TENDER – CIVIL & INTERIOR FURNISHING WORKS (TOILET · PDF filetender – civil &...

32
CIVIL & INTERIOR FURNISHING WORKS TENDER Page 0 TENDER – CIVIL & INTERIOR FURNISHING WORKS (TOILET BLOCK) FOR MUMBAI LARGE CORPORATE BRANCH AT 4 TH FLOOR BANK OF INDIA, MUMBAI MAIN BUILDING, M.G. ROAD, FORT, MUMBAI ARCHITECTS : M/s Prakash Walavalkar & Associates Email: [email protected] [email protected]

Transcript of TENDER – CIVIL & INTERIOR FURNISHING WORKS (TOILET · PDF filetender – civil &...

CIVIL & INTERIOR FURNISHING WORKS

TENDER Page 0

TENDER – CIVIL & INTERIOR FURNISHING

WORKS (TOILET BLOCK)

FOR

MUMBAI LARGE CORPORATE BRANCH

AT

4TH FLOOR

BANK OF INDIA, MUMBAI MAIN BUILDING,

M.G. ROAD, FORT, MUMBAI

ARCHITECTS: M/s Prakash Walavalkar & Associates Email: [email protected] [email protected]

CIVIL & INTERIOR FURNISHING WORKS

TENDER Page 1

CONTENTS

INDEX PAGE NO

TENDER NOTICE 2

INSTRUCTIONS TO TENDERERS 3 – 4

TENDER & APPENDIX 5 – 6

GENERAL CONDITIONS OF CONTRACTS 7 – 9

SPECIFICATIONS FOR GENERAL WORKS 10 – 15

LIST OF INDIAN STANDARDS 16 – 17

RECOMMENDED BRANDS 18

INSTRUCTIONS FOR BOQ 19

BILL OF QUANTITIES 20 – 30

DRAWINGS 31

CIVIL & INTERIOR FURNISHING WORKS

TENDER Page 2

TENDER NOTICE 1. Sealed item rate Tenders are invited from Empanelled Civil & Interior Furnishing Contractor’s

having adequate resources and experiences in the execution of similar works of comparable magnitude:

Name and nature of works: Civil & Interior Furnishing Works

Location: Mumbai Large Corporate Branch

Time for completion: 30 days.

Cost of tender papers: Rs. Nil.

2. Tender document shall be downloaded from the Banks’ website mentioned below

www.bankofindia.co.in from 19/05/2016 3. Sealed Tenders documents shall be submitted latest by 03.00 p.m. on 26/05/2016 at Bank

of India - Mumbai Large Corporate Branch, Bank of India Building, 4th Floor, 70-80, M.G.Road, Fort, Mumbai – 400 001

4. Tender shall be opened on 27/05/2016 at Bank of India - Mumbai Large Corporate Branch, Bank of India Building, 4th Floor, 70-80, M.G.Road, Fort, Mumbai – 400 001

5. The BANK reserves the right to reject any or all the tenders and accept the lowest or any other tender or award the different parts of the tender by splitting them to different tenders without assigning any reason whatsoever.

6. Tender shall be valid for a period of 60 days from the date of opening. 7. Contractors having two or more similar projects on hand will not be considered eligible.

8. Bank of India discourages the stipulation of any condition by the tenderers. The conditional

tenders are liable to be rejected.

Contractor Name & Address:

Date & Time of Submission:

CIVIL & INTERIOR FURNISHING WORKS

TENDER Page 3

INSTRUCTIONS TO TENDERERS

1. The Tender shall be submitted in accordance with these instructions and any Tender not

conforming thereto is liable to be rejected. These instructions form part of the Tender and the Contract.

2. No additions/alternations in the form of the Tender or in the Schedule of Quantities and no

additions in the shape of special stipulation etc. are permitted. Tender who do not fulfill any or all of the above conditions or are incomplete in any respect are liable to be summarily rejected.

3. The contractor should particularly note the units on which the rates are based. In case the

amount shown in the last column as worked out by the tenderer differs from that worked out from the quantity and quoted rate, the amount based on the rate and the quantity will be taken as correct. In case there is a difference between the rates in figures and words, the rate adopted by the contractor for working out the amount of the item will be taken as correct. In other cases, the final rates adopted will be the lower of the two. No change in units shall be allowed.

4. Acceptance of the Tender will rest with the competent authority (from the bank) that reserves

the right to reject any or all Tenders without assigning any reason therefore. 5. The tenderer whose tender is accepted will have to enter into regular agreement within 7

days from date of receipt of intimations of acceptance of the Tender and abide by all rules and regulations mentioned therein. The amount of Earnest Money shall be forfeited if after acceptance of the Tender, the Contractor fails to execute the agreement within 7 days of the date of work order.

6. The tenderer shall have assumed to have carefully examined the site, conditions and

specifications of the contract, and to have fully acquaint him-self with all details of site location, site conditions and in general all necessary information and data pertaining to the work prior to tendering for the work.

7. If a firm or company is submitting the tender, it should mention in its forwarding letter the

names of all partners, directors, etc. The Tender shall be filled in, signed with all particulars complete and submitted by one duly authorized to do so.

8. Conditional Tenders are liable to be rejected. Tenderer are advised to avoid putting

conditions that are at variance with the terms and conditions already stipulated in the tender or quote conditional rates for any of the items in the Schedule of Quantities.

9. Corrections, if made, shall be made neatly and clearly and duly attested by one authorized to

do so.

10. The Tenderer may in the forwarding letter mention any points which he may wish to make clear, but right is reserved by the BANK to reject the same if the tender becomes conditional.

11. The Tender will be liable to be rejected outright if:

CIVIL & INTERIOR FURNISHING WORKS

TENDER Page 4

a) The Tenderer proposes any alternations in the work specified in the Tender, in the time allowed for execution and any other conditions.

b) Any of the pages of the Tender are removed / replaced. c) All corrections and additions or pasted slips are not initialed by the Tenderer. d) The Tender is not complete in all respects.

12. The Tenderer shall complete and submit the following for his tender to be considered as

bonafide: a) Prequalification Criteria with Self attested copies of relevant documents b) Form of Tender and Appendix. c) Bill of quantities, each page duly signed. d) List of plant/equipment and personnel to be employed on the said works. e) Requirement of power, water and extent of storage space, etc. for the duration of the

works. f) List of previous similar works executed (last 3 years) citing location of works, their

magnitude, time for completion, name of Employer / Architect to whom reference may be made in regard thereto.

g) Details as above for works on hand.

13. The Tender documents duly completed in all respects along with other accompanying

documents shall be submitted in one envelope sealed any super scribed.

14. All the rates indicated in the tender shall be inclusive of all material charges, transportation, local levies as applicable, loading, unloading, lifting- shifting, erection, Scaffolding , testing, commissioning, VAT, Sales tax, any additional/special duties, excise, custom duty etc. as applicable.

15. The rates quoted shall also be inclusive of Local Authorities Permission / Handling of Municipal / Local problem is in contractor’s scope of work, including obtaining verbal local permissions for smooth functioning the project, Bank shall not pay any extra amount for the same.

Contractor Name & Address:

Date & Time of Submission:

CIVIL & INTERIOR FURNISHING WORKS

TENDER Page 5

TENDER

To, The Chief Manager Bank of India - Mumbai Large Corporate Branch, Bank of India Building, 4th Floor, 70-80, M.G.Road, Fort, Mumbai – 400 001 Dear Sir, TENDER – CIVIL & INTERIOR FURNISHING WORKS (TOILET BLOCK) FOR BANK OF INDIA, MUMBAI LARGE CORPORATE BRANCH, FORT.

Having inspected the site and having examined the conditions of contract, Special Conditions of Contract, Specifications and Bill of Quantities for the above mentioned work, we the undersigned offer via financial Bid attached to execute and maintain the entire works Or such other sum may be ascertained in accordance with the said Conditions, Special Conditions of Contract, specifications, Bill of quantities and Appendix hereto.

Our tender is accompanied with Earnest Money as required in the instructions to tenderer. If our tender is accepted, the Earnest Money along with additional cheque to make the total 2% of tender value to constitute the Initial Security Deposit towards due and proper performance of the contract.

We undertake if our tender is accepted, to commence the works and complete the same within the time stipulated in the Appendix.

We agree to abide by this tender for a period specified in the Tender Notice. It shall remain binding on us and may be accepted at any time before the expiry of that period and / or before the expiry of any further period extended by mutual consent. In case of any default by us in our obligations above, we acknowledge you are at liberty to forfeit the Earnest Money deposited herewith.

Until and unless a formal agreement is prepared and executed this Tender together with your written acceptance thereof, shall constitute a binding contract between us together with all the general Conditions of Contract, Special Conditions of Contract, Specifications, Bill of Quantities and Price, and Instructions to Tenders.

We understand that you are not bound to accept the lowest or any other Tender you receive. Note:

• The Appendix forms part of the Tender.

• All Blanks to be filled in.

CIVIL & INTERIOR FURNISHING WORKS

TENDER Page 6

APPENDIX TO TENDER

01 Earnest Money Deposit Rs 10,000/- [Pay order /Demand Draft] Favoring “Bank of India”

02 Security Deposit

Initial 2% of Tender Amount

During Maintenance period @ 4% of Value of Work

03 Insurance

Workmen’s Compensation Insurance

As Required By Law

04 Period of commencements of Works from date of acceptance

03 Days

05 Time for Completion of Work 30 Days Maximum

06 Amount of Liquidated Damages 0.5% of Value of Contract per Week

07 Period of Maintenance [Defects Liability Period]

12 Months from Certified Completion

08 Amount of Interim Certificate Rs. 5,00,000/- Minimum

09 Percentage of Retention from interim Certificates [Inclusive of Initial Security Deposit]

8%

10 Time within which payment shall be made after architects certification

Interim Bill 15 Days

Final Bill 30 Days

Contractor’s Signature: Date:

CIVIL & INTERIOR FURNISHING WORKS

TENDER Page 7

GENERAL CONDITIONS OF CONTRACT 1. The works are to be carried out outside and inside the banks premises. The tenderer should

visit the site in order to ascertain the extent of work, difficulties at site, storage space available, and other site conditions.

2. The works include renovation of vital areas of the operational branch. Works will need to be so planned that minimum disturbance is caused to the bank staff & customers. Works plans shall be devised keeping this is mind and got approved by the Architect.

3. The contractor, whose tender is accepted, shall within 7 days of receipt of written acceptance of the tender enter into a written contract with the Bank for the due execution of the works by signing an agreement in accordance with the draft agreement, including special conditions, schedule of quantities and other conditions attached. Otherwise, the written acceptance (Work Order) by the Bank will constitute a binding agreement between the Bank and Contractor so tendering, whether such formal contract is or is not subsequently entered into.

4. Unless otherwise specified, the rates quoted in the tender shall include all charges for temporary partitions, counters, tables, materials, service charges, temporary plumbing, hire of any tools and plants, shed for materials if required by the contractor and such other general works mentioned in the specifications. The rates quoted by the tenderer in the schedule of rates shall be for finished work. The rates shall be inclusive of Sales tax, Works Contract tax, Octroi duty or any other duty levied by the Government or public bodies. The rates shall be firm and shall not be subject to any variation, labour condition, etc. and shall hold good till completion of the work.

5. Time shall be considered as essence of the contract and the Contractor shall within 7 days of receipt of Work Order submit to the Architect a bar chart / schedule program for the progress and completion of the work within the schedule time period. This progress shall be binding on the Contractor. Deviations in the program if any will be made only with prior approval of the bank and Architect.

6. Contractors shall arrange payment to the suppliers irrespective of banks clearance of bills. Where possible, the contractor shall be provided space in the stilts and / or garages for storage of materials for the duration of the works. Security of the materials shall be the contractor’s responsibility.

7. The materials purchased from outside by the contractor and brought to site shall, if the Architect / Bank so desire, be got tested and certified by a recognized testing laboratory to the satisfaction of the Architect / Bank before such materials are used on the work. The testing charges shall be borne entirely by the contractor.

8. The successful tenderer shall cooperate with the other agencies viz. Civil, A/c contractor etc. if engaged by the Bank for due and proper execution of the respective works.

9. In case extra items of work are required by the branch, rates for such items will be decided on the basis of similar items already existing in the tender or as per prevailing market rates for materials and labour with a mark-up of twenty percent for overheads and profits, whichever is lower. The works will be executed only after Bank permits. Decision of the bank in this shall be final.

10. The bank shall provide the following free of cost to contractor:

CIVIL & INTERIOR FURNISHING WORKS

TENDER Page 8

a) Water supply for the works at one point of work site. Further storage tank and distribution shall be the Contractor’s responsibility.

b) Electric power supply at one point at site free of cost to the Contractor. The contractor shall provide his own distribution and ensure there is no misuse.

11. Contractor shall take all precautions to cover all computers, printers, monitors etc., glass and windowpanes to prevent damage. Damage, if any shall be made good at no extra cost to bank.

12. Unless otherwise specified, all relevant codes and standards published by the Indian Standards Institution shall apply and govern in respect of design, workmanship quality and properties of materials, testing and measurements.

13. Safety Measure: The Contractor shall organize his operations in a workman like manner and take all necessary precautions to provide safety and prevent accidents at site both to persons and property. The Architect shall have the power to require the Contractor to adopt such measures. Bank / Architect shall not be responsible for any cost & consequences resulting from non- compliance of safety requirements. Contractor shall indemnify the Bank against any breach and / or penal action.

14. All dismantling work shall be done with carefully. Chipping of RCC elements will not be allowed. Damage caused due to negligence on the part of the Contractor as determined by the Architect shall be the responsibility of the Contractor and he shall rectify the same at no extra cost to the Bank.

15. Problems arising out of site conditions, etc. should be immediately reported to the Architect for suitable precautionary / rectification measures. Exact repairs shall be decided at site by the Architect & Bank during the site inspection and carried out accordingly by the Contractor only after H. O. approval.

16. The Contractor shall comply with all rules and regulations of Workmen’s Compensation Act. The Contractor shall take necessary insurance to cover the risk under the said Act and shall keep the same in force during the currency of the Contract. The Bank will be entitled to recover all losses and damages on account of such claims. The Contractor shall indemnify the Bank against such claims.

17. The Contractor shall appoint a full time competent supervisor for the full duration of the works. The supervisor shall be preferably an interior designer with at least 3 years experience in similar works and approved by the Architect.

18. The Contractor shall employ requisite supervisors, skilled, semi – skilled and unskilled workmen for the works. As a security measure each shall be provided an identity card by the Contractor for easy identification.

19. A license holder with adequate experience shall carry out temporary electrical connection works.

20. The Contractor shall permit use of scaffolding or other access provided at site for use by other agencies that are appointed by the Bank for carrying out related works.

CIVIL & INTERIOR FURNISHING WORKS

TENDER Page 9

21. The entire works should be completed within the prescribed time. Damages will be imposed on the Contractor in case of persistent delay. This amount shall be deducted from pending Bills / dues to the Contractor. (Ref. Item no. 6 Appendix)

22. The overall work in value and contents may be increased or decreased without any increase in rates. Additional time shall however be allowed for additional works.

23. The Contractor shall submit detailed bills for complete works periodically. The value of each bill should not exceed the value mentioned in item no. 8 of Appendix to Tender.

24. The time period specified is including that required for the painting works. Painting shall be commenced along with other works.

25. RETENTION: An amount equal to 8 percent of each bill shall be deducted as retention amount. The Bank will retain this amount as a token guarantee against defects in the works. This amount will be released after the completion of the Defects Liability period.

26. SUB- CONTRACTING: Preference will be given to those who will not sub contract the works. In case the contractor wished to sub-contract specific works viz. Carpentry, flooring, false-ceiling, aluminum windows, painting etc., he shall obtain written consent from the Bank before commencing the works.

27. Proper scaffolding with all horizontal members above 6 ½ feet from G/L shall be used for the works of false ceiling.

28. The Contractor shall ensure proper cleaning of the work areas on a daily basis. All drains and pathways shall also be kept clean and operative at no extra cost to the Bank.

29. The following should be noted:

9. Bank / Employer shall mean: Bank of India - Mumbai Large Corporate Branch, Bank of India Building, 4th Floor, 70-80, M.G.Road, Fort, Mumbai – 400 001 Consultant / Architect shall mean: M/s Prakash Walavalkar & Associates

Contractor’s Signature:

Date:

CIVIL & INTERIOR FURNISHING WORKS

TENDER Page 10

SPECIFICATIONS FOR GENERAL WORKS This specification covers the general requirement for general building works viz. masonry, plastering, flooring, protection, waterproofing, doors, painting and such other related works forming part of this job, which may be required to be carried out though not specifically mentioned above. The Contractor shall furnish all materials, labour, tools plants, any and everything necessary for carrying out the work.

BRICKWORK:

a) Bricks shall conform to the relevant Indian Standards. They shall be sound, hard, homogenous in texture, well burnt, table molded, deep red, cherry or copper colored, of regular shape and size and shall have sharp and square edges and parallel faces. They shall not absorb water more than 1/6th of their weight when soaked in water for more than 24 hours. Bricks shall have a minimum crushing strength of 50 kg/Sq cm unless otherwise noted in the drawings. The classes and quality of bricks shall be as laid down in IS: 3102 and their sizes as per IS: 1077. If demanded, brick samples may be got tested as per IS: 3495.

b) Mortar for brick masonry shall be prepared as per IS: 2250. The sand shall be free from clay, shale, loam, alkali and organic matter. If required the sand shall be washed till it is free of any contamination. The mortar once prepared shall be used within 45 minutes of mixing. Mortar left unused in the specified period shall be rejected.

c) All bricks shall be thoroughly soaked in clean water for at least one hour immediately before being laid. Brick work 230 mm and over shall be laid in English Bond unless otherwise specified. 115 mm brickwork shall be laid with stretchers. Brick shall be laid with frogs uppermost. All brickwork shall be plumb, square and true to dimension shown. Vertical joints in alternate courses shall come directly one over the other and be in line. Horizontal course shall be leveled.

d) Workmanship shall conform to IS: 2212.

Bricks shall be so laid that all joints are well filled with mortar. The thickness of joints shall not be less than 6 mm and not more than 10 mm. The face joints shall be raked to a minimum depth of 12 mm when the mortar is still green, so as to provide a proper key for the plaster or pointing to be done.

e) Measurement shall be Sq. ft. of brickwork as per site measurements.

CEMENT PLASTER WORK:

a) The surface to be rendered shall be washed with clean water, free from all dirt, grease, loose material etc. and thoroughly wetted for 6 hours before plastering work is commenced. Concrete surfaces to be rendered will however be kept dry.

b) The proportioning of the mortar shall be as specified in the respective items of work. The quality of cement sand and water shall be as per relevant Indian Standard. The mortar thus mixed shall be used immediately and in no case be allowed to stand for more than 30 minutes after mixing with water. If required by specifications, waterproofing compound in the required quantity shall be added to the mortar.

CIVIL & INTERIOR FURNISHING WORKS

TENDER Page 11

c) Curing of the plaster shall be started as soon as the applied plaster has hardened enough so as not to get damaged. Curing shall be done by continuously applying water in a fine spray and shall be carried out for at least 7 days.

d) Interior plaster: This plaster shall be laid in a single coat of 10 mm thickness. The mortar dashed on the prepared surface with a trowel shall be finished with Neeru (slaked fat lime).

e) Exterior Plaster: This shall be carried out in 2 layers, the first layer being 10 mm thick and the second being 6 mm thick. The first or scratch coat shall be cured for at least 7 days and then allowed to dry. Before application of the second coat the scratch coat shall be evenly damped. The second coat shall be applied from top to bottom and without any joints. The sand for finishing work shall be of even coarse size so as to get an even finish on sponging.

f) Measurement: The measurement shall be taken by taking the projected surface of the area plastered after making necessary deductions for openings, doors, window, etc. The actual plasterwork carried out on jambs of doors, windows, openings shall be measured and added. Plasterwork carried out on surface of items of work, which include smooth/form finished, shall not be taken into account.

WATERPROOFING ADMIXTURES:

If directed by the Architect, the Contractor shall use approved waterproofing admixtures made by reputed manufacture in concrete or plaster work. The quantity to be used etc. shall be in accordance with the manufacturer’s instructions subject to the approval of the Engineer. These admixtures shall not contain calcium chloride unless specifically allowed by the Engineer and shall conform to IS: 2645. Payment shall be by actual quantity of such admixture used unless it is already covered in the rates for the work concerned

FLOORING:

The flooring material will be as specified in the bill of quantities. Measurement for flooring shall be clear between the finished surfaces. Deductions shall be made for columns, projections equipment foundations, openings, etc. The rates shall include for provision of:

• Washing of coarse and fine aggregates, wherever required.

• Final preparation of the base, sub-grade or sub-floor including minor trimming of the base to remove slight undulations if necessary.

• Cleaning and watering the surfaces immediately before laying the floor.

• Providing bedding layer of mortar as specified/required, in case of slabs, tiles etc. to correct levels of slopes as called for.

• Cutting, rubbing and polishing surfaces and edges where applicable.

• Rounding off corners, edges and junctions of floors with skirting or dado and also cutting recesses where required to accommodate recessed skirting

• Providing grooves where shown on drawings.

• Work in narrow widths, bands, cornices, and strips and to profiles shown at all heights, levels, and locations and in small quantities, unless otherwise mentioned.

• Curing, protecting and cleaning all finished surfaces as specified.

• Work on any surface such as bricks, concrete, stone etc.

• Providing grooves at the junction of plaster with other finishes as called for

• All samples of finishing materials shall be got approved prior to use.

• Cutting tiles/slabs to require size/shapes providing holes etc. before laying.

CIVIL & INTERIOR FURNISHING WORKS

TENDER Page 12

• Machine polishing, hand polishing wherever machine polishing is not feasible due to site conditions, cleaning tiles with acid.

• All marble work e.g. flooring, cladding, skirting, dado etc. shall have white cement based mortar in bedding and grouts.

• Backside of marble to be treated with wax, before lay in flooring.

• All ceramic/vitrified tiles shall be of 1st quality and as approved.

• All stone flooring to be protected by POP covering with plastic base.

• Laminated/pre-engineered wooden flooring shall be laid as per manufacturer’s requirements.

• All joints shall be filled with white cement with matching pigment, wherever necessary. .

CARPENTRY:

All materials i.e. plywood, laminate, glass, granite, adhesives, timber etc. should be as per specification. Rate shall include for provision of:

• Unless otherwise specified, the quoted rates shall be for all joinery work with approved CP Teak. All wood shall be free from all defects and kiln seasoned and preservative treated and shall be got tested in laboratory as per IS and approved before placing or applying primer coat. The rate shall also include for applying two coats of Solignum paint to the face of frames in contact with masonry or concrete and the like.

• The rate quoted shall include for fixing on masonry/RCC members and for 300 x 40 mm x 6 mm finished MS holdfasts embedded in PCC (1:2:4) blocks of 230 x 150 mm size and of width to suit the thickness of masonry wall or for anchor fasteners, coach screws etc. of adequate size for fixing to RCC members.

• Care shall be taken to thoroughly clean the hardware, fittings, glass panes, doors, etc. of the waste cement marks, left over paint marks etc.

• The rate shall include for providing temporary supports etc., for fixing of frames and shutters at all levels.

• The rate quoted shall be inclusive of any chiseling work, raking of sides, sills, soffits, if required and making good the surface.

• The rate shall include wastage of material and labours.

• The sizes mentioned are for finished items and shall be within the permissible limits of BIS.

• Also the rate quoted shall include for: a) All screws, nails, pins, key and such other fixing accessories. b) Cutting rebates, Grooves in woodwork as required or as directed. c) Approved glue or adhesive for all joinery work .Providing seasoned CP T.W., beech wood

best quality, beading, trimmings, beads, weather bars etc. as called for. Providing rough grounds as per drawings.

d) Providing as per schedule/drawings all hardware, fittings and fixture like, latches, hinges, tower bolts etc., and locks and other items as indicated for fixing such item supplied by the Engineer-in-charge at no extra cost.

e) Filling and finishing neat gaps around frames, doors, windows etc. f) Work at all heights and locations. g) Wherever painting is specified it includes painting the surfaces with two or more coats of first

quality synthetic enamel paint of approved shade and make over a coat of wood primer, putty, preparation of surface, sand papering, etc. to give an even shade. The contractor shall give any additional coats, if necessary to achieve desired finish etc. as directed by BANK/ Architect at no extra cost to BANK.

CIVIL & INTERIOR FURNISHING WORKS

TENDER Page 13

h) Wherever polishing is specified it include polishing the surfaces with two or more layers of French spirit polish, with approved additives, stainers to get even/ approved shade over a coat of primer of approved chemicals to give an even shade.

i) All plywood and block board edges where exposed shall be finished with teakwood lipping. j) Unless otherwise specified, all door shutters specified are to be solid core flush door

shutters, with topping bonded with phenol formaldehyde and confirming to relevant Indian Standards.

FALSE CEILING:

The rates shall include for:

• All necessary labour, materials and use of tools and equipments for the satisfactory completion of the job.

• Work at all heights.

• Work in narrow widths and all locations as called for and working to specified patterns and profiles.

• Carrying out work to correct line and level.

• Providing necessary cut-outs and framework for lights, fittings, AC grills, trap doors, Sprinkler heads, smoke detectors and similar including additional supports from ceiling where directed for these.

• Necessary precautions to prevent damage to flooring and other works.

• Getting certificate from the manufacturer regarding genuineness of the material and work is carried out as per the specifications.

• Testing the suspension system as directed.

PAINTING:

Paint to be used for the various items of work should be of approved make and colour. The actual quantity of work carried out will be measured in square feet after making deduction for openings etc.and shall be paid for unless the contract item rate in inclusive of painting.

a) White wash: The surface is to be thoroughly cleaned before the white wash is applied. Ordinary fat lime of good quality shall be slaked with an excess of water for at least 2 days. This shall then be strained through a cloth and 2 kg of clean gum added for every Cu.M.of lime.

b) Colour wash: Necessary and approved colour shall be added to the white wash (above). Only wash sufficient for the day’s work shall be prepared.

c) Distempering: The surface to be treated shall be thoroughly cleaned of all dirt and loose particles, etc. Inequalities and holes shall be filled with gypsum, which should be allowed to set hard before distemper is applied. A broad stiff brush in two coats shall apply distemper of approved make over a coat of primer. The first coat shall be of a lighter tint. Water bound and oil bound distemper shall conform to the requirements of IS: 427 and IS: 428 respectively.

d) Cement Paint: Cement paint of approved quality and colour to be applied as specified by the manufacturer in 2/3 coats externally on the building. The base surface shall be brushed, cleaned and wetted before the application of cement paint. Each coat of paint shall be cured as specified by the manufacturer.

CIVIL & INTERIOR FURNISHING WORKS

TENDER Page 14

e) Plastic Emulsion: All uneven surfaces shall be made good by use of putty of appropriate quality after the surface has been thoroughly cleaned of all dust, dirt and sand papered. One coat of primer and two coats of emulsion paint shall be applied. Workmanship shall conform to the requirements of IS: 2395.

ANTI TERMITE TREATMENT

A comprehensive treatment around the buildings in the mounds and soil to create a chemical barrier between the ground from where the termites come and woodwork and other cellulose materials in the building.

The treatment shall conform to the following:

IS: 6313 (Part I), 1971 – Anti termite Measures in Building

IS: 6313 (Part II), 1971 – Pre-constructional chemical Treatment Measures.

IS: 6313 (Part III), 1971 – Treatment for existing structures

The measurement for payment shall be the plinth area of all the buildings but will include for treatment to all doors. Windows, battens and other wood-work coming within the entire building

GLAZING:

Glass shall be free from bubbles, air holes, scratches and other defects. The glass should be cut accurately and fixed into position using glazing bands. All glasses broken or cracked during progress of works are to be reinstalled. All glasses to be cleaned from both sides and perfect at completion of the works.

6mm Thick Extra Clear back painted glass to be used for Cladding

ALUMINIUM WINDOWS & DOORS:

Windows shall be made as per the drawings. The sections shall be anodized aluminum of approved quality and make (Jindal or equivalent) of heavy type. The rate shall include the necessary framework, transoms, mullions, etc as per the drawings. It shall also cover screws for anchoring, clips, tracks, beading, louver blades, rubber gaskets, provisions for fixing air conditioners (if required) and filling all gaps with appropriate sealant, etc complete. Hinges & handles where required shall be of heavy-duty stainless steel or brass. Stoppers shall be in heavy-duty aluminum. Unless otherwise specified, 5.5 mm thick clear glass shall be used for glazing.

MILD STEEL GRILLS:

Mild steel of approved quality shall be used for fabricating grills as per the drawings. The rate shall include all necessary anchors, flats, drilling, nailing, anchoring, etc necessary for fixing the grills on the walls or windows as the case may be. It shall also include cleaning, scrapping and applying 2 cleats of approved quality red oxide primer – 1 coat before fixing and 1 coat after fixing the grills in position. The area covered after fixing in position, excluding flats and anchors, shall be measured for payment.

CIVIL & INTERIOR FURNISHING WORKS

TENDER Page 15

GENERAL REPAIRS

This covers the general requirements of items involved in general repairs i.e. breaking and chiseling: surface preparation and treatment; restoration and curing, etc. Since there is an element of judgment and actual extent of deterioration involved, definite instructions on these can be given only at site during actual execution.

Scaffolding: Scaffolding shall be safe and erect. Under no circumstances will holes be allowed to be made in the walls to support the scaffolding.

Sand: Sand for concrete and plaster mortar shall be only river sand of proper gradations. Silt and other impurities must not exceed 4 percent. Improper sand shall be immediately removed from the site and the decision of the Architect shall be final.

Curing: New concrete shall be maintained damp for a period of 2 weeks minimum. New plaster shall be cured at least 3 times a day for a period not less than 10 days. The 1st coat of plaster shall be cured for a period not less than 3 days. If required the surface shall be maintained damp using a wet Hessian cloth.

CIVIL & INTERIOR FURNISHING WORKS

TENDER Page 16

LIST OF INDIAN STANDARDS

IS 4081: Safety code for blasting and related drilling operation

IS 6313: Code of practice for anti termite measures in building

Part 1: Constructional measures.

Part 2 Code of practice for ant termite measures in buildings: Pre constructional chemical treatment measures

CONCRETE

IS 456: Code of practice for plain and reinforced concrete.

MASONRY WORK -BRICK WORK

IS 1077: Specification for common burnt clay building bricks.

IS 2212: Code of practice for brick work

IS 2250: Code of practice for preparation and use of masonry mortars.

PLASTERING AND POINTING

IS 412: Specification for expanded metal steel sheets for general purposes

IS 1635: Code of practice for application of cement and cement-lime plaster finishes

IS 2402: Code of practice for external rendered finishes.

IS 1542 Specification for sand for plaster (Class A grading)

FLOORING

IS 1443: Code of practice for laying and finishing of cement concrete flooring tiles.

IS 4457: Specification for ceramic unglazed vitreous acid resisting tiles.

DOORS AND WINDOWS

IS 287: Recommendation for maximum permissible moisture content for timber used for different purposes in different zones

IS 848: Specification for synthetic resin adhesive for plywood (Phonetic and amino plastic)

IS 1141: Code of Practice for seasoning of timber

IS 2202: Specification for wooden flush door shutters (solid core type)

Part I: Plywood face panels

CIVIL & INTERIOR FURNISHING WORKS

TENDER Page 17

Part II: Particle board panels and hard board faced panels

GLAZING

IS 1081; Code of practice for fixing and glazing of metal, (steel and aluminium) doors, windows and ventilators.

IS 2553: Specification for safety glass

IS 2835: Specification for flat transparent sheet glass

IS 3548: Code of practice for glazing in building

PAINTING AND POLISHING

IS 1477: Code of Practice for painting of ferrous metals in building

Part I: Pre-treatment

Part II: Painting

IS 2338: Code of Practice for finishing of wood and wood based materials

Part I: Operation and workmanship

Part II: Schedule

IS 2395: Code of Practice for painting, concrete, masonry and plaster surfaces

IS 3537: Specification for ready mixed paint, finishing interior, for general purposes to IS colors

IS 5410: Specification for cement paints colour, as required

IS 6278: Code of Practice for white washing and colour washing

Contractor Name & Address:

Date & Time of Submission:

CIVIL & INTERIOR FURNISHING WORKS

TENDER Page 18

RECOMMENDED BRANDS

Unless otherwise approved the following Brands shall be used for the said Works

S.No. Item Approved Make / Model

01 Commercial / Marine Plywood Green ply, Century, Mayur, Archid. 02 Laminates (1.00mm thick) Greenlam, Formica, Bloom, Sunmica. 03 Wood (Seasoned) C.P.T.W., Malaysian , African 04 Screws (M.S.Oxidized) G.K.W., Nettle Fold 05 Brass Hinges (Heavy Duty) Vijayan , Earl -Bihari 06 Drawer Channels – Telescopic Earl –Bihari , Ebco , Godrej, Kich 07 Hardware Dorma, Ebco, Ozone 08 Lock - Storage / Drawers Vijayan, Godrej. 09 Lock - Door Godrej, Neki, Ultra. 10 Handles Dorma, Ebco, Ozone. 11 Door Closer / Floor Spring Dorma, Yale, Hemco. 12 Adhesive Fevicol.

13 Stainless Steel 304 Grade only. 14 Glass & Mirror Saint Gobain, Modi. 15 Melamine Polish Asian 16 Aluminum Grill Alumgrill 17 Aluminum Sections (Doors/Windows) Jindal, Hindalco. 18 Texture Paint Asian,Birla,Spectrum

19 Cement Paint Snowcem, Nitcocem, Birla, ICI, Asian, Nerolac, British.

20 Gypsum Board False Ceiling Gyprock – Saint Gobain 21 Metal False Ceiling Hunter Douglas , D.J. , AMF 22 Fiber Mineral False Ceiling Hunter Douglas , D.J., AMF

22 Vitrified / Ceramic Tiles Kajaria, Johnson, Marbonite, Nitco. 23 Cement ACC, Ultratech, Ambuja. 24 White Cement J.K., Birla White 25 Sand River Sand (As approved by the Architect) 26 C.P. Brass Fittings Jaquar (Florentine) , Milano , Czar 27 Paint – Plastic , Synthetic Enamel Asian , Nerolac 28 Metal Red oxide Shalimar , Asian , Nerolac 29 Putty J.K. , Birla 30 Vertical/Venetian Blinds Vista, Mac 31 Sun Control Film Garware / Birla 3M 32 Opaque Glass Film Garware / Birla 3M 33 Aluminum Composite Panel Al-Strong / Alcobond / Allu-bond 34 Soft Board Jolly Board 35 Glass Wool Fibre Glass / Pilkington 36 Stainless Steel Sink Nirali

CONTRACTOR SIGN / SEAL

CIVIL & INTERIOR FURNISHING WORKS

TENDER Page 19

INSTRUCTIONS

1. The Bill of Quantities shall be read in conjunction with the Drawings, Conditioners of Contract

and Specifications, as these documents are jointly explanatory and descriptive of the works included in the Contract.

2. General directions and descriptions of work and materials given elsewhere in the Contract documents are not necessarily repeated in the Bill of Quantities. Reference is to be made to the other documents for information.

3. The Contractor shall be deemed to have visited the site before preparing his Tender and to have examined for himself the conditions under which the work will be priced and all other factors affecting the execution of the work and the cost thereof.

4. The Quantities of work and material in the Bill of Quantities are not to be considered as limiting or extending the scope of work to be done and materials to be supplied by the Contractor. The quantities in the Bill of Quantities are an estimate of the amount work but the work will be measured on complete and the contractor will be paid on the actual measurement of work approved by the Architect.

5. Any special methods of measurements used are stated at the head of or in text of the Bills of Quantities for the items affected. All other items are measured net in accordance with the drawings and no allowance has been made for wastage. Unless otherwise specified measurements shall be as per relevant Indian Standard.

6. A price or rate in figures is to be entered against the item in the Bill of Quantities, whether quantities are stated or not. Item against which no price is entered will be considered as covered by other prices or rates in the Bills.

7. The prices and rates interested are to be the full inclusive value of the works described under the various items, including all costs and expenses which may be required for the completion of the work described, together with all cost and obligations set forth or implied in the conditions of Contract, Specifications and the Drawings.

8. Some finishing items may be quantity wise completely altered (either added or omitted) and the same shall not affect any rates quotes.

9. Where prices have been entered against Lump sum items, payment for such affected items shall be made in proportion to the extent of which works have been done at the time of billing and the same is at discretion of the Architect.

10. “Providing and Fixing” shall mean that the Contractor has to provide such materials not being procured and borne by the Bank, but which are required for the item and if no materials need be provided by the Contractor, the rate shall be only for fixing of the component covered in the item.

CIVIL & INTERIOR FURNISHING WORKS

TENDER Page 20

BILL OF QUANTITIES

Sr.No Item Description Unit Quantity Rate Amount

A DISMANTLING WORKS

A1

Removing existing wall and floor tiles / stones of any type by using stone cutting machine, to ensure minimum noise and disturbance, including removing bed mortar and disposing it off with all leads and lifts for laying of new brick wall or concealing the wires/trays etc. complete as directed. Item to include cement bedding, PCC or Brick Bat Coba that needs to be dismantled Inclusive of back plaster behind wall tiles/slabs etc. Rate Inclusive of Clearing of Debris from Site to the nearest Municipal Dump.

Sq.Ft. 2000.00

A2

Removing existing gypsum, mineral board ceiling or equivalent etc. and stacking them or disposing as directed with all leads and lifts complete. Including ceiling framework, anchor fasteners and clearing the same. Rate Inclusive of Clearing of Debris from Site to the nearest Municipal Dump.

Sq.Ft. 300.00

A3

Removing / Breaking / Dismantling existing brick walls, carefully and without collateral damage, of any thickness including plaster, including dismantling any doors / windows within them and stacking the same for disposal. Rate Inclusive of Clearing of Debris from Site to the nearest Municipal Dump.

Sq.Ft. 100.00

A4

Removing / Breaking / Dismantling existing loose plaster in walls and ceiling, likely to come off, after ensuring Architect's approval of any thickness, carefully and without collateral damage. Rate Inclusive of Clearing of Debris from Site to the nearest Municipal Dump.

Sq.Ft. 200.00

A5

Demolition of any other item, including any existing Door / Windows, including jambs, shelves, cills, pantry counters that may be encountered at site, to be recorded and listed by Contractor. Rate Inclusive of Clearing of Debris from Site to the nearest Municipal Dump.

Nos 12.00

CIVIL & INTERIOR FURNISHING WORKS

TENDER Page 21

A6

Making small holes in internal/external brickwork, chiselling etc. and making good the same, if required to enable the Allied Contractors, for eg. AC, PLUMBING, ELECTRICAL AND LAN etc.to carry out their installation work during the course of the project.

L.S. 1.00

TOTAL OF SECTION A

B MASONRY ,PLASTERING & WATERPROOFING WORKS

B1

Providing and erecting 150mm thick Siporex Block wall using cement mortar 1:4, at all levels including reinforcement of 2 bars of 6mm diameter / 2 hoop iron strips 25mm X 1.6mm at every third course / with 75mm thick concrete band at every one meter with scaffolding, raking out joints and watering complete.

Sq.Ft. 200.00

B2

Providing and applying Single coat plaster of thickness 12mm to 15mm, in line, level and plumb with river sand in cement mortar 1:4 including rough marking to take in POP punning or any cladding, prewetting of walls, curing, Scaffolding etc complete.

Sq.Ft. 1,800.00

B3

Providing / Applying on external/internal walls, Floors etc at all levels where water leakage is an issue 25mm thick Waterproof Cement Plaster Internal in line, level and plumb including "Roff" Liquid Chemical to be used or alternate chemical to be approved by Architect complete as directed including scaffolding, finishing & removing of existing plaster etc.

Sq.Ft. 200.00

B4

Brick Bat Coba filling- After laying of soil pipes, and floor traps is completed the floor of the sunken portion shall be covered with Brick Bat coba,voids between the blocks to be filled with waterproofing mortar 1:4 (1 cement : 4 coarse sand) in layers up to the full height of sunken portion, having top layer 25mm thk waterproof mortar 1:4 (1cement : 4 coarse sand) using specialized W.P. chemical (ROFF ,Sunanda or equivalent) , finished smooth / rough with floating coat of neat cement all complete.

Sq.Ft. 300.00

CIVIL & INTERIOR FURNISHING WORKS

TENDER Page 22

B5

Providing Chemical Water-proofing in toilets, urinals, basin area, and pantry in line, level and plumb. On floor before plumbing and on walls upto 600mm. Providing, making, supplying, mixing and applying two coats of ready-to-use two-component acrylic polymer, modified cement base, flexible water-proofing slurry or approved equivalent to a thickness of 2 mm over the bottom and sides of toilet and pantry slabs, including preparation of surface, finishing, curing etc. all complete at all levels as per manufacturer's specifications and as directed. Including providing ten years guarantee against leakage on a requisite stamp paper complete. Chemical Liquid (Sunanda or equivalent make) to be used to be checked and approved by Architect. Ponding test to be done for 24 hours before plumbing work can begin. Only Plan area will be measured

Sq.Ft. 600.00

TOTAL OF SECTION B

C FLOORING & CLADDING WORK

C1

Providing and laying Pantry Platform of 2’-0” width (clear) and at 2’-8” height (top finished level) above floor level with 23mm thick granite slab (Black Galaxy) with champhered and machine polished Bull Nosed edge. It shall be supported on vertical Brick wall 4.5" & Horizontal RCC slab 3" thick. Necessary cut outs to be made in the RCC slab and Granite slab with polishing the edges and providing 18" x 18" size S. S. Nirali sink without drain board. The waste line to be connected through a Nahni Trap with necessary fittings. One jaguar Florentine C. P. Sink cock with swinging cast spout (no. 347) also to be provided (Basic cost of Granite Rs. 150 per Sqft). Granite to be approved by Architect / Client

R.Ft. 10.00

CIVIL & INTERIOR FURNISHING WORKS

TENDER Page 23

C2

Providing and fixing 20mm thick machine cut and mirror polished Granite slabs of approved colour in length upto 2400mm, set in 20mm thick cement mortar 1:4, joint finished with neat cement slurry with matching colour including dressing the nosing and sides to the required shape etc. as directed for Flooring, Cills, and Trims etc. with sizes as per drawing. Rate to include final mirror polish after installation (Basic cost of Granite Rs. 150 per Sqft). Granite to be approved by Architect/Client

Sq.Ft. 300.00

C3

Providing and fixing flooring or wall cladding at all heights homogenous full body vitrified tiles of approved make, colour and size 10 mm thick, including at least 50mm and upto 65mm Cement Bedding on flooring or min 15mm thick backing coat plaster in 1:4 cement mortar while on wall dado, fixed with tile adhesive or neat cement paste including sealing the joints with approved quality white cement mixed with approved colour to match the tiles colour or approved grouting materials including scaffolding, curing, cleaning etc. complete as directed.

C3.1

Matt Finished Premium quality tiles of size 600MM x 600MM. (Basic cost of tile Rs. 60/- per Sqft.) Tile to be approved by Architect/Client

Sq.Ft. 300.00

C3.2

Matt Finished Premium quality tiles of size 600MM x 300MM. (Basic cost of tile Rs. 60/- per Sqft.) Tile to be approved by Architect/Client

Sq.Ft. 1800.00

C4

Providing and fixing Wash basin Counter in 20mm thick machine cut and mirror polished Granite slabs of approved colour in length upto 3000mm, set in 20mm thick cement mortar 1:4, joint finished with neat cement slurry with matching colour including dressing the nosing and sides to the required shape etc. as directed with sizes as per drawing for wash basin counter, laid over 30 mm thk white Indian marble supports. Rate to include final mirror polish after installation (Basic cost of Granite Rs.150 per Sqft). Marble to be approved by Architect/Client

R.Ft. 5.00

TOTAL OF SECTION C

CIVIL & INTERIOR FURNISHING WORKS

TENDER Page 24

D PLUMBING WORKS

NOTES:

All Sanitaryware, C.P.Fittings and accessories to be as per Client's Brand specifications unless otherwise mentioned or approved. Refer Specifications Sheet.

Sanitary ware Make : Hindware / Parryware / Jaquar

C.P. Fittings Make : Jaquar Florentine Series

D1 Wash Basins

Providing and fixing under counter wash basin of approved make commercial size of approved make & design including -

i) Heavy CI brackets as required.

ii) 32 mm CP brass waste coupling with 32 mm CP brass heavy bottle trap (detachable type) with. CP brass extension piece & wall flange. CP brass chain with rubber ring.

iii) UPVC drain pipe & specials, from bottle trap to floor trap including 32 to 50 mm pipe, reducers (75/50 or 40 mm), elbows, cleanouts, tees etc including making holes in RCC/Civil works, connecting to sleeves (where left) in floor etc complete. Pipes to be of 6 bar variety with solvent joint & will be measured (running length) & paid under separate item.

iv) 15 mm CP brass heavy fancy angle cock with CP connector of required length connecting to.

v) Angle Valve with wall flange including jointing using Teflon tape etc. complete.

vi) Counter mounted WHB (for circular /oval basin) above or below the counters as required including brackets as required. The counter duly cut will be provided by others, but sealing of edges to be included in the item.

Counter Sunk / Wall Hung Wash Basins Nos 4.00

CIVIL & INTERIOR FURNISHING WORKS

TENDER Page 25

D2 Faucets

Providing & fixing wash basin Faucet press to release type including 300-450mm long braided connector and one number angle valve including jointing using Teflon tape etc complete.

Nos 4.00

D3 Nahni Traps

Providing & fixing deep seal CI Nahni traps with square/round SS grating of approved make & type including multientry traps, making holes in RCC /masonry work, including if, required extension pipe, fixing NT to correct level & line. Providing MS (epoxy coated) clamps etc complete. Grating circular or rectangular type in SS included in the item

Single Entry Nahni trap Nos 9.00

D4 Water Closets (WC) For toilets Nos 5.00

Providing & Fixing white vitreous china wall hung water closet (European type W.C.pan) of approved make with seat and soft closing lid, (handle lever) conforming to IS: 7213 with C.I flush bend with fittings & C.I. brackets, 40 mm flush bend, overflow arrangements with specials of standard make and mosquito proof coupling of approved municipal design complete including painting of fittings and brackets, cutting and making good the walls and floors wherever required. The rate shall include white solid plastic seat and soft closing lid - Hindware series wc p trap, cistern, and connecting to the existing soil pipe provided by the landlord.

D5

Providing & fixing C.P. heavy quality health faucet [Jet Spray] with 2 way Bib cock, with wall flange, wall hook including jointing using Teflon tape etc. complete. The cost shall include the Braided connector pipe up to 600mm long including jointing using Teflon tape etc. complete.

Nos 5.00

D6 Flush Valve

Providing & fixing Dual type 32/40 mm Concealed Flush Valve Chrome Plated

Nos 5.00

CIVIL & INTERIOR FURNISHING WORKS

TENDER Page 26

D7 URINAL WITH SENSOR Nos 2.00

Providing & Fixing white vitreous china flat back Half Stall Urinal, Senso - with sensor and with white PVC automatic flushing cistern with fittings, standard size CP brass flush pipe, spreaders with unions, and clamps (all in CP Brass) with waste fitting as per IS: 2558, CI trap with outlet grating and other couplings in CP brass including painting of fittings and cutting and making good the walls and floors wherever required.

D8

Providing and fixing concealed CPVC plumbing fittings inclusive of pipes, elbows, junctions etc. Inclusive of drainage pipes ,Soil pipes etc for item D1-D7 as approved by the Architect/Client

L.S 1.00

TOTAL OF SECTION D

E CARPENTRY WORK

E1

Internal Doors : Providing and fixing in position single leaf solid core water proof marine grade flush door shutters with marine ply as per IS : 710(water proof quality) 40mm thick and T.W. lipping 40mmx12mm with T.W. beading ,8 mm thick Clear/Frosted Toughened Glass Panel, including brass oxidized fittings , approved door handle , floor spring as per door weight and locking arrangements, finished with Approved laminated sheet of 1.5 mm thick on all sides complete as per design and details given by the architect

Nos 168.00

E2

Pantry Storage : Providing and fixing Teakwood frames, 25mm x 40mm with Shutters to pantry counter/ wash basin counters made out of 19mm Marine Plywood finished with 1.5mm approved laminate on all outer faces as per drawings, approved hardware and complete as directed. Rate to include 2 nos internal shelves in 19mm thick commercial plywood finished with 1.0mm thick white laminate

Sq.Ft. 40.00

E3

Providing and fixing 6mm thick mirror of approved quality pasted on 9mm thk marine ply with 3M adhesive tape to insure proper adhesion. Edges to be machine polished.

Sq.Ft. 75.00

TOTAL OF SECTION E

CIVIL & INTERIOR FURNISHING WORKS

TENDER Page 27

F P.O.P. & FALSE CEILING WORK

F1

Providing and fixing in position suspended gypsum false ceiling with G.I. suspension system and 12mm thk. Board sheets as manufactured by "Saint Gobain" including G.I. Corner beads, edge trims and other accessories. Joint taping, finishing compound including making all cut outs for light fittings, air conditioning grills, diffusers etc. complete as per drawings and as directed. Rate to include 2 coats of Acrylic emulsion paint to false ceiling with required base preparation as specified by the manufacturer (All areas will be measured in Sq.Ft. basis only)

Sq.Ft. 300.00

F2

Providing and fixing in position suspended gypsum false ceiling Cove with G.I. suspension system and 12mm thk. Board sheets as manufactured by "Saint Gobain" including G.I. Corner beads, edge trims and other accessories including Joint taping, finishing compound etc. complete as per drawings and as directed. Rate to include 2 coats of Acrylic emulsion paint to false ceiling cove with required base preparation as specified by the manufacturer

R.Ft. 50.00

F3

Providing and applying 12 to 18 mm thick Gypsum Plaster Punning in Proper Plumb and at right angles to plastered surfaces in all positions including making 6mm x 6mm grooves at junctions of two dissimilar materials or as shown in drawing ,scaffolding , surface preparation if required , cleaning of the area on day to day basis etc. Complete as directed

Sq.Ft. 400.00

TOTAL OF SECTION F

G PAINTING AND POLISHING WORKS

G1

Providing and Applying 3 coats of Acrylic emulsion paint Asian paints/ equivalent on false ceiling as per design and approved shade by the Architect. Cost to include preparing the surface, applying primer, putty, etc. complete. All jambs, trims, edges, grooves to be included in Sq.ft rate. No separate measurement on R.ft.

Sq.Ft. 500.00

CIVIL & INTERIOR FURNISHING WORKS

TENDER Page 28

G2

Providing and Applying 3 coats of Enamel paint, of Asian paints or equivalent on, toilet ceiling, MS grills etc Cost to include preparing the surface, applying primer, putty, etc. complete. All jambs, trims, edges, grooves to be included in Sq.ft rate. No separate measurement on R.ft.

Sq.Ft. 100.00

TOTAL OF SECTION G

H ELECTRICAL WORKS

H1

Supply & Installation of concealed point wiring using 600v grade 2.5 sqmm copper conductor PVC insulated wires (with proper R, Y, B color code) pulled through heavy gauge PVC conduits laid concealed over false ceiling or in wall chases including circuit wires from the relevant DB and also including 1.5 Sq.mm Green Colour Copper earth wire and provision of grid plate type (ROMA) switches and sockets as approved by Bank / Architect. Each circuit feeding not more than 8 points / 800 W as per the following configuration.

H1.1 Primary light points including the cost of 5A switch

Points 10.00

H1.2 Secondary light points looped from the above point

Points 10.00

H1.3 5A plug point as primary point Points 3.00

H1.4 Secondary 5A Plug point on switch board Points 3.00

H1.5 15A Plug Point directly taken from DB for hotplate/geyser / zerox / fridge/Signage

Points 3.00

H1.6 Exhaust fan point consisting of 5A socket near fan and switch on light switch board

Points 6.00

H2

S & I of lighting fixtures as per the details given below including necessary hardware such as clamps, nuts, bolts, nails, screws and suspension chains as required for fixing the fixtures in position as directed by architect / Consultant.

H2.1

Supply & Installation of (18 W) LED Spotlight flush mounted light fixture. (PHILIPS Cat No: - BBS170 GREEN LED or equivalent category & model in WIPRO make as approved by Client /Architect

Nos. 14.00

CIVIL & INTERIOR FURNISHING WORKS

TENDER Page 29

H2.2

Supply & Installation of LED Strip lighting 10 W/ meter (Rate to include cost of relevant constant current driver. Make : Philips / Wipro - Color : Warm white

Mtrs 20.00

H2.3

250mm dia wall mounted exhaust fan of decorative plastic body and blade with louvers on the outside (Newtek/Crompton/Approved Equivalent)

Nos. 6.00

TOTAL OF SECTION H

I GENERAL ITEMS

I1

ALUMINIUM LOUVERS VENTILATORS powder coated Black) FOR TOILETS - 3' X 2' - Providing and fixing louvered windows consists of 2" x 1" box type heavy duty (14 Gauge) "JINDAL / INDAL / HINDALCO" make aluminium anodised window frame. Adjustable aluminium louver system of same gauge to have a 4” wide 6mm frosted glass for privacy. Provision for fixing exhaust fan (1'x 1') to be made and fixed frosted glass to be provided to, inclusive all necessary fixtures and fittings, glass etc. complete in all respect.

Sq.Ft. 50.00

I2

M.S.GRILLS - Providing and fixing MS Grills for windows / ventilators etc. using 12mm M. S. round or square bar grills at 4" C/C fixed as per design / drawings or as directed by Bank / Architects. The works should be done with all necessary fittings etc with proper workmanship and with 2 coats of anti rust paint and 2 coats of Synthetic Enamel paint.

Sq.Ft. 50.00

I3

Provision for unforeseen repairs & for items like mirrors, towel rods, soap dispensers etc. as per bank request. These items will have to be purchased along with bank representative.

L.S. Rs. 10,000/-

I4 MUNICIPAL FORMALITIIES L.S.

TOTAL OF SECTION H

TOTAL OF SECTION A TO H

CIVIL & INTERIOR FURNISHING WORKS

TENDER Page 30

TOTAL IN WORDS :

Rate inclusive of all Material charges, Transportation, Local levies as applicable, Loading, Unloading, Lifting- Shifting, Erection, Testing , Commissioning, Scaffolding, VAT, Service Tax ,Sales tax, any additional/ duties, excise, custom duty etc. as applicable.

CONTRACTOR’S NAME :

ADDRESS

SIGN & SEAL

CIVIL & INTERIOR FURNISHING WORKS

TENDER Page 31

DRAWING: