GC/04/08.08.2018 Tender Document GARGI COLLEGE … · gc/04/08.08.2018 tender document gargi...
Transcript of GC/04/08.08.2018 Tender Document GARGI COLLEGE … · gc/04/08.08.2018 tender document gargi...
GC/04/08.08.2018
Tender Document
GARGI COLLEGE
(UNIVERSITY OF DELHI)
E-TENDER DOCUMENT
SPECIAL REPAIRS WORK AT AUDITORIUM
GARGI COLLEGE SIRI FORT ROAD, NEW DELHI-110049
Phone: 91-11-26494215 www.gargicollege.in
Email: [email protected]
1
E- TENDER NOTICE
Gargi College, University of Delhi invites tenders under Two Bids System (Technical and Financial) from reputed & eligible Civil Contractors through e-Tender for Special Repairs Work at Auditorium of Gargi College, Siri Fort Road, New Delhi-110049. Item Details / Date Bid Document Download Start Date 10-08-18 Bid Submission Start Date 11-08-18 Bid Submission End Date 03-09-18 Technical Bid Opening Date 04-09-18 Financial Bid Opening Date 06-09-18
1. Name of Work: Special Repairs Work at Auditorium
2. Technical Pre-Qualification : Should have satisfactorily completed three similar works each
costing not less than Rs. 4.5 lakhs or completed two similar works each costing not less than Rs
7.5lakhs or completed one similar work costing not less than Rs. 9.0 lakhs during the last 5
years ending last day of the month of March - 2018.
3. Time allowed for completion: 90 Days
4. Security Deposit: 5% of the Contract Value.
5. Name & Address of Architect:- College Architect
6. Address at which the tenders are to be submitted: Online and hard copy EMD to The Principal,
Gargi College, Siri Fort Road, New Delhi-110049.
7. Place of opening tenders: Gargi College, Siri Fort Road, New Delhi-110049.
8. Defects liability period: 12 Months after handing over of work. 9. Validity of offer: 90 Days
10. Liquidated Damages: If the work is not completed within the stipulated period, Rs.1000/-per day
shall be deducted from the contractor’s bill for each extra number of days for the completion
of work but not exceeding 10% of the contract value.
In case the date of opening of bids is declared as a holiday, the bids will be opened on the next working day at the same time. The Principal, Gargi College has the right to accept/reject any/ all bids without assigning any reasons.
2
Notes:
(i) All details regarding the subject tender are available on our websites, www.gargicollege.in, www.du.ac.in and https://eprocure.gov.in/eprocure/app. Bidders are therefore, requested to visit our websites regularly to keep themselves updated.
(ii) Manual bids shall not be accepted. (iii)For submission of E-Bids, bidders are required to get themselves registered with
http://eprocure.gov.in/eprocure/app. Tender documents cost and EMD should reach the The Principal, Gargi College, Siri Fort Road, New Delhi-110049 ,before the end date and time of bid submission. Failing which offer will be liable for rejection. Bidder, however have to attach scanned copies of tender cost along with their e-tender.
(iv) Clarifications/ queries, if any, can be addressed to The Principal, Gargi College, Siri Fort Road, New Delhi-110049, on phone no ; 011-26494215; email: [email protected]
PRINCIPAL
3
Notice inviting online tender from Gargi College invites e-tender for Special Repairs Work at Auditorium of
Gargi College (as BOQ and drawings) at College Campus from experienced & specialized original
manufactures cum contractors in this field as per enclosed specification, layout design, terms and
conditions by the Principal, Gargi College, Siri Fort Road, New Delhi-110049.
TERMS, CONDITIONS & TECHNICAL SPECIFICATIONS OF THE CONTRACT:
1. All material and labour shall be arranged by the contractor and work shall be carried out as per latest up to date CPWD specifications.
2. Substandard material and workmanship will be rejected without any compensation and any claim for the loss or damage thereof shall not be entertained.
3. Setting out work:
The contractor shall set out the work and shall be responsible for the true and perfect setting out
of the same and for the correctness of the positions, levels, dimensions, and alignment of all
parts thereof and get it approved by the college Architect/ Gargi College before proceeding with
the work.
4. Inspection of work:
Gargi College/ college Architect or their representative shall at all reasonable times have free access to the work site.
5. Quality of materials, workmanship & Test:
All materials and workmanship shall be best of the respective kind described in the contract and
in accordance with Architect/ Gargi College instruction and shall be subject from time to time such
tests as the Architect/ Gargi College may direct at the place of manufacture or fabrication or on
the site or an approved testing laboratory. The contractor shall provide such assistance,
instruments, machinery, labour and materials as are normally required for examining measuring
sampling and testing any material or part of work before incorporation in the work for testing as
may be selected and required by the Architect/ Gargi College. The Architect decision with regards
to quality and workmanship shall be final.
i) Cost of Tests:
The cost of making any test shall be borne by the contractor.
6. This is a fixed items rate time bound tender and no escalation on any account shall be payable by the client. The tender quantities are only indicative and the payment shall be done as per actual quantities implemented at the site as per verification of measurements and quality of the work by the Architect.
7. Contractor is fully responsible for disposal of malba etc. from the site/College complex.
8. During the execution of work, if any damage to the existing structure/building occurs at site, the contractor shall have to restore it at his own cost.
4
9. In case of any mishappening or injury to his staff and workers at the site of work, the contractor shall be fully responsible.
10. In case of failure to execute the work on the part of the firm after award of work and execution of agreement security deposit shall be forfeited without any notice.
11. No sub-letting of the contract is allowed.
12. No claim for any fluctuations in rates or otherwise will be entertained.
13. All disputes shall be settled in New Delhi jurisdiction only.
14. The contract can be terminated by The Principal, Gargi College at any stage by giving two days‟ notice without assigning any reasons.
15. TDS as applicable will be deducted from the payment made to the contractor.
16. The cost of electricity and water used during the construction has to be paid by the contractor
with reference to the water and electricity bill, as demanded by the college.
17. Gargi College will not be responsible for any theft; damage etc. of the equipment and material, agency will have to make its own arrangement for safely of their material, equipment etc.
18. Tender documents shall be returned duly completed and signed on all pages by an authorized
signatory. Power of Attorney in favour of authorized signatory shall be furnished with the tender in
the envelope for „Terms and Conditions‟.
19. Excise duty, taxes, levies etc. to be included in the contractor‟s rates:
The contractor shall pay and be responsible for payment of all taxes including GST, VAT, duties,
levies, royalties, fees, cess or charges in respect of the works. All of the aforesaid taxes, duties,
levies, fees charges shall be to the contractor‟s account and the Gargi College shall not be
required to pay any additional or extra amount on the account.
20. All rates shall be quoted in the tender form for all heights & levels.
21. The rates shall be quoted neatly both in figures and words. In case of a discrepancy in the rates quoted in words and figures, rates quoted in words shall prevail.
22. The competent authority reserves to himself the right of accepting the whole or any part of the tender and the tenderer shall be bound to perform the same at the rate quoted.
23. All the work shall be executed as per CPWD Work Manual 2014 and CPWD specifications corrected up to latest correction slip shall be followed. The intending contractors must visit the site before submission of bid. In case of any doubt or ambiguity the college Architect’s decision will be full and final with regards to make and quality of materials used in this project and towards workmanship of all the BOQ items.
5
The details of the tender, items (s) and their technical specification are as under:
INFORMATION & INSTRUCTIONS FOR BIDDERS
Earnest Money Deposit Rs.24000/- (Twenty four thousand only)
Cost of Tender Form (Non-Refundable) Rs.1000/- (Rupees One Thousand only) through
Demand Draft / Banker's cheque in favour of the
Principal, Gargi College, New Delhi.
Tender cost should reach the Principal, Gargi
College, Siri Fort Road, New Delhi–110049 before
end date and time of bid submissions. Bidders
however have to attach scanned copies of
tender cost document along with the E-Tender
(Technical Bid). Tender Document may be
downloaded from the Gargi College / University
website www.gargicollege.in, www.du.ac.in and
CPPP portal http://eprocure.gov.in/eprocure/app as
per the schedule
Bid Document Download Start Date and Time 10-08-2018 from 4.00 PM
Bid Submission Start Date and Time 11-08-2018 from 10.30 AM
Bid Submission End Date and Time 03-09-2018 up to 04.30 PM
Technical Bid Opening Date and Time 04-09-2018 at 3.30 PM
Financial Bid Opening Date and Time 06-09-2018 at 3.30 PM
6
1. Bid Submission
“Technical Bid” shall be submitted as per Annexure I
“Financial Bid” ” shall be submitted as per Annexure II
Bids shall be submitted online only at CPP portal: https://eprocure.gov.in/eprocure/app.
Tenderer/contractor are advised to follow the instructions provided in the „Instructions to the Contractor/Tenderer‟ for the e-submission of the bids online through the Central Public Procurement Portal for e-procurement at https://eprocure.gov.in/eprocure/app.
Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document.
Tenderer who has downloaded the tender from the Gargi College website www.gargicollege.in, University website www.du.ac.in and Central Public Procurement Portal (CPPP) https://eprocure.gov.in/eprocure/app ,shall not tamper/modify the tender form including downloaded price bid template in any manner. In case if the same is found to be tempered/ modified in any manner, tender will be completely rejected and EMD would be forfeited and tenderer is liable to be banned from doing business with Gargi College.
Intending tenderers are advised to visit again University website www.gargicollege.in, www.du.ac.in and CPP Portal https://eprocure.gov.in/eprocure/app at least 3 days prior to closing date of submission of tender for any corrigendum / addendum/ amendment.
2. OPENING OF FINANCIAL BID AND EVALUATION
Financial bids of eligible and technically qualified bidder will be opened. The lowest financial bid in respect of the said work will be considered for the award of work.
The Cost of Tender of Rs. 1000/- (Rupees One Thousand only), non-refundable, must reach the Principal, Gargi College, Siri Fort Road, New Delhi–110007 before the end date of bid submission. Bidders, however have to attach scanned copies of tender cost along with the e-tender.
Tenders with no earnest money deposit and cost of tender document will be summarily rejected. In case of successful bidder of the financial bids, the earnest money deposit will be returned on submission of performance Bank Guarantee.
In the case of unsuccessful bidders, the Earnest Money Deposit will be refunded without any interest.
3. FINAL DECISION MAKING AUTHORITY
The Principal Gargi College reserves the right to accept or reject any bid and to annul the process and reject all bids at any time, without assigning any reason or incurring any liability to the bidders. No claim whatsoever will be entertained/paid by the college to the bidder(s).
7
4. SUMMARY REJECTION OF TENDER:
The tenders not accompanied with Earnest Money Deposit, Cost of Tender Document shall be summarily rejected. Similarly, if the bidder proposes any alterations in or additions to the prescribed form of tender or decline to carry out any work of the tender document; or any additional conditions mentioned, etc., his tender is liable to be rejected.
5. AMENDMENT OF TENDER DOCUMENT:
Before the deadline for submission of tender, the University may modify the tender document by issuing addendum/corrigendum.
6. Any addendum/corrigendum thus issued shall be a part of the tender document and shall be uploaded on the Gargi College website (www.gargi.du.ac.in), University website (www.du.ac.in) and CPP portal https://eprocure.gov.in/eprocure/app. Prospective bidders must visit the website before filling and submission of Tender Document for such information.
7. ARBITRATION AND SETTLEMENT OF DISPUTES:
In the event of any question, dispute or difference arising under this agreement or in connection there with (except as to matter the decision of which is specifically provided under this agreement), the same shall be referred to sole arbitration of the Principal or any other person as approved by the Principal, Gargi College ,University of Delhi. There will be no objection for any such appointment on the ground that the arbitrator is an Employee of University of Delhi or that he/she has to deal with the matter to which the agreement relates or that in course of his/her duties as University of Delhi Employee he/she has express views on all or any of the matter under dispute. The award of the arbitrator shall be final and binding on the parties. The arbitrator may from time to time with the consent of parties change the time for making and publishing the award. Subject to India Arbitration and Conciliation Act 1996 and the Rules made there under, any modification thereof for the time being in force shall be deemed to apply to the arbitration proceeding under this clause. 8. TERMS OF PAYMENT
PAYMENT MODE: After, the award of the contract, the Contractor has to submit the bill on fortnightly basis. The Payment will be released though RTGS/By Cheque after providing of job performance certificate with verification of measurements of the actual work completed on site from the college Architect.
The repair and maintenance call shall have to be attended within three days.
INSTRUCTIONS FOR ONLINE BID SUBMISSION:
The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal.
More information useful for submitting online bids on the CPP Portal may be obtained at: https://eprocure.gov.in/eprocure/app.
8
REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Online bidder Enrolment” on the CPP Portal which is free of charge.
2) As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts.
3) Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal.
4) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify / nCode / eMudhra etc.), with their profile.
5) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not lend their DSC‟s to others which may lead to misuse.
6) Bidder then logs in to the site through the secured log-in by entering their user ID / password and the password of the DSC / e-Token.
SEARCHING FOR TENDER DOCUMENTS
1) There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, Organization Name, Location, Date, Value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to search for a tender published on the CPP Portal.
2) Once the bidders have selected the tenders they are interested in, they may download the required documents / tender schedules. These tenders can be moved to the respective “My Tenders” folder. This would enable the CPP Portal to intimate the bidders through SMS / e-mail in case there is any corrigendum issued to the tender document.
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification / help from the Helpdesk.
PREPARATION OF BIDS
1) Bidder should take into account any corrigendum published on the tender document before submitting their bids.
2) Please go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents - including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid.
3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF/JPG formats. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document.
9
4) To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My Space” or ‟Other Important Documents‟ area available to them to upload such documents. These documents may be directly submitted from the “My Space” area while submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission process.
SUBMISSION OF BIDS
1) Bidder should log into the site well in advance for bid submission so that they can upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues.
2) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document.
3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and enter details of the instrument.
4) Bidder should prepare the EMD as per the instructions specified in the tender document. The original should be posted/couriered/given in person to the concerned official, latest by the last date of bid submission or as specified in the tender documents. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected.
5) Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable.
6) The server time (which is displayed on the bidders‟ dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission.
7) All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 125 bit encryption technology. Data storage encryption of sensitive fields is done. Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid openers' public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorized bid openers.
8) The uploaded tender documents become readable only after the tender opening by the authorized bid openers.
9) Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission” in the portal), the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details.
10) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.
ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions contained therein should be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender.
2) Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk.
10
Annexure-I
TECHNICAL BID
1. Name of the Company_______________________________________________________
2. Address (with Tele No. fax No. & e-mail) _______________________________________
3. Contact person Name and mobile number_______________________________________
4. (a) The number of years of experience in Manufacturing & Installation of similar Prefabricated Structure Materials/Works including Civil & Electrical works.
___________________________________________________________________________
(b) Total value per year of Business during the last three years_________________________
(Attested certificate from Chartered Accountant should be attached.)
5. (a) Registration Number _____________________________________________________
(b) GST number_____________________________________________________________
(c) PAN Number ____________________________________________________________
6. Technical details of all prefabricated wall/roof products /materials to be provided.
a. Supply, Installations & Fabrication charges should be mentioned clearly in the Annexure-II. b. One
Year Warranty on all materials and works should be provided.
NOTE: - PRICES TO BE OFFERED F.O.R., Gargi College, Siri Fort Road, New Delhi–110049.
11
Document
S.No. Document Whether attached
1 Whether the firm is in existence for three years or more in the trade in Central/State Govt. /Autonomous bodies. If yes Necessary documents should be Attached.
2 Have you attached copies of the audited balance sheet of last three financial years and Income Tax Clearance certificates?
3 Have you attached a copy of authorization certificate in case of a Pvt Ltd firm / Ltd firm.
4 Have you attached a certificate/ relevant documents showing your firms experience
5 Have you attached a copy of Tax Registration Certificate - GST, Registration Certificate and PAN Certificate
6 Have you attached details of complete address of the company office and service centre with names of contact person (s) and their telephone/mobile/fax numbers
7 Have you attached a letter that company/vender has not been blacklisted by any state/central government/public section undertaking/university in India in the last 3 years
8 Have you attached a copy of the tender acceptance letter Declaration
I hereby certify that the information furnished above are full and correct to the best of our knowledge. We understand that in case any deviation is found in the above statement at any stage, the company will be black-listed and will not have any deal with the Organizations in future.
Authorized Signature
With Seal of Company
12
ANNEXURE II
Financial Bid
Gargi College (University Of Delhi) , Siri Fort Road, New Delhi
S No. Description of Item Qty Unit Rate Amount
1 Providing and erecting 2.00 metre high temporary
barricading at site as per drawing/ direction of
Engineer in Charge which includes writing and
painting, arrangement flags and caution tape as
directed by Engineer-in-Charge. The barricading
provided shall be retained in position at site
continuously i/c shifting of barricading from one
location to another location as many times as
required during the execution of the entire work till its
completion. Rate include its maintenance for
damages, painting, all incidentals, labour materials,
equipments and work required to execute the job.
The barricading shall not be removed without prior
approval of Engineer-in-Charge. (Note:- One time
payment shall be made for providing barricading
from start of work till completion of work i/c shifting.
The barricading provided shall remain to be the
property of the contractor on completion of work).
60 metre
2 Demolishing brick work manually/ by mechanical
means including stacking of serviceable material and
disposal of unserviceable material within 50 metres
lead as per direction of Engineer-in-charge.
In cement mortar 50 cum
3 Demolishing cement concrete manually/ by
mechanical means including disposal of material
within 50 metres lead as per direction of Engineer -
in - charge.
4 Nominal concrete 1:4:8 or leaner mix (i/c equivalent
design 10 cum
5 Earth work in excavation by mechanical means
(Hydraulic excavator)/ manual means in foundation
trenches or drains (not exceeding 1.5 m in width or
10 sqm on plan), including dressing of sides and
ramming of bottoms, lift upto 1.5m, including getting
out the excavated soil and disposal of surplus
excavated soil as directed, within a lead of 50m.
All kinds of soil. 76 cum
Name or work : Special Repair work at Auditorium of Gargi College, Sirifort Road, New Delhi.
Schedule of Quantities
13
S No. Description of Item Qty Unit Rate Amount
6 Filling available excavated earth (excluding rock) in
trenches, plinth, sides of foundations etc. in layers
not exceeding 20cm in depth, consolidating each
deposited layer by ramming and watering, lead up to
50 m and lift upto 1.5 m.
35 cum
7 Providing and laying in position cement concrete of
specified grade excluding the cost of centering and
shuttering-All work upto plinth level
1:4:8 (1 Cement : 4 coarse sand (zone-III) : 8 graded
stone aggregate 40 mm nominal size) 15 cum
8 Centering and shuttering including strutting, propping
etc. and removal form for all heights
a Foundations, footings, bases of columns, etc. for
mass concrete 5 sqm
9 Steel reinforcement for R.C.C work including
straightening, cutting, bending, placing in position
and binding all complete upto plinth level
Thermo-Mechanically Treated bars of grade Fe-
500D or more 350 Kg
10 Providing and laying in position specified grade of
reinforced cement concrete, excluding the cost of
centering, shuttering, finishing and reinforcement -
All work up to plinth level
1:1.5:3 (1 cement: 1.5 coarse sand (zone-III): 3
graded stone aggregate 20mm nominal size). 5 cum
11 Brick work with common burnt clay F.P.S ( non
modular) bricks of class designation 7.5 ( Using old
bricks after removal of mortar obtained from
dismantled brick wall ) in foundation and plinth in:
Cement mortar 1:4 (1 Cement : 4 coarse sand)
15 cum
12 Brick work (115mm/ 230mm thick ) with common
burnt clay F.P.S ( non modular) bricks of class
designation 7.5 in exposed brick work including
making horizontal and vertical grooves 10mm wide
and12mm deep complete in cement mortar 1:6 (
1cement : 6 coarse sand).
From ground level to plinth level 5 cum
Above plinth level upto floor V level. 45 cum
14
ANNEXURE II
Financial Bid
Gargi College (University Of Delhi) , Siri Fort Road, New Delhi
S No. Description of Item Qty Unit Rate Amount
13 Kota stone slab flooring over 20mm (average) thick
base laid over and jointed with grey cement slurry
mixed with pigment to match the shade of the slab,
including rubbing and polishing complete with base
of cement mortar 1:4 (1 Cement : 4 coarse sand) :
11.26.1 25mm thick
80 sqm
14 6mm cement plaster of mix
1:3 (1 Cement : 3 fine sand) 15 sqm
15 Finishing walls with acylic smooth exterior paint of
required shade :
New Work (Two or more coat applied @ 1.67 ltr/10
Sqm over and including priming coat of exterior
primer applied @ 2.20 kg/10sqm) 450 Sqm
16 Grading roof for water proofing treatment with
Cement mortar 1:4( 1cement:4 coarse sand) 50 cum
17 Providing and fixing Ist quality ceramic glazed wall
tiles conforming to IS : 15622 (thickness to be
specified by the manufacturer ) of approved make in
all colours, shades except burgundy, bottle green,
black of any size as approved by Engineer-in-
Charge, in skirting, risers of steps and dados over 12
mm thick bed of cement Mortar 1:3 (1 cement : 3
coarse sand) and jointing with grey cement slurry @
3.3kg per sqm including pointing in white cement
mixed with pigment of matching shade complete.
30 sqm
18 Disposal of building rubbish / malba / similar
unserviceable, dismantled or waste materials by
mechanical means, including loading, transporting,
unloading to approved municipal dumping ground or
as approved by Engineer-in-charge, beyond 50 m
intial lead, for all leads including all lifts involved.
90 cum
Total
LIST OF APPROVED MAKES OF MATERIALS
Cement: ACC, JK, Ambuja
Steel: Rathi, Kamdhenu, Barnala
Ceremic Tile: Kajaria, Somany, AGL
15
STAG
E
1200 WIDE AISLE
P.H.TOI.
UPMAINENTRANCE
RISER =150TREAD=300
GLAZING
FHCUP
R=26 EQUAL T=300W=1500
RAILING AS PER DETAIL
WC
GENTS TOI.
-STD001
ST1SGA-05021A-S6
AE001
E1SGA-05021A
UP
750
950
OPENINGTYPE-MATERIAL-SPPECIALITY
OPENINGTYPE-MATERIAL-SPPECIALITY OPEN
INGT
YPE-
MAT
ERIA
L-SP
PECI
ALIT
Y
OPENINGTYPE-MATERIAL-SPPECIALITY
-STD001
ST1ASGA-05021A-S6
-TD004
TD-5SGA-05021A-S6
+450 LVL ±0.000 LVL
+14
25 L
VL
+450 LVL
2110
V33
GREEN ROOM4235 X 2400
715
+400 LVL
up
+1225 LVL
19505795
2985
4500
D1V33
D18V
up
2800
2800
OPENINGTYPE-MATERIAL-SPPECIALITY
OPENINGTYPE-MATERIAL-SPPECIALITY
3500 3760
3500 3760 3900
39
00
14
80
12
66
96
9
39
00
24
68
14
32
39
00
39
00
39
00
39
00
39
00
39
00
90
02
46
89
69
12
66
14
80
39
00
24
68
14
32
1 2 3
A
A1
A2
A3
B
B1
C
D
E
F
G
G1
H
H1
I''
I'
I
GRID
GRID
GRID
GRID
1 2 3
31
20
0
750
900
-AP001
DE1SGA-05021A-S6
680
680
15
08
0
CENTERLINE OF THE WALL
P.H TOILET2090X1500
CHANGING ROOM1100 X 1500
RAILING AS PER DETAIL
R=150T=300
W=750
FHC
ADDITIONAL COLUMNSTO BE PROVIDED
UP
FD18
ST-2
UP
1200 WIDE AISLEUP
1000 21101000
V15
EQEQ
EQ30
0
UP
EQEQ
EQ30
0
1200
3268
9277
3268
1200
2110 150
V33
GREEN ROOM3305 X 4603
715 10001000
V15
-TD004
TD-4SGA-05021A-S6
7545 900
GD-18
INCL
UDIN
G 15
0 MM
THK
WOO
DEN
FLOO
RING
D1
TOILET2020X1500
CHANGING ROOM1100 X 1500
68
0
90
09
00
90
09
00
FD18
FHC
R=26 EQUAL T=300W=1500
1250 900
1250 900
LVL.
+12
75 T
OP O
F SL
ABDN
UP
+60
0 LV
L
-1
-3
+12
+5
+1
+8
+14
+14
25 L
VL
up
+10
95 L
VL
+6
+10
+ 2
796L
VL
+ 2
339
LVL
+45
0LVL
D1
DN
UP +60
0 LV
L
-3
+12
+5
+8
+14
+14
25 L
VL
up
+6
+10
+45
0LVL
0
D15V
1500 1800
+550 LVL
up
D18V
UP
715
D1
1821
4
D1
1821
4
400
1800 1000
OPENINGTYPE-MATERIAL-SPPECIALITY
230
OPENINGTYPE-MATERIAL-SPPECIALITY
950
355
WALL BELOW
UP
OPENINGTYPE-MATERIAL-SPPECIALITY
OPENINGTYPE-MATERIAL-SPPECIALITY
ADDITIONAL COLUMNSTO BE PROVIDED
9504700
UP 1200 WIDE AISLE
126695095095095095018509509509509509800
ST-2
OPEN
INGT
YPE-
MAT
ERIA
L-SP
PECI
ALIT
Y
UP
UP
UP 1200 WIDE AISLE
1200 WIDE AISLE
1800up
OPENINGTYPE-MATERIAL-SPPECIALITYOPENINGTYPE-MATERIAL-SPPECIALITY
upup
7379
OPENINGTYPE-MATERIAL-SPPECIALITY
OPENINGTYPE-MATERIAL-SPPECIALITY
2100
950
750
300300
OPENINGTYPE-MATERIAL-SPPECIALITY
Drink
ing w
ater
3700
LADIES TOI.
OPEN
INGT
YPE-
MAT
ERIA
L-SP
PECI
ALIT
Y
OPEN
INGT
YPE-
MAT
ERIA
L-SP
PECI
ALIT
Y
OPEN
INGT
YPE-
MAT
ERIA
L-SP
PECI
ALIT
Y
OPEN
INGT
YPE-
MAT
ERIA
L-SP
PECI
ALIT
Y
upCENTERLINE OF THE WALL
450150 2530
3700 3700
GRID
47190
GRIDGRIDGRIDGRIDGRIDGRIDGRIDGRIDGRIDGRID
GRID
GRID
GRID
GRID
GRID
GRID
GRID
GRID
GRID
GRID
28
50
28
50
10
50
10
50
18
85
58
31
43
2
39
00
39
00
39
00
39
00
39
00
39
00
2550706036203900390039003900
OPENINGTYPE-MATERIAL-SPPECIALITYOPENINGTYPE-MATERIAL-SPPECIALITYOPENINGTYPE-MATERIAL-SPPECIALITYOPENINGTYPE-MATERIAL-SPPECIALITY
5400
850
906
STAGE
8761
1850
906OPENINGTYPE-MATERIAL-SPPECIALITY
up
OPEN
INGT
YPE-
MAT
ERIA
L-SP
PECI
ALIT
Y
OPENINGTYPE-MATERIAL-SPPECIALITY
OPEN
INGT
YPE-
MAT
ERIA
L-SP
PECI
ALIT
Y
OPENINGTYPE-MATERIAL-SPPECIALITY OPENINGTYPE-MATERIAL-SPPECIALITY OPENINGTYPE-MATERIAL-SPPECIALITY
OPENINGTYPE-MATERIAL-SPPECIALITY
OPENINGTYPE-MATERIAL-SPPECIALITYOPENINGTYPE-MATERIAL-SPPECIALITY
9008508503006002400600 900 620900900
UP
UP
DRAWING-REFDRAWING-REF
DETAIL-NOSCALE1
TITLE2TITLE1
SCALE2
SEATING ON GROUND FLOOR473 NOS
WC
PREP. ROOM
1200 WIDE AISLE
FHC
UP
1800 WIDE RAMP UPWITH A SLOPE OF 1:12(FOR DISABLED)
SEMINAR HALL-1
ELEC. ROOM
LOBBY
618
OPENINGTYPE-MATERIAL-SPPECIALITY
2202530
230
230230
3077
300 850 8502530
OPENINGTYPE-MATERIAL-SPPECIALITY
900
3700 3700 3700
GRID
GRID
GRIDGRIDGRIDGRIDGRID
GRIDGRID
GRID
GRID
GRIDGRIDGRID
39
00
10002700
16616891270823
2550706036203900
39003900
OPENINGTYPE-MATERIAL-SPPECIALITYOPENINGTYPE-MATERIAL-SPPECIALITYOPENINGTYPE-MATERIAL-SPPECIALITY
3300
1000
1800
4800 up
OPENINGTYPE-MATERIAL-SPPECIALITYOPENINGTYPE-MATERIAL-SPPECIALITY OPENINGTYPE-MATERIAL-SPPECIALITYOPENINGTYPE-MATERIAL-SPPECIALITY
OPENINGTYPE-MATERIAL-SPPECIALITY
950
150
6002400600 900 620900900