49 . Providing and fixing of Color (as per approved)

anodized Aluminium (HINDALCO make) structural glazing systems made of extruded sectionsMullions, Transoms, sub-frsme for glass panel,complete fabrication with M.S. galvanised Bracket,fixed with fasteners bolt on the slab, Mullions fixing withBolts and Nuts with the Bracket, Transom fixing on themullion and glass fixing with sub-frame by Nortonstructural tape & Structural silicone sealant and glassto glass joint covered by foam and weather siliconesealant & other necessary hardware fittings, with 6 mmthick (LOE) Pilclington make Eclipse AdvantageEvergreen color Toughened glass as per dwg.anddirection of E/I. with following detailed specification.

Company make - HINDALCO, IS 64423Alloy Designation - AA6066/ALCANC62SAlloy Temper - WP/ T6Tensile Strength - 30.1 Kg/ Sq.mmElongation - 7% min. on 50 mmSectional DimensionMullion - 104mm X 55 mm X 2.0mmTransom - 104mm X 55 mm X 2.0mmSub-frame for Glass panel - 20mm X 40 mm X 1.5mm

FittingsBracket - 75mm X 75 mm X 6.0 mm M.S.Mullion Bolt - 12 mm dia. & 100 mm Long.Gasket - EPDMScrews & Other fittings - As per standard I.S.specification stainless steelStructural tape - 6 mm NortonFastener - AnchorColor Andizing - 18-20 Micron minimumStructural Silicone - Wacker ( Mccoy)/ GE make withhigh bonding and elastic strengthWeather Silicone - Wacker ( Mccoy)/ GE make withhigh bonding water proof.

119.06 SQ.M -

Page 123: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

11

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

FINISHING WORKS50 . Providing two coat of snowcem of approved

shade and make over a coat of cement of primeron new surface including preparing the plasteredsurface smooth with sand paper, soaping, curingand taxes all complete as per buildingspecification and direction of E/I.

485.91 SQ.M - 51 . Providing applying plaster of paris putty of 2mm

thickness over plastered surface to prepare thesurface even and smooth copmlete .

9541.46 SQ.M - 52 . Providing two coats of plastic emulsion paint of

approved shade and make over a coat of cementprimer over new surface including preparing theplastered surface by rubbing smooth with pumicestone or fine sand paper applying putty whereverrequired scaffolding washing of floors and taxes allcomplete as per building specification anddirection of E/I

19082.93 SQ.M - 53 . Finishing walls with Premium Acrylic Smooth

exterior paint with Silicone additives of requiredshade :New work (Two or more coats applied @ 1.43 ltr/10 sqm over and including priming coat of exteriorprimer applied @ 2.20 kg/ 10 sqm)

7267.78 SQ.M - 54 . Providing & laying Apex duracast 1.5 mm th. Finetex

exterior texture finish composed of high quality exterior durable acrylic modified resin with texture pattern (as per approved).

3633.89 SQ.M - 55 . Providing and applying white cement based putty

of average thickness 1 mm, of approved brandand manufacturer, over the plastered wall sufaceto prepare the surface even amd smoothcomplete.

3633.89 SQ.M - 56 . Providing 2 coats of SYNTHETIC ENAMEL PAINT

of approved shade and make over STEEL SURFACE grills & railings including cleaning thesurface thoroughly scaffolding and taxes allcomplete as per building specification anddirection of E/I.

521.73 SQ.M -

Page 124: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

12

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

57 . Providing two coats of SYNTHETIC ENAMELPAINT of approved shade and make over newWOODEN surface including cleaning the surfaceafter removing dirt, scales, grease and sandpapering, including cost of scaffolding etc. allcomplete as per building specification dirction ofE/I.

64.06 SQ.M -

58 . Providing and laying integral cement basedwater proofing treatment including preparation of surface as required for treatment of roof terraces etc. consisting of following operations.

(a) Applying and grouting a slurry coat of neat cementusing 2.75 kg/sqm of cement admixed with proprietarywater proofing compound conforming to IS : 2645 overthe RCC slab including cleaning the surface beforetreatment.

(b) Laying cement concrete using broken bricks/brick bats25 mm to 100 mm size with 50% of cement mortar ofmix 1:5 ( 1 cement : 5 coarse sand ) admixed withproprietary water proofing compund conforming to IS:2645 over 20 mm thick layer of cement mortar 1:5 (1cement : 5 coarse sand ) admixed with proprietarywater proofing compund conforming to IS :2645 torequired slope and treating similarly the adjoining wallsupto 300 mm height including rounding of junctions ofwalls and slabs

(c) After two days of proper curing applying a second coatof cement slurry admixed with proprietary waterproofing compound conforming to IS: 2645.

(d) Finishing the surface with 20 mm thick jointless cementmortar of mix 1:4 ( 1 cement : 4 coarse sand ) admixedwith proprietary water proofing compund conforming toIS : 2645 and finally finishing the surface with trowelwith neat cement slurry and making of 300X300 mmsquare.

(e) The whole terrace so finished shall be flooded withwater for minimum period of two weeks for curing andfor final test. All above operations to be done in orderand as directed and specified by the Engineer-in-Charge.With average thickness of 120 mm and minimumthickness at khurra as 65 mm. (WORKS TO BE DONEBY REGISTERED APPLI CATOR OF PIDILITE/PERMA/ SIKA/ ROFF WITH 10 YRS. GUARANTEE.)

1549.48 SQ.M -

WATER PROOFING TREATMENT

Page 125: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

13

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

59 . Providing and laying water proofing treatment insunken portion of WCs, bathroom etc., by applyingcement slurry mixed with water proofing cementcompound consisting of applying : a) First layer ofslurry of cement @ 0.488 kg/sqm mixed with waterproofing cement compound @ 0.253 kg/ sqm. Thislayer will be allowed to air cure for 4 hours. b) Secondlayer of slurry of cement @ 0.242 kg/sqm mixed withwater proofing cement compound @ 0.126 kg/sqm.This layer will be allowed to air cure for 4 hoursfollowed with water curing for 48 hours. The rateincludes preparation of surface, treatment and sealingof all joints with waterproof mortar poured grouting withnozzle pressure, corners, junctions of pipes andmasonry with polymer mixed slurry.

156.23 SQ. M -

60 . Providing and fixing of Ducting Loover made of M.S.extruded sections, angle and S.H.S. completefabrication with M.S. flat as loover blade with openableshutter provision of maintenance, with completeprimary coating & other necessary fittings as per detail-

Outer frame - 38 mm 38 mm x 5 mm L (angle)Loover frame - 25mmX25mmX1.6 mm M.S. S.H.S.Loover blade - 12mm X 3 mm M.S. flat

58.09 SQ. M - 61 . Providing fixing thermal insulation of ceiling

(under deck insulation) with Resin Bonded Fibreglass wool conforming to IS : 8183, density 24kg /m3, 50mm thick, wrapped in 200 G VirginPolythene 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 ofbuilding.

1347.98 SQ.M - 62 . Providing and fixing Roller Blind as per approved

sample. (VISTA LEVELLOR) including all fittings andlabour, complete job.

493.76 SQ.M -

MISCELLANEOUS WORK

Page 126: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

14

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

63 . Providing & Fixing of Armstrong Mineral FibreAcoustical Suspended Ceiling System with DUNEMAX (MICRO LOOK) EDGE TILES WITHARMSTRONG SUPRAFINE 15 mm EXPOSED STEELANGLE. The tiles should have Humidity Resistance(RH) of 95%, NRC 0.70, Light Reflectance >85%,Thermal Conductivity k = 0.052- 0.057 w/m K, ColourWhite, Fire Performance Class 0/Class 1 (BS 476 Part6&7) in module size of 600 X 600 X 20 mm with BioBlock coating on the face of the tile, suitable for GreenBuilding application, with Recycled content of 81%. TheSteel Angle should be of “Armstrong” make with 15mmwide T - section flanges colour white having rotarystitching on all T sections i.e. the Main Runner, 1200mm & 600 mm Cross Tees with a web height of 43mmand a load carrying capacity of 23.71 Kgs/M2. The TSections have a Galvanizing of 120 grams per M2 &passed through 500 hrs of Salt test. The Tile & SteelAngle system used together should carry a 15 yearwarrantee.

INSTALLATION: To comprise main runner spaced at1200mm centres securely fixed to the structural soffitusing Armstrong suspension system (specificationsbelow) at 1200mm maximum centre. The First/LastArmstrong suspension system at the end of each mainrunner should not be greater than 450mm from theadjacent wall. Flush fitting 1200mm long cross tees tobe interlocked between main runners at 600mm centreto form 1200 x 600 mm module. Cut cross tees longerthan 600mm require independent support. 600 x600mm module to be formed by fitting 600mm longflush fitting cross tees centrally between the 1200 mmcross tees. Perimeter trim to be Armstrong wall anglesof size 3000x19x19mm, secured to walls at 450 mmmaximum centres.

ARMSTRONG SUSPENSION SYSTEM accessoriesmanufactured and supplied by Armstrong WorldIndustries consisting of M6 Anchor Fasteners withVertical Hangers made of Galvanised steel of size 26 x26 x 25 x 1.2mm with a Galvanised Thickness of80gsm, A pre Straightened Hanger wire of dia – 2.68mm of 1.83 m length., thickness of 80gsm and a tensilestrength of 344-413 MPa, along with Adjustable hookclips of 0.8mm thick, galvanised spring steel for 2.68mm with a minimum pull strength of 110 kg. Theadjustable clip also consists of a 3.5 mm aquiline wireto be used with the main

4168.63 SQ.M -

Page 127: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

15

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

64 . Providing and fixing false ceiling at all height includingproviding and fixing of frame work made of specialsections, power pressed from M.S. sheets andgalvanized with zinc coating of 120 gms/sqm (both sideinclusive) as per IS : 277 and consisting of angle cleatsof size 25 mm wide x 1.6 mm thick with flanges of 27mm and 37mm, at 1200 mm centre to centre, oneflange fixed to the ceiling with dash fastener 12.5 mmdia x 50mm long with 6mm dia bolts, other flange ofcleat fixed to the angle hangers of 25x10x0.50 mm ofrequired length with nuts & bolts of required size andother end of angle hanger fixed with intermediate G.I.channels 45x15x0.9 mm running at the spacing of 1200mm centre to centre, to which the ceiling section 0.5mm thick bottom wedge of 80 mm with tapered flangesof 26 mm each having lips of 10.5 mm, at 450 mmcentre to centre, shall be fixed in a directionperpendicular to G.I. intermediate channel withconnecting clips made out of 2.64 mm dia x 230 mmlong G.I. wire at every junction, including fixingperimeter channels 0.5 mm thick 27 mm high havingflanges of 20 mm and 30 mm long, the perimeter of 12.5 mm thick tapered edge gypsum plain board conforming to IS: 2095- Part I, (Approved Brand - India Gypsum/ Saint Gobain)

735.64 SQ.M - 65 . Provididng and fixing machine moulded

aluminium covering of approved pattern anddesign, made out of machine cut aluminium sheetand machine holed for receiving dash fasteners ,over Expansion Joints on vertical surfaces/ceiling with full threaded, the fixing on plate in onerow on one side of joint only shall be done withstainless steel dash fastener of 8mm dia and75mm long bolt including providing aluminiumwashers 2 mm thick, 15 mm dia. at a staggeredpitch of 200 mm centre to centre including drillingholes in the receiving surface and providedexpandable plastic sleeves in holes etc. completeas per direction of E/I.

Powder coated aluminium sheet 2.5 mm thick(Minimum thickness powder coating 50 micron)

35.39 SQ.M - 66 . Providing 250 mm wide BRICK DRAIN in cement

mortar (1:6) with avarage 150mm. Clear depthand 250 mm apron including cost of earthworkinvolved with 75m cement concrete (1:4:3) overone brick designation 75A, flat soling in propergrade and slope at the base , the drain dullyplastered in C.M.(1:3) with puning over exposedsurface all complete as per building specificationand direction of E/I.

Page 128: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

16

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

50.00 M - 67 . Providing & fixing on wall face unplasticised -

Rigid P.V.C. rain water pipes conforming to IS:13592 Type A including jointing with seal ringconforming to IS: 5382 leaving 10mm gap forthermal expansion . Single socket ed pipes with allfittings. 110 mm dia

213.36 M68 . Providing and placing on terrace 4 layer

polyethylene water storage tank ISI : 12701marked indicating the BIS License No. with coverand suitable locking arrangement and makingnecessary holes for inlet, outlet and overflow pipesbut without fittings and the base support of tank.(Approved Brand - Supreme)

5000.00 LTRS - 69 . Providing and fixing 0.90Mtr. high (Clear) 18

Guage (304 Grade) STAINLESS STEEL RAILINGFOR staicase with 40mm dia. round or squarebalustrade with cap in every three steps, 50 mmdia. handrail & 3 lines of 19 mm dia. pipe fittedhorizontally in balustarde with tully and masterpillar with all fittings and taxes complete.

139.06 M - 70 . Providing and fixing 18 Guage (304 G) 38 mm dia.

handrail on wall as specified with all fittings andtaxes complete.

30.48 M - 71 . Providing septic tank for 100 users masonary

septic tank of size (18'-0'x5'-0'x6'-0")effective sizeand I.C. of requried size with 250 mm thick brickwall in cement mortar (1:4) including base of 4"thick PCC (1:3:6) over brick soling and sand fillingwith two coats of CICO plaster (1:4) with punningand providing and fixing CI cover with frame(Heavy duty) including sealing coal tarring of covercomplete with all earth work excavation back fillingand disposal of surplus earth as per detailsdrawing & carriage of materials, complete job.

1.00 EACH - 72 . Making Soak Pit 2.5 m diameter 3.0 meter deep

with 45x45cm dry briick honey comb shaft withbricks of class designation 75 and S.W. drain pipe100 mm diameter, 1.8m long complete as perstanderd design .

1.00 EACH - DISMANTALING WORKS

Page 129: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

17

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

73 . Dismantling pucca brick work including stackingserviceable materialsin countable stacks within15m lead and disposal of unserviceable materialswith all lead, all complete as per direction of E/I.

34.90 CU.M - 74 . Dismantling tile work in floors and roofs laid in

cement mortar including stacking material within50 metres lead.

1715.76 SQ.M - SANITARY, WATER SUPPLY & DRAINAGE WORKS 75 . Providing and fixing water closet squatting pan

(Indian type W.C. pan) with 100 mm sand castiron P or S trap, 10 litre low level white DualP.V.C. Flushing cistern with munally controlleddevice (handle lever) conforming to IS:7231Parryware/ Hindware with all fittings and fixturescomplete including cutting and making good thewalls and floors wherever required.

White Vitreous China Orissa pattern W C pan ofsize 580 X 440 mm with integral type foot rest.

16EAC

H - 76 . Providing and fixing white vitreous china pedestal

type water closet (European type W.C. pan) withseat and lid, 10 litre low level white Dual P.V.C.flushing cistern with manually controlled devicde(handle lever), conforming to IS:7231,parryware/Hindware/with all fittings and fixturescomplete including cutting and making good thewalls and floors wherever required.

W.C. pan with ISI marked white solid plasticseat and lid. 25

EACH -

77 . Providing and fixing Wash basin with C.I/M.Sbrackets, 15mm C.P. pillar cock 32mm C.P brasswaste of cutting and making good the wthereverrequire. Falt back wash basin size 630X450 mm with asingle 15mm C. P. pillar tap. 1

EACH -

78 . Providing and fixing oval shaped counter topWash basin (with rim) with cutting and makinggood the wtherever require all complete.

(A) BASIN OVAL 56X41 CM WITH C.P. WASTECOUPLING - 41

EACH -

(B ) PILLAR TAP - Auto Closing 41

EACH -

Page 130: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

18

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

79 . Providing and fixing PTMT Bottle Trap for Washbasin and sink Bottle trap 31mm single piecemoulded with height of 270 mm, effective length oftail pipe 260 mm from the centre of the wastecoupling, 77 mm breadth with 25 mm minimumwater seal, weighing not less than 260 gms

51.0EAC

H - 80 . Providing and fixing C.P. towel ring round shape

and round flange with concealed fittings..ACN1121BN, JAQUAR 41 EACH

81 . Providing and fixing white vitreous china flat backhalf stall urinal (flat back large) of390X375X590mm, parryware/Hindware withfittings, standard size C.P. brass flush pipe,spreaders and clamps (all in C.P. brass with wastefitting as per IS : 2566 P.V.C. trap with outletgrating and other couplings in C.P. brass includingparenting of fitting and cutting and making goodthe walls and floors wherever required.

24.0EAC

H - 82 . Providing and fixing C.P. brass bib cock of

approved quality, F330011, hindware/ jaquarI) 15mm nominal bore approved brand C.P. fittings

20EAC

H - II) 15mm nominal bore approved brand 2 in 1 C.P.

fittings, 5EAC

H - 83 . Providing and fixing C.P.brass long body bib

cock of approved quality.15mm nominal bore approved brand C.P. fittings

6EAC

H84 . Providing and fixing C.P. brass angle valve for

basin mixer, gyser & others points of approvedquality conforming to IS 8931 15mm nominal bore,approved brand C.P. fittings. Single way with flange, 33006, hindware/ jaquar

135EAC

H - Two way with flange

20EAC

H - 85 . Providing and fixing C.P Soap Dish Holder

having length of 138 mm breadth 102 mm, heightof 75mm with concealed fitting arrangements,weighing not less than 106 gms

JAQUAR .ACN41

EACH -

Page 131: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

19

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

86 . Providing and fixing UPVC ball valve of approvedquality, High or low pressure, with plastic floatscomplete. (SUPREME/ ASTRAL)

a) 20mm nominal bore8

EACH -

b) 25mm nominal bore20

EACH -

c) 32mm nominal bore20

EACH -

87 . Providing and fixing 600x450 mm beveled edgemirror of superior glass (of approved quality)complete with 6 mm thick hard board ground fixedto wooden cleats with C.P. brass screws andwashers complete.

41EAC

H - 88 . Providing and fixing PTMT grating of approved

quality and colour.18.58.2 Rectangular type with openable circular lid18.58.2.1 150 mm nominal size square 100 mmdiameter of the inner hinged round grating

140.0EAC

H - 89 . Providing and fixing stainless steel A ISI 304(18/8)

kitchen sink 610x510mm bowel depth 200mmas per I.S.13983 with C.I. Brackets stainless steelplug 40mm including painting of fittings andbrackets cutting and making goods the wallswherever required:,

5 EACH - 90 . Providing and fixing C.P. brass sink cock of

approved quality conforming to IS standards.15mm nominal boreCON 347 KN, JAQUAR/ DF200024 HIDWARE 5.00 EACH -

91 . Providing and fixing unplasticised P.V.C.connection pipe with c.p. nuts collar and bush ofapproved quality. (APPROVED BRAND -SUPREME)15 mm nominal bore with 60 cm length.

95.0EAC

H - 92 . provding and laying of P.V.C. pipe including all

fittings as required.a) 75 mm outer dia

425.0METRE -

b) 110 mm outer dia 375.0

METRE -

Page 132: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

20

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

93 . Providing and fixing Chlorinated Polyvinyl Chloride(CPVC) pipes, having thermal stability for hot &cold water supply including all CPVC plain & brassthreaded fittings including fixing the pipe withclamps at 1.00 m spacing. This includes joining ofpipes & fittings with one step CPVC solventcement and the cost of cutting chases and makinggood the same including testing of joints completeas per direction of E/I.(Approved Brand - ASTRAL/SUPREME)

Concealed work including cutting chases andmaking good the wall etc..20mm dia 410 METER -

94 . Providing and fixing UPVC pipes, having thermalstability for hot & cold water supply including allCPVC plain & brass threaded fittings includingfixing the pipe with clamps at 1.00 m spacing. Thisincludes joining of pipes & fittings with one stepCPVC solvent cement & testing of joints completeas per direction of E/I. (Approved Brand -ASTRAL)Exposed on Wall

a) 25mm dia 275 METER - b) 32 mm dia. 370 METER - 95 . Providing and fixing P.V.C. DRAIN pipe with collar

of approved quality Double socket. (APPROVEDBRAND - SUPREME/ ASTRAL)160 MM dia pipe 750 METER -

96 . Constructing brick masonary chamber forUnderground C. I. Inspection Chamber andbend with 75 class designation bricks in cementmortar 1:4 (1 cement : 4 coarse sand) C.I. Coverwith frame (light duty) 455X610 mm internaldimensions, total weight of cover with frame to benot less than 38 KG. (weight of cover 23 kg. andweight of frame 15 kg) RCC top slab with 1:1.5:3mix (1 cement:1.5 coarse sand : 3 graded stoneaggregate 20 mm nominal size) foundationconcrete 1:5:10 mix (1 cement:5 coarse sand :10graded stone aggregate 40 mm nominal size),inside plastering 12 mm th. with cement mortar 1:3(1 cement : 3 coarse sand) finished smooth with afloating coat of neat cement on walls and bedconcrete etc. complete as per standard design:

Inside dimensions 455X610X mm and 45 mmdeep

100EAC

H -

Page 133: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

21

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

97 . Providing and fixing c.p. JET SPRAY in comdewith connection pipe.

2.0 EACH98 . Pvc trap (SUPREME) including all fittings

140.00 EACHELECTRICAL WORKS

I SUB - DISTRIBUTION / CIRCUIT / POINT WIRING (IN RECESSED / SURFACE PVC CONDUITS)99 . Supply and Fixing of light / fan points with 1.5

sq.mm PVC insulated copper conductor 1100volts grade stranded flexible wires of approvedmake in concealed or surface mounted suitable sizeof PVC Conduit including providing and fixing of 6Amps single pole rocker operated flush mountedmoduler switch of approved quality make & design in2 mm thick GI box and earthing of fixtures and theoutlet box with 1.0 sq.mm PVC insulated copperconductor stranded flexible wire, complete in allrespect.(CIRCUIT IS PAID SEPARATELY)

a Primary point controlled by one 6/10 Amps switch. 550 POINT

-

b Secondary point with 2x1.5 sq.mm+1X1.0 sqmmcopper wire

854 POINT

-

100 . Supply and Fixing of moduler type 16/6 Amps switch& 16Amps socket outlet with box & cover plate.

162 EACH -

101 . Supply and Fixing of module type 6/10 Amps switch &socket outlet on existing switch boad.

373 EACH -

102 . Supply and Fixing of moduler type 6 Amps socketoutlet & switch with box & cover plate etc.as required.

80 EACH -

103 . Supply & Fixing of moduler type 6A 5 pin socket 2 nos & 6A moduler switch 1 nos = 1 set .complete with surround plate & box. (Wiring of UPS poin 396 EACH -

104 . Supply & Fixing of 6A 3 pin socket outlet moduler with box & cover plate. without wiring.(for wall mounted fan ) 59 EACH

-

105 . Supply & fixing of step type moduler fan reulator. 236 EACH -

106 . Supply & fixing of moduler type blanking plates. 100 EACH -

107 . Supply & fixing of call bell(ding dong ). 4 EACH -

108 . Supply and Laying of following size copper conductorwith required size PVC conduit on walls / ceiling.

a 2 x 1.5+1x 1.5 mm sq. wires 2000 M - b 2 x 2.5 + 1x 2.5 mm sq. wires 7000 M - c 2 x 4 + 1x 4 mm sq. wires 3500 M - d 2 x 6 + 1x 6 mm sq. wires 400 M - e 4 x 6 + 2x 6 mm sq. wires 600 M - f 4 x 10 + 2x 10 mm sq. wires 350 M - g 4 x 16 + 2x 16 mm sq. wires 300 M -

Page 134: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

22

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

11 Supplying and fixing of following way three pole & neutral, sheet steel , MCB distribution board 415 volts, on surface /recess , complete with tinned copper bushbars ,neutral busbar, earth bar , din bar ,detachable gland plate , interconnections ,phosphatized and powder painted including earthing etc. as requried. ( without MCB/ ISOLATOR)

109 . 8 WAY (4+24) TPN double door, Horizontal type. 1 EACH - b 6 WAY (4+18) TPN double door, Horizontal type. 18 EACH - c 4 WAY (4+12) TPN double door, Horizontal type. 21 EACH - d 8 WAY SPN double door, 13 EACH -

110 . Supplying and fixing 6 amps to 63 amps, rating, 415/240 volts, 'c' series, maniature circuit breaker of following poles in the existing MCB DB complete with connections, testing and commissioning etc. as required .

a 6 /32amps Single pole 678 EACH - b 6/32amps SPN MCB 13 EACH - c 32amps three pole & neutral 21 EACH - d 40mps three pole & neutral 13 EACH - e 50/63 amps three pole & neutral 6 EACH - II CABLES & END TERMINATION.

111 . Supplying & laying of following 1100 volt grade PVC insulated sheathed XLPE aluminium conductor armoured cables as per specification in existing trenches, cable trays, ducts over bed of sand, clamped includes anchor fastners wall with suitable clamps, saddles fixing bolts including connecting testing and commissioning.

a 3.5 core300 sq. mm 200 M - b 3.5 core50 sq. mm 75 M -

112 . Laying of 1100 volt grade PVC insulated sheathedcopper / alluminium conductor armoured cable as perspecification in clamped includes anchor fastners towall with suitable clamps, saddles fixing bolts etc .asrequired. 75 M -

113 . Cable end termination of the following PVC insulatedsheathed HR / XLPE aluminium conductor armouredcables of 1100 volt grade including supplying and fixingof crimping aluminium lugs, Single compression glandswith earthing facility at both ends of cables etc.complete as required.

a 3.5 core 300 sq. mm 4 EACH -

b 3.5 core50 sq. mm 12 EACH -

114 . Trench cutting in soil of suitable size 1.5 feet wide and2 feet depth including refilling the trench with sameetc.as reqd (for laying the cable)

180 M -

III EARTHING INSTALLATION (FOR DISTRIBUTIONSYSTEMS, UPS SYSTEM.

115 . Supply, Testing & Commissioning, fixing of followingbare GI and Cu strip / wires including all necessaryfixing accessories and effecting connections asper specifications.

a 25 x5mm thick Cu Strip 50 M - b 20 x3mm thick Cu Strip 20 M -

Page 135: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

23

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

c 8 SWG Cu wire 40 M - 116 . Providing, laying , testing and commissioning of 80

mm *3 mtr earth electrode with camical powder forearthing work. masonry chamber with concrete baseCI/ heavy duty chequered plate. mixtures of soil &camical powder around earth electrode includingdigging of pit upto permanent moisture level and as persoil condition but not less than 3 meters and backfilling as required. 12 EACH -

117 . P/F of lighting conductor finial, made of 25mm. Dia. 300mm. Long copper tube, having single prong at top, with 85mm. Dia. 3mm. Thick copper base plate including holes etc. complete as required. 5 EACH -

118 . Rivetting, sweating and soldering of copper/GI tape (with another copper/GI tape base of the finial or any other metallic object) as required. 10 EACH -

119 . Providing and fixing copper tape 20mmx3mm thick on parapet or surface of wall for lightning conductor as reqd.(for vertical/horizontal run) 150 M -

120 . Providing and fixing copper tape 20mmx3mm thick on parapet or surface of wall for lightning conductor as reqd.(for vertical run) 70 M -

IV LIGHTING FIXTURES & FANS121 . Fixing of the following ORIENT Fan / exhaust fan /

lighting fixtures with all fixing accessories etc. as required. (Supply will be done by BIT @rate Enclosed)

a 36w LED pane light recess type. (Orient) 376 EACH -

b 18w LED pane light recess type. (Orient) 314 EACH -

c 12w LED pane light recess type. (Orient) 313 EACH -

d 6w LED pane light recess type. (Orient) 74 EACH -

e 18w LED pane light surface type. (Orient) 19 EACH -

f 400mm Wall mounted fan (Orient) 59 EACH -

g 1200MM Ceiling mounted fan (Orient) 236 EACH -

h 300MM exhaust fan (Orient) 13 EACH -

V TELEPHONE AND COMPUTER WIRING 122 . Supply and laying of of 3 pair 0.5 sq mm FR PVC

insulated copper conductor , unarmoured telephone cable in the existing surface / recessed PVC conduit as required.

1600 M -

123 . Supply and laying of of FR PVC insulated copper conductor , unarmoured CAT -6 cable in the existing surface / recessed PVC conduit as required.

10000 M -

124 . Supply and fixing of RJ - 11 one module with M.S box and cover plate etc . As required.

53 EACH -

125 . Supply and fixing of RJ - 45 one module with M.S box and cover plate etc . As required.

396 EACH -

Page 136: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

24

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

126 . Supply & Fixing of 25 sq. mm PVC conduit alongwithaccessories in surface/recess including cutting the walland making good the same in case recessed conduitas required.

3000 M -

VI LT PANEL.127 . Fabrication Installation Testing & Commissioning

of sheet steel inclosure with- INCOMING600amps.FP MCCB 50/36KA with buit in magneticseting-2nos,315amps.FP MCCB 50/36KA with buit inmagnetic seting-1nos,630amp TPN changover system -1nos ,400A TPN busbar-1 nos,320amps.FPchangover system -1nos , busbar-,3 SET of DIGITALammeter , ASS, CTs,DIGITAL volt meter, VSS, fuses ,3 sets of phase indicating light with fuses,Cu busbarand asso. OUTGOING :-100 A MCCB FP -10nos,50/63A MCB FP -5 nos, 32 A MCB FP - 8 nos , 1 SET -

128 . (FLOOR PANEL)Fabrication Installation Testing &Commissioning of sheet steel inclosure with-INCOMING 100amps.FP MCCB 50/36KA with buit inmagnetic seting-2nos, 2 SET of sets of phaseindicating light with fuses,Cu busbar and asso.OUTGOING :-50/63A MCB FP -6 nos, 32 A MCB FP -6 nos , 2 SET -

129 . (FLOOR PANEL)Fabrication Installation Testing &Commissioning of sheet steel inclosure with-INCOMING 100amps.FP MCCB 50/36KA with buit inmagnetic seting-2nos, 2 SET of sets of phaseindicating light with fuses,Cu busbar and asso.OUTGOING :-50/63A MCB FP -7 nos, 32 A MCB FP -7 nos , 1 SET -

UNDER GROUND WATER TANK(1,00,000 LITRE) 130 . EARTH WORK IN EXCAVATION IN

FOUNDATION Trenches in ordinary soil (videclassification of soil item -A) and disposal ofexcavated earth as obtained to a distance upto 50M including all lift, leveling ramming the foundationtrenches, removing roots of tree shrubs allcomplete as per approved design, buildingspecification and direction of E/I

203.12 CU.M - 131 . EARTH FILLING IN FOUNDATION TRENCHES

AND PLINTH in layers not exceeding 150 mmthick well watered, rammed, fully compacted andfine dressed with earth obtained fromexcavation foundation trenches within a lead of50 M and lift of 1.5 M all complete as per buildingspecification and direction of E/I. (mode ofmeasurement compacted volume)

203.12 CU.M

Page 137: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

25

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

132 . Providing coarse clean local SAND IN FILLING infoundation trenches or in plinth including rammingand watering in layer not exceeding 150 mm thickwith all leads and 1.5 M lifts including cost of allmaterials, labours, royalty and taxes all completeas per building specification and direction ofEngineer Incharge (Mode of measurementcompacted volume)

5.64 CU.M - 133 . Providing designation 75-A, BRICK FLAT

SOLING joints filled with local sand including costof watering,taxes and royalty all complete as perbuilding specification and direction of E/I.

74.09 SQ.M - 134 . Providing P.C.C. M-10 with nominal mix of (1:3:6)

in Foundation with approved quality of stonemetal grade III (53 to 22.4 mm size) and cleancoarse sand of F.M. 2.5 to 3 including screening,shuttering, mixing cement concrete in mixture,placing in position, vibration, striking, curing, taxesand royalty all complete as per buildingspecification & direction of E/I.

5.64 CU.M - 135 . Providing R.C.C. M-20 with nominal mix of

(1:1.5:3) in FOUNDATION and plinth withapproved quality of stone chips 20 mm to 6 mmsize graded and clean coarse sand of F.M. 2.5 to 3including screening, shuttering, mixing cementconcrete in mixer, placing in position vibratingstriking curing (but excluding the cost ofreinforcement) taxes and royalty all complete asper building specification and direction of E/I.

10.83 CU.M - 136 . Providing R.C.C. M-20 with nominal mix of 1:1.5:3

in COLUMN/ R.C.C. WALL with approved qualityof stone chips 20 mm to 6 mm size graded andclean coarse sand of F.M. 2.5 to 3 includingscreening shuttering, mixing cement concrete inmixer, placing in position vibrating, striking, curing(but excluding the cost of reinforcement) taxesand royalty all complete as per buildingspecification and direction of E/I.

10.54 CU.M -

Page 138: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

26

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

137 . Providing R.C.C. M-20 with nominal mix of 1:1.5:3in BEAM with approved quality of stone chips 20mm to 6 mm size graded and clean coarse sand of F.M. 2.5 to 3 including screening shuttering,mixing cement concrete in mixer, placing inposition vibrating, striking, curing (but excludingthe cost of reinforcement) taxes and royalty allcomplete as per building specification anddirection of E/I.

8.82 CU.M - 138 . Providing R.C.C. M-20 with normal mix of 1:1.5:3

in ROOF SLAB with approved quality of stonechips 20 mm to 6 mm size graded and cleancoarse sand of F.M. 2.5 to 3 including screeningshuttering, mixing cement concrete in mixer,placing in position vibrating, striking, curingcarriages (but excluding the cost ofreinforcement) taxes and royalty all complete asper building specification and direction of E/I.

9.08 CU.M - 139 . Providing 12mm cement plaster(1:3) with clean

course sand of F.M 1.5 with floating coat of neatcement in inner sides of tank including rounding ofjunctions with floor, curing taxes and royalty allcomplete as per building specification anddirection of E/I.

142.23 SQ.M.140 . Providing tor steel reinforcement TMT FE 500 of

following dia. rods as per approved design and drawingincluding carriage of bars to work site, cutting, bendingand binding with annealed wire with cost of wire,removal of rust placing the rods in position allcomplete as per building specification and directionand direction of E/I. (APPROVED BRAND - TATA TISCON / SAIL).

TOR 8MMDIA. TO 32 MM DIA. 6.000 MT - 141 . Providing water proofing treatment in Water

tank, Retaining wall, Underground water tankwith following application including all materials,labours, taxes complete.After the release of shuttering, repair all bugor pin hole with polymer modified mortar onthe inner sides of Tank.Make a 20X20 groove along with theconstruction joint and seal the same withpolymer modified mortar , specially the starterjoint of the retaining wall.Prior to apply Sika Top Seal 107 the surfaceshould be made SSD

Page 139: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

27

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

Apply first coat of Sika Top Seal 107 overprepared surface. Coating should becontinued over the projected portion of the rftand also 300mm above from the G.L allow thecoated surface air cure for at least 4 hrs

Before application of 2nd coat , surface shouldbe wet again with the help of sprinkling waterApply second coat of Sika Top Seal 107 overthe executed first coatThe coating shall be covered with 12 mm thickplaster added with waterproofing admixturePlastocrete Super 0.2% by weigh of cementwith a cement – sand (1:4)Drill hole up to half of the depth of theconcrete and fix nozzles of 12 mm dia GI /NBMS nozzle 1m c/c in a grid pattern in theinterior surface of retaining wall with the helpof quick setting compound Sika 2.

145.57 SQ.M.142 . Supplying and fixing C. I. Cover without frame for

MANHOLE. 560MM DIA C.I. COVER (HEAVY DUTY)

3.00 EACH - 143 . Providing orange colour safety foot rest of

minimum 6 mm thick plastic encapsulated as perIS: 10910, on 12 mm dia steel bar confirming toIS: 1786, having minimum cross section as 23mmX25mm and over all minimum length 263 mmand width as 165 mm with minimum 112 mmspace between protuded legs having 2 mm treadon top surface by ribbing or chequering besidesnecessary and adequate anchoring projections ontail length on 138 mm as per standard drawingand suitable to with stand the bend test andchemical resistance test as per specifications andhaving manufacture's permanent identificationmark to be visible even after fixing, including fixingin tank with 30X20X15 cm cement concretecomplete as per design.

50.00 EACH -

Page 140: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

28

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

FIRE FIGHTING WORKS, (ALL MATERIALS SHOULD BE APPROVED BY THE ARCHITECT)

I FIRE HYDRANT SYSTEM144 Providing and Fixing M. S. pipe as per IS:1239 (

Heavy Class ) complete with all fittings like unions,couplings, bends, elbows, tees, offsets, reducers,flanges, etc. as per requirement at site includingpainting with two coats of synthetic enamel paint,cutting and making good the walls complete. Pipeup to 50 mm dia. will be with threaded joints withhold tight and 65 mm dia. And above will be withwelded joint. The cost shall include the MS / GIstructural supports as per approved drawings andspecifications.

i) 150 mm dia. 20 Mtr. - ii) 100 mm dia. 60 Mtr. - iii) 80 mm dia. 20 Mtr. -

A. INTERNAL HYDRANT SYSTEM145 Providing and fixing ISI marked SS - 304 fire

hydrant valve 80 mm inlet with single outlet andfitted with 63 mm dia instantaneous femalecoupling on the outlet complete includingcompanion flanges, pvc black cap and chain, nuts,bolts and 3 mm thick compressed asbestos gasketat locations as per drawings ( inlet flange as perIS: 5290-1969 Class C ).

5 Each. -

146 . Providing and fixing first aid fire hose reel drumwall mounting & swinging type fitted with 20 mmdia 36.5 m long high pressure hose as per IS :5132 with 5 mm outlet SS nozzle with shut offvalve ( IS: 884-1969).

4 Each. -

147 . Providing and fixing 63 mm dia 15 m long EPDMlined fabric hose including SS male and femaleinstantaneous type coupling approved by fireauthority, machine wound with copper wirecomplete in all respects. Hose shall conform to IS :636 Type II and coupling to IS: 903 – 1975 with ISIcertification.

5 Each. -

148 . Providing and fixing standard short size SS branchpipe with nozzle 16 mm dia. Outlet with standardinstantaneous type 63 mm dia. Coupling ( ISImarked. ).

8 Each. -

149 . Providing and fixing 25 mm dia brass ball valvefull bore type with lever and screwed female ends.( 20 kg./sq. cm.)

4 Each. -

Page 141: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

29

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

150 . Providing and fixing fire hose cabinet fabricatedfrom 16 gauge M.S. sheet with single glazed frontdoor and pad locking arrangement, painted FireRed with stove enameled paint and FIRE HOSEwritten on front including necessary supports ( tohouse ONE length of canvas hose with couplings,branch pipe and nozzle).

5 Each. -

151 . Providing and fixing cast iron butterfly valves ofPN 1.6 rating complete with bolts, nuts, 3mm thickcompressed asbestos gasket, companion flangesand complete in all respects.

a) 150 mm dia with lever operated. 2 Each. - b) 100 mm dia. 5 Each. - c) 50 mm dia. 2 Each. - 152 . Providing and fixing C.I. double flanged horizontal

dual plate wafer type non return valves PN 1.6including washer, nuts, bolts, 3mm thickcompressed asbestos gasket with companionflanges, complete in all respect.

a) 100 mm dia. 2 Each. - b) 150 mm dia. 1 Each. - 153 . Providing and fixing 25 mm dia gun metal single

acting air release valve with screwed inlet testedfor 20 kg. / cm².

2 Each. -

154 . Providing and fixing dial type pressure gauge withisolation cock and chrome coated copper pipe onmain header Dial dia. 150 mm calibration 0-15 kg./ cm².

2 Each. -

155 . Providing and fixing 150 mm dia Three –Way Firebrigade connection consisting of 63 mm diainstantaneously male coupling and and a checkvalve protected by cap scored with a chain glassbore etc. complete with 150 mm sluice valve and150 mm non return valve ( To be connected toriser ).

1 Each. -

II HAND APPLIANCES ( INTERNAL )

156 . Providing and fixing CO2 extinguisher consistingof seamless MS cylindrical body squeeze leverdischarge valve, internal discharge tube, 30 cmslong high pressure discharge hose, dischargenozzle ISI marked as per IS 13869 including fixingwith dash fasteners etc. complete.

Capacity 4.5 kg. 8 Each. -

Page 142: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

30

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

157 . Providing and fixing stored pressure Multipurposefire extinguisher consisting of welded M.S.cylindrical body, squeeze lever discharge valve,30 cms long high pressure discharge hose ISImarked as per IS:15683 including fixing to wallwith brackets etc. complete.

a) Capacity 6 Kg. 16 Each - 158 . Providing and fixing of self illuminated “FIRE

EXIT”, etc. signages. 16 Each. -

III FIRE PUMPS & ACCESSORIES159 . Providing and fixing horizontal split casing

single/multi stage, single/multi outlet pumping setwith bronze impeller with C.I. body andconnected by a flexible coupling to a totallyenclosed fan cooled induction motor mountedon a common structural base plates with allpump accessories complete as per specificationsincluding pressure gauges with gunmetal isolationvalves and anti vibration pads, motor to besuitable for 415 volts, 3 phase, 50 cycles A.C.supply (Specifications as per fire fightingrequirements and on the pattern of TAC or localauthority approval) as per instruction andfollowing specifications:

a. Hydrant Pump Type : Split casingSpeed (rpm) : 2965Capacity : 1650 lpmHead : 60 Mtr. 1 Each. -

b. Jockey PumpType : Split casing 1 Each. - Speed (rpm) : 2965Capacity : 150 lpmHead : 60 Mtr.

c. Terrace PumpType : Split casingSpeed (rpm) : 2965Capacity : 900 lpmHead : 40 Mtr. 1 Each. -

160 . Panel for Fire Pumps

Page 143: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

31

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

Fixing in position, testing and commissioning ofthe following front operated cubicle type, frontaccess 2mm thick steel enclosed free standing,dust and vermin proof, switchboard with IP42protection with hinged and lockable doorscomplete with interconnections, tinned coppercrimping lugs, bonding to earth and painting,suitable for use at 415 volts, 3 phase 4 wire 50 Hzsystem and suitable for a fault level of 25 MVAsymmetrical at 415 volts with a suitable powercapacitor to improve power factor.

All live accessible parts shall be shrouded and allequipment shall be finger touch proof. Thebusbars insulation shall be with heat shrinkablesleeves. SMC/DMC shrouds and busbar supportsshall be used. Padlocking facility shall beprovided on all outgoing feeders doors and switchhandles shall be locakble in OFF position.

INCOMINGa. 1 No. 630 amps TPN switch fuse unit with HRC

fuses complete.b. 1 No. square flush mounting 0-500 volts scaled

voltmeter with selector switch & control MCB'S.

c. Three phase indicating lights with 2A SP ControlMCB's.BUSBARElectrolytic high conductivity three phase andneutral bus bar rated at 800 amps having a currentdensity of 1 amp per Sqmm suitable to with standsymmetrical fault level of 25 MVA at 415 volts.

OUTGOING UNITSa. 2 Nos. 400 amps TPN MCCB (25KA) c curve with

rotary handleb. 1 No 63amps TPN MCCB 25KA "C" Curve with

rotary handle.c. 2 Nos. fully automatic Star-delta starters suitable

for main pump motor with OLR, SPP, timer, Pushbutton, Auto, manual selector switch, ON OFFlamp etc. complete.

d. 1 No. fully automatic Star-delta starter suitable forterrace fire pump motor with OLR, SPP, timer,Push button, Auto, manual selector switch, ONOFF lamp etc. complete.

e. 1 No. fully automatic DOL Strarter for jockey pumpwith OLR, SPP, timer, Push button, Auto, manualslector switch, ON OFF lamp etc. complete.

Page 144: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

32

SL. No. DESCRIPTION TOTAL

QTY. UNIT RATE AMOUNT

f. 3 Nos panel type ameter for each pump with CTSASS etc.

g. Phase Indicating lamps with each starterh. All inter connecting busbar/power cable control

cable etc inside panel shall be fully automatic DEstarting panel complete with battary charger,Hooter, Anunciator window, transformer, Rectifier,Ameter, Volt meter, push butten, Relay etccomplete as required.The motor control panel shall be prewired withcolour coded wires with identification labelscomplete in all respects as required.

1 Each. -

161 . Providing and fixing C.I double flanges suctionstrainer bucket type/ “Y” type including, nuts, boltsand 3mm thick rubber insertion complete.

a. 150 mm dia. 1 Each. - 162 . Providing and fixing heavy duty aluminium

armored cables 1.1 KVA grade includingnecessary support clamps at ceiling level andconnection legs complete in all respects.

a) Power cable 3 core 10 Sq.mm 65 Metre -

b) Power cable 3 core 16 Sq.mm 75 Metre -

c) Power cable 3 core 25 Sq.mm 90 Metre -

d) Power cable 3 core 90 Sq.mm 65 Metre -

IV FIRE ALARM & DETECTIONSYSTEM

163 . Supply, installation, testing and commissioning ofMicro Processor based Fire Alarm Control Panelwith LCD display having capacity of 8 zones. 2 Each. -

164 . Supply, installation, testing and commissioning ofOptical smoke detector complete with base. 275 Each. -

165 . Supply, installation, testing and commissioning ofmanual call point complete with mounting base. 8 Each. -

166 . Supply, installation, testing and commissioning ofHooter . 16 Each. -

167 . Supply and laying of 1.5 sq. mm double corecopper wire with 14 mm dia conduit pipe. 3200 Mtr. -

TOTAL = ₹ - SAY = ₹

Page 145: BIDDING DOCUMENT PROCUREMENT OFCIVIL WORKS

LIST OF ELECTRICAL FITTINGS, FANS WITH RATE (ORIENT)SL No. DESCRIPTION UNIT RATE

Tax @14.5% Amount

1 400mm Wall mounted fan (Orient)- WALL 44 EACH 1340.00 194.30 1534.30

2 1200MM Ceiling mounted fan(Orient)-NEW BREEZE/SUMMER COOL

EACH 1236.00 179.22 1415.22

1 300MM exhaust fan(MAKE- (Orient)- HILL AIR EACH 954.00 138.33 1092.33

2 12w LED pane light recess type. (Orient) EACH 492.00 71.34 563.34

3 18w LED pane light recess type. (Orient) EACH 748.50 108.53 857.03

4 18w LED panel light recess type.(Make-orient) EACH 748.5. 108.53 857.03

5 36w LED pane light recess type. (Orient) EACH 1900.00 275.50 2175.50

6 6w LED pane light recess type. (Orient) EACH 354.50 51.40 405.90

7 6w LED pane light surface type. (Orient) EACH 513.00 74.39 587.39

8 18w LED pane light surface type. (Orient) EACH 1068.75 154.97 1223.72

9 LED DOWNLIGHTER MOONLITE 5W(Make-orient)

EACH200.00 29.00 229.00

10 LED TUBELIGHT BATTEN 18W/20W (TUBE AND FITTING DETACHABLE)(Make-orient)

EACH345.00 50.03 395.03

LIGHT FITTINGS

FANS